Loading...
2316 PBA 20/21-28 Chincor Electric - piggybackThe item(s) noted below is/are attached and forwarded to your office for the following action(s): F] Development Order I Mayor's signature F] Final Plat (original mylars) ❑ Recording ❑ Letter of Credit Rendering F] Maintenance Bond Safe keeping (Vault) F-1 Ordinance Deputy City Manager F-1 Performance Bond ❑ Payment Bond ❑ Resolution F-1 City Manager Signature D F-1 City Clerk Attest/Signature F-1 City Attorney/Signature Once completed, please: Return originals to Purchasing- Department Fj Return copies 0 Special Instructions Seminole Co Piggyback for multiple departments Li a��lyQ,,y 6oja.&z4eN From SharePoiiit—Fiiiance_PLircliasiil--Foriiis - 2018.doc Date Chinchor Electric Inc. Piggyback Contract (PBA 20121-28) The City of Sanford ("City") enters this "Piggyback" Contract with Chinchor Electric Inc., a Florida corporation (hereinafter referred to as the "Vendor"), whose address is 1440 South Leavitt Avenue, Orange City, Florida 32763, under the terms and conditions hereinafter provided. The City and the Vendor agree as follows: (1). The Purchasing Policy for the City of Sanford allows for "piggybacking" contracts. Pursuant to this procedure, the City is allowed to piggyback an existing government contract, and there is no need to obtain formal or informal quotations, proposals or bids. The parties agree that the Vendor has entered a contract with the Seminole County, said contract being identified as "Term Contract For Traffic Signal Construction And System Communication Equipment" relating to "IFB-603865- 20/CAR", in order for the Vendor to provide products and services relative to traffic signal construction and system communication equipment (said original contract being referred to as the "original government contract). (2). The original government contract documents are incorporated herein by reference and is attached as Exhibit "A" to this contract. All of the terms and conditions set out in the original government contract are fully binding on the parties and said terms and conditions are incorporated herein; provided, however, that the i City will negotiate and enter work orders/purchase orders with the Vendor in accordance with City policies and procedures for particular goods and' services. (3). Notwithstanding the requirement that the original government contract is fully binding on the parties, the parties have agreed to modify certain technical 11 Page Chinchor Electric Inc. Piamback Contract (PBA 20121-28) The City of Sanford ("City") enters this "Piggyback" Contract with Chinchor Electric Inc., a Florida corporation (hereinafter referred to as the "Vendor"), whose address is 1440 South Leavitt Avenue, Orange City, Florida 32763, under the terms and conditions hereinafter provided. The City and the Vendor agree as follows: (1). The Purchasing Policy for the City of Sanford allows for "piggybacking" contracts. Pursuant to this procedure, the City is allowed to piggyback an existing government contract, and there is no need to obtain formal or informal quotations, proposals or bids. The parties agree that the Vendor has entered a contract with the Seminole County, said contract being identified as "Term Contract For Traffic Signal Construction And System Communication Equipment' relating to "IFB-603865- 20/CAR", in order for the Vendor to provide products and services relative to traffic signal construction and system communication equipment (said original contract being referred to as the "original government contract"). (2). The original government contract documents are incorporated herein by reference and is attached as Exhibit "A" to this contract. All of the terms and conditions set out in the original government contract are fully binding on the parties and said terms and conditions are incorporated herein; provided, however, that the City will negotiate and enter work orders/purchase orders with the Vendor in accordance with City policies and procedures for particular goods and services. (3). Notwithstanding the requirement that the original government contract is fully binding on the parties, the parties have agreed to modify certain technical I I P a g e provisions of the original government contract as applied to this Contract between the Vendor and the City, as follows: (a). Time Period ("Term") of this Contract: (state N/A if this is not applicable). N/A. (b). Insurance Requirements of this Contract: (state N/A if this is not applicable). N/A. (c). Any other provisions of the original government contract that will be modified: (state NIA if this is not applicable). N/A. (d). Address change for the City: Notwithstanding the address and contact information for the government entity as set out in the original government contract, the Vendor agrees that he/she/it shall send notices, invoices and shall conduct all business with the City to the attention of City Manager, at: City of Sanford, 300 North Park Avenue; Sanford, Florida 32771. The City Manager's designated representative for this Contract is Marisol Ordofiez, Purchasing Manager, Finance -Purchasing Division, 300 North Park Avenue; Sanford, Florida 32771, telephone number (407) 688-5028 and whose e-mail address is Marisol.ordonez@sanfordfl.gov. (e). Notwithstanding anything in the original government contract to the contrary, the venue of any dispute will be in Seminole County, Florida. Litigation between the parties arising out of this Contract shall be in Seminole County, Florida in the Court of appropriate jurisdiction. The law of Florida shall control any dispute between the parties arising out of or related to this Contract, the performance thereof or any products or services delivered pursuant to such Contract. 21 Page (f). Notwithstanding any other provision in the original government contract to the contrary, there shall be no arbitration with respect to any dispute between the parties arising out of this Contract. Dispute resolution shall be through voluntary and non-binding mediation, negotiation or litigation in the court of appropriate jurisdiction in Seminole County, Florida, with the parties bearing the costs of their own legal fees with respect to any dispute resolution, including litigation. (g). Notwithstanding any other provision in the original government contract to the contrary, the Vendor shall provide the City with most favored nation pricing (h). All the services to be provided or performed shall be in conformance with commonly accepted industry and professional codes and standards, standards of the City, and the laws of any Federal, State or local regulatory agency. (I). IF THE CONTRACTORIVENDOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTE'S, TO THE CONTRACTOR'S (VENDOR'S) DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT (407) 688-6012, TRACI HOUCHIN, CITY CLERK,, MMC, FCRM, CITY OF SANFORD,! CITY HALL, 300 NORTH PARK AVENUE, SANFORD, FLORIDA 32771, TRACI.HOUCHIN@SANFORDFL.GOV. (II). In order to comply with Section 119.0701, Florida Statutes, public records laws, the Vendor must. 31 Page (A). Keep and maintain public records that ordinarily and necessarily would be required by the City in order to perform the service. (B). Provide the public with access to public records on the same terms and conditions that the City would provide the records and at a cost that does not exceed the cost provided in Chapter 119, Florida Statutes, or as otherwise provided by law. (C). Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed exceptlas authorized by law. (D). Meet all requirements for retaining public records and transfer, at no cost, to the City all public records in possession of the Vendor upon termination of the contract and destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. All records stored electronically must be provided to the City in a format that is compatible with the information technology systems of the City. (111). If the Vendor does not comply with a public records request, the City shall enforce the contract provisions in accordance with this Agreement. (IV). Failure by the Vendor to grant such public access and comply with public records requests shall be grounds for immediate unilateral cancellation of this Agreement by the City. The Vendor shall promptly provide the City with a copy of any request to inspect or copy public records in possession of the Vendor and shall promptly provide the City with a copy of the Vendor's response to each such request. 0). All other provisions in the original government contract are fully binding on the parties and will represent the agreement between the City and the Vendor. 4l page Entered thisD day of (2�nfL�,`i.'(U 2021. Attest: Chinchor Electric Inc., a Florida corporation Maria Anselmo- Ttmoth inchor Secr tary Preside t Date: City Of BY: I A Z V—WV /Z Art Woodruff, gayor Date: )- , Z 5.11 2 51 Page Exhibit " A" [Attach original government contract] 6 1 P a g e •i : � TERM CONTRACT FOR TRAFFIC SIGNAL CONSTRUCTION AND SYSTEM COMMUNICATION EQUIPMENT (IFB-603865-20/CAR) THIS AGREEMENT is dated as of the,da t y of�'-t.�I�t� 0 �, by and between CHINCHOR ELECTRIC, INC., duly authorized to conduct business in the State of Florida, whose address is 1460 S. Leavitt Avenue, Orange City, Florida 32763, in this Agreement referred to as "CONTRACTOR", and SEMINOLE COUNTY, a charter county and political subdivision of the State of Florida, whose address is Seminole County Services Building, 1101 E. 151 Street, Sanford, Florida 32771, in this Agreement referred to as "COUNTY". WITNESSETH: WHEREAS, COUNTY desires to retain the services of a competent and qualified contractor to provide traffic signal construction and system communication equipment to Seminole County; and WHEREAS, COUNTY has requested and received expressions of interest for the retention of services of contractors; and WHEREAS, CONTRACTOR is competent and qualified to provide services and materials to COUNTY and desires to provide materials and services according to the terms and conditions stated in this Agreement, NOW, THEREFORE, in consideration of the mutual understandings and covenants set forth in this Agreement, COUNTY and CONTRACTOR agree as follows: Section 1. Materials and Services. COUNTY hereby retains CONTRACTOR to provide materials and services as further described in the Scope of Services attached as Exhibit A and made a part of this Agreement. CONTRACTOR is also bound by all requirements as contained in the solicitation package, all addenda to this package, and CONTRACTOR's submission in response to Term Contract for Traffic Signal Construction and System Communication Equipment CERTIFIED COPY -GRANT MAL (IFB-603865-20/CAR) CLERK OF THE CIRCUIT COURT Page I of 21 AND COMPTROLLER{ SE OLE COU( r LORIDA t , �Y .,� DEPUTY CLERK this solicitation. Required materials and services will be specifically enumerated, described, and depicted in the Purchase Orders authorizing purchase of specific materials and services. This Agreement standing alone does not authorize the purchase of materials and services or require COUNTY to place any orders for work. Section 2. Term. This Agreement takes effect on the date of its execution by COUNTY and continues for a period of three (3) years. At the sole option ofCOUNTY, this Agreement may be renewed for two (2) successive periods not to exceed one (1) year each. Expiration of the term of this Agreement will have no effect upon Purchase Orders issued pursuant to this Agreement and prior to the expiration date. Obligations entered by both parties under such Purchase Orders will remain in effect until delivery and acceptance of the materials authorized by the respective Purchase Order. The first three (3) months of the initial term are considered probationary. During the probationary period, COUNTY may immediately terminate this Agreement at any time, with or without cause, upon written notice to CONTRACTOR. Section 3. Authorization for Materials and Services. Authorization for provision of materials and services by CONTRACTOR under this Agreement must be in the form of written Purchase Orders issued and executed by COUNTY. A sample Purchase Order is attached as Exhibit B. Each Purchase Order will describe the materials and services required, state the dates for delivery of materials and services, and establish the amount and method of payment. The Purchase Orders must be issued under and incorporate the terms of this Agreement. COUNTY makes no covenant or promise as to the number of available Purchase Orders or that CONTRACTOR will perform any Purchase Order for COUNTY during the life of this Agreement. COUNTY reserves the right to contract with other parties for the services contemplated by this Agreement when it is determined by COUNTY to be in the best interest of COUNTY to do so. Tenn Contract for Traffic Signal Construction and System Communication Equipment (IFB-603865-20/CAR) Page 2 of 21 Section 4. Time for Completion. The materials and services to be provided by CONTRACTOR will be delivered, as specified in such Purchase Orders as may be issued under this Agreement, within the time specified in the Purchase Order. Section 5. Compensation. COUNTY shall compensate CONTRACTOR for the materials and services provided for under this Agreement on a Fixed Fee basis at the rates as outlined in Exhibit C. When a Purchase Order is issued on a Fixed Fee basis, then the applicable Purchase Order Fixed Fee amount will include any and all reimbursable expenses and will be based on the unit pricing attached to this Agreement, or as reduced in the quoting process leading to specific Purchase Orders. Section 6. Payment and Billing. (a) CONTRACTOR shall supply all materials and services required by the Purchase Order, but in no event will CONTRACTOR be paid more than the negotiated Fixed Fee amount stated within each Purchase Order. (b) For Purchase Orders issued on a Fixed Fee basis, CONTRACTOR may invoice the amount due based on the percentage of total Purchase Order materials and services actually provided, but in no event may the invoice amount exceed a percentage of the Fixed Fee amount equal to a percentage of the total services actually completed. (c) COUNTY shall make payments to CONTRACTOR when requested as materials and services are provided, but not more than once monthly. Each Purchase Order must be invoiced separately. At the close of each calendar month, CONTRACTOR shall render to COUNTY an itemized invoice, properly dated, describing any materials and services provided, the cost of the materials and services provided, the name and address of CONTRACTOR, Purchase Order Number, Contract Number, and any other information required by this Agreement. (d) The original invoice must be sent to: Term Contract for Traffic Signal Construction and System Communication Equipment (LFB-603865-20/CAR) Page 3 of 21 Director of County Comptroller's Office Seminole County Board of County Commissioners Post Office Box 8080 Sanford, FL 32772-8080 A copy of the invoice must be sent to: Seminole County Traffic Engineering Division 140 Bush Loop Sanford, FL 32773 (e) Upon review and approval of CONTRACTOR's invoice, COUNTY shall pay CONTRACTOR the approved amount in accordance with the terms as set forth in Chapter 218, Part VII, Florida Statutes. Section 7. General Terms of Payment and Bitting. (a) Upon satisfactory delivery of materials and services required under this Agreement and upon acceptance of the materials and services by COUNTY, CONTRACTOR may invoice COUNTY for the full amount of compensation provided for under the terms of this Agreement less any amount already paid by COUNTY. Upon review and approval of CONTRACTOR's invoice, COUNTY will, in accordance with the terms as set forth in Chapter 218, Part VII, Florida Statutes, pay CONTRACTOR the approved amount. (b) COUNTY may perform or have performed an audit of the records of CONTRACTOR at any time during the term of this Agreement and after final payment to support final payment under this Agreement. Audits may be performed at a time mutually agreeable to CONTRACTOR and COUNTY. Total compensation to CONTRACTOR may be determined subsequent to an audit as provided for in this Section and the total compensation so determined will be used to calculate final payment to CONTRACTOR. Performance of this audit will not delay final payment as provided by subsection (a) of this Section. Term Contract for Traffic Signal Construction and System Communication Equipment (IFB-603865-20/CAR) Page 4 of 21 (c) CONTRACTOR shall maintain all books, documents, papers, accounting records, and other evidence pertaining to materials and services provided under this Agreement in such a manner as will readily conform to the terms of this Agreement. CONTRACTOR shall make such materials available at CONTRACTOR's office at all reasonable times during the term of this Agreement and for five (5) years from the date of final payment under the contract for audit or inspection as provided for in subsection (b) of this Section. (d) In the event any audit or inspection conducted after final payment but within the period provided in paragraph (c) of this Section reveals any overpayment by COUNTY under the terms of the Agreement, CONTRACTOR shall refund such overpayment to COUNTY within thirty (30) days of notice by COUNTY. Section 8. No Waiver by Forbearance. COUNTY's review of, approval and acceptance of or payment for the materials or services required under this Agreement does not operate as a waiver of any rights under this Agreement, or of any cause of action arising out of the performance of this Agreement. CONTRACTOR is and will always remain liable to COUNTY in accordance with applicable law for any and all damages to COUNTY caused by CONTRACTOR's negligent or wrongful provision of any of the materials or services provided under this Agreement. Section 9. Termination. (a) COUNTY may, by written notice to CONTRACTOR, terminate this Agreement or any Purchase Order issued under this Agreement, in whole or in part, at any time, either for COUNTY's convenience or because of the failure of CONTRACTOR to fulfill its obligations under this Agreement. Upon receipt of such notice, CONTRACTOR shall immediately discontinue all services affected, unless the notice directs otherwise, and deliver to COUNTY all data, drawings, specifications, reports, estimates, summaries, and any and all such other Term Contract for Traffic Signal Construction and System Communication Equipment (IFB-503865-20/CAR) Page 5 of 21 information and materials of whatever type or nature as may have been accumulated by CONTRACTOR in performing this Agreement, whether completed or in process. (b) If the termination is for the convenience of COUNTY, CONTRACTOR will be paid compensation for services performed to the date of termination. (c) If the termination is due to the failure of CONTRACTOR to fulfill its obligations under this Agreement, COUNTY may take over the work and carry it to completion by other agreements or otherwise. In such case, CONTRACTOR will be liable to COUNTY for all reasonable additional costs associated with CONTRACTOR's failure to fulfill its obligations under