Loading...
R-05-04-14-14E2 - 4/14/2005RESOLUTION NO. R -05-04-14-14E2 WHEREAS, the City of Round Rock has previously entered into a Contract for Engineering Services ("Contract") with S.D. Kallman, L.P. for the design of a 12 inch water line from South Mays Street to Gattis School Road, and WHEREAS, S.D. Kallman, L.P. has submitted Supplemental Agreement No. 2 to the Contract for a change in the scope of services, and WHEREAS, the City Council desires to enter into said Supplemental Agreement No. 2 with S.D. Kallman, L.P., Now Therefore BE IT RESOLVED BY THE COUNCIL OF THE CITY OF ROUND ROCK, TEXAS, That the Mayor is hereby authorized and directed to execute on behalf of the City Supplemental Agreement No. 2 to the Contract for Engineering Services with S.D. Kallman, L.P., a copy of said same being attached hereto as Exhibit "A" and incorporated herein for all purposes. The City Council hereby finds and declares that written notice of the date, hour, place and subject of the meeting at which this Resolution was adopted was posted and that such meeting was open to the public as required by law at all times during which this Resolution and the subject matter hereof were discussed, considered and formally acted upon, all as required by the Open Meetings Act, Chapter 551, Texas Government Code, as amended. RESOLVED this 14th day of April, 2005. TEST: N OPT WELL, M or —..® City of Round Rock, Texas CHRISTINE R. MARTINEZ, City S retary @PFDesktop\::ODMA/WORLDOX/O:/WDOX/RESOLUTI/R50414E2.WPD/sc STATE OF TEXAS COUNTY OF WILLIAMSON SUPPLEMENTAL CONTRACT NO. 2 TO CONTRACT FOR ENGINEERING SERVICES FIRM: S. D. Kallman, L.P. ("Engineer") ADDRESS: 1106 S. Mays, Ste. 100, Round Rock, TX 78664 PROJECT: Gattis School Road 12 -inch Water Line Improvements This Supplemental Contract No. 2 to Contract for Engineering Services is made by and between the City of Round Rock, Texas, hereinafter called the "City" and S. D. Kallman, L.P., hereinafter called the "Engineer". WHEREAS, the City and Engineer executed an Contract for Engineering Services, hereinafter called the "Contract", on the 12th day of February, 2004 for the Gattis School Road 12 -inch Water Line Improvements in the amount of $25,400; and WHEREAS, the City and Engineer executed Supplemental Contract No. 1 on December 16, 2004 to modify the provisions for the scope of services, to extend the termination date, to increase the compensation by $8,900 to a total of $34,300, and to modify the provision for notices to proceed; and WHEREAS, it has become necessary to amend the Contract to modify the provisions for the scope of services, and to increase the compensation by $4,200 to a total of $38,500, and NOW THEREFORE, premises considered, the City and the Engineer agree that said Contract is amended as follows: I. Article 2, Engineering Services and Exhibit B, Engineering Services shall be amended as set forth in the attached Addendum To Exhibit B. Exhibit C, Work Schedule shall be amended as set forth in the attached Addendum To Exhibit C. II. Article 4, Compensation and Exhibit D, Fee Schedule shall be amended by increasing by $4,200 the lump sum amount payable under the Contract for a total of $38,500, as shown by the attached Addendum to Exhibit D. Supplemental Contract sdkallman-gattisl2-inch wlsa2; WL02GAT12; 83763 EXHIBIT Rev.03/02/04 64836 IN WITNESS WHEREOF, the City and the Engineer have executed this Supplemental Contract in duplicate. S. D. KALLMAN, LP. By: � ra,t,L V12.04(.1 PAI. 03-2.7--05 Date CITY OF ROUND ROCK APPROVED AS TO FORM: By: Nyle Maxwell, Mayor Stephan L. Sheets, City Attorney Date Supplemental Contract sdkallman-gattisl2-inch wlsa2; WL02GAT12; 83763 2 Rev.03/02/04 64836 ADDENDUM TO EXHIBIT B Engineering Services The changes to the scope of this project are as follows: EXHIBIT B ENGINEERING SERVICES Basic Services: Design Phase 1. Attend preliminary conferences with the City regarding the requirements of the project. Determine necessity for any acquisition of any additional real property/easements/ROWs. 2. Preparation of Plans and Specifications. Construction plans include the horizontal and vertical location of all existing utilities within the construction area. The utilities shall include, but not be limited to electric, gas, water, wastewater and communication utilities. 