Loading...
HomeMy WebLinkAboutItem C18 C18 BOARD OF COUNTY COMMISSIONERS COUNTY of MONROE Mayor James K.Scholl,District 3 The Florida Keys Mayor Pro Tern Michelle Lincoln,District 2 Craig Cates,District 1 David Rice,District 4 Holly Merrill Raschein,District 5 Board of County Commissioners Meeting June 18, 2025 Agenda Item Number: C 18 2023-4123 BULK ITEM: Yes DEPARTMENT: Project Management TIME APPROXIMATE: STAFF CONTACT: Cary Vick n/a AGENDA ITEM WORDING: Report of monthly change orders for the month of May 2025, reviewed by the County Administrator/Assistant County Administrator. ITEM BACKGROUND: There were four(4) change orders considered and approved by the County Administrator/Assistant Administrator for the period beginning 05/01/2025 and ending 05/31/2025 for a total of($14,045.15). There were no change order requests denied. PREVIOUS RELEVANT BOCC ACTION: On September 9, 1998, Ordinance No 027-1998 was adopted in order to provide that the County Administrator may approve separate, non-cumulative change orders for construction projects and professional service contracts in amounts not to exceed $50,000 (as amended per Ordinance No. 024- 2015), or 5% of the original contract price, whichever is greater. On April 19, 2023, Ordinance 005-2023 was adopted in order to provide that the County Administrator may approve separate, non-cumulative change orders for construction projects and professional service contracts in amounts not to exceed $100,000 or 5% of the original contract price, whichever is greater. The BOCC requested a monthly report of all change orders considered by the County Administrator. INSURANCE REQUIRED: No CONTRACT/AGREEMENT CHANGES: N/A STAFF RECOMMENDATION: N/A 745 DOCUMENTATION: Change Order Rpt May 2025.pdf FINANCIAL IMPACT: N/A 746 ra ` 7 { j \ 2 ) � C ( \ L { 7 \\ \ � \ t / ) 2 § u /\ _ » \c \ { \/ cc / { ° E cn / fln � � 0) 5n ��\ E 2 \ 22 ) 5 ° _~ E oe $ 55 � £2 Q 0 ° #}/ k� � \ »� § 3 - E � t � 2o + £ 2k=# k » \ 8t \ . &© o 2 / 2\ \ o CD ¥ \� = k/ § /\\ E C 'n 5 2 &72 G � ) B r0 \ �� U # \ \\ /o u )u LL LuLu \ \ \ \ k / / / / 2 § g § § § + o Q ufa% 2 ) 33 2 L & z / ( fa C / n - 0 f¥ £ NLnfa § O k \ / 0 / u:"/ Z 2 b » // � @ } O U) 7 2 \ 7 - o p \ fy )£ u .. Z n _ � E §\ \\\ \ @ 2 O o ± \S 2 § = Ea z D Ln O 2 = W Z L - z . @ L S O / / / ƒ Lu Qm a Z L O � k o w � � U � ° ^ 2 Z O t2 / 7 \ S 2 � � � u \ \\ \ / \ ) / w 4 � k / - z �\ 0 M m § o U z 0 0 U ue t 2 y L \ 2 �=2 E u ƒ 2 / 2 � w ) S Q % 2t \ / \ t \ n _ § ƒ 6 = ff 2_ @ k &» »a \ a a 2 2 � 23 f E ) _ \ /0 E MONROE COUNTY/ENGINEERING/ PROJECT MANAGEMENT CONTRACT CHANGE ORDER PROJECT TITLE: No Name Key Bridge Repairs Project CHANGE ORDER NO: 1 CONTRACT COMPLETION DATE(as of this change order): 07/04/25 FIRST CONTRACT DAY: 11/04/24 CONTRACT DATE: 08/29/24 TO CONTRACTOR: Midcoast Construction Enterprises, LLC DBA Midcoast Marine Group The Contract is changed as follows: The original Contract Sum.......................................................................................................$726,317.00 The Contract Sum is(decreased) by this Change Order............................................................. ($58,623.18) The Revised Contract Sum including this Change Order..........................................................$667,693.82 Pursuant to contract article 7.1.4, If unit prices are stated in the Contract Documents or subsequently agreed upon, and if quantities originally contemplated are so changed in a proposed Change Order or Construction Change Directive that application of such unit prices to quantities of Work proposed will cause substantial inequity to the Owner or Contractor, the applicable unit prices shall be equitably adjusted, either by increase or decrease. The"in place"quantity of bid item 0530-1 Rip Rap Sand Cement was 32 cubic yards, which is a 56% reduction from the bid quantity of 73.72 cubic yards. Given this reduction in quantity and that this bid item represented a significant percentage of the scope of work, the unit price for rip rap sand cement was adjusted to reflect fixed costs for monthly equipment rental, housing, insurance and bond costs that were not reduced due to the reduction in quantity: As bid vs.Adjusted Quantity and Unit Rate Pay item Description of Work Unit Quantity Unit Price Bid Item Total 0530-1 Rip Rap Sand Cement—As Bid CY 73.72 $2,400.00 $ 176,928.00 0530-1 Rip Rap Sand Cement—Adjusted actual in place CY 32 $2,988.81 $ 95,641.82 Total ($ 81,286.18) Pursuant to contract article 7.2.2, the cost or credit to the owner resulting from a change in the Work shall be determined in one or more of the following: 7.2.2.1 mutual acceptance of lump sum properly itemized and supported by sufficient substantiating data to permit evaluation. 7.2.2.2 unit prices stated in the Contract Documents or subsequently agreed upon. 7.2.2.3 cost to be determined in a manner agreed upon by the parties and a mutually acceptable fixed or percentage fee. The final reconciliation of actual quantities installed resulted in the following overruns and underruns for this contract. Overruns and Underruns Pay item Description of Work Unit Quantity Unit Price Bid Item Total 0120-6 Embankment CY 11 $575.00 $ 6,325.00 0339-1 Miscellaneous Asphalt TN 17.86 $800.00 $ 14,288.00 0536-7-3 Special Guard Rail Post-Encased Post for Shallow EA 22 $275.00 $ 6,050.00 Mount 0530-1 Rip Rap Sand Cement CY 73.72 $2,400.00 $ 176,928.00 0530-1 Rip Rap Sand Cement CY 32 $2,988.81 $ 95,641.82 0700-1-50 Single Post Sign Relocate EA 4 $ 1,000.00 ($4,000.00) Total ($ 58,623.18) 748 This change Order No.1 does not revise the substantial completion date. Z-ZIZ0 CONTRACTOR 5/02/2025 JadKD Fulford - Director