addenda contract number 03-14-1 … of stockton navy drive bnsf underpass project . ... 20 150714...

21
Contract No. 03-14-1 Port of Stockton Addendum No. 2 BNSF/PORT OF STOCKTON NAVY DRIVE BNSF UNDERPASS PROJECT 00910- 1 DOCUMENT 00910 ADDENDA CONTRACT NUMBER 03-14-1 BNSF/PORT OF STOCKTON NAVY DRIVE BNSF UNDERPASS PROJECT ADDENDUM NO. 2 October 29, 2014 This Addendum No. 2 (“addendum”) is dated the date set forth above and modifies certain bidding documents issued by the Port of Stockton (“Port”) in connection with the BNSF/Port of Stockton Navy Drive BNSF Underpass Project , Contract No. 03-14-1. All capitalized terms not otherwise defined herein shall have the meanings provided in the bidding documents. There are no other amendments to the bidding documents other than those which are expressly contained in this addendum. Directives: PROJECT MANUAL: 1. On page 00400-2, Schedule of Bid Prices, replace the entire sheet with Attachment 1. 2. On page 00700-5, 1.01 Precedence of Contract, replace the first paragraph with the following: In resolving conflicting requirements between the Contract Documents order of precedence shall be as follows: 1. Change orders 2. Document 00520 (Agreement) 3. Addenda (excluding Revised Standard Specifications) or Letters of Clarification 4. Section 0700 General Conditions 5. General Requirements, excluding Section 01100 (Summary) and Attachment A (Special Provisions) 6. Conditions of the Contract, excluding Section 0700 General Conditions 7. Section 01100 (Summary) and Attachment A (Special Provisions) 8. Drawings 9. Revised Standard Specifications 10. Standard Specifications 11. Revised Standard Plans 12. Standard Plans 13. Supplemental Project Information 3. On page 00700-16, 3.05.01 (B) General, replace item 5 with the following: Excusable inclement weather is any weather condition resulting in more than 1/2-inch of precipitation, over the course of a 24-hour period. 4. On page 00700-27, 6.07 Permits and Licenses, delete the last sentence of the second paragraph.

Upload: lequynh

Post on 20-Mar-2018

216 views

Category:

Documents


2 download

TRANSCRIPT

Contract No. 03-14-1

Port of Stockton Addendum No. 2 BNSF/PORT OF STOCKTON NAVY DRIVE BNSF UNDERPASS PROJECT

00910- 1

DOCUMENT 00910

ADDENDA

CONTRACT NUMBER 03-14-1 BNSF/PORT OF STOCKTON

NAVY DRIVE BNSF UNDERPASS PROJECT

ADDENDUM NO. 2

October 29, 2014

This Addendum No. 2 (“addendum”) is dated the date set forth above and modifies certain bidding documents issued by the Port of Stockton (“Port”) in connection with the BNSF/Port of Stockton Navy Drive BNSF Underpass Project , Contract No. 03-14-1. All capitalized terms not otherwise defined herein shall have the meanings provided in the bidding documents. There are no other amendments to the bidding documents other than those which are expressly contained in this addendum. Directives: PROJECT MANUAL:

1. On page 00400-2, Schedule of Bid Prices, replace the entire sheet with Attachment 1.

2. On page 00700-5, 1.01 Precedence of Contract, replace the first paragraph with the following:

In resolving conflicting requirements between the Contract Documents order of precedence shall be as follows:

1. Change orders 2. Document 00520 (Agreement) 3. Addenda (excluding Revised Standard Specifications) or Letters of Clarification 4. Section 0700 General Conditions 5. General Requirements, excluding Section 01100 (Summary) and Attachment A (Special

Provisions) 6. Conditions of the Contract, excluding Section 0700 General Conditions 7. Section 01100 (Summary) and Attachment A (Special Provisions) 8. Drawings 9. Revised Standard Specifications 10. Standard Specifications 11. Revised Standard Plans 12. Standard Plans 13. Supplemental Project Information

3. On page 00700-16, 3.05.01 (B) General, replace item 5 with the following:

Excusable inclement weather is any weather condition resulting in more than 1/2-inch of precipitation, over the course of a 24-hour period.

