Loading...
HomeMy WebLinkAbout20122185.tiff .:11,w1.6see t►, —� MEMORANDUM tAt GOUh-_Y - TO: Clerk to the Board DATE: October 1, 2012 FROM: Mike Bedell, Public Works Department SUBJECT: BOCC Agenda Change Order No. 1, WCR 60.5/53 Intersection Improvement Project in the amount of $92,750.00. Attached are two signed, duplicate Change Order No 1. Please return one signed Change Order to the Public Works Department. Bid No. B 1200098 M\Francic\AgcndaMlkcBcdell.dacx / 0 /2/2C / �rC'Zct{ =�arlc{E� . C /� etU/3/ ("i„1 E_ C; cc ( BOARD OF COUNTY COMMISSIONERS REVIEW!WORK SESSION REQUEST RE: Project WCR 60.5/53 Intersection—Road Construction DEPARTMENT: WELD COUNTY PUBLIC WORKS DATE: 9/24/12 PERSON REQUESTING: Wayne Howard, P.E. County Engineer Brief description of the problem/issue: WCR 60.5/53 Intersection construction has been ongoing since September 10`h. Contrary to the original design, much of the on-site embankment materials have proven to be unsuitable for roadway construction. The unsuitable soils are saturated, contain organics, and have undesirable structural properties. Therefore, Public Works is proposing that the Contractor use imported embankment materials, geogrid stabilization material, and additional aggregate base course to construct an adequate foundation for the roadway. The areas of concern mainly occur on the west side of WCR 53 and the north side of WCR 60.5. What options exist for the Board? (Include consequences, impacts,costs, etc. of options) The Contractor has submitted unit costs for this additional work which are reasonable and comparable to similar past projects. We believe that this change order is justifiable because the unsuitable soils problem can be classified as an "unforeseen condition". In addition, it is critical that the condition be rectified in a timely manner to minimize the impact to the construction schedule. To save some of the expense related to this change order, Public Works is allowing the Contractor to utilize an existing stockpile of suitable fill material located at a County facility about 2 miles from the jobsite. Recommendation to the Board: I would recommend the County approve Change Order No. 1. If approved, it will be placed on the BOCC Agenda for the Chair's signature. Approve Schedule Recommendation Work Session Comments Sean P. Conway, Chair William F. Garcia, Pro-Tem Barbara Kirkmeyer David E. Long Douglas Rademacher Sv 7. \ w v\V V� Attachments: Change Order No.1 V 3" Y.V CHANGE ORDER NO.1 Date: September 24,2012 Project: WCR 60.5/53 INTERSECTION IMPROVEMENTS(R1200098) Owner: Weld County,Colorado Contractor: Coulson Excavating Company The following change is hereby made to the Contract Documents: Much of the on-site embankment materials are unsuitable for roadway construction. The unsuitable soils are saturated,contain organics.and have undesirable structural properties. Therefore, imported embankment materials and geogrid stabilization material must be used to construct an adequate foundation for the new roadway. The following additional work items shall comprise this change order: • Existing Bid Item 