of Construction and Development Date Judith Clarke, P.E.oaea202 OSD51 0 5 9-47-04'0000'P.E. ENGINEERING SERVICES DIRECTOR Date Christine Hurley Digitally signed by Christine Hurley COUNTY ADMINISTRATOR Date:2025.05.07 15:07:43-04'00' 749 Change Order Attachment per Ordinance No. 004-1999 (revised 2025) • Change Order was included in the original contract specifications. Yes ❑ No El If Yes, explanation: • Change Order was included in the original specifications. Yes❑No LJ If Yes, explanation of increase in price: • Change Order exceeds $100,000 or 5% of contract price (whichever is greater). Yes ❑No El If Yes, explanation as to why it is not subject for a calling for bids: This work is to be designed and performed by the original contractor. • Project engineer/CEI approves the change order. Yes ❑No ❑ • Change Order is correcting an error or omission in design document. Yes❑No El Should a claim under the applicable professional liability policy be made? Yes❑No Explain: 750 MONROE COUNTY/ENGiNEERiNG/ PRojEcr MANAGEmENT CoNTRAcr CHANGE ORDER PROJECT TITLE. Ocean Bay Drive Bridge Repair Project CHANGE ORDER NO: I INITIATION DATE: 4124125 CONTRACT DATE: 9/09/24 REVISED SUBSTANTIAL COMPLETION DATE AS OF THIS CHANGE ORDER#1: No Need it TO CONTRACTOR: CBT Construction and Development The Contract is changed as follows: The Original Contract Sum ... ............................................. ....... .................—...... $189,120.00 Net change by previously authorized Change Orders ..................... ....................................... ......$o The Contract Sum prior to this Change Order was........ ............................... ............. .....$189,120.00 The Contract Sum increase by this Change Order#1...........—... ......................--...... ......pp$11,355.15 The Contract Sum including this Change Order..................................... ........................-$200,475.15 Additional work was performed by the contractor on the removal of the concrete under the bridge,the thickness of the deck was the main reason, most of the area taken out was 7 to 8 inches thick, instead of 4 to 5 inches.The contractor also performed extra work on the construction of additional columns and railings on the south side of the bridge as directed by the County and Engineer. Item Description --d—uantity --U0—M --Km-­ount —A—dd—itional Time 110-3 Additional work performed on the removal of 1-00 --1-4634 ­1—14,634 the existing structure/bridge ---4-00-44 Additional work performed in concrete class2.6 2823.52 $7,341.15 IV,superstructure 411-1 —Epoxy material for crack injection structure —8 3-60 2,88-0) rehab 411-2 Inject and seal crack 64.5 120 ($7,740) Total 11, 5.15 This Change Order is 6%of the original contract price. This Change Order no.1 does not revise the substantial completion date. 0, CONTRACTOR ........... Date Digitally signed by Judith Clarke, Judith Clarke, P.E. P.E. ENGINEERING SERVICES DIRECTOR Date:2025.05.01 15:05:00-04'00' ----------------- y Digitally signed by Christine Hurley Date COUNTY ADMINISTRATOR Christine Hurley Date:2025.05.07 15:00:08-04'00' Date 751 Change Order Attachment per Ordfinance I114o. (revised 2025) Change Order was Included In the original contract specificatloins, Yes F No I Z If Yes, explanation: Change Order was included in the original specifications. Yes [......... No I Z If Yes, explanation of increase in price: Change Order exceeds $100,000 or 5% of contract price (whichever is greater), Yes El No 0 If Yes, explanation as to why it is not subject for a calling for bids: This work is to be designed and performed by the original contractor Project engineer/CEI approves the change order. Yes E No El Change Order is correcting an error or omission in design document. Yes E]No Z Should a claim under the applicable professional liability policy be made? Yes No Explain: 752 MONROE COUNTY/ENGINEERING/PROJECT MANAGEMENT CONTRACT CHANGE ORDER PROJECT TITLE: Twin Lakes Flood MitigationProject CHANGE ORDER NO: 5 IT a 4/25125 TO CONTRACTOR: Ferreira Construction Co. Inc. CONTRACT DATE: / / 4 The Contract is revised as follows: FKAA Prevlio sR on e Change Order 19EUy MC itemsincrease tocontract 21 17 600 00 reviousiv authorized Change Order 2 deduction to contract 1..t............. ... �. C!jan� ... -al error correction from CO3� — -. .. o ch 3.12 revioy authorized Change Order 3 onr �Y W a e Count increase to contract $59 81 Previous) authorized Canr e®der 4 cleric .... onroe Count revasao... _ _.r 4 .__ _. ..m__� -.. 20,w606�07 _— _- Chan e®rd�..�„_ u Contract Sum83 through inc des Monroe Count and FI{AA$1,466,695 $20,639,2 2 Rev@Sed„TotalContractamount ... .... ......— ...._ ........ _ _ ��.... — ...�....e..� .. _ ontract 94 71 a e r er ns result an increase to c..- - . Revised ----- Pursuant to contract article 7.2.2, the cost or credit to the owner resulting from a change in the Work shall be determined in one or more of the following methods: 7.2.2.1. Mutual acceptance of lump sum properly itemized and supported by sufficient substantiating data to permit evaluation. 