this Agreement. (d) CONTRACTOR will not be liable for such additional costs if the failure to perform the Agreement arises without any fault or negligence of CONTRACTOR, but CONTRACTOR will be responsible and liable for the actions by its subcontractors, agents, employees, persons, and entities of a similar type or nature. Matters beyond the fault or negligence of CONTRACTOR include acts of God or of the public enemy, acts of COUNTY in its sovereign or contractual capacity, fires, floods, epidemics, quarantine restrictions, strikes, freight embargoes, and unusually severe weather, but in every case the failure to perform must be beyond the control and without any fault or negligence of CONTRACTOR. (e) If after notice of termination for CONTRACTOR's failure to fulfill its obligations under this Agreement it is determined that CONTRACTOR had not so failed, the termination will be conclusively deemed to have been effected for the convenience of COUNTY. In such event, adjustment in the Agreement price will be made as provided in subsection (b) of this Section. (f) The rights and remedies of COUNTY provided for in this Section are in addition and supplemental to any and all other rights and remedies provided by law or under this Agreement. Term Contract for Traffic Signal Construction and System Communication Equipment (IFB-603 $65-20/CAR) Page 6 of 21 Section 10. Conflict with Contract Documents. Wherever the terms of this Agreement conflict with any Purchase Order issued pursuant to it or any other contract documents, including proposals submitted by CONTRACTOR, this Agreement will prevail. For the avoidance of doubt, proposals and any other documents submitted by CONTRACTOR are not incorporated into this Agreement, unless expressly stated otherwise. Section 11. Equal Opportunity Employment. CONTRACTOR shall not discriminate against any employee or applicant for employment for work under this Agreement because of race, color, religion, sex, age, disability, or national origin. CONTRACTOR shall take steps to ensure that applicants are employed and employees are treated during employment without regard to race, color, religion, sex, age, disability, or national origin. This provision includes, but is not limited to the following; employment, upgrading, demotion or transfer, recruitment advertising, layoff or termination, rates of pay or other forms of compensation and selection for training including apprenticeship. Section 12. No Contingent Fees. CONTRACTOR warrants that it has not employed or retained any company or person other than a bona fide employee working solely for CONTRACTOR to solicit or secure this Agreement and that it has not paid or agreed to pay any person, company, corporation, individual, or firm, other than a bona fide employee working solely for CONTRACTOR, any fee, commission, percentage, gift, or other consideration contingent upon or resulting from award or making of this Agreement. For the breach or violation of this provision, COUNTY will have the right to terminate the Agreement at its sole discretion without liability and to deduct from the Agreement price or otherwise recover the full amount of such fee, commission, percentage, gift, or consideration. Term Contract for Traffic Signal Construction and System Communication Equipment (LFB-603865-20/CAR) Page 7 of 21 Section 13. Conflict of Interest. (a) CONTRACTOR shall not engage in any action that would create a conflict of interest in the performance of its obligations pursuant to this Agreement with COUNTY or violate or cause others to violate the provisions of Chapter 112, Part III, Florida Statutes, relating to ethics in government. (b) CONTRACTOR hereby certifies that no officer, agent, or employee of COUNTY has any material interest (as defined in Section 112.312(15), Florida Statutes, as over 5%), either directly or indirectly, in the business of CONTRACTOR to be conducted under this Agreement and that no such person will have any such interest at any time during the term of this Agreement. Section 14. Assignment. Neither this Agreement nor any interest in it may be assigned, transferred, or otherwise encumbered under any circumstances by either party without prior written consent of the other party and in such cases only by a document of equal dignity with this Agreement. Section 15. Subcontractors. CONTRACTOR shall first secure the prior written approval of COUNTY before engaging or contracting for the services of any subcontractors under this Agreement. CONTRACTOR will remain fully responsible to COUNTY for the services of any subcontractors under this Agreement. Section 16. Indemnification of COUNTY. To the fullest extent permitted by law, CONTRACTOR shall hold harmless, release, and indemnify COUNTY, its commissioners officers, employees, and agents from any and all claims, losses, damages, costs, attorney fees, and lawsuits for damages arising from, allegedly arising from, or related to CONTRACTOR's provision of materials or services under this Agreement caused by CONTRACTOR's act or omission in the performance of this Agreement. Term Contract for Traffic Signal Construction and System Communication Equipment (IFB-603865-20/CAR) Page 8 of 21 Section 17. Insurance. (a) General. CONTRACTOR shall procure and maintain insurance required under this Section at CONTRACTOR's own cost. (1) CONTRACTOR shall provide COUNTY with a Certificate of Insurance on a current ACORD Form signed by an authorized representative of the insurer evidencing the insurance required by this Section (Professional Liability, Workers' Compensation/Employer's Liability, Commercial General Liability, and Business Auto). The Certificate must have the Agreement number for this Agreement clearly marked on its face. COUNTY, its officials, officers, and employees must be named additional insureds under the Commercial General Liability, Umbrella Liability and Business Auto policies. If the policy provides for a blanket additional insured coverage, CONTRACTOR shall provide a copy of the section of the policy along with the Certificate of Insurance. Ifthe coverage does not exist, the policy must be endorsed to include the named additional insureds as described in this subsection. The Certificate of Insurance must provide that COUNTY will be provided, by policy endorsement, not less than thirty (30) days written notice prior to the cancellation or non -renewal, or by a method acceptable to COUNTY. Until such time as the insurance is no longer required to be maintained by CONTRACTOR, CONTRACTOR shall provide COUNTY with a renewal or replacement Certificate of Insurance before expiration or replacement of the insurance for which a previous Certificate of Insurance has been provided. (2) In addition to providing the Certificate of Insurance on a current ACORD Form, upon request as required by COUNTY, CONTRACTOR shall provide COUNTY with a certified copy of each of the policies of insurance providing the coverage required by this Section within thirty (30) days after receipt of the request. Certified copies of policies may only be provided by the insurer, not the agent or broker. Term Contract for Traffic Signal Construction and System Communication Equipment (IFB-603865-20/CAR) Page 9 of 21 (3) Neither approval by COUNTY nor failure to disapprove the insurance provided by CONTRACTOR will relieve CONTRACTOR of its full responsibility for performance of any obligation, including its indemnification of COUNTY, under this Agreement. (b) Insurance Company Requirements. Insurance companies providing the insurance under this Agreement must meet the following requirements: (1) Companies issuing policies must be authorized to conduct business in the State of Florida and prove such authorization by maintaining Certificates of Authority or Letters of Eligibility issued to the companies by the Florida Office of Insurance Regulation. Alternatively, policies required by this Agreement for Workers' Compensation/Employer's Liability, may be those authorized as a group self -insurer by Section 624.462 1, Florida Statutes. (2) In addition, such companies must have and maintain, at a minimum, a Best's Rating of "A-" and a minimum Financial Size Category of "VII" according to A.M. Best Company. (3) If, during the period that an insurance company is providing the insurance coverage required by this Agreement, an insurance company (i) loses its Certificate of Authority, or (ii) fails to maintain the requisite Best's Rating and Financial Size Category, the CONTRACTOR shall immediately notify COUNTY as soon as CONTRACTOR has knowledge of any such circumstance and immediately replace the insurance coverage provided by the insurance company with a different insurance company meeting the requirements of this Agreement. Until such time as CONTRACTOR has replaced the unacceptable insurer with an insurer acceptable to COUNTY, CONTRACTOR will be deemed to be in default of this Agreement. (c) Specifications. Without limiting any of the other obligations or liability of CONTRACTOR, CONTRACTOR shall procure, maintain, and keep in force amounts and types of insurance conforming to the minimum requirements set forth in this subsection, at Term Contract for Traffic Signal Construction and System Communication Equipment (IFB-603$65-20/CAR) Page 10 of 21 CONTRACTOR's sole expense. Except as otherwise specified in this Agreement, the insurance will become effective upon execution of this Agreement by CONTRACTOR and must be maintained in force until the expiration of this Agreement's term or the expiration of all Orders issued under this Agreement, whichever comes last. Failure by CONTRACTOR to maintain this required insurance coverage within the stated period will constitute a material breach of this Agreement, for which COUNTY may immediately terminate this Agreement. The amounts and types of insurance must conform to the following minimum requirements: (1) Workers' Compensation/Employer's Liability. (A) CONTRACTOR's insurance must cover it for liability that would be covered by the latest edition of the standard Workers' Compensation policy as filed for use in Florida by the National Council on Compensation Insurance without restrictive endorsements. CONTRACTOR is also responsible for procuring proper proof of coverage from its subcontractors of every tier for liability that is a result of a Workers' Compensation injury to the subcontractor's employees. The minimum required limits to be provided by both CONTRACTOR and its subcontractors are outlined in subsection (C) below. In addition to coverage for the Florida Workers' Compensation Act, where appropriate, coverage must be included for the United States Longshoremen and Harbor Worker's Compensation Act, Federal Employee's Liability Act, and any other applicable Federal or State law. (B) Subject to the restrictions of coverage found in the standard Workers' Compensation policy, there will be no maximum limit on the amount of coverage for liability imposed by the Florida Workers' Compensation Act, the United States Longshoremen's and Harbor Worker's Compensation Act, or any other coverage customarily insured under Part One of the standard Workers' Compensation policy. Term Contract for Traffic Signal Construction and System Communication Equipment (IFB-603865-20/CAR) Page 11 of 21 (C) The minimum amount of coverage under Part Two of the standard Workers' Compensation policy is required to be the following: $500,000.00 (Each Accident) $500,000.00 (Disease -Policy Limit) $500,000.00 (Disease -Each Employee) (2) Commercial General Liability. (A) CONTRACTOR's insurance must cover it for those sources of liability that would be covered by the latest edition of the standard Commercial General Liability Coverage Form (ISO Form CG 00 01), as filed for use in the State of Florida by the Insurance Services Office. Coverage must not contain any endorsements excluding or limiting Products/Completed Operations, Contractual Liability, or Separation of Insureds. (B) CONTRACTOR shall maintain these minimum insurance limits: General Aggregate Two Times (2x) the Each Occurrence Limit Personal & Advertising $1,000,000.00 Injury Limit Each Occurrence Limit $1,000,000.00 Pollution Liability $1,000,000.00 (3) Professional Liability Insurance. CONTRACTOR shall carry Professional Liability Insurance with limits of not less than One Million and No/100 Dollars ($1,000,000.00). (4) Business Auto Policy. (A) CONTRACTOR's insurance must cover CONTRACTOR for those sources of liability which would be covered by Section II ofthe latest edition ofthe standard Business Auto Policy (ISO Form CA 00 01), as filed for use in the State of Florida by the Insurance Services Office. Coverage must include owned, non -owned, and hired autos or any auto used by CONTRACTOR. In the event CONTRACTOR does not own automobiles, CONTRACTOR shall maintain coverage for hired and non -owned auto liability for autos used by CONTRACTOR, which may be satisfied by way of endorsement to the Commercial General Term Contract for Traffic Signal Construction and System Communication Equipment (IFB-603865-20/CAR) Page 12 of 21 Liability policy or separate Business Auto Liability policy. If the contract involves operations governed by Sections 29 or 30 ofthe Motor Carrier Act of 1980, endorsement MCS -90 is required. (B) The minimum limits to be maintained by CONTRACTOR must be per -accident combined single limit for bodily injury liability and property damage liability. (C) The minimum amount of coverage under the Business Auto Policy is required to be the following: Combined Single Limit $1,000,000.00 (d) Coverage. The insurance provided by CONTRACTOR pursuant to this Agreement must apply on a primary and non-contributory basis, and any other insurance or self-insurance maintained by COUNTY or COUNTY's officials, officers, or employees must be in excess of and not contributing to the insurance provided by or on behalf of CONTRACTOR. (e) Occurrence Basis. The Workers' Compensation policy, the Commercial General Liability, and the Umbrella policy required by this Agreement must be provided on an occurrence rather than a claims -made basis. The Professional Liability insurance policy may be on an occurrence basis or claims -made basis. If a claims -made basis, the coverage must respond to all claims reported within three (3) years following the period for which coverage is required and which would have been covered had the coverage been on an occurrence basis. (f) Obligations. Compliance with the foregoing insurance requirements will not relieve CONTRACTOR, its employees, or its agents of liability from any obligation under this Section or any other Section of this Agreement. Section 18. Dispute Resolution. (a) In the event of a dispute related to any performance or payment obligation arising under this Agreement, the parties shall exhaust COUNTY administrative dispute resolution procedures prior to filing a lawsuit or otherwise pursuing legal remedies. COUNTY administrative Term Contract for Traffic Signal Construction and System Communication Equipment (IFB-603865-20/CAR) Page 13 of 21 dispute resolution procedures for proper invoice and payment disputes are set forth in Section 22.15, "Prompt Payment Procedures", Seminole County Administrative Code. COUNTY administrative dispute resolution procedures for contract claims related to this Agreement, other than for proper invoice and payment disputes, are set forth in Section 3.5540, "Contract Claims", Seminole County Administrative Code. (b) In any lawsuit or legal proceeding arising under this Agreement, CONTRACTOR hereby waives any claim or defense based on facts or evidentiary materials that were not presented for consideration in COUNTY administrative dispute resolution procedures set forth in subsection (a) above of which CONTRACTOR had knowledge and failed to present during COUNTY administrative dispute resolution procedures. (c) In the event that COUNTY administrative dispute resolution procedures are exhausted and a lawsuit or legal proceeding is filed, the parties shall exercise best efforts to resolve disputes through voluntary mediation and to select a mutually acceptable mediator. The parties participating in the voluntary mediation shall share the costs of mediation equally. Section 19. Representatives of COUNTY and CONTRACTOR. (a) It is recognized that questions in the day to day conduct of performance pursuant to this Agreement may arise. Upon request by CONTRACTOR, COUNTY shall designate and advise CONTRACTOR in writing of one or more of its employees to whom to address all communications pertaining to the day to day conduct of this Agreement. The designated representative will have the authority to transmit instructions, receive information, and interpret and define COUNTY's policy and decisions pertinent to the work covered by this Agreement. (b) At all times during the normal work week, CONTRACTOR shall designate or appoint one or more representatives who are authorized to act on behalf of CONTRACTOR and bind CONTRACTOR regarding all matters involving the conduct of the performance pursuant to Term Contract for Traffic Signal Construction and System Communication Equipment (iFB-603865-20/CAR) Page 14 of 21 this Agreement, and who will keep COUNTY continually and effectively advised of such designation. Section 20. All Prior Agreements Superseded. This Agreement incorporates and includes all prior negotiations, correspondence, conversations, agreements, or understandings applicable to the matters contained in this Agreement and the parties agree that there are no commitments, agreements, or understandings concerning the subject matter of this Agreement that are not contained or referred to in this document. Accordingly, it is agreed that no deviation from the terms of this Agreement may be predicated upon any prior representations or agreements, whether oral or written. Section 21. Modifications, Amendments, or Alterations. No modification, amendment, or alteration in the terms or conditions contained in this Agreement will be effective unless contained in a written amendment executed with the same formality and of equal dignity with this Agreement. Section 22. Independent Contractor. Nothing in this Agreement is intended or may be construed as in any manner creating or establishing a relationship of co-partners between the parties, or as constituting CONTRACTOR (including its officers, employees, and agents) as an agent, representative, or employee of COUNTY for any purpose or in any manner whatsoever. CONTRACTOR is and will remain forever an independent contractor with respect to all services performed under this Agreement. Section 23. Employee Status. Persons employed by CONTRACTOR in the performance of services and functions pursuant to this Agreement have no claim to pension, workers' compensation, unemployment compensation, civil service, or other employee rights or privileges granted to COUNTY's officers and employees, either by operation of law or by COUNTY. Term Contract for Traffic Signal Construction and System Communication Equipment (IFB-603865-20/CAR.) Page 15 of 21 Section 24. Services Not Provided For. No claim for services provided by CONTRACTOR not specifically provided for in this Agreement will be honored by COUNTY. Section 25. Public Records Law. (a) CONTRACTOR acknowledges COUNTY's obligations under Article 1, Section 24, Florida Constitution and Chapter 119, Florida Statutes, to release public records to members of the public upon request. CONTRACTOR acknowledges that COUNTY is required to comply with Article 1, Section 24, Florida Constitution and Chapter 119, Florida Statutes, in the handling of the materials created under this Agreement and this statute controls over the terms of this Agreement. Upon COUNTY's request, CONTRACTOR shall provide COUNTY with all requested public records in CONTRACTOR's possession, or shall allow COUNTY to inspect or copy the requested records within a reasonable time and at a cost that does not exceed costs as provided under Chapter 119, Florida Statutes. (b) CONTRACTOR specifically acknowledges its obligations to comply with Section 119.070 1, Florida Statutes, with regard to public records and shall perforin the following: (1) CONTRACTOR shall keep and maintain public records that ordinarily and necessarily would be required by COUNTY in order to perform the services required under this Agreement, (2) CONTRACTOR shall provide the public with access to public records on the same terms and conditions that COUNTY would provide the records and at a cost that does not exceed the cost provided in Chapter 119, Florida Statutes, or as otherwise provided by law. (3) CONTRACTOR shall ensure public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed, except as authorized by law. Term Contract for Traffic Signal Construction and System Communication Equipment (IFB-603865-20/CAR) Page 16 of 21 (c) Upon termination of this Agreement, CONTRACTOR shall transfer, at no cost to COUNTY, all public records in possession of CONTRACTOR, or keep and maintain public records required by COUNTY under this Agreement. If CONTRACTOR transfers all public records to COUNTY upon completion of this Agreement, CONTRACTOR shall destroy any duplicate public records that are exempt or confidential from public records disclosure requirements. If CONTRACTOR keeps and maintains the public records upon completion of this Agreement, CONTRACTOR shall meet all applicable requirements for retaining public records. All records stored electronically must be provided to COUNTY, upon request of COUNTY, in a format that is compatible with the information technology systems of COUNTY. (d) Failure to comply with this Section will be deemed a material breach of this Agreement for which COUNTY may terminate this Agreement immediately upon written notice to CONTRACTOR. CONTRACTOR may also be subject to statutory penalties as set forth in Section 119. 