Loading...
Agenda 01-21-20 The City of wr Boynton Beach y City Commission Agenda Tuesday, January 21 , 2020, 5:30 PM Intracoastal Park Clubhouse 2240 N. Federal Highway Boynton Beach City Commission Mayor Steven B. Grant (At Large) Vice Mayor Justin Katz (District 1) Commissioner Mack McCray (District 11) Commissioner Christina L. Romelus (District III) Commissioner Ty Penserga (District IV) Lori LaVerriere, City Manager James Cherof, City Attorney Crystal Gibson, City Clerk *Mission* To create a sustainable community by providing exceptional municipal services, in a financially responsible manner. -to- die,,C0 www.boynton-beach.org Page 1 of 1406 Welcome Thank you for attending the City Commission Meeting General Rules & Procedures for Public Participation at City of Boynton Beach Commission Meetings The Agenda: There is an official agenda for every meeting of the City Commissioners, which determines the order of business conducted at the meeting. The City Commission will not take action upon any matter, proposal, or item of business, which is not listed upon the official agenda, unless a majority of the Commission has first consented to the presentation for consideration and action. • Consent Agenda Items: These are items which the Commission does not need to discuss individually and which are voted on as a group. • Regular Agenda Items: These are items which the Commission will discuss individually in the order listed on the agenda. • Voice Vote: A voice vote by the Commission indicates approval of the agenda item. This can be by either a regular voice vote with "Ayes& Nays" or by a roll call vote. Speaking at Commission Meetings: The public is encouraged to offer comment to the Commission at their meetings during Public Hearings, Public Audience, and on any regular agenda item, as hereinafter described. City Commission meetings are business meetings and, as such, the Commission retains the right to impose time limits on the discussion on an issue. • Public Hearings: Any citizen may speak on an official agenda item under the section entitled "Public Hearings." • Public Audience: Any citizen may be heard concerning any matter within the scope of the jurisdiction of the Commission - Time Limit- Three (3) Minutes. • Regular Agenda Items: Any citizen may speak on any official agenda item(s) listed on the agenda after a motion has been made and properly seconded, with the exception of Consent Agenda Items that have not been pulled for separate vote, reports, presentations and first reading of Ordinances - Time Limit- Three (3) Minutes. Addressing the Commission: When addressing the Commission, please step up to either podium and state your name for the record. Decorum: Any person who disputes the meeting while addressing the Commission may be ordered by the presiding officer to cease further comments and/or to step down from the podium. Failure to discontinue comments or step down when so ordered shall be treated as a continuing disruption of the public meeting. An order by the presiding officer issued to control the decorum of the meeting is binding, unless over-ruled by the majority vote of the Commission members present. Please turn off or silence all cellular phones while the City Commission Meeting is in session. City Commission meetings are held in the Intracoastal Park Clubhouse, 2240 N. Federal Highway, Boynton Beach. All regular meetings are held typically on the first and third Tuesdays of every month, starting at 5:30 p.m. (Please check the Agenda Schedule- some meetings have been moved due to Holidays/Election Day). Page 2 of 1406 1. Openings A. Call to Order - Mayor Steven B. Grant Invocation - Pastor Rodney Wilkinson of Gospel Fellowship Pledge of Allegiance to the Flag led by Commissioner Christina Romelus Roll Call Agenda Approval: 1. Additions, Deletions, Corrections 2. Adoption 2. Other A. Informational items by Members of the City Commission 3. Announcements, Community And Special Events And Presentations A. Announcement by Assistant Recreation & Parks Director Kacy Young about the Oceanfront Bark event, which will be held at Oceanfront Park on Saturday, January 25, from 9 am to 12 noon. B. Announcement by Recreation & Parks Director Wally Majors about the 5th Annual Joe DiMaggio Children's Hospital Magic Wheels & Special Deals event and the 8th Annual Barrier Free 5k Run, Walk& Roll. C. Announcement the Federal Emergency Management Agency (FEMA) has released of preliminary updated coastal Flood Insurance Rate maps (FI RMs) for Palm Beach County. D. Present an update concerning the Town Square project. Colin Groff, Assistant City Manager, Mark Hefferin, E21- Real Estate Solutions and John Markey, JKM Developers will present. 4. Public Audience Individual speakers will be limied to 3 minute presentations (at the discretion of the Chair, this 3 minute allowance may need to be adjusted depending on the level of business coming before the City Commission) 5. Administrative A. Approve the request of Mayor Grant to distribute $200 of his Community Support Funds to Suits For Seniors, Inc. B. Appoint eligible members of the community to serve in vacant positions on City Advisory Boards. 6. Consent Agenda Matters in this section of the Agenda are proposed and recommended by the City Manager for "Consent Agenda" approval of the action indicated in each item, with all of the accompanying material to become a part of the Public Record and subject to staff comments A. Proposed Resolution No. R20-005- Approve and authorize the City Manager to sign the Dog Park Maintenance Agreement between the City of Boynton Beach and Boynton Town Center Master Association, Inc. for the perpetual maintenance of the Joseph Crowder Dog Park, subject to final approval of the City Attorney. B. Piggy-back the State of Florida Alternate Contract #43211500-W SCA-15-ACS for the purchase Page 3 of 1406 of Dell workstations, Monitors, and accessories from Dell Marketing LP of Round Rock, TX in an amount not to exceed $65,000. The Florida Alternate Contract procurement process satisfies the City's competitive bid requirements. C. Proposed Resolution No. R20-006 -Authorize the City Manager to sign individual agreements with two (2) firms as a result of RFQ No.: 038-2821-19/TP for Supervisory Control and Data (SCADA) System Programming, Preventive Maintenance and Repair Services. Individual task orders for projects will be issued and submitted to the Commission for approval in accordance with the City's Purchasing policies and procedures. D. Proposed Resolution No. R20-007 - Approve the Boynton Beach City Library Fine Free Policy. E. Authorize the Finance Department to reduce the Allowance for Uncollectible Accounts and the Accounts Receivable Accounts by $622,879.91. This amount reflects unpaid ALS Transportation billings that have been in collections for 12 months or longer. F. Proposed Resolution No. R20-008-Adopt the 2019 Repetitive Loss Area Analysis (RLAA) document, which will allow the City residents to continue to be eligible for a discount on flood insurance premiums. This item was included in the December 3, 2019 consent agenda and it was approved. The Community Rating System program administrator, the Insurance Services Office (ISO), requires a City Commission resolution adopting of the RLAA. G. Accept the written report to the Commission for purchases over $10,000 for the month of December 2019. H. Proposed Resolution No. R20-009 - Approve and authorize the City Manager to sign the Developer's Agreement with Mr. Edin Mehanovic of 820 Bamboo Lane for the construction of wastewater improvements within the right-of-way of Bamboo Lane. I. Proposed Resolution No. R20-010- Approve and authorize the City Manager to sign Amendment No. 1 to the Developer's Agreement with Knuckles, LLC for the construction of sanitary sewer and lift station wet well improvements for the Taco Bell project located at 2319 Federal Highway. J. Legal Expenses- December 2019- information at the request of the City Commission. No action required. K. Approve minutes from the City Commission meeting on January 7, 2020. 7. Consent Bids And Purchases Over$100,000 A. Approve the one-year extension for RFPs/Bids and/ or piggy-backs for the procurement of services and/or commodities over $100,000 as described in the written report for January 21, 2020- "Request for Extensions and/or Piggybacks." B. Proposed Resolution No. R20-011 - Approve Award of Bid No. 004-2821-19/EM for " Lime and Sludge Removal, Hauling and Disposal and authorize the City Manager to sign a contract with Prolime Corporation, 58610 Van Dyke Rd., Washington, MI 48094, as the lowest, most responsive, responsible bidder in the amount of $16.95 per Cubic Yard for an annual estimated amount of $271,200 for a period of three (3) years, with an option to renew for two (2) one-year terms for a total $1,356,000 estimated amount over the total potential term of the agreement. C. Approve an increase to the estimated annual expenditure of Bid # 019-2821-19/IT "Repairs and Emergency Services for Water Distribution, Wastewater Collection and Storm Water Utility Systems" in the amount of $80,000, increasing the estimated annual expenditure from $175,000 to $255,000 for the remainder of fiscal year 2019/2020. D. Piggy-Back the National IPA (U.S. Communities and National IPA are now part of OMNIA Partners-the nation's largest purchasing organization in procurement and supply chain Page 4 of 1406 management) Contract# 2017025 with Toro Pricing thru local distributor, Hector, 1301 Northwest 3rd Street, Deerfield Beach, FL 33442 for the purchase of six (6) Toro Greenmaster 3150Q Mowers for a total amount of$161,347.82. 8. Public Hearina 6 p.m. or as soon thereafter as the agenda permits. The City Commission will conduct these public hearings in its dual capacity as Local Planning Agency and City Commission. A. Proposed Ordinance No. 20-002 - Second Reading - Approving the Boynton Beach Mall Rezoning from C-3, Community Commercial, to SMU, Suburban Mixed Use. Applicant: Bonnie Miskel, Esq., of Dunay, Miskel and Bachman, LLP. (The applicant has requested to continue this agenda item to the February 18, 2020 Commission Meeting.) B. Approval of the Master Plan Modification (MPMD 19-004) for the Boynton Beach Mall allowing for the phased conversion to a mixed use or life style center with the reconfiguration of retail space, and the addition of residential, hotel and office uses to the existing movie theater, fitness center and church uses. (Tabled from the 1/7/2020 Commission Meeting. The applicant has requested to continue this agenda item to the February 18, 2020 Commission Meeting.) 9. City Manager's Report - None 10. Unfinished Business - None 11. New Business A. Proposed Resolution No. R20-012- Approve and ratify the Collective Bargaining Agreement between the City and the Boynton Beach Fire Fighters and Paramedics, IAFF Local 1891 for the term October 1, 2019 through September 30, 2022. 12. Legal A. Proposed Resolution No. R20-013-Approve the standard form of contract for connection to the District Energy System (DES), authorizing the Utilities Director or his designee to sign the contracts on behalf of the City. B. Approval of request for a private attorney-client session of the City Commission to discuss pending litigation in the following case: Renette Jean-Baptiste on behalf of Kevens Jean-Baptiste, a minor, Plaintiff, vs. Germaine Jones, and City of Boynton Beach, Defendants —Case Number: 9:18- cv 80740-Altman/Brannon, US District Court for the Southern District of Florida 13. Future Agenda Items A. Discuss Local Septic Tank Inspection Program- February 18, 2020 B. Discuss purchase and sale agreement for Nichols property - February 18, 2020. C. Mayor Grant would like to invite the Central Palm Beach Chamber to a future Commission meeting to discuss their membership benefits- March 3, 2020 D. Consider Vision Zero Resolution - TBD 14. Adjournment Notice >f a person decides to appeal any decision made by the City Commission with respect to any matter considered at this meeting,He/She will Page 5 of 1406 need a record of the proceedings and,for such purpose,t k/She may need to ensure that a verbatim record of the proceeding is made,which record includes the testimony and evidence upon which the appeal is to be based.(ES.286.0105) The city shall furnish appropriate auxiliary aids and services where necessary to afford an individual with a disability an equal opportunity to participate in and enjoy the benefits of a service,program,or activity conducted by the city.Please contact the City Clerk's office,(561)742- 6060 or(TTl)1-800-955-8771,at least 48 hours prior to the program or activity in order for the city to reasonably accommodate your request. Additional agenda items maybe added subsequent to the publication of the agenda on the city's website.Information regarding items added to the agenda after it is published on the city's website can be obtained from the Office of the City Clerk. Page 6 of 1406 1.A. OPENING ITEMS 1/21/2020 City of Boynton Beach Agenda Item Request Form Commission Meeting Date: 1/21/2020 Requested Action by Commission: Call to Order- Mayor Steven B. Grant Invocation - Pastor Rodney Wilkinson of Gospel Fellowship Pledge of Allegiance to the Flag led by Commissioner Christina Romelus Roll Call Agenda Approval: 1. Additions, Deletions, Corrections 2. Adoption Explanation of Request: How will this affect city programs or services? Fiscal Impact: Non-budgeted Alternatives: Strategic Plan: Strategic Plan Application: Climate Action: No Climate Action Discussion: Is this a grant? No Grant Amount: Page 7 of 1406 2.A. OTHER 1/21/2020 City of Boynton Beach Agenda Item Request Form Commission Meeting Date: 1/21/2020 Requested Action by Commission: Informational items by Members of the City Commission Explanation of Request: How will this affect city programs or services? Fiscal Impact: Alternatives: Strategic Plan: Strategic Plan Application: Climate Action: Climate Action Discussion: Is this a grant? Grant Amount: Page 8 of 1406 3.A. ANNOUNCEMENTS, COMMUNITYAND SPECIAL EVENTS AND PRESENTATIONS 1/21/2020 City of Boynton Beach Agenda Item Request Form Commission Meeting Date: 1/21/2020 Requested Action by Commission: Announcement by Assistant Recreation & Parks Director Kacy Young about the Oceanfront Bark event, which will be held at Oceanfront Park on Saturday, January 25, from 9 am to 12 noon. Explanation of Request: The Recreation & Parks Department welcomes well behaved dogs to "paw ty" on the beach. Dogs will be allowed off leash on the beach and in the water. Dogs will be required to stay within the temporary fencing installed at the south end of the beach, and just south of the middle beach access ramp. Dogs must be appropriately licensed and will be asked to leave the park if acting aggressively. How will this affect city programs or services? No affect. Fiscal Impact: Non-budgeted None. Sponsor provides give-aways. Alternatives: Do not make the announcement. Strategic Plan: Strategic Plan Application: Climate Action: Climate Action Discussion: Is this a grant? Grant Amount: Page 9 of 1406 3.B. ANNOUNCEMENTS, COMMUNITYAND SPECIAL EVENTS AND PRESENTATIONS 1/21/2020 City of Boynton Beach Agenda Item Request Form Commission Meeting Date: 1/21/2020 Requested Action by Commission: Announcement by Recreation & Parks Director Wally Majors about the 5th Annual Joe DiMaggio Children's Hospital Magic Wheels & Special Deals event and the 8th Annual Barrier Free 5k Run, Walk& Roll. Explanation of Request: The Recreation & Parks Department is hosting the 5th Annual Magic Wheels & Special Deals event, which is being sponsored by Joe DiMaggio Children's Hospital. The event will be held at Barrier Free Park (3111 S. Congress Ave.) on Thursday, February 6, beginning at 6 P.M.. Several local organizations and vendors representing and supporting individuals with special needs will be participating. The highlight of the evening will be the unveiling of the Magic Wheelchair, which this years is being built for Amir Diejuste, a six years old boy who was diagnosed with cerebral palsy when he was two. Despite his physical restrictions, he remains cheerful, playful and eager to learn. On Saturday, February 8, beginning at 7:30 A.M. the Department is again partnering with the Broward, Palm Beaches & St. Lucie Realtors and the Greater Boynton Beach Foundation to host the 8th Annual Barrier Free 5k Run, Walk& Roll. How will this affect city programs or services? No affect Fiscal Impact: Budgeted Costs are included in the Department budget and offset by sponsor contributions. Alternatives: Do not make the announcement. Strategic Plan: Strategic Plan Application: Climate Action: Climate Action Discussion: Is this a grant? Grant Amount: Page 10 of 1406 3.C. ANNOUNCEMENTS, COMMUNITYAND SPECIAL EVENTS AND PRESENTATIONS 1/21/2020 City of Boynton Beach Agenda Item Request Form Commission Meeting Date: 1/21/2020 Requested Action by Commission: Announcement the Federal Emergency Management Agency (FEMA) has released of preliminary updated coastal Flood Insurance Rate maps (FI RMs) for Palm Beach County. Explanation of Request: On December 20th FEMA released preliminary coastal Flood Insurance Rate maps (FI RMs) for Palm Beach County. Also, FEMA has scheduled informational meetings: Consultation Coordination Officer (CCO) meeting - Tuesday, February 4, 2020 (10:00 AM — 12:00 PM) Public Open House Meeting 1 - Tuesday, February 4, 2020 (4:00 PM —7:00 PM) Public Open House Meeting 2- Wednesday, February 5, 2020 (9:00 AM — 12:00 PM) The meetings will be held at: Mary V. McDonald Wilson Center 1505 North Australian Avenue West Palm Beach, Florida 33401. The final release of the coastal FIRMs will occur after the Public Open House meetings and other formal FEMA processes are completed. The formal adoption process includes: Preliminary Maps issued - December 20, 2019 Consultation and Coordination Officer Meeting and Public Open Houses— February 4-5, 2020 90-day appeal and comment period - Federal Register publishing Resolution of appeals and finalize Map products 6-month compliance period Effective Maps Palm Beach County will be conducting a comprehensive review and evaluation of the coastal flood maps as well as the underlying data and assumptions utilized to develop the maps. The City will coordinate with the County and will assess the County's Consultant review report and recommendations. The preliminary Maps are posted in the City Webpage. How will this affect city programs or services? The new coastal maps are increasing the elevation and extent of the current Flood Hazard Area (areas with a 1% and 0.2 % annual chance of flood hazard, also known as the 100-year and 500-year flood). In Boynton Beach, areas east of Federal Highway will increase up to 3-ft. i.e., refer to Panel 0791 —to the west of the inlet along the coastal areas of the City. Proposed Zone AE (EL 10 ft.) currently EL 7 ft. Page 11 of 1406 Fiscal Impact: There is no fiscal impact to the City at this time. Alternatives: Strategic Plan: Strategic Plan Application: Climate Action: Climate Action Discussion: Is this a grant? Grant Amount: ATTACHMENTS: Type Description D Drawings FEMA Panel Key Map D Letter F E MA transmittal letter Page 12 of 1406 Hypoluxo Rd 12099GO778G 120990779 I 0209073 , OI > Y in o° 3 w t ,I d d •ai I' GO> m 1 X Miner.Rd--`---- -- II N---Miner Rd vi 'I Z , 1 I II , -- E Gateway_elvd--] Gateway-Blvd 120• 0,7.86G-- —W Gatei ayBlvd-- 2099 07 7 I\ 12 791 , 3 # I 2 I i , i LL !' Z / a' I N --------6'�---OI_d.Boynton•Rd --o-- - ' Z --_—_—_—�—_—_ W-Boynton•Beach•Blvd--/- 3 E•Ocean-Ave—•Ocean•Avel S ' � N , JI co V Cn I' N 1 U? 12099CO788G- > 109076 ---- --Qy------�- -_ I� 120990079 —W.�W Woolbright1Rd•---- - a 0 ` j SE-23rd Ave 0 O —Golf-Rd----------- I__SW-23rd•Ave-- /__,I v Z. LL I ,ii j i iy, 0 12990976 109077 120990991 m _ LEGEND ' FIRMIPANEL&NUMBER CITY BOUNDARY 12099CO978G 12099CO979G 12090963 Owens PALM BEACH COUNTY FEMA COASTAL STUDY MaDate:J n ary7th, 020 C�ate..lanuary7th,242 PRELIMINARY MAPS ISSUED ©EcEMB ER 20TIH, 2Q 19 CITY OF BOYNTON BEACH PANEL KEW*bVP1406 e U.S.Department of Homeland Security Region Iii 3003 Chamblee'Tucker Road Atlanta,GA 30341 FEMA x. December 20, 2019 Prelim-EAP Ms. Lori LaVerriere Community Name: City of Boynton Beach, City Manager, City of Boynton Beach Palm Beach County, 3301 Quantum Boulevard, Suite 101 Florida Boynton Beach,Florida 33426 Community No.: 120196 Dear Ms. LaVerriere: We are pleased to present your community with Preliminary copies of the Flood Insurance Rate Map (FIRM) and Flood Insurance Study(FIS) report for Palm Beach County,Florida and Incorporated Areas for your review and comment. The enclosed FIS report for Palm Beach County describes the flood hazard information updates made to the FIRM and FIS report and the source information used in making the updates. We have revised only those FIRM panels with updated flood hazard information. We are sending the Preliminary copies at this time to give your community an opportunity to review them. Additionally, in an effort to assist you in circulating the information, Federal Emergency Management Agency (FEMA) has posted digital copies of the revised FIRM and FIS report material and supporting database on the following page of the Map Service Center: https://www.fema.gov/preliminaryfloodhazarddata. We will contact you shortly to schedule a formal Consultation Coordination Officer (CCO) meeting to discuss the revised flood hazard information, ordinance adoption, and other frequently asked questions and concerns. In the meantime, we encourage you to circulate the enclosed copies as widely as possible among elected officials, staff, and other individuals or organizations in the community that would have an interest in the FIRM and FIS report so that they will have the opportunity to review them thoroughly before the formal community coordination meeting. The review period provides community officials and citizens in the affected communities with an opportunity to identify changes or corrections to non-technical information, such as corporate limits, road names, and stream names on the FIRM or in the FIS report. Comments may be sent to: Mapping Partner c/o Michael Taylor AECOM 1360 Peachtree Street Northeast, Suite 500 Atlanta, Georgia 30309 www.fema.gov Page 14 of 1406 Please submit comments (digital format such as shapefiles preferred) no later than 30 days from the date of this letter. All comments and changes received during this review period will be incorporated, as appropriate, before the FIRM and FIS report become effective. To assist your community in maintaining the FIRM, we have enclosed a Summary of Map Actions (SOMA)to document previous Letters of Map Change (LOMCs) (i.e.,Letters of Map Amendment [LOMAs], Letters of Map Revision [LOMRs])that will be superseded when the FIRM becomes effective. Information on LOMCs is presented in the following four categories: (1)LOMCs for which results have been included on the FIRM; (2) LOMCs for which results could not be shown on the FIRM because of scale limitations or because the LOMC issued had determined that the lots or structures involved were outside the Special Flood Hazard Areas (SFHA) as shown on the FIRM; (3)LOMCs for which results have not been included on the FIRM because the flood hazard information on which the original determinations were based is being superseded by new flood hazard information; and (4) LOMCs issued for multiple lots or structures where the determination for one or more of the lots or structures cannot be revalidated through an administrative process like the LOMCs in Category 2 above. LOMCs in Category 2 will be revalidated through a single letter that reaffirms the validity of a previously issued LOMC;the letter will be sent to your community shortly before the effective date of the FIRM and will become effective one day after the FIRM becomes effective. For the LOMCs listed in Category 4, we will review the data previously submitted for the LOMA or LOMR request and issue a new determination for the affected properties after the FIRM becomes effective upon request. Your community should be aware that recently approved LOMCs, specifically LOMRs, may have been issued for your community. The LOMR process is dynamic and FEMA is reviewing LOMR applications regularly. To complete production of the Preliminary FIRMS which includes incorporating the effects of"mappable" LOMRs issued since the last map effective date, a specific cutoff was established. FEMA will address any approved LOMRs issued after the cutoff date when the final SOMA is distributed. If your community has concerns regarding a specific case,please submit the LOMR case number, as well as any appropriate documentation, to our FEMA Regional Office at 3003 Chamblee-Tucker Road, Atlanta, Georgia 30341 before the end of the comment or appeal periods discussed below to assist us in keeping the map up to date. After the CCO Meeting, we will initiate a statutory 90-day appeal period for certain communities within Palm Beach County. A statutory 90-day appeal period is required when FEMA adds or modifies Base (1-percent-annual-chance)Flood Elevations,base flood depths, SFHAs, flood zone designations, or regulatory floodways within a community, as shown on the Preliminary FIRM. If your community is identified as requiring an appeal period,we will send you a letter approximately 2 weeks before the start of the 90-day appeal period to detail the appeal process. The letter will forward information regarding notifications to be published in the Federal Register and local newspaper(s) and will provide the first and second publication dates. The appeal period will start on the second newspaper publication date. Additional information concerning the 90-day appeal period will be provided during the CCO Meeting. 2 Page 15 of 1406 After the review and appeal periods have ended and we have addressed all comments/appeals, we will initiate final preparation of the FIRM and FIS report. The new FIRM and FIS report for your community will become effective approximately 7 to 10 months later. Before the effective date,you will be notified in writing of the official FIRM and FIS report effective date and asked to adopt floodplain ordinances or modify existing ordinances as necessary that correspond with the new FIRM or FIS report. If you or other community officials have any questions regarding floodplain ordinances,you may raise them with our FEMA Regional Office or you may discuss those issues with your State National Flood Insurance Program (NFIP) Coordinator. Several months before the effective date,we will mail one set of printed copies of the finalized FIRM and FIS report and digital copies of the map and report products. Your community's comments on the Preliminary FIRM panels and FIS report are an important part of our review process, and we will consider them carefully before we publish the FIRM and FIS report in their final form. If you have any questions regarding the Preliminary copies of the FIRM and FIS report, please contact the Mitigation Division of FEMA in Region IV at 770-220- 5406 and ask for the Regional Project Officer assigned to your community, for assistance. If you have general questions about mapping issues,please call our FEMA Map Information eXchange (FMIX),toll free, at(877) 336-2627 (877-FEMA MAP) or e-mail our FMIX staff at FEMAMapSpecialist@riskmapcds.com. Sincerely, Kristen M. Martinenza, P.E., CFM, Chief Risk Analysis Branch FEMA Region IV e ici.osur s: Preliminary FIS Report Preliminary FIRMS Preliminary SOMA cc: Steve Martin, State NFIP Coordinator Shane Kittendorf,;Building Official.City of Boynton Beach The Honorable Steven B. Grant,Mayor, City of Boynton Beach 3 Page 16 of 1406 3.D. ANNOUNCEMENTS, COMMUNITYAND SPECIAL EVENTS AND PRESENTATIONS 1/21/2020 City of Boynton Beach Agenda Item Request Form Commission Meeting Date: 1/21/2020 Requested Action by Commission: Present an update concerning the Town Square project. Colin Groff, Assistant City Manager, Mark Hefferin, E21- Real Estate Solutions and John Markey, J KM Developers will present. Explanation of Request: How will this affect city programs or services? Fiscal Impact: Alternatives: Strategic Plan: Strategic Plan Application: Climate Action: Climate Action Discussion: Is this a grant? Grant Amount: Page 17 of 1406 5.A. ADMINISTRATIVE 1/21/2020 City of Boynton Beach Agenda Item Request Form Commission Meeting Date: 1/21/2020 Requested Action by Commission: Approve the request of Mayor Grant to distribute $200 of his Community Support Funds to Suits For Seniors, Inc. Explanation of Request: Mayor Grant requests to distribute $200.00 of his Community Support Funds to Suits For Seniors, Inc. Suits For Seniors helps people discover value in themselves by suiting them for success and empowering them with critical skills that helps them take charge of their future. The funding will be used towards purchasing a business suit for a high school senior participating in this program. How will this affect city programs or services? N/A Fiscal Impact: Budgeted Community Support Funds of$2,000 for each Commission member were approved in the Fiscal Year 2020 budget. Alternatives: Strategic Plan: Strategic Plan Application: Climate Action: Climate Action Discussion: Is this a grant? Grant Amount: ATTACHMENTS: Type Description D Attachment Community Support Funds Request Form Page 18 of 1406 RIS-055 EXHIBIT "Ago COMMUNITY SUPPORT FUNDS REQUESTFORM Part I - Summary of Request(to be completed by CityClerk) Date of Request: I f7A?jrAAA Requested byMayor/Commissioner: wow 9JL6�-A, eCrml, - Amount Requested: Recipient/Payee: ® ��g Des rip on of project, program, or activi to c , i 1 i e t Ra a k 4 YludlS n + 8 Part i1 -Availability of funds The annual appropriation of funds available to the requesting Member of the Commission listed above i ". The balanceof funds available for the requesting Member of the Commission is Accordingly: ff---ihere are funds available as requested Ei There are insufficient funds available as requested Dated: 1J?J2j22,e2 By. s � Clerk Part III-Eligibility EV l tl Public funds will not be used to improve private property unless there is a clear public need, purpose and benefit The recipient/payee provides services within the City The public purpose is beneficial to the en 'e, b uch donation Dated:, Requ9tingr of the CityCommission S:\CC\WPXCOMMUNITY INVESTMENT FUN QS\Community_Support_Funs_Policy.2015.doc Page 19 of 1406 5.B. ADMINISTRATIVE 1/21/2020 City of Boynton Beach Agenda Item Request Form Commission Meeting Date: 1/21/2020 Requested Action by Commission: Appoint eligible members of the community to serve in vacant positions on City Advisory Boards. Explanation of Request: The attached list contains the names of those who have applied for vacancies on the various Advisory Boards. A list of vacancies is provided with the designated Commission members having responsibility for the appointment to fill each vacancy. How will this affect city programs or services? Appointments are necessary to keep our Advisory Boards full and operating as effectively as possible. Fiscal Impact: Non-budgeted Non-budgeted. None. Alternatives: Allow vacancies to remain unfilled. Strategic Plan: Building Wealth in the Community Strategic Plan Application: Climate Action: No Climate Action Discussion: Is this a grant? No Grant Amount: Page 20 of 1406 ATTACHMENTS: Type Description D Addendum Appointments and Applicants for January 21, 2020 D Addendum Bionta, Marsha D Addendum Gadson, Chevette D Addendum Hay, Woodrow D Addendum Heitz, Diana D Addendum Kelley, Michael D Addendum Thomas, Aquannette D Addendum Wright, Bernard Page 21 of 1406 Appointments and Applicants for January 21, 2020 Building Board of Adjustments and Appeals IV Penserga Alt 2 yr term to 12/20 (Tabled 2) Mayor Grant Alt 2 yr term to 12/21 (Tabled 2) I Katz Reg 2 yr term to 12/21 II McCray Reg 2 yr term to 12/21 Applicants: None Community Redevelopment Agency Advisory Board II McCray Reg 2 yr term to 12/21 Applicants: Woodrow Hay Aquannette Thomas Bernard Wright Education and Youth Advisory Board IV Penserga Reg 2 yr term to 12/21 (Tabled 3) Mayor Grant STU 2 yr term to 12/21 (Tabled 2) I Katz STU NV 2 yr term to 12/21 Applicants: Chevette Gadson (Requesting move up from Alternate to Regular) Diana Heitz (Eligible for appointment as a Regular or Alternate, if available) Historic Resources Preservation Board IV Penserga Alt 2 yr term to 12/21 (Tabled 3) Mayor Grant Alt 2 yr term to 12/20 I Katz Reg 2 yr term to 12/21 II McCray Reg 2 yr term to 12/21 Applicants: None Page 22 of 1406 Library Board II McCray Reg 2 yr term to 12/21 III Romelus Reg 2 yr term to 12/21 IV Penserga Reg 2 yr term to 12/20 Mayor Grant Alt 2 yr term to 12/21 1 Katz Alt 2 yr term to 12/20 Applicants: None Police Retirement Trust Fund 11 McCray Reg 4 yr term to 12/22 Applicants: Michael Kelley Recreation and Parks Board III Romelus Reg 2 yr term to 12/21 Applicants: Marsha Bionta Senior Advisory Board 11 McCray Reg 2 yr term to 12/20 (Tabled 2) III Romelus Reg 2 yr term to 12/21 IV Penserga Alt 2 yr term to 12/21 Applicants: None Page 23 of 1406 Ellis, Sha la From: workppl <noreply@123formbuilder.io> Sent: Tuesday, May 21, 2019 10:51 AM To: City Clerk Subject: Advisory Board Appointment application Today's date 05/21/2019 Name Marsha Bionta Gender Female Phone number 561-810-9924 Address 8276 Bermuda Sound Way Boynton Beach FL 33436 United States Email workppl@aol.com Current occupation or, if retired retired,prior occupation Education B.S. Are you a registered voter? Yes Do you reside within the Yes Boynton Beach City limits? Do you own/manage a business within City limits? No If"yes",name of business: Are you currently serving No on a City board? P Have you served on a City yes s board in the past? If"yes",which board(s) Senior Advisory Board and when? Have you ever been No convicted of a crime? If"yes",when and where? Advisory Board Recreation & Parks Board Personal Qualifications Attn: Wally Professional Memberships Feel free to attach/upload an extra sheet or resume. i e Page 24 of 1406 Certification I, the applicant, hereby certify that the statements and answers provided herein are true and accurate. I understand that, if appointed, any false statements may be cause for removal from a board. The message has been sent from 73.139.196.86(United States)at 2019-05-2109:50:35 on Chrome 74.0.372.9.157 Entry ID:338 Referrer: https://www.bovnton-beach.QrEq ards-and-committees Form Host:b.ttLIs://www.123formbuilder.copVform 5832 Advisory-Board Appo ntmenty A ��lication 2 Page 25 of 1406 Cher -Guberman, Catherine From: CHEVETTE GADSON <CMGadson4@aol.com> Sent: Tuesday,January 14, 2020 5:55 PM To: City Clerk Cc: Cherry-Guberman, Catherine Subject: Important- Education and Youth Advisory Board request Good afternoon, I have been notified that I have been reappointed as an Alternate member to the Education and Youth Advisory Board. Please accept this communication as an indication of my interest and official request to be moved back up to a Regular member position. If there is anything else needed to expedite this process, please do not hesitate to contact me. Thank you for your attention in this matter. Chevette Gadson CMGadson4( aol.com Page 26 of 1406 r, CITY OF BOYNTON BEACH ADVISORY BOARD APPOINTMENT APPLICATION Thank you for your interest in serving on a City advisory board and for taking the time to fill out this form. Please print or type all answers clearly. If interest is expressed in appointment to more than one board, selections must be prioritized. If instructions are not followed or the application is not filled out in its entirety, the form will be returned for clarification. Name Gender: Telephone # -70 Address . � Zip Code 33 Other , E-mail Address: Phone: Current occupation or prior occupation: Education Are you a registered voter? Yes No Do you reside within the Boynton Beach City limits? Yes No Do you own/manage a business within the City limits: Yes No If"yes", name of business Are you currently serving on a City board? Yes No Have you served on a City board in the past? Yes No If so, which board(s) and when? -17 2 007 Have you ever been convicted of a crime? If so, when a Where_ Please indicate which advisory board you are seeking appointment. For board listing, requirements, responsibilities and meeting times and dates, see pages 3 and 4 attached. Arts Commission Library Board Building Board of Adjustment&Appeals Planning & Development Board Community Redevelopment Advisory Board Police Officers'Retirement Trust Fund Education and Youth Advisory Board Recreation &Parks Board Employees' Pension Board Senior Advisory Board Firefighters' Pension Trust Fund Golf Course Advisory Committee Historic Resources Preservation Board C:\Users\ElllsS\Desktop\Master Form-Talent Bank Form-REVISED 11-9-16.doc Page 27 of 1406 What personal qualifications do you possess (i.e., profession, previous experience, branch of military service or organization) which you feel would make you a good candidate for this board? Please be specific. Please list any professional memberships: Feel free to attach an extra sheet or resume. Return the completed form to the City Clerk's Office, 100 East Boynton Beach Boulevard, City Hall. Mailing address: P. O. Box 310, Boynton Beach, FL 33425-0310. It will be placed in the City's Talent Bank, a file to which Commissioners may turn for candidates when board openings occur. I hereby certify that the statements and answers provided herein are true and accurate. I understand that, if appointed, any false statements may be cause for removal from a board. Signature: Date: CAUsers\EIIisS\Desktop\Master Form-Talent Bank Form-REVISED 11-9-16.doc Page 28 of 1406 Cherr -Guberman, Catherine From: diana.heitz <noreply@123formbuilder.io> Sent: Wednesday,January 08, 2020 4:51 PM To: City Clerk Subject: Advisory Board Appointment application Today's date 01/08/2020 Name Diana Heitz Phone number Address 724 Shore drive Boynton Beach FL 33435 Reserved Email diana.heitz@palmbeachschools.org Current occupation or, if School Counselor retired,prior occupation Education Masters in Education Are you a registered voter? Yes Do you reside within the Yes Boynton Beach City limits? Do you own/manage a business No within City limits? If"yes",name of business: Are you currently serving on a No City board? Have you served on a City NO board in the past? If"yes",which board(s)and when? Have you ever been convicted No of a crime? If"yes",when and where? Advisory Board Education and Youth Advisory Board Personal Qualifications I am currently a school counselor in Boynton Beach. I work with children in an educational setting.This is my 3rd year as a school counselor. I am passionate about ensuring student needs are met in our community. I have started several extracurricular clubs for the students at our school including student government and a step team. I would like to get more involved with the educational community in a larger context. I believe that serving on this board would help me understand the needs of students throughout our community and work to create ways to meet those needs. Page 29 of 1406 Thank you for your consideration. Professional Memberships American School Counselor Association Florida School Counselor Association Palm Beach School Counselor Association Feel free to attach/upload an extra sheet or resume. Certification I,the applicant, hereby certify that the statements and answers provided herein are true and accurate. I understand that, if appointed,any false statements may be cause for removal from a board. The message has been sent from 10.38.8.245(Reserved)at 2020-01-08 16:50:37 on Chrome 78.0.3904.108 Entry ID:370 Referrer:htttq ltbo nton:beach of b a.rds-and-committees Form Host:https: www.123formbuiIder.com/form-583214]Advisory-Board-Al)pointment A�aplicatlon 2 Page 30 of 1406 Cher -Guberman, Catherine From: m.k709 <noreply@123formbuilder.io> 09 Sent: Friday,January 03, 2020 3:59 PM ° _ Psi ` `' To: City Clerk Subject: Advisory Board Appointment application Today's date 01/03/2020 Name Michael Kelley Phone number Address exempt from disclosure FSS119) Baynton a- Florid United States Email Current occupation or,if Police Captain(City of Boynton Beach) retired,prior occupation Education HS Are you a registered voter? Yes Do you reside within the Yes Boynton Beach City limits? Do you own/manage a businessNowithin City limits? If"yes",name of business: Are you currently serving on a No City board? Have you served on a City No board in the past? If"yes",which board(s)and when? Have you ever been convicted No of a crime? If"yes",when and where? Advisory Board Police Officers' Retirement Personal Qualifications 21 years of law enforcement experience.This includes but is not limited to experience in all areas of law enforcement operations.Increasing levels of responsibility throughout those years as Officer,Tactical Officer,Detective/Investigator, Patrol Sergeant,Traffic Sergeant,Professional Standards Sergeant,Patrol Captain(Traffic,K9 and Marine commander), Intelligence Captain,(Records, information Technology, Communications). Training and Recruitment Captain. 1 Page 31 of 1406 8 years of military service(Honorable Discharge)United States Marine Corps)over 7 years of increasing responsibility which included combat operations against enemy combatants. Professional Memberships Fraternal Order of Police membership 21 years.with increasing levels of responsibility. State Trustee Assistant District Director Vice Chairman Florida State Legislative Committee District Director IV(Palm Beach,Martin,St.Lucie and Okeechobee Counties) 2019-2020 Legislative Chairman State of Florida Fraternal Order of Police-responsible for all legislative operations for Florida FOP Feel free to attach/upload an extra sheet or resume. Certification I,the applicant,hereby certify that the statements and answers provided herein are true and accurate. I understand that,if appointed,any false statements may be cause for removal from a board. The message has been sent from 166.166.45.15(United States)at 2020-01-03 15:58:38 on Internet Explorer 11.0 Entry ID:369 Referrer:https:r'jwww.bonton-beach.or .boards-and-committees Form Host:https:/ www.123formbuilder.com(form-583214/Advisory-Board-Ai)Dointment-Application 2 Page 32 of 1406 Cherry-Guberman, Catherine From: City Clerk Sent: Thursday, January 16, 2020 5:00 PM To: Cherry-Guberman, Catherine Subject: FW: Advisory Board Appointment application From: aqua nnette.thomas<noreply@123formbuilder.io> Sent:Thursday,January 16, 2020 4:28 PM To: City Clerk<CityClerk@bbfl.us> Subject:Advisory Board Appointment application Today's date 01/16/2020 Name Aquannette Thomas Phone number 561-707-7210 Address 426 live oak lane Boynton Beach FL 33436 United States Email aguannette.thomas@gmail.com Current occupation or, if AVP, Banking Center Manager retired, prior occupation Education Bachelors Degree (Healthcare Management) and Masters Degree (Public Administration, with an emphasis in Policy and Government)ch ST Are you a registered voter? Yes Do you reside within the Yes Boynton Beach City limits? Do you own/manage a No business within City limits? If"yes", name of business: Are you currently serving No on a City board? Have you served on a City No board in the past? If"yes", which board(s) and when? Have you ever been No convicted of a crime? If"yes", when and where? Advisory Board Community Redevelopment Agency Advisory Board i Page 33 of 1406 Personal Qualifications I currently serve as an Assistant Vice President, Banking Center Manager for Seacoast Bank . I apply my knowledge and 20 years in the banking industry to assist clients, as their trusted advisor while promoting financing awareness in our local community and advocating for minority &women owned businesses. In addition, I work closely with Seacoast Bank's CRA Officer to assist with the implementation of the Community Reinvestment Act Compliance Program, to help meet the needs of our communities in Palm Beach County. I hold a Bachelors Degree in Healthcare Management from Palm Beach State College and a Masters Degree in Public Administration with an emphasis in Policy an Government. Professional Memberships Leadership Palm Beach County, Class of 2020. Member, National Coalition of 100 Black Women, WPB Chapter. Compass Pride Business Alliance Boynton Beach Chamber of Commerce Feel free to attach/upload an extra sheet or resume. Certification I, the applicant, hereby certify that the statements and answers provided herein are true and accurate. I understand that, if appointed, any false statements may be cause for removal from a board. The message has been sent from 74.255.249.66(United States) at 2020-01-16 16:27:51 on Internet Explorer 11.0 Entry ID: 373 Referrer: https://www.boynton-beach.org/boards-and-committees Form Host: https://www.123formbuilder.com/form-583214/Advisory-Board-Appointment-Application 2 Page 34 of 1406 CITY OF BOYNTON BEACH (D ADVISORY BOARD APPOINTMENT APPLICATION Thank you for your interest in serving on a City advisory board and for taking the time to fill out this form. Please print or type all answers clearly. If interest is expressed in appointment to more than one board, selections must be prioritized. If instructions are not followed or the application is not filled out in its entirety, the form will be returned for clarification. Name_ 1J�.r N ►` T'` �t I - Gender: Telephone # V -_Zb7 6-7 Address r �� - k< I t� Pd tc 2 c...��- 1 � zip code Other E-mail Address: C'!`-+.s o.P a� r o �,e ' r"�. + -��r� w� phone: Current occupation or prior occupation: .rn a-►r>,w ft-t A, ed\,r v c `ie b CK 4-�a-��,1 1%s0� Education �D L kC Are you a registered voter? s No Do you reside within the Boynton Beach City limits? Yes No Do you own/manage a business within the City limits: ✓ Yes ____ No If"yes", name of business Ne-r+�CJL� ,'e -r�`t C% 5C T Jv Are you currently serving on a City board? Yes t- -No Have you served on a City board in the past? Yes If so, which board(s) and when? Have you ever been convicted of a crime? If so, when emsWhere_ Please indicate which advisory board you are seeking appointment. For board listing, requirements, r: onsb"sties and meeting times and dates, see pages 3 and 4 attached. Arts Commission Library Board c,.3 Building Board of Adjustment&Appeals Planning & Development Boar`d'' �s= Community Redevelopment Advisory Board Police Officers' Retirement Trapt F Education and Youth Advisory Board Recreation &Parks Board o Employees' Pension Board Senior Advisory Board Firefighters'Pension Trust Fund Golf Course Advisory Committee n s Historic Resources Preservation Board C:\Users\EIIisS\Desktop\Master Form-Talent Bank Form-REVISED 11-9-16.doc Page 35 of 1406 What personal qualifications do you possess (i.e., profession, previous experience, branch of military service or organization) which you feel would make you a good candidate for this board? Please be specific. CLQ rvN rv-,N-LX \J A-C, F"' Kj r Gam. U0 LDI 0 -Y: PD Please list any professional memberships: L)&-c L vz-r-:5 x.\- -E4 Feel free to attach an extra sheet or resume. Return the completed form to the City Clerk's Office, 100 East Boynton Beach Boulevard, City Hall. Mailing address: P. O. Box 310, Boynton Beach, FL 33425-0310. It will be placed in the City's Talent Bank, a file to which Commissioners may turn for candidates when board openings occur. I hereby certify that the statements and answers provided herein are true and accurate. I understand that, if appointed, any false statements maybe cause for removal from a board. Signature Date: C:\Users\ElhsS\Desktop\Master Form-Talent Bank Form-REVISED 11-9-16.doc Page 36 of 1406 6.A. Consent Agenda 1/21/2020 City of Boynton Beach Agenda Item Request Form Commission Meeting Date: 1/21/2020 Requested Action by Commission: Proposed Resolution No. R20-005- Approve and authorize the City Manager to sign the Dog Park Maintenance Agreement between the City of Boynton Beach and Boynton Town Center Master Association, Inc. for the perpetual maintenance of the Joseph Crowder Dog Park, subject to final approval of the City Attorney. Explanation of Request: As provided in Cortina PUD Replat Two, the Boynton Town Center Master Association is responsible for the perpetual maintenance of the public dog park within Tract C of the Cortina P.U.D; I n mutual interest of each party, the City and Master Association have negotiated the terms of this Agreement in an effort to assure that the dog park is maintained in a proper manner with the shared responsibilities outlined in the agreement. The agreement further clarifies the enforcement powers the City has and outlines the process to assure that the conditions of the dog park are such that the park is operated and maintained in a manner which does not adversely affect the health, safety and welfare of the public. Staff recommends approval of the agreement subject to final approval of the City Attorney. How will this affect city programs or services? The agreement outlines the required maintenance obligations and standards the City requires the master association to perform at the dog park. Fiscal Impact: Budgeted There is no fiscal impact as part of the agreement to the City. Alternatives: Do not approve the agreement and any future enforcement action will be conducted through the court system. Strategic Plan: Strategic Plan Application: Climate Action: Climate Action Discussion: Is this a grant? Page 37 of 1406 Grant Amount: ATTACHMENTS: Type Description D Resolution Resolution approving the Dog Park Maintenance Agreement D Agreement Dog Park Maintenance Agreement Page 38 of 1406 1 RESOLUTION NO. R20- 2 3 A RESOLUTION OF THE CITY OF BOYNTON BEACH, 4 FLORIDA, APPROVING AND AUTHORIZING THE CITY 5 MANAGER TO SIGN THE DOG PARK MAINTENANCE 6 AGREEMENT BETWEEN THE CITY OF BOYNTON BEACH AND 7 BOYNTON TOWN CENTER MASTER ASSOCIATION, INC., FOR 8 THE PERPETUAL MAINTENANCE OF THE JOSEPH CROWDER 9 DOG PARK SUBJECT TO FINAL APPROVAL OF THE CITY 10 ATTORNEY; AND PROVIDING AN EFFECTIVE DATE. 11 12 WHEREAS, the Boynton Town Center Master Association is responsible, pursuant 13 to the Cortina PUD Replat Two, for the perpetual maintenance of the public dog park within 14 Tract C of the Cortina P.U.D; and 15 WHEREAS, the City and the Master Association have negotiated the terms of this 16 Agreement in an effort to assure that the dog park is maintained in a proper manner with the 17 shared responsibilities outlined in the Agreement; and 18 WHEREAS, staff is recommending approval of the Agreement subject to final 19 approval of the City Attorney; and 20 WHEREAS,the City Commission has determined that it is in the best interests of the 21 residents of the City to approve and authorize the City Manager to sign the Dog Park 22 Maintenance Agreement between the City of Boynton Beach and Boynton Town Center 23 Master Association, Inc., for the perpetual maintenance of the Joseph Crowder Dog Park. 24 NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF 25 THE CITY OF BOYNTON BEACH, FLORIDA, THAT: 26 Section 1. The foregoing "Whereas" clauses are hereby ratified and confirmed as 27 being true and correct and are hereby made a specific part of this Resolution upon adoption 28 hereof. 29 Section 2. The City Commission does hereby approve and authorize the City S:ACA\RESOAAgreements\Dog Pak Mafirtennice Agreement(Crowder Dog Park)-Reso.docx Page 39 of 1406 30 Manager to sign the Dog Park Maintenance Agreement between the City of Boynton Beach 31 and Boynton Town Center Master Association, Inc., for the perpetual maintenance of the 32 Joseph Crowder Dog Park subject to final approval by the City Attorney, a copy of which is 33 attached hereto as Exhibit"A". 34 Section 4. This Resolution shall become effective immediately upon passage. 35 PASSED AND ADOPTED this day of January, 2020. 36 37 CITY OF BOYNTON BEACH, FLORIDA 38 YES NO 39 40 Mayor— Steven B. Grant 41 42 Vice Mayor—Justin Katz 43 44 Commissioner—Mack McCray 45 46 Commissioner—Christina L. Romelus 47 48 Commissioner—Ty Penserga 49 50 VOTE 51 ATTEST: 52 53 54 55 Crystal Gibson, MMC 56 City Clerk 57 58 59 (Corporate Seal) S:ACA\RESOAAgreements\Dog Pak Mafirtennice Agreement(Crowder Dog Park)-Reso.docx Page 40 of 1406 DOG PARK MAINTENANCE AGREEMENT BETWEEN THE CITY OF BOYNTON BEACH AND BOYNTON TOWN CENTER MASTER ASSOCIATION, INC. THIS DOG PARK MAINTENANCE AGREEMENT ("Agreement") is entered into this day of 2020, and is by and between the City of Boynton Beach ("City' and Boynton Town Center Master Association, Inc.,a Florida not-for-profit corporation,organized and existing under the laws of the State of Florida ("ASSOCIATION"). WHEREAS, the ASSOCIATION, as provided in Cortina PUD Replat Two, is responsible for the perpetual maintenance of a public dog park within Tract C of the Cortina P.U.D; and; WHEREAS, the City has enforcement powers to assure that the conditions of the dog park are such that the park is operated and maintained in a manner which does not adversely affect the health, safety and welfare of the public; and WHEREAS, the City has offered to defer code compliance action and the City and ASSOCIATION have reached the terms of this Agreement in an effort to assure that the dog park is maintained in a proper manner with the shared responsibilities hereinafter set forth. NOW, THEREFORE, in consideration of the mutual covenants contained herein, the parties hereby agree as follows: 1. TERM. The 'Term" of this Agreement will be effective as of the Effective Date and will remain in effect for a period of twenty (20) years from February 1, 2020. On February 1, 2040, all obligations of the City as set forth in section 3 below will cease and the maintenance of the dog park shall be the sole responsibility of the ASSOCIATION. 2. THE ASSOCIATION RESPONSIBILITIES: Perpetual Maintenance obligations of the ASSOCIATION shall include but not be limited to: Daily C:AProgram Files(X86)ANeevia.Com\DocconverterproATemp\NVDC\8EA8101C-087A-40D4-80B8-22E362E33303\Boynton Beach.19738.1.Dog Park Maintenance_Agreement0-Town_Center V.2_(00350559xc4b6a).Docx Page 41 of 1406 1. Holes, ruts and uneven surfaces shall be corrected on a daily basis. Material used to fill holes shall be free of rocks and debris. Use suitable top soil for growing sod in areas that require sod replacement. 2. Litter, trash and dog waste bags shall be removed on a daily basis to prevent the spread of infectious pathogens. 3. Dog waste bag dispensers shall be refilled as needed. 4. The entire dog park shall be checked for insects daily (ants, wasps, bees, etc.) 5. Debris shall be blown off the concrete/asphalt pathways and slabs on a daily basis. 6. Chain link fences, walk-in gates and service gates shall be thoroughly inspected one time per week 7. Watering areas shall be cleaned and checked daily for proper function (any chemicals used must be completely rinsed off afterwards) 8. Dog wash area drains shall be cleaned daily to remove hair and other objects 9. Signage shall be kept clean and legible and checked for proper placement Weekly 1. In-depth visual inspections shall be conducted once per week in order to monitor turf conditions and identify turf disease, damaged irrigation heads and inadequate irrigation coverage. 2. All grass areas shall be serviced a minimum of one time per week and maintained at a height of 3 to 4 inches. Not to exceed 6 inches. 3. Edging shall be performed with each mowing along walkways, mulched areas and parking lot. 4. Weed control in all beds and along mulched fence lines is to be done weekly. 5. Check irrigation equipment for leaks, breaks, and malfunction and repair as needed. 6. Inspect all irrigation valves and emission devices to be sure they are functioning properly. 7. Check and maintain irrigation systems for efficient water application reducing overspray and eliminating all runoff from leaving the planted areas. Monthly 1. Trees Limbs and foliage shall be maintained at a minimum height of 10 feet from ground level on mature trees, or within the limits of the canopy for smaller trees over pedestrian walkways and 14 feet over the parking lot and roadways 2. Tree roots shall be pruned (clean cuts only) prior to walkways being damaged. 3. Pressure Clean—Concrete entry to Dog park, water fountain and pad, and gazebo floors shall be pressure cleaned once every two weeks to remove dirt, grime and mud 4. Gate latches & hinges shall be lubricated monthly. C:AProgram Files(X86)ANeevia.Com\DocconverterproATemp\NVDC\8EA8101C-087A-40D4-80B8-22E362E33303\Boynton Beach.19738.1.Dog Park Maintenance_Agreement0-Town_Center V.2_(00350559xc4b6a).Docx Page 42 of 1406 5. The Dog Park area is to be treated for ants, fleas, ticks and (spiders if present) bi-monthly or more frequently if needed for control. A threshold treatment for spiders, fleas, ticks to suppress the population on an as needed basis may be requested. 6. The application will be sprayed on grass, mulch, shrubs and low hanging branches and foliage of trees and palms, when these pests are at high levels and/or in susceptible stages. 7. Chemicals for the treatment of spider, fleas and tick treatments must contain the active ingredient Adulticide Bifenthrin at the minimum percentage level of 7.9% and IGR Pyriproxfen at the minimum percentage level of 1.3% and must be used at the label ratio. 8. This may require the use of an adulticide plus an insect growth regulator. 9. A current copy of the certified pest control applicator is to be on file at all times with the City of Boynton Beach Recreation & Parks Department. 10. All Fertilizer and pesticide applications require a notification as to when these will be applied and a report to be turned in afterwards to the appointed designee. uarterl 1. Grass shall be fertilized four times per year using a slow release fertilizer, following all fertilizer label instructions, by a certified fertilizer applicator. 2. All fertilizer used must be labeled safe for use for sites such as the Dog Park. 3. Mulched areas around gazebos, benches and trees shall be replenished when mulch levels fall below 2 inches. Mulch is to be natural color. Cypress Mulch is not allowed. 4. No mulch within 6 inches of all tree trunks or 3 inches of the base of all plants. As needed 1. Turf shall be replaced as needed to prevent bare areas. When turf is replaced the area needs to be kept off limits for use until the turf is well rooted in. 2. Benches shall be kept clean and in good condition and have no splinter, severe cracks or warps. 3. Unapproved advertisements/flyers posted soliciting business from park patrons shall be removed 4. Garbage cans shall be cleaned and sanitized as needed to kill germs and odors. 3. THE CITY OF BOYNTON BEACH RESPONSIBILITIES: 1. Repair or replacement of asphalt, concrete wheel stops, and concrete curbs in parking lot above and beyond routine maintenance. 2. Repair or replacement of parking lot or walkway lighting above and beyond routine maintenance. C:AProgram Files(X86)ANeevia.Com\DocconverterproATemp\NVDC\8EA8101C-087A-40D4-80B8-22E362E33303\Boynton Beach.19738.1.Dog Park Maintenance_Agreement0-Town_Center V.2_(00350559xc4b6a).Docx Page 43 of 1406 3. Repair or replacement of fencing and/gates above and beyond routine maintenance. 4. Repair or replacement of irrigation lines and/or irrigation pump above and beyond routine maintenance. 5. Repair or replacement of gazebos above and beyond routine maintenance. 6. Repair or replacement of dock above and beyond routine maintenance. 7. Repair or replacement of drainage, water, and sewer infrastructure. 8. Closure of dog park areas (rotation) to perform maintenance must be approved and authorized prior to implementation by Association or its vendors. 4. DISPUTE RESOLUTION. A. Either party shall provide written notice to the other party within ten (10) business days of the occurrence of any claim, dispute or other controversy arising out of or relating to, or in connection with this Agreement (collectively referred to as a "Dispute"). Such notice shall provide a detailed description of the facts surrounding the Dispute in sufficient detail to identify the Dispute, its character and scope, any impact on the party initiating the Dispute, and any attempts by the initiating party to mitigate such impact. The initiating party shall provide to the other party documentation supporting its written notice within twenty (20) days of the initial written notice. Any Dispute not presented to the other party within the time specified herein and not documented within the time specified herein shall be deemed to have been waived. B. Within ten (10) business days of receipt of a notice of dispute, the receiving party shall provide to the disputing party a written response. The parties should meet in an attempt to resolve the dispute prior to proceeding to the next step. If, after meeting, the parties are still unable to resolve the dispute, the parties shall submit themselves to the jurisdiction of the City's Code Compliance Special Magistrate who shall treat the maintenance obligations set forth herein in the same manner as a City Code obligation. The hearing procedure, authority of the Special Magistrate, and enforcement of the Magistrate's Order shall be the same as provided in Chapter 2, Article V of the City's Code of Ordinances and Chapter 162 Florida Statues. S. NOTICES. All notices provided for in this Agreement (other than notices designated for delivery to operating personnel, which shall be made in any manner reasonable under the circumstances), shall be made in writing and delivered in person or by registered or certified mail, return receipt requested, postage prepaid, addressed as follows: To the City: City of Boynton Beach, P.O. Box 310, Boynton Beach, Florida, 33425 C:AProgram Files(X86)ANeevia.Com\DocconverterproATemp\NVDC\8EA8101C-087A-40D4-80B8-22E362E33303\Boynton Beach.19738.1.Dog Park Maintenance_Agreement0-Town_Center V.2_(00350559xc4b6a).Docx Page 44 of 1406 To ASSOCIATION: c/o First Service Residential, 6300 Park of Commerce Blvd., Boca Raton, Florida 33487 Notices shall be effective when received at the address specified above. Changes in the respective addresses to which such notice is directed may be made from time to time by written notice. 6. OTHER PROVISIONS. A. Governing Law and Venue. This Agreement will be governed by and interpreted in accordance with the laws of the State of Florida. The venue of any legal action brought or filed relating to any matter arising under this Agreement will be exclusively in the federal and state courts sitting in Palm Beach County, Florida, having jurisdiction over such legal action. B. Severability. The invalidity, illegality, or unenforceability of any provision of this Agreement, or the occurrence of any event rendering any portion or provision of this Agreement void, will not affect the validity or enforceability of any other portion or provision of the Agreement. Any void provision will be deemed severed from the Agreement, and the balance of the Agreement will be construed and enforced as if the Agreement did not contain the particular portion or provision held to be void. The parties further agree to reform the Agreement to replace any stricken provision with a valid provision that comes as close as possible to the intent of the stricken provision. The provisions of this section will not prevent the entire Agreement from being void should a provision which is of the essence of the Agreement be determined to be void. C. Entire Agreement and Amendments. This Agreement, with all attachments and documents referenced hereto, constitutes the entire Agreement between the parties with respect to the scope of services and terms and conditions described herein and extinguishes and supersedes any and all prior agreements and any and all amendments and prior understandings between the parties with respect to same. Furthermore, there shall be no changes, modifications, or amendments to this Agreement except by written agreement signed by both parties and executed with the same formalities. D. Non-waiver and Remedies. Failure by either party at anytime to require strict performance by the other party of any provisions hereof does not release that party from its obligations under the Agreement and does not affect the right of the party, thereafter, to enforce the same. Each remedy under this Agreement shall be cumulative and in addition to any other remedy provided by law. E. Deferral of Code Compliance Action. So long as the ASSOCIATION complies with its obligations as set forth in Section 2 above, the City will not initiate Code Compliance actions but shall proceed with dispute resolution remedies set forth in Section 4 above. The City's right to proceed with code compliance C:AProgram Files(X86)ANeevia.Com\DocconverterproATemp\NVDC\8EA8101C-087A-40D4-80B8-22E362E33303\Boynton Beach.19738.1.Dog Park Maintenance_Agreement0-Town_Center V.2_(00350559xc4b6a).Docx Page 45 of 1406 action for conditions within the ASSOCIATION not otherwise addressed in this Agreement is not limited or waived. F. City's Right to Remedy Unsafe Conditions:The City shall have the right to take corrective action to remedy and unsafe or unsanitary conditions provided the City shall provide the ASSOCIATION with 24 hours' notice that the ASSOCIATION shall remedy the condition. If the ASSOCIATION fails to remedy the unsafe or unsanitary condition within the 24 hours, City may take corrective action to remedy the problem and the City's cost of such remedial action shall be billed to and paid by the ASSOCIATION within 45 days. G. Section Headings. Section and subsection headings appearing in the Agreement are inserted for convenience of reference only and will not be construed as interpretation of text. H. Incorporation of Recitals and Appendices. The recitals, any appendices to the Agreement, and applicable federal, state and local laws, rules and regulations at the time of the Agreement's adoption, are incorporated into and constitute part of this Agreement. I. Preparation of Agreement. Both parties acknowledge that they have had meaningful input into the terms and conditions contained in this Agreement; therefore, any doubtful or ambiguous provisions contained herein shall not be construed against the party who physically prepared this Agreement. J. Execution in Counterparts. This instrument may be executed in any number of counterparts, each of which, when executed and delivered, constitutes an original, and such counterparts together constitute one and the same instrument. Signature and acknowledgment pages, if any, may be detached from the counterparts and attached to a single copy of this document to physically form one document. K. Warranties. Each party represents and warrants that it is authorized to enter into this Agreement for the Service and to permit the System to be installed at the Facility, and that it has secured all necessary approvals for such action. L. Public Records and Sunshine Law. This Agreement and any related documents are considered public records under the "Public Records Law," Chapter 119, Florida Statutes, unless specifically exempted by law. ASSOCIATION agrees to cooperate and comply with any request made for production of Public Records. Any meetings involving two or more members of the City at which official acts are to be taken are considered public meetings under the Florida "Government in the Sunshine Law," as contained in Chapter 286, Florida Statutes. C:AProgram Files(X86)ANeevia.Com\DocconverterproATemp\NVDC\8EA8101C-087A-40D4-80B8-22E362E33303\Boynton Beach.19738.1.Dog Park Maintenance_Agreement0-Town_Center V.2_(00350559xc4b6a).Docx Page 46 of 1406 IN WITNESS WHEREOF, the parties hereto have caused this Agreement to be executed by their duly authorized representatives on the day and year first written above. BOYNTON TOWN CENTER MASTER ASSOCIATION, INC. By: William Horowitz, President Approved by the Board of Directors on the day of , 2020. CITY OF BOYNTON BEACH, FLORIDA By Lori LaVerriere City Manager Approved by Resolution of the City Commission of the City of Boynton Beach. Form Approved: City Attorney By James A. Cherof, City Attorney Attest: Crystal Gibson, MMC City Clerk C:AProgram Files(X86)ANeevia.Com\DocconverterproATemp\NVDC\8EA8101C-087A-40D4-80B8-22E362E33303\Boynton Beach.19738.1.Dog Park Maintenance_Agreement0-Town_Center V.2_(00350559xc4b6a).Docx Page 47 of 1406 6.B. Consent Agenda 1/21/2020 City of Boynton Beach Agenda Item Request Form Commission Meeting Date: 1/21/2020 Requested Action by Commission: Piggy-back the State of Florida Alternate Contract#43211500-W SCA- 15-ACS for the purchase of Dell workstations, Monitors, and accessories from Dell Marketing LP of Round Rock, TX in an amount not to exceed $65,000. The Florida Alternate Contract procurement process satisfies the City's competitive bid requirements. Explanation of Request: Contract Period: September 30, 2015—March 31, 2020 The I.T.S. department has engaged in a computer replacement program over numerous years, to provide our employees with computing technology adequate to run the software needed to perform their job functions. Maintenance on older equipment has proven to be extremely costly from a financial perspective. This purchase provides for the replacement of computers that are a minimum of 4 years and older or no longer meet the minimum technical requirements for the workload. Our oldest computers are not necessarily replaced with the new computers; Users that require high-end computing power to perform their job functions will receive the newer systems. Their previous systems will be taken back to the I.T.S. department to be refreshed. Those previously used systems are given to users needing less-powerful systems than the new systems, but more efficient than their old systems. The cascading process of this PC replacement plan continues until we are eventually left with the oldest systems. The oldest systems are used for spare parts or are ultimately retired. The State of Florida contract complies with the City of Boynton Beach's competitive bid requirements. How will this affect city programs or services? We will be replacing out-of-date employee computer equipment that is marginally capable of running the city's current software products. Many enterprise applications such as GIS, Video Surveillance, and Document Imaging require higher end PC's. The up-to- date PC's will increase efficiency in internal business operations by providing an appropriate hardware/ software combination. Fiscal Impact: Budgeted Funding was approved and is available in the Cl P budget for fiscal year 2019/20 under account number 303- 4101-580.64-15 for an amount not to exceed $65,000. Alternatives: The City could issue its own bid request. Staff does not believe that a City bid process would result in a substantially less cost per computer/monitor. Strategic Plan: Page 48 of 1406 Strategic Plan Application: Climate Action: Climate Action Discussion: Is this a grant? Grant Amount: ATTACHMENTS: Type Description D Quotes Dell Quote D Agreement Dell Marketing Master Agreement D Other W SCA Agreement®Additional Information D Amendment WSCA Master Agreement Page 49 of 1406 Brandenburg, Barry From: Dell (please do not reply) <automated_email@dell.com> on behalf of Dell Inc. <dell_automated_emaiI@dell.com> Sent: Monday, December 30, 2019 3:42 PM To: Brandenburg, Barry Subject: Dell Computer- Saved Quote Information -1000489006667 An eQuote is now saved in your Dell Online Store. This will be held for 30 days and will expire on 01/29/2020 Your eQuote has been sent Emailed to: brandenburgb@bbfl.us brandenburgb@bbft.us brandenburgb@bbft.us To retrieve this eQuote Login to Premier Sign in to City of Boynton Beach NASPO ValuePoint 43211500-WSCA-15-ACS / WN08AGW Click on "Quotes" in the top menu bar and search for eQuote number 1000489006667 eQuote Name Computer roll out 2020 - 64,994.37 Saved By brandenburgb@bbfl.us eQuote Description Authorized Buyer Barry Brandenburg Notes/Comments Account Name City of Boynton Beach NASPO ValuePoint 43211500- WSCA-15-ACS / WN08AGW Contract Code 0000000010853 Shipping Info Bitting Info Barry Brandenburg PAYABLE ACCOUNTS 3301 Quantum Blvd., Suite 101 P O BOX 310 Boynton Beach, FIL 33426 100 E BOYNTON BEACH BLVD (561) 742-6872 BOYNTON BEACH, FIL 33425-0310 eQuote Summary Description Quantity Unit Price Subtotal tilx 5060 SIFF 7 $667.53 $52,734.87 Dell 23 Monitor- P2319H 4 $168.99 $7,604.55 Page 50 of 1406 NVIDIA Quadro P620 - Graphics card - Quadro P620 - 2 GB GDDR5 - PCIe 3.0 x16 low 19 $159.09 $3,022.71 profile - 4 x Mini DisplayPort - Retail Belkin 1 Oft HDMI Cable, M/M - H MI HDMI cable - HDMI (M) to HDMI 24 $10.31 $247.44 (M) - 10 ft- black- B2B Belkin 6ft HDMI Cable, M/M- H MI HDMI cable - HDMI (M) to HDMI 71 $9.45 $670.95 (M) - 6 ft - black- B2B Dell Wireless Keyboard Et Mouse 15 $34.99 $524.85 - KM636 Standard Mouse Pad - Blue 20 $9.45 $189.00 eQuote Subtotal $64,994.37 Shipping* $0.00 Shipping Discount* $0.00 Tax* $0.00 Environmental Disposal Fee* $0.00 eQuote Total* $64,994.37 `The eQuote total, including applicable taxes and additional fees, -nay be viewable online. Note:Your order may contain one or more items which are billed on a recurring basis. See Important Notes for details on your specific offering and, for customers with auto-renewing subscriptions, how to turn off automatic renewal. eQuote Detaits Description Quantity Price xctoo506Osffusr I OptiPlex 5060 SFF 79 $105,470.53 Premier Discount $52,735.66 2 Page 51 of 1406 (Unit Price after discount: $667.53 ea.) $52,734.87 Module Description Product Sku I Code OptiPlex 5060 SFF OptiPlex 5060 SFF XCTO GYD92RF [210-AOTX] 1 Processor Intel Core'i7-8700(6 Cores/12MB/1 2T/up to GVT4H1R [338-BNZW] 146 4.6GHz/65W); supports Windows 10/Linux Operating System Ubuntu Linux 16.04 G3E9WNP [605-BBNH] 11 Windows Autopilot No Windows Autopilot GYEO2AP [340-CKSZ] 291 Microsoft Office No Productivity Software GEKHBUQ [630-AAPK] 1002 Memory 16GB 1x16GB DDR4 2666MHz UDIMM Non-ECC GDW35UQ [370-AEBF] 3 Additional Hard No Additional Hard Drive G780XKR [401-AANH] 637 Drive Video Card Intel®Integrated Graphics GZQDA24 [490-BBFG] 6 Hard Drive 2.5 500GB 7200RPM BATA Hard Disk Drive G516WE8 [400-AEFT] 8 CD ROM/DVD ROM 8x DVD+/-RW 9.5mm Optical Disk Drive GTRXESA [325-BCXP] 16 [429-ABFH] Additional Storage Devices-Media No Media Card Reader Selected GW2K1 D6 [379-BBHM] 10 Reader Wireless No Wireless LAN Card GE7Y41P [555-BBFG] 19 Driver No Wireless Driver GQMKF4C [340-AFMQ] 7 PCI Card No Parallel or Serial Port GVEYOQ7 [492-BBFF] 698 Chassis Options OptiPlex 5060 Small Form Factor with 200W up to 92% G01 HP7L [329-BDRJ] 116 efficient Power Supply(80Plus Platinum) Keyboard Dell Multimedia English Keyboard -KB216 GZDPBC1 [580-ADJC] 4 Mouse Dell MS116 Wired Mouse GWJIAF2 [275-BBBW] 12 Back Covers No Cable Cover GDT2C7Z [325-BCZQ] 376 Cables and Dongles No Additional Cable GIX01_8M [379-BBCY] 592 External Speakers No External Speaker GTNM7E2 [817-BBBC] 200095 Stands and Mounts No Integrated Stand option GJO5ZSE [575-6661] 558 Non-Microsoft No Additional Operating System Software G79HOJL [640-BBJD] 1003 Application Software [658-BDVO] Operating System Recovery Options OS-Windows Media Not Included GLA9OQ1 [620-AALW] 200013 ENERGY STAR ENERGY STAR Qualified G6J34SM [387-BBLW] 122 FGA Module No FGA NOFGA [817-6666] 572 Chassis Intrusion Chassis Intrusion Switch GA6RJ41 [461-AAEE] 289 Switch Hard Drive Cables 2.5 Inch HDD Caddy for SFF GEZA4RC [575-BBRV] 705 and Brackets Security Software No Security Software NOSS [650-AAAM] 1014 Optical Software PowerDVD Software not included G15LS2C [632-BBBJ] 597 TPM Security Trusted Platform Module(Discrete TPM Enabled) GJMDKT6 [329-BBJL] 297 Power Cord System Power Cord (US) GA5894N [450-AAOJ] 20 Hard Drive Software NO INTEL RESPONSIVE GHBDSLC [551-BBBJ] 707 Processor Branding Intel®Core"i7 Processor Label GS3FTV1_ [389-CGBC] 749 UPC Label No UPC Label GBWGTYN [389-BCGW] 292 Documentation/Disks Safety, Environmental, and Regulatory Information G7RBOGY [340-AGIK] 21 (English/French/Multi-language) CompuTrace Offerings+Stoptrack No Computrace GO1 F2XY [461-AABF] 697 Label Canada Ship Options US No Canada Ship Charge G31AOL8 [332-1286] 111 3 Page 52 of 1406 Placemat Documentation, English, Spanish, Dell OptiPlex 5060 GKTSFPW [340-CDZE] 60 External Optical No External ODD GVTOW4N [429-ABLY] 317 Device Label SFF EPA Regulatory LBL for Mexico GBQSGFA [389-CXHV] 676 Packaging Ship Material for Optiplex SFF GOK7N04 [340-CDWZ] 465 [389-BBUU] Systems Management Intel®Standard Manageability GWY6CAJ [631-ABRK] 49 Additional Video Optional HDMI 2.Ob Video Port for SFF GPHYAC2 [382-BBFV] 495 Ports Transportation from Standard shipment GQT8IGC [800-BBIO] 200080 ODM to region Hardware Support 3 Years Hardware Service with Onsite/In-Home GSMQCWV [804-9043] 29 Services Service After Remote Diagnosis [804-9044] p2319hsap I Dell 23 Monitor- P2319H 45 $11,699.55 Premier Discount $4,095.00 (Unit Price after discount: $168.99 ea.) $7,604.55 Module Description Product ku I Code Dell 23 Monitor- Dell 23 Monitor-P2319H GSGVUMI [210-AQCI] 1 P2319H Hardware 3 Years Advanced Exchange Service GON1 B15 [814-9381] 29 Support Services [814-9382] NVIDIA uaro P620 - Graphics card - Quadro P620 - 2 GB G - PCIe 3.0 x16 low profile - 4 x Mini 1 $3,514.81 isplayort - Retail Sku [AA110831] Premier Discount $492.10 (Unit Price after discount: $159.09 ea.) $3,022.71 elkin 1ft H MI Cable, - H MI cable - H MI ( ) to H MI ( ) - 10 ft - black- B2B 24 $287.76 Sku A74272] 4 Page 53 of 1406 Premier Discount $40.32 (Unit Price after discount: $10.31 ea.) $247.44 Belkin 6ft HDMI Cable, M/M- HDMI cable - HDMI (M) to HDMI (M) - 6 ft - black- B2B 71 $780.29 Sku [A8347969] Premier Discount $109.34 (Unit Price after discount: $9.45 ea.) $670.95 Dell Wireless Keyboard Et Mouse - KM636 15 $749.85 Sku [580-ADTY] Premier Discount $225.00 (Unit Price after discount: $34.99 ea.) $524.85 Standard Mouse Pad - Blue 20 $219.80 Sku [A0136117] Premier Discount $30.80 (Unit Price after discount: $9.45 ea.) $189.00 eQuote Subtotal $64,994.37 Shipping* $0.00 Shipping Discount* $0.00 Tax* $0.00 Environmental Disposal Fee* $0.00 5 Page 54 of 1406 eQuote Total* $64,994.37 `The eQuote total, including applicable taxes and additional fees, nfay be viewable online. Let's CO11112Ct. Legal Disclaimer: Please note that Dell cannot be responsible for pricing or other errors and reserves the right to cancel any orders arising from such errors. The amount of tax and shipping added to your order depends on where you have asked for the product to be shipped as well as on which products and/or services you've chosen to purchase. Your order is subject to Dell's Terms and Conditions of Sale which include a binding arbitration provision. Subscription Customers: If your order includes a recurring billing subscription, you authorize Dell to charge your payment method on file on a recurring basis. You may opt out of automatic renewal or update payment information at any time through the web portal used to manage your subscription. Offer specific subscription terms for details(Commercial; Consumer). EEMMM m 6 Page 55 of 1406 STATE OF MINNESOTA Materials Management Division 112 Administration Building ivnes D � 50 Sherburne Avenue DEPAR7MENr:OF ADMlN13rRArfON St. Paul, MN 55155 till Voice: 651.296.2600 Fax: 651.297:3996 i MINNESOTA WSCA-NASPO MASTER AGREEMENT AWARD WITH DELL MARKETING, L.P. FOR COMPUTER EQUIPMENT: (Desktops, Laptops, Tablets, Servers and Storage including Related Peripherals & Services) To: Dell Marketing L. P. CONTRACT NO: MNWNC-108 One Dell Way -&-w � Mailstop 8RP-1-33 L901, Round Rock, TX 78682 �;r�,?/x®/sCONTRACT PERIOD: April 1, 2015, or upon final Contract Vendor Administrator: Diane executed signatures, Wigington whichever is later Email: Diane WigingtonAdell.com THROUGH March 31, 2017 Phone-7(512)728-4805 EXTENSION OPTION' UP TO 36 MONTHS You are hereby notified that your response to our solicitation, which opened January 31,2014, is accepted. The following documents, in order of precedence, are incorporated herein by reference and constitute the entire Contract between you and the State: 1.A Participating Entity's Participating Addendum ("PA")A Participating Entity's Participating Addendum shall not diminish, change, or impact the rights of the Lead State with regard to the Lead State's contractual relationship with the Contract Vendor under the Terms of Minnesota WSCA-NASPO Master Agreement.; 2. Minnesota WSCA-NASPO Master Agreement(includes negotiated Terms and Conditions); 3: The Solicitation; and:4. the Contract Vendor's response to the Solicitation.These documents shall be read to be consistent and complementary.Any conflict among these documents shall be resolved by giving priority to these documents in the order listed above. IN WITNESS WHEREOF, the parties have caused this Agreement to be duly executed intending to be bound thereby. 1. DELL MARKETING L. P. 2. MINNESOTA MATERIALS MANAGEMENT DIVISION The Contractor certifies that the appropriate person(s)have In accordance with Minn.Stat. 16C 3,subd.3. executed this Agreement on behalf of the Contractor as required by a le articl bylaws�tions, n(cJes�.�By: Al �... By: u r `—��•x" i Ste henie G. Miller. Title: Master reement Administrator U eme Title: Contract Manager /Sw lt)( /�.MQA� Date: !! Z/ ) Date: Ito Febr-U&ll -L9I J_ Byt 3. MINNESOTA COMMISSIONER OF ADMINISTRATION gee'. Or delegated representative. FFIM�NaMe Title: By: Date: rl I n signed Date: MAR 0 3 2015 By Lucas J. Jannett 1 CONTRACT NO. MNWNC-108 MASTER AGREEMENT AWARD COMPUTER EQUIPMENT DELL MARKETING L.P. j i Page 56 of 1406 COMPUTER EQUIPMENT ..�� 2014-2019 DEPARTMENT:OF ADMINkSTRATIOM i MINNESOTA WSCA-NASPO MASTER AGREEMENT AWARD TABLE OF CONTENTS i i TABLEOF CONTENTS......................................................................................................................................................2 SUMMARY..........................................................................................................................................................................3 EXHIBIT A-TERMS&CONDITIONS................................... 5 EXHIBIT B-PRICING............................ EXHIBIT B- PRICING SCHEDULE..................................................................................................................................26 i i EXHIBIT C- PRODUCT AND SERVICE SCHEDULE (PSS)...........................................................................................27 EXHIBITD-WEBSITE........ ............................................................................................................................................28 i EXHIBIT E-ACTION REQUEST UPDATE FORM (ARF)................................................................................................29 EXHIBITF-REPORTING..................................................................................................................................................31 EXHIBITG -DEFINITIONS...............................................................................................................................................32 2 CONTRACT N0. MNWNC-108 MASTER AGREEMENT AWARD COMPUTER EQUIPMENT DELL MARKETING L.P. Page 57 of 1406 i i Y1�Cyt COMPUTER EQUIPMENT DEPARTMENT OF ADMINISTRATION 2014-2019 MINNESOTA WSCA-�NASPO MASTER AGREEMENT AWARD SUMMARY 1. BACKGROUND. The State of Minnesota, Department of Administration, Materials Management Division publicly posted a Request for Proposal on behalf of the State of Minnesota and WSCA-NASPO Cooperative Procurement Program ("WSCA-NASPO") resulting in a Master Agreement Award.After evaluation by a multi—state sourcing team the solicitation resulted in this Minnesota WSCA-NASPO Master Agreements with qualified manufacturers for: Computer Equipment(Desktops, Laptops,Tablets,Servers,and Storage including related Peripherals& Services. The original solicitation contains the requirements and definitions establishing the following Product Bands allowed on the Master Agreement. The configuration limits and restrictions for this Master Agreement are provided below. Participating Entities may revise these in their Participating Addendum. Bands awarded are identified below: Band 1: Desktop Band 3: Tablet Band 5: Storage Band 2: Laptop Band 4: Server The original solicitation included Band 6: Ruggedized. This band has been removed and ruggedized equipment will be allowed in Bands 1-5. The original solicitation and responses may be found on the WSCA-NASPO Website. 2. EFFECTIVE DATE. The Master Agreement contract term will begin on April 1, 2015, or upon final executed signatures,.whichever is later, through March 31, 2017 with the option to extend up to.36 months, upon agreement by both parties. Contract Sales may not begin until the Website, Product.and Service Schedule and third party products have been approved by the Master Agreement Administrator. 3. PARTICIPATION.All authorized governmental entities in any State are welcome to use the resulting Master Agreements through WSCA-NASPO with the approval of the State Chief Procurement Official. Contract Vendors are able to sign Participating Addendums(PA) at the option of Participating States. Participating States reserve the right to add State specific terms and conditions and modify the scope of the contract in their Participating Addendum as allowed by the Master Agreement. i i 4. CONFIGURATION DOLLAR LIMITS. The following configuration limits apply to the Master Agreement. Participating States may define their configuration limits in their participating addendum.The Participating State's Chief j Procurement Official may increase or decrease the configuration limits, as defined in their Participating Addendum. The Participating State will determine with the Contract Vendor how to approve these modifications to the State's Product and Service Schedule. The dollar limits identified below are based on a SINGLE computer configuration. This is NOT a restriction on the purchase of multiple configurations (e.g. an entity could purchase 10 laptops @$10,000 for a total purchase price of $100,000). ITEM CONFIGURATION* Server $500,000 Storage $500,000 Desktops $ 10,000 Laptops $ 10,000 Tablets $ 5,000 Peripherals $ 5,000 Services Addressed by each State in participating addendum *Configuration is defined as the combination of hardware and software components that make up the total functioning system. Software purchases are considered a part of the configuration limit of the equipment. 3 CONTRACT NO. MNWNC-108 MASTER AGREEMENT AWARD COMPUTER EQUIPMENT DELL MARKETING L.P. Page 58 of 1406 5. RESTRICTIONS.The following restrictions apply to the Master Agreement. A Participating State may set further restrictions of products in their Participating Addendum. The.Participating State will determine with the Contract Vendor how to approve these modifications to the State's Product and Service Schedule. a. Software 1. Software is restricted to operating systems and commercial off-the-shelf(COTS)software and is subject to equipment configuration limits. 2. Software is an option which must be related to the procurement of equipment. 3. . Software must be pre-loaded or provided as an electronic link with the initial purchase of equipment. 4. Software such as middleware which is not always installed on the equipment, but is related to storage and server equipment(Band 4&5) purchased, is allowed and maybe procured after the initial purchase of equipment. I b. Services 1. Services must be related to the procurement of equipment. 2. Service limits will be addressed by each State. 3. Wireless phone and internet service is not allowed. 4. Cloud Services including acquisitions structured as managed on-site services are not allowed. 5. Managed Print Services are not allowed. c. Third Party Products. 1. Contract Vendors can only offer Third Party Products in the bands they have been awarded. 2. Contract Vendor cannot offer products manufactured by another Contract Vendor holding a Minnesota WSCA-NASPO Master Agreement unless approved by the Lead State. d. Additional Product/Services 1. Hardware and software required to solely support wide area network(WAN)operation and management are not allowed. 2. Lease/Rentals of equipment may be allowed and will be addressed by each State. 3. Cellular Phone Equipment is not allowed. 4. EPEAT Bronze requirement may be waived, on a State case by case basis, if approved by the State's Chief Procurement Officer. 6. PARTNER UTILIZATION: Each state represented by WSCA-NASPO that chooses to participate in this Master Agreement independently has the option of utilizing partners. Only partners approved by the Participating,State may be deployed. The participating State will define the process to add and remove partners in their participating addendum. i i 4 CONTRACT NO. MNWNC-108 MASTER AGREEMENT AWARD COMPUTER EQUIPMENT DELL MARKETING L.P. Page 59 of 1406 COMPUTER EQUIPMENT . ... j��PiS�ta 2014-2019 ". DEPARTMENT OF ADMINISTRATION MINNESOTA WSCA-NASPO MASTER AGREEMENT AWARD EXHIBIT A - TERMS & CONDITIONS MASTER AGREEMENT TERMS AND CONDITIONS A. GENERAL TERMS, CONDITIONS &INSTRUCTIONS 1. ACCEPTANCE OF TERMS AND CONDITIONS. The contents of the RFP and the response of the successful responder will become Master Agreement contractual obligations, along with the final Master Agreement, if acquisition action ensues.A statement of acceptance of the proposed Contract Terms and Conditions, unless taken exception to, as specified in the RFP must be included in the response.Any suggestions for alternate language shall be presented. j The Lead State is under no obligation to accept wording changes submitted by the responder. The Lead State is solely responsible for rendering decisions in matters of interpretation on all terms and conditions. Any response which fails to comply with this requirement may be disqualified as nonresponsive. All general proposal terms, specifications and WSCA-NASPO Terms&Conditions form apart of this RFP and will apply to any Master Agreements entered into as a result thereof. 2. CONFLICT OF TERMS/ORDER OF PRECEDENCE: a. A Participating Entity's Participating Addendum ("PA"); b. Minnesota WSCA-NASPO Master Agreement(includes negotiated Terms&Conditions) c. The Solicitation including all Addendums; and d. Contract Vendor's response to the Solicitation These documents shall be read to be consistent and complementary.Any conflict among these documents shall be resolved by giving priority'to these documents in the order listed above. Contract Vendor terms and conditions that apply to this Master Agreement are only those that are expressly accepted by the Lead State and must be in writing and attached to the Master Agreement as an Exhibitor Attachment. No other terms and conditions shall apply, including terms and conditions listed in the Contract Vendor's response to the Solicitation, or terms listed or referenced on the Contract Vendor's website, in the Contract Vendor quotation/sales order or in similar documents subsequently provided by the Contract Vendor. The solicitation language prevails unless a mutually agreed exception. has been negotiated. 3. ADDENDA TO THE RFP.Any addendum issued will become a part of the RFP. The Lead State may modify or clarify the RFP by issuing one or more addenda to all parties who have received the RFP. Each responder must follow the directions on the addendum.Addenda will be numbered consecutively in the order they are issued. 4. AWARD. The award of this solicitation will be based upon the total accumulated points as established in the RFP,for separate items, by grouping items, or by total lot, and where at its sole discretion the Lead State believes it will receive the best value. The Lead State reserves the right to award this solicitation to a single responder, or to multiple responders,whichever is in the best interest of the Lead State. It is the State's intent to award to multiple responders. The Lead State reserves the right to accept all or part of an offer, to reject all offers, to cancel the solicitation, or to re- issue the solicitation,whichever is in the best interest of the Lead State. The Sourcing Team will make a recommendation on the award of this RFP. The commissioner of Administration or designee may accept or reject the recommendation of the Sourcing Team. The final award decision will be made by the Commissioner of Administration and the WSCA-NASPO Management Board. 5. CLARIFICATION. If a responder discovers any significant ambiguity, error, conflict, discrepancy, omission, or other deficiency in the RFP,the responder.shall immediately notify the Acquisition Management Specialist in writing, as 5 CONTRACT NO. MNWNC-109 MASTER AGREEMENT AWARD COMPUTER EQUIPMENT DELL MARKETING L.P. Page 60 of 1406 specified in the introduction, of such error and request modification or clarification of the document. This notification is due no later than seven calendar days prior to the proposal due date and time. Responders are cautioned that any activity or communication with a State employee or officer, or a member of the Evaluation Team, regarding this Solicitation's contents or process, is strictly prohibited and may, as a result, have its response rejected. Any communication regarding this Solicitation, its content or process, must be directed to the Acquisition Management Specialist listed in the Solicitation documents. I 6. COMPLETION OF RESPONSES.A response may be rejected if it is conditional or incomplete. Responses that contain conflicting,false, or misleading statements or that provide references that contradict or do not support an attribute or condition stated by the responder, may be rejected. 7. MASTER AGREEMENT ADMINISTRATOR.The Master Agreement Administrator designated by WSCA-NASPO and the State of Minnesota, Department of Administration is: Susan Kahle. Direct all correspondence and inquiries, legal questions, general issues, or technical issues regarding this RFP to: Susan Kahle Acquisition Management Specialist Fax: 651.297.3996 Department of Administration E-mail: susan.kahleostate.mn.us Materials Management Division 50 Sherburne Avenue 112 Administration Building St. Paul, MN 55155 8. DISPOSITION OF DATA SUBMITTED BY CONTRACT VENDOR.All materials submitted in response to this RFP will become property of the Lead State and will become public record after the evaluation process is completed. The evaluation process is complete when negotiations with the selected vendors are final. By executing this Contract;the Contract Vendor certifies and agrees that all information provided in the Contract and in response to the solicitation will be made public in accordance with the solicitation and that no information has been designated Trade Secret pursuant to the Minnesota Government Data Practices Act. If the Contract Vendor submits information after execution of this Contract that it believes to be trade secret materials- as as defined by the Minnesota Government Data Practices Act, Minn. Stat. § 13.37, the Contract Vendor must: a. clearly mark all trade secret materials at the time the information is submitted; b. include a statement with regard to the information justifying the trade secret designation for each item; and, c. defend any action seeking release of the materials it believes to be trade secret, and indemnify and hold harmless the Lead State, its agents and employees, from any judgments awarded against the Lead State in favor of the party requesting the materials and any and all costs connected with that defense. This indemnification survives the Lead State's award of a Master Agreement. In submitting a responseto the RFP, the responder agrees that this indemnification survives as long as the trade secret materials are in possession of the Lead State. The Lead State will not consider the prices submitted by the responder to be trade secret materials. 9. DISPUTE RESOLUTION PROCEDURES. Any issue a responder has with the RFP document, which includes, but is not limited to,the terms, conditions, and specifications, must be submitted in writing to and received by the Master Agreement Administrator prior to the opening due:date and.time.Any issue a responder has with the Master Agreement award must be submitted in writing to the Master Agreement Administrator within five working days from the time the notice of the intent to award is issued. This notice may be made by any of the following methods: notification by letter,fax or email, or posted on the Materials Management website,www.mmd.adrnin.state.mn.us. The Lead State will respond to any protest received that follows the above procedure. For those protests that meet the above submission requirements, the appeal process is, in sequence: The responsible Master Agreement Administrator, the Materials Management Division (MMD)Assistant Director, and the MMD Director. 10. ELECTRONIC FILES TO DOWNLOAD, COMPLETE,AND RETURN. Responders must download a Word/Excel document. 11. ENTIRE AGREEMENT.A written Master Agreement(including the contents of this RFP and selected portions of Contract Vendor's response incorporated therein by reference)and any written addenda thereto constitute the entire agreement of the parties to the Master Agreement. 6 CONTRACT NO. MNWNC-108 MASTER AGREEMENT AWARD COMPUTER EQUIPMENT DELL MARKETING L.P. Page 61 of 1406 i 12. IRREVOCABLE OFFER. In accordance with this Request for Proposal, and subject to all conditionsthereof, the undersigned agrees that its response to this RFP, or any part thereof, is an irrevocable offer for 180 days following the submission deadline date unless stated otherwise in the RFP. It is understood and agreed that the response, or any part thereof, when accepted by the appropriate department and State officials in writing, may become part of a legal and binding Master Agreement between the undersigned vendor and the State of Minnesota. 13. MATERIAL DEVIATION.A responder shall be presumed to be in agreement with these terms and conditions unless it takes specific exception to one or more of the conditions. Submission by the responder of its proposed language shall not be viewed as an exception unless the responder specifically states in the response that its proposed changes are intended to supersede the terms and conditions. RESPONDERS ARE CAUTIONED THAT BY TAKING ANY EXCEPTION THEY MAY BE MATERIALLY DEVIATING FROM THE REQUEST FOR PROPOSAL. IF A RESPONDER MATERIALLY DEVIATES FROM THE GENERAL TERMS, CONDITIONS AND INSTRUCTIONS OR THE WSCA-NASPO TERMS AND CONDITIONS AND/OR SPECIFICATIONS, ITS RESPONSE MAY BE REJECTED. A material deviation is an exception to the Request for Proposal general or WSCA-NASPO terms and conditions and/or specifications that: a. gives the responder taking the exception a competitive advantage over other vendors; or; b. gives the Lead State something significantly different from that which the Lead State requested. 14. NONRESPONSIVE RESPONSES. Responses that do not comply with the provisions in the RFP may be considered nonresponsive and may be rejected. 1S: NOTICES. If one party is required to give notice tothe other under the Master Agreement, such notice shall be in writing and shall be effective upon receipt. Delivery may be by certified United States mail or by hand, in which case a signed receipt shall be obtained.A facsimile transmission shall constitute sufficient notice, provided the receipt of the transmission is confirmed by the receiving party. Either party must notify the other of a change in address for notification purposes.All notices to the.Lead State shall be addressed as follows: STATE OF MINNESOTA: MN WSCA-NASPO COMPUTER EQUIPMENT CONTRACT ADMINISTRATOR 112 Administration Bldg. 50 Sherburne Avenue St. Paul, MN 55155 651-M-2600 i i i i i 7 CONTRACT No. MNWNC-108 MASTER AGREEMENT AWARD COMPUTER EQUIPMENT DELL MARKETING L.P. Page 62 of 1406 MASTER AGREEMENT TERMS AND CONDITIONS B. WSCA-NASPO TERMS AND CONDITIONS 1. ADMINISTRATIVE FEES. The Contract Vendor shall pay a WSCA-NASPO Administrative Fee of one-tenth of one percent(0.1% or 0.001) in accordance with the Terms and Conditions of the Master Agreement no later than 60 days following the end of each calendar quarter. The WSCA-NASPO Administrative Fee shall be submitted quarterly and is based on.sales of products and services (less any charges for taxes or shipping). The WSCA-NASPO Administrative Fee is not negotiable. This fee is to be included as part of the pricing submitted with proposal. Additionally, some states may require an additional.fee be paid directly to the state on purchases made by Purchasing Entities within that state.For all such requests, the fee level, payment method and schedule for such reports and payments will be incorporated into the Participating Addendum that is made a part of the Master Agreement. The Contract Vendor may adjust the Master Agreement pricing accordingly for purchases made by Purchasing Entities within the jurisdiction of the state.All such agreements may not affect the WSCA-NASPO Administrative Fee.or the prices paid by the Purchasing Entities outside the jurisdiction of the state requesting the additional fee. 2. AGREEMENT ORDER OF PRECEDENCE. The Master Agreement shall consist of the following documents: a. A Participating Entity's Participating Addendum ("PA"); b. Minnesota WSCA-NASPO Master Agreement(includes negotiated Terms and Conditions) c. The Solicitation including all addendums; and d. Contract Vendor's response to the Solicitation These documents shall be read to be consistent and complementary.Any conflict among these documents shall be resolved by giving priority to these documents in the order listed above. Contract Vendor terms and conditions that apply to this Master Agreement are only those that are expressly accepted by the Lead State and must be in writing and attached to this Master Agreement as an Exhibitor Attachment. No other terms and conditions shall apply, including terms and conditions listed in the Contract Vendor's response to the Solicitation, or terms listed or referenced on the Contract Vendor's website, in the Contract Vendor quotation/sales order or in similar documents subsequently provided by the Contract Vendor. The solicitation language prevails.unless a mutually agreed exception has been negotiated. 3. AMENDMENTS.The terms of this Master Agreement hall not be waived altered, modified supplementeded or amended in any manner whatsoever without prior written approval of the WSCA-NASPO Master Agreement Administrator. 4. ASSIGNMENT OF ANTITRUST RIGHTS. Contract Vendor irrevocably assigns to a Participating Entity any claim for relief or cause of action which the Contract Vendor now has or which may accrue to the Contract Vendor in the future by reason of any violation of state or federal antitrust laws(15 U.S.C. § 1-15 or a Participating Entity's state antitrust provisions), as now in effect and as may be amended from time to time, in connection with any goods or services provided to the Contract Vendor for the purpose of carrying out the Contract Vendor's obligations under this Master Agreement or Participating Addendum, including, at a Participating Entity's option, the right to control any such litigation on such claim for relief or cause of action. i 5. ASSIGNMENT/SUBCONTRACT. Contract Vendor shall not assign, sell, transfer, subcontract or sublet rights, or delegate responsibilities under this Master Agreement, in whole or in part, without the prior written approval of the WSCA-NASPO Master Agreement Administrator. 