4. On page 00700-27, 6.07 Permits and Licenses, delete the last sentence of the second paragraph.

Contract No. 03-14-1

Port of Stockton Addendum No. 2 BNSF/PORT OF STOCKTON NAVY DRIVE BNSF UNDERPASS PROJECT

00910- 2

5. On page 01100-6, Attachment A, Special Provisions, Section 5 Control of Work, replace Paragraph 6

with the following:

Add to section 5-1.20C of the RSS for section 5-1.20:

Revise Section 1.05.03c of Exhibit “C”, Contractor Requirements in the Information Handout with:

Railroad flagging provided by BNSF is required for the duration of the Project (from the first day or work to the last day of work) within BNSF right of way.

With the following exceptions below, you and Port share the cost of flagger services provided by BNSF. The estimated cost for one (1) flagger is approximately $1,100.00 for an eight (8) hour basic day with time and one-half or double time for overtime, rest days and holidays. The estimated cost for each flagger includes vacation allowance, paid holidays, Railway and unemployment insurance, public liability and property damage insurance, health and welfare benefits, vehicle, transportation, meals, lodging, radio, equipment, supervision and other costs incidental to performing flagging services.

• Railroad flagging services provided by BNSF beyond the 200 days listed in the schedule of bid prices is at your expense.

• Railroad flagging services provided by BNSF for overtime (time beyond an 8 hour basic day), weekends, rest days and holidays is shared by the Port and you.

• Costs for Railroad services provided by BNSF incurred on excusable inclement weather is by the Port.

You will pay the Railway directly for all flagger services provided by BNSF and submit a copy of all payments for flagging costs to the Port for reimbursement by the Port for their share of these costs. Actual contractor responsibility and compensation will be based on actual BNSF invoices received.

6. On page 01100-8, Attachment A, Special Provisions, Section 12 Temporary Traffic Control, add the

following to this section:

Replace the 1st sentence of the 3rd paragraph of section 12-3.08C with:

Bond threaded rods or dowels in holes drilled in the existing pavement along areas of open-excavation adjacent to vehicular traveled way to insure public safety, or as authorized.

7. On page 01100-11, Attachment A, Special Provisions, Section 12 Temporary Traffic Control, add Attachment 2 before section 12-8, Temporary Pavement Delineation.

8. On page 01100-14, Attachment A, Special Provisions, Section 15 Existing Facilities, add the following

to section 15-2.10B(1), Construction Permit:

The cost of the City of Stockton Construction Permit is $572.69.

9. On page 01100-18, Attachment A, Special Provisions, Section 19 Earthwork, add the following to end of the section:

Contract No. 03-14-1

Port of Stockton Addendum No. 2 BNSF/PORT OF STOCKTON NAVY DRIVE BNSF UNDERPASS PROJECT

00910- 3

Add to section 19-7.02C:

Provide test results for compliance of embankment material placed in BNSF right of way for the following:

1. Gasoline-range organics ([GRO] C4-C10) by EPA Method 8015B 2. Diesel-range organics ([DRO] C11-C22) by EPA Method 8015B 3. Oil-range organics ([ORO] C23-C35) by EPA Method 80158. 4. Volatile organic compounds (VOCs) by EPA Method 8260B. 5. Metals by EPA Method 6000/7000 Series. 6. Soluble limit threshold limit (STLC) and Toxicity characteristic limit procedure ([CLP) for lead

in samples where total lead exceeded 50 milligrams per kilogram (mglkg). 7. PCBs by EPA Method 8082. 8. Pesticides by EPA Method EPA SW-846 3500 or 3550/8140 9. Herbicides by EPA Method EPA SW-846 3500 or 3550/8150

Add to section 19-7.03A:

Scarify no more than 6” (inches) prior to placing the new shoofly embankment. Scarifying can be done as the lifts occur during filling and compacting of the new embankment.

10. On page 01100-30, Attachment A, Special Provisions, Section 74 Pumping Equipment and Controls,

replace section 74-1.01C(2), Shop Drawings with the following:

Plans and detail drawings may be 22 by 34 inches. Shop drawings for pumping equipment must include: 1. System layout 2. Piping connections 3. Appurtenances 4. Other materials required for the equipment installation 5. Mounting details and anchorage details

Shop drawings for electrical equipment must include: 1. Electrical equipment schematics 2. Control diagrams 3. Wiring diagrams 4. Conductor numbers for control and power conductors

Do not use project plan reproductions or manufacturer's standard printed data for electrical layout drawings. Submit shop drawings for the installation of drainage pump equipment and pumping plant electrical equipment after product data submittals are authorized. If drainage pump and pumping plant electrical equipment require changes to pump plant metal work or other construction details, submit revised shop drawings. The Department does not adjust payment for these changes.