10, Florida Statutes. (e) IF CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO CONTRACTOR's DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTRACTOR MAY CONTACT THE CUSTODIAN OF PUBLIC RECORDS, THE SEMINOLE COUNTY PURCHASING AND CONTRACTS MANAGER, AT 407-665-7116, PURCH@SEMINOLECOUNTYFL.GOV, PURCHASING AND CONTRACTS DIVISION, 1301 E. SECOND STREET, SANFORD, FL 32771. Term Contract for Traffic Signal Construction and System Communication Equipment (IFB-603865-20/GAR) Page 17 of 21 Section 26. Governing Law, Jurisdiction, and Venue. The laws of the State of Florida govern the validity, enforcement, and interpretation of this Agreement. The sole jurisdiction and venue for any legal action in connection with this Agreement will be in the courts of Seminole County, Florida. Section 27. Compliance with Laws and Regulations. In providing all services pursuant to this Agreement, CONTRACTOR shall abide by all statutes, ordinances, rules, and regulations pertaining to or regulating the provision of such services, including those now in effect and subsequently adopted. Any violation of these statutes, ordinances, rules, or regulations will constitute a material breach of this Agreement and will entitle COUNTY to terminate this Agreement immediately upon delivery of written notice of termination to CONTRACTOR. Section 28. Patents and Royalties. Unless otherwise provided, CONTRACTOR is solely responsible for obtaining the right to use any patented or copyrighted materials in the performance of this Agreement. CONTRACTOR, without exception, shall indemnify and save harmless COUNTY and its employees from liability of any nature or kind, including costs and expenses for or on account of any copyrighted, patented, or unpatented invention, process, or article manufactured or supplied by CONTRACTOR. In the event of any claim against COUNTY of copyright or patent infringement, COUNTY shall promptly provide written notification to CONTRACTOR. If such a claim is made, CONTRACTOR shall use its best efforts to promptly purchase for COUNTY any infringing products or services or procure a license at no cost to COUNTY that will allow continued use of the service or product. If none of the alternatives are reasonably available, COUNTY shall return the article on request to CONTRACTOR and receive reimbursement, if any, as may be determined by a court of competent jurisdiction. Section 29. Notices. Whenever either party desires to give notice to the other, it must be given by written notice, sent by registered or certified United States mail, return receipt requested, Term Contract for Traffic Signal Construction and System Communication Equipment (IFB-603865-20/CAR) Page 18 of 21 addressed to the party for whom it is intended at the place last specified. The place for giving of notice will remain such until it has been changed by written notice in compliance with the provisions of this Section. For the present, the parties designate the following as the respective places for giving of notice: For COUNTY: Seminole County Traffic Engineering Division 140 Bush Loop Sanford, Fl, 32773 With a copy to: Seminole County Purchasing & Contracts Division 1301 E. Second Street Sanford, Florida 32771 For CONTRACTOR: Chinchor Electric, Inc. 1460 S. Leavitt Avenue Orange City, Florida 32763 Section 30. Rights At Law Retained. The rights and remedies of COUNTY provided for under this Agreement are in addition and supplemental to any other rights and remedies provided by law. Section 31. Headings and Captions. All headings and captions contained in this Agreement are provided for convenience only, do not constitute a part of this Agreement, and may not be used to define, describe, interpret or construe any provision of this Agreement. Section 32. E -Verify System Registration. (a) CONTRACTOR must register with and use the E -Verify system to verify the work authorization status of all new employees prior to entering into this Agreement with COUNTY. If COUNTY provides written approval to CONTRACTOR for engaging with or contracting for the services of any subcontractors under this Agreement, CONTRACTOR must require certification Term Contract for Traffic Signal Construction and System Communication Equipment (IFB-603865-20/CAR) Page 19 of 21 from the subcontractor that at the time of certification, the subcontractor does not employ, contract, or subcontract with an unauthorized alien. CONTRACTOR must maintain a copy ofthe foregoing certification from the subcontractor for the duration of the agreement with the subcontractor. (b) If COUNTY has a good faith belief that CONTRACTOR has knowingly violated this Section, COUNTY shall terminate this Agreement. If COUNTY terminates this Agreement with CONTRACTOR, CONTRACTOR may not be awarded a public contract for at least one (1) year after the date on which this Agreement is terminated. If COUNTY has a good faith belief that a subcontractor knowingly violated this Section, but CONTRACTOR otherwise complied with this Section, COUNTY must promptly notify CONTRACTOR and order CONTRACTOR to immediately terminate its agreement with the subcontractor. IN WITNESS WHEREOF, the parties have made and executed this Agreement for the purposes stated above. M I: 4'4T4 AN MA I 1*4L 0 7 MO(!ecretary (CORPORATE SEAL) I. CHINCHOR, President [The balance of this page is left intentionally blank] Term Contract for Traffic Signal Construction and System Communication Equipment (IFB-603865-20/CAR) Page 20 of 21 Witness Print Name iI - Mw - Print Name For the use and reliance of Seminole County only. Approved as to form and legal sufficiency. SEMINOLE COUNTY, FLORIDA LO -M BETSY C Th—ferim Purchasing and Contracts =er " Date: b - County Attorney BP/Ipk/DGS 6/17/20 8/17/20 TAUsersTegal Secretary CSB\Purchasing 2020\IFB-603865 (Chincbor).docx Attachments: Exhibit A — Scope of Services Exhibit B — Sample Purchase Order Exhibit C — Contract Pricing As authorized for execution by the Board County Commissioners at its 20Mg. regular meet' Tenn Contract for Traffic Signal Construction and System Communication Equipment (IFB-603865-20/CAR) Page 21 of 21 Exhibit A Scope of Services Part I General Scope Seminole County is looking for a competent Contractor(s) to furnish traffic signal construction and system communication as indicated in the solicitation. PIZ[f]-flOR11111 1, Purpose: This contract is intended to enable Seminole County Traffic Engineering to construct traffic signals in their entirety or individual components of signals and systems, including such items as conduit, cable, mast arms, pre-emption and detection equipment, fiber and street lighting. Because of the public safety implications, the response time is an essential element of the services for tasks included in this contract. The specific performance periods for various categories are listed below. A Traffic Signals Traffic signals shall be constructed in a timely manner after the purchase order is issued. The Contractor(s) shall plan accordingly to avoid undo delay when ordering mast arms. B. Emergency Construction I Loop sensors shall have a construction period of 21 days from the date of the issuance of the purchase order. 2) During incidents or emergencies, the County may depend on the Contractor to assist them in restoration or repair work. In these cases, the Contractor must be able to respond within a minimum of two (2) hours, but preferably sooner, with IMSA certified Level 2 Signal Technicians and any necessary equipment. County shall inspect all work upon completion and formally accept the work. It shall be the contractor's responsibility to schedule and hold preliminary and final acceptance meetings. Failure of County staff to detect discrepancies and poor workmanship and material shall not relieve the contractor of the responsibility for completion of the task and successful operation as required. The contractor shall warranty all work for a period of two (2) years for workmanship and for a period equal to the manufacturers warranty period for material. nNEMETTM "TIF =TaT7r-T#rIrTT,- All work and material shall be in accordance with the latest applicable Florida Department o Transportation soecifications as required by the nay item designation. latest Roadway and TraWJc 12elian Standards. and as modified by Seminole Coum. Special Seminole County specifications for modified pay items and/or components and material are included within this document. Contractor must refer to the FDOT's Basis of Estimates Manual for additional item descriptions. Each project must have an IMSA Level 2 Signal Technician on site and all Contractor personnel shall be certified in MOT training as required by the FDOT. The County will issue Release Orders to the contractor on an as needed basis. There are nominimums or maximums established. The quantities indicated in this document are intended to provide a uniform base for bidding purposes only. Each individual release order under non -emergency conditions shall contain the project plans, a breakdown of the pay itwnnm, estimated total costs and the performance period required. The executed release order will sanxa as Notice to Proceed (N.T.P.) for the project. Under emergency oondUions, the requests shall bamade verbally bythe County's project mmanaQerandfoUovw*dbvafaxoremei|oonta|ning the details. The time for the Release Order will begin immediately after the telephone request. 6. For projects with a performance period equal toorless than QOdays, the contractor shall issue only one invoice tothe County for the total projectamount. This invoice shall be issued sdthe project's completion and following acceptance of the work by the County. For projects with aperformance period greater than SOdays, the contractor shall issue only one invoice hothe County for that work completed within the first 80 days and may subsequently issue monthly invoices until the project's comnp|mtion. The final invoice shall be issued at the project's completion and following acceptance of the work by the County. Contractor shall identify mproject manager (both prime and when for the project and provide emergency and non -emergency telephone numbers (ofUoa.home and cellular) hmthe County etthe award ofthe contract. The project manager shall remain with the project for the life of the contract unless requested in writing by the contractor and approved by the County Traffic Engineer. Contractor shall identify all inthe contract with the bid document. The sub- contractor(s) shall remain the same for the life of the contract unless requested in vvd§no by the phnno contractor and approved by the County Traffic Engineer. Contractor shall schedule work to minimize impact on the peak traffic periods. Peak periods are defined as 7:00 to 9:00 AM and 4:O0bJ 6:00 PM Monday through Friday. No kama closures shall be permitted during the peak periods. The contractor mhoU provide maintenance of traffic in accordance with the latest FDOT Standards 600 series for the project. Failure to comply with this requirement will result in complete shutdown by the County Traffic Engineer with nmadditional compensation tothe Contractor, 9. Maonl2nance of Traffic (MOn Compensation for MOT shall be one percent /194\ of the ocb/a[ total project cost upon final project completion. This item will be automatically added to each work order by the County and does not require m bid price by the contractor. This pay item is intended as lump munn compensation to the Contractor for the maintenance of traffic set up in accordance with the latest FDOT and Seminole County requirements for the life ofthe project. 10. Compensation for Mobilization shall be five percent (5%) of the actual total project cost upon final project completion. This item will be automatically added to each work order by the County and does not require a bid price by the Contractor. SECTION II. PROJECT SPECIFICATIONS The Contract Documents and specifications comprise the entire agreement between County and Contractor concerning the Work. The Contract Documents are complementary; what is called for by one is as binding as if called for by all. The Contract Documents will be governed by the laws of the State of Florida and venue shall be in Seminole County for state actions and the Middle District of Florida for federal actions. The Contract Price constitutes the total compensation (subject to authorized adjustments) payable to Contractor for the Work. All duties, responsibilities, risks of every nature, and obligations assigned or undertaken by Contractor shall be at Contractor's sole expense without change in the Contract Price or Contract Time. Where the Contract Documents provide for Unit Price Work, the Contract Price stated in the Agreement will includes an amount equal to the sum of the Unit Prices for each item of Unit Price Work times the estimated quantity of each item as indicated in the Contract Documents. Each Unit Price will be deemed to include an amount considered by Contractor to be adequate to cover all costs, including supplemental and administrative costs, and profit. County reserves the right to notify Contractor of any variation in quantities meeting the criteria established in this subsection. Contractor shall promptly, after becoming aware of, and before proceeding with any significant quantities of affected Work, notify County of any additional or reduced quantities for an item of Unit Price Work which will require an adjustment in Contract Price. Pay item numbers not provided shall be in accordance with the latest FDOT and Seminole County specification. Please refer to this agreement and the latest FDOT's Basis of Estimates Manual for pay item descriptions. The numbers in the contract were intended to match FDOT's numbers as close as possible, but differences and unique numbers do exist. Specifications for these items shall conform to the latest applicable FDOT specifications as required by the pay item designation, latest Roadway and Traffic Design Standards, and as modified by Seminole County. Seminole County Public Work Traffic Engineering Signalization General Notes and any future updates are included as a part of the Project Specifications. The current version has been included within this solicitation. 102-14 . Police Officer durina MOT This item shall be used to hire one (1) off-duty police officer, whether Seminole County Sheriff, FHP or local municipality, for traffic control per hour. 102.104-002 - Adiust Existing ,Signal Head (MOTI This pay item is intended to compensation for signal head adjustment requirements during the maintenance of traffic for lane shifts and other conditions. Compensation is for complete work including signal cable and all necessary hardware. This pay item is intended for restoration of disturbed work areas to acondition equal toorbetter than the preconstruction condition 580-332-97 - Tree Removal / Trimming This pay item is intended to be used for trimming branches and tree limbs that are interfering with the installation of aerial communication cable. Payment shall be made based on the contractor clearing a4 foot radial path for 25 feet horizontally along the proposed cable route. If this item is used for tree removal than multiples of this pay item will be negotiated based on the size of the tree. 620-1-1 All poles, foundotions. AC sen/ima, and cabinet assemblies abaU have 50' of ground mod and shall be bonded with a six (6) gauge wire in the signal pull box closest to the traffic signal cabinet. A six (6) gauge Green wire shall be pulled around the inbyroeoUnnhzrgrnunding. Grounding will not be included within other items. All required grounding will be paid using this item. Pay item 620 -1 -IA shall be used for ITS VyW8 sign array 630-2-14 - Conduit Aboveground All aboveground conduit shall berigid 2^galvanized steel. 630-2-11 -Conduit Underground All underground conduits shall be schedule 40, 2" buried at depth of 36". Furnish and install locate wire in accordance with FDOTspecification. 630-2-11 - Conduit Underaround/for Fiber Optic Cable All underground conduit for the purpose of Fiber Optic shall be schedule 40 two inch /2~\, buried at nnin{mnunn 36^. A 14 AWG insulated wire mhoU be installed inside the conduit for locating purposes. This wire shall becontinuous between pull boxes. 