Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
C2025-275 - 12/9/2025 - Approved
Docusign Envelope ID:CD284C89-5B55-42AC-A8DD-1C4357DFB4A2 8 o�Cp Service Agreement No. 6109 CITY OF CORPUS CHRISTI AMENDMENT NO. 1 to the CONTRACT FOR PROFESSIONAL SERVICES __1852 The City of Corpus Christi, Texas, hereinafter called "CITY," and LJA ENGINEERING, INC. hereinafter called "CONSULTANT," agree to the following amendment to the Contract for Professional Services for Blucher Park Wastewater Improvements (Project 23018), as authorized and amended by: Original Contract I September 12, 2024 1 Motion M2024-135 1 $ 240,020.00 IN THE ORIGINAL CONTRACT, EXHIBIT A, SCOPE OF SERVICES, shall be modified as shown in the attached Exhibit A. IN THE ORIGINAL CONTRACT, COMPENSATION shall be modified as shown in the attached Exhibit A for an additional fee not to exceed $1,471,190.25 for a total revised fee not to exceed $1,711,210.25. All other terms and conditions of the September 12, 20024, contract between the "CITY" and "CONSULTANT" and of any amendments to that contract which are not specifically addressed herein shall remain in full force and effect. CITY OF CORPUS CHRISTI LJA ENGINEERING, INC. Dooc`uSigned by: �f(1 6�m 1/7/2026 Jeff H. Edmonds, P.E. Date Jef oym, .E. Date Director of Engineering Services Vice President 5350 South Staples St., Suite 425 Corpus Christi, TX 78411 icoym(a)lja.com dklarealja.com APPROVED AS TO FORM M2025-165 E DocuSigned by: (�W" 1/7/2026 12/9/2025 re�g`3FTTepartment Date DS Docusign Envelope ID:CD284C89-5B55-42AC-A8DD-1C4357DFB4A2 361.991.8550 TBPELS F-1386 TBPELS10110501 www.LJA.com RZPV- 5350 South Staples Street,Suite 425,Corpus Christi,Texas 78411 September 24, 2025 AMENDMENT NO. 1 City of Corpus Christi Engineering Services PO Box 9277 Corpus Christi, Texas 78469-9277 Attn: Mr. Jeffrey Edmonds, PE Director of Engineering Services Re: Blucher Park Wastewater Improvements (City Project No. 23018) Contract Amendment No. 1 LJA Proposal No. 24-32631-AMD1 Dear Mr. Edmonds: LJA Engineering, Inc. ("LJA") is pleased to submit Contract Amendment No. 1 for the Blucher Park Wastewater Improvements project (City Project No. 23018). This amendment expands the scope of services to include additional Preliminary Phase efforts, and incorporates the Design, Bid, and Construction Administration Phases, along with anticipated miscellaneous Additional Services. This Contract Amendment No. 1 is made pursuant to the terms and conditions of the Professional Services Agreement ("PSA") entered on September 12, 2024, by and between LJA and the City of Corpus Christi ("City"). The City has identified the Blucher Park area wastewater system as having capacity constraints, confirmed by field data and the Consent Decree Hydraulic Model. Blucher Park is located approximately 900 feet east of the N. Staples Street and Blucher Street intersection. The existing wastewater system consists of a 24" VCP gravity main that extends approximately 6,000 LF (1.1 miles) from Blucher Park to the Broadway WWTP. The 24" gravity wastewater main originates south of Blucher Park, runs through the park, and exits on the east side near Coopers Alley. The 24" gravity main then continues northeast to North Upper Broadway Street, then proceeds north, parallel to North Lower Broadway Street, crosses Interstate-37, and follows West Broadway Street to the Broadway WWTP. LJA has prepared a Draft Engineering Letter Report detailing recommendations to address these constraints. LJA investigated two primary approaches to alleviate this issue. Approach 1 considered rerouting and upsizing the gravity wastewater infrastructure from Blucher Park to the Broadway Wastewater Treatment Plant (WWTP). Approach 2 explored installing a lift station and force main from Blucher Park to the Broadway WWTP to reduce flow in the existing gravity system. LJA has coordinated with City staff to define the project scope for the Final Engineering Letter Report and this contract amendment, which will serve as the foundation for the design and preparation of construction and bid documents. After review of both options, the City elected to move forward with Approach 2. Additionally, at the City's request, this amendment includes the additional scope of rerouting of the existing 24-inch gravity main from Hancock Avenue to South Bluff Park, eliminating the current alignment beneath residential structures. LJA will provide engineering services for the design and preparation of construction documents for a new lift station, force main, and gravity wastewater improvements to mitigate capacity constraints, enhance system redundancy, and reduce the risk for sanitary sewer overflows (SSOs) as outlined in Approach 2 and to reroute the existing 24-in gravity main from Hancock Avenue to South Bluff Park. The following scope of services is proposed. \Uiaeng.com\Shares\Main\RVE-Data\BP'S-OPPORTUNITIES(ENGINEERING)\2025\24-32631_AMD1 City of CC Blucher Park WW Improvements 23018\01-24-32631-AMD1 Proposal Ltr.docx Amendment No. 1 Page 1 of 22 Docusign Envelope ID:CD284C89-5B55-42AC-A8DD-1C4357DFB4A2 Mr. Jeff Edmonds, PE September 24, 2025 Page 2 of 10 I. SCOPE OF SERVICES BASIC SERVICES 100 PRELIMINARY PHASE (FIXED FEE) • Evaluate the feasibility of rerouting the existing 24-inch gravity main from Hancock Avenue to South Bluff Park and include findings and recommendations in the final Engineering Letter Report. o Provide a concise presentation of pertinent factors, sketches, designs, and parameters which will or may impact the design, including engineering design basis, preliminary layout sketches, construction sequencing, alignment, right-of- way requirements, identification of needed additional services, identification of needed permits and environmental consideration, existing and proposed utilities, and other factors required for a professional design. o Coordination with other City projects (i.e., street improvement projects) to be considered in regard to the alignment route of the force main and gravity main. o Prepare a preliminary opinion of probable construction cost. City staff will provide electronic copies of the following information (as applicable and requested through the City PM): • Record Drawings and record information as available from City Engineering files. • The preliminary budget, specifying the funds available for construction. • A copy of existing studies and plans (as available from City Engineering files). 