7.2.2.2. Bid unit prices stated in the Contract Documents or subsequently agreed upon. 7.2.2.3. Cost to be determined in a manner agreed upon by the parties and a mutually acceptable fixed or percentage fee. This Change er 5 includes 2 contract revisions: 1. Pump Station Control panel modifications required for considering seasonal variations "Icing Tides" and real- time operational conditions to optimize system performance with addition design by PSI and custom programming of the controllers as needed in the amount of$27,909.00 2. Adjustments to drainage inverts and knockouts on structures S-31, S-32, -33 on Adams Drive in the amount of 5,313.66. The project commencement was 7.15.24. Original contract substantial completion (660 calendar days 5.5.26). Through change order 5 revised substantial completion to 5.19.26. (671 calendar days) This Change Order No. 5 is a net increase, of $33,222.88 and represents .0015% increase (less than 1%) to the original contract price. Contractor agrees to accept the increase in monetary compensation and hereby waives and releases any and all claims for any additional compensation related to these bid items. The F (if applicable), Engin , of or OR ( SP USA, Inc) and the Construction Engineering and Inspection Services-C I (HD(HDR Constructi I C94tr I ' r .) c ncur with this change order. Not vai til a rove0 r i licable ang.Contractor CONTRACTOR.... Date 6 e, P E .202.05 08 12:22 37-04'00 P E ENGINEERING SERVICE,-DIRECTOR__._.. Judith Clarke, _�. . _ _..__ .� Date Digitally g Christine Hurley COIJfV ADMINISTRATORChristine Hurley D,,te�2025 05 20 15 52:10 0400' [late Approval by: PAt7Pdk$f76"COUNTY ATTORNEY APPROVED AS TO FORM FKAA not applicable - - A David hackworthDirector®f Engineering Date CHRISTINELIMBERT caROWS SR.ASSISTANT COUNTY ATTORNEY DATE:-5LU25 ..._ 753 Change Order Attachment per Ordinance No. 004-1999 • Change Order was not included in the original contract specifications. Yes ® No ❑ If yes, explanation: Adjustments to inverts and knockouts on structures S-31, S-32, S-33, Pump Station Control panel modifications required for considering seasonal variations "King Tides" and real-time operational conditions to optimize system performance with addition design by PSI and custom programming of the controllers as needed. • Change Order was included in the original specifications. Yes ❑ No If yes, explanation of increase in price: • Change Order exceeds $25,000 or 5% of contract price (whichever is greater). Yes ❑ No If yes, explanation as to why it is not subject for a calling for bids: • Project engineer/architect approves the change order. Yes ® No ❑ If No, explanation of why: • Change Order is correcting an error or omission in design document. Yes ❑No Should a claim under the applicable professional liability policy be made? Yes ❑ No ❑ Explain: Existing conditions 754 From: ��Anthon A.. To: ���������� c". ��������`�Au�122.uL9`um�o��u Subject: nw.Change Order#5 FCC Cost Proposal PSI Pump Station Control Panel Resubmw"/ Twin Lakes o"m. Friday,April o'zm5 10.22.20m° Attachments: CAUTION:This email originated from outside of the County.Whether you know the sender or not,do not click links or open attachments you were not expecting. Luis/Greg: Good morning. Per the attached,we concur with the entitlement and cost for the requested changes for the proposed Adams Dr. drainage system and proposed pump station controls in the amount of$33,222.88. I've attached the pertinent back-up relating to items 1 and 2 below, summarized aafollows: 1 Labor, oquipmont, and materials for drainage revisions to structures G-31. G-32. and G-33 relating to RF| #21 A. G-31- original structure had 2 holes(8 and E)and 1 additional hole was needed(N)tobo cut out into structure. B. S-32: original structure had 3 holes(N,W, and E) and 1 of the holes(N)was needed to be sealed. C. G-33: original structure had 1 ho|o(N)and was in need of being lowered approx. 12^ entailing cutting out a lower hole and sealing above the pipe. The proposed cost for Item No. 1 work is$5.313.888 2 Pump Station Upgrades. A. Upgrade Main Controller: replace the existing oontroUor(Primox Level View Controller and Accessories)with a PC-6000 PLC/HMI that would provide expanded processing capabilities, integrated HMI functionality, and a real-time clock for improved scheduling accuracy, data logging, and overall system performance. This includes the integration of the PC-6000-SWJ controller along with all required accessories to support the new control application. This setup will feature a redundant controller configuration and dual level radar sensors for increased reliability and system redundancy. B. Upgrade the backup controller(Phmex DPC'4F Float Back Up Controller and Accessories)to a PC-6000'8VVJto provide full system redundancy and ensure uninterrupted station operation in the event of a primary controller failure. This includes the integration of the PC-6000-SWJ controller along with all required accessories to support the new control application. This setup will feature a redundant controller configuration and dual level radar sensors for increased reliability and system redundancy. C. Redundancy Communication Module: provide a dedicated communication modules between the primary and secondary controllers to support continuous active redundancy. This setup ensures uninterrupted system functionality in the event ofa level transmitter or main controller failure. This includes the integration and the hardware to communicate with PC'0000 Main Controller to redundant PC'0000. D. RADAR Level Transducers: upgrade the transducers (Submersible level Transducer and Back UpLevel Floats Including all Installation Hardware)and utilize two ultrasonic level transducers for precise wet well level measurement including Dual RADAR Level Sensors with all necessary hardware and surge arrestor. Each transducer will operate independently, directly interfaced with either the main or backup pump controller to ensure accurate and reliable level monitoring and control redundancy. E. Wall Mount Brackets: removal of submersible level transducer and back up level floats wet well brackets and inatoad, provide and install twmwmU'mount brackets—one for each RADAR level transmitter—to ensure secure, stab|o, and optimal sensor positioning for accurate level readings. F.Add analog signal isolators/splitters, one for each level transmitter and analog signals between the main controller and redundant controller to improve signal integrity and protect against electrical no|ao,voltage amkoa, or interferonoo, ensuring reliable and accurate analog signals. G. Engineering Redesign: allocate engineering resources(manhours)to develop updated control schematics and integrate the new instrumentation into the overall system oporadon, ensuring oompatibi|ity, fun«dona|hy, and compliance with project requirements. 