304 -Aggregate Base Course(Class 6): Increase quantity by 3.000 TON ((i) $13.50. Additional Cost =$40,500.00. • New Bid Item 203 — Imported Embankment: Add quantity 3,000 TON @$7.00. Additional Cost = $21,000.00. • New Bid Item 420—(icogrid Mirafi Type I IP 570: Add quantity 5,000 SY ep$6.25. Additional Cost = $31,25(.00. CHANGE TO CONTRACT PRICE: Original Contract Price: $1,258 375.80 Current Contract Price adjusted by previous Change Order: $1,258,375.80 The Contract Price due to this Change Order will be increased by: $92,750.00 The new Contract Price, including this Change Order,will he: $1,351,125.80 CHANGE TO CONTRACT TIME: The Contract Time will be increased by 14 calendar days. The date for completion of all Work will he: December 7,2012 . RECOMMENDED: Project Manager: W %C710 Date: ``zy t%,Z Michael Bedell. P.G. County Engineer: I/ Date: ¢//7 Wayne Howard.P.E.. APPROVALS: p Contractor: 4 (/"�'f"`"' 40.1e�Lsta2- � Date: 051//2- Coulson Excavating Company OCT 0 8 2012 Owner: Dale: Scan P.Conway 111OCC Chair) a1/a- &?WW Change Order No. 1 Coulson Excavating Co., Inc. 3609 N County Road 13 * Loveland, Colorado 80538 Phone(970) 667-2178* Fax (970)667-2193 e-mailed PROPOSAL SUBMITTED TO FAX 'PHONE DATE Weld County -Mike Bedell 9/21/2012 STREET 'PROJECT NAME 60.5 and 53 intersection CITY,STATE,ZIP CODE 'PROJECT LOCATION We hereby submit specifications and estimates for: Ebankment Unit #Units Per Unit Total Haul and place County Embankment material TN 3000 $7.00 $21,000.00 Geogrid Hybrid HP 570 SY 5000 $6.25 $31,250.00 ABC Cis 6 imported TN 3000 $13.50 $40,500.00 $0.00 $0.00 $0.00 $0.00 $0.00 $92,750.00 Notes: 14 days added to contract time Prepared By: Sean Cox Final billing will be based on actual field measurement. We Propose hereby to furnish material and labor-complete in accordance with above specifications, for the sum of: dollars ($ Acceptance of Proposal: Date: Note: This proposal may be withdrawn by usif not no accepted acc within 30 days. Acceptance of Proposal: 1Ir�+th W.ilck '1)•rC • Date: c't`Z•v�`Z• wEw Ctat. SE,4\oic.. E ' %NEE12-- Page 1 of 1 mor • i • .... • :, ,��`;Isk V T , I , lei IS J 3 d ' ' 0 j►l �� MEMORANDUM I G O U N T Y TO: Clerk to the Board DATE: August 22, 2012 FROM: Mike Bedell, Public Works Department SUBJECT: BOCC Consent Agenda Please submit for Chair's signature: Agreement with Coulson Excavating Company for the WCR 60.5/53 Intersection Improvements Project. Bid No. B1200098 Attached are two originals Agreements. Please return one signed agreement to Public Works. M.\Francie\AgendaMlkeBedell docx 0n 6,, fir( e� 6naat- C et Pw , PU 8-a7-aora c, � ,i a 2or�-�� 85✓ a 0Ocpt • AGREEMENT WCR 60.5/53 INTERSECTION IMPROVEMENTS THIS AGREEMENT,made this 20th day of August ,2012,by and between Weld County,Colorado,hereinafter called "Owner" and Coulson Excavating Company doing business as(an individual,) or (a partnership,) or (a corporation) hereinafter called "Contractor". WITNESSETH: That for and in consideration of the payments and agreements hereinafter mentioned: I. The Contractor will commence and complete the following:WCR 60.5/53 INTERSECTION IMPROVEMENTS described in the Invitation for Bids,Bid No. B 1200098. 