3. Prepare bid quantities. 4. Prepare pre -design estimate after utility locations and determination of scope of work, final design estimate, specifications and general notes. 5. Supplemental Agreement #1 — Revise construction plans and specifications for the realignment of the proposed water line through the church property. 6. Supplemental Agreement #2 — Revise construction plans and specifications for the additional 20' right-of-way along Gattis School Road required by the City. Bidding Phase 1. Prepare bidding documents and all copies for the bidding process. 2. Attend pre-bid conference and attend public bid opening. 3. Review bids received for completeness and accuracy and prepare detailed bid tabulations. 4. Make recommendation for bid award and prepare notice of award. 5. Prepare seven sets of final contract documents. Construction Phase 1. Provide periodic construction inspection services to assure compliance with plans and specifications. 2. Attend construction meetings as requested by City. 3. Review and make recommendations to City on submittals, pay requests and change orders. 4. Punchlist the project when contractor requests consideration for acceptance. Sign off on completed punchlist. 5. Prepare and submit a Plan of Record for the completed project. Special Services: Design Phase 1. Design field surveys and tree locations. 2. Locate existing marked underground and overhead utilities. 3. Set horizontal and vertical controls. 4. Property surveys and field notes for waterline easements. 5. Supplemental Agreement #1 — Additional design field surveys for the realignment of the proposed water line through the church property. 6. Supplemental Agreement #1 — Additional property surveys and field notes for water line easement for realignment of proposed water line through the church property. 7. Supplemental Agreement #2 - Additional property surveys and field notes for water line easements for the additional 20' right-of-way along Gattis School Road required by the City. ADDENDUM TO EXHIBIT C Work Schedule The changes to the Work Schedule for this project are as follows: Week: 02/13/04 03/25/04 12/03/04 04/14/05 04/29/05 05/13/05 06/03/05 06/17/05 06/30/05 & 07/07/05 08/02/05 08/11/05 08/25/05 09/01/05 09/08/05 EXHIBIT C WORK SCHEDULE Milestone: Notice to Proceed Given to Engineer to Design Project Submit Field Notes and Sketches for Water Line Easements to City of Round Rock Public Works Department Notice to Proceed with Supplemental Agreement #1 Given to Engineer Notice to Proceed with Supplemental Agreement #2 Given to Engineer Submit Field Notes and Sketches for Additional Water Line Easement to City of Round Rock Public Works Department 60% Design Submitted to City of Round Rock Public Works Department for Review Final Design Submitted to City of Round Rock Public Works Department for Review Plans Approved by City of Round Rock Public Works Department Public Notice Advertising Bids Bids Received at City Hall City Awards Contract Contractor Returns Contract Documents with Signature, Bonds, and Certificate of Insurance City Signs Contract Documents; City and Engineer Hold Pre - Construction Conference and Issues Notice to Proceed Begin Construction 12/8/05 Construction Substantially Complete - Water Line in Service (3 Months) Final Project Acceptance 01/06/06 ADDENDUM TO EXHIBIT D Fee Schedule The changes to the fee schedule for this project are as follows: EXHIBIT D FEE SCHEDULE Basic Services: Design Phase 1. Attend preliminary conferences with the City regarding the $1,000. requirements of the project. Determine necessity for any acquisition of any additional real property/easements/ROWs. 2. Preparation of Plans and Specifications. Construction plans include $8,700. the horizontal and vertical location of all existing utilities within the construction area. The utilities shall include, but not be limited to electric, gas, water, wastewater and communication utilities. 3. Prepare bid quantities. $1,000. 4. Prepare pre -design estimate and final design estimate. $1,000. Total Basic Services - Design Phase $11,700. Bidding Phase 1. Prepare bidding documents and all copies for the bidding process. $800. 