101 DESIGN PHASE (FIXED FEE) • Provide coordination with electric and communication utility companies and private pipeline companies that may have existing facilities and must be relocated to accommodate the proposed improvements. Inform private utility and pipeline owners whose facilities fall within the project limits of the proposed improvements. Identify areas of potential conflicts. Coordinate with private utility and pipeline owners to obtain information on their respective utility/pipeline, up to and including Level A SUE by the private utility/pipeline owner, as necessary. Coordinate necessary adjustments and provide a project schedule to utility/pipeline owner. Provide utility/pipeline relocation schedule to the City and update monthly. • Coordinate with City Public Works department to confirm street PCI scores, planned projects, and restoration requirements. • Prepare the construction documents in City standard format for the work identified in the approved ELR. Include standard City of Corpus Christi detail sheets and specifications as applicable to the Project. • Submit one (1)set of the interim plans (60% submittal) in electronic and half-size (11" x 17") hard copies using City Standards as applicable to City staff for review and approval purposes with 60% estimates of probable construction costs. Identify distribution list for plans and bid documents to all affected franchise utilities and stakeholders. o Required with the interim plans is: ■ Design Submittal Packet Checklist ■ Executive Summary of the 60% submittal," which will identify and briefly summarize the Project by distinguishing key elements of the Project, decisions made, outstanding issues, items TBD, Opinion of Probable Construction Costs (OPCC) compared to construction budget and the schedule with changes identified. \Uiaeng.com\Shares\Main\RVE-Data\BP'S-OPPORTUNITIES(ENGINEER ING)\2025\24-32631_AMD1 City of CC Blucher Park WW Improvements 23018\01-24-32631-AMD 1 Proposal Ltr.docx Amendment No. 1 Page 2 of 22 Docusign Envelope ID:CD284C89-5B55-42AC-A8DD-1C4357DFB4A2 Mr. Jeff Edmonds, PE September 24, 2025 Page 3 of 10 ■ Project Submittal Checklist ■ Drawing Review Checklist ■ OPCC ■ Drawings ■ Draft Table of Contents with specification list o Initiate 60% submittal discussion with City PM to brief PM on any concerns or issues prior to distribution of 60% submittal. • Participate in Project 60% review meeting. Assimilate all review comments, as appropriate, and upon confirmation from the City PM proceed to the 90% design. Provide written responses to all City questions and comments before proceeding to the 90% design. • Submit one (1) set of the pre-final plans and bid documents (90% submittal) in electronic and half-size hard copies using City Standards as applicable to City staff for review and approval purposes. Include the 90% estimate of probable construction costs, 90% submittal Executive Summary, Submittal Packet, Project, and Drawing Checklists, responses to previous review comments and the Contract Document Book with in-line Track Changes in red to identify all proposed edits to the City Construction Contracts. • Participate in Project 90% review meeting. Assimilate all review comments, as appropriate, and proceed to the pre-ATA submittal. Provide written responses to all City questions and comments before proceeding to the 100% design. • Provide one (1) set of the pre-ATA plans (100% unsealed and unstamped) in electronic and half-size hard copy using City Standards as applicable for City's Pre- ATA review. Include the pre-ATA OPCC and written responses to previous review comments. The pre-ATA(100%)submittal will not include a full distribution and review unless in the opinion of the City Project Manager the questions from the previous review have not been adequately addressed or resolved in the pre-ATA submittal. If this occurs, the PM may request additional distribution, meeting, review and related revisions at no additional cost to the City. • Assimilate all pre-ATA comments, as appropriate, and provide one (1) set of the final plans and contract documents (signed and sealed, electronic and half-size hard copy using City Standards as applicable) suitable for reproduction. Provide written responses to all City questions and comments before proceeding to the final design. Said bid documents henceforth become the shared intellectual property of the City of Corpus Christi and the Consultant. The City agrees that any modifications of the submitted final plans (for other uses by the City) will be evidenced on the plans and be signed and sealed by a professional engineer prior to re-use of modified plans. Provide Quality Assurance/Quality Control (QA/QC) measures prior to delivery to the City to ensure that all submittals accurately reflect the percent completion designated and do not necessitate an excessive amount of revision and correction by City, including review of submittals provided by subconsultants. • Prepare and submit a Monthly Status Reports to the Project Manager no later than the last Wednesday of each month with action items developed from monthly progress and review meetings. The City staff will: • Designate an individual to have responsibility, authority, and control for coordinating activities for the Project. \Uiaeng.com\Shares\Main\RVE-Data\BP'S-OPPORTUNITIES(ENGINEER ING)\2025\24-32631_AMD1 City of CC Blucher Park WW Improvements 23018\01-24-32631-AMD 1 Proposal Ltr.docx Amendment No. 1 Page 3 of 22 Docusign Envelope ID:CD284C89-5B55-42AC-A8DD-1C4357DFB4A2 Mr. Jeff Edmonds, PE September 24, 2025 Page 4 of 10 • Provide the budget for the Project specifying the funds available for the construction contract. • Provide electronic copy the City's Standard Specifications, Standard Detail sheets, Front End Contract Documents, and forms for required bid documents. 