11. On page 01100-30, Attachment A, Special Provisions, Section 74 Pumping Equipment and Controls,

add the following to the section:

Contract No. 03-14-1

Port of Stockton Addendum No. 2 BNSF/PORT OF STOCKTON NAVY DRIVE BNSF UNDERPASS PROJECT

00910- 4

Add to section 74-1.02A:

Drain rock must comply with the specifications for Class 3 Aggregate Base, ¾ inch maximum in section 26-1.02C. Filter for use with wet well must comply with section 88-1.02B.

Add to section 74-1.04:

Precast wet well, filter fabric and drain rock are paid as Pump Station.

12. On page 01100-30, Attachment A, Special Provisions, Section 80 Fences, add the following to the section:

Add to section 80-1.10:

Gates for access are paid as temporary fence (Type CL-6).

Adjustment or relocation of temporary fence and gates to accommodate construction activities are paid as temporary fence (Type CL-6).

13. On page 01100-36, Attachment A, Special Provisions, insert Attachment 3, “State of California Department of Transportation Revised Standard Specifications, dated 07-18-14,” after this page.

14. On page 01500-1, 1.2 Temporary Electricity, delete the second sentence in its entirety.

PLANS:

1. On Sheet 12, CONSTRUCTION DETAILS PLAN CD-5, delete the entire sheet and replace in its entirety with revised plan sheet CD-5A. Temporary fence locations shown.

2. On Sheet 16, UTILITY PLAN U-1, delete the entire sheet and replace in its entirety with revised plan sheet U-1A. Clarification of 30” steel casing with slurry to remain.

3. On Sheet 17, UTILITY PLAN U-2, delete the entire sheet and replace in its entirety with revised plan sheet U-2A. Clarification of 30” steel casing with slurry to remain.

4. On Sheet 28, PUMP STATION DD-2, delete the entire sheet and replace in its entirety with revised plan sheet DD-2A. Additional seal locations noted.

5. On Sheet 30, TRAFFIC HANDLING PLAN (STAGE 1) TH-1, delete the entire sheet and replace in its entirety with revised plan sheet TH-1A. Temporary fence locations shown.

6. On Sheet 32, TRAFFIC HANDLING PLAN (STAGE 3) TH-3, delete the entire sheet and replace in its entirety with revised plan sheet TH-3A. Drainage basin work shown.

7. On Sheet 41, SUMMARY OF QUANTITIES Q-1, delete the entire sheet and replace in its entirety with revised plan sheet Q-1A. Temporary fence quantities added.

Contract No. 03-14-1

Port of Stockton Addendum No. 2 BNSF/PORT OF STOCKTON NAVY DRIVE BNSF UNDERPASS PROJECT

00910- 5

ATTACHMENTS: Attachment 1 Schedule of Bid Prices Attachment 2 Roadway Closure Hours Charts (Section 12) Attachment 3 Plan Revisions

1. Construction Details Plan CD-5A 2. Utility Plan U-1A 3. Utility Plan U-2A 4. Pump Station DD-2A 5. Traffic Handling Plan (Stage 1) TH-1A 6. Traffic Handling Plan (Stage 3) TH-3A 7. Summary of Quantities Q-1A

Contract No. 03-14-1

Port of Stockton Addendum No. 2 BNSF/PORT OF STOCKTON NAVY DRIVE BNSF UNDERPASS PROJECT

00910- 6

ACKNOWLEDGMENT OF RECEIPT OF ADDENDUM NO. 2 FOR THE BSNF/PORT OF STOCKTON NAVY DRIVE BNSF UNDERPASS PROJECT – CONTRACT NO. 03-14-1. Please sign and return. FAX a copy of this page to Juan G. Villanueva, Port of Stockton, at (209) 465-7244 to acknowledge receipt of Addendum No. 2 for this Project consisting of 5 pages.