6. CANCELLATION. Unless otherwise stated in the terms and conditions, any Master Agreement may be canceled by either party upon 60 days' notice, in writing, prior to the effective date of the cancellation. Further, any Participating Entity may cancel its participation upon 30 days written notice, unless otherwise limited or stated in the special terms and conditions of this solicitation or in the applicable Participating Addendum. Cancellation may be in whole or in part. Any cancellation under this provision shall not affect the rights and obligations attending orders outstanding at the time of cancellation, including any right of a Participating Entity to indemnification by the Contract Vendor, rights of payment for goods/services delivered and accepted, and rights attending any warranty or default in performance in association with any order. Cancellation of the Master Agreement due to Contract Vendor default may be immediate if defaults cannot be reasonably cured as allowed per Default and Remedies term. 7. CONFIDENTIALITY NON-DISCLOSURE AND INJUNCTIVE RELIEF. NEGOTIATED. 7.1 Confidentiality.The parties acknowledges that they and their employees or agents may, in the course of providing the Product and Services under this Master Agreement, be exposed to or acquire information that is confidential . Any and all information of any form that is marked as confidential or would by its nature be deemed 8 CONTRACT NO. MNWNC-108 MASTER AGREEMENT AWARD COMPUTER EQUIPMENT DELL MARKETING L.P. Page 63 of 1406 i confidential obtained in the performance of this Master Agreement, including, but not necessarily limited to (a) any Participating Entity records, (b) personnel records,(c) information concerning individuals, (d) software, (e) product. plans, (f)marketing and sales information, (g) customer lists, and (h) "know-how,"or trade secrets, is confidential information ("Confidential Information"). Any reports or other documents or items(including software)that result from the use of the Confidential Information shall be treated in the same manner as the Confidential Information. Confidential.Information does not include information that(a) is or becomes.(other than by disclosure by disclosing party) publicly known; (b) is rightfully furnished by the disclosing party to others without restrictions similar to those imposed by this Master Agreement; (c) is rightfully in:recipient party's possession without the obligation of nondisclosure prior to the time of its disclosure under this Master Agreement; (d) is obtained from a source other than disclosing party without the obligation of confidentiality, (e) is disclosed with the written consent of disclosing party or; (f) is independently developed by employees, agents or subcontractor of the parties who can be shown to have had no access to the Confidential Information 7.2 Non-Disclosure. The parties shall hold Confidential Information in confidence, using at least the industry standard of confidentiality, and not to copy, reproduce, sell, assign, license, market, transfer or otherwise dispose of, give, or disclose Confidential Information to third parties or use Confidential Information for any purposes whatsoever other than the performance of this Master Agreement, and to advise each of its employees and agents of their obligations to keep Confidential Information confidential. The parties shall use commercially reasonable efforts in identifying and preventing any unauthorized use or disclosure of any Confidential Information. Without limiting the generality of the foregoing, parties shall advise each other immediately if they learn or have reason to believe that any person who has had access to Confidential Information has violated or intends to violate the terms of this Master Agreement and shall at their expense cooperate in seeking injunctive or other equitable relief against any such person. Except as directed in writing , the parties will not at any time during or after the term of this Master Agreement disclose, directly or indirectly, any Confidential Information to any person, except in accordance with this Master Agreement, and that upon termination of this Master Agreement the parties shall turn over all documents, papers, and other matter in the recipient party's possession that embody Confidentiahnformation. Notwithstanding the foregoing, the recipient party may keep one copy of such Confidential Information necessary for quality assurance, audits and evidence of the performance of this Master Agreement. 7.3 Injunctive Relief. The parties acknowledge that breach of this Section, including disclosure of any Confidential Information, may cause irreparable injury that is inadequately compensable in damages. Accordingly, the injured party may seek and obtain injunctive relief against the breach or threatened breach of the foregoing undertakings, in addition to any other legal remedies that may be available. The parties acknowledge and agree that the covenants contained herein are necessary for the protection of the legitimate business interests and are reasonable in scope and content. 7.4 Participating Entity,is agreeing to the above language to the extent is not in conflict with Participating Entities public disclosure laws. 8, DEBARMENT.:The Contract Vendor certifies that neither it nor its principals are presently debarred, suspended, proposed for debarment, declared ineligible.,or voluntary excluded from participation in this transaction (Master Agreement) by any governmental department or agency. If the Contract Vendor cannot certify this statement, attach a Written explanation for review by WSCA-NASPO. In any order against this Master Agreement for a requirement established by a Purchasing Entity that discloses the use of federal funding, to the extent another form of certification is not required by a Participating Addendum or the order of the Purchasing Entity, the Contractor's quote represents a recertification consistent with the terms of paragraph 8, Section 2D, Minnesota Terms and Conditions 9. DEFAULTS&REMEDIES. a. The occurrence of any of the following events shall be an event of default under this Master Agreement: i. Nonperformance of contractual requirements; or ii. A material breach of any term or condition of this Master Agreement; or iii. Any representation or warranty by Contract Vendor in response to the solicitation or in this Master Agreement proves to be untrue or materially misleading; or iv. Institution of proceedings under any bankruptcy, insolvency, reorganization or similar law, by or against Contract Vendor, or the appointment of a receiver or similar officer for Contract Vendor or any of its property, which is not vacated or fully stayed within thirty(30)calendar days after the institution or occurrence thereof; or v. Any default specified in another section of this Master Agreement. b. Upon the occurrence of an event of default, Lead State shall issue a written notice of default, identifying the nature of the default, and providing a period of 30 calendar days in which Contract Vendor shall have an opportunity to cure the default. The Lead State shall not be required to provide advance written notice or a cure period and may immediately terminate this Master Agreement in whole or in part if the Lead State, in its sole 9 CONTRACT NO. MNWNC-108 MASTER AGREEMENT AWARD COMPUTER EQUIPMENT DELL MARKETING L.P. Page 64 of 1406 discretion, determines that it is reasonably necessary to preserve public safety or prevent immediate public crisis. Time allowed for cure shall not diminish or eliminate Contract Vendor's liability for damages, including liquidated damages to the extent provided for under this Master Agreement. c. If Contract Vendor is afforded an opportunity to cure and fails to cure the default within the period specified in the written notice of default, Contract Vendor shall be in breach of its obligations under this Master Agreement and Lead State shall have the right to exercise any or all of the following remedies: i. Exercise any remedy provided by law; and . ii Terminate this Master Agreement and any related Master Agreements or portions thereof; and iii Impose liquidated damages as provided in this Master Agreement; and iv. Suspend Contract Vendor from receiving future bid solicitations; and v. Suspend Contract Vendor's performance; and Vii. Withhold payment until the default is remedied. d. In the event of a default under a Participating Addendum, a Participating Entity shall provide a written notice of default as described in this section and have all of the rights and remedies under this paragraph regarding its participation in the Master Agreement, in addition to those set forth in its Participating Addendum. Unless otherwise specified in a Purchase Order, a Purchasing Entity.shall provide written notice of default as described in this section and have all of the rights and remedies under this paragraph and any applicable Participating Addendum with respect to an Order placed by the Purchasing Entity. Nothing in these Master Agreement Terms and Conditions shall be construed to limit the rights and remedies available to a Purchasing Entity under the applicable commercial code. 10. DELIVERY. Unless otherwise indicated in the Master Agreement, the prices are the delivered price to any Purchasing Entity. All deliveries shall be F.O.B. destination with all transportation and handling charges paid by the Contract Vendor.Additional delivery charges will not be allowed for back orders. 11. FORCE MAJEURE. Neither party to this Master Agreement shall be held responsible for delay or default caused by fire, riot, acts of God and/or war which is beyond that party's reasonable control. The WSCA-NASPO Master Agreement Administrator may terminate this Master Agreement after determining such delay or default will reasonably prevent successful performance of the Master Agreement. 12. GOVERNING LAW. This procurement and the resulting agreement shall be governed by and construed in accordance with the laws of the Lead State sponsoring and administering the procurement. The construction and effect of any Participating Addendum or order against the Master Agreements shall be governed by and construed in accordance with the laws of the Participating Entity's State. Venue for any claim,dispute or action concerning an order placed against the Master Agreements or the effect of a Participating Addendum shall be in the Purchasing Entity's State.. 13. INDEMNIFICATION. DELETED SEE SECTION 2C17. 14. INDEMNIFICATION—INTELLECTUAL PROPERTY. DELETED SEE SECTION 2C17. 15. INDEPENDENT CONTRACT VENDOR. The Contract Vendor shall be an independent Contract Vendor, and as such shall have no authorization, express or implied to bind WSCA-NASPO or the respective states to any agreements, settlements, liability or understanding whatsoever, and agrees not to perform any acts as agent for WSCA-NASPO or the states, except as expressly set forth herein. 16. INDIVIDUAL CUSTOMER. Except to the extent modified by a Participating Addendum, each Participating Entity shall follow the terms and conditions of the Master Agreement and applicable Participating Addendum and will have the same rights and responsibilities for their purchases as the Lead State has in the Master Agreement, including but not limited to, any indemnity or to recover any costs allowed in the Master Agreement and applicable Participating Addendum for their purchases. Each Purchasing Entity will be responsible for its own charges, fees, and liabilities, The Contract Vendor will apply the charges and invoice each Purchasing Entity individually. n modified b a Participating Addendum Contract Vendor shall .during the term of 17. INSURANCE. Except to the extent y p g g this Master Agreement, maintain in full force and effect,the insurance described in this section. Contract Vendor shall acquire such insurance from an insurance carrier or carriers licensed to conduct business in the Participating.Entity's state and having a rating of A-, Class VII or better, in the most recently published edition of Best's Reports. Failure to buy and maintain the required insurance may result in this Master Agreeme.nt's termination or at a Participating Entity's option, result in termination of its Participating Addendum. 10 CONTRACT NO. MNWNC-108 MASTER AGREEMENT AWARD COMPUTER EQUIPMENT DELL MARKETING L.P. Page 65 of 1406 Coverage shall be written on an occurrence basis.The minimum acceptable limits shall be as indicated below, with no deductible for each of the following categories: a. Commercial General Liability covering the risks of bodily injury(including death), property damage and personal injury, including coverage for contractual liability, with a limit of not less than $1 million per occurrence/$2 million general aggregate; b. Contract.Vendor must comply with any applicable State Workers Compensation or Employers Liability Insurance requirements. Contract Vendor shall pay premiums on all insurance policies. Such policies shall also reference this.Master Agreement and shall have a condition that they not be revoked by the insurer until thirty(30)calendar days after notice of intended revocation thereof shall have been given to Participating Entity by the Contract Vendor. Prior to commencement of the work, Contract Vendor shall provide to the Participating Entity a written endorsement to the Contract Vendor's general liability insurance policy that(i) names the Participating Entity as an additional insured, (ii) provides that no material alteration, cancellation, non-renewal, or expiration of the coverage contained in such policy shall have effect unless the named Participating Entity has been given at least thirty(30) days prior written notice, and (iii) provides that.the Contract Vendor's liability insurance policy shall be primary, with any liability insurance of the Participating Entity as secondary and noncontributory. Contract Vendor shall furnish to Participating Entity copies of certificates of all required insurance within thirty (30) calendar days of the Participating Addendum's effective date and prior to performing any work. Copies of renewal certificates of all required insurance shall be furnished within thirty(30) days after renewal date. These certificates of insurance must expressly indicate compliance with each and every insurance requirement specified in this section. Failure to provide evidence of coverage may, at the Lead State Master Agreement Administrator's sole option, result in this Master Agreement's termination. Coverage and limits shall not limit Contract Vendor's liability and obligations under this Master Agreement. 18. LAWS AND REGULATIONS. Any and all supplies, services and equipment offered and furnished shall comply fully with all applicable Federal and State laws and regulations. 19. LICENSE OF PRE-EXISTING INTELLECTUAL PROPERTY. DELETED—SEE SECTION 211330 FOR REVISED TERM ADDRESSING TITLE OF PRODUCT. 20. NO WAIVER OF SOVEREIGN IMMUNITY. The Lead State, Participating Entity or Purchasing Entity to the extent it applies does not waive its:sovereign immunity by entering into this Contract and fully retains all immunities and defenses provided by law:with regard to any action based on this Contract. If a claim must be brought in a federal forum,then it must be brought and adjudicated solely and exclusively within the United States District Court of the Participating Entity's State, 21. ORDER NUMBERS. Contract order and purchase order numbers shall be clearly shown on all acknowledgments,. shipping labels(if possible), packing slips, invoices, and on all correspondence. 22. PARTICIPANTS. WSCA-NASPO Cooperative Purchasing Organization LLC is not a party to the Master Agreement. It is a nonprofit cooperative purchasing organization assisting states in administering the WSCA/NASPO cooperative purchasing program for.state government departments, institutions, agencies and political subdivisions(e.g., colleges, school districts, counties, cities, etc.,)for all 50 states and the District of Columbia. Obligations under this Master Agreement are limited to those Participating States who have signed a Participating Addendum where contemplated by the solicitation. Financial obligations of Participating States are limited to the orders placed by the departments or other state agencies and institutions having available funds. Participating States incur no financial obligations on behalf of political subdivisions. Unless otherwise specified in the solicitation, the resulting award will be permissive. 23. PARTICIPATION OF ENTITIES. Use of specific WSCA-NASPO cooperative Master Agreements by state agencies, political subdivisions and other entities (including cooperatives) authorized by individual state's statutes to use state contracts are subject to the approval of the respective State Chief Procurement Official. Issues of interpretation and eligibility for participation are solely within the authority of the respective State Chief Procurement Official, 24. PAYMENT. Payment for completion of an order under this Master Agreement is normally made within 30 days following the date the entire order is delivered or the date a correct invoice is received, whichever is later. After 45 days the Contract Vendor may assess overdue account charges up to a maximum rate of one percent per month 11 CONTRACT NO. MNWNC-108 MASTER AGREEMENT AWARD COMPUTER EQUIPMENT DELL MARKETING L.P. Page 66 of 1406 on the outstanding balance. Payments will be remitted by mail. Payments may be made via a State or political j subdivision "Purchasing Card"with no additional charge, 25. PUBLIC INFORMATION.. The Master Agreement and all related documents are subject to disclosure pursuant to the Participating Entity's public information laws. 26. RECORDS ADMINISTRATION AND AUDIT. The disclosure of records in.Participating States relating to Participating addenda and orders placed against the Master Agreement shall be governed by the laws of the Participating.State and entity who placed the order. The Contractor shall maintain books, records, documents, and other evidence pertaining to this Master Agreement and orders placed by Purchasing Entities under it to the extent and in such detail as shall adequately reflect performance and administration of payments and fees. Contractor shall permit the Lead State, a Participating Entity, a Purchasing Entity, the federal government(including its grant awarding entities and the U.S. Comptroller General), j and any other duly authorized agent of a governmental agency, to audit, inspect, examine, copy and/or transcribe Contractor's books, documents, papers and records directly pertinent to this Master Agreement or orders placed by a Purchasing Entity under it for the purpose of making audits, examinations, excerpts, and transcriptions. This right shall survive for a period of five(5)years following termination of this Agreement or final payment for any order placed by a Purchasing Entity against this Agreement, whichever is later,to assure compliance with the terms hereof or to evaluate performance hereunder. Without limiting any other remedy available to any governmental entity, the Contractor shall reimburse the applicable Lead State, Participating Entity; or Purchasing Entity for an overpayments inconsistent with the terms of the Master Agreement or orders or underpayment of fees found as a result of the examination of the Contractor's records. The rights and obligations herein right exist in addition to any quality assurance obligation in the Master Agreement requiring the Contractor to self-audit contract obligations and that permits the Lead State Master Agreement Administrator to review compliance with those obligations. Records will be retained longer if required by Participating Entity's law. 27. REPORTS -SUMMARY AND DETAILED USAGE. In addition to other reports that may be required by this solicitation, the Contract Vendor shall provide the following WSCA-NASPO reports. a. Summary Sales Data. The Contractor shall submit quarterly sales reports directly to WSCA-NASPO using the WSCA-NASPO Quarterly Sales/Administrative Fee Reporting Tool found at httpa/www.naspo.orgANNCPO1Calculator.aspx. Any/all sales made under the contract shall be reported as cumulative totals by state. Even if Contractor experiences zero sales during a calendar quarter, a report is still required. Reports shall be due no later than the last day of the month following the end of the calendar quarter(as specified in the reporting tool). b. Detailed Sales Data. Contract Vendor shall also report detailed sales data by: state; entity/customer type, e.g., local government, higher education, K12, non-profit; Purchasing Entity name; Purchasing Entity bill-to and ship-to locations; Purchasing.Entity and Contract Vendor Purchase Order identifier/number(s); Purchase Order Type (e.g., sales order, credit, return, upgrade, determined by industry practices); Purchase Order date; Ship Date; and line item description, including product number if used. The report shall be submitted in any form required by the solicitation. Reports are due on a quarterly basis and must be received by the Lead State no later than the last I day of the month following the end of the reporting period. Reports shall be delivered to the Lead State and to the WSCA-NASPO Cooperative Development Team electronically through email; CD-Rom,jump drive or other electronic matter as determined by the Lead State. Detailed sales data reports shall include sales information for all sales under Participating Addenda executed under this Master Agreement. The.format for the detailed sales data report is in Section 6, Attachment H. c. Reportable sales for the summary sales data report and detailed sales data report includes sales to employees for personal use where authorized by the Participating Addendum. Specific data in relation to sales to employees for personal use to be defined in the final contract award to ensure only public information is reported. j d. Timely submission of these reports is a material requirement of the Master Agreement. The recipient of the reports shall have exclusive ownership of the media containing the reports. The Lead State and WSCA-NASPO I 12 CONTRACT NO. MNWNG-108 MASTER AGREEMENT AWARD COMPUTER EQUIPMENT DELL MARKETING L.P. Page 67 of 1406 shall have a perpetual, irrevocable, non-exclusive, royalty free, transferable right to display, modify, copy, and otherwise use reports, data and information provided under this section. I 28. ACCEPTANCE AND ACCEPTANCE TESTING. A.Acceptance. Purchasing Entity(the entity authorized under the terms of any Participating Addendum to place orders under this Master Agreement) shall determine.whether all Products and Services delivered meet the. Contractor's published specifications (a.k.a. "Specifications"). No payment shall be made for any Products or Services until the Purchasing Entity has accepted the Products or Services. The Purchasing Entity will make every effort to notify the.Contractor within thirty(30)calendar days following delivery of non-acceptance of a Product or completion of Service. In the event that the Contractor has not been notified within 30 calendar days from delivery of Product or completion of Service, the Product and Services will be deemed accepted on the 31St day after delivery of Product or completion of Services. This clause shall not be applicable, if acceptance testing and corresponding terms have been mutually agreed to by both parties in writing. B.Acceptance Testing.The Purchasing Entity(the entity authorized under the terms of any Participating Addendum to place orders under this Master Agreement) and the Contract Vendor shall determine if Acceptance Testing is applicable and/or required for the purchase. The terms in.regards to acceptance testing will be negotiated, in writing, as mutually agreed. If Acceptance Testing is NOT applicable,the terms regarding Acceptance in the Contract shall prevail. 29. SYSTEM FAILURE OR DAMAGE. In the event of system failure or damage caused by the Contract Vendor or its Product, the Contract Vendor agrees to use its commercially reasonable efforts to restore or assist in restoring the system to operational capacity. The Contract Vendor shall be responsible under this provision to the extent a'system' is defined.at the time of the Order; otherwise the rights of the Purchasing Entity shall be governed by the Warranty. 30. TITLE OF PRODUCT. NEGOTIATED. OWNERSHIP a. Ownership of Documents/Copyright.Any reports, studies, photographs, negatives, databases, computer programs, or other documents,whether in tangible or electronic forms, prepared by the Contract Vendor in the performance of its obligations under the Master Agreement and paid for by the Purchasing Entity shall be the exclusive property of the Purchasing Entity and all such material shall be remitted to the Purchasing Entity by the Contract Vendor upon completion, termination or cancellation of the Master Agreement.The Contract Vendor shall not use;willingly allow or cause to allow such material to be used for any purpose other than performance of the Contract Vendor's obligations under this Master Agreement without the prior written consent of the Purchasing Entity. b. Rights,Title and Interest. All:rights, title, and interest in all of the intellectual property rights, including copyrights, patents, trade secrets, trade marks, and service marks in the said documents that the Contract Vendor conceives or originates, either individually or jointly with others, which:arises out of the performance of the Master Agreement,will be the property of the Purchasing Entity and are, by the Master.Agreement, assigned to the Purchasing Entity along with ownership of any and all copyrights in.the copyrightable material. The Contract Vendor also agrees, upon the request of the Purchasing Entity, to execute all papers and perform all other acts necessary to assist the Purchasing Entity to obtain and register copyrights on such materials. Where applicable, works of authorship created by the Contract Vendor for the Purchasing Entity in performance of the Master Agreement shall be considered "works for hire"as defined in the U.S. Copyright Act. c. Notwithstanding the above,the Purchasing Entity will not own.any of the Contract Vendor's pre-existing intellectual property that was created prior to the Master Agreement and which the Purchasing Entity did not pay the Contract Vendor to create. Subject to payment in full for the products, equipment or services, the Contract Vendor grants the Purchasing Entity a perpetual, irrevocable, non-exclusive, royalty free license for Contract Vendor's pre-existing intellectual property that is contained in the products, materials, equipment or services that are purchased through this Master Agreement. Contract Vendor will retain all right, title and interest in and to all Intellectual Property Rights in or related to the services, or tangible components thereof, including but not limited to(a)all know-how, intellectual property; methodologies,.processes, technologies, algorithms, software or development tools used in performing the services, and (b) such ideas, concepts, know-how, processes and reusable reports, designs, charts, plans, specifications, documentation, forms,.templates or output which are developed, created or otherwise used by or on behalf of Contract Vendor in the course of performing the services 13 CONTRACT NO. MNWNC•108 MASTER AGREEMENT AWARD COMPUTER EQUIPMENT DELL MARKETING L.P. Page 68 of 1406 i I i or creating the deliverables, other than portions that specifically incorporate proprietary or Confidential Information or data of Ordering Entity(collectively,the"Residual IP"), even if embedded in the deliverable. 31. WAIVER OF BREACH. Failure of Lead State Master Agreement Administrator, Participating Entity, or Purchasing Entity to declare a default or enforce any rights and remedies shall not operate as a waiver under this Master Agreement or Participating Addendum. Any waiver by the Lead State or Participating Entity must be in writing. Waiver by the Lead State Master Agreement Administrator, Participating Entity, or Purchasing Entity of any default, right or remedy under this Master Agreement or Participating Addendum, or breach of any terms or requirements shall not be construed or operate as a waiver of any subsequent default or breach of such term or requirement, or of any other term or requirement under this Master Agreement, a Participating Addendum, or order. 32. WARRANTY. The warranty provided must be the manufacturers written warranty tied to the product at the time of purchase and must include the following:: (a)the Product performs according to the specifications(b)the Product is suitable for the ordinary purposes for which such Product is used, (c)the Product is designed and manufactured in a commercially reasonable manner, and (d)the Product is free of defects. j For third party products sold.by the Contract Vendor, the Contract Vendor will assign the manufacturer or publisher's warranty and maintenance. The Contract Vendor will provide warranty and maintenance call numt;rers and assist the customer in engaging the manufacturer on warranty and maintenance issues. Upon breach of the warranty, the Contract Vendor will repair or replace(at no charge to the Purchasing Entity)the Product whose nonconformance is discovered and made known to the Contract Vendor. If the repaired and/or replaced Product proves to be inadequate, or fails of its essential purpose, the Contract Vendor will refund the full amount of any payments that have been made. The rights and remedies of the parties under this Warranty are in addition to any other rights and remedies of the parties provided by law or so ordered by the court; 33. LIMITATION OF LIABILITY. NEGOTIATED. A. CONTRACT VENDOR WILL NOT BE LIABLE FOR ANY INCIDENTAL, INDIRECT, PUNITIVE, SPECIAL OR CONSEQUENTIAL DAMAGES ARISING.OUT OF OR IN CONNECTION WITH THE PRODUCTS, SOFTWARE OR SERVICES PROVIDED HEREUNDER. EXCEPT FOR YOUR BREACH OF PAYMENT OBLIGATIONS OR CONFIDENTIALITY REQUIREMENTS, NEITHER PARTY SHALL HAVE LIABILITY FOR THE FOLLOWING: (1) LOSS OF REVENUE, INCOME, PROFIT OR SAVINGS; (2) LOST OR CORRUPTED DATA OR SOFTWARE, LOSS OF USE OF A SYSTEM OR NETWORK OR THE RECOVERY OF SUCH; (3) LOSS OF BUSINESS OPPORTUNITY; (4) BUSINESS INTERRUPTION OR DOWNTIME; OR(5) DELIVERABLES, DELL PRODUCTS OR THIRD-PARTY PRODUCTS NOT BEING AVAILABLE FOR USE. B. CONTRACT VENDOR'S TOTAL LIABILITY FOR ANY AND ALL CLAIMS ARISING OUT OF QR IN CONNECTION WITH THIS AGREEMENT AND ALL PARTICIPATING ADDENDA SOURCEQ FROM THIS MASTER AGREEMENT(INCLUDING ANY PRODUCTS, SOFTWARE, OR SERVICES PROVIDED HEREUNDER) SHALL NOT EXCEED THE AGGREGATE AMOUNT OF TEN MILLION DOLLARS ($10,000,000). C. THESE LIMITATIONS, EXCLUSIONS AND DISCLAIMERS SHALL APPLY TO ALL CLAIMS FOR DAMAGES, WHETHER BASED IN. CONTRACT, WARRANTY, STRICT LIABILITY, NEGLIGENCE, TORT OR OTHERWISE. THE PARTIES AGREE THAT THESE LIMITATION OF LIABILITY ARE AGREED ALLOCATIQNS OF RISK CONSTITUTING IN PART THE CONSIDERATION FOR CONTRACT VENDOR'S SALE OF PRODUCTS, SOFTWARE OR SERVICES TO ORDERING ENTITY,AND SUCH LIMITATIONS WILL APPY NOTWITHSTANDING THE FAILURE OF ESSENTIAL PURPOSE OF ANY LIMITED REMEDY AND EVEN IF A PARTY HAS BEEN ADVISED OF THE POSSIBILITY OF SUCH LIABILITIES. 34. SERVICE AGREEMENTS. NEGOTIATED.Contract Vendor may provide Services, Software or Deliverables to you in accordance with one or more"Service Agreements." "Service Agreements"are service contract¢, including "Service Descriptions"available at www.dell.com/servicecontracts/us, "Statements of Work,"and any other such mutually agreed upon documents. Each Service Agreement will be interpreted as a single agreement, independent of any other Service Agreement, so that all of the provisions are given as full effect as possible. Any and all licensing, maintenance, or order specific agreements referenced within the terms and conditions of this Master agreement are agreed to only to the extent that the terms do not conflict with the terms of the Participating Addendum or the Master Agreement, and to the extent the terms are not in conflict with the Participating Entities' applicable laws. In the event of conflict the terms and conditions, the Participating Addendum, and then the Master Agreement shall take precedence, as detailed in the Order of Precedence defined herein. Notwithstanding the 14 CONTRACT NO. MNWNC-108 MASTER AGREEMENT AWARD COMPUTER EQUIPMENT DELL MARKETING L.P. Page 69 of 1406 E foregoing, licensing, maintenance agreements, or order specific agreements may be further negotiated by the Contract Vendor and the potential Purchasing Entity, provided the contractual documents are duly executed in writing. 35. SOFTWARE LICENSE. NEGOTIATED. Software(defined as any software, library, utility, tool, or other computer or program code, in object(binary)or source-code form as well as the related documentation provided by Contract Vendor to Purchasing Entity) is subject to the separate license agreements accompanying the Software, along with any product guides,'operating manuals, or other documentation included with the software media packaging or presented:to Purchasing Entity during the installation or use of the Software. Purchasing Entity agrees that it will be bound by such license agreement. Any and all licensing, maintenance, or order specific agreements referenced within the terms and conditions of this Master agreement are agreed to only to the extent that the terms do not conflict with the terms of the Participating Addendum or the Master Agreement, and to the extent the terms are not in conflict with the Participating Entities' applicable laws.. in the event of conflict the terms and conditions, the Participating Addendum, and then the Master Agreement shall take precedence, as detailed in the Order of Precedence defined herein. Notwithstanding the foregoing, licensing, maintenance agreements, or order specific agreements may be further negotiated by the Contract Vendor and the potential Purchasing Entity, provided the contractual documents are duly executed in writing. 36. EXPORT COMPLIANCE.: NEGOTIATED.Contract Vendor, Lead State and Purchasing Entities acknowledge that products(including software) sold or licensed under this Master Agreement are subject to the export control laws and regulations of the United States and other countries from which they were supplied and in which they are used and Purchasing Entity agrees to abide by those laws and regulations. Purchasing Entity warrants that any software provided by it and used as a part of the services supplied by Contract Vendor under this Master Agreement contains no encryption or to the extent that it contains encryption such software is approved for export under the relevant laws or regulations. 37. RETURNS AND EXCHANGES. NEGOTIATED. Contract Vendor's return policy can be found at www.dell.com/returnspolicy and applies to any returns and exchanges. Before returning or exchanging a Product, Purchasing Entity must contact Contract Vendor directly to obtain an authorization number to include with the return. Purchasing Entity must return Products to Contract Vendor in their original or equivalent packaging, and Purchasing Entity is responsible for risk of loss, as well as shipping and handling fees.Additional fees, including up to a 15% restocking fee, may apply. Restocking fees must be approved by the customer. If Purchasing Entity fails to follow the return or exchange instructions provided by Contract Vendor, Contract Vendor will not be responsible for any loss, damage, or modification of a Product, or processing of a Product for disposal or resale. Credit for partial returns may be less than invoice or individual component prices due to bundled or promotional pricing associated with the original purchase. This.restocking fee shall not apply in the case of Contract Vendor error. i i 15 CONTRACT NO. MNWNC-108 MASTER AGREEMENT AWARD COMPUTER EQUIPMENT DELL MARKETING L.P. Page 70 of 1406 MASTER AGREEMENT TERMS AND CONDITIONS C. MINNESOTA TERMS AND CONDITIONS 1. ACCEPTANCE OF PROPOSAL CONTENT. The contents of this RFP and selected portions of response of the successful Proposer will become contractual obligations, along with the final Master Agreement, if acquisition action ensues. The Lead State is solely responsible for rendering the decision in matters of interpretation of all terms and conditions. 2. ACCESSIBILITY STANDARDS. The State of Minnesota has developed IT Accessibility Standards effective September 1,2010, which entails, in part, the Web Content Accessibility Guidelines(WCAG)2.0(Level AA) and Section 508 Subparts A-D which can.be viewed at http:/Iwww.mmd.admin.state.mn.us/pdf/accessibility standard. df Responders must complete the WCAG VPAT form included in the FORMS section of the RFP. The completed VPAT form will be scored based on its compliance with the Accessibility Standards. The requested WCAG VPAT applies to the responder's website to be offered under the Contract. For products offered,VPATS are only to be provided upon request by the participating entity. Upon request by the participating entity, the responder must make best efforts to provide Voluntary Product Accessibility Templates(VPATS)for all products offered in its response. Click here for link to VPATS for both Section 508 VPAT and WCAG 2.0 VPAT http://mn.goy/oet`/policies-and-standards/accessibility)#. 3. ADMINISTRATIVE PERSONNEL CHANGES. The Contract Vendor must notify the Contract Administrator of changes in the Contract Vendor's key administrative personnel, in advance and in writing.Any employee of the Contract Vendor who,: in the opinion of the State of Minnesota, is unacceptable, shall be removed from the project upon written notice to the Contract Vendor. In the event that an employee is removed pursuant to a written request from the Acquisition Management Specialist, the Contract Vendor shall have 10 working days in which to fill the vacancy with an acceptable employee. 4. AMENDMENT(S). Master Agreement amendments shall be negotiated by the Lead State with the Contract Vendor whenever necessary to address changes in the terms and conditions, costs,timetable, or increased or decreased scope of work.An approved Master Agreement amendment means one approved by the authorized signatories of the Contract Vendor and the Lead State as required bylaw. 5. AMERICANS WITH DISABILITIES ACT (ADA). DELETED. 6. AWARD OF RELATED CONTRACTS. In the event the Lead State undertakes or awards supplemental Contracts for work related to the Master Agreement or any portion thereof, the Contract Vendor shall cooperate fully with all other Contract Vendors and the State in all such cases.All Master Agreements between subcontractors and the Contract Vendor shall include a provision requiring compliance with this section. j I 7. AWARD OF SUCCESSOR CONTRACTS. In the event the State undertakes or awards a successor for work related to the Contract or any portion thereof, the current Contract Vendor shall cooperate fully during the transition with all other Contract Vendors and the State in all such cases. All Master Agreements between subcontractors and the Contract Vendor shall include a provision requiring compliance with this section. 8. CERTIFICATION REGARDING DEBARMENT, SUSPENSION, ]INELIGIBILITY AND VOLUNTARY EXCLUSION a. Certification regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion—Lower Tier Covered Transactions. Instructions for certification: 1. By signing and submitting this proposal,the prospective lower tier participant[responder] is providing the certification set out below. I 2. The certification in.this clause is a material representation of fact upon which reliance was placed when this transaction was entered into. If it is later determined that the prospective lower tier participant knowingly rendered an erroneous certification, in addition to other remedies available to the federal government, the department or agency with which this transaction originated may pursue available remedies, including suspension and/or debarment. 3. The prospective lower tier participant shall provide immediate written notice to the person to whom this proposal [response] is submitted if at anytime the prospective lower tier participant learns that its certification 16 CONTRACT NO. MNWNC-108 MASTER AGREEMENT AWARD COMPUTER EQUIPMENT DELL MARKETING L.P. Page 71 of 1406 i was erroneous when submitted or had become erroneous by reason of changed circumstances. 4. The terms covered transaction, debarred, suspended, ineligible lower tier covered transaction, participant, person, primary covered transaction, principal, proposal, and voluntarily.excluded, as used in this clause, have the meaning set.out in the Definitions and Coverages section of rules implementing Executive Order 12549. You may contact the person to which this proposal is submitted for assistance in obtaining a copy of those regulations. 5. The prospective lower tier participant agrees by submitting this response that, should the proposed covered transaction be entered into, it shall not knowingly enter into any lower tier covered transaction [subcontract equal to or exceeding $25,000]with a person who is proposed for debarment under 48 CFR part 9, subpart 9.4, debarred, suspended, declared ineligible, or voluntarily excluded from participation in this covered transaction, unless authorized by the department or agency with which this transaction originated. 6. The prospective lower tier participant further agrees by submitting this proposal that it will include this clause titled, "Certification Regarding Debarment, Suspension, Ineligibility, and Voluntary Exclusion—Lower Tier Covered Transaction,"without modification, in all lower tier covered transactions and in all solicitations for lower tier covered transactions. 7. A participant in a covered transaction may rely upon a certification of a prospective participant in a lower tier covered transaction that it is not proposed for debarment under 48 CFR part 9, subpart 9.4, debarred, suspended,ineligible,or voluntarily excluded from covered transactions, unless it knows that the certification is erroneous.A participant may decide the method and frequency by which it determines the eligibility of its principals. Each participant may, but is not required to, check the list of parties excluded from federal procurement and nonprocurement programs. 8. Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render in good faith the certification required by this clause. The knowledge and information of a participant is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. 9. Except for transactions authorized under paragraph 5 of these instructions, if a participant in a covered transaction knowingly enters into a lower tier covered transaction with a person who is proposed for. debarment under 48 CFR part 9, subpart 9.4, suspended, debarred, ineligible, or voluntarily excluded from participation in this transaction, in addition to other remedies available to the Federal government, the department or agency with which this transaction originated may pursue available remedies, including suspension and/or debarment. b. Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion —Lower Tier Covered Transactions. 1. The prospective lower tier participant certifies, by submission of this proposal, that neither it nor its principals is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by any Federal department or agency. I 2. Where the prospective lower tier participant is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation to this proposal. 9. CHANGE REQUESTS.The Lead State reserves the right to request, during the term of the Master Agreement, changes to the products offered. Products An during the term of the Master Agreement shall go through a formal review process.A formal process of changing the Master Agreement shall be developed during the negotiation of the Master Agreement. The Contract Vendor shall evaluate and recommend products for which agencies have an expressed need. The Lead State shall require the Contract Vendor to provide a summary of its research of those products being recommended for inclusion in the Master Agreement.as:Well as defining how adding the product will enhance the Master Agreement.The Lead State may request that products, other than those recommended, are added to the Master Agreement.. In the event that the Lead State desires to add new products and services that are not included in the original Master Agreement,the Lead State requires that independent manufacturers and resellers cooperate with the already established Contract Vendor in order to meet the Lead State's requirements. Evidence of the need to add products or services should be demonstrated to the Lead State. The Master Agreement shall be modified via supplement or 17 CONTRACT NO. MNWNC-106 MASTER AGREEMENT AWARD COMPUTER EQUIPMENT DELL MARKETING L.P. Page 72 of 1406 amendment. The Lead State will negotiate the inclusion of the products and services with the Contract Vendor. No products or services will be added to the Master Agreement without the Lead State's prior approval. 10. CONFLICT MINERALS. Contract Vendor must provide information to the public on its website regarding the use of I conflict minerals, as required by Section 13(p)of the Securities Exchange Act of 1934, as amended, and the rules promulgated thereunder. See: http://www:sec.gov/rules/final/2012/34-67716.Pdf. 11. COPYRIGHTED MATERIAL WAIVER.The Lead State reserves the right to use, reproduce and publish proposals in I any manner necessary for State agencies and local units of government to access the responses and/or to respond to h request for information pursuant to Minnesota Government Data Practices Act, , including but not limited to emailing, photocopying, State Intranet/Internet postings, broadcast faxing, and direct mailing. In the event that the response contains copyrighted or trademarked materials,:it is the responder's responsibility to obtain permission for the Lead State to reproduce and publish the information, regardless of whether the responder is the manufacturer or reseller of the products listed in the materials. By signing its response, the responder certifies that it has obtained all necessary approvals for the reproduction and/or distribution of the contents of its response and agrees to indemnify, protect, save and hold the Lead State, its representatives and.employees harmless from any and all claims arising from the violation of this section and agrees to pay all legal fees incurred by the Lead State in the defense of any such action. 12. EFFECTIVE DATE. Pursuant to Minnesota law,the Master Agreement arising from this RFP shall be effective upon the date of final execution by the Lead State, unless a later date is specified in the Master Agreement. 13. FOREIGN OUTSOURCING OF WORK. Upon request, the Contract Vendor is required to provide information regarding the location of where services, data storage and/or location of data processing under the Master Agreement will be performed. 14. GOVERNMENT DATA PRACTICES. The Contract Vendor and the Lead State must comply with the Minnesota Government Data Practices.Act, Minn.-Stat. Ch. 13, (and where applicable, if the Lead State contracting party is part of the judicial branch, with the Rules of Public Access to Records of the Judicial Branch promulgated by the Minnesota Supreme Court as the same may be amended from time to time)as it applies to all data provided by the Lead State to the Contract Vendor and all data provided to the Lead State by the Contract Vendor. In addition, the Minnesota Government Data Practices Act applies to all data created, collected, received, stored, used, maintained, or disseminated by the Contract Vendor in accordance with the Master Agreement that is private, nonpublic, protected nonpublic, or confidential as defined by the Minnesota Government Data Practices Act, Ch. 13 (and where applicable, that is not accessible to the public under the Rules of Public Access to Records of the Judicial Branch). In the event the Contract Vendor receives a request to release the data referred to in this article,the Contract Vendor must immediately notify the Lead State. The Lead State will give the Contract Vendor instructions concerning the release of the data to the requesting party before the data is released. The civil remedies of Minn. Stat. § 13.08, apply to the release of the data by either the Contract Vendor or the Lead State. The Contract Vendor agrees to indemnify, save, and hold the State of Minnesota, its agent and employees, harmless from all claims arising out of, resulting from, or in any manner attributable to any violation of any provision of the Minnesota Government Data Practices Act(and where applicable, the Rules of Public Access to Records of the Judicial Branch), including legal fees and disbursements paid or incurred to enforce this provision of the Master Agreement. In the event that the Contract Vendor subcontracts any or all of the work to be performed under the Master Agreement, the Contract Vendor shall retain responsibility under the terms of this article for such work. 15. HAZARDOUS SUBSTANCES.To the extent that the goods to be supplied by the Contract Vendor contain or may create hazardous substances, harmful physical agents or infectious agents asset forth in applicable State and federal laws and regulations, the Contract Vendor must provide Material Safety Data Sheets regarding those substances.A copy must be included with each delivery. 16. HUMAN RIGHTSIAFFIRMATIVE ACTION.The Lead State requires affirmative action compliance by its Contract Vendors in accordance with.Minn. Stat. § 363A.36 and Minn. R. 5000..:3400 to 5000.3600. a. Covered contracts.and Contract Vendors. One-time acquisitions, or a contract for a predetermined amount of goods and/or services, where the amount of your response is in excess of$100,000 requires completion of the Affirmative Action Certification page. If the solicitation is for a contract for an indeterminate amount of goods and/or services, and the State estimated total value of the contract exceeds$100,000 whether it will be a multiple award contract or not, you must complete the Affirmative Action Certification page. If the contract dollar amount or the State estimated total contract amount exceeds$100,000 and the Contract Vendor employed more than 18 CONTRACT NO. MNWNC-108 MASTER AGREEMENT AWARD COMPUTER EQUIPMENT DELL MARKETING L.P. Page 73 of 1406 i i 40 full-time employees on a single working day during the previous 12 months in Minnesota or in the state where it has its principal place of business, the Contract Vendor must comply with the requirements of Minn. Stat. §363A.36, subd. 1 and Minn. R. 5000.3400 to 5000.3600. A Contract Vendor covered by Minn. Stat. §363A.36, subd. 1 and Minn. R. 5000.3400 to 5000.3600 that had more than 40 full-time employees within Minnesota on a single working day during the previous 12 months must have a certificate of compliance issued by the commissioner of the Department of Human Rights (certificate of compliance). A Contract Vendor covered by Minn. Stat. §363A.36, subd. 1 that did not have more than 40 full-time employees on a single working day during the previous 12 months within Minnesota but that did have more than 40 full-time employees in the state where it has its principal place of business and that does not have a certificate of compliance must certify that it is in compliance with federal affirmative action requirements. b. Minn. Stat. §363A.36, subd. 1 requires the Contract Vendor to have an affirmative action plan for the employment of minority persons, women, and qualified disabled individuals approved by the commissioner of the Department of Human Rights (commissioner) as indicated by a certificate of compliance. Minn. Stat. § 363A.36 addresses suspension or revocation of a certificate Of compliance and contract consequences in that event.A contract awarded without a certificate of compliance may be voided. c. Minn, R. 5000.3400-5000.3600 implement Minn. Stat.§363A.36. These rules include, but are not limited to, criteria for contents, approval, and implementation of affirmative action plans; procedures for issuing certificates of Compliance and criteria for determining a Contract Vendor's compliance status; procedures for addressing deficiencies, sanctions, and notice and hearing; annual compliance reports; procedures for compliance review; and contract consequences for noncompliance. The specific criteria for approval or rejection of an affirmative action plan are contained in various provisions of Minn. R. 5000.3400-5000.3600 including, but not limited to, parts 5000.3420-5000.3500 and parts 5000.3552-5000.3559. d. Disabled Workers. Minn.R. 5000.3550 provides the Contract Vendor must comply with the following affirmative action requirements for disabled workers. AFFIRMATIVE ACTION FOR DISABLED WORKERS (a) The Contract Vendor must not discriminate against any employee or applicant for employment because of physical or mental disability in regard to any position for which the employee or applicant for employment is qualified. The Contract:Vendor agrees to take affirmative action to employ, advance in employment, and otherwise treat qualified disabled persons without discrimination based upon their physical or mental disability in all employment practices such as 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. (b) The.Contract Vendor agrees to comply with the rules and relevant orders of the Minnesota Department of Human Rights issued pursuant to the Minnesota Human Rights Act. (c) In the event of the Contract Vendor's noncompliance with the requirements of this clause, actions for noncompliance may be taken in accordance with Minn. Stat. §363A.36 and the rules and relevant orders of the Minnesota Department of Human Rights issued pursuant to the Minnesota Human Rights Act. (d) The Contract Vendor agrees to post in conspicuous places, available to employees and applicants for employment, notices in a form to be prescribed by the commissioner of the Minnesota Department of Human Rights. Such notices must state the Contract Vendor's obligation under the law to take affirmative action to employ and advance in employment qualified disabled employees and applicants for employment, and the rights of applicants and employees: (e) The Contract Vendor must notify each labor union or representative of workers with which it has a collective bargaining agreement or other contract understanding, that the Contract Vendor is bound by the terms of Minn. Stat. § 363A.36 of the Minnesota Human Rights Act and is committed to take affirmative action to employ and advance in employment physically and mentally disabled persons. e. Consequences. The consequences of a Contract Vendor's failure to implement its affirmative action plan or make a good faith effort to do so include, but are not limited to, suspension or revocation of a certificate of compliance by the commissioner, refusal by the commissioner to approve subsequent plans, and termination of all or part of the Contract by the commissioner or the State. 19 CONTRACT NO. MNWNC-108 MASTER AGREEMENT AWARD COMPUTER EQUIPMENT DELL MARKETING L.P. Page 74 of 1406 f. Certification. The Contract Vendor hereby certifies that it is in compliance with the requirements of Minn. Stat. §363A.36, subd. 1 and Minn. R. 5000.3400-5000.3600 and is aware of the consequences for noncompliance. It is agreed between the parties that Minn. Stat. 363.36 and Minn. R. 5000.3400 to 5000.3600 are incorporated into any contract between these parties based upon this specification or any modification of it. A copy of Minn. Stat. §363A.36 and Minn. R. 5000.3400 to 5000.3600 are available upon request from the contracting agency. 17. INDEMNIFICATION.NEGOTIATED.The Contract Vendor shall indemnify, protect, save and hold harmless the Lead State and.the Participating Entity, its representatives and employees, from any and all third party claims or causes of action for personal bodily injury, including death, and damage to tangible personal property, including all legal fees incurred by the Lead State and the Participating Entity arising from the negligence in the performance of the Master f Agreement by the Contract Vendor or its agents, employees, or subcontractors.This clause shall not be construed to bar any legal remedies the Contract Vendor may have with the Lead State's and Participating Entity's failure to fulfill its obligations pursuant to the Master Agreement. If the Participating Entity's laws require approval of a third party to defend Participating Entity, Participating Entity will j seek such approval and if approval is not received, Contract Vendor is not required to defend that Participating Entity. 18. INTELLECTUAL PROPERTY INDEMNIFICATION. NEGOTIATED In the event of any such claim by any third party against the Participating Entity that Products, Software, Services or Deliverables (excluding Third-Party Products and open source software) prepared or produced by Dell and delivered pursuant to this Agreement infringe or misappropriate that third party's U.S. patent, copyright, trade secret, or other intellectual property rights ("Indemnified Claims"),the Participating Entity shall promptly notify the Contract Vendor. The Contract Vendor, at its own expense, shall indemnify; defend to the extent permitted by the Participating Entity's laws, and hold harmless the Participating Entity against any loss, cost, expense, or liability(including legal fees)arising out of such a claim,whether or not such claim is successful against the Participating Entity. If Contract Vendor receives prompt notice such a claim that in the Contract Vendor's opinion is likely to result in an adverse ruling, the Contract Vendor shall at its option (1)obtain a right for the Participating Entity to continue using such Products, Deliverables or Software or allow Contract Vendor to continue performing the Services; (2) modify such Products, Software, Services or Deliverables to make them non-infringing; (3) replace such Products, Software, Services or.Deliverables with a non-infringing equivalent; or(4) refund any pre-paid fees for the allegedly infringing Services that have not been performed or provide a reasonable depreciated or pro rata refund for the allegedly infringing Product, Deliverables or Software. Notwithstanding the foregoing, Contract Vendor shall have no obligation under this Section for any claim resulting or arising from (1) modifications of the Products, Software, Services Deliverables that were not performed by or on behalf of Contract Vendor;(2)the combination, operation, or use of the Products, Software, Services or Deliverables in connection with a third-party product, software or service(the combination of which causes the claimed infringement); or(3) Contract Vendor's compliance with Participating Entity's written specifications or directions, including the incorporation of any software or other materials or processes provided by or requested by Participating Entity. Contract Vendor's duty to indemnify and defend under this Section is contingent upon: (x) Contract Vendor receiving prompt written notice of the third-party claim or action for which Contract Vendor must indemnify Participating Entity, (y) Contract Vendor having the right to solely control the defense and resolution of such claim or action, and (z) Participating Entity's cooperation with Contract Vendor in defending and resolving such claim or action. This Section states Participating Entity's exclusive remedies for any third-party intellectual property claim or action, and nothing in this Agreement or elsewhere will obligate Contract Vendor to provide any greater indemnity to Participating Entity. 19. JURISDICTION AND VENUE.This RFP and any ensuing Master Agreement, its amendments and supplements thereto, shall be governed by the laws of the State of Minnesota, USA.Venue for all legal proceedings arising out of the Master Agreement, or breach thereof, shall be in the State or federal court with competent jurisdiction in Ramsey County, Minnesota. By submitting a response to this Request for Proposal, a Responder voluntarily agrees to be subject to the jurisdiction of Minnesota for all proceedings arising out of this RFP, any ensuing Master Agreement, or any breach thereof. 20. LAWS AND REGULATIONS. Any and all services, articles or equipment offered and furnished must comply fully with all local, State and federal laws and regulations, including Minn. Stat. § 181.59 prohibiting discrimination and business registration requirements of the Office of the Minnesota Secretary of State. 21. NONVISUAL ACCESS STANDARDS. Pursuant to Minn. Stat. § 16C.145, the Contract Vendor shall comply with the following nonvisual technology access standards 20 CONTRACT NO. MNWNC-108 MASTER AGREEMENT AWARD COMPUTER EQUIPMENT DELL MARKETING L.P. Page 75 of 1406 i I a. That the effective interactive control and use of the technology, including the operating system applications j programs, prompts, and format of the data presented, are readily achievable by nonvisual means; b. That the nonvisual access technology must be compatible with information technology used by other individuals with whom the blind or visually impaired individual must interact; c. That nonvisual access technology must be integrated into networks used to share communications among employees, program participants, and the public; and d. That the nonvisual access technology must have the capability of providing equivalent access by nonvisual means to telecommunications or other interconnected network services used by persons who are not blind or visually impaired. These standards do not require the installation of software or peripheral devices used for nonvisual access when the information technology is being used by individuals who are not blind or visually impaired. 22. NOTICE TO RESPONDERS. Pursuant to Minn. Stat. §270C.65, subd. 3, Contract Vendors are required to provide their Federal Employer Identification Number or Social Security Number. This information may be used in the enforcement of federal and State tax:laws. Supplying these numbers could result in action to require a Contract Vendor to file tax returns and pay delinquent tax liabilities. These numbers will be available to federal and State tax authorities and State personnel involved in the payment of State obligations. 23. ORGANIZATIONAL CONFLICTS OF INTEREST. The responder warrants that, to the best of its knowledge and belief, and except as otherwise disclosed, there are no relevant facts or circumstances which could give rise to organizational conflicts of interest. An organizational conflict of interest exists when, because of existing or planned activities or because of relationships with other persons: • a Contract Vendor is unable or potentially unable to render impartial assistance or advice to the State; a the Contract Vendor's objectivity in performing the work is or might be otherwise impaired; or • the Contract Vendor has an unfair competitive advantage. The Contract Vendor agrees that if an organizational.conflict of interest is discovered after award, an immediate and full disclosure in writing shall be made to the Assistant Director of the Department of Administration's Materials Management Division that shall include a description of the action the Contract Vendor has taken or proposes to take to avoid or mitigate such conflicts. If an organizational conflict of interest is determined to exist, the State may, at its discretion, cancel the Master Agreement. In the event the Contract Vendor was aware of an organizational conflict of interest prior to the award of the Master Agreement and did not disclose the conflict to the Master Agreement Administrator,the State may terminate the Master Agreement for default. The provisions of this clause shall be included in all subcontracts for work to be performed,and the terms"Contract,""Contract Vendor,""Master Agreement", "Master Agreement Administrator"and "Contract Administrator" modified appropriately to preserve the State's rights. 24. PAYMENT CARD INDUSTRY DATA SECURITY STANDARD AND CARDHOLDER INFORMATION SECURITY. Contract Vendor assures all of its Network Components, Applications, Servers, and Subcontractors(if any) comply with the Payment Card Industry Data:Security Standard ("PCIDSS"). "Network Components" shall include, but are not limited to, Contract Vendor's firewalls, switches, routers, wireless access points, network appliances, and other security appliances; "Applications"shall include, but are not limited.to, all purchased and custom external (web) applications. "Servers" shall include, but are not limited to, all of Contract Vendor's web, database, authentication, DNS, mail, proxy, and NTP servers. "Cardholder Data" shall mean any personally identifiable data associated with a cardholder; including, by way of example and without limitation, a cardholder's account number, expiration date, name, address, social security number, or telephone number. Subcontractors (if any) must be responsible for the security of all Cardholder Data in its possession; and will only use Cardholder Data for assisting cardholders in completing a transaction, providing fraud control services, or for other uses specifically required by law. Contract Vendor must have a business continuity program which.conforms to PCIDSS to protect Cardholder Data in the event of a major disruption in its operations or in the event of any other disaster or system failure which may occur to operations; will continue to safeguard Cardholder Data in the event this Agreement terminates or expires; and ensure that a representative or agent of the payment card industry and a representative or agent of the State shall be provided with full cooperation and access to conduct a thorough security 21 CONTRACT NO. MNWNC-108 MASTER AGREEMENT AWARD COMPUTER EQUIPMENT DELL MARKETING L.P. Page 76 of 1406 i review of Contract Vendor's operations, systems, records, procedures, rules, and practices in the event of a security intrusion in order to validate compliance with PCIDSS. 25. PERFORMANCE WHILE DISPUTE!S PENDING. Notwithstanding the existence of a dispute, the parties shall continue.without delay to carry out all of their responsibilities under the Master Agreement that are not affected by the dispute. If a party fails to continue without delay to perform its responsibilities under the Master Agreement, in the accomplishment of all undisputed work, any additional cost incurred by the other parties as a result of such failure to proceed shall be borne by the responsible party. 26. PREFERENCE. Targeted/Economically Disadvantaged.ln accordance with Minn. Stat.§ 16C.16, subds. 6 and 7, eligible certified targeted group (TG) businesses and certified economically.disadvantaged (ED) businesses will receive a 6 percent preference on the basis of award for this RFP. The preference is applied only to the first$500,000 of the response to the RFP. Eligible TG businesses must be currently certified by the Materials Management Division prior to the bid opening date and time. To verify TG/ED certification, refer to the.Materials Management Division's web site at www.mmd.admin.state.mn.usunder"Vendor Information, Directory of Certified TG/ED Vendors." To verify TG eligibility for preference, refer to the Materials Management Division's web site under"Vendor j Information, Targeted Groups Eligible for Preference in State Purchasing" or call the Division's HelpLine at 651.296.2600: Reciprocal Preference. In accordance with Minn. Stat. §16C.06, subd 7,the acquisition of goods or services shall be allowed a preference over a non-resident vendor from a state that gives or requires a preference to vendors from that j state, the preference shall be equal to the preference given or required by the state of the non-resident vendor. If you wish to be considered a Minnesota Resident vendor you must claim that by filling out the Resident Vendor Form included in this solicitation and include it in your response, I Veteran. In accordance with Minn. Stat. § 16C.16, subd..6a, (a) Except when mandated by the federal government as a condition of receiving federal funds, the commissioner shall award up to a six percent preference in the amount bid on state procurement to certified small businesses that are majority-owned and operated by: (1) recently separated veterans who have served in active military service, at anytime on or after September 11, 2001, and who have been discharged under honorable conditions from active service, as indicated by the person's United States Department of Defense form DD-214 or by the commissioner of veterans affairs; (2) veterans with service-connected disabilities, as determined at anytime by the United.States Department of Veterans Affairs; or (3) any other veteran-owned small businesses certified under section 16C.19, paragraph (d). In accordance with Minn. Stat. § 16C.19(d), a veteran-owned small business,the principal place of business of which is in Minnesota, is certified if it has been verified by the United States Department of Veterans Affairs as being either a veteran-owned small business or a:service disabled veteran-owned small business, in accordance with Public Law 109-461 and Code of.Federal Regulations, title 38, part 74. To receive a preference the veteran-owned small business must meet the statutory requirements above by the solicitation opening date and time. The preference is applied only to the first$500,000 of the response. If responder is claiming the veteran-owned preference, attach documentation, sign and return form with response to the solicitation. Only eligible veteran-owned small businesses that meet the statutory requirements and provide adequate documentation will be given the preference. 27. PUBLIC INFORMATION. Once the information contained in the responses is deemed public information, interested parties may request to obtain the public information. You may call 651.201.2413 between the hours of 8:00 a.m. to 4:30 p.m. to arrange this. 28. PUBLICITY. Any publicity given to the program, publications or services provided resulting from a State contract for goods or services, including but not limited to notices, informational pamphlets, press releases, research, reports, signs and similar public notices prepared by or for the Contract Vendor, or its employees individually or jointly with others, or any subcontractors, shall identify the State as the sponsoring agency and shall not be released, unless such release is a specific part of an approved work plan included in the Master Agreement prior to its approval by the State's Authorized Representative and the State's Assistant Director or designee of Materials Management Division. The Contract Vendor shall make no representations of the State's opinion or position as to the quality or effectiveness of the products and/or services that are.the subject of the Master Agreement without the prior written consent of the 22 CONTRACT NO. MNWNC-908 MASTER AGREEMENT AWARD COMPUTER EQUIPMENT DELL MARKETING L.P. Page 77 of 1406 i i i State's Assistant Director or designee of Materials Management Division. Representations include any publicity, including but not limited to advertisements, notices, press releases, reports, signs, and similar public notices. 29. PURCHASE ORDERS. NEGOTIATED. The State requires that there will be no minimum order requirements or charges to process an individual purchase order. The Master Agreement number and the PO number must appear on all documents(e.g., invoices, packing slips, etc.).The Ordering Entity's purchase order constitutes a binding contract. Unless otherwise expressly agreed between a Purchasing Entity and the Contract Vendor, any preprinted terms on the Purchasing Entity's purchase order shall be given no force or effect and no terms of a purchase order that conflict with this Master Agreement or the Participating Addendum shall be binding on Contract Vendor. 30. RIGHTS RESERVED. Notwithstanding anything to the contrary, the State reserves the right to: a. :reject any and all responses received; b. select, for Master Agreements or for negotiations, a response other than that with the lowest cost; c. waive or modify any informalities, irregularities, or inconsistencies in the responses received; d. negotiate any aspect of the proposal with any responder and negotiate with more than one responder; e. request a BEST and FINAL OFFER, if the State deems it necessary and desirable;and f. terminate negotiations and select the next response providing the best value for the State, prepare and release a new RFP, or take such other action as the State deems appropriate if negotiations fail to result in a successful Master Agreement. 31. RISK OF LOSS OR DAMAGE, The State is relieved of all risks of loss or damage to the goods and/or equipment during periods of transportation, and installation by the Contract Vendor and in the possession of the Contract Vendor or their authorized agent. 32. SEVERABILITY. If any provision of the Master Agreement, including items incorporated by reference, is found to be illegal, unenforceable, or void,then both the State and the Contract Vendor shall be relieved of all obligations arising under such provisions. If the remainder of the Master Agreement is capable of performance it shall not be affected by such declaration or finding and shall be fully performed. 33. STATE AUDITS (Minn. Stat. § 16C.05, subd. 5). The books, records, documents, and accounting procedures and practices of the Contract Vendor or other party, that are relevant to the Master Agreement or transaction are subject to examination by the contracting agency and either the Legislative Auditor or the State Auditor as appropriate for a minimum of six years after the end of the Master Agreement or transaction. The State reserves the right to authorize delegate(s)to audit this Master Agreement and transactions. 34. SURVIVABILITY.The following rights and duties of the State and responder will survive the expiration or cancellation of the resulting Master Agreements. These rights and duties include, but are not limited to paragraphs: j Indemnification, Hold Harmless and Limitation of Liability, State Audits, Government Data Practices, Governing Law, Jurisdiction and Venue, Publicity, Intellectual Property Indemnification, and Admin Fees. i 35. TRADE SECRETICONFIDENTIAL INFORMATION.Any information submitted as Trade Secret must be identified and submitted per the Trade Secret Form and must meet Minnesota Trade Secret as defined in Minn. Stat. § 13.37 i 23 CONTRACT NO. MNWNC-108 MASTER AGREEMENT AWARD COMPUTER EQUIPMENT DELL MARKETING L.R Page 78 of 1406 I COMPUTER EQUIPMENT IiIHOSO)LI2014-2019 DEPARTMENT OF ADMINISTRATION MINNESOTA WSCA-NASPO MASTER AGREEMENT AWARD EXHIBIT B - PRICING 1. BAND(S)AWARDED: Band 1: Desktop Band 2: Laptop Band 3: Tablet Band 4: Server Band 5: Storage. 2. PRICE STRUCTURE.The contract employs a MINIMUM discount-off baseline price list structure with category exceptions for each band. The category discounts may be higher or lower than the than the band discount. The minimum discount and categorized exceptions will be applied to all"quantity one' procurements.An end user will be able to verify pricing using the named base line price list and the minimum discounts with the categorized exceptions provided in the Master Agreement. 3. PRICE GUARANTEE.These discounts must remain firm, or the discount may be increased, during the term of the Master Agreement. 4. BASELINE PRICE LIST.The Base Line Price is designated in the Pricing Discount Schedule. The Base Line Price List must be accessible and verifiable by potential end users preferably on the Contract Vendor Website.All historic versions of the Baseline Price List must be made available upon request pursuant to the audit provisions. 5. PRODUCT AND SERVICE SCHEDULE(PSS).The Product and Service Schedule(PSS) identifies a complete listing of all products and services included in the awarded Master Agreement. The:PSS serves as the Contract Catalog. The PSS will be submitted to the Lead State following contract award.and must be approved by the Lead State prior to the start of any sales. The PSS must be available on the Contract Vendor website for end users to verify pricing based on the minimum discounts with category exceptions provided off a designated base line price list. The Contract Vendor will work with each State to develop a satisfactory PSS reflecting the individual States restrictions. 6. CHANGES TO THE PSS. Contract Vendor will request changes to the PSS utilizing an Action Request Form (ARF) Submittals will be reviewed by the Lead State quarterly. Obsolete and discontinued products will be removed. 7. BULKIVOLUME PRICING. Further bulk/quantity savings may be obtained when additional quantities are requested. Additional savings are expected when competing awarded vendors for volume pricing. 8. PROMOTIONAL OFFERS. Contract Vendors may provide promotions for deeply discounted products based on their inventory and sales. The Contract Vendors will be responsible to market these offers. 9. PREMIUM SAVINGS PACKAGE PROGRAM. Contract Vendors participating in the Premium Savings Package (PSP) Program will commit to the standard configurations. The standards currently are refreshed every six months (May and November). Refresh.schedule is subject to change. See current configurations: htti)://www.wnpsp.com/index.htmi. States and other Participating Entities can choose to purchase these packages without any signing additional documents. 10. TRADE-IN. Trade-In Programs are the option of the Participating Entity. The Participating Addendum by each State may address the allowance of Trade-Ins. 11. SERVICES.Services are at the option of the Participating Entity. The Participating Addendum by each State may address service agreement terms and related travel. 24 CONTRACT NO. MNWNC-108 MASTER AGREEMENT AWARD COMPUTER EQUIPMENT DELL MARKETING L.P. Page 79 of 1406 i I 12. LEASING.The Discount schedule will indicate if the Contract Vendor provides leasing. Participating Entities may enter in to lease agreements if they have the legal authority to enter into these types of agreements. The Participating Addendum by each State will identify if and how leasing agreement terms will be conducted. 13. FREIGHT.All prices shall be FOB Destination, prepaid and allowed (with freight included in the price), to the address, j receiving dock or warehouse as specified on the ordering agency's purchase order, In those situations in which the "deliver-to"address has no receiving dock or agents,the Contract Vendor must be able to deliver to the person specified on the PO without additional cost. If there is a special case where inside delivery fee must be charged, the Contract Vendor will notify the customer in advance in order for the customer to determine if the additional cost will affect the decision to utilize the Contract Vendor:. 14. DELIVERY. Delivery of ordered product should be completed within thirty(30)calendar days after receipt of an order, unless otherwise agreed to by the ordering agency. I 25 CONTRACT N0. MNWNC-108 MASTER AGREEMENT AWARD COMPUTER EQUIPMENT DELL MARKETING L.P. Page 80 of 1406 COMPUTER EQUIPMENT IiIHIHOSOtdtip( 2014-2019 DEPARTMENT OF ADMINISTRATION MINNESOTA WSCA-NASPO MASTER AGREEMENT AWARD EXHIBIT B - PRICING SCHEDULE 1. BASELINE PRICING DELL RETAIL PRICE LIST LINK: htta./iftobox.us.dG]I.com/sicitweekiYIM ricers ort df 2. ■ DISCOUNTS–(CATEGORY • BANDS) CATEGORY • DESKTOPBAND 1 BAND 2 LAPTOP BAND 3 TABLET H 4% •+ ■4 SERVER A 115% .+ ■ 5 STORAGE + IMPORTANT: The:minimum discount is provided,refer to Contract Vendor's Website for any additional discounts and request a q uote for bulk/volume discounts.All prices shall be FOB Destination,prepaid and allowed(with freight included in the price).If there is a special case where inside delivery fee must be charged,the Contract Vendor will notify the customer in.advance. h CATEGQRY;EXCEPTI0N5 Toner F 1.5% i UaIUe`Latitude,:p tiPtex;Vlforkstatoiz,Selectedpfodutts H 4% , Selected Promo Offers,Inspiron;Selected Latitude,SC PowerEdge;Selected Dell j EMC,DeII Branded S 2.5% Peri heralsllma in : PowerConnect,Axim,Projector,Printer $.are-Warts selee d Dirnerislbn3. B.iand THIRD PARTY PRODUCTSBANDS)„ GATI=GORY—EXCEPTIONS”, Selected Third PartyProducts(software andperipherals) X .5% Selected Third Pa. Printers; ° 4. SERVICES Services are;at the option of ParlI'*"' ig$totes",;Participating Addendurils by each State may atldress'senrice agreement terms and related travel.States tray negotiate additional senrici?s The itialonry'of Dell branded hardware`includes a'one year tivan-anty; Customer may purchase warranty upgrades-:for 2,3 yearsfor certain Deil branded ha[dware as offered py DeII dor Dell standard warranty mformafion see hit';l/uywtiv,doll comlleaminsler iuscq ,.�lsoliitionsllimited=fa'a *6 a+nrarrartiies Selected Service on Poweredge Departmental Servers;Directline Service;.4-Hr On-Site Critical Care Plus; O 13.3% Business CarePlus On-Site Service(all years `''On.site, Next Business:Da "OnsiteXtended rs,'CnticaCOare On-site Service%all' rs;=other SVE877,777 5. LEASING Participating Addendum ma identify if and how Ieasin a reement terms will be conducted. 6. ADDITIONAL DISCOUNTS a. Per Transaction Multiple Unit:Contact your Sales Representative for additional discounts for volume purchases. Minimum Dollar Volume Associated with Maximum Dollar Volume Associated with Cat A only,Single Transaction,Maximum of 10 ship to Single Transaction Single Transaction Locations $50,000.00 $99,999.99 Greater than or Equal to 1% $100,000.00 $199,999.99 Greater than or Equal to 2% $200,000.00 $499,999.99 Greater than or Equal to 4% $500,000.00 $999,999.99 Greater than or Equal to 6% $1,000,000.00 1 No Maximum Greater than or Equal to 8% b. Cumulative:Cumulative Discounts are managed at the Master Agreement Level based on total volume. Cumulative Dell Spend"Gates" Category A Discount Adjustment to.the Matrix U to$2B 13.5% $213 to$413 14% $4B to$fib 14.5% $6B to$86 15% $813 to$1013 15.5% Over$10B 16% c. Other Discounts provided:For purchases made online via Dell.com,Dell offers an additional 0.5%per category,except for Category O. For online purchases of Category O Services,Dell will offer a 13.5%discount. 26 CONTRACT NO. MNWNC-108 MASTER AGREEMENT AWARD COMPUTER EQUIPMENT DELL MARKETING L.P. Page 81 of 1406 COMPUTER EQUIPMENT �.. .. i!t78S8)td7 2014-2019 DEPARTMENT:OF AnMrNIsrRATION MINNESOTA WSCA-NASPO MASTER AGREEMENT AWARD EXHIBIT C - PRODUCT AND SERVICE SCHEDULE (PSS) 1. MAINTAINING THE PSS. The Product and Service Schedule(PSS) identifies a complete listing of all products and services included in the awarded Master Agreement. The PSS serves as the WSCA-NASPO Contract Catalog. The PSS will be submitted to the Lead State following contract award and must be approved by the Lead State prior to the start of any sales. The PSS must be available on the Contract Vendor website for end users to verify pricing based on the minimum discounts with category exceptions provided off a designated base line price list. The Contract Vendor will work with each State to develop a satisfactory PSS reflecting the individual States.restrictions. The Contract Vendor will work to develop a PSS satisfactory to the Lead State prior to the start of sales and containing the following information: a. Band number b. Part#-SKU# c. Manufacturer d. Description e. Minimum Discount f. Category Code(This code will be refined during the approval process) g. Other fields approved by the Lead State 2. CHANGES TO THE PSS: Contract Vendor will request changes to the PSS utilizing an Action Request Form (ARF) Submittals will be reviewed by the Lead State quarterly. Obsolete and discontinued products will be removed. 3. FORMAT: The format for the final product and service schedule will be approved within 30 days of contract award. j Suggested format is provided below: MANUFACTURER NAME DATE: BASELINE PRICE LIST: LINK: i BAND Part#-SKU# MANUFACTURER DESCRIPTION MINIMUM CATEGORY DISCOUNT CODE 1 XYZ ABC DESKTOP 60% 1M 2 550 ZZZZZZZ LAPTOP CART 10% 2TM 3 123A ABC SUPER TABLET 25% 3A 4. THIRD PARTY PRODUCTS:A list of third party products is to be submitted to the Lead State.Approval must be received from the Lead State prior to adding third party products to the Product and Service Schedule. Master Agreement restrictions of third party products include: a. Contract Vendors can only offer Third Party Products in the bands they have been awarded. b. Contract'Vendor cannot offer products manufactured by another Contract Vendor holding a Minnesota WSCA-NASPO Master Agreement unless approved by the Lead State. c. The Contract Vendor will assign the manufacturer or publisher's warranty and maintenance.The Contract Vendor will provide warranty and maintenance call numbers and assist the customer in engaging the manufacturer on warranty and maintenance issues. d. Any additions to the Third Party Product list must be submitted utilizing.the Action Request Form. e. The approved Third Party Product list will be clearly posted on the Vendor provided website and updated as products are approved. i i 27 CONTRACT NO. MNWNC-108 MASTER AGREEMENT AWARD COMPUTER EQUIPMENT DELL MARKETING L.P. Page 82 of 1406 i I I I I i i I COMPUTER EQUIPMENT INTOSO)ItHy 2014-2019 DEPARTMENT OF ADMINISTRATION I MINNESOTA WSCA-NASPO MASTER AGREEMENT AWARD i EXHIBIT D - WEBSITE 1. IMPLEMENTATION.Within 30 calendar days of Master Agreement award, the Contract Vendor must provide a sample URL of the Master Agreement webpage to the Lead State for review and approval. The Lead State will review and determine acceptability of the website format and data. if the information is determined to be unacceptable or incorrect, the Contract Vendor will have 15 calendar days to provide revisions to the Lead State. Once the website is approved,the Contract Vendor may not make material changes to the website without notifying the Lead State and receiving written approval of the changes utilizing the Action Request Form. The Contract Vendor must continue to monitor and update the website throughout the life of the contract. Periodic audits may be conducted to ensure websites are updated and Contract Vendors will be expected to correct deficiencies. i 2. WEBSITE CONTENT. The website must be separate from the Contract Vendor's commercially available(i.e., public) on-line catalog and ordering systems. Contract Vendor agrees to pursue design of a website to include the items listed below. The Lead State will review and determine acceptability of the website format and data as stated in Item 1 above. a. Baseline Price List and historic versions b. Approved Product and Service Schedule(PSS) c. Product specifications, pricing, and configuration aids for the major product categories proposed that can be used to obtain an on-line quote d. Third Party Product list.will be clearly posted on the Vendor provided website and updated as products are approved . e. Link to the WSCA-NASPO EmarketCenter f. Online ordering capability with the ability to remember multiple ship to locations if applicable to product g. Contact information for order placement, service concerns(warranty and maintenance), problem reporting, and billing concerns h. Sales representatives for participating entities is Purchase order tracking j. Available Twenty-four(24) hours per day, seven (7) days per week availability, except for regularly scheduled maintenance k. Additional Terms may.not be posted on the Website without written approval of the Lead State I. Link to the WSCA-NASPO EmarketCenter if a State is participating m. Information on accessibility and accessible products n. If participating in Premium Savings Package Program, lead.with these products and display prominently on the website o. Links to environmental certification, including but not limited to take-back/recycling programs, p. Information regarding the use of Conflict minerals, as required by Section 13(p) of the Securities Exchange Act of 1934, as amended, and the rules promulgated thereunder. See: http://www.sec.gov/rules/final/2012/34-677.16.pdf q. Service options, service agreements for negotiations when allowed by a participating addendum r. EPEAT, Energy Star, etc. s. Link to Signed Participating Addendums t. Link to Signed Master Agreement u. Link to solicitation and Response 3. TERMINATION Upon termination or expiration of the Master Agreement awarded from this RFP all websites, on-line offering systems and Electronic Catalog functions supported and/or available as part of the Master Agreement will i cease and be removed from public viewing access without redirecting to another website. I 28 CONTRACT NO. MNWNC-108 MASTER AGREEMENT AWARD COMPUTER EQUIPMENT DELL MARKETING L.P. i Page 83 of 1406 i COMPUTER EQUIPMENT ... 2014-2019 DEPARTMENT OF ADMIN15TRAVON MINNESOTA WSCA-NASPO MASTER AGREEMENT AWARD EXHIBIT E - ACTION REQUEST UPDATE FORM (ARF) The Action Request Form (ARF) provided in this document must be utilized by the Contract Vendor to provide quarterly updates of PSS and to make requests..The Action Request Forms may be reviewed quarterly by the Lead State. DATE: ATTN: WSCA-NASPO Master Agreement Administrator RE: Master Agreement# with (Contract Vendor) Dear WSCA-NASPO Master Agreement Administrator: (Contract Vendor) is providing the following update and/or requesting the action noted below. Action Requested: Action Log: Verify Log is attached SELECT ACTION BELOW AND PROVIDE REQUIRED INFORMATION: _Update of Product&Service Schedule Provide summary of additions, deletions and pricing changes. NOTE: THIS WILL BE A NOTIFICATION OF CHANGES TO THE PSS, APPROVAL WILL NOT BE NEEDED _Quarterly Self Audit Check this box to verify the Quarterly Self Audit has been completed _Third Party Product Addition Provide warranty Guarantee ^Marketing Approval Attach Materials for review Material Website Change Describe and provide link for review Miscellaneous Inquiry Provide detail (e.g. key contact change, etc.) The Contract Vendor certifies Products and Services provided meet the terms and conditions of the Master Agreement and understands they may be audited for compliance. Additional information may be requested upon submission. The Lead State may remove previously approved items throughout the life of the Master Agreement if in the best interest at its sole discretion. Contract Vendor: Name of Requester: Title of Requester: 29 CONTRACT NO. MNWNC-108 MASTER AGREEMENT AWARD COMPUTER EQUIPMENT DELL MARKETING L.P. Page 84 of 1406 j I COMPUTER EQUIPMENT .* iingS1?f a 2014-2019 DEPARTMENT OF ADMINISTRATION MINNESOTA WSCA-NASPO MASTER AGREEMENT AWARD EXHIBIT E - ACTION REQUEST FORM (ARF) ACTION REQUEST FORM LOG Submit updated Action Log with each update. Log must provide history of previous update. CONTRACT VENDOR: Contact Name and Email (for questions): DATE: DATE ACTION REQUESTED: DATE SUBMITTED APPROVED 14 30 CONTRACT NO. MNWNC-108 MASTER AGREEMENT AWARD COMPUTER EQUIPMENT DELL MARKETING L.P. Page 85 of 1406 IN '6 - COMPUTER EQUIPMENT �..I. .. S61by 2014-2019 DEPARTMENT OF AD&rmisTRATION f I MINNESOTA WSCA-NASPO MASTER AGREEMENT AWARD EXHIBIT F - REPORTING 1. OWNERSHIP: Recipient of the reports shall have exclusive ownership of the media containing the reports. The Lead State and WSCA-NASPO shall have a perpetual, irrevocable, non-exclusive, royalty.free, transferable right to display, modify, copy, and otherwise use reports, data.and information provided. 2. DUE DATE: Reports shall be due no later than the last day of the month following the end of the calendar quarter. I 'FROM TO DUE I Q1 January 1 March 31 Aril 30 Q2 Aril 1 June 30 July 31 Q3 July 1 September 30 October 31 Q4 October 1 December 31 January 31 3. REQUIRED REPORTS: Report Name Submitted to Purpose& Submittal 1 WSCA-NASPO Administrative Fee WSCA- Identify total sales and administrative fee due to WSCA- NASPO NASPO 1)Go to: http://www,naspo.orgM7NCPO/Calculator.aspx 2)Complete all contract report information fields 3) Enter total sales per State or Select"no sales for quarter" checkbox 4)Click on Submit button 2 WSCA-NASPO Detailed Sales WSCA- Detailed sales data by line item. Currently via an Excel Report NASPO template. Future MAY involve a.portal. No modifications may be made by the Contract Vendor to the template. This report may also fulfill the reporting requirements of self audits, premium savings sales, and Bring Your Own Device Employee Sales. 3 Participating States Participating Contract Vendor may utilize the detailed sales report to report State to individual States unless otherwise directed by the State. States may require additional reporting. 4 Participating Addendum Status WSCA- Provides status of Participating Addendums. Excel Template NASPO to be provided by WSCA-NASPO. 5 Premium Saving Package(PSP) PSP Lead Additional reporting may be requested. 