102 BID PHASE (FIXED FEE) • Participate in the pre-bid conference to discuss scope of work and to answer scope questions. • Review all questions concerning the bid documents and prepare any revisions to the plans, specifications, and bid form that are necessary. Provide clarifications to contractor questions on the CivCast platform. Assist the City with the preparation of addenda if contractor questions require modification to the Contract Documents. • Assist with the evaluation of bids; analyze bids, prepare bid tabulation, and provide the City with a recommendation of award based on the bidder qualification criteria outlined in the contract documents. • Assist with the review of the Contractor's Statement of Experience and confirm it meets Contract requirements. If necessary, contact references and attend admin hearings to determine if Contractor's experience meets contract requirements. • For bids over budget, the A/E will confer with City staff and provide and, if necessary, make such revisions to the bid documents as the City staff deems necessary to re- advertise the Project for bids. • Assemble all addenda and incorporate clarifications and modifications into conformed drawings and specifications. Provide one (1) half-size (11" x 17") hard copy set to CCW Engineering Team and one (1) electronic set of conformed drawings and conformed Contract Documents (PDF and original format [CAD/Word/etc.]) to the City. The City staff will: • Advertise the Project for bidding, maintain the list of prospective bidders, issue any addenda, prepare bid tabulation, and conduct the bid opening. • Coordinate the review of the bids with the A/E. • Prepare agenda materials for the City Council concerning bid awards. • Prepare, review, and provide copies of the Contract for execution between the City and the Contractor. 103 CONSTRUCTION ADMINISTRATION PHASE (Time & Materials) A/E will provide the City with assistance, as requested, during the construction phase of the Project on a Time & Materials basis. Requests for services from the A/E will be submitted to the A/E via email from City staff (Construction Inspection or Engineering Services) and will include Calendar Meeting Requests. Verbal requests for services will be followed by an email to the A/E prior to action being taken by the A/E. Receipt of email requests, including Meeting Requests, from City Staff will be considered by the A/E as Authorization to Proceed on the requested services. Services provided under this line item will be invoiced to the City monthly for percent complete during the invoicing period. Total efforts for this Phase shall be within the limits of the budget established in Section III. Fees below. If it is apparent that additional efforts will be required beyond the estimated Contract budget after 75% of the estimated budget for this Line Item has been spent, the A/E will prepare a Contract Amendment for additional fees based upon an estimate of the amount of effort remaining to complete the Project. Work will not proceed beyond the approved budget. • Coordinate with Regulatory Agencies and Utilities, as required. \Ujaeng.com\Shares\Main\RVE-Data\BP'S-OPPORTUNITIES(ENGINEER ING)\2025\24-32631_AMD1 City of CC Blucher Park WW Improvements 23018\01-24-32631-AMD 1 Proposal Ltr.docx Amendment No. 1 Page 4 of 22 Docusign Envelope ID:CD284C89-5B55-42AC-A8DD-1C4357DFB4A2 Mr. Jeff Edmonds, PE September 24, 2025 Page 5 of 10 • Participate in pre-construction meeting conference and provide a recommended agenda for critical construction activities and elements impacting the project. Prepare and distribute meeting minutes to attendees within five business days of the meeting. • Provide Contractor submittal checklist and maintain submittal log. Review Contractor submittals and operating and maintenance manuals for conformance to Contract Documents. • If requested by the City, review and interpret field and laboratory tests. • Provide interpretations and clarifications of the Contract Documents for the Contractor and authorize required changes, which do not affect the Contractor's price and are not contrary to the general interest of the City under the Contract as requested by the Owner's Authorized Representative (OAR). • Consult with and advise the City during construction, make recommendations to the City regarding materials and workmanship, and prepare change orders with the City's approval. • Make periodic visits to the site of the Project to confer with the City Project Inspector and Contractor to observe the general progress and quality of work, and to determine, in general, if the work is being done in accordance with the Contract Documents. This will not be confused with the project representative observation or continuous monitoring of the progress of construction. • Attend monthly construction progress meetings, as requested. • Provide interpretations and clarifications of the plans and specifications for the Contractor and recommendations to the City for minor changes which do not affect the Contractor's price and are not contrary to the general interest of the City under the Contract