___________________________________________ _________________________________________ Signature and Print Name Date ___________________________________________ Company

END OF DOCUMENT

Contract No. 03-14-01

Port of Stockton Bid FormNavy Drive BNSF Underpass Project

00400- 2

SCHEDULE OF BID PRICES

All Bid items, including lump sums, must be filled in completely. Bid items are described in Section 01100(Summary). Quote in figures only, unless words are specifically requested.

BIDNO.

ITEM ITEM DESCRIPTION UNIT ESTIMATEDQUANTITY

PRICE ITEM TOTAL

1 070012 PROGRESS SCHEDULE (CRITICAL PATHMETHOD)

LS 1

2 071020 TEMPORARY WATER POLLUTION CONTROLPROGRAM

LS 1

3 073000A 12” TEMPORARY CULVERT LF 53

4 120090 CONSTRUCTION AREA SIGNS LS 1

5 120100 TRAFFIC CONTROL SYSTEM LS 1

6 120110 FLASHING ARROW SIGN EA 1

7 120120 TYPE III BARRICADE EA 5

8 120149 TEMPORARY PAVEMENT MARKING (PAINT) SQFT 23

9 120159 TEMPORARY TRAFFIC STRIPE (PAINT) LF 11,600

10 120165 CHANNELIZER (SURFACE MOUNTED) EA 110

11 120300 TEMPORARY PAVEMENT MARKER EA 260

12 128601 TEMPORARY SIGNAL SYSTEM LS 1

13 128651 PORTABLE CHANGEABLE MESSAGE SIGN EA 2

14 129000 TEMPORARY RAILING (TYPE K) LF 3,560

15 129100 TEMPORARY CRASH CUSHION MODULE (EA) EA 11

16 129110A TEMPORARY CRASH CUSHION (ABSORB 350) EA 7

17 130100 JOB SITE MANAGEMENT LS 1

18 130300 PREPARE STORM WATER POLLUTIONPREVENTION PLAN

LS 1

Addendum #2 Attachment #1

Contract No. 03-14-01

Port of Stockton Bid FormNavy Drive BNSF Underpass Project

00400- 3

BIDNO.

ITEM ITEM DESCRIPTION UNIT ESTIMATEDQUANTITY

PRICE ITEM TOTAL

19 150620A REMOVE PIPE SWING GATE EA 1

20 150714 REMOVE THERMOPLASTIC TRAFFIC STRIPE LF 3,730

21 150722 REMOVE PAVEMENT MARKER EA 150

22 150742 REMOVE ROADWAY SIGN EA 1

23 150770 REMOVE ASPHALT CONCRETE PAVEMENT SQFT 140

24 150809 REMOVE CULVERT (LF) LF 170

25 150820 REMOVE INLET EA 3

26 150821 REMOVE HEADWALL EA 2

27 150860 REMOVE BASE AND SURFACING CY 310

28 152475 ADJUST SEWER MANHOLE EA 7

29 152604 MODIFY INLET EA 2

30 153103 COLD PLANE ASPHALT CONCRETE PAVEMENT SQYD 1,380

31 153130 REMOVE CONCRETE (CURB) (LF) LF 16

32 153211A REMOVE CONCRETE (DRIVEWAY) CY 5

33 153215 REMOVE CONCRETE (CURB AND GUTTER) LF 660

34 153220 REMOVE CONCRETE (CHANNEL) CY 20

35 157560 BRIDGE REMOVAL (PORTION) LS 1

36 160102 CLEARING AND GRUBBING LS 1

37 170101 DEVELOP WATER SUPPLY LS 1

38 190101 ROADWAY EXCAVATION CY 15,000

Addendum #2 Attachment #1

Contract No. 03-14-01

Port of Stockton Bid FormNavy Drive BNSF Underpass Project

00400- 4

BIDNO.

ITEM ITEM DESCRIPTION UNIT ESTIMATEDQUANTITY

PRICE ITEM TOTAL

39 190140A TRENCH EXCAVATION (KM) CY 40

40 190140B TRENCH EXCAVATION (PG&E) CY 250

41 192003 STRUCTURE EXCAVATION (BRIDGE) CY 2,730

42 193003A STRUCTURE BACKFILL (BRIDGE) CY 101

43 193030A PERVIOUS BACKFILL MATERIAL (BRIDGE) CY 192

44 198010 IMPORTED BORROW CY 9,600

45 198010A SETTLEMENT MONITORING PROGRAM LS 1

46 198208 SUBGRADE ENHANCEMENT GEOTEXTILE, CLASSB1

SQYD 21,700

47 198215 SUBGRADE ENHANCEMENT GEOGRID SQYD 5,900

48 203021 FIBER ROLLS LF 4,270

49 024489 IMPORTED BIOFILTRATION SOIL CY 240

50 203034 ROLLED EROSION CONTROL PRODUCT(NETTING)