630-2-12- Conduit Directional Bore The number mfrequired conduits will be provided within m site specific intersection plan met. Payment for underground conduit 630-2-11 will be made per each run. Payment for directional bore conduit will be paid omthe 1 st conduit run per bore length, the remaining conduits will be paid as underground. For example, a bored underground road crossing of 1UO`and 3conduits will bepaid as1length (1O0')directional bore and 2 lengths (ZOO')underground. 630 -2 -13 -Conduit, Jacked 6" rigid metal carder casing including three (3)2^ PVC conduit. 630 -2 -15 -Conduit Bridae Mounted 2" rigid galvanized metal conduit using industry standard FDOT approved straps and anchors. 632-6-1 - Sional Cable, LF Signal Cable as needed and intended for a complete installation with 3 spare conductors. 632-7-1 - Sianal Cable, PI This item includes aminimum oftwo 16 conductor cables per intersection with 3spare wires per cable, one 10 gauge 2 conductorfor street lights (14AWG/2 wire, IMSA 50-2 cable is not an acceptable substitute for 1OAVVG/2wira).Loop Beldon and pedestrian feature cabling. This item also includes all associated cable for onnnp|eto Optiuonn systems. Cable ehoU not be stepped down to fewer conductors in overhead nor shall conductor colors be mismatched. A six (6) gauge green grounding wire shall be pulled around intersection. This item includes total intersection replacement. Wiring for mast arm intersections shall have a minimum of 3 spares for each assembly. Wiring shall include Pedestrian features, street lighting, Opticom, loop beldons, illuminated street signs, and a #14 gauge locate wire. Wiring shall be in accordance with IMSA cable specifications. 633-1-121 or 122 or 123 or 123A - Fiber Optic Cable Only fiber optic communication cable shall be used unless otherwise specified in plans. All 12,24,72,96 Strand Single mode Fiber Optic Cable shall be Loose Tube, All -Dielectric, Dry Blocked„8.3/125 um This pay item includes the locate wire. (12 AWG solid copper per FDOT specification). 633-1-121 - Fiber Optic Cable 12 SM Loose Tube, All -Dielectric, Dry Blocked, 12 Strand Single -Mode, 8.3/125 um. This pay item includes the locate wire. (12 AWG solid copper per F DOT specification). 633-1-122 - Fiber Optic Cable 24 SM Loose Tube, All -Dielectric, Dry Blocked, 24 Strand Single -Mode, 8.3/125 um. This pay item includes the locate wire. (12 AWG solid copper per FDOTspecification). 633-1-123 - Fiber Optic Cable 72 SM Loose Tube, All -Dielectric, Dry Blocked, 72 Strand Single -Mode, 8.3/125 um. This pay item includes the locate wire. (12 AWG solid copper per FDOTspecification). 633-1-123A - Fiber Optic Cable 96 SM Loose Tube, All -Dielectric, Dry Blocked, 96 Strand Single -Mode, 8.3/125 um. This pay item includes the locate wire. (12 AWG solid copper per FDOTspecification). 633-1-300 - Fiber Optic Cable, Install Only This pay item will be used when the fiber optic cable is furnished to the contractor for installation. This includes the installation of a locate wire. The locate wire will also be furnished to the contractor for installation. 633-2-31 - Fiber Optic Connection, Splice This pay item is intended to be used to fusion splice fiber optic cables. The fusion splicer to be used shall have either a core alignment or LID system for splice loss estimation. During splicing operations all splices with an attenuation reading greater than .12 db shall be broken and re -spliced. All fusion splices, when tested with an OTDR, shall be less than .15 db when bi-directionally averaged. All fusion splices shall be heat shrink protected and stored within a splice tray. 633-2-32 - Fiber Optic Connection, Termination This pay item is intended to be used to terminate a fiber optic strand by splicing on a pre -terminated pigtail. The pay item shall include the fusion splice with heat shrink protection and the pigtail with the required connector type. (ST, SC, or LC) The fiber optic pigtail shall be single mode 8.3/900 um and shall be color coded to match the strand color coating. Dome type fiber optic splice enclosure suitable to house (6) splice trays. As per Corning SCF -6C22-02 or Preformed Line Products (Coyote 6.5 X 22) 63,,'x -3-11A - Fiber Optic Splice Enclosure 96 Dome type fiber optic splice enclosure suitable to house (8) splice trays. As per Coming SCF -6C28-02 or Preformed Line Products (Coyote 9.5 X 28) Fiber optic splice tray suitable for installation in recommended enclosure. The splice tray shall be able to house mminimum of12splices with heat shrink protection sleeves for Coming enclosures. The LGSTS72 trays for Preformed Enclosures. 12 strand buffer tube fan out kit with 900 um tubing. The tubing shall be color coded to match strand color. The tubing shall beaminimum of24inches long. 633-3-16 - Fiber Optlic Patch Panel Wall mounted or 19^ rack mounted fiber optic patch panel. The patch panel shall include necessary connector mnndu|am (ST or SC as required). The patch panel shall be capable of housing 24 ST or SC connectors. As per Coming WIC -02P or CCH -03U patch panels pre -loaded with connector plate modules. 633-3-18 - Fiber Optic Connector Fiber optic termination "ST" or "SC" connector. This pay item is intended to be used with the fiber optic fan out kit to terminate fiber optic strand. Fiber terminations Gan be accomplished with either hand polished orcrimp type connectors. Aeper Corning ^Uniomnn"connectors. 633-3-19 Fiber optic "Pigtail" used to terminate m fiber optic strand. This pay Rom will be used with mfiber optic fusion splice to terminate a fiber optic strand. The pigtail shall be 900 um and color coded to match fiber strand. ST. SC, or LC as required. This pay item is intended for fiber optic testing. The testing shall be done a terminated fiber strand at two wavelengths /131Onnm/155Onnn\.Each test shall be averaged for 3Oseconds. The test results shall be submitted in hard copy and electronic versions. This pay item will be used on a per strand basis. 633-3-20A - Fiber Optic QTQR Testong. Bare FabeE This pay item in intended for fiber optic testing. The basting shall be done a non- terminated bare fiber strand mdone wavelength (1310 nm). Each bem6 shall be averaged for 15 seconds. The test naau|bm shall besubmitted inhard copy and electronic versions. This pay item will beused onmper strand basis. The common use ofthis pay item will bmfor reel testing. 634-4-152, 153, 113, 113A - Span-rwlire Assembly FOOT Roadway 3/8°Centmnmry and 7/18^ messenger mponm. EH8. Seminole County Roadway 3/8^ Centenary and 3/G^Messenger spans, EH8 This item shall consist construction, maintenance, and removal ofmtemporary span which shall include 2 (up to 3 poles where there is an existing median) wood or concrete strain poles, single span, all necessary hardware and cabling, and upto4light weight signal hemds.onmufwhichmmyhwmS-mecUonhaad.Thhs item shall also include all required power service requirements and guying of the poles. This Rem is intended for support for aerial Fiber Optic communication cabling and shall be1/4"diameter, EHS. All required pole hardware and materials needed for the messenger installation shall be included in this pay item. 635-2-11 - Pull and Junction Box. Ground Mounted All pull boxes are tobecomposite 13"x 24^with anon-conductive 2UKrated lids (qumait*type orapproved equivalent), located a minimum of 5 feet from radius and 19 from edge of pavement. Lids shall be marked Traffic Signal. With a1`x4"concrete apron. Includes removal of old pull box. 635-2-12 - Pull and SRlice Box. Ground Mounted All pull boxes are to be composite, 24"X36" with a non-conductive 20K lid (CDR Systems Corporation product orapproved equive|ent).Lids shall bemarked Seminole County Fiber Optic Cable. Aone foot bv one foot bv4inch concrete apron shall bepoured around junction box. Includes removal ofold pull box. Round Vault Box shall be48"Diameter with 6" extension marked Seminole County fiber optic and shall be 20K rated CDR Systems Corporation product or approved equivalent. Aone foot by one foot by4inch nnnonahe apron shall bepoured around junction box. 635!!3-11 - Pull and Junction Box Aerial Shall 18"xl 8" NEMA Enclosure PVC. A 25 pair 66m style punch down block shall be installed inside box. 632-1-112,122 &113.123 - Electrical Services Duke Energy Power Service 120v with meter FPL Power Service 120V no meter Electrical service for mast arm intersections shall be 125amp, 8 space, NEMA 3R rainproof enclosure. Pole schedule shall have hand -hole placed 4feet above grade. A2inch knock out shall be placed opposite of the hand -hole. A 2 inch wire entrance nipple shall be located 1 foot below messenger wire attachment point. A 6 AWG ground wire shall be included for pole grounding. Per FDOT Spec. 641-2-11 - Concrete Pedestal Type IL Shall meet F[)[>TSpecifications 12'pole 643-1 - Strain Poles GUying Wood Down guy installation onawood orconcrete pole. 646-1-11 - Aluminum Sianall Pole & Pedestal 4 inch Diameter Aluminum Post 12ft long, with Pelco Pedestal or Approved equivalent. Pay item shall include all items needed for proper Installation. 646-1-11113- Breakaway Pedestal and base Pm|cobase orequivalent with bolts and concrete base only. 646-1-12 - Aluminum Slanall Pole Pedestrian Detector Post Pedestrian pole mounted base. PelcV Brand PB-5335Aluminum orapproved equivalent. Pay item shall include all items needed for proper Installation. All required geotechnical testing shall be performed under 647-8,Item Dshall consist cf apre-dig for m Mast Arm base orstrain pole where utilities may heaconflict. Item Fshall beused for aFOOTqualified CEI to perform slump test and inspections on concrete foundations to satisfy FDOT requirements. All shop drawings and geotechnical reports must be signed and sealed by a professional engineer in the State of Florida. 647-G - Sianal Technician (per hour) This ishofurnish msignal bachnioian(nminimnumn|k88ALeve|1 Signals Certified, preferably Level 2Certified) for various tasks. This item ahmU include all required oonduits, anchor bobo, steel rebmrm and concrete foundation for 48" diameter for Seminole County Standard mast arms and strain poles. The compensation shall be per foot ofdepth mestated |nthe plans. §48 - Mast Arms (Seminole County Standardl These are mast arms constructed according to the latest Seminole County Standard Mast Arm Drawings. Adthe time ofthis bid letting, the latest Standards an*2O17Y2O18. IMPORTANT FOR PRICING. All mast arms listed, both fluted and non -fluted and both single and double, assume oshort upright /22 tm24'per the latest Standards). Kerno048- F through 648-11 are price add- ons for use when atall upright (32')ionequeateuj.Itennm71541-111through715'AQanethmodd-onmfor luminaires. For example, if furnish and install 50'non-fluted arm with a tall upright and shoe box luminaire i's requested, the following 3items needed would beG4G-11-5ONF,648-1E.and 715-11-114. Below is the assumed loading for the base arms. For arms with requested loadings more than this, use items O48' 08L for the 1st additional item (signal head mrsign) and item 048-99K8 for each additional item (signal head orsign),Items 648-99L and 648-99M are given in percent and represent the percent increase over the base mast arm price for each item. These mast arm items DO NOT include the price for foundations (items G48-1Band 648'1C). Assemblies with single an -ns 25 tw40ft in length: |tshall be assumed that arms within this range will be loaded with one (1) 4 -section head located two (2) feet from the end of the arm, one (1) 3 section signal head located fourteen (10) feet from the end of the arm and one (1) ) 3 section signal head located fourteen (18) feet from the end of the arm eight and one(l) (8) foot illuminated street sign located eight (8)from the end nfthe arm. Assemblies with single arms 45 tm65ftinlength: It shall be assumed that arms within this range will be loaded with one (1) 4 -section head located two (2) feet from the end mfthe arm, one /1\3section signalheadlouatedfoudean(14)0eathomthemnd. one (1) 3 section signal head located twenty-six (26) feet from the end of the arm and one (1) eight (8) foot illuminated street sign located twenty /2O\from the end nfthe arrn. Assemblies with single arms 70 tm90ft in length: |tshall beassumed that arms within this range will be loaded with four NA3-aecUonheads located at two (2)feet, fourteen /14>feet, twenty-six (2G) feet and thirty-eight (38) feet from the end ofthe arm, plus one (1) eight (8) foot illuminated street sign located thirty-two (32) from the end of the arm. Double assemblies with arms totaling 60tw90it in length: bshall beassumed that assemblies within this range will have two i2\arms ofequal length each with one (1) 5 -section head located two (2) feet from the end of the arm, one <1\ 3 oaoUVn signal head located fourteen (14) feet from the end ofthe arm and one (1) eight (8) foot illuminated street sign located eight (8)from the end qfthe arm. Double assemblies with arms totaling 95 tm125ft§mlength: It shall be assumed that assemblies within this range will have two (2) arms of equallength each with one (1) 5 -section head located two (2)feet from the end of the ann° one (1) 3 section signal head located fourteen (14) feet from the end, one (1) 3 section signal head located twenty-six (26) feet from the end of the arm and one (1)eight <O\foot illuminated street sign |ocmtedbxenty/2O\fromthmendoftbaonn. Double assemblies with arms totaling 130tm160 ft in length: It shall be assumed that assemblies within this range will have two (2) arms of equal length each with four (4) 3 -section heads located at two (2) feet, fourteen (14) feet, twenty-six (26) feet and thirty-eight (38) feet from the end of the arm, plus one (1) eight (8) foot illuminated street sign located thirty-two (32) io 649 - Mast Arms (FDOT standard) These are mast arms constructed according to the latest FDOT standards. These mast arms DO INCLUDE the foundation as is typical with these FDOT items. 649-40A and 649-40B - Steel Mast Arm Re-rgoating (slinales and doublesl Re -coating of mast arms shall be in accordance with FDOT Specifications Section 560, including all associated Sections. Reminder that there is a five (5) year warranty on all re -coating. 650 - Traffic Signal Assembly All disconnects shall be full size (12"w x 6"h x 4'/2"D) with hinged doors and 18 position terminal strip, no Jones plugs will be accepted. All unused wires shall be terminated on the terminal strip. No wire nuts on unused conductors. All disconnects & hanging hardware shall be Engineered Casting or approved equivalent. All signals must meet the latest FDOT Specification for vehicular traffic signal assembly in accordance with Section A650 FDOT standard specifications and shall be Engineered Casting or an approved equivalent. The inside face of each door will have 4 lens gasket clamps and stainless steel screws for securing the lens to door. Only tunnel visors will be accepted. All signals will have FDOT Approved Backplates w/ reflective border. All LED Signals shall be FDOT approved. All LED balls and arrows (items 650-1-111B through 650-1-111S) shall be lenses only; no housings. 653 - Pedestrian Socinall Hgad LED Countdown These items shall be FDOT approved and meet the latest FDOT Specifications for pedestrian signal assembly Section A653. The items provided shall be ICC Brand or approved equivalent. Only LED international symbol will be accepted. Each head assembly shall include all necessary mounting hardware. All LED Pedestrian Heads shall be one unit with Hand/Man, Countdown and must be FDOT approved. 660 - Loon Sensors & Logo Detectors Naztec menu driven LCD detector, dual channel, rack mount or an approved equivalent. All Type F loops shall be 6x40, front of loop shall be cut 5ft in front of stop bar except in a Traffic Responsive System 6x20 loops shall be placed 1ft behind stop bar and one in each lane. Homerun shall be cut from the back of the loop to the window, no loop windows or homeruns shall be cut in radius. 660-2-102 and 660-2-106 - Loot) assemblies Price to include all items necessary for an acceptable installation back to the cabinet including all required lead in cable. 660-2-102A,and 660-2-106A Loops Price to be for the loop installation only and does not include lead in cable. 663-1-111 throuah 663-1-111 A.B.C.- OPTICOM Vehicle Detectors This pay item number is intended to install a complete Global Traffic Technologies OPTICOM emergency pre-emption system. This item shall include 700 series controller Phase selector unit, 4 optical detectors, and required cabling. Items 663-410E through 663-410L are intended to relocate existing single or dual channel, span or mast arm mounted OPTICOM detectors. These pay item numbers shall be used in conjunction with overhead rebuilds/modifications. Mast arm intersections may have to have detectors separated when switching from span to mast arm. Detector not included in this pay item. 10 660-4-11 & 6§0-4-10A thru 663-4-10 - Video Vehicle Detection This item shall consist of a vehicle detection system by processing of video images and provide detector outputs to the signal controller via TS2 S[)LC. Under this item the contractor is to provide a system that detects vehicles onaroadway via processing cfvideo images and provides detector outputs tothe traffic signal controller. The system shall consist of four Thermal cameras. The unit shall have the ability to be programmed / setup without the need for mlaptop computer. The camera and lens assembly shall be housed in a light-colored environmental IP67 enclosure with a sun shield. The enclosure shall be watertight, and dust proof. The connection between the cameras and the video interface panel shall be coaxial cable suitable for outdoor installation, Svmb*rn ohmU include all nmomoaory camera mounting hardware and other related materials. Traficon wyFL|R or approved equivalent. /bamn 660-4-11 is for the video control unit in the cabinet capable of managing 1 to 4 directions. The remaining items are for the video detectors per number of directions and either furnish and install or install only. 660-3-10 throuah 660-3-32 - Wgrowave Vehicle Detection This system will be used for presence/pulse detection. Vehicular counting and other related functions are not required. The system provided underthis item shall be completely compatible with all Seminole County control equipment. Microwave Detectors shall be Microwave Sensors Model TC26B or approved equivalent, item shall include all associated cabling and hardware for a complete working installation. 665-1-11 IbLu 665 -1 -IIA - Peaestrian Dgjqcto[ Qgtector With Sion Only) Polara Engineering "Bulldog" Brand vandal resistant push button or approved equivalent. 670-IIQA - Cabinet. Base Only This pay item imintended aelump sum compensation tothe contractor for the installation ofFDOTstandard controller pad and service slab for otype Gsignal cabinet. The base shall have (8)2inch, (2) 3inch, and (1) 1 inch PVC conduits. All conduits shall be stubbed out in the closest pull box i.e. (no stub outs of spare conduits below gnude). This pay item is intended as lump sum compensation to the contractor for the installation of TS 2 type I traffic signal controller cabinet on on existing base. 670-IIOC - Cabinet, Base Only This pay item is intended as lump sum compensation to the contractor for the installation of 60 inch x 60 inch x 6 inch pad for a communication hub cabinet. The base shall have (5) 2 inch, (2) 4 inch, and (2) 1 inch PVC conduits. All conduits shall be stubbed out in the c|oaaad pull box i.e. (nm stub outs of spare conduits below grade). 