as requested by the OAR. • Conduct a final review of the Project with City staff for conformance with the design concept of the Project and general compliance with the Construction Contract Documents. Prepare a list of deficiencies to be corrected by the contractor before issuing Certificate of Completion and recommendation of final payment. • Review Contractor-provided construction "red-line" drawings. Prepare Project Record Drawings and provide a reproducible set and electronic file (both PDF and AutoCAD r.14 or later) within one (1) month of receiving the Contractor's red-line drawings. All drawings shall be CADD drawn using dwg format in AutoCAD, and graphics data will be in .dxf format with each layer being provided in a separate file. Attribute data will be provided in ASCII format in tabular form. All electronic data will be compatible with the City GIS system. The Record Drawings should incorporate the Contractor's red- lines and identify all changes made during construction. The Drawing Cover and each sheet should be clearly identified as the Record Drawing and should indicate the basis and date. • When requested by the OAR, assist in addressing Request for Information (RFI) submitted by the Contractor. The City staff will: • Prepare applications/estimates for payments to Contractor. • Conduct the final inspection with the Engineer. \Uiaeng.com\Shares\Main\RVE-Data\BP'S-OPPORTUNITIES(ENGINEER ING)\2025\24-32631_AMD1 City of CC Blucher Park WW Improvements 23018\01-24-32631-AMD 1 Proposal Ltr.docx Amendment No. 1 Page 5 of 22 Docusign Envelope ID:CD284C89-5B55-42AC-A8DD-1C4357DFB4A2 Mr. Jeff Edmonds, PE September 24, 2025 Page 6 of 10 ADDITIONAL SERVICES This section defines the scope of additional services that may only be included as part of this contract if authorized by the City PM. A/E may not begin work on any services under this section without specific written authorization by the City PM. Fees for Additional Services are an allowance for potential services to be provided and will be negotiated by the City PM as required. The A/E shall, with written authorization for each additional services by the City PM , perform the following: 200 TOPOGRAPHIC AND RIGHT-OF-WAY (ROW) SURVEY (FIXED FEE) Additional Topographic and ROW survey is required to perform the following: • To evaluate the feasibility of rerouting and perform the design of the existing 24-inch gravity main from Hancock Avenue to South Bluff Park. • To design the proposed lift station site and improvements along the new force main route recommended by Approach 2, which was identified as City preference during after review of the Draft Engineering Letter Report. • The Topographic and ROW survey will comply with the following requirements. All work must comply with Category 1-A, Condition I specifications of the Texas Society of Professional Surveyors' Manual of Practice for Land Surveying in the State of Texas, latest edition. All work must be tied to and in conformance with the City's Global Positioning System (GPS) control network. All work must comply with all TxDOT requirements as applicable. Include references tying Control Points to a minimum of two (2) registered NGS Benchmark Monuments in the vicinity of the Project that will not be disturbed by construction. Survey sheets shall be sealed, provided to the City and included in the bid document plan set. • Establish Horizontal and Vertical Control. • Establish both primary and secondary horizontal/vertical control. • Set project control points for Horizontal and Vertical Control outside the limits of area that will be disturbed by construction. • Horizontal control will be based on NAD 83 State plane coordinates (South Zone), and the data will have no adjustment factor applied — i.e. —the coordinate data will remain in grid. • Vertical control will be based on NAVD 88. • All control work will be established using conventional (non-GPS) methods. Perform topographic surveys to gather existing condition information. • Locate proposed soil/pavement core holes as drilled by the City's Geotechnical Engineering Consultant. • Obtain x, y, and z coordinates of all accessible existing wastewater, storm water, water, IT and gas lines as well as any other lines owned by third-parties and locate all visible utilities, wells and signs within the apparent ROW width along project limits. Survey shall include utility marking from the Texas 811 request. • Open accessible manholes and inlets to obtain information on structure invert, type, and size, and all related pipe size, type, invert, orientation, and flow direction. • Everything up to and including Level C subsurface engineering (SUE) is to be included in Topographic Survey. Surveying services related to Level B SUE (locating utilities with electronic equipment)and Level A SUE are not included in Topographic and ROW Survey services but shall be provided as part of the scope of work for SUE, if required. \Uiaeng.com\Shares\Main\RVE-Data\BP'S-OPPORTUNITIES(ENGINEER ING)\2025\24-32631_AMD1 City of CC Blucher Park WW Improvements 23018\01-24-32631-AMD 1 Proposal Ltr.docx Amendment No. 1 Page 6 of 22 Docusign Envelope ID:CD284C89-5B55-42AC-A8DD-1C4357DFB4A2 Mr. Jeff Edmonds, PE September 24, 2025 Page 7 of 10 • Locate existing features within the apparent ROW. • Locate and identify trees, at least five inches in diameter, and areas of significant landscape or shrubs within the apparent ROW. • Generate electronic planimetric base map for use in project design and provide the electronic planimetric base map to the SUE A/E if required. • The survey should not stop at the property line, but should extend beyond the property line as needed to pick up features and surface flow patterns in the vicinity of the Project that could potentially impact the design or be impacted by the construction. This includes features such as existing swales or ditches, foundations, loading docks/overhead doors, driveways, parking lots, etc. • Research plats, ROW maps, deed, easements, and survey for fence corners, monuments, and iron pins within the existing ROW and analyze to establish existing apparent ROW. • Provide a preliminary base map containing apparent ROW, which will be used by the A/E to develop the proposed alignment and its position relative to the existing and proposed ROW. This preliminary base map must show lot or property lines, addresses, and significant business/facility names. 