6 Quarterly Updates of PSS and Self Lead State Utilize the Action Request Form (ARF) Audit 31 CONTRACT NO. MNWNC-108 MASTER AGREEMENT AWARD COMPUTER EQUIPMENT DELL MARKETING L.P. Page 86 of 1406 JL COMPUTER EQUIPMENT ..., .. j��eSQa 2014-2019 DEPARTMENT OF ADMINISTRATION MINNESOTA WSCA-NASPO MASTER AGREEMENT AWARD EXHIBIT G - DEFINITIONS Acceptance. See Master Agreement Terms regarding Acceptance and Acceptance Testing. Accessory. Accessories do not extend the functionality of the computer, but enhances the user experience i.e., mouse pad, monitor stand. For the purposes of this proposal, accessories are considered peripherals. Bands: For the purpose of this solicitation, there are six product bands which may.be awarded. Each product band includes related peripherals and services. Responders must only respond to Bands in which they manufacture the defined product. Responder may receive an award in one or more bands for which they manufacture a product based on the evaluation. BAND 1: DESKTOP. A desktop computer is a personal computer intended for regular use at a single location. A desktop computer typically comes in several units connected together during installation: 1)the processor, 2)display monitor and 3) input devices usually a keyboard and a mouse.All operating systems for tablets are allowed. Zero Clients, Thin clients, all in ones and workstations will also be included under desktops. Ruggedized equipment may also be included in the Product and Service schedule for this band. BAND 2: LAPTOP. A laptop computer is a personal computer for mobile use. A laptop includes a display, keyboard, point device such as a touchpad and speakers into a single unit.A laptop can be used.away from an outlet using a rechargeable battery. All operating systems for tablets are allowed. Laptops will include notebooks, ultrabook, mobile thin clients, chromebooks and netbooks. Computers with mobile operating systems will also be included under laptops. Tablets that have the option to be utilized with a keyboard can be sold in this band. Ruggedized equipment may also be included in the Product and Service Schedule for this band. BAND 3: TABLET. A tablet is a mobile computer that provides a touchscreen which acts as the primary means of control.All operating systems for tablets are allowed. Ruggedized equipment may also be included as a category in the Product and Service Schedule for this band. BAND 4: SERVER. A server is a physical computer dedicated to run one or more services or applications (as a host)to serve the needs of the users of other computers on a network. This band also includes server appliances. Server appliances have their hardware and software preconfigured by the manufacturer. It also includes embedded networking components such as those found in blade chassis systems. Ruggedized equipment may also be included in the Product and Service Schedule for this band. BAND 5: STORAGE. Storage is hardware with the ability to store large amounts of data. This band includes SAN switching necessary for the proper functioning of the storage environment. Ruggedized equipment may also be included in the Product and Service Schedule for this band: R-.011-0& -DEVICES Ruggedlized refefs to devires speGifirally designed to operate reliably on harsh usage BAND 6 REMOVED. RUGGEDIZED EQUIPMENT MAY BE SOLD IN BANDS 1-5, PROVIDED IT MEETS BAND REQUIREMENTS. Cloud Services. Delivery of computing as a service rather than a product, whereby shared resources, software and information are provided to computers and other devices as a utility over a network, such as the Internet. (Cloud Services including acquisitions structured as managed on-site services are not allowed.) Contract Vendor or Contractor. The manufacturer responsible for delivering products or performing services under the terms and conditions set forth in the Master Agreement. The Contract Vendor must ensure partners utilized in the performance of this contract adhere to all the terms and conditions. For the purposes of this RFP, the term Partner will be utilized in naming the relationship a manufacturer has with another company to market and sell the contract. Participating States will have final determination/approval if a Partner may be approved for that state in the role identified by the Contract Vendor. Components. Parts that make up a computer configuration. Configuration. The combination of hardware and software components that make up the total functioning system. Desktop. This is Band 1 of this solicitation. A desktop computer is a personal computer intended for regular use at a single location. A desktop computer typically comes in several units connected together during installation: 1) the processor, 32 CONTRACT NO. MNWNC-108 MASTER AGREEMENT AWARD COMPUTER EQUIPMENT DELL MARKETING L.P. Page 87 of 1406 2) display monitor and 3) input devices usually a keyboard and a mouse. Desktop virtualization endpoints such as zero and thin clients will also be included under the Desktop Band. Energy Star@. A voluntary energy efficiency program sponsored by the U.S. Environmental Protection Agency. The Energy Star program makes identification of energy efficient computers easy by labeling products that deliver the same or better performance as comparable models while using less energy and saving money. Energy Star qualified computers and monitors automatically power down to 15 watts or less when not in use and may actually last longer than conventional products because they spend a large portion of time in a low-power sleep mode. For additional information on the Energy Star program, including product specification s:and a list of qualifying products, visit the Energy Star website at http:/1www;eneLgystar.cIov. EPEAT. A system for identifying more environmentally preferable computer desktops, laptops, and monitors. It includes an ANSI standard -the IEEE 1680 EPEAT standard—and website www.epeat.net to identify products manufacturers have declared as meeting the standard. EPEAT provides a clear and consistent set of performance criteria for the design of products. It is not a third-party certification program. Instead, Manufacturers self-certify that their products are in conformance with the environmental performance standard for electronic products. FOB Destination. Shipping charges are included in the price of the item and the shipped item becomes the legal property and.responsibility of the receiver when it reaches its destination unless there is acceptance testing required. FOB Inside Delivery. Special Shipping arrangements, such as inside delivery, may include additional fees payable by the Purchasing Entity. Any FOB inside delivery must be annotated on the Purchasing Entity ordering document. General Consulting. Services related to advising agencies on how best to use information technology to meet business objectives. Examples of such services would include management and administration of IT systems. Each State will have varying laws, rules, policies and procedures surrounding general consulting which need adherence. Minnesota Statute section 16C:08 defines general consulting for the State of Minnesota. https:llwww.revisor.mn.gov/statutes/?id=16C.08 Laptop. This is Band 2 of this solicitation. A laptop computer is a personal computer for mobile use. A laptop includes a display, keyboard, point device such as a touchpad and speakers into a single unit.A laptop can be used away from an j outlet using a rechargeable battery, Laptop Band may include notebooks, ultrabooks, and netbooks. Computers with mobile operating systems will also be included:under the Laptop Band. Lead State. The State conducting this.cooperative solicitation and centrally administering any resulting Master Agreement with the permission of the Signatory States. Minnesota is the Lead State for this procurement and the laws of Minnesota Statute Chapter 16C apply to this procurement. Manufacturer. A company that, as one of its primary business function, designs, assembles owns the trademark/patent and markets branded computer equipment. Master Agreement. The underlying agreement executed by and between the Lead State and the Contract Vendor. Middleware. Middleware is the software"glue"that helps programs and databases(which may be on different computers) work together. Its most basic function is to enable communication between different pieces of software. Options. An item of equipment or a feature that may be chosen as an addition to or replacement for standard equipment and features. Order. A purchase order, sales order, or other document used by a Purchasing Entity to order the Equipment. Participating Addendum. A written statement of agreement signed by the Contract Vendor and a Participating State or other Participating Entity that clarifies the operation of this Master Agreement for the Participating Entity(e.g., ordering procedures specific to a Participating State)and may add other state-specific language or other requirements. A Participating Addendum evidences the Participant's willingness to purchase and the Contract Vendor's willingness to i provide equipment under the terms and conditions of this Master Agreement with any and all exceptions noted and agreed upon. Participating States. States that utilize the Master Agreement established by the RFP and enter into a Participating Addendum which further defines their participation. Participating Entity. A Participating State, or other legal entity, properly authorized by a Participating State to enter into the Master Agreement through a Participating Addendum and that authorizes orders from the Master Agreement by Purchasing Entities. Under the WSCA-NASPO program; in some cases, local governments, political subdivisions or other entities in a State may be authorized by the chief procurement official to execute its own Participating Addendum where a Participating Addendum is not executed by the chief procurement official for that state that covers local governments, political subdivisions, or other government entities in the state. Partner. A company,authorized by the Contract Vendor and approved by the Participating State, to provide marketing, support, or other authorized contract services on behalf of the Contract Vendor in accordance with the terms and conditions of the Contract Vendor's Master Agreement. In the RFP, Partner is the term that is used to call out the many different relationships a manufacturer may have with another company to market their product including, but not limited to agents, subcontractors, partners, fulfillment partners, channel partners, business partners, servicing subcontractor, etc. Peripherals. A peripheral means any hardware product that can be attached to, added within or networked with personal computers, servers and storage. Peripherals extend the functionality of a computer without modifying the core components of the system. For the purposes of this proposal, peripherals are defined as including accessories. Peripherals may be manufactured by a third party, however, Contract Vendor shall not offer any peripherals manufactured by another Contract Vendor holding a Master Agreement. The Contract Vendors shall provide the warranty service and i 33 CONTRACT NO. MNWNC-108 MASTER AGREEMENT AWARD COMPUTER EQUIPMENT DELL MARKETING L.P. i Page 88 of 1406 i maintenance for all peripherals on the Master Agreement. Examples of peripheralslaccessoriesloptions Include but are not limited to: printers, monitors, multifunction printers, audiovisual equipment, instructional equipment, cabling, modems, networking to support server, storage and client applications such as routers, switches. Software is an option which must be related to the purchase of equipment and subject to configuration limits.Third party products are allowed to be offered as peripherals/accessories/options and may be offered in any related band. Per Transaction Multiple Unit Discount.A contractual volume discount based on dollars in a single purchase order or combination of purchase orders submitted at one time by a Participating Entity or multiple entities conducting a cooperative purchase. Premium Savings Packages. Deeply discounted standard configurations available to Purchasing Entities using the Master Agreement. This specification includes a commitment to.maintain and upgrade(keep pace with the advance of technology)the standard configurations for a stated period of time or intervals. WSCA-NASPO reserves the right to expand and modify the PSP throughout the life of the contract.: See http://www.wnpsp.com/index.html. Purchasing Entity—means a state, city, county; district, other political subdivision of a State,and a nonprofit organization under the laws of some states if authorized by a Participating Addendum,that issues an order against the Master Agreement and becomes financially committed to the purchase. Ruggedized. This was band 6 of this solicitation. Ruggedized refers to equipment specifically designed to operate reliably in harsh usage environments and conditions, such as strong vibrations, extreme temperatures and wet or dusty conditions. Services. Broadly classed as installation/de-installation, maintenance, support, training, migration, and optimization of products offered or supplied under the Master Agreement. These types of services may include, but are not limited to: warranty services, maintenance, installation, de-installation,factory integration (software or equipment components), asset management, recycling/disposal, training and certification, pre-implementation design, disaster recovery planning and support, service desk/helpdesk, and any other directly related technical support service required for the effective operation of a product offered or supplied. Contract Vendors may offer, but participating States and entities do not have to accept, limited professional services related ONLY to the equipment and configuration of the equipment purchased through the resulting contracts. EACH PARTICIPATING STATE DETERMINES RESTRICTIONS AND NEGOTIATES TERMS FOR SERVICES. Server. This is Band 4 of this solicitation.A server is a physical computer dedicated to run one or more services or applications (as a host)to serve the needs of the users of other computers on a network. This band also includes server appliances. Server appliances have their hardware and software:preconfigured by the manufacturer. It also includes embedded networking components such as those found in blade chassis systems. Ruggedized equipment may also be included in the Product and Service Schedule for this band. I Storage. This is Band 5 of this solicitation. Storage is hardware with the ability to store large amounts of data.This band f includes SAN switching necessaryfor the proper functioning of the storage environment. Ruggedized equipment:may also be included in the Product and Service Schedule for this band. Storage Area Network. A storage area network (SAN) is a high-speed special-purpose network (or subnetwork)that interconnects different kinds of data storage devices with associated data servers on behalf of a larger network of users. Storage as a Service(STaaS). An architecture model by which a provider allows a customer to rent or lease storage space on the provider's hardware infrastructure on a subscription basis. E.g., manage onsite or cloud services. Software. For the purposes of this proposal, software is commercial operating off the shelf machine-readable object code instructions including microcode, firmware and operating system software that are preloaded on equipment. The term "Software"applies to all parts of software and.documentation, including new releases, updates, and modifications of software. Tablet. This is Band 3 of this solicitation.A tablet is a mobile computer that provides a touchscreen which acts as the primary means of control. Tablet band may include notebooks, ultrabooks, and netbooks that are touchscreen capable. Takeback Program. The Contract Vendor's process for accepting the return of the equipment or other products at the end of life. Third Party Products. Products sold by the Contract Vendor which are manufactured by another company. Upgrade. Refers to replacement of existing software, hardware or hardware component with a newer version. Warranty. The Manufacturers general warranty tied to the product at the time of purchase, Wide Area Network or WAN. A data network that serves users across a broad geographic area and often uses transmission devices provided by common carriers. WSCA-NASPO. The WSCA-NASPO cooperative purchasing program, facilitated by the WSCA-NASPO Cooperative Purchasing Organization LLC, a 501(c)(3) limited liability company that is a subsidiary organization of the National Association of State Procurement Officials(NASPO). The WSCA-NASPO Cooperative Purchasing Organization facilitates administration of the cooperative group contracting consortium of state chief procurement officials for the benefit of state departments, institutions, agencies, and.political subdivisions and other eligible entities (i.e., colleges, school districts, counties, cities, some nonprofit organizations, etc.)for all states and the District of Columbia. The WSCA-NASPO Cooperative Development Team is identified in the Master Agreement as the recipient of reports and may be performing contract administration functions as assigned by the Lead State Contract Administrator. DELL MARKETING L.P.EQUIPMENT E 34 CONTRACT NO. MNWNC-108 MASTER AGREEMENT AWARD COMPUTER 4 � Pa9 e 89 of 1406 Information below was taken from the following website: https:/Zwww.dms.myflorida.comZbusiness o pe ratio nsZstate purchasingZstate contracts and areeme ntsZalternate contract sourceZcomputer equipment peripherals and services Florida Department of management Services>Busyness Operations>State Purchasing>Vendor Information>State Contracts and Agreements>Alternate Contract Source>Computer Equipment,Peripherals&Services << RetUrn Computer Equipment, Peripherals Services 4,3211500-WSCA-1 5-ACS Effective Period 019130/2015 through 03131 i2 0,20 Contract Type Alternate Contract Source Contract How to Use this Alternate Contract Source Information Products Categories List Contractors Priciing Contract Forms and Other Information Documents Amendments and Memorandums, Master Agreements Participating Addenda Contract Christopher McMullen Adminlistrafion (8501)922-9867 christoDher.MC.ML]Illenr_ddms.myflari,da.com Commodity UNSPSC-43211500,UNSPSC-43211600,UNSPSC-43211900 Codes DescTiption This alternate contract source(ACS)authorizes the use of the National Association of State Procurement Officials'ValuePoint Program(NASPO ValuePoint)Computer Equipment,Peripherals and Services contract,which was competitively solicited andl awarded by the Slate of Minnesota. Benefits - This contract is available onliy for products not on state teras contracts. - WSCA participating addendums are entered on behalf of governmental entities in Florida for Ace,Apple, ByteSpeed,Ciara, Cisco,Computer Technology Link,Dell,EMC,Firefly,Fujitsu,HP Inc.,HP Enterprise,Hitaclil,Howard. IBM,Lenova,M&A Technology,Microsoft,Microtech,NetApp,Nimble. Panasonic,Pure Storage,Samsung,Tegille,Tinlri,Transource,and Xiotect. Page 90 of 1406 Florida,Department of Management Semces>Business Operations>State Purchasing>Vendor information> State Contracts and Agreements>Alternate Contract Source,>Computer Equipment, Peripherals&Services> Contractors>Contractors-Dell Dell Florida Climate, Utilizes CBE Code Friendly Recycled Authorized Coverage Area i Preferred Products Resellers; Products A-Non-Lfinonty No No Yes Statewide ConLact Information Vendor: Dell Marketing LP FL Minority Business Designation: A—Non-Minority Vendor FEIN: 74-2616805 Contacts: Kathefine Dunay Tette: Program Contract Manager Street Address. One Dell Way,RR1-33 Round Rock.TX 78682 Phone Number: 512-723-0818 Email Address: Katherine dunay@del'l.com Ordering Information Contact Name: Andre Fuqua Title: Sales Representative Address: One Dell Way,RR8-1 1 Round Rock,TX 78682 Email Address: Andre_Fuqua@deli.com Phone Number- 512-513-8704 Toll Free Number: 1-800-981-3355,ext..513-8704 Ordering Fax Numbers: 512-283-3884 Internet Address: Bell hriarketir�c7 Remit,Address: Dell Marketing L.P_C.10 Dell USA LP. Atlanta,GA 38 353-4118, Authorized Resellers l iC 120.38 KB) Page 91 of 1406 AMENDMENT NO.: 1 - Renewal PARTICIPATING ADDENDUM NASPO ValuePoint Cooperative Procurement Program COMPUTER EQUIPMENT MASTER AGREEMENT Administered by the State of Minnesota Master Agreement No: MNWNC- And The State of Florida Alternate Contract Source No.43211500-WSCA-I5-ACS This Amendment ("Amendment') effective April 1, 2017, to the Computer Equipment, Peripherals, & Services Contract No. 43211500-WSCA-15-ACS ("Contract"), between the State of Florida, Department of Management Services ("Department") and ("Contractor') are collectively referred to herein as the "Parties." All capitalized terms used herein shall have the meaning assigned to them in the Participating Addendum unless otherwise defined herein. Contract Renewal. The Department hereby executes its renewal option for a three (3) year period pursuant to Section 287.057(13), Florida Statutes. The new contract expiration date is March 31, 2020. I. Public Records. The Participating Addendum is amended to add the following: If, under this Contract, the Contractor is providing services and is acting on behalf of a public agency as provided by section 119.0701(2)(b), F.S., the Contractor shall: (a) Keep and maintain public records required by the public agency to perform the service. (b) Upon request from the public agency's custodian of public records, provide the public agency with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided in Chapter 119, F.S., 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 except as authorized by law for the duration of the contract term and following completion of the contract if the contractor does not transfer the records to the public agency. (d) Upon completion of the contract, transfer, at no cost, to the public agency all public records in possession of the Contractor or keep and maintain public records required by the public agency to perform the service. If the contractor transfers all public records to the public agency upon completion of the contract, the contractor shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If the contractor keeps and maintains public records upon completion of the contract, the contractor shall meet all applicable requirements for retaining public records. All records stored electronically must be provided to the public agency, upon request from the public agency's custodian of public records, in a format that is compatible with the information technology systems of the public agency. IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CONTRACT MANAGER. II. Annual Appropriation. The Participating Addendum is amended to add the following: Pursuant to section 287.0582, F.S., if the ACS binds the State or an agency for the purchase of services or tangible personal property for a period in excess of one fiscal year, the State of Florida's performance and obligation to pay under the ACS is contingent upon an annual appropriation by the Legislature. Page 92 of 1406 III. Cooperation with the Inspector General. Pursuant to subsection 20.055(5), F.S., Contractor, and any subcontractor to the Contractor, understand and will comply with their duty to cooperate with the Inspector General in any investigation, audit, inspection, review, or hearing. Upon request of the Inspector General or any other authorized State official, the Contractor must provide any type of information the Inspector General deems relevant to the Contractor's integrity or responsibility. Such information may include, but will not be limited to, the Contractor's business or financial records, documents, or files of any type or form that refer to or relate to the Contract. The Contractor will retain such records for five years after the expiration of the Contract, or the period required by the General Records Schedules maintained by the Florida Department of State (available at: http://dos.myflorida.com/library- archives/records-management/general-records-schedules/), whichever is longer. The Contractor agrees to reimburse the State of Florida for the reasonable costs of investigation incurred by the Inspector General or other authorized State of Florida official for investigations of the Contractor's compliance with the terms of this or any other agreement between the Contractor and the State of Florida which results in the suspension or debarment of the Contractor. Such costs will include, but will not be limited to salaries of investigators, including overtime; travel and lodging expenses; and expert witness and documentary fees. IV. Conflict. To the extent any of the terms of this Amendment conflict with the terms of the Contract, the terms of this Amendment shall control. V. Warrant of Authority. Each person signing this Amendment warrants that he or she is duly authorized to do so and to bind the respective party. VI. Effect. Unless otherwise modified by this Amendment, all terms and conditions contained in the Contract shall continue in full force and effect. State of Florida, Department of Management Services By: By: Name: Erin Rock Name: Title: Chief of Staff Title: Date: Date: Page 2 of 2 Page 93 of 1406 6.C. Consent Agenda 1/21/2020 City of Boynton Beach Agenda Item Request Form Commission Meeting Date: 1/21/2020 Requested Action by Commission: Proposed Resolution No. R20-006 -Authorize the City Manager to sign individual agreements with two (2) firms as a result of RFQ No.: 038-2821-19/TP for Supervisory Control and Data (SCADA) System Programming, Preventive Maintenance and Repair Services. I ndividual task orders for projects will be issued and submitted to the Commission for approval in accordance with the City's Purchasing policies and procedures. Explanation of Request: On November 5, 2019, the City Commission approved the list of top-ranked proposers identified by the Evaluation Committee from the responses received from RFQ No.: 038-2821-19/TP for Supervisory Control and Data (SCADA) System Programming, Preventive Maintenance and Repair Services, who authorized staff to conduct negotiations with the firms as follows: PROPOSER RANKING McKim& Creed, Inc. 1 Star Controls, Inc. The RFQ, "Request for Qualifications for Supervisory Control and Data (SCADA) System Programming, Preventive Maintenance and Repair Services", was advertised and submittals were opened on October 31, 2019. The City received two (2) proposals which were submitted to City Commission on November 5, 2019 for approval and authorization regarding moving forward with negotiations with both firms to establish contract agreements for ongoing services in accordance with Florida Statute 287.055, Consultants' Competitive Negotiations Act. The highest ranked firm was approved as the primary firm and lowest ranked proposer as secondary firm. Firms were contacted to discuss and negotiate their proposed Schedule of Professional Fees. As a result, the Schedule of Professional Fees as attached will be fixed and firm for at least the initial two (2) year period. The Agreement may be renewed for an additional three (3) one-year periods with the same terms and conditions. I ndividual task orders will be generated at the time specific projects are realized utilizing the Schedule of Professional Fees as the basis for the overall cost of the each task. Task orders will be submitted to the Commission for approval in accordance with the City's Purchasing Policies and Procedures. How will this affect city programs or services? By providing staff with the ability to negotiate for contracts, this will facilitate on-going improvement projects that will effectively and efficiently enhance operations at the City of Boynton Beach Utilities. I ndividual task orders in excess of$35,000 will be brought back to Commission for approval in accordance Page 94 of 1406 with the Purchasing Policies and Procedures. Fiscal Impact: Budgeted The costs of the individual task orders will be paid from approved CI budgets or other budget sources within the City's adopted budget. Alternatives: Not approve the contract and re-issue the RFQ. Strategic Plan: Strategic Plan Application: Climate Action: No Climate Action Discussion: Is this a grant? Grant Amount: ATTACHMENTS: Type Description D Resolution Resolution approving individual Agreements for SCADA Services D Other SCADA Draft Contract McKim& Creed D Other SCADA Draft Contract Star Controls D Other SCADA Consent Agenda D Other Proposal McKim& Creed D Other Proposal Star Controls D Other Reviewer Scores Page 95 of 1406 1 RESOLUTION NO. R20- 2 3 A RESOLUTION OF THE CITY OF BOYNTON BEACH, 4 FLORIDA, AUTHORIZING THE CITY MANAGER TO 5 SIGN INDIVIDUAL AGREEMENTS WITH TWO FIRMS 6 AS A RESULT OF RFQ NO. 038-2821-19/TP FOR 7 SUPERVISORY CONTROL AND DATA (SCADA) 8 SYSTEM PROGRAMING, PREVENTIVE 9 MAINTENANCE AND REPAIR SERVICES; AND 10 PROVIDING AN EFFECTIVE DATE. 11 12 13 WHEREAS, on November 5, 2019, the City Commission approved the list of top 14 ranked proposers identified by the Evaluation Committees from responses received from RFQ 15 No. 038-2821-19/TP for Supervisory Control And Data (SCADA) System Programing, 16 Preventive Maintenance And Repair Services; and 17 WHEREAS, individual Task Orders for projects will be issued and submitted to the 18 Commission for approval in accordance with the City's Purchasing Policies and Procedures; 19 and 20 WHEREAS, the initial term of the Agreements will be for two (2) years and may be 21 renewed for three (3) additional one-year periods with the same terms and conditions; and 22 WHEREAS, the City Commission of the City of Boynton Beach, upon 23 recommendation of staff,hereby deems it to be in the best interests of the citizens and residents 24 of the City of Boynton Beach, to approve and authorize the City Manager to sign individual 25 Agreements with McKim & Creed, Inc., and Star Controls, Inc., as a result of RFQ No. 038- 26 2821-19/TP for Supervisory Control and Data (SCADA) System Programming, Preventive 27 Maintenance and Repair Services to be executed based on individual task orders in 28 compliance with the purchasing policies and procedures. 29 NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF 30 THE CITY OF BOYNTON BEACH, FLORIDA, THAT: SACA\RESO\Agreements\SCADA Services(2020)-Reso.docx Page 96 of 1406 31 Section 1. The foregoing "Whereas" clauses are hereby ratified and confirmed as 32 being true and correct and are hereby made a specific part of this Resolution upon adoption 33 hereof. 34 Section 2. The City Commission of the City of Boynton Beach, Florida does 35 hereby approve and authorize the City Manager to sign individual Agreements with McKim 36 &Creed,Inc.,and Star Controls,Inc., as a result of RFQ No. 038-2821-19/TP for Supervisory 37 Control and Data (SCADA) System Programming, Preventive Maintenance and Repair 38 Services to be executed based on individual task orders in compliance with the purchasing 39 policies and procedures, a copy of the two Agreements are attached hereto and incorporated 40 herein as Exhibit"A". 41 Section 3. This Resolution shall become effective immediately upon passage. 42 43 PASSED AND ADOPTED this day of January, 2020. 44 CITY OF BOYNTON BEACH, FLORIDA 45 YES NO 46 47 Mayor— Steven B. Grant 48 49 Vice Mayor—Justin Katz 50 51 Commissioner—Mack McCray 52 53 Commissioner—Christina L. Romelus 54 55 Commissioner—Ty Penserga 56 57 VOTE 58 ATTEST: 59 60 61 62 Crystal Gibson, MMC 63 City Clerk 64 65 66 67 (Corporate Seal) SACA\RESO\Agreements\SCADA Services(2020)-Reso.docx Page 97 of 1406 9 SUPERVISORY CONTROL AND DATA ACQUISITION (SCADA) SYSTEM PROGRAMMING, PREVENTIVE MAINTENANCE AND REPAIR SERVICES THIS AGREEMENT is entered into between the CITY of Boynton Beach, hereinafter referred to as "CITY", and McKim & Creed, Inc., hereinafter referred to as "CONSULTANT", in consideration of the mutual benefits, terms, and conditions hereinafter specified. WHEREAS, pursuant to Section 287.055, Florida Statutes, the CITY of Boynton Beach solicited proposals for a non-exclusive Contract to perform professional planning services, and WHEREAS, THE CITY issued a Request for Qualifications for SUPERVISORY CONTROL AND DATA ACQUISITION (SCADA) SYSTEM PROGRAMMING, PREVENTIVE MAINTENANCE AND REPAIR SERVICES, RFQ No. 038-2821-19/TP; and WHEREAS, RFQ No. 038-2821-19/TP defined Scope of Services as Supervisory Control and Data Acquisition (SCADA) System Programming, Preventive Maintenance and Repair Services; and WHEREAS, the CITY determined that CONSULTANT is qualified to perform the scope of services set forth in the Request for Qualifications; and WHEREAS, the CITY Commission on January 21, 2020, determined that CONSULTANT is qualified for appointment to perform the scope of services set forth in the Request for Qualifications; and WHEREAS, the CITY Manager's administrative staff, has successfully negotiated an Agreement with CONSULTANT defining terms and conditions for the performance of consulting and engineering services within the scope of the Request for Qualifications; and NOW, THEREFORE, in consideration of the mutual covenants expressed herein, the parties agree as follows: ARTICLE 1 - SERVICES 1.1 CONSULTANT agrees to perform Supervisory Control and Data Acquisition (SCADA) System Programming, Preventive Maintenance and Repair Services by way of individual task order(s)/written work authorization(s), at the written request of the CITY during the term of this Agreement, including the provision of all labor, materials, equipment and supplies. The specified project which may be assigned to CONSULTANT is set forth on Exhibit " A ". Boynton Beach Utilities—SCADA System Programming, Maintenance& Repair C-1 Revised 12/2019 Page 98 of 148 The CITY's Representative during the performance of this Contract shall be Christopher Roschek, Engineering Division Manager telephone (561) 742-6413 . The CONSULTANT'S Representative during the performance of the Contract shall be telephone ARTICLE 2 - TERM 2.1 The initial Contract period shall be for an initial term of two (2) years, commencing on the date this contract is last signed by the City or Consultant. The City reserves the right to unilaterally renew the contract for three (3) additional one (1) year periods, under the same terms, conditions. The Services to be performed during the initial two (2) year term will be governed by this Agreement, and that there is no guarantee of future work being given to the Consultant. 2.2 In the event that services are scheduled to end either by contract expiration or by termination by the CITY (at the CITY's discretion), the CONSULTANT shall continue the services, if requested by the CITY, or until task or tasks is/are completed. At no time shall this transitional period extend more than one-hundred and eighty (180) calendar days beyond the expiration date of the existing contract. The CONSULTANT will be reimbursed for this service at the rate in effect when this optional transitional period clause was invoked by the CITY. ARTICLE 3 - TIME OF PERFORMANCE 3.1 Work under this Contract shall commence on written notice by the CITY to the CONSULTANT by way of a task order signed by the City and delivered to CONSULTANT. CONSULTANT shall perform all services and provide all work product required pursuant to this Agreement within the time period set forth in the task order, unless an extension of time is granted in writing by the CITY. ARTICLE 4 - PAYMENT 4.1 The CONSULTANT shall be paid by the CITY for completed work and for services rendered under this agreement as follows: a. Payment for the work provided by CONSULTANT shall be made as provided on Exhibit "A " attached hereto. b. The CONSULTANT may submit vouchers to the CITY once per month during the progress of the Work for partial payment for project completed to date. Such vouchers will be checked by a CITY representative, and upon approval thereof, payment will be made to the CONSULTANT in the amount approved. Final payment of any balance due the CONSULTANT of the total contract price earned will be made within thirty (30) calendar days of verification and acceptance by the CITY after the completion of the Work. Boynton Beach Utilities—SCADA System Programming, Maintenance& Repair C-2 Revised 12/2019 c. Compensation for sub-CONSULTANTS will be included by the CONSULTANT in the negotiated value of each task order. Compensation will be through a direct mark-up in accordance with the Schedule of Professional Fees attached hereto. Sub-consulting services shall be approved by the CITY'S representative prior to performance of the sub-consulting work. Consulting time for processing and management of the sub-CONSULTANT shall not be included in direct costs as the direct mark-up is applied for management efforts. d. In certain cases where incremental billing for partially completed work is permitted by the City's representative, the total incremental billings shall not exceed the percentage of estimated completion of identifiable deliverables or accepted deliverables as of the billing date. e. The cost of all services as stated herein shall remain fixed and firm for the initial two (2) year period of the contract. Cost of services for any extension period of the contract shall be as agreed to by the City and CONSULTANT and reflected in a contract addendum. ARTICLE 5 - OWNERSHIP AND USE OF DOCUMENTS 5.1 Upon completion of the project and final payment to Consultant, all documents, drawings, specifications and other materials produced by the CONSULTANT in connection with the services rendered under this agreement shall be the property of the CITY whether the project for which they are made is executed or not. Notwithstanding the foregoing, the CONSULTANT shall maintain the rights to reuse standard details and other design copies, including reproducible copies, of drawing and specifications for information, reference and use in connection with CONSULTANT's endeavors. Any use of the documents for purposes other than as originally intended by this Agreement, without the written consent of CONSULTANT, shall be at the CITY's sole risk and without liability to CONSULTANT and CONSULTANT'S sub-CONSULTANTS. ARTICLE 6 - FUNDING 6.1 This Agreement shall remain in full force and effect only as long as the expenditures provided in the Agreement have been appropriated by the CITY in the annual budget for each fiscal year of this Agreement, and is subject to termination based on lack of funding. ARTICLE 7 -WARRANTIES AND REPRESENTATIONS 7.1 CONSULTANT represents and warrants to the CITY that it is competent to engage in the scope of services contemplated under this Agreement and that it will retain and assign qualified professionals to all assigned projects during the term of this Agreement. CONSULTANT's services shall meet a standard of care for Supervisory Control and Data Acquisition (SCADA) planning, designing, and integration including subsystems such as electrical, instrumentation, servers and network communications as they relate to the utility SCADA system located at Boynton Beach Utilities—SCADA System Programming, Maintenance& Repair C-3 Revised 12/2019 6 various facilities throughout the Boynton Beach Utilities service area and related services no less than the standard of care for Supervisory Control and Data Acquisition (SCADA) System Programming Services practicing under similar conditions. In submitting its response to the RFQ, CONSULTANT has represented to CITY that certain individuals employed by CONSULTANT shall provide services to CITY pursuant to this Agreement. CITY has relied upon such representations. Therefore, CONSULTANT shall not change the designated Project Manager for any project without the advance written approval of the CITY, which consent may be withheld in the sole and absolute discretion of the CITY. ARTICLE 8 - COMPLIANCE WITH LAWS 8.1 CONSULTANT shall, in performing the services contemplated by this service Agreement, faithfully observe and comply with all federal, state and local laws, ordinances and regulations that are applicable to the services to be rendered under this Agreement. ARTICLE 9 - INDEMNIFICATION 9.1 CONSULTANT shall indemnify and hold harmless the CITY, its offices, agents and employees, from and against any and all claims, losses or liability, or any portion thereof, including attorneys fees and costs, arising from injury or death to persons, including injuries, sickness, disease or death to CONSULTANT's own employees, or damage to property occasioned by a negligent act, omission of the CONSULTANT. Neither party to this Agreement shall be liable to any third party claiming directly or through the other respective party, for any special, incidental, indirect or consequential damages of any kind, including but not limited to lost profits or use that my result from this Agreement or out of the services or goods furnished hereunder. ARTICLE 10 - INSURANCE 10.1 During the performance of the services under this Contract, CONSULTANT shall maintain the following insurance policies, and provide originals or certified copies of all policies, and shall be written by an insurance company authorized to do business in Florida. 10.1.1 Worker's Compensation Insurance: The CONSULTANT shall procure and maintain for the life of this Contract, Worker's Compensation Insurance covering all employees with limits meeting all applicable state and federal laws. This coverage shall include Employer's Liability with limits meeting all applicable state and federal laws. This coverage must extend to any sub-CONSULTANT that does not have their own Worker's Compensation and Employer's Liability Insurance. The policy must contain a waiver of subrogation in favor of the CITY of Boynton Beach, executed by the insurance company. Boynton Beach Utilities—SCADA System Programming, Maintenance& Repair C-4 Revised 12/2019 Page 1811 of 6 10.1.2 Comprehensive General Liability: The CONSULTANT shall procure and maintain for the life of this Contract, Comprehensive General Liability Insurance. This coverage shall be on an "Occurrence" basis. Coverage shall include Premises and Operations; Independent consultants, Products Completed Operations and Contractual Liability with specific reference of Article 7, "Indemnification" of this Agreement. This policy shall provide coverage for death, personal injury or property damage that could arise directly or indirectly from the performance of this Agreement. CONSULTANT shall maintain a minimum coverage of $1,000,000 per occurrence and $1,000,000 aggregate for personal injury/ and $1,000.000 per occurrence/aggregate for property damage. The general liability insurance shall include the CITY as an additional insured and shall include a provision prohibiting cancellation of the policy upon thirty (30) days prior written notice to the CITY. 10.1.3 Business Automobile Liability: The CONSULTANT shall procure and maintain, for the life of this Contract, Business Automobile Liability Insurance. The CONSULTANT shall maintain a minimum amount of $1,000,000 combined single limit for bodily injury and property damage liability to protect the CONSULTANT from claims for damage for bodily and personal injury, including death, as well as from claims for property damage, which may arise from the ownership, use of maintenance of owned and non- owned automobile, included rented automobiles, whether such operations be by the CONSULTANT or by anyone directly or indirectly employed by the CONSULTANT. 10.1.4 Professional Liability (Errors and Omissions) Insurance: The CONSULTANT shall procure and maintain for the life of this Contract in the minimum amount of $1,000,000 per occurrence. 10.2 It shall be the responsibility of the CONSULTANT to ensure that all sub-consultants comply with the same insurance requirements referenced above. 10.3 In the judgment of the CITY, prevailing conditions warrant the provision by the CONSULTANT of additional liability insurance coverage or coverage which is different in kind, the CITY reserves the right to require the provision by CONSULTANT of an amount of coverage different from the amounts or kind previously required and shall afford written notice of such change in requirements thirty (30) days prior to the date on which the requirements shall take effect. Should the CONSULTANT fail or refuse to satisfy the requirement of changed coverage within the thirty (30) days following the CITY's written notice, the CITY, at its sole option, may terminate the Contract upon written notice to the CONSULTANT, said termination taking effect on the date that the required change in policy coverage would otherwise take effect. 10.4 CONSULTANT shall, for a period of two (2) years following the termination of the Agreement, maintain a "tail coverage" in an amount equal to that described above for Comprehensive Liability Insurance on a claims-made policy only Boynton Beach Utilities—SCADA System Programming, Maintenance& Repair C-5 Revised 12/2019 Page 182 V-6 44A 6 ARTICLE 11 - INDEPENDENT CONSULTANT 11.1 CONSULTANT is an independent CONSULTANT with respect to the services provided pursuant to this Agreement. Nothing in this Agreement shall be considered to create the relationship of employer and employee between the parties hereto. Neither CONSULTANT nor any employee of CONSULTANT shall be entitled to any benefits accorded CITY employees by virtue of the services provided under this Agreement. The CITY shall not be responsible for withholding or otherwise deducting federal income tax or social security or for contributing to the state industrial insurance program, otherwise assuming the duties of an employer with respect to CONSULTANT, or any employee of CONSULTANT. ARTICLE 12 - COVENANT AGAINST CONTINGENT FEES 12.1 The CONSULTANT warrants that he has not employed or retained any company or person, other than a bonafide employee working solely for the CONSULTANT, to solicit or secure this Agreement, and that he has not paid or agreed to pay any company or person, other than a bonafide employee working solely for the CONSULTANT, any fee, commission, percentage, brokerage fee, gifts, or any other consideration contingent upon or resulting from the award or making of this Agreement. For breach or violation of this warranty, the CITY shall have the right to annul this Agreement without liability or, in its discretion to deduct from the contract price or consideration, or otherwise recover, the full amount of such fee, commission, percentage, brokerage fee, gift, or contingent fee. ARTICLE 13 — TRUTH-IN-NEGOTIATION CERTIFICATE 13.1 Execution of this Agreement by the CONSULTANT shall act as the execution of a truth-in-negotiation certificate certifying that the wage rates and costs used to determine the compensation provided for in this Agreement is accurate, complete, and current as of the date of the Agreement and no higher than those charged the CONSULTANT's most favored customer for the same or substantially similar service. 13.2 The said rates and cost shall be adjusted to exclude any significant sums should the CITY determine that the rates and costs were increased due to inaccurate, incomplete, or non-current wage rates or due to inaccurate representations of fees paid to outside CONSULTANT& The CITY shall exercise its rights under this "Certificate" within one (1) year following payment. ARTICLE 14 - DISCRIMINATION PROHIBITED 14.1 The CONSULTANT, with regard to the work performed by it under this Agreement, will not discriminate on the grounds of race, color, national origin, religion, creed, age, sex or the presence of any physical or sensory handicap in the selection and retention of employees or procurement of materials or supplies. Boynton Beach Utilities—SCADA System Programming, Maintenance& Repair C-6 Revised 12/2019 Page 18181 of 6 ARTICLE 15 - ASSIGNMENT 15.1 The CONSULTANT shall not sublet or assign any of the services covered by this Agreement without the express written consent of the CITY. ARTICLE 16 - NON-WAIVER 16.1 A waiver by either CITY or CONSULTANT of any breach of this Agreement shall not be binding upon the waiving party unless such waiver is in writing. In the event of a written waiver, such a waiver shall not affect the waiving party's rights with respect to any other or further breach. The making or acceptance of a payment by either party with knowledge of the existence of a default or breach shall not operate or be construed to operate as a waiver of any subsequent default or breach. ARTICLE 17 — TERMINATION 17.1 Termination for Convenience: This Agreement maybe terminated by the CITY for convenience, upon ten (10) days of written notice by the terminating party to the other party for such termination in which event the CONSULTANT shall be paid its compensation for services performed to termination date, including services reasonably related to termination. In the event that the CONSULTANT abandons the Agreement or causes it to be terminated, CONSULTANT shall indemnify the CITY against loss pertaining to this termination. ARTICLE 18 - DISPUTES 18.1 Any dispute arising out of the terms or conditions of this Agreement shall be adjudicated within the courts of Florida. Further, this Agreement shall be construed under Florida Law. ARTICLE 19 — UNCONTROLLABLE FORCES 19.1 Neither the CITY nor CONSULTANT shall be considered to be in default of this Agreement if delays in or failure of performance shall be due to Uncontrollable Forces, the effect of which, by the exercise of reasonable diligence, the non- performing party could not avoid. The term "Uncontrollable Forces" shall mean any event which results in the prevention or delay of performance by a party of its obligations under this Agreement and which is beyond the reasonable control of the non-performing party. It includes, but is not limited to fire, flood, earthquakes, storms, lightning, epidemic, war, riot, civil disturbance, sabotage, and governmental actions. 19.2 Neither party shall, however, be excused from performance if non-performance is due to forces which are preventable, removable, or remediable, and which the non- performing party could have, with the exercise of reasonable diligence, prevented, removed, or remedied with reasonable dispatch. The non-performing party shall, within a reasonable time of being prevented or delayed from performance by an Boynton Beach Utilities—SCADA System Programming, Maintenance& Repair C-7 Revised 12/2019 6 uncontrollable force, give written notice to the other party describing the circumstances and uncontrollable forces preventing continued performance of the obligations of this Agreement. ARTICLE 20 - NOTICES Notices to the CITY of Boynton Beach shall be sent to the following address: City of Boynton Beach Procurement Services Attn: Director of Finance 3301 Quantum Blvd., Suite 101 Boynton Beach, FL 33426 Notices to CONSULTANT shall be sent to the following address: Consultant: McKim & Creed, Inc. ADDRESS: 1365 Hamlet Avenue CITY/STATE/ZIP: Clearwater, FL 33756 Attn: Mike Stoup, PE — Electrical & Instrumentation Group Manager Tel: 727-422-7196 Fax 727-461-3827 Email: m stouppmckimcreed.com ARTICLE 21 - INTEGRATED AGREEMENT 21.1 This Agreement, together with the RFQ/RFP and any addenda and/or attachments, represents the entire and integrated agreement between the CITY and the CONSULTANT and supersedes all prior negotiations, representations, or agreements written or oral. This Agreement may be amended only by written instrument signed by both CITY and CONSULTANT. ARTICLE 22 - SOVEREIGN IMMUNITY 22.1 CITY is a political subdivision of the State of Florida and enjoys sovereign immunity. Nothing in the Agreement is intended, nor shall be construed or interpreted, to waive or modify the immunities and limitations on liability provided for in Section 768.28, Florida Statute, as may be emended from time to time, or any successor statute thereof. To the contrary, all terms and provisions contained in the Agreement, or any disagreement or dispute concerning it, shall be construed or resolved so as to insure CITY of the limitation from liability provided to any successor statute thereof. To the contrary, all terms and provision contained in the Agreement, or any disagreement or dispute concerning it, shall be construed or resolved so as to insure CITY of the limitation from liability provided to the State's subdivisions by state law. Boynton Beach Utilities—SCADA System Programming, Maintenance& Repair C-8 Revised 12/2019 Page 185 of 14,936 22.2 In connection with any litigation or other proceeding arising out of the Agreement, each party shall be entitled to recover its own costs and attorney fees through and including any appeals and any post judgment proceedings. CITY's liability for costs and attorney's fees, however, shall not alter or waive CITY's entitlement to sovereign immunity, or extend CITY's liability beyond the limits established in Section 768.28, Florida Statutes, as amended. 1. Claims, disputes or other matters in question between the parties to this Agreement arising out of or relating to this Agreement shall be in a court of law. The CITY does not consent to mediation or arbitration for any matter connected to this Agreement. 2. The parties agree that any action arising out of this Agreement shall take place in Palm Beach County, Florida. ARTICLE 23 — PUBLIC RECORDS 23.1 Sealed documents received by the City in response to an invitation are exempt from public records disclosure until thirty (30) days after the opening of the Bid unless the City announces intent to award sooner, in accordance with Florida Statutes 119.07. The City is public agency subject to Chapter 119, Florida Statutes. The CONSULTANT shall comply with Florida's Public Records Law. Specifically, the CONSULTANT shall: A. Keep and maintain public records required by the CITY to perform the service; B. Upon request from the CITY's custodian of public records, provide the CITY with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided in chapter 119, Fla. Stat. or as otherwise provided by law; C. Ensure that public records that are exempt or that are confidential and exempt from public record disclosure requirements are not disclosed except as authorized by law for the duration of the contract term and, following completion of the contract, CONSULTANT shall maintain in a secured manner all copies of such confidential and exempt records remaining in its possession once the CONSULTANT transfers the records in its possession to the CITY; and D. Upon completion of the contract, Consultant shall transfer to the CITY, at no cost to the CITY, all public records in CONSULTANT'S possession. All records stored electronically by CONSULTANT must be provided to the CITY, upon request from the CITY's custodian of public records, in a format that is compatible with the information technology systems of the CITY. Boynton Beach Utilities—SCADA System Programming, Maintenance& Repair C-9 Revised 12/2019 Page 1816 of 6 E. IF THE CONSULTANT HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUES, TO THE CONSULTANT'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS: CRYSTAL GIBSON, CITY CLERK 3301 QUANTUM BLVD., SUITE 101 BOYNTON BEACH, FLORIDA, 33435 561-742-6061 GIBSONC@BBFL.US ARTICLE 24 — SCRUTINIZED COMPANIES 287.135 and 215.473 24.1 By submission of this Bid, Proposer certifies that Proposer is not participating in a boycott of Israel. Proposer further certifies that Proposer is not on the Scrutinized Companies that Boycott Israel list, not on the Scrutinized Companies with Activities in Sudan List, and not on the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or has CONSULTANT been engaged in business operations in Syria. Subject to limited exceptions provided in state law, the City will not contract for the provision of goods or services with any scrutinized company referred to above. Submitting a false certification shall be deemed a material breach of contract. The City shall provide notice, in writing, to CONSULTANT of the City's determination concerning the false certification. CONSULTANT shall have five (5) days from receipt of notice to refute the false certification allegation. If such false certification is discovered during the active contract term, CONSULTANT shall have ninety (90) days following receipt of the notice to respond in writing and demonstrate that the determination of false certification was made in error. If CONSULTANT does not demonstrate that the City's determination of false certification was made in error then the City shall have the right to terminate the contract and seek civil remedies pursuant to Section 287.135, Florida Statutes, as amended from time to time. THE REMAINDER OF THE PAGE IS INTENTIONALLY LEFT BLANK. Boynton Beach Utilities—SCADA System Programming, Maintenance& Repair C-10 Revised 12/2019 6 "This Agreement will take effect once signed by both parties. This Agreement may be signed by the parties in counterparts which together shall constitute one and the same agreement among the parties. A facsimile signature shall constitute an original signature for all purposes." IN WITNESS WHEREOF, the parties have hereunto set their hands and seals on the day and year set forth below their respective signatures. IN WITNESS WHEREOF, the parties hereto have executed this Contract in multiple copies, each of which shall be considered an original on the following dates: DATED this day of 20 CITY OF BOYNTON BEACH CITY Manager CONSULTANT Attest/Authenticated: Title (Corporate Seal) CITY Clerk Approved as to Form: Attest/Authenticated: Office of the CITY Attorney Secretary Boynton Beach Utilities—SCADA System Programming, Maintenance& Repair C-11 Revised 12/2019 Page 188 of 6 City of Boynton Beach Risk Management Department INSURANCE ADVISORY FORM Under the terms and conditions of all contracts, leases, and agreements,the City requires appropriate coverages listing the City of Boynton Beach as Additional Insured. This is done by providing a Certificate of Insurance listing the City as "Certificate Holder" and "The City of Boynton Beach is Additional Insured as respect to coverages noted." Insurance companies providing insurance coverages must have a current rating by A.M. Best Co. of"B+" or higher. (NOTE: An insurance contract or binder may be accepted as proof of insurance if Certificate is provided upon selection of vendor.) The following is a list of types of insurance required of consultants, lessees, etc., and the limits required by the City: (NOTE: This list is not all inclusive, and the City reserves the right to require additional types of insurance, or to raise or lower the stated limits, based upon identified risk.) -------------------------------------------------------------------------------------------------------------------------------------------------------------------------------- TYPE (Occurrence Based Only) MINIMUM LIMITS REQUIRED -------------------------------------------------------------------------------------------------------------------------------------------------------------------------------- General Liability General Aggregate $1,000,000.00 Commercial General Liability Products-Comp/Op Agg. $1,000,000.00 Owners&Consultant's Protective(OCP) Personal&Adv. Injury $1,000,000.00 Liquor Liability Each Occurrence $1,000,000.00 Professional Liability Fire Damage(any one fire) $ 50,000.00 Employees&Officers Med. Expense(any one person) $ 5,000.00 Pollution Liability Asbestos Abatement Lead Abatement Broad Form Vendors Premises Operations Underground Explosion&Collapse Products Completed Operations Contractual Independent Consultants Broad Form Property Damage Fire Legal Liability ------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------ Automobile Liability Combined Single Limit $ 300,000.00 Any Auto Bodily Injury(per person) to be determined All Owned Autos Bodily Injury(per accident) to be determined Scheduled Autos Property Damage to be determined Hired Autos Trailer Interchange $ 50,000.00 Non-Owned Autos PIP Basic Intermodal ------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------- Garage Liability Auto Only, Each Accident $1,000,000.00 Any Auto Other Than Auto Only $ 100,000.00 Garage Keepers Liability Each Accident $1,000,000.00 Aggregate $1,000,000.00 -------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------- Excess Liability Each Occurrence to be determined Umbrella Form Aggregate to be determined Worker's Compensation Statutory Limits Employer's Liability Each Accident $ 100,000.00 Disease, Policy Limit $ 500,000.00 Disease Each Employee $ 100,000.00 -------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------- P ro pe rty Homeowners Revocable Permit $ 300,000.00 Builder's Risk Limits based on Project Cost -------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------- Other- As Risk Identified to be determined -------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------- {00348623.2 306-90018211 Insurance Advisory Form C-12 Page 189 of 6 EXHIBIT "A" FEE SCHEDULE FOR EACH CLASSIFICATION WHERE AN HOURLY RATE IS ASSIGNED, PLEASE PROVIDE A BRIEF DESCRIPTION OF THAT CLASSIFICATION. Classification Hourly Rates Employees Identified Project Director (Principal) $290.00 Mike Stoup Client Service Manager N/A N/A Project Manager $231.00 David Eike, Mike Tweedel, Aubrey Haudricourt Primary Project Professional $175.00 Eric Brown, Flavio Velecela — Instrumentation & Control Project Engineer $175.00 Eric Brown, Flavio Velecela Senior Project Engineer $205.00 Brian Thorniley, Mike Fadini, Jason Davis Programmer $160.00 Tamer Aldamanhouri, Suvath Seng Senior Programmer $175.00 Eric Brown, Flavio Velecela Engineer Intern $137.00 Suvath Seng, Laurel Smith Specialist $160.00 Tamer Aldamanhouri, Suvath Seng {00348623.2306-9001821}Boynton Beach Utilities—SCADA System Programming, Maintenance& Repair C-13 Page 11 E) of 6 Classification Hourly Rates Employees Identified Engineer $175.00 Eric Brown, Flavio Velecela CADD Technician $90.00 Josephine Garas Clerical /Administrative $105.00 Diane Atchinelli, Brook Trautment, Diane Allen Direct Costs — Mark-up % 10% Office, Reproduction, Mailing, etc. Direct Cost— Mark up % Sub- 10% consultants Reimbursable Expenses: All travel costs are included in the rates listed above. {00348623.2306-9001821}Boynton Beach Utilities—SCADA System Programming, Maintenance& Repair C-13 page 14 4 4.41 6 9 SUPERVISORY CONTROL AND DATA ACQUISITION (SCADA) SYSTEM PROGRAMMING, PREVENTIVE MAINTENANCE AND REPAIR SERVICES THIS AGREEMENT is entered into between the CITY of Boynton Beach, hereinafter referred to as "CITY", and Star Controls, Inc., hereinafter referred to as "CONSULTANT", in consideration of the mutual benefits, terms, and conditions hereinafter specified. WHEREAS, pursuant to Section 287.055, Florida Statutes, the CITY of Boynton Beach solicited proposals for a non-exclusive Contract to perform professional planning services, and WHEREAS, THE CITY issued a Request for Qualifications for SUPERVISORY CONTROL AND DATA ACQUISITION (SCADA) SYSTEM PROGRAMMING, PREVENTIVE MAINTENANCE AND REPAIR SERVICES, RFQ No. 038-2821-19/TP; and WHEREAS, RFQ No. 038-2821-19/TP defined Scope of Services as Supervisory Control and Data Acquisition (SCADA) System Programming, Preventive Maintenance and Repair Services; and WHEREAS, the CITY determined that CONSULTANT is qualified to perform the scope of services set forth in the Request for Qualifications; and WHEREAS, the CITY Commission on January 21, 2020, determined that CONSULTANT is qualified for appointment to perform the scope of services set forth in the Request for Qualifications; and WHEREAS, the CITY Manager's administrative staff, has successfully negotiated an Agreement with CONSULTANT defining terms and conditions for the performance of consulting and engineering services within the scope of the Request for Qualifications; and NOW, THEREFORE, in consideration of the mutual covenants expressed herein, the parties agree as follows: ARTICLE 1 - SERVICES 1.1 CONSULTANT agrees to perform Supervisory Control and Data Acquisition (SCADA) System Programming, Preventive Maintenance and Repair Services by way of individual task order(s)/written work authorization(s), at the written request of the CITY during the term of this Agreement, including the provision of all labor, materials, equipment and supplies. The specified project which may be assigned to CONSULTANT is set forth on Exhibit " A ". Boynton Beach Utilities—SCADA System Programming, Maintenance& Repair C-1 Revised 12/2019 Page 112 of 6 The CITY's Representative during the performance of this Contract shall be Christopher Roschek, Engineering Division Manager telephone (561) 742-6413 The CONSULTANT'S Representative during the performance of the Contract shall be telephone ARTICLE 2 - TERM 2.1 The initial Contract period shall be for an initial term of two (2) years, commencing on the date this contract is last signed by the City or Consultant. The City reserves the right to unilaterally renew the contract for three (3) additional one (1) year periods, under the same terms, conditions. The Services to be performed during the initial two (2) year term will be governed by this Agreement, and that there is no guarantee of future work being given to the Consultant. 2.2 In the event that services are scheduled to end either by contract expiration or by termination by the CITY (at the CITY's discretion), the CONSULTANT shall continue the services, if requested by the CITY, or until task or tasks is/are completed. At no time shall this transitional period extend more than one-hundred and eighty (180) calendar days beyond the expiration date of the existing contract. The CONSULTANT will be reimbursed for this service at the rate in effect when this optional transitional period clause was invoked by the CITY. ARTICLE 3 - TIME OF PERFORMANCE 3.1 Work under this Contract shall commence on written notice by the CITY to the CONSULTANT by way of a task order signed by the City and delivered to CONSULTANT. CONSULTANT shall perform all services and provide all work product required pursuant to this Agreement within the time period set forth in the task order, unless an extension of time is granted in writing by the CITY. ARTICLE 4 - PAYMENT 4.1 The CONSULTANT shall be paid by the CITY for completed work and for services rendered under this agreement as follows: a. Payment for the work provided by CONSULTANT shall be made as provided on Exhibit "A " attached hereto. b. The CONSULTANT may submit vouchers to the CITY once per month during the progress of the Work for partial payment for project completed to date. Such vouchers will be checked by a CITY representative, and upon approval thereof, payment will be made to the CONSULTANT in the amount approved. Final payment of any balance due the CONSULTANT of the total contract price earned will be made within thirty (30) calendar days of verification and acceptance by the CITY after the completion of the Work. Boynton Beach Utilities—SCADA System Programming, Maintenance& Repair C-2 Revised 12/2019 page 119 -644A 6 c. Compensation for sub-CONSULTANTS will be included by the CONSULTANT in the negotiated value of each task order. Compensation will be through a direct mark-up in accordance with the Schedule of Professional Fees attached hereto. Sub-consulting services shall be approved by the CITY'S representative prior to performance of the sub-consulting work. Consulting time for processing and management of the sub-CONSULTANT shall not be included in direct costs as the direct mark-up is applied for management efforts. d. In certain cases where incremental billing for partially completed work is permitted by the City's representative, the total incremental billings shall not exceed the percentage of estimated completion of identifiable deliverables or accepted deliverables as of the billing date. e. The cost of all services as stated herein shall remain fixed and firm for the initial two (2) year period of the contract. Cost of services for any extension period of the contract shall be as agreed to by the City and CONSULTANT and reflected in a contract addendum. ARTICLE 5 - OWNERSHIP AND USE OF DOCUMENTS 5.1 Upon completion of the project and final payment to Consultant, all documents, drawings, specifications and other materials produced by the CONSULTANT in connection with the services rendered under this agreement shall be the property of the CITY whether the project for which they are made is executed or not. Notwithstanding the foregoing, the CONSULTANT shall maintain the rights to reuse standard details and other design copies, including reproducible copies, of drawing and specifications for information, reference and use in connection with CONSULTANT's endeavors. Any use of the documents for purposes other than as originally intended by this Agreement, without the written consent of CONSULTANT, shall be at the CITY's sole risk and without liability to CONSULTANT and CONSULTANT'S sub-CONSULTANTS. ARTICLE 6 - FUNDING 6.1 This Agreement shall remain in full force and effect only as long as the expenditures provided in the Agreement have been appropriated by the CITY in the annual budget for each fiscal year of this Agreement, and is subject to termination based on lack of funding. ARTICLE 7 -WARRANTIES AND REPRESENTATIONS 7.1 CONSULTANT represents and warrants to the CITY that it is competent to engage in the scope of services contemplated under this Agreement and that it will retain and assign qualified professionals to all assigned projects during the term of this Agreement. CONSULTANT's services shall meet a standard of care for Supervisory Control and Data Acquisition (SCADA) planning, designing, and integration including subsystems such as electrical, instrumentation, servers and network communications as they relate to the utility SCADA system located at Boynton Beach Utilities—SCADA System Programming, Maintenance& Repair C-3 Revised 12/2019 page 114 -f 44A 6 various facilities throughout the Boynton Beach Utilities service area and related services no less than the standard of care for Supervisory Control and Data Acquisition (SCADA) System Programming Services practicing under similar conditions. In submitting its response to the RFQ, CONSULTANT has represented to CITY that certain individuals employed by CONSULTANT shall provide services to CITY pursuant to this Agreement. CITY has relied upon such representations. Therefore, CONSULTANT shall not change the designated Project Manager for any project without the advance written approval of the CITY, which consent may be withheld in the sole and absolute discretion of the CITY. ARTICLE 8 - COMPLIANCE WITH LAWS 8.1 CONSULTANT shall, in performing the services contemplated by this service Agreement, faithfully observe and comply with all federal, state and local laws, ordinances and regulations that are applicable to the services to be rendered under this Agreement. ARTICLE 9 - INDEMNIFICATION 9.1 CONSULTANT shall indemnify and hold harmless the CITY, its offices, agents and employees, from and against any and all claims, losses or liability, or any portion thereof, including attorneys fees and costs, arising from injury or death to persons, including injuries, sickness, disease or death to CONSULTANT's own employees, or damage to property occasioned by a negligent act, omission of the CONSULTANT. Neither party to this Agreement shall be liable to any third party claiming directly or through the other respective party, for any special, incidental, indirect or consequential damages of any kind, including but not limited to lost profits or use that my result from this Agreement or out of the services or goods furnished hereunder. ARTICLE 10 - INSURANCE 10.1 During the performance of the services under this Contract, CONSULTANT shall maintain the following insurance policies, and provide originals or certified copies of all policies, and shall be written by an insurance company authorized to do business in Florida. 10.1.1 Worker's Compensation Insurance: The CONSULTANT shall procure and maintain for the life of this Contract, Worker's Compensation Insurance covering all employees with limits meeting all applicable state and federal laws. This coverage shall include Employer's Liability with limits meeting all applicable state and federal laws. This coverage must extend to any sub-CONSULTANT that does not have their own Worker's Compensation and Employer's Liability Insurance. The policy must contain a waiver of subrogation in favor of the CITY of Boynton Beach, executed by the insurance company. Boynton Beach Utilities—SCADA System Programming, Maintenance& Repair C-4 Revised 12/2019 Page 1115 of 6 10.1.2 Comprehensive General Liability: The CONSULTANT shall procure and maintain for the life of this Contract, Comprehensive General Liability Insurance. This coverage shall be on an "Occurrence" basis. Coverage shall include Premises and Operations; Independent consultants, Products Completed Operations and Contractual Liability with specific reference of Article 7, "Indemnification" of this Agreement. This policy shall provide coverage for death, personal injury or property damage that could arise directly or indirectly from the performance of this Agreement. CONSULTANT shall maintain a minimum coverage of $1,000,000 per occurrence and $1,000,000 aggregate for personal injury/ and $1,000.000 per occurrence/aggregate for property damage. The general liability insurance shall include the CITY as an additional insured and shall include a provision prohibiting cancellation of the policy upon thirty (30) days prior written notice to the CITY. 10.1.3 Business Automobile Liability: The CONSULTANT shall procure and maintain, for the life of this Contract, Business Automobile Liability Insurance. The CONSULTANT shall maintain a minimum amount of $1,000,000 combined single limit for bodily injury and property damage liability to protect the CONSULTANT from claims for damage for bodily and personal injury, including death, as well as from claims for property damage, which may arise from the ownership, use of maintenance of owned and non- owned automobile, included rented automobiles, whether such operations be by the CONSULTANT or by anyone directly or indirectly employed by the CONSULTANT. 10.1.4 Professional Liability (Errors and Omissions) Insurance: The CONSULTANT shall procure and maintain for the life of this Contract in the minimum amount of $1,000,000 per occurrence. 10.2 It shall be the responsibility of the CONSULTANT to ensure that all sub-consultants comply with the same insurance requirements referenced above. 10.3 In the judgment of the CITY, prevailing conditions warrant the provision by the CONSULTANT of additional liability insurance coverage or coverage which is different in kind, the CITY reserves the right to require the provision by CONSULTANT of an amount of coverage different from the amounts or kind previously required and shall afford written notice of such change in requirements thirty (30) days prior to the date on which the requirements shall take effect. Should the CONSULTANT fail or refuse to satisfy the requirement of changed coverage within the thirty (30) days following the CITY's written notice, the CITY, at its sole option, may terminate the Contract upon written notice to the CONSULTANT, said termination taking effect on the date that the required change in policy coverage would otherwise take effect. 10.4 CONSULTANT shall, for a period of two (2) years following the termination of the Agreement, maintain a "tail coverage" in an amount equal to that described above for Comprehensive Liability Insurance on a claims-made policy only Boynton Beach Utilities—SCADA System Programming, Maintenance& Repair C-5 Revised 12/2019 page 116 --F 44A 6 ARTICLE 11 - INDEPENDENT CONSULTANT 11.1 CONSULTANT is an independent CONSULTANT with respect to the services provided pursuant to this Agreement. Nothing in this Agreement shall be considered to create the relationship of employer and employee between the parties hereto. Neither CONSULTANT nor any employee of CONSULTANT shall be entitled to any benefits accorded CITY employees by virtue of the services provided under this Agreement. The CITY shall not be responsible for withholding or otherwise deducting federal income tax or social security or for contributing to the state industrial insurance program, otherwise assuming the duties of an employer with respect to CONSULTANT, or any employee of CONSULTANT. ARTICLE 12 - COVENANT AGAINST CONTINGENT FEES 12.1 The CONSULTANT warrants that he has not employed or retained any company or person, other than a bonafide employee working solely for the CONSULTANT, to solicit or secure this Agreement, and that he has not paid or agreed to pay any company or person, other than a bonafide employee working solely for the CONSULTANT, any fee, commission, percentage, brokerage fee, gifts, or any other consideration contingent upon or resulting from the award or making of this Agreement. For breach or violation of this warranty, the CITY shall have the right to annul this Agreement without liability or, in its discretion to deduct from the contract price or consideration, or otherwise recover, the full amount of such fee, commission, percentage, brokerage fee, gift, or contingent fee. ARTICLE 13 — TRUTH-IN-NEGOTIATION CERTIFICATE 13.1 Execution of this Agreement by the CONSULTANT shall act as the execution of a truth-in-negotiation certificate certifying that the wage rates and costs used to determine the compensation provided for in this Agreement is accurate, complete, and current as of the date of the Agreement and no higher than those charged the CONSULTANT's most favored customer for the same or substantially similar service. 13.2 The said rates and cost shall be adjusted to exclude any significant sums should the CITY determine that the rates and costs were increased due to inaccurate, incomplete, or non-current wage rates or due to inaccurate representations of fees paid to outside CONSULTANT& The CITY shall exercise its rights under this "Certificate" within one (1) year following payment. ARTICLE 14 - DISCRIMINATION PROHIBITED 14.1 The CONSULTANT, with regard to the work performed by it under this Agreement, will not discriminate on the grounds of race, color, national origin, religion, creed, age, sex or the presence of any physical or sensory handicap in the selection and retention of employees or procurement of materials or supplies. Boynton Beach Utilities—SCADA System Programming, Maintenance& Repair C-6 Revised 12/2019 Page 11 IF of 6 ARTICLE 15 - ASSIGNMENT 15.1 The CONSULTANT shall not sublet or assign any of the services covered by this Agreement without the express written consent of the CITY. ARTICLE 16 - NON-WAIVER 16.1 A waiver by either CITY or CONSULTANT of any breach of this Agreement shall not be binding upon the waiving party unless such waiver is in writing. In the event of a written waiver, such a waiver shall not affect the waiving party's rights with respect to any other or further breach. The making or acceptance of a payment by either party with knowledge of the existence of a default or breach shall not operate or be construed to operate as a waiver of any subsequent default or breach. ARTICLE 17 — TERMINATION 17.1 Termination for Convenience: This Agreement maybe terminated by the CITY for convenience, upon ten (10) days of written notice by the terminating party to the other party for such termination in which event the CONSULTANT shall be paid its compensation for services performed to termination date, including services reasonably related to termination. In the event that the CONSULTANT abandons the Agreement or causes it to be terminated, CONSULTANT shall indemnify the CITY against loss pertaining to this termination. ARTICLE 18 - DISPUTES 18.1 Any dispute arising out of the terms or conditions of this Agreement shall be adjudicated within the courts of Florida. Further, this Agreement shall be construed under Florida Law. ARTICLE 19 — UNCONTROLLABLE FORCES 19.1 Neither the CITY nor CONSULTANT shall be considered to be in default of this Agreement if delays in or failure of performance shall be due to Uncontrollable Forces, the effect of which, by the exercise of reasonable diligence, the non- performing party could not avoid. The term "Uncontrollable Forces" shall mean any event which results in the prevention or delay of performance by a party of its obligations under this Agreement and which is beyond the reasonable control of the non-performing party. It includes, but is not limited to fire, flood, earthquakes, storms, lightning, epidemic, war, riot, civil disturbance, sabotage, and governmental actions. 19.2 Neither party shall, however, be excused from performance if non-performance is due to forces which are preventable, removable, or remediable, and which the non- performing party could have, with the exercise of reasonable diligence, prevented, removed, or remedied with reasonable dispatch. The non-performing party shall, within a reasonable time of being prevented or delayed from performance by an Boynton Beach Utilities—SCADA System Programming, Maintenance& Repair C-7 Revised 12/2019 page IIE3 -f 44A 6 uncontrollable force, give written notice to the other party describing the circumstances and uncontrollable forces preventing continued performance of the obligations of this Agreement. ARTICLE 20 - NOTICES Notices to the CITY of Boynton Beach shall be sent to the following address: City of Boynton Beach Procurement Services Attn: Director of Finance 3301 Quantum Blvd., Suite 101 Boynton Beach, FL 33426 Notices to CONSULTANT shall be sent to the following address: Consultant: Star Controls Inc. ADDRESS: 11555 Heron Bay Blvd., Suite 200 CITY/STATE/ZIP: Coral Springs, FL 33076 Attn: Tzvi Ma ril, President Tel: 954-288-7954 ; 954-603-0491 Fax: 954-603-0492 Email: tma ril star-controls.com ARTICLE 21 - INTEGRATED AGREEMENT 21.1 This Agreement, together with the RFQ/RFP and any addenda and/or attachments, represents the entire and integrated agreement between the CITY and the CONSULTANT and supersedes all prior negotiations, representations, or agreements written or oral. This Agreement may be amended only by written instrument signed by both CITY and CONSULTANT. ARTICLE 22 - SOVEREIGN IMMUNITY 22.1 CITY is a political subdivision of the State of Florida and enjoys sovereign immunity. Nothing in the Agreement is intended, nor shall be construed or interpreted, to waive or modify the immunities and limitations on liability provided for in Section 768.28, Florida Statute, as may be emended from time to time, or any successor statute thereof. To the contrary, all terms and provisions contained in the Agreement, or any disagreement or dispute concerning it, shall be construed or resolved so as to insure CITY of the limitation from liability provided to any successor statute thereof. To the contrary, all terms and provision contained in the Agreement, or any disagreement or dispute concerning it, shall be construed or resolved so as to insure CITY of the limitation from liability provided to the State's subdivisions by state law. Boynton Beach Utilities—SCADA System Programming, Maintenance& Repair C-8 Revised 12/2019 Page 119 of 14,936 22.2 In connection with any litigation or other proceeding arising out of the Agreement, each party shall be entitled to recover its own costs and attorney fees through and including any appeals and any post judgment proceedings. CITY's liability for costs and attorney's fees, however, shall not alter or waive CITY's entitlement to sovereign immunity, or extend CITY's liability beyond the limits established in Section 768.28, Florida Statutes, as amended. 1. Claims, disputes or other matters in question between the parties to this Agreement arising out of or relating to this Agreement shall be in a court of law. The CITY does not consent to mediation or arbitration for any matter connected to this Agreement. 2. The parties agree that any action arising out of this Agreement shall take place in Palm Beach County, Florida. ARTICLE 23 — PUBLIC RECORDS 23.1 Sealed documents received by the City in response to an invitation are exempt from public records disclosure until thirty (30) days after the opening of the Bid unless the City announces intent to award sooner, in accordance with Florida Statutes 119.07. The City is public agency subject to Chapter 119, Florida Statutes. The CONSULTANT shall comply with Florida's Public Records Law. Specifically, the CONSULTANT shall: A. Keep and maintain public records required by the CITY to perform the service; B. Upon request from the CITY's custodian of public records, provide the CITY with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided in chapter 119, Fla. Stat. or as otherwise provided by law; C. Ensure that public records that are exempt or that are confidential and exempt from public record disclosure requirements are not disclosed except as authorized by law for the duration of the contract term and, following completion of the contract, CONSULTANT shall maintain in a secured manner all copies of such confidential and exempt records remaining in its possession once the CONSULTANT transfers the records in its possession to the CITY; and D. Upon completion of the contract, Consultant shall transfer to the CITY, at no cost to the CITY, all public records in CONSULTANT'S possession. All records stored electronically by CONSULTANT must be provided to the CITY, upon request from the CITY's custodian of public records, in a format that is compatible with the information technology systems of the CITY. Boynton Beach Utilities—SCADA System Programming, Maintenance& Repair C-9 Revised 12/2019 Page 128 of 6 E. IF THE CONSULTANT HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUES, TO THE CONSULTANT'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS: CRYSTAL GIBSON, CITY CLERK 3301 QUANTUM BLVD., SUITE 101 BOYNTON BEACH, FLORIDA, 33435 561-742-6061 GIBSONC@BBFL.US ARTICLE 24 — SCRUTINIZED COMPANIES 287.135 and 215.473 24.1 By submission of this Bid, Proposer certifies that Proposer is not participating in a boycott of Israel. Proposer further certifies that Proposer is not on the Scrutinized Companies that Boycott Israel list, not on the Scrutinized Companies with Activities in Sudan List, and not on the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or has CONSULTANT been engaged in business operations in Syria. Subject to limited exceptions provided in state law, the City will not contract for the provision of goods or services with any scrutinized company referred to above. Submitting a false certification shall be deemed a material breach of contract. The City shall provide notice, in writing, to CONSULTANT of the City's determination concerning the false certification. CONSULTANT shall have five (5) days from receipt of notice to refute the false certification allegation. If such false certification is discovered during the active contract term, CONSULTANT shall have ninety (90) days following receipt of the notice to respond in writing and demonstrate that the determination of false certification was made in error. If CONSULTANT does not demonstrate that the City's determination of false certification was made in error then the City shall have the right to terminate the contract and seek civil remedies pursuant to Section 287.135, Florida Statutes, as amended from time to time. THE REMAINDER OF THE PAGE IS INTENTIONALLY LEFT BLANK. Boynton Beach Utilities—SCADA System Programming, Maintenance& Repair C-10 Revised 12/2019 Page 121 of 6 "This Agreement will take effect once signed by both parties. This Agreement may be signed by the parties in counterparts which together shall constitute one and the same agreement among the parties. A facsimile signature shall constitute an original signature for all purposes." IN WITNESS WHEREOF, the parties have hereunto set their hands and seals on the day and year set forth below their respective signatures. IN WITNESS WHEREOF, the parties hereto have executed this Contract in multiple copies, each of which shall be considered an original on the following dates: DATED this day of 20 CITY OF BOYNTON BEACH CITY Manager CONSULTANT Attest/Authenticated: Title (Corporate Seal) CITY Clerk Approved as to Form: Attest/Authenticated: Office of the CITY Attorney Secretary Boynton Beach Utilities—SCADA System Programming, Maintenance& Repair C-11 Revised 12/2019 Page 122 of 6 City of Boynton Beach Risk Management Department INSURANCE ADVISORY FORM Under the terms and conditions of all contracts, leases, and agreements,the City requires appropriate coverages listing the City of Boynton Beach as Additional Insured. This is done by providing a Certificate of Insurance listing the City as "Certificate Holder" and "The City of Boynton Beach is Additional Insured as respect to coverages noted." Insurance companies providing insurance coverages must have a current rating by A.M. Best Co. of"B+" or higher. (NOTE: An insurance contract or binder may be accepted as proof of insurance if Certificate is provided upon selection of vendor.) The following is a list of types of insurance required of consultants, lessees, etc., and the limits required by the City: (NOTE: This list is not all inclusive, and the City reserves the right to require additional types of insurance, or to raise or lower the stated limits, based upon identified risk.) -------------------------------------------------------------------------------------------------------------------------------------------------------------------------------- TYPE (Occurrence Based Only) MINIMUM LIMITS REQUIRED -------------------------------------------------------------------------------------------------------------------------------------------------------------------------------- General Liability General Aggregate $1,000,000.00 Commercial General Liability Products-Comp/Op Agg. $1,000,000.00 Owners&Consultant's Protective(OCP) Personal&Adv. Injury $1,000,000.00 Liquor Liability Each Occurrence $1,000,000.00 Professional Liability Fire Damage(any one fire) $ 50,000.00 Employees&Officers Med. Expense(any one person) $ 5,000.00 Pollution Liability Asbestos Abatement Lead Abatement Broad Form Vendors Premises Operations Underground Explosion&Collapse Products Completed Operations Contractual Independent Consultants Broad Form Property Damage Fire Legal Liability ------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------ Automobile Liability Combined Single Limit $ 300,000.00 Any Auto Bodily Injury(per person) to be determined All Owned Autos Bodily Injury(per accident) to be determined Scheduled Autos Property Damage to be determined Hired Autos Trailer Interchange $ 50,000.00 Non-Owned Autos PIP Basic Intermodal ------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------- Garage Liability Auto Only, Each Accident $1,000,000.00 Any Auto Other Than Auto Only $ 100,000.00 Garage Keepers Liability Each Accident $1,000,000.00 Aggregate $1,000,000.00 -------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------- Excess Liability Each Occurrence to be determined Umbrella Form Aggregate to be determined Worker's Compensation Statutory Limits Employer's Liability Each Accident $ 100,000.00 Disease, Policy Limit $ 500,000.00 Disease Each Employee $ 100,000.00 -------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------- P ro pe rty Homeowners Revocable Permit $ 300,000.00 Builder's Risk Limits based on Project Cost -------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------- Other- As Risk Identified to be determined -------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------- {00348623.2 306-90018211 Insurance Advisory Form C-12 Page 1289 of 6 EXHIBIT "A" FEE SCHEDULE FOR EACH CLASSIFICATION WHERE AN HOURLY RATE IS ASSIGNED, PLEASE PROVIDE A BRIEF DESCRIPTION OF THAT CLASSIFICATION. Classification Hourly Rates Employees Identified Project Director (Principal) $200.00 Tzvi Magril Client Service Manager N/A N/A Project Manager $175.00 Dana Musumeci, Diego Pinto Primary Project Professional $175.00 Charles Mondale — Instrumentation & Control Project Engineer $175.00 James Mondale Senior Project Engineer $200.00 Diego Pinto Programmer $175.00 Diego Pinto, James Mondale Senior Programmer $200.00 Ron Zetouni Engineer Intern $100.00 Ricardo Morales, Gilbert Greene Specialist $200.00 Tzvi Magril Boynton Beach Utilities—SCADA System Programming, Maintenance& Repair Exhibit "A" 100348623.2 306-90018211 Page 124 of 6 Classification Hourly Rates Employees Identified Engineer $175.00 Charles Mondale, Diego Pinto, James Mondale CADD Technician $120.00 Miguel Michelena Clerical /Administrative $95.00 Juliana Martinez Training $1,800/DAILY Diego Pinto, James Mondale Direct Costs — Mark-up % 10% Office, Reproduction, Mailing, etc. Direct Cost— Mark up % Sub- 10% Consultants Reimbursable Expenses: Boynton Beach Utilities—SCADA System Programming, Maintenance& Repair Exhibit "A" 100348623.2 306-90018211 6 Coversheet Page I of 2 62. CONSENTAGENDA 11/5/2019 CITY OF BOYNTON BEACH AGENDA ITEM REQUEST FORM COMMISSION MEETING DATE: 11/5/2019 REQUESTED ACTION BY COMMISSION: Approve Award of Request for Qualifications(RFQ)No.038-2821-191TP as recommended by the Selection Committee and authorize staff to conduct negotiations with the recommended top ranked proposers to establish contracts in accordance with for General Consulting Services and as per Florida Statute 287.055,otherwise known as the Consultants'Competitive Negotiation Act(CCNA). At completion of negotiations,contracts will be brought back to the Commission for approval. EXPLANATION OF REQUEST: On October 31,2019,pursuant to the Consultants'Competitive Negotiation Act(CCNA), Procurement Services opened a total of two(2)proposals in response to the"Request for Qualifications for Supervisory Control and Data(SCADA)System Programming, Preventive Maintenance and Repair Services."This RFQ was issued seeking qualifications from firms interested in providing system programming,preventive maintenance and repair services to the City. After reviewing all proposals in accordance with the evaluation criteria contained in the RFQ the selection committee scored and ranked the proposers as follows: PROPOSER RANKING McKim&Creed, Inc. 1 Star Controls,Inc. 2 Based upon these ranking scores, the Committee Members unanimously voted to accept the rankings and recommended by consensus to prepare an agenda item to City Commission recommending approval of these rankings and authorization to proceed in negotiating Contracts with both proposers. The highest ranked proposer is being recommended as the primary firm and lowest ranked proposer as secondary firm. HOW WILL THIS AFFECT CITY PROGRAMS OR SERVICES? By providing staff with the ability to negotiate for contracts,this will facilitate on-going capital improvement projects that will effectively and efficiently enhance operations at the City of Boynton Beach Utilities. FISCAL IMPACT: Budgeted There is no fiscal impact as a result of this approval;contracts between the City and the selected firms will be submitted to Commission for approval. ALTERNATIVES: Not accept the committee'rankings; Request oral presentations to commission then rank;or Not to award and issue a new Request for Qualifications. STRATEGIC PLAN: STRATEGIC PLAN APPLICATION: CLIMATE ACTION: No CLIMATE ACTION DISCUSSION: Is this a grant? Grant Amount: https://boyntonbeach.novusagenda.com/AgendaPublic/CoverSheet.aspx?ItemID=6904&M... PFU4/Jqft)Of 1406 Coversheet Page 2 of 2 ATTACHMENTS: Type Description o 01her McKim&Creed RFQ Response o Other Star Controls RFQ Response D >t;4 Summary of Reviewer Scores https://boyntonbeach.novusagenda.com/AgendaPublic/CoverShect.aspx?ItemID=6904&M... Ppgq/jgYgof 1406 Pump Status .... utility Wet Well Vie Setpoirt Contm I 4, J`Mwwl Not High Level High Level Float L.9-Lag Level 1-1—t L.9 L—el Ficial Lead Level Float Float iF.S!FT arm Hum Silenced Alarm I I 11 I'll D I i p I I y Pump Contmi ...............Station Control Communication sta I r I t I Y I Runtimes R Urm Ham P P..p 2 OVERRIDE! OVERRIDE!! N-1 N..al OvemJde Ovouide Disable Disable LS317 Type:'.Mosead-L Site Id: 1 RFQ#038-2821-19/TP REDDEST FOR DUALflCATMNS FOR SUPERVISORY CONTROL AND DATA ACQUISITION (SCADA) SYSTEM PROGRAMMING, PREVENTIVE MAINTENANCE AND REPAIR SERVICES SUBMITTED TO: CITY OF BOYNTON BEACH 13301 QUANTUM BOULEVARD, SUIT[ 1011 BOYNTON BEACH, FLORIDA 33426 561.742.6447 SUBMITTED FY: MCKIM 5 CREED I CLIARWATIR, FLORIDA 4 e-`*'�MCICM&CREED 727.442.7196 1 MCKIMCRI[D.GOM ENGINEERS SURVEYORS PLANNERS TABLE OF Alft a Ion 0 ,h, M ME 0 0 0 0 0 0 0 P e U,0E, NTENT6 Section 1 - Letter of04 � Interest MW 4, UbSection 2 - Firm's = Qualifications Section 3 - Qualifications of Project Team Section 4 - Current &24 Projected Workload ' Section 5 - Demonstrated Zb Knowledge 4' n .w Section 6 - Approach ;_ 35 Section 7 - ReferencesuTi ryB2' '' � 4 try xH x' '" wiw m, 3 Section 8 - Forms & r Documents MCKIM&CREED ENGINEERS SURVEYORS PLANNERS Page 130 of 1406 1 ;` "M LETTER OF INTEREST SECTION 1 INCLUDES: LETTER OF INTEREST MCKIM&CREED ENGINEERS SURVEYORS PLANNERS September 24,2019 Taralyn Pratt Contract Coordinator City of Boynton Beach Procurement Services 3301 Quantum Boulevard,Suite 101 Boynton Beach, FL 33426 RE; RFQ # 038-2821-19/TP REQUEST FOR QUALIFICATIONS FOR SUPERVISORY CONTROL AND DATA ACQUISITION (SCADA) SYSTEM PROGRAMMING, PREVENTIVE MAINTENANCE AND REPAIR SERVICES Dear Ms. Pratt and Members of the Selection Committee: The City of Boynton Beach has a strong vision of what is required from their automation system to provide the best service to their customers.This vision includes the implementation of data interoperability between software packages such as CMMS and GIS,and using SCADA collected data to make sound operational decisions. Our team of dedicated, responsive professionals is fully prepared to guide you through the best options available for your SCADA needs. PHILOSOPHY/At McKim &Creed,we always put our client's needs first following our corporate vision of"People Helping People to Achieve their Goals and Dreams."We achieve this first by understanding your concerns,challenges,and needs.We understand the importance and benefits of maintaining an updated SCADA system. It is imperative for a utility provider to have a current and stable SCADA system to monitor and control processes,save time and liberate operator resources for more important tasks. TEAM QUALIFICATIONS/ McKim &Creed's SCADA team is comprised of talented controls engineers,designers, programmers, integrators and field administrators.Collectively,we have over 150 years of experience with SCADA systems in the municipal and industrial markets.We have 27 licensed professional engineers in Florida alone.Our team is rounded out with key specialty services, including network security resources,and electrical engineering support. EXPERIENCE 0 KNOWLEDGE/ Established in 1978, McKim&Creed offers a full range of engineering,surveying and planning services.With nearly 600 employees,core competencies of the firm include SCADA system design, PLC programming,SCADA HMI configuration, IT networks and cyber security,water and wastewater process planning and design,electrical and site/civil engineering,structural engineering,and surveying specialties.SCADA is a primary focus of our company,which means that our focus on technology is your benefit. UNDERSTANDING OF SCOPE/We understand the need to maintain operations,and we have extensive experience upgrading control systems with these requirements. Under this contract,we understand the selected consultant will receive individual work orders on an ongoing basis to provide SCADA planning,design and integration at City facilities.With our in-house capabilities,we will also be able to assist with networking issues,cyber security concerns,and process improvements. Sincerely, McKim &Creed, Inc. Mike Stoup, PE Electrical & Instrumentation Group Manager 192033 1365 Hamlet Avenue,Clearwater, FL 33756 I 727.442.7196 I mckimcreed.com Page 132 of 1406 1"M;� FIRMS QUALIFICATIONS SECTION 2 INCLUDES: PROPOSER'S QUALIFICATION STATEMENT STATEMENT OF FIRM'S QUALIFICATIONS OFFICE LOCATION PROPOSER'S QUALIFICATION STATEMENT The undersigned certifies under oath the truth and correctness of all statements and of all answers to questions made hereinafter: SUBMITTED TO: City of Boynton Beach Procurement Services 3301 Quantum Boulevard, Suite 101 Boynton Beach, Florida 33426 Check One Submitted By: Corporation x Name: McKim &Creed, Inc. Partnership Address: 1365 Hamlet Ave. Individual CITY, State, Zip: Clearwater, FL 33756 Other Telephone No.: 727.442.7196 Fax No.: 727.461.3827 1. State the true, exact, correct and complete name of the partnership, corporation, trade or fictitious name under which you do business and the address of the place of business. The correct name of the Proposer is: McKim &Creed, Inc. The address of the principal place of business is: 1730 Varsity Dr.Venture IV Building Ste. 500 Raleigh, NC 27606-2689 2. If Proposer is a corporation, answer the following: a. Date of Incorporation: 1/2/1981 b. State of Incorporation: North Carolina C. President's name: Chairman: Michael Creed,CEO:John Lucey d. Vice President's name: Edward Pollard e. Secretary's name: Herbert P. McKim f. Treasurer's name: Chief Financial Officer,Chris Nelson g. Name and address of Resident Agent: Grant Livengood 1730 Varsity Dr.Venture IV Building Ste. 500 Raleigh, NC-2/606-268Y THIS PAGE MUST BE SUBMITTED ALONG WITH RESPONSE IN ORDER FOR PACKAGE TO BE CONSIDERED COMPLETE AND ACCEPTABLE Boynton Beach Utilities—SCADA System Programming,Maintenance&Repair 27 page IQ4 -644JA 3. If Proposer is an individual or a partnership, answer the following: a. Date of organization: b. Name, address and ownership units of all partners: C. State whether general or limited partnership: 4. If Proposer is other than an individual, corporation or partnership, describe the organization and give the name and address of principals: N/A 5. If Proposer is operating under a fictitious name, submit evidence of compliance with the Florida Fictitious Name Statute. N/A 6. How many years has your organization been in business under its present business name? 8 Years Under what other former names has your organization operated? McKim &Creed, P.A.,and McKim&Creed Engineers, P.A. 7. Indicate registration, license numbers or certificate numbers for the businesses or professions, which are the subject of this Bid. Please attach certificate of competency and/or state registration. F11000001885 is the State of Florida Corporation number,Our Florida PE license is CA29588. Certificates are attached 8. Did you attend the Pre-Proposal Conference if any such conference was held? YES N/A NO 9. Have you ever failed to complete any work awarded to you? If so, state when, where and why: No. THIS PAGE MUST BE SUBMITTED ALONG WITH RESPONSE IN ORDER FOR PACKAGE TO BE CONSIDERED COMPLETE AND ACCEPTABLE Boynton Beach Utilities—SCADA System Programming,Maintenance&Repair 28 10. List the pertinent experience of the key individuals of your organization (continue on insert sheet, if necessary) Please see section 3. 11. State the name of the individual who will have personal supervision of the work: Mike Stoup, PE 12. State the name and address of attorney, if any, for the business of the Proposer: Edward Pollard, 1730 Varsity Drive Venture IV Building,Suite 500 Raleigh, NC 27606-2689 13. State the names and addresses of all businesses and/or individuals who own an interest of more than five percent (5%) of the Proposer's business and indicate the percentage owned of each such business and/or individual: Herb McKim owns 13.8%.Address:4669 NW 30th Place Ocala, FL 34482. No business or individual owes more than 5%aside from Herb McKim. 14. State the names, addresses, and the type of business of all firms that are partially or wholly owned by Proposer: N/A. 15. State the name of Surety Company which will be providing the bond (if applicable), and name and address of agent: N/A. THIS PAGE MUST BE SUBMITTED ALONG WITH RESPONSE IN ORDER FOR PACKAGE TO BE CONSIDERED COMPLETE AND ACCEPTABLE Boynton Beach Utilities—SCADA System Programming,Maintenance&Repair 29 16. Annual Average Revenue of the Proposer for the last three years as follows: Revenue Index Number a. Government Related Work 9 b. Non-Governmental Related Work 9 Total Work a +b): 10 Revenue Index Number 1. Less than $100,000 2. $100,000 to less than $250,000 3. $250,000 to less than $500,000 4. $500,000 to less than $1 million 5. $1 million to less than $2 million 6. $2 million to less than $5 million 7. $5 million to less than $10 million 8. $10 million to less than $25 million 9. $25 million to less than $50 million 10. $50 million or greater 17. Bank References: Bank Address Telephone First National Bank 4711 Six Forks Rd. Raleigh, NC 27609 919-881-1637 18. Provide description of policies and methods for project monitoring and budgeting control as well as adherence to project schedule (continue on insert sheet, if necessary). McKim & Creed is committed to meeting schedules and budgets. We have never had a delay claim resulting from our failure to complete implementation services on any projects.Time is money, and project schedules can greatly impact the financial success of a project.All projects require funding, and by observing scope boundaries and executing on schedule,the project will be delivered within the funding budget.To maintain the schedule and budget established at the beginning of the project, we hold routine internal project reviews to measure our progress. Communication with the City and other contractors is a critical component of our work to ensure everyone is aware of potential issues before they happen. This way, issues can be addressed immediately and the project can move forward as scheduled. Using these tools, we can identify early in the project if tasks are deviating from the projected path and take corrective action. 19. Provide descriptions of quality assurance/quality control management methods (continue on insert sheet, if necessary): Please see pale 58 for our complete QA/QC policy and standards. McKim &Creed is committed to maintaining a high quality of service in all of our projects. THIS PAGE MUST BE SUBMITTED ALONG WITH RESPONSE IN ORDER FOR PACKAGE TO BE CONSIDERED COMPLETE AND ACCEPTABLE Boynton Beach Utilities—SCADA System Programming,Maintenance&Repair 30 20. Is the financial statement submitted with your proposal (if applicable) for the identical organization named on page one? YES FX—] NO 21. If not, explain the relationship and financial responsibility of the organization whose financial statement is provided (e.g., parent-subsidiary). N/A. 22. What will be your turnaround time for written responses to City inquires? 1-2 days depending on the inquiry. 23. List and describe all bankruptcy petitions (voluntary or involuntary) which have been filed by or against the Proposer, its parent or subsidiaries or predecessor organizations during the past five (5) years. Include in the description, the disposition of each such petition. None. 24. List all claims, arbitrations, administrative hearings and lawsuits brought by or against the Proposer or its predecessor organization(s) during the last five (5) years. The list shall include all case names, case arbitration or hearing identification numbers, the name of the project which the dispute arose, and a description of the subject matter of the dispute. American Integrity Insurance v. McKim &Creed - 17-CA-002788- Property damage claim relating to survey boundary rod -2017- Dismissed in 2017. Onslow Water and Sewer Authority v. McKim &Creed -17 CVS 1949-Claim based on improper equipment being installed by contractor-2017- Dismissed in 2018.Tony E. Hawley Construction Co.v. McKim &Creed - 17 CVS 738-Claim from contractor that time extensions were not properly granted -2017- Dismissed in 2017 25. List and describe all criminal proceedings or hearings concerning business related offenses to which the Proposer, its principals or officers or predecessors' organization(s) were defendants. None. THIS PAGE MUST BE SUBMITTED ALONG WITH RESPONSE IN ORDER FOR PACKAGE TO BE CONSIDERED COMPLETE AND ACCEPTABLE Boynton Beach Utilities-SCADA System Programming,Maintenance&Repair 31 26. Has the Proposer, its principals, officers or predecessors' organization(s) been Convicted of a Public Entity Crime, debarred or suspended from bidding by any government during the last five (5) years? If so, provide details. No. The Proposer acknowledges and understands that the information contained in response to this Qualification Statement shall be relied upon by owner in awarding the contract and such information is warranted by Proposer to be true. The discovery of any omission or misstatement that materially affects the Proposer's qualifications to perform under the contract shall cause the owner to reject the proposal, and if after the award, to cancel and terminate the award and/or contract. (Signe: w . (Title) Electrical & Instrumentation Group Manager Subscribed and sworn to before me Thisday of September 2019 ,n Notary,Public i nature � rv+ MANET.ACHINEW ire I/ P EXPIRES:April 1,2022 .� .N� r Pub9cUnderxRltera THIS PAGE MUST BE SUBMITTED ALONG WITH RESPONSE IN ORDER FOR PACKAGE TO BE CONSIDERED COMPLETE AND ACCEPTABLE Boynton Beach Utilities—SCADA System Programming, Maintenance& Repair 32 Page 59 of 1 06 ® 1 1 1 c At McKim &Creed,we are committed to the communities KEY QUALIFICATIONS we serve.Whether it's designing sustainable water solutions, creating energy-efficient environments, planning thriving #1 Instrumentation and control system communities,or gathering data for safe transportation networks, programming/SCADA we work to improve the quality of life for our clients. McKim ------------------------------------------------------------- &Creed is an employee-owned company that has been in #2 Water,wastewater,stormwater and reclaimed operation since 1978. water engineering ------------------------------------------------------------- AS EMPLOYEE-OWNERS,OUR TEAM MEMBERS ARE COMMITTEDElectrical,civil,environmental, mechanical, electrical, plumbing and structural engineering TO CONTRIBUTING TO THE SUCCESS AND WELFARE OF OUR CLIENTS AND OUR COMMUNITIES. #4 Design-build/alternative delivery ------------------------------------------------------------- Our guiding principle of"people helping people" means we place #5Hydrographic and conventional surveying service and relationships above profits. But don't take our word for it,our clients are just as satisfied with our final products as ------------------------------------------------------------- we are with our work: #6Master planning and hydraulic modeling ------------------------------------------------------------- Condition assessment and system rehabilitation "Your commitment to helping us and your cooperative attitude are to be commended." SUBCONSULTANTS Stephen Bozmon For this project, McKim&Creed will be providing complete Charlotte County,Florida SCADA and electrical service in house,without the use of subconsultants. SCADA TECHNICAL SCADA is the central control component in any process system. A properly engineered and implemented SCADA system is imperative to a utility's successful operation. ; i Backed by more than 40 years of industry experience,the I&C 01, professionals professionals at McKim &Creed know and understand water L and wastewater operations and the processes that control them.Through our approach of collaborative teamwork, s , outstanding engineering design,seamless system integration, 41 thorough training and ongoing support,we plan,design and -- implement in-plant and system-wide SCADA/I&C systems that enable utilities to operate efficiently,effectively and safely. I McKim &Creed has first-hand experience with the City's Enterprise wide control room. VTScada applications and Siemens PLCs,as well as the Motorola PLC I EXPERTISE system.This means we will be able to execute projects and respond to issues with the full knowledge of the City's systems SIEMENS SCHNEIDER ELECTRIC and goals in mind. In addition,we bring extensive SCADA S7-200 Modicon PLC experience to this contract,and will be able to suggest and S7-300 SCADAPack implement ideas from other clients and industries. S7-400 Citect HMI WinCC HMI ClearSCADA AR EAS F EXPERTISE Wonderware InTouch MOTOROLA Wonderware App Server SCADA Master Planning ACE 3600 (Archestra) System Research& Documentation FI Us&RTU's Wonderware Historian • System Engineering TRIHEDRAL VTSCADA HMI GE y iFIX System Design COMMUNICATIONS CimplicitySerial RS-232 and RS-485 PLC Programming Modbus and Modbus TCP RX3i,RX7i PLC HMI Programming Ethernet IP and TCP ALLEN-BRADLEY ROCKWELL DeviceNet PLC-5 Network Design ControlNet SLC-500 Radio&Cellular Telemetry Profibus ControlLogix System Commissioning ProfiNet CompactLogix Serial radio FactoryTalkTViewSE and ME System Security Analysis Ethernet radio HMI UL 508A Certified Panel Design Licensed and unlicensed Panelview frequencies Historian Cellular Modem Configuration Point-to-point and point-to- AUTOMATION DIRECT PLC multipoint Cellular Single mode and multi-mode fiber optic CKI &CREED I RFQ NO.038-2821-19/TP SCADA SYSTEM PROGRAMMING,PREVENTIVE MAINTENANCE AND REPAIR SERVICES 4 Page 141 of 11406 ELECTRICAL TECHNICAL COMPETENCY Electrical power is one of the most critical portions of any plant IS'� �,` and the single largest operating cost. f � a J0 Backed by more than 40 years of industry experience,the electrical engineers at McKim&Creed know and understand water and wastewater operations and the processes that control them. Through our approach of collaborative teamwork,outstanding engineering design,seamless power system integration,thorough training and ongoing support,we plan,design and implement in-plant power distribution systems that enable utilities to operate efficiently,effectively and safely. %t McKim &Creed has experience with Siemens distribution gear �� 1 •.. and VFDs,generators and automatic transfer switches.We are r" comfortable designing networked solutions for power equipment, and we use that technology to improve the monitoring and control � �� of devices. Our team frequently updates or performs Arc Flash Analyses for plants,and has experience with breaker coordination Our electrical team has experience with a wide variety of water and wastewater treatment plants nationally and and short circuit analysis.As a Florida based group,our familiarity throughout Florida. with lightning and the necessary protection for equipment will greatly benefit the City. EAS OF ELECTRICAL EXPERTISE Power System Analysis,Arc Flash, Automated Lighting Control Systems Electrical and instrumentation wiring Coordination, Harmonic Distortion Lightning Protection Design and duct bank systems. 