2. Attend pre-bid conference and attend public bid opening. $250. 3. Review bids received for completeness and accuracy and prepare $200. detailed bid tabulations. 4. Make recommendation for bid award and prepare notice of award. $150. 5. Prepare seven sets of final contract documents. $100. Total Basic Services - Bidding Phase $1,560. Construction Phase 1. Provide periodic construction inspection services to assure compliance with plans and specifications. 2. Attend construction meetings as requested by City. 3. Review and make recommendations to City on submittals, pay requests and change orders. 4. Punchlist the project when contractor requests consideration for acceptance. Sign off on completed punchlist. 5. Prepare and submit a Plan of Record for the completed project. Total Basic Services - Construction Phase Total Basic Service Fees Special Services: Design Phase 1. Design field surveys and tree locations. $4,300. 2. Locate existing marked underground and overhead utilities. $1,500. 3. Set horizontal and vertical controls. No Charge 4. Property surveys and field notes for waterline easements. $4,000. Total Special Services - Design Phase $9,800. Total Basic Service Fees $15,600. Total Special Service Fees $9,800. Total 12" Gattis School Road Water Line Project Fees $25,400. $1,540. $300. $100. $200. $200. $2,340. $15,600. Supplemental Agreement #1 Basic Services: Design Phase 1. Revise Construction Plans and Specifications for the realignment of the proposed water line through the church property. Total Supplemental Agreement #1 Basic Services — Design Phase Supplemental Agreement #1 Special Services: Design Phase 1. Additional Design Field Surveys for realignment of the proposed water line through the church property. 2. Additional Property Surveys and Field Notes for the realignment of the proposed water line through the church property. Total Supplemental Agreement #1 Special Services — Design Phase Supplemental Agreement #2 Basic Services: Design Phase 1. Revise Construction Plans and Specifications for additional 20' Right -of -Way along Gattis School Road Required by the City. Total Supplemental Agreement #2 Basic Services — Design Phase Supplemental Agreement #2 Special Services: Design Phase 1. Additional Property Surveys and Field Notes for the realignment of the proposed water line through the church property. Total Supplemental Agreement #2 Special Services — Design Phase $3,500. $3,500. $3,400. $2,000. $5,400. $2,200. $2,200. $2,000. $2,000. Total Supplemental Agreement #1 Basic Services $3,500. Total Supplemental Agreement #1 Special Services $5,400. Total Supplemental Agreement #2 Basic Services $2,200. Total Supplemental Agreement #2 Special Services $2,000. Total Supplemental Agreements #1 and #2 Fees $13,100. Total 12" Gattis School Road Water Line Project Fees Including Supplemental Agreements #1 and #2 $38,500. Note: Since it is assumed that the construction contractor shall provide construction staking for this project, no fees have been included for that task. Above fees shall be invoiced monthly, based upon the percentage of services completed. CEIRTIFICAT8 OF LIABILITY INSIIIIANtE PRODUCER Michael J. Hall & Company 19578 10th Avenue NE Poulsbo, WA 98370 360-598-3700 INSURED S.D. Kallman, LP Due Mar 22, 2005 COMPANIES AFFORDING COVERAGE A Underwriter at Lloyds, London B Hartford Accident & Indemnity Company a MIS IS ID CERTIFY MAT the Rautred tannied above is insuredby the Coropanies listed above with rept to, the huSinesa OlteradOrtS terOuaffer- (LO's4ateriL tgr tlao iypa itiauraiste and m accorda- nap Vitt 1* pffigitilons the standard ,portbles used by the companies/ and father berelnaftet *sealed, Exceptions to te rio 1gs Ve tote belt)* lilTg OtrISSIVOCIE P9LICT LTR =MEER B ORRRALIVEBILITY' Ketwirm mplungii Limns DATE AtiToKommumnurr RINCtsa tDOU,Irr 02/19/05 GNERAL AGGREGATh kittkitiel*edWidli Add 02/19/06 'oriik,*Adv, ThutRy -EAEROCCURRENCE- FiRE;DANk40# iint 074 Ftp .EXPMEtAliti* 00* 3-000000 $ 2000000 4-1000000 $ 1000000 $ 300000 $ 10000 -d0h011413DSINGL-B -MAT Aadi,Vtd004..et -peucaly OdbiadigtThei-Or iittotitidklaW6t WORMS' COMM$40214 