201 PERMIT PREPRATION (FIXED FEE) Furnish the City all engineering data and documentation necessary for all required permits. The A/E will prepare this documentation for all required signatures. The A/E will prepare and submit identified permits as applicable to the appropriate local, state, and federal authorities, including: • TxDOT utility and environmental permits, multiple use agreements o Prepare all engineering data and documentation necessary to submit a UIR on the City's behalf for the installation of the proposed force main and gravity wastewater main in TxDOT R.O.W. Coordinate with TxDOT Engineering Staff as necessary to devise a final design acceptable to that Department. Coordinate with TxDOT as required to obtain approved permit. • Texas Historical Commission o Coordination with the Texas Historical Commission (THC) will be conducted to identify potential impacts and to determine any required permit and/or restoration measures. 202 START-UP SERVICES (FIXED FEE) Provide on-site services and verification for all start-up procedures during actual start-up of major project components, systems, and related appurtenances if needed and required. 203 PROVIDE SCADA DOCUMENTATION (FIXED FEE) Provide standardized SCADA documentation, which will include PFDs, P&IDs' loop sheets, logics, SCADA architecture, DCS 1/0 lists, instrument lists, tie-in lists, piping lists, equipment lists, and instrumentation specification sheets. 204 WARRANTY PHASE (FIXED FEE) Provide a maintenance guaranty inspection toward the end of the one-year period after acceptance of the Project. Note defects requiring contractor action to maintain, repair, fix, restore, patch, or replace improvement under the maintenance guaranty terms of the contract. Document the condition and prepare a report for the City staff of the locations and conditions requiring action, with its recommendation for the method or action to best correct defective conditions and submit to City Staff. Complete the inspection and prepare the report no later than sixty(60)days prior to the end of the maintenance guaranty period. \Uiaeng.com\Shares\Main\RVE-Data\BP'S-OPPORTUNITIES(ENGINEER ING)\2025\24-32631_AMD1 City of CC Blucher Park WW Improvements 23018\01-24-32631-AMD 1 Proposal Ltr.docx Amendment No. 1 Page 7 of 22 Docusign Envelope ID:CD284C89-5B55-42AC-A8DD-1C4357DFB4A2 Mr. Jeff Edmonds, PE September 24, 2025 Page 8 of 10 205 GEOTECHNICAL INVESTIGATION AND RECOMMENDATIONS (FIXED FEE) See attached Tolunay-Wong Engineering, Inc. proposal for full Geotechnical Investigation and Recommendations scope. LJA to perform QA/QC review of geotechnical scope and report. 206 TELEVISING UTILITY LINES (Fixed Fee) Provide cleaning and televising of existing utility lines to verify existing conditions. Analyze photos and videos to recommend repairs and/or improvements and provide a written report with findings and recommendations. A copy of all photos and videos (in standard video and image format) shall be provided to the City. See attached Video Pipeline Inspection, Inc. (VPI) proposal. Limitations to televising utility lines associated with this project include the following: • Low-lying areas at Blucher Park, N. Tancahu, and N. Carancahua, may not be able to be surcharged due to shallow manholes. These areas may require bypass pumping to allow cleaning and CCTV inspection. • All of Page 2 (see LJA CCTV Schematic exhibit included with the VPI proposal)cannot be completed without bypass pumping due to shallow manholes in the Lower Broadway area. Due to these limitations, this proposal includes only 65% of the total linear footage indicated in the LJA CCTV Schematic exhibit. An amendment will be required if additional CCTV and/or bypass pumping is required. 207 SUBSURFACE UTILITY ENGINEERING (SUE) (Fixed Fee) SUE investigation for all utilities (City and third party) shall be conducted to Level C as part of Topographic Survey referenced above and in accordance with ASCE Standard "ASCE C-I, 38-02, Standard Guideline for the Collection and Depiction of Existing Subsurface Utility Data". A sealed Level A SUE report shall be provided to the City and included in the bid documents as an appendix. a) Provide subsurface utility engineering in accordance with ASCE Standard "ASCE C-I, 38-02,Standard Guideline for the Collection and Depiction of Existing Subsurface Utility Data" including, but not limited to, hydro-excavation. The proposed subsurface utility investigation will be as follows: i. Excavation — The SUE scope includes working with a subsurface utility excavator to perform Quality Level A investigation of underground utilities in specified areas through the project limit. Quality Level A includes the use of minimally intrusive excavation equipment at critical points to determine the horizontal and vertical position of underground utilities, as well as the type, size, condition, material, and other characteristics. Utilities located at this quality level will be physically located and tied to the topographic survey control. The utility will be identified, and an elevation will be obtained to the top of the utility. The following is the Lump Sum proposal for the QL-A SUE