600v, 5kv& 15k Power Distribution Construction Administration, Electrical evaluations and studies Design Observation,Owner Representative including short circuit current studies Renewable Energy Generation Specifications&Equipment and arc flash mitigation. Backup& Emergency Generation Integration with Automation Systems Design and implementation of voice/ EPA Compliance data/video networks using fiber optic, p Power Distribution and Smart MCC's in UTP and Ethernet systems. Master Planning&Asset Assessment general with emphasis on Siemens. Power Distribution and Smart MCC's in Critical Load Control Design and implementation of electrical general with emphasis on Siemens. Raceway Systems Design & Modeling power,grounding,lighting,and motor control systems. TO PROV I DE ,1i E MOST a rO eat E RESPECT FOR PEOPLE WE, CLIENT SATISFACTION CONTINUOUS I PROVE T OWNERSHIP SAFETY PE00"PLE 1 1 r P1, ill 6% 1) PE00"PLE TO BEA WORLD-CLASS CONSULTANCY OF PEOPLE HELPING PEOPLE DEFINE AND ACHIEVE THEIR GOALS AND DREAMS. CKI &CREED I RFQ No.038-2821-19/TP SCADA SYSTEM PROGRAMMING,PREVENTIVE MAINTENANCE AND REPAIR SERVICES Page 142 of 11406 IBC TECHNICAL COMPETENCY McKim &Creed has extensive technical experience in design, maintenance, inspection,and implementation of instrumentation work pertaining to SCADA and related control systems. Design of P&Ds for process controls stems. Design and implementation of new instrumentation systems for process control. Calibration of instrumentation such as level,flow, pressure, and temperature transmitters as well as analyzers. A section of a control panel recently installed by our team. SERVER AND NETWORKING TECHNICAL McKim &Creed has the expertise necessary to design, maintain, inspect and implement server and network systems related to the SCADA system consisting of, but not limited to: - SOFTWARE: MS SQL Server Excel Reporter Expertise with Microsoft Server OS. � , Software Defined Storage SERVERS&NETWORKING DNS, DHCP,AD&domain controllers Virtualized server systems Network management software Layer 2 and 3 Switches Yt • Routers Firewall systems High availability systems We have extensive experience with implementing,design- ing,and maintaining network systems.Above is a photo of a recent installation of a multi server system. CKI &CREED I RFQ NO.038-2821-19/TP SCADA SYSTEM PROGRAMMING,PREVENTIVE MAINTENANCE AND REPAIR SERVICES Page 143 of 1406 1 LOCATION SERVICE OFFICES Our Clearwater office is the main hub of our Electrical & Instrumentation group, and we plan to provide the majority of our services from that location.Additional support can come from any of our nearby offices,or throughout the country with remote access. McKim &Creed's depth of local resources offers the flexibility to provide experienced staff at your disposal to keep your project on track. We are willing and capable of responding to requests within one hour by phone or VPN,and on site within 4 hours as necessary. McKim & Creed's depth of staff resources ensures that we can service multiple locations at one time. OFFICE LOCATION ITI L RESOURCES APk MW in 1365 Hamlet Ave There are over 150 staff Clearwater, FL 33756 c members in the Florida offices, including all personnel assigned to this task. CONTACT ACTIVITIES PERFORMED Mike Stoup, PE Our technical specialties at this 727.442.7196 �� location include SCADA/controls, MStoup@mckimcreed.com electrical, civil, water, wastewater, & reclaimed water engineering. LOCATIONS *Our team in the nearby Clearwater 1 office will manage the services requested by FLORIDAthe City. Clearwater* Tampa Daytona Beach Orlando Deland Palm Coast Fort Myers Sarasota Jacksonville Pensacola CKI &CREED I RFQ No.038-2821-19/TP SCADA SYSTEM PROGRAMMING,PREVENTIVE MAINTENANCE AND REPAIR SERVICES Page 144 of 117406 UUALIFICATIONS OF PROJECT TEAM SECTION 3 INCLUDES: ORGANIZATIONAL CHART RESUMES FOR KEY PROJECT MEMBERS 41 ORGANIZATIONAL I f iin _____________________________ x C A PROJECT MANAGER _ David Eike, PE --------------------------------------- CLIENT SERVICES MANAGER Mike Stoup PE ELECTRICAL 15 C -------------------------------------------------------------------------- PRIMARY PROJECT PRIMARY PROJECT PROFESSIONAL - ELECTRICAL PROFESSIONAL - 18C Aubrey Haudricourt, PE Eric Brown ------------------ -----------____s________________ s , ENGINEER INTERN s SENIOR PROJECT ENGINEER SENIOR 18C SPECIALIST PROJECT ENGINEER Laurel Smith, EI Mike Fadini, PE Flavio Velecela, EI Brian Thorniley, PE ,,siFs,a ENGINEER INTERN 18C SPECIALIST Suvath Seng, EI Tamer Aldamanhouri CKI &CREED I RFQ NO.038-2821-19/TP SCADA SYSTEM PROGRAMMING,PREVENTIVE MAINTENANCE AND REPAIR SERVICES Page 146 of 11406 IN David has over 30 years of extensive design and project management experience with large water and wastewater projects. In addition to design of wastewater and water facilities, he has additional expertise in instrumentation, control systems, supervisory control and data KEY QUALIFICATIONS acquisition (SCADA) system, and electrical system design. Previous experience includes roles as project manager for numerous water, wastewater, and industrial projects that included ✓SCADA Systems Planning& treatment plants and pump stations. Design ✓11 I 11 nstrumentation 11&Co11 ntro11 ls SELECT PROJECT EXPERIENCE (I&C)Systems Pembroke Pines SCADA Evaluation I Ingemel S.A. LLC I Pembroke Pines, FL Mr. Eike served as I&C Engineer. McKim&Creed conducted field research to review the City of ✓PLC&HMI Software Pembroke Pines'SCADA system and provide an analysis of the lifecycle with recommendations Implementation on upgrades to the system. ✓WirelessCommunications Central Pasco Beneficial Water Reuse Project I Pasco County, FL Systems Mr. Eike served as Lead I&C Engineer for award-winning land application system consisting EDUCATION of groundwater recharge treatment wetlands using excess reclaimed water.The 3,000-acre site includes 15 created wetlands totaling over 176 acres. Facility is remotely controlled and B.S., Mechanical Engineering, monitored via the County's SCADA system with separate wireless communications to each Washington University remote pond site,which are powered by solar panels. LICENSURE Fowler WRF Expansion I Forsyth County, GA Mr. Eike served as Lead I&C Engineer for a $63 million MBR wastewater treatment plant Professional Engineer, expansion. Project expanded an existing facility with new headworks(coarse and fine screens, FL#75318 " grit removal,and septage receiving station),flow equalization tank, ultraviolet disinfection, Professional Engineer,GA, KY, sludge dewatering centrifuges,and effluent pumping. New ControlLogix PLCs were installed MO,IL and new equipment control panels integrated into the existing, upgraded control system. L-8 Reservoir, Pump Station and Intake Structure Design/Build I South Florida Water AFFILIATIONS Management District I West Palm Beach, FI International Society of Mr. Eike served as Lead I&C Engineer on a $64 million design/build team for a new 450-cfs Automation pump station and associated 300-cfs intake structure. Pump station consisted of two stages of pumping with three pumps each. Pump operation was dependent on reservoir level and CERTIFICATIONS discharge flow. Pumps are remotely operated through the District's redundant radio telemetry SCADA system and are designed to operate at the most efficient energy level. NFPA 70E Electrical Safety Training Water Treatment Plant I City of Roswell,GA Mr. Eike served as Lead I&C Engineer for a new 3-mgd water treatment plant.The$15 million OSHA 10-Hour Construction project included controls for a new raw water intake pump station; a 10-MG raw water Outreach Training storage tank;flocculation; sedimentation; conventional multi-media filtration with air scour CPR,AED, and Basic First Aid and backwash; high service pump station; and chemical feed systems. Control system was Training based on Control Logix PLCs with fiber optic communications,Wi-Fi network with tablet control, control room console design,and integration of security and CCTV systems. MCKIM&CREED I RFQ NO.038-2821-19/TP SCADA SYSTEM PROGRAMMING,PREVENTIVE MAINTENANCE AND REPAIR SERVICES Page 147 of21406 Mike's career spans over 25 years of design,implementation and management of SCADA system and process instrumentation and controls projects in the industrial and municipal marketplace. He offers extensive experience in the areas of project management, QA/QC, control system KEY QUALIFICATIONS planning and design, PLC and HMI software implementation, communications and network planning and control systems implementation. His system hardware and software knowledge ✓Project Management extends to platforms provided by Allen Bradley/Rockwell,Schneider Electric,Trihedral, Inductive ✓QA/QC Automation and Wonderware software. ✓Automation &Controls'' " SELECT PROJECT EXPERIENCE ✓Electrical Engineering Fiesta Village WWTP Filter PLC Upgrade I Lee County, FL Mr. Stoup served as project manager,designing a new control panel to replace an aging ✓1&C/SCADA System Hardware Modicon PLC with an Allen-Bradley CompactLogix.The design also included incorporating the existing valve controls into the new panel and relocation of level monitoring.The existing valves EDUCATION were replaced and the actuators were changed from 480VAC to 120VAC to minimize power B.S., Electrical Engineering, consumption.This required a new power distribution design and an MCC evaluation. Included University of South Florida in the scope was an RFP development,full specifications, proposal review and recommendation of award. LICENSURE HMI Evaluation and Recommendation I Hillsborough County I Tampa, FL Professional Engineer, The McKim &Creed team evaluated six different SCADA Human Machine Interface(HMI) FL#65702 software platforms and submitted an evaluation report of the findings with recommendations to Hillsborough County.The evaluation was performed to provide the County with a basis for Professional Engineer,TX, INC, LA determining if an upgrade to its HMI software is required,and which of the available software platforms would best support the County's management of its water and wastewater utilities. AFFILIATIONS Van Dyke Effluent Pump PLC Addition I Hillsborough County, FL FS-AWWA Automation Mr. Stoup served as the project manager for the electrical,controls and programming changes Committee Chair needed to upgrade the controls of the three effluent pumps and connect them to SCADA at ISA Tampa Chapter Vice the County's Van Dyke Effluent Pump Station. In addition,the County added a continuous level President&Past Program Chair transmitter to the clearwell to drive the effluent pump motors with VFDs to minimize starts and stops and reduce power consumption. McKim &Creed added an automatic, hard-wired fail- over system should the PLC or the level transmitter fail to ensure operational reliability. McKim &Creed also updated the plant P&IDs for this addition, provided the design of the control panel, procured,fabricated and installed the panel and instruments, programmed the PLCs and Citect,and performed check-out,startup and commissioning services.This upgrade was accomplished without a shutdown of the facility. FMS Phase II SCADA Server Split and Rebuild I Hillsborough County, FL Mr. Stoup served as project manager. McKim &Creed was selected to create a single Citect HMI application with four separate clusters(FMS, FMSN, FMSC and FMSS)for the Northwest pumps, BSOC and South County AWTP Citect application zones.This single application was loaded on each of the three sets of redundant server pairs. WWTP SCADA Upgrade Evaluation I City of Inverness I Inverness, FL Mr. Stoup served as principal. McKim &Creed provided professional engineering services to replace the aging SCADA system at the City's wastewater treatment plant with a VTScada HMI. The scope of work included onsite programming and configuration work to stabilize the old system while upgrades were accomplished. CKI &CREED I RFQ NO.038-2821-19/TP SCADA SYSTEM PROGRAMMING,PREVENTIVE MAINTENANCE AND REPAIR SERVICES 2 Page 148 of 11406 I Mr. Brown offers extensive experience in designing, building and installing hardware for SCADA applications in the wastewater and water industries. Mr. Brown is an expert in PLC programming using Siemens,Emerson,Schneider Electric,GE,Automation Direct and Allen Bradley applications KEY QUALIFICATIONS and has experience with numerous SCADA related Human Machine Interface (HMI) software SCADA packages including Wonderware,CitectSCADA,VTSCADA, Rockwell FactoryTalk,and IFix. ✓ ✓HMI SELECT PROJECT EXPERIENCE Boynton Beach SCADA Upgrade, City of Boynton Beach, Boynton Beach, FL ✓PLC Programming McKim &Creed is developing a new VTScada HMI application to replace the previous ✓Electrical Circuits and Collections System HMI application.We are removing the custom DCR Layer and upgrading the Design software to the newest version while keeping the same look and functionality.This approach will remove the instability of the DCR Layer and make the transition seamless to the operators. ✓Electrical Control Panel The screens that represent the plant equipment will be developed to match the existing East Design Plant HMI screen design so when the application is complete and it is combined with the East ✓Communications Plant application,the final product will be consistent and easy to use.Through the process we developed demonstration screens that were presented to the City during a workshop. ✓Networking Comments were received and incorporated into the screen design to fine-tune the screens to meet the City's goals.The application communicates to over 150 lift stations and other remote EDUCATION sites through the existing Motorola system.The development included reverse-engineering B.S.E.E Electrical Engineering, the DCR Layer and Motorola tagging scheme to properly assign the Motorola addresses within University of South Florida the HMI application.All common screens were developed using templates to reduce the development time and make adding stations in the future simple and quick. A.S.Computer and Electrical Engineering,Tampa Technical Chilled Water SCADA, City of Boynton Beach, Boynton Beach, FL Community College The City is implementing a large downtown renovation project,and to support the new development they are adding a chilled water plant.This plant will supply chilled water to A.A,+General Studies, Saint businesses in the downtown area,and the City will use the water as a revenue source.We Petersburg College were hired to develop a standard design for the control panels that will be placed at each of the customers sites which will measure the flow of water for billing purposes and provide the CERTIFICATIONS ability to monitor and control the station. McKim &Creed developed the network architecture Wonderware System Platform to provide communications between the customer's stations and the City's VTScada application. In addition,the same network architecture is used to share station data with the Wonderware Intouch Trane chilled water system to optimize the process and maximize the output of the system. W11 onderware Historian To provide the client with visibility of their station's data, McKim &Creed included a web page enabled device in the design.This device can be accessed through a wi-fi or hard-wired connection that is isolated from the City's network and completely secure. MARS Management Improvements, Manatee County, Bradenton, FL Mr. Brown served as instrumentation &controls designer for the evaluation,design and construction phase services of facilities and controls that provide the County with a centralized location to monitor,control and automate RCW system operations.These improvements enabled the County to monitor localized system flows and pressures, limit flows where indicated,and manage RCW storage within the respective service areas in the system. WaterHub at Emory University I&C and Programming As-needed, Sustainable Water, Atlanta, GA Mr. Brown served as senior I&C specialist. Emory University WaterHub is located in Atlanta, Georgia. In order to help lower the University's dependence on potable water for the HVAC systems,Sustainable Water, McKim&Creed, Reeves Young and Emory University designed, built and maintain a water reclamation facility. McKim &Creed's Instrumentation and Controls group designed all of the controls and took over the programming from the integrator towards the end of the construction to facilitate the project to completion. Since the facility has been built,there have been several changes and reuse site additions,which McKim &Creed performed on an as-needed basis. CKI &CREED I RFQ NO.038-2821-19/TP SCADA SYSTEM PROGRAMMING,PREVENTIVE MAINTENANCE AND REPAIR SERVICES Page 149 of2z406 Aubrey has over 20 years experience in both electrical and instrumentation engineering. He has designed and overseen the installation of power generation, power distribution, lighting and process controls systems for large water and wastewater facilities as well as waste to energy and KEY QUALIFICATIONS industrial facilities.Aubrey's expertise includes evaluating existing electrical assets for equipment life expectancy and risk failure assessment. He has also been involved in vulnerability studies for ✓Electrical and Process security, including hurricane and flood resiliency. He performs coordination and arcflash studies Controls Engineering with recommendation for personnel protection. Aubrey also has over 20 years experience in ✓Project Management other construction related fields, including inspection and management. ✓QA/QC SELECT PROJECT EXPERIENCE ✓4160v&480v Electrical As Needed Services-City of Hollywood,Arcadis, Hollywood, FL Engineering Project Manager. McKim &Creed completed the design and construction of a 5 mgd deep injection well and booster pump station for the disposal of reverse osmosis(RO)concentrate ✓Equipment Assessment and wastewater effluent. In addition,we removed five existing standby generators and replaced ✓Generator Sizing a 45 mgd high-service pump station switchgear and lime softening system.The work included all controls systems,SCADA integration and ventilation systems. EDUCATION Belleair Reverse Osmosis Plant-PER, Cardno, Inc., Belleair, FL B,S.E,E., Electrical Engineering, Electrical Engineer. McKim&Creed teamed with Cardno/TBE to perform pilot testing and Old Dominion University development of a Preliminary Engineering Report for a new Reverse Osmosis water treatment plant to address the town's issues with increases in experienced total dissolved solids and LICENSURE salinity in its groundwater supply wells. Professional Engineer, SCADA Improvements at Hillsborough County Water Treatment Facilities-Phase 1, FL#66861 AECOM,Tampa, FL Project Manager. McKim &Creed created an accurate,single set of piping and instrumentation Professional Engineer,GA diagram (P&ID)drawings from the existing P&ID drawings and verified these in the field to #040193 reflect actual conditions.After they were complete,the drawings were used to build the new Professional Engineer,VA graphical portion of the SCADA system using the PUD standard Citect genies and interface #0402041299 screen conventions.The scope of work included purchasing new or updated hardware and licenses required for the conversion;close coordination with the County,data collection, review Professional Engineer,TX and update of P&ID designs, review of existing Citect and PLC programs and databases to #109612 estimate the number of data points and complexity of the P&IDs and SCADA screens,and site Professional Engineer,AL visits to three different facilities. #29 11 91 11 2 RO WT #1 Pump Station Electrical Upgrades, City of Clearwater, Clearwater, FL Project Manager. McKim &Creed provided design, bidding,construction management and AFFILIATIONS observation services related to the RO Water Treatment Plant(WTP)#1 High Service Pump Institute of Electrical and Station (HSPS). Electrical improvements included investigation and design for the combination Electronics Engineers(IEEE) of the two existing Duke Energy Services to the HSPS and RO Plant.The design included removal of the existing 1 50k generator and connection of the HSPS to the existing 900kW IEEE Power&Energy Society generator system,which included design of a new power transfer system for the HSPS that (PE11 S) provided new electrical connections for a separate portable generator for HSPS and blend pumps as backup to the standby generator.The project included replacement of PLC control system for the HSPS additions to control of the RO blend pumps for functionality during portable generator connection,along with upgrades to the existing SCADA system. Springtree Wellheads,Wells S-10R through S-18R,Arcadis, City of Sunrise, FL Project Manager. For the City of Sunrise, McKim &Creed performed the instrumentation and controls design for eight well sites that are scattered throughout a local golf course.These wells supply raw water for the City's water treatment plant.Well controls were connected through both radio and fiber optic lines to the water plant's SCADA system. Individual well instrumentation was hard wired to strategically place PLCs throughout the golf course,with some at a great distance. During the project,the team minimized disturbance to the area to protect golf course operations. 3 CKI &CREED I RFQ NO.038-2821-19/TP SCADA SYSTEM PROGRAMMING,PREVENTIVE MAINTENANCE AND REPAIR SERVICES Page 150 of21406 Adlbk CURRENT 5 FRUJECTED WORKLOAD SECTION 4 INCLUDES: CURRENT PROJECT WORK LISTING TYPICAL NUMBER OF PROJECTS CURRENT & PROJECTED WORKLOAD CURRENT AND PROJECTED Per the RFQ:4. Current and Projected Workload of the Proposer We typically also assign an assistant project manager to each (by office local,if applicable): project to ensure all project needs are met promptly. a)Provide quantitative data that clearly indicates the ability of McKim &Creed's team is made up of experienced experts who the Proposer to devote the necessary resources to successfully are available to perform the tasks required under this contract. complete the service and projects in a timely manner. Current Should the need arise,our Florida offices contain more than and projected workload data shall be provided for each key 10 I&C Specialists available to quickly respond in the event of project member as follows: an emergency.Additionally,our remote staff at other offices can easily access and team with local staff to provide depth of 1. Current project work listing and remaining labor services as needed commitments. 3. Projected workload of project management activities as Our team is 100%committed and will be able to start defined in the scope of services. immediately following award of the project. Please reference the below illustration which summarizes current major assignments Please see the illustration below(the gray line labeled SCADA for all key team members and the percentage of available for Boynton Beach)for the anticipated %of participation in the time(by quarter)through the end of 2022 for availability to projects executed under this project for each key team member. Boynton Beach under the SCADA Programming, Preventative Maintenance and Repair Services contract. 4. Identification of any sub-Consultant firms providing significant services that may be assigned more than five(5%)of 2.Historically, describe the typical number of projects handled the work. by the Proposer's key project managers at anygiven time. N/A Project managers typically handle 2-3 projects at any given time. 2019 2020 2021 2022 TASK NAEn 2 -n DAVID EIKE,PE-SCADA FOR BOYNTON BEACH 5 10 30 30 30 30 30 30 30 30 30 30 30 30 Project Manager Charlotte County SCADA Master Plan 50 50 50 MIKE STOUP,PE-SCADA FOR BOYNTON BEACH 5 5 5 5 5 5 5 5 5 5 5 5 5 5 Client Services Manager Tampa Bay Water SCADA Master Plan 20 20 20 Hillsborough County Lake Park WTP Generator Remote Start 10 Charlotte County East Port WWTP Expansion 5 10 15 15 15 15 15 15 Virginia Beach SCADA Modernization 10 10 ERIC BROWN-SCADA TOR BOYNTON BEACH 25 25 50 50 50 50 50 50 50 50 50 50 50 50 Primary Project Professional-1&C Boynton Beach Collections SCADA Upgrade 40 40 10 Boynton Beach Chilled Water SCADA 10 10 Charlotte County SCADA Master Plan 10 10 10 Tarpon Springs WTP Solar Farm SCADA 15 15 AUBREY HAUDRICOURT,PE-SCADA FOR BOYNTON BEACH 5 10 10 10 10 10 10 10 10 10 10 10 10 10 Primary Project Professional-Electrical Charlotte County East Port Expansion 5 15 15 15 15 15 15 15 Manatee County Equalization System Rehabilitation 10 10 10 10 City of Hollywood High Service Pump Station Modifications 10 10 10 10 City of Sarasota Lift Station 87 10 10 10 10 10 10 10 10 5 CKI &CREED I RFQ NO.038-2821-19/TP SCADA SYSTEM PROGRAMMING,PREVENTIVE MAINTENANCE AND REPAIR SERVICES Page 152 of25406 �U E amm UAft =No SAft T�H A`1 E�U NKF RNI UAwh W L E D E SECTION 5 INCLUDES: ASR PROJECT EXPERIENCE DEEP INJECTION WELL PROJECT EXPERIENCE SCADA EXPERIENCE DEMONSTRATED KNOWLEDGE By request of the RFQ,we have included ASR and Deep Injection Well project experience on this page.On the following pages, please find additional examples of our SCADA project experience. � I J { (II 1, s hh t" St ® ® ® 1 111 ® 1 111 ® ® •® 1 McKim &Creed provided the SCADA interface to the ASR well installed at City of St. Petersburg Southwest Water Reclamation facility.The SCADA Interface included the graphic screen,additions to the Historical database and updating the reporting used for the facility. ✓Ability to monitor the status of the KEY TEAM MEMBERS well ERIC BROWN 1365 Hamlet Ave.,Clearwater,FL 33756,727.245.0313 ✓Reporting for the Department of FLAVIOVELECELA 1365 Hamlet Ave.,Clearwater,FL 33756,727.245.0314 Environmental Protection(DEP) t r 0 Ml 111 ® ® ®. 111 ® ® ® 4 •® McKim &Creed provides on-going support for the City's Deep Injection Well,consistingOEM= of bi-annual calibrations of all feed equipment such as the flowmeters, pressure transmitters and associated local monitor well levels.The site has an Allen-Bradley Compactlogix PLC and communicates via fiber. KEY TEAM MEMBERS ✓Bi-annual calibrations per the DEP ERIC BROWN 1365 Hamlet Ave.,Clearwater,FL 33756,727.245.0313 Requirements FLAVIB VELECELA 1365 Hamlet Ave.,Clearwater,FL 33756,727.245.0314 CKI &CREED I RFQ NO.038-2821-19/TP SCADA SYSTEM PROGRAMMING,PREVENTIVE MAINTENANCE AND REPAIR SERVICES Page 154 of21406 is Network Diagram(Proposed) Upgrade to Cellular �'4� �u'') tii� Ii V oMnn woe + + ti�tli1{ I �+,»or,i s,ea aro, i;`t ; -0- -0 w The Pinellas County Lift Station SCADA system was utilizing amicrowave-based analog radio trunking system (Motorola)to communicate with their 351 remote lift stations,and needed to transition to a better network. McKim &Creed worked with the County to establish the design specifications and documents to replace the existing OWNER: Motorola radio network with a cellular based network while keeping the ACE3600 Pinellas County RTU. The project was implemented over a year and McKim &Creed acted as the County's CONTACT: representative and engineer to ensure all upgrades were performed with proper Janice Bennett notification and with minimal downtime. McKim &Creed also worked with the 813.749.1136 integration firm to minimize the number of different RTU programs,thus reducing the version tracking and record keeping for the County's maintenance staff. YEAR OF COMPLETION: 2017 COSTS: Client Estimate:$116,900 Final:$116,900 ✓ Improved communications ✓ Reduced overall costs ✓ Reduced amount of RTU Programs ✓Utilized existing RTUs instead of replacement KEY TEAM MEMBERS ERIC BROWN MIKE STOUP LAUREL SMITH 1365 Hamlet Ave., 1365 Hamlet Ave., 1365 Hamlet Ave. Clearwater, FL 33756 Clearwater, FL 33756 Clearwater, FL33756 727.245.0313 727.245.0326 727.245.0323 8 CKI &CREED I RFQ NO.038-2821-19/TP SCADA SYSTEM PROGRAMMING,PREVENTIVE MAINTENANCE AND REPAIR SERVICES 28 Page 155 of . AIF H � Y tJ••J ,t .t`rl • �' � �£1 Itd�ptrk £..� — v � tr 4 €�.�,.r, � ��rt�ll� _ �i Ott" i C�•�t��� —,Xm y . t �r w. t The three effluent pumps at the Hillsborough Count Van Dykeke WWTP operated as an isolated system and were onlycontrolled and monitored locally at the control panel, not within SCADA.The operation of those pumps are critical to avoid overflows of the clearwell and continued operation of the facility,and without visibility of the pumps in OWNER: SCADA,remote access and alarming was not available to the operators.This lack of Hillsborough County remote alarming was a potentially troublesome situation, magnified because the Van Dyke WWTP is only manned during weekdays. During off hours,the operators rely on CONTACT: the remote alarming capability of SCADA to notify them of process trouble so they can Will Schill react and prevent mechanical or environmental issues. McKim &Creed made the electrical,controls and programming changes to to upgrade 813.272.5790 the controls of the three effluent pumps and connect them to SCADA. In addition,the YEAR OF COMPLETION: County added a continuous level transmitter to the clearwell to drive the effluent pump 2019 motors with VFDs to minimize starts and stops and reduce power consumption. McKim &Creed added an automatic, hard-wired fail-over system should the PLC or the level COSTS: transmitter fail to ensure operational reliability.We also updated the plant P&IDs for this Client Estimate:$173,681 addition,provided the design of the control panel, procured,fabricated and installed the panel and instruments, programmed the PLCs and Citect,and performed check- Final:$194,191 out,startup and commissioning services.This upgrade was accomplished without a shutdown of the facility. ons 11 iI ✓Addition of pump status on SCADA ✓ Enhanced control of pumps using KEY TEAM MEMBERS VFDs of Accurate documentation of ERIC BROWN BRIAN THORNILEY TAMER system 1365 Hamlet Ave., 1365 Hamlet Ave. ALDAMANHOURI Clearwater, FL 33756 Clearwater, FL 337561365 Hamlet Ave. ✓Automatic fail-over to hard-wired 727.245.0313 727.491.7642 Clearwater, FL 33756 backup in the event of a PLC or level MIKE STOUP SUVATH SENO 727.491.7748 transmitter failure 1365 Hamlet Ave., 1365 Hamlet Ave. ✓Upgrades completed without Clearwater, FL 33756 Clearwater, FL 33756 facility shutdown 727.245.0326 727.220.4458 CKI &CREED I RFQ NO.038-2821-19/TP SCADA SYSTEM PROGRAMMING,PREVENTIVE MAINTENANCE AND REPAIR SERVICES Page 156 of 21406 n R t r tfx.tt t� ..v. efj\ { L The Virginia Beach Department of Public Utilities determined that its capacity for , monitoring,communicating,and storing data for its 413 sewage pumping stations and dozens of water supply facilities no longer met the community's needs.The City selected McKim &Creed to design a replacement system using Schneider PLCs,Citect HMI and OWNER: DNP3 communications over radio and cellular networks. Upon completion of the design, our team also provided construction observation to help the contractor,Systems East, City of Virginia Beach Inc.(SEI),to research the existing installation, identify potential issues and resolve them CONTACT: prior to outage,test the station offline,verify proper installation techniques,and assist Joshua Holt with checkout and commissioning during the outage.This provided a liaison between SEI and Virginia Beach maintenance,which ensured that the scope of the project was 757.385.8485 accomplished and the City's goals were met. YEAR OF COMPLETION: We performed all PLC programming and led all offline testing to ensure consistency ongoing with the design and system readiness prior to installation. Narratives and functional descriptions were developed by McKim &Creed and reviewed by Virginia Beach prior to COSTS: programming.Opportunities to standardize the programming of similar stations Client Estimate:$2,957,740 before were capitalized on to reduce the number of different programs in the system and provide operations and maintenance the same experience across the system. change orders The HMI programming was done by another firm remotely,so we developed interface Current:$3,548,547 documents to define the communications between the PLC and HMI to better clarify the signals. I Throughout the project,we provided training to the operations and maintenance staff of Virginia Beach.Training included general overviews of the project and specific - training on PLC programming,stations,communications and troubleshooting. Multiple ✓ Managed the project from classes of the same course were held throughout the project for reinforcement. Classes design through construction and included a combination of lecture, hands-on and field site visits. Our execution of this project maintained the standardization goals of the design integration through consistency and construction observation. Our knowledge of the design and ✓ Drove the construction schedule, subsequent PLC programming,construction observation,and training efforts provided coordinating work at multiple sites unique advantages to the City. ✓ Held weekly progress meetings throughout the project KEY TEAM MEMBERS ✓ Managed subcontractors ERIC BROWN MIKESTOUP BRIAN THORNILEY FLAVIOVELECELA TAMER ✓ Reviewed shop drawings 1365 Hamlet Ave., 1365 Hamlet Ave., 1365 Hamlet Ave. 1365 Hamlet Ave. ALDAMANHOURI Clearwater,FL 33756 Clearwater,FL 33756 Clearwater,FL 33756 Clearwater,FL 33756 1365 Hamlet Ave. 727.245.0313 727.245.0326 727.491.7642 727.245.0314 Clearwater,FL 33756 727.491.7748 p CKI &CREED I RFQ NO.038-2821-19/TP SCADA SYSTEM PROGRAMMING,PREVENTIVE MAINTENANCE AND REPAIR SERVICES Page 157 of31406 I, is Network Diagram(Proposed) Upgrade to Cellular R WNF �� s.,r�» Ruee v;v,e lrewen7 sn,�•n '„3i 't ti 1Ss,,�{f, r s 1 s 2• F � s �I'm gas rt -0- - m As part of a two-phase project, McKim &Creed provided a turnkey system of upgraded i I' I "i., IIIIII local and remote controls using current technology equipment and communications network.The Foxfire IQ Station included a ground storage tank, booster pump station and interconnection point for the north and south County IQ water systems. Collier OWNER: County desired to update and consolidate all station controls into a single site control panel with a current technology programmable logic controller(PLC),local operator Collier County interface(01T)and manual controls for the storage tank fill valves. CONTACT: All equipment capable of supporting Ethernet communications(VFDs and magmeters) Mike Raabe were updated to connect to the PLC. Provisions were also made with the PLC to 239.252.5379 support upgrade of field devices(pressure transmitters and valve actuators)to monitor and control a HART communications link. Remote communication for the YEAR OF COMPLETION: IQ Water SCADA system to the station was implemented over a fiber optic data link 2017 provided by the County's Information Technology group. Updates to the remote SCADA system included revised graphic screens to reflect a high-performance HMI COSTS: implementation, updated system database and historical data collection to reflect Client Estimate:$92,546 revised system communications,device control over Ethernet,and a revised alarm system to reflect new County standards.The site was intended as a pilot station in Final:$92,546 developing standards for IQ water telemetry and control systems and maximizing the FEE= amount of data to obtain from field devices. McKim &Creed's efforts included field investigations,coordination with the County's IT department,control system design and specifications, procurement, installation,VFD configuration, Ethernet and HART device - - communications, PLC application programming,operator interface configuration,SCADA ✓utilized control networking software implementation,testing and training services. ✓Implemented high performance graphics ✓Improved system alarming ✓Turn key solution KEY TEAM MEMBERS FLAVIO VELECELA 1365 Hamlet Ave., Clearwater, FL 33756 727.245.0314 CKI &CREED I RFQ NO.038-2821-19/TP SCADA SYSTEM PROGRAMMING,PREVENTIVE MAINTENANCE AND REPAIR SERVICES 3 Page 158 of 11406 Aorrn SECTION 6 INCLUDES: APPROACH hrough various projects over the years,the City has improved and expanded their SCADA system successfully by defining and executing a sound vision. By standardizing on Siemens for PLCs and power distribution gear,the City has an integrated system that is reliable, expandable and flexible.The use of Motorola hardware and software for the City's lift stations and remote sites leverages the communication strength of Motorola to reliably transfer data from the field to the control room for constant monitoring and alarm management. Implementing VTScada as the overall SCADA system ties all control components together, providing a stable software platform for monitors, controls and alarms.All of these systems work together, and the City has issued this RFQ to solicit an experienced firm to maintain and improve these systems. While these components are all still under support,they are aging and will need to be upgraded in the near future. McKim &Creed is performing the upgrade for the City's Remote Site VTScada application to remove the DCR layer and to upgrade it to the newest version. Once complete, it will be incorporated into the East Plant VTScada application so the operators have a single system to monitor and control. Additional functionality in the new VTScada version 12 includes a Master Application feature that could combine the East and West Plant HMI with multiple levels of redundancy, a great benefit to the City during emergency events. The Siemens PLCs and VFDs were installed approximately 10 years ago and will need to be updated in the next 3-5 years.The Motorola hardware is also aging and will need to be addressed in the same timeframe.The City has already discussed converting the remote site communications from radio to cellular which will increase throughput and move the communications away from a proprietary solution. In addition,expanding the remote notification capabilities of VTScada to provide field crews with text message alarms will reduce cost and speed up responses to system issues.These are the upgrades and replacements that McKim &Creed has decades of experience performing,and why the City will benefit from having us on their team. The City of Boynton Beach has a strong vision of what is required from their automation system to provide the best service to their customers.This vision includes the implementation of data interoperability between software packages such as CMMS and GIS, and using SCADA collected data to make sound operational decisions. McKim &Creed has decades of experience designing systems to fully leverage the latest data and technology available and will work with the City to achieve their vision and goals. We have experience in evaluating, specifying,designing, programming and commissioning power and control systems. Our team understands networking and databases and is comfortable integrating different software platforms together as one system.We are well versed in using control networking to communicate to instrumentation and motor control Page 160 of33406 -' McKim &Creed has a large staff of electrical and controls engineers, designers, integrators and programmers = to address the City's concerns and execute necessary projects.Two of our staff members, Eric Brown and Tamer Aldamanhouri, have worked on your systems and are familiar with your policies and procedures.Their experience will minimize the learning curve, uncertainty and costs the City would endure if using a team unfamiliar with the City's system. Our staffing plan includes using our staff depth to properly �KEFERENCES SECTION 7 INCLUDES: THREE REFERENCES A) NAME OF AGENCY Charlotte County E?f B) NAME OF PROJECT Stage 5 Ongoing SCADA Contract CY C) ADDRESS 25550 Harbor View Road,Suite 1, Port Charlotte, FL 33980 Dave Watson D) CLIENT CONTACT Dave.Watson@CharlotteCountyFl.gov P: 941.883.3555 CKI &CREED I RFQ No.038-2821-19/TP SCADA SYSTEM PROGRAMMING,PREVENTIVE MAINTENANCE AND REPAIR SERVICES Page 163 of3�406 1 A) NAME OF AGENCY City of Tarpon Springs E?f B) NAME OF PROJECT ongoing SCADA Contract Wells 10, 11,& 14 Additions C) ADDRESS 324 East Pine Street,Tarpon Springs, FL 34688 Raymond Page D) CLIENT CONTACT RPage@ctsfl.us P: 727.938.3711 CKI &CREED I RFQ NO.038-2821-19/TP SCADA SYSTEM PROGRAMMING,PREVENTIVE MAINTENANCE AND REPAIR SERVICES Page 164 of317406 A) NAME OF AGENCY City of Inverness E?f B) NAME OF PROJECT HMI upgrade to VTScada PLC Programming for Process Improvements C23 C) ADDRESS 212 West Main Street, Inverness, FL 34450 AdwhL Eric Williams D) CLIENT CONTACT EWilliams@Inverness-FL.Gov P: 352.726.2611 x1011 CKI &CREED I RFQ NO.038-2821-19/TP SCADA SYSTEM PROGRAMMING,PREVENTIVE MAINTENANCE AND REPAIR SERVICES Page 165 of31406 FAIL a M mk mh UHMS 5 DUCUMENTS SECTION 8 INCLUDES: A) PROPOSER ACKNOWLEDGEMENT H) STATEMENT OF NON-SUBMITTAL (IF APPLI- B) ADDENDA ACKNOWLEDGEMENT CABLE) C) ANTI-KICKBACK AFFIDAVIT 1) SCHEDULE OF SUB-CONSULTANT/MINORITY D) NON-COLLUSION AFFIDAVIT BUSINESS ENTERPRISE PARTICIPATION E) MINORITY OWNED BUSINESS J) CURRENT FLORIDA PROFESSIONAL LICENSE, F) DRUG FREE WORKPLACE K) PROOF OF PROFESSIONAL LIABILITY INSUR- G) PALM BEACH INSPECTOR GENERAL ANCE ACKNOWLEDGEMENT L) SUPPLEMENTAL INFORMATION H) LOCAL BUSINESS CERTIFICATION FORM NON COLLUSION AFFIDAVIT OF PROPOSER State of Florida County of Pinellas Mike Stoup, PE being first duly sworn, deposes and says that:. 1) He is E & I Group Manager of McKim &Creed, Inc. , the proposer that (Title) (Name of Corporation or Integrator) has submitted the attached RFQ: 2) He is fully informed respecting the preparation and contents of the attached submittal and of all pertinent circumstances respecting such submittal; 3) Said RFQ is genuine and is not a collusive or sham RFQ; 4) Further, the said proposer nor any of its officers, partners, owners, agents, representatives, employees or parties in interest, including this affiant, has in any way colluded, conspired, connived or agreed, directly or indirectly with any other proposer, integrator or person to submit a collusive or sham RFQ in connection with the Contract for which the attached RFQ has been submitted or to refrain from bidding in connection with such Contract, or has in any manner, directly or indirectly, sought by agreement or collusion or communications or conference with any other proposer, integrator or person to fix the price or prices in the attached RFQ or of any other proposer, or to fix any overhead, profit or cost element of the RFQ price or the RFQ price of any other proposer, or to secure through any collusion, conspiracy, connivance or unlawful agreement any advantage against the City of Boynton Beach or any person interested in the proposed Contract; and 5) The price or prices quoted in the attached bid are fair and proper and are not tainted by any collusion, conspiracy, connivance or unlawful agreement on the part of the proposer or any of its agents, representatives, owners, employees, or parties in interest, including this affiant. (Signed) (Title)_Electrical &Instrumentation Group Manager Subscribed and sworn to before me This day of September P 20 19 r R.,, • OIAWE Notary Public (Signet "� T.ACHINELLI s, W COMMISSION#GG t 78515 2022 My Commission Expir 1'i , THIS PAGE MUST BE SUBMITTED ALONG WITH RESPONSE IN ORDER FOR PACKAGE TO BE CONSIDERED COMPLETE AND ACCEPTABLE Boynton Beach Utilities—SCADA System Programming, Maintenance& Repair 35 06 A D D E N D A CITY OF BOYNTON BEACH FLORIDA RFQ TITLE: SUPERVISORY CONTROL AND DATA ACQUISITION (SCADA) SYSTEM PROGRAMMING, PREVENTIVE MAINTENANCE AND REPAIR SERVICES PROPOSER: McKim &Creed, Inc. DATE SUBMITTED: 9/24/19 We propose and agree, if this submittal is accepted, to contract with the City of Boynton Beach, in the Contract Form, to furnish all material, equipment, machinery, tools, apparatus, means of transportation, construction, coordination, labor and services necessary to complete/provide the work specified by the Contract documents. Having studied the documents prepared by: CITY OF BOYNTON BEACH ADDENDUM NO. DATE ADDENDUM No. DATE NO ADDENDUM WAS RECEIVED IN CONNECTION WITH THIS BID THIS PAGE MUST BE SUBMITTED ALONG WITH RESPONSE IN ORDER FOR PACKAGE TO BE CONSIDERED COMPLETE AND ACCEPTABLE Boynton Beach Utilities—SCADA System Programming,Maintenance&Repair 33 ANTI-KICKBACK AFFIDAVIT STATE OF FLORIDA SS COUNTY OF PALM BEACH } I, the undersigned hereby duly sworn, depose and say that no portion of the sum herein submitted will be paid to any employees of the City of Boynton Beach as a commission, kickback, reward of gift, directly or indirectly by me or any member of my integrator or by an officer of the corporation. By: - NAME - SIGNATURE Sworn and subscribed before me this day of September 2019 Printed Information: Mike Stoup, PE NAME Electrical& Instrumentation Group Manager TITLE NOTARY PUBLIC, State of Florida at Lar y McKim &Creed, Inc. „ rd pIANET.ACHINELLI COMPANY } W COMMISSION#GG 178575 - Exmm APM 1,1922 Bolded ThmNfty powthidw~ "OFFICIAL NOTARY SEAL" STAMP THIS PAGE MUST BE SUBMITTED ALONG WITH RESPONSE IN ORDER FOR PACKAGE TO BE CONSIDERED COMPLETE AND ACCEPTABLE Boynton Beach Utilities—SCADA System Programming, Maintenance&Repair 34 Pae 169 of 1106 PROPOSER ACKNOWLEDGEMENT Submit RFQ's To: PROCUREMENT SERVICES 3301 Quantum Blvd. Suite 101, Boynton Beach, FL 33426 P.O. Box 310, Boynton Beach, Florida 33425-0310 Telephone: (561) 742-6322 RFQ Title: SUPERVISORY CONTROL AND DATA ACQUISITION (SCADA) SYSTEM PROGRAMMING, PREVENTIVE MAINTENANCE AND REPAIR SERVICES RFQ Number: 038-2821-19/TP RFQ Received By: SEPTEMBER 24, 20'19, NO LATER THAN 2:30 P.M. (LOCAL TIME RFQ's will be publicly opened and recorded for acknowledgement of receipt in Procurement Services, unless specified otherwise, on: SEPTEMBER 24} 2019, n+ Iater than 2:30 P.M. (LOCAL TIME) and may not be withdrawn within ninety (90) days after such date and time. Name of Vendor: McKim &Creed, Inc. Federal I.D. Number: 56-2136769 A Corporation of the State of: North Carolina Area Code: 727 Telephone Number: 442.7196 Area Code: 727 FAX Number: 461.3827 Mailing Address: 1365 Hamlet Ave. CITY/State/Zip: Clearwater, FL 33756 Vendor Mailing Date: Email Address: MStoup@mckimcreed.com Authorized Signature Mike Stoup, PE Name Typed THIS PAGE MUST BE SUBMITTED ALONG WITH RESPONSE IN ORDER FOR PACKAGE TO BE CONSIDERED COMPLETE AND ACCEPTABLE Boynton Beach Utilities—SCADA System Programming, Maintenance& Repair 26 Page 170 of 1106 CONFIRMATION OF MINORITY OWNED BUSINESS A requested form to be made a part of our files for future use and information. Please fill out and indicate in the appropriate spaces provided which category best describes your company. Return this form to make it an official part of with your RFQ responses. Is your company a Minority Owned Business? X Yes No If Yes, please indicate by an "X" in the appropriate box: ( ) AMERICAN INDIAN ( ) ASIAN ( ) BLACK ( ) HISPANIC ( ) WOMEN ( ) OTHER (specify) (X ) NOT APPLICABLE Do you possess a Certification qualifying your business as a Minority Owned Business? YES NO X If YES, Name the Organization from which this certification was obtained and date: Issuing Organization for Certification Date of Certification THIS PAGE MUST BE SUBMITTED ALONG WITH RESPONSE IN ORDER FOR PACKAGE TO BE CONSIDERED COMPLETE AND ACCEPTABLE Boynton Beach Utilities—SCADA System Programming,Maintenance&Repair 36 CONFIRMATION OF DRUG-FREE WORKPLACE IDENTICAL TIE SUBMITTALS Preference shall be given to businesses with drug-free workplace programs. Whenever two or more submittals which are equal with respect to price, quality, and service are received by the City of Boynton Beach or by any political subdivision for the procurement of commodities or contractual services, a submittal received from a business that certifies that it has implemented a drug-free workplace program shall be given preference in the award process. Established procedures for processing tie submittals will be followed if none of the tied vendors have a drug-free workplace program. In order to have a drug-free workplace program, a business shall: Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the workplace and specifying the actions that will be taken against employees for violations of such prohibition. Inform employees about the dangers of drug abuse in the workplace, the business's policy of maintaining a drug-free workplace, any available drug counseling, rehabilitation, and employee assistance programs, and the penalties that may be imposed upon employees for drug abuse violations. Give each employee engaged in providing the commodities or contractual services that are under submittal a copy of the statement specified in subsection (1). In the statement specified in subsection (1), notify the employee that, as a condition of working on the commodities or contractual services that are under submittal, the employee will abide by the terms of the statement and will notify the employer of any conviction of, or- plea of guilty or nolo contendere to, any violation of Chapter 893 or of any controlled substance law of the United States or any state, for a violation occurring in the workplace no later than 5 days after such conviction. Impose a sanction on, or require the satisfactory participation in a drug abuse assistance or rehabilitation program if such is available in the employee's community by, any employee who is so convicted. Make a good faith effort to continue to maintain a drug-free workplace through implementation of this section. As the person authorized to sign the statement, I certify that this firm complies fully with the above requirements. Vendor's Signature: THIS PAGE MUST BE SUBMITTED ALONG WITH RESPONSE IN ORDER FOR PACKAGE TO BE CONSIDERED COMPLETE AND ACCEPTABLE Boynton Beach Utilities—SCADA System Programming, Maintenance& Repair 39 Pae 172 of 1106 t PALM BEACH COUNTY INSPECTOR GENERAL ACKNOWLEDGMENT RFQ NO.: 038-2821-19/TP SUPERVISORY CONTROL AND DATA ACQUISITION (SCADA) SYSTEM PROGRAMMING, PREVENTIVE MAINTENANCE AND REPAIR SERVICES The Consultant is aware that the Inspector General of Palm Beach County has the authority to investigate and audit matters relating to the negotiation and performance of this Consultant Agreement, and in furtherance thereof may demand and obtain records and testimony from the Consultant and its subcontractors and lower tier subcontractors. The Consultant understands and agrees that in addition to all other remedies and consequences provided by law, the failure of the Consultant or its subcontractors or lower tier subcontractors to fully cooperate with the Inspector General when requested may be deemed by the municipality to be a material breach of this contract justifying its termination. McKim& Creed, Inc. FIRM NAME By Mike Stoup, PE Title: Electrical & Instrumentation Group Manager Date: q(.2 1 1 THIS PAGE MUST BE SUBMITTED ALONG WITH RESPONSE IN ORDER FOR PACKAGE TO BE CONSIDERED COMPLETE AND ACCEPTABLE Boynton Beach Utilities—SCADA System Programming, Maintenance & Repair 41 Page 173 of 1 06 CITY OF BOYNTON BEACH LOCAL BUSINESS STATUS CERTIFICATION I, Mike Stoup, PE the Electrical & Instrumentation Group Manager of (Name of officer of company) (Title of officer of company) McKim &Creed, Inc. located at 1365 Hamlet Ave. Clearwater, FL 33756 (Name of Corporation/Company) (Business Address) Certify that I am an authorized representative of the business and, on behalf of the Business, request that it be deemed to be a local business for purposes of the City of Boynton Beach Local Preference Program. Answering yes to Question 1 and Question 2 below will qualify the business as a local business. In support of this request, I certify the following to be true and correct: NAME OF BUSINESS: McKim &Creed, Inc. 1. Is the business located within the City limits of YESNO Number of Boynton Beach, Florida? Years: 2. Does the business have a business tax receipt YES IN A Business issued in the current year? V.7 License Number: 3. Is the business registered with the Florida E NO Division of Corporations? I understand that misrepresentation of any facts in connection with this request may be cause for removal from the certified local business list. I also agree that the business is required to notify the City in writing should it cease to qualify as a local business. Mike Stoup, PE Print Name: p, . Signature. ***FOR PURCHASING USE ONLY*** Business License Year Active: Established: 0 Verified by: Date: THIS PAGE MUST BE SUBMITTED ALONG WITH RESPONSE IN ORDER FOR PACKAGE TO BE CONSIDERED COMPLETE AND ACCEPTABLE Boynton Beach Utilities—SCADA System Maintenance& Repair 42 P a e 174 of 1,106 -�- O O 0 cu ® E Z _ C O W ;_� 7 ai C C *" >_ W OV � O S Z 4; U N ® 'O 0 0 O W m > 0 (n C �- Z m C6 (p W O � 0 C "0 o O > 0 OC O O 0 U a O E O Q. a- � -O 0 O w W if) O O i W ti u ..mm O C O p m cu Ems . � Q N ® (ZS .. 6- 0 0) ® h 0) `p- C i O O C Z a M 4— z0 LU CD0) W U co O?.+ >+ ` N ` O N U U Z O U d C � 0 ® a M N C9 O` ` L u) Z CL (L/ H (� C 'J Q- 0 + W Q NL O O 0 0 0 Q' W LU CnLLJ ® C cu H r V ® Rf 4- cn -0 0 p d co >- > V Eos °' U � 00 CV in a) -0 0 4- _C: CU CU0 ZU � ...v) � L >, >; E ® ® Q cn 6-0 O Q � Cl O Q a LL cn L ® 0 0 W CL 0 0 O C a>i C F- — U LLILLJ 0 -0 � ,� L (B O Hcn � N� J � — Vi O 0 VY � Z LL Z C S o M Cu t� v W -0 C - V 0 C O W m aai � O U U -0 � '- LU Fn L) �S � N c� 0 L- �j j U) 0 p V E -0 aci (a C .S � Q Q C -0 O a C (n�O (7U - v 0 L- C Q d ~ O Ocu Cl)L2 dO� � ® O U 0 >,.(n cu 0 :3 Q (n Q C cn d W3:U) a O S >, ® Q O � CO) 0 M O � (U /] O Q c o me 0 CU :t:: O (3 ` U (n C r V 0 ca ca m U) O C S °'� C .— -0 i U m w E — 0) cuN E cu a) Oq > C O y0 C N Z p cn .- U 0 0 � Q E t c n„c o W ;� U Z 0 O L U L7q O Q. (6 U (B +- O (n "J C O C C O) �+ 3 C FLORIDAJ1 CURRENT IONAL LI FBPE ' Ron DeSan[s Governor Ron De�an[s Gwemor P STATE OF FLORIDA nn, STATE OF FLORIDA ."�M BOARD OF PRUFES IONgL ENGINEERS BOARD OF PROF CINAL ENGINEERS THE ENGINEERING 1 i4 �} >kfE55 kIP1 Eli�f 15 j.�11 yI1CY¢jIZED UNDER THE THE PRO FESSIO NQ:L�)NE N }ERE"4I$€gyp NSED UNDE PROVISIOX18QFOHfT '71 FL /ItY/aTUTES PROVISIOhfSJFii ` 1 FL4 / TATUTES A IF't V� ItkVyFA�1TK�r I ff f �� f M�I, A r�,'. 5UT {° L LICEN' UMOOR: 75338 Cs't 8 ... j EXPIRATION DATE:FEBRUARY EXPIRATION DATE:FEBRUARY 28,2021 RUARY 28,2021 Always verfy tenses online at MyFlord,Tcensetom Always verfy li tens es online at MyFlordaL censetom Do not alter this document in any form. Do not MR,,th document yform X This is your license.Itis unlawful for anyone other than the licensee to use this document. 0 This syourl cense It aw lful for y other th the Icensee to use the document Ron De�an[s Governor R16K SCG'f:GOVERNON JONATHAN ZAGHEM,SECREfAFN FBPE dbpr _ STATE OF FLORIDA STATE OF FLORIDA DEPARTMENT OF BU5IN 5 D PRf3FES510NAL REGULATFON BOARD OF PR,QFEJONAL ENGINEERS >t IDP s 'i��S,�y, '`. '. BOARD,0 04*1ONA, ;NONEERS THE PROFESSIONAI�IN'4"t�`lEfElikl ll't SED UNDER THE j PROVISIONS+QFCHI T "1 FL (Jl STATUTEB THE PROPE,SSSD7ALE�iI�' Fy£75.� � �UNDERTHE �7 PRovISO k$CT HAM. A671 FUK�I STATUTES HAl � 1 [P! tAND ITa�j,#,*—,i1D'NtYt 5 III a U60�"Fi�Y'' t f 31 d rF �,`I p� i q `ra Lm.E.. �ND1 . R _ LICENSE'�UMBI}R:�„5702 fi EXPIRATIONDAT FE�RUAR'Y28 2026i EXPIRATIO1 TE: � Always vedfy license,online at MyFloddaUe.comcensN DA (FEBRUARY 28 2021 Always verfy li cense...Ine at My-,idaL censetom Do not alter this document n any form Do not alter this document n any form. This is y..,li nse Its ml—ml for anyone other than thelcensee to use th s document. This ayo5u license,It is unlawful far anyone other than the licensee to this document. use o CN ZCiY P,C F^dNGUt Mo.—"Col.._pd;CRETAiee, �w STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION HOARD OF PROFESSIONAL ENGINEERS THE PROFESSIONAL ENGfNEER HEREIN IS LICENSED UNDER THE PROVISIONS OF CHAPTER d..rl.FLORIDA S'fA➢UTES THORNILEY,BRIAN KENNETH 2911.B.UCKHORM PRESERVE BLVD.. VALRICO FL 31556 LICENSE NUMBER:PE70765 EXPIRATION DATE FEBRUARY 28,=1 - Always ffy 11—sei onlinc.ae.MyRaceAk a ses--o Mill Doo.t Atti thi5 d ttiu an,fum.. I: This,is .or li....I[e unFaw'u[1.,.11...r than the teen.....I.,dcscument. M X CKI &CREED I RFQ NO.038-2821-19/TP SCADA SYSTEM PROGRAMMING,PREVENTIVE MAINTENANCE AND REPAIR SERVICES Page 176 of 406 State of Florida Department I certify from the records of this office that MCKIM& CREED, INC. is a North Carolina corporation authorized to transact business in the State of Florida, qualified on May 2, 2011. The document number of this corporation is F1 100000 1885, I further certify that said corporation has paid all fees due this office through December 31, 2019, that its most recent annual report/uniform business report was filed on January 7, 2019, and that its status is active. I further certify that said corporation has not filed a Certificate of Withdrawal. Given under my hand and the Great Seal of the State of Florida at Tallahassee,the Capital,this the Seventh day of January,2019 Secretary of State Tracking Number:8055850556CC To authenticate this certificate,visit the following site,enter this number,and then follow the instructions displayed. https://services.sunbiz.org/Hings/CertificateOfStatus/CertificateAuthentication MCKIM&CREED I RFQ NO.038-2821-19/TP SCADA SYSTEM PROGRAMMING,PREVENTIVE MAINTENANCE AND REPAIR SERVICES Page 177 of 51406 6/4/2019 Detail by Entity Name -)!VISION o�(:'o:tr o.ts'iT ONS 4h,N� IL Department of State / Division of Corporations / Search Records / Detail By Document Number/ Detail tit Foreign Profit Corporation MCKIM&CREED, INC. Filing Information Document Number F11000001885 FEVEIN Number 56-2136769 Date Filed 05/02/2011 State NC Status ACTIVE Last Event AMENDMENT Event Date Filed 08/11/2011 Event Effective Date NONE Principal Address 1730 VARSITY DRIVE, SUITE 500 RALEIGH, NC 27606 Mailing Address 1730 VARSITY DRIVE, SUITE 500 RALEIGH, NC 27606 Registered Agent Name&Address BUSINESS FILINGS INCORPORATED 1200 South Pine Island Road Plantation, FL 33324 Address Changed: 06/10/2015 Officer/Director Detail Name&Address Title PRESIDENT&CEO LUCEY, JOHN T 1730 VARSITY DRIVE, SUITE 500 RALEIGH, NC 27606 Title SVPD LEE,A. STREET 1365 HAMLET AVENUE CLEARWATER, FL 33756 search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inquirytype=EntityName&directionType=Initial&searchNameOrder=MCKIMCREED... 1/2 CKI &CREED I RFQ NO.038-2821-19/TP SCADA SYSTEM PROGRAMMING,PREVENTIVE MAINTENANCE AND REPAIR SERVICES Page 178 of 511406 6/4/2019 Detail by Entity Name Title VP HALSTEAD,TOM 3802 EHRLICH RD, SUITE 306 TAMPA, FL 33624 Title VP Garland, Robert 551 North Cattlemen Rd 106 Sarasota, FL 34232 Title VP POLLARD, EDWARD N 1730 VARSITY DRIVE, SUITE 500 RALEIGH, NC 27606 Annual Reports Report Year Filed Date 2017 01/11/2017 2018 02/16/2018 2019 01/07/2019 Document Images 01/07/2019 ANNUAL REPORT View image in PDF format 02/16/2018 ANNUAL REPORT View linage in PDF torrflat 10/26f2017 AMENDED ANNUAL REPORT View linage in PDF format 07/11/2017 AMENDED ANNUAL REPORT View image in PDF format 02/02/2017 AMENDED ANNUAL REPORT View linage in PDF torrflat 01/11/2017 ANNUAL REPORT View linage in PDF format 01/12/2016 ANNUAL REPORT View image in PDF format 02/04/2015 ANNUAL REPORT View image in PDF format 01/03/2014 ANNUAL REPORT View linage in PDF format 01/22/2013 ANNUAL REPORT View image in PDF format 09/20/2012 ANNUAL REPORT View image in PDF format 01/04/2012 ANNUAL REPORT View linage in PDF torrflat 08/11/2011 Arflendment View linage in PDF format 06/20/2011 Name Change View image in PDF format 06/13/2011 Amendment View image in PDF format 05/02/2011 Foreign Profit View linage in PDF format search.sunbiz.org/lnquiry/CorporationSearch/SearchResultDetail?inquirytype=EntityName&directionType=lnitial&searchNameOrder=MCKIMCREED... 2/2 MCKIM&CREED I RFQ NO.038-2821-19/TP SCADA SYSTEM PROGRAMMING,PREVENTIVE MAINTENANCE AND REPAIR SERVICES Page 179 of 51406 KI PROOF OF PROFESSIONAL INSURANCE Client#:216019 20MCKIMCRE DATE(MM/DD/YYYY) ACORDTM CERTIFICATE OF LIABILITY INSURANCE 08/22/2018 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND,EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S),AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT:If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy,certain policies may require an endorsement.A statement on this certificate does not confer any rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT Brittany Yardley McGriff Insurance Services PHONE 919-281-4526 FAX 888-746-8761 A/C No Ext): (A/C,No): Post Office Box 13941 E-MAIL y@me ADDRESS: BYardley@mcgriffinsurance.com g Durham,NC 27709 INSURER(S)AFFORDING COVERAGE NAIC# 919 281-4500 INSURER ACharter oak Fire Insurance Company 25615 INSURED INSURER B:Travelers Property Casualty Co of Amer 25674 McKim and Creed Inc INSURER C: 1730 Varsity Dr Ste 500 INSURER D Raleigh,NC 27606-2689 INSURER E INSURER F: COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE ADDL SUBR POLICY EFF POLICY EXP LIMITS LTR INSR WVD POLICY NUMBER (MM/DD/YYYY) (MM/DD/YYYY) A X COMMERCIAL GENERAL LIABILITY 6302GO91871COF18 9/05/2018 09/05/2019 EACH OCCURRENCE $1,000,000 CLAIMS-MADE �OCCUR PREMISES(ERENTED occurrence) $1009000 MED EXP(Any one person) $10,000 PERSONAL&ADV INJURY $1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $2,000,000 PRO- POLICY X JECT X LOC PRODUCTS-COMP/OP AGG $2,000,000 OTHER: $ A AUTOMOBILE LIABILITY 8102G 113498COF18 9/05/2018 09/05/2019 EOeMBINED acccidenISINGLE LIMITS IMIT $190009000 X ANY AUTO BODILY INJURY(Per person) $ OWNED SCHEDULED BODILY INJURY(Per accident) $ AUTOS ONLY AUTOS HIRED NON-OWNED PROPERTY DAMAGE X AUTOS ONLY X AUTOS ONLY Per accident) ccident $ B X UMBRELLA LIAB X OCCUR CUP5J8991491843 9/05/2018 09/05/2019 EACH OCCURRENCE $1090009000 EXCESS LIAB CLAIMS-MADE AGGREGATE $1090009000 DED X RETENTION$109000 $ B WORKERS COMPENSATION UB0047J717613 9/05/2018 09/05/2019 XSPER TATUTE OERH AND EMPLOYERS'LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE Y/N E.L.EACH ACCIDENT $190009000 OFFICER/MEMBER EXCLUDED? N/A (Mandatoryin NH) E.L.DISEASE-EA EMPLOYEE $190009000 If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $190009000 DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES(ACORD 101,Additional Remarks Schedule,maybe attached if more space is required) used for endorsement forms CERTIFICATE HOLDER CANCELLATION McKim&Creed SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE ©1 88-2015 ACORD CORPORATION.All rights reserved. 3 CKI 8r CREED RFQ NO.038-2821-19/TP SCADA SYSTEM PROGRAMMING,PREVENTIVE MAINTENANCE AND REPAIR SERVICES Page 180 of 51406 Client#:292011 35MCKIMCRE DATE(MM/DD/YYW) ACORDIM CERTIFICATE OF LIABILITY INSURANCE 912612018 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND,EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S),AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT:If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy,certain policies may require an endorsement.A statement on this certificate does not confer any rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT NAME: MCGriff Insurance Services PHONE 336 547-2020 FAX 8888318409 A/C No Ext: /VC,No 3318 West Friendly Ave., E-MAIL ADDRESS: Ste.400 INSURERS)AFFORDING COVERAGE NAIC# Greensboro, NC 27410 37885 INSURER A:XL Specialty Insurance Company INSURED INSURER B McKim&Creed Inc. INSURER C 1730 Varsity Drive#500 INSURER D Raleigh, NC 27606 INSURER E INSURER F: COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. ILTRR TYPE OF INSURANCE NSRL WVD POLICY NUMBER SUBR MM/DDYYYYY MM/DD/YYEYYY LIMITS COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ CLAIMS-MADE F-1 OCCUR PREMISESOEa occu ante $ MED EXP(Any one person) $ PERSONAL&ADV INJURY $ GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ PRO- POLICY JECT LOC PRODUCTS-COMP/OP AGG $ OTHER: $ AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT Ea accident $ ANY AUTO BODILY INJURY(Per person) $ OWNED SCHEDULED BODILY INJURY(Per accident) $ AUTOS ONLY AUTOS HIRED NON-OWNED PROPERTY DAMAGE $ AUTOS ONLY AUTOS ONLY Per accident UMBRELLA LIAB OCCUR EACH OCCURRENCE $ EXCESS LIAB HCLAIMS-MADE AGGREGATE $ DED I I RETENTION$ $ WORKERS COMPENSATION PERTO TH- AND EMPLOYERS'LIABILITY Y/N ANY PROPRIETOR/PARTNER/EXECUTIVE E.L.EACH ACCIDENT $ OFFICER/MEMBER EXCLUDED? ❑ N/A (Mandatory in NH) E.L.DISEASE-EA EMPLOYEE $ If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ A Professional/ DPR9930567 910512018 0910512019 $5,000,000 Per Claim Pollution $7,000,000 Aggregate DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES(ACORD 101,Additional Remarks Schedule,may be attached if more space is required) 'FOR INFORMATION ONLY' If contract is awarded, please submit your request for a certificate along the insurance requirements for your contract to McKim&Creed,Inc. CERTIFICATE HOLDER CANCELLATION McKim&Creed Inc. SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN 1730 Varsity Drive#500 ACCORDANCE WITH THE POLICY PROVISIONS. Raleigh, NC 27606 AUTHORIZED REPRESENTATIVE ©1988-2015 ACORD CORPORATION.All rights reserved. ACORD 25(2016/03) 1 of 1 The ACORD name and logo are registered marks of ACORD #S21057197/M20827039 MT5 CKI &CREED I RFQ NO.038-2821-19/TP SCADA SYSTEM PROGRAMMING,PREVENTIVE MAINTENANCE AND REPAIR SERVICES 4 Page 181 of 51406 SUPPLEMENTAL INFORMATION - CERTIFICATIONS Une E IF11D �I C'li _7t f p, A7 P Ij�x k rl VTscad a { l s 4g Certifiedinductive I Advanced Integrator { automn atio 3� CERTIFIED November 2008 USER ra e a.w-,Re a� r-x— � MCKIM&CREED I RFQ NO.038-2821-19/TP SCADA SYSTEM PROGRAMMING,PREVENTIVE MAINTENANCE AND REPAIR SERVICES Page 182 of 51406 CERTIFICATION PURSUANT TO FLORIDA STATUTE § 287.135 I,Mike Stoup, PE, E&I Group Manager on behalf of McKim &Creed, Inc. certify Print Name and Title Company Name that McKim &Creed, Inc. does not: Company Name 1. Participate in a boycott of Israel; and 2. Is not on the Scrutinized Companies that Boycott Israel List; and 3. Is not on the Scrutinized Companies with Activities in Sudan List; and 4. Is not on the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List; and 5. Has not engaged in business operations in Syria. Submitting a false certification shall be deemed a material breach of contract. The City shall provide notice, in writing, to the Contractor of the City's determination concerning the false certification. The Contractor shall have ninety (90) days following receipt of the notice to respond in writing and demonstrate that the determination of false certification was made in error. If the Contractor does not demonstrate that the City's determination of false certification was made in error then the City shall have the right to terminate the contract and seek civil remedies pursuant to Florida Statute § 287.135. Section 287.135, Florida Statutes, prohibits the City from: 1) Contracting with companies for goods or services in any amount if at the time of bidding on, submitting a proposal for, or entering into or renewing a contract if the company is on the Scrutinized Companies that Boycott Israel List, created pursuant to Section 215.4725, F.S. or is engaged in a boycott of Israel; and 2) Contracting with companies, for goods or services in any amount that are on either the Scrutinized Companies with activities in the Iran Petroleum Energy Sector list, created pursuant to s. 215.473, or are engaged in business operations in Syria. THIS PAGE MUST BE SUBMITTED ALONG WITH RESPONSE IN ORDER FOR PACKAGE TO BE CONSIDERED COMPLETE AND ACCEPTABLE Boynton Beach Utilities—SCADA System Progranuning,Maintenance&Repair 37 As the person authorized to sign on behalf of the Contractor, I hereby certify that the company identified above in the section entitled "Contractor Name" does not participate in any boycott of Israel, is not listed on the Scrutinized Companies that Boycott Israel List, is not listed on either the Scrutinized Companies with activities in the Iran Petroleum Energy Sector List, and is not engaged in business operations in Syria. I understand that pursuant to section 287.135, Florida Statutes, the submission of a false certification may subject the company to civil penalties, attorney's fees, and/or costs. I further understand that any contract with the City for goods or services may be terminated at the option of the City if the company is found to have submitted a false certification or has been placed on the Scrutinized Companies with Activities in Sudan list or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List. McKim &Creed, Inc. � COMPANY NAME SIGNATURE Mike Stoup, PE Electrical & Instrumentation Croup Manager PRINT NAME TITLE THIS PAGE MUST BE SUBMITTED ALONG WITH RESPONSE IN ORDER FOR PACKAGE TO BE CONSIDERED COMPLETE AND ACCEPTABLE Boynton Beach Utilities—SCADA System Programming, Maintenance & Repair 38 Pae 184 of 1 06 OUGG PLAN Policy 1. All projects performed by McKim & Creed require a professional or technical process which results In a Specific deliverable(s) to the client., The outputs of this process are to be Chocked for applicability (appropriateness), accuracy and completeness. 2. McKim & Creed is dedicated to providing quality services to both internal and external clients. McKim and Creed has established a Director of Quality Assurance (D,QA) who will be in responsible charge of overseeing compliance with this procedure. During the course of any project, quality checks shall be performed Independent of the J normal quality revievis done by the project: team. These independent quality checks shall, at a rninirnum, occur at the schernatic and final stages of design projects, or as otherwise deemed apprcl3riate given the risk assoclated lith the project and orthe level of difficulty of the project, 4. McK[m: & Creed projects not only consist of final plan designs but also include reports, surveys or other documents/date that: may be provided to an oviner or in=corporated into the work, of others. For non-design projects (Studies, Reports, Surveys etc.), the [ndlependent quality revlew(s'') will; be performed, at: a minimum, prior to delivery of final work product to the client, 5, The required QualltyAssurance checks to be completed and the budgets necessary to complete them shall be Included in the PLoject Management Plan (PMP) for each project. 6. To e In s u re that 7 h e Qu a,ht,! , ss u ra-ri ce { j Filar for each, project is developed and followed, this procedure outlines the method by whlc.h theQA1, Planning and actual QA Checking 'o,-ill be documented and, rev[ewe.dl for compliance with this QR Scope 1. Projects shall be categorized as large or small projects. Large projects being projects -with fees of $100,000 or snore and small) projects having fees of less Than $100,000. 2, Project -checks may include but not be limited to: • Schernatic design checks • Final design checks • Geomatics document./data checks • Study/Report checks -1. The Project QA Plan may be modified as is appropriate to each individual project. responsibility 1. The Director of Q8 will have overall responsibility for administration of the QA process. MCKIM&CREED I RFQ NO.038-2821-19/TP SCADA SYSTEM PROGRAMMING,PREVENTIVE MAINTENANCE AND REPAIR SERVICES Page 185 of 51406 2. ,III project= with total fees of $10,000 or more shall have -separate Tasik(s) and budgets established under appropriate phases of the project for completing the quality assurance J checks, For The Ilarger projects (defined as > $ 100.000 in fees). the DQA shall be the Task Manager fortheQA Task's . For the smaller projects '10k,7100K),, the 2=rpiect Manage- shaH function as The QA Task Manager, 3. On sinall projects, the Project Manager shall identify the -appropriate QA checks to be performed during the project and incorporate the QA Plan into the Project Managernent Plan (VJBS, Schedule, and Budget). This procedure -,.vill be the same for both engineering and geornatlics projects, 4. On large Engineering projects the P shall meet with the DQ, during the proposal phase to establish the appropriate number of necessary QA, checks to be performed and an approp6ate budget:, and shall then incorporate this information into the prCJect fee estimate and QA Plan, 5,. On large Geomatics, projects the PM shall meet with the DQA during the proposal phase to establish the appropriate number and timing of QA- checks to be completed and an appropirliate budget based on the type of work, project duration and client dictated deliverables submissions, and shall then incorporate this 'information into the project: fee estimate and QA Plan, 6, Once projects have started, the Project Mianager will be respons[ble for updating any QA schedules and notifying the DQA of Such changes to ensure ccrnpliance with project schedules and QA procedures. Process 1. The; Project Manager shall reflect the QA. Task(s) in the WBS under the Phase(s) of the prcjec-t: that include the QA budget for any jobs -with total fees of $10,000 or more: and will complete the QA Checking Plan form included In the standard BST Job Set Up Form, A copy, of the Job Set Up Form reflecting the completed ' 1B = and QA Checking Plan will be e-mailed to the DDA 13Y the Project Accountant to provide information regarding overall scheduling and responsibility for QA checking for the project and a copy mof the jab setup form --will be saved in the QP 72 QualltyAssurance directory in the Business Development Opportunity Folder for tyre project. 2. For design projects, formal reviews will be conducted at the schematic and final design stages as a mWmurn, Other revie-vA�s may be added as appropriate based on the size of project. risk factors or other project Interim deliverables as determined by scope. The schematic design revIew will be performed at the point where a pp roxi mately 15% of the overall design fee has been used. If the project has a separate schematic design requirement, the revIew will be done prior to completion of the schernatic design submittal. I For Gect-natics projects a deliverable review shall be conducted prior to the project being completed, For smaller projects of short: duration a deliverable review shall be conducted, prior to the deliverable beiiing sent to the client. Larger Geomatics projects may have multiple reviews as defined in in Responsibilities item 5 above. 4. The, appropriate QA Audit Forr�n shall be completed by the Re.Viewer and filed in, 00- MCKIM&CREED I RFQ NO.038-2821-19/TP SCADA SYSTEM PROGRAMMING,PREVENTIVE MAINTENANCE AND REPAIR SERVICES Page 186 of 51406 Admin/=11-QualitAssurance folder In the electronic project directory. A copy will be e- mailed to the DQA who will revie'w the information and store the audit form In the QP 72 Quality Assurance subdirectory In the Business Development Opportunity Folder for the project, 5. The DQA. will monitor projects for c=ompliance with this process and will meet with PM's that are not in compliance. 6. Compliance -ofith this QIA process Is not meant to supplant other checking procedures and does not relieve the PM from performing routine calculation or plan checking as defined in other areas of eTOPS. The varlousQA Audit Forms and their contents are summarized below: A. The Schematic Design QA Audit Form will include: • A review of the documented project scope including all change orders. • A review of the proposed engineering solution to answer the questions 'does, the proposed solution address the client objectives", "does, the proposed solution conform: to the stated scope B. The Final Design QA. Audit Form v)ill include'. • A review of the project docurnents to compare the final design --with the schematic concepts and written scope of work. • A review of the individual discipline plans for completeness and accuracy, • A review of the project 13lans for coordination between disciplines. • A review of the project Specifications for concurrence, with the project plans and 13roject Intent, • Revie,.,v of project callculations as a part of the discipline reviev). • Revievl of perm its required for the 13 roject and the status of each. C. The Study/Report QA Audit Form will include: • A review of the project scope and client objective to determine if these are adequately addressed. • Revie--,A,, for conformance to accepted Practices for the ;particular type of study or report. • Revie-* the document for accuracy and, completeness. D. The Geornatics A. Audit Form: will include: • Review, of the project Scope documents for =13hance with the type of services pi-ol"Dosed andclient object Ives. • Revie'%A,F of the documents for compliance with applicable state statutes or applicable state MCKIM&CREED I RFQ NO.038-2821-19/TP SCADA SYSTEM PROGRAMMING,PREVENTIVE MAINTENANCE AND REPAIR SERVICES Page 187 of 1406 board of registration rules and compliance with McKim & Creed and./or client standards,, formats or policies for the type of project, • A review that appropriate notes or disclaimers were included on the deliverable documents. • Revie,-%Ai for conformance to accepted practices for The ;13 articular type of study or report. • Revie'%A,F the, docurnent for accuracy and completeness. D. The 1-12eomatics QA. Audit Form will include-, • Reviev, of the project scope documents for compliance with the type of services Proposed and client oljectives, • Revie,-%Ai of the documents for Compliance with applicable state statutes or applicable state board of realstratlon rules and Compliance with McKim & Creed and/or client, standard-,,, formats or policies for the type of project, • A review that appropriate notes car disclaimers were included on the deliverable documents, • ConsId&I-ation of the level of risk associated with the project type and services being provided and the impact that has on the overaIll quantity of i,-evie-%A,,s and quality measures to be performed before field work is cornpleted or final deliverables are provided. References & Related Documents 1. Schernatic Design QA Audit Form 2, Final Design QA Audit Formi I Study Report QA Audit Form 4. Geornatics QA Aud it Form 5. Geomatics SLE ;,1 Audit Form 6. 'Nater ;roup QA Reviewer List MCKIM&CREED I RFQ NO.038-2821-19/TP SCADA SYSTEM PROGRAMMING,PREVENTIVE MAINTENANCE AND REPAIR SERVICES 61 Page 188 of 1406 6 o ' I t � 11 T ® City of Boynton Beach RFQ No.038-2821-19/TP STARCON® 6 Page 1 Aft Response to City of Boynton Beach REQUEST FOR QUALIFICATIONS (RFQ) RFQ No. 038-2821-19/TP SUPERVISORY CONTROL AND DATA ACQUISITION (SCADA) SYSTEM PROGRAMMING, PREVENTIVE MAINTENANCE AND REPAIR SERVICES Submitted: September 24, 2019 Responding firm: Star Controls Inc. 11555 Heron Bay Blvd, Suite 200 Coral Springs, FL 33076 Phone: 954-603-0491 Fax: 954-603-0492 Contact: Mr. Tzvi Magril (954) 288-7954 tmagril@star-controls.com Ston Controls A 11555 Heron Bay Blvd,Suite 200,Coraprings,FL 00076 Page 191 of 1406 T ® City of Boynton Beach RFQ No.038-2821-19/TP STARCON® 6 Page 2 Table of Contents TAB 1: 1. Letter of Transmittal 2. Qualifications of Proposing Firm 3. Qualifications of Proposer Team TAB2: 4. Current project work listing and remaining labor commitments 5. Demonstrated Knowledge 6. Approach to the Scope of Work 7. References— Past Performance TAB3: 8. Submittal of General Information and Procurement Forms and Documents Ston Controls A 11555 Heron Bay Blvd,Suite 200,Coraprings,FL 00076 Page 192 of 1406 City of Boynton Beach RFQ No.038-2821-19/TP STARCONTROLS Page 3 TAB 1 Star Controls A 11555 Heron Bay Blvd,Suite 200,Coraprings,FL 33076 Page 193 of 1406 City of Boynton Beach RFQ No.038-2821-19/TP STARCONTROLS Page 4 1. Letter of Transmittal Star Controls A 11555 Heron Bay Blvd,Suite 200,Coraprings,FL 33076 Page 194 of 1406 T ® City of Boynton Beach RFQ No.038-2821-19/TP STARCON® 6 Page 5 Letter of Transmittal Taralyn Pratt, City of Boynton Beach Contract Coordinator 3301 Quantum Boulevard, Suite 101 Boynton Beach, Florida 33426 Dear Taralyn Pratt, Star Controls Inc. is an expert integrator and trusted advisor of SCADA, IloT and Communication solutions for Water,Wastewater, and Stormwater applications. Our staff includes several experts in these fields with decades of experience and field-tested implementations of similar systems. We are pleased to present the City of Miami Beach with our proposal in response to RFQ#038-2821- 19/TP. We trust that this proposal illustrates that we are the most suitable vendor for this RFP's requirements. The scope of work is very familiar to our firm, and we already have contracts with other Floridian utilities under the same scope of work/supply. We have engineered, installed, and continuously support and maintain many similar systems in Florida and beyond. In addition, we have been providing consulting services to many of these customers. Finally,we have been pioneering cost-savings and innovation with our customers by promoting and implementing State-of-the-Art technologies such as Industrial Internet of Things (IloT) and Cyber Security for SCADA. Our SCADA solutions demonstrated High Availability, Resiliency, Longevity and are Cyber Secured. Our professional staff is highly qualified and ready to see this project from beginning to end. Our Subject Matter Experts has a Nationwide recognition, as top SCADA experts. As a local neighbor, we are also perfectly positioned—literally—to offer the City continual pre and post project support, with office and support locations in Coral springs and West Palm beach. We have read the RFP document and addendums and we are fully prepared, qualified, and committed to perform the work prescribed within the anticipated time period. Sincerely, Mr.Tzvi Magril Star Controls Inc. (Proposer) (954) 288-7954 tmagril@star-controls.com Ston Controls A 11555 Heron Bay Blvd,Suite 200,Como Springs,FL 00076 Page 195 of 1406 T ® City of Boynton Beach RFQ No.038-2821-19/TP STARCON® 6 Page 6 2. Qualifications of Proposing Firm Ston Controls A 11555 Heron Bay Blvd,Suite 200,Coraprings,FL 00076 Page 196 of 1406 T ® City of Boynton Beach RFQ No.038-2821-19/TP STARCON® 6 Page 7 Qualifications of Proposing Firm Star Controls was founded by global experts from the SCADA, Industrial IoT(IloT) and Communications, bringing the combined experience of more than 100 years.The company is a trusted advisor, integrator and a provider of software for real time applications.The team includes global leaders with extensive experience that brings knowhow and complete understanding customer's environment. Each of the individuals are recognized Subject Matter Experts (SME) in his/her field. Star Controls has successfully implemented various projects nationwide and worldwide in the Water and Electric Utilities, Oil & Gas and Public Safety markets. Some of the solutions are part of the Smart City and Smart Grid initiatives. Star Controls has developed close relationships with our customers and partners and gained their trust. In many cases Star Controls is the practical Trusted Advisor, which the customer can count for any operational or commercial decision. Star Controls offers different services,from trusted advisory, design, implementation, knowledge transfer, support and managed services.The company utilizes project management methods, which empower the team to deal with substantial projects. We have partnered with large engineering firms, such as MacGregor Pusnes and Miya-Water, as part of their larger solutions.This expanded the company's experience to the integration with NRW(Non-Revenue Water), CRM, GIS, Security and other large complex projects. Star Controls is certified for most of common products (software and hardware), such as Motorola Solutions, Schneider Electric and Trihedral.The team has vast experience in Cyber Security and Wide Area Networks.As the highest qualified integrator, our team members are dispatched by vendors to fix systems where others have failed.The company has the privilege to access the Vendors' Product Engineering,for support, as well as, feedback from the field. Star Controls is qualified by the vendors to test Beta version of new products before the formal releases. The system's longevity, ease of use and predictable performance are among our highest professional objectives. Our main success is with cost reduction combined with improving performance of existing systems,with substantial cost saving in Capital and Operational expenditure.Through our"Holistic" approach of the entire operations,we truly understand our customers' operations, and understand their real needs. Our customers position us not just as a vendor, but rather as trusted advisor and partner for long term relationships. Our relationships with our customers continue for many years, addressing on-going needs analysis, advisory and delivery through unparalleled commitment.We are very proud of our Knowledge Transfer programs, paving the road for customer's self-sufficiency. All our customers are reference-able. Ston Controls A 11555 Heron Bay Blvd,Suite 200,Como prings,FL 00076 Page 197 of 1406 T ® City of Boynton Beach RFQ No.038-2821-19/TP STARCON® 6 Page 8 Some of our customers include: • Mount Pleasant Water, SC—Water Utility; 180 Motorola RTUs; VTScada • St.Johns County, FL-Water Utility; 240 Motorola RTUs;VTScada • Pinellas County, FL-Water Utility; 320 Motorola RTUs • City of Orlando, FL—Water Utility, 190 Motorola RTUs • City of Tampa, FL—Water Utility; 250 Motorola RTUs;VTScada • Orange County, FL-Water Utility;400 Motorola RTUs • Martin County, FL—Water Utility, 370 Motorola RTUs;VTScada • Honolulu Board of Water, HI —Water Utility; Motorola 350 RTUs • City of West Palm Beach, FL—Water Utility; 200 Motorola RTUs; VTScada • City of Deerfield Beach, FL—Water Utility, 72 RTUs; VTScada • City of Coconut Creeks, FL—Water Utility, 67 Motorola RTUs; VTScada • Jamaica Water Company(NWC) -Water Utility; Motorola RTUs; VTScada; Part of Nationwide NRW project • Bahamas Water Company (BWSC)—Water Utility; VTScada; Motorola RTUs; Part of large NRW project • SFWMD, Florida—Water Management agency; 500 Motorola RTUs; Flood Control • SJRWMD, Florida—Water Management agency; 15 Motorola RTUs; Flood Controls • Palm Beach School District, FL—Public Safety, 300 Motorola RTUs; VTScada • NYPD/NYCT, NYC, NY—Network Fault Management;400 Motorola RTUs; Part of the NYPD PRS system, this system monitors and controls 322 Police Radio Amplifiers in the NYC subway system. • Detroit Edison, Michigan—Electric Utility; 1,100 Motorola RTUs • Grenada Electric, Grenada—Electric Utility; 50 Motorola RTUs • ICE, Costa Rica—Electric Utility; 1,500 Motorola RTUs • Petrobras, Brazil—Offshore Offloading Monitoring Systems on FPSOs and Tankers; 10 Systems;through MacGregor Pusnes and Brazilian General Contractors • Seaboard, USA—Remote Telemetry System Between Unmanned Liquefied Natural Gas (LNG)Transport Barge and the Towing Vessel • Easton Int'I, China -Telemetry System for Single Point Mooring (SPM) Buoy,for monitoring and controls tanker offloading Ston Controls A 11555 Heron Bay Blvd,Suite 200,Como prings,FL 00076 Page 198 of 1406 T ® City of Boynton Beach RFQ No.038-2821-19/TP STARCON® 6 Page 9 Star Controls has many large and medium SCADA customer in Florida and beyond. Some of the Florida SCADA customers are shown below: WEST PALM B E A CH City of 0 E E R F 1 E L 100 B E A C H CITY OF 0 R L A N D 0 CoconuTCr% Pinellas - BUTTERFLY Cx,PiTQL OF 7Hw<WoRLDO (ounty P-r" ! +i *r- . • e Stat Controls A 11555 Heron Bay Blvd,Suite 200,Coraprings,F1.0007 Page 199 of 1406 T ® City of Boynton Beach RFQ No.038-2821-19/TP STARCON® 6 Page 10 Utilities, In c.� " =�Y o f H L E A AH Mil(iimjl 1L r i � � F z c� H � I COUNT Y BEACH COL Ston Controls A 11555 Heron Bay Blvd,Suite 200,Coraprings,FL 33076 Page 200 of 1406 T ® C City of Boynton Beach RFQ No.038-2821-19/TP STARCON® 6J Page 11 3. Qualifications of Proposer Team Ston Controls A 11555 Heron Bay Blvd,Suite 200,Coraprings,FL 00076 Page 201 of 1406 T ® C City of Boynton Beach RFQ No.038-2821-19/TP STARCON® 6J Page 12 Qualifications of Proposer Team The Star Team includes individuals with vast experience in the SCADA market.The following team members compose the core team which will support this project given Star is awarded. Other staff members may join as needed or required. Tzvi Magril—SCADA Solution Architect- Mr. Magril brings to Star Controls more than 25 years of experience in R&D, System Design and Development in the IT,Telecommunications and SCADA/Telemetry industries. Mr. Magril was a lead designer of Motorola MOSCAD RTU and has immense knowledge of the product line, as well as SCADA Systems design. Mr. Magril has designed, implemented and maintained major SCADA systems for large clients throughout the world. Mr. Magril holds BSc. in Electrical and Computer Engineering and graduated from the prestigious Motorola System Integration Institute (SII). Mr. Magril holds patents in the SCADA industry. Prior founding Star Controls, Mr. Magril served as Director at EMC Corporation. In this role Mr. Magril led the IT Management solutions business,aims Service Providers and Enterprise markets, covering physical and virtual (cloud)environment,for both data centers and networks. Mr. Magril initiated the business in the Latin America market and turned it to a multi-million business, serving large telecommunications services providers and enterprises. Mr. Magril managed the entire regional team, including sales, pre-sales engineering and system integration team. Ron Zetouni—SCADA Lead Developer Mr. Zetouni brings more than 25 years of experience in SCADA business for Water/Wastewater, Oil & Gas, Electric and other disciplines, covering the SCADA and communication aspects of projects. Mr. Zetouni's experience includes design, programming, and integration with SCADA software (iFIX, InTouch,VTScada and others). Mr.Zetouni is considered as a "Guru" in the SCADA industry, and in many cases he's is called by customers, vendors and integrators, as the "last resort", to fix SCADA systems. Mr. Zetouni's "secret sauce" is the unique capability to stitch operational needs to the design and performance of the SADA system. Mr. Zetouni among the lucrative group of subject experts with huge experience with Networks for SCADA, including IP and cellular networks. Mr. Zetouni played a major role in the activities with MPW SADA team. Mr. Zetouni should be credited for the current stable and excellent state of MPW SCADA system. Prior joining Star Controls, Mr. Zetouni served as the SCADA principle solution architect at the South Florida Water Management District (SFWMD). In this role Mr. Zetouni led a team of Ston Controls A 11555 Heron Bay Blvd,Suite 200,Coraprings,FL 00076 Page 202 of 1406 T ® C City of Boynton Beach RFQ No.038-2821-19/TP STARCON® 6J Page 13 programmers that developed and maintained large SCADA system for flood control and other mission critical applications. Prior to the SFWMD Mr. Zetouni worked at Motorola for 14 years, where he programmed and integrated dozens of SCADA systems in different applications (Oil & Gas, Electric and Water Utilities, and others) for customers worldwide. Mr. Zetouni holds BSc. in Computers Science and Mathematics from University of Illinois, and MBA from Loyola University. Mr. Zetouni holds the highest certification with VTScada and other SCADA softwa re. Diego Pinto -SCADA Engineer Mr. Pinto has developed his career in the Real-Time Embedded computation. Mr. Pinto is a subject matter expert in Mission Critical applications, such storm water,Oil &gas offshore safety systems and public safety. Mr. Pinto has already gained reputation as a productive and creative professional, with attention to customer satisfaction. Mr. holds BSc. in Electrical Engineering and certifications in the Cyber Security Charles Mondale—Telemetry and Instrumentation Expert Mr. Mondale brings more than 25 years of experience in the Telemetry and Instrumentation for Water/Wastewater and Environmental Monitoring. Mr. Mondale experience and skills covers all aspects of a solution, from the sensors, the RTUs, Communications (i.e. with focus on Wireless networks), Power and Integrity of the system. Mr. Mondale is a subject matter expert in IloT. Prior to Star Controls Mr. Mondale has served as a team leader at the SJRWMD, leading the design, installation and maintaining the Hydrology monitoring system the SJRWMD is using to manage the water resources. Prior to that Mr. Mondale owned a technology company that provided Telemetry solutions to the South Florida Water Management District, and other state agencies. Mr. Mondale holds BSc. in Electrical Engineering and certifications of products in the telemetry industry. James Mondale As a Project Engineer, Mr. Mondale is a solutions-oriented IT & SCADA Systems Professional with proven success designing, implementing and integrating cost-effective, high-performance technical solutions to meet challenging business needs. Dana Musumeci As a Project and Operations Manager with 10+years of experience, Ms. Musumeci has managed many large projects (>500K)for Star Controls. Ms. Musumeci is highly methodical and punctual and is a key factor in every successful Star Controls project Ston Controls A 11555 Heron Bay Blvd,Suite 200,Como prings,FL 00076 Page 203 of 1406 T ® C City of Boynton Beach RFQ No.038-2821-19/TP STARCON® 6J Page 14 Most professional staff possess at least a four-year engineering degree from respectable Universities. The team members have successfully supported water utilities and water management agencies in the US and abroad, with consultation, implementation, education and maintenance services. Each team member in Star Controls' implementation and support team is kept updated with skills and expertise through rigorous training program that includes the following subjects: • Safety at Work including Safety with Electrical Equipment • SCADA Software (VTSCADA, InTouch, iFix and others) development and maintenance • RTU Hardware and software—Programming, installation, Maintenance and Trouble Shooting • Communication Systems: RF Systems, IP Technology and Products, Installation, Maintenance and Trouble Shooting. • Project Management • Education Services SCADA Team Member Project Documentation System Communications Instrumentation Manager Drafting Engineer Tzvi Magril Diego Pinto V V James Mondale V Charles Mondale V V V V V Ron Zetouni V V Dana Musumeci V -Area Leader Ston Controls A 11555 Heron Bay Blvd,Suite 200,Coraprings,FL 00076 Page 204 of 1406 City of Boynton Beach RFQ No.038-2821-19/TP STARCONTROLS Page 15 TAB 2 Star Controls A 11555 Heron Bay Blvd,Suite 200,CoraSprings,FL 33076 Page 205 of 1406 T ® C City of Boynton Beach RFQ No.038-2821-19/TP STARCON® 6J Page 16 4. Current project work listing and remaining labor commitments Ston Controls A 11555 Heron Bay Blvd,Suite 200,Coraprings,FL 00076 Page 206 of 1406 T ® C City of Boynton Beach RFQ No.038-2821-19/TP STARCON® 6J Page 17 Background The Star Controls Team is composed of individuals with highly versatile skills,where each team member has qualifications and experience to handle different project implementation and maintenance tasks. Through the Project Management methodology,the company efficiently utilizes resources without compromising quality. The following individuals compose the core team that will be allocated for the different activities with the City of Boynton Beach, under this contract (This list includes only the staff assigned to this project and not the entire Star Controls team). Naturally, during the duration of the contract,team members may change. Project Documentation SCADA Team Member Manager Drafting System Communications Instrumentation Engineer Tzvi Magril Diego Pinto V V James Mondale V Charles Mondale V V V V V Ron Zetouni V V Dana Musumeci V -Area Leader Current project work listing and remaining labor commitments Here is the list of the current projects that the team has been assigned for and the remaining labor commitments • City of Ormond Beach—SCADA migration from iFix to VTScada: 95%Completed • Pinellas County—startups of Lift Station (new or after rehab): 2 per month • Saint John County o Startups of Lift Station (new or after rehab): 1 per month o Inlet Beach WWTP—Motorola RTU programming and local HMI: 85%completed o NE WWTP—Motorola RTU programming and local HMI: 25%completed • City of Tampa o Upgrade of VTScada: 100%completed o Startups of Lift Station (new or after rehab): 1 per month • City of Orlando o Startups of Lift Station (new or after rehab): 1 per month o Replacing old Motorola RTUs and add cellular communications: 1-2 sites per month Ston Controls A 11555 Heron Bay Blvd,Suite 200,Como prings,FL 00076 Page 207 of 1406 T ® C City of Boynton Beach RFQ No.038-2821-19/TP STARCON® 6J Page 18 Historically, describe the typical number of projects handled by the Proposer's key project managers at any given time At any given time, on a "monthly rate" basis,the Team handle the following activities: • 4-6 Startups of lift Stations • 1 project that require development of logic and process automation (e.g. large pump stations) • 1 SCADA project, such as an upgrade, migration or new project • Ongoing customer support under annual support services Projected workload of project management activities as defined in the scope of services We are expecting that the Team will be able to handle an increase of up to 20%in activities. With this Star Controls will provide high quality and on-time services to the City of Boynton Beach and without compromising on the support to current customers. Star Controls is also attracting experienced and new engineers and can fill need for additional resources in relatively short notice. Identification of any sub-Consultant firms providing significant services that may be assigned more than five(5%) of the work Almost all services that Star Controls offer in this opportunity are based on in-house resources. If a specific job will require a sub-consultant then Star Controls will share with the information with the City and receive the approval. The only area that Star Controls is using an external resource is for the building of UL508 Panels. Star Controls is working with Panel Shops that have been proven to provide high quality panels. Currently Star Controls is using ECS and CC Control. Ston Controls A 11555 Heron Bay Blvd,Suite 200,Como prings,FL 00076 Page 208 of 1406 City of Boynton Beach RFQ No.038-2821-19/TP STARCONTROLS Page 19 5. Demonstrated Knowledge Star Controls A 11555 Heron Bay Blvd,Suite 200,Coraprings,FL 33076 Page 209 of 1406 T ® C City of Boynton Beach RFQ No.038-2821-19/TP STARCON® 6J Page 20 Reference 1 — Pinellas County Utilities Project name Pinellas County Utilities Project location Pinellas County, FL Design and implementation of SCADA Upgrade of 320+ RTUs with Project DNP3-enabled cellular modems, and new RTU software. Tasks description include installation, commissioning, and migration of the entire system from an older type of private communication methods. Role in project Design / Installation /Training Original duration October 2016 — October 2017 Final Duration October 2016 — October 2017 Size/type 300 Lift station and 20 Reuse SCADA sites Install Date October 2016 — October 2017 Owner's Michael Skrzypek, 727 582-2320, mskrzypek@pinellascounty.org Contact 1620 Ridge Road, Largo, FL 33778 _.__._._.__.__.._. sixView S1.W- 11 6Qt.n crass. .wa..y.1.; Mar,a�er a„F�r wR� Manager Svfgware Software �t BTSLAN/WAN L1':136174177 54'. L1.136.174.17755 L1136-174.25353 11:136.174.253.54 L2':13617417747'., L2.136174.17758 .<, - L1.136.174 253 58 HU-1 FIl1-2 HU-3 FI J-4 "I'll Crass PIaM Dunn PEant{North€ - - {boutn) Adrr9n&u€ding - 740154 Ave N 4111 D...De El.-5 Fetersburg,'FL } P.ho Harbor,6L - - Sierra S-n, Sierra Sierra WAN:10.152— wireless wee l— W-1— winless GX450 GX450 WAN:111).152— GX450 GX450 Sierm., VeC-u VPN RueterMersson VPN Acuter Wireless (SuppE ed by BTS} "ti efizon P..€intate Network - §Supp€=ed by BTS1 Gx450 Red Lom svweet Modems South EJU-1 RTLJs south nu-2:ae'rus North PIU-a East.LS RTU. NartN 11LJ-4 W11 LS III L11 Red Lon Slxnet Modems WAN:10.52-X X WAN 19.152 x X Wn x Lm 3�tion Wh X=1-255? N mtse 1 So- -ptrons Ike 4675 MIN ...,:. "In M11a . Red Lion ,.., Fed Lion LAN 192.16$.1.P LAN 1921681.'t Ethernet -11 RS232 6E9 at LAN ACE IP: modem,115,200 192.168 12 Laud,RJ45 at RTU ACE3600 M—d-L ACE3500 M—d-L ACE3600 M—d-L ACE3600 M—d-L 25 ACE 54 M—d la ACE 60 M—d. 9ACE 71 M—d 16ACE 70 Masrad Ston Controls A 11555 Heron Bay Blvd,Suite 200,Coraprings,FL 33076 Page 210 of 1406 T ® C City of Boynton Beach RFQ No.038-2821-19/TP STARCON® 6J Page 21 Reference 2 — Martin County Utilities Project name Martin County Utilities Project location Martin County, FL Designed new software for 320 Lift stations and other monitoring Project description locations. Designed and programmed new SCADA software with advanced analytics. Role in project Design / Installation /Training Original duration 2013 - 2018 Final Duration 2013 - 2018 Size/type County wide SCADA system for Martin County Utilities Install Date 2015 - 2015 Owner's Tim Harrison, SCADA Manager,772-221-1448 Contact tharriso@ma tin.fl.us 6 - - 16:oa oa:oa ae:oa 1s:oa ao:oa ae:oa 11:oa oa:oa ae:oa 1e:oa oa:oa ae:w Jan a lan 5 Jan s Jan Pen Name D—Hptian VaWe Mntmum Maxmum Av—` m Q M JW—\Pump1\-tARuntime Last Pump l fast Runtime I.02 min 0.28'5 min 91min 5.97min m 4 'l.�18U0340\Pump2\Stats\Runtime Last Pum p2tas.