671-2-11 - Nema Controller Only All Controllers to be NaztecA7C (vpm 1 or type 2). Controller ahmU have internal Ethernet capabilities. Noateoorapproved equivalent. Cabinets shall consist mf1 NmatecTG2type 1ATC Controller, O8inch Cabinet Assembly 7O000-T82/FL (68 inch, type 6, Rear Door, UPS ready w/ aux relay), NaztecTS2 MMU Model 516L w/ Ethernet, 4 Naztec TS2 B|U YWuda| 130. 16 Nenna Load Svvitohasw/|80. 1 NemaUasher, 8 Transfer Relays, Luminaire interface on Power supply, NortecT82 Cabinet power supply, 32 Channel Detector rack, 4 Channel Opticorn Rack & Field Panel, 32 Loop Detector panel wl 32 SRA-6LC surge arrestors, Ped isolator card, all loop detectors to be Naztec menu driven LCD detectors, set of FLDOT Spec load resistors for back panel, one ball bearing nmUerdravw*r. 10 682-1-133. - CCN Camera. IP,HQ. non-ioressurized High definition IP dome type camera with 30X zoom, day/night mode, internal H.264 encoder, and NTCIP. As per Bosch "7000" series 1080P camera. This pay item includes all mounting hardware and shielded cabling necessary to install the camera on a mast arm or concrete pole. 682,-333 - CC,".' Camera, Install Only This pay item will be used to install High definition IP dome type camera that will be furnished to the contractor for installation. All of the material necessary for the installation will be included to install the camera on a mast arm or concrete pole. 682-1-400 - CCTV Camera. Relocate This pay item will be used to relocate a High definition IP dome type camera. The contractor shall provide any necessary cabling and connectors needed to install the camera on a mast arm or concrete pole. 685-106,06 - System Auxiliary - UPS Traffic Signal Uninterruptible Power Source as per Alpha model FXM 1100 w/ SNMP capabilities. System shall include 4 batteries (Alpha HP4.0) and power interface module. This system will be used in conjunction with LED technology. Additional battery cabinet, if required, will not be included in this pay item. 690 - Removal Items All signal items and equipment removed by the contractor are property of Seminole County. This equipment may or may not be required to be returned to Seminole County depending on its condition. Item 690-30, Remove Concrete Strain Pole shall include cutting pole 18' below grade and disposal in accordance with all local, state, and federal laws. Item 690-31 shall include removal of the foundation for concrete strain poles and mast -arms, disposal of the foundation in accordance with all local, state, and federal laws, and back -fill and return of the disturbed areas to their original grade and condition. All mast arm assembly shall remain property of Seminole County and shall be delivered to County yard. 690-90 Fiber optic cable removal. Pay item is intended for the removal of aerial fiber optic cable and span wire. 690-95 Item is intended for sidewalk removal per square yard. 700-10-123 thru 700-10-1248 — Dynamic Mpssaae Sian Suoport Structure These items are for the cantilever sign structures necessary to support our County standard Dynamic Message Signs, which are currently Daktronics Vanguard VF-2420-80x240-20-RGB. Structures shall be designed to be consistent with FDOT Index 18300. 700.46-25 - Relocate Existina Overhead Sian This item is intended for compensation for relocation of overhead sign panels on trusses, mast -arms, span -wire, etc. 700-§a2 - L.E.Q. Illuminated Street Iffs & Hanging Arm Assembly This item is intended for compensation for addition of hanging arms for installation of internally illuminated or regular street signs up to 24"x 96". The installation shall include for concrete strain poles and mast - arms. The strain pole mounted arm shall be aluminum and must be adjustable 5 degree in either direction. Illuminated Street I.D.'s shall be LED type, with winged type screw-in door latch. Southern Manufacturing or approved equivalent. 700-89-02A. B. C. D. E. F. G. H - Fiber Optic Blank -out Sigma This item is intended for compensation for BLANK -OUT signs with 2 messages. One way, two message aluminum fiber optic blank out sign. Sign to be painted black. Sign shall be arranged to accommodate astro bracket and/or span wire mounting. As per National Sign & Signal brand. 24"x24" and 30"x30" or an approved equivalent L.E.D. Retrofit Kit shall be on FDOT APL List. This item is intended for overhead school flasher assembly in accordance with FDOT 715-11-111 - Cobra Head Luminaire and Bracket Arm Cobra head 25Dwhigh prmesumamodiumnvvithennfqrooncmsbepok*inetoUation 715-11-11 IA - Cobra Head Lurnonaire and Bracket Arm Cobra head L.E.O.equivalent tp25Uvvhigh preeeunaaodiunnvithamnforooncrmbapokainmte!laUon Shoe Box Type 25OwHPQfor Mast Ann installation 7115-11-114A - Luminaire Shoe box Type Shoe Box Type L.E.O.equivalent tom25Um/HPSfor Mast Arms 715-113 - Lum*naire Decorative Acorn Style Luminaire Decorative Acorn Style 250vvfor Mast Arm installations 10 SEMUNOLE COUNTY PUBLIC WORKS/TRAFFIC ENGINEERING SIGNALIZA[OMUGENERAL NOTES Revised 2018 1. Toaffiushall Lemaintained inaccordance with the latostFOOT and TnaffioDesign 8tondanjo".Attention |mdirected tuthe GOOIndex. 2. For traffic signal installations information see the most current FQOT roadway and Traffic Design Standards. All installations ehoU also be in accordance with the most current Seminole County Standards. 3. The Contractor shall notify all utilities at least 48 hours in advance of any operation that may conflict with overhead, underground, orarea utilities. 4. The contractor shall coordinate and seek any necessary approval, from other utilities, prior to working on orinstalling joint -use po|ee, span wire aoemmb|iaa, or signal poles adjacent to their facilities or power lines. 5. The contractor shall be responsible for locating and working near and around any and all utilities within the construction area. /n addition, the Contractor shall be solely and directly responsible to the owners and operators of such properties for any damage, injury, expense, loss, inconvenience, ordelay, caused bythe Contractor's operations. 8. The contractor shall notify Seminole County Traffic Engineering Tony K8ozink (407) 895-5588 24 hours prior to destroying existing roadway sensors. Existing loops or sensors damaged by the Contractor during construction shall be replaced by the Contractor at their expense. At no time is the Contractor to change any m|0ng| timings without oomnrnun|omUon with Seminole County Traffic Engineering. If loops (not temporary detection) are functioning, nycmUe may be removed by the contractor with approval from Seminole County Traffic Engineering. 7. The maintenance responsibility for all signals within the construction limits shall remain the full responsibility of the Contractor, from the time contract work begins until final acceptance by Seminole County Traffic Engineering, on a by intersection basis. The Contractor shall have an I.M.S.A. Level 2 Signal Technician on site through all phases of construction and on call with a 2 hour maximum response time. 8. It is the Contractors naaponm(bi|ib/ to conndinmhe, mnhadu|a, and pay for law enforcement officer assistance, when deemed necessary, while working on signals within the intersection. 9. No lane closures will be permitted during peak traffic hours, usually between the hours of 6:00 am and 9:00 am and 4:00 prn and 7:00 pm. Approved lane closures, may be permitted only during active working periods, when required. No long term lane closures will be permitted. 10. A clearance of no less than 17'-6" shall be maintained between the signal heads and the roadway. Maximum signal head height and spacing shall be in accordance with the yWUTCDand F[}C/T standards. 11. The Contractor shall verify all elevations and attachment heights prior to ordering and fabrication of poles. Also. The Contractor shall locate all utilities and clear the location of pole foundations (through motdigs)phortoordahngondfabhcotionofpo/es. 10 12.Aterminal block with ominimum ofa0mmwire insertion orifice shall baused to connect cables at the signalcole had hole with omaximum of three 14gauge conductors per lug. At least 6' of slack cable shall beavailable for troubleshooting. 13.Signal cable and loop wire are not hobainthe same pull box. 14. Individual pedestrian poles shall be installed per index 17764 pedestal mounted signal. 15. All vehicle and pedestrian displays, street ID's and blank out signs shall be L.E.D. All pedestrian signal heads shall bocountdown type Luminaires should bmLE.D. 16. The Luminaries/illuminated street |Q/s shall be powered from m separate breaker located in the breaker box not the signal cabinet. All photocells shall be mounted on the breaker box and be 15 ampere capacity minimum. All illuminated street ID's shall be mounted perpendicular to the roadway on diagonal mast arms, swivel brackets should be used and shall be a minimum height of 17' over roadway. 17.All cables will have three spare conductors. 18. All signal heads, pedestrian heads and pedestrian buttons shall have weep holes. 19.All poles, foundations, and cabinet assemblies shall have 5O'ofground rod and shall bebonded in the signal pull box next bothe traffic signal cabinet. 30. Seminole County has unique phasing. All intersections shall be built to Seminole County standards. Call Chad Dickson Traffic Signal Shop at 407-665-5585 for further information. 21. All equipment and material shall be approved by Seminole County Traffic Engineering. 22. All signal heads to be Die Cast Aluminum orPoly with tunnel visors. 23.Contractor imboinsure that all ADA requirements met. 24. Conduit shall be installed on all 4 sides of the intersection, conduit that starts on the cabinet comer mhmU have four each, 2^ inch conduit for each crossing bona. Conduit for electrical power service shall be11/2"inch rigid galvanized. All other conduit tobe 2"(mminimurn)schedule 40P.V.[:'payment shall include the cost of trenching and all conduit in trench. It shall be noted that no test borings were made where conduit runs are tmbeinstalled. 25. Before ordering signal cable, the Contractor shall verify color codes with Seminole County Traffic Engineering. All wiring to be per Seminole County specifications. 26. Pull boxes shall be non-metallic 20K rated, and installed per index 17700 Specifications Section and standard spec section 630. Pull boxes shall be installed at intervals of not more than 200 feet and shall not be placed on any driveways. Pull bon ommena shall be FOOTopproved of non-metallic construction with recessed cover logo "Traffic Signal" or "Fiber Optic" as appropriate. 27. Electrical service for mast arm intersections is to be mounted on atype p-|| een/ioo pn|o with underground conduit to closest power source. The load center shall be 125amp, 8 space, NEMA 3R rainproof enclosure. 10 28. Adaptive loops if shown on plans shall be 6'x2O'and shall stop 1`before the stop bar. Loop window shall bminstalled inconcrete curb. All loop lead in`oshall bacut from the back ofthe loop hoapull box away from the road radius and tronohod, not saw cut, to the cabinet. All loop splices shall be soldered and covered with awatorpnJof seal. 29.Contractor shall completely relocate all existing Opticom systems when required. Cost to be included within the mobilization. If new install the assembly and included equipment shall be compatible with the responsible agencies Fire Department Standards for acomplete |R /GPSdual mode system. 30. Existing controller cabinet shall be returned to Seminole County Traffic Engineering. Controller shall be NazbaoATC Type 1 Ethernet and shall bacompatible with Seminole County advanced Traffic Management System. All cabinet assemblies shall be 70006-TS2/FL (88 inch, type Q. rear door, Alpha UPS w/auxrelay and two fans) with 16load bay positions that are capable ofhandling signal, Ped or overlap phasing, Naztec TS2 MMU Model 516L W/Ethernet, 4 Naztec TS2 BIU Model 130, 16 NEMA Load Switches, I NEMA flasher, 8 Transfer Relays, spare interface panel wired to power panel, NaztecTS2 Cabinet power supply, 32 channel Detector rack, 4 Channel Optioonn Rmck& Field Panel with Suppression, 32 Loop Detector panel w/32 SRA-6LC surge arrestors, Ped isolator card, all loop detectors shall be Naztec menu driven LCD detectors, set of FDOT Spec load resistors for back pane|, one ball bearing roller drawer. |nn|udam the relocation of all interconnect/communication equipment and fiber optic cable. The controller shall revert to fully actuated operations upon disconnecting the coordination unit, includes cost for re -installing and re - splicing of all existing fiber optic cable asrequired for accomplete installation. The clock shall be programmable from the front panel. 31. Fiber Optic Cable/Interconnect: Seminole County Traffic Engineering Fiber Optic Cable spec in QOamfiber or72sm fiber for new fiber installations (Coming Cable, alWielectric.loose tube, Dry block nrapproved equivalent). Contact Seminole County Traffic Engineering John Brown (407) 665- 5644 for exact fiber counts and splice detail for locations where existing fiver is being replaced. There shall be a separate 12 gauge solid copper locate wire, locate wire shall be one continuous piece & grounded in the pull box. Fiber Optic Cable shall not be broken, one continuous piece from start of the job tVthe end of the job or a splice point outside of the job limits. Each signal cabinet shall have a 24"x36" pull box in front of cabinet with 1 00ft of slack. Connection to the signal cabinet shall be a 12 fiber single -mode drop with 8Tconnectors and o mid -entry splice into the backbone cable. No fiber strand shall be left un -terminated or un -spliced unless otherwise specified. Fiber Optic Cable is considered "Critical Communications" and shall be in service at all times, cut over to new fiber shall be done during off peak hours and coordinated with Seminole County Traffic Engineering (407-666- 5677). 32. Field Tests: The Contractor shall have a qualified representative present at all inspections. For FDOT signals, a signal inspection is to be scheduled with Mr. Ray Marlin at (386) 943-5336, of Traffic Operations, 10 days prior to the signal being placed into operation. Should the Contractor request an inspection and the Contractor is not prepared for the inspection, the Contractor will be back charged for the consultant inspector's time. The Contractor will be required to provide a 90 day warranty period as outlined in FDOT Standard Specifications for Road and Bridge Construction. 33. Existing detection shall be maintained for all actuated movements. If temporary overhead detection is used, the Contractor shall vino isolation panels between the controller assembly and overhead detection within 48 hours of compromising existing detection. 34.Existing 3M Opticomshall remain operational during construction. All Opticom detectors on mast arms shall be mounted in an upright position, If new Opticom is installed all the existing equipment 10 shall be turned over to Seminole County. 35. Existing red light confirmation lights shall remain at the intersection, and be relocated to the new intersection during the changeover to new signals. 36. Prior to final inspection, the Contractor shall furnish Seminole County and FDOT of applicable, one set each of construction as -built plans. 37. High definition IP dome type camera with 30X zoom, day/night mode, internal H,264 encoder, and NTCIP. As per Bosch "7000" series 1080P camera. This pay item includes all mounting hardware and shielded cabling necessary to install the camera on a mast arm or concrete pole. [—FLORIDA SALES: 85-8013708974C-0 Board of County Cornmilasioners FEDERAL SALESIUSE: 59-6000856 PURCHASE ORDER H T 1 0 SLEMINIkuNTY p ftomms 1 0ioa ALL PACKING SLIPS INVOICES AND CORRESPONDENCE MUST REFER TO THIS ORDER NUMBER ORDER DATE REQUISITION REQUESTOR ORDER VENDOR v ORDER INQUIRIES E QU ' PURCHASING AE40 CONTRACT DfVIS40M N- I D L—J L—v 1-9 1301 EAST SECOND STREET -30 EAK&BITLB SANFORD FLORIDA 32771 FAX 0 PHONE 407 665-7116 / FAX 1An716rr5,5-7956 R ANALYST k SUBMIT ALL INVOICES IN DUPLICATE TO: CLERK - B.C.C. FINANCE DIVISION POST OFFICE BOX 8080 SANFORD, FL 32772 Accts. Payable Inquiries - Phone (407) 665 7656 Purchase Order Terms and Conditions 1. Acceptance/Entire Agreement. This Purchase Order ("PO") is entered into between Seminole County, Florida ("County) and the Supplier referenced herein (individually, referred to as "Party," and collectively, "Parties'). By accepting this PO, Supplier accepts all Terms and Conditions contained herein. This P0, including specifications and drawings, if any, and referenced documents, such as solicitations and responses constitutes the entire agreement between the Parties. Whenever terms and conditions of Main Agreement, if any, conflict with any PO issued pursuant to Main Agreement, Main Agreement will control. 2. Inspection. Notwithstanding any prior payment or inspection, all goods/services are subject to inspection/rejection by County at any time, including during manufacture, construction or preparation. To the extent a PO requires a series of performances by Supplier, County reserves right to cancel remainder of PO if goods/services provided during the term of PO are non -conforming or otherwise rejected. Without limiting any rights County may have, County, at its sale option, may require Supplier, at Supplier's expense to: (a) promptly repair or replace any or all rejected goods, or to cure or re -perform any or all rejected services; or (b) refund price of any or all rejected goods or services. All rejected goods will be held for Supplier's prompt inspection at Supplier's risk. Nothing contained in PO will relieve Supplier's obligation of testing, inspection and quality control. 3. Packing & Shipping. Unless otherwise specified, all goods must be packed, packaged, marked and prepared forshipment in a manner that is: (a) in accordance with good commercial practice; (b) acceptable to common carriers for shipment at the lowest rate for the particular good; (c) in accordance with local, state, and federal regulations; and (d) protected against weather. Supplier must mark all containers with necessary lifting, handling, shipping information, PO number, date of shipment and the name of the consignee and consignor. An itemized packing sheet must accompany each shipment. 4. Delivery; Risk of Loss. All goods are FOB destination, and risk of loss will remain with Supplier until delivery by Supplier and acceptance by County. Goods delivered by Supplier that are damaged, defective, or otherwise fall to conform to PO may be rejected by County or held by County at Supplier's risk and expense. County may charge Supplier for cost(s) to inspect, unpack, repack, store and reship rejected goods. S. Delivery of Excess Quantities. If Supplier delivers excess quantities of goods without prior written authorization from County, excess quantities of goods may be returned to Supplier at Supplier's expense. 