2. The Contractor will furnish all of the material,supplies,tools,equipment,labor and other services necessary for the construction and completion of the Project described herein. 3. The Contractor will commence the work required by the Contract Documents within ten(10)calendar days after the Notice to Proceed and will complete the WCR 60.5/53 INTERSECTION IMPROVEMENTS within 75 calendar days unless the period for completion is extended otherwise by the Contract Documents. 4. The Contractor agrees to perform all of the Work described in the Contract Documents and comply with the terms therein for the sum of$ 1,258,375.80, or as shown in the Bid Schedule. 5. The term"Contract Documents"means and includes the following: (A) Invitation for Bids (B) Instructions to Bidders (C) Bid Proposal (D) Bid Bond (E) Statement of Qualifications and Subcontractors (F) Required Project Forms (G) Agreement (H) Labor and Materials Payment Bond (I) Performance Bond (J) Notice of Award (K) Notice to Proceed (L) Change Order (M) Certificate of Substantial Completion (N) Lien Waiver (O) Notice of Acceptance (P) Contract,Specifications,and Drawings issued by the Weld County Public Works Department. (Q) Colorado Department of Transportation "Standard Specifications for Road and Bridge Construction" (R) Colorado Department of Transportation Standard Plans"M& S Standards" (S) Addenda: No. None ,dated ,2012. No. None , dated ,2012. 6. The Owner will pay to the Contractor in the manner and at such times as set forth by the Contract Documents,or otherwise agreed upon in writing. ?Oa- ref/d 5 a A 7. This Agreement shall be binding upon all parties hereto and their respective heirs,executors,administrators. successors, and assigns. 8. Contract Appropriations: The Owner hereby states and affirms that the amount of money appropriated for this Contract is equal to or in excess of the Contract amount. No change order to this Contract requiring additional compensable work to be performed,which work causes the aggregate amount payable under the Contract to exceed the amount appropriated for the original Contract shall be issued by the Owner unless the Owner assures the Contractor,in writing,that lawful appropriations to cover the costs of the additional work has been made or unless such work is covered under a remedy-granting provision contained in the Contract. IN WITNESS WHEREOF,the parties hereto have executed,or caused to be executed by their duly authorized officials, this Agreement in two(2)copies each of which shall be deemed an original on the date first above written. ORDERED BY: ACCEPTED BY: THE BOARD OF D COUNTY COMMISSIONERS CONTRACTOR BY /V ( 7 BY ?1Ct4ARA V(S� NAME William F. Garcia NAME%, /i�� r [ -K7( (Please Type) TITLE Chair "Totem TITLE C.E. v, Date AUG 2 7 2012 ADDRESS 3609N dotauiy t oyn 13 LOVaiNd, ea 'o538 (SEAL) � /�j ' , (SEAL) '15ATTEST: ATTEST: Weld County Clerk to the and f9 TL,a ^ ,_ � BY //[ 44i>l21' , f' J BY t'').;p xU \\KOF1E �Nt�y Deputy Cl o the Board (Please TyO) TITLE SK g�v.p RESOLUTION RE : ACTION OF BOARD CONCERNING WAIVER OF TEN-DAY WAITING PERIOD FOR CONSIDERATION AND INVESTIGATION OF BID #B1200098 , CR 60. 