411raMPLOMS! TARIIITY RAgfuCYCCIRRENCO Additkkil -3T-ATUTOR:Yiall= $- ,praa..p.oacyl.DET $' 454$0-AIR:-BA:trfrigMKOViS •$ pmEssionamolury obdotio Per Claim A 1105639514/005 02/13/05 02/13/06 $1000000 Aggregate rtna$41x-ciiii6i$ C.10010141 401P45:amed as*14#004 ingio:Ef 01#64-14 1llpOli:414,401kWokk, ,-000;101444Xobloyovo4tigo, gli014 03' of the above desciibed:pptie*"ertmcdiOlA‘tbollgetbcfore'4iotiotolgt4,0461110.600116.fssiiing2rtinip6iy• (30) -days tviittsurffotice tb--ttrocilrtIficate haler named below: City *pager Ott alb:limit-12°6k satitn',ftei Roitit.Rsot, TWA- 7)1514.t CixtRliAtgpfhtsmstca SIONATURE,01741J- ORDZI) RVXESENTXTIVZ TattpuiriA.A4p.ft Copus Tide„ Authorized Representative v 6 SND EASEMENT PROPOSED17' ., AND , M1 � . EXTENSION OF y-µ � l N r W F NOT TO SCALA �� -� `L INE PROJECT STATE OF TEXAS COUNTY OF WILLIAMSON SUPPLEMENTAL CONTRACT NO. 2 TO CONTRACT FOR ENGINEERING SERVICES FIRM: S. D. Kallman, L.P. ("Engineer") ADDRESS: 1106 S. Mays, Ste. 100, Round Rock, TX 78664 PROJECT: Gattis School Road 12 -inch Water Line Improvements This Supplemental Contract No. 2 to Contract for Engineering Services is made by and between the City of Round Rock, Texas, hereinafter called the "City" and S. D. Kallman, L.P., hereinafter called the "Engineer". WHEREAS, the City and Engineer executed an Contract for Engineering Services, hereinafter called the "Contract", on the 12th day of February, 2004 for the Gattis School Road 12 -inch Water Line Improvements in the amount of $25,400; and WHEREAS, the City and Engineer executed Supplemental Contract No. 1 on December 16, 2004 to modify the provisions for the scope of services, to extend the termination date, to increase the compensation by $8,900 to a total of $34,300, and to modify the provision for notices to proceed; and WHEREAS, it has become necessary to amend the Contract to modify the provisions for the scope of services, and to increase the compensation by $4,200 to a total of $38,500, and NOW THEREFORE, premises considered, the City and the Engineer agree that said Contract is amended as follows: I. Article 2, Engineering Services and Exhibit B, Engineering Services shall be amended as set forth in the attached Addendum To Exhibit B. Exhibit C, Work Schedule shall be amended as set forth in the attached Addendum To Exhibit C. II. Article 4, Compensation and Exhibit D, Fee Schedule shall be amended by increasing by $4,200 the lump sum amount payable under the Contract for a total of $38,500, as shown by the attached Addendum to Exhibit D. Supplemental Contract Rev.03/02/04 s a]]man-gattisl2-inch wlsa2; WL02GAT12; 83763 64836 IN WITNESS WHEREOF, the City and the Engineer have executed this Supplemental Contract in duplicate. S. D. KALLMAN L.P. Cu,�--- � f g4 mac'4 PAL_ By: 03- Date CITY OF 'O D 'OC By: ayor '14414—(05— Date -114-5 Date Supplemental Contract sdkallman-gattisl2-inch wlsa2; WL02GATI2; 83763 2 AP ' R o VED AS T .>v FORM: StephL. Sheets, City Attorney Rev.03/02/04 64836 ADDENDUM TO EXHIBIT B Engineering Services The changes to the scope of this project are as follows: EXHIBIT B ENGINEERING SERVICES Basic Services: Design Phase 1. Attend preliminary conferences with the City regarding the requirements of the project. Determine necessity for any acquisition of any additional real property/easements/ROWS. 2. Preparation of Plans and Specifications. Construction plans include the horizontal and vertical location of all existing utilities within the construction area. The utilities shall include, but not be limited to electric, gas, water, wastewater and communication utilities. 3. Prepare bid quantities. 4. Prepare pre -design estimate after utility locations and determination of scope of work, final design estimate, specifications and general notes. 5. Supplemental Agreement #1 — Revise construction plans and specifications for the realignment of the proposed water line through the church property. 6. Supplemental Agreement #2 — Revise construction plans and specifications for the additional 20' right-of-way along Gattis School Road required by the City. Bidding Phase 1. Prepare bidding documents and all copies for the bidding process. 