services and Traffic Control: 1. QL-A a. Perform one call for excavation. b. Coordination with utility company representatives. c. Hydro excavation of 19 test holes (1 W'x1'Lx6'D) at locations provided by LJA Public Works group. Test hole locations are subject to change. See attached SUE Schematic Exhibit. d. Coring and replacement of asphalt pavement. e. Backfill test holes. f. Prepare QL-A cad file with test hole locations based on field information obtained by the LJA survey field crew. \Uiaeng.com\Shares\Main\RVE-Data\BP'S-OPPORTUNITIES(ENGINEER ING)\2025\24-32631_AMD1 City of CC Blucher Park WW Improvements 23018\01-24-32631-AMD 1 Proposal Ltr.docx Amendment No. 1 Page 8 of 22 Docusign Envelope ID:CD284C89-5B55-42AC-A8DD-1C4357DFB4A2 Mr. Jeff Edmonds, PE September 24, 2025 Page 9 of 10 2. QL-A SUE Report a. Prepared in accordance with ASCE Standard ASCE C-I, 38-02 b. Utility horizontal and vertical position, type, size, condition, material, and other characteristics will be provided. c. Report sealed by a P.E. 3. Traffic Control a. Prepare traffic control plans. b. Submit and obtain lane closure permits. c. Setup and remove lane closures. Deliverables: 1. AutoCAD file with XYZ coordinates of test hole data tied to project control. Exclusions: 2. Permits and permit fees. 3. Exploratory hydro excavation beyond the 1'Wx1'Lx6'D test hole. 4. Construction matting for access. 5. Excavation in rock/stabilized type soils. 6. Tree/overgrowth clearing for access. 7. QL-B,QL-C & QL-D SUE 8. LJA survey group will provide a separate fee for the survey field crew obtaining designated utility data, staking test hole locations, obtaining test hole field data and processing. ITEMS TO BE PROVIDED BY THE CITY • Record drawings, record information of existing facilities and utilities (as available from City Engineering files). • A copy of pertinent existing studies and plans (as available from City Engineering files). • A copy of pertinent master plans, service basin boundary, and future land use. • Copy of Current Standard Bid and Contract Documents. • Copy of Current Standard and Technical Specifications. • Copy of Current Standard Construction Details. • Reproduction. • Bid Advertisement. • Pre-Bid Meeting Administration. • Bid Opening Administration. • Contract Award Administration. II. CONTRACT CONDITIONS LJA will perform the above-described work for the fees established below and shown in the attached manhour analysis. Any engineering efforts requested outside of the stated scope of work will require another amendment to the contract and additional fees. III. BASIS OF COMPENSATION PHASE I TASK FEE BASIC SERVICES 100 Preliminary Phase FF $50,500.00 101 Design Phase FF $751,670.00 102 Bid Phase FF $33,220.00 103 Construction Administration Phase T&M $137,160.00 Subtotal Basic Services $972,550.00 \Uiaeng.com\Shares\Main\RVE-Data\BP'S-OPPORTUNITIES(ENGINEER ING)\2025\24-32631_AMD1 City of CC Blucher Park WW Improvements 23018\01-24-32631-AMD 1 Proposal Ltr.docx Amendment No. 1 Page 9 of 22 Docusign Envelope ID:CD284C89-5B55-42AC-A8DD-1C4357DFB4A2 Mr. Jeff Edmonds, PE September 24, 2025 Page 10 of 10 ADDITIONAL SERVICES 200 Topographic and Right-of-Way ROW Survey FF $199,480.00 201 Permit Preparation FF $29,300.00 202 Start-Up Services FF $6,400.00 203 Provide SCADA Documentation FF $3,260.00 204 Warrant Phase FF $5,680.00 205 Geotechnical Investigation and Recommendations FF $60,613.50 206 Televising Utility Lines FF $81,906.75 207 Subsurface Utility Engineering SUE FF $112,000.00 Subtotal Additional Services $498,640.25 TOTAL AMENDMENT NO. 1 $1,471,190.25 IV. SCHEDULE Date Activity 2 Months After NTP Final ELR Submittal 1 Month City Review 6 Months 60% Design Submittal 1 Month City Review 2 Months 90% Design Submittal 1 Month City Review 1 Month 100% Pre-ATA Submittal 1 Month Final Sealed Design Submittal 2 Weeks Advertise for Bids 2 Weeks Pre-Bid Conference 1 Month Receive Bids 1 Month Contract Award 2 Months Begin Construction 20 Months Complete Construction V. SCHEDULE OF PAYMENT Invoices shall be prepared, submitted, and paid on a monthly basis in accordance with the Original Contract. Invoices will be based upon engineering efforts spent at the time of invoicing. Contract Amendment No. 1 documents are attached.We appreciate the opportunity to provide these engineering services to you. If you have any questions regarding this Contract Amendment, or need any additional information, please call us at 361.991.8550. Sincerely, Accepted By: CITY OF CORPUS CHRISTI 4DIan Engineering, Inc. By. Klare, PE Name: Sr. Project Manager Title: Je oy , PE Date: Vice President Attachments \Uiaeng.com\Shares\Main\RVE-Data\BP'S-OPPORTUNITIES(ENGINEER ING)\2025\24-32631_AMD1 City of CC Blucher Park WW Improvements 23018\01-24-32631-AMD 1 Proposal Ltr.docx Amendment No. 1 Page 10 of 22 C) C) OoO O0000 O Ln O O O O O O O O O O O O O Lo f- O N N 0 0 0 0 0 O O O O O co CO 0 0 O CO Ll- N CO r It 0 0 CO O - 0 0 0 r r N r- Cfl C' r 00 N M N co CO O O N CA r COr- r O O CO M U) O r N 0 r O Q z o O) LC) M M N O N CO 00 r 00 r Z O f- _ = E o� r r d d 0- 0 v C � E "+ Qa E 69 613 61!3 H) EA E 69 69 E& H? 69 H} 6q Wa} 69 O O O O O (D 0 0 0 0 0 U) O O O Q Cl O O O O O O O O O Ln L- O N N O O O O O O O O O O M CO O O O rt, O ti N CO LO W O O CO w = O O V O Q = Ln CO N r O '14� Mqi N CO CO O O CG r d O - CO L- N O O CO co Lo O - N 00 r E r LO u) M M L*- O N (fl 00 r O I- C Z r v N E N O Q 2 Cl N 69 6a 6a Qa EF)- 69 69 69 69 64 64 64 64 69 Ef} N 0 0 0 0 0 O O O £ O O O O O O 1 1 1 1 1 1 1 CD O >> � O O O ( O to N E ++ N N ti I- O £ d A Q NC jO> C) le O O N E L O m EL� d QV rnaQ L N LL U O Z O 69 69 69 69 tF} 69 69 69 69 64 69 64 69 E!? 69 U m 3: aL E19 U 3 a V ai L M N � (h u N m LL N _ O U � Z O (p W 6 W Z N 06E LL z W m ~ LL W � LL U co LL z 0 U +' O ~ O N •� Lv c