755 H. Custom PLC/HMI Programming: allocate dedicated programming manhours to develop custom firmware for the PC-6000 controller, specifically tailored to meet the unique operational requirements of this application, ensuring precise control and seamless system integration. I. Field Site Visit: perform an additional on-site visit to fine-tune and adjust final set points,taking into account seasonal variations"King Tides" and real-time operational conditions to optimize system performance with addition custom programming of the controllers as needed. The proposed cost for Item No.2 work is$27,909.00. Please review and provide your concurrence. Thanks, Aun2Jh"Irany&Xlhlirlhiung,CGC,CCM Project Engineer 100410 Overseas Highway,Suite 204 Key Largo,FI.. 33037 I14 305.79&8600 IH ItDIR !:.l£i.:.LI:.L£d.1,(D..u:'.Id.Z..L!.!£7.Y.Y::I..'S From:Soto,Luis<,L„!�.!iS.,,So:oJ,.(.tr s:,.p.::r;r3,i;n> Sent:Thursday,April 24,2025 2:23 PM To:Sabbag,Anthony A.<��,!:?.tI,1.C!.!11.u:::�s!..bb..!.4w.(c 1..d.!.:!.!:1.c:::corn,> Cc:London-Debra<,,2,i2 dr3,r7,;;;d,r�,h,!;,!„{�„�,r3,r!„!„r3r,C„r3,u„r!,;f;,y r3,r>;Romano,David<,I;)„!,trid,,.Ro,i;n„i,i.o(-.1,!,d„!,;,iii c;;corn>;Corning,Gregory <1wL._., .cornin CcY)vvsp.corn>;Pierre-Louis,Wisler<\Ahs,lr��.!r.P r=.!:.!.:r.'.::.Louis:,..��y!s..p.:;rlr3,rn,> Subject:RE:FCC Cost Proposal-PSI Pump Station Control Panel Resubmittal-Twin Lakes-RESPONSE CAUTION:[EXTERNAL]This email originated from outside of the organization.Do not click links or open attachments unless you recognize the sender and know the content is safe. Hi Tony,the electrical FOR reviewed the cost and backup,and offer no further comments. Thanks 111 Luis Soto,PE Sr.Vice President Water Resources Engineering 239-896-5577 From:Sabbag,Anthony A.< .!:711:;11?.r.!11.u:::s!.. ds!.4w.( ..IG?.d..!.:.i.!11.r:::rlr,Cn,> Sent:Wednesday,April 23,2025 4:50 PM To:Soto,Luis< UJ SotoJ::.( Cc:London Debra<,I,c,!;7,,c,!;7,;;;d,r,h,!;,!„( „ ,r,!1y„!„rr,C„r,!„!1y,;(;y-Fl..�[ov>;Romano,David<,I;)„!,tr,i,,;;,N3,c,;n„!,!;7,r,(„I1y,d„!,;,i,!;7,c;;corn>;Corning,Gregory coin>;Pierre-Louis,Wisler<\A,11,r.!r.P_!.c=.!.:!i..c:':::.I.::r,!al.':..( lr!,f.. .::r;r,Cn,> Subject:FW:FCC Cost Proposal-PSI Pump Station Control Panel Resubmittal-Twin Lakes-RESPONSE Luis: Good afternoon.We've received the attached responses to our request to clarify the additional costs(also attached).They corrected the mark-up which lowered the cost$1,329.00 and also provided a better breakdown showing some of the credits for the original contract scope. Let me know if you'd like to discuss these after your review. Thanks, 756 FERREIRA Extra Work Cost Breakdown Owner's Project No: FDEM B0200-FDEP 22SRP57 Ferreira Job No.:4473 Project Name: Twin Lakes(Key Largo)Flood Mitigation Prepared By:Andres P. RCO No. RCO#04 Proposal Date:4/16/2025 Description: Dual ultrasonic level transducer with a redundancy controller for the station operation in main controller and secondary"Back-Up"Controller. LABOR Description Net Hourly Hours No. Name(T&M Only) Class. WC Code Burden% Rate STD. OT. Amount Total 1 0.00 1 0.00 1 $0.00 $0.00 Subtotal-Bare Labor: 1 $0.001 $0.00 MATERIALS INo.1 Description Quantity Unit Price UOM Amount 1 $0.00 Subtotal Materials:1 $0.00 Sales Tax%:1 7.00% 1 $0.00 Subtotal Materials: $0.00 EQUIPMENT Description Rates(Blue Book) Hours Rental per. Amount No. Make/Model N e.i175 cosUxr. Oper. Standby 1 0.00 0.00 $0.00 Subtotal Equipment: $0.00 SUBCONTRACT INo.1 Description Quantity UOM Unit Price Amount 1 IPSI Technologies-Changes in control panel 1.00 LS $26,580.00 $26,580.00 Subtotal Subcontract: $26,580.00 CONTRACT UNIT ITEMS INo.1 Item Description Rate Quantity UOM Amount 1 $0.00 Total Contract Items: $0.00 INDIRECT COSTS, EXPENSESANDPROFIT (1)Mark-up(10%)on the payments in Labor,Materials,Equipment,Subcontractor,and contract items: a) Total Labor $0.00 b) Total Materials $0.00 c) Total Equipment $0.00 Subtotal Mark-Ups: $0.00 (ii) Subcontractor markup $1,329.00 (in) Contract Items markup $0.00 Total Mark-Up Amount: $1,329.00 Extra Work Breakdown Summary: LABOR+BURDEN $0.00 MATERIALS $0.00 EQUIPMENT $0.00 SUBCONTRACT $26,580.00 CONTRACT ITEMS $0.00 MARK UP $1,329.00 TOTAL AMOUNTI 1 $27,909.00 757 psi a Change Order #1 P0638 - Twin Lakes Flood Mitigation Project Scope of Work Breakdown 1. Upgrade Main Controller: Replace the existing controller with a PC-6000 PLC/HMI,which provides expanded processing capabilities, integrated HMI functionality, and a real-time clock for improved scheduling accuracy, data logging,and overall system performance. DESCRIPTION OF THE CHANGE ORDER FOR ITEM#1 COST CHANGE Removal of Primex Level View Controller and Accessories for this type of Controller. $-2,g35.00 Includes the integration of the PC-6000-SWJ controller along with all required $ +5,600.00 accessories to support the new control application.This setup will feature a redundant controller configuration and dual level radar sensors for increased reliability and system redundancy. TOTAL= $ +2,665.00 2. Upgrade the backup controller to a PC-6000 to provide full system