2. Attend pre-bid conference and attend public bid opening. 3. Review bids received for completeness and accuracy and prepare detailed bid tabulations. 4. Make recommendation for bid award and prepare notice of award. 5. Prepare seven sets of final contract documents. Construction Phase 1. Provide periodic construction inspection services to assure compliance with plans and specifications. 2. Attend construction meetings as requested by City. 3. Review and make recommendations to City on submittals, pay requests and change orders. 4. Punchlist the project when contractor requests consideration for acceptance. Sign off on completed punchlist. 5. Prepare and submit a Plan of Record for the completed project. Special Services: Design Phase 1. Design field surveys and tree locations. 2. Locate existing marked underground and overhead utilities. 3. Set horizontal and vertical controls. 4. Property surveys and field notes for waterline easements. 5. Supplemental Agreement #1 — Additional design field surveys for the realignment of the proposed water line through the church property. 6. Supplemental Agreement #1 — Additional property surveys and field notes for water line easement for realignment of proposed water line through the church property. 7. Supplemental Agreement #2 - Additional property surveys and field notes for water line easements for the additional 20' right-of-way along Gattis School Road required by the City. ADDENDUM TO EXHIBIT C Work Schedule The changes to the Work Schedule for this project are as follows: Week: 02/13/04 03/25/04 12/03/04 04/14/05 04/29/05 05/13/05 06/03/05 06/17/05 06/30/05 & 07/07/05 08/02/05 08/11/05 08/25/05 09/01/05 09/08/05 EXHIBIT C WORK SCHEDULE Milestone: Notice to Proceed Given to Engineer to Design Project Submit Field Notes and Sketches for Water Line Easements to City of Round Rock Public Works Department Notice to Proceed with Supplemental Agreement #1 Given to Engineer Notice to Proceed with Supplemental Agreement #2 Given to Engineer Submit Field Notes and Sketches for Additional Water Line Easement to City of Round Rock Public Works Department 60% Design Submitted to City of Round Rock Public Works Department for Review Final Design Submitted to City of Round Rock Public Works Department for Review Plans Approved by City of Round Rock Public Works Department Public Notice Advertising Bids Bids Received at City Hall City Awards Contract Contractor Returns Contract Documents with Signature, Bonds, and Certificate of Insurance City Signs Contract Documents; City and Engineer Hold Pre - Construction Conference and Issues Notice to Proceed Begin Construction 12/8/05 Construction Substantially Complete - Water Line in Service (3 Months) Final Project Acceptance 01/06/06 ADDENDUM TO EXHIBIT D Fee Schedule The changes to the fee schedule for this project are as follows: EXHIBIT D FEE SCHEDULE Basic Services: Design Phase 1. Attend preliminary conferences with the City regarding the $1,000. requirements of the project. Determine necessity for any acquisition of any additional real property/easements/ROWs. 2.. Preparation of Plans and Specifications. Construction plans include $8,700. the horizontal and vertical location of all existing utilities within the construction area. The utilities shall include, but not be limited to electric, gas, water, wastewater and communication utilities. 3. Prepare bid quantities. $1,000. 4. Prepare pre -design estimate and final design estimate. $1,000. Total Basic Services - Design Phase $11,700. Bidding Phase 1. Prepare bidding documents and all copies for the bidding process. $800. 2. Attend pre-bid conference and attend public bid opening. $250. 3. Review bids received for completeness and accuracy and prepare $200. detailed bid tabulations. 4. Make recommendation for bid award and prepare notice of award. $150. 5. Prepare seven sets of final contract documents. $100. Total Basic Services - Bidding Phase $1,560. Construction Phase 1. Provide periodic construction inspection services to assure compliance with plans and specifications. 2. Attend construction meetings as requested by City. 3. Review and make recommendations to City on submittals, pay requests and change orders. 