af o N c LL Ncn a U m > LL C-) N a _ > c LL LuC) m �n E m fn c0 m N J > m '0 (0 -0O W O Q O N m O LL Q .2 VC-6 U 0 -_ "- � LiJ 0� c � U (6 Q L L6 > U (� (B O G1 O O U d ,C) D N O 00 W m d v1) U N W (6 U) O > E _� J a ? _0 m a) -5 � Tom! L 0 L L o L V Lf V) C Q O N W L O p m Z O 4J L6 O M '�� Q O to N (n 0- 0 m U Q D- U) � V a) U p H p W � > O r N cl) O r N M "t U) CO L� ++ c N 0 0 0 0 m 0 0 0 0 0 0 0 0 m W Q r r r 7 CV N N N N N N N 3 O a m Cl) Q U) H L) U O Docusign Envelope ID:CD284C89-5B55-42AC-A8DD-1C4357DFB4A2 361.991.8550 TBPELS F-1386 TBPELS 10110501 www.LJA.com 5350 South Staples Street,Suite 425,Corpus Christi,Texas 78411 ATTACHMENT B STANDARD RATE SCHEDULE ENGINEERING SERVICES Services performed by staff shall be billed at current billing rates as follows: Classification Billing Rate Vice President/Department Head, PE $260/hr Senior Project Manager, PE $230/hr Project Manager $190/hr Project Engineer, PE $180/hr Graduate Engineer III, EIT $140/hr Graduate Engineer 11, EIT $130/hr GIS Developer/Analyst $120/hr Hydraulic Modeler/Analyst $130/hr Designer III $150/hr Designer II $130/hr Designer 1 $110/hr Project Representative (Construction) $100/hr CAD Draftsman $95/hr Clerical $65/hr Other Subconsultants will be billed at cost plus 10%. Expert witness and certificate (merit or lender)duties will be billed at a rate of$425.00/hour. Reimbursable Expenses Reproduction, telephone, filing fees, permit fees, and other special charges which are advanced on behalf of the Client, and other non-labor charges directly related to the Project will be billed at cost + 10% in addition to the fees agreed upon for Services rendered. Vehicle mileage will be charged at the current IRS mileage rate per mile. Payments Billings for Services rendered will be made monthly and payment is requested within thirty (30) days of receipt of invoice, unless special arrangements are made. LJA reserves the right to suspend work should invoices not be paid within the stated terms. Client affirms that the Services to be provided by LJA should not be subject to the addition of any sales tax, value added tax, stamp duty, wage withholding, or similar tax or withholding, including at the source of payment, and as such, requests that LJA not add any such taxes to its invoices. If applicable, Client shall provide LJA with appropriate exemption certificates. The amount of any excise, VAT, or gross receipts tax that may be imposed for professional services shall be added to the compensation as determined above. In the case where Client is obliged to make any deduction or withholding on account of any such addition, the amount paid to LJA by Client for any invoice shall be grossed up to the amount of the invoice so that any fees and other sums payable to LJA are not subject to such taxes. C:\Users\arobertson\Desktop\LJA Standard Rate Schedule.docxLJA Standard Rate Schedule Amendment No. 1 Page 12 of 22 Docusign Envelope ID:CD284C89-5B55-42AC-A8DD-1C4357DFB4A2 ADDITIONAL RATE TERMS FOR SURVEYING SERVICES Classification Rate Sr. Project Manager, RPLS $185/hr Survey Manager, RPLS $185/hr Project Manager $140/hr Geospatial Services Manager $150/hr Assistant Project Manager $140/hr Sr. Project Surveyor $140/hr Project Surveyor $115/hr Sr. Survey Technician $120/hr Survey Technician $105/hr 4 Man Survey Crew $210/hr 3 Man Survey Crew $185/hr 2 Man Survey Crew $160/hr 1 Man Survey Crew $125/hr Survey CAD Technician $90/hr Survey Clerical $60/hr Special Equipment and Other Fees Equipment and direct expenses including delivery, telecom, rental vehicles, and airfare are billed at cost. Sub-consultants will be billed at cost plus 10%. Mileage Mileage is billed at$0.73/mile. Safety and Hazmat Training Any training required by the client will be billed at cost plus a 15% administrative fee or may be provided by the client. LJA Standard Rate Schedule Amendment No. 1 Page 13 of 22 /p/�J9n S�sPl - OgS%1144 �A'yl Jra J�fe Faye P�ae A4p/laM - - p�/aao 1 1 1-1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 4e�a4Ja�4a4 nS..1 1 1-1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 �MaJ4 - atinS`P`V,? ��s/fe,Aa/J'�44aaa�43 •' ' '_' 1 1 1 1 1 1 1 1 1 1 1 1 1 1 . .. ,a/aAo//iaaaesa0-1 � ,1 1 1 .. .. �..� �-�-�-�-�-� •�-�-�-� •�-�-�-�-� dy ale Aeae�JJaa�-1 1 1-1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 taapra/�,' -1 0 0 � � m-o 0 0 0 o .0. 0 .o •0. � .0 � •0.o-o..o. m o 0 0 � . 7 •1 � � 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 0 3 I•I I I I I•I I I I I I•I•I• I• I I I•I I • I I I I /p�aJ9n S�spl (4gsaw''��Pdp�yl JSa _ _ J�fe 1��s Faye P�ae pop/1dM - _ _ ^ad;yad/��-1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 aA/�"a��Aa^ns-1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1_1 1 1 1 1_1 1 1 �, s�dH,aap4 oy.�alad's-1 1 1 1 1 " 1 1 1 1 1 1 1 1 1 1 1 1_1 1 1 ' 1_' p��aao 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1_1 1 1 1 1_1 1 1 4p�a4Ja�?a^ns..1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1_1 1 1 1 1`1 1 1 �Ma�� _ atins`P`V,?-1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 " ' �(4s�p,�a,J'�44aa`�43 .1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1_1 1 1 1 1_' e,tsup�..a�;OOba�44aaplpa3 1 1 1 1 1 1 �-� 1 •1 1 � 1 1 1 1 � '-��1 1 1 1 1`' �..,<.��,.:aabAa oa -� � 1 1 1 1 ' 1 1 1 1 1 1 1 1 1 1 1 1 '1 1-1 1 1`" ' .i�a48sa�-1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1_1 1 1 1 1_' 1 �•,/AaaarO-1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1_1 1 1 1 1`' 1 - �aiapo„'Aaaesa0-� � 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1`1 1-1 1 1_1 1 s ��%�ep�H-1 1 1 � 1 � 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 � " ' � �. �.. �/�O,aaaaaia�aOS/� -1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1_1 1 1 1 1_' .. ��.