[Runtime 11 m1n.. 0.25 min 35A.min 11fimin ACE-3809 NW Deer Oak Dr,iensen Beach 0 Ston Controls A 11555 Heron Bay Blvd,Suite 200,Coraprings,FL 00076 Page 211 of 1406 T ® C City of Boynton Beach RFQ No.038-2821-19/TP STARCON® 6J Page 22 Demonstrated knowledge. Star Controls is highly suited to support the city of Boynton beach with every aspect of its SCADA system. Here are some relevant project developed for other customers which are very relevant for City of Boynton Beach. ASR Star Controls developed a Motorola ACE3600 Monitoring and control system for SFWMD.The ASR is located along the Hillsboro Canal.The project manager for the system from SFMWD were Rick Nevulis, Reuse Scientist,and Carlos Gomez, Scada specialist Advanced liftstation Control and monitoring Star Controls Motorola Lifstation software features: • Advanced troubleshooting via sequence of events and communication loggers • Advanced flow estimations(flow rates and totals) • Advanced Run runtime profiles Flow Rates ut+`xa `.cpd',°r�,wd.nwh.: Y r�� e. P.• P o< o r i P . o� ro 1' IPS 1. Pump Cycle Runtimes ilnaamed Graup `.* 4 g. Star Controls A 11555 Heron Bay Blvd,Suite 200,Carol Springs,FL 33076 Page 212 of 1406 T ® C City of Boynton Beach RFQ No.038-2821-19/TP STARCON® 6J Page 23 Advanced Programming for complex process control - Example —WWTP UV control system • Star Controls developed advanced controls for a UV system made by Grundfos • The system incudes complex control and pacing mechanism 09/16119 MON Players Club WRF VV Disinfection System-UVCP 18:49:37 09/16/19 MON Event Lag and Current 1/0 State 18:50:42 AUTO AVTd HNYP1 i'/16 18:13:23 LOSS Lossof 09/16 18-14-46 ON T1 D Minor a»,i 20 ac 20 xe 09/16 18:14:46« I Major ►•V on% nn nn% q8Y$ 0.03 59 I« - Loss of G• ON j` DL ' ® Major 1 " . : +• D: f 1A 16 SC 1Q IE On% 601% s6 a% 443% 50.4% 1 1 t P9 Advanced VTSCADA programming— screens and reports 6.8 Ft 3.3 Ft .. 21.4 Ft rv) �z Q61 2) 11 s 18 Ft 4�, -sra-,.ate 9.0 Ft ..9.o-; .:..,, Z3.4 Ft r5. 1&�i§ t 1 21.4 Ft 90.2 Ft 1 VI isa € i 45 r Shadow Crossln s' � ®¢+r� M n.. CEW. Ii ( 8reaksway J 1 iH cHH.= H1 11 A-11101Olt i - - ------- - , we Star Controls A 11555 Heron Bay Blvd,Solite 200,Cora8 Springs,FL OOO7 Page 213 of 1406 City of Boynton Beach RFQ No.038-2821-19/TP STARCONTROLS Page 24 6. Approach to the Scope of Work Star Controls A 11555 Heron Bay Blvd,Suite 200,Coraprings,FL 33076 Page 214 of 1406 T ® C City of Boynton Beach RFQ No.038-2821-19/TP STARCON® 6J Page 25 Approach to the Scope of Work Introduction—The Star Team has a vast experience in the design and installation of many varieties of SCADA systems and products. Each customer has unique requirements and circumstances and the City of Boynton Beach is no exception.Through our numerous previous accomplishments with and experience with many other customers, we've come to deeply understand customer's SCADA needs. As experienced professionals in the SCADA and instrumentation business, we have tried to compile into our strategy and day to day operations the best methods and rationales for completing successful projects and maintaining satisfied customers. Project Management-We utilize most modern Project Management and quality methodologies and technologies,to guarantee on-time completion while complying, and in many cases exceeding, system's specifications.The project manager will be dedicated to this project from kickoff to signoff and will coordinate closely with the City staff all issues of planning, permits, installations, commissioning, and training.The sample diagram illustrates tasks typically and generally involved in the system integration process, and a graphical work schedule—one of the tools used by Star Controls for project task/time management 011 £ tfi Implementation ( Engineering 1i3+t £ ii s s}1 Protect Documentation tl '.rihtt�£ As built drawings ti )'th£st, Installation Books Installation and System Test Planning 4; 4illll,£££�,„1t,£„ System Design Implementation of System Customer To Contract Specifications Support 6 _ .m..�nJ� tit -gin Ston Controls A 11555 Heron Bay Blvd,Suite 200,Como Springs,FL 00076 Page 215 of 1406 T ® C City of Boynton Beach RFQ No.038-2821-19/TP STAIRCON® 6J Page 26 Complete System Design and Integration -Our expertise in the SCADA field, with a special devotion to the Water Industry, allows us to provide complete turn-key solutions, as well as stand-alone design, studies, and software and hardware integration activities. Our design is taking into consideration different aspects that are important to the integration of the SCADA system into the organization. It includes seamless fit into existing Operations, best-in-class User's Experience (i.e. simple to use,yet, comprehensive)while the entire system is fully Cyber Secured (i.e. using the most advanced hardware and software for Cyber Security). Implementation/Installation/Execution - The project implementation phase is conducted in an efficient, supervised manner with our PM on-site during all project implementation milestones. The RTU/Device and associated equipment and apparatuses are removed/installed/retrofit precisely per the SOW and City's standards, with appropriate mechanical and electrical considerations. All software components are configured, calibrated, and tested Corporation and Coordination with Staff - All our clients, with minor exceptions, are local or state-level government entities. We are thoroughly experienced with all administrative and legal requirements and procedures involving all aspects of such a project Acceptance Tests Factory Acceptance Test (FAT) - In order to ensure complete customer satisfaction and minimize downtime,we offer the customer a chance to view the entire system in a"dry-run" Lab setting before any installation activities take place. During this event,the customer may view and test a simulation of how the real system will operate and behave System Acceptance Test (SAT) - Star staff develop, and the CITY's staff approve a complete Site Acceptance Plan (SAT) to be conducted jointly by the Star's Engineer and the CITY's representative. During the Site Acceptance Plan all installation items are inspected for proper installation and operation.All data items(values,statuses)are checked for proper calibration and reporting to the new SCADA system. This process guarantees the [Subject] is accepting a properly installed, fully operational site. Documentation - Documentation is essential for project continuity, organization, and troubleshooting. Star excels in providing comprehensive, clear and concise project documentation. Documentation includes Drawings, Project Manuals and any document that will use to maintain or modify the system in the future. Support-Star Controls offers a comprehensive portfolio of maintenance products and services that meet different needs and budgets. In addition, recognizing that each customer is unique, we tailor services and products to specific needs. Star Controls has the highest qualifies, experienced and certified professionals. In many cases the vendors refer customers to Star Controls, counting on our professionals to address the customer's use. Controls offers Maintenance plan that includes Tier 2 and Tier 3 Remote and On-Site support, as needed. Training — Star Controls is a global professional education and integration company in the SCADA and Telecommunications fields. Our dedicated team of professionals has been implementing and supporting customers with RTUs (e.g. Motorola RTUs) and SCADA software systems (e.g. VTScada) for many years. Our team includes engineers and trainers with unparalleled knowledge and expertise. We believe that training Ston Controls A 11555 Heron Bay Blvd,Suite 200,Como prings,FL 00076 Page 216 of 1406 T ® C City of Boynton Beach RFQ No.038-2821-19/TP STARCON® 6J Page 27 and education are paramount for any responsible and progressive customer. We are now offering a line of standard training courses as well as custom-tailored ones, in which we transfer core knowledge to you and your staff so you can: • Know more about your SCADA/Telemetry system • Become more self-reliant and better able to trouble shoot and maintain the system • Discover what new technologies can be adapted to your system. • Integrate new services (security, planning, water flow, etc.)to your SCADAsystem. Ston Controk A 11555 Heron Bay Blvd,Suite 200,Como rings,FL 33076 Page 217 of 1406 T ® C City of Boynton Beach RFQ No.038-2821-19/TP STARCON® 6J Page 28 7. References — Past Performance Ston Controk A 11555 Heron Bay Blvd,Suite 200,Corarings,FL 33076 Page 218 of 1406 T ® C City of Boynton Beach RFQ No.038-2821-19/TP STARCON® 6J Page 29 Reference 1 — City of Orlando Project name City of Orlando, Public Works Department Project location Orlando, FL Star Controls provided totally new software for the Motorola RTUs (MOSCAD and ACE3600), that simplifies and improves the entire programming and maintenance experience of the SCADA and the Project maintenance team. The software allows the SCADA team to develop and description troubleshoot new logic on much simple software platform. Star Control also held the pilot project to add cellular communications to the existing Motorola radio-based SCADA. The pilot was successful and the City plan to replace all old MOSCAD to ACE3600 and with cellular communications. Role in project New Software Original duration 2017— Now Final Duration (ongoing/ under maintenance agreement) Size/type SCADA for Wastewater Collection System Install Date 2017 - Now Owner's Mr. Guy Mecabe. (321) 229-7257, Guya ecabe CityofOrlando.net Contact 5420 LB Mcleod Rd., Orlando, FL 3281 Ston Controk A 11555 Heron Bay Blvd,Suite 200,Corarings,FL 33076 Page 219 of 1406 T ® C City of Boynton Beach RFQ No.038-2821-19/TP STARCON® 6J Page 30 Reference 2 — St. Johns County Utilities Project name St. Johns County Utilities Project location St. Johns County, FL Designed new software for 40 Lift stations. Installed and tested software and radio communications, Converted the entire central Project equipment, Updated the central software to include Radio and traffic description statistics applications, commissioned new logic to VFD and quadplex pump stations, converted treatment plant RTUs and applications, Helped in the VTSCADA version transition. Role in project Design / Installation /Training Original duration March — Nov 2017 Final Duration March — Nov 2017 Size/type 230 Lift station, 5 water plants, some storm water sites, and different types of communication channels Install Date March — Nov 2017 Owner's Rick Nelson, SCADA Manager, 904-392-3541, rnelson sicfl.us Contact � y •,'FsuR, : F��tl i , � tt{ e ;Zl 1 k� Ston Controk A 11555 Heron Bay Blvd,Suite 200,Corarings,FL 33076 Page 220 of 1406 T ® C City of Boynton Beach RFQ No.038-2821-19/TP STARCON® 6J Page 31 Reference 3 — Palm Beach School Board Project name Palm Beach County School District SCADA system Project location West Palm Beach, FL Design, programming, and installation of a new SCADA central (VTSCADA Project 11.3) for 301 County Building and schools. description Also, programming 20 NEW RTUs with high 1/0 count for building intrusion monitoring. Role in project Design / Installation /Training Original duration 2015 - 2018 Final Duration 2015 - 2018 Size/type County wide SCADA system for Palm Beach School Board Install Date 2015 - 2018 Richard Genchi, Palm Beach County School District Owner's 1380 Australian Blvd, Riviera Beach, FL Contact (561) 719-4443 richard. enchi palmbeachschools.or '�`.�PBS'J Ala.ma�vstem i�Yf�,e^�. �T�,"001.. pela 74 reatr� 1 rk- ;.,. ivngw GO,dwm, � � r a 1 � F3111{BMi'. ts, ! 9 any AU SCHOOLS AM kL M rtil Add . ALL C.mmarv�s 73.now F.toy ,md: 11.0W 5finex aw y5 4 tt f -- 11e1d JLcYrin Wdg.AAL alarms M1 l r rr _ t:fb A— CoralSir iu(p6 Poach l7Alk ns � �nra Park Dun N HeY�E Enhryi Walrnl 2M Mt. 114134 Ack__i WnD4 Jahn t Leona tl I ilgh Fire 9Y n'1 Waamk rtlix S11 Y'f r t,m;' Alk ! WMA ftklooi Palms Elorr Milk R ei Delw ey(Atam) 'r.Y,l`t1Y'k9Y ?a 10 ACic 7 9J9Ym�di Pdpr Ike Area al��eF41ip1 I i.r, r •U� `��, (t } Yx 4 '$' -07 t4� b A l 1 t t I�i,P �' 1}, �at¢�ri 2v sn��.�a _ � �9 '�ee�rte��rr�msr�rcl�ar ?f �ree+J�vlanau Ston Controk A 11555 Heron Bay Blvd,Suite 200,Coras Springs,FL 33076 Page 221 of 1406 T ® C City of Boynton Beach RFQ No.038-2821-19/TP STARCON® 6J Page 32 Reference 4 — South Florida Water Management District Project name SFWMD RTU system Design and Programming Project location West Palm Beach, FL Project Ongoing involvement with 16-county wide SCADA system for stormwater description monitoring and control. Includes flow-computations and advanced stage controls. Role in project Design / Installation /Training tf. lfir, }.. .�., Original duration 2005 - 2018 Final Duration 2005 - 2018 Size/type RTU system Design and Programming €s Install Date 2005 - 2018 3301 Gun Club Road, West Palm Beach, FL 33406 The District's, policy does not allow its employees to act as a reference or comment on vendors projects. However, all work perform by Star Controls can be Owner's validated via public records. Contact We have worked with the following staff at SFWMD: Matahel Ansar— Solar power gates, SCADA system, Flow computations Garnet Ritchie- RTU design and maintenance Communication Francoise Berger- RTU design and engineering Gate control logic programming Logon O252AMFe61 - _ - •^.. S-15',5A Configure . .-,.y,o .::.. 7-Custom 2 Position(feet) 7.29 2.78 Aigofithrn 1-Head vlater FPL Normal °fo open wiiostsil,k \\\ Control source SCADA Generator Available Movement Moving UP Moving DOWN Min Stage 8.95 ATS FPL Last Change 02:51 02:51 Max Stage 13.85 a a Discharge(cfs) 35.9 37.2 Mir Position 0.00 Generator ON OFF Today(cf) 27546 28684 Max Position 3.80 ATS FPL GEN 0 0 Max Step 0.50 Permissive - Step Delay(sec) 600 Last l gal ,e,K;'as bad 1''+,Ki'as CFS target 65.0 Headwater 7 ]�. � Operation 02:35 02:28 Discharge 950000 Tail+water 7.77 Next 0.76 1.32 MAGO 3.09 Operation 02:45 02:38 MPHD 6.25 Setpoint 3.001 3.00! Current(cfs) 73.1 Time 10l 10l History Notes Today(cf) 56231 Execute SP TM I ABORT SP I TM I ABORTI Trends I Site info Continuous(cf) 56231 Star Controk A 11555 Heron Bray Blvd,Suite 200,Carol Springs,FL 33076 Page 222 of 1406 T ® C City of Boynton Beach RFQ No.038-2821-19/TP STARCON® 6J Page 33 Reference 5 — Mount Pleasant Waterworks Project name Mount Pleasant Water Works Several Project Project location Mt. Pleasant, SC Star Controls held several projects with MPW, with the goal to improve and make the SCADA team self-sufficient. • provided totally new software for the Motorola RTUs (MOSCAD and ACE3600), that simplifies and improves the entire programming and maintenance experience of the SCADA and the maintenance team. The software allows the SCADA team to develop and troubleshoot new logic on much simple software Projects platform description • Delivered a complete SCADA migration project for the town of Mount Pleasant.The system includes conversion from INTOUCH/WONDERWARE to VTSCADA for a system that spans 160 lift stations, 4 Reverse Osmosis plants, 2 Treatment plants, and multiple PLC types and communication protocols. • Held consultation services, in which MPW has been implemented very successfully. • Migration from UHF network to cellular Role in project Consultant Original duration 2011-2017 Final Duration 2011-2017 Size/type SCADA for Wastewater Collection System and Water Treatment Plants Install Date 2011 - 2017 Mr. Brian Head; Cell: (843) 297-6658• Email: brianhead mpwonline.com Owner's 1619 Rifle Range Road, Mount Pleasant, SC 29464 Contact Note: Mr. Head is no longer the SCADA manager, but still with the MPW Ston Controk A 11555 Heron Bay Blvd,Suite 200,Corarings,FL 33076 Page 223 of 1406 T ® C City of Boynton Beach RFQ No.038-2821-19/TP STARCON® 6J Page 34 List of qualifications that exemplify the firms experience with water, wastewater, and stormwater SCADA systems including PLC and control programming. Note: All the projects mentioned in previous sections were performed by the Star Controls team mentioned in this section.These projects required intimate knowledge and design and implementation capabilities of Fresh, Waster, and Storm—Water system monitoring and control systems. The following are a few hand-picked examples: Storm water Ron Zetouni and other Star Controls engineers have developed the complete software found in every one of SFWMD 500+ Water Control Structures.The software developed by Star Controls isMM used to monitor canal levels and control flood gates and pump stations as well as compute flow it Wastewater Diego Pinto, James Mondale, and other star control „ engineers have designed, installed, and implemented lift stations RTUs and equipment for many cities and counties in Florida and nationally. Water (Distribution) Star Controls Staff have designed and installed complete '"" Water Distribution monitoring systems for Bahamas, ��� � ' {t s V Jamaica, and many cities in the US Al 4 �\ Ston Controk A 11555 Heron Bay Blvd,Suite 200,Corarings,FL 33076 Page 224 of 1406 City of Boynton Beach RFQ No.038-2821-19/TP STARCONTROLS Page 35 TAB 3 Star Controk A 11555 Heron Bay Blvd,Suite 200,CoraSprings,FL 33076 Page 225 of 1406 i3 N PROPOSER ACKNOWLEDGEMENT Submit RFQ's To: PROCUREMENT SERVICES 3301 Quantum Blvd. Suite 101, Boynton Beach, FL 33426 P.O. Box 310, Boynton Beach, Florida 33425-0310 Telephone: (561) 742-6322 RFQ Title: SUPERVISORY CONTROL AND DATA ACQUISITION (SCADA) SYSTEM PROGRAMMING, PREVENTIVE MAINTENANCE AND REPAIR SERVICES RFQ Number: 038-2821-19/TP RFQ Received By: SEPTEMBER 24, 2019, NO LATER THAN 2:30 P.M. (LOCAL TIME) RFQ's will be publicly opened and recorded for acknowledgement of receipt in Procurement Services, unless specified otherwise, on: SEPTEMBER 24, 2019, no later than 2:30 P.M. (LOCAL TIME) and may not be withdrawn within ninety (90) days after such date and time. Name of Vendor: Star Controls, Inc Federal I.D. Number: 51-0533827 A Corporation of the State of: Florida Area Code: 954 Telephone Number: 603.0491 Area Code: 954 FAX Number: 603.0492 Mailing Address: 11555 Heron Bay Blvd, Suite 200 CITY/State/Zip: Coral Springs, FL 33076 Vendor Mailing Date: 9/24/2019 Email Address: sales@star-controls.com Authorized Signature Tzvi Magril Name Typed THIS PAGE MUST BE SUBMITTED ALONG WITH RESPONSE IN ORDER FOR PACKAGE TO BE CONSIDERED COMPLETE AND ACCEPTABLE Boynton Beach Utilities—SCADA System Programming,Maintenance&Repair 26 page 226 -6 4 4JA PROPOSER'S QUALIFICATION STATEMENT The undersigned certifies under oath the truth and correctness of all statements and of all answers to questions made hereinafter: SUBMITTED TO: City of Boynton Beach Procurement Services 3301 Quantum Boulevard, Suite 101 Boynton Beach, Florida 33426 Check One Submitted By: Corporation X Name: Star Controls, Inc Partnership Address: 11555 Heron Bay Blvd, Suite 200 Individual CITY, State, Zip: Coral Spring, FL 33076 Other Telephone No.: 954.603.0491 Fax No.: 954.603.0492 1. State the true, exact, correct and complete name of the partnership, corporation, trade or fictitious name under which you do business and the address of the place of business. The correct name of the Proposer is: Star Controls, Inc The address of the principal place of business is: 11555 Heron Bay Blvd, Suite 200 Coral Spring, FL 33076 2. If Proposer is a corporation, answer the following: a. Date of Incorporation: January 24, 2005 b. State of Incorporation: State of Florida C. President's name: Tzvi Magril d. Vice President's name: Ron Zetouni e. Secretary's name: N/A f. Treasurer's name: N/A g. Name and address of Resident Agent: MITTELBERG, BARRY SESQ 1700 N. UNIVERSITY DRIVE SUITE 300 CORAL SPRINGS, FL 33071 THIS PAGE MUST BE SUBMITTED ALONG WITH RESPONSE IN ORDER FOR PACKAGE TO BE CONSIDERED COMPLETE AND ACCEPTABLE Boynton Beach Utilities—SCADA System Programming,Maintenance&Repair 27 3. If Proposer is an individual or a partnership, answer the following: a. Date of organization: N/A b. Name, address and ownership units of all partners: N/A C. State whether general or limited partnership: 4. If Proposer is other than an individual, corporation or partnership, describe the organization and give the name and address of principals: N/A 5. If Proposer is operating under a fictitious name, submit evidence of compliance with the Florida Fictitious Name Statute. N/A 6. How many years has your organization been in business under its present business name? 14yrs Under what other former names has your organization operated? N/A 7. Indicate registration, license numbers or certificate numbers for the businesses or professions, which are the subject of this Bid. Please attach certificate of competency and/or state registration. N/A 8. Did you attend the Pre-Proposal Conference if any such conference was held? YES = NO X� 9. Have you ever failed to complete any work awarded to you? If so, state when, where and why: No THIS PAGE MUST BE SUBMITTED ALONG WITH RESPONSE IN ORDER FOR PACKAGE TO BE CONSIDERED COMPLETE AND ACCEPTABLE Boynton Beach Utilities—SCADA System Programming,Maintenance&Repair 28 10. List the pertinent experience of the key individuals of your organization (continue on insert sheet, if necessary) See sheets attached of all qualifications 11. State the name of the individual who will have personal supervision of the work: Dana Musumeci,PM, Diego Pinto,Engineer 12. State the name and address of attorney, if any, for the business of the Proposer: N/A 13. State the names and addresses of all businesses and/or individuals who own an interest of more than five percent (5%) of the Proposer's business and indicate the percentage owned of each such business and/or individual: N/A 14. State the names, addresses, and the type of business of all firms that are partially or wholly owned by Proposer: N/A 15. State the name of Surety Company which will be providing the bond (if applicable), and name and address of agent: N/A THIS PAGE MUST BE SUBMITTED ALONG WITH RESPONSE IN ORDER FOR PACKAGE TO BE CONSIDERED COMPLETE AND ACCEPTABLE Boynton Beach Utilities—SCADA System Programming,Maintenance&Repair 29 16. Annual Average Revenue of the Proposer for the last three years as follows: Revenue Index Number a. Government Related Work b. Non-Governmental Related Work 2 Total Work a +b): 4 Revenue Index Number 1. Less than $100,000 2. $100,000 to less than $250,000 3. $250,000 to less than $500,000 4. $500,000 to less than $1 million 5. $1 million to less than $2 million 6. $2 million to less than $5 million 7. $5 million to less than $10 million 8. $10 million to less than $25 million 9. $25 million to less than $50 million 10. $50 million or greater 17. Bank References: Bank Address Telephone Citi Rank 2769 l Iniversity fir C;nral Snrinns FI 3306 (877) 528-0990 18. Provide description of policies and methods for project monitoring and budgeting control as well as adherence to project schedule (continue on insert sheet, if necessary). Star Controls Project and Quality Process Method and Policy Star Controls Remote Support Procedure 19. Provide descriptions of quality assurance/quality control management methods (continue on insert sheet, if necessary): Star (.nntrnls Pr niect and Ounlit)l Process Method and Pclic)J Star Controls Remote Support Procedure THIS PAGE MUST BE SUBMITTED ALONG WITH RESPONSE IN ORDER FOR PACKAGE TO BE CONSIDERED COMPLETE AND ACCEPTABLE Boynton Beach Utilities-SCADA System Programming,Maintenance&Repair 30 20. Is the financial statement submitted with your proposal (if applicable)for the identical organization named on page one? YES F_X ] NO 21. If not, explain the relationship and financial responsibility of the organization whose financial statement is provided (e.g., parent-subsidiary). N/A 22. What will be your turnaround time for written responses to City inquires? 24 to 48 hours 23. List and describe all bankruptcy petitions (voluntary or involuntary) which have been filed by or against the Proposer, its parent or subsidiaries or predecessor organizations during the past five (5) years. Include in the description, the disposition of each such petition. N/A 24. List all claims, arbitrations, administrative hearings and lawsuits brought by or against the Proposer or its predecessor organization(s) during the last five (5) years. The list shall include all case names, case arbitration or hearing identification numbers, the name of the project which the dispute arose, and a description of the subject matter of the dispute. N/A 25. List and describe all criminal proceedings or hearings concerning business related offenses to which the Proposer, its principals or officers or predecessors' organization(s) were defendants. N/A THIS PAGE MUST BE SUBMITTED ALONG WITH RESPONSE IN ORDER FOR PACKAGE TO BE CONSIDERED COMPLETE AND ACCEPTABLE Boynton Beach Utilities—SCADA System Programming,Maintenance&Repair 31 26. Has the Proposer, its principals, officers or predecessors,' organization(s) been Convicted of a Public Entity Crime, debarred or suspended,from, bidding by any government during the Last five (5) years? If so, proOvide details. N The Proposer acknowledges and understands that the information contained in response to this Qualification Statement shall be reified upon by owner in awarding the contract and such information is warranted by Proposer to be true. The discovery of any omission or misstatement that materially affects the Proposers qualifications to perform under the contract shall,cause the owner to reject the proposal, and if after the award, to cancel and terminate the award, and/or contract. (Signed)_ (Title) President Subscribed and sworn to before me T ';A This day of <e2019 71 MAGRI� 44 %Ctary loublc-State of Florida commission I GG 187878 Nlycomm. Expires Mar 10,2022 11-C,t"ough National Notary Assn. Notablid(S'Jgnature)t My Commission Expires: THIS PAGE MUST BE SUBMITTED ALONG WITH RESPONSE IN ORDER fOR,PACKAGE TO BE CONSIDERED COMPLETE AND ACCEPTABLE Boynton Beach Utilities-SCADA System Programming,Maintenance&Repair 32 Page 232 of 1406 T ® C City of Boynton Beach RFQ No.038-2821-19/TP STARCON® 6J Page 43 PM and Project Quality Method and Procedure: Approach and Methodology As experienced professionals in the SCADA and instrumentation business, we have tried to compile into our strategy and day to day operations the best methods and rationales for completing successful projects and maintaining satisfied customers. Star Controls' total offering includes System Integration (SI) and Professional Services (PS) for managing the implementation and maintenance efforts for any system size. The company utilizes most modern Project Management and quality methodologies and technologies, to guarantee on- time completion while complying, and in many cases exceeding, system's specifications. The Star Controls approach to SI utilizes a team of specialists, experienced in the integration of Star Controls and non-Star Controls components into an overall turnkey system solution The professional services team is composed of a Project Manager and the required support members. To directly support the project, Star Controls assigns Design/System Engineers, Application/Software Engineers, Field/Instrumentation Engineers and Account Managers. For the duration of the project, these resources will be available to support the Project Manager from system design through final system acceptance. In addition, Star Controls' professional services group provides on-going support of the system design, installation, optimization, testing and training. We use best-in-class design and implementation practices, putting great efforts in all aspects of the project—project management, Planning, execution, coordination, certification, documentation, and training. Project Management We assign a dedicated project manager (PM) to each project. This individual serves as a focal point for interaction with the customer's staff to ensure prompt and proper coordination. Planning Prior to any implementation tasks initiation, we carefully plan and coordinate the project schedules, tasks, and contingencies with the customer's project manager. We use provide Gantt Charts and other aides to assist in this task. Execution During implementation and execution, we perform daily audits and quality checks of the work in Ston Controk A 11555 Heron Bay Blvd,Suite 200,Corarings,FL 33076 Page 233 of 1406 T ® C City of Boynton Beach RFQ No.038-2821-19/TP STARCON® 6J Page 44 progress. The PM submits a complete work log to the senior staff for review and monitoring. If any alterations of modifications are required, they are handled in a timely manner with minimal work stoppage and wasted efforts. Coordination ALL activities requiring the customer's involvement are properly coordinated via the PM with the customer's PM (or assigned contact person). Certification A project is deemed completed only when it has successfully passed the System Acceptance Plan (SAT) —a script of tests and inspections to ensure and confirm deliverable completion. Documentation /Training Proper documentation is key for orderly records keeping, revision control, and reference. A complete set of records referencing all communications, plans, administrative, and technical endeavors is compiled and officially handed to Town of Palm Beach project manager. Process Flow Diagrams The two sample diagrams shown on the next page illustrate respectively all the tasks typically and generally involved in the system integration process, and a graphical work schedule—one of the tools used by Star Controls for project task/time management. �. } isl fit + 1 s stYt t, s {tl � )r s1}fs s Y 3 2J-:Yi Y+sS �ti r}7i f+ 4 M11, !r �'J hY fsj'- s 2,,;a' ,a.Y,, it�`dtsdt+S ssV (ti{is slip if �sll+ ' } 1 +sl 1i vtlf}! Ift r } _srJl t}t Itt+eft y77 fll�fl Slt 7 sl) f) irU S sl +1 c1 f fl'i t � T4s s� Y s Ys y is r, s I' ± hl ttl++{ {t}i Implementationtl' Engineeringt`r , fro i11 �} r i 'kt}rti ++ Project Documentation As built drawings I nstallation Books � �fS asst lf4l Installation and System Test Planning +,( ��r s}st}isr+li fs kr kt kt kt kt kt kt kt kt kt kt kt kt kt kt kt kt kt kt kt kt kt kt kt kt kt kt kt kt kt kt kt tsi System Design Implementation of System Customer Support To Contract Speci fi cations Star ControN A 11555 Heron Bay Blvd,Suite 200,Cora8 Springs,FL 33076 Page 234 of 1406 T ® C City of Boynton Beach RFQ No.038-2821-19/TP STARCON® 6J Page 45 Field and Application / Software Engineering Process Star Controls supplies appropriate engineering support during all phases of system design and installation, from needs analysis through implementation, to final system acceptance. Star Controls' engineers translate the customer's requirements into a customized system that meets the customer's needs, and is in accordance with the technical specifications requested. We select the best combination of products and services for the job and ensure functional and operational compatibility. The Application/Software Engineering team consists of a Lead Project Engineer who is responsible for the technical integrity of the entire network and for ensuring that the system, as designed and installed/optimized, meets the detailed functional requirements. The Lead Project Engineer possesses years of experience in system implementations. Application/Software/Field engineers are responsible for the configuration, performance, optimization and proof of performance of the overall system. Project/Field Engineers are also responsible for the detailed design, analysis, specification and performance of the electronic and electrical systems and software. ualit Quality control is perhaps arguably the most important factor for ensuring long lasting, reliable operation. Star Controls employs a stringent quality-control program. The quality control program includes a team design review, double inspection (Engineer and PM) of all installation and implementation items, a quality control checklist, Calibration /SAT results and reports, and much m Ston Controls A 11555 Heron Bay Blvd,Suite 200,CoraSprings,FL 00076 Page 235 of 1406 T C S City of Boynton Beach RFQ No.038-2821-19/TP STARCON1 Page 46 Document Name Version Review Date Status Remote Support Process 1.5 March 22, 2019 Revised & Published Star Controls Remote Support Service — Procedure and Method Background Star Controls provide annual or on-demand support. This document describes the procedure and method of our Remote Support Scheduled Support Service • Notice and Response Time - Minimum of one week notice • Example of service — improvements and non-urgent activities • Procedure o Send an email to Star Controls Support (support star-controls.com), or call (1- 954- 603-0493), and describe the scope of the support o Support Representative will return via email with the suggested time for the support. Once it's confirmed an invite will be sent to you and our team member that will provide the remote support. Unscheduled Support Service • Mainly urgent calls, with faults that impact on critical operations • Notice and Response Time —6 to 12 hours response time, depends on availability of resources and terms & Conditions of the contract/agreement in place. • Example — recovery from failure of major component in the system, or abnormal situation. • Procedure o Send an urgent email, with description of problem, to support@star-controls.com, and (optional) leave a message at 1-954-603-0493 (our support line) o The engineer on duty will support it, and if it's required, he/she will call in additional resources. The immediate fix can be temporary, and then the support can be switched to scheduled (non-urgent) Rates The rates for the support services are based on Star Controls' published rates, orbased on a contract/agreement. Ston Controk A 11555 Heron Bay Blvd,Suite 200,Corarings,FL 33076 Page 236 of 1406 T C S City of Boynton Beach RFQ No.038-2821-19/TP STARCON1 Page 47 Star Controls Support Method Star Controls offers a comprehensive portfolio of maintenance products and services that meet different needs and budgets. In addition, recognizing that each customer is unique, we tailor services and products to specific needs. Star Controls has the highest qualifies, experienced and certified professionals. In many cases the vendors refer customers to Star Controls, counting on our professionals to address the customer's use. Controls offers Maintenance plan that includes Tier 2 and Tier 3 Remote and On-Site support, as needed. Tiers and Escalation Process Star Controls Call service is based on a Three (3) Tiers model. Tier 1—identify that there is a problem, and first attempt to fix it will be through one of the following cases. • Customer staff will detect and report on failure event to Star Controls and open support ticket. • Star Controls' diagnostics will detect a failure or degradation of performance event. The problem can be fixed by remotely, either by the customer,with Star Controls instructions, or by Star Controls' support. If the problem is not solved than the ticket is escalated to Tier 2. • Tier 2 - Maintenance Experts of engineers and technicians that have been trained on SCADA system. Tier 2 team has all knowledge and resources to address most of problems in the SCADA system, including RTU/PLC, RF and SCADA software.The engineers of Tier 2 will have secured remote access to the customer's system. In the case that Tier 2 will not be able to resolve the problem it will escalate it to Tier 3. • Tier 3- Core Team Core Team of RTU/PLC, SCADA Software and RF experts.The team has many years of experience in designing, implementing and maintaining SCADA systems.Tier 3 may need to involve the vendors of the SCADA components in order to fix bug in the product. The support team may also suggest work around, in the event the bug is not fixed by the vendor. The engineers will be have secured remote access to the customer's system. This will reduce substantially Mean Time To Repair (MTTR), and increase System's Availability. Ston Controls A 11555 Heron Bay Blvd,Suite 200,Como prings,FL 00076 Page 237 of 1406 A D D E N D A CITY OF BOYNTON BEACH FLORIDA RFQ TITLE: SUPERVISORY CONTROL AND DATA ACQUISITION (SCADA) SYSTEM PROGRAMMING, PREVENTIVE MAINTENANCE AND REPAIR SERVICES PROPOSER: Star Controls, Inc. DATE SUBMITTED: 9/24/2019 We propose and agree, if this submittal is accepted, to contract with the City of Boynton Beach, in the Contract Form, to furnish all material, equipment, machinery, tools, apparatus, means of transportation, construction, coordination, labor and services necessary to complete/provide the work specified by the Contract documents. Having studied the documents prepared by: CITY OF BOYNTON BEACH ADDENDUM NO. DATE ADDENDUM No. DATE ® NO ADDENDUM WAS RECEIVED IN CONNECTION WITH THIS BID THIS PAGE MUST BE SUBMITTED ALONG WITH RESPONSE IN ORDER FOR PACKAGE TO BE CONSIDERED COMPLETE AND ACCEPTABLE Boynton Beach Utilities—SCADA System Programming,Maintenance&Repair 33 4 �. W � r au o ; ANTI-KICKBACK AFFIDAVIT STATE OF FLORIDA } ,SS COUNT,OF 1241 M BE14G 4 } Broward 1,the undersigned hereby duly sworn, depose and say that no portion of the sum herein submitted will be paid to any employees of the City of Boynton Beach as a commission, kickback, reward of gift, directly or indirectly by me or any member of my integrator or by an officer of the corporation. By: NAME - SIGNATURE Sworn and subscribed before me this `43 day of 5 e,2 7�q, y 2,019 Printed Information: Tzvi Magril NAME President TITLE NOTARY P -l , State of Florida at:Large Star Controls, Inc COMPANY TIKVA MAGR:877 i• Notary Public-Stateda s.. Commission=GG ',,x:• My Comm.Expires M22 ded through National Nssn. "OFFICIAL NOTARY SEAL" STAMP THIS PAGE MUST BE SUBMITTED ALONG WITH RESPONSE IN ORDER FOR PACKAGE TO BE CONSIDERED COMPLETE AND ACCEPTABLE Boynton Beach Utilities—SCADA System Programming,lblaintenance&Repair 34 Page 239 of 1406 iNt }� �9 NON COLLUSION AFFIDAVIT OF PROPOSER State of Florida Countyof Sr and 9 Tzvi Magril being first duly sworn, deposes and says that: t) He is President of Stain Controls,inc the proposer that (Title) (Name of Corporation or Integrator) has submitted the attached RFQ: 2) He is fully informed respecting the preparation and contents of the attached submittal and of all pertinent circumstances respecting such submittal; 3) Said RFQ is genuine and is not a collusive or sham RFQ; 4) Further, the said proposer nor any of its officers, partners, owners, agents, representatives, employees orparties in interest,irrcuding this a.€fianty has in any way colluded, conspired, connived or-agreed, directlyor indirectly with any other proposer, integratoror person to submit a cdllusive or sham RFQ in connection with the Contract for which the attached RFQ has been submitted or to refrain from bidding in connection with such Contract, or has in any manner, directly or indirectly, sought by agreement or collusion or communications or conference with any other proposer, integrator or person to fix the price or,prices in the attached RFQ or of any other proposer, or to fix any overhead, profit or cost element of the RFQ price or the RFQ price of any other proposer, or to secure through any collusion, conspiracy, connivance or unlawful agreement any advantage against the City of BoXnton,Beach or any person interested in the proposed Contract; and 5) The price or prices quoted in the attached bid are fair and proper and are not tainted by any colfusion, conspiracy, connivance or unlawful agreement on the part of the proposer or any of its agents, representatives, owners, employees, or parties in interest, including this affiant. (Signed) (Tile) fresident Subscribed and sworn to before me This day of 5,61P , 20 NotaryPublic "- h' TIKVA MAGRIL (Signature-) :/E� _ \etary Public-State of Florida Commission e GG 187878 Commission + _ M,v Comm,rXpires Mar 10,2022 My Com ission Expires: 80rded through\ational Notary Assn. THIS PAGE MUST BE SUBMITTED ALONG WITH RESPONSE IN ORDER FOR PACKAGE TO BE CONSIDERED COMPLETE AND ACCEPTABLE Boynton Beach Utilities—SCADA System Programming,Maintenance&Repair 35 Page 240 of 1406 CONFIRMATION OF MINORITY OWNED BUSINESS A requested form to be made a part of our files for future use and information. Please fill out and indicate in the appropriate spaces provided which category best describes your company. Return this form to make it an official part of with your RFQ responses. Is your company a Minority Owned Business? X Yes No If Yes, please indicate by an "X" in the appropriate box: ( ) AMERICAN INDIAN ( ) ASIAN ( ) BLACK ( ) HISPANIC ( ) WOMEN ( ) OTHER (specify) ( X) NOT APPLICABLE Do you possess a Certification qualifying your business as a Minority Owned Business? YES NO X If YES, Name the Organization from which this certification was obtained and date: Issuing Organization for Certification Date of Certification THIS PAGE MUST BE SUBMITTED ALONG WITH RESPONSE IN ORDER FOR PACKAGE TO BE CONSIDERED COMPLETE AND ACCEPTABLE Boynton Beach Utilities—SCADA System Programming,Maintenance&Repair 36 CERTIFICATION PURSUANT TO FLORIDA STATUTE § 287.135 Tzvi Magril on behalf of Star Controls, Inc. certify Print Name and Title Company Name that Star Controls, Inc. does not: Company Name 1. Participate in a boycott of Israel; and 2. Is not on the Scrutinized Companies that Boycott Israel List; and 3. Is not on the Scrutinized Companies with Activities in Sudan List; and 4. Is not on the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List; and 5. Has not engaged in business operations in Syria. Submitting a false certification shall be deemed a material breach of contract. The City shall provide notice, in writing, to the Contractor of the City's determination concerning the false certification. The Contractor shall have ninety (90) days following receipt of the notice to respond in writing and demonstrate that the determination of false certification was made in error. If the Contractor does not demonstrate that the City's determination of false certification was made in error then the City shall have the right to terminate the contract and seek civil remedies pursuant to Florida Statute § 287.135. Section 287.135, Florida Statutes, prohibits the City from: 1) Contracting with companies for goods or services in any amount if at the time of bidding on, submitting a proposal for, or entering into or renewing a contract if the company is on the Scrutinized Companies that Boycott Israel List, created pursuant to Section 215.4725, F.S. or is engaged in a boycott of Israel; and 2) Contracting with companies, for goods or services in any amount that are on either the Scrutinized Companies with activities in the Iran Petroleum Energy Sector list, created pursuant to s. 215.473, or are engaged in business operations in Syria. THIS PAGE MUST BE SUBMITTED ALONG WITH RESPONSE IN ORDER FOR PACKAGE TO BE CONSIDERED COMPLETE AND ACCEPTABLE Boynton Beach Utilities—SCADA System Programming,Maintenance&Repair 37 As the person authorized to sign on behalf of the Contractor, I hereby certify that the company identified above in the section entitled "Contractor Name" does not participate in any boycott of Israel, is not listed on the Scrutinized Companies that Boycott Israel List, is not listed on either the Scrutinized Companies with activities in the Iran Petroleum Energy Sector List, and is not engaged in business operations in Syria. I understand that pursuant to section 287.135, Florida Statutes, the submission of a false certification may subject the company to civil penalties, attorney's fees, and/or costs. I further understand that any contract with the City for goods or services may be terminated at the option of the City if the company is found to have submitted a false certification or has been placed on the Scrutinized Companies with Activities in Sudan list or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List. Star Controls, Inc. COMPANY NAME SIGNATURE Tzvi Magril President PRINT NAME TITLE THIS PAGE MUST BE SUBMITTED ALONG WITH RESPONSE IN ORDER FOR PACKAGE TO BE CONSIDERED COMPLETE AND ACCEPTABLE Boynton Beach Utilities—SCADA System Programming,Maintenance&Repair 38 CONFIRMATION OF DRUG-FREE WORKPLACE IDENTICAL TIE SUBMITTALS Preference shall be given to businesses with drug-free workplace programs. Whenever two or more submittals which are equal with respect to price, quality, and service are received by the City of Boynton Beach or by any political subdivision for the procurement of commodities or contractual services, a submittal received from a business that certifies that it has implemented a drug-free workplace program shall be given preference in the award process. Established procedures for processing tie submittals will be followed if none of the tied vendors have a drug-free workplace program. In order to have a drug-free workplace program, a business shall: Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the workplace and specifying the actions that will be taken against employees for violations of such prohibition. Inform employees about the dangers of drug abuse in the workplace, the business's policy of maintaining a drug-free workplace, any available drug counseling, rehabilitation, and employee assistance programs, and the penalties that may be imposed upon employees for drug abuse violations. Give each employee engaged in providing the commodities or contractual services that are under submittal a copy of the statement specified in subsection (1). In the statement specified in subsection (1), notify the employee that, as a condition of working on the commodities or contractual services that are under submittal, the employee will abide by the terms of the statement and will notify the employer of any conviction of, or- plea of guilty or nolo contendere to, any violation of Chapter 893 or of any controlled substance law of the United States or any state, for a violation occurring in the workplace no later than 5 days after such conviction. Impose a sanction on, or require the satisfactory participation in a drug abuse assistance or rehabilitation program if such is available in the employee's community by, any employee who is so convicted. Make a good faith effort to continue to maintain a drug-free workplace through implementation of this section. As the person authorized to sign the statement, I certify that this firm complies fully with the above requirements. Vendor's Signature: THIS PAGE MUST BE SUBMITTED ALONG WITH RESPONSE IN ORDER FOR PACKAGE TO BE CONSIDERED COMPLETE AND ACCEPTABLE Boynton Beach Utilities—SCADA System Programming,Maintenance&Repair 39 PALM BEACH COUNTY INSPECTOR GENERAL ACKNOWLEDGMENT RFQ NO.: 038-2821-19/TP SUPERVISORY CONTROL AND DATA ACQUISITION (SCADA) SYSTEM PROGRAMMING, PREVENTIVE MAINTENANCE AND REPAIR SERVICES The Consultant is aware that the Inspector General of Palm Beach County has the authority to investigate and audit matters relating to the negotiation and performance of this Consultant Agreement, and in furtherance thereof may demand and obtain records and testimony from the Consultant and its subcontractors and lower tier subcontractors. The Consultant understands and agrees that in addition to all other remedies and consequences provided by law, the failure of the Consultant or its subcontractors or lower tier subcontractors to fully cooperate with the Inspector General when requested may be deemed by the municipality to be a material breach of this contract justifying its termination. Star Controls, Inc. FIRM NAME By Tzvi Magril Title: President Date: 9/22/2019 THIS PAGE MUST BE SUBMITTED ALONG WITH RESPONSE IN ORDER FOR PACKAGE TO BE CONSIDERED COMPLETE AND ACCEPTABLE Boynton Beach Utilities—SCADA System Programming,Maintenance&Repair 41 CITY OF BOYNTON BEACH LOCAL BUSINESS STATUS CERTIFICATION Tzvi Magril the President of (Name of officer of company) (Title of officer of company) 11555 Heron Bay Blvd, Suite 200 Star Controls, Inc. located at Coral Springs, FL 33076 (Name of Corporation/Company) (Business Address) Certify that I am an authorized representative of the business and, on behalf of the Business, request that it be deemed to be a local business for purposes of the City of Boynton Beach Local Preference Program. Answering yes to Question 1 and Question 2 below will qualify the business as a local business. In support of this request, I certify the following to be true and correct: NAME OF BUSINESS: Star Controls, Inc. 1. Is the business located within the City limits of YES N Number of Boynton Beach, Florida? Years: 2. Does the business have a business tax receipt EA NO Business issued in the current year? NJ License Number: 16-8013487702-1 3. Is the business registered with the Florida E NO Division of Corporations? I understand that misrepresentation of any facts in connection with this request may be cause for removal from the certified local business list. I also agree that the business is required to notify the City in writing should it cease to qualify as a local business. Print Name: Tzvi Magril Signature: ***FOR PURCHASING USE ONLY*** Business License Year Active: Established: Verified by: Date: THIS PAGE MUST BE SUBMITTED ALONG WITH RESPONSE IN ORDER FOR PACKAGE TO BE CONSIDERED COMPLETE AND ACCEPTABLE Boynton Beach Utilities—SCADA System Maintenance&Repair 42 page 246 -6 4 JA DR-13 2019 Florida Annual Resale Certificate for Sales Tax R. 10/18 ka- This Certificate Expires on December 31, 2019 FLORIDA Business Name and Location Address Certificate Number 16-8013487702-1 STAR CONTROLS INC 11555 HERON BAY BLVD STE 200 CORAL SPRINGS, FL 33076-3362 By extending this certificate or the certificate number to a selling dealer to make eligible purchases of taxable property or services exempt from sales tax and discretionary sales surtax, the person or business named above certifies that the taxable property or services purchased or rented will be resold or re-rented for one or more of the following purposes: • Resale as tangible personal property. • Re-rental as tangible personal property. • Resale of services. • Re-rental as commercial real property. • Incorporation into tangible personal property being repaired. • Re-rental as transient rental property. • Incorporation as a material, ingredient, or component part of tangible personal property that is being produced for sale by manufacturing, compounding, or processing. Your Florida Annual Resale Certificate for Sales Tax(Annual Resale Certificate) allows you or your representatives to buy or rent property or services tax exempt when the property or service is resold or re-rented. You may not use your Annual Resale Certificate to make tax-exempt purchases or rentals of property or services that will be used by your business or for personal purposes. Florida law provides for criminal and civil penalties for fraudulent use of an Annual Resale Certificate. As a seller, you must document each tax-exempt sale for resale using one of three methods. You can use a different method each time you make a tax-exempt sale for resale. 1. Obtain a copy (paper or electronic) of your customer's current Annual Resale Certificate. 2. For each sale, obtain a transaction authorization number using your customer's Annual Resale Certificate number. 3. Each calendar year, obtain annual vendor authorization numbers for your regular customers using their Annual Resale Certificate numbers. Online: Visit floridarevenue.com/taxes/certificates Phone: 877-357-3725 and enter your customer's Annual Resale Certificate number Mobile App: Available for iPhone, iPad, Android devices, and Windows phones. Page 247 of 1406 State of Florida Department of State I certify from the records of this office that STAR CONTROLS, INC. is a Delaware corporation authorized to transact business in the State of Florida, qualified on January 24, 2005. The document number of this corporation is F05000000398. I further certify that said corporation has paid all fees due this office through December 31, 2019, that its most recent annual report/uniform business report was filed on February 8, 2019, and that its status is active. I further certify that said corporation has not filed a Certificate of Withdrawal. Given under my hand and the Great Seal of the State of Florida at Tallahassee, the Capital, this the Eighth day of February, 2019 Secretary f State Tracking Number: 8925585751CC To authenticate this certificate,visit the following site,enter this number,and then follow the instructions displayed. https://services.sunbiz.org/Filings/CertificateOfStatus/CertificateAuthentication Page 24d of 1406 BROWARD COUNTY LOCAL BUSINESS TAX RECEIPT 115 S. Andrews Ave., Rm. A-100, Ft. Lauderdale, FL 33301-1895 —954-831-4000 VALID OCTOBER 1,2019 THROUGH SEPTEMBER 30,2020 DBA: Receipt#:Bull ESS/FINANCIAL/CONSULTANT 204 ype: Business Name: STAR CONTROLS INC Business T (CONSULTING/SOFTWARE) Owner Name:TIKVA MAGRIL Business Opened:03/29/2005 Business Location: 11555 HERON BAY BLVD STE 200 State/County/Cert/Reg: CORAL SPRINGS Exemption Code: Business Phone: Rooms Seats Employees Machines Professionals 2 For Vending Business Only Number of Machines: Vending Type: Tax Amount Transfer Fee NSF Fee Penalty Prior Years Collection Cost Total Paid 33.00 0.00 0.00 0.00 0.00 0.00 33.00 THIS RECEIPT MUST BE POSTED CONSPICUOUSLY IN YOUR PLACE OF BUSINESS THIS BECOMES A TAX RECEIPT This tax is levied for the privilege of doing business within Broward County and is non-regulatory in nature. You must meet all County and/or Municipality planning WHEN VALIDATED and zoning requirements. This Business Tax Receipt must be transferred when the business is sold, business name has changed or you have moved the business location. This receipt does not indicate that the business is legal or that it is in compliance with State or local laws and regulations. Mailing Address: STAR CONTROLS INC Receipt #WWW-18-00176687 11555 HERON BAY BLVD STE 200 Paid 07/02/2019 33.00 CORAL SPRINGS, FL 33076 2019 - 2020 BROWARD COUNTY LOCAL BUSINESS TAX RECEIPT 115 S. Andrews Ave., Rm. A-100, Ft. Lauderdale, FL 33301-1895 —954-831-4000 VALID OCTOBER 1, 2019 THROUGH SEPTEMBER 30, 2020 DBA: STAR CONTROLS INC Receipt#: 327-10204 Business Name: Business Type:BUSINESS/FINANCIAL/CONSULTANT (CONSULTING/SOFTWARE) Owner Name: TIKVA MAGRIL Business Opened:03/29/2005 Business Location: 11555 HERON BAY BLVD STE 200 State/County/Cert/Reg: CORAL SPRINGS Exemption Code: Business Phone: Rooms Seats Employees Machines Professionals 2 Signature For Vending Business Only Number of Machines: Vending Type: Tax Amount Transfer Fee I NSF Fee Penalty Prior Years I Collection Cost Total Paid 33.00 0.001 0.001 0.001 0.001 0.00 33.00 Receipt #WWW-18-00176687 Paid 07/02/2019 33.Page 249 of 1406 Dev A Business Tax Services D partmerrt C00" w"'Jj"��L P �e�SineSs Tax Office rx S9500 West Sample Read,Coral Springs,FL 33065 BUSINESS TAX OFFICE -- Mon-Thurs:7:3OAm Spm,Fri:7:34AM-2:34Pm fw .CorolSprings.orglbusinesstox Phone:954-344-5964 LOCAL BUSINESS TAX RECEIPT STAR CONTROLS, INC. 11555 HERON BAY BLVD #200 CORAL SPRINGS FL 33076 License#: BT63597 Expiration Date: September 30, 2020 Amount: $145.85 Payment Date August 7,2019 Type of Business: BUSINESS TAX RECEIPT Business Location: 11555 HERON BAY BLVD STE 200 *POST THIS BUSINESS TAX RECEIPT IN A CONSPICUOUS PLACE* ALL WINDOW SIGNS SHALL COMPLY WITH LAND DEVELOPMENT CODE CHAPTER 18 CONDITIONS (if no conditions exist,then TYPE OF BUSINESS is only condition) DATE ADDED REQUIRED SATISFY DATE TYPE STATUS DEPARTMENT DATE NOTES: Page 250 of 1406 « @ '§ § > W @ @ Z C � § 2 CU C o m 2 oLU f z fk § 0 20 - « � � ■ 4cu 7 � §% L 3 @ cn cn z S § LU W k � k � � � 'o § U 0 E a C ow D / � � cu o � 2 - C) E" CU ■ 2 0 d @ 22 � oR zCL < m t7 : 2 -- OL�a w �_ ■ q @ / CO L) D 2 0 t § � k /2 00 u @ g @ a 2 CU § 3 � « m CL % § u ) / LU ® _ � � � 0 2 E Lu z 4-- E L � < CO 04 E� CU ° � 0 0 ? � m W on -q- o / E 0 - \\c Cl) @ > E q a � .- �- � � o Cl) 20-2 � 3 ¥ � � ` O « LL @ \ 0 0U \ Lw 2 U 2 ® E & CU E k Cl) w q § k u@ § 2 2 2f � ■ cn / � m � E e U LU 2 f 0 % f 2 � .\ 2 % § m .E m0P4 � ® � � �� R ® 2 m o - � CY mak@ / ° CO $ ) U E 2 @ C: « / « E R S £ 0 LU ) � § k a ( \ « = $ E 2 £ @_ § D 2 % E cn E §w LL 2 � c / � c - � m �cc / $ k 2 o w ) / O k@ / $ oFoE \ @ 0 - 2 / /¥ \ u Z 2 ® 3 $_ O ° , U \ ƒ ƒ f « 0 � .E � % _ e / � � 0 cn � � � � - \ L- o ■ ƒ E k E2@ § 2 6 $ � 2 / m_ o @ @ m E / E @ § > cn £ % 2 \ I .� � ® ° § E ® � .� k � / / 3 } / 0 222k ƒ \ £ 2 / k § 7 F- O § E t: SOUTH FLORIDA WATER MANAGEMENT DISTRICT REGISTERED VENDOR NO.: 108946 January 7, 2019 Mr. Tzvi Magril, President Star Controls, Inc. CERTIF#CATION EMnRATWN DATE 11555 Heron Bay Blvd, #200 Jamsary 7,2022 Coral Springs, FL 33076 Dear Mr. Magril: Congratulations, the South Florida Water Management District (District) has recertified your firm as a Small Business Enterprise (SBE). This certification is valid for three (3) years and may only be applied when business is conducted in the following area(s): SCADA,Telecommunications&Water Management Consulting Services Your submittal of bids or proposals to supply other products or services outside of the specialty area(s)noted above will not count toward SBE participation. If you require certification in other specialty areas,please contact the Procurement Bureau,SBE Section,for additional information. Renewal is required every three (3) years and should be requested a minimum of 45 days prior to the above expiration date. If any changes occur within your company during the certification period such as ownership, affiliate company status, address, telephone number, licensing status, gross revenue, or any information that relates to your SBE Certification status, you must notify this office in writing immediately. It is imperative that we maintain current information on your company at all times. FAILURE TO REPORT CHANGES MAY RESULT IN DECERTIFICATION. Certification is not a guarantee that your firm will receive work, nor an assurance that your firm will remain in the District's vendor database. We look forward to a mutually beneficial working relationship. Sincerely, Jon f`-ynn Fox Sr.``ontract Compliance Specialist Procurement Bureau JLF/se 3301 Gun Club Road,West Palm Beach,Florida 33406 (561)686-8800 1-800-432-2045 Mailing Address: P.O.Box 24680,West Palm Beach,FL 33416-4680 • www.sfwmd.gov Page 252 of 1406 0 MCM%MOLA Fixed Data Systems Date: February 3rd, 2016 To: Whom it may concern Subject: Value Added Reseller Channel This memo is to confirm the current status of Star Controls as a valued member of our VAR (Value-Added Reseller) program for our Motorola Solutions Fixed Data Products including Motorola's current ACE3600 product line and previously available MOSCAD and MOSCAD- L product lines. Star Controls is an authorized Value Added Reseller in the State of Florida. We appreciate Star Controls as a valued asset to Motorola Solutions and look forward to continuing our relationship for many more years into the future. If you have any questions please contact me directly at 312-614-4553. Respectfully submitted, acv Kreg Christoff Vice President and Director inW,figence a everywhere... Page 253 of 1406 T ® City of Boynton Beach RFQ No.038-2821-19/TP STARCON® 6 Page 58 iaio-ewaa �tM1:k4a'39m'�WP9l t✓, pv�w�-�n.� �: !� a P 5aA&'Ca��'4m PAba, eab VTSCada a e S� tlt Software for Monitoring &Control I f . Advanced ,f Star Controls 4 Febmaty 2, 2017 .■ 3 0■�r `$ Years Trihedral Pu�rick(Tooke-Oia cseor at lkarkecing 419S6-2016 i4��a#yll e� �'/JJFIY6de¢690f1iV�. Lf(did'��d§',*�AS$f f\� �/�Ab�€��m.�'�&s9 Vii'.= �.I r6U�. ....9$pfik4�� FldF6bmfl A�.i 0i0\\`.'..117+p4®d.B&rYY14h\ a�i4it x_i�YY Ston Controls A 11555 Heron Bay Blvd,Suite 200,CoraSprings,FL 33076 Page 254 of 1406 DATE(MWDD/YYYY) AC"R" CERTIFICATE OF LIABILITY INSURANCE 09/20/2019 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND,EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S),AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT Maryanne O'Brien NAME: Vermost&Associates,LLCCONN. Ext): (727)748-2886 a/c,No): (727)577-4991 1200 Belcher Rd S E-MAIL mobrien@vermost.com ADDRESS: Suite 1 INSURER(S)AFFORDING COVERAGE NAIC# Largo FL 33771 INSURERA: Hartford Fire Insurance Company 19682 INSURED INSURER B: Ace American Insurance Company 22667 Star Controls Inc. INSURER C: 11555 Heron Bay Blvd Ste 200 INSURER D: INSURER E: Coral Springs FL 33076-3362 INSURER F: COVERAGES CERTIFICATE NUMBER: Master REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACTOR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAYBE ISSUED OR MAY PERTAIN,THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCEAUULbUbK POLICY EFF POLICY EXP LTR INSD WVD POLICY NUMBER MWDD/YYYY MWDD/YYYY LIMITS X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 2,000,000 CLAIMS-MADE FX OCCUR PREM SDAMAGES Ea oNcurDrence $ 300,000 X Includes Hired Non-Owned Auto MED EXP(Any one person) $ 10,000 A X Includes Cyber Liability Y 84SBMBW6797 03/25/2019 03/25/2020 PERSONAL&ADV INJURY $ 2,000,000 GEN'LAGGREGATE LIMITAPPLIES PER: GENERAL AGGREGATE $ 4,000,000 X POLICY ❑ PRO ❑ LOC PRODUCTS-COMP/OP AGG $ 4'000'000 PJECT OTHER: $ AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT $ Ea accident ANYAUTO BODILY INJURY(Per person) $ OWNED SCHEDULED BODILY INJURY(Per accide nt) $ AUTOS ONLY AUTOS HIRED NON-OWNED PROPERTY DAMAGE $ AUTOS ONLY AUTOS ONLY Per accident X UMBRELLA LIAB X OCCUR EACH OCCURRENCE $ 2,000,000 EXCESS LIAB CLAIMS-MADE 84SBMBW6797 03/25/2019 03/25/2020 AGGREGATE $ 2,000,000 DED I X1 RETENTION $ 10,000 $ WORKERS COMPENSATION A STER ATUTE EORH AND EMPLOYERS'LIABILITY Y/N 1'000'000 ANY PROPRIETOR/PARTNER/EXECUTIVE E.L.EACH ACCIDENT $ P` OFFICER/MEMBER EXCLUDED? N/A 84WECBY9866 06/26/2019 06/26/2020 (Mandatory in NH) E.L.DISEASE-EA EMPLOYEE $ 1,000,000 If yes,describe under 1,000,000 DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ Professional Liability-E&O B 625922931009 08/29/2019 08/29/2020 Limit of Liability $2,000,000 DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES (ACORD 101,Additional Remarks Schedule,may be attached if more space is required) City of Boynton Beach listed as additional insured. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF,NOTICE WILL BE DELIVERED IN City of Boynton Beach ACCORDANCE WITH THE POLICY PROVISIONS. 3301 Quantum Boulvard AUTHORIZED REPRESENTATIVE Suite 101 f Boynton Beach FL 33426 ✓ �' pnt k e.. Ql/" @ 1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25(2016/03) The ACORD name and logo are registered marks of ACORD Page 255 of 1406 z Y c N Z Q K O O Q X o r N N Ni Z z0 h LU O LL O O O O O O m U Q O O O O O O Q LU J (1) W r Qz 0 0 O 0 0 0 IL O 0 0 0 0 0 o Q o Q ai v ori v O z LO z N a �+ LU }�{� Z V Z o LU O'� F- Z u Q Q N p a r o 0 0 0 0 0 � QN Q v o o o > z O Q = z z O— Z O �O LU Z W Y w Z IL < U O C9 J N Q O O O O O O Z W Q O O O O O O O Z 0. •�- a 0 F Z y m F- w 2 w U N LU w O + N M I-- t= o o 0 0 O o 2 Z a Z QO a 600 moo U o NLL Z Z a 0 O O F U Y F= Q O O C=3 > a w LL F W H W N J � Q W � WH Z Z O w o U N U. 0 0 0 0 0 0 O U� Q oio o ��co LU O a � � � m y y o 0 Q Q M O LL > > w � J J > > C U LU w a o c U J Z J m Z J J 7 a N a t0 V O 0 J W J J N E C Q 0 Q F O U LU U 4'N O Z a'N OF U) Lu 0 Y =QOjQ0 3 its fid' 6.D. Consent Agenda 1/21/2020 City of Boynton Beach Agenda Item Request Form Commission Meeting Date: 1/21/2020 Requested Action by Commission: Proposed Resolution No. R20-007- Approve the Boynton Beach City Library Fine Free Policy. Explanation of Request: The Boynton Beach City Library Advisory Board recommends the implementation of a fine free policy to remove barriers and provide open access to library resources. John Welter, former Chair of the Library Advisory Board, addressed the Commission in October 2019 about the advisory board recommendation that the library implement a fine free policy. Boynton Beach City Library already offers some fine forgiveness by allowing children to read off their fines, giving a first time courtesy fine removal, and having a food for fines drive in November. Miami-Dade County Public Library System, Palm Beach County Library System, and many libraries across the country are implementing fine free policies to provide free and equitable access. Libraries have implemented a fine free policy to create equitable service, improve customer relations, and encourage patrons to return library materials. Equitable library service should be accessible to all regardless of race, culture and income. Fines are punitive and disproportionately impact community members with limited economical means. Customer relations improve after removing the stressful process of collecting and enforcing fines. Patrons have a fresh start with the library. Patrons are encouraged to return to library materials without fear of financial consequences. Fine collection is a barrier to community goodwill. How will this affect city programs or services? The fine free policy only pertains to eliminating late fines, with the exception of late fines with laptop computers. All previous unpaid late fines will be forgiven. The Boynton Beach City Library will continue to charge replacement costs for lost and damaged materials. A fine free Boynton Beach City Library will provide a more welcoming, open and barrier free service for the community. Fiscal Impact: Non-budgeted Last year the amount collected for fines was under $17,000. Alternatives: Do not approve. Strategic Plan: Strategic Plan Application: Climate Action: No Climate Action Discussion: Page 257 of 1406 Is this a grant? No Grant Amount: ATTACHMENTS: Type Description D Addendum Library Fine Free Policy ® Reso D Attachment Boynton each City Library Fine Free Policy Page 258 of 1406 I RESOLUTION NO. R20-007 2 A RESOLUTION OF THE CITY OF BOYNTON 3 BEACH, FLORIDA, APPROVING AND ADOPTING 4 THE BOYNTON BEACH CITY LIBRARY FINE 5 FREE POLICY; AND PROVIDING FOR AN 6 EFFECTIVE DATE. 7 8 WHEREAS, the Boynton Beach City Library Advisory Board recommends the 9 implementation of a fine free policy to remove barriers and provide open access to library 10 resources; and 11 WHEREAS, Libraries have implemented a fine free policy to create equitable service, 12 improve customer relations and encourage patrons to return library materials; and 13 WHEREAS, the fine free policy only pertains to eliminating late fines, with the 14 exception of late fines with laptop computers and replacement costs for lost and damaged 15 materials will continue to be charged; and 16 WHEREAS, the City Commission of the City of Boynton Beach deems it to be in the 17 best interest of the Citizens and residents of the City of Boynton Beach to approving the 18 Boynton Beach Coty Library Fine Free Policy. 19 NOW THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF 20 THE CITY OF BOYNTON BEACH, FLORIDA, THAT: 21 Section 1. The foregoing "Whereas" clauses are hereby ratified and confirmed as 22 being true and correct and are hereby made a specific part of this Resolution upon adoption. 23 Section 2. The City Commission approves the adopts the Boynton Beach City Library 24 Fine Free Policy, a copy of which is attached hereto as "Exhibit "A" and incorporated herein 25 by reference. 26 Section 3. That this Resolution shall become effective immediately. 27 1 S:\CA\RESO\Library Fine Free Policy-Reso.Docx Page 259 of 1406 28 PASSED AND ADOPTED this day of , 2020. 29 30 CITY OF BOYNTON BEACH, FLORIDA 31 32 YES NO 33 34 Mayor— Steven B. Grant 35 36 Vice Mayor—Justin Katz 37 38 Commissioner—Mack McCray 39 40 Commissioner—Christina L. Romelus 41 42 Commissioner—Ty Penserga 43 44 VOTE 45 ATTEST: 46 47 48 49 50 Crystal Gibson, MMC 51 City Clerk 52 53 54 55 (Corporate Seal) 2 S:\CA\RESO\Library Fine Free Policy-Reso.Docx Page 260 of 1406 Boynton Beach City Library Fine Free Policy Boynton Beach City library provides open access to information and materials. The library no longer charges late fines on overdue materials. The library expects borrowers to return items by the due date. Replacement fee charges for items not returned within a seven-day grace period of the final due date; will be billed to the library account. Items returned after the grace period will have the charge waived. Automatic renewals will extend the loan periods of items still checked out up to the maximum renewals allowed, providing that the materials do not have a current hold request from other library users. Books, Audiobooks, Cameras and Mobile Hotspots have a twenty-one day loan period, with a maximum of three renewals. DVD/Blu-Ray, MusicCDs, and Magazines have fourteen-day loan period, with a maximum of two renewals. Laptops will check out for a daily maximum of three hours. Late fees will be charged, of$5.00 for every half-hour overdue. If the laptop is not returned to the kiosk 15 minutes before closing, the library will charge the patron account for the full replacement cost of $800.00. Law enforcement will be notified that the laptop has been stolen and the patron could result in criminal/or civil penalties. Lost or damaged materials are charged for the replacement cost. The library will continue to charge $2.00 fees for library card replacements. Library accounts with charges over $25.00 dollars are suspended until paid, and library card privileges will be blocked. Users with a blocked library card will still be able to use library computers, browse materials, and attend library events. Blocked library cards will prevent users from borrowing print/electronic materials and using online resources. Library accounts with unpaid charges over $25.00 will be sent to a collection agency after 60 days. An administrative fee of$10.00 is added to accounts sent to collection. Library reminder notices of overdue items are a courtesy. Patrons can set up messaging for emails or text notifications at the Customer Relations Desk. Page 261 of 1406 6.E. Consent Agenda 1/21/2020 City of Boynton Beach Agenda Item Request Form Commission Meeting Date: 1/21/2020 Requested Action by Commission: Authorize the Finance Department to reduce the Allowance for Uncollectible Accounts and the Accounts Receivable Accounts by $622,879.91. This amount reflects unpaid ALS Transportation billings that have been in collections for 12 months or longer. Explanation of Request: Per Florida Statutes Title VI 11 95.11, the City has four (4) years to collect an outstanding debt. It has been determined that these accounts are unlikely to be collected at this point and the appropriate action is to write them off completely. Attempts by the City and its Collection Agency to collect these past due amounts have been exhausted since a majority of the accounts are from uninsured patients. The $622,879.91 represents approximately 1,240 medical incident transports from 2015. The collection agency also reports unpaid balances to the three (3) major credit bureaus. The $622,879.91 represents 25.78% of the $2,416,273.52 ALS transport fees collected for that year. This amount/percentage is consistent with previous write-offs. The City establishes an amount for the allowance for uncollectible accounts annually based on overall outstanding receivables. By doing this, the requested write off approval will have no impact on the City's financial statements. It is prudent to review, at least annually, the collectability of accounts that have been sent to the collection agency to determine the benefit of having the collection agency continue to attempt to collect the older accounts. Attached is a schedule of amounts per transportation. How will this affect city programs or services? None Fiscal Impact: Non-budgeted Non-budgeted. None, since this amount has already been accounted for in the Allowance for Uncollectible Accounts on the financial statements. Alternatives: Continue to carry the unpaid accounts in the Accounts Receivable Accounts and the Allowance for Uncollectible Accounts. Strategic Plan: Strategic Plan Application: Climate Action: No Climate Action Discussion: Page 262 of 1406 Is this a grant? No Grant Amount: ATTACHMENTS: Type Description D Attachment AdvanceClaim Balance Report Page 263 of 1406 G) 0 00 O O 00 V O O Mo 0 0 00 O O O O O 0 0 0 0 0 0 0 0 0 O O O O O 00 O O 0 V Cfl 00 O O O Cfl 00 Cfl O O N 0 0 00 0 O 00 O O 0 0 0 0 0 00 00 0 0 Cfl O O r O O O O O N N O (M I-� O 0 W N 0 0 0 0 O N O O 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 CO 69, 691 LO N 691 V CO CO Ef3 M N N E91 E91 E91 LO 691 M 691 691 691 691 O 691 691 691 691 691 69 69 69 CO 69 69 (T H) CO 691 R Cfl Cfl Cfl Cfl M Cfl 691 Cfl Cfl 69 Cfl E9 1- 69 69 69 69 69 691 691 691 691 691 691 691 691 'N Z V! 0....0 0 0 0 0 0 0 O 0 00 0 0 0 0 0 O O O O 0 0 0 0 0 0 0 0 0, 0 0 0 0 0 0 O O 0 'o 0 0 0 0 0 0 0 0 O 0 00 0 0 0 0 0 O O O O O O O O O O O O O O O O O O O O O O '.O 0 0 0 0 0 0 0 O 0 0 0 0 0 0 0 0 O O O O O O O O O O O O O O O O O O O O O O w,: ':Ef3 ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER N 'N Z w0....0 0 0 0 0 0 0 O O O O O O O O O O O O O 0 0 0 0 0 O O O 0 0 0 0 0 0 0 O O 0 C 0 0 0 0 0 0 0 0 O 0 0 0 0 0 0 0 0 O O O O O O O O O O O O O O O O O O O O O O N ':0 0 0 0 0 0 0 0 O 0 0 0 0 0 0 0 0 O O O O O O O O O O O O O O O O O O O O O O '... � '.ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER Q 7 O V N 'N Z U) 0.... - O O O N O O O Cfl M 0 0 0 00 0 I- 0 O V O O I- N 00 O O V r...O Lo O V O 0 N O 0 Q O 00 V O O V O O O O M 0 0 0 0 0 CD. 00 N 00 O 00 0 - 0 00 O O N N O Cfl O V V - Cfl V O N O O V 0 0 0 0 0 O N M 0 0 0 0 0 00 O O 0 0 (M 00 Ln O O N O O V O V 00 O N O O ELT LO V H) 69 LO E91 E91 E91 V N 69 69 69 LO 0) N M M LO 0) CO 69 V I- V E9, 0) M N H) LO E9, I- V 0) CO O 69 V V N V M M V V Lo V V M V V V M V V 0 M M N 4-- U) V! 0....Cfl O O O 00 O Cfl O V V 0 0 0 N 0 M 0 (D O 0 O M 00 N O O Cfl M O LO O Cfl O N 00 O 0 O LO. N O O r O 0 O N 0 0 0 M -. O LO 00 LO Cfl LO 0 0 0 LO Cfl 00 O O V 0 0 LO O I- M O 00 N 10 I- O O M 0 0 O Cfl M O O r M V LO M Ni M N Cfl Cfl W Ni Cfl 00 0 O Ni O I-� O O M O V E 6' 0 00 6' 6' 69 0 ` O 6' 00 0 6' 6' M I- V O 00 6' 0 N O '(10- 00 O 00 r M 0 0 69 O 69 00 V M M N M N V N V N N MCfl M V M M N N N M a ',.y ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER 7 Q 'N Z N -. 0 � 0OOO000O O O O0OOOO0 ' 0 ' 0O0 � 000OO � 00O � 0O � 0 N 00 N N 00 N N N 00 J Cfl V M LN N LO V N Cfl N LO N N M N Ni r N N V M r V N 000 OM Cfl N (D 0 V Cfl ONO � O V 0 V L Cfl Cfl Cfl Cfl Cfl Cfl Cfl Cfl Cfl Cfl Cfl Cfl Cfl Cfl Cfl Cfl Cfl Cfl Cfl (D M 0 0 0 0 0 0 0 M 0 0 0 0 0 0 r 0 0 0 QV Ef3 ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER Z LU C� G Q J U R z 'R 0 Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo a la a w, 0 - L E 7 Z N V V 00 M O N V 00 I— 00 I— M V 00 N Cfl Cfl 0 LO M Cfl N 0 r r LO LO 00 Cfl V N I— CO O M N N O NM M M N V V V LO Cfl Ln V Cfl r LO V I— V LO Cfl 0 � 00 0 0 0 0 00 00 0 0 N 1 0 0 0 0 0 0 0 0 O O O N O O O O O O O O O O O O O O O O O O O O O 'a 0 0 0 0 0 0 0 0 O 0 0 0 0 0 0 0 0 O O O O O O O O O O O O O O O O O O O O O O '0 0 0 0 0 0 0 0 O 0 0 0 0 0 0 0 0 O O O O O O O O O O O O O O O O O O O O O O i C iu LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO V LO LO LO LO LO LO LO LO LO LO LO LO LO L E 7 Z E _ Ln N N r O '('D- O Co 00 M M Il— Ln Cfl 00 Ln r N Co- V M O V O O 'C'D- Ln O 00 M CO 0 r O N M M M r r M r M M M M 0 V I� M M M M O r M r N N r M 0 00 00 00 00 00 00 00 I� 00 I� M Q :N N N N N N N N N N N M O N N N N N N N N N N N N N N N N N N N N N N V N N N U W 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 O O O O O O O O O O O O O O O O O O O O O O m Z 0 z r 0 ' m LL O ', H U ' G) O 0 00 0 0 00 0 O 0 0 0 0 0 00 O O 00 0 0 00 O 00 O O O O O 00 O O O O 0 0 V O 0 00 0 0 00 0 O O O O O O 00 O O 00 O O 00 O V O O O O O 00 O N O O (D O O O O Cfl (M 0 0 0 0 O 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 00 V O O O O O O O O r� 0 0 0 O R'.. H) 643 64, V N 643 643 E43 E43 66 66 66 66 66 69 6f 69, - 691 6c3 6c3 O 6c3 6c3 6c3 V 00 LO 691 691 691 Ef3 E91 E91 69 V 69 69 LO 691 m M69 � E3 MMM • Z,1 V! O 0 0 0 0 0 0 0 0 O O O O O 0, 0 0 0 0 0 0 0 0 0 O O O O O O O O O O O O O O 00 'a O 0 0 0 0 0 0 0 0 O O O O O O O O O O O O O O O O O O O O O O 0 0 0 0 0 0 0 00 O 0 0 0 0 0 0 0 0 O O O O O O O O O O O O O O O O O O O O O O 0 0 0 0 0 0 0 0 0 H) 6c3 6c3 6c3 6c3 6c3 6c3 6c3 6c3 6c3 6c3 Ef> Ef> Ef> Ef> Ef> Ef> Ef> 6c3 6c3 6c3 6c3 6c3 6c3 6c3 6c3 6c3 LO 6c3 Ef3 E91 69 69 69 69 69 69 69 691 691 Z.........;' U) O 0 0 0 0 0 0 0 0 O 0 0 0 0 0 0 O O O O 0 0 0 0 O O O 00 O O O 00 00 00 00 O 0 0 0 0 0 0 0 0 O O O O O O O O O O O O O O O O O O O O O O 0 0 0 0 0 0 0 0 0 O 0 0 0 0 0 0 0 0 O O O O O O O O O O O O O O O O O O O O O O 0 0 0 0 0 0 0 0 0 ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER CL 7 O Q:!i N+ Z', U) CO 0 O O Cfl O N N O Cfl O N M V LO O O (D 0 (fl LO 00 00 O O 00 O O r- M O O O O 0) O 0 V Q V Cfl O O O N O 7 (fl O 0) O Ln O V V Cfl O Cfl N (? D) Ln N 7 O (? D) (? O 0) V O W 0 0 (M 0 0 0 N 0) M O O O N O O N O N O (D LO LO 0) 00 O M N O LO (D r LO O O M O O I- r O N 0 0 0) 0 0 0 V V 69 69 69 LO 69 LO CD 0) V 69 I- V V V I- ELT V V 69 V V LO 00 69 69 LO 0) ELT V CD 0) N ELT E91 M E91 69 V V V V V V V V V V V V (D V N V N V M V LO I- V V 4- R r ELT 69 69 69 69 ER ER ELT 69 69 69 69 69 69 69 69 69 69 69 ER ELT 69 ER ELT 69 69 O a LO a z N V! 0) N 0 0 0 V O 00 00 O V O 00 I- (D 0) LO O O V 0 V LO N N O N N O O M I- O O O O O 0 (D Ln r 00 O O Ln 00 O - 00 N (? V Ln D) Ln D) Cfl O r V O Cfl M 00 O O Cfl N 00 Cfl r W O V O W 0 (? - 0) d O Cfl N O M N V O N Cfl 00 LO O O O Cfl (fl O LO N V 00 N V O 0) LO CO 0 O V O V O M CO O I- E 0 00 (fl 69 N 0) V 0 O V 00 LO O 00 0) 0) O 69 00 V 0) 00 0) 69 Ln 00 r Cfl 00 O LO 69 N 69 00 LO 69 I- CO M Cfl N V Cfl N N M M M N N V M V Cfl (fl a v) 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 691 691 691 69 ER 'a Z,.i;; N O V 00 O O 00 00 ON.,:00 00. ON O O Cfl V...0 Cfl Cfl Cfl O V O ON, Cfl O O V Cfl ON 00 (D ON 00 00 V ON ON O CO.. ON.,: R V- OM CND V V V V V CND M N LLOO ONO N M V- 000 M V N V V- M V O V- M V M M M r Ni N Ni V N LLOO LM r L (D (D (D (D (D Cfl Cfl Cfl Cfl Cfl Cfl Cfl Cfl Cfl Cfl Cfl (D (D (D (D (D (D (D (D r r Cfl Cfl Cfl Cfl (D (D (D r (D (D (D (D (D M N Zi..., N' E R C' R' CO 0 LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO a; a v, a w; a R M zt zt zt zt zt zt zt Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q E 0 L E 0 Z',,'' O LO CO 0) 0 0 V O CO O LO V CD r V 0 0) 0) N N M V I- O CD LO CO CD V 00 M N 0 0 O N N N Ln Ln 00 00 I� M M M r M r r M Ln 00 M r M r r M O 0 N W 00 D) W N ON N N N N O 0 0 0 0 0 0 0 0 O O O O O O O O O O O O O O O O O O O O O O 0 0 0 0 0 0 0 0 0 O 0 00 00 00 0 O O 00 00 00 00 00 00 00 O O 00 O O 0 00 00 00 00 C Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln E 7 Z',; I- CO N LO V M CD V M CO 0) I- M LO 0 0) N O) N O CO I- CD LO V 0) LO O CD 00 CD M r N N _ 00 CD W O) 0) 0) 0) 0) M N 0) N N O) M N M O) N CD M M O N O N N V V M M V M M V V M V V CD 1 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 N N N N N N N N N N N N N N U 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 00 00 0 0 00 0 0 0 0 0 0 0 0 0 00 G) 0 O 0 0 0 0 0 0 0 0 00 0 0 0 0 0 0 0 O 0 0 0 0 0 0 00 0 O O O O 0 0 0 0 00 00 V O V 0 0 0 0 0 0 0 00 00 0 0 0 0 0 00 00 O O 00 00 N 00 O O O O O 0 0 0 0 00 00 O 00 0 0 0 0 0 0 0 Cfl 0 0 0 0 0 0 0 Cfl Cfl O O O O O O O O O O O O O 0 0 0 0 0 0 0 0 R'..H) V 643 643 643 643 643 643 E43 N E43 66 66 66 66 66 66 N LO 6-3 6-3 6-3 6-3 6-3 643 I— ELT 643 E43 E43 66 66 66 66 66 66 66 66, 66, 66, 66, m MMMMM• • • • • Z,1 V! 0 O 0 0 0 0 0 0....0 0 0 0 0 0 O O O O O O 0 00 00 0 0 0....O O O O O O O O 0 00 00 'a O O O O O O O O O O 000 O O O O O O O 0 00 00 0 0 0 0 O O O O 0 0 0 0 00 00 O O O O O O O O O O O O O O O O O O O O 0 0 0 0 0 0 0 0 0 O O O O 0 0 0 0 0 0 0 0 w,.,Ef3 ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER N V! 0 O 0 0 0 0 0 0 0 O O O 00 O O O O O 0 0 0 0 0 0 0 0 0 0 O O O 0 O 0 O 0 O O O 0 O O O O O O O O O O O O O O O O O O O O 0 0 0 0 0 0 0 0 0 O O O O 0 0 0 0 0 0 0 0 O O O O O O O O O O O O O O O O O O O O 0 0 0 0 0 0 0 0 0 O O O O 0 0 0 0 0 0 0 (zi ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER CL 7 O Q:!i N+ Z', U) r.. O 00 N I— Ln... 0 0 0 0) 0 O V O O O 00 0 O M N M 0 0 0 O 0 O 00 M 00 O (D O O (fl 0 Q 0) O V N 7 Cfl M 00 N O O M O O V O N 0 0 N O O 00 V 7 0 0 0 0 M O M N 0 0 0 I� O (fl M O N r O V N O (D r M O) 0 0 Lo O O V O Lo O O N O O N O) Lo O O O O 0) O N N Lo r 0 0) 0 I— N O V e91 Lo (D Lo Lo V V N 69 I— 0) 0) 0) I— 0) Lo 69 e91 (D 0) fR V Lo Lo E91 0) 0) 0) M fR 00 (D N V 69 N 0) M fR V V V V V V V 0 r 0 V M V V V V V V V V V V (D Lo 4— R r ELT 69 69 69 E91 69 69 69 69 69 ER ER ELT ER ELT 69 ER ELT 69 69 ER ER ER ELT 69 69 69 69 69 ER ELT 69 O a � a z N V) M O 0) N 00 0) M Ln... O O O 0 0 (fl 0 0) 0 0 N 0 O r 00 r O O 0....O O 0 N I— N O V O O V 0, Cfl O O (M O I� O Ln O O O V 0 0 Ln N r O O M O O Ln M V 0 0 Cfl V W N W M W (fl (fl W O O N 00 d 1 0) O M O) Lo N O O V M (D V I— 00 O O 0) V N I— V O N O) (D M 0) N 0) N 0 I— r (D O M (D E 00 ef) 0 0 0 0 0 0 fR fR 0 Ln V O Ln r Ef3 fR 0) V 00 00 0) 0) fR M N I— 00 N 0 00 M O Lo 64 M Lo V V N V N V M V V V (D N N Cfl N V N (D a y:.ER ER ER ER ELT 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 'a Z,.i;; N (D V V Cfl ON V V 'I- ON 00 O 00 O -0 O ON O 00 00 (D .O O V 00 (D ON O (D V ON. ON ON ,:.M 00 Cfl Cfl (D O Cfl Cfl 00... R M � � (D V � V M N N 000 000 V M ONO V M N LMO (D M ONO N M V I— N 0 CMD N N N (D M M M M V M V Lo L (D (D (D (D (D (D (D (D (D (D 00 00 (D (D (D (D (D (D (D (D (D (D (D (D (D (D (D M (D (D (D (D (D (D (D (D (D (D (D r (D N Zi..., N' E R C' R' 0 Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo a; a' v, a R C C CCCCCCCC °0 °° °° °° °° °° °° °° °o � � rnrnrnrnrnrnrnrn rn rnrn rn rn � o - - - - - - - L E 0 Z_',,'' M 00 N O O I- LO r V LO M O O N LO V O LO CD LO 0) LO N 0 LO O V N I- CD N O r O CD V M M V N N V M V M M N V 00 00 M W r 0 r 0 W CD 00 N 0 0) N N N O) N O O 0) O I- M V M LO CD LO N N N N N N N N N N N N N N N N N N N N N N M M N M M M N M M M M N M M M M M M M M O O O O O O O O O O O O O O O O O O O O 0 0 0 0 0 0 0 0 0 O O O O 0 0 0 0 0 0 0 0 �j 0 O 00 00 00 00 000 O 00 00 O O 0 00 00 0 0 0 0 O O O O 00 00 00 00 C i,Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln ECD O M CD LO M r 0) N V O LO I— 00 M LO CD CD N 00 0) N CD O V O M M I— 0) LO V O I— N CD 0) _ LO LO CD LO LO M Lo CD Lo Lo N O r r r r O O O r O r 0) M CO O O 00 CO 00 0) 00 1 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 N N N N N N N N N N N N N N U 0 0 00 00 0000000000000 0 0 00 00 0 0 0 0 0 0 0 0 00 0 0 0 0 0 0 N 0 O O O O O O N O 00 00 00 O O O 0 O O 0 O O O O 0 O O O O 00 O 0 O O 00 00 00 0 0 O O O O O O O M O 00 00 00 O O O M O V N O 00 00 O O 00 O 00 N O O O N O O O O N O O O O O O O V O 0 0 0 CO 0 0 0 0 0 0 0 CO N O O O O O O O 00 O O N (M O 0 0 (M 0 0 0 0 (M R H) 643 643 643 643 643 644 643 643 643 643 I— ELT E43 66 66 66 0 66 0 I— ELT 643 O 643 643 O 643 Lo O 640-3 Lo 643 643 E43 M E43 E43 E43 E43 N R CO V CO M M CO M CO CO CO ER ER ER ER ER ER ER ER ER ER ER ER N' Z'V1 V) 0 0 0 O O O O O O O W 0 O 00 00 O 0....O O 00 O O 00 0 0 0 0 0 0 O 0 O 00 00 00 0 V O O O O O O O 00 0 - 00 O O O O O O 00 00 00 00 00 00 00 O O O 00 00 00 O a O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O w Ef3 ER ER ER ER ER ER ER ER ER M• 3 E 6c" 6c" 6c" 6c" R ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER N Z.........;' w 0 0 0 0 0 0 0 O O O O O O 0 O O O O 0 O O O O O O O 0 O O O O 0 O O O O O O 0....O O O 0 z O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O '- N O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER Q '.- 0'.L. OV1 V N N ZL w 0 O 00 00 O 00 0 V M 00 00 O 'q- 0 0 0 00 00 O V 0 M 00 0 00 00 0 00 M N W....r M M 0 Q O N N 0 M O O 7 O 00 O CO O Ln O O N O V Ln M 00 O O Ln O O O N Ln M M Ln V 00 O N O V 00 O N O O I- N r 0 0 0 0 0 O V O 0 O N 0 O O O N O O M 0 0 0 N O O M OI- r O M V 0 M N V 69 I- 0 0 M 69 69 M I- 0 69 M 69 0 69 0 0 69 Ln 00 M Ln 69 69 CO 69 69 69 CO V CO M M CO Ln CO e91 0 V V 0 0 N LO V M I- V CO V V V V CO M V V M M Ln V V V I- 69 ELT 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 ER ELT 69 ER ER ER ELT 69 69 69 69 69 69 O a � a z N y 0 O W 0 0 N O O V 0 0 0 O N O 0 O O 0 V 0 0 0 0 0 V N 0 0 0 0 O O N M r O M 0 O N 00 O O CO N O Ln 00 O CO O CO O O N CO CO V O O O V O N 00 0 00 O N 00 O O M V V O 00 00 O N O r 0 0 0 O O N N O r O O V 0 0 0 0 O O O V V 00 M 0 00 O M V 0 0 0 N V O M 00 NV O E fR 00 0 6<) 6<) 00M I� f6<) 0 0 6<) M 6<) 00 6<) 0 0 r 00 0 6<)> 6<) 6<) V 00 0 00 00 M 6<) 0 V 6<)> 6<)> 0 r 00 69 00 0 0 00 69 CO N CO CO I� N M M a y...,.. ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ENR ENR ER ER ER ER 'a N ZV1 N V 0 0 V O 00..-0N 0 00 00 ON 0 O 00 O 00 ON ON 0:-..0 V ON ON V-.V 00 ON. 00 00 O 00 00...00 ON ..0 O 00 V ON: V 0 O ON:.. R OM M 0 OM N ON I- N V M O M M O O O M Z6 V IN 0 0 0 V M M N M M 0 0 V M lM 0 N V C09 N C09 V IN N t M M M M M M M r M M r M M 69 M M M M M M M M M r M M M M M M M M M M M M M M M M M M M 69 ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER N' Z''.i. N' E,'ji R j1 Z'....du C v R' a; a a O O O O O O N N N N N N N N N N N N N N N M M M M L E Z'I; O 0 M O N r 0 M M 00 O 0 M M M N 0 O r r V M N M 00 M V 0 I- N M M N r r M W M V- 0 0 0 0 0 00 I- O 0 00 O 0 00 00 O r- O 00 0 0 0 0 I- V V V N M M N N V V M M M r M 00 N M M M M M M M M V M M V M M M V M V M M V M V M V V V V V V V V V V V V V V V V V V V V 1 0 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 O O O 00 00 00 O 0 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 O O O 00 00 00 O Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln L E 0 Z1; O O Ln I- V M r M M O 00 N M N 0 N V M V r V 0 0 0 0 r O 00 0 M 0 M V O M N M O M O 00 00 0 0 0 00 0 00 O 00 0 N 0 O I- 0 0 0 0 0 0 0 0 N M O N N N N N N N N N N N N N N N N N N N N N N N N V N M N N N V N N N N N M N N N N N N N U O 00 0 0 0 0 0 0 00 0 0 0 0 0 0 0 0 0 0 00 00 00 00 00 00 0 0 0 00 00 00 0 N 0 00 N O O O 0 0 0 0 0 0 0 O O O O O O 00 O O M O 00 O 00 O 0 0 0 0 00 0 0 0 00 CO O O I- O O 0 0 0 0 0 0 O O 00 O M O 00 O O N O 00 11- 0 O V 0 0 0 00 0 O O O (Ti N O 0 O O 0 0 0 0 0 0 O O 00 O M O O O O O I-� O O O O (6 O 0 0 0 0 0 0 0 R'..H) 643 643 LO N 643 CF) H) E43 E43 E43 E43 66 66 64 643 643 CO O V 643 643 643 643 643 CO 643 E43 E43 CO LO 66 M 66 66 66 643 643 643 69 69 69 69 69 691 691 691 N 0 00 O O 00 O 0 O 000 0 O O O O O 0 O 00 O O O O 00 00 O O O 0 O O O 0 'a 0 00 0 0 00 0 O 0 0 0 0 0 0 O O O O O O 00 O O O O 00 00 O 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 O O O O O N O O O O O O O O O O O O O O O O O O 0 0 0 0 0 0 0 w Ef3 ER ER ER ER ER ER ER ER ER ER ER ER EL) Ef) Ef) Ef) Ef) 69 691 691 691 691 691 691 691 691 691 691 6c3 E91 69 69 69 69 69 69 69 N691 Z.........;' V! 0 O O O O 00 O 0 O O O 00 O O O O O 0 O O O O O O O O O O O O O O 0 O O O 0 0 0 0 0 0 0 0 0 O 0 0 0 0 0 0 O O O O O O O O O O O O O O O O O 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 O 0 0 0 0 0 0 O O O O O O O O O O O O O O O O O 0 0 0 0 0 0 0 ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER Qil N+ U) N O O O O (D M O CO O W O O (D W LO O V 0 O CO O I- M O N O O O 0 O LO 00 O O 0 Q CO V O O O N 7 O LO N V CO O O LO 0 LO O 7 O O LO O N V 0 M r O O O 0 O 00 M O V 0 0 d V CO O O O N LO O M O 0 CO O V LO O I- O O O O M V 00 00 O O O I- O LO V r- V 0 0 M 69 69 69 LO I- 0 LO M V 69 CO LO LO 69 LO 69 69 0 E91 LO LO CO LO CO e91 v) v) LO v) LO V LO LO 0 v) 00 CO V M V V V Ln N V V V N V V N V V V V M V �...ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER O a co a z N N O O 00 O V M O N O 0 0 0 V LO O (D O O N O M W V O 00 O O N O LO N O W O 0 N O 00 - O LO N V V LO 00 00 O O 00 O O 00 N LO 0 O O M W (? 0 V O 0 W r O V 00 0) V O N 0 O N Ln LO M LO O W O M 00 N N O 00 O N W r M LO 00 M M O O (D O V CO M M O N E v) M 00 v) 0 O V 00 0 0 M M LO 0 00 0 v) 00 v) 00 CO I- 0 0 r 0 O LO Ef3 00 0 64 0 M r 0 r M (D N V N CO V CO M CO N N CO N V V 0 a y ER ER ELT 69 69 69 E91 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 'a Z,.i;; N O 0 0 0 0 0 0 OOO N.: V 00 00 O 00--.0 N 0 CO O V V -0 V 00 CO 00 O ..M O V N 00 V N CO V 00 V O V -:V 00 ON, CO V V 00... LM M M V N V M M � M � M M M M M V M V V ONO M r Ni V- V r M M Ni Ni OM LO M V- M M L M M M M M M M M M M M r 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 M M N Zi..., N' E R C' R' a; a' v, a CO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO w M M M M M M M M M M M M M M M V V V V V V V V V V V V V V V Lo Lo Lo Lo Lo Lo Lo Lo Lo D - - - - - - - - zz zz zz zz zz zz zz zz zz - - - - - - - - - - - ZZ ZZ ZZ ZZ ZZ ZZ ZZ ZZ ZZ - - L E 0 Z_',,'' 00 VI— V CO CO LO LO V M CO 00 LO CO I� Ln N V O CO V O N N 0 0 N V I— M O LO O CO r- 00 LO LO LO 00 00 I— 0 r r r r LO LoN N N N O O O 0 M M r LO LO M V CO M I— N V V V V V V V V V V V V V V V Ln Ln Ln Ln Ln LO LO LO LO LO Ln LO Ln V LO Ln Ln 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 O 0 0 0 0 0 0 O O O O O O O O O O O O O O O O O 0 0 0 0 0 0 0 �j 0 00 00 00 0 O 0 0 0 0 0 0 O O O O O O 00 O O O O 00 00 O 00 00 00 0 C i,LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO E O M O I- CO N 0 CO V CO V M N M I- 0 M LO O LO CO CO N CO 0 LO CO I- V LO N N V O 00 CO N N N O M CO O N M N N CO M r- r N O N r M M M N M CO I- CO r- N r r 1 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 N N N N N N N N N N N N N 0 0 00 00 00 0 0 0 0 0 0 0 0 0 0 0 0 0 0 00 0 0 0 0 00 00 0 0 0 0 0 0 0 0 G) 0 O 0 0 0 0 0 0 0 0 O O (D O V O 0 O 0 0 0 0 O 0 0 0 0 0 0 0 0.... N O O V O O V O O O O O O O O O N V O N O LO O O O O O O O O 0 0 0 0 0 0 0 0 r O O O O O r O 00 0 0 0 0 0 0 0 Ln 00 O M O V O O O N O O O O 0 0 0 0 0 0 0 0 Cfl O O 00 O O R H) N 643 643 643 643 643 643 643 CD V E43 CD ELT CF) LO 64 64 LO 64 643 643 O 643 643 643 643 643 643 643 643 LO ER ER V ER ER N' 'Z'V1 V! 0 O 0 0 0 0 0 0, O O O O O O O O 0 O 0 0 0 0 O 0 0 0 0 0 0 0 0 O O O O O O 'a O O 0 0 0 0 0 0 0 0 O O O O O O O O O O O O O 0 0 0 0 0 0 0 0 O O O O O O O O 0 0 0 0 0 0 0 0 O O O O O O O O O O O O O 0 0 0 0 0 0 0 0 O O O O O O H) 6c3 6c3 6c3 6c3 6c3 6c3 6c3 6c3 6c3 6c3 6c3 Ef3 65 65 LO 65 65 65 65 65 6- 6- 6- 6- 6- 6- 66, 66, 66, 66, 66, E91 E91 E91 E91 69 Z.........;' V! 0 O 00 00 00 0 0 O O O O O O 0 O 0 0 0 0 O 0 0 0 0 0 0 0 0.... O O O O O O O O 00 00 00 0 0 O O O O O O O O O O O O O 0 0 0 0 0 0 0 0 O O O O O O O O 0 0 0 0 0 0 0 0 O O O O O O O O O O O O O 0 0 0 0 (zi 0 0 0 O O O O O O ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER Q O V1 V N N 'ZL U) Ln... O 0 V LO 0) O O 0 O O O O V M O O O O V LO O Ln.. O O V Cfl 0.... O M O O O Q O O O Ln V Ln Ln M V O O M O O M M N M O O O O N O Ln V O Ln N 7 (? 00 O O O O N O O V (D N 0) 0 O 0) O O O 00 N N O V 0 0 V (D O r N O N LO O LO 00 O O O Ln 69 69 V LO V Ln 00 V 69 69 M 69 0) I- LO M 0) fR LO 0) fR I- r fR LO I- 69 V LO I- fR V (D E91 69 69 4 69 69 69 69 69 69 69 69 ER ELT 69 69 69 69 ER ER ELT 69 69 69 69 69 69 69 O a 0') a z N V! Ln.. 0 O (fl 0) LO 0) 0) 0 0 ,.,V 0 :(D 0 (D r O O 0 0 Cfl In O LO O O (fl V 0:.: 00 r 0) Cfl 0 0 Ln O (fl N D) Cfl V 00 Ln O O 00 Ln 00 N V O Cfl O O Cfl N Ln V N N O (? N Ln Ln N - - r V V N N O M LO M 00 00 N O O O M r V M 00 0) O O I- LO O 0) 0) 0) O V LO N V M 00 M V V O E 0 69 V 00 0) 00 00 0 69 69 00 00 LO O 0) I- fR 69 V M O O N 0) fR (fl 00 0) O 00 00 O 00 LO M Cfl N V N N N V Cfl N N Cfl M N N N Cfl Cfl a ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER 'a N ZV1 N (D O (D 00 V ON O ON..O ON ,:.V ON =-00 00 V O ON:. O 0 O Cfl ON 00 Cfl ON 00. V O 00 00 (D-- O O ON .....00 V V- M V N V N V- M V- M V- M V- N OO V CMD LO N IN M M M r 000 N M r CVD N V r- V- Ni r M Ni OM L (D (D (D (D (D (D (D (D (D (D (D (D (D (D (D (D M r (D r (D (D Cfl Cfl Cfl Cfl Cfl Cfl Cfl Cfl Cfl Cfl Cfl Cfl (D (D (D U Ef3 ER ER ER ELT 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 N' Z''.i. N' E,'ji R j1 Z'....du C v R' a; a a CO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO Lo Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln C0 C0 C0 C0 C0 C0 C0 C0 r- r- r- r- r- r- r- r- r- r- r- r- r- r- 00 00 00 00 ozz zz - - - zz zz zz zz zz zz L E Z'I; V CO CD CD CD O O LO V CO M N 0) O M CD V 00 0) CO M M O N CO 0) V CD V CD 0) V LO N M Lo M V M V LO V LO LO V CD r 0) CO 0) 00 00 0) r- O N N O N O N M O N V I- CD CD N Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo M Cfl (D M 0 0 0 0 0 0 M (D M Cfl Cfl Cfl (fl (fl 1 0 O 0 0 0 0 0 0 0 0 O O O O O O O O O O O O O 0 0 0 0 0 0 0 0 O O O O O O 0 O 00 00 00 00 O O O O 00 O O O 00 O O 0 00 00 00 0 O O O O O O Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln L E 0 Z1; E1 0 M 0) LO N M I- M 0) r- CO O N 0) 00 M 0 LO V N M CO V 0) 0) LO O CD r V M LO 00 _ 00 I- r 00 N 00 00 I- O 00 0 M 0) 0) 00 00 0) V V V V V M V V V V V V LO LO LO LO u 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 N N N N N N N N N N N U 0 0 0 0 0 0 0 0 00 0 0 0 0 00 0 0 0 00 0 0 0 00 00 00 0 0 0 0 0 0 0 G) 0 0 0 0 0 O O 0 00 O O 0 0 0 O O O O O 0 00 0 0 0 0 0 O 0 O O O O O O O O 0 0 V O 00 O O O O O 00 O O O O O O O (D 0 0 0 00 0 (D 00 - (D O O O O (D 0 0 0 0 0 0 O O O O O O N O O O O O O O O O O Ln O V O O N O M O O Ln O O O O Ln 0 0 0 0 0 0 R'..H) 643 643 O 643 643 N 643 643 E43 E43 66 66 66 66 66 66 LO 6-3 CD ELT 6-3 00 6-3 O 643 643 r- M ELT E43 E43 E43 N 66 66 66 66 66 643 m 69 M• M• M• 69 Ef3 69 M• M• Z,1 V! 0 00 O O O O 0 00 O O O 00 0 0 0 0 0 0 0 0 0 0 00 0.... O 0 O O O 0 0 0 0 0 00 'a O 00 O O O O O O O LO O O 00 O O O O O O O O O O 00 O O O O O O 0 0 0 0 0 00 O O O O O O O O O O 00 O O O O O O O O O O O O O O O O O O O O O O 0 0 0 0 0 0 0 H) Ef> Ef> Ef> Ef> Ef> Ef> Ef> Ef> Ef> 00 Ef3 Ef3 Ef3 Ef> Ef> Ef> Ef> Ef> Ef> Ef> Ef> Ef> Ef> Ef> Ef> Ef> Ef> Ef> Ef> Ef> Ef> Ef> Ef> Ef> Ef> Ef> Ef> Ef> Ef> Z.........;' V! 0 00 00 O 00 00 O O 0 0 0 O O O O O 0 0 0 0 0 0 0 0 O 0 O O O O O O O 0 0 0 O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O 0 0 0 0 0 0 0 O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O 0 0 0 0 0 0 0 ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER CL 7 O N+ Z', U) Ln.. O CO M M O r M N O O O N 00 O (fl O O 0 O LO O O 0 O 0 N O O O O M N 0) M I- Q N O V V O V (? D) V 00 -7 O O V I� 0 0 0 7 0 00 V O O V O V O O O V O O 0 0 7 7 (fl M N N r O O (D M 0) O I- 0) LO I- N O (D (D O O O LO O V 0 0 (D O V O O O 0) O O O O LO I- 00 N r V Ef3 M LO V V 69 V V V M N 0) 00 V E91 E91 69 I- ELT CD V 69 0) ELT V H) 69 0) M ELT 69 69 0) LO CD V LO LO V V V V V V V M M V M V V V V V V V V V V 4- �...ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER O a 0 a � z N V! Ln... O N r r 0) O M....0) I- 00 O O O 00 O O O V O 0) O 0 O Cfl O O 0.... O 0 00 O O O O P- 00 r M Cfl r M Ln Ln O Cfl Ln - (M O O O Cfl W O O O O Ln N O O V O N O O V I� 00 N O (? V (fl 0 0 N O) O 00 N O 0 0) 0 00 I- O V N M V 0 0 CO O Cfl r O 00 M N P- Cfl O V M V O (fl V LO O O LO E 00 M 00 00 00 0 6<) 00 0c2 0 6<) V D) W V V 691O 69, 00 00 69, (D N 00 00 O 69, M 00 V 69 LO 0) 0) 0) 0) 0 M V N 0 0 N V Cfl M V (D M V VR a y,..:.ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER EER 'a N V Cfl ON O 00 Cfl O O (D O O O O O V V... V 00 O Cfl N O- Cfl O O Cfl O Cfl O.: O V OVO Cfl N 00 N Cfl O (D 00 00 .. N.,: M M Z6 V N V- N M V- M V N M r- OM V V- LM 00 CVD V- M ONO LSO V ONO M ONO M N N V N V V CND M V LM L (D (D M Cfl Cfl Cfl Cfl Cfl Cfl (D (D (D (D (D (D (D (D (D Cfl Cfl Cfl Cfl Cfl Cfl Cfl Cfl Cfl Cfl Cfl Cfl (fl (D M 0 0 0 0 0 0 0 U!,Ef3 ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER N Zi..., N' E R C' 5 a; a' v, a CO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO co co co co co co 00 00 00 00 00 00 M M M M M M M M M M M M o o o o o o o o o o o o o o o o L O CO M O) 0) V CO N I- M V 0) V M M N O) LO O N I- CD CO N 0 I- CO LO N M CD r CD M r CD Ln V I- r M LO CD V V V CD V00 0 0 0 0 0 0 00 O O M LO M M LO V LO M LO N LO M V V V V N CD CD CD CD CD CD CD CD CD CD CD CD r 0 r 0 r r r r r M r r r r r r r r r r r r r r r r r r- 0 O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O 0 0 0 0 0 0 0 �j 0 00 00 O 00 00 O O O 00 00 00 00 00 00 000 O O O O O 0 00 00 00 �....I..Ln Ln Ln Ln Ln Ln Ln Ln LO Ln LO Ln Ln Ln Ln Ln Ln Ln Ln LO Ln Ln Ln Ln LO Ln Ln V Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln E 7 Z',; E M 00 MN I- O 0) CD CD r 0) N 00 CD 0 0) O M I- LO N V O) LO N O O CD CD CD 00 N r V O) N Ln Ln Ln Ln Ln N M O D) O D) O D) N O D) D) N N V M N M ID M V M N O N V M M N M 1 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 N N N N N N N N N N N q- 0 N U O O O O 0 0 0 0 0 0 O O O O O O O O O O O O O O 000 O 0 0 0 0 0 00 00 00 G) 0 0 0 0 0 0 0 O O O O O O 0 O 00 O O 0 O O 0 O O O O O O O O 00 O O O O O 00 0 V O 00 V 0 0 0 0 0 0 0 0 O O O 00 O O O 00 0 0 0 0 0 0 (D O O r O O O 00 O 00 O r O O O V O 0 0 0 0 0 0 0 O O O O O V O O O O O O O O O O M O O O O O V O O O O R'..H) 643 643 LO 643 643 E43 E43 E43 E43 E43 66 66 66 64 64, 64, CD ELT 6-3 6-3 O 6-3 643 643 643 643 E43 r 66 66 CF) H) 66 66 V 66, 66, 66, 66, m M• (D Ef3 (D M• V! 0 00 O O 00 O O O O O O 0 0 00 O O 0 O 00 O O O O O O O r O O O O O O 00 0 'a O 00 O O O O O O O O O O O O 00 O O O 0 0 0 0 0 0 0 0 0 O LO O O O O O O 00 O O N O O O O O O O O O O O O O O O O O O 0 0 0 0 0 0 0 0 0 O D) O O O O O O O O O w,.,Ef3 � ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER V ER ER ER ER ER ER ER ER ER U) 0 O O O O 00 O O O O O O 0 0 0 0 O O 0 O 00 O O O O O O O 00 O O 00 O 00 0 O O O O O O O O O O O O O O O O O O O O 0 0 0 0 0 0 0 0 0 O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O 0 0 0 0 0 0 0 0 0 O O O O O O O O O O O ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER CL 7 O N+ Z', U) CO O O LO M r O M O V V O 0 O 0 O M N M r 0 V 0) N N O O O M r V r O O O LO O 0 Q O O (? N V D) O 7 O v7 (M O O O V V O (M r V Cfl O V Cfl -7 r (? O O M r 00 O) 0 0 00 N O (? d 0 V M O r V r O LO O LO (D O O O 00 0) O N M N O V 00 N 00 O O O M 0) LO r (D O N r O O VLO 69 V LO V 69 LO 69 (D V 69 69, 69, V V 69 0) (fl V r 69 r V 0) (fl 69 69 0) (D LO LO V 69, N M 69, v) V N M V V V V V V (D V V V V M M V V 00 M V V CO r V- 69, �...ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ELT ER ER O z N N N 0 0) 0 LO r M O r O (D (fl O O O 0 0) 0 r 00 r M O (D 00 00 O O O LO (D M O O O LO O 0 ,.Cfl O (M O — (M Cfl Cfl V N N 00 00 O 00 O Ln O Cfl N — Ln O (M V Cfl O O O M (? D) Cfl O O (? M N O 0) d 1 0 Cfl 0 0 0 0 0 V r V O N O 0 0 0 0) O LO LO CO (D 0 0) M N O V N V 0) 0 0 O N 0 00 LVn ONO 6<) 00 0) 00 (D 0) r O 0) N Lo N 6<) 0) 6) N O 0) O LO O 0) M O N f691 V r 0) 0) 00 69169 69 00 V M Cfl N Cfl Cfl Cfl N N Cfl M V N Cfl V M M a y,..:.ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER 'a Z,.i;; N 00 O V V V 00,Cfl Cfl Cfl ON V ,-ON 00 -0 00 V O O O O Cfl ON O 00 00 Cfl V -.0 Cfl O O Cfl 00 Cfl O 00':.. 00 (D ON 0:.. ON LLOO V LO M V M (D V r CMD V ON LN ON � CVD N CVD M r M 000 M M r N r M O V OO M M V N 0 L (D (D (D (D (D (D (D (D (D (D (D (D (D (D (D (D (D (D r (D (D Cfl Cfl Cfl Cfl Cfl Cfl Cfl Cfl Cfl r Cfl Cfl (D M (D r M M (D U!,Ef3 ER ER ELT 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 N Zi..., N' E R C' R' a; a' v, a CO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO l 1 0 0 0 0 0 0 0 0 N N N N N N N N N N N N N N N N M M M M M M M M M M 5 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 N N N N N N N N N N N N N N D L E 0 Z_',,'' N LO LO N O 0) CO 0) N CO r V M V 00 LO O CD CO r M V LO M0) V N 00 CD M N O 0) O 00 M 00 M N LO Ln V M N N CD r r CD 00 r N 0) O 0 0) O O O O O V M LO LO M LO LO LO M V a r r r r r r r r r r r r r r co r ao ao co ao ao r ao Co r 00 Oo 00 00 00 00 00 00 co co co co co co co O O O O O O O O O O O O O O O O O O O O 0 0 0 0 0 0 0 0 0 O O O O O O O O O O O �j 0 00 00 00 00 00 0 O O O 00 00 O 00 00 00 0 0 0 O 00 O O 00 O 00 O C i,Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln E r M V M V LO CO O LO 0) 00 CD r LO r CD CO CO N CD CO LO CO V M O V r r O 0) O M N 0) 0) O N V N M V O M M LO V V V V V LO LO LO r V LO V 00 Ln V 0) LO LO LO V CO LO V M CD M 0) N 1 N N N N N N N N N N N N N N N N N O N N N N N N N N N N N N N N N N M N V N N N U 0 00 00 0 0 0 0 0 0 0 0 0 0 00 — 0 0 00 00 00 0 0 0 0 00 0 0 00 0 00 0 G) 00 00 (D O 0 00 0 0 0 0 0 O O O N O O O 00 0 O O O 00 O 00 O O O 0 O 0 0 0 00 V (D 00 - V N 00 O O O O O O O O D) O O N 00 0 0 0 0 00 0 00 0 0 0 0 O O O O 00 (M 0 0 0 Cfl 0 0 0 0 0 0 0 O O O N 00 0 0 (M 0 0 0 0 Ln 0 0 0 0 0 0 0 0 0 0 O O O O V V R'..V 643 643 M M CD ELT 643 66 66 66 66 66 66 66 00 O 66 6-3 r- ELT ER V 6-3 00 64, 64, O 643 643 E43 E43 66 66 66 66 66 66 66 M M 69 69 69 69 69, 691 Z,1 V! 0 00 0 O O O 0....O O O O 0 O 0 0 0 O O O 00 0 O O O O O 0 0 0 0 0 0 0 O 0 00 00 'a O 00 O O 0 0 0 0 0 0 0 O O O O O O O O 00 O O O O O O O O O O O O O O O 00 00 O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O w Ef3 ER ER ER ER ER ER ER ER ER ER ER ER ER ELT ER ER ER ER ER ER ER ER ER ER ER ER ER ELT 69 69 69 69 69 69 69 69 691 691 691 691 N Z.........;' V! 0 0 0 0 O 0 0 0 O O O O 0 O 0 0 0 O O O O 00 O O O O O 0 0 0 0 0 0 0 O 0 0 0 0 0 �;.O O O O O 0 0 0 0 0 0 0 O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O 0 0 0 0 0 0 0 O O O O O O O O O O O O O O O O O O O O O O O O O O O O O ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER CL 7 O N+ Z', Q U) 0 O O O 0 0) 0....I- O LO O (D V r O r.. M r O 0 0 0 N O O O 0) 0 V N 00 N 0 0) 0 0 0 0 0 Q O Cfl O O O O Ln O Ln O Ln O N W Cfl O (fl W V O 00 O O Ln V O O V 00 O N VG) -7 0 Ln N O O O O d 0 M O O O O M Lo 00 O (D O r r 00 O LO LO Cfl O r O O r V 0 0 0 00 O M V N 0 0 LO O O O O 69 00 69 69 69 69 O I- N fR V 69 N (D M 69 M V V 00 M 69 69 (fl r 0) 0) 0) (D LO O (D LO LO 0 Ln (fl 69 69 69 69 V Lo 69 V V V M V V V M e91 V V N Lo M V Lo V V V V (D R r ELT ER ER ELT 69 69 69 69 69 69 69 69 69 ER ER ELT 69 69 69 69 691 ER ER ER ER O a N I` z N V) N 0) O V O O 0 M O LO O V (fl M O r M 0 0) 0 0 O 00 O O O 0 Cfl 00 N 00 0 0 O O 00 O I� Cfl O O O V V V 00 (fl V Ln D) (M O N - - 0 I� 0 0 0 I� O N O D) (fl Ln r O O (fl V O O 00 O O N Lo OLo O O O r 0) V 00 V I- O M O V 00 0) 0 V O 00 M N O) O M I- M O M M 00 O V V 0 0 E M O N 6' 6" 6" M N N V 00 N O 00 69 N 00 (fl 69 00 M 69 0) 0) M M 69, 0) 00 0 0 0 LO 00 fR (D V 69 69 N I� M N M M N M 6m M V V N V (D (D a v) v) v) ER ER ER ER ELT ER ER ER ER ER ER ER ELT 6(09ER ER ER EL) 62 ER ER 62 ER ER EL) ER ELT 69 'a Z,.i;; N Cp.:..V Cfl ON V ON O V:.: O 00 ON V 00.. 00 .O O 00 O Cfl ON Cfl 0.,,0 V ON O ON ,.V 00 (D 00 ON O ON M.., O ON. O 00 O 0... R r- 00 N M M M M O M V M N V M N ONO M Ni S LM O Ni V- CMD LM N N N CND M M M V V V � M Ni Ni Ni Ni L (D (D r (D (D (D (D r (D (D (D (D (D Cfl Cfl Cfl Cfl (D r (D M 0 0 0 0 0 0 0 0 0 r (D (D (D (D (D (D (D (D (D (D N Zi..., N' E R C' R' a; a' v, a w Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo O N M M M M V V V V V V V V V Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo CO CO CO CO CO CO CO CO CO CO CO 5 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 N N N N N N N N N N N N N N N D L E 0 Z_',,'' 0 00 V O V 00 I- 00 N M Lo N 0) V 0) N 00 O CD 00 r N LO 00 O V 0) N N LO CD O LO CD V CD O Ln V V V 0) CD 00 I- CD 00 0) 0) I- V N ON N O O) N N N O N N O N M CD r V LO I- r V M I- LO N 00 00 00 00 00 00 00 00 00 00 00 00 00 0) 0 0 0 0 0 0 0 00 0 0 0 0 0 0 0 0 0 0 0 0 0 0) 0 0 0 0 0 O O O O O 0 0 0 0 0 0 0 O O O O O O O O O O O O O O O O O O O O O O O O O O O O O �j 0 00 0 O 0 00 00 00 O O 00 00 00 00 00 00 000 00 O 00 O O O 00 00 C i,Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln EM 00 O V N 00 I- O V O) CD LO M CD N O) V O LO LO I- V V CD M 00 r N 0 M V 0) N N V- 0 _ M LO LO CD O CD CD O r CD CD CD O O O r r r r r r O O Ln N O r r r r 0 W 00 Lo Lo O 0) CO u 1 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 N N N N N N N N N N N N N M N U 0 00 0 0 0 0 0 0 0 0 0 0 0 00 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 00 0 0 0 00 00 N 0 00 00 0 0 0 I— 0 0 0 O 0 O V O O M O O O O O O O O O O O O O O O 0....0 00 00 0 0 0 0 0 N O N 00 00 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 O O O O O O O O N 0 00 — 0 00 O O W O (M O O CO N O O O O O O CO O O O O O O O O N O O O O O O O O 0 0 0 O N r O O R H) 643 N 643 0 643 643 M m H) 643 643 643 643 6-" ,1- 643 643 0-) H) 643 643 643 643 643 N 66 66 66 69 69 69 69 69 CO 6f 1 6c3 6c3 00 6c3 6c3 MM691 691 � MM �• • • N' Z'V1 N 0 0 0 O O O O 00 O O 00 00 O O O 0....0 0 0 0 0 0 0 O O O O O O O O 0....0 0 0 0 0 00 v O 00 00 N O O O O O O O O O O O O O O O O O O O O O O O 00 00 O 00 00 00 00 O O O O O 0 O O O N O O O O O O O O O O O O O O O O O O O O O O O O 0 0 0 0 0 0 0 0 w Ef3 ER ER ER ER N ELT 6c" 6c" - R 6c"3 6c"3 6c"3 6c"3 6c" EER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER 691 Z.........;' w 0 00 00 0 O 00 O O O 0 0 0 0 0 0 0 0 O O O 00 O O O O O O O 0 O 00 O O O 00 0 �;.O 00 00 O O 00 O O O O O O O O O O O O O O O O O O O O O O O O O 0 0 0 0 0 0 0 0 O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O 0 0 0 0 0 0 0 0 ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER Q '.