6. Time is of the Essence. Time is of the essence for delivery of goods /services under P0. Failure to meet delivery schedules or deliver within a reasonable time, as determined by County, entities County to seek all remedies available at law or in equity. County reserves right to cancel any PO and procure goods/services elsewhere if delivery is not timely. Supplier agrees to reimburse County for all costs incurred in enforcing its rights. Failure of County to cancel PO, acceptance, or payment will not be deemed a waiver of Countys right to cancel remainder of PO. Delivery date or time in PO may be extended if Supplier provides a written request in advance of originally scheduled delivery date and time and County agrees to delayed delivery in writing prior to originally scheduled delivery date and time. 7. Warranties. Supplier warrants to County that all goods/services covered by PO conform strictly to specifications, drawings or samples specified or furnished by County, and are free from: (a) defects in title; and (b) latent or patent defects in material or workmanship. If no quality is specified by County, Supplier warrants to County that goods/services are of the best grade of their respective kinds, meet or exceed applicable standards for industry represented, are merchantable (as to goods) and are fit for Countys particular purpose. Supplier warrants that at the time County accepts the goods/services, the goods/services will have been produced, sold, delivered and furnished in strict compliance with all applicable federal and state laws, regulations, ordinances, rules, labor agreements and working conditions to which goods/services are subject. Supplier warrants the title to goods furnished under PO is valid, transfer of such title to County is rightful and goods are free of any claims or liens of any nature whatsoever, whether rightful or otherwise, of any person, corporation, partnership or association. All applicable manufacturers' warranties must be furnished to County at time of delivery of goods or completion of service. All warranties are cumulative and are In addition to any other express or implied warranties provided by law. 8. Indemnification. To the fullest extent permitted by law, Supplier assumes any and all liability for damages, breach of PO, loss or injury of any kind or nature whatsoever to persons or property caused by, resulting from or related to the goods/services provided under PO. To the fullest extent permitted by law, Supplier shall indemnify and hold harmless County, its commissioners, officers, employees and agents from and against any and all claims, damages, demands, lawsuits, losses, costs and expenses, including attorneys' fees, patent, copyright or trademark infringement, judgments, decrees of whatsoever nature which County may incur as a result of claims, demands, lawsuits or causes of action of any kind or nature arising from, caused by or related to goods/services furnished by Supplier, Its officers, employees, agents, partners, principals or subcontractors. Remedies afforded to County by this section are cumulative with and in no way affect any other legal remedy County may have under PO or at law. Supplier's obligations under PO must not be limited by any insurance coverage or by any provision in or exclusion or omission from any polity of insurance. 9. Insurance. Supplier, at its sole expense, shall maintain insurance coverage acceptable to County. All policies must name County as an additional insured. All Insurance Certificates must be provided to the Purchasing and Contracts Division within ten (10) days of request. Supplier shall notify County, in writing, of any cancellation, material change, or alteration to Supplier's Certificate of Insurance. 10. Modifications. PO may be modified or rescinded in writing by County. 11. Material Safety Data Sheets. At time of delivery, Supplier agrees to provide County with a current Material Safety Data Sheet for any hazardous chemicals or toxic substances, as required by law. 12. Pricing. Supplier agrees that pricing included on PO shall remain firm through and until delivery of goodsand/or completion of services, unless otherwise agreed to by the Parties in writing. 13. Invoicing & Payment. After delivery of goods/services by Supplier and acceptance by County, Supplier shall submit a properly certified invoice to: Seminole County Clerk of Court and Comptroller, P.O. Box 8080, Sanford, Florida 32772. Invoices must be billed at pricing stipulated on PO and must include County's Order Number. Thereafter, all payments and interest on any late payments will be paid in compliance with Florida Prompt Payment Act, §218.70, Florida Statutes. 14. Taxes. County is exempt from Florida sales tax, federal taxes on transportation charges and any federal excise tax. County will not reimburse Supplier for taxes paid. 15. Termination. County may terminate PO, in whole or In part, at any time, either for County's convenience or because of Supplier's failure to fulfill its obligations under PO, by written notice to Supplier. Upon receipt of written notice, Supplier must discontinue all deliveries affected unless written notice directs otherwise. in the event of termination, County will be liable only for materials procured, work completed or services rendered or supplies partially fabricated, within the authorization of PO. in no event will County be liable for incidental or consequential damages by reason of such termination. 16. Equal Opportunity Employer. County is an Equal Employment Opportunity ("EEO') employer, and as such, requires all Suppliers to comply with EEO regulations with regards to race, color, religion, sex, national origin, age, disability or genetic information, as may be applicable to Supplier. Any subcontracts entered into, as authorized by County, must make reference to this clause with the same degree of application being encouraged. 17. Assignment. Supplier may not assign, transfer, or subcontract PO or any right or obligation under it without County's written consent. Any purported assignment, transfer, or subcontract will be null and void. 18. Venue & Applicable Law. The laws of the State of Florida govern validity, enforcement, and interpretation of P0. The sole jurisdiction and venue for any legal action in connection with PO will be in the courts of Seminole County, Florida. 19. Fiscal Non -Funding. In the event sufficient budgeted funds are not available for payment to Supplier for a new fiscal period, County shall notify Supplier of such occurrence and PO will terminate on the last day of the current fiscal period without penalty or expense to County. 20. Public Records. Supplier acknowledges that PO and any related financial records, audits, reports, plans, correspondence and other documents may be subject to disclosure to members of the public pursuant to Chapter 119, Florida Statutes. Supplier shall maintain all public records and, upon request, provide a copy of requested records or allow records to be Inspected within a reasonable time. Supplier shall also ensure that any public records that are exempt or confidential from disclosure are not disclosed except as authorized by law. In event Supplier fails to abide by provisions of Chapter 119, Florida Statutes, County may, without prejudice to any other right or remedy and after giving Supplier seven (7) days written notice, during which period Supplier still fails to allow access to such documents, terminate PO. IF SUPPLIER HAS QUESTIONS REGARDING APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO SUPPUER'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO PO, CONTACT CUSTODIAN OF PUBLIC RECORDS AT: 4D7-665-7116, PURCH@SEMINOLECOUNTYFL.GOV, PURCHASING AND CONTRACTS DIVISION,1301 E. SECOND STREET, SANFORD, FL 32771. 21. Right to Audit Records. County will be entitled to audit the books and records of Supplier to the extent that the books and records relate to this PO. Supplier must maintain books and records relating to this PO for a period of three (3) years from the date of final payment under the PO, unless the County authorizes otherwise in writing. 22. Severability. If any section, sentence, clause, phrase or portion of PO are, for any reason, held invalid or unconstitutional byanycourt of competent jurisdiction, such portion will be deemed separate, distinct, and independent and such holding will not affect validity of remaining portion of PO. 23. Headings & Captions. All headings and captions contained in PO are provided for convenience only, do not constitute a part of PO, and may not be used to define, describe, interpret or construe any provision of PO. Exhibit C Contract Pricing 30 Part 4 Price Submittal IFIB-603865-201CAR - Term Contract for Traffic Signal Construction and System Communication Equipment Name of Bidder. Chinchor Electric. Inc. Mailing Address: 1460 S Leavitt Ave, Orange City, FL 32763 Street Address: I Ann cz 1 cavi" Ave City/State0p; Orange City, FL 32763 1386 1774-7223 Phone Number; (�6 774-1020 FAX Number.- U, E -Mail Address: actirn=tinniMe-hinchorelectric.com Pursuant to and in compliance with the IFB Documents, the undersigned Bidder agrees to provide and furnish any and all of the labor, material, and tools, equipment, incidentals and transportation services necessary to complete all of the Work required in connection with the required services/commodities all in strict conformity Bid Documents for the amount hereinafter set forth. The undersigned, as Bidder, declares that the only persons or parties interested in this bid as principals are those named herein, that this bid is made without collusion with any person, firm or corporation; and he proposes and agrees, N the bid is accepted, that he/she VAII execute a Term Contract with the COUNTY in the form set forth in the Contract Documents; that he/she will furnish the Insurance Certificates. The cost of the materials/equipment shall include all costs, including but not limited to: 0 General Administrative Overhead, fringe and benefits and profit, all documentation required for operation, deliveryttransportation of unit(s) to the County's service delivery address, indirect costs, i.e., insurance, etc., indirect labor costs. Timothy 1. Chinchor, President (Authorized Printed lFa-61M5-201CAR — Term Contract for Traffic Signal Constuction and System communication Equipment uj w w NJ t',J f"i 0 1�1 w w w Lu W w uj "' , �11 LP Y, 1p le �j 9 C? �9' 9, Uq r -i Lj 60 9 t�j PQ CO PP �j �j t4 1;1 1-i A w I -A 00 N I- . - 4. 00 > > cr cr cr A Go it ID m Cr rr 0 = a. K _Ic� 0 m if i CK I I -CJL ZM = 4A ci CL c n n 0000000 0 0 0 0 0 0 S. S. E. E. E. c c m = m = 'c -5! R -g -0 -0 -0 -0 'aI; ID C, 0 0 L v ct 0+1 1 i Ti -90 - a > a m n m m n 0 A A A cr > (m cm 0 c 01 0 0 V, V-0 o 0 -C 00 m m m m:l 0 0 aq m r m iv rn 'x ltl m 0 N II.J 'Ili, 10 cr 0 0 Lm 4A LA t* z CL t: m oo� CL M 0 < M m ro . 0 4Z -4 3. t1i :3 CD (D d m oa IJ2 ro 0ry ..roti ..F~13131. g P P P"- 1� 1- 1-3; 13 1.1, Jz 13 1� 1� jzl 13 1,Z 1" -n > > > > Tlrnlmlmlg!lrnl>mlS>nlm ml>m�T�T lr-.n. 1 > > H $.A Ln 0 00 NJ in 0n LM to 00 Pb N sj w .0, 114V LM O tri A Qi 4T LIT IQ Ln Ch gLO rQ i- �- p �n :P. rn ff 0 a) 00 w Cn Ln 0 C) Cl cl n O IA IQ i.,F-A o p 90 9 4 N !Z �" nkn 0 �� a m 00 UD Loomm H CV7 t�0 0m0 at V O1 6Qf1 mh W N N 4 t�O p0 V OWt 171 W N tn N C7 tA0 W V OAi LAn Ap W N M V �7Ns A A A cn qt (n A? A CA A 01 A A Q1 a% A A A at M O lWo 00 - Im Cn Q1 Ot 01 C'1 C7) C1 owlQ1 (ft Qt 01 01 H H i l r W M i N N 1 H M W W 1 1 1 1 N W 1 M N A M M W W 1 t A A w w w M N W Gp !Q 1 t 1 W W W W W W W w W W W W W W �p CD Vf UI w L, (►{ .p ,f. ,A, W 1 I 1 1 N N N 1 1 N N N 1 i N N N N 1 1 1 N N i N N N N 1 i t N FLN F-rW 1 1 i 1 3 W M W fV N N N Q1 Q1 LM.A 00 i 1 / t 1 t N M N M M W Ln W M W W ` f' 1-+ M MLA M M 1' N M 1 1 1 1 M D M N w m rli 'n +T+ G7 n w mp ('� ('p W W N W w W N W M �M N N W N N C77 � ro v oro -� ^� 1 -c ti ro -� v ro ro v v Z -t -� 1 v b ro •Z 1 o u v •Z -s 'o UM M m m 1 m m r- ro ro D Q E M to -i N p C m m m 41 N V} m N m m N N m m m m m IA Nf�'f m m m m m m m a mfo m C c Ct C o m a N 3 tu r+ h h m m rt t{ h -t ^4 m ro rt rt h h h { •1 1 -S 1 m ro m h ^{ rt h '1 'S h e't tp -1 '1 �S rt 1 3 {mn m = Om 3 ft n �... 'S M ;;l -'D" --fm m 1 {m R 4N1 i�/1 (mf1 VI N YN'1 m m I�I1 N of N i�/1 `ro m N m ro VNi N m m m iNtf r�Il ftl ro 0s (iii n W W ro 1 ("� +{� w Gni C y "• a m m m m m m m m m m m m m m m m m a c Ov Oa '_" CL o. a. m o. 0. CL C!. CL CL O. O. a a is CL O. is 3 v Ts a c o ro O = `° m a a m m n n n a a 0 n 0 n g a a S on g n n 0 0 n 0 n n 8 0 n n n a a n m? y�, x Co D' O O C 3 3 3 3 3>> 3 3 3 3 0 3 3 3 0 3 ''* n ro m �' �' m m A O o x 3 y q C us m �' m? O n n n n n n n n n n n n n n n n m m m x x •* m ro m of m m 10rt h h e -h r7 M .�• rt rt ii .► M M N -1 M M Oi w N° o w W Q O�' O• n •- �' m cro m m m m ro m rnh ro ro ro m m ro m m m m a�� , � V V a a a v a i o a V V a a a 0 a a a a° a xc mC m n D m m m m m m M m m mm m { arnm 0m ct c x A w w w A A 0 A w w w a M m m O. m c, m == ro a�� m" < a o n a S ao O rn v, o� o O o rn a rn o m oo m o m =, -i -� -t - I -1 -1 '+C K -I -I -'I -I -� K •< K K `C -1 [ -t -1 -► -1 0 eu 0. 0 m 3 M 0 o a CL.0., O n O K K K K K K K K `Nf' ro m ro m m ro m ro m m m m m m ro m q Q o C. n o n Z 2 2 Z m m 3 K m n m :3cr < < < < < C < < < < ,� C C < < G �° O m C Li m O m T N q rn fi n' f ro r D O m m n a 3 O O rro- ;m O m m A N nr T T T T T T T T '77 T T N N ri D A a D D mD D D A b D D D D D D D '*+ vDi cDis ��nn D D D > -m -n' ? '� T vAi T> rt to C �(ryJ. ih ih W ifs W its H Vs SA iA N N its t/s i!s Vs i/s i/s i/s i/s Vs iA i!: ifs to N its et A 4A tti tJ7 VI w N V U'1 V., N W 0, N LnM i-+ ys Ux M W In O u s N W �i-r U7 .A !-* H 00 00 V 0 00 W 1-+ 00 O %QVs .A 1- U? tO 1p CT N W s tO {'m +tatJs Cp 'V W Sp V 'o N A A W 00 tCl w w O V N `1 tO w w w M W W 0 i^ w t+ M N y 4A1ip M N W V N A M a M ifs ih A O V Ats i Oq tp 00 H W g O W N N wH V In lti tJ iV l.ft 1.+ O N 00 C# 1" lJ'f M+ O W N N N h+ N CO W A O N CS V N N V V C+'1 V O toV V w O N N t0 zO tri 1�+ Ln t0 C7 iD N 00 V M M p Uf O G) W Qi V rp w ip A O in ifs ifs R w to w if: w to W n+ vs vs to tr i� r' �-+ t+ vs in r sn ifs vs vs r N :' vs Vs i/s tfs W a ifs to to in its � .� pa^I N N ifs w N!' t0 U7 w tp t0 c0 .p tO V U7 tO m N Qn m N Ln V V tp N A �p VI O O V to Vt A N W W M CO 00 'rl W O Mtifs O Q0 N t-� M O V tfs A N M A �Aa Ut W CD A W OD tp W N V W M !� M N 00 O A SAW tp co W N 00 O w N N tO M V -.i O 1-+ 'V O N N W N CO O N 00 F� Vn t -r C s•+ N IV N N C0 N W AO N O V N N V V iA to V tO W-1p V N N io tp in 1-r U1 %a C: w N 00 -4 M (A H O U+ 0 to w Ol V tG tO W A O W W 1-+ W H M' Y OV pW W N W pW WW A WW N N pp QVO �p w N H N li yd 000 00) r0J1 A O 0W0 -4 cm L" O W 00 00 Gin A W CO C m Ln A W as A CT A CJs A as A of A CJs A m A 0% P a) A? Im as A A m A p� J� �7s A as A m A m A m A m A q� A m A Cis A m A pp�s m m m A m p� p1�71 o+ �ipt at W W W W W W Y W W !+ W Y W N W Fj W H Y {-� Y Y W Y p Y A F+ A Y Y A !�+ P Y is N A Y A Y A W A W A J.A tinW Y H W W W N N N N N PJ N N N N N N N N N N N N N N N N N N N N� N N O O V1 O A Ln .p O W O r N r as r Y r M r Y r Y H r J-+ r W r W r W r Y r W r W r W r Y r W W r W r W t W r 1.4 W r W r W r W t N r N r N r Y r'* m a1 O 0o oo V V 14 V V V V V V V 'tet V ^+i �.! CA CJs a) m a) at a1 0n a5 w Cn 3 W D r ac �- - S Gi n rrr p n as D S GS -r+ m o n iz D n `' 114 to to in w y N 41 � o ro ro� 'Q v ro -o ro ro ro ro ro ro ro 'a 'O ro -o -o ro ro ro -o ro ro ro ro aZ w pr y yc a O m m m m ro m m ro m m ro m m ro m m m m m m ro m m m m ro m ro m 4m n N H q�04 M INS! H K R h M r -P h N h y M h A t0'h M v v 'a 'o 'd 'o m ff m wn m� un ria ra m m m m m m m m m1 ro m m� m m ryoy m m ro m m/� m ro m O O a a a o m 4n M rp (p v m rn m 5m� 411 m 4+ m N m Vr m 4Ni m i�7f m N m N m � N m y h m H ro 4Ni ro ( 411 �p N m N m 64 m 4Nn m N r� ver m r�i+ m ( 4? ro A m N m H ro M' o vroi 4roi N 4m+ W d. 01. CL a. m o_ Cr. C1 d. O. 0. C1. CL CL CL m CL m CL CL o. 0. o. m C3. o. O o o =1 n n n n n n n n f£ 0 0 0 0 o a n o 0 0 n 0 n 0 n o n a n 0 n a n o n o n a n 0 n 0 n 0 n 0 n 0 n n n n n n 0 0 0 0 4 7 0 7 3 7 d o d 3 d 7 3 7 3 7 d 7 0 d>> 7 3>>> 0 0 o d o d 9.00 C Q. a a G. C. Q S a o A m n 0 A h n A n n n n n n n A n m q Al A n m n n m m m YV ro M eo m 3 0 Ln 0 0 o to rm► m m ro .mr m .mi m rm-r m rmr m m nmi m rD m .mi ro .m -r m rmw m rmi m .mrt m ro .mt m rm+ m emi m m� m .ror m emus ro .mi m rmi m rmt m rmt m rm-r m V v v v v v v v v v v v v v v v v v v m v v v v v v v v v °' 000 0 0 0 a d d o o a a 0 o a 0 o a o 0 0 o a a 0 0 0 o a m n ai ro� m�� m m m` m m m rn m m ro m m � m m ro� ro m n O rn 0 at to as to as to 0% an A to -N ((��s1 Ln N to N to N A 00 pp OQ ,pp 00 A m A m A CJs V+ N in N N N W W W as as N OD 60 -i -i -1 -i -i -1 -I -� -► -I -i - J -1 -I -1 -t -i -i -I --I -i -1 -J -� -i -I -i -I v v v v v v v v v o v v o io v a tai o v sJ v 'o -o K V K v K v� K 0 m m m m m m m m m m m m m m m m m m m m m m m m m ro .2" 2 Z' z Z i z z z z z z Z 2 e z Z Z x z z Z .z Z z 2 Z 2 4 OKi N m mro v 0 m T T T T T T T '11T T 0 'lt "`.. -151 ii 'TI T T T T T T A r-+ H W W Y W W Y F-1 Y H W f- Y Y H Y W Y W H N W W W Y W j rr-F K m D m D m D m D m D m D m D m D m D m D m D m D rn D m D m D m D m D m D m D m D m D m D m D m D m D m D m D m D m D m D m D RD' [T1 m D rn rn C D D D v, C to to 1n irr � i!f th 10 1/1, V1. i^ r-> N Y AA vs. Y .), O O N O N jfJ W N t/: !D 1-j .Vy V W to i t N may, V W V1, pl ►->• th p F -N {/?. d W W Y-� 0 00 W Cn Y iD 4M N itr O N tri w 4n tT a1 iD Vt W CO 4n ch W lrr W w to iD ^V cn w m (.n 0 Us V W W W V W wr w W V tCJ W V W Y A W V 0'1 w w "J W V VI W i/J H 4D 00 W 4D W N W W N Y N N 4D O as H N A W A A W A tD w Orr W W GJt lD W V A W to Cri W 00 Us W O Ns W N V V OV V O N O N N W w Un 4WD OMs 4WD W WI tea N w N w N w N ti'J�D O N N illi N N SWn N SM1 i/T ies N 1 � N 11Y N 1/: i/l ih t/1 1A a). to 'ih 1^ vl4 trs N VT iA Vf pr . H4 -,).o O N Vf O N iJY to N iR 40 N ih V W to D'f N Vt V I-4 Qs Y of W W W Y O iG to Y C7 N O N Vt 4D Us ill a's tD U't W 00 Vt as W Vt f-+ tD Lnin Vt W v ttf Os to V W N iD w V W W V tCl w W V 40 w W V tD W A tD V as w w V w V "n to "n H tD 00 Fo uj W F -i N N N to O Qs W N A W A A W A 0 W N W W N tD W �.I A W 0 it W DO �W W O W V N �+J O W A W 07 (D Go W N W W 1-i Cn ah N O 1-+ tV N I-+ O fT i� CO N f-� W cn N �J 'w.J V V W lD as tD 40 O N cD O N w W N W W N W W N to C? N ip O N H 4n N W vi N $-+ W W W M M W W O WW' W M V N H W N N V M N H M M M N W N H M •4F► to in 0 +ph 0 w 00 0 A W N 1N+O� qWo J Q: tNn .WA W N 1M+ O tOD M t.1'+ m ,,Npp m Cn Cn A A 00 00 Ot A M Q1 A W Ot �7f A A 00 00 G'f A 00 M A 00 0% m A&A QO 40 Ch .A 00 00 M A CO M A 00 CSt A Oo cm D� A& m 00 M A 00 A GO p A 00 V A V A� V V Ch G't A Qt A `J to t N W M .P N W N !-► 0 N M M M N M N M i tJ M M W N W M N N I.- W M N N N W= t M M m i-+ 'n N m W O M (� e N to W= > T An �,i � V G1 01 t7� 01 C1 F+ N N i o M 0 W CA to A tt �P i a A w r i W W i l N N M N M N t!+ M M W t-+ N m 3 .7-zzZ2ZZZZZzzzZZZ > 00x" at T T T T m T T T T T T T T T T T 33' S39s9399939999aoAo�� via a in a N v in a to a a N N a N w N a a ;R N 0; N a tM a a N a a N a tv a ' --- - � 3 C c a Cl tD mQ C C m c c m M M M M M „• .t .