4. Punchlist the project when contractor requests consideration for acceptance. Sign off on completed punchlist. 5. Prepare and submit a Plan of Record for the completed project. Total Basic Services - Construction Phase Total Basic Service Fees $1,540. $300. $100. $200. $200. $2,340. $15,600. Special Services: Design Phase 1. Design field surveys and tree locations. $4,300. 2. Locate existing marked underground and overhead utilities. $1,500. 3. Set horizontal and vertical controls. No Charge 4. Property surveys and field notes for waterline easements. $4,000. Total Special Services - Design Phase $9,800. Total Basic Service Fees $15,600. Total Special Service Fees $9,800. Total 12" Gattis School Road Water Line Project Fees $25,400. Supplemental Agreement #1 Basic Services: Design Phase 1. Revise Construction Plans and Specifications for the realignment of the proposed water line through the church property. Total Supplemental Agreement #1 Basic Services — Design Phase Supplemental Agreement #1 Special Services: Design Phase 1 Additional Design Field Surveys for realignment of the proposed water line through the church property. 2. Additional Property Surveys and Field Notes for the realignment of the proposed water line through the church property. Total Supplemental Agreement #1 Special Services — Design Phase Supplemental Agreement #2 Basic Services: Design Phase 1. Revise Construction Plans and Specifications for additional 20' Right -of -Way along Gattis School Road Required by the City. Total Supplemental Agreement #2 Basic Services — Design Phase Supplemental Agreement #2 Special Services: Design Phase 1. Additional Property Surveys and Field Notes for the realignment of the proposed water line through the church property. Total Supplemental Agreement #2 Special Services — Design Phase Total Supplemental Agreement #1 Basic Services Total Supplemental Agreement #1 Special Services Total Supplemental Agreement #2 Basic Services Total Supplemental Agreement #2 Special Services Total Supplemental Agreements #1 and #2 Fees Total 12" Gattis School Road Water Line Project Fees Including Supplemental Agreements #1 and #2 $3,500. $3,500. $3,400. $2,000. $5,400. $2,200. $2,200. $2,000. $2,000. $3,500. $5,400. $2,200. $2,000. $13,100. $38,500. Note: Since it is assumed that the construction contractor shall provide construction staking for this project, no fees have been included for that task. Above fees shall be invoiced monthly, based upon the percentage of services completed. CEkTIPICATE 'OF LIABILITY INSUMNCE moDuen Michael J. Hall & Company 19578 10th Avenue NE Poulsbo, WA 98370 360-598-3700 INSURED S.D. Kaltman, LP Date, Mar 22, 2005 COMPANIES AFFORDING COVERAGE A Underwriter at Lloyds, London B Hartford Accident & Indemnity Company D fIiSISTarERTIFy THAT th6i4thd -abiSve is :insured by the Companies listed above with respcpt.lu thP,:b14.ineS0 144tiortS .hereinafter-daq0d, lig 'die type $ biguratia.ao m aeedtdant,e'vitt the prions ef the Standard ixiliBies- used by diecompantat nd turtheY heimafter snbed Bxceptuns to *0- polleit•o toted Witt*• CO TYFROkINSURAKE MKT WW171NR ;R=RATIQN: LTR INTAIRER -DATE :MX mow 0.ENERALLMILIffr B 52SBARW9963 02/19/05 02/19/06 'GENERAL AdOREa&E" FRODUCTP-i-CO10/01j titiztoAL*Ativ. INJURY :EACH:OCCURRENCE- FIRHDAMAGE- OWtiji6, Ei41 MED ,EXPENSElAnyOgirt0):' 2000000 $2000000 41000000 $1000000 $ 300000 $ 10000 AUTOMORILELIABILtrt EXCESS ttA330;117 'COMI:ENED:SEIGLE. UODWi'1.140EY O BODEAtNitE**atadelal• _ . amtoectluRnNeg Adwomi NPAIMPS.' COMPIMATION..01>VOLOW:WONV STATUTORYLIMITS IAL*ACMOVNT riMME ?QUM Mar $ Df$EME-- 3;s:C1113MR: $ MOFESSImia LIABIErri $1000000 Per Claim A 1105639514/005 02/13/05 02/13/06 $1000000 Aggregate ogstwrocivogRAmositomnomirEmousmoaarmusomePrioto e Ci0:0M0101.. ith441 In **. : .114010f.P-6****94:**tioyo$!. "apt4tY4 SUM any of the above de$41bedpohelesberoilnee0ed r ChangedliefoWthee4thutied:datelherenfi.:thefalifiv er11paxy iviti mail ihitty (30) days writtenvotfee tcy thoteidficate holder named below: OttliPICATA:Tiabkit, thy Manager akettoundikeeti 221 Ejlita.;.Stree:t 10.4-114a0.0t; Vta41.404i' CerOcateprinsurance gOISTATUREAVAD, . • • • rxetimatoe, MattlW Copus Tide Authorized Representative