- 0'.L. OV1 V N N ZL w N 00 00 M r r 0 M O M r V O N r M 00 00 O r O O O O 00 O V 00 0....0 00 00 00 Q V O O V O V O N O V Ln 00 00 0 0 0 00 0 (M I- O O V 00 7 O O 0 V O O 00 7 CO O V V CO O O N 7 N M 0 0 0 Or O O 'q- 0 V N I— 0 0 0 r O 00 O O N O M O O 0 0 O r 00 0 M O O V M O O N M LO 69 69 N 69 CO V N 0 I— V V V O I— V V 0 M 69 69N V 69 0 M V 69 I— 0 0 V 69 I— V V 69 69 0 O V I— O V M M N V 0 - V M 69 - V M V CO CO N N V M Ln V V V V V V O 4— R ER 69 - ER ER ER ER EL) Ef) Ef) Ef) Ef) 69 69 69 69 69 69 69 ER ELT 69 69 69 69 69 69 E91 E91 691 - O a 691 a! � zill ti N N 00 00 00 M V N V r— O M 0 0 00 M V V 0 00 0 M O O O M O N 00 N 00 OO 'l' 0 '1' 0 N M CO O O O W CO M O LO N O M CO V CO I� M LO O V CO O O N O 00 LO LO CO LO O N I� O W N O CO CO LO W 0) d I— O O O 00 M M M 0 N O O M 0 V M N 00 V I— O O r O N N O r 00 O 0 O O I— 0 00 I— N 0 M Ef3 fR fR 0 00 0 0 0 0 6<) 00 00 M O 00 00 0 00 N M 6<) 6<) 6<) V 0 M O O N 00 6<) 00 00 0 0 Ln CO N N V N CO CO M00 > V M00 CO M N N M M a ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER 63 N ZV1 N N 0 W M N O N N 0... O O O 00 ..00 O : - ON 0 0 00: 00 V V 00 0 -. - O 00 - O OO 0 0 00 - - NN::.. 00- 0 0 N 00.- N.. �'.M M N N 0 N M M V M 0 V N M M N N M V N N M Z6 ON OM N M W � M W N 0 OM M M M M 000 M V V t 0 0 0 r 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 M M M M M M M M M M M M M M M M M M M M U Ef3 ER ELT 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 N' Z''.i. N' E,'ji R j1 Z'....du C v R' a; a a N 0 0 0 0 0 0 0 0 r r r r r r r r r r r r r W W W W W W W W W W co co co co 0-) 0-) 0-) 0-) 0-) 0-) 0-) R 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 N N N N N N N N N N N N N N N N D L E Z'I; N 0 00 I— 0 0 I— M 00 N0 r 00 M M Ln O O N CO CO CO N V V V 0 r M M r O M O CO 00 CO LO Ln M r 0 0 V M 0 O 00 00 00 0 00 0 00 0 0 0 CO N M V V M N M V N V I— LO V M Ln LO CO N W W W W W W W W O W W W W W W W O O W 0 O O O O O O O O O O O O O O O O O O O O O O 1 0 O O O O O O O O O O O O O O O O 0 00 00 00 00 00 00 00 00 00 00 00 00 O O O O 00 00 O 00 00 00 00 �,',Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln L Z 1; E'..O 0 00 0 0 M M 0 V 0 0 00 V I— V 0 0 N 0 0 r O 00 N 00 I— 0 0 0 x 0 M 00 V N O 00 M I— 0 _ 00 I— O 00 0 r 00 0 0 0 00 N N 00 N 0 00 N Ln M M I— M Ln I— N Ln M M CO CO M CO M M u 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 N N N N N N N N N N N N N N N N U 0 00 00 00 00 00 00 0 0 0 0 0 0 00 00 00 0 0 0 0 00 00 0 0 0 0 0 0 0 0 0 41 0 0 0 O (14 00 O 0 0 0 0 0 0 0 0 0 0 0 0 0 O O 0 00 00 0 0 0 O O O 0....0 00 0 0 00 V V V O O D) 00 00 V O (D 0 0 0 0 0 0 0 0 0 0 O O O O N 00 O O O O O O O O 00 V 0 0 00 00 O O O 00 O O V Cfl O M 0 0 0 0 0 0 0 0 0 0 O O O 00 N O O O O O O O O O O O O O O O 00 R - (D 643 643 O 643 E43 V (D E43 V E43 64 64 6f Ef3 691 691 691 691 691 691 691 691 N 691 69 69 69 69 69 69 69 69 69 691 691 M 691 691 M 69 691 691 691 691 N' Z'V1 V! 0 0 0 0 0 00 O 0 0 0 00 0 0 0 0 0 0 0 0 O O 0 0 0 00 0 0 0 O O O 0....0 00 0 0 0 0 'a 0 0 0 0 0 00 O O D) 0 00 0 0 0 0 0 0 0 0 O O O O O 00 O O O O O O O O 00 O O O O 0 0 0 0 0 0 0 O O Cfl 0 0 0 0 0 0 0 0 0 0 0 O O O O O O O O O O O O O O O O O O O O O w Ef3 ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ELT 69 69 69 69 69 69 69 69 691 691 691 691 691 691 N Z.........;' U) 0 O O O O 0 O O 0 0 0 0 0 0 0 0 0 0 0 0 0 O O 0 0 0 0 0 0 0 0 O O O 0....0 0 0 0 0 0 0 O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O 0 0 0 0 0 0 0 O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER Q '.- 0'.L. 0V1 V N 'x'11 N ZL Q U) 0 O V O I- CO O O O O O V 0 N O O O CO V r LO O 0 0 0 0 0 0 0 0 Cfl O V Cfl....V O N 0 0 LO 0 Q O O Cfl O Cfl N V O O 00 O N V O V (? V (? D) 0) 7 N O 7 0 0 0 0) 0 0 0 0 0 W Ln W 0 0 (? 0 0 0 N O O O O LO N V O O M O r- V 0 0) O O O N I- LO LO O O O O O N O O O 00 O O (fl O O M 0 0 0 0 .:ELT 69 0) ELT M CD LO ELT 69 O 69 V I— ELT LO 69 N 69 LO I— V 0) ELT V H) E91 0) O ELT E91 0) LO ELT LO LO LO 0) I— ELT 69 0) ELT 00 V V V N Cfl - V I- V V V V V N M V V V V I- 69 ELT 69 69 69 69 69 69 69 69 69 69 69 69 ER ELT ER ELT 69 69 ER ER ER ER O a � a z N V! 0 O O N O) O O O O O (D 0 00 O O O N Cfl M LO O O O O O 0 O 0 O V O Cfl 'I- CD O 00 O O...LO 0 O O N CO V M O) O O I- O O LO V M V O O O V O M O M O N Y I- (D (D 0 0) N LO 0) LO O Ln O O O O N,O OO Ln W M O O O O O I- O r M O O M M V 00 00 V O N M 00 M N 00 V (D O (D O E fR 69 0 y.. 00 N O) 0) ef691 V 69 69 O N O) M 69 I- 0) 0 00 O V O 69 I- N 691Cfl - N I- (D (D N N Cfl RM V Cfl 00 V N (D N V N (D N EVE Ef691 ELEf69 EL69 ELEL69 EL69 a ELT 69 69 69 ER ELT ER ELT E91 E91 E91 N ZV1 N V V V 00 O (D-V 00 -.V Cfl Cfl ON O,:.V 00 V V O O V ON:. (D O V O V V ,.Cfl Cfl M' O O ON V OLO: V O Cfl V 0.-0 00... R A M M 000 Or (D � V CMD M V V ONO ON LMO M ON r- V 000 N O 000 N N N CMD (D M O N � V V r V M r 0 CrD N OMO L (D (D (D (D (D (D (D (D (D (D (D (D (D r (D (D r (D (D (D (D r Cfl (D (D (D (D (D (D 00 (D (D (D (D (D (D (D (D (D (D r (D U Ef3 ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER N' Z''.i. N' E,'ji R,l Z'....du C v R' a; a a CO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO o � In In In In In In In In In In In In In In In N W W W o 0 0 0 0 0 0 0 0 0 o O D' N N N N N N N N N N N N N N N L E Z N LO N V CO I- O CO CD LO V N LO V 0 V 00 CD 00 O 0) I- N LO CD CO I- N O V LO I- r CD O 0) O 00 M V LO 0) CO 0) CO 0) CO I- r 0 0 0 0) NN O N M M V Ln M r Ln M r Ln M Ln 00 Ln M M 0 0 0 0 0 0 0 O 0 0 0 0 '0 1 0 0 0 0 0 0 0 O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO L E 0 Z E LO V O LO LO O 0) N M N 00 0) 00 LO 00 V I- r r CD CD 0) MO O r M LO r M Ln CD N N N M M M CD 00 LO CD V I- V CO V 00 00 M CD 00 00 00 V CD 00 Ln 0 00 00 O O 0 O O 0 r 0 O O 0 0 r r O r R N N N N N N N N N N N N N V 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 N N U 0 0 0 0 0 0 0 0 00 000 0 0 0 0 0 0 0 0 0 0 0000000000000000000 G) 0 00 0 O O 00 O 00 O O O O 00 00 O O 00 00 O 00 0 0 O O O O 0....0 O O 00 0 V O 00 O O O 00 O 00 O O O O O N O O 00 O 00 00 O 00 O N O O O O O O 00 00 O 00 O O O O O O O O O O O O 00 O O D) O O N 0 0 0 0 0 O O O O I-� 00 0 0 0 0 0 0 0 0 0 0 N ELT 643 643 643 643 E43 E43 E43 E43 E43 66 64 N 64 643 N 643 643 CD ELT 643 643 643 643 643 E43 66 E6 V LO 66 66 66 66 66, 66, O 66, 66, 66, (D M• M• M•M • M• N' Z'V1 V! 0 00 0 O O O D) O 00 00 0 0 0 O 00 O O 00 00 O 0 0 0 0 O O O O 0 0 O O 00 0... 'a O 00 O O O O N O 00 00 O O O O 00 O O 00 00 O 000 O O O O O O O O O 00 O O O O O O O O N O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O w Ef3 ER ER ER ER ER ER O ELT 6c3 6c3 Ef3 Ef3 Ef) Ef) Ef) Ef) 6f 6- 6- 6- 6- 6- 6c3 6c3 6c3 6c3 6c3 6c3 Ef) Ef) Ef) Ef) Ef) Ef) Ef) Ef) Ef) 6c3 6c3 6c3 Z.........;' U) 0 00 O O O O 0 O 0 O O O O 0....0 O O O OO 0 0 0 O O O 0 O 0 O O O O 0....0 O O O O...O.. �;.O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER Q '.- 0'.L. OV1 V N N ZL U) 0 LO I- CO N O N 0 0) M M 0 0 0 0 LO O Cfl O O LO LO r N O LO O 0 O Cfl O O O O N I- V LO Q O 7 (M v7 Ln V v7 N Cfl v7 v7 O N O O O O V I- O W Ln N 0 Ln O N 00 V O O N O O Cfl 00 V O Cfl W (fl IT N 0 0) M O V LO O 0 00 LO LO (D LO O LO (D 0 0) M O LO (D r r V O I- LO LO O O N LO O V N 0 0 00 O N .:69 (D r V LO V LO V V LO LO V M 69 N LO 69 V 69 I- V 00 V N e91 M V V ef) 69 LO I- fR LO (fl 0) LO M LO V- M M M V V M V LO V V V (D (fl 69 Cfl V M V V V V 0 V N M V 69 0 0 0 V V V 4- 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 ER ELT 69 E91 0 a LO a z N V! 0 LO M N 00 O 00 0)... r r O O O 0....LO 0 0) V O O LO LO M 00 O LO 0) O 00 V 0 0 0)....O O 00 M (D Ln... O V V Cfl N Cfl O V V V O O O 00 I� O Ln Cfl O O Cfl - Cfl V 00 M - Cfl O O Ln O W r O O O M Ln N O O LO O O N LO O V V 0 0 0 LO Cfl O O V O LO 00 M O (D N (fl N O O N LO O LO O O M M V E ER LO (fl 00 0) 00 0 0) 0) 0) 0) fR 69 69 LO (fl 69 0) O fR O 00 O 00 V LO 00 I- 00 fR 69 0) (D N (D 69 69 00 00 0) 00 N N N (D M N N N (D M N LO (D a y.. v) v) ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER 'a N ZV1 N 0 Cfl 00 00 00 O ON V 00 (D Cfl O ON O 00 00 ON O V 00.-.00 ON V. Cfl O 00 (D O O ON. O 00 O 00 V: 00 V O O V -00:.. M ONO 0 M O V N V V- M V V V M N 000 N N V 00 CND 000 M N M CMD LMO 0 N N V LLOO V � ON ON CND N M N V N L (D M Cfl Cfl Cfl Cfl Cfl Cfl (D (D (D (D (D (D (D 00 Cfl (D M Cfl Cfl Cfl Cfl Cfl r (D M 0 0 0 0 0 0 0 00 0 0 0 0 0 0 N' Z''.i. N' E,'ji R j1 Z'....du C v R' a; a a CO 0 LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LOw D 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 N N N N N N N N N N N N N N N L i Cfl V I- O CD M V CD M CO 0) CO O V O) M I- LO V V N O I- N CD r LO 0) M N O) 0 CD LO CD CO I- 0) F- M r r Ln r Ln V M r V 0 0 01 O N M 00 0) O N N M 00 00 0) N N LO LO LO V LO CD LO M V � '0 1 0 O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO L E 0 Z1; E N0 00 00 O V O) V V LO LO O 0) I- LO r 0) LO O CD N V CO CD CO N M N CO O N M LO M 00 N CD 0) 0) V O) I- O CD r r 0 0 0 N N N N N N O N N N N M V M M V M M r- M N N N N N N N N N N N O N N N N N N N N N N V N N N N N N N N N N N N N N N N N N U 0 00 0 0 0 00 0 00 - 0 0 0 0 0 0 0 00 00 00 0 000 00 0 0 0 0 0 0 0 0 0 0 G) O O 0 O O O O O O 0 0 0 0 0 00 00 LO O 00 O 0 V LO O O O O O O 0 N V 00 00 0 V O O O O O (D O N O O 00 O O 00 00 M 0 00 O O - M 0 0 0 O O O O O N 00 V 00 0 a O O O O O O 0 O 0 0 0 0 0 0 0 0 0 O O O O O O O O O O O O O I-� O N (fl O O O R'.. ER 643 643 643 E43 M E43 N E43 E43 E43 E43 66 643 643 643 643 643 D) ELT 643 643 643 643 0 0 66 66 66 66 66 66 66 D) O (D M 66, 66, 66, m M6EfER ER ER 69 MM• • Z,1 V! O O 0 O O O O O O 0 00 0 0 0 0 0 O 00 00 0....O O O O O O O O 0, 0 0 0 0 0 0 0 'a O O O O O O O O O O 00 O O O O O O 00 00 LO 0 0 0 0 0 0 O O 0 0 0 0 0 0 0 0 0 a O O O O O O O O O O O O O O O O O O O O O O D) 0 0 0 0 0 0 O O 0 0 0 0 0 0 0 0 0 w Ef3 ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER M Ef3 ER ER ER ER ER ER ELT 69 69 69 69 69 69 69 691 691 Z.........;' U) O O 0 O O 00 O O 0 00 0 0 0 0 0 O O O O 0.... O 0....O 00 00 O O 00 00 00 00 0 O O O O O 0. 0. O O O O O O O O O O O O O O O O 00 00 00 O O 00 00 00 00 0 O O O O O 00 O O O O O O O O O O O O O O O O 0 0 0 0 0 0 O O 0 0 0 0 0 0 0 0 0 ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER Qil Q:!i N+ U) O r r O O O O O O (D N O) V O M O CO (D (D CO CO 0 V (D (D O O O V O M 0) (D O O 0...0) Q V 0) I- O O O O O V V N LO V V - O M N O - V - O V O - O V O V O - N - 0 0 0 N V I- N O O O O O O V Cfl Cfl V 0 0 0 I-� N 00 V N V 00 M O 00 O O V O 0 0 0 N O O Ln (D V M 69, 69 69 69 69 M 00 I- r M Cfl 69 V V LO Cfl V LO 00 (D r LO V 0) V 69 Cfl 69 LO 00 V 69 69 V Ln V M V M (D V V V (D V M V M M V V I- V N M VV V V M M V V � R r ELT 69 69 v) v) - v) v) v) v) 69 69 69169 69 69 69 69 69 69 69 ER ELT 69 69 69 69 69 ER ELT O a 691 z ti N V! O M M O O O O O O V (fl O r O N V O) 0) N O) M 0....N O) V 0 0 O Cfl O r... 0 0 00 0 0) N (D. 00 N O O V O O M O Ln O 00 V N I� Ln O 00 O M 00 O Ln 00 00 N V I- O V V O O O V N (fl C)) d I- 0) V 0) (D O N O O V 0) I- O r O V LO O r M M M 0) LO O (fl r 00 r O V O) 0 0 0 0) 0) I- 0N 00 O N V 6<) V 6<)> 6<)> LO O O 69 0) M 00 00 0) V I- 0) 00 0) 0) 0 00 (fl 00 V 0) V 0) O fR 69 69 00 I- 00 M Cfl Cfl N N N N N N V Cfl Cfl N V a y,..:. ER ER ER ER ER ER ER ER ER ER ECopR ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER69 ER ER ER 'a Z,.i;; N Cfl Cfl Cfl ON O Cfl V -ON V -00 00 Cfl O V O V (D O O ON O V O 00::.Cfl O O 00 (D V ON O (D 00 V 00 V V,V 00:.. (D M M N V M V N OM N LMO 000 ONO OM LLOO OM M N V- Z6 Z6 V- N CND M V- N M M V- LOO � V OMO V CND M OM OM M L Cfl Cfl Cfl Cfl Cfl Cfl Cfl (D (D (D (D (D (D (D (D (D Cfl Cfl (D M M Cfl Cfl Cfl Cfl Cfl Cfl Cfl Cfl (D (D (D (D (D (D (D (D (D (D (D N Zi..., N' E R C' R' CO 0 LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO a; a v, a w; IV M M V V V V V V V V V V V V V V V V V V V LQ LQ LQ LQ LQ LQ LQ LQ LQ LQ LQ LQ LQ D 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 N N N N N N N N N N N N N N L Z........, O O V CO M CD V LO 00 LO N M CO M V 0) N LO N V CD CD 0 V I- 00 00 CO LO I- M CO CO 0 O M 0) 0) N M M LO M LO CD CD M O CO 0) CO W r O 0 r O 0 CO 00 O I- r O V M N V M N N N N M M N O O O O O 00 O O O 00 00 00 00 00 00 O 00 00 00 O O 00 00 00 00 0 C Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln E 7 Z Er- CD V O V O N I- N V V O) V LO N M O CD M O 0 CO M N O LO M M CD V I- N 0 00 M M M V V V M N Ln LO M LO LO LO CD LO LO CD LO CD LO LO V LO CD 00 00 00 N CO CO CO I- r r 00 1 N N N N N N N M N N N N 00 00 N N 00 00 N N N N N N N N OM N N 00 N N N N N U 0 0 0 0 0 00 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 00 0 G) O 0 00 00 O 00 O 0 0 0 0 0 0 0 O O O O O O (fl....O O 0 O V 0 00 O 00 O O O 0 V O O O O O 00 O O O O O N O O O O 00 O O V I- O O D) 0 0 V O D) 0 00 V O O O N 00 O O O O O O O N O O O O O O O O O 00 O O Cfl O O O O O (D O O O O O O r (D O O R'.. H) 643 643 643 643 M O 643 643 66 66 V 66 66 66 66 CD ELT 643 M O 643 64, V 643 643 M 643 I— ELT N M E43 E43 E43 I— 00 ELT 66, m: (D N (D (D (D Ln Cfl - M (D (D (D m Ef3 ER ELT 69 69, 691 691 691 691 691 691 691 691 Z,1 V) O 0 00 00 O O O O 00 00 0 0 0 0 00 00 O 00 O 0 O 00 O O O O O O 0 0 0 'a O O 00 00 O D) 0 O 00 00 O O O O 00 00 O 00 O O O 00 O O O O O O O N O O O 00 00 O - 0 O 00 00 O O O O 00 00 O 00 O O O 00 O O O O O O O N O w 6c3 6c3 6c3 6c3 6c3 6c3 6c3 006c" 6c" 6c" Ef3 Ef3 Ef3 Ef) Ef) Ef) Ef) 6- 6c" 6c" 6c" 6c" 6c" 6c" 6c" 6c" 6c" 6c" Ef) Ef) Ef) Ef) Ef) Ef) Ef) Ef) O Ef) 691 Z.........;' V! O 0 0 0 O O O O O O 0 0 0 0 0 0 0 0 O O O 0.... O 0....0 O 0 O O O OO O O O 0 O O 0 O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER Qil Q:!i N+ U) r O N (fl O O O I- O O O CO V I- 0 0 0) 0 0 0 O '1- LO O 0 N V 0) 0 O O 0) (D O O N 0 Q O O (D. V O O O -. O V M O O Lo. N r O O Lo. O O O O 00 00 N O - - I- O O O N LO O 0 0) 0 N LO O V 0) (D O M M O O 00 O O 00 O 00 O V LO O O O M M O M O O N 0 0 0 O r N O O (0, O 00 ELT V LO V 69 LO N 69 V 00 69 69 M 0) ELT (fl O 69 69 0) (D (D (D O E9, LO E9, LO 69 69 69 Cfl LO 69 69 V 69 V (fl V M N r- V M M LO V Cfl V V LO V N V M V V LO 4- R r ELT 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 E91 E91 E91 E91 0 a � a z N V! M O 0) 00 V O 0 O O M O O O N Cfl M 0 O O O O 0 LO O 0 00 N 0 O O V O O r o I- V 0) M - 0 M O O - I- O N O LO O O O N O (D N O O M (D O O r V CO O O I- CO O 0 0) 0 d V 00 I- M O 0) O N 0) I- O r LO N V 0 0 LO O N 0) O 00 0) O V 0) O O N LO O O N (D E O N LO 0) 00 fR 00 69 N I- fR I- N M N fR 69 I- fR M O e91 0) LO fR 0) 0) I- N fR I- O 0) fR e91 0) '1- 69 ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER 'a Z,.i;; N 00 V Cfl 00 ON 00 V ON O Cfl O ON ON (D .00 00 00 O 00 V V ON O 00::.ON 00 '1- ON 00 ON M...V O -.O V ..ON 00 Cfl 0... �'. 000 N O LMO N M V V N - O V r V CND N M (D 000 M - N (D O M CND M V C(9 M V 0 O O � r 00 M V L Cfl Cfl 00 Cfl Cfl Cfl Cfl Cfl Cfl Cfl r (D (D (D (D r (D (D Cfl Cfl r Cfl Cfl r Cfl Cfl Cfl Cfl Cfl (D (D M (D (D (D (D (D (D (D N Zi..., N' E R C' COR' a; a v, a w; o In In In In In In In In In In In In In In In In In In In In In In In In In In In In In In In In In In In In In In In D 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 N N N N N N N N N N N N N L V CO M CO V I- D) N M I- O O O LO 0) CD O M M 0) 0) N V M V CD 00 0) 0) CD N N LO CO CO CD CD CD LO r CD LO r Ln LO LO r r CD r CD r 0) O O 0) O CO CO O CO 00 O N N V V M O O 00 00 O 00 O 00 00 00 00 00 00 O 00 O O O 00 00 O 00 O 00 O C Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln E 7 Z',; M M N O V N M 0 I- V O M O M 00 M LO V M V LO I- CD CO 0) N CD O CD M N O CD M LO 00 N N W V 0 0) 0) 0) CO CO 0) 00 0 0) O V 0) 0 0) ; 0) O 0) 0 0) 0 0 I- N N N N N V N 1 LO LO N N N M N N N N N N V N N N N N N CO N N N M N N N N N N N N LO N N N N N N U 0 0 00 00 0 00 0 00 0 0 0 0 0 0 0 0 0 0 0 00 0 0 0 00 00 0 00 0 00 0 G) 0 O 00 0.... O O O O 0 O O V O 00 O 0 O O O O O 0 00 00 O 00 00 00 00 O O O 0 0 O O 00 00 CO 00 O 00 O O V V O CO O N O O O O O O 00 00 0 0 00 00 00 O O O O r O O O O O CO O 00 O O N M O N O W O O O O O O O O O O O N O O O O O O O N O O R H) O 643 643 LO CO 00 O CO 643 6-" ,1- I— ELT V H) N E43 E43 E43 E43 643 643 643 643 643 643 643 I— ELT 643 643 E43 E43 E43 E43 N 66 66 R N CO CO CO M CO CO V N CO N LO m Ef3 ER ER ELT 69 69 69 69 69, 691 691 691 N' Z'V1 V! 0 O 00 0.... O O O O 0 0 0 0 0 0 0 0 0 O O O O 00 00 00 0 0 00 00 O O O O O 0 'a O O 00 O O O O O O O O O O O O O O O O O O M 00 00 O O 00 00 O O O O O O O O O O O O O O O O O O O O O O O O O O O O W O O O O O O O O O O O O O O O O w Ef3 ER ER ER ER ER ER ER ER ER ER ER ELT 69 69 69 69 69 69 691 691 691 N 691 691 691 691 691 691 691 691 E91 69 69 69 69 69 69 69 Z.........;' V! 0 O 00 0.... O 0 0 00 0 0 0 0 0 0 0 0 O O O O 0 O 00 0 0 0 0 0 0 0 0 O O O O 0 O O 00 O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER Q O V1 V N N 'ZL U) CO 0 O 0.... O O N O 0 N 0 0 0 N O 0 M N 0 V CO CO O r O O O O W O O r O O 0 Q 0 O O O O O O r 0 0 0 0 0 0 7 0 0 7 I� V CO 00 7 0 0 0 CO O O V V O I� O O 7 O O O N N M O O O O O 00 O O O O O O V V O LO M 0 00 LO M r O V M N O V O I— M O O M N O O LO LO e91 0 E91 e9, e9, M 69 69 LO 69 69 0 00 0 69 LO CO V V LO V M N LO M LO 69 LO CO LO LO 0 69 0 V 69 e9, V N M M M V V V V V V 00 V 69 M I— M V CO V M 69 69 ER ELT 69 ER ELT 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 ER ER ER 0 a co a z N N N W 0 O 0.... O O 00 O 0 00 O CO O O O 0 I— 00 W M 0 V O M O O N W O 0) O O M O O 0 O M 00 O O O O N O O (M O — CO O I- O V N LO 0 O 00 00 LO O O CO O O V N O CO O O 00 O 0) N N 0O MM6V MCO 00N M• rV M• ON M• M O N O M M• NOCO rN M• MV N MN V CO MV M0)OM V " M M N OO O NN co M CO co ER ER ER ER ER ENR CO a ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER 'a N ZV1 N 0 V 00 O 00 CO 00 O 00,:.0 V V CO (D 00 CO ON:.M O 0 00 00 00 00 00 CO CO O CO V V V 0-0 (D ON O 00 0:.. R V V M V- O M 00 000 M Ni M V (D (D N Ln N V Ni V- M LO O N O O M M O P- V- O Ni O M M N Ni 0) N t M M M M M M M r M M M M M M M r M M M M M M M M M M r M M M M M M M M M M M M U Ef3 ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER N' Z''.i. N' E,'ji R j1 Z'....du C v R' a; a a CO' O LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO L i Ln 0 r 0 M r r V CO 0 V LO LO P- CO O V CO M N V CO V N I— 00 M LO V LO I— M M N V LO N M N M N M 00 M M V I— 00 00 0 0 0 r 0 CO N O N M M N M O M M N LO V LO V V V V V V V V V V V V V V V V — V Ln V V V V LO !n Ln — !n Ln — LO Ln LO Ln LO Ln Ln LO Ln 001 0 O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO L E 0 Z1; E Mr 00 N 00 I— LO 0 LO M I— 0 V 0 V CO 0 00 I— r LO 00 CO O CO O V LO LO M N V I— 00 M r O V O O N N LO N N N LO M M M LO LO M M M LO V V V CO CO (D CO V CO CO V V V CO CO I— 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 N N N N N N N N N N N N N U O 0 00 0 0 00 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 00 00 00 0 0 0 0 0 0 0 00 0 N 0 00 0 0 00 00 O O O 0 0 0 O N O V O O O O O O O 00 00 0 0 0 0 0 0 0 0 0 M 0... 0 O O 00 V O 00 011- 0 0 0 0 0 0 0 I— 00 00 00 0 O O 00 00 O 0 0 0 0 0 0 0 0 V O a O O I— V O O O O V O 0 0 0 0 0 0 CO 0 0 0 0 0 0 0 O 0 0 0 0 0 O O O O O O N O O (b O R'..H) 643 N 0 ELT 643 643 643 0 O ELT 643 643 643 643 64, V 64, 05 ELT 643 643 O 6-3 6-3 I— ELT 643 643 66 66 66 66 66 66 66 N 66 643 0) ELT m 69 69 69 69 6 N69 D 69 Z,1 V! 0 O O O O 00 O O O O O 0 0 0 0 0 00 00 O O O O O 00 O O 0 0 0 0 0 0 0 00 O 0... v O 00 O O O O O O O O O O O O O O O O O O O O O O O 00 00 O 00 00 00 00 O O a O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O w,.,Ef3 ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER N w 0 0 0 0 0 0 0 O O O O O 0 0 0 O O O 0 O O O O M M 0 O O O O 0 0 0 0 O O O O 0 O 0.. O O O O O O O O O O O 0000000000000 0 O O O O O O 0 0 0 0 0 0 0 0 O O O O O O O O O O O O O O O O O O O O O O O O O W W O O O O O O 0 0 0 0 0 0 0 0 O O ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ELT v) v) v) Ef3 Ef3 Ef3 ONO ONO Ef> Ef> Ef> Ef> v) v) v) v) v) v) v) v) v) v) v) v) N+ w 0 00 0 0 M 'q- 0 - 0 I- V M 00 0 N O I- 00 r- V O 00 O O M r.. O 00 O M - 0 00 M O O O O CO LO O M O I� 00 O) M O O LO 0) O O 0) N 00 CO 00 0) 7 0) O LO I� O LO LO I� 00 N O O O O OM 0 0 0 00 O 00 00 00 0 O N O 0 V 0 O 0 0 N V 0 r- N 00 I- 00 O 0 I- 0 Ln 0 69 69 69 LO 00 V V 69 0 0 O V V I— M 69 Ln LO 0) V V I— 00 00 CO I— 00 r V CO LO N M LO 69 V V 00 M V N V V 69 CO LO V V V V M LO M N CO I— M V M r V V N V CO N V V N M I- 69 ELT 69 69 69 69 69 69 69 ER ELT 69 ER ELT 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 O a � a z N N 0 0 0 O O W I— 0 O W O W M 0 r O 00 0 V 0 M N M N W O N O O r M O N O M O 0 V V W.. 00 CO 00 O CO 00 LO 00 O 00 O V V O) V CO CO O N V CO 00 V O N I� M O O O) CO I� O O (q 00 O CO O O M d N M r O V 00 N V O 0 0 0 r O r M N 0 0 0 r 0 0 0 0 0 00 M r M O 0 O 00 O 0 E Il V N 6<) V O 00 0 6<) O fR N 0 00 M 00 0 00 O O CO O CO 0 0 69fR O 00 O 0 fR 0 0 6900 0 0 00 V CO M N V V N N Ln N Ln N N N M N V M M a 69 69 69 ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ELT 69 69 69 69 69 ER ELT Ef) ER 2 ER ER ER ER ER 'a Z,.i;; N 0 0 0 V ON V,0 ON V 0 00 ,-V 00 V ON 0 V 0 ON..,V V ON 00 0 00 0 0 00 0 00 0':: 00 0.-.0 ON 0 O ON .0 ON ON... R CN9 V l� V- N V lV- P— W N M M 000 r OM V 0) (D 0 W LO 0 M M r Oro 000 M 00 V N N LLO N M P— r P- 0 0 c0 0 0 0 0 0 0 0 0 0 r 0 0 0 0 0 0 0 0 0 m c0 c0 r m c0 c0 r m c0 c0 c0 c0 c0 c0 c0 c0 c0 c0 m U!,Ef3 ER ER ELT 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 Zi..., N' E R C' R' a; a' v, a m 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 N N N N N N N N N N N N N N N L M 0 I— V 0 0 0 M M I— 0 O 0 M (D LO CO CO 0) CO 0) N O O N I— 0) CO CO CO M LO V I— LO M N V CO (D CO 0 0 00 W O 0 W 00 O I� 0) OM M N M O O N M I— M Ln V CO V 00 Ln M 00 CO V W O 0 0 0 0 LO 0 0 0 0 c0 0 0 0 c0 LO 0 CO c0 CO CO c0 CO c0 CO 0 0 0 0 0 0 0 CO CO CO CO CO CO CO CO CO CO r 'u O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O 0 0 0 0 0 0 0 0 O O E 7 Z',; E M O N 00 N M O O 0 V 00 I- O N N M O 00 I- M 0 0 V 0 0 0 r 00 M O N Y 0 0 0 00 M 0 M 0 r r r M 00 I- r 00 I- r 0) 0) 00 0) 00 00 00 00 00 00 0 00 M V O) 0) 0) O O O V O O) 0) O O �1 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 N N N N N N N N N N N N N ONO ONO U 0 00 00 00 00 00 00 0 0 0 0 0 0 0 0 0 0 0 0 0 00 00 0 0 0 0 0 0 0 00 0 0 G) O O 00 0.... O 0 O 00 00 00 0 0 00 O O O O...CD O 00 O M I- 0 0 0 0 O 0 00 00 00 V O O 00 O O O O 00 00 00 O O 00 O O O N 00 0 00 0 - (D O O O N N 0 00 00 00 a O O O O O O O O O O O O O O O O O O O N O 00 I-� O O O O Ln (6 0 0 0 00 0 0 0 0 0 0 0 R H) 64 64 64 64 64 64 66, 66, 66, 66, ER ER ER O ELT 691 69, 69, LO Ef3 - 00 E9, E9, 69 69 V CF) LO 691 691 V CD O ELT 691 691 691 691 691 691 691 691 691 691 691 691 N' Z'V1 V! O (D 00 0.... O 0 0 0 0 0 0 0 0 0 0 00 O O O O 00 00 O 0 O 0 O O O O 0 0 0 00 00 'o O - 00 O O O O O O O O O O O O 00 O O O O 00 00 O O O O O O O O 0 0 0 00 00 O (Ti O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O 0 0 0 0 0 0 0 - 6c3 6c3 6c3 6c3 6c3 6c3 6c3 6c3 Ef3 Ef3 Ef> Ef) Ef> Ef> 6f 6- 6- 6- 6- 6- 6- 6- 6c3 6c3 6c3 6c3 Ef3 LO Ef> Ef> Ef> Ef> Ef> Ef> Ef> 6c3 6c3 6c3 6c3 691 Z.........;' V! O O 00 0.... O 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 O O O 0 0 0 0 0 0 0 O O 0. 0. O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O 0 0 0 0 0 0 0 O O 00 O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O 0 0 0 0 0 0 0 ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER Q O V1 V N N 'ZL w M 0) 00 (fl 00. 00::. N r- 00 O 00 V 0) 0-,.O O O O O 00 Cfl O O r 00 (D V N O LO V I- 00::. LO V I- M... 0 00 Cfl V I� O 00 V O V O N O (fl O O O O O O M Ln D) Cfl V (fl v7 O v7 V O v7 00 Ln Ln r W N v N Lo V I- 00 O 0) (D M O V O V I- N Lo M O O O O O O V O (D O Lo r Lo (D 0) 0 M Lo (D M M Lo r Lo V 0) (D M Lo V M I- r O fR Lo 00 M Lo V 69 69 69 O 0) fR V Ln O 00 Cfl M Cfl LO LO LO E9, I- Cfl Cfl LO V LO LO LO V V M (fl M N N V V LO V V V V M V Lo V (D V M M V V N N V V V V V V 4- 69 69 69 69 69 69 69 69 69 69 69 69 69 ER ELT ER ER ELT 69 69 69 69 69 69 69 69 69 69 69 69 69 E91 E91 69 69 O a 0 a co z N N.... 0) N 00 M N O 0) N (D 0) 0 0 0 0 0 0 (D V 0) O O 0 LO V Cfl 00 O (D Cfl M N LO Cfl M r Ln V (fl D) Ln W Ln - O 00 O Cfl O (M I� O V 00 O O N D) O V W O O M N 00 M O M - N V O O O V N 00 O O V (D O O (D Ln r O M M 00 I- (D N (fl (fl 00 00 00 00 N LO LO O O 00 0) I- O 0) 00 N (D M V LO V- E E 00 00 O Ln OO D) Cfl O O N LO D) O I- 00 00 00 M 00 00 0 r 0 N 69 69 0 0 00 0 64 I- 0 O 00 00 0 0 0 M N M V N N N M N (D (D (D N V M N N N N N - Z; a y,.;, ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER 'a N 'ZV1 : N :- -.O , NN N OO.. N N O Cfl (D 00 COO (D Cfl O V00 V Cfl V V 0 V 00 O O V N (D V V V 00 O 00 00 00 00 00 (D R M N M 0) M V- M r- r- M Oo V- 0) Z6 V OM ONO M OMO V- LSO M Z6 V N O N 000 L00 V V LMO V N CVD N V- N Oo lM V L Cfl Cfl Cfl r Cfl Cfl Cfl Cfl Cfl r (D (D (D M 0 0 0 0 0 0 0 0 M Cfl r r Cfl Cfl Cfl Cfl Cfl Cfl Cfl Cfl Cfl Cfl Cfl (D (D (D (D U Ef3 ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER N' Z''.i. N' E,'ji R j1 Z'....du C v R' a; a a w Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Ln Ln Ln Ln Lo Co Co Co Co Co Co Co Co Co Co Co r- r- r- r- r- r- r- r- r- r- r- r- r- r- r- r- r- co 0o 0o 0o 0o 0o 0o 0o R L i M CD V I— r M O r CD 0) M Lo CD V CD CD r 00 CD N M Lo V V 0) 0 CO 0) M V N O N M O O O O N V N M V N V N Ln V N 0 0 0 r 0 0 r r 0 r 0 00 0 0 0 r M M N O O O M O r r r r r r r r r r r r r r r r r r r r r r r r r r r r r r r r r 00 00 r r r 00 00 00 '0 O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O 0 0 0 0 0 0 0 Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln L E 0 Z1; E O LO 0) I— V 0) I— 00 V M LO M N 00) I— M 00 CD LO V M V N O 0 LO N 00 I— M 0) LO N 0 0) 0 00 O 00 O N N I— N M M M N M N N M M M N M N N M I— LO CD CD r CD CD CD R ONO ONO ONO ONO ONO ONO ONO ONO ONO ONO ONO ONO ONO ONO ONO ONO NN ONO ONO ONO ONO ONO ONO ONO ONO ONO ONO ONO ONO ONO ONO ONO ONO ONO ONO ONO ONO ONO ONO ONO ONO U 0 0 00 0 0 0 0 00 00 00 00 - 0 00 00 00 00 0 0 0 00 0 0 0 0 00 00 00 G) 0 O O O O 00 O 00 00 O O O O 0 0 0 O O O 00 00 00 O 00 O 0 0 00 0..... 0 O O O O O 00 O 00 00 0 0 0 O O O O O 00 O O N 00 00 O 00 O 00 O 00 O O O O O O O O O 0 0 0 0 0 0 0 O O O O O V O O LO O O O O 00 O O O CO O O O O R'..H) 643 643 643 643 643 643 643 643 643 643 66 66 66 O 69 69 69 69 69 69 6f 1 M 6c3 6c3 6c3 6c3 N 6c3 6c3 6c3 00 6c3 691 Ef3 Ef3 m � Z,1 V! 0 O O O O 00 O 00 00 O O O O 0 0 0 O O O O O 0 0 0 O O 00 O 00 00 0...... 'a O O O O O 00 O 00 00 0 0 0 O O O O O 0 0 0 0 0 0 0 0 O 00 O 00 00 O O O O O O O O O 0 0 0 0 0 0 0 O O O O O 0 0 0 0 0 0 0 0 O O O O O O O O O w Ef3 ER ER ER ER ER ER ER ER ER ER ER ELT 69 69 69 69 69 69 69 69 691 691 691 691 691 691 691 691 691 691 691 691 E91 E91 E91 E91 N Z.........;' V! 0 O 0 O O O O O 00 O O O O O 0 0 0 0 O O O O O O 0 O O 0 O O O O O 0 O 0..... O O O O O O O O 0 0 0 0 0 0 0 O O O O O 0 0 0 0 0 0 0 0 O O O O O O O O O O O O O O O O O 0 0 0 0 0 0 0 N O O O O 0 0 0 0 0 0 0 0 O O O O O O O O O ',ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER � ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER Q!I N+ U) (D N.:.. CO O ,.: O 0 O V W M V 0 V W N.. O O 00 V ,O N 00 00 00 0 LO M (D ,O O 0 N (D Q LO 00 N CO 00 W O M 7 O O W M V N 00 7 00 LO O O LO 7 0 7 00 V M O r LO N O W O 7 N LO M LO LO O V M O CO r 0 00 N M LO V M O O M LO O O O r r O M O N O 00 O LO CO M CO 0 M V e9, O CO LO M CO V 00 r CO LO r N 69 69 LO CO e9, LO 0 M V 69 LO 00 LO 69 CO 69 (D Ln V V M V V N M M VM LO M N V N V LO V V V N M M V N V CO V V 69 69 69 69169 69 69 69 69 ER ELT 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 O a' co z N V! V.,: W 00 W W N O O W O M r CO M 00 O O N (D O 00 NN N 0 LO r V -:0 O O:. 00 V 00 M — — M LO O LO CO 0 N 0 LO LO LO 0 W W 00 O V N O O LO — N O 00 V LO O O V CO V 0) N 00 r 0 V 00 V r 0 r O M M N O Ln O N O M O LO M V O O V N O O V r CO (6 0 00 0 00 00 LO N 00 00 00 O O CO O N 0 0 M 0 Ef> 00 O ef> 0 O r 00 ef> 00 V 0 Ef> ef> V 0 00 N N M CO V N V M N N N M CO N V N N r a ELT 69 69 69 69 69 69 ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ELT 69 69 ER EMR ER ELT ER ER 'a Z,.i;; N :..O -. OOOOO 00 N O 00 00-.0 N 00 N O .00 00 O O 00 00 O N N :. CO (D 0 CO O VN V V V V V 00 00 00 V.. 00 (D 0 r O O r O 00 00 0 0 (M 00 (M N Ni CO CO O Ni N Ni O CO LO CO M 00 M Ni Ni CO 00 Ni N r R M M M LO N LO V N CO LO LO r LO V r LO 0 V CO M V 0M N V M V 00 CO V CO M L M M M r M M M r CO CO CO CO CO CO CO CO M M M (D CO CO CO CO CO (D CO CO CO CO CO CO r cm r cm CO U!,Ef3 ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER N Zi..., N' E R C' R' a; a' v, a CO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO 00 co co co co co co rn rn rn rn rn m m m m m m m m m m m m m m o o o o o o o o o o o L CO r N M 0 M M O O M O M CO 00 CO LO CO r 0 0 LO CO r V O M CO V 0 00 M r 00 O 000 0 CO O r LO CO r LO V r LO 00 M V r CO V LO V M r (D O N N CO 00 O N 00 O 00 r r r 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 0 0 0 00 00 0 0 0 0 00 0 00,O O O O O O O O 0 0 0 0 0 0 0 O O O O O 0 0 0 0 0 0 0 0 O O O O O O O O O C LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO E 7 Z',; E COV r M N CO O LO r 0 V V N CO M 00 V CO r r M LO CO 0 0 r N 00 O V LO CO O CO r CO CO CO r CO LO LO r r V LO r LO V LO V LO LO LO V 00 LO r Ln r 00 M 00 00 00 V 00 00 00 00 'u 00 00 00 00 00 00 00 00 00 co co co co co co co co co N co 00 00 N OO OO OO OO OO OO cocococococo co co U NNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNN 0 0 0 0 0 00 0 00 00 00 0 0 0 00 0 00 00 00 00 0 00 0 00 00 0 G) O O O 0 0 0 0 0 0 0 0 0 0 O 0 0 0 0 0 0 0 0 O 0 0 0 0 0 0 (D 0 0 0 0 0 0 0 00 00 V O O O 0 0 0 0 0 0 0 0 0 0 O 0 0 0 0 0 0 0 0 O O O O O O O N (D 0 0 0 0 0 0 00 00 O O O 0 0 0 0 0 0 0 0 0 0 O 0 0 0 0 0 0 0 0 O 0 0 0 0 0 0 D) M O O O O V O 0 0 0 0 R H) 643 643 643 643 643 E43 E43 E43 E43 E43 66 64 64 64 643 643 643 643 6-3 6-3 LO 643 643 643 643 E43 E43 E43 LO I— ELT E43 66 66 LO 643 643 643 643 643 N' Z'V1 V! O O O 0 0 0 0 0 0 0 0 O O O 0 0 00 00 O 0 O 0 O O O O O 0 0 0 0 0 0 0 0 00 00 'a O O O 0 0 0 0 0 0 0 0 0 0 O 0 0 00 00 0 0 O O O O O O O O O O O O O O O 00 00 O O O 0 0 0 0 0 0 0 0 0 0 O 0 0 0 0 0 0 0 0 O O O O O O O O O O O O O O O O O O O w j, EiT ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER N V! O O O O O O O O O 0 O O O O 0 0 0 O O O O 0 O 0 O O O O 00 0 0 0 0 0 0 0 0 O O 0 O O O 0 0 0 0 0 0 0 0 0 0 O 0 0 0 0 0 0 0 0 O O O O O O O O O O O O O O O O O O O O O O 0 0 0 0 0 0 0 0 0 0 O 0 0 0 0 0 0 0 0 O O O O O O O O O O O O O O O O O O O ER ER ER ER ER ER ER ER ER ER ER ELT Ef> Ef> Ef> Ef> Ef> Ef> Ef> Ef> v) LO v) v) v) v) v) v) v) v) v) v) v) Ef> Ef> Ef> Ef> Ef> Ef> Ef> v) '.- 0'.L. OV1 V N N ZL U) D) LO I- 0) 0 0 r 0 0 0 I- O 00 N 0 0 0 Cfl O O N Cfl V O V O O Cfl 0 0 0 0 (D 0 0) V V Q M Lo (D V M - 0 0) 0 0 00 M V V 0) 00 0 0 0 I- (D O 0 0 0) - 0 0 0 Lo 00 00 O O N N - 00 N 0) (fl 00 0) 00 LO O O O LO 0) O N 0) O LO O O LO O LO LO O (D LO O O 00 (D O O O 00 M N LO r M V M V M I- 69 0 69 69 r V 0) Lo (D 0 V e91 691 Ln Lo 0) (D r 00 69 N 0 69 69 0 r N 0 69 0 N 0 0 0 V V V V V N M M V V M V M V V M V V M N V M V M M M M V V M 4-- 69 69 69 69 69 69 69 69 69 69 69 69 69 ER ELT ER ELT ER ELT 69 ER ELT 69 69 69 69 69 69 69 69 69 69 O a N a co z N V) LO M 0 O O M 0 0 0 M 0) O N 00 0 0) O O V 0 O 00 V Cfl O 0 (D V O V O O O V OCfl (D 00 (D Lo Lo (D Lo (D (D N (D N V Lo O O Lo O (D CO (D V O 00 (D O r 00 N N 0) O 0) O O O O 0) O 0 N O N M 00 V O M V 0r V ; 0 O M N O I- 00 r 0) 0 00 I- 00 : V V M O 0 0 0 0 O 00 O 00 00 00 0 00 O M N I� M O 0 6<) 0 O r 00 M M 00 6<) V 0 O r 00 O 0 Ef3 00 O fR fR fR 00 fR 00 O O V Cfl M Cfl M M N M Ln M M V N M Cfl M N N N N N N M a y ER ER ER ER ER ER EL) Ef) Ef) Ef) Ef) Ef) Ef) 69 69 69 69 69 69 69 69 69 69 69 69 69 691 691 691 69 69 ER ELT 69 'a N ZV1 O O O O O O Cfl (D ,CO N M' O 00 O V O V 0:- V 00 00 Cfl OOOOOOO N (D 00 00 N 00 00 N N Cfl O Cfl 00 00 O .. N N V 00:- R N M N � N r- M N r (D M 00 � N V r M M M M V LM M CND 00 0) r M M r � 000 ON Oo Lo � N V CMD M L Cfl Cfl Cfl Cfl Cfl Cfl Cfl r (D (D (D (D (D (D (D (D r Cfl Cfl Cfl Cfl Cfl Cfl Cfl Cfl (fl (D M 0 0 0 0 0 0 0 r 0 0 0 0 0 N' Z''.i. N' E,'ji R j1 Z'....du C v R' a; a a w Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo � O O O N N N N N N N N N N N N N N N R 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 N N N N N N N N N N N N N N N D 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 N N N N N N N N N N N N N N N L i Z N 0 V I- 0) M N LO V N 0) M 0 0 0 CD r r CD r 00 LO 00 O N O M M V V I- 00 Lo 00 Lo Lo 0) O V Lo Ln LO CD r V LO V CD M M V N N CD N LO V M LO V 0 0 0 O 0 00 0 r r 0 0 0 00 00 W 0) 0 0 0 0 0 0 0 0 0 0 0 W 0 0 0 0 0 0 0 0 W W 0) W W W 0 0 0 0) 0) W 0) 0) 0) 0) 0 0) 0) O O O 0 0 0 0 0 0 0 0 0 0 O 0 0 0 0 0 0 Lo O O O O O O O O O O O O O O O O O O O O �,', Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln O Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Lo Lo Lo Ln Ln Ln L E 0 Z 00 M I- 0) N M O V N CO M M CD Lo V N O N I- 0) M O V M I- V M M 0) Lo Lo Lo 0) 0 r- V 00 W CD O 00 0 M 0) O 0) O 0) CD O 0) 0) Ln 0) CD 0) 0) LO CD CD CD N N N N LO N N R,... N N N coNT N co co N CO N CO N CO N N N N M M N N N N M N N M N N N N N N N N N N N N N U 0 0 0 00 00 00 00 00 0 00 00 00 00 0 00 00 00 000 0 00 00 00 00 G) 0 O O 0 00 00 0 O O O O O O O 0 0 0 0 0 0 0 0.... O 0 O O O O OO O O O O 00 0 0 O O O 0 00 00 0 00 O O N O O O 0 0 0 0 0 0 CO O O O O O 00 O O O V O O N 00 O O O O 0 0 0 0 0 0 V O O O O O O O O O O O M O O O O O V O 0 0 O O O O O R'..ER 643 643 E43 E43 E43 E43 64 O V 64 64 V 643 643 643 643 643 643 643 643 643 V 643 E43 66 66 66 V 66 66 66 0 643 643 I- ELT 643 643 m MMM6M69 Z,1 V! 0 O O O 00 00 O O O O O O O O 0 0 0 00 0 0 0.... O 0 V 0 0 0 0 O O O O O O O 0 'a O O O 0 00 00 0 O O O O O O O 0 0 0 00 0 0 0 O 0 0 0 0 0 0 0 0 O O O O O O O O O 0 0 0 0 0 0 O O O O O O O 0 0 0 0 0 0 0 0 O 0 0 0 0 0 0 0 0 O O O O O O w Ef3 ER ER ER ER ER ER ER ER ER ELT 691 69 69 69 69 69 69 69 691 691 691 691 691 691 691 0') 691 691 69169 69 69 69 69 69 69 69 6r) N Z.........;' V! 0 O O 0 00 00 0 O O O O O O 0 0 0 0 0 0 0 0 0 O 0 O O O O OO O M O O 00 0 O O O 0 00 00 0 O O O O O O O 0 0 0 0 0 0 0 0 O 0 0 0 0 0 0 0 0 LO O O 00 O O O O 0 0 0 0 0 0 O O O O O O O 0 0 0 0 0 0 0 0 O 0 0 0 0 0 0 0 0 W O O O O O E Ef> Ef> Ef> Ef> Ef> Ef> Ef> Ef> Ef> Ef> Ef> Ef> Ef> Ef> Ef> Ef> Ef> Ef> Ef> v) v) v) v) v) v) v) v) v) v) v) Ef3 Ef> Ef> OO Ef> Ef> Ef> Ef> Ef> CL'_' N6T O N+ Z', U) CO O O O O M (D V V O O 0 0 0 - CO 0 O M I- 00 O O 0.... O 00 O M 0 0 0) 0 LO M O O O 00 V Q CO O 0 O 00 LO O N I� O V CO 0 0 0 0 00 0 00 CO 0 0 0 CO O 0 0 7 0 0 I� O 0 0 O O r 0 0 N M O LO O V CO N M O O O M O O CO M O CO LO N N O O LO O M M LO O 00 LO CO LO N CO O M N O 00 0 0 69 O M V V LO 69 LO V 69 0 N LO LO N V CO LO 0 69 LO 0 LO M LO 69 LO LO M CO 00 LO e91 0 LO CO V I- V V V CO N M CO M V M V CO M LO V CO M M CO V V V CO ER ER ELT 69 69 69 69 ER ER ELT ER ELT 69 69 69 69 69 69 ER ELT ER ELT 69 69 E91 69 ER ELT 69 69 69 69 69 O a � a co z N V! N O O O O V V M...M O O O O O W N 0 O r M N 0 0 0 O N V I- O O O M r O O O N M... LO O - O O 00 N I- V O N O O O N CO O LO LO LO O 00 O O CO CO N V O O V CO I� 0 00 O LO O V N 00 M N V O M M W V O I- O O V V W O M O O M 0 0 0 LO W M V O O W LO M CO N O I- M LO E,,.6" LO N 0 fR N 00 6<) 00 6<) 69 69 V 00 00 69 M 0 M 0 M 69 69 0 00 00 0 64 64 I- 0 00 CO 00 64 O 0 N V N CO N Ln V M N M N V V N N V N N fR a y ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER 'a Z,.i;; N O 0 0 0 0 0 O N...O O-. O 00 V N O.: V V OOOOOOOO N 00. CO CO N O NN (D 00 N O 00 CO CO: CO (D N CO 00 O N... V CO N -. 00-. N N O V... 0) V 0) O M N M M V (D V V Ni V OO M M N V LO V LM 000 V N V Ni LSO M M V M M r O V M L M M r M r M M V CO CO CO CO CO (D CO CO CO CO CO CO CO CO CO CO CO CO CO CO CO CO CO CO CO CO CO CO I- M M U!,Ef3 ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER N Zi..., N' E R C' R' a; a' v, a CO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO N N N N N N N N N N M M M M M M M M M M M M M V V V V V V V V V V V V V V V LO LO R 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 N N N N N N N N N N N N N D 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 N N N N N N N N N N N N N L CO W M CO CO V N N CO 00 W 00 N V M M O M N r V M I- O N r N M M O LO 00 r N r r O I- r O CO O 0V M M LO LO LO V M N LO N LO M 0 CO CO 0 0 0 I- r r CO O O O M N O 0 O 0 0 0 0 0 0 O O O O O O O 0 0 0 0 0 0 0 0O O O O O O O N N N N N N N N N N N N N N 0 O O 0 00 00 0 O O O 00 O O 0 00 00 00 0 O 0 00 00 00 0 O O O 00 O C LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO E 7 Z',; E LO N I- N V CO CO CO 00 N I- r V LO CO O 00 N CO M CO V CO V O O LO CO V LO 0 r 0 M N O CO N N N CO N W M CO M M 00 M M M M M M CO N I� CO LO W r LO O O O W CO LO CO LO V- N 1 N N N N N N N N N V N N N N N N N N N N N N LO N N N N N N N N N N N N N N N N U 0 0 0 0 00 00 0 0 0 0 00 0 0 0 00 00 00 0 0 0 0 0 0 0 0 0 0 0 0 0 00 0 G) O 0 00 00 0 O O 00 00 O O O 0 O 0 00 V O O O 00 O O O O O 00 00 0 0 0 V O 0 00 00 0 O O 00 00 00 O O O O O 00 O O O 0 00 0 0 0 O 0 00 00 0 0 0 O 0 0 0 0 0 0 O O O O O O V O O O O O O O D) O O 0 0 0 0 0 0 O 0 0 0 0 0 0 0 0 R H) 643 643 643 64, V 643 643 643 643 E43 E43 66 r 66 66 66 66 66 6-3 6-3 O 6-3 6-3 6-3 6-3 643 LO 643 643 643 Ef3 Ef3 Ef3 Ef3 66 66 66 66 N' Z'V1 V! O 0 00 0 0 0 O 0 00 00 O O O 0 O 0 00 0 O O O 00 O O O O O O 0 0 0 0 0 0 'a O 0 00 0 0 0 O O 00 00 O O O O O O 00 O O O 0 00 0 0 0 O 0 0 0 0 0 0 0 0 O 0 0 0 0 0 0 O O O O O O O O O O O O O O O O O 0 0 0 0 0 0 O 0 0 0 0 0 0 0 0 H) 6c3 6c3 6c3 6c3 6c3 6c3 6c3 6c3 6c3 6c3 6c3 Ef> Ef> Ef> Ef> Ef> Ef> Ef> 6c3 6c3 6c3 6c3 6c3 6c3 6c3 6c3 LO 6c3 6c3 Ef3 Ef3 Ef> Ef> Ef> Ef> Ef> Ef> Ef> Z.........;' V! O 0 0 0 0 0 0 O O 0 O O O O O O 0 O 0 O O O O O 0 0 0 0 0 0 O 0 0 0 0 0 0 0 0 C O 0 0 0 0 0 0 O O O O O O O O O O O O O O O O O 0 0 0 0 0 0 O 0 0 0 0 0 0 0 0 '- N O 0 0 0 0 0 0 O O O O O O O O O O O O O O O O O 0 0 0 0 0 0 O 0 0 0 00 0 0 0 ER ER ER ER ER ER ER ER ER ER ER ELT Ef> Ef> Ef> Ef> Ef> Ef> Ef> Ef> v) v) v) v) v) v) v) LO v) v) v) v) v) 6" 6" Ef> Ef> Ef> Ef> OV1 V N N ZL U) O 00 0 0 0) Cfl 00 V O O LO O Cfl r V O 00 N 0 O O O N 00 O V O O V Cfl 00 M O LO 00 Q O O O (fl 0 Ln 0) N (fl O O O O 7 Ln 7 O 0) 0 (fl D) O 00 V O r Ln O r V O N Ln M 00 0 0 0 N O 00 O LO O r r (D O O 00 O V (fl LO O N LO 0) 0) O N Cfl O M O O M N V N O r r N V N V fR Ln M Lo O 0) fR 0) fR r M M Ef3 Ln V V r fR 00 M Ef3 M 69 00 V Lo M Lo V 00 Ln 0 Ln Ln V V N V V Lo V V V V V V (D M V (D V Ln V (D V V N M V M 69 V 4— ER ELT 69 69 69 69 69 ER ELT 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 E91 O a � a co z N V) O N 0 0) 0) 0 V N (D O O LO V M (D O N 00 O LO O 0) O 0 00 N O (D O O Cfl V N r O LO N O — V Ln Cfl O V 00 M M O N Ln O Cfl N N O O Ln O O (fl — O 00 N O 00 00 O 00 D) N N — O V O N Cfl r V r O 00 N N 0 00 � M r V N 00 M N O r 0 O V O LO 00 M O (D 00 O V O 00 O M E r M 00 00 00 69 00 00 0) N (fl N 00 0) O O Lo 0) 0) fR Lo N M 69 V O 0) M69 0 r O 00 O 00 Lo 0) (D N (D M N V (D N N N M Ef3 r N (D N N (D N V N N N 0 a y 69 69 69 zea ER ER ER ER ER ELT 63) ER ER ER ER ELT ER ER ER ELT 69 69 69 69 69 69 69 69 69 69 69 69 69 ER 'a N ZV1 N O ON V O 00 Cfl 0 O ON 00 O ON O Cfl 00 00 00 V:- O 0 Cfl (D O (D O V-,:00 O Cfl 00 (D V 00..N 00 (D O O V 0:.. M M M 00 N M V- V- ON V M LLO Z6 N CND M M CMD M V M V V N W M V CVD LM M 0) V Oo Z6 Oo M 000 V- Lo V L (D r (D Cfl Cfl Cfl Cfl Cfl Cfl r (D M r Cfl Cfl (D (D (D (D (D (D (D r r (D Cfl Cfl Cfl Cfl Cfl Cfl (D M 0 0 0 0 0 0 N' Z''.i. N' E,'ji R j1 Z'....du C v R' a; a a w Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo O a u> Ln Ln Ln Ln Ln Ln Ln Lo Lo Lo Lo Lo Lo Lo Lo Lo Co Co Co Co Co Co Co Co Co Co Co Co Co Co Co Co Co Co Co r- r- r- io 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 N N N N N N N N N N N N N D 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 N N N N N N N N N N N N N L i Z........'.. N O O 00 CD CD 00 0) M V O LO N M 00 00 V M N CD 00 r 0) r 00 r 0) M M O CD V CD N CO CD .:„ N N N N M M N M M N M M M V Ln Ln Ln Ln W Ln W M r 00 00 Ln r M M r Ln M 00 N N O N O 0 0 0 0 0 0 O O O O O O O O O O O O O O O O O 0 0 0 0 0 0 O 0 0 0 0 0 0 0 0 �,', Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln L Z E 0 LO M N r CD V 0) CD V r 0) LO N O N 0) O O M N 00 M LO M 00 V N O V O r CD CD O V 0) 0) 00 V 0) V Lo V 0) 0) M 0) r V 00 Lo 0) Lo N Lo O 0) O O r O V O : O r CO Ln O O r N N N N N OM N N N N N N N N N N N O N N N O N O N O O N O N O M 00 O N 00 0 U 0 0 00 00 0 0 0 00 00 0 00 0 — 0 00 0 0 0 0 0 0 00 0 0 0 0 0 0 0 0 0 0 G) 0 O O O O O O 0 O 0 0 0 0 0 0 O O O O O 00 O 0....0 00 0 0 0 O O O O O O O O 0 V O 00 (D 0 0 0 0 0 0 0 0 0 0 0 O O O O O 00 O 00 00 r O O O O O O O O O O O r O O O 0 0 0 0 0 0 0 0 0 0 0 O O O O O O O O O O O O M O O O O O O O O O O O R'..ER 643 643 (D 643 643 643 643 643 643 E43 66 66 66 66 66 66 66 66 O 64, 64, 643 643 643 643 643 D) ELT 643 643 66 66 66 66 66 66 66 66 Z,1 V) 0 V O O O O O 0....0 0 0 0 0 0 O O O O O O 00 O 00 00 00 O O O O O O O O O 0 'o 0 — 0 O 0 0 0 0 0 0 0 0 0 0 0 O O O O O 00 O 00 00 00 0 O O O O O O O O O r O Cfl O O 0 0 0 0 0 0 0 0 0 0 0 O O O O O O O O 0 0 0 0 0 0 0 O O O O O O O O O w Ef3 M• 6c" 6c" 6c" 6c" 6c" 6c" 6c" 6c" 6c" 6c" Ef) Ef) Ef) Ef) Ef) Ef) 6r) 6c" 6c" 6c" 6c" 6c" 6c" 6c" 6c" 6c" 6c" 6c" Ef) Ef) Ef) Ef) Ef) Ef) Ef) Ef) Ef) N Z.........;' V! 0 0 0 0 O O O 0 O O O O 0 0 O O O O O O O 0.... O 0 0 O O O 0 0 O O O O O O O O 0 O O O O 0 0 0 0 0 0 0 0 0 0 0 O O O O O O O O 0 0 0 0 0 0 0 O O O O O O O O O O O O O 0 0 0 0 0 0 0 0 0 0 0 O O O O O O O O 0 0 0 0 0 0 0 O O O O O O O O O ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER Qil N+ . Q wM Cfl 00 O M O 00 0 M V O O N 00 00 MI� V M O O O O O N O O O O N O O 00 r Q 7 v7 00 O v7 0 v7 00 v7 (M O O v V N 00 Ln r M O O O O r O V O N N O O O V O I� V O V N 0 0) 0 O Lo 0 0) V O M (D 0 0 0) N 00 Lo V 00 LnO O V 00 O O O M 0) O N 0 0) O 00 00 N 0 Cfl Cfl 00 69 LO 69 M M (fl M V 69 LO 0) (fl 00 LO LO M LO r E91 0) V Lo 69 M 69 O Lo 690) I— fR Lo M Lo (D V Lo V V V I— V V 0 V N V V N V V N N N V (D N (D r N V V M ELT 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 ER ELT 69 E9 : v) 69 ER ELT 69 ER ER ER O a � ai Lo z o0 N V) r.. 00 N O r O N 0....I— (fl O O 00...0) N N r— 0) M (D r O O 0)...0) 0 0 O O O O 00 O 0) O N M �.,.00 Ln O O V O Cfl O 00 (fl O V O Ln M N N M 00 0) O 000 CO M O V N O V O M 0 00 00 N O Ln d I I— Cfl : O V O O I— N O V O 0 I— LO r M O O Cfl 00 LO (fl 0) 0 O N OV 00 (fl M V- 0 0 0 6<) O V 00 6<) 0 00 6<) O V O 0) 0) 00 0) Lo V V 0) 0) V 69 O r 69 M 69 I� V M 0 00 0) 0) E' N N M r M N M M M V M M N M 00 V M M V N a Ef) v) 691 ER ER ER ER ER ELT zea ER ELT 6"3 ER ER ER ER ER ELT 69 69 ER ELT ER 69169 69 69 69 ER ELT ER ELT 'a Z,.i;; N 0.:..Cfl 00 ,.,M Cfl O 00 00:.: O O O V ON,:-0 Cfl O 00 -.0 O O O O 00 0::.Cfl Cfl V ON O..ON V O Cfl V 00 Cfl Cfl O 0... M M r- 0) (D V � ON M LLO Z6 V V V- (D O M IN N V N V M V- M V OM O M L00 M (D N M M Z6 V CVD L (D (D (D (D (D (D (D r (D M (D r Cfl Cfl Cfl r Cfl Cfl (D (D (D (D (D (D (D (D (D r 00 (D 00 r (D (D (D (D M (D (D N Zi..., N' E R C' R' a; a' v, a w Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo o — Lo Lo Lo Lo Lo Lo N r r r r r r r r r r r r r r r W W 00 00 00 00 00 00 00 00 W W W W W W W W zz zz zz L N M CD M O O 00 00 0 LO V I— N M V N 0 CD V V 00 I— N LO 00 I— LO O O CD N r V V V M O N O N M N O N N 0 O I— V LO LO LO I— 00 r LO r V LO V 00 LO CD LO 00 0) 0) 0) M 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 N N N N N N N N N N M M M 0 00 O 00 00 00 0 0 0 0 0 O O O 00 00 O 00 00 00 0 O O 00 O O O O O C i,Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln E O V 0 0) V CD 00 LO I— r N 0 r 0 Ln 0) 0) 00 N CD M 00 00 O N 00 V I— r LO V LO 0) M _ 00 00 00 I— r r N r r r V 00 V I— 00 I� O O r M 00 O O 0) Lo 00 V 00 Ln u 1 N N N N N N OM N N OM OM N N N N O O O O O O O O O O O OMO O O N O N O M O O O O O U 0 00 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 O O O O O O O G) 0 O O O 00 O O O O 00 00 00 00 O O O O O 00 O O O O 0 0 0 0 0 0 0 r.. 00 00 V O O O (D 00 O O O O O N O O O (D 00 V 0 0 O O 00 (D O O O O O V O (D 0 0 — 0 (D 00 N O O M 0 0 0 O O O O D) O O O D) O O V O O O O O O r� O O O O O Cfl O (M O O (M O V O O R LO 643 E43 V E43 E43 E43 E43 64 64 64 LO 643 643 64, V 643 643 LO 643 643 643 E43 E43 E43 CD ELT 66 66 69 69 CD ELT M 691 691 00 691 — 691 691 R (D (D (D (D (D (D (D 00 M M m',Ef3 ER ER ER ER ER ER ER ER ER N' 'Z'V1 V) 0 O 0.... O 00 O O O O 00 0 0 0 0 00 00 O O O 0 O O O O O O 0 0 0 0 0 0 0 00 00 'a O O O O 00 O O O O 00 0 0 0 0 00 00 0 O O O O O O O O O O O O O O O O 00 00 O O O O O O O O O O 0 0 0 0 0 0 0 0 0 0 0 O O O O O O O O O O O O O O O O O O O O w,.,Ef3 ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER N V) 0 O O O O O O O O O 0 0 0 0 0 0 0 0 O O O O O 0 O O O O 00 0 0 0 0 0 0 0 0 O O 0 O O O O O O O O O O 0 0 0 0 0 0 0 0 0 0 0 O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O 0 0 0 0 0 0 0 0 0 0 0 O O O O O O O O O O O O O O O O O O O O ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER Q '.- 0'.L. OV1 V N N ZL U) 0 Cfl LO O O r M O V I— (D O O V O Ln... Cfl O O LO V O (D 0 O V 0 0 r 0 0 0 O CO Cfl 0 0 0 M 0 Q O 0 Ln O O V I� O r O Ln O M O 00 O D) M O O N Ln N N O O 7 0 0 I� 00 O V O 7 N 0 0 0 0 0 N O 00 (D O O N 00 O M r r O r O LO O N N O O r LO LO 0) 0 0 LO O O O 00 O V O LO N LO O O 00 O .:ELT LO V 69 69 N I— ELT 00 V V E91 I— ELT LO 69 M 00 69 0 V M N M 69 69 LO 69 E91 (D 0) ELT 00 69 0) LO I— ELT 69 00 69 N V LO V V V N V V V M V V I— M N V LO Cfl - V 69 V 69 69 69 69 69 69 69 69 69 69 69 ER ELT 69 69 69 69 69 69 69 69 69 E91 0 a � a co z N V! 0 V LO O O M I— O (fl M V 0 0) 0 Cfl O Ln...V 0 0 LO Cfl O V O O (D O O M 0 0 0 0 N V M O O I— 0 O N Cfl O N Ln V Cfl 00 Cfl V O V O O O V 00 O V — Cfl O Ln N O 00 Cfl 00 V O O O O Cfl Ln N Cfl (fl r 00 0) N O (fl 00 O 0) 0 0) M 0) 00 0 0) O V 0 0) N 0 0 0) O M M O O M 00 00 O O O ON V 0) V Cfl 00 E 6<) OV 00 6<)> Cfl V 0 N V 00 0) fR O 0 69 I� fR I— 00 00 69 0) LO f69, 0) V N Cfl 0) O fR 69 69 N 0) 00 M Ef3 Cfl N M N M M V N Cfl M Cfl Cfl Cfl M N Cfl a ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER 'a N ZV1 N OOO 0 N N: Cfl N O OOOOOOO1- O N Cfl Cfl Cfl O N 00 O 00 Cfl V:-N V V V N N 00. N Cfl O Cfl 00 N 00 V V (D 00 00 ' Cfl N 00 00:- M IN N M V V N 000 V M M V LO 00 O OO V N N LO C09 M r N M M C(9 V V M M N CMD 000 M M V V O N O M L'..(D (D (D (D (D (D (D (D (D (D (D (D (D M Cfl (D M 0 0 0 0 M x 0 0 0 0 0 0 0 0 0 0 00 r Cfl (D M (fl r Cfl N' Z''.i. N' E,'ji R j1 Z'....du C v R' a; a a CO 0 LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LOw L i Z Ln 0) M CD LO O O M CO LO M M 0 I— 0) N CD CD r LO r O 0 r LO CO O N I— M 0) 0 LO M 0 CD N V M O 0) M 0) O M M N O N N CD CD r M V M CD CD V I— CD V CO 0) 0 CO N 00 00 I— 0) O O O N O 0 O O O 00 O O O O 00 00 00 00 00 0 O O 00 00 00 000 O 00 00 00 00 �,',Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln L Z E Lo 00 N CO I— 0) M V CD O O CD LO 0) I— M N O LO CD N CO CD M V CD N LO LO r r V N I— O LO CO 0) LO V LO LO LO LO LO CO LO CD M 0 0 0 0 r CD r r r CD O CD CD CO M M N M N V 00 M N N N M M M 00 N •u O O O O 00 O O O O O O O M 0 0 00 00 0 M 00000000000000 O 00 00 U 0 0 0 0 00 0 0 0 0 00 00 00 00 00 0 0 000000000000000 00 00 N 0 0 0 0 0 0 0 O O O O O 0 0 0 0 0 0 0 00 O 00 00 O 0 O O O O r N 0 0 0 00 O 0 0 0 O O O O O O O O O O O O O O O N O 00 O 00 00 O 0 0 0 O O V O 00 O O N O a 0 0 0 0 0 0 0 0 0 CO 0 0 0 0 0 0 0 I-� O O O O O O O O O O O O O 0 M O N O O (M O R'..H) 643 643 643 643 643 643 E43 E43 V E43 64 64 64 643 643 6-" ,1- 643 643 643 643 643 643 643 E43 66 66 CO 66 66 66 M CF) O M H) 643 L0 643 69 69 69 69 69 691 Z,1 V! 0 0 0 O O 0 0 O O O O O O 0 O O O O 0 00 O 00 00 O 0....0 0 0 0 0 O 0 0 0 O O 0 v O O O O O O O O O 00 00 00 00 00 00 O 00 00 O O O 00 O O O O 00 00 O a O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O w Ef3 ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ELT 69 69 69 691 691 N U) 0 0 0 0 0 0 0 O O O O O 0 0 0 0 0 0 0 0 0 O O O O 0 O 0 O O O O 0 O 0 00 00 0 O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O 00 00 O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER CL 7 O Q:!i N+ Z', w 0 O I- N 00 V N 00 O O O O 0 0 O 0 O O N N O O 00 O O 0 0 V O N V O 0 V LO O 00 O 0 Q N O M N L0 L0 V N V O N L0 00 O O L0 O O CO 00 O N 7 O CO L0 N 00 O O O O r V O L0 O O O N O 0 N N 0 O N N O 0 r O N 0 0 0 O r 0 0 O O N 0 O O 00 V O O 0 0 00 O O 0 69 O 00 O V 0 0 0 69 0 M 0 0 69 0 0 69 00 0 69 V 69 V CO LO LO 69 I- M 0 69 00 V 69 I� LO fR 0 0 N V V V V V CO 69 V LO V M M CO V V V V V V N M M V V 4- 69 69 69 69 E91 69 69 69 69 69 69 69 ER ELT 69 69 69 69 69 69 69 69 69 ER ELT 69 69 69 ER O a � a co z N N 0 O M 00 N 0 00 N O O O O 0 0 O V 0 0 00 00 O O N 0 0 0 V 0...O 00 0 O M V LO O N W O 0 CO CO CO M V CO M M N O O 0 M O 00 V V O - L0 N O CO 00 O N M L0 O 0 (q O O 00 L0 O CO L0 O 00 d M M M M 0 0 r M M O O N 00 O 00 0 0 0 0 N M O O O M 0 N 0 0 0 00 N M 00 O 0 V O N E Nr- M O 00 I- 0 0 0 6<) 6<) 0 0 0 M 0 r 6<) I- O fR 00 LO 00 0 00 0 69 O 00 CO 00 0 r 69 O 0 69 r- V CO V N Ln M V N M I� M N M V M N V a ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ELT 69 69 69 ER ER ER ER ELT 69 69 69 ER ER ELT ER ELT 'a Z,.i;; N 0OOOOOOOOO 0 0 0 0 N,-.00 0 0 0 N ,-V N O:. 00 O V N 00....V N ..N 00 00 0 00 0 V 0 O V O N. O O 00 N..CO N ,-.00 V- M 0 W N L00 M M V OM L00 N M IN 0 V N N M r ON 00 M LMO M N - 000 N 00 r- ONO N M r V lM N L M 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 r M M M M M M M M M M M M M M M M M M M 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 Zi..., N' E R C' R' COa; a' v, a w; o,Lr> Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln fa:M M V V V V V V V V V V V V V V V LQ LQ LQ LQ LQ LQ LQ LQ LQ LQ LQ LQ LQ LQ Q Q Q Q Q Q Q Q Q D 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 M M M M M M M M M M M M M M M L CO O r M V N M r M M r r M CO W O M V CO LO W M CO O r 0 M N 00 0 M 0 M M M 00 O V Ln 0 M 0 0 V M 0 N 0 N 0 M V 0 00 I- O CO 0 CO CO CO Iq. N CO V M CO CO CO M N V N M V V V V V V V V V V V V V V V V V V V LO V V V Ln V V V LO Ln V LO Ln LO LO L0 LO LO Ln LO �j 0 00 00 00 00 00 00 00 00 00 00 O 00 00 O O O 00 O O O O 00 00 O C L0 L0 L0 L0 L0 L0 L0 L0 L0 L0 L0 L0 L0 L0 L0 L0 L0 L0 L0 L0 L0 L0 L0 L0 L0 L0 L0 L0 L0 L0 L0 L0 L0 L0 L0 L0 L0 L0 L0 L0 E 7 Z',; I- CO V O CO O N CO O M O CO O M O CO M 00 M LO 0 0 I- r N N V M V I- LO V O 00 CO O N V M V O V M W V V M V 00 L0 O M M N � 0 � N M � N M � N N 00 W M M N M M 'R M 00 O O M M 00 O O O O O O M M M OM M M OM M M M M M M M OM M M L0 O M OM OM M M OM U O O O O O O O O O O O O O O O 0 0 00 00 0 00 00 0 0 0 00 0 0 - 0 00 00 0 G) 0 00 0 O O O O O O O O 00 00 O O 00 00 0 0 0 00 O 0.... O O O O 0 011- 00 0 O 0 N 00 O O O O 00 O O O 00 00 N O O O V 00 O O O N CO O 0 0 0 0 0 0 00 O CO O O O O O O O O O O O O O 00 00 O O CO O O O O O I- O 0 0 0 0 0 0 x 0 (l) O O R V 64, 64, 643 643 643 O 64, 64, 643 643 643 643 643 Ef3 691 M 691 691 I- M - ELT 69 69 0 69 69 O 69 69 691 I- M 691 V 691 691 m',Ef3 ER ER ER ER ER ER ER ER ER ER ER V! 0 00 0 O O O 00 O O O 0 O O O O O 0 0 00 00 0 0 0 0.... O O O O 0, O O O O 00 O 'a O 00 O O O O 00 O O O O O O O O O O O 00 00 O O O O 0 0 0 0 0 0 0 0 0 CO O --'O O O O O O O O O O O O O O O O O O O O 00 00 O O O O 0 0 0 0 0 0 0 0 0 O w Ef3 ER ER ER ER ER ER ER ER ER ER ER ELT 69 69 69 69 69 69 6c3 6c3 6c3 6c3 691 691 691 691 691 691 691 E91 69 69 69 69 69 69 69 691Z.........;' V! 0 0 0 0 O O O O M O O O 0 O O O O 00 O O O O O O 0 O 0.... 0 0 0 0 0 0 0 0 0 0 O O 00 O O O O O LO O O O O O O O O O O O O O O O O O O O 0 0 0 0 0 0 0 0 0 0 O O O O O O O O O W O O O O O O O O O O O O O O O O O O O 0 0 0 0 0 0 0 0 0 0 O E Ef> 6' Ef> Ef> 6' 6' Ef> 6' ONO 6' Ef> Ef> Ef> Ef> Ef> Ef> Ef> Ef> Ef> Ef> v) v) v) v) v) v) v) v) v) v) v) Ef> Ef> Ef> Ef> Ef> Ef> Ef> Ef> CL 69 7 O Q:!i N+ Z' U) 0 M N O r- O O W N r r M 0 W 00 O O LO M O O O O 00 M N O 0.... N LO I- V O O V O V N Q O 7 v7 O 0 O 00 LOv7 CO M CO V 0 0 0 CO LO O O O O - V M O O V M N LO 00 O O CO O CO N d 0 LO CO O I- O V LO M N N O 00 O O LO CO O O O O LO LO CO O I- O N I- N O O O V O N 'I- 69 69 LO N 69 V 0 r Ln 00 r M M M M 69 69 LO LO 69 e91 e91 69 0 V V 69 00 V V V I- LO fR 69 LO 69 M 00 V LO V LO VCO M V V CO M N V V V N V M V N V V V M LO R r ELT 69 69 ER ELT ER ELT ER ELT 69 69 ER ELT 69 69 69 69 69 E91 69 69 69 69 69 69 69 ER O a w co co z N V! O,. I- 00 =-0 M =-O O M M I- 0 N O O LO V O 00 O -.N I- O.: O O=- W 00 LO M CO:..O M M O V.:: 00 O V V O CO O O V V V I� 00 O I� O O O V O O O V CO 0 0 CO CO LO O - O LO 0 0 - 0 CO M 0) d 1 0 V M CO 0 00 O 00 00 M M M O 0 N 00 O V LO O O O V CO O I- N O N 0 LO O O O O LO r- E 6' 0 0 '01- 00 CO 6' 00 CO 0 0 0 6' M 00 00 6' 0 0 69 69 69 LO N 0 69 CO 0 00 00 0 0 69 O 0 69 0 O fR V N N M M CO CO N M M N N LO a y,..:. ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER 6109 ER ER ER 'a Z,.i;; N O 0 0 0 0 0 0 0 0 0 0 OOO N...CO (D ,-.0 (D O 00 -0 O CO V N 00 CO 00 O N 00,.-0 O V 00 V 00 V M., N (D O V V CO V O 00 00 CO 00, M V V O V M LSO r V- CVD M OM M M V ON 000 M LO O LO M O O LO M V M M V � N M M V r- M V V LMO 0 L M M M M M M M M M M M M M M M M r M M M M r M r M M M M M M M M M M M M M M M U!,Ef3 ER ELT 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 N Zi..., N' E R C' R' COa; a' v, a w; o,LO Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln IV R''� � � D 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 M M M M M M M M M M M M M M L O 0 CO O V 0 N LO M M LO M r N V 00 O N O M CO 0 0 LO M M M O O CO O M LO LO CO I- r V CO N I- LO V V N LO M M 0 0 r CO CO I- O r o 0 0 0 r 00 O V V M N N M V N M M N LO LO LO LO LO LO LO LO LO LO LO LO LO 0 0 0 0 0 0 0 M M LO M LO LO LO M M M M M M M M M M M M �j 0 00 O O O O 00 O O O 00 00 00 00 00 00 00 O O 0 00 00 00 00 0 O C LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO E 7 Z',; EV V 00 O I- r N M LO M M O V O (DLO 0 0 00 00 0 O M r r LO LO M V V N M 00 I- N CO N N M N W M 0 M N W M N O M V 0 M O M 0 O M 0 0 0 M N V V O O V O V V O 1 OM M M M M OM M M M OM M M M M M M M M M M M M M M OM M M M M LO M M M M M M M M M U 0 00 0 0 0 0 00 0 0 0 0 0 0 0 0 0 00 00 00 00 0 0 0 00 00 00 00 0 0 41 0 00 00 00 00 LO M O O O 0 000000000000 0 0 O O O O 0 0 0 0 0 0 0 0 W... 0 (p 00 O 00 00 00 N M O O O 00 000000000000 O O O O O O O O O O 00 00 M r O 00 O V 0 0 0 0 r N CO O O V 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 r M ELT N 643 r 643 E43 E43 E43 00 00 V 66 66 r 643 643 643 643 643 643 6-3 6-3 6-3 643 643 66 66 66 66 66 66 O 66 66 66 6- 6- 66, 66, 66, r- 69,69, N' Z'V1 V! 0 0 0 0 0 00 00 O O O O O 0 0000000000000 0 O O O 0 0 0 0 0 00 00 0 'a O O O O O 00 00 O O O O O O 0000000000000 O O O O O O O O O 00 00 O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O w Ef3 ER ER ER ER ER ER ER ER ER ER ER ELT 69 6f 6f 691 6c3 6c3 6c3 6c3 6c3 6c3 6c3 6c3 691 691 69 69 69 69 69 69 69 69 69 691 691 691 691 691 691 N Z.........;' V! 0 00 00 00 00 O O O O O 0 0 O O O 00 0 0 0 0 0 0 0 0 O O O 00 O O O O O 0 0 0 O 00 00 00 00 O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER Q '.- 0'.L. 0V1 V N N ZL U) 0 0 0 W O 0 00 M r O O O r W 0 00 M O 00 O O N CO O O O V 0 00 0 V 0 00 r V 00 V 0 N 0 Q O V O CO O V 00 7 00 O O 0 0 (M O 0 0 7 LO 00 00 V N N r V O 00 LO 7 O (M 00 V O CO V O CO 0 00 O N O V O 00 O 00 CO LO CO O O O 00 M O O O O N LO 00 N N M M N 0 0 0 r 0 O 0 0 N Ln V 00 V r 0 O .:69 V 69 V 69 CO O LO LO 69 69 69 O CO e9, e9, e9, CO CO V 0N Ln Ef3 Ln Ln M Ln M M M Ln r r Ln Ln M M Ef3 V V M M V V LO M V V V CO CO M V - CO V V M V V N 0 VV V M V V 4- 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 ER ELT 69 69 69 69 O a � a co z N V! 0 0 0 0 0 N r M LO V O M O O O r O N O O 00 V 0 00 0...V N M 0 0 0 N M 0 N 0 V 00 O N O O O O V - - 00 O (M N O V 00 00 - LO 0 0 (M LO LO O 00 O V U M CO - 0 0 LO LO N - 00 r O N O r O O O O LO V LO M N O O CO O CO CO r W V O O W r M O 0 V 0 O r 0 00 O M r O 00 N V r E fR 00 6' 0 6' LO 0 0 O 6' M LO fR N N 0 0 00 69 69 CO M 0 69, LO 0 0 0 00 00 0 69 0 0 0 O r 00 CO 'I- N N V V M N N r- (0 M N 0 M 0 N N N M a y 69 69 69 69 69169 69 69 69 69 69 69 ER ER ER ELT 69 ER ELT ER ER ELT ER ER ER ER ELT E91 69 69 ER ER ELT 'a N ZV1 tR ..O : -. O0 :.. OO .. 1N (D CO O 00 00 '1- 00 CO O V N O V CO 00 V 00 O CO V 00 V (D 00 N V 0 O 0 V O 0 V O N O N 0 0 0 ' - Z6NVNNNVO LOONMNMOrVVNOM M N M r LM CO Ni N N LO CO M N CO O V CO LO LO LO C9 V Ni M r OO LO M N M Ni 0 0 0 0 0 r CO CO CO CO CO r 0 x 0 0 0 0 0 CO CO (D 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 U Ef3 ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER N' Z''.i. N' E,'ji R j1 Z'....du C v R' a; a a CO O LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO O O O O O O O O O O O O - — — — — - N N N N N N N L i 0 N V LO LO 0 CO CO N O 0 M V r O O M N CO O V N CO LO V V LO CO N N CO CO V O N V LO Ln r LO LO r CO CO 00 CO r 00 00 00 LO 0 0 O O N 0 O 0 N N N M M V 0 V M CO 0 0 0 00 00 0 a m cm cm cm cm cm cm cm cm cm cm cm cm cm cm cm cm cm cm r r r cm r cm r r r r r r r r r r r r r r r r r- 0 0 O O 00 00 00 O O 00 00 00 00 00 00 00 000 O 00 00 00 00 00 00 O LO Ln LO Ln Ln LO Ln LO Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln LO Ln Ln LO Ln LO Ln LO Ln LO Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln LO Ln L E 0 Z1; M CO N V LO r r CO LO 00 O 0 O 0 CO CO O 0 CO CO r V r CO N CO M O LO N 00 V CO M O 0 V r O V O V O Ln O LO LO r Ln V O O O CO r r r r N N r 00 00 00 V N CO 00 M N CO M MM 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 M M M M M M M M M M M M M M U 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 00 0 0 0 0 0 0 00 00 00 0 0 0 0 0 0 0 G) 0 00 00 O O 00 00 00 0 O O 00 O O O O O O LO 0 0 0 O 0 O 0 0 0 0 0 0 00 00 V N 00 V V O O 00 00 N 00 00 O O 00 O O O O V O N O N 0 0 0 O 0 0 0 0 0 0 00 00 (D 0 0 0 0 Cfl V O O O O O M Cfl 00 O O O O O O O O O O V O Ln O O O O 0 0 0 0 0 0 0 0 00 0 CD ELT 643 CD CD CD ELT E43 E43 E43 E43 N N M 66 643 643 643 643 O 643 643 N 643 0 ELT 0 H) 66 66 66 66 66 66 66 66 66, 6- 6- N 00 R (D (D (D (D (D (D (D N 00 EA3 (D r (D m Ef3 ER ER ER ER ER ER ER ER ER ER ELT N' 'Z'V1 V) 00000000000000 O O 00 O O O O O M 0 0 0 0 O 0 O 0 0 0 0 0 0 0 O O 0 'a 00000000000000 O O 00 O O O O O M 0 0 0 0 0 0 O 0 0 0 0 0 0 0 0 0 0 O O O O O O O O O O O O O O O O O O O O O O O 00 0 0 0 0 0 0 O 0 0 0 0 0 0 0 0 0 0 w Ef3 ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER m 69 69 69 69 69 6c, 6c, 6c, 691 691 691 691 691 691 691 691 691 N69 Z.........;' U) 0 O O O O 0 0 O O O O O O 0 O O O O O O O 0 0 0 0 0 0 0 0 0 O 0 0 0 0 0 0 0 0 0 0 �;.O O O O O O O O O O O O O O O O O O O O O 0 0 0 0 0 0 0 0 0 O 0 0 0 0 0 0 0 0 0 0 O O O O O O O O O O O O O O O O O O O O O 0 0 0 0 0 0 0 0 0 O 0 0 0 0 0 0 0 0 0 0 ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER Q '.- 0'.L. OV1 V N N ZL Q U) 0 O LO O O O...r O V O r- O O O O O O O LO 00 V O M I- V O 00 I- 0) I- V O (D 00 O (D O 00 0 Q O Cfl 00 O O O 0 00 00 7 N 0 0 0 O 00 V O Ln 0 00 V O I� V 00 O N (9 Cfl 00 00 O Ln M O r W O O O N O M N 0 0 0 I- 00 r O r O O O O O N O (D N O V 0 0 0 LO O I- 00 00 O O O (D V O M N 0 0 0 .:69 V 69 69 69 69 V (D (D V LO e91 e91 e91 69 N V I- V LO LO LO 69 - (D LO 69, LO M V I- LO 0 LO V 0 Cfl M 69 69 69 V V V V V Cfl 0 M N Cfl Cfl Cfl N IM V V V V V V V M M (D �.' ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER O a Q a � z N V) 0 O LO 00 O M O Cfl M 00 0 O 0 0 0 LO N Cfl 0 O O 00 Cfl O N M M Cfl O V N O V O O 00 0 0 - 0 0 0 Cfl O 0 Cfl 0 0 0 0 O O O O Cfl Cfl Ln O O O N O O M M - Ln N V 00 V N 0 0 0 0 N O O M 0 0 0 0 0 0 Cfl LO O O O N O O O CO (D M O O O V O N M O Ln LO Cfl 00 00 O V 0 0 E ef> 6<) M 6<)> 6<) 6" 00 6<) O 0 6<) 69 69 00 69 69 69 00 0 0 0 69 69 O 0 69 0 00 0 O 0 LO 0 (fl N 00 Ef3 M 69 69 M V (D N N V N V N M a y 69169 69 69 69 69 ER ER ER ER ER ER ER ER ER ER ELT V), Z; Zf ER ER ER 'a N ZV1 N OOOOOO N Cfl O V V 0.M 00 00 00 N N 00 00 O 00 V O NN (D V V-.V V O 00 N ,.Cfl O 00 O V N O N V O.. 00 O 00 (D M V M M CMD CVD M M M M M N N M ONO ON V r- M V V Cd ON r CVD LO 0) V N M M V V LN Z6 Z6 IN M Ni N 000 L (D (D M (D (D (D (D Cfl Cfl Cfl Cfl Cfl Cfl Cfl Cfl Cfl Cfl Cfl Cfl (D (D (D 00 (D (D (D (D Cfl Cfl Cfl Cfl Cfl Cfl (D M M 0 0 0 r 0 U Ef3 ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER N' Z''.i. N' E,'ji R j1 Z'....du C v R' a; a a CO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO w N M M M M M M M M M M V V V V V V V V V V V V Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo R L i Z........'.. O O N V 00 M LO 0 LO CD O M LO M LO 0 CD V I- r CD LO V 0 0 CO CD M 0 CO V N O N I- 0 00 CD I� N M 0 N N CO CD LO V M LO LOM LO LO V V O 0 00 0 I- 0 CO I- CO 0 CO I- 0 CD CD CD 00 O N r 00 00 00 00 00 I- 00 00 00 00 LO 00 00 00 00 00 00 00 00 00 00 00 0 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 0 0 00 00 00 00 00 00 O O O 00 O O O 0 00 00 0 0 0 0 O 0 0 00 00 00 00 �,',Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln L Z 1; N LO N CD 0 LO CD r M r LO CD O 00 LO 0 0 CO 0 I- V O O LO N N O M M 0 V N O V M V 00 _ Ln 00 M CD M M 00 00 M CD N M O 00 M 0 CO CD CD M M N r r V O I- V V I- 0 V r- V M V V O M O M MM M M M M M M M M LOM M M M M M M M M M M M M M M M M M M M M Mm M M M M M M U 0 0 0 0 0 0 0 0 0 00 00 0 0 0 00 0 0 0 0 00 00 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 G) 0 O 0 0 0 0 0 0 0 O O V O O O O O O O O O O V O 0 00 0 0 0 O O O O O O O O 0 0 O O 0 0 0 0 0 0 0 0 0 — 0 0 0 0 0 0 O O O O 0 O 0 00 0 0 0 O O O O O N O O CO r O O O O O O O O O O O O O O O O O O O O O O r CO 0 0 0 0 0 0 O O O O O (Ti O O M R'..H) 643 643 E43 E43 E43 E43 E43 64 64 64 CO 643 643 643 643 643 643 643 643 643 O LO r E43 E43 66 66 66 66 66 66 O 66 643 LO 643 643 V m M• 69 M• 69 Ef3 M• M• Z,1 V! 0 O 0 0 0 0 0 0....0 0 0 0 0 0 0 0 0 0 O O O O 0 O 0 0 0 0 0 0 O O O O O O O O 0 'a O O O O O O O O O O O O O O O O O O O O O O O O 0 0 0 0 0 0 O O O O O O O O O r O O O O O O O O O O O O O O O O O O O O O O O O 0 0 0 0 0 0 O O O O O O O O O w,.,Ef3 ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER N V! 0 O 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 O O O O O O 0 0 0 0 0 0 0 0 0 O O O O O 0 O O O O O O O O O O O O O O O O O O O O O O O O 0 0 0 0 0 0 O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O 0 0 0 0 0 0 O O O O O O O O O ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER Qil N+ U) CO O 0 O V W O 0 V N 0 0 0 O V O CO O W O O 0) 0 O O M O O M N O 00 N O O O 00 O 0 Q V O 7 O N 0 7 0 (M N 0 0 0 00 N CO LO O V CO O V O O 0 0 0 0 LO r O V 7 O N O M O O N O LO O O LO LO O O M 0 0 0 00 N 0 CO O 0 r O V O O O M 0 0 LO M O V M CO r O V O O CO 0 M Ef3 N LO M fR CO CO 69 69 69 M M LO fR O M r M ef3 e9, e9, 00 69 LO CO 69 O CO V r 691 V 69 69 M V V V V V M 0 V 0 V 0 0 M N V CO N V LO M CO CO M 4- 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 691 69 69 69 69 69 69 0 a' 0')z N V! N O 0 O CO O 0....CO 00 O CO 0 0 CO O V O O O CO O O r O O r 00 O N 00 O O O N O 0 r CO — N O 00 0 0 CO — N O O O O O V 00 M O 00 r 00 O O 00 CO V N N O 0 M O O O 00 V O N LO N O N O CO r r LO W M O 00 O LO O O V CO N O N 00 LO CO LO O CO r W O O O M V O E OO r00 O 0 00 00 V 0 0 M M V 6<) r 6<) 0 LO M fR V r 0 691 LO O 0 0 0 V N 0 69 69 69 CO 00 69 N V r CO N CO N CO CO N N N CO N fR CO M N CO N N CO a y,..:.ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER 'a Z,.i;; 0.: M O O O 00 O O.:O V ON ON 0,:-00 ON CO O 00 00 (D 00 ON:-:00 O O 00 CO V 00-..0 O -..V 00 -.0 O O O O (D r r - 00 M M 00 O LO W M 00 - W N O O r V - 0 CO N N LO CO O V CO N N CO r W — V M R V COO M V LO CO CO N V M LO LO V M LO r LO 0 N 0 LO M V M CO V r Ln 00 V L M M M r M M M 0 0 0 0 0 0 0 M M M M r (D CO CO CO CO CO CO CO CO CO CO CO r cm CO M M M CO CO N Zi..., N' E R C' R' a; a' v, a CO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO c0 c0 c0 c0 c0 c0 c0 c0 c0 c0 c0 r- r- r- r- r- r- r- r- r- r- r- co 0o 0o 0o 0o 0o 00 00 00 00 00 00 00 00 00 0o 0o R L V O r CO CO V CO M r r V 0 M r CO O CO M V N 0 0 00 LO r N N O r O N V- 0 O N O N LO r CO LO CO V CO r CO (DLn W W O r O O CO O CO r N 0 00 N W W 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 W W 0 W O W 0 0 0 0 0 0 0 O O O 0 0 0 W W �j 0 O 00 00 00 00 000 O 00 00 O O O O O O 0 00 00 0 O O O O O 00 O O C i,LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO E r O N O 0 CO O O O r V 00 N M V M O 0 N LO V M LO N r r N N O M 00 CO CO 00 V LO O CO Ln LO V V CO LO CO O O N O N CO LO LO O LO r CO CO LO O r LO CO O CO (D CO r CO LO CO LO u 1 M M M M M M M M M M M M M M M M MN M M M M M M M M M M M M M M M M M M M M M U 0 0 00 00 00 00 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 00 00 0 0 0 0 0 0 00 0 0 G) 0 0 0 00 M 0 0 0 0 0 0 0 0 0 O O 0 0 0 0 0 0 0 0.... O O O 00 0....0 O O O O O 00 0 V O (D O 00 LO 0 00 00 0 O O O O O O 0 0 0 0 0 0 O O O O 00 00 O O O O V O 00 O O (Ti O O O V O 0 0 0 0 0 O O O O O O 0 0 0 0 0 0 O O O O 0 0 0 0 0 0 0 0 Cfl O O O R 6-" ,1- 643 643 643 LO 643 E43 E43 E43 66 66 66 66 66 66 643 6-3 6-3 6-3 6-3 6-3 6-3 643 643 643 643 E43 E43 E43 LO 66 66 66 66 M V 66, 66, 66, 69, 691 691 691 6pl, N' Z'V1 V! 0 0 0 00 O O O O O O 0 O 0 0 0 0 0 0 0 0 0 0 0 0.... O O O 00 0....0 O O O O O O O 0 'a O O O 00 O O O O O O O O O O O O O 0 0 0 0 0 0 O O O O 00 0 0 0 0 0 0 O O O O O O O O O O O O O O O O O O O O O O 0 0 0 0 0 0 O O O O 0 0 0 0 0 0 0 0 O O O O w Ef3 ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ELT 69 69 69 69 69 69 69 69 691 691 N Z.........;' U) 0 0 0 0 0 0 0 O O M 0 0 0 0 0 O O 0 0 0 0 0 0 0 0.... O O O O O 0....0 O O O O O 0 0 0 0 0 0 0 0 0 0 0 0 Lo O O O O O O O O 0 0 0 0 0 0 O O O O 0 0 0 0 0 0 0 0 O O O O 0 0 0 0 0 0 0 0 0 D) 0 0 O O O O O O 0 0 0 0 0 0 O O O O 0 0 0 0 0 0 0 0 O O O O E Ef> Ef> Ef> Ef> Ef> Ef> Ef> Ef> Ef> ONO Ef> Ef3 Ef3 Ef> Ef> Ef> Ef> Ef> Ef> Ef> v) v) v) v) v) v) v) v) v) v) v) Ef> Ef> Ef> Ef> Ef> Ef> Ef> Ef> Ef> CL 6T '.- 0'.L. OV1 V N N ZL Q U) N O I- O LO 0 00 00 (D M O 00 V M O 0 O M M N O) N 00 O 0) O V O 0 0) 00 V N O O 0 0 Ln.. Q Cfl O Ln O O O ("! Ln 7 0 0 0) O 7 O I� 00 V M I- N O Ln V N O I� O O Cfl O 00 0 0 O Cfl (? Ln N r O N O 00 0 0) O N (D O 0 N M LO O 00V I- V I- 00 O V LO O I- O O 00 N LO (D O O N O (D (fl 69 I- fR 0) fR LO Cfl 00 (fl 0) (D LO 0) LO I- LO 00 N Ln 0) M (D r (D (D N 69 O e91 e91 V LO LO LO e91 e9 69 V- V- V V V V M V (D M V V V (D V (D (D N V M V V M V (D V V V V M LO V- 69 69 69 69 69 69 69 69 ER ELT 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 O a N a z N V) 00:.. O M O LO r- N N V 0 0 0) N .,M I- O 0 0 O r- ,r 00 00 N. O O (D O O=, N (D 00 O O O-:.O Ln,,,: Ln O O V Ln 00 M O N - V N O V O 00 N O 00 O N O O N 0 O Cfl V O (? D) Cfl O O O Cfl Cfl N O Ln M M O Lo (D O M M O V O (D V O O M M N O) Lo r LO 00 (fl V O O co V 0 0 O I- 0) 00 0 0 0 0 N 00 0 0 0 (D V V 0 N 0 64 0 00 64 O N Lo O O 0 0 V Lo r N 6" 0 0 0 00 69 69 M V 00 M N N N V N N V N M N N N M N M N M a y..v) 69169 69 ER ER ELT ER ELT 69 69 ER ELT ER ER ER ELT 69 69 691 691 691 ER ER ER ER ER ER ER ER ER ER ER ER 'a N ZV1 N OOOO N Cfl Cfl V Cfl V...M Cfl V Cfl V V O N (D O (D 0'::, V O.-.V O 0 O CO: (D N O V V 00.-00 O 00 Cfl V O (D..M N.. LO V (D M N M V LM W M OM Z6 V V Or M CMD N IN ON 000 Or 000 M (D r M Ni Ni OO M V OO M OM V V V M L 0 0 0 0 r 0 0 0 0 0 0 M (D r Cfl Cfl Cfl 00 Cfl Cfl r Cfl Cfl Cfl Cfl Cfl r (D (D (D (D (D (D (D (D (D (D (D (D (D U Ef3 ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER N' Z''.i. N' E,'ji R j1 Z'....du C v R' a; a a CO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO co co co co rn rn m m m m m m m m m m m m m m m m m m m o o o o o o o o o o o o o o o L i Z M M Ln M r N Ln 0 M M N CD LO V O 00 00 M LO 0) CD CD 0) LO r- N M LO 00 O CD N O CD V I- O 0 00 Ir M N N Ln Ln Cfl r V M 0 V N 0 M M LO M CD V CD N r O O 00 00 r r 0) 00 O O O 00 I- N'..0 0) 0) 0) 0 0 0 0 0 0 0 0 O O O O O O 0 0 0 0 0 0 O O 0 0 0 0 0 0 O O 0 00 00 00 00 00 0 O O 00 O O 0 00 00 0 O O O O 00 00 00 00 O 00 O Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln L E 0 Z E NO Lo O V CD M 00 0) N V O) Lo N r V N r- M O V CD M CD 0) V LO CO LO I- M CD LO r O N M N CO CD r r r CO I- r O r r r 00 r 00 I- 00 00 r O CO O CO CO O O N N N N u 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 M M M M M M M M M M M M M M M U 000000000000 0 0 00 0 0 0 00 00 0 0 0 0 0 00 00 00 00 0 00 0 41 0 0 0 0 0 0 0 0 0 00 O O 0 O O O 00 O O 0 0 0 0 0 0 0 0 O O 00 00 00 O O 00 0 0 0 0 0 0 0 0 0 0 0 0 00 O O CO O N O 00 00 O CO 0 0 0 0 0 0 0 0 0 0 CO 00 CO V 00 — N O 0 0 0 0 0 0 0 0 0 0 0 O O I-� O 0 O O O 00 O M 0 0 0 0 0 0 0 0 0 0 O O (Ti V O 0 0 (Ti 0 R - 643 643 E43 E43 E43 E43 E43 66 64 64 64 64, M 643 CO 643 643 643 M 643 V 643 66 66 66 66 66 66 69 69 6r) CO Ef3 691 V 691 691 0 N 691 N' 'Z'V1 V! 0 0 0 0 0 0 0 O O O O O O 0 O O 000000000000 0 O O O O 0 0 0 0 00 00 'a O O O O O O O O O O O O O O O O 000000000000 O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O V w,.,Ef3 ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER N V! 0 O O O O 0 O O O O O O 00 O 0 O O O 00 0 0 0 0 0 0 0 0 O O O 00 O O O O O 0 0 0 O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER Q '.- 0'.L. OV1 V N N ZL U) 0 I— r O M O O O M r O 0 N 0 N O N CO V O 0 0 0 V CO 0 O N 0 0 0 M M 0 0 0 M 0 0 0 Q O 0 CO O N O O CO LO CO O M V O I� O LO 7 00 O I� O O M r 00 LO O O I� O M O 7 I� O O N LO LO O O N O M 00 O N 0 0 0 CO I— O 0 O O M O O V I— O V 0 0 00 00 LO CO O V M O M O LO M O O MM O O .:69 O M 69 LO 0 I— M LO CO 69, M LO fR CO 69 M I— M 69 LO fR 69 V LO LO LO 69, M LO 69, I— fR LO CO 69 69 LO CO LO fR CO LO V VCO I— V M V N V CO V M V V V V V CO V V V V V V M I- 69 69 69 69 ER ELT 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 O a � a z N V! 0 M M O V 0 0 0 V M O 00 0 00 O 00 V CO O 0 0 0 0 CO V 0 O 00 O O r r 00 V N 0 O 00 M V LO 00 O O V LO V 00 M O N O N CO O O N O O N O V 00 O 00 N LO O V 00 O O M 00 I� O 00 N O N M 00 N V 0 0 LO 00 M O O O O N V 0 0 I— 0 0 0 M V LO V O O M O V I— O O M 00 M O N E 69N 00 V 0 LO 69 69 0 CO V 00 O 69 O 69 69 0 O 69 0 69 V 0 0 0 0 V e91 00 I— O fR 0 0 69 69 0 0 00 69 00 CO V N COV N CO a y...,.. ER ER ER ER ER ER ER ER ER ER ER ER EMR ER ER ER ER ER ER ECOR ER ECOR ENR ER ER ER ER ER ER 'a N ZV1 N 0 00 O V 00 00..-0 CO O ON V ON 00 CO O NN 00 00 00 00.-.0 CO 0 00 O 00 O 00 O CO ON ON (D CO CO CO V (D V V ON.. 00... R � M N � V V r- M LN N � N LO M (D M M M M M M V V M LN OO M V M V I— r M V CO V � V M OM N M t M r M M M M M r 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 M M M r 0 0 0 0 0 N' Z''.i. N' E,'ji R j1 Z'....du C v R' a; a a CO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO '..0 0 N N N N N N N N N N N N N N N M M M M M M M M M M M M M 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 N N N N N N N N N N N N N N D 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 M M M M M M M M M M M M M M M M M L i 'Io V M LO N O V CO CO LO I— M r 00 M N V CO N O N O CO M CO O O N I— M N O O V CO M I— LO LO MO O N N M M N M M M N M V I� r M M M r Ln Ln Ln r M V V CO 00 I� N N 00 00 N O 00 00 O N 00 0 00 00 00 00 00 O O O O O O 00 00 00 00 000 O 00 00 00 00 00 00 O LO Ln LO Ln Ln LO Ln LO Ln LO Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln LO Ln Ln LO Ln LO Ln LO Ln LO Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln LO Ln L E 0 Z1; E00 O N CO I— O M V M N V LO 00 LO LO I— M O r M M CO V O CO N V V O 0 00 O N M O N N M _ 00 00 0 N N 0 0 0 0 0 0 Ln N N LO 0 LO 0 0 M LO N LO N 0 N 0 CO LO M M CO 0 0 0 0 0 0 0 M 0 M u N N M M M N M co M N N M M M M M M M M M M M M M M M M M M M M M M N N M M M M M M M U 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 00000000000000000000000000 G) 0 00 O O O O 0 O O O O O O 0....O O O O O O 00 O O 0 O O M 00 O O O O 00 00 0 0 00 O O O O O O N O O 0 0 0 0 0 0 0 0 0 N 00 N O 00 00 M 00 00 00 O 00 00 O O O O O O O O O O O 0 0 0 0 0 0 0 0 0 O O O M O 00 O O r O O 00 O O O O O O O R H) 64 64 64 64 64 64 64 64 r 643 643 643 643 643 643 643 643 643 643 E43 O E43 E43 N E43 M E43 Lo CO 64, 64, CO 64, 64, 643 643 643 643 643 m � Ef3 N' Z'V1 V! 0 00 O 00 O O O O O 0 0 0 0 0 00 00 O 00 O O 0 0 0 0 0 0 0 CO O O O O 00 'a O 00 O O O O Ln O O O O 0 0 0 0 0 00 00 O 00 O O O 0 0 0 0 0 0 r O O O O 00 O O O O O O O N O O O O 0 0 0 0 0 0 0 0 0 O O O O O O 0 0 0 0 0 0 LO O O O O O O w 6c3 6c3 6c3 6c3 6c3 6c3 6c3 o) 6c" 6c" Ef3 Ef) Ef) Ef) Ef) Ef) 6f 6- 6- 6- 6- 6- 6- 6- 6c" 6c" 6c" 6c" Ef) Ef) Ef) Ef) Ef) (D Ef> Ef) Ef) 6c" 6c" 6c" N Z.........;' V! 0 00 O 00 0 0 0 0 0 O O O 0....O O O O O O O O O O O 0 0 0 0 0 0 0 00 O 00 00 O O O O 0 0 0 0 0 0 0 O 0 0 0 0 0 0 0 0 0 O O O O O O 0 0 0 0 0 0 0 0 O O O O O O O O O 0 0 0 0 0 0 0 O 0 0 0 0 0 0 0 0 0 O O O O O O 0 0 0 0 0 0 0 0 O O O O O ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER Q '.- 0'.L. OV1 V N N ZL U) M CO CO O W CO O 00 CO O 0 O O O 00 CO V 00 O O...W M O M O CO 0 O M V O M 0 0 0 O N O 0 V Q r M M O N N O O CO O V O O 00 N O 7 7 N N V 00 O -7 O CO O O O N CO 7 O 00 O V 7 0 0 Ln N 00 r V O r r O 00 N 0 0 O O V CO 00 Ln r : Ln CO N O O O N O O O CO M O O CO O V O O O V r N V 69 CO LO 69 V LO 69 O 69 0 V 00 Ln CO CO 0 M 0 69 CO 69 Ln 69 69 M O r CO 69, e9, CO Ln e9, 00 CO V Ln M V M Ln M Ln CO M M V M CO CO M V M CO N V Ln V V V 4- �.'.:ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER O a � z N V! r N N O N O M V O O O O N....V CO N O O CO O r O V 0 O r o O r O CO O O 00 O O M... V V 00 O r (M O — Ln O M 00 N O — O N V O O r 00 00 O Ln O N N O O 00 O r CO N O N N CO N O M M M N N N M 00 O N O N O O O V O V r O 00 O 00 O 00 x 0 0 0 r O EV CO V O 0 Ln 0 00 69 M CO Ln 69, (D 00 O O 69 69 r N O 0 69 00 69 V V 69 Ln 0 69 0 0 0 0 O N N N CO N N CO N N CO V N N N M V N r N CO N M CO CO V N a y„,ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ELT ER 'a N ZV1 N ON 00 ON 0 O M O M ON ON 00 00 ON 00 V: O V CO ON ON..ON ON ,...00 O ON ON 00:.. ON ON CO CO O 00 00 CO M 0 O O: 0... 0 0 — CO O O N O O N V 00 O CO r - LO — M V 00 M 00 O M 00 00 O 0Z6 Ln R 00 r V r V Ln V V r V CO V V V V CO CO 0 O LO N V M V N r M Ln CO Ln M V r CO t M r m CO m m m m m m r CO CO CO CO CO CO CO CO CO CO r r m m m CO CO CO CO CO CO CO (D CO CO CO CO CO CO U Ef3 ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER N' Z''.i. N' E,'ji R j1 Z'....du C v R' a; a a CO Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln LO LO LO LO LO LO LO LO LO LO LO Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln v v v v v v v v v v v v v v v v v v v v u> Ln Ln Ln Ln Ln Lo Lo Lo Lo Lo Lo Lo Lo Lo Ln Ln co co co D 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 M M M M M M M M M M M M M M M L i Z r 0 M V O M M Ln Ln O N r 0 O M Ln N r CO 0 0 0 00 Ln V CO V r M Ln 00 r O CO CO r V O M Ln N N M CO N V N V M M M Ln V M N N V r CO CO 0 M M CO 0 r 00 00 0 0 r CO r- 0 0 O O O 00 00 00 0 O 0 00 00 00 00 O 00 00 O 00 0 0 0 0 00 O 00 00 Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln L E 0 Z E0 0 r M V Ln O CO 0 N Ln CO M r CO 0 V CO O CO CO V N 0 CO 0 r 00 Ln M 0 r O M M Ln _ CO CO (D 00 00 00 00 r CO CO V M CO V M M M CO r M N 00 V V r 00 V V V N V r CO LO LO 0 0 u 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 M M M M M M M M M M M M M M M U 0 00 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 00 0 00 00 0 00 0 0 0 0 00 0 00 00 G) 0 O 0 O O O O 00 0 O O O O O 00 00 0 0 00 O 00 O O 0 O O O 00 0 0 O 0 0 00 O 00 O O 0 00 0 0 0 0 00 O O N 00 V 0 00 N 00 V O N O O O 00 O N O O r N O O O O O 0 0 0 0 0 0 0 00 O O W O O V 0 0 0 r O O N O LO N O O O O O V O O R M ER 643 643 643 643 E43 E43 66 66 66 66 66 CO 69 69, N 691 691 691 691 691 O 691 691 V 691 M N Ef3 E91 E91 E91 69 N 69 691 M• M• 69 69 M• M• M• � N' Z'V1 V! 0 O 00 O O 0 0 0 0 0 0 0 O O O O 0 0 0 0 00 O 00 0 O O O O O O 0 0 0 O 0 'a O O 00 O O 0 0 0 0 0 0 0 O O 0 0 0 0 0 0 00 O 00 O O O O O 0 0 0 0 0 0 O O O O O O O 0 0 0 0 0 0 0 O O 0 0 0 0 0 0 0 0 O O O O O O O O 0 0 0 0 0 0 O w 6c3 6c3 6c3 Lo 6c" 6c" 6c" 6c" 6c" 6c" 6c" 6c" Ef3 Ef3 69169 69 69 69 691 691 6c, 6c, 6c, 6c, 6c, 6c, 6c, 6c, 6c, 69169 69 69 69 69 69 69 N Z.........;' V! 0 O 0 O O O 0 0 0 0 0 O O O O 0 0 0 0 0 0 0 0 O 0 0 0 O O O O 0 0 0 0 0 O O O O O O O O 0 0 0 0 0 0 0 O O 0 0 0 0 0 0 0 0 O O O O O O O O 0 0 0 0 0 0 O O O O O O O 0 0 0 0 0 0 0 O O 0 0 0 0 0 0 0 0 O O O O O O O O 0 0 0 0 0 0 O ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER Q O V1 V N N 'ZL U) 0 O LO LO O O r M M CO O 0 O O O O O N O CO O O O 0 O LO 0 O O N 0 0 0 O M 0 Q O O V CO O O CO N M V O CO V O O O O O LO O 0 r O O 00 O O N O O O x 0 0 7 0 LO O N O O M O M O 00 N 00 V O 00 M O O O O 00 00 O N 00 M O 00 O O N O O O 00 O O O O CO O .:ELT V M CO 69 M LO M V 69 V r E9, 0) 0) H) O 0) H) LO LO CO 69 M 69 69 N E9, E9, E9, CO 69 69 V 69 M 0) V LO V V V 0 V V CON M V V V M V V V V 69 69 69 69 69 69 ER ELT 69 69 ER ER ELT 69 69 69 69 69 69 69 69 69 ER O a LO a 0')z N V! 0 O LO LO O O M V V N O W O O O O O 00 O N W O O O 0 O LO O O O 00 O O O O r O O CO M 0 00 N M LO 00 —' N LO O 00 00 O O 00 O O 00 00 O N O O — O O N CO 00 O M N 00 V N..6' N 00 O M M 00 0) M r M M 000 6' V M 69 r O 69 M M M � r V- 69 � 69 69 M O M O 00 N 00 M V N CO N CO V LO V M N CO N CO N CO r M V- 69 a y ER ER ELT ER ELT ER ER ER ELT 69 ER ER ELT 69 69 ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER 'a N ZV1 N 00 CO 00 CO 00 ON O -:00 ON M' ON 00 O 00 00 00..ON O V V O CO 00 ON O O. V V ...ON O ON V-.00 O V:. V V V- N N M N LO N LO N V LO LO LO 00 V 00 N 00 0 N 00 V CO LO N r CO O N CO LO N LO N N CO V 00 00 00 R MM 00 M M N V 0 M M LO M M N N 00 O V LO CO O V V M M N M r M O N V V t M M M M M M m cm cm r cm cm 00 CO CO r m m r r m m m r CO CO CO CO CO CO CO cm cm r cm cm m CO N' Z''.i. N' E,'ji R j1 Z'....du C v R' a; a a CO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO a � � � � (.0 (.0 r— r— r— r— r- r- r- r- r- r- r- r- 00 co co co co co co co co co co co 00 00 00 00 rn rn rn rn D 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 M M M M M M M M M M M M M L i Ln M V LO CO CO CO N V N CO M V 0 M N M LO M N N O V 0 M N CO V LO 00 CO N LO O N M N O N N r r 00 CO V LO CO LO r CO V CO O N 0 O M N CO W M W CO O N CO CO LO r- 0 0 O 00 O O 0 00 00 00 O O 00 00 00 00 O 00 00 O O O 0 00 00 0 O LO LO Ln LO Ln Ln Ln LO Ln LO Ln Ln Ln Ln Ln Ln Ln Ln Ln LO Ln LO Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln L E 0 Z1; E MN O N V V r CO LO 0 00 r O LO CO CO LO CO 0 O M O N M V r CO V LO 00 N 0 O N N 0 0 0 W N 0 0 0 0 O 0 N O N O N O O M N CO V V M 0 0 LO V LO O LO N CO CO r 00 u 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 M M M M M M M M M V V V V U 0 0 00 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 00 0 00 00 0 0 0 0 0 0 0 0 0 0 G) 0 O 0 O 0 0 0 0 0 0 0 O O O 00 O O 00 O 00 00 00 0 0 0 0 0 0....0 O O O O 00 00 0 (p O O O 0 0 0 0 0 0 0 0 O O O O O 00 O 00 00 M O V O O V O V O 00 0 0 00 00 O O O 0 0 0 0 0 0 0 0 O O LO O O O O O O O O O I-� O M O O O O 00 O 00 0 0 0 0 0 0 R 0 643 643 643 643 643 E43 E43 E43 E43 E43 64 64 E4 V 643 643 643 643 643 643 643 643 64, V 643 N E43 66 CO 69 — 69 CO 69 69 Ef3 691 691 691 6r) 69 69 69 69 69 69 N' Z'V1 V! 0 O O O 0 0 0 0 0 0 0 0 O O O O O O 0 O 00 00 0 0 0 0 0 0 0....0 O O O O O O 00 'a O O O O 0 0 0 0 0 0 0 0 O O O O O O O O 00 00 O O O O O O O O O O O O O O 00 O O O O 0 0 0 0 0 0 0 0 O O O O O O O O O O O O O O O O O O O O O O O O O O O O w,.,Ef3 ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER N V! 0 O 0 O O O O O O 0 O O O O O O O O 0 O 0 0 0 0 0 0 0 0 0 0 0....0 O O O O O 0 0 0 O O O O 0 0 0 0 0 0 0 0 O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O 0 0 0 0 0 0 0 0 O O O O O O O O O O O O O O O O O O O O O O O O O O O O ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER Q '.- 0'.L. OV1 V N N ZL U) 0 CO V N V 00 LO 00 N V N O 00 I— O r O LO 0 O M O N 0 O N O O N O O O O O O M W N 0 Q O 7 v7 O 00 0 00 O V 00 O 0 O 00 O 0 O v7 O 00 O N v7 0 0 LO O V V O LO O 00 O V O M O O IT N O r M LO M O N O O M LO M O O I— O O M M M M 0 0 LO O O O O N O 00 O CO O N O .: 69, (D Ln 00 LO LO M LO LO LO r 0 LO r 69 V 69 V 0 O r LO r 69 69 V e91 M LO e91 CO e91 M e91 M 69 CO 69 M V V V M V V V V V V V V V NN N CO M V CO V M CO N CO 0 �.' ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER O a � a z N V! 0 N (D 00 CO N LO N 00 (D 00 O N M N M O LO 0 O I— O 00 O N 00 O O 00 O W O O O O O V 00 0, O V 00 M 0 M M O M LO LO — LO — I� M M O M V V O N O N V O O (M O N O N 0 0 0 CO CO LO (? 0) N O O V M V O 00 M I— MN V LO LO 0 0 V M O CO O LO O V 00 O O I— O V O I— O O O 00 00 CO V E 6<) O 0 0 00 0 0 0 0 O N 00 O I— 00 V 0 LO r- fR O I— 00 00 fR 69. 0 69 N 69 I— fR 69 0 LO M M N N N N CO M V V V M CO N LO N CO V V CO a y ER ER ELT zea ER ER ER ER ER ER ER ELT 62 ER ER ELT 69 69 69 69 69 69 69 ER ER ELT 69 69 69 69 ER ELT 'a N ZV1 N (D CO 0 V 00 CO ON 0 00 V. CO O =.M O 00 CO CO ON CO: ON V ON V .O CO 0 V V 00 V 00.-V O 00 V O-.00 O CO: 0... 0 V V L00 V LMO V 00 M O M V M V r LO M M N OM LMO C09 W 00 M M 0 000 r— V- M M M M M M M M M M M M r 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 M M M U Ef3 ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER N' Z''.i. N' E,'ji R j1 Z'....du C v R' a; a a CO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO o � Ln Ln Ln Ln i0 N N N N N N N N N N N 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 L i Z O V M 0 LO N r M CO LO 0 r N M 0 0 LO LO V V I— M 0 M r V CO I— M V V O M N Ln M M M V LO LO V LO CO LO CO 0N r CO I— r 0 V M M LO M V M M V LO LO V N V Io 00 I— M N V V V V V V V V V V V V Ln V Ln LO V V V V Ln V LO Ln LO Ln 0 0 0 0 0 0 0 0 0 0 Ln Ln LO LO 0 O O O 0 00 00 00 0 O O 00 O 00 O 00 00 00 00 00 00 00 00 00 00 LO LO Ln Ln Ln LO Ln LO Ln LO Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln LO Ln LO Ln LO Ln Ln LO Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln LO L E 0 Z E 000 LO M N O r CO N V 00 N I— 0 r M M 0 LO N O V CO M LO 0 00 V O M M O LO 0 V O V (D V O O (D N V CO M V M V LO M V M M LO CO LO M Ln V V M LO 00 M I— M M r M M M M MMMMMMMM IN MMM M MM M MMMMMMMMMMMMMMMMMMMM U 0 0 0 0 0 00 00 00 0 0 0 00 0 00 0 00 0 0 0 0 0 0 00 0 0 0 0 0 0 0 0 0 0 G) O 0 00 00 00 O O O O O 0 00 0 0 0 0 0 0 0 0 O 0 0 0 0 00 O O O 0....0 00 O O 00 V O O O (D O O O O 00 0 0 0 0 0 0 00 O O O O O 00 00 O O 00 O O O O 00 V O O O O M O O O O O O O 0 0 0 0 0 0 0 0 0 0 0 Cfl O O O O O 00 00 O O 00 O O O O N O O O O O I-� O O O O R H) 643 E43 CD ELT 64 64 64 N 64 64 6-3 O 6-3 6-3 N 643 643 643 643 643 M M E43 66 CD ELT 66 66 O M M 66 643 643 LO V H) 643 643 643 R M M M M M M M M M M m', Ef3 ER ER ER ER ER ER ER ER ER ER ER N' 'Z'V1 V! O 0 0 0 00 00 0 0 0 (D 0 0 0 0 00 00 0 O O O N 0 0 0 0 0 0 O 00 0 0 00 O 00 'a O 0 0 0 00 00 0 0 0 00 O O O O 00 00 O O O O LO 0 0 0 0 0 0 O 00 0 0 00 O 00 O 0 0 0 0 0 0 0 0 0 0 00 O O O O O O O O O O O O (fl 0 0 0 0 0 0 O 0 0 0 0 0 0 O O O w Ef3 ER ER ER ER ER ER ER ER ER ER ER ER ER ELT 6c3 6c3 6c3 6c3 6c3 Ef3 Ef) Ef) N Ef> Ef) Ef) Ef) Ef) 6c" 6c" 6c" 6c" 6c" 6c" 6c" 6c" 6c" 6c" 6c" 691 691 Z.........;' V! O 0 0 0 O O O 0 0 0 0 0 0 0 O O M 0 0 0 00 00 O 0 0 0 0 0 0 O O O 0....O O O O O 0 C O O O O O O O O O O O O O O O O Ln 0 0 0 0. 0 00 O 0 0 0 0 0 0 O 0 0 0 0 0 0 O O O '- N O O O O O O O O O O O O O O O O D) 0 0 0 0 0 0 0 O 0 0 0 0 0 0 O 0 0 0 0 (zi 0 O O O ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ELT ONO v) v) Ef3 Ef3 Ef> Ef> Ef> Ef> Ef> Ef> Ef> v) v) v) v) v) v) v) v) v) v) v) v) Ef3 O V1 V N N 'ZL Q U) CO N O N O) 0 O M LO LO O O (fl O LO M M M 00 O O O LO O 0) O O O O N O V O O O V 00 M Q O I— 00 O O O Lo. O O V Lo. V CD. O V O CD. 00 Lo. —. —. 0 0 (D 00 O r 00 O N O O N O V 0 0 0 N I— O N r 00 O O M M O O M O V O 00 Lo N Lo (D O O N O V O M O O Lo O V 0 0 0 N 0) r— I— LO V 69 LO I— LO fR e91 00 V M Cfl 69 V 69 Cfl V (fl LO M 69 e9, (D LO E9, LO 0) fR LO e9, 69 N 69 I— fR 69 0) M LO Cfl M N V N V N V V LO V 0 V V V (D Cfl - M LO V V V LO 'I- 69 ELT 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 O a � a z N V! N 0) 00 O 0 00 0, O I— Ln O 0 V O 00 r— r r N O O O I— O 0 O O O O 00 O Cfl....0 N O Cfl N P— LO LO N I— O M LO V N O M (D (D O O LO O N — O V 00 O O O V O N Cfl O O O M O LO (fl N V 0) (fl r N 00 M V 0 0) (D 00 r O LO 00 (D O N M O I— 00 r V O O O N O I— 00 O O O N Cfl r V (fl 00 (DM' E O D) 00 fR 00 O 00 I— fR O 00 V 6' Lo 00 6' Lo 00 00 0) 0) fR 6' 6' 00 6' 0) I— (D 6' 6' 6' 0 O 00 I— r O 00 M M M N M (D LO N 0 N V N N (D N 00 N M N 'I- 69 a y 69 69 ER ELT 69 69 69 69 ER ELT 69 ER ELT ER ER ER ER ER ER ELT 69 69 69 69 69 69 69 ER ER ER 'a N ZV1 N Cfl O (D Cfl V Cfl O ON..00 00 ON ON (D,:.0 O 00 V O Cfl Cfl 0 00 00 Cfl 00 00 O O"Cfl ON 00 V Cfl O 0: Cfl Cfl V ON V 00:- 0o0 LN N (D V r- � r ON OMO M N (D IN N N M M V V ONO OMO OMO (D N M IN Or (D M M OM M O ONO (D M CMD CMD M L Cfl Cfl Cfl Cfl Cfl Cfl Cfl (D (D (D (D (D (D (D (D (D Cfl Cfl Cfl Cfl Cfl Cfl Cfl Cfl Cfl Cfl Cfl Cfl (D (D (D (D (D 00 (D (D (D (D (D (D (D N' Z''.i. N' E,'ji R j1 Z'....du C N'j1 R' a; a a CO 0 LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LOw 0 V V V V V V V V V V V V V V V V V V V V V V V V V V V V V V V V V V V V V V V V V L i M O 0 00 - V 00 0 V V O I- O M O M N O 0 r V 0 0 0 0 00 0 00 0 0 M 00 I- O N 0 N N M � 00 I- r 00 r 00 LO r CD N O N N O D) M D) M D) D) D) O N N CD V M CD r V LO I- CD M CD CD CD LO V D) N LO LO LO LO LO LO LO LO LO (D (D (D (D (D LO (D LO (D LO LO LO (D (D (D (D (D (D (D (D (D (D (D (D (D (D (D (D (D (D r (D ' 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 M M M M M M M M M M M M M M M M �j O O O O O O O O O O O O O O O O O O O O O O O O O 0 0 0 0 0 0 O 0 0 0 0 0 0 O O O �,', Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln L Z 1; EV r- M O 0 Lo (f) N 00 CD 00 V I- r 0 Lo LO M O N M N V I� N CO O I- LO M 00 r M M 0 V CO I- N I- M r N r M r M 00 r r 00 r 00 r CO N CO CO 00 0) 0) 0) O 0) 0) O D) 0) N 00 0 W CO M M u M MMMMMMMMMMMMMMMMMMMMMMM M MMMMMM M MMMMMM M MM U 0 0 00 000000000000 00 00 00 00 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 00 G) 0 O 00 00 00 O 0 O O O O O 0 11- 0 0 0 00 0 0 00 O 0 0 0 0 0 0 0 00 O 0 0 0 O O O O O 00 00 O CO O O O O O O - 00 O O O CO O O 00 O 0 0 0 0 0 0 0 0 00 0 0 0 O O O O O 00 O O O I-� O O O O O O (Ci (Ci O O O N O O O O O O O O O O O O O O O O O R'..H) 64 64 64 64 M 64 64 64 M 643 643 6-3 6-3 6-3 6-3 I— LO 643 643 E43 CF) LO E43 E43 66 66 66 66 66, 66, 66, 66, 66, 0-) H) 66, O 66, 66, m � Z,1 V! 0 O 00 0 0 00 O 0 O O O O O 0 O O 00 0 0 0 0 00 O 00 O O O 0, 0 0 0 0 0 0 0 'a O O 00 0 0 00 O O O O O O O O 0 0 00 0 0 0 0 00 O O LO 0 0 0 0 0 0 0 0 0 0 0 O O 0 0 0 0 0 0 O O O O O O O O 0 0 0 0 0 0 0 0 0 0 O O V 0 0 0 0 0 0 0 0 0 0 0 w Ef3 ER ER ER ER ER ER ER ER ER ER ER ER ER ER ELT 69 69 691 691 691 691 691 6c3 6c3 6c3 6c3 691 691 69 69 69 69 69 69 69 69 69 691 691 N Z.........;' V! 0 O 0 0 0 0 0 0 O 0 O O 0 O O 0 0 0 0 O O O O O O 0 O O O M O 0 (l) O O O O O O 0 O O 0 0 0 0 0 0 O O O O O O O O 0 0 0 0 0 0 0 0 0 0 O O O LO O O LO 0 0 0 0 0 0 0 O O 0 0 0 0 0 0 O O O O O O O O 0 0 0 0 0 0 0 0 0 0 O O O W O O W 0 0 0 0 0 0 0 E 6' 6' 6' 6' 6' Ef> Ef> Ef> 6) 6) Ef> Ef> Ef> Ef> Ef> 6'> 6'> v) v) v) v) v) v) v) v) v) v) v) Ef3 ONO 6", 6", ONO Ef> Ef> Ef> Ef> v) v) v) '- Q-!'. 69 69 O Q:!i N+ Z', w 'I- V I- O O 0LO 0 I- O W r >.N M.: O O CO CO O O ,CO M V V O O (D O r- O V O V LO „0 0) Q 00 LO - V 0 0 0 0 N O 00 V - 00 - I- O O O LO V O O O V V V O O CO CO N O N M O CO LO O N d 0 LO LO V I- O O r O O V LO LO O 00 O O 00 I- LO O O N V O V O LO LO LO I- O r M O O O I- M LO LO V 69 69 M M 69 I- LO M r LO LO fR e9, I- V 0 69 69 V I- 0 M 69 V I- LO M V LO 0 LO Ln 691 0 M V V V V CO V V CO V V V V M V M V VV 0 V CO 0 0 M V N M � 69 69 69 69 69 69169 69 69 69 69 69 69 69 69 69 69 69 ER ELT ER ELT 69169 69 69 69 ER ELT 69 69 O a co a 0')z N V! (D M M W M 0 0 0 LO 0 M O M ..00 r:: M O W N V 0 0 V V (D CO O O N V O M::,O LO O M LO O I- M 00 0 M O M N M 0 0 N LO O CO V O 0 M LO O O N LO - I- CO LO - M O V 0 - CO LO O N Ln d I- O M W O CO N O Ln O r 00 CO W O M I- O O O M r M O CO I- N O O W M N I- LO E LO 00 0 0 00 6' M 00 69 O 69 I- O 0 0 V 69 O 00 00 69 69 00 O 00 O LO 00 CO 0 69 LO 69 00 LO 0 0 r M N CO 69 N N V N CO V N N CO N ERVRR64 v) v) ELELRELLfLELa ELT 69 'a Z,.i;; N . ON OOOOOOOD OO CO 00 CO N.,: V V V MV CO (D O N (D CO 00-..0 N O CO O NN O .. N 00 O ,N N 0. V V N CO ( MV N 00:.. r r M 00 r 00 I- 0 r M V N V 0 0 M N LO CO N 0 N M LO CO 00 00 I-� r N r M M N M I-� M R MV V M M M V M I- LO 00 V LO N LO 00 M I- 0 LO N 00 r M LO N V V N V M V V V I- LO L 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 M M M M M M M 0 0 0 0 0 0 0 0 U!,Ef3 ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER N Zi..., N' E R C' R' COa; a' v, a w; o,LO Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln IV io v v v v v v v v v v v v v v v IQ Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q O v v v v v v v v v v v v v v v v v v v v v v v v v v v v v v v v v v v v v v v v L VCO LO CO I- M 00 N r M 0 LO V I- O V O LO CO CO O N N O M 00 N I- O N N O I- CO I- 00 O 00 0 O 00 O O N O 0 0 V M M V V N V LO M V V M V LO 0 0 r 00 CO I- LO M M 00 LO N CO I- M M r r M r r r r r M M r r r r r r r r r r r r r r r r r r r r r r r r r r- 0 0 O 0 0 0 0 0 0 O O O O O O O O 0 0 0 0 0 0 0 0 0 0 O O O O O O O O O O O O O O C LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO E 7 Z',; E MM O V CO O V (D 00 LO O LO N M CO LO O I— 0 r O CO V N 0 LO O N O M 00 I— N M V M O O O O O M M O M M M O O O V V V O M V V O '1- '1- O N N N Ln N N LO N N LO N N u 1 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 M M M M M M M M M M M M M M M U 0 0 0 0 0 0 0 0 0 00 0 0 0 0 0 00 0 0 0 0 0 0 0 0 0 00 00 0 0 0 0 0 0 0 0 0 G) 0 O O O 00 O O O 0 O O V 0 00 0 O O 0 O O CO O 00 O O O O O N O O O O O O 0 0 O O O O 00 O 00 O N O I- 0 00 0 0 0 O O O 00 O 00 O O O 0 0 0 0 0 0 0 0 0 M C O O CO O 00 O 00 O O V 0 00 0 0 0 O O O I- O 00 O O O O O N O O O O O O r- 64, H) 64, 643 643 643 643 643 643 6-, V 6-" ,1- 64 Ef3 66 65 65 65 65 65 65 00 Ef> Ef> Ef> Ef> Ef> Ef> Ef> Ef> LO Ef> Ef> Ef3 Ef3 Ef3 Ef3 CO m Ef3 M• M• V3 M• Z,1 V! 0 O 0 0 00 O 00 0 O 0 0 0 0 0 0 0 O 0 O O O O 00 O O O 0 0 0 0 0 0 0 0 0 0 'a O O O O 00 O 00 O O 0 0 0 0 0 0 0 0 O O O O O 00 O O O 0 0 0 0 0 0 0 0 0 0 O O O O 00 O 00 O O 0 0 0 0 0 0 0 0 O O O O O 00 O O O 0 0 0 0 0 0 0 0 0 0 w,.,Ef3 ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER N V! (M O 00 00 O O O 0 O 0 0 0 0 0 0 0 0 0 O O O O O 0 O O O O O O O O M 0 00 0 LO O 00 00 O V 0 0 O 0 0 0 0 0 0 0 0 O O O O O O O O O O O O O O O LO O 00 O W O O O O O O V 0 0 O 0 0 0 0 0 0 0 0 O O O O O O O O O O 0 00 0 0 0 0 0 0 0 E OO Ef> Ef> Ef> Ef> Ef> Ef> N H) Ef> 6) Ef> Ef> Ef> Ef> Ef> Ef> Ef> Ef> v) v) v) v) v) v) v) v) v) v) v) 6", Ef> Ef> Ef> ONO Ef> Ef> Ef> Ef> CL N 69 69 690 O Q:!i N+ Z', U) M.. O 0 O r 00 O N CO N O M O (D V LO O O 0 O CO CO r M 0 CO N O M N V V CO O O I- 0 Q I- O O O M M O - N O O - O O V 00 I- O O O O V M 00 N O 00 - CO CO I- M N CO V O O N O d - O I- LO N 00 O M N M O LO O r M O 00 O O O O V O 0 CO LO O CO LO 00 00 O N O O O 00 O 00 0 V 0 LO V 69 V LO 00 69 LO 69 0 00 M LO 0 69 69 69CO V I� M M Ln Ln 00 V CO CO M 0 6<) 6<) 00 6<)Ln M V M N CO V V V V V V M M V V I- V V V V V fR V CO Ln M � 69 ER ELT 69 69 69 69 69 69 69 ER ELT 69 69 ER ELT 69 69 69 69 69 69 69 69 69 69 69 69 69 O a � a z N V! r:, O O M N O ,00 V 00 O I- M V CO LO 0 O O .-.0 O N (D ,M I- 0 V 00 O I- 00 V ,.M W r O O M 0::: I- N 0 - CO O V O LO M O V O I- O M CO O O CO O I- 0 - 0 0 M O CO - CO I- LO O O V O M O N M CO N LO N CO N N M O V N I- M CO CO CO N 0 O LO CO LO M O LO CO M N CO LO M N CO LO O E NN 00 N I- 00 M N 0 69 0 00 V CO O O O N V 00 I- O 00 fR 0 0 00 O 0 I- O M O 69 M V N N M CO fR N N V M V CO CO CO N N N N M M CO 00 M a 69 69 ER ELT 69 69 69 ER ER ELT 69 69 69 ER ER ELT 69 ER ELT 69 ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER 'a Z,.i;; 0 0 0 O N 0 ON OO O O O V V 00 00 V N CO 00 00 .V (D 0 0 ,-.(D 0 O O 0 N O. OO N N V O V O 00 00 O V O CO CO... NN 00 00 O CO O V (D 0 M V 0 0 LO 00 N 0 O r M M M r N V N V CO 00 V N CO M I- R N Z6 LO N M M O V O V V N V LO LO LO 00 N V V Z6 I- N M V V O M I- M M N M O O M L M M M r M M M M M M M M M M 00 M M M M M M M M M M r M M r M M M 00 00 M M 00 r M N Zi..., N' E R C' R' COa; a' v, a w; o,LO Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln IV L M M V O I- M LO O N O r M LO LO N M V CO O 0 CO CO I- 0 CO V CO LO M M 00 V CO O O N O 0 0 O O M M N M N MLO M V N V M LO V N LO M LO M M V I- 00 00 M 00 0 00 r N 00 00 I- r 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 �j 0 O 00 00 O 00 O O 0 00 00 00 0 O O O O O 00 O O O 0 00 00 00 00 0 C i,LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO E '1- O CO CO 0 O M r LO r V O 0 I- 00 M LO M N 0 N LO O r CO CO M O N 0 0 0 CO 00 N LO CO LO LO LO M N LO LO N (D 00 I- r M r M M N r M M N 00 r r M r M M O M 00 M 00 0 00 N �1 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 M M M M M M M M M M M M M M U 0 0 00 00 0 00 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 00 0 0 0 0 00 0 0 0 0 0 0 0 G) 0 0 0 0 0 0 O O 00 00 0 00 00 O 00 O O O O O O O 0 0 0 0 0 0 0 0 0 0 Ln.. O O 0 V O N 00 00 O O O O 00 00 O 00 00 O LO O O N (D O O O O 00 O O 00 O 00 O N O O N r O 0 V N O O O O O O O O O O O O O N O O O 00 M O O D O 00 O O O O O O O O M O O (6 R H) O V 0) ELT 64 64 66, 66, 66, 66, 66, 66, 66, 69, 691 691 - CD ELT Ef3 00 M E91 69 69 69 CD ELT O 691 691 691 691 691 691 CD ELT 691 LO R Ef3 (D (D 00 M 691I- (D N V (D ER ER ER ER ER ER ER ER ER N' 'Z'V1 V) 0 0 0 0 0 0 O 0, 00 00 0 00 0O O O O LO O O O O O 0 O O O 00 00 00 O 0 O O 0 'a 0 0 0 0 0 0 O O 00 00 O 00 00 0 0 0 00 O O O O O O O O O 00 I- 00 O O O O O --'0 0 0 0 0 0 O O O O O O O 0 0 0 0 0 0 0 O O O O O O 0 0 0 0 0 (M 0 0 0 0 0 O O w 6c3 Ef3 6f 6f 6f 6f 6f 6f 6c3 6- 6- 6- 6- 6- 6- 6- 6c3 6c3 6c3 Ef3 N Ef> Ef) Ef) Ef) Ef) Ef) Ef) 6c" 6c" 6c" 6c" M 6c" 6c" 6c" 6c" 6c" 6c" 6c" 691 691 Z.........;' U) 0 0 0 0 0 0 0 0 0 0 0 0 0 O 0....O O O O O O 0 0 O O O 0 0 0 0 0 0 0 00 00 0 O 0 0 0 0 0 0 0 O O O O O O O 0 0 0 0 0 0 0 O O O O O O O 0 0 0 0 0 0 00 00 0 O O 0 0 0 0 0 0 O O O O O O O 0 0 0 0 0 0 0 O O O O O O O 0 0 0 0 0 0 0 0 0 0 0 O O ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER Q '.- 0'.L. 0V1 V N N ZL U) 0 CO O O Cfl O O r" 0 I- CO LO 0.N I- O O O LO M O V O V O (D ,.Cfl V 0 0 LO O I- 0 O (D 0 O O V O O Ln Cfl (? 00 0) N V Ln V I� 7 0 0 0 00 I- O Cfl 00 V O Ln V O O Cfl (M O O) O 7 N O N O LO O O N r O O LO LO (D 0) LO (D LO O O O LO O LO 00 LO 0) O (D (D M M LO O M O O 0) O .:69 V 69 69 (D M 69 I- V 0) I- V LO Ln M M V e91 e91 69 Ln V 69 Cfl LO LO V 69 LO O Cfl Cfl V N e9, M e9, V LO e9, N M Cfl V V V M V V V (fl Cfl N N M V M V V V M M V I- V LO V M 4- 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 691 691 691 691 0 a O a z Om V! 0 N O O V O O M 0) O M O) N LO 0....00 M O N O O r- O Cfl O (fl 0) O V V (D O 00 LO O M Ln.. O V 0, Cfl 0 0 0 Cfl O V Cfl - M Ln V O O N O O O O N Cfl O N V O Ln O V Ln r W Ln (fl Cfl O Ln M 0 O N 0 0 0 0 0 V Ln r N Lo O N N O O V O Lo V O 00 O M V O O LO N O O N I- M N r V M O E00 fR 69 0) fR N O 00 N LO 0) I- 0) fR LO 00 69 0) (fl (fl 69 69 O 0) 0) 0) 69, 0) N 0) 0) O fR V V 00 00 0) 69 ICO N N Cfl N N NM M N Cfl V N N N N M a y.......ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ECflR ER ER ER ENR 'a N ZV1 N (D Cfl 00 00 ON M... V 0 00 O Cfl O (D Cfl V:-..O ON O Cfl 0.-- ON (D..M V O 00 O.. 00 0:..0 00 00 V O Cfl O 00:.. V ON: ON.. R (D M V a) M M N M M 00 M V- N V M ONO N N M CVD M V M CMD LN OO V- M IN N M CND r M V M OO N M M L CD CD CD CD CD CD CD CD CD r CD CD 00 CD CD r CD 00 CD CD V V I- CD CD CD CD CD CD r CD CD CD V CD CD CD CD CD CD N' Z''.i. N' E,'ji R j1 Z'....du C v R' a; a a CO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO O LO LO LO LO LO LO LO LO LO LO R rn rn rn rn rn rn rn rn rn rn � - - - - - - - - - D'v v v v v v v v v v v v v v v v v v v v v v v v v v v v v v v v v v v v v v v v L i Z O N I- N r O r V LO V N V N CD O r M M O CO CO Ln00 0) I- N V V CD 0) LO O 00 CD M 00 M I- r CD O 0) 0) CO I- O O V N M M V LO V Lo N CD r r CD V LO V V CD CD r r r LO M N 00 00 00 00 00 0) 00 00 00 00 0) 0) 0) 0 0 0 0 0 0 0 W 0) 0) Ln I� 0) 0) 0 0 0 0 0 0 0 0 0 0 0 0) 0) 0 O O O O O O O O O O O O 0 0 0 0 0 0 0 O O O M O) 0 O 0 0 0 0 0 0 0 0 0 0 0 O O �,',Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln L Z E NM M M N O) 00 V Lo r M M Lo V V I- CD V N M N CD r CD 00 CD 0) LO V N O) LO O O CO I- CO LO M I- V 00 O N 00 00 00 00 M 0 D) M I- 0 0 0 0 0 O N M O O M O M M O 0 V M O u'MM � MMM M MMMMM M MMMMMMM M MLO MMM M MMMMMMMMMMM M M 0 0 0 0 0 0 0 0 0 00 00 0 00 00 00 0 0 0 00 00 0 0 0 0 0 0 0 00 00 0 0 0 NO O 00 O O 0 00 O O 0 O 0.... O 0 O 0 0 0 0 0 0 0 0 0 0 0 O 0 0 0 0 0 0 0 00 O V I 00 00 O O O 00 O O O O O O O O O O O O O O V 0 0 0 0 N 0 0 0 0 0 0 0 00 O C N O O O 00 O O O O O O O O O O O O O O O O O O O O O O O O Ln 0 0 0 0 0 0 0 0 0 O R r- ER 643 643 N 643 643 643 E43 E43 66 66 66 66 66 66 64 643 6-3 6-3 6-3 6-3 6-3 6-3 (D 643 643 643 66 (D 66 66 66 66 66 66 66 646-" O � MMM �• • • N' Z'V1 V! 0 00 0 0 0 O 0, 00 00 0 O 0.... O 0 O 0 0 0 0 0 0 0 0 0 0 0 O 0 0 0 0 0 0 0 0 O O 'a 0 00 0 0 0 O O 00 00 O O O O O O O O O O O O O O 000 O 0 0 0 0 0 0 0 0 0 O 0 0 0 0 0 0 O O O O O O O O O O O O O O O O O O O O O O O O 0 0 0 0 0 0 0 0 0 O w,.,Ef3 ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER N U) 0 0 0 0 0 0 0 0 0 0 0 0 0 O 0.... O 0 0 0 0 0 0 0 0 0 0 0 0 0 O 0 0 0 0 0 0 0 0 0 O z 0 0 0 0 0 0 O O O O O O O O O O O O O O O O O O O O O O O O 0 0 0 0 0 0 0 0 0 O '- N 0 0 0 0 0 0 O O O O O O O O O O O O O O O O O O O O O O O O 00 0 00 00 0 0 O ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER Q '.- 0'.L. 0V1 V N N ZL U) 0 0) CO LO O O O O O O O (D (fl 0.... N 0)...O (fl O O O V N O M 00 0 0) O 0 0 0) V O N 0 O N Q O N M M O O Cfl O O O V M N I� O O M O N M O O Ln V O Ln (? N M O O O M 00 O 00 (fl Ln O V N O M M 00 O O O O O N N N I- O 0) 0) 0 V 0 0 I- 0) 0 LO 0) O O O M LO O N (D 0) 0 0 .:e91 LO V (D 69 69 0) fR 0) I- 00 LO V 69 M M 0 O fR 69 V 0 69 0 M r M 69 69 69 (D LO 69 M V V 69 LO V V V M (D V V M N V V LO V V M V (D V M V V V M N 4- 69 69 69 ER ER ER ELT 69 69 69 69 69 ER ER ELT 69 69 69 69 69 69 69 69 69 69 69 69 O a z Om V) 0) N LO O O O 0, 0 0 0 0) V V 0.... 00 O V 0 0 0 Cfl 00 O r N O O O O (fl O 00 0 0) 0 00 Cfl M O 00 O V Cfl N Cfl 00 O 00 Ln 00 O Ln 00 W r Ln O N N M O O - O 00 O Cfl N 00 O O M O V 00 I- N M (D r O O O LO 0) (fl O N N 0) N N M O N Y V N I- O O (D O M O 0) I- M V Cfl 00 LO N 00 M E 0 0 00 0 Ef> N M O V (fl 69 0 00 0) 00 (fl 0) N (D O 69 0) fR (fl 00 69 00 69 V LO 0) V I- 00 r M 0) I� M LO (D V N M (D M V N (D r N (D M N (D N (D a y ER ELT 69 69 69 Ef3 69 69 69 691 ER ELT 69 69 ER ELT ER ELT 69 ER ER ER ER ER ER ELT ER ER ER ER ER ELT 69 ER 'a N ZV1 N V Cfl V ON O V... ON ON..Cfl 00 V ON 00 Cfl 0: Cfl ON::.00 O 00 O ON-.00 00 V CD O .O O O M O O 00 00 O M.. 00 00 0 CMD V OM LO N ON N N V LMO r N V (D ONO M N LO CVD N CVD O V M M N V r N M V Z6 Z6 LO V Z6 M N M LM L Cfl Cfl Cfl Cfl Cfl r Cfl Cfl Cfl Cfl Cfl Cfl Cfl Cfl Cfl Cfl Cfl Cfl Cfl r Cfl r V Cfl Cfl Cfl Cfl Cfl Cfl Cfl Cfl Cfl Cfl Cfl Cfl Cfl Cfl Cfl Cfl Cfl U:',Ef3 ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER N' Z''.i. N' E,'ji R j1 Z'....du C v R' a; a a CO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO D V V V V V V V V V V V V V V V V V V V V V V V V V V V V V V V V V V V V V V V V L i Z O I� V M V M O Ln 0 M V V N M I- V CD O N N LO O CD r N M 0 LO 0) V CD CD LO I� Ln LO r M CD O 0 0) 0) V O 0) 0 O O O 00 MM M N N N M M V Ln LO V LO LO LO I- LO M CD N 0 0 0 0 Lo 0) O 0 0 0 00 O 0) 0) O O O O O W 0 0 0 0 0 0 0 0 0 O 0 0 0 0 0 0 0 0 0 O ' M M M M O) M V V M M O) V M M V V V V V M V V V V V V V V V V V V V V V V V V V V- 0 0 O O O M O O O 00 M O O 00 O 00 00 00 00 00 000 O 00 0 00 00 00 O �,',Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln L Z E 0 M LO V I- 00 N N V M V I- M O 00 CD LO 0) CD LO r CO O N CD CD 0) CD 00 r V O 0) N M LO I- O O 0 LO V V V LO V Ln V LO LO V V V V N LO LO M LO CD CD O LO LO CD CD CD CD r CD r CD CD r M M M M M M M M M M M M M M M M M M M M O M M M M M M M M M M M M M M M M M M M 0 0 0 0 00 0 0 0 00 0 0 0 00 0 00 00 - 0 0 0 00 0 0 0 0 0 0 0 0 0 0 0 0 0 0 G) O O 0 O 0 00 00 00 O 00 0 0 00 O 00 O O LO O O N O O O O O O O 0 0 0 0 V O (D O O O O (D O O O O O O O (D O O V I- O O O (D O N O O 00 D) O O O O V O 00 O O 00 O O 0 O O 0 0 0 0 0 0 0 O 0 0 0 O O N V O O O M O V O O D) N O O O O 00 O V O O 00 O R H) LO 643 643 E43 E43 V E43 E43 E43 66 64 64 643 N 643 643 I— CD ELT 643 6-" ,1- 643 CF) H) E43 M I— ELT 66 66 66 O 66, CD ELT 64 CD ELT MMMM � MEf3 ER ER � � M• • • • • • N' Z'V1 V! O O 0 O 0 0 0 00 00 O 0 0 0 0 0 0 0 0 00 0 0 0 0 0 0 0 O O O O O O O O O 00 'a O O O O 0 0 0 00 00 O O O O O O O O O 00 O O O O O O O O O O O O O O O O 00 O O O O 0 0 0 0 0 0 0 O O O O O O O O O O O O O O O O O O O O O O O O O O O O O w j, EiT ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER N V! O O 0 O 0 0 0 0 0 0 0 O 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 O O O O O O O O M 00 O O O O 0 0 0 0 0 0 0 O O O O O O O O O O O O O O O O O O O O O O O O O O Lo 00 O O O O 0 0 0 0 0 0 0 O O O O O O O O O O O O O O O O O O O O O O O O O O W (zi O ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ELT v) v) v) v) v) v) v) v) v) v) Ef> Ef> Ef> Ef> Ef> Ef> Ef> Ef> Ef> v) co v) v)N CL 69 OV1 V N N ZL U) Cfl O CO O Cfl O O V 0 O O CO O O 0 O O CO M O O Ln V O CO M O CO O M 0 0 O Cfl M 0 M O N O I- M O O O O 00 O (D 00 M 00 0 0 0 0 0 0) - I- O V O - O M (D O N O LO O V O M LO O 'l- m 0 O M 00 00 0 0 0 Lo O r N V 00 O V 0 0 0 Ln O M O Cfl r O O 00 O N O 00 O N O Cfl Cfl O V I- fR r- V (D r 69 69 LO 69 0) Cfl - M e91 (D E91 e91 e91 O (D LO 69 V I- (fl V LO 0) fR (fl 0) I- fR I- fR V r 69 LO M M V V M V (D (D M (D - V V V V M V Cfl M N V V (D (D (D N �.'.: ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER O a N a;, O z � V) V O N O 0) V 0 0 (D 0 O O N 0 0 0) 0 0 0) N I- O O LO V Cfl O 0 (fl O N O r O O O V O O r... O 00 LO. -. -. 0 0 0) N O O 00 O O M O O V N 00 LO O LO I- 00 O 00 N N M 00 V 0 0 O 00 (fl O M N r O LO V M O O O V O O (fl O O V N O 00 I- r M O N I- O LO 00 M 0) 00 I- O O O N N O O E 00 ELT O 00 O 69 V 0) V 69 69 CD ELT 69 00 69 00 V 0) 0) ELT 00 0) 0) ELT N 0) N 0) V 0) ELT 69 E91 V CD ELT 0) N M N M M M N N M N M N Cfl V N M a y,.;, ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER 'a N 'ZV1 NOOOOOOOOO V Cfl CO. 00 N N (D O 00 N. Cfl 00 N 00 Cfl V 0:-V N N O N Cfl O O O O ,O 00 N Cfl 00 O V V 00 N Cfl 00 00... M r- M r 000 V � OO V a) M Z6 M N W ONO r M M M V V N (D M � N CND N (D M M O r (D 000 V M ',- L (D '.. Cfl Cfl Cfl Cfl Cfl Cfl Cfl Cfl (D (D (D (D M 0 0 0 0 0 0 0 0 0 0 0 0 0 0 r 0 0 0 0 0 x 0 r x 0 0 0 U Ef3 ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER N' Z''.i. N' E,'ji R j1 Z'....du C N'j1 R' a; a a CO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO Ln Ln Ln Ln Ln Ln Lo Lo Lo Lo C0 C0 C0 C0 C0 C0 C0 C0 C0 C0 r- r- r- r- r- r- r- r- r- r- r- r- r- r- 00 0o 0o 0o 0o 0o R o' v vv v vvvvvvv v vvvvvvvvvvvvvvvvv v vvvvv v vvvv L i 0 r CD LO 00 M D) 0 I- 0) M M M O 0 LO I- r N V M O D) LO D) 00 CD N CD 0) N I- r r D) M N I- I- r D) 00 00 00 I- 00 O O M M O N V N O M O M CD LO r V V CD CD V LO CD LO V LO CD O O r 0) I- D) N'.. O O O O 0 0 0 0 0 0 N N O O O O 0 0 0 0 0 0 0 O O O O O O O O O O O O O O O O O O O O O O O O O O O O O LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO L E 0 Z1; E CO N O LO M 0 M V I- O V N CD 00 LO 0) I- N 0 0) M M N V CO M LO V I- LO M r N O) V O I- 00 00 00 r CO I- r r r 0) 0) 00 00 00 0000 00 0) O 0) O 0) or- O D) I- O 0) 0) 0) 0 N N N R M M M M M M M M M M M M M co M M M M M M M M M M M M M M M M M M M M M co M M M M U 0 0 0 0 0 0 0 0 0 0 0 0 00000000000000000 0 00 0 00 0 00 00 G) 0 O O O O O O 0 00 O 00 O 00 O O O O O O O O O O O O O O O O O 00 0 O O V 00 O O O O O O N (D O 00 O 00 00 O O O (D O V 0 0 0 0 0 0 0 0 O O 00 O O O r O O O O O O Ln Ln O O O O O O O O O O O 00 0 0 0 0 0 0 0 0 O O O O O O O N ELT 643 643 643 643 LO - CD ELT 643 643 643 E43 E43 I— ELT E43 E43 CD ELT N 66, 66, 66, 66, 66, 66, V 66, 66, O 66, 66, V E43 E43 m m - M Ef3 E91 (D (1) (D LO N' 'Z'V1 V! 0 O O O O O 0 0 0 O 00 O 00 O M O O O O O O 00 O O O O O O O 00 00 O 'a O O O O O O O O O O 00 O 00 O LO O O O O O O 00 O O O O O O O 00 00 O O O O O O O O O O O O O O O O O Cfl O 0 0 0 0 0 0 0 Ln O O O O O O O O O O O H) 6c3 6c3 Ef3 6f 6f 6f 6f 6f 6f 6- 6- 6- 6- 6- 6- 00 691 691 691 691 E91 E91 E91 E91 LO 69 69 69 69 691 691 691 691 691 691 691 Z.........;' V! 0 O 0.... O O O O 0 O O O O O O O O O O O 00 00 00 0 O O O O O O O O 0 O 0....... O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O 00 00 O ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER Q O V1 V N N 'ZL U) O N O Cfl O O (D O N O LO V O O O CO 0) O O O O O O O N 00 O 0 0 O r- 00 O 0 O O O Cfl Cfl O N O 7 0 7 O Ln 00 O 0 0 7 N O V O Ln O O O Cfl N O V O (? (? D) D) V O (fl O N O N M M r O 0) OO 00 LO O O O M O V O 00 O O O LO Cfl O V 0 0 O 00 N (D O r O .:69 (D N O r 0) 0) 69 0 LO (D LO 691 691 69 00 N 69 V 69 00 69 69 69 I- M fR LO 69 0) 0) (fl LO N E9, M 0) M M LO (D N LON V V N (D V M V LO V V LO V 69 69 69 691 ER ELT ER ELT 69169 69 69169 69 69 69 69 ER ER ER ER ELT 69 ER O a � a z Om V) 0 00 O V O O V 0 O O LO (fl O O O N V O O 0 O O O O 00 N 0 0) 0 0 O N 0 0 0) 0....... 