redundancy and ensure uninterrupted station operation in the event of a primary controller failure. DESCRIPTION OF THE CHANGE ORDER FOR ITEM#2 COST CHANGE Removal of Primex DPC-4F Float Back Up Controller and Accessories for this type of $ .1,6©p,pp m Controls. Includes the integration of the PC-6000-SWJ controller along with all required $ +5,600.00 accessories to support the new control application.This setup will feature a redundant controller configuration and dual level radar sensors for increased reliability and system redundancy. TOTAL= $ +4,000.00 3. Redundancy Communication Module,dedicated communication modules between the primary and secondary controllers to support continuous active redundancy. This setup ensures uninterrupted system functionality in the event of a level transmitter or main controller failure. DESCRIPTION OF THE CHANGE ORDER FOR ITEM#3 COST CHANGE No existing parts or components will be removed as part of this addition $ ©,pp W Includes the integration and the Hardware to communicated PC-6000 Main Controller $ +2,265.00 to redundant PC-6000. TOTAL= $ +2,265.00 758 6 psi1ES NOLDF3 4. RADAR Level Transducers-Install two ultrasonic level transducers for precise wet well level measurement. Each transducer will operate independently,directly interfaced with either the main or backup pump controller to ensure accurate and reliable level monitoring and control redundancy. DESCRIPTION OF THE CHANGE ORDER FOR ITEM#4 COST CHANGE ----------------- Removal of Submersible level Transducer and Back Up Level Floats Including all $ -2,535.00 Installation Hardware Addition of Dual RADAR Level Sensors with all Necessary Hardware and Surge Arrestor. $ +5,200.00 TOTAL= $ +2,665.00 5. Provide and install two wall-mount brackets—one for each RADAR level transmitter—to ensure secure, stable, and optimal sensor positioning for accurate level readings. DESCRIPTION OF THE CHANGE ORDER FOR ITEM#5 COST CHANGE Removal of Submersible level Transducer and Back Up Level Floats Wet Well Brackets $-665.00 Addition of Dual RADAR Level Sensors Custom Wet Well Mounting Brackets. $ +1,135.00 TOTAL= $ +470.00 6. Add analog signal isolators/Splitters—one for each level transmitter and analog signals between the main controller and redundant controller—to improve signal integrity and protect against electrical noise,voltage spikes,or interference,ensuring reliable and accurate analog signals. DESCRIPTION OF THE CHANGE ORDER FOR ITEM#6 COST CHANGE No existing parts or components will be removed as part of this addition $-0.00 Addition of the Analog Signal Isolators and Splitters $ +1,590.00 TOTAL= $ +1,590.00 7. Engineering Redesign:Allocate engineering resources to develop updated control schematics and integrate the new instrumentation into the overall system operation,ensuring compatibility,functionality,and compliance with project requirements. DESCRIPTION OF THE CHANGE ORDER FOR ITEM#7 COST CHANGE No existing parts or Labor will be removed as part of this addition $-0.00 Provide additional engineering hours and technical resources $ +2,665.00 TOTAL= $ +2,665.00 759 psi1ES 8. Custom PLC/HMI Programming: Allocate dedicated programming hours to develop custom firmware for the PC-6000 controller,specifically tailored to meet the unique operational requirements of this application, ensuring precise control and seamless system integration. DESCRIPTION OF THE CHANGE ORDER FOR ITEM#8 COST CHANGE No existing parts or Labor will be removed as part of this addition $ 0.00 Provide additional Programming hours and technical resources $ +4,000.00 TOTAL= $ +4,000.00 9. Field Site Visit: Perform an additional on-site visit to fine-tune and adjust final set points,taping into account seasonal variations"KING TIDE"and real-time operational conditions to optimize system performance with addition custom programming of the controllers as need it. DESCRIPTION OF THE CHANGE ORDER FOR ITEM#9 COST CHANGE No existing Parts or Labor will be removed as part of this addition mm $ 0.00._. Addition Site Visits and programming Including end user training $ +6,260.00 TOTAL= $ +6,260.00 Items l f 1Ci; 1111i, ,i,weExceptions: III ... 14/28/2 it, iill'i. k���� lc'ya1 s Tax Not Included ............. III:) ... 14/28/2 760 From: RFI# 04 To: Monroe County Engineering 1 100 Simonton Street Ferreira COr1StrUCtlOn CO. Key West, Florida 33040 aperez@ferreiracon Phone: 305-506-7028 Email_structlon.corn Phone: (305)295-4329 Fax:(305)295-4321 Project Name:TWIN LAKES(KEY LARGO) FLOOD MITIGATION Receipt Logged: Submitted By: Date: 8�9�24 Dwg/Spec No./Revision/DetaiFSeet.No.#P S-3A Andres Perez y L Draining No. Subject:Control Panel signal to be displayed Problem&suggested solution: In reference to the pumps, what will be the 1/0 configuration of the Automatic Transfer Switch (ATS) or the Generator. What signal needs to be displayed in the control panel? Please clarify. Engineering Dept. Review Solution: Plans have been revised to include conduits with control cables that include ATS 1/0 signals between the ATS and the Control Panel. ATS 1/0 signals vary depending on the ATS manufacturer chosen. Please submit ATS shop drawing with available 1/0 Signal list to determine which signals will be required. David Sigler 8-16-24 END OF SECTION 01395 10.18.23 REQUEST FOR INFORMATION 01395-2 761 FCC4473 Twin Lakes Flood Mitigation Project 3/6/2025 PSI Technologies Control Panel Submittals Submittal# EUDat etl ReturnedComments from FOR Additional Comments from FOR bmittComments for VFD Section: Comments for Pump Control Panel Section: 1-Due to the PS being next to a neighborhood,provide THID 1-Refer to design sheet E-8A for backup controller float switches calculation to make sure that proposed passive filter VFD designation related to VFD operation sequence. Model meets IEEE-519 requirements. 