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