5 AND CR 53 INTERSECTION IMPROVEMENTS PROJECT - DEPARTMENT OF PUBLIC WORKS WHEREAS , the Board of County Commissioners of Weld County, Colorado , pursuant to Colorado statute and the Weld County Home Rule Charter, is vested with the authority of administering the affairs of Weld County , Colorado, and WHEREAS, the Department of Purchasing has requested waiver of the ten-day waiting period for Bid Request #61200098 , CRs 60. 5 and 53 Intersection Improvements Project, for the Department of Public Works , to ensure the work commences and is completed prior to inclement weather conditions , and WHEREAS , the Board of County Commissioners deems it advisable to waive the ten-day waiting period for said bid . NOW, THEREFORE, BE IT RESOLVED by the Board of County Commissioners of Weld County , Colorado , that the ten-day waiting period for Bid Request #61200098, CRs 60. 5 and 53 Intersection Improvements Project, for the Department of Public Works , be , and hereby is , waived . BE IT FURTHER RESOLVED by the Board that the low bid from Coulson Excavating Company , Inc. , in the amount of $ 1 , 258 , 375. 80 , be , and hereby is , accepted . The above and foregoing Resolution was , on motion duly made and seconded , adopted by the following vote on the 20th day of August, A. D . , 2012 . BOARD OF COUNTY COMMISSIONERS WELD COUNTY , COLORADO ATTEST: � rC Sean P Co ay , hair C Weld County Clerk to the Board illiam . Ga ' , pro-Tern Deputy Cl T to t e Boar.,� �� .p . Kirkmeyer A ttta $ ckiPP AS '- '� avid E . Long ♦ r ounty Attorney ��� - Dougl Radema her Date of signature : Q - 5 - / c9 2012-2185 C� Qu . P00016 WELD COUNTY PURCHASING '< � , N 1150 "O" Street, Room #107 Greeley CO 80631 �` ►:' �1 y' E-Mail: mwalters(a�co.weld.co.us E-mail: reverettco.weld.co.us G0_� NT2 Phone: (970) 356-4000, Ext 4222 or 4223 Fax: (970) 336-7226 DATE OF BID: August 16th, 2012 REQUEST FOR: WCR 60.5/53 INTERSECTION IMPROVEMENTS PROJECT DEPARTMENT: Public Works Dept BID NO: #61200098 PRESENT DATE: August 20`", 2012 APPROVAL DATE: August 201.11, 2012 ***EMERGENCY APPROVAL—SAME DAY*** TOTAL COST VENDORS FOR PROJECT COULSON EXCAVATING CO INC $1,258,375.80 3609 N COUNTY RD 13 LOVELAND CO 80532 MARTIN MARIETTA MATERIALS INC $1,463,569.55 925 N 35TH AVENUE GREELEY CO 80631 MOUNTAIN CONSTRUCTORS INC $1,495,430.70 P O BOX 405 PLATTEVILLE CO 80621 ASPHALT SPECIALTIES CO INC $1,609,240.60 10100 DALLAS STREET HENDERSON CO 80640 CONNELL RESOURCES INC $1,617.850.00 7785 HIGHLAND MEADOWS PKWY#100 FT COLLINS CO 80528 **PUBLIC WORKS IS REVIEWING THE BIDS AT THIS TIME. CA?Ooior ar/d-die's 6 DEG BID TABULATION 8-16-12 ggZbbegAB WCR 60.5/53 INTERSECTION IMPROVEMENT PROJECT (614!!!98) ITEM ESTIMATED UNIT PRICE TOTAL UNIT PRICE TOTAL UNIT PRICE TOTAL NUMBER CONTRACT ITEM UNIT QUANTITY Coulson Coulson Martin Martin Mountain Mountain 201 Clearing and Grubbing LS I $6,500 00 $6,500.00 $22,000.00 $22,000.00 $33,000.00 $33,000.00 202 Removal of RCP LF I7 $20.00 $340.00 $13.00 $22100 $12.00 $204.00 202 Removal of CSP LF 509 $5.00 $2,545.00 $13.00 $6,617.00 $12.00 $6,108.00 202 Removal of Asphalt Mat(112"Milling) SY 10402 $2.40 $24,964.80 $0.90 $9,361.80 $1.50 $15,603.00 202 Removal of Asphalt Mat(2"Profile Milling) SY 6087 $300 $18261.00 $1.40 $8,521.80 $2.50 $15,217.50 202 Removal of Asphalt Mat(8'or less) SY 122 $5.00 $610.00 $10.70 $1,305.40 $10.00 .