2-Design sheet E-8A shows pump bearing temperature sensor. 2-Based on design site plan,the VFD are back to back. Coordinate with pump manufacturer if it is required. Therefore,both A/C units can not be installed at the same 3-The activated backup is shown on PCP front as red color(R)and enclosure side.If both will be installed at the right side as on Electrical Schematic(3-79)as amber color(A). indicated,the contractor must provide a new Equipment Pad 4-PCP Intrusion Relay is missing on Alarm Schematic. Layout. 5-Rain Sensor: 3-A)Tags tabulation shows A/C units as 460V,3PH,but the A)Front of PCP shows a rain sensor hands-off auto switch but this 4473-5045 Control Panel Submittal#1 VFD electrical schematic shows it as 460V,1PH.Please verify. switch is not shown on Electrical Schematic. 9/20/2024 10/3/2024 B)Provide AtC cut sheet and Heat loss Calculation for VFD enclosure based on the VFD installation conditions. B)Submittal sheet 7 shows a CR 18(line 2.56)as"Rain Sensor C)Evaluate to install a sun shield at enclosure rear side. ON",but there is not any NO or NC dry contact associated with it on D)There is no indication on VFD Electrical Schematic how PCP Electrical Schematic. the VFD will be put in the"OFF"position in case of an AtC Fail. 6-There is no indication as to how the PCP will operate during king E)There is no indication on how the enclosure will maintain title conditions based on past meeting. the maximum temperature when the VFD is"OFF".A Thermostat for AtC ON/OFF should be required. 4-Based on the Fault Current,as provided by the utility company,of 21,697A at the 480/277V transformer's secondary side,the proposed 400A,3P,14 KA main CB at VFD enclosure needs to be modified to 35 KA. 4473-SO45 Control Panel Submittal#2 1.The revision applies for VFD only,Control Panel section is 10/22/2024 11/20/2024 pending until a next meeting - 2.Provide VFD as per specification 16125(18-Pulse) I.The revision applies for VFD only.PCP submittal is pending. 10-THID calculation comments: 2-Evaluate to install sun shield on the enclosure's rear side. 1-Proposed Matrix AP performance guarantee requires a 3-Matrix AP model has an approximate weight of 418 pounds. Balance line voltage within I%.Contractor to coordinate with FKEC 4-Provide a"Warning High Voltage"label in front of Matrix AP if filter and cap they can comply with that when the pump motors need to work. panel capacitor assemblies. 2-Proposed Cummins generator size is 450KW(562KVA), 5-Electrical schematic to show how the contactor"M"will update genset data accordingly connect/disconnect 3-Approved MW I pump submittal indicates: 4473-SO45 Control Panel Submittal#3 the Matrix filter capacitors. a-VFD must be programmed to limit maximum motor speed to 1/20/2025 1/31/2025 6-Provide overtemperature switch,interlocked with VFD to 830rpm prevent potential (full load speed is 890rpm);therefore,the%of load for pumps 1&2 damage in Matrix AP fitters. will never be 100%. 7-Match pump number inside the electrical schematic with b-Low speed pump motor 1&2 are 200HP,460V,w/FLA=259amp. pump number on Because the maximum speed will be 830 rpm,the pump motors can submittal title block. be considered as 200HP instead of 250HP as indicated. 8-Match descriptions on this submittal with PCP submittal Based on previous comments all transformer and generator 9-Update bill of materials based on proposed Matrix fitter calculations should be updated accordingly. option 4473-SO45 Control Panel Submittal#4 2/26/2025 In Review N/A N/A 762 From: RFI# 04 To: Monroe County Engineering 1 100 Simonton Street Ferreira COr1StrUCtlOn CO. Key West, Florida 33040 aperez@ferreiracon Phone: 305-506-7028 Email_structlon.corn Phone: (305)295-4329 Fax:(305)295-4321 Project Name:TWIN LAKES(KEY LARGO) FLOOD MITIGATION Receipt Logged: Submitted By: Date: 8�9�24 Dwg/Spec No./Revision/DetaiFSeet.No.#P S-3A Andres Perez y L Draining No. Subject:Control Panel signal to be displayed Problem&suggested solution: In reference to the pumps, what will be the 1/0 configuration of the Automatic Transfer Switch (ATS) or the Generator. What signal needs to be displayed in the control panel? Please clarify. Engineering Dept. Review Solution: ��"It�'Af`StVd'9114bnals gna s ba�ri�M9"A ° n8 i i&" ° vary depending a ion the ATS manufacturer chosen. Please submit ATS shop drawing with available 1/0 Signal list to determine which signals will be required. David Sigler 8-16-24 END OF SECTION 01395 10.18.23 REQUEST FOR INFORMATION 01395-2 763 p M — 70 \ 00 � � � U � � I— y r•o r� N s r 3z 0 ad x3ID V / a, o N a fn orl n Q 0 FSi „x3 kll v "� d ¢, ' '" "III a a N. , ' - a 0 Lo C,4 � III I • s_ 1 ( i 1 CD a I � a all �If ��x3 ow a o c S I � a o l ad ,J N ozr a+ DO'0 X3 �xjUllo CD CD1 w / / 1 •— / d l/ 0 � N U ' N /./ _L.II mm. �.. o Q { ~ N � w. 70 CD II .„ CD CL v Sul i d ' cu U c — C I .III Q2 Nail cu L M ..... .. .... .........N,......E........0) I m Ln 0 Q 1..° ��..N (6 cu � o'f" �� ���� �0 0 ....�" . N.... .... L Q N U •0 I ........................................... O cu w IIICD o9 r ad s,w --s- N to 0°+,d z9,0 x3 0 ul. -0 5Aa o u " i„ %�'; lie ��px3v �� �,•• 6•t�% d o w saran z ¢ DRN EMAY cc, w Z y t Sao i t Tll/1N LAKES �j a s•••O[ ,♦ - . •••*'• as(P.B.3,PAGE 160.M.C. 764 0-00 ad o MAT�N�+ `� y W a W c•a- _ _ _ 7L'0 X3 yd�.�J i £1� � �,G��\ 'O����•••..........•. ``�C I w`\v II ad Tp 1 71 9 j 1\� PI 5 I ar aL 0 X3 r _ a Lb'I ad w _ bL o X3 � 11 1 'r bL'0 X3 D _ _ bz 0 a-9 �i j VV�G `�- ! i . Lb I ad m k. £L 0 X3 h M ON 11101110 rl rr z — � � a= z M I co x3 I, a Q+ I I £CO X3 of mow z h m�- �. zb r ad _.N + M sL 0 X3 8 + 0 Ibc ad N � j � * t I zL a x3 � > f / �I D 6E r ad £9'0 X3 � o ` o / w I o a o �^ 1 !