00 O Cfl O O N V N O N Cfl O O 00 Cfl Cfl Cfl O N O Ln V O V Ln r N O O Cfl V r O Cfl O Ln 00 N (D M (D O 00 LO O (D V 00 V 0) M 00 I- O LO 00 Cfl V LO 00 M O M O M O LO N N 00 N N fR Ln 00 fR N 0 0 Ln O 0 00 00 Ln 00 fR V N V Ln 0 Ln V 0 Ef3 00 O 0 0 M Ef3 00 I- M N M N V M Ln M r M N (D N M (D M N M V LO69 V a y„,ER ER ER ER ER ER ER ER ELT 69 Ef3 69 69 69 ER ELT ER ELT 69 69 69 ER ELT ER ER ELT 69 ER ER ER ELT 'a N ZV1 N (D Cfl ON O ON ON (D V 00 ON ON OOO 00 O 00 Cfl (D. V O Cfl (D O 00 O V V V N'.:O N O (D 00-.0 O O:. N 00 V V V OM r V M OM LMO I— (D OO LLOO O 0) V W LLOO M (D Ni LMO V LM r V- V V- V- r 0) (D V LLOO V- N CND L (D (D (D r (D (D (D (D (D r (D (D (D r (D (D M (D (D (D (D (D Cfl Cfl Cfl Cfl Cfl Cfl Cfl Cfl Cfl Cfl Cfl Cfl (D (D (D U Ef3 ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER N' Z''.i. N' E,'ji R j1 Z'....du C v R' a; a a CO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO 00 co co co co co co co co co co co 00 m m m m m m m m m m m m m m m m o o o o o o o o R zz zz N N N N N N N N L i Z 00CD r N LO r O V CO V CD M CD O 0 CO 0) r- V M CO V O Ln M Ln M Ln O V N M O N M 00 O 00 O 0 I- 0) V I- 00 I- 00 0) V N M M N M N N M V N M CD r LO CD r 0) 0) V- N N O N N N N N N N N N N N N N N N N N N N N N N N N V V V V V V V V V V V V V V V V V V V V V V V V V 0 O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O �,',Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln L E 0 Z E r Lo M CD CO O N N 0) CD M CO M I- LO M V V LO I- : CD 0) CD V CO LO CO M O LO LO 0) M O V- 0 O N N V O M O N N CO N LO M M M M M M LO M N V M 0) V N V V x' 0 M M0 M MMM M MM M 000 M M MMM MM MM MM MMM M 00000 r- 0 U O 0 0 0 0 0 00 0 00 0 O O O 0 0 0 00 00 00 00 00 0 0 0 0 0 0 0 0 G) O O 0 0 0 0 0 0 0 00 0 O 0 O 0 00 0 O O 0 00 0 O O O O O 0 O O O 0 0 0 O N O O O O O O V 00 0 O O O O 00 O O O O 00 O O O O O O O N O O O O O (Ti 0 0 0 0 0 0 O O O O O O O O O O O O O O O O O O O O O O LO O O O O R'.. H) LO 643 643 643 643 643 643 0-) H) 643 643 E43 I- ELT M E43 E43 66 66 66 643 643 643 643 643 643 643 643 643 64, M 66 66 66 66 Z,1 V! O O 0 0 0 O O O 0 0 0 O 0 0.... O 0 O O 0 O 0 00 0 O O O O O 0 00 O 0 0 'a O O 0 0 0 0 0 0 0 0 0 0 O O O O O O O LO O O O N O O O O O O O 00 O O O O O 0 0 0 0 0 0 0 0 0 0 O O O O O O O N O O O I-� O O O O O O O O O O O O w Ef3 6f 691 691 691 691 691 691 691 691 691 691 691 69 69 69 69 69 69 � 69 69 691M• 691 691 691 691 691 691 691 691 691 691 691 691 N Z.........;' V! O 0 0 0 O O O O 0 0 0 O O 0 O 0 O 00 O O 0 0 0 0 O O O O O 0 O O O 0 0 O O 0 0 0 0 0 0 0 0 0 0 O O O O 00 O O O O O O O O O O O O O 00 O O O O O 0 0 0 0 0 0 0 0 0 0 O O O O O O O O O O O O O O O O O O O O O O O O ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER CL 7 O N+ Z', w V O M LO O O V r M V N N O 0 W 0 I- N M V LO N CO O O O O O (D 00 O W M M 0 Q LO O 0 0 0 0 CO M CO 00 O O O O 00 O M O N CO M - LO V O O V O V 0 0 0 - - - CO N O O r O O O O N 00 O 00 0 O O 0 O M M N I-� r O M V O O 00 O 0 (M N O V 0 0 M I- fR M V 69 O N N LO LO I- M 0 69 00 N 0 r LO V O LO LO V O 00 V N LO 69 V LO LO V M V V LO LO M V V N V LO V V LO LO V V r- CO V V V LO V V CO R r ELT 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 O a � O z � V! CO O .,V LO O O CO -.M 00 M.. 00 00 ,0 0-- O. M 00::,V r- LO 00 V O O O O O W V,N O , r r,:. 0... V O 00 0 V N - N O LO 0 LO 00 O M O 00 LO LO V 00 O V O 00 00 O CO LO O O CO V V O d O N O CO 0 0 O N N O LO O LO CO N V 0 LO O V LO O O V M O O V V O ELn 6" 00 O N M M Ln 0 0 0 0 V 6<) 69 M 0 0 0 N 0 0 69100 I- 691M 0 LO 0 69 O 0 0 69 N I� V N M V N V N N V N LO N a y ER ER ER ER ER ER ER ER ER ELT 69 69 69 69 69 ER ER ELT ER ER ELT 69 69 ER ER ER ER ER ER 'a Z,.i;; N OOOO O N ,-.00 O V N 00 .M N V:. O (D -.00 0 N O. OOOOOO N (D-..00 (D N N. O N 00 00 V (D .O N.,:0 N 00 CO (D M N LO ON V- N N LO r V V 000 M M Or O OO N r- Ni V M V LN r Ni M W N V- r V M Ni V V V L M M M M r M M M M M M M M M r M M M M M r M M M M V M r M M M M M M M M U!, Ef3 ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER N Zi..., N' E R C' R' a; a v, a CO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO 0O 0 0 0 0 N N N N N N N N N N N M M M M M M M M M M R 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 N N N N N N N N N N D V V V V V V V V V V V V V V V V V V V V V V V V V V V V V V V V V V V V L 0 Ln 00 0 N V CO CO N V N 0 CO V I- M M 0 LO LO V CO N 0 M LO 00 N 0 LO M LO � I- M LO r M LO O O O O N O LO M N V V M V V LO M N 00 r- O r LO M LO M M r a N N N N N N M M M M M M M M M V M M M M M M M M M M M M M M M M M M M �'.. V V V V V V V V V V V V V V V O V V V V V V V V V V V V m M V V V V V V V- 0 O 0 0 0 0 0 0 0 0 0 0 O O O O O O O O O O O O O O O O V O O O O O O O C LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO CO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO E 7 Z',; N0 r M CO O I- 0 CO I- M 00 0 N LO r V CO O N O V N N M LO LO M M V- I- V V V V V Ln Ln M Ln Ln Ln Ln M M V r- M M M LO r M M N N M V CO M N V- u M M MMMMMMMMMM M M M M MMM M M coMMM M M M M MMMM M 0 U 0 0 0 00 00 00 00 0 0 0 0 0 00 0 0 0 0 00 0 0 0 0 0 0 0 00 0 0 0 41 0 O 00 O 00 00 00 O 00 O 0 0 0 0 0 0 0 0 0 00 0 0 0 0 O O O 00 O 00 O O O LO 00 0 0 0 - O 00 O V 00 00 00 O 0 00 00 00 0 0 00 CO O O O O O O 00 0 0 0) 00 O O LO 00 O O I-� O O O O N O O O O O O O O O O O O O O O O O M O 0 0 O O O V 00 O (M 0 0 0 0 0 0 R'..H) E43 O E43 E43 64 64 I— ELT 64 N 6-, 6-, 6-3 6-3 6-3 643 643 643 643 643 E43 I— ELT E43 I— ELT 66 66 66 643 644 00 643 LO M 643 643 I— ELT E43 M LO M• M• M• M• M• M• (1) (1) V! 0 0 0 0 00 O 0 00 O 00 O 0, 0 0 0 0 0 0 0 0 00 0 00 O O 0 0 0 0 0 0 O O O O 0 0 'a O O O O 00 O O 00 O 00 O O O O O O O V O O 00 O 00 O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O N O O O O O O O O O O O O O O O O O O O O O H) 6c3 6c3 6c3 6c3 6c3 6c3 6c3 6c3 Ef3 Ef3 Ef3 Ef> Ef> 6f 6f 6c3 6- 6- 6- 00 6- 6- 6- 6- 6c3 6c3 Ef3 Ef3 Ef> Ef> Ef> Ef> Ef> Ef> Ef> 6c3 6c3 6c3 6c3 6c3 6c3 Z.........;' V! 0 0 0 0 O O O 0 O O O O O O 0 O O O O O 0 0 0 0 0 0 0 0 0 O 0 0 0 0 0 0 O O O O O 0 �;.O O O O 0 0 0 0 0 0 0 0 0 O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O 0 0 0 0 0 0 0 0 0 O O O O O O O O O O O O O O O O O O O O O O O O O O O O O ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER CL 7 O N+ Z', U) 0 0 0 N O O O 0 I- N O r (D O 0 O O O 0) 0 0 0 O O V 0....0) O O O 00 LO 0 0 0 0) 0) O N O O I� M r O O O O O 00 O N V O O V O 00 00 V 0 0 0 0 0 0 I� O M O r O O O 00 O O O N O CO d 0 M 00 O O O O O I- r O r 0 V CO N 0 0) 00 0) O O O O O O M O 00 0 0 0 0 0 0 0 I- N 0 0) ELT LO N V 69 0) ELT 69 I- M ELT LO M CO M V 69 0) M V M 69 69 69 0) ELT LO 0) CO 0 V E91 E91 E91 CO ELT 69 69 CO O 0) LO V fR N V V V M CO CO CO V CO N N M V V M V 4-- 69 69 ER ELT ER ER ER ER ER ER ER ELT 69 ER ER ER ER ER ER ER ER ELT 69 ER ELT O a LO a z OM V! 0 O M 00 O O O 0....M 00 O M V O 0, 0 0 0) 0 0) 0 0 0 O O CO 0 O O O 00 LO N O O CO O 00 O LO I- 00 CO O CO O LO LO O 0 I� O N O 00 M O LO O O V V O N N 00 (M 0 0 0 (M CO 00 0 0 - C)) N N M LO N 0) N I- O M N O LO r O r O O r O O O V 0 0 00 O O M CO V LO V 0 0 00 M O N M V LO O N I- M M fiT 0 0 6" 0 r 6<) 00 6<) Ln V 6<) O O N 6<) M Ln 6<) I- M 0 Ln 00 M 69 69 0 00 M V O O r- 00 ':I� M M V CO N V CO V N CO V M V M V N CO 00 M CO N M V a ELT 69 E91 69 691 ER ER ER ER ER ELT 69 69 ER ER ELT 69 69 69 69 69 69 69 ER ER ELT 69 69 69 69 69 ER 'a Z,.i;; N O 0.:..N (D ,.,M CO O CO' I- OOOOOOO CO V 00 N N O N...V 00 N 00 O-00 O 0 V V :M O N.,:V 00. O O 00 O N..,CO CO N O 00 0 00:- N r- M 0) N I- N M O O M r- V M N O I- 00 O 00 V 0 0 00 M N M O V V V V 00 0) M O CO V 'I- 'I- V CON M I- r M N Ln M N V LO V M V M N I- M V r N N M V M M T 00 LO V CO V I- 00 M 'I- (D L r M M M M 0 0 0 0 0 0 0 M M M M M M M M M r M M M M M M M M M M M M M M M M M M M M N Zi..., N' E R C' R' a; a' v, a CO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO I- v v v v v v v v v v v v v u> Ln Ln Ln Ln Ln Ln Ln Lo Lo Lo Lo Lo Lo Lo Lo Lo Ln Ln co co co co co co co co co D V V V V V V V V V V V V V V V V V V V V V V V V V V V V V V V V V V V V V V V V V V L M CO M N LO M 0 M V N CO I- O N N (D 0) N 0) V LO LO N LO CO I- CO O M I- O M O CO I- 00 r O N O 00 0) 0 0) 0) 0 0 CO O CO 0) O LO M M LO V M LO N M N M V M LO N N I- M M CO CO CO I- 00 (D N V V M M V M M M V M V M M V V V V V V V V V V V V V V V V V V V V V V V V V V V V V V V V V V V V V V V V V V V V V V V V V V V V V V V V V V V V V V V V V V V V V V �j 0 00 O 00 00 00 0 0 0 O O 00 00 00 00 00 000 O O O O 00 00 00 00 00 C i,LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO EV M O V 0) CO 0) N 00 CO O I- N M r O O CO I- N r N LO M 0 CO 0) LO 0) V CO V 0) 00 O V I- M LO N CO CO CO I- r r 00 I- N r 00 00 N 0 N CO 0) N M CO O M O CO 00 N N N N 00 M M V M M M V M LLOO M M M M M M M M M M CO M M M Ln M V M M M M M M M M V M M m CO CO CO V CO CO CO CO M M co M U 0 00 0 00 00 00 0 0 0 0 0 00 0 0 0 0 0 0 0 0 000 0 0 0 0 0 0 0 0 0 0 0 0 00 N O 0 0 0 0 0 0 00 0 00 O 0 O O O O O 0 O 0 00 O 0 (l) O O O O O O O O O 00 00 0 N 0 0 0 0 0 0 00 N 00 0 0 0 0 0 0 0 0 0 00 O V N O CO 0 0 0 0 0 0 O O O 00 00 (Ti 0 0 0 0 0 0 (Ti 0 0 r 0 0 0 0 0 0 0 0 0 0 0 CO O 00 x 0 0 0 0 0 0 0 0 O O O O O O O R N H) 64 64 64 64 64 r 64, 64, V 64, 64, O 643 643 643 643 643 643 E43 E43 00 E43 N r E43 CO E43 6- 6- 6- 6- 6- 66, 66, 66, 66, 66, 66, Ef3 m (D 6p3 (D r- (D m (D 63 V) O 0 0 0 0 0 0 0....O O 0 00 O 0, 0 0 0 0 0 0 CO 0 0 0 0 0 0 0 O O O O O O O O 00 00 'a O 0 0 0 0 0 0 0 0 0 O 00 O O O O O O O O O O O O 000 O O O O O O O O O 00 00 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 r O O O O O O O O O O O O 0 0 0 0 0 0 0 w Ef3 ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ELT 6c3 6c3 6c3 6c3 Ef) Ef) Ef) Ef) Ef) Ef) Ef) Ef) Ef) 6c3 6c3 6c3 6c3 N691 Z.........;' U) 0 0 0 O O O N OO 0 0 0 O O 00 O O O 00 0 0 0 0 0 0 OO O O CO 00 O O O 00 00 Z O O O O O O LO O O O O O O O O O O O O O O O O O O O O O O O O 00 O O O O (? O O O O '- N O 0 0 0 0 0 - 0 0 0 O 00 O O O O O O O O O O O O O O O O O O LO O O O O O O O O O E ER ER ELT 6' 6<) 6' 00 6' 6' 6' ER ELT Ef> Ef> Ef> Ef> Ef> Ef> Ef> v) v) v) v) v) v) v) v) v) v) v) 6", (D Ef> Ef> Ef> Ef> Ef> Ef> Ef> v) v) Q '.- ...,.... �T fR 7 O N+ Z', Q U) O V 0 M 0 r LO V CO 0 O r O (D N r O O r 0 CO 0 M 0 0 0 LO O O O LO O V O O r M M O 00 Q O 00 r 00 00 O V 00 CO O CO LO O CO 7 O O V O 7 O 7 O O V 0 0 0 00 O O O O 0 M O V N O V 00 LO O LO 00 CO O M O LO CO O CO CO 00 O CO 0 O M O LO O O 00 LO O O V V O M O O LO O N M 69 M LO N V O LO V 69LO 69 M 0 LO 0 M M r LO 691 LO 691691 V 69 69 M r 0 0 69 69 0 M Ln 00 N CO Ln V 0 V 0 M V V I� V M V VV 0 V V CO V CO V V V V V CO V 4- R r ELT 69 69 69 69 69 69 69 69 69 69 69 69 69 ER ER ELT 69 69 69 69 69 69 69 E; 69 69 69 69 69 69 O a � a z Qm V! O CO V O W LO V....CO N 0 O M O V 00 M O O M 0 00 0 r 0 0 0 N....O O O 0....M O O M r r O N O r CO M O CO CO CO LO r O O V O O LO N V V O N O V V O O CO N N O 00 N - O N 00 00 0 0 (M 0) d O N r O r 00 M CO O O LO O LO N V N 00 O O r O V 00 O O r 0 O W O N r 00 r W O r E 6' 6' M 0 6' 00 O N 0 00 6' 6' 0 6' r N 00 00 00 00 6' LO fR O N 6' 6' N 0 69 LO V N N V O 0 r 69 00 N N M N N V V N M CO CO M LO N CO CO N N a y:. ER ER ER ER ER ELT ER ER ER ELT ER ELT 691 ER ER ER ER ER ELT ER ER ELT 69 69 69 69 ER ER ELT 'a Z,.i;; N ON CO V.. ON 00 00 ON ON.,:V V ON CO O O ON...ON V V V CO-0 V 00 CO 00 ON V V:.: ON ON O 00 NN.,OO N O -..N 00 O CO O 00... W r CO r O N LO W N O r LO N O W N N V W O CO CO W M r 00 N LO - V 00 M N r V 00 N O R N M LO V N M M V M VLO O V r N r M 00 V Ln r V 0 M M M N V O Ln M 00 L M m r m cm cm cm r cm cm CO r Co r Co r Co Co (D Co 0 0 0 0 0 0 0 Co (D Co Co Co r r CO CO r M M M T N Zi..., N' E R C' R' a; a v, a CO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO N o o r r r r r r r r r r r ao ao ao ao ao ao ao ao ao ao ao 00 o 0 0 0 0 0 0 o o o o o o o o o D V V V V V V V V V V V V V V V V V V V V V V V V V V V V V V V V V V V V V V V V V L N M 0 M O M CO N CO CO LO N M CO r r LO M V LO CO N O N N M 0 O M 00 0 00 LO LO M M V LO O CO CO CO O 0 0 0 0 0 OO N N M V N N N M V M LO V CO CO CO r 00 LO CO O 0 00 O 0 0 0 0 N V V V LO Ln V V LO LO LO Ln V V LO LO LO LO LO LO LO Ln LO LO LO LO LO LO LO LO LO LO LO M LO LO M LO M M LO M �'.. V V V V V V V V V V V V V V V V V V V V V V V V V V V V V V V V V V V V V V V V V �j O 0 0 0 0 0 0 0 0 0 O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O C LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO E 7 Z',; E N M O r M M 0 00 LO V N V O LO V 0 O CO M CO N r CO O 0 r CO LO LO LO CO Ln00 M N V r V V 0 V LO LO V V V V V LO LO 00 LO CO LO CO LO CO CO LO CO LO r CO r r r r CO CO 00 V 0 00 0 0 00 00 R MV OMO OMO OMO OMO OMO OMO OMO OMO OMO 000 00 00 00 MV 000 000 00 00 OMO OMO OMO OMO OMO OMO OMO OMO OMO OMO OMO 000 000 00 00 IV 000 00 00 00 OMO OMO U 0 0 00 00 00 00 0 00 00 00 00 00 00 00 000 0 00 00 0 0 0 00 00 41 0 00 00 O O O O 0 0 0 O O O O N O O O O O 0 O O O O & 0 00 O 00 0....0 O V 00 00 V V 00 00 O O O O 00 00 00 (D 0 0 0 00 00 00 O 00 V0 00 00 O O M 0 0 0 0 00 00 N O O O O O O O Ob 0 0 0 0 0 (Ti V O O O O O V O N V V 0 0 O O W O O O N 0 0 0 0 I- ELT E43 E43 E43 E43 O 64 64 64 64 ER ER ER ER CD 00 CD ELT 66 Ef3 Ef3 Ef3 V 69, 00 LO 0 V 691 691 691 691 691 O 691 LO Ef3 E91 E91 E91 R (D N (D 691 (D Cfl - (D M (D M r V m Ef3 E91 E91 E91 69 69 69 L0 691 691 691 691 N 6. Z'V1 V) 0 00 00 O O 0, O 00 00 0 0....0 O O O 00 00 O O O O O O O O O O O 0....0 0 0 00 00 'a O 00 00 O O O O 00 00 O O O O O O 00 00 O O O O O O O O O O O O O O O 00 00 O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O w,.,Ef3 ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER N V) 0 O O O O O O 0 O 0 O O O O 0....0 O O O O O 0 0 0 0 0 0 0 0 0 0 O O O 0....0 0 0 0 0 0 0 �;.O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O 0 0 0 0 0 0 0 0 0 0 O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O 0 0 0 0 0 0 0 0 0 (zi ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER Q '.- 0'.L. OV1 V N N ZL Q U) 0 M N 0) V I- N 00 0) Ln.. O O O 00 0....O V O V O O O 0 O 00 O O 0) O Lo Lo 00 O O O V 0 0) 00 0 Q O CO Cfl - - CO I- (fl (fl N O O O D) CO 0 0) 0 0 0 I- O CO O N 0 0 0) O V M - O O CO O N O (D (D O N O Lo N N N O O M 00 r (D O O N 0) 0 00 O M O O (D O N O O N O Lo N N O O Lo O N O 00 M Ln O .:ELT V CD 0) I- 00 V M M E91 0) LO V H) V 69 0) ELT 00 69 00 69 LO E91 E91 CD ELT M LO V CD ELT V H) M 69 V V V 69 V V V M V M M V V V N M V M Cfl - N N V Lo V V V V I- 69 ER 69 69 69 69 69 69 69 69 ER ER ELT 69 69 69 69 69 6969 69 ER ELT 69 69 69 69 69 69 O a a � z O V! 0 I- 00 Cfl M 00 N Ln.. O O O N 0....0 V O (fl O O O 0 O N O O Lo Lo N O O 0)....0 Cfl (D N 0) 0 O - - N CO - CO 0 M V CO O O O O CO O - V M CO O O Lo M O N O - V (D 0 0 - 0 0) V I- (D N N,O 00 O (fl D) LO 00 M O N (D 00 V M M O N O O Cfl N Cfl O O N O OO O O 00 O O (D O 00 O (D r 6<) 00 ON N NV ON NN 0 00 OLn MCfl OLn 0) 00 6) 00 6<) N (D N 69 69 0) O fR N 69 0) 00 r- V 69 I- fR r- r 0) 00 00 V M M N Cfl M Cfl N M V Cfl a ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER 'a N ZV1 NOOOO V O 00 V O O Cfl (D 00 (D V 00 O O 00 Cfl 00 O N V-.0 00 00 00 00 N V 000 Cfl 00 00 O Cfl 0: O N V 00 V -00 N.. N M CND O V M M C) M 0 V M 0) V M (D ON M M CMD M N 00 V V 000 LM 0 V N M ON 0 0 N 0 Z6 N M OM M 'I- L (D '..(D (D (D r r (D r (D (D M 0 0 0 0 0 0 0 0 r Cfl Cfl Cfl Cfl Cfl Cfl Cfl Cfl r Cfl Cfl Cfl Cfl r M Cfl r M 0 0 0 0 0 N' Z''.i. N' E,'ji R j1 Z'....du C v R' a; a a 0 0 0 0 0 R M M M M M � � � � � zz zz zz zz zz zz N N N N N N N N N N N N N N N N N N N N N N N M M M D V V V V V Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO L E Z'I; 00I- O V N V M 0 LO I- O CD N M V V 00 0) 00 00 CD N 00 M M r N N r 0) CD r M Lo O 0 Lo Lo 00 O D) 0) LO N N N V N V N N M M 00 0 CD 00 00 00 CD LO r 00 00 0 00 M r 00 CD CD 00 CD r r O 0) N 0 0 0 M LO (D (D (D (D (D (D Cfl 0 0 0 0 0 Cfl Cfl (D M 0 0 0 0 0 0 0 0 Cfl Cfl Cfl Cfl Cfl Cfl Cfl Cfl (D (D r r (D V - V V V V V V V V V V V V V V V V V V V V V V V V V V V V V V V V V V V V V V V I- 0 0 O O 00 O 00 O 00 00 00 00 00 00 00 00 000 O 00 O 00 00 00 00 00 �,',Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln L Z 1; EN V M 0 0 0) N O V CD LO 00 I- M M V N 0 0 0) LO 00 M I- r V 00 LO I- 0) LO V O M N 00 I- CD LO _ CO 0) CO CO 0) O 0 0 0 0 0 0 I- N M N M N N M r 0) N 0) N P- N M N N M M 0) u 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 M M M M M M M M M M M M M M M M M U 0 00 00 0 00 0 00000000000000 0 0 0 0 0 0 0 0 0 00 00 0 0 0 0 0 0 G) O O O O O O O CO O O O O 0 O 0 0 0 0 0 0 0 00 00 0 0 0 0 0 0 0 0 00 O O O O 0 O O O O O O O M 00 O O O V O O O O 00 00 00 00 O O 00 00 011- 00 N 0 0 O a O O O O O O O 00 (Ili N O O V O 0 0 0 0 0 0 0 0 0 0 0 00 O O O O O O V O O LO O O O R H) 643 643 643 643 643 643 M CF) N H) E43 N E43 66 66 66 643 643 643 O 6-3 6-3 643 643 N I— ELT 643 E43 E43 E43 LO E43 66 M 66 LO 6-3 69 69 69 69 69, N' Z'V1 V! O O O O O O O O O 0.... O 0 O 0 00 0 0 0 0 00 00 O 0 00 00 0 0....O O O O O O 'a O O M O O O O O O O O O O O O 00 O O V 0 00 00 0 0 00 00 0 0 0 0 0 0 0 O O O (Ti O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O H) 6c3 00 H) 6c3 6c3 6c3 6c3 6c3 6c3 6c3 6c3 Ef3 Ef3 LO Ef3 Ef3 Ef> 6r) � H) 6c" 6c" 6c" 6c" 6c" 6c" 6c" 6c" 6c" Ef> Ef> Ef> Ef> Ef> Ef> Ef> Ef> Ef> 691 Z.........;' V! O O O O O O O O O 00 O 0 O 0 00 00 000000000000000000 0 O O O O O O O O O O 0. 0. O O O O 00 00 000000000000000000 O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O (zi E 6' 6) 6' ` 6' 6' 6' ER ER ER ELT Ef> Ef> Ef> LO v) v) V) V) V) V) v) V) Ef> Ef> Ef> Ef> Ef> Ef> Ef> v) v) v) v) v) v) v) LO v) '.- Q...,, '.- 0'.L. OV1 V N N ZL U) V O O O N V N O O O O 0 V 0 0 0 M I- N O W O V O O O LO V LO O 0 M 0 0 0 (D 0 O O O I- O -. V -. O O O CO O O 0 M 0 0 0 00 V 0 O 00 O 00 O O O 00 I- 00 O O - N O CO 0 O N M O 00 O O VO O O I- O O LO 0 0 (,j O N O 00 O LO O O O M I� O O O O r O LO O 0 69 N 69 0 r M 69 69 69 0 69 69 I- M 0 69 00 I- LO 00 fR CO 69 LO 69 69 0 LO r M 0 69 CO O 69 M LO 0 V Ln V V V V V 0 V V Ln N M V Ln M V V Ln M M 4- ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER O a co a O z m V! CO O O 00 CO 00 V O O 0) O 0 CO 0 O O I- M 00 W O O M 00 0 LO (D LO O 0....I- O O O V O O 00 CO O LO CO 00 O O LO O O O O CO CO 00 LO M 00 N 0 O 0 O O V M O M O O 00 CO O O N 'I- 0 O CO M 0 r M O O O O V O I-� 0 00 00 00 00 (M V V O O CO 0 00 O O I-� O O N E N 00 I- 0 O O LO E91 e91 N V 69 N 69 I- V O O V O V O M O 69 69 V CO O 0 00 e9, O M e9, e9, 0 LO N M N N N M N V I- N N N 0 N 0 V N M V N V a y,.;, ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER 'a N 'ZV1 N ON O ON (D NN O 00 OO N 00 O N O '1- OOOOO O (D CO CO 00 V V V V V N 00 O 00-.:0 O N 00 N O :-O 00 N CO N 'I- M M 00 M 0 N N LO N N O O V O I- LO N V 0 0 N V O 00 O CO LO CO O O V 00 00 LO I- N R N r V 00 CO 0 O NV N O CO CO V O 00 CO O V CO M LO N I- M 00 LO r LO LO M M M V V M M M M M M M M r M M r M M r M M M M M M M M M M M 00 CO CO CO CO CO CO CO CO CO CO U Ef3 ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER N' Z''.i. N' E,'ji R j1 Z'....du C v R' a; a a CO w o Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln IV io M M M M M M M M M M M M M M V V V V V V V V V V V V V LQ LQ LQ LQ LQ LQ LQ LQ LQ LQ LQ LQ D LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO L E Z 0 0') N 00 M r V N M LO O M CO M V 00 LO CO I- M 00 O V r N V M O 00 00 M LO I- LO 0 V a W O W O O 0 N W N N O LO N M LO M N LO LO M M LO M V M 00 W W 1- 00 M r 00 W M r- 0 O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O LO LO LO LO Ln Ln N LO LO Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln LO Ln LO Ln Ln Ln Ln Ln LO Ln Ln L E 0 Z E 0 O V O M V CO N LO LO M 0 M 00 r M CO O N N V O M I- M 0 M V M LO M r 00 00 N 0 O M V M V M V V M V 0 M V V V V Ln O LO LO LO V LO O CO LO CO I- r Ln M u M M M M M M M M M M M co M M 0 M M M M V M M M M M V M M M 000 M M M M U 0 0 0 0 0 0 0 0 0 00 0 0 0 0 00 00 00 0 0 0 0 0 0 0 0 00 00 00 00 0 0 G) O O 0 0 0 0 0 00 0 O O 00 O I- O O 0 M V O O 0....0 00 O O W O O O O O O O 0 0 0 0 O O 0 0 0 0 0 00 0 O 00 00 O 00 O O O V I- M O O N 00 N O O O N O 00 O O O O O O a O O 00 0 0 0 0 0 0 0 O V 0 0 0 00 O O O V LO O O LO O O LO 0 (M O (Ti O V O O O O O O R'.. H) 64 M 64 O 64 O 64 64 643 643 V 643 643 643 00 643 O 643 00 V N E43 E43 CF) H) E43 M I— CO H) LO 6- V O 6- 6- 6- 66, 66, R: M I- r M Ef3 M V M CO CO CO 69, V CO CO N m Ef3 ER ER ER ELT 69 69 69 69 69 69 69 69 691 Z,1 V! O O 0 0 0 0 0 00 0 O O O O O O O 0 0 0 0 0 0 0....0 00 0 0 0 0 0 0 0 0 M O O 0 0 'a O O 0 0 0 0 0 00 0 O O O O O O O O O O O O O O O 00 O O O O O O O O I- O O O O O O 0 0 0 0 0 0 0 0 O O O O O O O O O O O O O O O O O O O O O O O O O LO O O O O H) 691 691 691 691 691 691 691 691 691 E91 E91 69 69 69 69 6f 691 691 6c3 6c3 6c3 6c3 6c3 691 691 691 691 691 69 69 69 69 69 69 OMO 69 691 691 691 Z.........;' wO 0 0 M 0 0 0 00 0 O O O O O O O 0 0 0 O O O 0 O O O O O O O O O O 0 O 00 O 0 0 Z O O O LO 0 0 0 0. 0. 0 O O O O O O O O O O O O O O O O O O O O O O O O O O N O O O '- N O O 0 0 0 0 0 0 0 0 O O O O O O O O O O O O O O O O O O O O O O O O O O N O O O E Ef> Ef> Ef> ONO Ef> Ef> ER ER ELT 6) Ef> Ef> 6'> 6'> 6'> v) v) v) v) v) v) v) v) v) v) v) Ef> Ef> Ef> Ef> Ef> Ef> Ef> Ef> Ef> v) 0) d) v) v) '- CL 7 O Q:!i N+ Z', Q U) O V 0 M O O M V 0 M O LO CO O CO LO CO r O O O O '1- O N CO O CO O O O O O V M M N M 0 Q O V O M O V O O I- O - O LO M M M r N 0 0 0 0 CO 00 O 00 - O O O O O O O V I- - O r O N : 00 V O LO O V O I- M O 0 O N N M 00 M CO I-� O O O LO 0 0 0 O (M 0 0 0 0 0 0 I-� 0 M M O 0) r- H) 00 69 LO 69 M 00 69 LO 69 I— V V V CO 69 E9, E9, M LO 69 V I— ELT 69 69 69 0) 69 V V CO 00 I— ELT (D V LO V V V V V V V M V N N CO V V V V N O Ln V V R r ELT ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER O a 6- O a O z � V! O (D 0 0 0 W O V CO 0 I- O LO V O LO LO N M I- M O O M...O 00 V O N O O O O M O N 00 r 0 00 LO O V 0 0 0 00 00 N V O N M O M O M CO M 0 0 0 0 0 I- O O N O 00 0 0 0 0 O I- M O '1- 0 O I- 00 r O M O N M I- V O N I-� O N M W W W N O O V O V 00 O 00 00 CO O O O CO O N M I- 00 fR O M N 69 0 69 00N O 0 69 0 0 00 00 00 N 0 0 00 69 69 0 69 00 O 69 00 00 69 00 69 00 N O O O N M M y,..:. ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER 'a N O 00 O ,-.0 N O V O -00 CO ON:,CO 00 00 O M M 00 M M 00 00 M M 00 O M O O O-..0 00 ON O 00 V O -:M V 00 V (Ili (b V r- - V0MMM00Mr- Nr- 0N OO N � O N 0) O V O MN (D 00 N N M N N OO O LN V M OO N 00 O:.. L M M M M r M r M M r M M r M M M M r M M M M M M M M M M r M M M M M M M M M M r U!, Ef3 ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER N Zi..., N' E R C' COR' a; a v, a w; o Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln o LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO L E 0 Z CO N M I- 0M r LO V M N CO CO V LO O 0 M 0 LO 00 00 M M V O LO I- r M M r N LO O M CO I- 00 0 M 00 M r N V M M M V O O M N NM V O N CO CO LO CO LO CO I- r M M LO 0 N r r r r r r 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 V 00 00 00 00 00 00 �j O O 0 0 0 0 0 0 0 0 O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O C LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO O LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO E 7 Z',; E LO O CO I- M V LO O M CO O CO O V LO M I- N V N CO O O M CO I- 0 CO V I- N 0 r LO M M _ LO CO LO LO LO CO I- r N M r r N r r r 00 I- CO I� M r r CO CO CO N CO CO 00 CO N CO 00 00 00 0 �1 M M M M S M M M V � M M M � M M M M M M M M M M M M M LLO M M M M � M M M M M U 0 0 0 00 00 00 0 0 0 00 00 0 00 00 00 00 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 N N O 0 V N O O O O 0 O O O O O O O O M 00 00 I— 0 0 0 0 0 0 O O V O O O O O O O 00 V I— O O N M M O 00 00 00 00 00 O M O V O 00 O O O O O O N 0 0 CO 00 O N O N 00 O O O 0 0 0 0 O O O O O O O O O O O LO O N N 00 0 0 0 0 0 0 (Ti 0 CO O (Ti 00 O V O (Ti O O R M H) E43 O CO LO E43 643 643 643 643 643 6-3 643 Ef3 691 691 691 691 V CO 00 69 69 69 69 69 691 691 0') H) I— CO H) LO 691 N 691 E91 RM N CO N CO 691691 I� 691 (D CO M CO m Ef3 ER ER ER ER ELT 69 69 69 69 69 Z,1 V! O O 0 O O O O O 0 0 0 0 0 0 0, 0 0 0 0 0 0 0 0 0 0 0 0 0....0 0 0 0 0 0 O O O O O 00 'a O O O O O O O O O O O O O O O O 0000000000000 O O O O O O O O O O 00 O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O w j, EiT ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER N U) O O 0 O O 00 O O 0 O O O O 00 O O O 00 0 0 0 0 0 0 0 0 O O O 00 O O O O O O 0 O O O O O 0. 0. O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER Qil N+ Q U) O (D CO O O O CO O M LO N O CO 0) O O O V 0 0 N CO O N CO O 0 O 00 00 V O O W O O O O 0) Q 0 LO O O O O CO N CO N I— M O O M O — O O N O I— M O r LO O M M O M 00 — 0 O CO O O O O CO N N M O O O O V I— 00 I— 0 (M CO M 00 O LO O O N O 00 00 CO M O I-� O 00 CO 0 O O 00 O O O O O N LO LO O 69 69 0 r LO M O LO O LO V e9, I— fR CO LO e9, LO V M CO I— 0 V 0 69 M I— M Ef3 6P, V e91 0 E91 0 N LO V M N M 0 M V 0 M r V V V N N 0 M V V V V V M V V LO R r ELT ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER O a Q z � V! 00 V N CO 00 O N O I— LO W 00 O N S...0 0 0 M 0 O LO O 00 N O 0....W O N 00 (D O 0 O O O O 0 M — — LO O LO O LO (M O 0 0 0 0 LO O LO D O O M 00 N CO CO LO O O M LO N O O N 00 O N I� N'.. W M W 00 O O O N N W 0 0 0 CO V 0 O 00 O O N 00 O 0 M 0 0 0 M M O O O V 0 0 0 0 E fR 0 r V 0 69 I— fR 00 00 00 69 00 0 V O V 00 69 69 00 O O O LO 00 O 69 00 O O 69 69 0 LO M 69 CO M N M N N N CO N CO N M Ln N N V N N N M V V N a y,..:. ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER 'a LR OO, OO -OO :, ..... OOO :.: O -.. -. OO0N CO N NV N CO N N N M00 V O O 00 O CO O N N V 00 CO 00 O N CO 00CO N O CO V CO 00 00 V 00 MMNMMMr0OV Vr- VVOOVVMON r- Mr- M M V N O M M N N M r 0) CD M MON N LO LO M M M M M M M M M 0 0 r 0 0 0 0 0 0 0 0 0MM M M M M M ... M M M M M M r M M M r U!, Ef3 ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER N Zi..., N' E R C' R' COa; a v, a O LO LO LO LO LO LO LO LO LO LO LO LO LO LO Lo Lo Lo Lo Lo Lo Lo D Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo L E 0 Z_',,'' 0 0 M N V O V CO O N N 00 O M LO I- O N I- M V N V O M V N N I- M M O I- O 00 0 0 00 a 00 00 00 00 O 00 00 0 0 0 O 0 O 0 M N M M N M I- 0 0 0 r 0 V V I- V 0 V 00 0 0 V 0 V r- 4) 00 00 00 00 W 00 00 W 00 W W 00 W 00 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 W W W W 0 0 0 'D'.. V V V V V V V V V V V V V V V V V V V V V V V V V V V V V V V V V V V V V V V V V �j O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O C LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO E 7 Z',; E LO CO V I- N O r M V V M M M LO 0 LO CO I- CO N LO M M CO LO O N CO CO 0 0 r V N O O V M W N 0 O W V W W W 00 NO) NN NO) LOG) NN M O M M 0 0 (M M LO O N O O O O M O M M u M Ln M 0 M 0 M M M N N O M O O O M O M O O V 0 0 0 0 0 0 00 00 0 0 0 0 0 0 00 U 0 0 0 0 0 0000000000000000 00 00 000 0 00 00 0 0 0 0 0 0 00 G) V 00 O 00 O 00 0 N 0 0 0 00 0 0 00 0 0 0 0 O 00 O O O 00 O 00 00 00 0 0 V LO O O O O 00 O O O O M O V 0 0 0 (D 0 0 0 0 0 0 0 00 N O N O O O 00 O O 00 N O 00 (D O C V 0 0 O O 00 O O 00 O 00 O N O O O I- 0 0 0 0 0 0 0 N r O M 0 0 0 V O O (D N O N O R D) 64, 643 643 643 CD 66, 66, 00 6- M 6- V V 69, 691 M 6f3 691 691 69 69 69 69 CD LO 691 - 691 691 691 LO 691 691 00 V 691 D) M 691 R:eR (D Cfl (D (D (D (D M r LO (D M (D (D m Ef3 69 69 69 69 69 69 69 69 69 691 691 691 691 N' Z'V1 V) 0 00 O 00 O 00 0 O 0 0 0 0 0 0 0 0 0 00 00 O O O O O O O O O O O O O 0 0 0 'a O 00 O 00 O 00 O O O O O O O O O O O 00 00 O 0 0 0 0 0 0 O 0 0 0 0 0 0 0 0 O 00 O 00 O 00 O O O O O O O O O O O 00 00 O 0 0 0 0 0 0 O 0 0 0 0 0 0 0 0 w,.,Ef3 ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER N U) 0 O O O O O O O O 0 O 0 0 0 0 0 0 0 0 0 0 0 0 O O 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 O O O O O O O O O O O O O O O O O O O O O O O O O 0 0 0 0 0 0 O 0 0 0 0 0 0 0 0 O O O O O O O O O O O O O O O O O O O O O O O O O 0 0 0 0 0 0 O 0 0 0 0 0 0 0 0 ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER Q '.- 0'.L. OV1 V N 'x'11 N ZL U) 0 O O r M O M O O 0 00 M 00 0 0 0 N O O LO O N O O O O O LO V O O O O O N O 0 0 Q (D O O (D V O (D O O O N r O O O 00 0 - 00 I- I- 00 O I- O O O O O O 00 N 0 0 0 0 0 0 0 0 N O O O M 0) 0 00 (D O O M (D O O O N O O V M 00 O O M O 0 0 0 0 0 0 O O O O M 0 0 0 I- 0) 69 I- CD 69 00 M 69 69 LO M 691 691 69 CD 69 LO V LO LO CD 69 CD 69 69 69 69 69 0) LO m H) 69 69 00 69 69 69 M N V V LO 0) Cfl V 0 V V V V V V 69 V 69 69 69 69 69 69 691 69 69 69 69 69 69 69 69 69 0 a z' N (D O O M I- O r O O 0 OO O O O 0 00 0 0 0) LO O 00 O N O O O LO (D O O O O O 00 O O 0, N CO (D LO - 0 I- V O V O M 0 0 (D O O O O LO CO M O N O M N O V I- LO O CO O O N M 0 0 0 d V 0) M V O M V O Cfl OO O M 0 0 O M (fl 00 O O O N : 0 (fl V O N 00 O N M 0 0 0 O LO I- O O f c) m H) CD 691 ER ER O ER ER ER I- O ELT ER M ER O N ER V ER ER I- N V M V N N V M r M N N (D (D N LO (D M N (D a y ER ER ER ER ER 69 69 69 N 69 69 ER ER ER ER fR 69 69 69 69 69 69 69 69 69 69 69 N ZV1 NOOOOOOO V 00 (D N (D 00 V V O V Cfl N V O Cfl 00 M:.N 00 N Cfl N-.0 O 00 Cfl N N V 00 V 0 00 O 00 V V 00 CO: 0... CMD V r- r r M O OM 000 M D) V V- V O CND M V V V LM M Or CVD CND V M O V V 0) N 000 00 M 0) M r- L (D (D (D (D (D (D r (D (D (D (D (D (D (D r (D (D (D (D (D (D (D (D (D (D (D M r Cfl r Cfl Cfl (D (D (D (D (D (D (D (D N' Z''.i. N' E,'ji R,l Z'....du C v R' a; a a CO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO D Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo L E Z N V I- CO LO M N CO N CO 0) V CD 00 O r M V LO V CO LO LO M CD O r CD O 0 O LO 00 M N 0) 00 CD V- 0 O O O O O O N CO O N 0) N LO LO M LO M V V V LO LO I- CO CO 0) I- CD 0) I- 0) M O O M N O O O O O O O 0 0) O O 0 0 0) 0 0 0 0 0 0 0 0 0 0 O 0 0 0 0 0 0 O O O v LO LO LO V LO LO LO LO V LO LO LO LO V LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO Ln Ln Ln Ln Ln Ln 'fj 1 0 00 O 00 O 00 O O O 00 00 00 00 00 00 O 00 00 00 O 00 00 00 00 Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln L E 0 Z E V I- CO 00 N 0) CO CO I- O 0 r O r 00 CD 0) LO V N M N LO CD M r V LO I- M 0 0 CD O _ LO M V LO I- V V LO M V M 0 0 M 00 Ln N - CD CD CD N N CD N CD N N 0 N N 00 r- 00 N LO � VVV V VV V VVV V VVV VVVVVVVV VV V VVVVVV V VVLLOOVVVVV U O 00 0 00 0 00 0 0 0 00 00 0 0 0 0 0 0 0 0 0 0 0 0 0 00 0 00 00 00 00 G) 0 0 0 0 0 0 0 O O O O 00 O O CO LO 0 0 0 0 00 O 0 0 0 0 0 0 0....0 O O O O O 0 00 0 0 0 0 0 0 0 0 O O O O O N CO CO CO M 00 00 00 O O O O O O O O O N O O O O O 00 0 0 0 0 0 0 0 O N O O O M O W LO 0 0 0 0 0 0 0 O O O O O O O O O W O 0 0 0 0 0 0 R H) 643 643 643 643 643 643 643 LO E43 E43 E43 M CO V 00 CO 643 643 643 O 6-, 6-, 6-3 6-3 643 643 643 643 E43 66 66 N 66 66 66 66 66 66, 66, m Ef3 ER 69 69 69 M• N' Z'V1 V! 0 0 0 0 0 0 0 O O O O O O O O O 0 0 0 O O 00 O 0 0 0 O O O O 0 0 0 0 O O 00 'a 0 0 0 0 0 0 0 O O O O O O O O O 0 0 0 0 0 00 O 0 0 0 0 0 0 0 0 0 0 0 0 0 00 0 0 0 0 0 0 0 O O O O O O O O O 0 0 0 0 0 0 0 O O O O O O O O M O 0 0 0 0 0 0 0 w Ef3 ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER 69, Ef> Ef) Ef) Ef) Ef) Ef) Ef) ) Ef N V! 0 0 0 0 0 0 0 O O O O O O O O O 0 0 0 00 00 O 0 0 0 0 0 0 0....0 0 0 0 0 0 0 00 0 0 0 0 0 0 0 O O O O O O O O O 0 0 0 0 0 0 0 O O O O O O O O O O O O O O O O O 0 0 0 0 0 0 0 O O O O O O O O O 0 0 0 0 0 0 0 O O O O O O O O O O O O O O O O O ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER Q '.- 0'.L. 0V1 V N N ZL U) N LO O O O O LO N O V O W O O O O O V 00 O V O O 00 V W 00 O 00 N LO O O O M O CO (D r Q O N O LO O V O 7 O V 0 0 0 00 V O O LO O V 0 0 O 00 0 (9 7 0 LO 7 0 0 0 CO LO O O O M N 00 O OO M N O O V O r O 00 O O 00 V 00 O O O O 00 r O O M 0 0 CO O CO N M r 0 69 0 69 LO CO LO 69 r 69 LO 69 00 0 69 691V 00 N M r 00 0 0 0 V V 69 r LO N fR 69 0 LO fR LO 0 00 V N M V V V V LO V V CO N N V V M V V LO M V LO V 4- 69 ER ER ER ELT E91 69 69 69 69 69 69 69 69 69 ER ER ELT ER ELT 69 69 69 69 69 69 69 ER ELT O a N a z � V! 00 LO O O O O LO 00 O CO O O O O V LO CO N O CO W O O N M.. N O N 00 CO O O O V O V V M O O V LO 0 0 (M O O LO 00 V N O O LO V N N 0 — 0 0 CO LO N CO O CO O LO O V V V O O N N W 00 N M M V CO O r O CO M O O LO 00 LO 00 O 0 CO r LO W O r O Ln O N O LO M W M CO O M O N O r 0 EfO M 6<) f6<) r 00 fR r O CO V O LO 0 V 0 0 0 69 V N O V — M O N V r V r V N00 3 O N CON M M N V V V N V M CO N CO M CO Ln a 69 69 69 69 69 69 69 69 69 69 ER ELT 69 69 69 69 69 69 69 69 69 69 69 69 69 69 ER ER ELT 691 ER ELT ER ELT ER 'a N ZV1 N OO 0 N V 0 0 V..-V N -.O O 00 V V V O O 00 00 O O O N OOOOO O CO V N. 00 00 O N N..-V N V 0 0-.0 O N: (D R 000 N O L O OM V- V LN ONO ON LLo N V V- O M N O N r r V M N M O V- r V V N V N LN V M N r- t 0 0 r r r Co Co CO CO CO M M M CO r r cm cm r cm m cm cm CO M M 0 r 0 0 0 0 0 0 r 0 0 0 r 0 N' Z''.i. N' E,'ji R j1 Z'....du C v R' a; a a w LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO v v v v v v v v v v v v v v v u> Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Lo Lo Lo Lo Lo Lo Lo Lo co co co co co co R o'LoLoLoLoLoLoLo Lo Lo Lo LoLoLo Lo Lo Lo LoLoLoLoLoLoLo Lo LoLoLoLoLoLoLoLoLoLoLoLoLoLoLoLo L E Z'I; _ O O V r O r 00 CO r V N V M r N CO O N O M V V 00 00 O N 00 M N V M N O Ln Ln O M M N O 00 00 V V r r 00 Ln M V V Ln r Ln M Ln M M r N NN 0 0 N - 'a''.I LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO V LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO 0 00 00 00 O O O O 00 O O O 0 00 00 00 O 00 00 00 00 00 00 00 00 LO Ln LO Ln Ln LO Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln LO Ln LO Ln Ln Ln LO Ln Ln LO Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln LO L E 0 Z1; E M CO M V r 0 LO N 0 00 M 00 N V M LO O O V r N CO O M N N O CO V M CO O O 00 0) r- .7 r r r N r r r CO CO r N W M 00 00 V 00 00 M M 00 M W W W 00 W 00 M 00 W M V W M M R V V V V V V V V V V V V V V V V V V V V V V V V V V V V V V V V V V V V V V V V 0 0 00 00 00 0 0 0 0 00 0 0 0 0 0 0 0 0 0 0 0 00 0 0 0 0 0 0 00 00 00 00 G) 0 0 0 00 00 O O O O O O O 0 0 00 0 0 0 O O O O O O O O 00 O 0 O 0....0 00 O 0 0 0 O O 00 00 00 O 00 000 O N O 00 O O 00 00 00 V 00 O 00 O 00 O V 00 00 O O O O V 00 O O O O O 0 0 0 0 0 0 O O O 00 0 0 0 0 0 0 0 CO V O O O N O O O V 0 0 0 O O R H) CO M 643 643 E43 E43 E43 E43 E43 64 64 64 O I- ELT 643 643 00 643 643 643 643 643 643 643 CF) O H) E43 E43 V LO E43 M V 643 643 643 643 643 m CO CO N CO CO CO 00 I- M M M m 69 69 ER ER ER ER ER ER ER ER ER N' Z'V1 V! 0 0 0 00 00 O 00 0 0 0 0 0 0 00 0 0 0 0 0 0 0 0 00 O O O O 0 O 0....0 O O O 0 0 'a 0 0 0 00 00 O 00 000 O O O 00 O O O O O O O O 00 O O O O O 0 0 0 0 0 0 O O 0 0 0 0 0 0 0 O O O O O O O O O O O O O O O O O O O O O O O O O O 0 0 0 0 0 0 O O w,.,Ef3 ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER N U) 0 0 0 0 0 0 0 O 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 O O O O O 0 O 0....O O O O 0 0 0 0 0 0 0 0 0 O O O O O O O O O O O O O O O O O O O O O O O O O O 0 0 0 0 0 0 O O 0 0 0 0 0 0 0 O O M O O O O O O O O O O O O O O O O O O O O O O O 0 0 0 0 0 0 O O E 6' ER ER ER ER ER ER ELT 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 '.- 0'.L. OV1 V N N ZL Q U) M... O O N O M 0 CO V 0 V M O 0 V O O V 0 V O O W r- O O N V 0 0 0 W 0....0 I- M M N 0 Q LO O O O I- r M O N N (M 00 O O 7 N 0 0 00 O CO V M M M 0 0 V O 00 O O O O O O N O I- M N M O O M M 00 V M LO LO N 0 LO N O V N 0 0 LO O M 00 N O M 0 0 CO 00 I- O O LO O O I- N r M r LO fR 69 I- LO I- 0 0 V CO M M LO 00 fR 0 M 69 69 LO fR I- O r M 0 E91 e91 CO M I- fR e91 N 69 69 CO LO LO I- M V V V V VV LO V V V N V V M I- V V V N V N N V V V CO ER ELT 69 69 69 ER ELT 69 69 69 69 69 ER ELT 69 69 69 69 69 ER ELT 69 69 69 69 69 69 69 69 O a � a z � V! V 00 00 O r- W O W V CO CO r O M O O M 0 CO O O M 00 00 CO O O O 0....0 M V I- 00 0 V 0 0 LO LO V LO V CO - 0 00 0 00 O N O CO O O N I- 0 - 00 O O O M - 0 0 O I� O O M LO N O O N 0 0 0 0 M O V LO r r 00 M V W O N 00 W O V M CO O CO M LO O O 00 W r O O M O O W N LO I- O E 0 6' 6' O y ER ER0 N N LO 00 NI� 00 0 ON 6' VV I- r fR 0 I� M 69 O 00 LVO fR 69 V I- 0 Ef69 V 69 69 0 0 0 O 69 N M N LNV LO N M L a 69 ER ER ELT 'a N ZV1 N 0 O 00 CO ON ON..-ON V -.00 V ON ON 00".00 ON V ON CO O 00 ON:. V V V ON V..-V 00 00 OO N 00 O 00 00 V: 00 CO 00 N 00. (D N V 00 0 x 0 0 00 N M - M O N CO - 0 00 O M O 00 00 M 00 CO V V I- V N O 00 O V I- V M O I-LO CO M I- V 00V M CO N LO 0 r M r 00 LO 0 0 I- N V 0 0 I- V LO M M V CO V LO 00 M t 0 0 0 0 0 0 r M M M M 0 0 0 0 0 M M M M r 0 r 0 0 0 0 00 CO M M r CO CO CO CO CO CO CO CO CO N' Z''.i. N' E,'ji R j1 Z'....du C v R' a; a a w LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO co co co co co co co co co co co co co r- r- r- r- r- r- r- r- r- r- ao 00 00 00 00 00 00 00 00 00 ao ao ao ao ao rn rn rn R o'LoLoLoLoLoLoLo Lo LoLoLoLoLoLoLoLoLoLoLoLoLoLoLoLoLoLoLoLo Lo LoLoLo Lo LoLoLoLoLoLo Lo Lo L E Z'I; M I� V CO I- V LO CO I- CO V O O O M V 00 I- V O I- 0 O O 00 N M LO M CO LO CO O 0 CO V V CO 1 0 0 00 00 O O O O 00 N O M V M M N M V V N M CO I� r M LO M r r LO r LO CO CO LO 00 0 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 N N N N N N N N M N M 'a LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO M LO LO LO LO LO LO LO LO LO 0 0 0 0 0 0 0 O O O O O O O O O O O O O O O O O O O O O O O O O 0 0 0 0 0 0 O O LO Ln LO Ln Ln Ln Ln Ln Ln LO Ln LO Ln Ln Ln Ln LO Ln LO Ln LO Ln Ln Ln Ln LO Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln LO Ln Ln L E 0 Z1; E 0000 0 0 0 0 0 I- Ln 0 r O Ln O M NCO 0 r V V MLO MN M M r O V I- N 00 Ln V N M M M M O O V 0 V M M N M ; 0 0 0 0 0 O O O O V o V O O V V V 0 0 V V CO O V 0 0 O V V V V 0 0 V 0 V V V V V V V V V V 0 V V V V V V V V V V V V V V V V V V V V V V 0 0 00 00 00 0 00 0 0 0 0 0 0 00 0 0 0 0 0 0 0 0 0 0 0 00 0 0 0 00 00 0 0 0 G) 0 0 0 0 0 0 0 011- O LO O 0 O O 0 0 0 0 00 0 0 0.... O 0 00 00 O O O 0 0 0 O O 0 0 0 0 0 0 0 0 0 0 0 N O O CO O N O N O 00 O O V V O 00 00 O O O O O O O O 0 0 0 0 0 0 0 0 O V O O O O O 00 O O V V O O O O 00 O O O O O O O O R'..H) 643 643 643 643 643 I— ELT LO 643 0-) H) E43 CO 66 V 66 V 6-3 6-3 6-3 I— ELT LO N 643 643 643 643 00 E43 E43 E43 E43 66 66 E6 1- 69 Ef3 ER ER ER ER ER ER ER ER ER Z,1 V! 0 O O O O 00 O O O 0 O 0 O O O 0 0 0 00 0 0 0 0 0 00 O O O O O 0 0 0 O O 'a 0 0 0 0 0 0 0 0 0 0 O O O O O 0 0 0 0 00 0 0 0 O O 00 O O O O O O O O O O 0 0 0 0 0 0 0 0 0 0 O O O O O 0 0 0 0 00 0 0 0 O O 00 O O O O O O O O O O w Ef3 ER ER ER ER ER ER ER ER ER ER ER ER ER ER ELT 69 69 69 691 691 6c3 6c3 6c3 6c3 6c3 6c3 6c3 6c3 6c3 E91 69 69 69 69 69 69 69 N Z.........;' V! 0 0 0 0 0 0 0 O O O 0 O 0 O O O 0 0 0 0 0 0 0 0 O 0 0 0 0 0 O O O 0 0 0 O O 0 0 0 0 0 0 0 0 0 0 O O O O O 0 0 0 0 0 0 0 0 0 O O O O O O O O O O O O O O 0 0 0 0 0 0 0 0 0 0 O O O O O 0 0 0 0 0 0 0 0 0 O O O O O O O O O O O O O O ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER Qil N+ Q U) 00 W N W 00 V O O I- O r.. O 00 O M 0 0 0 V V 0 0 0 0.... O M.. O O W O V M 00 I- 0 O O O Q M 00 O 7 I� 00 O O I- V V O O O O O CO O N N I� O O O O LO O O M O V -7 -7 00 O O CO O d VM M M LO O O I- V 0 O O O V O O V N 0 0 0 0 O CO O O M O O O CO LO O O CO O V 00 CO I— LO 69 69 LO V CO H) LO 69 LO 69 N 69 LO M V H) 0) H) 69, LO 69, 0) CO H) V CO CO LO 69 69 V 69 M V M M V 69 V M M V LO LO V NV M N V V V V ER ELT 69 69 69 69 69 69 69 69 69 69 69 69 ER ELT ER ELT 69 69 69 ER ER O a � z � V! N 00 N M O O W O 00 O N O V O 0 O (D CO O O O 0 O V O O O M r N M 0 0 0 O 00 (M CO 00 0 O O N N N O - O M O V O LO 0 0 O 00 O O V V 00 CO O LO 00 CO 0 N M O O d CO O M I- LO V O CO CO I- O M M O V O O O 00 00 O O N O O LO V N 00 O M I- N V M LO O E CO M00 O 0 69 V 00 O I- r fR 0 69 M 69 M I- 0 69 O 69 69 O N O 00 69 0 0 O 0 r O 00 69 N V N N M CO N CO NM LO CO LO N M N CO r- a ELT 691 ER ER ER ER ER ELT 69 69 ER ER ER ER ER ELT ER ELT 69 69 69 ER ELT ER ELT 69 ER 'a Z,.i;; N O 0 0 0 0 0 0 0 0 0 0 0 O 0 0 OOO N.: O V 00 CO 00--.0 O O CO OO N, (D V N 0 N 00.. N CO O O 00 V: V 0 V 00 O O O O 00 00 N, CO (D -..0 N 0) LO O r- O O V N M M r- N M � V LN V 0) Z6 V Or 0) M N O N 0) O 000 M O O O r O M � t 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 M M M M M M M M M M r M M N Zi..., N' E R C' R' a; a' v, a CO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO W W W W W W W W W O O O O O O O O O - - - - - - - - - - - - - R z- z-- z-- zz zz zz zz zz 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 N N N D Lo �Lo Lo Lo Lo Lo Lo LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO L E 0 Z_',,'' I� 0 V N V LO M I- LO M 0 N LO O LO V CO LO CO CO I- O M LO V O V O 0 r M M V r M W O O O N O W M V M N M V V LO M CO I- M o r CO CO O CO 00 W M r O N N N N 'I- LO Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln �j 0 00 00 00 00 0 O O O O O 00 00 00 00 0 O O 00 00 O O O O 00 O O C LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO E 7 Z',; N 0 O V M O CO LO O 0 CO M N O U N LO CO I- M 0 r M M CO LO CO V CO 00 V I- M M V Ln 00 LO LO O 0 O CO 0 LO M V 0 M 00 M V 0 0 00 V 0 0 CO CO V CO 0 r 0 CO I- M CO 0 0 00 00 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 00 0 0 0 00 00 0 0 0 0 00 0 0 G) 0 00 0 O 0 00 00 O O O O O O 00 O O O 00 0....O O O O O O O O 0 00 O 00 0 0 00 N O O O N 00 O O CO 00 O N 00 O O N 00 O O O O O 00 O O N O 00 O 00 O O O 0 O 0 0 0 0 0 0 O (M N O O O O O W O O O V O O O CO O O O O O O O O R'..ER 643 643 M E43 E43 E43 N E43 E43 64 64 V M 643 I- ELT 643 643 643 N 643 643 66 0 66 66 66 N 66 66 V 643 643 643 643 643 643 69 69 69 Z,1 V! 0 00 O O O 0 0 0 00 O O O O 0, O 0 O O O O 00 0....O 00 O O LO O O 0 O O O O 0 'a O V 0 0 O 0 0 0 00 0 O O O O O O O O O 0 00 0 0 00 O O V O O O O O O O O O O O O O 0 0 0 0 0 0 O O O O O O O O O 0 0 0 0 0 0 0 O O I-� O O O O O O O O w Ef3 M 6c" 6c" 6c" 6c" 6c" 6c" 6c" 6c" 6c" 6c" Ef) Ef) Ef) Ef) Ef) Ef) Ef) 6c" 6c" 6c" 6c" 6c" 6c" 6c" 6c" 6c" 6c" o) Ef> Ef) Ef) Ef) Ef) Ef) Ef) Ef) 691 Z.........;' V! 0 0 0 0 O 0 0 0 O O O O 0 0 0 O 0 O O 0 O O O 0 O O O O 0 0 0 O 0 00 0 00 O O O O O 0 0 0 0 0 0 O O O O O O O O O 0 0 0 0 0 0 0 O O O O O O 00 O 00 O O O O O 0 0 0 0 0 0 O O O O O O O O O 0 0 0 0 0 0 0 O O O O O O O O O O O ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER Qil N+ U) 0 CO LO O I- 0 0 0 O O CO V O O O M O 0 O O O '1- 0 I- V O O O 0 O 0 00 O 00 0 V... Q O V CO O M O O O 7 V N I- O O r O 00 7 O O O O O N O 00 N O 0 0 0 O N CO O O W 7 d 0 O N O I- O O O N M N M O O 00 O LO O O O O O O N O O LO O O CO O O O M O V V CO ELT I— V O LO 0) H) E91 V 0) CO 00 H) 69 LO 69 M CO 69 69 69 0) H) M E9, LO N 0) H) I— ELT 69 N V 69 V O V- M M V LO V M M V V N V V V V LO LO CO V M V N 4- R r ELT E91 69 69 ER ELT 69 69 69 69 69 69 ER ELT 69 69 ER ELT 69 69 69 69 69 0 a LO a; z m V! 0 O LO O M O O 0....O O N CO O O 0 O 0) r O O O O O M...O M M O O LO 0 O 0, N O N (D V CO LO O O O 00 0 0 0 (M 00 O O N O M W M O O O 00 0 0 0 0 CO O 0 00 O O I- O LO I- V d N M CO O I- N 00 O 0 W M O O M O I- V O N O 00 O I- M O O V O O CO CO V r- VCO I�CO 00 fR 0 0 M Ef3 I� N 0 691e691 0 69 00 0 M 69 M LO I- fR 00 LO 69 0 V V 69169 00 V 00 I- 0 V m N M N M CO CO V CO N V N CO CO N N M a y:.ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ELT 69 ER ER ER ELT 69 69 ER ER ER ELT 69 'a Z,.i;; N V- M 0 0 V O 00 ON.,:O V CO CO CO 00 0..... ON ON..O (D ,-.0 ON O 00 ON: O 00 ON CO 00 V 00..... ON ON..V O ..M CO M.,: V r N M LO ONO M N N � CO 0) V M LN r M 0 M N N LO Z6 0) M (D V N N V V N OM V N r- V L M M M M M M M r M r M M M M M M M M M M M M M M M M r M M M M M M M M M M M U!,Ef3 ER ELT 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 N Zi..., N' E R C' R' a; a' v, a CO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO l N N N N N N M M M M M M M M M M M M M M M M V V V V V V V V V V Lo Lo Lo Lo Lo Lo 5 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 N N N N N N N N N N N N D LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO L E 0 Z_',,'' Ln N r 0 r LO VI— M M V r- M M M O N r CO 0 CO O V N CO V LO O I— M N LO M M M M M M N N LO I� LO CO CO V CO Ln LO V I— 00 r r V LO O O N O O CO 0 0 0 M M M N V V V V V V V V V V V V V V V V V V V V V V LO V LO LO V V V V Ln V Ln Ln LO LO Ln LO '..LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO �j 0 00 0 O 0 00 00 0 O O 00 O 00 O O 0 00 00 00 O 00 O O O 00 O 00 �....I..LO Ln LO Ln LO LO Ln LO Ln LO Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln LO Ln LO Ln LO Ln Ln LO Ln Ln N Ln Ln Ln Ln Ln Ln E 7 Z',; LO CO CO I— N V 0 N M O O 0 N CO O CO 0 CO LO CO CO V M N LO I— r V N 00 0 r V LO 0 00 M M V V O LO I— r r LO M M M Ln r LO V M LO CO I— LO LO LO M LO LO M CO (D O M M V VV V V V V V V V V V V V V V V V V V V V V V V V V V V V V V V V V V V V U O 0 0 0 0 0 0 0 00 0 0 0 00 0 00 0 0 0 00 00 00 0 00 0 0 0 00 0 00 G) O O 0 O 0 O 00 O - 00 0 00 00 0 0 O a O O O 0 O 0 O O O O O O O O 0 0 O O N O O O O O O 00 O V N 0 0 0 0 00 O V M O O O M O O 00 00 O O O 00 O O O O O O CO O O O O O 00 (M 0 0 0 0 0 0 COO O O M O O CO 00 O O O N O O O R'.. H) 64 r 64 r 64 64 64 64, M 64, V N 64, 64, 64, 64, LO Ef3 M (Ti H) 691 691 V 691 691 N M 691 691 Ef3 M 69 69 69 R: CO COCO CO CO CO 0 CO CO CO CO m Ef3 69 ER ELT 69 69 69 69 69 ER ER ER Z1 V! O O 00 O O 00 O O 00 0 0 0 0 0 O 0 O O O O O 0 O O O O O O O 00 00 'a O O 00 O O 00 O O 00 0 0 0 0 0 0 0 O O O O O O O O O O O O O 00 00 O O O O O O O O O O 0 0 0 0 0 0 0 0 0 O O O O O O O O O O O O O O O O O w j, EiT ER ER ER ER ER ER ER ER ER ER ER ER ELT 69 69 69 69 69 69 69 69 691 691 691 691 691 691 691 691 691 691 691 691 691 69 N Z.........;' U) O O 00 0 O 00 O O OO O O O O 0 O 0 O O O O O 0 O 0 O O O O O 00 00 O O 0. 0. O O 00 O O 0 0 0 0 0 0 0 0 0 O O O O O O O O O O O O O 00 00 O O O O O O O O O O 0 0 0 0 0 0 0 0 0 O O O O O O O O O O O O O O O O O ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER CL 7 O N+ Z', Q U) O LO 0 M O O CO W N CO O O O O W O V O 0 O CO O O CO 0 O 0 O O O r O O r O (D Q O LO O -. O O 00 - r M O O O 00 V 00 O O 0 O LO O O LO O O M O O O N O O M M 0 N O M O O O O N M r O O O 00 V CO V O 00 O CO O CO r O O 00 O O O V O O 0 r LO ELT V 69 CO 69 69 LO 0) r N 69 69 E91 M M 00 M 69 LO 69 0) 0) M M H) 69 V 69 E91 E91 CO E91 E91 r CO V V N V V LO CO V CO V V (0 V V N CO CO R r ELT ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER O a � z � V! O LO 0 r O O V 00 O O O O O 0 CO O 0 O N O O V 0 0 O O O M O 0m O N CO O N O N M V O O O O O O r O - O r O CO CO 00 CO O N O O N r CO O V O M N W 00 O V O LO LO r O 00 O O O CO O M O V O CO M V M O W O O O M M M O r O O 00 ER 0 Ef3 r 0 O O 69 69 69 69 r 69 00 Ef3 00 691 N V M Ef3 N 0 66 66 N 0 r 66 O 66 E 0 M M LO N r M - LO LO CO CO CO V a y,..:. ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER 'a O O O.. 0 - 0ON ON CO 00 ON 0.....V ON 00 ON 00 ON 00 CO V CO CO 00 ON M'. ON 00..... 00 00 OO N O (D =-00 00 CO N.,: �'. O M r LO M r V 0) 000 LO °� F N M 00 z6 LO V M O z6 000 r V N M N M N LSO r M 00 (D 'I- L0) W M M M M M M M M M r cm cm cm m cm m m m CO r CO CO CO CO CO CO CO CO CO CO CO CO CO CO CO U!, Ef3 ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER N Zi..., N' E R C' R' a; a v, a CO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO Lo Lo Lo Lo Lo LO LO LO LO LO � � � (.0 (D (D (D (D (D (D (D r- r- r— r— r— r— r— r— r— co co co co rn rn R 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 N N N N N N N N N N D LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO L E 0 Z_',,'' 0 00 O V 0 O N V r 0 00 M 0 LO r 0 MM N V 00 M O N N Ln 00 M O V r � N M N M V M V V N N r r LO r CO CO CO r LO r CO 00 0 N O 0 00 N M V V LO CO N LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO M LO M LO LO M LO M M LO LO M M M M M M '0'.. LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO CO LO LO LO LOLO LO LO LO LO LO LO LO LO LO LO LO �j O O O O O O O O O O 0 0 0 0 0 0 0 0 0 O O O O O O O O O O O O O O O O C LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO E 7 Z',; M rM LO O M CO 0 M N LO 0 CO r 00 CO O V LO CO M CO 0 N V O M M N V LO O 0 M V V CO CO 0 r r CO CO M r r O O r r LO r r r r r r 00 00 00 00 00 CO O CO CO U 0 0 00 0 0 00 0 0 0 0 0 0 0 0 0 00 0 0 0 0 0 0 0 0 0 0 0 0 0 00 00 G) 0 O V 00 O 00 O O 00 0 O O O O O CO O O O O 0 O 0 O O O 0.... 0 0 0 0 0 0 00 O 0 0 0 0 M 00 O 00 00 00 00 O 00 O O O I— O O O O O O O O M O O O N N O O O V 0 0 N O V O O O 0 0 0 0 0 0 N O N O O O (Ti O O O O O O O O O O 0 0 0 0 0 0 CO O O R'..LO 643 00 643 643 O 643 E43 E43 E43 E43 E43 M E43 M O E43 66, M 66, 66, 66, 66, 6- 66, 66, 66, 00 E43 Ef3 E91 LO r E91 69 69 I— ELT 69, 69 69 69 69 69 69 69 691 691 Z,1 V! 0 0 0 00 O O 0....O O O O 0 0 0 0 0 0 0 0 O O CO 0.... O 0 O O O 0.... 0 0 0 0 0 0 0 0 0 'a O O O 00 O 0 0 0 0 0 0 O 0 0 0 0 0 0 0 O O I— O O O O O O O 0 0 0 0 0 0 0 0 0 O O O O O O 0 0 0 0 0 0 O 0 0 0 0 0 0 0 O O O O O O O O O O 0 0 0 0 0 0 0 0 0 w Ef3 ER ER ER ER ER ER ER ER ER ER ER EL) Ef) Ef) Ef) Ef) Ef) Ef) 6c3 6c3 6c3 o) 6c" 6c" 6c" 6c" 6c" 6c" 691 69 69 69 69 69 69 69 69 6r) N Z.........;' V! 0 0 0 0 0 O O 0 M 0 0 0 0 O 0 O O O O O O N.... O 0.... O 0 00 O 0.... 00 00 00 00 0 O O O O O O O O LO O O O O 0 0 0 0 0 0 0 O LO O O O O 00 O O 00 00 00 00 0 O O O O O O 0 0 0 0 0 0 O 0 0 0 0 0 0 0 O r O O O O O O O O 0 0 0 0 0 0 0 0 0 E Ef> Ef> Ef> 6' 6' Ef> 6' 6' ONO 6' Ef> Ef3 Ef3 Ef> Ef> Ef> Ef> Ef> Ef> Ef> v) 0-) d) v) v) v) v) v) v) v) Ef> Ef> Ef> Ef> Ef> Ef> Ef> Ef> Ef> '- CL 69 fR 7 O N+ Z', Q U) 0 0 0 0 O M N CO V O CO 0 CO 0 W N O V M I— 0.... N 0) M N 0.... M O O M 0 W r 0 Q 0 0 0 -7 CO 00 M (M O 7 N O O O O V 7 0 0 7 V V M O LO CO -7 N 00 O CO O O CO V CO I� 0 0 d 0 O O LnM N 00 r LO 00 N O CO O CO 0 0 0 0 0 M r O r 00 N N 00 O N O O V V O I— O 69 69 69 r— 0 00 0 M r LO M LO fR I— fR 00 LO 0 LO CO M 00 M 69 M V M 00 CO 0 M 69 69 O M 0 0 V 0 V V LO V M CO V V V M N VLO V V CO LO V V V N V M LO V V N V R r ELT 69 69 69 69 69 69 69 69 69 69 69 ER ELT 69 69 69 69 69 69 69 69 69 ER ELT 69 69 69 69 69 ER O a � a; z � V! O,. O CO O W O r 00 r M O N 0 N O:>. 00 O O r— .. M LO 0-, 00 � V 00 W 0-,: I— O 0 P— W M M 0::: O N V LO — O CO N LO 00 00 O O 00 O M O O O 00 — M CO N O CO M LO N LO O O 0 r LO M CO O d 1 0 M V V O O O M M O M M O LO O N 00 O I— O LO 00 M 0 O V O M 0 00 O O LO M V LO 0 00 E e9, N ON N 69 0 M 0 00 0 69 LO 69 0 M 69 0 00 00 00 69 0 LO O O M V 69 69 N I— N LO 00 M CO M N N N N N V N CO N N N V N N N N V a ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER 'a Z,.i;; N ON OOOOOOOOOOO 00 CO 00 00 O .,:O O O O 00.. 00 00.....00 N O 00 O CO N: N N::. CO 00. V 00 N N. N N N CO N, 0 M N CO CO 0... LN N N r- 0 OMO N CO LN V N V M M M N V LSO N LSO 0 O M 00 V M OMO r r N LO O N O M M LSO L 0 0 0 0 r M r M M M M M M M M M M M M M M r M M V CO CO I— M M M M r r M r M M M N Zi..., N' E R C' R' a; a' v, a CO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO o, � Ln Ln Ln Ln Ln lu m m m m m m m m m m m m o o o o o o o o o o o o D LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO CO CO CO CO CO L E 0 Z_',,'' N I- N O M O CO V V N CO 0 M O M LO N 00V I- r r LO O N V V N LO CO V 0 0 I- LO I� V r LO r LO M V I- V CO LO I- O 00 0 r 00 0 0 O O r CO N MV M N CO I- M V V d M M M M M M M M M M M M M r M M M M M M r r 0 0 r r r r r r r r r r r r r r P- LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO M LO LO LO �j 0 0 0 0 0 O 0 0 0 0 0 0 O 0 0 0 0 0 0 0 O O O O O O O O O O 0 0 0 0 0 0 0 0 0 C LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO E 7 Z',; E0 M r 0 0 r M CO CO LO O N V M O V N LO 0 M N r 0 LO CO I- M r N M M N M T _ 00 I- 00 00 00 CO N CO W N W N N W N W W N W r r W N N O W O N O O I� r r r u V CO N N N N N N N V V N V N N N N V N N N N N V V V N N N V N V N V V V V V V U 0 00 00 0 00 00 00 0 00 00 00 0 0 0 0 0 0 0 00 0 0 00 00 00 00 0 G) 0 O O 0 00 0 0 0 0 0 0 0 0 0 0 0 0 - 0 0 0 0 0 O O O O O O N O O O 0....0 O O O O O V O O V O 00 V O O O O O O O O O O N Ln O O O N O O O O O O 00 O 00 O 00 00 N O 00 O O V O O O N O O O N O O O O O O D) 0 0 0 Cfl (6 O O O O O O O I-� N O O O O O O D) O N R H) 64 N 64 66, 66, O 66, O 66, V 66, 66, 6- 69, 691 691 - O Ef3 69 V N 69 69 69 69 69 691 691 D) N LO 691 691 691 691 691 - 691 N R (D r N r r Ln (D (D 691 (D (D r r- 69 ELT 69 69 69 69 69 69 N' Z'V1 V) 0 O 0.... O 00 O 0, 0 0 0 00 0 0 0 0 0 0 0 0 0 O O O 000 O 0 0 0 0 0 0 0 O O O O O 'a O O O O 00 O O O O O 00 O O O O O O O O O O O O 000 O 0 0 0 0 0 0 0 0 0 0 0 O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O w,.,Ef3 ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER N U) 0 O O 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 O O O 0 O 0 O O O O 0....O O O O O O �;.O O O O O O O O O O O O O O O O O O O O O O O O O O O O O 0 0 0 0 0 0 0 0 0 0 0 O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O 0 0 0 0 0 0 0 0 0 0 0 (zi ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER Q '.- 0'.L. OV1 V N N ZL U) 0 I- O N 0) V 0 0) N 0) 0 00 0 V N M 0 0 00 O M O O V 00 M O LO (fl 0 0) O O O V O N 00 O V 0 Q O 0 O O M I� O Cfl N 00 O (fl (fl 7 0 0 0 00 O I- O O Ln 0 Ln N O N O O 00 00 O V 0 0 Ln O N O Lo O r 0) V O N N 0 0) 00 Lo O O O V O 00 O O N (D r (D (D Lo N O O O V 0 0 0) V O V O .:69 M 69 I- M V 69 0 00 00 E9, LO V (fl LO Ln 0) fR 69 0) I- fR 69 0) Cfl 00 r V LO LO 00 e9, e9, V LO 69 O V 69 (D 69 V M V M N N LO V V M N V V V M Cfl N V M M Cfl V V M M ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER O a co a z m V) 0 M O 00 Cfl O 00 O N Cfl 00 r O O 00 O r.. O O Cfl N r O Ln.. V 0 0 0 0 0 Cfl....0 00 N O (D O N Cfl O M 00 O O M M M O I� N M 00 O O O N V 0 0 Cfl Cfl O O (fl M O V 0 0 0 Ln Cfl O Ln O N O N rO M M N O N 0) 0 0 Cfl O Cfl O O O V LO O O O O N V O 00 N 00 0 0 0 0 V O 00 O E V M 69 Lo 00 00 69 I- O O fR O 0 O 00 O 00 6<) 0 6<) 6<) N O 6<) 00 00 00 O 6<) 6<) 6<) 0 M M 00 6<) 0 6<)(D N N N V N V N N V V N Ln N N N M M N N M M N N a 69 69169 ER ELT 69 69 69 ER ER ELT 69 69 69 69169 69169 69 69169 E; 69 69 69 69 69 69 69 'a N ZV1 N ON Cfl V V ON 00 V 0 Cfl ON O V 00,:.V V O O O V O O 00 O O 00 ON O OO N,:, Cfl 0 00 O 00 00 V: Cfl V Cfl N 00-- 00 V (D N OM N N O CVD 0) 00 V CMD M CMD M LN 0 0 0 0) 000 V N M M O M M M V 00 N Lo V V M V N O CND N L (D (D (D (D (D (D r (D (D (D r (D (D (D (D (D (D r r 0 0 0 0 r Cfl r Cfl Cfl Cfl Cfl Cfl Cfl Cfl (D (D (D r (D r (D r N' Z''.i. N' E,'ji R j1 Z'....du C v R' a; a a w o LOQ Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo D (D (D (D (D (D (D (D (D (D (D Cfl Cfl Cfl Cfl Cfl Cfl Cfl Cfl Cfl Cfl Cfl (D (D (D (D (D (D (D (D (D Cfl Cfl Cfl Cfl Cfl Cfl Cfl Cfl Cfl Cfl Cfl L E Z'I; M CD 0) N N LnCD O O LO M N V I— 00 LO CD LO O 0) LO N V N I— 00 M N 0) V CD LO O 0) CD 0) I CD Ln CD V CD 0) r- r r 00 0) 00 0) I— r 00 0) r- M O O LO M N N N O CD V V V V CD r M M M N r r r r r r r r r r r r r r r r r r 00 00 0D 0D Cfl 0D 0D 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 'ILO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO Cfl LO LO LO LO LO LO LO LO LO LO LO LO LO Lo Lo Lo Lo Lo 0 O O O 00 O 00 000 O 00 00 00 00 00 O 000 O 00 0 00 00 00 00 O �,',Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln L Z 1; E Lo CD r LO V LO CD r COO) O N M V LO CO r 00 O O CD CD 0) O V 00 I— LO LO 0) N M V LO LO Lo 0) RI— 0) D) O O 00 00 00 00 00 0 0 0 0 0 0 0 0 0 0 O O M V V Lo V V V V Ln Lo Lo M CD CD CD CD O 00 O ':VV O V V V V V V V V V V V VVV V V V V V V- V V VVV V VVVVVVVVVVV V U 0 0 - 0000000000000000000 00 0 000 0 00 0 00 0 0 0 0 0 0 0 G) 0 O 00 00 O 0 0 00 0.... 00 O 00 O 00 0 0 LO 0 00 M O O O O (D 0 0 0 0 0 0...0... V O 00 00 00 O 00 O 00 O 00 O 00 O 00 (D O V 0 0 00 I- O O O O 00 N N O O O 00 (D 00 00 00 O (D O 00 O 00 O 00 O 00 Lo O (D O O N 00 O O O O Ln N O O O 00 R'..O D) ELT 643 643 643 643 00 643 643 6- 6- 66, 66, 66, 66, 66, O 66, 66, 00 66, M E43 E43 CF) LO E43 E43 Ef3 69 CD r- ELT O 691 691 691 R r (D (D N (D E91 (D N N (D M N m',Ef3 ER ER ER ER ER ER ER ER ER ER V) 0 O 00 00 O 0 0 00 0.... O O O O 0 O 0 0 0 O 00 0 0 0 O O O 0 0 0 0 0 0 0 0 0.., 'a O O 00 00 O O O 00 O O O O O O O 0 0 0 0 00 0 0 0 0 0 O 0 0 0 0 0 0 0 0 0 O O 00 00 O O O 00 O O O O O O O 0 0 0 0 00 0 0 0 0 0 O 0 0 0 0 0 0 0 0 0 w,.,Ef3 ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER N V) 0 O 0 0 0 0 O 0 0 0 O 0.... O O O O 0 0 0 0 O O O O 0 0 0 O O O 0 0 0 0 0 0 0 0 0 O O O O O O O O O O O O O O O O O O 0 0 0 0 0 0 0 0 0 0 0 O 0 0 0 0 0 0 0 0 0 O O O O O O O O O O O O O O O O O O 0 0 0 0 0 0 0 0 0 0 0 O 0 00 0 0 0 0 0 0 ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER Qil Q:!i N+ Q U) 0 O (fl LO O 0) O -0 0) V I- LO. V (D O ,LO T „(D (D O M 0) ,N V 0 V 0 O N V 0 O O N 0) 0) 0:: Q O O LO V O CO M O CO - - N N LO - - CO O N M O V O LO - 0 (D O (D O (D LO O O O r (D V O d 0 O LO (D O LO 00 O (D LO LO M O V 0) O V 00 N N O V 00 0) LO O 0) O V LO r- V O O O O 00 V (D 69 69 V 0) 0) 00 0) fR (fl (fl V LO LO V 0) 00 M LO fR LO N 0) (D 69 00 69I- (D N 69 69 69 '1- M M V V V M V V V V Ln V V N M N V Ln V M M V M M 69V V M V N R r ELT 69 ER ELT 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 ER O a � a; z � V! O,. O V LO O - O ,O (D M LO: 0) (D >.V O ,LO (D V V O I- (D 00 (fl 0 M O 0) O 00 O 0 O O 00 0:::: O O O I- O M LO 0 0) N O 0) I- CO V - M - LO N O M N CO N O (D 00 - N M O O N (D 00 r N d 1 0 O (D N N LO N O 0) V M 00 (fl 0) N M O O CO (D O LO CO CO O O O O N LO CO O Cfl 0 E ef) ef> 00 N M00 69 00 O 00 0 M 00 00 N Lo r 0 M 6, 0 0 N O 6, V M V 00 0) fR 69 N 0) I- N N V N NN N M N N N M N 69. (D M r M r N M LO a 69 691 691 69 691 ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ELT 69 69 69 ER ELT 69 691 ER ELT E91 'a Z,.i;; N OOOOOOOOOOO 0.:.. 00 CO.. N O .N 00 00 00 V:. N N. O V Cfl N N N 00 Cfl Cfl 00 00 V V 00 O 00 00 N ,O V N..V Cfl Cfl 00 N,N.. O N M � N O 000 00 LMO CMD N V V M M Z6 V Z6 V V 000 V CND N CMD 0) 0) M CND LM M N r N � M M Z6 M L r (D (D r Cfl r (D (D (D (D (D (D r (D (D M (D M Cfl r Cfl Cfl Cfl r Cfl Cfl Cfl Cfl Cfl 00 (D (D (D (D r r (D M (D N Zi..., N' E R C' R' CO 0 LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO a; a' v, a w; IV io vv v v v v v LQ LQ LQ LQ LQ LQ Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q C C CCC C o (D (D (D (D (D (D (D (D (D (D (D (D (D (D (D (D (.0 (.0 (.0 (.0 (.0 (.0 (.0 (.0 (.0 (.0 (.0 (D (D (D (D (D (D (D (D (D (D (D (D L E 0 Z_',,'' D) CO CO V LO D) LO CO LO 00 M M M V I- LO 0) 0) N LO V N CD CD r O M 0 0) V V M r V N M CD V LO LO CD V O 0 CO O CO 0) M N V V N M V N M V V N Ln M M N V LO r- M r CD 00 N 00 00 00 00 00 00 00 0) 00 00 0) 00 00 0) 0) 0) 0) 0 0 0 0 0 0 0 0 0 0 0 0 0) 0 0 0 0 0 0 0 0 0 '0'..LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO �j 0 O 00 00 O 00 00 O 00 O 00 O 00 00 00 00 00 0 O 0 00 00 00 00 C i,Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln E0 00D r Ln V N Cfl r 00 0 O N V Cfl 00 0) O CO O V M CO M V N CD 0) M I- LO N r N M V I- ,_ Ln Ln Ln M Ln Ln M M M M r V O O 00 CD M M M V N N N M N N M N N 0 0 M V M V V V V V V V V V V V V V V V VV V M V V V V V V V V V V V V V V V V V V U 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 00 0 0 0 0 0 0 0 0 0 0 0 0 0 0 00 00 00 0 0 G) O 0 0 0 00 00 0 0 0 00 O O O O 00 O 0 00 O O O 0 O O O 0 00 00 0 O O 0 0 N O O O 00 00 O O V O 00 O O O I- N O 00 M O O M O O O O 00 00 O 00 O (Ti O 00 0 0 0 0 0 0 0 00 M 00 O O O 0 LO O O O O O I-� O O O O O O O O O O O O R H) LO 643 643 643 643 64, V 64, V LO M E43 E43 E43 CF) M H) E43 E43 M 643 64, M 643 643 643 643 643 643 643 643 O E43 E43 1- U) V! O 00 0 0 0 0 0 0, O O O O 0 O O O 0 O 0 O O O O O 0 O O O 0 00 00 0 011- 0 'a O M 0 0 0 0 0 0 0 0 0 0 O O O O O O O O O O O O O O O O O 00 00 O 0 0 0 '- 0 0 0 0 0 0 0 0 0 0 0 O O O O O O O O O O O O O O O O O O O O O O O CO O w Ef3 O ER ER ER ER ER ER ER ER ER ER ER ER ER ELT 69 69 69 69 691 691 691 691 691 691 691 691 691 691 691 E91 E91 E91 E91 m 69 691 Z.........;' V! O 0 00 0 0 0 0 0 0 0 0 0 O O O 0 O 0 00 O O O 0 O 0 O 0 O O O O 0 0 0 0 C O 0 0. 0. 0 0 0 0 0 0 0 0 O O O O O O O 00 O O O O O O O O O O O O O O O O '- N O 0 00 0 0 0 0 0 0 0 0 O O O O O O O O O O O O O O O O O O O O O O O O O ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER Q '.- 0'.L. OV1 V N N ZL U) O LO 0 00 W N W 0 0 0 O O 0 O W 00 O 0 O V 0 O 00 O O 00 O N W O M CO 0 CO 0) O 0 O -. O CO M O CO V 0 0 0 0 O O LO V O O LO O O O O O O M O V V O LO 00 CO - V O N O O O M I- M 00 V 0 0 0 0 O O N V O O 00 (,j O O CO O O V O 0 r 0 0 0 0 0 00 O .: ELT O 69 V I— V M E91 69 69 69 69 69 O 0) 0) H) 0) CO 0) H) 0) r- H) E9, V E9, LO LO E9, 00 0) N r- 00 H) (D V M V V V LO V M M V V M V M N V LO V V 4- 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 0 a 0 a' N z'' m V) O M 0 N 00 O O O N 0 O N O 0 O (D 0 O N 0 O N O 00 O I- V O V LO O OO O I- 00 LO - r O V O CO O N O I- O M LO - O V 0 O N 00 00 M M O CO - O O O O N O V O CO M CO O CO O V O W O W LO 00 O W O O O O M M r M r Ni O 00 N O E 69 N 69 00 N O 0 r E9, 00 69 00 69N N 69 LO O N 69 V 69 V CO 00 0 00 O O 69 O 0 69 N M N CO N I� N N N V M N V N CO N CO N r- V N N a y,.;, ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER 'a N 'ZV1 N OOOOOOOOOO N 00 O: V N :M 00 N..O V V CO 00 N CO CO M:. N (D 0 N CO V 0 (D N N. 00 00 00 O N O CO. N (D O:.. 0 N 00 O 0 00 O V 00 M 00 0 r LO 0 LO O O M O 00 I-� M M 00 CO I-� O LO M (M O R N LO M V r M V 00 V V M N O M V r- M M 00 M V 00 LO M 0 0 0 N 00 V '1- r- r M M M M M M M M M M M r r r r M M M r M M M M M M M M M r r r M M M M U Ef3 ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER N' Z''.i. N' E,'ji R j1 Z'....du C N'j1 R' a; a a CO LO LO LO LO LO LO LO O LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO tz:o (D (D (D (D (D (D (D (D (D (D (D (D (D (D (D (D (D (D (D (D (D92 Q (D (D (D (D (D (D (D (D (D (D (D (D (D (D (D (D L E Z 00 0 Ln M O O r M V CO LO M CO N M LO V N V 0 N LO M r N M M r V (D N 0 LO LO I- 00 r LO M N 00 O O 0 00 N N O 0 N CO O N M N V V V V LO M LO I- M r r M M N'.. W W W W W W W O W O O W W O O O O W O W O O O O O O O O O O O O O O O O O ' LO LO LO LO LO LO LO CO LO CO CO LO LO CO CO CO CO LO CO LO CO CO CO CO CO CO CO CO CO CO CO CO CO CO CO CO CO �j O 0 0 0 0 0 0 0 0 0 0 0 O O O O O O O O O O O O O O O O O O O O O O O O O LO Ln LO Ln LO Ln LO Ln Ln Ln Ln Ln Ln Ln Ln Ln LO Ln Ln Ln Ln Ln Ln LO LO LO Ln Ln Ln Ln Ln Ln Ln Ln L E 0 Z EM 0 M r O CO LO CO I- O N M r 00 0 N 00 0 V 0 V LO CO O V V N M V LO CO I- LO _ 00 V M M M V M N Nq. N N N N N Mq. M M M O N N N V V I- r V V V V V V I- U 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 00 0 0 0 0 0 0 0 0 00 00 0 00 0 G) 0 0 0 0 O 0 0 0 O O I- 00 O 0 O O O O O 0 O 0 O O O O 00 O O O O O O O O 0 0 0 V O O O O O 0 00 00 - 0 0 O 0 0 0 0 0 0 0 0 0 O O O 0 00 0 0 0 O O O O O 00 O O O V O O O O O O O O M O O O 0 0 0 0 0 0 0 0 0 O O O 0 0 0 0 0 0 O O O O O Cfl O O R'..ER (D 643 643 643 643 643 643 E43 E43 V E43 66 66 66 64 64 6-3 6-3 6-3 6-3 6-3 6-3 6-3 6-3 643 643 643 66 66 66 66 66 66 66 66 66 N 643 643 Z,1 V) 0 O O O O O 00 00 O O O O 0, 0 0 0 0 00 00 O O O 0 00 0 0 0 O O O O O 0 0 0 'a O O O O O 0 00 00 0 0 0 O 0 0 0 0 0 00 00 O O O 0 00 0 0 0 O O O O O O O O O O O O O 0 0 0 0 0 0 0 0 O 0 0 0 0 0 0 0 0 0 O O O 0 0 0 0 0 0 O O O O O O O O w,.,Ef3 ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER N U) 0 0 0 0 O 0 0 0 O O O O O O 0 O O O O O 0 O 0 O O O 0 0 0 0 0 0 O O O O O 0 0 0 O O O O O 0 0 0 0 0 0 0 0 O 0 0 0 0 0 0 0 0 0 O O O 0 0 0 0 0 0 O O O O O O O O O O O O O 0 0 0 0 0 0 0 0 O 0 0 0 0 0 0 0 0 0 O O O 0 0 0 0 0 0 O O O O O O O O ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER CL 7 O N+ Z', Q U) 0) O O O 0) 0 0) 0)....0) (D O M 0) O 00 V (D O r O 0 r V 0) V LO N O M Cfl N M O O O O O 00 N Q Cfl O 0 Ln Cfl (fl 00 N 00 O V 00 O 7 7 0 0) O (? (? N N 00 M V -7 0) O O N O V O O O O O N O N 00 O T V M 0) N 00 LO O V O O LO 00M O O 00 I- V 0) Cfl 00 Cfl (fl N 0) V O O O O O V 00 V 69 I- V M V 0 V LO 69 LO 0 0 V (D LO M r 69 69 LO LO M M V O 00 M LO LO M LO 0) fR e91 e91 69 O I- V M LO LO I- V N V V V M M M V V V M LO V V V LO V N 'I- 69 ELT 69 69 69 ER ER ELT 69 69 ER ER ELT 69 69 69 69 ER ELT 69 69 69 69 69 ER ER ELT 69 69 ER ELT 69 O a' N z � V! O O O O V M r- O N (fl V O M O 0 0) M (D Cfl LO 00 0 1- V 00 I- O O O 0 O N 00 O - I� r O N O (M N (M O (fl N D) - I- V 00 0 0 00 M V Cfl N Ln Ln Ln M N N O 00 O Ln O d 1 0 O (M V N O W 0) N I- O O V O Cfl r N (D O Lo M 0) Lo O M Lo N 00 O W N 00 O O 0 E 0 6" V M N 6" I- M 0) 0) 00 0) M V 00 O 00 0) I- V N 0 0) 00 00 I- N N 0 0) 0) 0) N N N M fR V O M N V V M M V V N N N N (D (D LO N N N LO N Ef3 V (D (D (D V N a ELT 69 ER ELT 69 ER ELT 69 ER ELT 69 ER ELT 69 69 69 69 69 69 ER ER ER ELT ER ELT 69 69 ER ER ELT 69 69 69 69 69 'a Z,.i;; N N 00 O O ON V Cfl O '1- OON V 00 O O 00.....V V M O O 00 -00 OOOOOO N N O N 00 Cfl Cfl N.. 00 Cfl 00 N N O 00 00 00 0:.. M (D � V CMD M N OM V V OM V N M ON CMD � M LO V N LO LM N ON N O LO (D V M V Z6 N N M N V 000 L (D (D r r Cfl r Cfl Cfl Cfl Cfl Cfl (D (D (D (D (D (D (D Cfl Cfl Cfl Cfl (D M Cfl Cfl r r Cfl Cfl (D (D (D M (D (D (D (D (D (D N Zi..., N' E R C' R' a; a' v, a CO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO w l 0 O O O O O N N N N N N N N N N M M M M M M M M V V V V V V V V D CO CO CO CO CO CO CO CO CO CO CO CO CO CO CO CO CO CO CO CO CO CO CO CO CO CO CO CO CO CO CO CO CO CO CO L N 0 Ln O M O V Ln r N M CO N 0 M V M 0 00 N O CD V O N N LO O 0) O 00 CD r V M N I� r r CD CD r 00 O 00 O 0) 00 0) 00 O M N M N N N Ln M Ln Ln r Ln Ln M 0 0 00 I� O 00 00 0) d 0 O O O O O O O O O O O N V'..Cfl Cfl Cfl Cfl Cfl Cfl (D M Cfl Cfl Cfl Cfl Cfl Cfl Cfl (D (D (D (D (D (D (D (D (D (D (D (D (D (D (D (D (D (D (D (D (D M Cfl Cfl Cfl 0 00 0 O 0 00 00 0 0 0 O 0 00 00 00 00 O O O 0 00 0 0 0 O O 00 O O O O C Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln E 7 Z',; E MV 0 0 CD r CO 0) O CD r CO CO N M V LO CD CD r CO 0) 0) I- CO 0) O CO O Ln M O N M N CD 00 D) 0) 0) O O O V V LO Ln 0) 0) 0) N LO LO LO LO LO I- r r r 0) LO LO LO CO CO O O M CD r r 00 O M R V V V V V V V - V V V V V LO V V V V V V V V V V V V V V V V V V V V V V V V V V U O 00 0 0 0 00 00 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 00 0 0 0 0 41 0 O O 0 0 0 00 0 I— 00 0 0 0 0 0 0 O O 0 00 0 00 O N 0 O O M 0 0 00 0 0 0 0 CO 0 V 0 O O O O O CO 00 O N 00 V 0 0 0 0 O 00 O O LO O 00 CO — 0 0 0 CO O O 00 00 O O N 0 r O O O 0 0 0 O O O W O O N O 0 0 0 O O O O CO 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 (b R'..H) 64 643 643 643 N 643 643 64, M 643 64, V 66 66 66 66 66 LO 66 66 0-) H) 643 643 N N 643 643 643 LO I— ELT E43 E43 E43 E43 66 66 I— ELT CF) 69 69 69 69 69 69 69 69 Z,1 V! 0 O O O O O O 0....0 0 0 0 0 0 0 LO O 0 O 00 0 0 0 0 0 0 0 0 O O O O 0 0 0 0 0 0 0 0 0 'a O O O O O O O O O O O O O O O CO O O O O CO 0 0 0 0 0 0 0 0 0 0 0 LO 0 0 0 0 0 0 0 0 0 O O O O O O O O O O O O O O O (6 O O O O O O O O O O O O O O O O I-� O O O O O O O O O w Ef3 ER ER ER ER ER ER ER ELT Ef3 Ef3 Ef3 6f 6f 6f N 6c3 6c3 6c3 6c3 M 6c" 6c" 6c" 6c" 6c" Ef) Ef) Ef) Ef) Ef) Ef) (D Ef> Ef) 6c" 6c" 6c" 6c" 6c" 6c" 6c" Z.........;' U) V O O O O O O 0 O O O O O O O O O 0 0 0 0 O 0 O O O O 0 0 0 0 0 0 00 O O 00 00 0 00 O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O 00 O I— 00 00 O W O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O V O O O (zi (zi 0 Ef3 ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER EL) Ef) Ef) O v) v) v) v) v) CL 6q, 0 O N+ Z', U) LO O O O O O I— 0 V 0 0 0 0 O M LO 00 0 O 0 V 00 0 0 0 0 00 0) V N 0 0 0 M I— O 00 V O 0 00 Q V LO O N O O V O N 0 0 0 0 0 00 CO I- O 0 7 7 LO O O O O V O (M I� O O O LO CO N V -7 0 0 00 00 N 00 O M O O O O N O O V 0 0 I— r M O O 00 LO 00 O O O O O r M M O O LO O 00 LO V O O CO CO 0 V 0 E9, e9, 0 69 M 69 I— 0 69 69 (DI— fR 69 CO I— 0 0 69, 69, 0 V LO N 69 69 O V M 0 LO 0 V N 00 I— :CO M I� V CO CO 00 N Ln V M 0 V M N V V V V 0 V LO fR CO M 4— R r ELT ER ER ER ER ELT 69 69 ER ER ELT 69 69 69 ER ER ELT 69 69 69 69 69 69 69 69 69 69 69 69 O a N a' zN' m V! W., O O O 00 M 0 CO M 0 0 0 0 I— O N 0 O M V 0 0 0 O O CO 00 I— O 0....r M W O N M V 0 00 LO V O N O — N 0 0 0 CO O CO — O V CO O N 00 O O N CO O O CO 0 0 0 0 LO O M LO I- O V LO O LO d W O O M O W M 00 O M O I— M O 00 W O 00 00 O O O I— O r W O V LO M V CO O O (D EN I— 69 69 N 00 I— r fR 69 69 M 0 691I— 691M I— O LO M fR 69 I— 00 LO r fR V 00 00 N O 0 M V 691O N M V I� V (D CO V V CO N LO N Ln V (D N V M N M N a y:.ER ER ER ELT 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 'a Z,.i;; N 00:..O V-. ON ON M M ON.,:ON ON O CO V-:.M O O ON M.,: 00 V-V ON O.. ON (D M M M.,:V 00 CO O O..,M O 00 V ON .V 00 00. M:.. -0 O O O M M LO 0 M — — O r N r V V LO 0 O M M M O LO LO LO M O O N LO N M V LO N O CO 0 R r M N00 I— O V M CO 0 0 r LO LO M 00 O V M N N N M 00 M I— 00 N N LO O O V 00 I— L r M M r r M M M M M M M M M M M M M M r M M r M M M M M M M M M M M M r 0 0 r r 0 0 N Zi..., N' E R C' R' a; a' v, a CO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO v v v v v Lo Lo Lo Lo Lo Lo Ln Ln Ln Ln co co co co co co co co co co co co co co co co co r- r- r- r- r- r- r- r- r- r- R L E 0 Z'.. 00 CO O V V O CO V LO CO CO M CO I— LO 0 r 0 LO LO M M V CO CO V CO O O V CO CO M V I— M r 00 N 0 00 00 00 V N M V M N N VN N CO I— LO LO M r Ln r r LO M M M M LO r r 00 0 00 00 O N d (M 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 N N N N M M N 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 M M M M M M M M M M M M M M M M M M M M M 0 O O O 00 00 00 000 O 00 O O O 00 00 00 000 O 00 00 00 00 00 00 O C LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO E 7 Z ECO I— M V V LO M N O O M V LO M V LO CO I— CO N CO I— N M r 00 N N 0 0 00 0 r M V- CO 00 M CO CO M M M CO CO 00 W O O O M M M M M M W M O O W M O 0 r r O U V V V V V V V V V V V 0 M M V V VVVVVVVV VVVVVVVVV V V V VVV V VV 0 0 O O O O OO 0 0 0 0 0 0 0 0 0 0 0 00 0 0 00 000 0 00 00 0 0 0 0 00 00 0 N O O 00 O O 0 O O 00 0 0 0 0 0 0 0 0 0 O 0 O O 0 0 0 0 0 0 O V 0 00 O O 00 O 0 V O LO O 00 O O O D) 0 00 O O O O O O O O O 00 V O O O O O 00 O O N O 00 O O 00 00 (D 0 0 0 0 0 0 O O O O O O O Cfl O O O O Cfl O O O O (fl O O O O O 00 0 0 (M 0 0 0 00 O O O 00 D) R'..H) O 64 64 64 64 64 64 LO 643 643 6-3 6-, V 6-, 6-, O 6-" ,1- O 643 E43 E43 M E43 E43 66 66 66 CF) H) 643 D) r 643 643 LO 643 643 643 M r R: V (D N (D M (D (D 69, (D (D (D (D m Ef3 ER ER ER ER ER ER ER ER ER ELT 69 V) (D O O 00 O O 0....O O 00 0 O 0, O O O O O 0 (D 0 O 0 O 000 0 O O O O 0 O O O 00 0 0 'a M 0 0 00 0 O O O O 00 O 0 0 0 0 0 0 0 0 00 O O O O 000 O O O O O O O O O 00 O O 0 0 0 0 0 0 O O O O O O O 0 0 0 0 0 0 0 0 Ln O O O O O O O O O O O O O O O O O O O O M• 6c" 6c" 6c" 6c" 6c" 6c" 6c" 6c" Ef3 Ef3 Ef) Ef) Ef) 6f 6f 6c" 6- 6- 6- 6- M• 6- 6- 6- 6c" 6c" Ef3 Ef3 Ef) Ef) Ef) Ef) Ef) Ef) Ef) 6c" 6c" 6c" 6c" 6c" 6c" Z.........;' U) 0 0 0 0 0 0 O 0 O O O O 0 O 0 O O O O O 0 O 0 O 0 O O O 0 0 0 0 0 0 0 0 O O O O O 0 �;.0 0 0 0 0 0 O O O O O O O 0 0 0 0 0 0 0 0 0 0 0 O O O O O O O O O O O O O O O O O O 0 0 0 0 0 0 O O O O O O O 0 0 0 0 0 0 0 0 0 0 0 O O O O O O O O O O O O O O O O O O ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER CL 7 O N+ Z', w r CO LO O CO Cfl (D O O V r 0 O 0) N O O O LO N N 0 O (D LO O O 0) 0 (D O r O V M O M V 0 0 0 Q O 00 O Cfl v7 O 00 0 0 -7 -7 O O N (M N O O r v7 (M O O V M V (? D) O 00 O V O Ln V O Cfl 00 (fl O O d V M (D N0) M V 0 0 LO O O O r 00 LO O O LO O 00 O O 0) O O M r O LO O LO O V 0) 0 00 0 O O 00 0 O N 00 0) N 00 fR 69 Cfl 00 69 69 Cfl (fl O 69 69 V LO N 0) fR LO Cfl Cfl Cfl LO 69 Cfl 69 Cfl 69 N (D 691 LO r M E91 e91 LO M LO V V V V M V V V M M V VER V V (D V V V M (D V M M (D 4— dEf3 ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER O z N c� V) Ln... N N LO O N V V O O (fl M 0 O 00 O O O LO 00 V 0 O V LO O O 0 V- 0 0) 0 (D r O r (D O 00 d N —' O 00 V O — Ln Ln N N V V O r N V N 0 0 0 r O O r V O 00 V O r N 00 O V — O Ln r O O O 0)r LO LO N (fl V r 0) 00 O N M 00 M O V 0 0 0) V 0 0) (fl O M (D O LO V O N r O O O EN M 0 LO LO r O 69 O 0) N LO fR 00 0) O 00 fR (fl 00 69 0) 0) fR O N 0) fR V O 69 00 LO 69 69 69 N N N M N N N M N N M N N N 0 M V N Cfl Ef3 N N N a y,..:.ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER 'a N 0 Cfl 00 00 O ON, ON V V ON V Cfl V.. O 0.....Cfl Cfl ON O 00,ON ON O.. V ON,:. 00 V -.00 V 00 Cfl ON Cfl O 0....Cfl O ON Cfl (D 00 (D O W N LSO 0) N r V OM Z6 M 0) W V r- (D M M V N V r r- M N V M CND LO N Cr9 N LO Or Or r LSO V M (D M r- L r r r r (D (D (D (D (D M (D (D M (D (D Cfl r Cfl Cfl Cfl Cfl Cfl Cfl Cfl Cfl Cfl (D (D (D (D (D (D (D (D (D (D (D (D (D (D M (D U!,Ef3 ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER N Zi..., N' E R C' R' a; a' v, a CO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO r- r- r- 0 0 0 0 0 0 0 0 ao ao ao ao ao ao ao m m m m m m m m m m o 0 0 0 0 0 0 0 0 0 0 0 L V 0 0 LO M CO LO CD r 0) 0) r 0) r 0 0) M V O O V CO V LO M V N LO CD V r 0 0) 0) r CD O LO O N M LO LO M Ln M N M N V LO M V V V 00 0 0) CO 0) CO CD r CD r 0 N MO N M V V O O N LO r N 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 M M M V V V V V V V V V V V V V V '..Cfl Cfl Cfl Cfl Cfl Cfl Cfl Cfl Cfl (D (D (D (D (D (D (D (D (D Cfl Cfl Cfl Cfl Cfl Cfl Cfl Cfl Cfl Cfl Cfl (D (D (D (D (D (D (D (D (D Cfl Cfl Cfl (fl �j 0 00 00 0 O O 00 00 O 00 00 00 00 00 0 O O 000 00 O 00 00 00 00 00 C i,Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln E 000 M V V 0 0) N M CD r O N M r V CO 0) 0 N O CD r M CD LO M V 00 0) O N M V LO r V CD r D) 0) M V V CD 00 00 00 0) 0) O 0 0 0 0) r N N M M M V V V r N M M V V LO LO LO LO LO r N N uVVLnVVV V VVVVV V VVVV- mVVVVVV V VV V V V V V V V V V V V VV VV U O 00 00 0 0 0 00 00 0 0 0 0 0 0 0 0 0 00 0 0 0 00000000000000 00 G) 0 O 0 0 00 O O O O O O O O O 0 0 0 0 O O O O 00 O 0 00 0 0 0 0 O O O LO 0 V O O V 0 00 O N O O D) 0 (D O O O V O (D O O N V O V (D O O V 00 00 00 00 N 00 O O Cfl O O O O O O O O M O O O N O O O (D O O r O O (D 00 00 00 Cfl - (D R'..H) 64, M 643 643 643 643 V 6-3 6-3 LO 643 V 643 643 643 I— ELT CF) H) E43 O N E43 M M E43 E43 CD ELT 643 643 643 643 643 N D) N R: M M V M M M r r Cfl Cfl Cfl Cfl Ef3 Cfl m', Ef3 ER ER ER ER ER ER ER ER ER ER ER ER V! 0 O 0 - 00 O O O O O O O O O 0 O O 0 O 0 O O O O O 0 0 0 00 0 0, O O O O 0 'a O O O O 00 O O O O O O O O O O O O O O O O O O O O O O O 00 O O O O O O O O O O I-� O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O w 6c3 6c3 6c3 M 6c" 6c" 6c" 6c" 6c" 6c" 6c" 6c" Ef3 Ef3 Ef3 69 69 69 69 691 691 691 691 6c, 6c, 6c, 6c, 6c, 6c, 6c, 69169 69 69 69 69 69 69 691 Z.........;' V! 0 O 0 O O O O O O O O O O O 0 0 O 00 O 0 O O O 00 0 0 0 0 0 0 0 0 O O O 0 O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER Qil N+ U) Ln.. 0) 0 0) N 0) O O V Cfl O O O O CO 0 0 0 0 N N O O 00 O O O O O N LO O 0 LO O O I— 0 Q LO LO O 00 — (D O O (D N O O O O LO O O (D O O (D O O 00 O O O O O 00 N O O (D O O V O N 0 0) 0 00 O O V N O O O O O O O 00 O M O O V 0 0 0 0 0 00 I— O r N O O 0) O LO CD ELT N LO V H) 69 r— V 69 69 69 69 CD ELT 69 V 69 r— ELT 69 E9, 69 69 69 69 00 V 69 00 LO 0) ELT CD ELT V V 00 V V N V M V V Ln LO V M (D M 4-- 69 ELT E91 E91 69 69 69 69 69 69 69 69 69 69 69 691 ER ELT 0 a � a' N V) Ln... 0 LO 00 O O (D V O O O O N 0 0 0 00 00 00 N O O O O O 00 LO O 0, F O O 00 0 ,.O CO O LO 0 (D O 0) I— LO (D O V O (D 0 0 LO M 0 0 — 0 0 CO 0 0 (M — Cfl Cfl 0 O O N O NMN 0 N 6N LO M• V M• N MN V MMN MM0 0Cfl M00 NN MV MON 6M M I9 C�fl NN r O CO N I9 00 � 00 CD ER ER ER ER ER ECopR a ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER 'a Z,.i;; N (D V V V ON 00 CD ON CD -0 V CD CD V CD CD V 00 CD CD 0 ON V O V..M 00 O V ON ,V CD CD CD O 00 O 00 R V M M M V M M V 0) N O � V � LM V r- M 0) °' Or O N M OM M 0 000 CMD M M 0) V M N N (D N L (D (D (D (D (D (D (D (D (D (D (D r Cfl Cfl (D r (D (D (D (D (D r r r Cfl (D r Cfl Cfl r Cfl Cfl Cfl Cfl (D (D (D (D U!,Ef3 ER ER ELT 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 N Zi..., N' E R C' R' a; a' v, a CO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO i0 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 N N N N N N N N N N N N D Cfl Cfl Cfl Cfl Cfl (D (D (D (D (D (D (D (D (D Cfl Cfl Cfl Cfl Cfl Cfl Cfl Cfl Cfl Cfl Cfl (D (D (D (D (D (D (D (D (D (D (D (D Cfl L E 0 Z'.. O 0 D) LO N M 00 I— CD N V LO 0) CO M O V LO N V O M N M LO M M N O N Ln V N M M LO M r r LO r LO M 00 LO O 0 O 0 0 N O N N M M Ln M V M M V Ln LO Ln M N Ln V V V V V V V V V V V V LO V LO Ln V Ln - Ln Ln LO LO LO r 0 0 0 LO LO LO LO Ln Ln LO LO LO '..M M M (D (D (D (D (D (D (D (D (D M M M M M M M M M M M (D (D (D (D (D (D (D (D (D M M M M M M �j 0 O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O C Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln E 7 Z E Lo (f) r O N () (f) r 00 0 0 0 Lo O 00 O 00 0 0 N O M r LO r N M V 0) O V N M V LO M M M M V V LO LO r 00 0) 0) O N LO r O O N N N LO 0) N N N N LO CD CD r r r r r V V V V V V V V V V V V LO V V V V V V V V V V V V V V V V V V V V V V V V V U O 0 00 00 0 0 0 0 00 00 0 0 00 00 0 00 00 00 00 00 00 00 0 0 0 41 O 0 0 0 0 0 0 0 00 00 O O O O 0 O 00 O O O 0....O 00 O O 0 0 0 0 0 0 0 0 O O 00 V O O O O O 00 N O O N 00 O O O O O O 00 O O O O N 011- 0 0 0 0 0 0 0 0 0 0 0 0 00 O O O O O V O 0 0 I-� O O O O O O O O O O O O O O D) O 00 O O O O O O O O O O O O O O R'.. H) 643 643 643 64, M 643 643 I— ELT 66 66 66 66 66 66 66 6-3 6-3 6-3 6-3 6-3 6-3 LO 643 O 643 643 643 E43 E43 66 66 66 66 66 66 66 643 643 m (D (D M Z,1 N O 0 00 0 0 0 00 0 0 0 0 0 0 O O 0 O 00 O O O 0....O O O 00 0 0 0 0 0 0 0 0 00 00 'a O 0 00 0 0 0 D) 0 0 0 0 0 0 O O O O 00 O O O O O O O 00 O O O O O O O O 00 00 O O O O O O O (Ti O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O H) 6c3 6c3 6c3 6c3 6c3 6c3 00 6c3 6c3 Ef3 Ef3 Ef3 Ef> Ef> 69 69 691 691 691 691 691 691 691 6c3 6c3 691 691 69 69 69 69 69 69 69 69 69 691 691 691 691 Z.........;' N O 0 0 0 0 0 0 0 0 O O O O O 0 O 0 O O O O O O 0 O O O O O O O O O O 0 O 0 O O O 0 O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O '- N O O O O 00 O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER Qil N+ Q U) O O 0 N 0 0 0 0 00 O O (fl O LO O 0) M O O N O O O 0....O O O O O Lo O O Lo O 00 N I- 0 0 0 Q O O V I- 0 0 0 00 O 00 N V 00 0) - I- O O M N O O O O O O N O (D (D - V I- 0) - M Lo 0 - 0 N (D O (D M 0 0 0 00 O V N N O M 0 00 O O D) O N O O O O 0 O V r O O O N O N V O V O M e91 (D r 69 69 69 0) O fR r- V (D 00 M r 69 69 00 6969 69 69169 M 69 I- M V I- 0) Lo Lo 00 00 r V 69 (fl V 0) M (D M Cfl - N V V V Cfl r Cfl V Cfl V V V V V V (D (D N R r ELT 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 O a Lo a' zN' m V) O O 0 00 O O O 00 N O O V O Lo O r.. O O 00 O O 0 0 0 0 0 0 0....Lo O O Lo O N 00 0) M 00, O 00 O O 00 O N O M 0 0 Lo O M M N V (D V 0 0 V O 00 O O O O V 0) O M 0) M 0 0 00 (D O O 00 d O O O I-� N O O Cfl Cfl O O N O 00 M I-� O r O W O Cfl O Ni O 00 O O Ni O O Ni O D) M N N O Ln V E M V 6' O M 6' M O 00 6' 6' M 6' 0) N I- M M r fR N 69 O 69 Lo 69 69 00 69 00 V 0) 0) N fR 00 M N I� N M M M M V N (D (D N r r (D Cfl N N N 69 M r- a 69 69 69 69 69 ER ELT 69 ER ELT ER ELT 69 69 69 69 69 69 69 69 ER ELT ER ER ER ELT 69 69 'a Z,.i;; N O 00 V 00 00 00 V ON.,:ON ON 00 00 V -ON ON V ON. Cfl V V ON V O 00 ON O V ON V..M Cfl V V O O ON ON..ON O ON 00... CMD � N 000 M Z6 C09 O N r r V V L00 O N 000 M OM N 000 N N Ni L00 Lo O M 000 000 M Ni N � V V N O r- N Ni L M r CD CD CD M CD r CD CD CD CD CD CD r M CD CD CD CD CD r r r 0 0 r 0 0 0 0 0 0 0 0 0 0 r 0 0 r U!, Ef3 ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER N Zi..., N' E R C' R' a; a v, a w Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo O N M M M V V V V V V V V V V V V V V V Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo CO CO CO CO CO CO CO CO CO CO CO 5 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 N N N N N N N N N N N N N N N D (D (D (D (D (D (D (D (D (D Cfl Cfl Cfl Cfl Cfl Cfl Cfl Cfl Cfl Cfl Cfl (D (D (D (D (D (D (D (D (D Cfl Cfl Cfl Cfl Cfl Cfl Cfl Cfl Cfl (D (D (D L E 0 Z'.. 00 N MO Lo N Lo CO N N O 0) 0) Lo r r 00 r 0) O O N CD 00 Lo CO O M CD O V CO CD 0) V I- Lo Lo Lo 0 r 0) 00 00 0) I- O 00 I- 00 0) CO ON M V N M M N N 00 Lo CD 00 r r Ln V I- V I-LO LO LO LO LO LO LO CD LO LO LO LO CD LO LO LO LO LO CD M M CD M CD CD CD CD CD CD M 0 0 0 0 0 0 M CD CD CD CD '.. Cfl Cfl Cfl Cfl Cfl Cfl (D (D (D (D (D (D (D (D (D Cfl Cfl Cfl Cfl Cfl Cfl Cfl Cfl Cfl Cfl Cfl (D (D (D (D (D (D (D (D (D Cfl Cfl Cfl Cfl Cfl Cfl �j O O 00 00 00 00 000 O O O 00 00 O O O 00 00 00 000 O 00 00 00 00 C i, Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln E CD r Lo M Lo CD V 0) N M V 00 0) I- r V 0) CD Lo CO 0) O N M V 00 0) I- CD r 00 Lo M V Lo r CO 0) O _ LO CD 0) CD CD r 00 N N N N N N LO CD M N CD V V LO Ln LO LO LO LO LO r N M M M M M M V V M V V V V V V V V V V V V V V LO LLo V V V V V V V V V V V NT V V V V V V V V V V V U O 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 00 00 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 G) 0 0 0 00 00 00 0 0 O O 0 00 00 O 0 O O O 0 O O O O O 0....0 O 0 0 00 00 0 0 0 0 0 0 0 0 0 0 0 0 0 O O 00 O V 0 0 O 00 CO O O N O O O CO LO V O O O O O O 00 CO 00 O 0 0 0 0 0 0 0 0 0 0 0 O O V O N O O O CO r O O (M O O O M N 00 O O O O 0 0 0 (M V O R ER V 643 643 643 E43 V E43 E43 66 66 64 64 V 64, V 643 643 643 N M 643 643 N 643 66 66 V 0 r 69 69 69 69 Ef3 V V V 691 R CO CO CO CO CO CO CO CO 69 CO CO r CO CO m', Ef3 ER ER ER ER ER ER ER ER ER ER ER ER N' 'Z'V1 V! 0 0 0 0 00 00 00 N O O O 0 O O O O O 0 O O O 00 O O O O O O 0....0 O 0 0 0 0 0 0 0 'a O 00 00 00 00 V O O 0 0 0 0 0 0 O O O O O M 0 0 0 0 0 O O O O O 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 O O 0 0 0 0 0 0 O O O O 0 0 0 0 0 0 0 O O O O O 0 0 0 0 0 0 w 691 691 691 691 �; E91 6f 6f 6f O 6f 6c3 691 691 691 691 691 691 691 691 691 691 69 I- 69 69 69 69 69 69 69 69 691 691 691 691 691 691 691 691 691ER ER ELT Z.........;' V! 0 00 0 0 00 00 O O O O 0 00 00 O 0 O O O 0 O O O O O O 0....O O 0 0 0 0 0 0 0 0 00 0 0 00 00 0 0 O 0 0 00 00 O O O O 0 0 0 0 0 0 0 O O O O O 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 O 0 0 0 0 0 0 O O O O 0 0 0 0 0 0 0 O O O O O 0 0 0 0 0 0 ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER Q '.- 0'.L. OV1 V N N ZL Q U) M O O W 00 O O O O M O N O 0 O O O N O 0 O O 00 00 W O O N O 0....V LO M M 0 0 0 O N Q r O V O O O O O O N O O O O O O CO NOP O O CO M MCP CO O O CO O O LO LO 0 0 0 0 CO N M O CO r O O O O O r O M O O O O LO O O O r O O M 00 O O N O O N O 0 LO O O O O r r 69 M 00 LO 69 69 0) H) M 0) 00 H) 69 69 69M N 69, 69, (O 0) 0) V V 69 69 CO 69 69 CO LO V LO 69 69 69, 69, CO V CO LO LO V ILO (D (D V V M V M V V V V V- 69 ER Ef) Ef) _- ER ELT ER ELT 69 69 69 69 69 69 69 69 E91 E91 69 69 69 69 O a_ 6 a N z � V! r O O O O O O O W O 00 O 0 O O O 00 O 0 O O N 0 W 0 0 r O O CO LO V r O O 00 00 O O O O O 00 O 00 V M O M CO O V O O M O O O O N O — 00 O V O CO O V V V 0 0 0 0 LO N r O O V 0 0 0 00 V N M M 0 0 0 0 00 O O O O LO O CO O N O V O r r 00 00 V O O O O W E O ELT E91 M E91 69 V 00 00 M 69 M 69 69 V 69 69 69 69 M E91 CO 0) M H) 0) H) CO 00 0) 00 0) H) 69 69 69 r N 69 r V CO V N CO CO N CO CO a ELT 69 69 69 69 69 69 69 ER ER ER ELT Ef3 ER ELT ER ER ER ER ER 'a N ZV1 N 00 O V O O 00..-0 00 V ON O V (D 00 V V CO (D =-00 00 CO CO CO ON..O 00 00 CO (D V (D CO O „M M O 00 M..-.00 ON.. 000 V- M N V- O O OMO 00 r N N M V- O NV Ln r- O N M M N N O M M V V W M V LLOO M V V- O V Ni V t 0 0 0 0 0 r M M M M M CO M M M M r M CO CO CO CO CO (D CO CO CO CO CO CO M M M CO cm cm r cm cm cm U Ef3 ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER N' Z''.i. N' E,'ji R j1 Z'....du C v R' a; a a CO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO a (D (D (D (D (D (D (D (D r- r- r- r- r- r- r- r— r— r— r— r— r— r— co co co co 00 00 00 00 00 00 00 00 00 co co co co rn R 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 N N N N N N N N N N N N N N D CO CO CO CO CO CO CO CO CO CO CO CO CO CO CO CO CO CO CO CO CO CO M M M M M M M CO M M M M M M M M M (0 L EN 7!, Z 0 ........'.. N CO 0) 0 00 CO 00 O r V r 00 M M N M N M M N LO LO V W LO r O O N r N r M O Ln Ln M Ln 00 r 00 CO 00 N 0 O 0 CO 0 O 00 M V M LO V CO LO M V M V M Ln N M LO N O N M M M M M M M M M r r r cm r r cm cm cm r r r CO r r r r r r r r r r r r r r r r r 00 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 M M M M M M M M M M M M M M M 0 0 0 0 0 0 0 0 0 0 0 O 0 0 0 0 0 0 O O O O 0 0 0 0 0 0 0 O O O O O 0 0 0 0 0 0 �,',Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln L Z 1; E LO M r LO r CO 0 O N N M V O N M V LO M V r CO 0 O N M V Ln M r 00 0 00 Ln 00 CO O V V V V 00 00 O O M M M V V 1 0 0 0 0 O O O LO O O O CO r 0 0 N V V V V V V V V V V V V V V V V V V V V V 00 V V V V V V V V V V V V V V V- V LN V 0 0 0 0 0 0 0 0 0 0 0 O 0 0 0 0 0 0 O O O 0 00 00 00 0 00 0 0 0 00 00 0 N 0 O 0 O CO 0 0 0 O O O O V 0 00 O O CO O O 00 O 00 00 0 0 0 O O V 00 V O O 0 0 O 00 00 — 0 0 0 00 00 CO O 00 O O M 0 0 00 O O 00 00 N O 00 O O O 00 O O O O r O V 0 0 (M O N 0 0 0 0 0 CO O O O O 0 (Ti 0 0 0 0 O O 00 00 M O O D O (6 10) O O O O O O R ER 64, 64, N 64" N 64" 64" 64" 64 64 10) 64 64, 64, 64, 6-" ,1- I— ELT 64, 64, 64, 64, M M N 64" 64" 64" 64" N M 66, 66, 0 V 66, 66, N CO 69, M eP3 CO CO CO M 69 CO N' 'Z'V1 V! 0 O 0 I— O O O 0, 00 00 0 0 O O O 0 0 00 00 O 0 0 00 0 0 0 O O 0 O O O O O 0 'a O O 00 O O O O 00 00 O O O O O 0 0 00 00 O 0 0 00 0 0 0 O O O O O O O O O O O O 00 O O O O O O O O O O O O O 0 0 0 0 0 0 O 0 0 0 0 0 0 0 O O O O O O O O O w Ef3 ER ER o) 6c" 6c" 6c" 6c" 6c" 6c" 6c" 6r) 6r) 6r) 6r) 6r) 6r) 6r) 6- 6c" 6c" 6c" 6c" 6c" 6c" 6c" 6c" 6c" 6c" 6r) 6r) 6r) 6r) 6r) 6r) 6r) 6r) 6r) 6c" 6c" N Z.........;' U) 0 O 0 0 0 O O 0 0 0 0 0 0 0 O O O 0 0 0 0 0 0 O 0 0 0 0 0 0 0 O O 0 O O O 0 0 0 O O O O O O O O O O O O O O O O O 0 0 0 0 0 0 O 0 0 0 0 0 0 0 O O O O O O O O O O O O O O O O O O O O O O O O O O 0 0 0 0 0 0 O 0 0 0 0 0 0 0 O O O O O O O O O ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER Q '.- 0'.L. OV1 V N N ZL U) r.. O CO M V O LO V O 10) O 00 0 N M O CO O O O O 10) O O O O 0 N 0 V O O 19... O O N O N 0 Q O O M V 00 O N 00 O CO O LO O (M O O N O (M O O V O 00 O O (? LO O M O O 7 O O 10) O O N N M O LO O V V O O O 00 LO CO O 00 CO O N O 00 O O I— O 00 O O O LO O M (9 O O N O M r M 69 10) LO M 69 t3) LO 69 V LO 00 10) M LO 10) LO 691 10) 691 691 LO 69 M 69 69 69 M 00 00 69 N LO 10) 10) LO 69 I— r M V LO V M V V CO M V V V M M CO V M M LO M V CO 4-- 69 69 69 69 69 69 69 69 69 69 ER ELT 69 ER ELT 69 69 69 6r) 6r) - 69 69 ER ER ELT 69 69 O a 69 a � z;, N m V! M O N V O 10) O LO CO 0 0 00 0 00 I— O V V O O O O O O 00 00 0 O O 0 O O V O 00 0 LO O CO LO O I� O — LO N O (M O CO LO (? LO 00 LO CO V M 00 O O O O V O O O O CO N N O LO O C)) N,N O N O O O LO M O 00 O CO LO V N LO I— r 00 00 O O O O 00 LO O O O V CO O CO O ON) Ef3 N m 69 m 69 P— t3) N m N V 00 69 O V 10) 00 O (9 V 00 M 69 69 69 69 I� 69 69 L) 00 691 O 691 N N N V CO 69 V N V N N CO CO N CO M co V 19 Ln V N a y ER ER ER ER ER ELT 69 ER ER ELT 69 69 ER ELT 69 69 69 ER ELT 69 691 69 691 69 69 69 69 N ZV1 N (D 00 00 00 (D 19 O V V ON 00 O (D,:.0 O CO O 00 ON 00..M V 00 00 00 00 00 ,ON O 0 CO 0:::.. O ON.:, 00 ON. ON O'..M ON.. LO V CO V I— LO N 19 N M 00 (9 O LO V V LO O I— 00 00 00 00 00 00 M O O r O (9 LO V 10) O 10) P— N V M N N CO V N M I— M r V CO M V M 00 CO V M M M M M NO 0) V 10) O V N V I— r L (D M r 19 19 19 19 19 19 19 19 19 19 19 V CO CO CO CO CO CO CO CO CO CO CO CO (D CO I— 19 M 19 19 r 19 19 19 19 19 N' Z''.i. N' E,'ji R Z'....du C R' a; a a CO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO oLo Lo Lo Lo Lo m m m m m m m m m m m m m m o o o o o o o o o o o o o o o o o o 0 0 0 R N N N N N N N N N N N N N N M M M M M M M M M M M M M M M M M M M M M D 19 19 19 19 19 19 19 19 19 19 19 19 19 19 19 19 19 19 19 19 19 19 19 19 19 19 19 19 19 19 19 19 19 19 19 r r r r r L 7 Z O O O O N N CO CO I— r CO OLO CO 10) LO 10) M 10) O r 10) M r O (9 N N N N O V CO LO P— M r N 00 00 N O I� O r 00 O 00 00 00 00 I— O 00 10) LO N MV N N V N M M M M N N N M 00 V I— 00 LO 00 19 N 00 r 00 r r 00 r r r r r 00 r r 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 CO CO CO CO 00 00 19 19 19 19 19 19 19 19 19 19 19 19 19 19 19 19 19 19 19 19 19 19 19 19 19 19 19 19 19 19 19 19 19 19 19 19 19 19 19 (9 Ij 1 0 O 00 00 00 00 000 O 00 O 00 00 00 O 00 0 0 0 00 O O O 00 O 00 O LO LO Ln LO Ln LO Ln LO Ln LO Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln LO Ln Ln Ln Ln LO Ln LO Ln LO Ln Ln Ln Ln Ln Ln Ln Ln Ln LO L E 0 Z E.. N M V LO CO I— CO 10) O 10) 00 r 00 V I— M LO (9 r CO 10) O N M V CO CO 0) 00 O 00 10) LO (9 00 10) O N N N N N N N N N M CO I— O O 19 19 r r r r r r 00 00 00 00 00 00 00 00 t3) M r 19 r 19 19 19 19 r V V V V V V V V V V V- co LN IN V V V V V V V V V V V V V V V V V V V CO V V V V V V U 0 0 00000000000000 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 00 0 00 0 G) 0 O 0.... O 00 O O O 0 O 0 00 0 0 00 00 00 0 O O O O O O O O O O O O O O O O 0 V O O N O 00 O O O V O O 00 00 0 00 00 00 (D O O O 0 0 0 0 0 0 O O O (D (D O O O O O O O O O N O V O O O O O O O O N O O Ln O O O 0 0 0 0 0 0 O O O D) D) V O O R H) 643 r 643 643 643 643 N E43 LO E43 E43 E43 E43 CD ELT 69, 691 691 691 6c3 N 6c3 691 V 691 691 Ef3 E91 E91 69 69 69 69 r r LO 691 691 R (D (D Cfl V r (D (D (D (D r- 69 69 691 691 691 691 691 N' Z'V1 V) 0 O O O 00 O 00 0 N 0 00 0 0 0 0 0 0 0 0 0 0 0 O O 00 0 O O O O N O O O O 0 'a O O O O 00 O 00 O (D O 00 O O O O O O O O O O O O 0 00 0 0 0 O O r O O O O O O O O O O O O O O O 00 O O O O O O O O O O O O O O O 0 0 0 0 0 0 O O O O O O O w 6c3 6c3 6c3 6c3 6c3 6c3 6c3 6c3 6c3 6c3 r Ef3 Ef3 Ef) Ef) Ef) Ef) 6- 6- 6- 6- 6- 6- 6c3 6c3 6c3 6c3 6c3 Ef3 Ef) Ef) Ef) Ef) Ef) N 6c"Ef) Ef) 3 6c" 6c" Z.........;' U) 0 O 0.... O 00 O 00 0 O 0 0 0 0 0 0 0 O O O 0 0 O O O O O 00 O O O O 00 O O O 0 O O O O 00 O 00 O O O O O O O O O O O O O O O O O 0 0 0 0 0 0 O O 00 O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O 0 0 0 0 0 0 O O O O O O O O ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER Q '.- 0'.L. OV1 V N N ZL U) CO r 0.... 0) 0 0 O O O 0 O V O O (D O r O 00 0 0 r Cfl O r O M LO O r N N O O O O 0 Q M Cfl O N 00 O O O O O O 00 Cfl 0 0 0 (M N Ln O 7 O (? D) -7 O 00 O 00 00 O 00 r 0 0 0 O O Cfl N O 00 O 00 (D O (D O O O 00 V r M O M N LO V 0 0 0 0 r N O LO V O LO O O O 0 0 0 0 O O M 0) M ELT 00 00 69 V 69 69 69 M M 0) ELT (D 00 M O 69 T 69 69 V LO 69 V 0) ELT V (fl 69 r M r E91 E91 E91 0) r V V V Cfl Cfl Cfl M (fl V V M 0 r V V V V M V V V N 0) (D 69 0 a co a' N z'' m V) N M O O O O O O 0 0) 0 (fl O O V Or O N O O M V O 0) M O r LO O M 00 00 O O O 0 N M O O O V O O 00 O 00 r O — Cfl 00 00 O N o Cfl N O Cfl V O Cfl 0 0 — (M N — O O O O O O O 0)0) M O 00 O O O O O O M O O O (D 0) N 0 "i 0 0 — 0 0) LO O r r V 00 00 0) 0 M 0 0 0 O 00 O N 00 fR fR 0 Ef3 fR 00 fR 00 0) fR N 00 0 69 N Ef3 00 69 00 00 69 00 (fl M 00 0) LO O 0) fR ef3 69 69 (D 69 E' N M M N N M M N M (D N M V a ELT E91 E91 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 E91 E91 691 ER 'a N ZV1 N OOOOOOO O 0 (D O NN: N 00 V O -:0 00 V N Cfl Cfl N V 00 N:.N V O 00 N..M Cfl Cfl O 00 00 0 0 0 00 O � 0 0 (D -.(D 0 0 R O N r O 00 0) V N 000 LM N N M M � CND N M O N ON Z6 N M M � M CND M M LO LO r- M 0 r- r- LM LSO r L M Cfl Cfl r Cfl Cfl Cfl Cfl Cfl (D (D (D (D r 0 0 0 0 r r (D M Cfl Cfl Cfl Cfl Cfl Cfl Cfl Cfl Cfl Cfl Cfl (D r (D (D r (D (D N' Z''.i. N' E,'ji R j1 Z'....du C v R' a; a a CO 0 LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LOw D!.r- r- r- r- rZ rZ rZ rZ rZ rZ r r r r r r r r r r r r r r r r r r r r r r r r r r r r r r L 0O O '..-Z Cfl O r V00 CD M CD O CD M V M O LO CO N LO r M r r LO V 00 0 CD V CO N CO O V M I- r r r N r CD 00 CD r CO LO CD CD r O 0) 0) O O NO 00 N O 0) 0) N N CO 0) O 0) N LO LO LO V 'I- 00 N 00 00 00 00 00 00 00 00 00 00 0) 00 (D 0 0 0) 0) 0 0 0) 00 0 0 00 00 0 0 0) 0) 00 00 0) 00 0 0 0) 0) 0) 0) 0) CD CD CD CD CD CD CD CD CD CD CD CD CD CD CD O CD CD CD CD CD CD CD CD CD CD CD CD CD CD CD CD CD CD CD CD CD CD CD CD 0 O O O O O O O O O O O O O O CD 0 0 0 0 0 0 0 0 0 O 0 0 0 0 0 0 O O O O O O O O Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln L E 0 Z N O N M W W O N M V N M V 0) 0 N M V LO CD r CD V LO CD r N CD N M V 00 0) r r 0 r r r 0) N CD M CD CD r 0) 0) 0) M M V V V V V V V V CD r r r r CD M M M V V V V V V V V CO V LLOO O V V V V V V V V V V V V V V V V V V V V V V V � V V V V V U O 0 0 0 00 0 0 0 — 0 0 0 0 0 0 0 0 0 0 0 0 00 0 0 0 0 0 0 0 0 0 0 00 0 0 0 0 41 0 00 0 O O O 0 0 00 O O 00 0 N 00 0 0 0 00 00 00 O 0 O O O O 0 0 O O O O (D V O 00 O O O O 0 0 00 0 0 0 (D O r 00 O N O 00 00 O 00 O O O O 00 00 O O O O N O O O O O O O N O O O N O O 0 O N O O O O O O N V O 0 0 0 0 0 0 0 0 0 0 0 0 0 0 R H) E43 E43 64 64 64 64 N 64 64 6- LO 6- 6- LO 6f 1 691 691 691 r 691 Ef3 E91 CD CD ELT 69 69 69 69 691 691 691 691 O 691 691 691 O LO m (D (D (D Ef3 (D (D (D N N I- U) V) 0 00 0 O O O 0 0 00 O O O 0....0 O 00 0 O O 00 O O 000 0 O O O O 0....0 O O O O 0 'a O 00 O O O O O O 00 O O O O O O 00 O O O 00 O O 000 O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O w,.,Ef3 ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER N U) 0 O O O O O O 0 0 0 O O O O 0 0 O O O 0 0 0 0 0 0 0 0 0 0 0 0 O O O 0 0 O O O 0 0 �;.O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER Q '.- 0'.L. 0V1 V N N ZL U) 0 O CO O CO O CO O M 0 O O N 0 O O N 00 O M O V 0 0 (D M O 0 0) 0 0 00 0 0) LO N O 00 O Q O O O O O O 00 O 7 0 M 0 0 0 O V 0 V -7 -7 O 00 O Ln O O Cfl N O O N O O Cfl V 00 Ln V O N O N O (D V (D 0) O N O O N (D O O M 0 0) 0 0 0 N O LO O O O r (D O O r O O M V O N LO O r O 0 M V M LO 69 r e91 (D V O e91 e91 00 69 00 LO (fl LO V 69 V 69 V 69 69 0 00 0 0 0 69 69 V V V 0 0 0 69 M O M V V V M V M V V V N V V V V N V V N 4 R ER 69 ER ER - ER ELT ER ELT 69 69 69 69 69 ER ELT 69 69 69 ER ER ELT ER ELT 69 69 69 69 69 O a 69 a � z;, N m N 0 O N O O N O r o 0) 0 0 00 0....0) 00 O 00 N O r O (D 00 V r O 0 O O N 0.... 0 00 O N V Cfl O Ln N N Cfl M O 00 — Cfl O Cfl M O Ln M O O Cfl O — N N O (? M D) V N r Cfl (? r N N r (fl M M 0) N,O NM LO 00 O r 0) LO O LO M O (fl 00 O 00 O 00 — LO O O N 00 00 N V Cfl r N r N N E Lo 0 00 00 V 0) fR 0) r r N 69 Ln 691 V 691 0 r 69 00 00 69 fR V V N LO N M 00 O M M 00 00 00 0 0 V 0 00 r N V N M M V M V N Ln V N M M N V a '.ER ER ER ER � ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER 'a N 'Z'V1 N 0 0 0 ON V ,0 ON O 0 0 0 O 0 V- C09:-..0 O V- ON 000.: ON 0....ON 000 000 O O ,ON V- ON. 0 0 0 V- (D O 000 ON 0 (D(D.. V- N N °' OM V r N LSO N ONO LN LO N LO 0 N 0 V ON r M Z6 N CND CVD r- N O r r- M M OM M N O LM M V M t 1 0 0 0 r Cfl r Cfl Cfl Cfl Cfl Cfl Cfl (D (D (D r r (D (D (D (D (D M 0 0 0 0 r r 0 0 0 0 0 0 0 r 0 0 0 0 U Ef3 ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER N' Z''.i. N' E,'ji R j1 Z'....du C v R' a; a a CO 0 LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LOw IV i0 M M M M M M M M M M M M M M M M M M V V V V V V V V V V V V V LQ LQ LQ LQ LQ LQ LQ LQ LQ LQ O r r r r r r r r r r r r r r r r r r r r r r r r r r r r r r r r r r r r r r r r r L E Z........'.. M N O V M N CO V CD CO O 0 CD O M O) LO LO CD 00 LO r V 0) LO M CO LO r 0) N N N r r V O r r ILO LO CD M CD M M V LO CD M M LO V LO V V V O) 0) 0) 0) O r 00 0) O r r 00 00 NO M M M M N N 0) 0) 0) 0) 0) 0) 0) 0) 0) 0) 0) 0) 0) 0) 0) 0) 0) 0) 0) 0) 0) 0) O 0) 0) 0) O 0) 0) 0) 0 O O O O O O O O O O a CD CD CD CD CD CD CD CD CD CD CD CD CD CD CD CD CD CD CD CD CD CD r CD CD CD r CD CD CD CD r r r r r r r r r r- 0 O O O O O O 00 00 00 00 00 00 O 00 00 00 000 00 O 00 00 00 00 O �,',Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln L Z E1 0 N M V LO CD r CO 0) O N M 00 0) 0) M CD O N M V LO CD r CO 0) 0 N LO CD M V LO CD r 00 O _ LO Ln LO LO LO LO LO LO LO LO CD CD CD r r CD 0) 0) 00 00 00 00 00 00 00 00 00 00 0 0 0 M M 0 0 0 0 0 0 00 00 V- V- V V V VVVVVVVVV- V- V- V V V V V V V V V V V V V V V V V V V V V V- V- U O 00 0 0 0 0 000000000000 0 000000000000000000000 G) O O 0 O 0 O 0 00 O 0 0 00 O O O 0 O O 0 00 0 O O O 00 00 O O O O 0 0 V O O O O O O 00 O M O 011- 00 N N O O CO O O 00 N O V O O CO 00 O N O O O O O O O 00 O O O O O M O O N Y r� O O O 0 O O O O M O O O O (6 O O O W O O O R M H) 643 643 N 643 643 643 643 643 V E43 E43 r- T M 69 69 LO Ef3 691 691 691 N M 0') H) 691 V 691 69 69 69 69 69 CO CO CO CO CO 691 CO CO 691 CO CO I� m Ef3 69 69 69 69 69 69 69 69 691 ER Z,1 V! O O 0 O 0 O 0 00 O 00 0 O O O O O 0 O O 0 00 0 O O O 00 O 00 O O 0, 'a O O O O O O O 00 O 00 0 0 0 0 0 0 0 O O O 00 O O O O O O N O 00 O O O O O O O O O O O O O 0 0 0 0 0 0 0 0 0 O O O O O O O O O 0 0 0 0 0 0 0 O O w Ef3 ER ER ER ELT 691 691 691 691 691 691 69 69 69 69 69 69 69 69 69 691 691 691 691 691 691 691 691 691 691 O 691 E91 E91 E91 E91 69 Z.........;' V! O O 0 O 0 O 0 00 O 00 0 O 00 00 0 O O 0 00 0 O O O 00 00 00 CO O 0 C O O O O O O O 0. 0. O 0. 0. 0 0 00 00 0 O O O 00 O O O O 00 00 00 0 O O '- N O O O O O O O O O O 0 0 0 0 0 0 0 0 0 O O O O O O O O O 0 0 0 0 0 0 (M O O ', ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER 69ER ER Q!I 7 O Q:!i N+ Z', Q U) O V 0 - 0 CO 0 O M 00 0 0 0 O O O M r- N 0 W 00 M O CO O O r O LO 00 O O O CO M Q O O O CO O LO O V M 0 0 0 0 0 0 0 M O r O 00 M - 00 O M O O M O N N 0 0 CO - CO N O 00 O r O O O V 00 N 0 0 0 0 0 0 LO N O Ni 0 0 0 O 0 O O N O (6 N O O CO 0 00 ELT V 69 00 69 00 69 V O LO 69 69 69 69 69 69 LO 00 0) H) I- LO (D V 69 N 69 0) N H) 0) M H) E9, O V LO M M M V LO V V V M V M V V M LO LO V N V M R r ELT 69 69 69 69 69 69 69 69 69 69 69 69 69 E91 E91 E91 69 69 69 69 O a Q a z � V! O CO 0 (D 0 V 0 O I- N 0 0 0 0 00 CO M 00 O N I- W O V O O M O M. N O O M V r- 0 O I- M - O N O N 00 O O M V O 00 M I- V O O N - 0 N O O O O - M O O N V LO d O V I- r O 00 00 I- M M O LO V 0 0 0 CO O 0 M M O M O O V O O W CO O 0 00 N E 6' OO M 69 LO 00 0 69 LO 00 69 69 69 M O CO 69 0 00 O r 69 O 69, 00 V 69 N 0 V 69 CO 00 00 N CO M N M M N N N N N M V N CO V N a 'a Z,.i;; N V M M 00 CO 00 ,O 00 ,:.0 OI- OO0OOOO CO N O ' V 00 N N 00,.-N (D O M V V V O N (D O -: CO N, CO O N 00 CO N.. M OM M M O ONO M 00 M N V V LM 000 r - V M OMO LO LM Or M M N N M M Or M V M CO V 0 M M V L M M M r M M r M r M M M M M M M r M M M M M M M M M M M M M r M M r M M M N Zi..., N' E R C' COR' a; a v, a w; o Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln o rZ r- L E 0 Z_',,'' M CO V V I- 0 LO : M O 00 r LO r LO V LO N O M V CO 00 00 CO I- 00 V I- r N V LO V CO CO I- LO r r r V I- LO 0 00 0 0 0 0 O 0 0 0 00 M V N V M N V M N N M V N O O O O O O O O O O O O O O O O O O O O O O O O O O O O 0 0 0 0 0 0 0 0 0 O O O O O O O O O 0 0 0 0 0 0 0 O O C LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO E 7 Z',; E O 0 M V LO M I- CO 0 O 0 0 N M V LO M I- N M V O CO 0 O N M V LO M LO CO I- N 0 O O O O O 00 O CO co N N N N N N N N 00 00 00 O N N M M M M M M M CO CO CO U O 0 0 0 0 0 0 00 0 00 00 00 00 0 0 0 0 00 0 0 0 0 00 00 00 0 0 0 G) 0 0 0 0 0 0 O O O 00 O O O O V 0 O O O O O O O 00 O O 0 0 0 0 0 0 O O O O 0 0 0 00 V V CO O O O 00 O O N 00 N O N O O O O 00 00 O O 0 0 0 0 0 0 0 0 O O CO O O O CO CO (Ti O O O O O O O W 00 M O W O O O O O O O O O O 0 0 0 0 0 0 0 0 O O M R H) 643 64, M M 643 643 643 643 66 66 66 N CO CF) 69 69 69 69, 691 691 O 691 691 691 691 691 691 691 691 Ef3 E91 E91 E91 69 LO V m 69 � Ef3 69 N' Z'V1 V! 0 0 0 0 0 0 O O O 00 00 O 0 0 0 O O O O O 00 00 O O 0 00 0 0 0 O O O O 0 'a 0 0 0 0 0 0 O O O 00 00 O O O O O O O O O 00 00 O O 0 00 0 0 0 0 0 O O O 0 0 0 0 0 0 O O O O O O O O O O O O O O O O O O O O O O 0 0 0 0 0 0 0 0 O O O w Ef3 ER ER ER ER ER ER ER ER ER ER ER ER ER ELT 69 69 69 69 691 691 691 691 691 691 691 6c3 6c3 691 691 69 69 69 69 69 69 69 69 69 N Z.........;' V! 0 00 00 0 0 O O 0 O O O O 0 0 0 O O O O O 0 0 0 0 O O 0 0 0 0 0 0 O O O O 0 0 00 00 0 O O O O O O O O O O O O O O O O O O O O O O 0 0 0 0 0 0 0 0 O O O 0 0 0 0 0 0 O O O O O O O O O O O O O O O O O O O O O O 0 0 0 0 0 0 0 0 O O O E Ef> 6' 6' Ef> Ef> Ef> Ef> 6' 6' Ef> V) Ef> Ef> Ef> Ef> Ef> Ef> Ef> Ef> Ef> v) v) v) v) v) v) v) v) v) v) v) v) 6, 6, Ef> Ef> Ef> LO Ef> OV1 V N N ZL Q U) 0 O V 0 0 0 O W O 0 W O N O O I- 0 O O W V O O V M 0 O r- O LO 0 0 0 O V 00 00 00 0 Q 0 0 (M 0 0 0 O 7 (M O V O I� O O V 00 O O N V O O CO -7 N O 00 CO V O O O O V CO M 00 O N V 000 O O O O M O V O 00 O O LO 00 O O M LO O O LO O I- O O r 0 0 0 0 0 r M V M O M LO CO 69 E91 69 69 O V 69 M 69 V 69 69 CO M 69 69 LO CO E9, 0 00 (D - 69, M I- 0 69 69 69 LO V V CO 69 CO LO V LO V N V M CO V V V CO N CO V V V M M ER ER ER ER ER ELT 69 69 69 69 69 ER ER ELT 69 69 69 69 ER ELT E91 E91 691 O a (C7 z' � V! 0 O CO 00 O O O 0 O 00 O O W 0 0 0 (D O O M r 0 O M O LO O O 0....O CO N N N 0 O CO V 0 0 0 00 O LO 00 I- N O O O 00 O O V M 0 O O M 00 O CO 0 O 0 M O M 00 I� r 00 I� O N O 0 O O O O LO W O (D 00 O O M O O V CO 00 O 00 00 I- O M r O O r V LO O M CO CO I- O E 6' O r fR 6' 6' LOCO NN 00 00 I- r fR 6' 0 6' 6' LO 0 CO 00 CO O 0 CO N 69 00 69, V CO N 00 00 CO 0 69 CO M CO CO V N M V CO 69 M N N a y ER ER ER ER ER ER ER ER ER ER ER ER ER ER ELT 69 ER ER ELT ER ELT 69 ER ELT ER ER ELT 69 'a N ZV1 NOOOOOOOO 0 CO 00 V V M... 00 N 00 00 N N 00 N 00 CO 00:-N V M V ,:.O O O O N. CO 00 CO V M O M..00 N V N CO M:.. V I— N M M 0 O 0 N O CO 0 00 0 00 O Ni 0 Ni O 00 Ni 00 I-� M 00 I-� O r Ni 0 O O M R M M M M MLO N M 00 N N M LO M LO V Ln LO 0 Ln M M 0 M M N V M CO V t 0 0 0 0 0 M M r M M M M M M M M M r M M M M M M M M M M M M M M r M M M M M M U Ef3 ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER N' Z''.i. N' E,'ji R j1 Z'....du C v R' a; a a CO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO O LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO R rn rn rn rn rn rn rn rn rn rn rn rn rn rn rn IV o o o o o 0 0 0 0 0 0 0 0 0 0 0 D rZ rZ rZ rZ rZ rZ rZ r- r- r- r- r- r- r- r- r- r- r- r- r- r- r- r- r- r- r- r- r- r- r- r- r- r- r- r- r- r- r- r- L E z NT O CO I- LO r W M N r r V CO N I- M V LO LO M N M M V I- LO M M M r V O O I- V V CO CO CO I� Ln Ln 00 CO I� 00 00 00 00 00 CO N O N N 0 O 0 N 0 N LO M M M LO V 0 00 00 O O O O 00 00 O 00 00 O O O O 00 00 O O 0 00 00 00 0 O O O �,',Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln L Z E O LO M V LO I- CO 0 0 N M V LO CO O V I- CO 0 O N M V LO CO I- CO 0 N 0 0 0 00 O CO M M M V V V V V V V I- M V V V LO Ln LO LO LO LO LO LO LO CO 0 0 O LO M M 00 0 LN IN V V- V- V- � � � � Co � � co co co co V co co co V- co V- V- � � V- V- V- V- V- co co co co V- co V- 0 0 0 0 00 0 0 0 0 0 0 00 0 00 00 0 0 0 0 0 0 00 0 0 0 00 0 0 00 0 0 0 0 G) 0 00 00 00 O 0 00 O O O O 00 00 00 O O (D 00 00 O O 00 0.... O 00 LO 0 00 00 V O O - O V V O O 00 O O O O 00 00 00 O O 00 00 00 O O V 00 O O 00 N O 00 00 O 00 (Ili O O O O 0 0 0 0 0 0 0 00 00 O O O O O O M 0 0 0 0 O O N V O O O O r� O O O O O R'..H) LO D) 64, 05 I— ELT E43 E43 66 66 66 66 66 LO D) ELT 643 643 643 643 64, 06 ELT 643 E43 E43 66 66 N V 66 66 64 6- LO 6- 6- 6- 6- 66, 69, 691 691 691 691 691 Z,1 V! 0 00 O O O O 0....0 0 0 0 0 0 O O O O O N O 0 0 0 0 0 0 O O 00 0.... 0 0 0 0 0 00 00 'a 0 00 0 0 0 O O O O O O O O O O O O O 00 O 0 0 0 0 0 0 O O 00 O 0 0 0 0 0 00 00 0 0 0 0 0 0 O O O O O O O O O O O O O D) O 0 0 0 0 0 0 O O O O O 0 0 0 0 0 0 0 0 0 H) 6c3 6c3 6c3 6c3 6c3 6c3 6c3 6c3 6c3 Ef3 Ef3 Ef> Ef> Ef> Ef> 6f 6- 6- 00 6- 6- 6- 6c3 6c3 6c3 6c3 6c3 Ef3 Ef3 Ef> Ef> Ef> Ef> Ef> Ef> Ef> 6c3 6c3 6c3 6c3 Z.........;' V! 0 O O O O 0 O 0 O O O O 00 O O O O O O O 00 00 00 O O 00 0.... O 00 00 00 00 0 0 0 0 0 0 O O O O O O O O O O O O O O O 00 00 00 O O 00 O 0 0 0 0 0 0 0 0 00 0 0 0 0 0 0 O O O O O O O O O O O O O O O 0 0 0 0 0 0 O O O O O 0 0 0 0 0 0 0 0 (fl ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ELT 69 69 69 69 69 69 69 69 - CL 7 O N+ Z', Q U) 0 0 0 O O N O 0 M V 0 0 0 O O O O O O LO V V O 00 0) LO O O 0 O 0).... 