SQFT 6,960

51 210430 HYDROSEED SQFT 349,000

52 250201 CLASS 2 AGGREGATE SUBBASE CY 570

53 260203 CLASS 2 AGGREGATE BASE CY 920

54 280000 LEAN CONCRETE BASE CY 290

55 300000A SUBBALLAST TON 3,200

56 310000A BALLAST TON 850

57 390132 HOT MIX ASPHALT (TYPE A) TON 1,380

58 394073 PLACE HOT MIX ASPHALT DIKE (TYPE A) LF 500

Addendum #2 Attachment #1

Contract No. 03-14-01

Port of Stockton Bid FormNavy Drive BNSF Underpass Project

00400- 5

BIDNO.

ITEM ITEM DESCRIPTION UNIT ESTIMATEDQUANTITY

PRICE ITEM TOTAL

59 401050 JOINTED PLAIN CONCRETE PAVEMENT CY 1,010

60 404092 SEAL PAVEMENT JOINT LF 2,170

61 490411A FURNISH STEEL PILING (PP 30 X 0.500) LF 2,370

62 490412A DRIVE STEEL PILE (PP 30 X 0.500) LF 2,370

63 490528 FURNISH STEEL PILING (HP 14 X 89) LF 1,028

64 490529 DRIVE STEEL PILE (HP 14 X 89) LF 1,028

65 510000A FURNISH AND ERECT PRECAST ABUTMENT CAP EA 4

66 510000B FURNISH AND ERECT PRECAST BENT CAP EA 6

67 510000C FURNISH AND ERECT PRECAST WINGWALL EA 8

68 510000D FURNISH AND ERECT PRECAST PRESTRESSEDFASCIA BEAM

EA 8

69 510000E ELASTOMERIC BEARING PADS EA 16

70 510000F POLYURETHANE BEARING PADS EA 16

71 510080 STRUCTURAL CONCRETE, APPROACH SLAB CY 65

72 510053 STRUCTURAL CONCRETE, BRIDGE CY 217

73 510502 MINOR CONCRETE (MINOR STRUCTURE) CY 24

74 510526 MINOR CONCRETE (BACKFILL) CY 8

75 511035 ARCHITECTURAL TREATMENT SF 2,040

76 520102 BAR REINFORCING STEEL (BRIDGE) LB 20,100

77 540000A BRIDGE DECK WATERPROOFING SQYD 733

78 550000A FURNISH AND ERECT STRUCTURAL STEEL TON 470

Addendum #2 Attachment #1

Contract No. 03-14-01

Port of Stockton Bid FormNavy Drive BNSF Underpass Project

00400- 6

BIDNO.

ITEM ITEM DESCRIPTION UNIT ESTIMATEDQUANTITY

PRICE ITEM TOTAL

79 566011 ROADSIDE SIGN - ONE POST EA 7

80 641101A 10" PLASTIC PIPE (FORCE MAIN) LF 91

81 650010 12" REINFORCED CONCRETE PIPE LF 82

82 650014 18" REINFORCED CONCRETE PIPE LF 160

83 650030 42" REINFORCED CONCRETE PIPE LF 88

84 665005 8” CORRUGATED STEEL PIPE (0.064” THICK) LF 110

85 680902 6" PERFORATED PLASTIC PIPE UNDERDRAIN LF 360

86 680903 6" NON-PERFORATED PLASTIC PIPEUNDERDRAIN

LF 18

87 703508 6” WELDED STEEL PIPE (0.134” THICK) LF 13

88 708031 6" ALTERNATIVE PIPE RISER EA 6

89 720110 SMALL-ROCK SLOPE PROTECTION CY 4

90 721810 SLOPE PAVING (CONCRETE) CY 48

91 729010 ROCK SLOPE PROTECTION FABRIC SQYD 10

92 730020 MINOR CONCRETE (CURB) CY 50

93 731502 MINOR CONCRETE (MISCELLANEOUSCONSTRUCTION)

CY 1

94 731504 MINOR CONCRETE (CURB AND GUTTER) CY 85

95 731511 MINOR CONCRETE (ISLAND PAVING) CY 120

96 731516 MINOR CONCRETE (DRIVEWAY) CY 20

97 741000 PUMP STATION LS 1

98 750001 MISCELLANEOUS IRON AND STEEL LB 4,051

Addendum #2 Attachment #1

Contract No. 03-14-01

Port of Stockton Bid FormNavy Drive BNSF Underpass Project

00400- 7

BIDNO.