� a CD ' `i � r ✓`l II + bso X3/ �4� N - I 1 , Il IN (6 f o i i �� Q a- 1N �,/ I b'0 X3 0 00'OZ+ZI�ry151 r J y71 21, SZ'0 X3 765 i r Q i, j I J �/ �✓% w M1 �u ,r� LL Z f ,j i St I �,lrrr/ r/9r/r /' '��i��'r��� ✓f(f��f /���� �11�7���/ir ���r lr ,/1% ✓ 1/f ,r / � l , 04 W r lift ✓Fr. / �/'�:��/t/�/ r �ii/iJ J/ ii 1%//1 r,ii Irlr r, i//� 1� (� ii%:. ii %% i /r j� w W �/ �ii�� ��r r /%//i� / e, '.. % µ , ' w r,,,i '�ii uw U" � r a) ..Q 766 lfj�%j r q ".F h u � m / li. 767 Extra Work Cost Breakdown Owner's Project No: FDEM B0200-FDEP 22SRP57 Ferreira Job No.: 4473 Project Name: Twin Lakes(Key Largo)Flood Mitigation Prepared By: Andres P. RCO No. RCO#06 Proposal Date: 4/9/2025 Description: Adjustment of inverts knockouts on structures S-31,S-32,S-33 per RFI#21. LABOR Description Net Hourly Hours No. Name(T&M Only) Class. WC Code Burden% Rate STD. OT. Amount Total 1 Foreman Foreman 82.64% $42.60 12.00 0.00 $933.66 $933.66 2 Operator Operator 82.64% $30.80 12.00 0.00 $675.04 $675.04 3 Laborer Laborer 82.64% $22.30 12.00 0.00 $488.74 $488.74 4 Laborer Laborer 82.64% $22.30 12.00 0.00 $488.74 $488.74 5 0.00 0.00 $0.00 $0.00 Subtotal-Bare Labor: 1 $2,586.181 $2,586.18 MATERIALS INo.1 Description I Quantity I Unit Price UOM Amount 1 Pallet of 2X4 brick 1 0.50 $858.60 1 EA 1 1 $429.30 2 Portland Cement 1 20.001 $16.75 1 EA 1 1 $335.00 17 Molding Plaster 1 10.00 $35.34 EA 1 $353.40 18 1 1 $0.00 Subtotal Materials: $1,117.70 Sales Tax%:1 7.00% $78.24 Subtotal Materials: $1,195.91 EQUIPMENT Description Rates(Blue Book) Hours Rental Per. Amount No. Make/Model (Mo./176) Cost/Hr. Oper. Standby 1 Excavator Deere245 $87.39 12.00 0.00 $1,048.68 Subtotal Equipment: $1,048.68 SUBCONTRACT INo.1 Description Quantity UOM Unit Price Amount 1 S0.00 Subtotal Subcontract: $0.00 CONTRACT UNIT ITEMS INo.1 Item Description Rate Quantity UOM Amount 1 $0.00 Total Contract Items: $0.00 INDIRECT COSTS, EXPENSES,AND'PROFIiT (1)Mark-up(10%)on the payments in Labor,Materials,Equipment,Subcontractor,and contract items: a) Total Labor $2,586.18 b) Total Materials $1,195.94 c) Total Equipment $1,048.68 Subtotal Mark-Ups: $483.08 (it) Subcontractor markup $0.00 (in) Contract Items markup $0.00 Total Mark-Up Amount: $483.08 Extra Work Breakdown Summary: LABOR+BURDEN $2,586.18 MATERIALS $1,195.94 EQUIPMENT $1,048.68 SUBCONTRACT $0.00 CONTRACT ITEMS $0.00 MARK UP $483.08 TOTAL AMOUNT $5,313.88 768 me EquipmentWatch.. www.equipment,A/atch.com Rental Rate Blue Book®, O&O Rates Report for EX2526 in FCC Master November 12,2024 Deere 245G LC * ` Crawler Mounted Hydraulic Excavators w •y • l Size Class:` 24.5-28.4 mt Weight: NIA Configuration for 245G LC Horsepower 159.0 hp Blue Book Rates **FHWA Rate is equal to the monthly ownership cost divided by 176 plus the hourly estimated operating cost. Ownership Costs Estimated Operating FHWA Rate** Costs Monthly Weekly Daily Hourly Hourly Hourly Published Rates USD$11,375.00 USD$3,185.00 USD$795.00 USD$120.00 USD$33.36 USD$97.99 Adjustments Region(100%) - - - - Model Year(1995:83.6%) (USD$1,865.38) (USD$522.31) (USD$130.37) (USD$19.68) Adjusted Hourly Ownership - - Cost(100%) Hourly Operating Cost(100%) - Total: USD$9,509.62 USD$2,662.69 USD$664.63 USD$100.32 USD$33.36 USD$87.39 Non-Active Use Rates Hourly Standby Rate USD$31.71 Idling Rate USD$65.06 Rate Element Allocation Element Percentage Value Depreciation(ownership) 31.51% USD$3,583.991mo Overhaul(ownership) 41.31% USD$4,698.531mo CFC(ownership) 16.96% USD$1,929.071mo Indirect(ownership) 10.23% USD$1,163.411mo Fuel(operating)@ USD 3.65 33.06% USD$11.03/hr Revised Date:4th quarter 2024 All material herein©2003-2024 Randall-Reilly All rights reserved. Page 1375 of 2964 769 FEL-MIAMI WATER O FERGUSONo 10810 S.W.84TH STORKS#1216 el To: Harry Sosnoff WATERWORKS MIAMI,FL 33167-6737 harry.sosnoff@ferguson.com omments: Phone:786-673-7140 Fax:306-969-0361 06:58:19 MAR 10 2025 Page 1 of 1 FEL-POMPANO BEACH, FL WW#125 Price Quotation Phone: 786-573-7140 Fax: 305-969-0361 Bid No: B586552 Cust Phone: 305-805-6900 Bid Date: 03/10/25 Terms: NET 10TH PROX Quoted By: HS Customer: FERREIRA CONSTRUCTION CO IN Ship To: FERREIRA CONSTRUCTION CO IN 9455 NW 104 ST 9455 NW 104 ST TWIN LAKES TWIN LAKES MEDLEY, FL 33178 MEDLEY, FL 33178 Cust PO#: 4473-2024-005 Job Name: TWIN LAKES Item Description Quantity Net Price UM Total FS11111 CORED WHOLE BRIC 1060 0.810 EA 858.60 TILPC TYPE 1 L PLND CMNT 94 LB BAG'X 10 16.750 EA 167.50 NCL4900 MOLDING PLASTER 5 35.340 EA 176.70 Net Total: $1202.80 Tax: $84.20 Freight: $0.00 Total: $1287.00 Quoted prices are based upon receipt of the total quantity for immediate shipment(48 hours). SHIPMENTS BEYOND 48 HOURS SHALL BE AT THE PRICE IN EFFECT AT TIME OF SHIPMENT UNLESS NOTED OTHERWISE.QUOTES FOR PRODUCTS SHIPPED FOR RESALE ARE NOT FIRM UNLESS NOTED OTHERWISE. Due to the uncertain impact of potential tariffs, Ferguson's quotation/proposal has not included any provision or contingency for future tariffs or increase of existing tariffs. Ferguson reserves the right to adjust prices to reflect the impact of any new or increased tariffs that affect our costs at the time of shipment. Ferguson will provide notice of any such adjustments along with documentation supporting the changes. CONTRACTOR CUSTOMERS: IF YOU HAVE DBE/MBE/WBE//VBE/SDVBE/SBE GOOD FAITH EFFORTS DIVERSITY GOALS/REQUIREMENTS ON A FEDERAL, STATE, LOCAL GOVERNMENT, PRIVATE SECTOR PROJECT, PLEASE CONTACT YOUR BRANCH SALES REPRESENATIVE IMMEDIATELY PRIOR TO RECEIVING A QUOTE/ORDER. Seller not responsible for delays,lack of