����a a�a�a;paper -1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1_1 1 1 1 1 .. � ��a4�43 aJPnpp -I I I I I I � � •I •� � � � � � � � � I I I � I_I `, aa4�a9bao� -1 1 1 � 1 � 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 � 1 1 1 �d,alp Apap�;Jaa�-1 1 1 � � •� 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 � 1 ' 1 �, ap��a o d JS-1 1 1 1 1 1 1 I I 1 1 1 1 1 I I I _1 1 1 1 I`I 1 1 _ 7 •1 1 1 1 1 � � 1 � � � � � � � � �-� 1 1 1 � 1 1 � 1 0 3 I I I I•I I I I I•I•I I•I•I• I•I I I I I I I I• I I I /pJOJ9n _ S�spl `49saw'/��Pdp�yl J�.se Faye P�ae ^4d;yad/��_1 1 1 ■ 1 1 1 ■ ' ■ 1 1 1 1 1 1 1 1 °A/�/'a/JAd^ns_1 1 1 1 -1 1 1 1 ■ 1 ■ 1 1 1 1 I I I I I �, s/dH,dapa°S�a/°�S 1 1 1 1 ■ _1 1 1 1 ■ ■ 1 ■ 1 1 1 1 I I I I I - dti/!S.`P`V,?-1 1 1 1 ■ 1 1 1 1 ■ ■ ' ■ 1 ' 1 1 1 1 1 1 �`4sJfe a/J'�44aa4�43 1 1 1 1 ■- 1 1 1 � ® © ' •� •1 ' ' � � � 1 � •' e,tsap/..a�JOOba�44ad4/p43 1 1 � 1 ■'. 1 1 1 ■ ■ ' ■ 1 ' ' 1 1 1 1 1 ..,<.,.:aabAa oa _1 1 1 � ■ 1 1 1 ■ ■ � ■ 1 1-' 1 1 1 � 1 1 ./�aaesa�_1 1 1 1 ■ -1 1 1 1 ■ ■ 1 ■ 1 1 1 1 1 1 1 1 1 ,//Aa4ar O-1 1 1 1 1 ■ ■ 1 ■ 1 1 1 1 1 1 1 1 1 - �aiapO///adaesa0_1 1 1 1 1 ■ ■ � ■ 1 1_1 1 1 1 � 1 1 •• �.. J�/pLb/��%°ep�H-1 1 1 1 ■ - 1 1 1 ■ ■ ' ■ 1 1 1 1 1 1 1 1 1 • ,' � t/,J i/as aO/a^d�SRj 1 1 1 1 ■_ 1 1 1 1 ■ ■ ' ■ 1 1 1 1 1 1 1 1 1 4�aJaJpApe 1 1 1 1 ■ -1 1 1 1 ■ ■ ' ■ 1 1 1 1 1 1 1 1 1 1/J///aaa�4J aJp°p J -� � � ■- 1 I I I ■ ■ I ■ I I I 1 I I I I I .. �, dy.rdd4�4JJado9 -1 1 1 ' 1 1 1 ■ ■ 1 ■ 1 1 1 1 1 1 1 1 1 Jd,a�p�p4p�JJd°�-1 1 1 ® -1 1 1 1 ■ ■ 1 ■ 1 1 1 1 1 1 1 1 1 ' �, ap��a o d Js-'_ 1 I_ ..1 1 1 1 ■ ■ 1 ■ 1 I 1 1 I I I I I J4dp�a�°a' _� � � 1 1 1 ■ ■ 1 ■ 1 1 1 1 1 1 1 1 1 ' /1 •� � 1 1 1 1 ■ ■ 1 ■ 1 1 1 1 1 1 1 1 1 0 - 3 I I• I I �I . ■ I ■ I I•I 1 I I I I /eJOJ9n ... 'W°saw'/�J/p�p'yl Faye P�aa •��, s/aH,dapa°spa/°tls-' � I I_" � ' I_' � I 1 1 , 1 1 1 1 1 1 I �wsJfe a/J'�44aa4�43 •' � 1 1_' '_1 � ' 1_' � 1 ' ' . 1 1 1 1 1 1 �aiapO///Adaesa0 •• �.. J�/pLb/��%°ep�H-' � 1 1_"_1 � ' 1_' � 1 " . 1 1 1 1 1 1 1 • ,' � t/,�i/as aO/a^d�SRj -' � 1 1_' '_1 � ' 1_' � 1 ' ' . 1 1 1 1 1 1 �/�///aa4�4d aJp°p� ' � I � ' � � I � I••� � I I , I I I I I I I d�P4e da,a Wol �papHJ 7 •1 � 1 � 1 � 1 � 1 � 1 � 1 1 1 . 1 1 1 1 1 1 1 0 Docusign Envelope ID:CD284C89-5B55-42AC-A8DD-1C4357DFB4A2 VIDEO PIPELINE INSPECTION, INC. A VIDEO PIPELINE INSPECTION COMPANY CORPUS CHRISTI, TEXAS 361-852.7992 FAX 361.852.8022 September 23, 2025 JEstimate # 12967 Job Name: Blutcher Park WW Pre Clean and CCTV Page 1 of Plans Only City Job Number: 23082 LJA Project No. C007-22121.100 LJA Engineering Dylan Klare 5350 South Staples St., Suite 425 Corpus Christi, "Texas 78411 O. 361.991.8550 D. 361.360.2155 C. 361.739.2 754 Work Performed.Pre Clean and televise 6". 8; 24" WW Mains Page I of Plans Only Quantity Area Price Total 320.0 Clean and televised 6"- 8"WW Main 7.25 2320.000 4157.0 Clean and televised 24"WW Main 12.50 51962.500 4.0 Traffic Control If Required) 2400.00 9600.000 1.0 MOB 500.00 500.000 7.0 1Greenwood Drybed Maintaince Fee and Hauling 5uu.uu 35uu.uuu 14.0 Cefe Land Fill Fee per ton 75.00 1050.06 1.0 Water Meter Fee if Cleaned 1200.00 1200.000 2.0 24" Plus 855.00 1710.000 Tcotall 71842,50 Estimate by VPI on September 23, 2025: $71,842.50 Note: • Estimate based on numbers supplied. • Blutcher Park as well as N Tancahua and N Carancahua has low Iying areas that may not be able to be surcharged due to shallow manholes. This area may not be able to be cleaned and televised without bypass. • All of page two cannot be done without bypass due to shallow manholes on the Lower Broadway area. Video Pipeline Inspection, Inc. 6250 Greenwood Drive Corpus Christi, Texas 78417 Thank You for your Business! Amendment No. 1 Page 18 of 22 V 3NIIHOIVW � ?m ww Ww K LL C ZW a W� w TEM 133M1S pNVd037-w"` �j h � 3 W � ww-<0 Y I Z� C 3 D:a.'dS�1b1d L Q d h y y > �� h x y I y d x s m n h WW 1 c Z a o � v 133NIS N3NVWp q1I dI 3 Ww\ \ U Q �Ww I 3 Q \ Ww_WW� `- ww W m Qo Q L� W W 2� U =Na �WW P� 3 7 3 U e-KINNEY_gTREE i 22 9 I too �8 H �,pREDp gTREET _ �ww GW h� •y �J W m a o�Z g siREET_ww u� I 3 wa�� ww�pONE N I f I � z o o=m j 0 jTMo1�0o A NUE P_ RKiVE. h I I I 3 w y, I I c 3 w Ww-UpLEMAN AVENUE I I I zw MM I3 3 w FURMANAVENUE 3I h U F --0 £ b VENUE 3 N O I y h NANGOCK A ❑ I ID � a o -a�MM -�MM \ � W MM IIm n 1 I gg Z m ql I \ w [9 J W ED lb. W� FF/ W o / Z F�F ZWF � ON CL j J W � wW MM_MN` NVM-�� cs2 U OI C w I / o 1 a MM� /MM g` m N y1 W W Y� Q w U o a 1 1= a 4PI Q ES W- Z U �mm/ mrn F y Q m w 0 W t� MM U 3 p W WIL LU ww O�H yN LL 0 � a MM > W MM�Mw &; ppd, �`� u r�y/� =W ma NQiW ww M Z v/ 1 �e ZaZiJ .woa 1 �/� MM WOd'ZKo�ftlj v/ in W +� DOra.Y'��a W Z Z M 3 o�zoi���� J H I xo�gM � V Z �a Wao��oo o J -F I AL—MM� � MM MMMM MM�LLLM1bA—�mrm� I � � O 3 3� I 3 W W � I133a1S a09AV1 � ❑ � N vp a Za', ¢ WSW_ w 133a atl14 O I � F U' H 3NIIHOIHW w 0 V 3NIIHOIVW wa w zw 133MAs avvd039- �' IT T-� 3 W <p � Z�P z u� y N IWp. F FFtMN W \ a?dsg1b w LL m .� 3E 3 is Jm a x x °a _IT oo � y ti �sr U rn !s Q c° c ' II a Q m 5T I' o v i a Sr133U1S 3N9NVWOp Si ST o ild O 3 U � W ~ Z L W m Ox do w o U Lu sn W g U� 9 g �3'�Mts,t3 N 2 J w N m� NEY_ETREET �Sr I s P 3 KIN 1 I �r r W r�T / -pp gTREET = w a! ONE g STREETuw Bz waW�w���a _p d ss IT _sr Doa oo a— zti z � E n_ T�OD m� / aor'�.0 m I w _ —PARKAVENUE N II EZ n —W < Z w3 7 of CpLEMAN AVENUE — gy WSJ w w _ -FURMAN'AVENUE r� 3, o^ n F o U w—w— Itprc b NANGOCK A VENUE- j w � y F 0 2 I Z c c W>w a$ is —is 3 < 3oi�mu MM n a wwwwa $1 000000w c- 3 w \ Z 1111 lj W ED \S aILL Z FF z Z� N / J F N ------------------------------ U N w III a Q rn OW w` 0 o � v � y a U v I sT o 3 r_sT—IT G � � H Z ZOf m W � 1 oX ao M U U O p w W g U w _ Z.)W Ki. W Od'Zo�m� 0 W Y z2zoiw Z O=otifn3� ,� m a M 1fy76�O6 O // 5 s`N �= st 2 ❑ FgT Nt - �3 � 3 O'7 S 5 — Si 133d115,Y09AV1 p� 0 0000 ST a aa, ¢ W, 133N14_NNtl14 0 0 0 0 0 0 da a i3 II t 2 Z � I III I III O � � W H 3NIIHOIHW � I�I�I�I w 0