$1,220.00 202 Removal of Asphalt Mat(up to 12")(Pipes) SY 299 $15.00 $4,485.00 $13.00 $3,887.00 $12.00 $3,588.00 202 Removal of Pavement Marking SF 700 $3.50 $2,450.00 $2.15 $1,505.00 $2.00 $1,400.00 202 Removal of Ground Sign EACH 5 $100.00 $500.00 $44.50 $222.50 $46.00 $230.00 202 Removal of Concrete Siphon Structures EACH 2 $500.00 $1,000.00 $1,320.00 $2,640.00 $1,200.00 $2,400.00 202 Removal of Concrete Irrigation Structures EACH 2 $350.00 $700.00 $715.00 $1,430.00 $65000 $1,300.00 203 Baekhae HOUR 25 $100.00 $2,500.00 $99.00 $2,475.00 $90.00 $2,250.00 203 Unclassified Excavation(CIP) CY 7317 $4.00 $29,26800 $8.80 $64,389.60 $7.50 $54,877.50 203 Embankment(CIP) CY 5870 $1.50 $8,805.00 $7.15 $41970.50 $6.50 $38,155.00 203 Proof Rolling HOUR 30 $100.00 $3,000.00 $70.00 $2,10000 $135.00 $4,050.00 203 Utility Potholing HOUR 5 $150.00 $750.00 $150.00 $750.00 $130.00 $650.00 203 Muck Excavation CY 396 $10.00 $3,960.00 $16.50 $6,534.00 $15.00 $5,940.00 206 Structure Excavation CY 211 $10.00 $2,11000 $16.50 $3,481.50 $1500 $3,165.00 206 Structure Backfill(Class I) CY 394 $20.00 $7,880.00 $33.00 $13,002.00 $3000 $11,82000 206 Structure Backfill(Flow-Fill) CY 765 $75.00 $57,375.00 5100.00 $76,500.00 $8000 $61,200.00 207 Topsoil CY 851 $6.00 $5,106.00 $13.20 $11,233.20 $12.00 $10,212.00 208 Erosion Log(12 inch) LF 30 $10.00 $300.00 $13.00 $390.00 $4.50 $135.00 208 Erosion Bales(Weed-Free) EACH IC $30.00 $300.00 $16.00 $160.00 $18.00 $180.00 208 Silt Fence LF 5164 $200 $10,328.00 $1.00 $5,164.00 $1.30 $6,713.20 208 Temporary Erosion Control Berm LF 420 85.00 $2,100.00 $7.70 $3,234.00 $7.00 $2,940.00 208 Concrete Washout Structure EACH I $1$00.00 $1,500.00 $1,50000 $1,500.00 $750.00 $750.00 208 Temporary Irrigation Ditch LF 2188 $2.00 $4,376.00 $5.50 $12,034.00 $5.00 $10,94000 210 Rain Ground Sign EACH 15 $50.00 $750.00 $110.00 $1,650.00 $115.00 $1,725.00 210 Reset Post(with Address) EACH I $100.00 $100.00 $85.00 $85.00 $160.00 $160.00 210 Reset Mailbox EACH 10 $200.00 $2,000.00 $175.00 $1,750.00 $170.00 $1,700.00 212 Seeding(Native) ACRE 4 $350.00 $1,400.00 $32500 $1,300.00 $325.00 $1,300.00 212 Spray'On Mulching ACRE 4 $3,000.00 $12,000 00 $4,100 00 $16,400.00 $4,200.00 $16,800.00 304 Aggregate Base Course(Class 5)(Shoulders) TON 480 $15.00 $7,200.00 $16.50 $7,92000 $17.00 $8,160.00 304 Aggregate Base Coune(Class 6) TON 10248 M3.50 $138,348.00 $14.85 $152,182.80 $17.00 $174,216.00 403 HMA(Grade S)(100)(PG 64-22) TON 8878 $57.00 $506,04600 $57.00 $506,046.00 $65.00 $577,070.00 403 HMA(Grade S)(100)(PG 64-22)(Patching) TON 152 $85.00 $12,920.00 $125.00 $19,000.00 $160.00 $24,320.00 420 Geotextile(Separator)(Class I) SY 241 $500 $1,20600 $3.50 $843 50 $4.50 _ $1,084.50 Cron%-sot t tic ttik 1414aut gb4s 500 R'prap(1)50..12") l Y r,` $70.00 54.3.1(.