product or increase of pricing due to causes beyond our control,and/or based upon Local, State and Federal laws governing type of products that can be sold or put into commerce. This Quote is offered contingent upon the Buyer's acceptance of Seller's terms and conditions,which are incorporated by reference and found either following this document,or on the web at https://www.ferguson.com/content/website-info/terms-of-sale Govt Buyers: All items are open market unless noted otherwise. LEAD LAW WARNING: It is illegal to install products that are not"lead free"in accordance with US Federal or other applicable law in potable water systems anticipated for human consumption. Products with'NP in the description are NOT lead free and can only be installed in non-potable applications. Buyer is solely responsible for product selection. Of 0 HOW ARE WE DOING? WE WANT YOUR FEEDBACK! Scan the QR code or use the link below to pr complete a survey about your bids: i https://survey.medallia.com/?bidsorder&fc=1216&on=74281 770 MONROE COUNTY PROJECT MANAGEMENT CONTRACT CHANGE ORDER PROJECT TITLE: INITIATION DATE: May 16, 2025 Blue Heron Pickleball Court Expanisi:on CHANGE ORDER NO: 2 CONTRACT DATE: October 16,2024 TO CONTRACTOR: Igmar Enterprises LLC 14113 NW 6m Street Sunrise FL 33325 The Contract is changed as follows: The original (Contract Sum) (Guaranteed Maximum Price)................ ........... .......___.$250,000,00 Net change by previously authorized Change Orders........ ....... ..........................___$, 0.00 The(Contract Sum) (Guaranteed Maximum Price)prior to this Change order was..... .......$250,000.00 The(Contract Sum) (Guaranteed Maximum Price)will be unchanged by this Change Order..$ 0,00 The new(Contract Sum)_(Guaranteed Maximum Price) including this Change Order is.......$250,000.00 The Contract Time will be(increased)by._. ...............__........ ................... ........_ 43 Days The date of Substantial Completion as of the date of this Change Order is.......................May 16, 2025 Detailed description of change order and justification: IgTgLgqLerrarises, the Contractor, did not follow the contract plans in several key areas, including a concrete sidewalk and asphalt paving As a result, the Contractor's asphalt subcontractor did not take into account a six-foot sidewalk that was supposed to be installed on the north side of the new courts. The Contractor's subCOntractorpainted the courts and drilled the net holes six feet from their Tanned location. The concrete walkway,could not be installed in the do"ined location due to the proximity of the existin la round area. Tire Contractor reconTnaended modifications to the der° n shown on the attached modified design plan, which was approved by both the Director of Parks and Beaches and Director of Project Management. There is no charge for this change order. This change order is 0% of the original contract price, Not valid until signed by Owner, Architect fif applicable),and Contractor Digitally signt, -H Pena Jimenez _�7 -04'0�0' . v ENGINEER: late: 202 5.20,1,15:�3:36 Date e )17 2 CONTRACTOR: 0 7" D' 'ally signed by Cary Rate DIRECTOR PROJECT MANAGEMENT Cary ViCk D'1�e:00'2025.05.21 07:38:16 -04 Date Digitally signed by Christine Hurley COUNTY ADMINISTRATOR: Christine Hurley D,,.:2025 05.21 08:43:57-04'00' Christine Hurley Date 771 Change Order Affachment per Ordinance No. 004-1999 0 Change Order was not included in the original contract specifications. Yes(& No r_1 If Yes, explanation; lgroar Enterprises, the Contractor, did not follow the contract plans in several key areas including a concrete sidewalk and asphalt paving. As a result, the Contractor's asphalt subcontractor did not take into account a six-foot sidewalk that was supposed to be installed on the north side of the new courts. The Contractor's subcontractor painted the courts and drilled the net holes six feet from their planned location. The concrete walkway could not be installed in the designed location due to the proximity of the existing playground area. The Contractor recommended modifications to the design, shown on the attached modified design plan, which was approved by both the Director of Parks and Beaches and Director of Project Management There is no charge for this change order. • Change Order was included in the original specifications. Yes mNoO If Yes, explanation of increase in price: N/A • Change Order exceeds$100,000 or 5% of contract price(whichever is greater). Yes F-1 N(30 If Yes, explanation as to why it is not subject for a calling for bids: N/A • Project engineer approves the change order. Yes O No F-1 If no, explanation of why: • Change Order is correcting an error or omission in design document, Yes DNol:2 Should a claim under the applicable professional liability policy be made? Yes [] No 19 Explain-, 772 J M�W+if'd b11`v�P dI„llk d ,'P"W'"RR�'4yM ,A.A/ F ,APd tl'J'0MJ INCA 6^HMT r +. s(Fkc uA r, NIO a nA�a PA4 rr,�r m a VA r¢A ape. / d ,•, - wIrd11 ,d:1.rr tPV I. ,,.. R VY I-,DADA rM Y f .� ,,,��ror4 i41r ru.vrkncp r.ry,mre r< u:ai�ru arska.A; t y,, A � r,,m� ri si�yJnr�;}rr r r Ar/gyxc r�rna�Arr�G�a�ra;m AI irY���ia!rroornyFNr�ar�Iv� �r��/ir,,r��7i�r7 t'r!SrrJ `r� ului � of oto' Yai JY,,,,;, J ic, I SH !a 7�4f..�YiN Iwf FT ,/„! r //,,.. a.�� / ✓/�i � i i�.. / / /r i /,%,ram/ i ��. i�� � %, ,i li,/, P �✓ /�I i A/r%/ � ,iii.��„ N rA Yrl i/%�iiiii� ;/�o%-, ii�/�/ ,/i//�a ;%✓�/iA�%//,�����/ /,/ i/o, w^rss r�nr r+,iAsrizee k � r, o��,!/ ��/�//i%-a/;��/i � �� ✓�/ o/ i /�,,.� /i i iiil%t�/ /Ira ✓%/�i���%�„/ i/ /�% i/i% ,liii, ' �% p4gh IP k rcUb bM �� ,,,, GJ�°�j j .... / �JI .�� ....,,I.JL'Y�---.. fir„I:i w.G/Jv(ru(ww.roD l 1 a 773