+ .-t rr rr M N M M N M ra rf N M N M N M n n n n tp a `. C P. a 3 3 a a a a a a a of a a a a a a a a a a a a o a o o iY C c X n 3< m •�• 7 a 9 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3" ^ ry , 0 ro r w o �ry P'1' 1/1 r1 N rt fh r? N N r4 rf yp rF N rf to C/1 M M f1'1 M to M N N h M tl1 //i �.'i m '"h c, "ti S D a { � m m m m m m m m m m ro m m M M m m ]t .-! i�-[i c r1 m c c rf c c .3 � n 0 m ro m «s «r m m to ee m m m ro m m m m z -., cr n '^ c< C -1 Oq 04 m 12 tro da K N N N N N N fA N to N N {�f N N 41 o== u y N m N 0- o C a CL m a 'C9 v, M a m Gi 5 a M a m :3 y 3 oowoaonooweaocagaaoow 7 3 3 3 7 7 3 �otiflo > > a 3 oo'o 0 o ao 0 'C m m a m a m a ce o, m m a a ro w m a m m a a m a m a m ro a a m' m a a -,, o -„ 0 -„ 0 7 -n 0 ..t 3 a ,,, .� 3 -� 51 c m o n o^ M �„ to W 0 m 3 3 3 3� 3 3 3 -� 3 3 3 3 3 -. 3 3 -, 3 3 www w w 0 -ti �; ,* m 3 a 3 S 0 10 m L,�m— 0 c n 0 -++ -c r�i ro m � 20 Ra+ a Z Z Z Z Z Z Z 2 Z Z Z 2 Z 2 Z Z N N N N a a C V -s M e Q, cr m m 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 c .0 c .Q c t7 c t7 3-- 3 O R O oo m �'+ .y+ a Q T T T T "n T1 T1 T -M T cm OR ?, V th �� CL ,,tA f0 9A O7 tSl c c c c c c c c c cc c c c c T T c c"��� T in r' n -O D m m M m M m M r+ M rr M M M M r� rY M rw M D -� T '^i' m m 0 a o CL ro d m m p. o ro r,�, m cr m m uV a m n m c m m a a m m a n�, c o 0 3 "n rt^i c " m m °K' to m t/i m r� to m N N m m to m H m C/f Vl fQ to N to (A t/1 N c` mM nr !a o ra o 0- 3 3 3 3 3 3 3 3 m 3 3 m 3 m 3 m m 3 3 fD tD 3 3 �' c n c a to M M- M 0 0 0 0 0 0 0 0 rs � 0 0 0 0 0 ri mc M- � N 0 7C" 0 0 0 0 0 0 0 O 0 0 0 M .r of 0. r+ a M ta. M ta. M rt• a n. 0 t2 r+ 0. M M o, o. M � M o, rf 0 c. o. 0. o. m m N N N t++ N ).AN N M H M N M N 0 o a Vi a0d to to to W aa0oaaa0 W cn w In tri Ln to 000o Ln to rr nates M m si 3 3 3 3 3 3 3 3 3 3 3 3 3 3 0 0 0• V v v V 'D v'a v m "0 *0 'c a V m 10 to to S S S? S S S =r S T\ T — T ti — T w.T.,, T\ "tt \ T\ '9'i T T T \\\\\\\ T T T T T T T T T T N M-4 t•+ M F.4 6-A W N N H M H N M M M M M N M W M H M M W H W M W W M N N a m D m D [t7 D m D �r{�rt D D m D m D m m D D m D m D m m D D m m D D m D m D m D m D r T r T r -n r r -n m S rn - Z m m D D rn D m D m m m D D D o C i!s V> iJt• V*• V? V► Vi V> V: V>• V VF VY V> V? N CA H 00 M Dt N V 1-.4M iy tJt N W N is N N N W W O W N M N V} N V). N Ill. M V), N Vl f� V) M Vy Sv+ V). M ,W, ,Vy V} A. ,tn, V1 Vt M {f? A Vy {n. N N I•a vla yy VT IV N 1+ tp t0 V V t7'1 Ctt 0 W t0 co O 00 O V pp V W 00 N LD N V tp V V O W ..pp V C+ a1 N V m W lJ to CY W V tp A -P 6p -P W l0 M Vt• N 4 M ((//�� W t71 N M V In O tp W W N4VQi N NJ O 0 0 M A V to p 9) $po . W S.O t71 W W t n LO 14 A p1 .p V O ;A `AJ N A+ d O d d C1 0 d 0 0 to G7 UA N V LM 0 0 0 .Wa 0 Ln 0 bSNrTff 00 CS N t0 00 A O� A p ON O O cn LA tai to !/f V1 VY VY tri V> V>• JA V? Vl VF VT Vti 4!* Vf 0 N N M M M W W i-N M M M W W M Vn W V> V> Vf• V? V) VI V: VT Vf- V? i/1 V� Vti Vf V} N— y kc V O 00 O V O C0 ip N V N m m V m V A ja W Cil V'E W to O'f M M V In O l0 W W N N .p O W A 1 •� N O 07 �Ln A Qi A N O A Va H A A A W p 0 pp 0 C�1 O O O 0:0 0 SAn O N v t`tit 4 0 Q o 4 Do o N 'w, p�pf p A ppN O GO O A O t°n' u�+ uVi twit lC* 1*,Q ICI Cn E W tat W L77 W 471 N 61 t71 W M Cf 1?1 M m t"m MW Ln w W Ln tri y Ln Ln Ln M18- w Ln A W N M a to 00 V 01 Ln A W N W a w oa V O1 Ln A w N M a 4a CC V m tri Q1 ,p OD cm A 00 m A0 0 O'f 00 {al Op tal CO U1 00 pt CC L71 CO 01 00 Lat OC O'1 60 U/ Ol 411 q► C1 Q� d1 LSt t71 Cf1 Ch CA Q1 Ol til tal 01 01 � jy O� jy N W r N • Y N i �.a � � • H N r Y • N r M QO tV 00 t-• t50 r N QO • Y CO � N Oo r M 410 CO • N Y W r N 00 r W 00 r N 0� r M 00 00 r Ili Y OD r OG 06 00 Oo N i-• N H N Y N N W r W W CD W r 00 W 00 W • V W r V Li1 V W r V W iT W O1 W r O W r Cn Y : Q1 Y t 4� Y r Ln Y to h+ to W • to M W r �i A Y W .�+ H r W H r W M M W to Y • N W W W W r r r r N w Y N W t.a is r r I M rt F.L ro r 0 Z 0 Z 0 .`Z,' a 2 O 2 Ln Z a Z a Z Ln Z Ln Z o Z a Z 0 T 0 T sn T Ln T O T a T Ln Ln T T .ia a T 0 T Ln T Ln T 0 a T 71 LA T ao V Ln b d W T ,^� Z Z V V V C1 Ln d a Ln Z Z Z Z m to Z it T T T T T T T T T T T T ^I'1 T T T T T T T h h h h rt K h rt h' h K h K K h rt K h K h K K K K K h K h K K K h K h � a to w a m a a a a a a a a a ar a a a a a nr a m a a a m a a a a a a a a sh o, N m ff m ryP m eYh ro m µ m ro ryT r^1 � H rt K rt h y � y Fo" M rF � K h .moi h h K K h K rI K ro m to eD m m m ro m ro co ro ro ro m ro ro m ro ro ro m m ro ro m m ro ro ro ro m ro m A� S. ro ca � co •v m� m ro m m m m m� m m ro m m m rc m eo C. C. C. m O_ C. C. C. Q CL CL C. 41 y y y y y_ y y y L-. y y y y y 0 0 3 j 3 0 3 0 0 5 5 3 5' 00 5 0 0 3 5 0 3 C C: Q c C7' a c Q` c c C7' c t: O' c O" a C LJ' a c Q' c C L?' C c G' C c tJ' c>> C iT W Ri m C4 m Ca m CC m Cq fD CD (M m oo fN A Cq m an m W CD 00 m vo m W QO CG Oo � dq m m m m A it m m ro m ro ca fD ro fD m m m` ro m m m ro` m A m m . 1 w w ^{ w w -y L - 1 a 3 a 3 a a or 3 a 3 a w 3 3 sst 3 a a m a a a a a a a a a a a a 33 3 3 3 3 3 3 3 3 J 3 3 3 3 3 3 3 3 3 3 3 3 3 3 n m T m m m T T T T T T �t T T Z Z Z Z Z Z Z: ~Z Z Z Z Z Z Z Z Z Z Z Z Z c� c c C C c C C C C C C c C C 0 0 0 0 0 c 0 0 0 0 0 O 0 0 0 0 0 0 0 0 r* ro m K m K m h rt ro h h m K .t K K K rt h K 3 3>>? 3 71 3 Q v Q �. C a Q O' m C' m n' m C' m C. m m d d m CL m C1 'Y7 T T T T T T '11 Ti C T c T c T a T c T c T c G T c ?t C T F T C N to LA to to N +. Ln 0 C � n ci K ro h ro K m h ro K m K ro K m K m h m m m K rp K ro m 3 m 3 m 3 m 3 m 3 ro 3 m m 3 3 0 m 3 N ro 3 to m 3 00 m 3 Ln m m 3 3 Ln m 3 w rc► .ci m ro m m 3" �? rc. m ro ro rcr m GM" Gam' % �. 4 Q O. CL & �D to to to yV" to L/1 to to to [i c� f7 O f 7 O n O Pf O n O n S) O O f! O n O t 7 O L 1 O f9 C1 O O n O 1 S 0 W Ln O m m m Ln to Ln N m to t� IT m m m m ro ro m m m m m m 3 � 3 � � � � � 3 3 3 � � to K to h to h N1 K to K N eT Ln N .« K W w N K Ln rt N K Ln N K h Ln K Ln 3 3 3 K 3 3 3 3 3 n n n n n n n n n n n n Ct Q o o. CL is a m C. C a CL a C. n C. S O O O O O q O 0 N 0 0 Ln 0 L/1 0 to 0 N 0 Ln 0 N 0 to 0 N 0 to 0 Ln W lJr �'' W Ln M Ln Y Ln 1,r Ln {a ' Ln Ln W Ln Y Ln t.a Ln Y w ►-' t-- Ln Ln Y Ln W w Ln Ln Gn Ln to in u'1 Ln K a K C K C £i K a K Lz r+ a all, a h a K C rY n r -h C O 3 3 3 3 3 3 3 3 3 3 3 3 K h Cl. CL C. 3 h h h K C3. C], C L C+ K C7t. M to M to M Ln Y to Y W i W Ln Y Ln M Ln Y Ln H Ln H Ln to :r `O v v X m y v 'O '0 2s 'a 3 "O to v =r 'O h, t.A t.A v Lnw Ln t. W Y Y Ln W Ln Cn Y Ln C) o0 0 b O 0 a 0 0 0 3 � 3 3 3 a 3 s 3 rs 3 a 3 za 3 is 3 o 3 c 3 o 3 a 3 v 3 v v v s? a a �r T\ T T T �+,,, T m T T +..,,, T T �„ T T '�.� T T '�.� T T �.,� T\ T T T\ T\ T\ T\ T\ T T A M Y N W Y H H W M M W Y M W W M W M M W W W M M W W W H Y Y W W M 1..• W H a C K .y' K m D m D> mm D m D m D m 3> m D m A m D➢ m m D> m m D m b m n m D m m D >A m m A m D m D m rn D D m m m rn D D D D m m m m D D D D rn D C to ill. iNn- tYh iW!4 '1- vYY tYo iMff tNh to iA v} t7► th vt i/1 yr iA iA iA to iA in iJ► to i/'f t!. y,' W OC N Ci I- 00 O V �O Ot lD C1t OC ).A Ln 1.4 p N W J_A N ).A Q7 1- OC W M tiA Ln Y W W 7S Y N Y W W Y W W Y p Y N N N W to M N M N H W �O d V M n tD 4 V w is i+ V �0 Oo 4n F r CO OC 64 in W V w a) Op V O w t0 N Lq N M ,t LM tpD V In W W (p V O yrt A Vt11,1 :4 0 KWD N W OAp't o W CW4 oA G1 W AV W O L'7W`S o tT P o g Cd0 y C7N'1 N O LW71 QpC o LWc O t`"o Q LWO 114 o Linc 0 ,S 1.0 g LNc 0 0 0 0 0 0 0 0 0 Ln O w S LAn 0 w$ O V .C+ V 0 0 0 L7 to vU v16 vx v* iA to 1^ 'Ln vv vs vL in vs 'LA vs v. rA 1/1. v1 v^ v. VY th vs tn to v: vs in v> i4 iA i/T ih vv M 00 .9 N Y co N O Y V LG M W Q1 t0 M N C1 Y OC Ln H Y 94 �yp� N Y N W Y LO N W W 01 � M CO `P " M Vf W W .{a W H N Y W M Y Y W Y O Y N N N , M W i {-+ N M N Y W w O V �O 10+ Y a '- O V W iD W V Oo Zn W bo CO .P W V NY O% pp ti! O W t0 N LD N Y Ln '� V W W tG V A V A QO1 V t�0 V O LSO N d W CM1 A d t0 Co ja W V W Q Q�1 O OW§ A S OOd6 Ln V QNt N D in co V O to w N CO O LO F+ a W w V a W w 0 O W .0 Lo d tV to O a M b to V-+ b b W t0 a 0 Lp to 0 d W La V Ln O .A p Ln a A to d Ln i0 O m i0 i,n Ln S O Qt Ot hJ OM1 CMA Wt* W N I$" O to Od0 dV 007 kilt A W N O t�D IV W N �Mp M V M M pMp H W W N W W C* Ory VOi 1�-� G�7 400 Go tl�1 tOJ7 A CT 01 CT 01 Ol 01 01 01 .P A $ A A 00 A P to $ CA A Ot � .cn � 01 A m G% m ,a% 01 Ch Ch A M 01 01 cn $ LT 00 r 00 s DD r 00 r C10 OD CC s 00 r 00 r qC 00 p0 p9 i 0p r 00 C!� s OD s OC 1 t70 00 s T r r DO 00 r 06 s GO s OAO i 00 C10 s 0� r mm T Q$0 0$0 C$0 pp WA N CaI W W N W Y W N W H W N W W W N W M W Nta� W W N W W W N W W W N W H W N W H W N W N W N W H W N W M W N W M W N W Y W N W I s µ N W W . H W l N W W V d 'n V 0 T 4 Cn T CT 6n T Ch O T CJ1 O T M 01 O H 01 O N V7 VI W Cn wO i H C,!�f N Cn O W A W H A$ V7 W O M A p N W VI M W LnO H W M W O H N (.7'I W N M N Y N Y H+ H W W M M M Y O M O W Q W CD C7 ���� iD CA tD ry Z Z `"2 LnO d (J9 6n O O wVC v G7 Z Z z Z 2 Z" Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z T -n -n Tt T T T T T T Tt T T T T T '71 T n -n T m T T T T a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a N rt fJf rr N rt H rt Vr rt N rt N rt N1 ens N et H rt N rt N w N rt N rt N rt N .� N .� G1 .� N rrt � rt rt rt rt rt .-r rt rt rr .+ {n .� h 7/s .-r rt N rt N rt N rf n a a a a a w a a as a a a as aI a 3 oI a s oI cI a o7 a a a m a a a7 a a a a a a a O. 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 Q eY M ri m f'1 ro rt ro r+ m r7' m rt m M s•f rF M et M N r! M r! e -Y r! of .�f M t'I'1 ♦ f/1 e? {� tlf M Vi rt to M fA r� Ck1 N rt e? Vf e^f m m ro m m m M m m ro ro m m m m m m m ro m rtI ro m ro ro ro eo ro m m m m m_ m m m m ro m m m ro eo m m ro ro m m eo ro m m m m m m ro m m m m o n_ a a c- m m m a a o_ a a a a G. Q. o. CL CL a- n. c. a a cz a o- a a CL CL m C- CL O o 0 0 0 0 0 0 0 0 0 0 0 a a 0 a o 0 0 c a 0 0 o to o 0 0 0 o a o 0 0 0 c c C c c a c a c c O c c C c c c c c C c C c c c c c C c c c c c O c a gMc E a- c- o- a- Z a- a• M SE SE a- Er a- E cr o- a' tS tr a' cr o- E O" a- CT a• SE cr a a' E m m m m m m m m m m m mm mmmmm m m m m m m m m m mmm`mm m m m m m 07 a a a o7 a m oI al a o/ nI o7 a a a a a a a a a a a a a a a a a a a a a a a 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 T T T Y1 T T Z Z Z Z 2 Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z c c c c c r� O o 0 0 0 o a 0 a 0 0 0 0 o a 0 0 0 0 0 o a 0 0 0 ,Z o a o 0 a m ro m m m m r r r s r r s r s r r r r m G C1 Q R p. -wt T -n T T T 91 T M M M T T T M 99 T T r -n T r T r "M 'n s r CA C rt C: C C C c c C C -r C c c C c c c c G c c C C— c C c c c c ro m m m �. m .rt m .-o m rt rt ii a r rt ro rr m rt m rf "ss�� ru m n ro .-r m rt m rt m rr M m of m rt m m ro ro m ro 3 3 3 3 3 3 0 rL a a n a si c v n a s ra a au� a s a n� a n Q n n m to N0 CCInS F" V! N (A N CA to to En to CA to N (A to LM to H to N N Un H (A Le) O cn O vs O u+ O vt O sn O W 3 m 3 m 3 m 3 m 3 m 3 m 3 m 3 m 3 m 3 m 3 m 3 m 3 m 3 m 3 m 3 m 3 m 3 m 3 m 3 m 3 m 3 m 3 m 3 m 3 m m 3 3 m 3 m 3 m 3 a aoaocnnnnnnn2nn6lnnnnnnnnnnnn2nnnnnn H W M H Y Y 0 0 0 0 0 0 0 0 0 0 O O O O O Q O O O O O O O O O O O a 0 Cn Cn Cn (A cn CJs (A to Cn M CA rt 47 (n to (A 0 V1 N V7 Vf CA V1 CA N V7 (A CII CA (A Cn N N M CA V7 N CA O. C5. R O. rY C+L r'F O:. rt CL rt O- M O. rt O.. rt C L e^' Q re' Q M Ca.. rt Ct rY O. rf 0.. I't a ai C7- rt O- r-1' GC. r► O. rY CO. rf O. M O. e -h H a Et /'#' O- h a h a W S S S ? S S W Ln Y N Y Ln M Cn F+ In W to M U7 M 677 H Ln H In H L" t -H Vi W V'7 Y Cn H CA W Cn H Cn H W M Cn H Cm W Ln W V7 W CJI F -s W VI Ln W Cn M CJI Y Vt 0 3 0 3 0 3 0 3 0 3 0 3 0 3 0 3 0 3 0 3 0 3 0 3 0 O O O O 000 O O O O 00 O O -o *a '0 'a 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 v v v v v - -a v v v a V v v a v v v v v v v v v v v"a s a ss= a as=ra a zra a'a a s 3 a a a -7 T T T `'.,, .n T +.` ..A '11 •.,, T T ., -n '7'1 �.,, T T •� T T �, -n T •.� T T •a„ - T T n„- T T 'Z -n T �,,,� -n T ,,,,,,. -n "!'i .� +n 1 .47 \ ..n p W W M Y M W M W W Y Y M M H W W M W M Y Y t-• M W W M M M M W Y M Y H M W a 3 rt v D A D D> A A A D D D D A D D> D D D D D b D D D D D A D D A>> D A C iA vti Vt to V> to A^ vl> VT A^ th T to to V> to vs SA. V7 th VT vi- 4.^ 4U.11. VJ ih N to V" to V). t!► vi- to tt1 V).=ter W N W N M N W W W W W W W W N W N N N N N N N N N N N N N N N N N N N N w N tD -C N 00 O tiJ -CD Ut 00 .A m W m w N V tD 01 CC to CO Ctt 00 to V is V �P V N Vt M A O W n `�! Ln A d n W N C70 Y W$ 00 Y O V Cn iO M V7 om N W ypyq 00 in Y 1+ 01 W N 6n V M V 00 N W W LA O0 OD Ln (n O in i-+ V M W V 00 co Cn V $ V W Cn µ7 O rt O W O W A V VVp CL7 4p0 N 4h 00 V7 V M ;P N C/'! VI 00 N ipp:7 N li w CG V O V 14 W$ O W t0 A Cn <7i dD A C CpoO. W O LO O w O 7N0 b O t�D CNy ppV tO (!A� O t�0 O tdD O CVD b tWD O tdO h W Q CSD O tAD O O O tVD t�D t�D i/s to to iJT t/E iJs i!s iJ1 Ch V> v> to V4. V1 Vf V} VJ - V! in V: V► tA• t0 to to to V). Vf to Vs to ih ih to ih V1 Q H N W N H N W W W W W W W W N W N N N N N N N N N N N N N N N N N N N N a -t0 N tD IV 00 O V �O V't `tn 00 A M W 00 N V W M `cn W V7 00 Vt 00 Vt V 11 V$ V N N7 W$ O 47 '— V A IM N /-� co W V iA N 00 to M tp to Y 00 tD w to to H W V C* V7 V$ V W Cn V7 O O W W O tb W$ C8 A V O V tD Ln W O Q1 N Vl C70 V M 91 a% C4 N Wp V V J M�pp N A W N 00 V7 LA to 8 00 N "J N W V 00 CD w V w d V V W p A W w ja C{7 Vt 01 M W $ Q O [n O !U7 UCf CO d CJ1 tD la Q tD N O O CO W t7 Q CO Ih7 lD O CJ CD CO O CO CO O COP t O tV0 C WW p w pOp $ 4Wa C td0 d CAO C CVD O CIO 00 w O W CD P (�O W Ut N Ln N N N .Fa N N A A N A!A N N N N '$a' N N N N N N N N N N N N N N N N N N N N N N N N N N H t0 W oo V Cil I0 Ja W N w O t0 Oo V M Ul .p N H O w Do *.J M to t?, A CTf C)', A A Citi Q! x A C„ !� CYt A C'1 A Q, A Ot A C71 A CJ, A QS A CT It. CT A O'1 A iT A CP1 A C,t A tW11 A 4- A Ch A tT, A CT, O, C1 A Ch to CJ, M A t0 'r oo b� Co 00 00 co 00 co co co 00 CD 0* co C* C-* -P. 00 00 00 0* !i0 A 00 A Co co R 00 A w 00 w w �* p0 A S%S W W w w tD l0 to 16 is 6 6 6 6 6 6 CJ 4 N H hi N N N N N N N H N N N ti w N w t-+ ;; H H W W r— WD W v to w w Gl w T w rn to w n w w tp D W W W W W W W yj W W W W W W W W W W f j w m O CN9 4 4 W I- H ti H 8 a N H CA 0 6 W 0 W W W V V 3 W N H N O ted O H U, H cr H1- , O in O O d w 0O O w CJ, C0 O Ln Ln ~� T "Pt T T O T d T T 0 T O T O T T T T T T T T T T T m m m m m w w w w w w w w w w w w w w a m w w w w w w w w w w w w w w w w w m � M V'f Y. rn h N ec H .-! N A N aT a R N R N ah N a•tr N e4 N aM N f-t M rf VI R to r4 GY r4 fn N N R N R !A a'P N R N rF' N R fat R � R {y vp N f✓1 r4 rt fn R to rW iA fl R 313 3 w w w w w 1 w 5 w n w w g a, s w l w w t w , w w ' w ^ w w w w -f w -f w w w " w w a w w w w � w w N w 3 3 3 3 3 3 3 3 3 3 3 3 3 , 3 3 3 - 3 " 3 g 3 3 3 -t 3 3 3 " 3 1 3 - 3 9 `Y 3 3 I 3 , 3 - 3 w .r w w w w a`to 0- 0. = a. 0- C7. CL d r N O fa N / N 6a N to U, 4, '.� to O a a== w w m n m n m n m n m m, m ro m FD m m m m m ro m m m p m R m f m ro m m R m 3 3 3 O o W m fe m m m ro f» fo ro re ro ro � co m efl Cp fe ra m n y O 0 O 0 m n a' w a- w cr w a' w , - -- O. C2 0. Ci CL Ci 0. 0- a- CL 0. O. m O. C1 0. Q. o. 0. 0. fw" iR w fn " N N N. " o o o 0 0 o o 0 0 o 0 o o o 0 0 0 o o o 0 0 0 m M, m mN w w R m m m m ¢' c' o c c c c c c c c c c c c c c c c c c c c 3 3 3 a m m c� a- cr E ca cr a- cr s tr cr cr s is 0- cr cr cr s a, fr s cr o 0 m ry 0 o o" m a n y v, m m m m m` m m ro ro rcs m mmm m m m m m m rn c s f.. (. CO N C) " .""1+ w -y w -{ a 1 w �f w ", w "'f w -4 w "q w "t w 1 w w 9 w - w w `1 w w w w w �' c m 3 3 3 3 3 3 3 3 3 3 g 3 3 3 1 3 3 - - 3 3 1 3 `Y 3 - 3 ` 7t M -n T aVW,fro TT 3' �` �` 3 3 3 w o �' 3 ao as c c c c c c c c c c c c c c c' c c c c O g a w w m m m m ro m ro m m m m ro m m m R m m rP m R m a� m m m = o a d N O 0 v CL G a 0. L8 C1 Q av S o� 61 C> Cl !a C1. 0 N to 0 3 3 -- Ca cn to cn LA to w to fA v, v, w cn N N v, v, w to w to C1. Cs CL w N roI o. CL G C �,. m m m m m m m m m m m m m m m m m m m m o o ° rn 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 a c M, O n n n n n n n n m 3 m m m m "<— O 0 0 0 0 0 0 0 n n n n n n n n n n n n 3 a - " m N N fn rt CA sn to cn to 0 w 0 V, 0 V, 0 cn 0 fn 0 Sn 0 cA 0 0 l/, to 0 in 0 to 0 to = o O O R Ci ry [L Q R Ci .•o CL ,rt a ra O. .+ a CLR n.+ . CiR est tl CL 2 2 a. o. CL a CL a�i H H H H tJ', H v, H to H U, Lm H U, w U, Ln H H to t+ w^ H H cn H of H Lm H aN'3 O 0 a O 0 O d d 0 0 0 0 0 0 O O 0 O O a O 0 O G? 0 a 0 0 0 0 a 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 a "a a 3 s s s a o s a a s s a s a s a s a s s s 3 -- T T T "n T �T� T �:acio T :T n ��„�„=:T _ A C: a R f' A D D a` D D D D A A D D D D D 9m b Am D Dm m Dm A Dm D rm Dm D 3 fn Z Z Z Z Z Z Z Z Z Z Z Z z. Z Z 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 w t>? cu co a, as w w w fs? w as t>y w w w a o. o. m a. m a. m a s a. a m a c a: C W W W N i!D to 4 H O i./t H it4 V). il>• v} N vt N vx N v} N 1^ N YtL1 in. H W V 1--t O {-+ V CD N 1-a ;-+ N n Nto 6 lD W U, l0 'V00 im C3 W lO t-00 CK1 p0 Cb N 00 Ckt O co 6ti U, V CY'f V cn W R fOjj oo co 00 \ `d. ^J U, C9 G7 O O w A O O A A O 00 t0 q1 O Ci, O .A h.! fJ C9 d Up O tD Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 C77 w w w W IA w W tm w w� w W W Co W N to W t!T KJ? Mme+ i/t t-f t!YI/Y t/A ia? <!, N N N N a! to t!t W t0 V t9, tl> itt 00 w w 00 C0 00 N 00 H Oa O o0 Q'f U, V cn Ci, `J to M N w 00 W W O O �J V N t� N W N Ct, N� 00 00 N W W o7 A H V O w c" C7 0 V O O LO t0 3A O � 00 a) OO 00 Oo O d to O a A O A O A W d d O va d t0 N N N N N N W N N H N G N N W N V N N N A N W N N N 14 N O N N N N N � Np7t N N N N N N N N N N N COO 001 40n .0.11 10V 00VO OV7 tVtt h- r t00 000 V M t0tt A W N F0-+ 0 twp OwO `wJ pw1 till ,w1`r. W 01 cn O 01 to O tR to O m ut Cl pl to O O7 to O CT to O O7 to O CT to t11 Q7 to in O O CT tr O 01 to 01 ut Cit to q7 A tp p1 A C1 A C77 ? tT A O A 01ti1p7 A is Ia A til A O7 Qt O7 A P A 01 A 01 A 01 A A da r W tN N r N r N N r N . N CO N N N N O N O N Q l -r �P tD P t0 A tC W tp W Imp . W lop r W t0 r W to r W W tp r W tf7 tD w . W W W W W tp . W tp r W tp t W tp r W tp r tAp W r r r r f-� { r r r ' r O O SJ d1 C1 N h3 N N N N N N N � '7+ • H r W N N m O 0 Q O m O Gf O O Ot O m O d 0 m th O O fJ H tJt W N N N N N N h? N N N N N N N hJ � N Z cr+ 9 r- x o - 2 9 m T M m a 0 O1 w> fh p G`l O O H w f-+ 0o W V I-+ m H Ln H A F+ !-+ I- w N H O U7 CO V Q1 In p� N C cu 't < < < < C < < < < C IA . a A 11 K h S ro =1 m :r=== m m ro ro S ro m �' S m S m S m �" CR tp m ro m w w ro m ro ro ro ro ro PC ro m ro ro ro ro m to ro m SD ro {C m m m st A 0 m n n n ti n n ei n n d f7 O H �, - t" P'� c ai C aT c e; c a c m c c a c c a c c of G a O„ > D 3 3 3 3 3 3 3 3 3 9 w M m w w ai Cp w w 3 3 w w N w N w 4. w rn w w w w N w ill to n to n a3i w IA 031 to rF w t :4 O N M VS ttti tH on tt1 an tt/ ao Ctl m i/t tai N A tt1 N A o0 tt1 oa` (A w N A, p,. H do v e D n D O ro O ro w � r-1 w -, .+ w � rt w -, rr w -. w -, .+ w w w -, w n w , w a °�' a 3 4 a; � � ro 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 w y D D A D D D h {1 m} < G N N N N N V ifl w w mM x K x X x D x A x D D X x T> x D x R N M ro �p m m vwi W ro V N m �wr V1 m Uw7 w ro N m fwn N twn w N to in y w fD v' m ro N m y yj d n !�1 a y 3 3 3 3 3 m m m ro 3 ro 3 3 3 3 ro ro m to w w m' ai w" a' al ai al of CO 0 w 0 w ro ro w o- O cr cr is 3 a" 3 3 Cr cr tr 3 cr c 3 3 a O m fD ((}p1' fD i(pp ro K K— •K K K— K K K S ro N . UI r th N iA (A 0 N . M ro N N . . (D to m N . N W r , O O w (m ttQ ti O T \ \ ^�. \ '\ �. ^�. �.. ^�. �.. O O 01 W m O w H µ µ µ H }-i H s+ /-r H d 3 O 0 0 0 0 0 0 0 0 0 0 in $ 00 1,17 a. N N t! N N N N t- N N N N N N N O O c O 0 c O C C c c c c c c c c on om Km' m m m ar °� % •c 3 m R. m w ro m .