(61 509(10 50.138.)0 $90.00 55.580.00 601 Concrete Cass D(with 7e17.v') ('Y .. $025.00 52'9.6(01.0 5800(X0 525.4,00.00 5750.00 $'_4,000.00 60? I4"x 23"RCP IIF.Class III LF $51.1.00 519.0011X) $7(1.01) S27,72O.OO 560.00 523 760.011 603 14"x 23"RC)'HE Class III End Sections EAC'I I SR00,00 54.8010) 5'1')O.1x1 35,040 i)0 5900.00 5.5.4OO.(X1 603 29"x 43"RCP(IF Class III LI' $1410.04) 52_0300.1)0 $140 00 520,120.00 $12000 $34,9641.0) 6O3 29"x 43"RCP HE Class Ill End Sections EACH 5 51.50007 57.500 00 51.7600) 58,800.00 51.6,)0.0) $8,000.00 6(13 IS"x 30'RCP HE Class III I.1, 2OR 565.IX) S13,520.00 594.00 519.552.00 50000 $16,640.0) 6O3 3O"RCP(Siphon) ;I 221 563!X) 513923(X1 5)52.00 $29,17200 S1000.00 522.100.00 61)3 3(i Fquisalenl('SP Arch I.I, 65 555.(X1 $3,575.00 57100 54.615 US 565.00 54.225)X1 6O3 I0"Equivalent CS Arch L' 21) 535.00 5'700.00 555.00 $1.100.Oi $50.00 51,000(10 603 15"CSP I.F 93 S30O0 S2 790 00 555.00 55.115(X7 SCr.)0H $4,650.00 603 24"(SP I.F 43 $4048) 53.:2)1.1(0 360.00 55,470 00 555 tµ) $4.565.00 6117 Fence(Plastic)(Temporary) 1.F 5O 35.0) 525O 00 55.0 5211O.(X1 $35X) 5150.00 _ 612 Delineator(Type I) EACH 4 535OO 5140.00 527.80 5111.20 530.00 $12OOO 612 Delineator flypc III)(Caronitc Flat 60") EACH 10 5)000 0400.00 513.5( 5335(1O 533 DO 5350.01 (.14 Sign Panel(Class)) SF In $?oo(NI 530000 $3300') 5200.70 $2000 5200,0) 614 Sign Panel(Class II) S I' I R 535.00 $630.00 S';"' 5423.00 525.00 5450.00 614 Steel Sign Post(2x2Tubing) I.F 51 52501 S127500 $(c S1. S79O.3O 5)0.0) SR16.00 620 Field Office(Class II)(with Generator) LiACI I 56.50000 56,500.00 519.01)0 00 S 10.00).0) $7-500.111 57.500.(10 621) Sanitary Facility {AC)] I $1.500.00 51,501 t10 590001 5900.00 S1.OOO.OO 31_(X01.0 625 Cnnsnucuion Surveying IS I 520000.00 52)1.0110 01 527.507.25 527.50025 $30,000.00 530.000.00 1.20 Mobilization IS I 565010).0) $65.0X).00 599,OOO.(X1 599,000.01 $71.000.00 571,0(10.00 627 Pavement Marling Paint(Waterborne) (Al. 1'! $45O1) $5,4450X) 547.1)4) $5,0,87(1( 544.00 55,324.00 627 Thermoplastic Pavement Marking SF 10.1 520.01 50.22_0,00 52OOO 53.220.00 ¶19.00 53.059.00 629 .Survey Monument(Type 4) EACII I 5500.07 5500.00 5801.00 5800.00 5575.00 $575.00 630 Traffic Control Management DAY a 5050.00 53.230.00 $64000 33,2_00.(X) S6t1.0) S?,30).0) 630 Traffic Cnnlrol Inspection DAY 70 9400 0)) 528.000.00 367.0(1 54,690.00 569.00 34.830 00 630 Plaguing HOAR 1536 5_20.00 530,72(1514) 525.75 579.552.01 526.50 540,704.0) 650 Construction'Traffic Sign(Panel Size A) EM')) R1 550.00 31.05000 $55 5O 54.495.50 558.00 34,698 00 ' 630 Construction TrafficSign(Panel Size H) EAC')) 9 550.00 545O1X) 3555O 5499.50 55800 Ss„)ro 630 Construction Traffic Sign(Special) SF 61) 515 00 59(X1OO 511.1X) 566OOO 511.07 5(Xd1.OO 630 Barricade(Type lIl-Mli)(Temporary) EACH IR 5110.10 51980.01 555.50 5999.00 $60.00 S1.0R0.00 600 Portable Variable Message Boards DAY 42 3100101 54200.1,01 $85.01 53.570.X) 500.00 $3,780 00 630 Dn.m Channelizing Device EMI( 163 530.0) 51,890)X) 522 50 53.667.50 523 OO 53,749.