ITEM ITEM DESCRIPTION UNIT ESTIMATEDQUANTITY

PRICE ITEM TOTAL

99 750505A BRIDGE DECK DRAINAGE SYSTEM LB 7,220

100 801353A PIPE SWING GATE EA 2

101 830000A FURNISH AND ERECT HANDRAILING LF 474

102 830000B FURNISH AND ERECT ARCHITECTURALHANDRAILING

LF 474

103 840504 4" THERMOPLASTIC PAVEMENT STRIPE LF 7,910

104 840506 8" THERMOPLASTIC TRAFFIC STRIPE LF 530

105 850111 PAVEMENT MARKER (RETROREFLECTIVE) EA 130

106 860000A ELECTRICAL/LIGHTING/FIBER OPTIC LS 1

107 999990 MOBILIZATION LS 1

108 050000A RAILROAD FLAGGING DAY 200 $1,100/2 =$550

$110,000

109 800103 TEMPORARY FENCE (TYPE CL-6) LF 1900

TOTAL

Total Bid Price: _______________________________________________________________________________(Words)

Addendum #2 Attachment #1

Contract No. 03-14-1

Port of Stockton Addendum No. 2BNSF/PORT OF STOCKTON Attachment 2NAVY DRIVE BNSF UNDERPASS PROJECT

Replace "Reserved" in section 12-4.04 with:

Lane Closure Restriction for Designated Holidays and Special DaysThu Fri Sat Sun Mon Tues Wed Thu Fri Sat Sun

xHxx xx xxSDxx

x xxHxx xxSDxx

x xxHxx xxSDxx

x xx xxHxx xxx

x xx xxSDxx xxx

xHxx

xSDxx

xHxxSDxx

xHxx xx xx xxSDxx

Legend:Refer to lane requirement charts

x The full width of the traveled way must be open for use by traffic after 5:00 am.xx The full width of the traveled way must be open for use by traffic.xxx The full width of the traveled way must be open for use by traffic until 12:00 am.H Designated holiday

SD Special day

Contract No. 03-14-1

Port of Stockton Addendum No. 2BNSF/PORT OF STOCKTON Attachment 2NAVY DRIVE BNSF UNDERPASS PROJECT

Replace "Reserved" in section 12-4.05G with:Chart no. _1_

Complete Roadway Closure HoursCounty:SJ Route/Direction: Navy Dr

(EB/WB)PM:N/A

Closure limits: At BNSF Underpass

Hour 24 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24Mon-Thu

C C C C C

Fri C C C C C

Sat

Sun

Legend:C Roadway may be closed completely

No complete roadway closure is allowed

REMARKS:1. This chart shall be used only for installation/removal of temporary railing (Type K), striping,

erecting the steel superstructure, and overhead conductors (crossing Navy Drive) fortemporary traffic signal, or as authorized by the Engineer.

2. Roadway closure is permitted for a total of 2 night closures (maximum) for erecting the steelsuperstructure, or as authorized by the Engineer.

3. See Detour Plan DE-14. See Lane Closure Restriction for Designated Legal Holiday and Special Days table for

additional closure restrictions.5. Seven day advance notice required.6. Closure of local roads will require City/County concurrence.

ceci
Typewriter
A
ceci
Typewriter
12
ceci
Typewriter
111
ceci
Typewriter
111
ceci
Typewriter
16
ceci
Typewriter
A
ceci
Typewriter
A
ceci
Typewriter
17
ceci
Typewriter
111
ceci
Typewriter
A
ceci
Typewriter
28
ceci
Typewriter
111
ceci
Typewriter
A
ceci
Typewriter
30
ceci
Typewriter
111
ceci
Typewriter
A
ceci
Typewriter
32
ceci
Typewriter
111
ceci
Typewriter
A
ceci
Typewriter
41
ceci
Typewriter
111