+ a 3 3 3 3 3 3 3 3 3 3 t rOu ro O O P1 mrn-3 [l m ro m a m Ob cx K m ' w N ro T °c w '* y O00cx,atmc>~cncnof3 m pf A P A .. W w W W c 3 ^i K "1 m D G- r mm D D 3 w O y m D m D w 0 w m a m m a D m D is w cr w w 3 3 Q CL w O V d O v 0 0 itt 0 .. m .. 0 0 m .. ... O �. 0 C1 w w a m w y t — C C-0 a °c 0 0 0 8 = 7 0 3 a C a C' c° Cr a c c c tr c -n t7 O 0 D 0 D 0 $ e 0 _7, pp' > crmcrm E= m O' cr mm Q ro 0t�t1a1tin n --mow c° t_rm,x�>Pn �>> > >>4 icier a p 3 3 3 3 3 Q 3 3 T T 1 3 T T T „00aOOp 00 9 CA ter,. (A O. EL. 4 to 0. a. V,, a a r3 a T TT T T T T m m m T T T T T T T T T T T T T T T T T T A H H i -t µ µ H H H 1-r µ 1-+ H N µ M+ w �r-Pr K A D D D D D A D D Dm A D D D a A A D D D A D a b D A n D D D D D 4A C t>}s w to Vt to P ih to V7 iJs Q1 N im til 1, t!i Ln t, K Ut to Crf i17 ttt A A W .p ,,pp W W A .P th to tts i/s its 'tI: iI>- ifs 41 01 `P p W QO N V U" .P V W m N O F+ A^ to t�,-u+ its N 4A H tn� H t.4 H tts N A V ",4 N (A 5i1 t1'1 4N7 w kA V d N N V CSO tT w U7 W+ U'f W Q7 p"f ur OVt 000 G7 O W p tNo twit .Ni+' tA+ d twit 4~i'r SO O O NA O ;P .NP i 4 lAd N tAd W V W W ►A-� 007 w O N d W O w H WA O N N A M 0 0 0 top bo w ,C7't V V 0V V V .OyO V V V V V Oa0 LM 0o y0 p OwD ONO 1M++ pO to 1-� to tJt V). to A 4A V$l to M N th 01 t/s its to Ut tts W 01 tts N to A iJs O Vs ih its M A A {/s W tt} A iJ'/ A tt1 W tM1 W tts A �. A w tts F+ V 00 A Vs tts W to i-+ A N A vs i/t• N its w iV its i -r th A Fi W ttf t/s W i/s H N �,S V 1+ i-+ in W Ot Ot 011tt iD O S!'i 01 N W V Oo O N N W OO tv V pppp 01 ��pp V to to iP1 N `J O7 W OO X0p7� Ct N '- Ol O7 00 H O O p O tp to A i+ O to A VtV O O O A N N rn O A N A N Oo V 0 to A A H N v tp A Cb w N V C77 W W .P W t0 H µ W Q N W W H A N G Q a W V y V 007 d d d N .WA OW7 top V V `��i V V V OW0 0.1 OVO 0WO OO 0µO iwt Ili nwi ww N N N ti) A N N S 1w4 rW> w N nw o o CwC� O WWp o o wrr. 0N� to w w a w w NJ A W N w 0 tD 00 V Cil Ln A w N w 0 tD 00 V R to p W N w 0 tC1 40 V Cfl to A W N N O tD M tit to tT Q'f 'Lon, MO Sit Ot(n til t7t Ol til CT tit Clt 01 � CTS Ch Cit t71 Ch Qt 01 CTt Dl til Ol Ol Ot Ql � C1 0Ut O i O to O ) Ut O to O i to O 1 to O to O t 11 Q to O 1 O I to O to 9 w 0 to 0 1 to 0 1 to 9 to 0 to Q 0 0 1 to Q to O to O to tt? to 9 to 0 Ln 0 to 0 to 00999999 N to to to to to to w i to 1 H 1 w 1 w i W 1 w 1 W t W I W 1 w Y 1 Y F N 1 W H W W W W W 1 W i W H N f-� i H 1 H F-> t-+ H w }+ w N W to to in to to to tit W W W w w A 1 W 1 W W 1 w 1 W 1 H 1 Y f+ 1 w 1 w 1 w 1 w I -t 1 H w w H N N H H H to tit to N N w w w N w w W N H H H Y W N H A W N H W W W H w w w Y w w w H O N w w W w W w W W W W w W Y A A w Y N H H w w W W �W„4 N HW H C ^^i to ,'1p A "w4 0 LA v_± tfi to to to to to v_± N to to to -t —{ •� -I -s -! -s -1 :: -i -F 't to to ttt Vf v W O OC m OG 5 Oil 3 0C 5 W O tW 00 m t:4 00 m m m a a a a a a a a a a a -� a -t a -i a a go on m as as w +� v a s a tsr m 7 m 3 4� Z d 3 d :J O a �',, ',, 7 m 7 O 7 O 4i n n ,' n n n `n et n n n tt `�; n-- — O' m m ro O" O' m m ;s m O'" m �• m O• m _• to tr; to to to t_n 4n to to to to to to to cn to m rp rti tb— A m r 'O a a a ro a a a a a a a ro a M a m a 04 A A 00 04 `-� Ott O4 'O Ott go cm ::4 m N Ell N N N m t7 0 CL Q m C1 m CL a CL CL C L m CL CL a O O O O O O O O O O O Ow ui O w w w w w H Y w Y w w H N w a N a a a a a OI a a a ai N N N N " N N N N N N N N N Y w N H w Y w H N N w N N w H i^+ 3 3 3 = p - N N N N N N N N N N NN N N N ,C „� ,K Z � m to K to K Cn rt •� rf — rt — rY •— rf to y H fn K N h w K m CL C. K. 1-h N rt N rt in K r1 Vi M N K N K VI K f11 K N K in K N K /n rt 1•! A O n Om ro m to n. EL to a CL m CL o a a cL a a o O a c c ro rp A O O W W w H H N W W W W N Y H Ip to N to to to to tit Zn ,''" " VI •Lt c: 'i.Ki N m N m 0 m 0 m k; ro 0 m 41 m M m 0 m 0 m f/f i/t m N ro CL tS iL � M Ct r'F G N N Y w e4 L.} tro[�t LT. Obi N n r�� 1��, .��, .��, � � � �; �; � .r%.. •�`% � � � d a O) � W N W Vt W Vt W !A W (/t W Ul O 0 0 0 0 0 0 0 0 0 0 0 0 0 '� O 7>>> ty W N w W N w •O 'O c' C w N l -N A w N w W N Y A w N m m m O C.i .� cS G a°4 tiO4 f r{ $ m m m a Ol a a a a a a a a a a a N 7" 3 of 4i of M ttapp m m m • G N G N v v v � w w T T O_O=O T T c>O "YI T T T Z5 T 5000000 T T T T T T '75 T A w H w N w Y w w w w w w H N H Y H N Y Y w N w Y N w H w N w N H H N H w K rn D to A m A m D m A m A m A m A m A m D m D m D m D m A m m m m m m m m m m m �rt m m m m m m m rn C A D A D A A D D A A A S+ D A D A D D A A C O 4A Vt VY t1f fV Vti Vt : V> VT Vl• V4 ti" Vt N Vt 1 A 4^ N Vi 4A ;V V>• Vt• Vt• to Vt VF VF N "�••+ !+ N V! Vs V? O W W Sit w w w Sit w w N Ui t N w N 04 W W N w H w w tri un Y O W O0 N w 0 IA N N W w Un w to w In W 0 Un m w V w to Ot m to to 01 V V V V tD tri W A N V V w w CIO w W V 0 00 w U0 W 90 W to W W Ui A to Un to to V UV W Si'1 Ch Fn t31 Cfl �s W H tri Dt W 9) ow co to to Cil N N N N W W W W W W W W W N W N w bo 00 0 WV to twn IM M M W N w W tAit m wWi W O O m O t/> . in. V1 V} i/► . Vt V! VE VF N Vf V1• .I e V► v., V). Vi VY V+ V► 4/1, — w W O/ W W w al W W N to A N W N 00 w W N Y w H w Un to H O W 00 Y W m Vs N N w 00 Ut W V1 pppp Ut W W to to LO V W Ut a% tit to Ut tit V V V V w Ot tD ,p N V V W w 00 W w V 00 W tD W 00 w to W W U1 A In Ut to tit V w W tit M m 0) Cit A to Y til at 00 m O w 00 w W CTt I tT V H V Ct V 1-� V V N i,D N w tit (J A V V iV w m w m to O In G W �A CO W UO 4A N N U1 N N Ni (.M N N to w w w w t0 N N N tO 0 41 A m w H N W w Ut Qt V V W 0 O til lWJ'1 LWA Ln LLA 4w 4w17 tW71 lwlf wp, A A Wp A 0. W W W W W W W 1L.1w W N N N N N LWT O to 00 V LWn 0) LA Jt P W N Y 0 0 .wP tC9 CQ V Ch A CA P �P W N H .WP O w Co 14 . m LA A w N M a tl 00 .11 m Ln a1 al as tT c11 L71 Os a1 01 a'1 01 at d1 cft 01 Q1 Ot a't 0'1 a1 LT 01 a'1 Q1 OL Q1 an 01 a1 LT Q'f a 01 a) a, m w M 171 0 01 0 M 0 M o M a1 0 M 0 M 0 M 0 M 0 M o LT a a5 CA a g Q5 a Ln VL LA LA LA LIM Ln 0 to LA LA Ln Zhn Ln Ln In to o o o Q. a A- 01 o 0 0 0 0 o www w o o Y N w W W W N N N N 4+ H M N w Y N i� N N N N N N N N N N N N 1-� w Y F+ w W i-+ Y D W N W N , W N , Y O , H O , Y O Y Cl M 4 , N p , Y O , N CS , H O N O , Y a N O H Q , W Q W O N N N H i-� N Y Y H O , !+ a H O w O N a H O W N N N W H t' , Ln m M w> a'+ (V N .p A w w N N w w M Nd NN NN N H Y C" N 3 m N U on D m ro o 0 r 0 r 0 r 0 r 0 r 0 r o r a r c r o r O �0 ro 77 m 70 ro �O m ro 7o ro Vi Vf Vt _Vf ro m m m M 3 S a O O O 0 0 0 a 0 0 0 O [� c r� r� [� A Lm m go _° m > OO > o. M CL a Lw m v. ri n_ a a a a a a s± �+ a1 d a yap t2 o a a m m 0 m fF' U' L»1" 4' Cs' LS p rn m d d m m m m �{ rm+ m rmw. a rm+ m ff W 4 C 0>>> c c 0b c O- c C7C C 0'C c a C1 a A a A a h a k"1 a A �. a a �. a 0) m Co Z. 0 L:1, 00 3 3 3 �•j• m rF m rF m M in �ry i+ e+ A d "7 CU ^'t a �t a -� a „t d ^y tr 7C 7C' T." x' x � � a m � f1 =1 CL m 4 'd frtD A O' LT cr a" 0 0 0 0 0 0 0 a m m X M 70 'a '� 'd 'rs 'a 'o CA C!1 VA .rot .�, S" .t .y -1 -, -� -� -� a a a a a .T1 a w LTO OO C9 OO _'h N C fD 5 < C G C c N j N N 'a 'C ZS 'O 'C 'C ro m ro gay, ro ro m 3= a a 0 or a �' a O K O Ln L/1 'II 'L3 �� 'D `C� o a m a a ao Oo MLA' r� OO G. o. n o. sn. c. Ln c., H h H v, vs 'O d. 0 A n < .yr `C . @ 'Ti m 't7 ro 07 m W A T A T? A A ?' m A m A m A m A M LU T a M a T s m w T a W C7 40 to W tTJ m m m m a LA VY au a a C) a T T a S a �' a to _S to _S 0 2: H 2: 0 cr 0 _a" a fi a x a a 7L a x m a� d f 7 3 '" N a a A eD m 0 rc ro 0 0 0 5 0 0 0 aq 0 na 0 oe do 0 Cq tTo f"1 r) o o a n 0 OC fi a CA m W cc m iD ro m 3 G > c > 0 A A j of = vmi A A :r3 A Oa d S : 0' a a a s cu a rm+ M A h- M d C d � a_ rZ C N m 0 O a 0 OJ a d f f' -,s I A A m ro A 0 ft 0 n 0 A 0 A 0 A 0 -� 0 -s 0 ^t 0 -ti 0 -� 0 -y 0 0 3a m = o — 3 3 a -} 3 m CL K ro t ro o c c o w 0, ro m ro m m n? 0 c c w m m �, tb N ro m �, ro n 3 n 00 � � rt 3 3 3 3 < 'c' c <<' < << Ls « o o d V- cr a- Lr Ls cr m m ro m m m < .� c— `c •c •c < 0 0 0 0 0 0... 3 g@ z V m _ '� -� -� -s 70 .� 70 7O 70 70 .70 G. 0_ r�o 0, R m M m CL m N N VWw -n -n w -r1 w -ALSO wLn W !R F. to w w 0 O n 0 0 r., n nM M n n CD dw mv "' m m a a a a rt 'T1 .. ri '71 ^.. +� 'tt .. O O 'T '17 `1 "Y'1 ti 'it �� n A H 1-� 1+ t-� w w h+ w r+ 1-+ w 1.+ H H f- 1-� F+ s-+ M H 1-� 1-+ �-+ h* H I-+ r+ i-+ 1-� F-' w ►-' i-+ w H w a D+ A> D �A D D D b D D D A D D D A D> D D D> D D D A D D D D A D A D H C Vs Vs V1 1^ tA• V$. iJs A vi 4� t/%' �1-� w M {/! iJs iIs th t!! to vi, 'V), VF V'• H �-+ V tT 01 V1 t,n to V4 V1. V). Vf V} f-+ th Vs v-,0 CR V w M LA 0 N T 00 Y N w N H N H N V Ln f -A W` 4 V N A N W H NH w M m 1^ w� W 1^ 0 Cot w LA V9 O Ln LO 'V w V w V w V w 05 w LA V W 00 W V LA - W V M "+J to 00 LA V N ! p O V Ln w ON W w w w Lo t8 Lo L6 C70 H Ul W ap1 w to ;o U7 w N w 01 H m Lo QO W ? V Q O N W N Lai 0m0 w LNn VW'1 LNn un W"LNff LLA 0 OO � O? O NP O O O O O N V W N Obi ami OW'+ d to to to tis Vs th Vnl V). Vs Vs SIs d ? ti* tts to to to Vs to ih Vf th : + r v m m ;A t1r to vx to to to to Ln V 00 co W O N m 00 w tJ w N M N H 1V V Ln M W V V N 4 N W H N w W M 0 Vs w N co A V � rn � 00 � O ul cow a% w w LVO to Lyo LWD LVo tp 0�0 LWt1 LVO Loo OVO U~t LWD N tWt1 aVi H aVi LWo cc W pp4p V ,,Qpp O N W M W O? O A C NP 4 0 0 0 0 N ;0h P .P 0 000 Lwn LNn Lvn VNi 4�J 1 tNJt L�Jt LNJ1 del a�1 0�1 hy.1 w w w W w W w w w w w W w w w w w w w w w W w w w w w W w w w w w w w tW W co 09 OY Ili W li mA m cm M( Aa N t -L O w 0�0 'dam tJ •F+ W h�a O CVA OV0 `V»1 UV'1 VVY A N M O t q0 y m 0 A W N W m m m m m m m 01 m 01 0 m 0 01 0h cn m Ot 01 07 m C1 Cit m m tT m tT Al m cn m m m m m lA w w Do W 06 00 V V V V V V 01 tT0ti 01 01 C1 tT O1 tT 01 to 01 01 tT 01 Qt ®1 0R 01 c% 01 m O O to to A N rV N 0 F+ 9 0 0 0 to Ln VSO O O O O O O O O W W W W W W w W w w �? Y N i� t31 f -a N Fi idt N ij N 1-� A !�+ Fs 1-+ � � L'a A � A A •P .P Y t� N H H Y N F+ H N rr 01 Ti�-+ � Y FY r}�p O WW WWN W D O SM'TmnW)7, ON� 0� ptA� OAOQ� OA� pp.P Nt%f O NN Y HO � 9 n t3� k to c» 0 to W t(7'y t( )) -i Z Ct h p -n 'v v v < < C G_ C G G m m m m v_? cn cn to v_t c_n � }� (c -•0 , , a' C. M M n. 4. & C- C. C. C. Q. & 3 3 3 3 oa tro W 04 oa go O m O ro ro G -f G t° N m tCif O m ro e� O m Q cu O ro a �o a rn a m a ro 0 m a m '` m -. eo -, ro •, a v a fy o n, 9, a v S < G C<< G<<< v v v -� v a `v •0 v 'v a p m a c c s 3 �i m' fJ' rr CrO' a s co a" ro C- ro Ar m ro ra ro O; m: 0- Ar tb tW ;; N ro = a= M, e0 C. x x m m tD m m ro r7" !D as �, as w m ro C n n `n � r, 2 n r_, ri n n m ra rp rD O a b O a' O 0 w r: ei °« fu °' w w m rt d m C7 a. m o. m m m m m ro m ro m a y 9 ^� ,c v cu d < m m _ v M '" to O s c a ro N m t0 Q 4 v G7 O Q v Q t7 y,, �. a ,+ v nr m m c, of v Q K a= K 0 rt M rt ro rt m ro rt to ro N ro rt ro a O O z a Q• a LL a C. o C. o C. a C. N of C C O a rt ro S :Z _{ _ 0 a 0 a -s O ro ro ro ro m m t� m ro m ro� m a� O N i7 ro 07 — m N H Ql a rt. -, n rt (n N (n� h n rt 0 r n M n rt 5- S C. C.. is i v 1 v v m v "i v '•t ro ro to N rt ro O a N a o n ra a 0 a 0 a -, 0 o a o a. ro rc ro to m m m m m ro m ro Q o a ri oo cr ro o to m ro 3 3 3 3 3 3 Q` •P W to Y A w N Y cn C a a a a Q cL O -, , -, = =? c• C {t! Qj ro '-� a - - m (0 a a a a a O V, m OA' a r� ($ `� ro N l4 ro n 0 m tD fD t0 C C C C = C 3 a 3 r;. �; ^ A° o o o o� of cn cn Lq to { ? 'a m 0 a' o a 0 0 o a' o a a y N N rKn tin ro ro N Y C a u, 0 a u+ C t� C w a w C rr r+ rt .•a '"0' r -r rt rr rt rp m rD rQ ro ro 3 0 m al 3 a C. 9. o.VI Ln an E O Q Q O sa {A � ro :u � »•, r r CJ ^.. ^,. � �.. C7 +.. "�.... •�. '. O O O O � -�. -•.. -�. '�. Q O O O — ..,. ^rn `.. -n ^., 'ii r. 'T'1 �.. p Y N M+s Y Y N W 4-A W F•+ Y H Y Y Y Y Y 4-� V -a H H Y F H N Y N+ H H H Y H H Y H H oj M rr' m D m D m D m D rn D m D m D m D �> D m D m D m D p iif D D D m D m D m D m D m m m m m m m m m rn m m m rn rn to to to to cn D D D D D D T> D D D D D D D D f; c 2. vs V: to i/► trf w Vs Vs itS to to V> in- ih iti Y il? 1A. in N Vs iA i/s an V+ A^ f5 yty V7 'V1 Q1 N W Al lJt w N N N N tN i!s vy N N t -a Vs N to 01 W F s its I,%.its if)- N V V w w H W w f7f W In m N N m '*' V (D Lp Orf $.. to W N H A Fn QO NW .Ga AAt w O Y 0 Y 4n A W Y 0) to 01 A N to N N Y O 0* Y A A li W rLn M V✓ f V W N to 00 tT r`J m w V O t?0 C;7 V 00 V N V to PJ 91 6A to N A '•+.! Y w w9 71 O W P, 9)A tri W ltt 01 PoW (n N m A O O a t0 Ln YC* H w m O w V w 00 .C+ C3 tri 4^+ 0 W Vt `�j N 00 00 W O Y M p. N ? O A A O O O to 00 O to O A —N to 4n In N 00 A c7 00 N ko A 00 N tC Ot 00 O N A Qt 00 --1 a -LO V> vv Vs 11%W vv Vs Vs Vs ill Vs to 4A Gb fes-* ill to -CA N iJs Vs tls Vs tR its y {ds In O'1 VS h+ Y d1 lPt Vt N N 'Q1 N Y N iA (A N tV W Vs N W W H SA i/f iQ H A p A N H "� Y N V V W 60 w W m W tl'! N N Nj H A V V lA Sn Ol h+ to W N I- . A A CG N 00 A 01 m w 0 0 O t31 A W 0�•� tl9 A N N Vt V N N Y O 06 Y A A V W -4 V Y �,! W N tf7 q B1 N C7 W w V 0 O 00 O V 00 -4 V N 14 V. N 991 to to N A V W W W O 01 O w W LM t,n t7f A W W tN !WM 47 n a q o w o Q� N 00 a w N m w a oN w m nWr s°', flo WD Ln Qn W w owo w P. WN WNJ NNNNN N N WWNNNµNOOO H NOQ C7 0 p 0 0 twD w O to OO V I o A w N w ANV W c tt w a V WtW0 M O Mtwo V O o V V V O pQQoc�o V O V O V A V a V Co V O V d 1,,888�'bSoQvoa V O V O V O V V V V V O V V O V O V O Ch to o�Qoaoc�O�Oao`�o m t8 OS to Ch W t71 t0 C1 W (n LD m t0 Cn ON (n Qt w to to on c t0 n 06 Oo w M to tJt to to t/t to N tit w to t7O M W to W OO :4 m to cn A W w w w W to N N iO'l � tp C O pN LA O O A O O INONNYNN mr tj pLn MO Mto Nw r m r m tr1 ao to c'c to oa m m M m p p g r m r m r m r m r m .- r m r m r m r= m a v1 tJ1 t/f to n o to b G O V! 0 O C7 a O 7 O n a 3 O Q a Q 0 c` O 0 p a> as > a'o z a ro aR 3 O a ro rt m n o 0 3 a m m � 0 ro � wwcrcra q o, 3 a 3 s 3 —___=3 ==__°a m a s ro m ,�, n or a ro ro ro o 0 c c c' c c c c c c o o m 'S m o 5r ami ro o o M �u 3 ro o O 7 H to S' o 5 '� 3 a Q. 5 3 3 0 3= S@ "a '; o a m 01 m a 0< { 0 zo ro m to m N ro /A a r► a .+ a rF at rt a r•' �, a .•i m rr o1 rt a ,•! 3 an n n y CL r{`u S �' N a s a rt rt N N N Iii N N N m ro m m -i ro ro ro m a- m o n a ro m N N ro a t1O • �' =r S O. O. a a a Q O. O. ro 0. �. o. O. w ro N ro m 3 ro 3 0 N c' O O o i, m -n m m m m rt N .,�+ ..Ni r�r �' Ln &,n �,' 'moi rt ro n �O* a m `� tmo m w 0 w d ro a ro s to OQ cn oa to ao -• ro ro m m ro to v, ` `c m ro ro ro -. m ro 3 ° a rt m 3 n +z -, -, 01 H< " -, t v -+ o a O o a. a z a a a cr O` a O O a s OC 04 .•. n rt n ..� c� n M ro tp -. ro •� X X T a` a s to to w SGS Vi 2 O en m to to to to � C y � tp 3 ro w w m m m �- c c c 4co 9 OQ Ch ai O tro M as cm � m m O oro cr Q� a H O H O 3e� ro OD 00 (n41 `C m r of m n H tr, .�• cn e%t e%r m cr zr o' tr m fD o m 3 N rt -rts m m to ro r nr � O_n O r r tip P W A tD < ro C rt' o p = ro ro m m m n n 9 m -� on w to to " o - o o �c ?c :3crQ-o_tr_+o m nroi nro, < < H = =b C00 M -A 00 tai. t'n w to cb O 7aq014 X 0w0 M A O O A m ro N K Ln Ln 0 o. :r m O „h -h V m Ly. .... K � th O V �m n C? n ^n ` n =• rt = m �_ -n a -n _ -n rr •r1 �. rt _ 7e+ — n �. n ., 'n . r. �o O xa p sa 7o O 0 m D m D m D r 't+ r- �+ m D m D m D t�c� A ��rr11 F+ m A m D> m m D m D m D m D m D m D m D yy.� in �+ to° -n m D M D T D m D m D M m m D A D m D m D j C to V► V, V► trs Ut cir U1 v► M trs Cn to W M O VF �O to Cf to W .A O Vl V> V>• to V► V> V1 W to to V4 W Vt• N trr N V) V► t11 i!r VF !"'� V> i!>• VL V> r A A O W V W W ,H,p W W w N 4V �A to V 00 W W V W M 14 r Ch co N ,ppb A W ko 4n w to V> tT th in V W Ott ka c n V1. N VF vi �+ rt t?�1 .oN1 O L" ONO QyO Ul pal two ��,! m N .NLS tNp Uv1 O lig a twD twl: CNt Q ON1 I"•+ hWJ .^�.J to Gw`? 000 d Vvt A� A A w tea t0°o O a O 0 m m owo m 0 colt 00% 000 'A, c o Ln V W A Ln A W t%D to 0�0 V► tJ'1 VI• tlt f--' V> V! Ct V► W N O V? W US ttA C1 w O ih 4/F W w Vi i!: w i/1• N N t/1 r L? i!1 iA F+ A p�j tD W w OO W N M w tD 06 N M W N �.i 1'a Ct to Ln VY V r Vi W to Vf tD Ln V► 00 tp VF M V V> M V 00 00 <j1 +� O N Lm O Vf V Vi• W O0 to Vf H Vf .pp W N O N tNo `P V1• W .p In. NJ W ;"•t tT Ot to OO N OO Ut Ch OO to �.! V O'i N N W A N Cn O OD O --:, ut N to Ot V Ch W N V M O O 00 t!t 4i d Ln - W 'J 4 .P W 4 .A W A W M W W W N 00 1-+ M 'J 0 to cn M W of M `J 00 m W Cc Ln cA .P W OO tJt m co :S W p7 i p r w t.r1 *J W tJt ..pp W •P .1a th V CO DO A to W t0 N Oo Ut m OA'f Oar m m W LM L" 1�t1 i�''n i�t1 Cn N tAif Utr to Ja• t ilf Oar .p W N H d W 00 V Li'1 Ur .As w N H Q W .A CD ••.I 01 C► inn .p W N N two coV Owl tWr1 W W io W W w V V V m m V V V V V V V V V V V V V V V V V w4 V .A V tit W W t0 to t0 t0 N N N V V H F.A W N H 1-4 W ►-� i-+ H F•+ W W N !✓ N W H d d d W w t0 t0 w W W in Ur N H ill (!i N (A to W Ul tll tJl U' tll [{l tli to T 611 trl '7' d O O T m! C7 � A # .a ; z in H N r W ti H F+ W F-. F-+ N H H t-+ h+ Fi 00 t0 d 00 WN HHH H O N V V 91 H 1✓ -a H N H (WWO d W W D� O 10 W N N N Jl CJ • H H NWH F+ j N H Q J 3'*p W Ln W 1+ F+Ntl O O D W H rn W N H A H WW H WW W W W W F+ A N 7l N m 1t rp. A 3WA LM to to to N N r r r r r r r r r r r r r r r r r r r C r p V1 r r p :; ao cm w o m o w w m c m c c c c c c c c w t t m m ro ro m m m m m s s s o o x 3 3 3 3 3 3 0' 3 3 o s a 0 o v v to � O 7 � O � 7 O 3 3• � 3 7 0 'a 'a 'C7 3 3• = W W -., r- w 1- C C C C 0 0 o m m 0 On p0 M a m w N w w w 6F, a0 °l °i. 0 0 as ca w w as w �► (D lb rti .oi np GCI C to G at7 W m S A m rib m m m C'Y O m m m '0 � rxi• . 1 .+ !1 n n m ro ' ..-.. ao -4 � in �+ A D o I'f 8' -w O O 0 3 0 O a 0 a CT a w m m s s n n n a o f 7 o O c c a (D m Q w .c. c. w w w w w V. w . 'D 'II 'O w w 3 'a .p _ N r* 3 w 3 O 0 m 0 m 0 "� 0 o c o- tr -r o az 0. c w m to (n > > 3 m 3 .� .� d to 7C1 d x < v 3 v 3 @ w w w w a0 w tIC 00 m m m m m m :: m `: m m .D �,,, rD m Q `Z O m w 1 c rp ao W x O ` m ., o m In n 0 3 a 3> w w o w 0 a o w /•+ H H o= 0 w a a S Gi x `" o o w w o m 0 a w v c v c n n n n n n o c c1 o m n m e r co m cs a N m_ w w ro m ro ro m ro 3. n a a im O-0-0 c r c m d ca m m m m o a Zl o wo 0 O r t7 0 m a rn w w o? m s ro m N m N c ? S s— m` °�° a m m v a O w n u+ � W' m .m a 0 4 CZ 4 CL m w w w Q n n -, n" r c1' m cwt- W z a x z o d 04 x x 0mi " 40 H H W W c" x S S z1 ro r0o 0 m a o - d m m m n 3ro°c° o O mM OJ m •.* m � aR � CLo d m 'wy m 0 cu n ro m a w 0 w � ro @ o t3' O C 0 i7 ill H O .r ';. �.. �.. '�. ... '^.,, �.. ^r; �...•.... �.. 70 ^., �.. �. T rji �, '� A � -rrr C7 '� ` T A W W w L3: S S S S z S m m m D m D m A m D m A t�rit m D m D m D D -1-1 m D m D m D m A rn A m D m D m rr»» rn A m ��ss m rn j D D D D in A D C 0 in to sl► ih in in in in in tiT in in th 1_A ils Vn n ih in in 1 Vw i/T t/1 to i/1 in :iq�'1�1 iJs t/> N N hF N N t+p. Y li Vy, V V Cft a in lilt LA H H iA H 'm %J W W ©v© Ln W LM Ca W ^W1. N N N V, cn in w 000 W o 111. t�0 •P Cil p�0 O Ur W M iFi W t0 C7 O t0 w Ch V to CJl 0p1 a'1 Cfi A+ N W a0 to Ci •P N 0 14 N •P w pVp co W A N N N P. t D d O 00 a00 N OH0 w P O OQ OVO tyll d vi PA 0000 t77 cYw 000 O A. w two A tm0 tl! w O OHO W O '(I? in Lt V? V: ill i!F il? ilY in .tJ1. ilY i/1 N in if1• N Vl V �O iA VF i? �F . OD V Nin V to ih VF N .. i/: i/F N N N N N H Y to H ill- •. V V CT Js C W in ih H N iM1 W m W V N N p W N W M N H W W W �..a W ..pp, ,p 00 W � W O N tTl V W $-u N p V 06 t0 Vl A V 01 w 00 1-+ d ? W 4m W CT flt W W W W O O to l0 W W Ilr t71 O V W t0 V O1 N m N a$ N Im Vt .p IV in W 00 00 C10 O? p in N V OW N CWo W 00 J V CIO la W CT QO W .A N O H .P ja 00 A C0 C7 O 4 iT Cp 9 V N Y LM .p Ln ,,pp t71 0 W W N d OO 00 tlt 01 W A. N N N 0 Nl W 0 0 1 04 O m OO co 00 0 N 00 co 03 A W D W 00 O