(X) 1,30 Traffic Cones I:ACI I ISO 57.50 51.125.0) 55.55 5832.50 . 56.00 $907.00 'u0 p),Minor Contract Revisions •. . 1 560.000 00 $6,7.000 00 5600000 ¶60,0(10.(0) $60,00.00 S00.000).00 F!A Erosion Control , S. I , 55.070.00 5'.OX7 017 55,(,)0(K1 51.0000 00 00.1X10 00 9550011X1 1 TOTAL $1,258,375.80 TOTAL $1,463,569.55 TOTAL $1,495,430.70 Bidding Errors or Discrepancies None None None C ouVics1.t M6s'C1 N you y i UNIT PRICE TOTAL UNIT PRICE TOTAL Asphalt Spec. Asphalt Spec. Connell Connell $32,000.00 $32,000 00 56,500.00 $6,500.00 $11.00 $187.00 $41.00 $697.00 $13.00 $6,617.00 $8.25 $4,199.25 $1.50 $15,603 00 $1.00 $10,402.00 $2.20 $13391.40 $1.50 59,130.50 515,00 $1,830.00 515.50 $1,891.00 $15.00 $4,485.00 $10.50 $3,139.50 $2.00 $1,400.00 $2.50 $1,750.00 $44.00 $220.00 $44.00 $220.00 $1,375.00 $2,750.00 $850.00 $1,700.00 $1,100.00 $2,200.00 $850.00 $1,700.00 $125.00 $3,125.00 $175.00 $4,375.00 $100 $58,536.00 $8.00 $58,53600 $12.00 570,44000 $9.00 $52,830.00 5125.00 $3,750.00 $95.00 $2,850.00 $135.00 5675.00 $225.00 51,125.00 $27.00 $10,692.00 $51.00 $20,196.00 $27.00 $5,697.00 $15.00 53,165.00 $27.00 $10,638.00 $40.00 $15,760.00 $120.00 $91,800.00 $70.00 $53,550.00 $8.00 $6,808.00 $8.00 $6,808.00 $4.00 $120.00 $5.50 $165 00 $16.00 $160.00 $28.00 $280.00 $1.20 $6,196.80 $1.10 $5,680.40 $6.60 12,772.00 $2 25 $945.00 $1,800.00 $1,800.00 $525.00 $525.00 $2.20 $4,813.60 $5.00 $10,940.00 $110.00 $1,650.00 $11000 $1,650.00 $82.50 $82.50 $83.00 $83.00 $165.00 $1,650.00 $165.00 $165000 $310.00 $1,240.00 $305.00 $1,220.00 $4,000.00 $16,000.00 $2,990.00 $11,960.00 $25.00 $12,000.00 $22.00 $10,560.00 $22.00 5225,456.00 $21.00 $215,208.00 $66.00 $585,948.00 $76.00 $674,728.00 $105.00 $15,960 00 $12100 $19,304 00 $4.50 $1,084.50 $5.50 $1,325 50 MbkAL'c 65441C. Calt1g1.1. $80.30 $4,978.60 $78.00 $4,836.00 $880.00 $28,160.00 597100 $31,072.00 35)20 $22,651.20 $57.00 $22,572.00 $950.00 $5,700.00 $583.00 $3,498.00 $812.00 $23,296.00 $10300 $21,424.00 $1,850.00 $9,250.00 51,56000 $7,800.00 $73.00 $15,18400 $73.00 $15,184.00 $70.00 515,47000 $70.00 $15,470.00 $100.00 $6,500.00 $9400 $6,110.00 $7500 $1,500.00 $49.00 $980.00 $44.00 $4,092.00 $45.00 $4,185.00 $61.00 $5,063.00 $57.00 $4,73100 $1750 $875.00 $5.00 $250.00 $27.50 $11000 $27.00 $108.00 $33.00 $330.00 $33.00 $330.00 $20.00 $200.00 $20.00 $200.00 $23.00 $414.00 $23.00 $41000 $15.00 $765.00 $15.00 $765.00 $15,000.00 $15,000.00 $27,700.00 $27,700.00 $800.00 $800.00 $194000 51,940.00 $25,000.00 $25,000 00 $23,600 00 $23,600.00 $70,000.00 $70,000.00 $51,000.00 $51,000.00 $4100 $4,96100 $51.00 $6,17100 $1700 $2,737.00 $21.00 $3,38100 $600.00 $600.00 $599.85 $599.85 $630.00 $3,15000 $500.00 $2,500.00 $66.00 $4,620.00 541500 $29,050.00 $25.00 $38,400 00 $22.00 $33,792.00 • $55.00 $4,455.00 $47.00 $3,807.00 $55.00 $495.00 $53.00 $477.00 $1100 $660.00 $10.50 3630.00 $55.00 $990.00 $12000 $2,160.00 $85.00 $3,570.00 $89.00 $3,738.00 $22.00 $3,586.00 $29.00 $4,727.00 $600 $900.00 $6.00 $900.00 $60,000.00 $60,000.00 $60,000.00 $60,000.00 $5,00000 $5,000.00 $5,000.00 $5,000.00 TOTAL 51,609,240.60 TOTAL 51,617,850.00 Nona None $Sb ucc $TEL. Ca MK61.1. Hello