0 0) O LO N LO O 0 Q O O O O O M O V Ln V O Cfl O Ln 0 0 0 0 0 Ln V O 00 Cfl Ln O O O O M O 00 V V M O N O N d 0 0 0 O O V O Cfl V V O I- O (D 0 0 0 0 0 0 0) LO O (D 00 N (D O O 0) O (D V V N O I- O LO 69 69 0) fR M 0) (D LO r 0) M fR I- fR e91 e91 69 69 V V r fR 0 V Ln 0) M fR 69 M e91 M LO N 0) M M 0 Ln V (D (D V V (D M (D M M M M V V M V V (D M V LO 'I- 69 69 ER ELT ER ELT 69 69 ER ELT 69 69 69 69 69 69 69 69 69 ER ELT 69 69 69 69 69 69 ER ER O a N c� z � V) 0 0 0 0 0 0 O 0....I- (D 0 0 0 0 00 0 0 0 I- 0) (fl 0 O N LO O O 0 O 0 0 0 0) 00 LO O 0, V O (M 0 0 0 Cfl O 00 Ln N O V - 0 0 00 N W N V Cfl M O r O O O V O 00 Cfl O (M V (M (M Cfl N d 1 0 O (D (D O O 0) O M I- M O MO O V I- V O) N M Cfl O V O N (D O N O M M Ln O N (D 00 N LO LO E 00 6<) Ln Ln 6<) 6<) N ) 0) O 0) fR Lo M 6" 6" r- r 0) I- O LO V N 0) 0) (D N 69 00 V 00 69 O V 00 (D V V N V r- N (D M (D N M (D M N Ln MM M N V LO a ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ELT ER ER ELT ER ER ELT 69 'a Z,.i;; NOOO V O V O V 00, Cfl V V O N Cfl V-:.M O O 00 N 00 Cfl O 00 Cfl O (D 00 Cfl O O 00:. 00 N Cfl O V O 00 V Cfl Cfl CO... OM LSO V- V M O D) CMD V- ONO 00 M M M M M r r r V N r N V- N M V LSO V V V N V N LO 0) M W D) M V L 0 0 0 0 0 r M 0 0 0 0 0 r 0 0 M 0 M CD CD CD CD CD CD r CD CD CD CD CD CD CD CD CD CD CD CD CD M CD CD N Zi..., N' E R C' R' a; a' v, a CO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO O w N N N N N N N N N N N N N N N N N N M M M M M M M M M V V V V V Lo Lo Lo Lo Lo Lo Lo Lo Lo R D r r r r r r r r r r r r r r r r r r r r r r r r r r r r r r r r r r r r r r r r r L E 0 Z_',,'' M V O 0) LO CO LO 0) CO LO I- O M V V M I- CD M 00 O 0) V M LO N LO M 0) CO LO O N LO Ln 00 r r r CD 00 CD LO M CD CD 00 r 00 00 CD r 0) 0) CO N N N N O V LO Ln M V CD r CD 00 LO I- CD CD LO d N N N N N N N N N N N N N N N N N N N N N M M M M M M M M M M M M M M M M M M M M �j 0 00 00 0 O O 00 000 O 00 00 00 O 00 00 00 O O 00 O 0 00 00 00 00 C i,Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln E Cfl r 00 N M V Ln M V Ln C0) Cfl r 00 O N N I- 00 0) D) I.- 00 0) O O N M V Ln (fl r 00 0) V LO N M M M M r O O O O N I� r r O r 0 0 0 V V V Ln O O O O O O O O O O M M Ln LO � V- V- � � � V- co co co co co V V V V M IN co co co co V V V V V V V V V V V V V V V V V V V 0 0 00 00 0 0 0 00 00 0 0 00 0 0 00 0 0 0 00 00 0 0 00 0 0 00 00 00 0 0 G) 0 O O O O O O 00 00 O O 0 N 0 0 0 00 O O O O O O O 0 O 0 O O O O O 00 00 O V O 00 00 N O O O O N O O O O N N 0 00 O O O O 00 011- 0 0 0 00 O Cfl O 00 00 O O O O O O O O O O O O O M (M 0 0 0 O O O O O O O O O N N O 0 0 0 0 0 0 O R H) 643 643 643 643 V E43 E43 E43 E43 V 64 64 64 I— N N ELT 643 O LO 643 643 643 643 643 643 0 H) E43 00 M E43 N E43 E43 66, 66, 66, 66, R Cfl MCfl Cfl r 3 V M EACfl M m Ef3 ER ER ER ELT 691 691 691 691 691 N' Z'V1 V! 0 00 00 0 0 00 0 0 0 O 0 0 0 0 0 0 0 O O O O O O O 0 O 0 O O O O O O 0 O O O 'a O 00 00 O O 00 O O O O 0 0 0 0 0 0 0 O O O 0 0 0 0 0 0 0 0 0 O 0 0 0 0 0 0 O O O O O O O O O O O O O O 0 0 0 0 0 0 0 O O O 0 0 0 0 0 0 0 0 0 O 0 0 0 0 0 0 O w,.,Ef3 ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER N V! 0 O O O O 0 O O O O O O 0 0 0 0 0 0 0 0 O O O O O O O 0 O 0 O O 0 O O O 0 O O O O O O O O O O O O O O O O 0 0 0 0 0 0 0 O O O 0 0 0 0 0 0 0 0 0 O 0 0 0 0 0 0 O O O O O O O O O O O O O O 0 0 0 0 0 0 0 O O O 0 0 0 0 0 0 0 0 0 O 0 0 0 0 0 0 O ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER Q '.- 0'.L. OV1 V N N ZL U) 0 O O V O O M I- r O 0 Cfl CO O O O O O O O Cfl N N O O M O N M O Cfl O LO O 0 O (D Q O I� O O 00 O O 00 Cfl N O V M 00 Cfl O O O O O O O M 00 00 V O Cfl O V M O -7 O Cfl -7 -7 (M Cfl 0 N O 00 O LO LO O O Cfl 00 r O LO 0 I- r O O O O O O O M Cfl O V O 00 O V N O 0 O O Cfl O r00 .:69 LO 69 I- LO fR 0 M V 69 V M LO 00 69 69 69 69 69 69 69 LO M V I- 691LO 69100 69 69 V 69 LO V V r- 0 00 V 69 - V - V V V Cfl - M V LO M V V M V V V Cfl M ER ELT ER ER ELT 69 ER ELT 69 69 69 69 69 69 69 69 69 69 69 E91 E91 E91 691 O a � a z' � V! 0 0 0 0 Cfl O O r M M O 0 V 0 0 0 0 0 0 O O V 00 00 O O 00 O 00 00 O V O LO 0 0 0 0 '1- V V 00 00 N 0 0 00 - (M - O Ln 00 M 0 0 0 Cfl Cfl O O V 00 Ln r Cfl N O O M M O V Cfl r Ln M V O N N 0 0 00 00 V O CO 0 M r O Cfl M 0 0 0 0 LO r O O O M LO V M r- N 00 00 O 00 O M O V 0 0 00 ECfl 0 M O 0 6<) O 0 00 I- 6<) I- 00 00 6<) 6<) 6<) N 0 6<) Lo M 0 I- 00 V O 0 N V V 6<) 00 N I- r 00 O 69 ICO Cfl Cfl LO N V Cfl Cfl M M N r M M N N M a ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ELT ER ER ER ELT 69 ER ER ELT 69 'a N ZV1 N V Cfl 00 ON 00 ON:..-00 O O V ON O ON ON Cfl ON ON (D Cfl O O V ON V Cfl O ON .ON O 00. 00 00 =.M ON V Cfl '1- O 00 (D N �I M M M 00 M V M N N N V N N V LO N N N 0) O O OM V Z6 N 00 O V N M M M M V N N N 00 0 O L 0 0 0 0 0 0 0 r Cfl Cfl Cfl Cfl Cfl Cfl 00 Cfl Cfl Cfl Cfl r r Cfl (D M (D r r Cfl Cfl Cfl Cfl Cfl Cfl Cfl Cfl Cfl Cfl Cfl Cfl r N' Z''.i. N' E,'ji R j1 Z'....du C v R' a; a a CO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO O Ln Ln Ln C0 C0 C0 C0 C0 C0 C0 C0 C0 C0 C0 C0 C0 C0 r- r- r- r- r- r- r- r- r- r- r- r- 00 00 00 00 00 00 0o 0o 0o 0o 0o R o'r- r- r- r- rZrZrZrZrZrZrZrZ rZ rZrZrZrZrZrZrZ rZ rZ rZ rZrZrZrZrZrZrZrZrZ rZ rZrZrZrZrZrZ rZ L E Z N I- CO M M O I- N r LO LO CO CO O 0 Cfl O N LO CO I- M Cfl M r O N 0 0 0 0 Cfl r r CO M O N N I� Cfl r O 0 0 0 0 0 0 O 0 CO CO V M N M V V M N V V N Cfl Cfl Cfl LO r LO r r LO CO I- N 0 0 0 0 0 0 0 0 0 0 0 0 O 0 0 0 0 0 0 0 O O O 0 0 0 0 0 0 0 0 0 O 0 0 0 0 0 0 O �,',Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln L Z E M V V O N M V Ln M r 00 Lo Cfl r O O N M V Lo Cfl r 00 O M 00 0 0 0 N Cfl r 00 O O N M Lo _ LO LO 0 LO LO LO M V N N N N N N N N M LO LO Cfl M M M M M M M V Cfl Cfl M V V O V V V V V V V V V V V V M M V V V V V V V V V V V V V V V V V V V V V I- 00 - 000000000 Ln U 0 0 - 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 N 0 0 0 0 00 O O O O O O O O 0 O O O O 0 O O O O O 00 O 0 O 0.... O 0 O O 00 O r O 00 O 0 0 0 00 00 0 0 0 0 0 0 0 0 0 00 0 0 0 0 0 0 00 O O N O O O O O O O O 00 O O O O 00 0 O a O O O O W O 0 0 0 0 0 0 0 0 CO O O O O O O N O O 0 O O O O O O V O O O L O O N O R H) 643 643 643 00 643 643 643 6-3 6-3 6-3 6-3 6-3 643 N 643 643 643 643 E43 E43 M E43 66 r 66 66 66 66, 66, 66, M 66, 66, 0-) H) M 66, 66, N N E43 - M• M• 6p3 M• 63 M• M• N' 'Z'V1 V! 0 00 0 0 0 0 O O O O 0 O 0 O O O O 0 0 O O O O O O 0 O 0.... O 0 O O 0 O O 00 O O 00 v O 00 00 O O O O O O O O O O O O O O O O O O O O O O O O O O 00 00 O 00 00 00 a O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O w,.,Ef3 ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER N w 0 O O O O 0 O O O O O O 0 0 0 0 0 0 0 0 O O O 00 O 0 O 0.... O 0 O 00 O 0 O O O 00 0 �;.O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O 0 0 0 0 0 0 O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O 0 0 0 0 0 0 ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER Q '.- 0'.L. OV1 V N N ZL w M O N O ' M M r V 00 00 r O O 00 'q- 0 0 0 O - O 00 0 O 0 00 00 M r O 000 Q V 7 O 00 O M r CO 0 V 0 0 0 N O O O O LO N O O O V 7 00 O N V O LO O O N O V (9 O O O O O N 0 0 0 00 O r 00 00 r O M 0 0 0 0 00 O O 00 N 0 O 00 N O N r 0 O 0 O M 0 O V 0 V 0 0 0 0 V 0 ELT M 69 M r V V V 0 69 69 0 ELT r 69 0 r M M 69 L O O 00 LO M V 69 V 69 CO CO 69 V LO ELT 69 69 0 V V CO N V V V V V V NM V V r M CO V V V V V M V M M 69 69 69 69 69 69 69 69 69 69 69 ER ELT 69 ER ELT 69 69 69 69 69 69 69 69 69 69 69 69 ER O a � a z � V! 0) r O R N 0 r M M 0 0 0 0 O M 0 0 N....0 O O LO O 00 O N LO 0) O LO 0 0 0 O V N M 0 0 0 0 ;.LO V O 0 CO CO V CO LO — N N LO O 0 N 00 CO 0 M O LO O 0 O O M LO O CO O 00 00 O LO 0 LO V O O V 0) N,O V N r 00 O O W O O M r O W M O V 00 0 O M O r O M N O V 00 O 0 00 O M 0 r V O O V 0 0 O N r 0 00 O N Ln O 6<) O Ln 0 0 x 0 6<) N 6<) 0 6<) 0 00 0 M 00 6<) 0 0 69 00 00 r N fR fR N r M N N CO r M V CO V M V N M CO N N N CO LO a y ER ER ELT 69 69 69 69 69 69 69 69 69 69 69 69 69 69 ER ELT 69 69 ER ER ER ELT ER ER ELT 69 69 69 69 69 'a N ZV1 N 0 0 O 00 ON 0..-0N 00 0 O ON ON ON 00 00 O ON 00 ON: ON 0 00 0 --. - 00 0 0 0 O ON.. O 00:...0 0 0 0 CO V 00..0 1- �'.� V N M r M 000 M M M lM O r- N 0W0 lM 000 W Z6 M M N 0 0W0 000 V O � M M M 0 0 0 N M M N N N t M M r M M M 0 0 0 0 r 0 r r 0 0 0 0 0 M 0 0 r r 0 0 0 M CO CO CO CO CO CO CO CO m m cm r r69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 r N' Z''.i. N' E,'ji R j1 Z'....du C v R' a; a a 0 m m m m m m m m m m m m m 0 00 00 00 00 0'r- r- r- r- r- r- r- r- r- r- r- r- r- r- r r r r r r r r r r r r r r r r r r r r r r r r r r r r L E Z'I; O M M LO LO M LO 00 N CO O N V M V V O LO N 00 O LO rn v r v O 00 V M O r r 0 0 CO M CO O Ln O 00 00 0 0 0 0 O O O 0 O N Ln V V Ln V M V N 00 0 0 0 0 0 CO r r CO CO CO CO r 0 CO 0 CO r 0 00 00 00 00 00 00 00 00 00 00 00 00 00 O O O O 00 00 O 00 00 00 �,',Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln L Z 1; E 0 N M V 0 V 0 0 r 00 0 O 0 N M V 0 0 0 r O N M V 0 0 r O N M N M V 0 00 O N r V V V V V 0 0 0 0 0 0 r r V r r r r V CO CO (D CO 00 00 00 00 00 00 00 00 L O O V V V V CO 00 00 R U MV V V V V V V V V V V VVVVVVVO O O O VVVVVVVV O O O O O O O O O OOOO OOO000000O OOOOOOOOOOOO 0 0 0 0 0 0 0 0 0 0 0 0 0 0 00 G) 0 0 0 0 O r 00 O O O O O O O O 0 O O 0 0 0 0 0) O O 00 O 00 00 0 0 O O 0 O V 0 0 O 0 00 0 0 0 O O O O O O O O O 00 V CO O O 00 O O O O N CO V CO O O O O O O V 0 0 0 0 CO O O O O 00 O O O O O O 00 N O O O O O O O O CO r O R ER 0) ELT 643 643 0) ELT 643 66 E6 V 66 66 66 69 69 6f 69, 691 691 691 V O 691 691 691 691 691 691 Ef3 E91 V N CO CO ELT m Ef3 69 69 69 69 N' Z'V1 V! 0 0 0 0 O 0 00 00 0 O O O O O 0 O O O O O 00 O O 00 O 00 0 0 00 O O 'a O O O O O 0 00 00 0 O O O O O O O O O O O 00 O O 00 O 00 0 0 00 0 O O O O O O 0 0 0 0 0 0 O O O O O O O O O O O O O O O O O O 0 0 0 0 0 0 0 O w Ef3 ER ER ER ER ER ER ER ER ER ER ER ER ELT 69 69 69 69 69 69 69 691 691 691 691 691 691 691 691 691 691 691 691 E91 E91 E91 E91 N Z.........;' V! 0 O O O O 0 0 0 O O O O 0 O 00 0 O O O 00 00 0.... O 0 O 0.... 0 0 0 0 0 0 O 0 O 00 O O 0 00 0 0 0 O O O 00 O O O O 00 00 O O O O O 0 0 0 0 0 0 0 O O O O O O 0 0 0 0 0 0 O O O O O O O O O O O O O O O O O O 0 0 0 0 0 0 0 O ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER Q O V1 V N N 'ZL U) 0 O V O M N O 0 M LO O N O 00 LO O 0 O 0) O O CO O r 00 M 0) LO 0 0 0 O 000 Q O O CO (? LO 0) LO 00 O M O CO O 0 0 0 0 O 7 O V M O LO V -7 CO 00 NLP CO O O O O O 00 N O O (D O 0) 0) LO 00 00 00 O CO O LO LO O O O LO O CO O O N LO 0 V O r 0) r O O O O O LO .:69 69 N 69 CO r CO 0) r CO fR 0) fR r 69 69 e91 M e91 CO r e91 O CO O V M V LO 0) fR 69 69 69 '1- NT V V V V V M 69V 4— 69 69 69 69 69 69 ER ELT 69 69 69 69 69 69 69 69 69 69 69 69 ER ELT 0 a LO a z mm V! 0 O CO O r 0 0, r LO O 00 O N LO O 0 O O O V 0 0 M N r LO 0 0 0 0 00 0N V O O N O r O 0C0 O LO O N M O 00 O N O O O O V — CO — M V (M 00 O O O O r N N O N - Ln r 0 0) 0 0 N N 0) 0) O N N r 00 O V O 00 ("i r V N N O N O O O O E V e91 O 0) r e91 O 0) fR N V M V 69 M N r 00 69 69 N O r 00 00 00 r r V 69 69 69 69 0 (DN N N r N N CO CO r V N N N N N LO 'I- 69 a y 69 69 ER ER ER ER ER ELT 69 69 69 69 69 ER ELT ER ELT 69 69 69 ER ER ELT 69 69 ER 'a N ZV1 N O V V CO N CO O OOOOO N 00... V O N O N .-.0 N O 00:- V V V V M O O . CO: 00 00:. O CO: O O 00 N (D V (D ..(D N 0 0) M O M 00 00 0) CO 0) N 0 V 00 N N N 00 CO V 00 M r CO 00 N 0) N 00 N CO r r R V O) M r r V O) 00 LO VV LO N M N 00 CO 00 V M CO 00 0) N N N M V N CO CO M t 0 0 r M CO CO 00 M M M (Dr r r m r m CO CO r 0 0 0 r CO M M M CO cO cO cO cO r cO c0 CO U Ef3 ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER N' Z''.i. N' E,'ji R j1 Z'....du C v R' a; a a CO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO i0 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 N N N N N N N N N N N O r r r r r r r r r r r r r r r r r r r r r r r r r r r r r r r r r r r r r L E Z W N M r N LO CO M O N O r LO CO V LO 0) M r M O M r CO r 00 V LO r r N LO O C'..Ln 0) r LO N O N O O O M N O M N O M r CO CO LO vr v T M V V CO O 0) 0) N LO LO LO LO CO CO CO c0 c0 c0 c0 CO CO CO (D CO CO CO CO (D CO CO CO CO CO CO CO CO CO CO CO CO CO r r CO CO 0 00 O O 0 00 00 0 O O O 00 O O O O 00 00 O O 00 O 00 00 00 0 O LO Ln LO Ln LO LO Ln LO Ln LO Ln Ln Ln Ln Ln Ln Ln Ln Ln LO Ln LO Ln LO LO Ln LO Ln Ln LO Ln Ln Ln Ln Ln Ln Ln L E 0 Z E M0 0 N CO 0) V LO CO r CO 0) O LO CO r CO 0) CO O N M V Ln M O N M V V 0 r 00 M 00 0) M O 00 00 0 O 00 O O O M V V V V r M LO Ln LO LO LO 00 r N •u 0 0 �N V 0) 0) 0 00 0 O O O 00 O O O O 'V O 00 O O O O O 0 0 0 0 0 0 O U O O O O 0 0 0 0 0 0 0 O O O O O O O 0 0 0 0 0 0 O O O O 0 0 0 0 0 0 0 0 O G) 0 O O 0 0 0 0 0 0 O O O 0 0 0 O O O O O O O O 0....00 O 0 0.... V 00 00 O O O O 00 0 0 O O CO 0 00 00 00 0 O O 00 N O O O O O O O O O 00 V O O LO 00 00 O O O O 00 N r O O (Ti 0 0 0 0 0 0 0 0 O O N V O O 00 O O CO O O O V V O O V 0 0 0 0 0 0 0 0 0 0 0 R'..H) 64, V 643 643 643 643 643 E43 E43 E43 E43 66 00 N 66 66 N LO 64, V 6-3 6-3 643 N N 643 643 N E43 E43 E43 E43 66 66 66 66 643 643 0-) 69 69 69 69 69 Z,1 V! 0 O O O O O O 0....O O O O 0 0 0 O O O 00 O O O 0....O O 0 0.... 0 0 0 0 0 0 0 0 0 0 0 0 'a O O O 0 0 0 0 0 0 0 0 O O O O O O O 00 O O O O O O O O O O O O O O O O O O O O O O O 0 0 0 0 0 0 0 0 O O O O O O O O O O O O O O O O O O O O O O O O O O O O O w Ef3 ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ELT 69 69 69 69 69 69 69 69 691 691 N Z.........;' V! 0 O O 0 0 0 0 0 0 O O O 0 0 0 O O O O O O O O 0 O O 0 0.... 0 0 0 0 0 0 0 0 0 0 0 0 O O O 0 0 0 0 0 0 0 0 O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O 0 0 0 0 0 0 0 0 O O O O O O O O O O O O O O O O O O O O O O O O O O O O O ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER CL 7 O N+ Z', w r... M O LO O O V N....O O CO O 00 O 0 O (D O I- O V O 00 N O M r O 0 O 0 O I- O LO 00 M 0 Q 0 0 O LO O 00 CO 0 0 0 7 O O O O O N O CO 0 0 I- O 00 LO O 7 CO O 00 I� O O O V 0 0 7 v7 0 N r M OO M V M 0 0 CO O O O O O N O LO I- O M O 00 0 0 O 00 O N 00 O 00 0 0 0 0 LO CO O V V 69 Ln 69 00 I- r 0 0 V 69 69 69 0 LO fR V V e91 M 69 0 0 69 LO M fR V LO fR 00 0 00 69 N 00 LO fR V V V CO N V V Ln V V V M V V V V V V CO V LO V LO 4- R r ELT 69 E91 69 69 69 ER ER ELT 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 O a � c� z � V! M I- O LO O O M 00 O O V O N 0, O V O W M O CO O N O O V M.... (D W O 0, O M O LO N V 0 CO LO O O CO O 0 LO V CO V O LO M N N LO O LO CO O V O I- O O V M 0 00 CO O 00 I� N O 00 O O d W N O N M O CO CO VCO I- O V M N O M W O 00 00 O O O I- M W M M O N r LO W V W O 00 00 6<) 0 0 6<) O O V O N O N V O fR N 00 fR Ln 69fR 00 00 69 I� O V 691O O M M 69 ER I- V N V V CO N M CO N M I� N M LO N CO N N 3) (fa v) 69 69 69 69 69 69 zea zea 6 ; ER ER ELT ER ELT ELT 69 69 69 69 69 69 69 69 69 69 69 69 69 'a Z,.i;; N CO:..M (D M M 00 CO M.,:V CO CO O CO ON V...ON 00 -.0 ON CO O ON O CO: V V M 0: M O M M O. 00 O O O 0--.0 0:.. r LO 0 M M CO 0 V I- M r M 00 M V 00 0 r M LO 00 0 V V I- N LO N 0 M 00 N I-� 0 0 0 0 0 R M N V V O 00 0 r 00 M M M 00 V M V NM V 0 O N N M N N N LO V 00 0 0 0 CO 0 0 0 L M M M M r M M M M M M M M M M 00 M M r M M M r r M M M M M M M M M M r M r r M M U!,Ef3 ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER N Zi..., N' E R C' R' a; a' v, a w LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO O,� N'':V V V V V Lo Lo Lo Lo Lo Lo Lo Lo CO CO CO CO CO CO CO CO I- r r r r r r r r r r r r r r r r r r- 15 5 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 N N N N N N N N N N N N N N D r r r r r r r r r r r r r r r r r r r r r r r r r r r r r r r r r r r r r r r r L E 0 Z_',,' 0 V 0 LO rV 00 CO I- V 0 LO O N r 00 LO LO M CO CO 00 V LO LO 0 V M LO O V 00 M 00 I- LO 00 CO 0 r 00 O M N V V V V M LO LO I- M LO r LO r O 0 0 0 0 0 0 O 0 00 O r 0 0 0 0 N M M r M M r r r r r r r r r r r r r r r r 00 r- 00 00 00 r- r 00 I- r 00 00 r- 00 00 I- r 00 00 �j 0 O O 0 0 0 0 0 0 0 0 O O O O O O O O O O O O O O O O O O O O O O O O O O O O O C LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO E 7 Z',; EV LO LO CO N V LO CO I- M V I- 00 0 LO 0 O M 00 N O CO I- N M 0 M r 00 N M V LO CO I- M V- N LO 00 00 00 W N N N LO I- 00 M N N I- 00 W M M O M M M M CO CO CO I- r 00 O O O O O M M M 'u O O O O NO 0) 0 0 0 0 0 O �V 00 00 O �M �M �V O O O O O O O 0 00 0 VV �V U O O O Lo 0 - 0 00 00 00 00 00 0 0 0 0 0 0 O O O O O O O O O O O O O O O O O O O O O O O G) 0 O O 0 0 0 0 0 0 O O O CO O 0 O O O O O 0 0 0 0 O N O 0 O 00 00 00 O O 00 O 00 0 O O O 0 0 0 00 00 0 0 M 00 00 00 00 0 0 00 O CO CO O 00 V CO 00 O O V 0 00 O O N O O O O V O O O O O V O N O O O O O O O O O O O O CO O V 00 r� O O O 00 CO O O O O O 0 R'..H) 643 643 E43 M E43 E43 E43 E43 E43 M 66 00 643 643 643 643 643 643 643 643 O 643 LO E43 LO M E43 V M M E43 E43 643 LO CO 643 643 643 643 64, M R: CO CO M CO M CO CO I� M M M M 69, ER ER ER ER ER ER ER ER ER ER ER ER Z,1 V! 0 O O O O O O 0....O O O O 0 O 0, 0 0 0 0 0 0 0 0 0 0 0 0 0 0 O O O O O O O O 00 O 00 'a O O O O O O O O O O O O O O 00000000000000 O O O O O O O O O 00 O 00 O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O w,.,Ef3 ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER N V! 0 O 0 0 0 0 0 0 0 O O O 0 O 00 O O O 00 0 0 0 0 0 0 0 0 O O O 00 O O O O 0 O O 0 �;.O O O 0 0 0 0 0 0 0 0 0 O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O 0 0 0 0 0 0 0 0 0 O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER CL 7 O N+ Z', U) O O M O CO I- 0 M I- O O 0 0 0 0 O O M O 0 O 0 O LO O O N O O O 00 N O O O (D LO O 0 0 Q N O LO O N CO 00 LO CO O CO O CO 0 0 0 0 v7 0 0 CO O O LO 0 0 0 0 0 0 0 0 LO O O O N O O O O d 00 I- O r M O O M O I- O LO O O M M 0 0 0 0 CO O CO O O M 0 0 0 0 0 0 0 0 0 LO N O O O r- ELT V 69 O M N 00 M 69 M 69 N 0 69 M N CO V 0 M E91 V E91 E91 I- ELT 69 69 0 V LO 69 69 69 LO V 0 69 69 V CO N M V 0 N V CO 0 00 V 0 0 V V CO V V V d69 69 69 69 69 69 69 69 69 69 ER ER ELT 69 69 ER ELT ER ELT 69 ER ELT 69 69 69 ER 0 Z V! 0) O O V O N M 0 I- M O O V O 0, O O O I- 0 0 0 0 O LO 00 O 00 O 00 O O 00 O O O V LO O O 0 O O O V O (M 0 0 0 0 0 0 00 O O O O O 00 O O O V O CO I- O LO O O O N O O O O 00 M N O V O d W O V 00 O N W O V W 0 0 N O O N CO O I- O 00 O V O 00 O CO O O O LO O M O O O N O V N O E V 6<) M C) H) V I- ELT N I- ELT 69 ELT 00 LO 00 691 0) H) CO 69 0) H) 00 69 O 69 69 69 O 69 0) H) 69 00 00 I- V I- ELT N CO M M M M V CO V V V N N LO CO N V CO a 69 69 E91 691 ER ELT ER ELT 69 69 69 ER ELT 69 ER ELT 69 69 ER ELT ER ELT 69 69 'a Z,.i;; N O...ON OOOOO 0,:. 0 O 00:.: CO CO O CO N, CO 0..... V V MV M V V 0 O O O 0-0 CO 00 N CO .,:00 CO N O.., O 00 (D .N O NM M N.,: �I O r M V M V M O M M M M N N r- LN N N O V- O O OM O M V- M r- V M M N � V LSO N 000 M M M r M L r M M M M M M O M M M M M M M M M 0D M M M M O N 0 0 0 0 0 r 0 0 0 0 0 0 0 0 r CO CO CO N Zi..., N' E R C' R' a; a' v, a CO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO a r- ao 0 0 0 0 0 0 0 0 00 ao ao ao ao rn rn rn rn rn rn rn m m m m m m m m m m o o o o o o o o o o 5 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 N N N N N N M M M M M M M M M M D r r r r r r r r r r r r r r r r r r r r r r r r r r r r r r r r r r r r r r r r r r L E 0 Z'.. N M N O N CO N 0 LO O OV LO 0 r M 0 LO 0 0 CO N I- M r M r 00 V LO M CO CO I- M V V M N V M N V V V V M Ln LO N LO M M M 00 CO CO CO 00 CO I- O LO 00 r M LO 0 0 0 0 N 0 M N N 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 0 00 0 00 0 N 0 0 �j 0 O O 0 0 0 0 0 0 0 0 0 O O O O O O O O O O O O O O O O O O O O O O O O O O O I- r O C LO LO LO LO LO LO LO 00 LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO E 7 Z E MN M V CO I- 00 0 0 O I- 00 LO V N O N M V LO CO I- 00 0 0 0 0 00 M N M V Ln M r 00 0 00 M M M M LO LO LO CO CO r- r O O M M r r W M M M M M M M O O N M r- O 'R NO O O 0 0 0 0 0 0 0 0 0 �V 0 0 0 0 0 0 0 0 0 0 0 0 U LO 0 O 0 0 0 0 0 0 0 0 0 O O O O O O O O O O O O O O O O O O O O O 00 00 00 0 00 N 0 O O O O O O 0 0 0 00 0 O O O O O O O 00 0....O O 0 0 0 0 0 0 0 0 0 0 V O O 0 0 r N O V N O LO 00 O 00 00 O O O O O O O O V CO 00 N O N 00 00 00 O V I- O O M M (Ti O N O N N O 00 O O O O O O O O O O CO (Ti O O LO 00 I-� 0 0 0 0 0 0 0 00 I-� O N R'..r- LO N 643 O O 640-3 CO H) CF) H) 66 66 69 69 69 69 69, 691 691 - I— ELT 691 0') LO - 691 691 691 Ef3 E91 E91 E91 V I— ELT LO R:V CO I- r fR CO CO M CO CO CO CO CO M CO m Ef> Ef) Ef) 69 691 691 691 691 691 691 691 691 691 691 691 Z,1 V! 0 O O O O O 00 0 0 0 00 0 O O O O O O O O O 0....O O 0 O 00 0 O O O O O O O O 'a O O O 0 0 0 00 0 0 0 00 0 O O O O O O O O O 00 O O 0 00 0 0 0 0 0 0 O O O O O O 0 0 0 0 0 0 0 0 0 0 0 O O O O O O O O O O O O O 0 0 0 0 0 0 0 0 0 O O O w,.,Ef3 ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER N V! 0 O O 0 0 0 0 0 0 O O O O O 0 0 0 0 O O O 0 0 0 O O 0 O O O 0 O O O O O O O O O O O 0 0 0 0 0 0 0 0 0 0 0 O O O O O O O O O O O O O 0 0 0 0 0 0 0 0 0 O O O O O O 0 0 0 0 0 0 0 0 0 0 0 O O O O O O O O O O O O O 0 0 0 0 0 0 0 0 0 O O O ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER Qil N+ U) 0 I- O V 0 0 CO N O O O W N O (D W LO LO O 00 r O O 0....V O 0 O O CO M O 00 I- O O O O Q O I� O 0 0 0 7 CO O O O M O O LO I� 00 LO V M N O O 00 I- O O O O LO 0 0 0 (M 00 O O O O d 0 O LO O O LO N O O O N M O CO 0 00 V N O O CO M O O O O O LO O N I- LO O O O O ELT M 69 69 691I— CO H) 691691M I— ELT LO O CO MM V M 69 69 00 00 69 69 69 0) 00 O H) V I— ELT 69 69 69 M Ln V M LO V V LO N Ln M M E91 CO V M V N M V 4- R r ELT 69 69 69 69 69 69 69 69 E91 69 69 69 69 ER ELT 69 ER ELT 69 O a co a z mm V! 0 V O CO 00 V r...O O O 00 O V LO LO O N M O O 0 CO O 0 O O V r...O W N M O CO O O O N O M O O O V O V O 00 LO 00 V 00 I� N O 00 - V O O 00 O O O N N 00 V 00 N LO O O O O d V M O LO O O 00 V O N O O CO O LO I- V O CO O CO O O M O O O W 00 V CO M V 00 O W M O E0 69, M 69, 69 O 0 69 O 69 O 00 0 0 O 69 CO 00 69 69 69 69 69, M LO M M I- 00 O fR O V 69 N N N r- M N M N M N LO M N V N M 0 V N N M (D a ELT 69 69 ER ELT ER ELT 69 ER ER ELT ER ELT 69 69 69 69 69 69 69 69 69 69 69 69 'a Z,.i;; N O 00:..00 -. (D O O O M., :00 V 00 ON (D -00 O CO CO 00 V ON V 00 CO 00 CO O 00 O O 00 00.....V 00 CO V V':.. 00 0:.., O -0 00 00 0 N M O N N 00 M 0 0 N I- LO N O N N 0 M r LO 00 r 0 00 O M M V 00 CO CO N R M 0 N LO O O 00 V CO O 0 V I- 00 LO N LO M MM r 00 0 0 Ln N M V M 00 M 00 V 00 V LO L M M M r r r M M M r M 00 M M M r M M M M M M M M M M M M M M r M M M M M M M M N Zi..., N' E R C' R' a; a' v, a CO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO o, � Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln 0 0 0 0 0 RIM M M M r r r r r r r r r r r r r r r r r 00 00 co co co co co co co co co co co 00 00 00 00 00 00 00 00 00 L E I� N O 00 00 M Ln r M r M O V Ln O V V 00 0 r M M O r LO LO O r CO M O N V r- V N 0 N 0 LO M LO LO V V M M M M M V 00 00 00 00 CO I� 00 0 0 00 M M 0 0 r r N M O N N M N W W 00 W 00 0 0 0 0 0 0 0 0 0 W 0 0 0 W W W 0 0 0 0 0 W W W W W W W 0 0 0 O O O �j 0 O O 0 00 00 00 0 0 0 0 O 00 O O O O 00 00 O O 0 00 00 00 00 O O O C LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO E 7 Z',; O 0 O N N M V LO CO I- CO 0 O O N M V LO CO I- CO 0 O CO M V I- V CO 00 0 O 0 N N M V N 00 V V V V V V V V V LO Ln M M LO LO LO LO LO LO LO LO M M 0 O O 00 00 00 00co 0 0 '-U O O O 0 '00 0 0 0 0 0 0 0 0 O O O O O O O O O O O O O 0 0 0 0 0 0 0 0 0 O O O N M.. O 00 0.... O O O 00 0 O O 00 00 O 0 O O O O 0 O O O V 0 0 00 M 0 00 00 00 V (p O CO 00 O N O O O O CO O O O O O O 00 O CO O O O 00 O O O O O 00 O CO O O O V 0 0 0 0 N O r N N r O O O O M O O O O O O N O r O O O V O O O W O O O r W O O O O O O 1- Lo LO 64, M M N V 643 643 6-3 6-3 O 6-3 6-3 6-3 6-3 643 64, M 66 CO 66 66 66 V 66 66 66 M 643 N 64, M 0-) H) 643 LO 643 643 E43 CO R M CO CO CO r CO CO CO CO CO r CO 6-3 ER ER ER ER ER ER ER ER ER ER ER ER ER ER N' Z'V1 V! 0 O O O 0.... O O O 00 O O O O O O O 0 0 0 0 00 0 0 00 O 0 0 0 0 O O O O O O O 0 'a O O O O O O O O 00 O O O O O O O O O O O 00 O O 00 O O 0 0 0 0 0 0 0 0 0 0 0 O O O O O O O O 00 O O O O O O O O O O O 00 O O 00 O O 0 0 0 0 0 0 0 0 0 0 0 w,.,Ef3 ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER N V! 0 O 0 O 0.... O O O O 0 O O O 0 0 0 0 0 0 0 0 0 0 0 0 O O O 0 O 0....0 0 0 0 0 0 0 0 0 O O O O O O O O O O O O O O O O O O O O O O O O O O O O O 0 0 0 0 0 0 0 0 0 0 0 O O O O O O O O O O O O O O O O O O O O O O O O O O O O O 0 0 0 0 0 0 0 0 0 0 0 ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER Q '.- 0'.L. OV1 V N N ZL U) 0 V 0 O 0.... O M O N 0 00 CO W 0 0 0 O r O O O r 0 V CO M CO CO 0 00 r 00 O O O CO V 0 Q O — O N O 0 — N M O O 00 N r O O O O O O O N M 0 0 - - — 00 O O O N N O O O LO LO O N O LO O O O LO r 00 0 0 0 N O O O O r 0 0 0 00 O 00 LO O CO O O O r N O O O N O .:ELT LO 69 M 69 69 LO V CO H) 691Ln V 0) 0) 0) H) V 69 0) N 0) H) V r CO LO LO E691E691691 V CO 0) H) 0) Lfl CO H) V LO V CO M - N V CO V M M V 0 V V V V V 4— 69 69 69 69 69 69 ER ER ER ER ER ER ER ER EL) 69 69 69 69 69 69 69 ER ER ELT 69 O a 0') a z' � V! V CO 0 O 0.... O r O 00 0 O O V O O O O M O O O M 0 CO V r O V 0 0 0 O N O O O V (D 0, LO CO O O O O V O N N O V r CO O CO CO O CO O N O O O r CO CO O M O V O O M N 0 0 CO CO O N 00 O O O O O V O M M OLO W N 00 M O W O W O 00 O V O r O LO O O O O W O N 00 N O E OO 0 6' 6' 6' 6' 0 6' 0 00 6' 0 00 M M M LO 69 00 69 M 69 M 69 00 O 0 69 0 69 M 69169 0 LO ELT LO 0 O 69 N N CO 69M V LO V V N M CO V LO N a y 69 ER ER ER ER ER ER ER ELT 69 ER ELT ER ELT 69 ER ER ELT ER ELT 69 ER ELT 'a N ZV1 N ON O (D O 0: ON (D ON (D ON CO ON O CO O 00 CO 00 (D CO ON ON V 00 00 O O ON ON. 00 '1-(D ON CO OO N V-.0 V N: 0... V V M (D N V V V CO 00 O N M N N V M M M N N M V M M LLOO M V ON OM M V CO V LO V M M t M M M M M M M M cm cm r m CO cm cm r cm m m m m m m m m m m m CO cm cm cm cm cm cm r r cm cm cm N' Z''.i. N' E,'ji R j1 Z'....du C v R' a; a a CO w o LO Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln IV fa N N M M M M M M M M M V V V V V V V V LQ LQ LQ LQ LQ LQ LQ LQ LQ LQ LQ LQ Q Q Q Q Q Q Q Q Q D 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 L E Z CO O CO r LO M LO 00 V M M V LO M CO O LO CO N 00 LO 0 0 V 0 0 r 00 r LO 0 M LO N O M M CO CO CO M LO r LO r 00 W r O CO O CO N N N M M M : O N N M Ln V Ln M Ln Ln M M r co O O O O O O O O O O O O O O O O O 'D 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 0 O 00 O 00 O 00 00 O 00 00 00 00 00 00 00 O O 0 00 00 00 00 00 LO LO Ln LO LO LO Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln LO Ln LO Ln LO Ln LO Ln LO Ln Ln Ln Ln Ln Ln Ln Ln 00 Ln Ln LO L E 0 Z E M V N N M LO CO r CO r N V LO CO 00 0 O N r N M V LO CO 0 O 0 O CO O CO r 00 0 O N M 0 0 0 M M M 0 0 0 N CO 0 N N N N N M M V r CO 00 r O N N N N M M M M M LO LO LO LO LN M M M M Ln Ln Ln Ln M M M M Ln M M M M M M M M M LO M Ln M M M M M M M M U 0 0 00 0 00 0 00 00 0 00 00 00 00 0 0 0 0 0 0 0 0 0 00 0 0 0 0 0 0 00 41 0 00 0 0 0 0 0 0 0 0 O O 0 0 0 0 0 0 0 0 0 0 0 00 O 00 O O 00 00 O O 00 0 O 0 0 0 O O CO O O O O O O V O O O CO 0 0 0 0 0 0 00 O 00 N O 011- V O 00 00 O O 00 N O O O O O 0 0 0 0 0 0 0 0 O O W O O O O O O V O 0 0 I-� O O V N O O O O O O O O O (Ti O O O R H) 64, M 643 643 643 E43 E43 E43 CO 66 66 66 O 64 64 66, 66, 66, 66, I- ELT 66, 66, LO 66, 66, N V Ef3 E91 E91 E91 I- ELT 69 69, 691 691 691 691 M 69 MMMMMM• • • • N' Z'V1 V! 0 0 0 0 0 0 0 0 0 0 0 O O 0 0 0 0 0 0 0 0 N O O O O O O O O O 0 O 0 O O 00 0 O 0 0 'a 0 0 0 0 0 0 0 0 0 0 0 O 0 0 0 0 0 0 0 0 0 CO O O O O O O O O O O O O O O 00 O O O O O O O O O O O O O O O O O O O O O O O O O I-� O O O O O O O O O O O O O O O O O O O O w,.,Ef3 ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER N Ef3 ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER V! 0 0 0 0 0 0 0 O O O O O O 0 0 0 0 0 0 0 0 0 0 0 0 0 0 O O O O 0 O 0 O O O O 0.... O 0 0 O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER Q '.- 0'.L. 0V1 V N N ZL U) 0 0 0 M r- O N O O O O O 0 W V 0 CO CO 0 N O V O O O O O O W O 0 CO O 0 O 0 00 0 O V O N (M V CO CO O CO 7 O O LO O M O V O CO O CO O I� O O O O O N O O N O r O O O O O N O O O M O LO N MO 00 O O M M LO LO I- O r O N O 00 O O O O M V CO O I- 0 00 O O O O r- 69 .:ELT 0 69 I- 0 V M 0 CO 69 CO O 69 69 LO r- V V V V 69 0 69 0 69 0 m H) 69 69 M LO LO 69 LO V LO 69 69 69 69 0) V V M V I- M M M V V V V V V (D V V N V M M V N LO 4- 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 ER ER ELT 69 69 69 69 69 O a 0 a z V) 0 O O I- M 0 O 00 O O O O O 0 CO O 0 N V 0 0 0 CO N 0 0 0 O O O O 0 N W W O 0.... O O N CO N O O N CO O - O O O 0 N O V V LO CO I- O O O N M M N N O O N O O 00 O (M (M N CO O N (? M 0) N 0 O M O I- O M 0 0 0 M M O 00 O 0 I- LO O O 00 M M N M W 0 0 CO CO V O N M M I- O W M M E 0069 O I- 00 fR 69 69 69 69 M 00 69 00 00 00 I- M 69 CO V 0 0 0 M 69 69 V V 00 0 69, 0 0 0 M 69V N M N N V M M N V 00 N M V CO LO N N M CO I- M a y 69 69 E91 691 ER ELT 69 ER ELT ER ER ER ER ELT 69 ER ELT 69 69 69 69 ER ELT 69 ER ELT E91 E91 691 ER 'a N ZV1 O ..- OO ..-0OOO: O - 1N (D CO CO N CO 00 V 00 CO V (D O N CO O V 00 00 00 V 00 O N O CO 0 N V V N O NN 00 0 CO V CO NN 0 ' - OF 0MMMMMVM � 0MMOLOVVVNVNLOr- VVNO0 VO 00 CO M OO M LO CO M OO O 00 N O r LO LN N V 00 LO LM N t M M M M 00 M r M M M M r M r M M M M M 00 M M 00 M M M M M M M M M M M M M M M r r M r N' Z''.i. N' E,'ji R j1 Z'....du C v R' a; a a CO Ln Ln Ln Ln O LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO R � � � � � � � CCCC C CCCCCCCC00 °° °° °° °° °� � � rnrnrnrnrnrnrnrnrnrn � o OO OO OO OO OO OO OO co 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 L E Z M CO O O O V I- r 0 r LO 00 M 0 r O O V N N V Ln M 0 LO M V I- N O LO CO LO CO V O O CO N I� M V CO V Ln Ln 00 00 O Cl 0 0 O O CO O 0 00 M N MM LO LO LO V V CO CO V CO V I- r 0 r 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 N N 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 0 0 0 0 0 0 0 0 0 0 0 O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O LO Ln LO Ln Ln LO Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln L E 0 Z E M V LO N N CO O M I- M V 00 0 0 N N M I- M V LO M r CO V LO 00 O O N M V LO CO I- LO M CO 0 M M M V V I- 00 M r r V V V V LO Ln 0 0 0 r 0 0 0 0 0 0 0 0 0 O LO M M M M M M M M M M M M M M M M M LO Ln Ln Ln M M M M M M M M M r M M M M M M M M Ln M M M M M M M M M Ln Ln M M U 0 00 00 00 00 00 0 0 0 00 00 00 0 0 0 0 0 0 0 0 00 0 0 0 0 0 0 0 0 0 0 0 0 G) 0 0 0 0 O O O 0 O 00 00 O 0 O O O O O O O O 00 O O O O 0 O O 00 00 O 0 0 0 0 0 0 V 00 O O O O O 00 00 0 0 0 0 00 O O O O 0 00 0 0 0 0 0 0 O 00 00 V 0 0 0 r O I-� V N O O O O O O O O O 00 0 0 0 0 0 0 O O O O O M O O O M O N 0 0 0 0 0 0 0 0 R H) 0 N M 643 O O 643 643 643 E43 E43 E43 LO 64 64 64 LO 64 643 643 6-3 6-3 6-, 6-, V 643 O 643 N 643 N ER ER ER ELT M 64 64 64 R 0 0 0 I9 N V 0 0 N M 0 0 E9 ER ER ER ER ER ER ER ER ER ER ER N' 'Z'V1 y 0 0 0 0 O O O 0, O 00 0 0 0 N....0 O O O O O 0 00 0 0 0 0 0 0 O 0 0 0 0 0 0 00 'a O O O O O O O O O 00 O O O V 0 0 0 0 0 M O 0 00 0 0 0 0 0 0 O 0 0 0 0 0 0 00 O O O O O O O O O O O O O O (6 O 0 0 0 0 W O 0 0 0 0 0 0 0 0 0 O 0 0 0 0 0 0 0 0 w 6c3 6c3 6c3 6c3 6c3 6c3 6c3 6c3 6c3 6c3 6c3 Ef) Ef) Ef) M• Ef> Ef) Ef) 6c" 6c" 00 691 691 691 691 691 691 691 691 691 691 69 69 69 69 69 69 69 691 691 N Z.........;' U) 0 O O O O O O 0 O 0 O O O O 0....0 O 00 O O O O 0 O O O O 00 O 0 0 0 0 0 0 0 0 0 O O O O O O O O O 0 0 0 0 0 0 00 00 0 O O 0 0 0 0 0 0 0 0 0 O 0 0 0 0 0 0 0 0 O O O O O O O O O 0 0 0 0 0 0 0 0 0 0 0 O O 0 0 0 0 0 0 0 0 0 O 0 0 0 0 0 0 0 0 ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER Q '.- 0'.L. OV1 V N N ZL U) 0 O O O O O 00 0 O 0 O LO W O 00 O O O V O O M N I- O N M 0 O O O I- 00 O M 0 0 Q O O O O 00 0 0 0 O O O 00 0 0 LO O 7 O LO M I- 00 LO 0 0 0 I- O O O O O V r N O 7 LO M N O O O O 0 O N O O O O O I- O 00 O V O 0 N 00 I- 0 0 I- O LO LO 00 O O O O 0 00 M 0 0 0 V- 69 69 69 69 69 00 69 0 0 0 69 69 0 LO 69 0 69 I- fR I- r N N V LO V 69 V LO 00 69 69 69 69 V 0 LO 69 0 LO LO 0N V V LO V V V LO LO M M V V N V V V V V V V 4- 69 ER ER ER ELT 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 0 a z' � V! 0 00 0 O O N 0, O 0 O LO O V O O O 0 O I- W 00 M O W 00 r- O O O O W M N O I- V 0, O O O O O O N V O N 0 M V I� O 00 LO O N - 00 V M 0 0 0 00 I� O O O O LO O (M O 00 V O N O O O O O 0 0 0 V LO M 00 0 V 00 V LO O 00 0 M V N 0 0 0 I- r 0 M N O CO O V 0 O I- LO 0 E r fR 6' 6' 6' 6' 0 V V M M 0 0 00 O O O 6" N O 00 0 r 00 00 69 00 00 N N 69 O N O 69 0 0 00 0 V V 0 I� N r N N N fiT N N N M 0 I9 a y.......ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ENR ER ER ER ER 'a N ZV1 N 0 0 V 00 00 O ON V... O ON. 0 ON V 0 ON: 00 0 00 00 V-- ON O O V 0 0 00 0 00:...0 O 0 O O 00 0-.V O O: ON.. �'.Or (D N M 00 O M M M M M M LO V 00 O r- M O r- N N N M M V M V Ni V N N O � N V M LSO LN V t 0 M M M 0 r M M 0 M r M M M M r M M r M 0 0 M M M M M M r M M 0 r 0 r 0 0 0 0 0 U Ef3 ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER N' Z''.i. N' E,'ji R j1 Z'....du C v R' a; a a CO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO w'..O O O O N N N N N N N N N N N N N N N M M M M M M M M M M M R D co co co W W W W W W W 00 00 00 00 00 00 00 00 00 W W W W W W W W W W W 00 00 00 00 00 00 00 00 00 W L E Z 0 r M V 0 V CO 0 O O M LO LO LO O I- LO O M M I- V N V LO O I- N O LO N 00 N 00 0 00 0 0 CO CO N O ON O M M M V V O LO Ln V O M M M V V I- r r r 00 00 r 0 r 0 0 N N N N N 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 M M M M M M M M M M M '0 100 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 0 00 O O O 00 O 00 00 00 00 00 0 O O 0 00 00 00 00 O 00 00 00 00 LO Ln LO Ln LO LO Ln LO LO LO Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln LO Ln LO Ln LO Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln LO L E 0 Z E 1 00 I- 0 N M CO 0 CO O N M V LO 0 0 N O N V LO 0 I- CO O M M V LO 0 I- 00 0 0 N I- 0 0 M r r r 0 0 r r r r r r r O O O V V V I- r r r r r O V V V V V V V 00 00 CO 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 M M M M M M M M M M M M M M M U 0 00 0 0 0 00 0 00 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 00 G) 0 00 0 0 00 O O 0 O 0 0 0 0 0 0 0 0 0 O O 00 00 O O O O M 00 0 O O 00 0 V O 00 V 0 00 O O 00 00 00 00 00 O 00 00 O V 00 0 O O O LO O V O O 00 011- O 0 0 0 0 0 0 0 O O 0 0 0 0 0 0 0 0 0 0 O N 00 O O O O O O O O 00 O N O O Cfl 00 N O R ER E43 E43 (D E43 E43 66 66 66 64 643 643 643 643 643 643 643 643 643 643 N M E43 N E43 E43 66 66 66 66 I- ELT O 66, 66, N N V 66, MMMM � MMMM• • • • • • • • N' Z'V1 V! 0 M 0 0 0 00 O O 0 O O 00 00 0 0 0 0 0 O O O O 00 O (D O O O O 0....O O O O O 0 'a O M 0 0 0 00 O O 00 0 (l) 00 0 0 0 0 O O O O O 00 O V 0 0 0 0 0 0 O O O O O O Cfl O O O O O O O O O O V O 0 0 0 0 0 O O O O O O O O M 0 0 0 0 0 0 O O O O O w 6c3 O 6c3 6c3 6c3 6c3 6c3 6c3 691 691 691 E91 `N 69169 69 69 69 691 691 691 691 691 691 691 691691 � 69169 69 69 69 69 69 69 69 69 691 4) N Z.........;' V! 0 0 0 00 00 O O 00 O O 00 0 O 00 0 O O 00 00 O O 0 0 0 0 0 0 O O O O 0 0 0 0 00 00 O O 00 0 0 00 00 00 O O O 00 00 O O 0 0 0 0 0 0 O O O O O 0 0 0 0 0 0 0 O O 0 0 0 0 0 0 0 0 0 0 O O O O O O O O O 0 0 0 0 0 0 O O O O O ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER Q O V1 V N N 'ZL Q U) N N O O Cfl (D O M O N 00 O 00 O M....0 M I- 00 0 O O V O 00 00 00 0 O V O N 0 V O O O O 1- r*-: I� M O O r M O N V (fl D) O I� O N O 7 N O) Cfl O O O O N (? Ln Ln 7 O Ln O V O O O O W N M 00 O O r N O M N (D N 0 0) 0 0) O O M I- LO O O LO O r r 00 0) V O V 0 0) O 0 0 0 0) CD I- 0) ELT O 69 I- O LO LO 69 CD ELT 0) ELT CD LO N691691 V 691LO I- r- LO r- LO 69 0) ELT M 69 69 69 69 I- V (D LO LO V I- M V 00 N V N (D r V V M M I- V V V V M 69 69 ER ELT 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 O a N a z � V) 00 O O V V O r- O 00 N O O O r....0 r M a 0 O O (D O N N N O (D r 00 0 (D O O 00 (D C N N N (? N N N D) O I� O 00 Cfl Cfl Ln 00 00 M O O O O Ln O M Ln Cfl M Ln 00 V 00 O LO V O O O I� N,O M LO O O M LO 0) OM O N I- ; 00 r N O O O O O N 00 V LO V I- r O N (fl O O O r O N O 6" N M (D O 6<) 0 0 0 00 M M O O M 66 69 69 00 69 0) 0 0 0 0) 0) 0 69 V 0) fR 69 69 LO N N LO N (D N N (D N (D V Cfl V M M 63 N N N (D N a y„,ER ER ER ER ER ER ER ER ER ELT 69 69 69 69 ER ELT 69 69 69 69 69 69 E91 E91 E91 69 69 'a N ZV1 N ..OON OO O (D NN N -. O 00 O Cfl 00 V V 00 O Cfl (D 00 00 (D Cfl CO: N 00 Cfl O O ON V V V V V:-O V: 00 O V (D CVD N N M N V M 00 O V- V O ONO M O OMO LLOO LM Ni N M N ON V 000 OMO 0 r- V M O O ONO N N N V M L (D (D (D (D (D r (D (D r Cfl (D M Cfl (D r Cfl Cfl Cfl (D r r Cfl Cfl r Cfl (D (D r (D (D (D r r (D (D (D (D (D (D U Ef3 ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER N' Z''.i. N' E,'ji R j1 Z'....du C v R' a; a a CO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO v v v v v v v v v v v v v Lo Lo Lo Lo Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Co Co Co Co Co Co Co Co Co Co Co R o'cococococococo co 00 0000000000000000coco co co co cococococo co 00WW WW00 00 0000coco L E Z'I; O r N 00 N I- O CO M M M 00 CD LO N r CO N CO CO V M O I- V M M LO 0 V V O) M 0 0) 0 N O O N O V M M V LO Ln V LO M M V V N M M 00 I- CD 00 00 CD r 00 00 CD CD co V V M V V V V V V V V V V V V V V V V V V V V V V V V V V V V V V V V V V V V- '0 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 0 00 00 00 O O 00 00 00 00 00 O O O 00 00 O O 0 00 00 0 O O 00 O Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln L E 0 Z1; E V 0 0 r 0 0 0 N LO CD O 0 r CO CO 0) I- V LO CD r r CO 0) 0 0) O N M V M V LO CD O O O O O N N N CO CO O LO I- r O O N M M M M 00 00 00 0) W M N N N N LO Ln 0 0 0 0 0 0 0 O O M M r- N O O M M M M LM O O 0 0 0 0 0 LO 0 0 0 0 0 0 O 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 00 00 0 0 0 00 00 0 0 0 00 0 G) 0 00 00 0 O 0 O 0 0 0 0 0 0 O O 00 O O 0 00 00 00 0 0 0 O O O O O 00 O O O V O 011- 00 V O O 00 O N O O N O O 00 O O O O 00 O N 00 O O O O O O O V 00 0 0 O O O V O O (fl O O O N O Ln O O r O O O O O O O O M O I-� O O O O O O O O O V O O (M O O R'..ER 643 N 643 643 D) ELT E43 E43 N 66 M 66 E6 V 66 643 643 643 6-3 6-3 6-3 6-3 I— 6-, 0-) ELT 66 66 69 69 69 69 69 69 6r) 69, N 691 691 m M• M• M• M• M• z; r M• V! 0 0 0 00 0 O 0....O 00 O O O (D O O O 00 O O 0 0 0 O O 000 0 O O O O 0 O O O 00 O 'a 0 0 0 00 0 O O O 00 O O O D) 0 O O 00 O O O O O O O 000 O O O O O O O O O 00 O 0 0 0 0 0 0 O O O O O O M O O O O O O O O O O O O O O O O O O O O O O O O O O O w 6c3 6c3 6c3 6c3 6c3 6c3 6c3 6c3 6c3 N Ef3 Ef3 Ef) M• Ef> Ef) 6f 6- 6- 6- 6- 6- 6- 6- 6- 6c" 6c" 6c" Ef) Ef) Ef) Ef) Ef) Ef) Ef) Ef) Ef) 6c" 6c" 6c" 6c" 691 Z.........;' V! 0 00 00 0 O 0 O O 000 0 O O O O O 0 O 0 0 O O O O O 0 0 0 0 0 0 0 0 O O O O O �;.0 00 00 0 O 0 0 0 0 0 0 0 0 O O O O O O O O O O O O O O O O O O O O O O O O O O 0 0 0 0 0 0 O 0 0 0 0 0 0 0 0 O O O O O O O O O O O O O O O O O O O O O O O O O (zi ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER CL 7 O N+ Z', U) 0 0 0 0 I- O O 00 I- 00 I- O N O O O O O V O V O N O I- 0 0 N I- 00 0) O V O O O O 00 0 Q O O O I� N O O N Cfl 00 Cfl O r N O O Cfl (? D) O I- O Cfl (? N O O D) I� O O r M O Ln O O Cfl O 0 O d 0 N O M N O M N 00I- O (D O O O r O (D O M O r Ln r O O Ln 00 O O V M O V O O M O N O 69 N 69 Ln (D 69 (D (D M M N E9, Ln Ln E9, 0) (fl 0) V 0) 00 fR 0) N Ln 69 0) N Ln E9, e9, (D (D E9, (D E9, 0) O fR Ln 0) Cfl V V V V V N V V (D (D VV V Ln V (D Ln V M M I- V R r ELT 69 69 69 69 69 69169 69 69 ER ELT ER ELT ER ELT 69 69 69 ER ELT 69 E91 691 ER ER ER ELT 69 O a � a V) 0 0 0 O M O O N....M O M O 00 Cfl O O O O Cfl O Cfl O 00 O M 0 0 00 M 0 0 0 O (D O O O O N O Cfl O O Ln r O 00 M M O - O N M O O O Cfl V V 00 00 (M O D) O (? N V 00 V V V N N O (fl O O O O d M O O M Ln O 0) 0) M O O M Ln O 00 O Ln 0) 0 M N N O Ln O N 0) (D 00 V 00 Ln 0) 00 O Ln O M M (D E '(;DT 6) 6<) 0) 0) 6) 0) 0) 00 6<) I� 6900 O fR M 69 M 00 V M r 69 0 69M 0 O M Ln 00 I- N 0 69M fR N 0 00 N V V V N Cfl N V fR Cfl Cfl N Cfl N V M V a y,..:.ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER 'a Z,.i;; N ON OO O , 00 (D O O 00 N O-:. N O OOOOOO Cfl Cfl Cfl 00:-:0 00 N N O ,.N N 00:. V N 00 (D O V V M V V N 00....V Cfl Cfl O O O R V N N V M M CND (D N N M M V- Cfl V M (D M M OM 0) CND Or M M 0) N N M M LO M M N CND V N O V V M L Cfl Cfl Cfl Cfl Cfl Cfl Cfl Cfl Cfl Cfl Cfl Cfl Cfl Cfl Cfl Cfl Cfl Cfl Cfl Cfl Cfl Cfl r Cfl Cfl r Cfl r Cfl Cfl Cfl Cfl Cfl Cfl Cfl r Cfl r Cfl Cfl Cfl U!,69 ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER N Zi..., N' E R C' R' a; a' v, a CO Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln LO LO LO LO LO LO LO LO LO LO LO Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Co Co Co Co Co r- r- r- r- r- r- r- r- r- r- r- r- r- r- r- r- r- ao ao 00 00 00 00 00 00 00 00 00 ao ao ao ao rn rn rn rn R 0'000000000000 00 0000cocococococo co cocococo 00 0000000000000000cococococococococococo co L E 0 Z'.. 0 O V00 I- M V 0) M O CO LO CD V 0) N I- CD 00 00 0) M Ln CO M Ln CO CD M N CO O CD r 00 Ln Ln r 00 M CD 0) O O0 O 0 CO O O O M N Ln M Lo Ln M V N N M N Ln V CD CO I- 00 00 N V V V V V V Ln Ln Ln V Ln Ln V V Ln Ln Ln LO Ln Ln LO Ln LO LO LO LO Ln LO LO LO LO LO Ln Ln Ln Ln Ln Ln Ln Ln Ln V'..00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 �j 0 00 00 0 O 0 00 0 0 0 0 0 O O 00 O O O 00 00 000 00 O 00 00 00 00 O C i,Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln EN M 0) N M V Lo CD r 00 V Lo CD r 00 0) O N M V CD V Ln CD r Ln CD r 00 0) O N M V V CO LO CD r _ LO LO LO 0) 0) LO Ln Ln Ln Ln 0) 0) 0) 0) 0) 0) O O O O O Ln CD CD CD CD O O O O O Ln CD M M M M M M M M M M M M M M M M LO LO LO LO LO LO M M M M LO LO LO LO LO LO LO LO LO LO LO M LO LO LO 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 00 0 0 0 0 0 0 0 0 0 0 0 0 0 00 00 00 00 0 G) 0 00 00 0 0 00 0 0 00 0 0 0 0 0 0 0 00 0 0 0 O O 00 O 00 0 0 0 0 0 0 0 0 0 V O O N 00 V O O O N O V 00 0 0 0 0 0 0 0 0 (D 00 O O O O 00 O 00 O O (D O O 00 O O 00 O O 0 Cfl Cfl O O O 0 O Cfl 0 0 0 0 0 0 0 0 0 0 Ln (fl O O O O O O O O O O O O O V 0 0 00 R H) ER CD LO M 643 O 64, 06 ELT M 643 E43 66 66 66 66 66 66 6-3 6-3 N N 6-3 6-3 643 643 64, 64, 643 E43 66 66 66 M 66 66 O 66 66 D) R M MM (D M (D (D (D r (D m Ef3 ER ELT ER ELT 69 69 69, 691 691 691 N' Z'V1 V) 0 0 0 00 0 0 0 0 0 0 O O 0 0 0 0 0 0 0 0 0 O O O O O 00 O 00 O 0 00 O O O 0 'a 0 0 0 00 0 0 0 0 0 O O O O O O O O O O O O O O O O O 00 O 00 O M 0 00 0 0 0 0 0 0 0 0 0 0 0 0 0 0 O O O O O O O O O O O O O O O O O O O O O O O D) 0 0 0 0 0 0 0 w 6c3 6c3 6c3 6c3 6c3 6c3 6- 6- 6- 6- 6- 6- 6- 6c3 6c3 6c3 6c3 Ef) Ef) Ef) Ef) Ef) Ef) Ef) Ef) Ef) 691 691 691 691 691 691 691 00691 691 691 691 691 691 691 N691 Z.........;' U) 0 0 0 0 0 0 0 O O O 0 00 0 0 0 0 0 0 0 0 0 0 0 0 O O 00 O 00 0 0 0 0 0 0 0 0 0 �;.0 0 0 0 0 0 0 0 0 0 O O O O O O O O O O O O O O O O O 00 O 00 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 O O O O O O O O O O O O O O O O O 00 O 00 0 0 0 0 0 0 0 0 0 ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER Q O V1 V N N 'ZL U) N O O O O LO O N O O 0 0 0 0 N r O O 0 0 0 V O M (D 0) (D M M O O O O M O 00 0 Q 7 0 0 0 O N V V O O O O 00 D) r Ln M (? D) M V O O V 00 V O Cfl CO O O O N r O — V O M Cfl O N O O O O O r M V O LO O O V LO M LO (D O N r V O O M N V V 00 LO 00 00 O M 00 O V V O r M O LO 0) fR 69 69 M M (fl 69 r 69 69 O 0) r 00 O 69 V r N e9, e9, O M LO LO V LO 00 00 69 LO N 69 r LO 69 r V 69 V V M V 69 r V V M V V (D LO (D V V V N V V (D LO M V V V 4- 69 ER ELT 69 69 69 69 69 69 69 ER ELT 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 O a � a z � V) 00 O O 00 LO O 00 O O 0 O O 0 00 M O) 0 0 0) 0 O O (fl O r V V r r O O O r 0)... 0 0) N 0 O 00 0 0 0 (M Cfl r O Cfl O 0 0 — 0 Cfl Cfl W V 0 0 0 r O M M (M r r O O 00 O 00 D) O V r O N N O O O N V 0 0 Cfl O (D O N r Lo V W O) 0 0 0 Lo O O V O Cfl (fl N O M O M M 0 0) Cfl O E 0 r 6' 6' 6' 00 Lo O 6' Lo 6' V 6" N O (D r r O 69 69 69 69 0 0 0 0 N 6900 fR Ln 0 69O 00 fR V M N LO Cfl N N N N M V N N M N N (D N N a y ER ER ER ELT 691 691 691 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 ER ER ER ER ER 'a N ZV1 N N N NN :.. -. N O N , N N N 00 00 V (D 0 Cfl VO 00 0 00 O 00 00 V Cfl 00 00 00 V 00 00 00 O Cfl O V:.. 00 00 V 00:- R V CND M M M 0 000 M N M M V O A 000 V ONO V N OMO N N N O M V V- M V O O N LM N M N V- O OMO OM N L 0 0 0 0 0 M r (D (D (D Cfl Cfl r r Cfl Cfl (D M 0 0 0 0 0 r Cfl Cfl Cfl Cfl Cfl r r Cfl Cfl (D (D (D (D r (D (D (D N' Z''.i. N' E,'ji R j1 Z'....du C v R' a; a a CO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO '..W W W W W W W do O O do 0 00 00 00 00 — — - - — - - — - - - - - - — N D co co co co co co co 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 L E Z'I; M N r M CO r 0 CD N 0) LO 0) N r M LO 0) r 0) CD N M r O 00 LO O CD r r LO M CD M N r rn r M M M 00 N N 0 0 0 0 N N O O O V V V M Ln LO M V LO V LO M M V M M LO M 00 N Lo Lo 0 0 0 0 0 0 M (D M LO M LO (D M M Cfl Cfl Cfl Cfl Cfl Cfl Cfl Cfl Cfl Cfl Cfl Cfl Cfl Cfl Cfl Cfl Cfl Cfl Cfl Cfl (D (D (D (D 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 0 0 0 0 0 0 0 0 0 0 O O O O O O O O O O O O O O O O O O O O 0 0 0 0 0 0 0 0 0 0 0 �,',Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln L Z 1; E W O N M CO O O M V CD 0) 0 N M V LO CD r r M r CO LO CO 0) O 00 0) 0 0) O N M 00 N N N CD CD r 00 CD V V V V V LO Ln LO LO CD CD CD CD M CD V V LO LO LO CD M CD CD r r r CO CO CO 0) CD LO LO LO LO LO LO LO M LO LO LO LO LO LO LO LO LO LO LO LO LO M M M LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO M M 0 0 0 0 00 0 0 00 0 0 00 0 0 0 0 0 0 0 0 0 0 0 0 0 0 00 0 0 0 0 0 0 0 0 0 0 0 0 41 0 00 0 0 0 O 0 00 00 O 0 0 0 0 0 0 0 0 O O O O 0 0 0 r O O 00 0 00 00 00 0 O 0 V O O N O O O O O O O O 00 O O N O O O O O O O 00 O O O 00 O N O 00 O 011- 00 00 0 O O O O (Ti 00 O O O 0 0 0 0 0 0 0 r O O O O O O M O O O O O 00 O r O V V 0 0 0 0 0 0 0 O O R'..H) 64, LO E43 E43 E43 64 64 64 64 N 6-3 6-, V 643 643 643 643 643 643 N 643 E43 E43 E43 E43 M O M 66 N CD ELT M 643 643 643 643 643 643 643 V! 0 O O O O O O 0....00 0 0 0 0 0 0 0 0 0 0 0 0 00 O O 0 O 0 0 0 0 0 0 0 0 00 0 O 0 'a O O O O O O O O 00 O O O O O O O O O O O O 00 O M O O O O O O O O O O O 00 O O O 0 0 0 0 0 0 O O O O O O O O O O O O O O O O O O O D) O O O O O O O O O O O O O O O O w 6c3 6c3 6c3 6c3 6c3 6c3 6c3 6c3 6c3 Ef3 Ef3 Ef3 Ef) Ef) 6f 6f 6c3 6- 6- 6- 6- 6- 6- 6- 6- 006c" Ef3 Ef3 Ef) Ef) Ef) Ef) Ef) Ef) Ef) 6c" 6c" 6c" 6c" 6c" 6c" N691 Z.........;' V! 0 O O O O 0 O 0 O O O O 00 O O O O O O 0 O NO O 000000000000000 O 0 �;.0 0 0 0 0 0 O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O 0 0 0 0 0 0 O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER N ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER '.- Q...,.... 69 7 O N+ Z', U) 0 0 0 0 0 CO r CO O 0 CO O r 0 O (D 0 Cfl M 0 0 0 r O O 0 (fl O N O O O V r 00 00 0) M 00 Q O O O O O N O Cfl 00 O N O O V O Ln O Ln M O O Cfl M V r O O N O O Ln O O O Cfl Ln W N W (fl D) d 0 0 0 O O r r V V (D N O r (D O (D M LO r N O O LO 00 0) 00 O O N O r 0) O O O V M O N 00 00 N :.0 Ef3 ER ER 0 LO (D (D V M (D Ef) V M Ef) LO (D V V 0) 0) EL) N 0) V N ER ER 0 ER 00 0 ER 0) EL) LO0 M M LO LO N V V M V V V (D V V V N V (D V V LO M V V M V V V M M V � 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 ER ELT 69 69 69 69 69 69 ER ELT Ef3 69 69 69 69 69 O a LO a V) 0 O O O O N M N O N O M O O V 0 0) V r 0 O N M 0) O 0....r 0 0) 00 0 0 Cfl M N N r N O O O O Cfl M Cfl V N (M O Cfl O O V W Cfl V Cfl Cfl O O Cfl Ln 00 V O Cfl O N O O N O — N Ln M 0 Ln O d N N O O LO N 0 V (fl V O) 0 0) 0 0 LO 0) r 00 0) M M 0 0) O M O O M O M O O M 0 0 LO LO M M N M E D) 00 6) 6" M 0 0) O 0 r 0) 6) 00 6<) 6<) 0) 0) 00 0) V N N N 0) 00 0) 69 69 64 64 Lo 64 0 00 0 0 0 00 0 V M V M N N M N LO M 6<) M N N LO N N N N N a y:.ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ELT 69 ER ER ER ER ELT 69 69 69 69 69 ER ER ELT ER 'a Z,.i;; N 0 O ON OOOO 0 0 O OOO O Cfl (D Cfl 00 N N Cfl 00 (D -V N O 00 00 0 O (D O Cfl O O NN 00:.: 0 N V O..,N V 00 00 V M. 00 N 0:. R ONO ONO 0 M N V M M V Z6 (D ON M M V LN CND M V N M V N N V- N M M N M O N CVD V OM V M M (D CND V V L (D (D r Cfl Cfl Cfl Cfl Cfl (D M 0 0 0 0 0 0 0 0 0 r r Cfl Cfl Cfl Cfl Cfl Cfl (D r r r Cfl Cfl r Cfl Cfl Cfl (D (D (D (D (D N Zi..., N' E R C' R' a; a' v, a CO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO l N N N N N N N N N N N N N N N M M M M M M M M M M M V V V V V V V V Lo Lo Lo Lo Lo Lo Lo Lo 5 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 N N N N N N N N N N N N N N N N D 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 L E 0 Z'.. V M N CO CO N M M r r Ln M 0 Ln r O O (D V 00 r r O M 0) M CO O N O CO LO 00 V CD 0) 0) LO r CD r 00 r CD r CD CD CO r CD CO CO r 0) O 0) O O N O N O V N V M N M V V CD r r r CD r LO 00 N (D Cfl Cfl Cfl Cfl Cfl Cfl Cfl Cfl Cfl Cfl Cfl (D (D (D (D r r (D r r r r r r r r r r r r r r r r r r r r r r r- 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 O 00 00 00 00 00 00 00 00 00 00 00 �j 0 0 0 0 0 0 O O O O O O O O O O O O O O O O O O O O O O O O 00 0 0 0 0 0 0 0 0 0 O O C Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln O LO LO LO LO LO LO LO LO LO LO LO E 7 Z E N M V 0 0 r V CD CO 0) O M O) M LO r N V LO N M T LO CD r M 00 CD r 00 O V 0 0) COO) O W N M V r r r r r r 00 00 00 00 0) 0 0) M V 00 CO 0 0 0 0 0 0 0 O O CD M O) 0) 0) V V V O) 0 0 LO LO LO LO LO LO LO LO LO LO LO LO LO M M LO LO LO LO LO M M M M M M M LO LO LO LO M M 00 LO M M M M M M M U 0 0 0 0 0 0 0 00000000000000000 0 00000000000000 0 0 0 41 0 O N 00 M 0 O 0 O 00 O 0 0 0 0 0 00 00 O O O 00 0 O O O O O 00 00 00 00 0 V O (D (D 00 LO O O V O 00 O O N O O O 00 00 O O O O N O O O O O O O 00 N V 00 00 00 O (Ti Cfl O O 00 O O Ln O O O O O Ln O r 0 0 0 0 0 0 O O O Ln O O O O O O O N r Cfl O O O O N R'.. 6-" ,1- I— ELT E43 I— ELT E43 N E43 E43 66 643 LO CD 6-" ,1- H) 643 643 I— r— ELT E43 E43 E43 M E43 66 69 69 69 69, 691 CD M ELT 691 691 691 M R: (D EA3 V MER (D M (D (D (D (D M (D (D m', Ef3 ER ER ER ER ER ER ER ER ER ER ER V) 0 0 0 00 0 0 0 0 0 0 0 0 0 0 0 0 0 00 0 0 O O OO 0 O O O O O O O O O 00 00 0 'a 0 0 0 00 0 0 0 O O 000 O O O O O 00 O O O O O LO O O O O O O O O O O O 00 00 O O O O O O O O O O O O O O O O O O O O O O O O O O D) O O O O O O O O O O O O O O O O w Ef3 ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER M 6c3 Ef) Ef) Ef) Ef) Ef) Ef) Ef) Ef) Ef) 6c3 6c3 6c3 6c3 6c3 6c3 Z.........;' V! 0 O O O O 00 O 0 O O O 00 O O O O O O 0 O O 0 O 00000000000000000 O O O O O O O O O O O O O O O O O O O O O O O O O 00000000000000000 O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER CL 7 O N+ Z', U) 0 O (D N 0 00 N 0 D) V 00 V 0 0 00 N O 00 M 0 0 0 0 O I- D) N O O O 00 0 0 0 0 Q O O M I� O O O M O N Cfl O V Cfl O O O N Cfl O O O M 00 O Ln 0 0 0 0 7 00 V I� O O O Cfl O 00 N O d 0 0 0 M O O N N O I- V O V V 0 0 0 LO O O O N r 0 0 0 0 0 0 0 LO D) V O O O N O 00 O ELT 691 O I— D) ELT M 691 N LO Ef3 V O 69 0) ELT M LO 691 691 691 00 N 691 V 691 691 691 691 00 00 LO CD ELT 69 6c3 O 6c3 N V 6c3 M V I� LO M M V N Cfl Ln V LO M V V N V I— r (D R r ELT ER ER ER ER ER ER ER ER ER ER ER ER ER ER ELT 69 691 691 691 691 691 O a (C) a � z' (Y) V! 0 O N 00 O IS O 00 0 (D O O..(D O O O O 00 0 00 0 r O O O 0....O O M 00 D) O 00 N O O 0 0 00 O 00 O 00 V O V V - V N - O 00 0 0 (M N O O 00 O O O N Cfl O V M I� V O O O O (14 O 0 0 N N O Lo r O r O N Lo O V I- O O V I- O 00 r O O N V V N O I- r (D LO M 00 O O O V LO O O O E M ef) Lo O N 0) 6) M N 00 0) Lo 00 0) fR Lo V 691 V V 69 69 0) N N 69 M O 0) CO 69 69 691I- N 691691691(D N N LO N M M N (D N V M (D N 691I- (D M (D r N N M LO r- a ELT 69 ER ELT 69 69 69 69 ER ELT 69 69 ER ELT 69 69 69 69 69 69 69 69 69 ER ELT 69 'a Z,.i;; N CO Cfl CO CO CO 0--.0 CO CO V CO V (D -00 N 000 O N 0 N O. O N .-.0 0 O N N:.: Cfl O Cfl N ON-.ON CO N V (D .ON CO ON. 00:.. R M V M CO0O r- N CVD 0 co V LO M V M V W M 0 V r- r- N N N N M r M 0 0) 0 LM M CND r M r N co V M L 0 0 0 0 r CD r r CD r CD CD CD CD CD CD CD CD r CD CD CD CD CD r CD CD M 0 r 0 r 0 0 0 M 0 N r r 0 0 N 69 Z...........1, N' E R C' R' a; a' v, a CO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO lu u> Ln Lo Lo Co Co Co Co Co Co Co Co Co Co Co Co Co r- r- r- r- r- r- r- r- r- r- r- 00 00 00 co co co co co co co co m m m R 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 N N N N N N N N N N N N N N N N D 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 L E 0 Z'.. Ln M V N N N Mr N 0) V N M CD LO 00 CD M N CO LO CD LO CO M CD CO 0) 0) V CD LO N M N M M N M CD M LO LO LO N N N 0) 0 0 0 0 W 0) M V M LO LO V M M LO M N CD 00 r CD CD r 0) CD CD CO 0) O N N r r r r 00 00 00 00 I- r r r 00 00 r- 00 I- 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 Co 00 00 00 00 00 0) 0 0 v'..00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 �j 0 00 00 00 O O O 000 O 00 00 00 00 O O O 000 O 00 00 00 00 00 00 O C Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln E 7 Z E Ln M LO M CO 0) ON M V LO CD r 00 0) O CD O N M V LO CD r CD r r 00 O M CD r 00 N V CO 0) V I- N N N N N N N N N N M M O M M M M M M M V V M O V V LO LO LO LO LO CD O M V Ln M M M M M M M M M M M M M M M M M LO M M M M M M M M M M LO M M M M M M M M M M M M M U 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 00 0 0 0 0 0 0 0 0 000000000000 G) O 0 00 O V O 0 O 00 M 0 0 0 O V O O O O O O 0....O 00 O O 00 00 0 0 0 0 00 0 O O O O 00 0 0 0 O O O V V O O N V O O O O N O O O O O O O 00 00 O O O 00 N O 00 O O O O 00 V O O O O O 00 O O O 0 00 O O CO O 0 0 0 0 0 0 O O N N O O O N O V R'.. H) 643 643 64, V 643 E43 E43 E43 E43 V M 66 66 CO 00 643 643 I— ELT M 643 643 643 643 643 E43 E43 LO CO E43 E43 O CO I— ELT N R M fR CO CO 691 CO I- M M M M m 69 69 69 69 69 69 691 691 691 691 691 691 Z,1 V! O 0 00 00 0 O 0 0 0 0 CO 0, O O O O O O O O 0....O O O O O 00 00 0 0 0 0 O 'a O O 00 00 M O O 0 0 0 0 0 0 0 O O O O O 0 0 0 0 0 0 O O 00 00 0 0 0 0 O O 0 0 0 0 0 (Ti 0 O O O O O M O O O O O O O 0 0 0 0 0 0 O O 0 0 0 0 0 0 0 0 O w 6c3 6c3 6c3 6c3 6c3 6c3 00 6c" 6c" 6c" 6c" Ef3 Ef3 CF) Ef> Ef) Ef) Ef) Ef) Ef) 6c" 6c" 6c" 6c" 6c" 6c" 6c" 6c" 691 691 691 691 69 69 69 69 69 69 N Z.........;' V! O 0 0 0 0 0 0 0 O 0 0 00 0 0 0 O O O O O 0 0 0 O O O O O 00 00 00 00 O O 0 0 0 0 0 0 0 O 0 0 00 0 0 0 O O O O O 0 0 0 0 0 0 O O 00 00 00 00 O O 0 0 0 0 0 0 0 O 0 0 0 0 0 0 0 O O O O O 0 0 0 0 0 0 O O 0 0 0 0 00 0 0 O ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER Qil N+ wO LO O O N O r V CO O I- O O O O M O O O r O O N....O O N LO LO O O N 0 0 0 0 0 N Q V -. M O O M I- M M -. 00 M O N 0 0 CO O O O CO 00 O LO I- O N - LO 0 0 - 00 00 O O O LO N 0 LO 00 O O I- 00 00 N LO V V 0 0 0 0 CO O LO O M O CO 0 00 O LO I- M 0 0 0 M r O O O 0 V I- r 0 LO O N M O 0 069 LO 0 69 V 0 69 M V I- 0 00 691 LO V 69 69 CO N V 69 691691 0 V M V 69 M LO V LO V I- LO M M r V LO CO V V LO V V N CO V 4- R r ELT 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 O a � a V! W O LO 0 V M CO N O O O CO 0, O O O O O M O O 00 O O 00 LO LO O O 00 0, O O O O LO0 0 0 I- 00 M V CO O O O M CO O 0 O O O 0 O O 00 - M - 00 M O O M O LO O O O O d O CO CO V LO M M CO O O O 0 M O O 00 (Ij O W O O Ni Ni LO 00 00 O O I-� O N O O M O 0 00 r O 00 00 00 N N 6<) 6<) 6<) O LO 6) 00 CO M 6<) I- 6<) 6<) N O LO M 00 00 6) 6<) 0 6<) 00 6<) 6<) V v) M N V M N N V V 69 N 00 N M CO a y........ ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER 'a N O O CO.. O O O ON O.: 00 00 00 00 V CO M...ON O O O O CO O O V: 00 CO V O ON 00 00 00 00 V 00 ON O 1- 0 O N LO V O 00 M N 00 CO V N O M LO CO 00 00 CO M CO CO V N O CO LO N N N CO O N CO 'I- '1- V 00 00 CO I- N N N NO M M M V CO LO V r- r r N 0 LO LO V M LO CO CO N M CO I- V N L M M M M M M M M r r r 0 0 0 0 0 M M r M M M M M M 00 r M M r M M M M M M (D M U!, Ef3 ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER N Zi..., N' E R C' R' a; a v, a CO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO m m m m m m m m o o o o o o 0 0 0 0 0 R N N N N N N N N 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 M M M M D 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 0') L E 0 Z'.. L) 00 00 O 00 V V 0 r M M r V 0 0 M O N Ln LO LO 0 M 00 O O N N V 00 M CO CO 0 a N O N N W N O W CO CO CO LO V M V CO V LO LO P- O r r r 0 r 00 O 00 W r r 00 W O I- O N W 0 0 0 00 W W 00 W 0 0 0 0 0 0 0 W 0 0 0 O 0 0 0 0 0 0 O W 0 0 0 0 0 0 0 0 O '0'.. 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 0 00 00 00 00 00 00 0 00 00 00 00 00 00 0 00 0 0 �j O 0 0 0 0 0 0 0 O 0 0 0 0 0 0 0 O O O O O 0 0 0 0 0 0 O W 0 0 0 0 0 0 0 0 O LO Ln LO Ln LO LO Ln Ln Ln Ln Ln LO Ln Ln Ln LO Ln LO LO Ln LO Ln LO Ln Ln Ln Ln LO Ln LO Ln Ln Ln Ln Ln E 7 Z EN V LO 0 0 M V LO M CO 0 0 N M V LO M N I- M r CO O M M 0 N V M I- O O N V LO 0 _ LO LO Ln Ln M M M M M M M M r r r r r r O V CO I- r r 00 00 00 00 W W W W W O O r U 0 0 00 00 00 0 00 00 00 0 0 0 00 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 00 0 G) O O 0 00 0 0 0 0 0 0 0.... 0 0 0 0 0 0 O O O O 0 O O CO 000 0 0 0 0 0 O O 0 0 00 0 O O O 011- 0 0 0 0 0 0 O O O O CO O O V O CO 0 00 0 — 0 0 0 0 0 0 0 0 O O O O 00 O O O O V 0 0 0 0 0 0 O O O O O O V O M 0 0 0 0 0 0 0 0 0 0 0 0 0 O O O O O O R'.. ER 643 643 643 N 643 643 643 643 E43 66 66 66 66 66 0 66 66 N 643 CO 643 643 643 64, M 643 643 643 66 66 66 66 66 66 66 66 66 643 643 V! O O 0 0 0 0 0 0 0 0 0 0.... V r 0 0 0 O O O O O 00 O O 000 0 0 0 0 0 O O 0 0 00 'a O O 0 0 0 0 0 0 0 0 0 O V V 0 0 0 0 0 0 0 0 00 0 0 0 0 0 0 0 0 0 0 O O O O 00 O O 0 0 0 0 0 0 0 0 0 O 00 00 O O O O O O O O O O O O O O O O O O O O O O O O O O w Ef> 691 691 691 691 691 691 691 691 691 691 691 00 CF) 69 69 69 69 691 691 691 691 691 691 691 691 691 691 691 69 69 69 69 69 69 69 69 69 691 691 N Z.........;' V! O 0 0 0 O O O O O 0 O 0.... 0 0 0 0 0 0 O O O 00 O O O O O O 0 O O O O O O 00 00 O O 0 0 0 0 0 0 0 0 0 O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O 0 0 0 0 0 0 0 0 0 O O O O O O O O O O O O O O O O O O O O O O O O O O O O O ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER CL 7 O Q:!i N+ Z', w N O — LO O 00 O CO r CO 0) V V O O V CO O O O O 0 CO V V O O O 0 O O O V O O O N 0 Q r O 7 v7 0 0 0 N M O O 00 LO 0 0 0 00 0 0 0 0 CO O V CO CO O O -7 O N V O N LO V O r V O N M O LO r O O O r V O CO LO M N O O O N 0 0 00 0 0 0 0 0 LO O N O N LO 00 O CO 0 0 r 0 V LO 69, 69, 69, M V CO V 00 N 00 0 69 r V 69 69 69 CO O M N N O 69 M 69 V O O M M V 69 V V O VV V V M V M V LO LO M V CO M 0 0 V CO r V M CO M V R r ELT ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER O a co a � V! 00 O W LO O O O O N M V O M 0 0 M.. V 0 0 0 0 0 V CO O O O 0 0 0 O O CO O O O 00 0 0 O N CO 00 O V CO O 00 M M 0 (M CO O r N O V O O CO r O CO CO 0 M O O M 0 r O N CO LO V d r r 00 O N M 00 CO M LO O V r O r CO O 00 O O M r O O r r O LO O O r 00 LO O W M O N O Ln 00 00 69 V V 0 M 0 00 00 V fR LO 00 ef3 V ef3 6c, Ln r M fR r CO 00 N 6, fR r r r fR 00 00 0 Ln N V CO CO N N N N V N CO V N V CO CO V N CO N V a y,..:. ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER 'a N 00 ON OOOOOOOOOO ,-.00 O V V V (D -N N :. N N. M M M V V M MV V O 00 N CO (D CO N 00 00 (D ,. O .. N CO N N N V O.. V:- 000 V M V Ni V V M M N O z6 M M O M N Ni V- M M V z6 LO LO (D (D z6 N V O ( V- 000 OM � V L M M M M M M M M M M M r M 0 0 0 0 0 0 0 r 0 0 M M M M M M 0 0 r 0 M CO CO CO CO CO CO U!, Ef3 ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER N Zi..., N' E R C' R' COa; a v, a w; o Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln 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 W 0 0 0 0 L E 0 Z'.. M V LO LO CO CO V M V 0 M O O M 0 M V V M CO r LO N CO 0 M N V O 0 LO LO 0 O N CO O N M V 0 N N M Ln M N V M r r CO r (D CO 00 CO LO LO CO 0 CO 0 CO 0 0 00 N N 0 0 N O O 0 0 0 0 0 0 0 0 0 O O O O O O O O O O O O O O O O O O O O O 00 0 0 0 0 0 0 0 0 0 O O O O O O O O O O O O O O O O O O O O O O O O O O O O O C LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO E 7 Z ELO CO r CO 0) r CO 0 0 0 O � N V CO r CO O O M O LO r CO r CO O O N M V LO CO N N M V _ 00 O M M M M r r r 00 00 00 0 00 00 O O O O V O CO CO N V V V V V LO 0 0 0 M M M M M M M M M M M M LOO LO LOO LOO LOO LOO LOO LOO LOO LOO LOO LOO LOO LOO LOO LOO LOO LOO LOO LOO LOO LO LOO LMO M M M M U 0 0 0 0 0 0 0 0 0 0 0 0 00 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 00 00 G) 0 0 0 0 0 0 O O 0 0 0 00 00 O 0 O 00 00 0 0 00 0 0 0 0 0 0 00 0 O 0 00 0 0 0 0 0 0 0 0 0 N 00 O 00 O O N O O O 00 N O O O O CO O O O O O V V V 00 00 00 00 O O O O CO O r 0 0 0 0 0 0 W O O M O O (Ti O O O N (Ti O O O N O O O O O V V V N N N N O O O O 0 O R H) E43 E43 E43 E43 E43 N LO 66 LO 6-3 6-3 N 643 643 64, M N 643 643 643 N CO E43 E43 66 66 66 N N N M M M M 643 643 643 643 N 643 m', Ef3 ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER Z,1 V! 0 O O O O O O O W 00 00 O 0, O 0000000000000 0 0 0 0 0 0 0 0 00 00 'a 0 0 0 0 0 0 O O LO 00 00 0 0 O 0000000000000 O O O O O O O O 00 00 0 0 0 0 0 0 O O I-� 0 0 0 0 0 0 O O O O O O O O O O O O O O O O O O O O O O O O O O w Ef3 ER ER ER ER ER ER ER CO ER ER ER ELT 69 69 ER ER ER ER ER ER ER ER ER ER ER ER ER ELT 69 69 69 69 69 69 69 69 691 691 691 691 Z.........;' V! 0 00 00 0 O O 0 0 0 0 0 0 0 0 0 O O O O 00 O O O O O 0 0 0 0 0 0 0 O 0 0 0 0 0 �;.0 00 00 0 O O 0 0 0 0 0 0 0 O O O O O O O O O O O O O O O O O O O O O O O O O O 0 0 0 0 0 0 O O 0 0 0 0 0 0 0 O O O O O O O O O O O O O O O O O O O O O O O O O O ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER CL 7 O Q:!i N+ Z', U) 0) LO O O O M O O W 0 V CO O 00 CO 0 O 00 0 0 0 O CO LO LO 0 0 0 O O O O 0 O 0 O N O V Q CO 00 CO O O LO O O V O M M O CO LO LO O O O O V O O O 7 V O 0 0 0 0 0 0 0 0 O O O I- O N N 00 O r O 000 O M O CO I- O O V CO O O N V LO O O O N I- 00 0 0 0 0 0 0 0 0 (D O O M O M V 0 M O N CO 69 69 00 69 LO V 69 0) O LO H) 69 N V V 69 69 0) LO LO 0) 0) H) E91 E91 E91 69 69 69 M 69 0) r- 69 V V 0 I— 0 V 0 M M V LO V V M M V V V M 4- R r ELT 69 69 E91 E91 E91 69 69 69 69 69 69 69 69 69 ER ER ER ER ER ER ER ER ELT O a 0') a V! LO O O O V O O ao CO N O W N V 00 W N 0 0 0 O V LO LO 0 0 0 O O O O 0 O 0 O 00 O M... (M 0 0 0 00 O O N O O N O -' V V O O O LO CO O O N VI*-: LO 0 0 0 0 0 0 0 0 CO O O O O LO 0 00 O O O 00 O O O O d 1 V 0 LO O O M N O O W LO M M 00 0 0 0 0 0 0 0 W M V I- O 0 E ER ER ER ER ELT M H) 00 00 69 M 0) H) 69 00 00 00 69 69 N 00 00 N CO 69 69 69 69 69 69 69 I- V O 69 N N N N N N N LO V N V LO CO V N M a ELT 69 69 69 69 69 ER ELT 69 69 69 69 ER ELT 69 69 69 69 69 69 'a Z,.i;; N ON OOOOO CO O O - N 00 O 00 CO N 00 0..... O 00 N O CO O 0 CO N CO 00 V V N (D ,.O V V V 00 00 00 00.... CO 0 O 00 CO 00... R M M M O N M N OO ONO M M M N O M LN M N O N N N CO O M V N LSO Ni Ni Ni M M M M LM M Ni 000 N M L M M M r M M M M M M M M M r r M M M r M M M M r M M r M M M M M M M M M M M M M M N Zi..., N' E R C' R' COa; a' v, a w; o,LO Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln IV fa:M M V V V V V V V V V V V V V V V V LQ LQ LQ LQ LQ LQ LQ LQ LQ LQ Q Q Q Q Q Q Q Q Q Q Q Q Q D 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 L E 0 Z'.. V CO CO CO I- O CO M CO LO N 0 0 M LO M O LO V 00 I- r 0 00 M CO LO LO M CO CO CO CO LO M CO LO 0 0 W Ln M M M M Ln N N N M CO M V M LO V W 00 00 W N 00 00 CO I- x 0 0 0 O O O W N O M N N N N N N N N N N 0 00 00 0 O O 0 00 00 00 O 00 00 00 00 00 000 00 O 00 O O O 00 00 C i,LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO E LO CO CO O N M V O I- CO 0 0 0 O O V LO r CO 0 M r CO V M LO CO N M V LO V LO I- N M _ W W 00 W N N N N M V V V LO Ln W O M W N N N N LO W W O O W W N (M M M M M LO LO LO O O M M M M M M M M M M M M M M M LO LO M M M M M M M M M LO LO M M M M M M M M M M M LO LO 0 0 00 00 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 000 00 0 00 0 0 0 00 00 G) O O O 00 0 N 00 00 O O O 0.... O 00 00 O 00 0 O 0 00 0 0 00 0 M O 00 O 0 0 O O O 00 0 00 00 0 0 0 0 O 00 00 O 00 O 0 00 O N O O 00 O O 00 O V O O O O O O M O 0 0 0 0 0 0 0 O O O O O O O O O I-� O LO V V 0 0 0 V 00 O O O N R H) 643 643 64, 64, O O E43 E43 E43 E43 66 66 66 64 64 66, 66, 66, 66, 66, 66, 66, 66, V LO 64 CO CO M Ef3 E91 N N E91 E91 69, '1- N m � Ef3 69 69 69 69 � � Ef3 � � N' Z'V1 V! O O O 00 0 0 0 0 0 0 0 0 0 0.... O 0 O O O CO 00 0 O 0 0 0 00 0 0 O 0 O O O O 0 'a O O O 00 O O O O O O O O O O O O O O O 0 00 O O 0 0 0 00 0 0 0 O O O O O O O O O O O O O O O O O O O O O O O O O O V O O O O 0 0 0 0 0 0 0 0 O O O O O O w,., Ef3 ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER M Ef3 ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER V! O O O O O O O O O 0 O O O O 0.... O 0 O O O O O O 0 O 0 0 0 0 0 0....O O 0 O O O O 0 O O O O O O O O O O O O O O O O O O O O O O O O O 0 0 0 0 0 0 0 0 O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O 0 0 0 0 0 0 0 0 O O O O O O ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER Q O V1 V N N 'ZL U) O W r V N M O CO 0 N O 00 N O 0 M 00 00 N CO O M... O 0 0 0 0 0 M....0 O V O O W O 0 0 O CO 0 V O M N M N O O 00 CO M 0 M O I- M 0 0 - 0 00 O 0 0 0 0 0 - 0 0 CO O I- M O O N M 00 r- V N N V I- N O O M M 00 00 I- O 00 M I- r r M LO O O O O O O LO O O CO O M 00 O O M V V I- 0 00 O V M 0 LO N V N 0 V 0 r V V I- r M LO fR e91 0 E91 e91 69 LO fR 0 0 69 LO V 0 69 V V V V N V V V M LO V LO N N V V V I- V V N V V V V 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 0 a 0 a LO z m V! O M CO 00 W LO O N 0 00 O N 00 0) O 0 1- N N V V O V 0 0 0 00 r- O O 0 0 0 O 0 O CO LO 0 00 00 LO M V M O I- O V LO O V I- M V O 00 M CO 00 O O 00 V CO O O O LO 00 O N O O W r r N 0 LO W O (D CO N LO 00 O CO W W M W r O O O O V W V O O M O CO O E 00 0 00 O M N 00 0 V 00 V 00 M CO 00 M 00 00 I- 0 0 0 r LO 00 69 69 69 0 M V 69 69 0 0 N 69 V N N N N V N N M M V N N M M V 69 V LO a y ER ER ER ER ER ER ELT ER ER ELT 69 69 ER ER ELT 69 69 69 ER ER ER ELT ER ELT ER ELT 69 ER ELT ER ER ELT 'a N ZV1 N O 00 CO O O ON ON 00 CO V V 00 V V V: 00 0::.ON V CO V NN 00 ON CO (D O ON O O (D(D O -:00 O ON 00 00 '1- (D CO 00 I— N O LO r N O M V 0 0 0 N 00 0 0 I— N M N r LO M O LO V V O O V O 00 I— 00 M N R M M 00 M 0 M M M M M M M M M M N 00 M M00 M V N O I— M M M V V M N N V M V CO CO M r M r M M M M r M M M CO M M M ( CO M M M CO r M M M M M M M CO M M M r M N' Z''.i. N' E,'ji R j1 Z'....du C v R' a; a a CO w o Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln IV R CC C C C C C C C C C 00 92 92 92 0° Q Q Q Q Q Q Q Q Q Q Q 0° 0° 0° 02 92 92 Q Q Q Q Q Q o 0-) 0-) � � � � � mmmmmmmm m 0000 0-) � � � 0-) � � mmmmmm m mm0-) L E Z........'.. N Ln 0 00 M O M r r M 00 M V V N N V I— O M O V 0 0 CO 00 LO N O 00 00 N I— M O N M Ln 0 V N M M V LO M LO V N M 0 0 I— r M M M 0 r 00 r 00 r 0 00 O O 00 N 0 0 0 M V O N'.. N N N N N N N N N N N N M N N N N N N N N N N N N N M M N W N N M M M M M M M W W W 0 0 0 0 0 0 0 0 0 0 0 0 W 0 0 0 0 W 0 0 0 W 0 0 0 0 0 0 0 0 W 0 0 0 W W �j O O O O O O O O O O O O O O O O O O O O O O O O O 0 0 0 0 0 0 0 0 O O O O O O �,', Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln L Z E O N M V LO M r CO 0 0 0 LO I- M V LO CO I- CO 0 0 N M V LO M I- CO 0 0 M 0 M r 00 0 CO CO M M M M O O O O r- r CO CO N N N N N N N N N N M LO LO M CO CO CO U 0 0 0 0 0 0 0 0 0 0 0 00 00 0 00 00 0 00 0 0 0 0 0 0 0 0 0 0 0 0 00 0 0 N O 00 00 O 00 O 0 00 O O O O 00 00 O 0 O 0 O O O O O O O O O O O O 00 0') 0 (p 00 00 O 00 O CO O O CO V 0 00 CO CO 00 O O N O O 00 O CO N 00 O O CO 0 0 00 O O O O O O O O 0 0 0 0 0 0 0 0 CO O O O O 0 O O O O O LO LO N O O O O O O CO M ELT 643 643 643 E43 E43 E43 E43 00 E43 E43 643 643 643 CO N 64, 64, 643 O LO 643 643 E43 E43 E43 O M CO ER ELT N 64 64 64 64 M R:CO CO CO M N CO M CO CO r 69 m Ef3 69 69 69 ER ER ER ER ER ER ER ER Z,1 V! 0 00 00 M 00 O 0 0 0 0 0 0, 0 0 00 00 O 00 0 O 00 0 0 0 0 O O O O N 00 0 'a O 00 00 00 O O O O O O O O O 00 00 O 00 O O 00 0 0 0 0 0 O O O LO 00 O O O O O O LO O O O O O O O O O O O O O O O O O O O O 0 0 0 0 0 0 0 O O O M 0 0 0 w 6c3 6c3 6c3 6c3 6c3 o) 6c" 6c" 6c" 6c" Ef3 Ef) Ef) Ef) Ef) Ef) 6f 6c" 6c" 6c" 6c" 6c" 6c" 6c" 6c" 691 691 691691 691 691 691 69 69 69 69 69 69 69 `N Z.........;' U) 0 00 00 O O 0 O 0 0 0 O O V 00 00 00 O 00 0 O 0 0 0 0 0 0 O O O O O 00 0 O 00 00 O 00 O 00 00 O r 00 00 00 O 00 O 0 0 0 0 0 0 0 0 0 0 0 0 00 0 O O O O O O O O O O O 00 O r 0 0 0 0 0 0 O O O O O 0 0 0 0 0 0 0 O 0 0 0 0 0 0 ER ER ER ER ER ER ER ER ER ER ER ER ER ER r ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER '.- Q...,.... 7 O N+ Z' U) 0 O V CO O V O 0 O M O W 0 0 0) 0 LO O O O 0 CO O 0 O r CO W 0 00 r O O O N M O Q O O LO N V — O O V V O CO 0 0 0 0 CO O O O M LO CO O O O O M O O O O V LO O CO 0 — 0 r d 0 O CO LO V M O O LO 00 O LO O LO V M 00 O O O M LO M O O O O 00 0 0 0 0 O 00 r O O Ln fR 0 V LO N CO 69 LO LO 0 00 69 N CO LO 69 69 0 LO O V 69 69 69 0 M 00 ef3 ef3 ef3 M O ef3 N r CO 0 N V V CO LO N V V V CO V M LO V N Ln M V V r V M 4— R r ELT 69 69 69 69 69 Ef3 69 69 Ef3 69 69 69 69 ER ELT 69 69 ER ELT 623 69 69 v) - v) ER ELT O a; 691 a LO z m V! 0 O CO V O W O 0.... O (D O O O LO O LO O O O W N O 0 O M V 0 00 M O O O O r 0 0 O CO CO M O — N CO N r O M O O M 00 r O CO O V N r O N CO O V N CO 0 0 LO O O O CO 0 — C)) d 1 0 V CO N O M r O V V V LO O O N 0 M O M M M LO M O LO LO 0 0 0 LO O O O 00 O O O r V CO E 6" LO r 00 6' O M CO 0 00 V 69 69 00 0 0 69 N LO M r 00 69 0 r CO LO O 69 69 00 N 69 69 69 0 O 0 V N r LO N N V N N M V N CO r V N M M LO N a y:. ER ER ER ER ER ER ER ELT 69 69 69 69 69 69 69 ER ELT ER ELT 69 69 ER ER ER ER ELT ER ELT 69 'a Z,.i;; N OOOOO 0 0 0 CO.:..00 N CO V N N 00:.: CO 00 O N CO V M...00 M M 0-:00 00 ..:� O ,O � 0 0 O O 0 0 00 .....00 M -.0 CO 00 V 0--.0 0:.. V M r V r O 0 N V O V O N LO M CO CO O O 0 LO LO O 00 LO N 0 O 00 Ni 00 Ni 00 R M V N M N r MO M M O N CO LO CO LO V 00 00 M LO 0 r O V M CO M N N LO LO 0 LO L M M M M M M r 00 r cm cm r m cm m m m m m m m CO CO CO (D r CO CO CO CO CO CO CO r r r cm cm cm cm U!,Ef3 ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER N Zi..., N' E R C' R' a; a' v, a CO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO O LO LO LO LO LO Ln 0 � � O O O 0 0 0 0 0 0 0 - - - - - — - - N N N N N N N N N M M M M M M M L V 00 r LO 0 M r M O LO LO CO M LO CO r 0 M r LO CO N M V 0 M M O CO CO CO O O O LO V r V M N O r r Ln LO M LO LO LO r CO CO r r rn 0 0 0 N O N N N N M M M M LO V M N M M M M Ln M M M M M M M M M M M M M M M M M M V V V V V V V V V V V V V V V V 0 0 0 0 0 O O O O O O O O O O O O O O O O O O O O O 0 0 0 0 0 0 0 O 0 0 0 0 0 0 C LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO E 7 Z',; E 0 O N M M V V LO CO r 00 0 O0 N M V LO CO r CO 0 N LO N M V LO CO r 00 M CO N 00 0 O M V V V V M 00 V V V V V V LO Ln 0 LO LO LO LO LO LO LO LO 00 O CO CO CO CO CO CO CO LO 00 00 M CO CO r U 0 00 00 0 00 0 0 0 0 0 0 0 0 0 0 0 0 0 0 00 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 N O O O O O 0 O 0 00 O O 0 O O O O 00 00 O O O O 00 O O 0 00 0 0 0 O M O O O 0 V M 0 0 0 0 0 0 0 I- O O 00 O V 0 0 O O O 00 00 0 0 0 0 00 0 O V O 00 00 O O 0 I- 00 O O O W O O O O O O O O O O V O V O O O O O N O O 0 0 0 0 0 0 O N O 00 00 O O CO 00 O O O R'..00 643 643 643 643 643 643 643 m H) 643 I- ELT N 643 643 643 643 64, M 643 643 M 66 66 66 643 643 643 643 I- ELT M M 643 O CO I- M ELT 66 66 R ER 69 CO CO CO CO CO CO CO N CO ef3 CO m Ef3 69 69 69 69 69 69 69 69 69 Z,1 V! 0 O O O O 00 00 00 O 0 0 0 O 0 O O O 00 O M 00 0O O O O O O O O O O O 00 00 v O O O O O O O O O O O 00 00 O O O 00 00 O 0 00 00 O O O 00 00 O O O 00 00 a O O O O O CO 0 0 0 0 0 0 0 0 0 0 O 0 0 0 0 0 0 0 O O O O O O 0 0 0 0 0 0 O O O O O O w Ef3 ER ER ER ER 06c" 6c" 6c" 6c" 6c" 6c" 6c" 6c" 6c" ER ER ER ER ER ER ER ER M• 6- 6c" 6c" Ef) Ef) Ef) Ef) Ef) Ef) Ef) Ef) Ef) 6c" 6c" 6c" 6c" 6c" 6c" 691 Z.........;' w 0 00 00 0 0 O O O O O 0 0 0 O 0 0 0 0 0 O O O O 0 0 O O O O O 00 O O O O O O O 0 �;.O 00 00 O O O O O O O O O O O O O O O O O O O O O O O O O 0 0 0 0 0 0 O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O 0 0 0 0 0 0 O O O O O O ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER CL 7 O N+ Z', w 00 I- M N M O O M 00 00 00 O O M O O N O 00 N O O 00 O I- O 00 00 O r 00 00 0... Q O O V O N I� O O r O O O r O r O O 7 M O 7 O O V O O CO CO O CO O O O O V O O CO O N 0 7 d 0 I- VO V 0 0 0 O O O M O N O O O O O I- O 0 M O M O 00 0 0 0 O N I- O O O N N 0 Ln V Ln O Ln69 � Ln 69 69 69 Ln 69 V 0) H) (D N 69, LO 00 69, (D I- ELT 00 V 0) M H) I- ELT 69 V 00 691 LO 691 LO Ln I- M N N 0 Ln 0 M V M V V Ln Ln V V V V CO CO N Ln V V V 4- R r ELT 69 69 69 69 69 69 69 69 69 ER ELT E91 69 69 69 69 E91 69 ER ELT 69 69 69 69 69 69 69 O a N LO z m N M I- 00 W....0 0 0 0 O O O 0 V O O I- O O 00 O O M 00 O O N O M O O O O O M O O O V N V 00 CO M Ln 0 00 CO O CO N N O Ln O V O O 00 O O O O O I� Ln 00 V I� 00 Ln O O O O O N O O O Ln O O 0) d M M 0 0 0 0 0 V 00 M O M O O N 0 I- O O M O I- 0 0 N 0 0 V O O O O O M O O O N M 00 00 00 0 N 0 0 N V 00 O 00 ER 0 6' 00 M 069 69 0 Ln 69 O 00 Ln 00 69 69 69 69 6969 69 69 0 0 O M M N fR 0 V I� 0 N V M 69 N N Ln N N a y:.ER ER ER ER ER ELT 69 ER ER ELT ER ELT 69 69 69 69 69 69 69 69 69 69 69 69 ER ER ER 'a Z,.i;; N ON.: 0 00 0 N W, W 00 O O O ,-00 ON I- ON O -.O O :0 00 ON. O 0 ON 0 00 O V 00 ON V O 00-.00 V OO N 0 V 00 00 O N.,: N M V N V 0 N M M O W r V N N N M N M V � M O r- � M OM V N r r- M M V O 0 M M V V W L 0 0 0 r 0 0 0 0 0 r 0 0 0 0 0 0 M 0 r 0 0 0 0 r 0 r M M r M M M M M M r M M M M M M 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 Zi..., N' E R C' R' a; a' v, a w M M M M M M M M M M M V V V V V V V V V 00 00 00 00 0 0 0 00 00 0 0 0 00 00 R L M 0 CO 0 O V O Ln M N 0 0 I- V O N O CO 0 r Ln 0 r Ln I- M V Ln V CO V O V O 00 I- V Ln V M LO M V 0 0 M M 00 0 00 0 0 00 CO CO I- 0 0 0 O 00 0 0O 0 N 0 Ln M Ln 'I- I- M V N V V V V V V V V V V V V V V V V V V V V Ln V 0 0 - Ln V - Ln Ln Ln Ln Ln V Ln - 0 LO LO LO LO LO �j 0 00 00 00 00 00 00 00 O O O 00 00 00 00 00 O O 0 00 00 0 O O 00 00 C i,Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln N M V Ln M r 00 0 0 Ln Ln N M V 0 0 0 0 N M V I- 00 0 0 N M V 0 0 r 00 I- N 0 0 N M I� r r r r r r r r 00 0 M 00 00 00 00 00 00 M CO M M CO CO CO 0 0 U M 0 0 0 0 0 0 0 M Ln 0 0 0 0 0 MMMMMMMMMMMMM MM M M M MM M M M M M M M M M M M M M M M W M co M MM OOOOOOOOOOOO OOO O O O OO OO O O O O O 0 O 0 0 0 0 0 0 0 0 0 0 0 00 G) 0 O O O O O O O O O N O O O O N 00 00 00 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 O O O O O O O O N O V O CO 00 V 00 O N O O O 00 O O O N O O 00 0 0 0 0 00 0 00 O r O O O O O CO O O 0 O (M O (Ti 00 N N O O O O 00 O CO O 00 0 0) 0 0 LO O O V 0 0 0 0 00 O R'..H) 643 E43 E43 E43 I— ELT 64 M 64 V 6- O 0-) M r- H) 691 691 I— ELT 00 691 O 691 - 691 LO Ef3 69 V O 6r> M 6r> 691 691 691 M 691 R: CO CO M I- M r E91 CO CO M I- M V N CO LO m', Ef3 ER ER ER ER ER ER ER ER ER ER ER ER ER ER V! 0 O O O O O O O O O 0 O O V O 0 O O 0 O O O 0 O O O O O I- O O O 0, 0 0 0 0 0 0 0 'a O O O O O O O O O O O O O M O O 0 0 0 0 0 0 O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O N O O 0 0 0 0 0 0 O O O O O O (Ili O O O O O O O O O O O w Ef3 6c3 6c3 6c3 6c3 6c3 6c3 6c3 6c3 6c3 6c3 6c3 Ef) CF)V Ef> Ef) Ef) Ef) Ef) Ef) Ef) 6c" 6c" 6c" 6c" 6c" 6c" 6c" o) 6c" 6c" 6c" Ef) Ef) Ef) Ef) Ef) Ef) Ef) Ef) 691 Z.........;' U) 0 O O O O O O O O O 0 O O O O 0 O 00 O O O 0 0 0 0 0 0 0 0 0 0 0 O O 00 O 00 0 O O O O O O O O O O O O O O O O 0 0 0 0 0 0 O 0 0 0 0 0 0 0 0 0 0 0 0 0) 0 00 0 O O O O O O O O O O O O O O O O 0 0 0 0 0 0 O O O O O O O O O O O O O N O O O O ER ER ER ER ER ER ER ER ER ER ELT Ef> Ef> Ef> Ef> Ef> Ef> Ef> Ef> v) v) v) v) v) v) v) v) v) v) v) Ef3 Ef> Ef> Ef> Ef> 00 Ef> Ef> Ef> v) '.- Q...,.... 7 O N+ Z', U) 0 CO r- 0 0 O O O O O O O O V O (D.. M r 0) O O O O 00 O O O LO O O V O (D V 0 0 0 Q O LO V V V O V V O O O O O M O V 7 LO N O O O O O 7 O V 0 0 0 O I� M O LO CO CO O O O d 0 00 M 00 O O O O O O O O O N O 00 O Ln O O O O O O O O O LO O O 00 M O MM O O D 0) r- M M H) M M 69 69 69 69 69 0) H) 00 CO 00 ELT 0) H) 0) H) V 69 LO 69 V 69 69 LO V 69 LO V O 0) O H) M V I- M (D M V N V M M V LO LO N V V LO LO 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 691 69 69 69 69 69 69 0 a � a LO z m V! O N M O O O O O O O 00 O O O O N I- M O O O 0 O O 00 O N O 0) 0) M.. O V r M O 0 0 O CO LO O O O O O O V 0 0 0 0 0 O 00 CO LO O O O 00 00 M O CO O O O I- N 00 O V LO M O O CO 0) d N V O O O O O O O V O O O O O LO r- LO O N O 00 M V O I- O M 00 LO M V O LO N 0 00 O E CO O OO 6<) 6<) 6<) 6<) 6<) 6<) LO OO V 6<) 6<) 6<) O 0 CO CO fR M 69, I- O 00 69, M 69 0) 00 V 0) 0) fR 0) 00 N CO 69 N V M N CO N CO N N N V V M CO N N N V 00 a ELT 69 69 69 69 69 ER ELT 69 69 69 69 ER ER ER ELT ER ER ER ER ER ER ELT 69 'a Z,.i;; N :..ON OOOOOO O-. O N ...0 CO 00 ., O N-..00 N O O 00':.. V M CO -..0 O N O O , O N..O O 0 V V V V V VV M N 0 0-.00 M:.. LO 00 0) M O r- O O M LO N V- O M M M M V LMO I- N 000 M N 00 W L00 V 0�0 0 M V M IN V M LSO M N L M M M r M M M M M M M M r M r M M M M M M M M M M r 0 0 0 0 0 0 0 0 0 0 r 0 0 00 N Zi..., N' E R C' R' a; a' v, a CO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO co co co co co r- r- r- r- r- r- r- r- r- r- r- r- r- r- r- r- ao ao ao ao ao 0 0 o m m m m m m m m m m o L M CO CO O CO CO CO CO N LO N O M I- CO CO CO CO CO M N O M 0) 0) N I- M 00 (D O r V CO LO I- M V- V- V LO M M 0) 0) 0 0 0) I- r M CO CO LO CO 00 CO CO CO N N N Ln N LO V LO LO V V M V LO CO CO N LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO (D CO CO CO CO (D CO 0 0 0 0 0 0 0 0 0 0 0 0 �j 0 O O O O O O O O O 00 O 00 O 00 00 00 O 00 00 00 00 00 00 00 00 O C LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO E 7 Z',; EV LO CO I- N M r CO 0) O N M V Ln M r 00 0 O CO LO (Or- 00 I- COLO G) 0 N M V LO CO CO CO O O O O 00 M M M O O N M N N N N M M V N M M M M M M M V V CO CO CO CO W LO LO LO M M M M M M M M M M M co M LO co co co co co co LO co co M M M M M M LO LO co U 0 0 0 0 0 0 0 0 0 0 00 0 00 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 G) 0 0 0 0 0 0 0 O O O 0 O 0 00 00 O O O O O 0 O O O O O 0 0 0 O O O 0 00 00 0 0 V 0 0 0 0 0 0 0 0 0 0 O O O 00 00 V O V 0 0 0 0 0 0 0 0 0 0 00 O O 00 0 00 00 00 O N O O O O O O O O O O 0 0 0 0 0 0 O Cfl O O O O O O O O O O V O O V O O O O N O O R'..ER N 643 643 643 643 E43 E43 E43 E43 66 66 66 64 64 643 64, M 643 (D 643 643 643 643 643 643 E43 E43 66 69 r 69 69 r 69 69, 691 691 691 691 V) 0 O O O O O 0 O O O 0 O O O 0, O O O O O O O 0 O O O O O 0 0 0 O O O 0 0 0 O O 00 'a 0 0 0 0 0 0 0 0 0 0 O O 0 0 0 0 0 0 O O O O O O O O O O O O O O O O 0 0 0 0 0 00 O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O w Ef3 ER ER ER ER ER ER ER ER ER ER ER ELT 69 69 ER ER ER ER ER ER ER ER ER ER ER ER ER ELT 69 69 69 69 69 69 69 69 691 691 691 691 N Z.........;' U) 0 00 00 00 00 O 0 O 0 0 0 O O O O O O 00 O O O O O 0 0 0 O O O 0 0 0 0 0 0 0 �;.0 00 00 00 00 0 O O 0 0 0 0 0 0 O O O O O O O O O O O O O O O O 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 O O 0 0 0 0 0 0 O O O O O O O O O O O O O O O O 0 0 0 0 0 0 0 ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER CL 7 O N+ Z', U) 00 O O 00 0) LO V 00 O LO 0 V 0 0 0 0 0 N 0 LO LO r 00 r O V 0 O V V O Cfl 0 0 0 O O Ln., Q M O O (M O) r M Ln 00 00 O V O O M O M O N N N M V M Cfl V O O M V O 7 O (? N O O Ln N r O N V r 00 00 (D O O V O LO V LO O O O r r r r M O) LO 0 0 0) V O r O O r O O (D V 69 N M V 00 Ln r- - (D 0) r r 69, 00 LO V 69 LO 69 (fl V V LO V V 00 00 (fl 69, 69, N r 69, V 0) 0) O 69, (D V M (D V N V M M IVV V M V (D 0 V V V V V V V V M V V LO M V- 69 R r ELT 69 69 69 69 69 69 69 69 ER ELT 69 69 ER ELT 69 69 69 69 69 69 69 69 69 69 69 69 69 ER ER ELT - 69 O a � z LO m V) N O O N LO (D N O LO 0 (D 0 0 0 0 0) 0 00 O 0 LO LO M N O) M O (D 0 O (D (D O V 0 0 0 O Ln... N O O V Cfl N V Cfl O M N Ln Ln N (? D) Cfl O W (? (fl — — D) r Ln V V O) N O O Ln O Cfl O O W O 0 (fl d V O O O r r r V O 00 r r 00 Ln (fl r O N O M O) 0) LO Cfl O LO N 00 O M r O N N (D O 00 00 fR fR 00 r N 00 O fR 0 O O r 00 00 fR M Ef3 V 00 00 0) 00 0) O 00 V 69 r O 69 0 Cfl M N 69 0 00 N M N M Ln N N M M V N N M M N V V W y 69 ER ER ELT ER ER ER 2 ELT 69 ER 2 ER ER ER ER ER ER ER ER ER ER ELT ER ER ELT 69 69 69 69 ER ER a 7'ou 'a Z,.i;; N 0. 0 0 000 0 0,-.000 N 000 N N-: 0 O N 0.....N 000 V- N V- 000 � V- N V- 0 000 -.0 V- ON:. 000 V- 0 000 000 0 0 0 0 0 ON... M N N V N 0 M OMO M M O ONO r- r 0 V M OM M CMD O M M LM OM � 00 Ni Ni V Ni 0 ONO Ni M IN N Ni N r- M L 0 0 0 M Cfl r (D (D r (D r (D (D Cfl r Cfl Cfl (D 00 (D r Cfl Cfl Cfl Cfl Cfl (D (D (D (D (D r (D (D (D (D (D (D r (D (D N Zi..., N' E R C' R' a; a' v, a CO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO N 0 0 0 0 0 0 0 0 0 0 OO 0 0 0 0 0 0 N N N N N N N N M M M R 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 N N N N N N N N N N N N N N N 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 L OO M r 00 O V 00 CD O LO M r N LO 0) CD M 0) O N V O) LO CD M N r CD LO r 0) 0) CO M r CD r V M 00 O O 0 0 r 0 r r 0 00 r r r 00 0) CD 00 N V CD V N M CD M O CD V V CD LO LO r LO O 00 0) N Cfl r r Cfl Cfl Cfl Cfl Cfl Cfl Cfl Cfl (D (D Cfl Cfl Cfl Cfl Cfl r r r r r r r r r r r r r r r r r r r r 00 r r- 0 0 0 0 00 00 00 0 O O 0 00 00 0 O O 00 00 00 000 00 O O O 0 00 00 00 C i,Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln E N M V LO CD r CO 0) O N M V LO CD r r CO 0) O N M V LO r N M V CD 00 0) O LO CD r 00 O N V V V V V V V V 0 Ln LO LO LO LO LO LO 00 CD LO LO CD M CD CD CD CD CD CO CO CO CD CD CD r 00 00 00 00 V r r co co co co co co co co co co co M M M M M M M M M co co co co co co co co co co co M M M M M M M M M co 0 0 00 00 00 00 0 0 0 0 00 00 0 0 0 00 00 00 000 00 0 0 0 0 00 00 00 G) 0 00 0 0 0 0 0 0 0 0 00 0 11- 0 0 0 00 00 O O O O O O O CO O O 0 O O O O 0 00 0 0 0 0 00 0 0 0 0 0 0 O 00 O 011- V 0 00 00 0 0 0 0 0 0 0 M O O O O O O O O 00 O O O CO 0 0 0 0 0 0 O O O O 00 V V O O CO O O V 0 0 0 0 0 0 O O O O O O O O O O O R H) 643 643 00 643 643 643 643 E43 E43 E43 E43 E43 E43 V N N 6-3 6-, V 6-3 6-3 0 H) 6-3 643 643 643 66 O 66 66 66 66 66 66 66 66 643 643 m 69 � Ef3 N' Z'V1 V! 0 00 0 0 0 0 0 0 0 0 00 0 0 0 0 0 0 0 00 O O O O O O O O O O O O O O O M 00 'a 0 00 0 0 0 0 0 0 0 O 00 O O O O O O O 00 O O O O O O O O O O O O O O O r 00 0 0 0 0 0 0 0 0 0 0 O O O O O O O O O O O O O O O O O O O O O O O O O O O 00 O O w 6c3 6c3 6c3 6c3 6c3 6c3 6c3 6c3 6c3 6c3 Ef3 Ef3 Ef) Ef) Ef) Ef) 6f 6c3 6c3 6c3 6c3 6c3 6c3 6c3 6c3 6c3 6c3 6c3 Ef) Ef) Ef) Ef) Ef) 69 69 69 69 00 691 691 N Z.........;' U) 0 0 0 0 0 0 0 O O O 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 O O O O O 0 O O 0 0 0 00 0 0 0 0 0 0 0 0 0 0 O O O O O O O O O O O O O O O O O O O O O O O O O O O O 00 0 0 0 0 0 0 0 0 0 0 O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER Q '.- 0'.L. OV1 V N N ZL wO N O M O O V r O 0 O LO 0 00 0 0 0 0 N V O CO LO O O O O V O r O LO O M M 0 0 Q 00 O O O LO M O CO O N O O 00 O O O O 00 0 0 7 LO O N V O r O O V 00 O CO O N O r N CO O N M O M O N r O N r M O 0 0 0 0 0 0 00 O O O O M CO O V 0 0 M LO O 00 O r O LO N O CO 0 r 69 CO V 69 LO V LO 0 0 CO 691691691691CO 69 69 LO V 69 r N 69 LO fR 69 0 LO 0 M 691M V N N e91 V V M V V V CO V CO V V V M V M V V V N V LO 4- 69 ER ELT 69 69 E91 69 69 ER ER ELT 69 69 69 69 69 69 69 69 ER ELT 69 69 69 69 ER O a Lo a Lo z m V! 0 O 00 O V O O CO M O 0 O LO 0 CO O O O O O 00 CO O V LO 0 0 0 0 V CO O M O LO O V r 0, LO O LO O CO LO O M CO O N CO M CO r O O O V O O N O O O V N CO N CO O N M O M O CO 00 0 0 N LO 00 CO O CO LO V M 0 0 r M 00 r V O O O V O LO 0 0 0 0 r O M O V O M N N r N N E O CO O ) 00 M 0 00 6<) N LO 0 M 00 6<) 6<) 6<) 6<) 0 00 6<) O O M 0 V 00 N 0 M 00 00 00 00 O 00 O N V N N CO V V CO N r N M CO CO CO N V r M N LO r- 691 a 691691ER ELT ER ER ER ELT 69 ER ELT 69 69 691 691 69 69 69 ER ELT 69 69 ER ELT ER ELT ER ER ER ER ELT 69 'a N ZV1 NOOOOOOOO V O CO 00 N 00..-0 O CO N N.. CO N,:.M 00 V V 00 V O N:. 00 O N V V..-O CO N V 00 N O. O CO O-.V V CO: 0... N 00 0 CO O N V CO r M r M O r N V V 00 V (D CO V M CO O N O M V O 0 N N 0 N 00 00 O N R r LO r 00 LO M M V M LO V LO M M N N CO V V N O 00 M M LO V 00 LO N N 00 N N t 0 0 0 0 0 0 0 0 0 0 M 0 0 0 0 0 0 0 x 0 0 0 0 0 0 0 0 0 0 r CO CO CO r CO cm m m cm r N' Z''.i. N' E,'ji R j1 Z'....du C v R' a; a a w LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO O N M M M M M M M M M V V V V V V Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo CO CO CO CO CO CO CO CO CO CO CO CO CO CO R 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 N N N N N N N N N N N N N N 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 L E Z O O N 00 00 N V V CO r 00 LO V M O O M V O V CO N M M M N O Ln0 (D CO 0 00 N N 00 0 r O 00 O O V M V N V 00 00 r LO CO CO r LO CO LO 00 0 O N O 00 N 0 0 O 0 N 0 N r 00 0 00 r 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 0 0 0 0 00 0 0 00 00 0 00 0 00 0 0 0 0 0 0 0 0 0 0 O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O LO Ln LO Ln Ln LO Ln LO Ln LO LO Ln Ln Ln Ln Ln Ln Ln Ln Ln LO Ln Ln Ln Ln LO Ln LO Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln LO L E 0 Z E M V 0 0 0 0 N M V LO 00 0 0 CO r 00 N M V LO CO r 00 CO O O r 0 O N M V LO r 00 0 00 r r r 00 00 0 0 0 0 0 0 N N O O O N N N N N N N 0 0 0N M M M M M M V V V CO LSO LSO LSO LSO LLO LLO LSO LSO LSO LSO LSO L00 L00 L00 L00 LSO LSO Lo L00 L00 L00 L00 L00 L00 L00 O Lo L00 L00 L00 L00 L00 L00 L00 L00 L00 L00 L00 L00 L00 0 0 0 0 0 0 0 0 00 0 0 00 0 0 0 0 0 0 0 0 0 0 0 0 - 0 0 0 0 0 0 0 0 0 0 00 00 G) 0 00 O V 00 O O 0 O O O O O O 0 O O O 00 O O O O O V O O 0....0 O O O O O O 0 V 00 O (D O Ln 00 O O (D O O O O M 0 0 0 0 0 00 O 00 00 0 O 00 O O O O O O O V O (M O V O O O V 0 0 0 0 0 V 0 0 0 0 0 0 0 O O O O O (fl O O O O O O O O O O O V 64, 06 6-" 0-) 64, 64, 643 D) ELT 66 66 66 LO 66 66 66 66 66 64, 64, 643 643 643 643 643 D) ELT 643 643 66 66 66 66 66 66 66 66 N' Z'V1 V! 0 0 0 00 00 O O 0 O 00 O O O 0 O O O 00 O 0 O O O O O O O O O O O O O O 0 'a 0 0 0 00 00 O O O O 00 O O 0 0 0 0 0 00 O 0 0 0 0 0 0 O O O O O O O O O O 0 0 0 0 0 0 0 O O O O O O O O 0 0 0 0 0 0 0 O 0 0 0 0 0 0 O O O O O O O O O O w Ef3 ER ER ER ER ER ER ER ER ER ER ER ELT 69 69 69 69 69 69 691 691 691 691 691 691 691 691 691 691 691 69 69 69 69 69 69 69 69 69 N Z.........;' U) 0 00 00 00 O O 0 O O O O O 0 0 0 0 0 0 0 0 0 O O O O O O 0....O O O O O O O 0 0 0 0 0 0 0 0 O O O O O O O O 0 0 0 0 0 0 0 O 0 0 0 0 0 0 O O O O O O O O O O 0 0 0 0 0 0 0 O O O O O O O O 0 0 0 0 0 0 0 O 0 0 0 0 0 0 O O O O O O O O O O ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER Q O V1 V N N 'ZL Q U) 0 0 0 0 0 (D O r O 0 00 N LO 00 O M 0 O M O LO 0 O M-::V V O 00 M 0:..00 O 0) 0 00 I— O (D Q O N O O (fl 7 0 N O O N D) 00 N O V 0 0 I� N Ln N O O 7 N V 00 Ln r O N V 00 O Ln N O Ln N O 00 O O O Lo M (D O O r Lo O r O O O O M I— N O Lo Lo N V (D 00 00 O r V O O V O (D .:69 V LO 69 I— r Cfl r 69 69 00 O Cfl LO 69 00 69 69 Cfl r Ln Lo 69 N (D rV r r 0) Lo V V O (D 69 Lo M M V V M M Ln V M M V M V V V V V I� M Ln V N V V V Cfl V V 4— 69 69 69 69 69 69 69 69 69 69 69 69 69 69169 69 69 69 69169 69169 ER ELT 69 69 69 E, ELT 69 O a � a Lo z m V) 0 O O Cfl V O M O O N 00 LO N O I— 0 O I— O LO 0 r..Cfl Cfl O 00 0 r 0....N O 0 N M O V O O O O N O 00 M O O I- 00 (? M I- r V O N 0 0 0 V Ln N Ln O Ln V V O M N N V I- 00 V N O N O O 00 0) LO O O 00 00 00 N LO O O N O O N 00 Cfl O N O Cfl M O (fl N r Lo 00 M V Lo E 6<) 0 Ef3 VM N O ON 0) Lo 6" 6" Lo N 0) 0 V (D (D Lo O 6<) 0) 00 M O N O O fR O N N Lo 0) 00 00 M Lo 0) V 0) N N N N V N Cfl Cfl N Cfl N N N N V M N fR M a ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER 'a N ZV1 N OOOOOOOO 00 N Cfl O V N:..-00 (D -. O (D O 00 N Cfl O N V:-O O N Cfl N V (D V 00 V Cfl 0:.. N O Cfl (D O N 0 O 00 0:.. V V V V- M 00 CND M M 6 V M Gi LO V O V M IN (D r V V M N CMD r � r- V 000 V V M N M Or M V LN L (D (D (D (D (D (D (D (D (D M (D r (D (D r (D Cfl Cfl Cfl Cfl Cfl Cfl Cfl Cfl Cfl (D r Cfl r (D (D (D (D (D (D (D (D (D (D N' Z''.i. N' E,'ji R j1 Z'....du C v R' a; a a w Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo O a (D r— r— r— r— r— r— r— r- r- r- r- r- r- r- r- r- co co co co co co co co co co co 00 00 00 00 00 00 00 rn rn rn rn R 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 N N N N N N N N N N N N N 0 0 0 0 0 0 0 0 D) 0) 0 0 0 0 0 0) 0 0 0 0 0 0 0 D) 0 0 0 0 0 0 0) 0) 0) 0) 0) 0) 0) 0 0 0 L E Z'I; M M O Lo O 0) V 00 LO N 00 N 00 00 LO CD M CD N N LO 0) I— O 0LO M V O 00 N V I— CD CD CD N M CD LO LO M M N V V CD LO V CD V CD LO r 00 0) 00 00 CD 00 00 00 00 0) 00 CD O 00 O N O O N 0 0 0 0 0 0 0 0) 0) 0 0 0 0 0 0) 0 0 0 0 0 0 0 0) 0 0 0 0 0 0 0) O 0 O O O O O O O 1 0) 0 0 0 0 0 0 0) 0) 0 0 0 0 0 0) 0 0 0 0 0 0 0 0) 0 0 0 0 0 0 0) O 0 O O O O O O O 0 0 0 0 0 0 0 O O O O O O O O 0 0 0 0 0 0 0 O 0 0 0 0 0 0 O O �,',Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln L Z 1; E 1 0) N M V LO CD r 00 0) O N M 0) LO V LO 00 O N M V LO CD r 00 0) 00 N M N M V CD O O 00 00 O O O M 00 CD M LO Ln LO LO LO LO LO LO LO LO CD r r r r M CD CD CD LoLoLoLoLoLoLoLoLoLo Lo LoLoLoLoLoLoLoLoLoLoLoLoLoLoLoLoLo Lo Lo Lo Lo Lo N Lo Lo Lo Lo Lo 0 0 0 0 0 0 0 0 0 0 00 00 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 00 0 00 0 00 0 41 0 O O O O O O 0 00 O 011- 0 00 0 0 0 0 N O 00 O O O O 00 V O O 0 O O O LO O O O O 0 V O 00 O (D O O O O LO LO O LO O 00 O O r O V 0 00 (D O (D O 00 LO 0 0 0 0 0 0 00 r O O O O 0 0 0 0 (M Cfl O O O N N O V 0 0 0 0 0 0 0 Cfl O O O O (M 0 0 0 Cfl 0 0 0 0 0 0 00 I-� O O O O R'..H) 643 643 643 O V 64, ER ER CD CD ELT V H) E43 66 66 66 00 66 00 6-3 6-3 6-3 I— ELT N 643 643 6-" ,1- 643 66 66 66 66 66 CD CD ELT 66 66, 66, R: I— (D (D (D (D (D N (D r V eP3 (D m Ef3 ER ELT 69 69, 691 691 691 691 691 691 Z,1 V) 0 00 O O O O 0 O O O O O 0 0 0 0 0 00 O 00 O O O O O 00 0 0 00 00 00 O O O O 0 'a O 00 O O O O O O O O O O O O O O O O IO O 00 O O O O 00 O O 00 00 00 O O O O O O O O O O O O O O O O O O O O O O O O V O O O O O O O O O 00 O O O O O M O O O O O O O H) 6c3 6c3 6c3 6c3 6c3 6c3 6c3 6c3 6c3 6c3 6c3 Ef) Ef> Ef> Ef> Ef> Ef> 6r) N H) 6c" 6c" 6c" 6c" 6c" 6c" 6c" 6c" 00 6c" 6c" Ef3 Ef3 Ef3 Ef3 Ef> Ef> Ef> Ef> 6c" 6c" ER N Z.........;' V! 0 O O O O 0 O 0 O O O O 00 O O O O O O 0 O O O O 0 0 O O O 00 00 0 0 0 0 0 0 O O 0 O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O 00 00 O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER CL 7 O N+ Z', U) 0 O V I— O O O 0 0 0 0 0 0 V Cfl V O 00 V O O O O 00 O N 0 N 0 0 0 I— O LO O O O M M Q O V I� Cfl O O O 0 0 0 0 0 0 W 00 N M 0 0 Cfl V I� O O N O Ln Cfl 7 O Cfl O O M 7 O Cfl O O W N r N Cfl VM O O N 0 0 0 0 0 0 LO LO N O LO O (D 0 0) V O O M O I— (D O r O O N (D 0 0) 0 0 LO I— 00 0 V I� M fR 69 N 69 69 69 69 LO 69 (D LO 0) O V 69 V M I— (D 69 691M 69 I� 0 M 69 0 0 0 r O 6969 69 0 r r r— V Ln V Cfl N M V M Ln V (D V V M V (D (D V V 00 CO M N V R r ELT 69 69 69 69 69 69 69 69 69 69 69 69 ER ELT 69 69 69 69 69 ER ER ELT 69 69 69 69 69 O a � a LO z m V! 0 O Cfl M O O O 0....O O O O (D 0) (D V (D 0) 0 0 0 (fl 0) LO 0 0 0 N O Cfl (D 00 0 0 0 M 0 0 0 O O I— r... O N V 0 0 0 O N N O O O O N M D) — Ln O Cfl O N O N O N O N O Cfl r M O Cfl W N V O O M —' 0 (? 0) N0 OroW V fR 00 OrNM D) V 0000 M M NM M N N O M M � O V 9 0 M N M N N N V Cfl M LO LO N M (D 0 N V N a y:. ER ER ER ELT 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 'a Z,.i;; - =. - -. ., ... 0OOOO0OO N LO LO O O O 0 O0 O O O O O N0 O0OVO0OOO0O0 V V OOOWO0N N 0 r00 N 00 rM (D rM M 00 R 0 M OMD M O V N OMO N CND CND 0) V O P- M V LO 000 N r LO r- M I— O N O 0) Cr9 V ONO N M O Oro CMD 000 Cr9 P- V O `O t r 0 0 M r cD cD cD cD cD cD OD cD cD (D r r cD cD (D r 0 0 0 0 0 r r 0 0 0 0 0 r r 00 0 0 0 0 0 r r N Zi..., N' E R C' R' a; a' v, a CO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO 'D W W W W O O O O O N N N N N N N N N N N M M M M M M M M 0 O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O L E 0 Z_',,'' 00 00 CD LO V LO O 0) 0) O 00 LO 00 CD r O N N LO CO CO M 0) 0) LO N CO I- 0 r r V I- M CO 0) 0) N N V O LO CD V LO V I- r O r O O 00 O 00 00 0) 00 0) 00 CO : : M M M M M VM N V Ln r r Ln r V I� N O O O O O O O O O O O O O O O O O O O O O 'a O O O O O O O O O O O O O O O O O 00 00 00 00 00 00 00 00 00 00 00 00 O O Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo O Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo E 7 Z',; E V0 0 r 00 0 CD r CO O M V CO 0) O N M V LO 0 0 N N 0 r 00 0 0 N M V 0 0 r 00 0 0 M I- r r r r r 00 00 0) V V 00 00 00 00 W W W W W W M M O V 00 W W W W 0 0 0 0 0 0 0 0 0 0 OO OOOOOOOOOOOOOOOOOLO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO O O r O U 0 0 0 0 0 0 0 0 — O 00000000000000 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 00 0 G) 0 00 0 0 0 0 O 0 0 0 0 0 0 O O O O O O O O 0 O O O O 0 O O O O r- 00 011- 0 0 CO 0 0 0 0 00 0 0 0 0 O O O O N N O O 00 00 00 00 - 0 0 0 0 0 0 0 0 LO 0 0 0 LO 00 0 - LO 0 0 0 0 0 0 0 0 O O O O LO I-� O O O O O O O O O O N O O O O O O O O V O V O CO (Ti 0 (M 00 (Ti R H) E43 E43 66 66 66 66 66 66 66 64, M 00 643 643 643 643 643 643 643 643 E43 E43 LO E43 66 66 66 66 66 643 00 00 6-3 N 6-, V 00 6-3 00 00 LO R CO CO CO CO M I� V CO M CO CO 69, ER ER ER ER ER ER ER ER ER ER N' Z'V1 V! O O O O O LO O O 00 00 0 0 O 0000000000000 O O O O O 0 0 0 0 0 0 0 0 0 'a O O O O O 0 O O 00 00 O O O 0000000000000 O O O O O O O O O O O O O O O O O O O CO O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O w,.,Ef3 ER ER ER ER OM,� ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER V! 0 00 00 0 O O 0 0 0 0 00 O O O O O OO 0 0 0 0 0 0 0 0 O O O 00 O O O O O 0 0 0 O 00 00 O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER Q '.- 0'.L. OV1 V N N ZL U) M... 00 N O r LO V O 00 O CO O O 0 O I- LO O N M LO O M O O M O LO I- M 0 0 0 0 O LO O O 00 0 0 0 Q 00 7 O I� M M M M LO 0 0 0 0 0 O CO LO 0 7 0 LO O O O O N O N (M N 00 O O CO O LO O O I- O O O N O LO 00 M M r r O N O O O O 0 I- N00 r LO N O O N O r r M M O O O O 0 0 0 0 0 00 I- r LO O LO 00 I� 0 V 69 69 69 69 CO LO 0 I� 00 00 00 00 fR 0 V 69 00 V I- fR 6969 CO 69 69 LO 69 69 M 0 - V 0 O V V V V - 0 M 0 V V CO V V V LO V V V V V 69 69 E91 69 69 69 _ 69 ER ER ER ELT 69 69 69 69 69 69 69 69 ER ELT 69 69 69 69 69 69 Ef3 O a_ 6 co a Lo z m V! V N 00 O M O...CO O N O V 00 0 O M O LO 00 r- LO O r O O V O LO M I- O O M 0 O LO CO O N V 0 0 CO M V CO - 0 CO V N 00 00 0 0 0 O - N I� r M 0 I- O M N O 00 CO O O O I� N 0 - I- O N N O O 0) EMMM6NMMr VMMLOV MrMOMMMMM M M M O O M O 00 N V M LO N M M O • • O • • M N N N N N V N CO I9 N N fiT N N N V N CO N N N N N M N M N a ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER 'a N ZV1 N O 00 O O 0..-0 O -.00 00 00 ON ON,:.0 O -...00 Io r 0 Or-.0 0 00 0 OM M O 0-:,O OM 00 O OM 00 0 Or OM 00 O 0 M:.. 0... V V V O N 0 0 N 0 0 LO I— N LO N M 00 00 N N LO O N V O M I— M r LO O I— LO V O V O CO 00 0 R r M 00 M N O 00 LO M 00 I— O O M r 0 M M 00LO V V V 00 Ln 00 Ln N 00 V 00 N CO 00 LO t r r r M M M M r r M M M M M r r M M M r r M r M M M M r r M r M M r r 0 0 0 r 0 0 0 N' Z''.i. N' E,'ji R j1 Z'....du C v R' a; a a w LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO O N M M M M M V V V V V V V V V V V V V Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q 0 O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O L E Z N V V O LO 00 I- 0 I- M LO M V LO O N M CO O LO 00 LO 0 0 0 00 O M LO M 00 00 N I- r V- 0 0 0 0 0 00 O O 00 00 00 O O M 00 M N M M N N N V V V 0 0 0 0 V V 0 0 N N N N N N N M N N N N N N N N N N N N N N N N N N N N N N 'o O 00 00 O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O L E 0 Z E r 00 0 0N N M N M V LO CO I- O N M 0 r V V I- O NM V LO CO I- COO) V- 0 N M T LO CO I- 00 0 V N N N N N N M M M M CO O V M M 0 0 0 0 0 0 0 0 0 0 N 0 0 0 0 0 0 0 0 0 0 M M M M M M M M M M M M M M M M 0) O M M M M M M M M M M M M M O M M M M M M M M M M 0 0 00 0 0 00 0 00 0 0 0 0 0 00 - 0 00 0 0 0 0 0 0 0 0 0 0 - 0 0 0 0 0 0 0 0 0 0 G) 0 00 0 O O 0 O O 0 0 0 0 0 0 O O O O O 0 0 0 O O 00 00 0 0 0 O O 00 O O 0 0 00 00 O O O O O O 0 0 0 LO O O O O 00 r O O O O O O 00 00 O O O O N — 0 00 '1- r- r N O O O O O O O O O V 0 0 r O O O O O O O N O O O O 00 00 O O N O V V O N M R 0-) H) 643 643 643 643 643 643 643 6-3 0-) H) 643 N E43 E43 66 66 00 00 66 O 66 66 66, LO 66, 66, 66, 66, 66, O 00 CO r 00 E43 CF) LO m Ef3 ER M• M• M• 69 69, 69 M• 69 69 691 691 M• N' Z'V1 V! 0 00 0 O O 0 O 0 0 0 0 0 0 0 0 O O O O O 0 00 V 0 0 O O O O O O 0 0 0 0 0 0 'a O 00 O O O O O O 0 0 0 0 0 0 0 O O O O O O 00 V 0 0 0 0 0 0 0 0 0 0 0 0 0 0 O O O O O O O O O 0 0 0 0 0 0 0 O O O O O O O O 00 O O O O O O O O O O O O O O w 6c3 6c3 6c3 6c3 6c3 691 691 0 691 691 691 691 69 69 69 69 69 69 6r) 691 691 691 691 691 00 691 691 691 691 691 691 691 69 69 69 69 69 69 69 Z.........;' U) 0 00 O O O 0 O 0 O 0 O O O O O O 0 O O O 0 00 000000000000000 O 00 O O O O O O 0 0 0 0 0 0 0 O O O O O O 00 000000000000000 O O O O O O O O O 0 0 0 0 0 0 0 O O O O O O O O O O O O O O O O O O O O O O O E ER ER ER ER ER EL) Ef) 0 Ef> Ef) V) Ef) Ef) Ef) Ef) Ef) Ef) Ef) Ef) Ef) v) v) v) v) v) v) v) v) v) v) v) 6" Ef) Ef) Ef) Ef) Ef) Ef) Ef) 0V1 V N N ZL U) M... M O O O O 0 O (D r 0 V CO O O O r O O 00 0 0 0 V LO V W N O O M 0 0 0 O O CO 0 Q r N O O O M 0 O 7 v7 00 V N O V O O 0 0 O N 0 0 v7 LO N M 00 -7 0 0 x 0 0 0 0 (M r O N M N 0 0 O N N O 0 LO 00 r N 0 0 0 O r O O r O O M CO M 0 0 LO 0 0 0 0 0 0 CO M O CO CO 0 0 69 N V r V V CO V LO e9, LO 0 0 V e9, e9, O e91 0 V N 0 M M 0 0 69 O 69 69 69 M 0 0 69 M M r V LO V V M V V V V V M 0 0 V 0 V 0 M M CO M 4- 69 69 ER ER ELT 69 69 69 69 69 69 69 69 ER ER ELT 69 ER ELT 69 69 69 69 69 69 69 69 69 69 O a � a zLO ' � V! V r LO O LO O 0 LO V M O CO V O W O O M O 0 N 0 0 0 0 0 (D 00 O O r O 0 N O V 0 0 (M N O N O 0 N r CO N V O O LO O 0 0 O N O — O V O — M CO 0 0 0 0 CO O — O O O N 00 M O O V CO O LO V LO O LO N N O O M O 0 r O M M O M O V O 00 O 00 O E0 0 0 00 69 0 N O N 69 LO r 0 69, 69, M 69 r N O 69 O N 69 r CO 69 0 Ef3 O 691 691N N LO LO r LO N N NN N N V V N M V M N N N r N N M N a y„,ER ER ER ER ER ER ELT ER ELT 69 6,) ER ELT 69 69 ER ELT 69 69 69 69 ER ER ELT 69 69 69 69 'a N ZV1 N O0 C09 N O N .0 0_. N W: 0 0,:-009 O O O O. O 0--.000 Or O0 0 0 O 0 N 0...0 000 O O O..00 0 0 0 O O 0:.. r M 00 000 00 N M � M OO Oro M M N � (D ONO M 000 000 0 O M M M V M CO M M r r ONO LO r N M r M t M cm r r r r CO r CO cm cm m m r r m CO CO CO CO r 00 m m m cm cm cm cm cm r r cm cm cm r cm cm cm N' Z''.i. N' E,'ji R j1 Z'....du C v R' a; a a CO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO 0 0 0 0 C C C C C C C C 00 °° °° °� rn rn rn rn rn rn rn rn rn rn rn rn rn rn rn 0 0 0 0 0 O O O O O 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 L E Z CO 0 V V V N 00 CO 0 N 0 M r CO CO Ln 00 N N CO 0 V M V 00 M O V V LO LO M CO CO M CO CO LO LO LO 00 r r 00 00 0 r 0 N O M V LO M V CO V V M CO LO LO M CO V CO r r CO O N N N N N N N N N N N N N N 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 V 1 0 O O O O O O O O 0 0 0 0 0 0 0 O O O O O O O O O O O O O O O O O O O O O O O ,',Ln Ln Ln Ln Ln LO LO LN LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO L E 0 Z E 1 0LO CO LO 0 N M V LO CO r 00 0 O M V LO N CO r CO 0 O N M V LO CO r 00 00 O O N M CO CO 00 00 V N CO CO CO CO CO CO CO CO r r r r r r r r r r 00 00 00 00 00 00 00 00 00 0 00 0 0 0 0 MMOO MMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMM O co U 0 0 — — — 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 00 00 0000000000000 G) O O 0 00 N 00 0 0 O O 00 O M 0 0 00 O LO O 0 00 00 00 O 00 O O O 0 0 00 O O 00 O 00 O O LO O O I- 0 LO LO O O 00 O N O O LO N O M 00 O 00 O O O O O O O 00 LO 00 O O I- O O r N N M M 00 O CO O O 00 V 0 0 00 O 00 O O O O R LO 643 643 643 643 I— ELT 643 O 643 LO E43 E43 CO I— r 0 V V E43 643 64, M 643 643 00 I— ELT I— ELT 643 E43 E43 E43 66 66 66 66 R: CO fR CO CO CO M 691 CO CO CO CO CO CO m Ef3 69 69 69 69 69 69 691 ER ER ER ER Z,1 V! O O 0 00 O 00 0 0 0 0 0 0 O 0 0 0 0 00 O O O 0 00 0 0 00 O O O O O O 0 'a O O O 00 O 00 0 0 0 0 0 0 O 0 0 0 0 00 O O O 0 00 0 0 00 O O O O O O O O O O 00 O 00 0 0 0 0 0 0 O 0 0 0 0 00 O O O 0 00 0 0 00 O O O O O O O w j, EiT ER ER ER ER ER ER ER ER ER ER ER ELT 69 69 69 69 69 69 691 691 691 691 691 691 691 691 691 691 691 E91 69 69 69 69 69 69 69 N Z.........;' U) O 0 0 00 O O O OO O O O O O O 0 0 0 0 O O O O OO O O O O O O O O O O O 0 O O O 0. 0. O 0. 0. 0 0 0 0 0 0 O 0 0 0 0 0 0 O O O 0 0 0 0 0 0 0 O O O O O O O O O O 00 O 0 0 0 0 0 0 0 0 O 0 0 0 0 0 0 O O O 0 0 0 0 0 0 0 O O O O O O O ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER CL 7 O N+ Z', Q U) O M M O M O M O M CO O CO O O O O N 0 0 0 0 CO O V 0 0 O CO O V O O LO LO V 0 Q O V N O LO -. M O V N 0 - 0 0 O O CO O O O CO 0 O V CO O O LO O - V O O LO 00 M CO CO N O V N O O V N N N I-� 0 0 0 0 O O N 0 0 0 00 I-� O V N O O M 0 0 0 0 M I-� 00 LO 0 1- 69 69 LO V 0 V 0 0 I- LO LO fR 0 0 69 69 69 CO 69 69 CO V M e9, I- LO fR e9, CO 69 CO V LO V 00 00 LO I- 00 V V CO N V CO M V M M CO V V V M V V V V CO CO V V V CO R r ELT 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 O a Q a V! O r- V O V 00 I- O r N O V O O ..O r- r 00 O V O CO (D 00 V O (D 0 0 ,O O LO LO CO 0.:. O N N O N N -. O N CO O 00 V O O 0 I- O O O LO r O LO LO 0 0 - 0 00 O O O O CO CO M O d O M I- V M 00 O LO LO O LO N O O M I- O O O N M O M 00 O O I- O M O O O M M O E 6' O V 00 I- V 69 691 0 O H) 69 O 69 69 69 O ELT M 00 69 69 ELT N 691691M V 69 N N LO N N N N N LO M N N N N N N N N N N N N a 69 69 69 ER ELT 69 ER ER ELT 69 69 69 69 69 69 69 69 69 69 69 69 69 69 'a Z,.i;; N 000 Or ,-.0 O 000 � O O Or-.0 0 0 � � W LO 0) O O.. 0 0 :-..0 N 00 N'-..0 O O O 00 -LOLO 0 00 0 0 O O 0:.. R O (D V Ni N � � r (D r LO N 0) (D r r r V V O M V M O V 000 Ni 000 Or ONO O O V Oro N O N 000 t m cm cm r 00 cm r m cm cm cm cm cm cm cm cm cm cm cm cm cm cm cm r m cm cm cm cm cm cm cm cm cm r m r m U Ef3 ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER N Zi..., N' E R C' R' a; a v, Cl) LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO N O O O O O - - - - - - N N N N N N N N N N N N N N M M M M M M M M M V V V V 0!, O O O O O O 0 0 0 0 0 0 ZZ ZZ ZZ ZZ ZZ ZZ ZZ ZZ ZZ 0 0 O 0 0 0 0 0 0 O O O 0 0 0 0 0 0 0 O O O O O O O L E V CO O 0 M LO N CO 0 CO V O V O 00 M M CO LO O CO CO CO O V V I- CO I- M 0 I- 0 00 I- N N N N O O M V V M I- M V V M M M M LO V I- 0 00 00 00 00 CO CO 0 N N O N N M M M M M V V V V V V V V V V V V V V V V V V V V V V V V V V V V V LO LO LO LO O O O O O O 0 0 0 0 0 0 0 0 O 0 0 0 0 0 0 O O O 0 0 0 0 0 0 0 O O O O O O O E 7 Z E V LO CO I- CO 0 0 0 N CO M V LO CO I- 00 N r CO 0 O M O O N M V V N V LO N M LO 0 0 0 0 0 CO 0 0 0 0 CO O O O O O O Ln LO LO N N r 0 - V N M 00 1 O O O O O O O M M M N M M M M M M M M M O O O O N M M M M M M M O O O O O M U 0 0 0 00 0 00 00 00 00 0 00 00 00 0 0 0 0 00 00 00 0 0 - 0 00 0 N 0 O O O O 0 0 O O O O O O 0 O 00 00 00 O O O O O O r... O O O O O O 0 O O O 00 00 0 0 00 00 - O O O O O O O O O O O O N 00 O O 0 0 O O N O M 0 0 0 0 0 0 0 0 00 00 0 0 0 0 0 (M 0 0 0 0 0 0 0 0 0 0 0 0 00 O V O O CO W O O r b (b 00 0 0 0 0 0 0 0 0 0 0 0 R'..H) 643 643 643 643 r- ELT 643 6- 6- 6- 6- 66, O 69, 691 691 691 V 691 - Ef3 E91 M V E91 69 0) H) 0) LO 691 691 691 691 691 O O 691 691 691 691 R: 691 M CO r- M M M M M LO m 691 691 691 691 691 691 691 691 691 691 Z,1 N 0000000000000 0 0 00 0 0 0 O O O O O O O 0....O O 0 0 0 0 0 0 O O 00 00 v 0000000000000 O O O O O O 00 O O O O O 00 O O O O 00 00 O O O O O O a O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O w,.,Ef3 ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER N w 0 0 0 0 0 0 0 O O O O O 0 0 0 0 0 0 0 0 0 0 O O O O O 0 O O 0 0 0 0 0 0 O O O O O 0 �;.O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER CL 7 O N+ Z', w M 011- 00 0 00 0 0 0 0 00 W 00 0 N r 0 00 O r O O O 00 0 O O M V W 00 0 00 011- 00 Q 00 O CO L0 M CO V 7 O 7 O (M O 00 O O 00 0 0 0 0 0 CO O O O V O O O 0 0 0 CO N CO 0 0 0 7 0 0 d N 0 V N r- N V 0 0 0 00 r- r O O 00 r- O N O 0 0 O O O M O O O O r N 00 r- 0 0 00 N 0 M 0 0 M 0 0 V 0 M 00 0 r 69 00 LO LO fR 0 M M 69 M 69 r- N fR e91 e91 r- fR 69 69 69 O LO 00 M V 00 r- M 00 M 69 M M 0 V N M 69 M N V V N V 69 - V V M M V M M M M V 4- R r ELT ER ELT 69 69 69 69 ER ELT 69 69 ER ER ELT 69 69 69 69 69 69 69 69 69 ER ELT 69 69 69 O a' z � N r.. 0 0 0 O M N 0 0 0 N V O O 00 M 0 0 0 O M O O O 0 M....0 O O r M 0 V O N 0 0 0 0 O O O O V N 00 V 00 O N - V O N L0 V O CO O 0 N O O CO CO O N O O N I� O - 00 O V L0 CO N N 0) N 00 M O O r- M 00 O 00 O N 0 O M V O M O V O O O 00 r- 0 O O N 00 00 (M W O 0 W r V 0 E V M O 6<) 0 0 0 M M O M N N 0 00 N 69 0 69 00 N 69 69 LO M N O fR 69 O 00 O 00 69 M O 00 N CO M LO M N N M LO V M (D V N N CO Ln M V LO N M N M r M N M N N N M N N 0 a 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 ER ELT 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 'a Z,.i;; N W. 00 O O O O,.,OM C09 000 O N ,-0 O O:. 00 ON 0 0 0....0 O 0 0 O O 0 O 0:.:N O. 0 0 0 0 0..,0 0 O0 C09 000 ON N:- V C09 0 0 0 0 Or V O0 ONO 0 V Oro O M O M M � M � L00 V M V 0 A N O M 0 O V O � M W � r r- Oro C09 t r 0 0 0 0 0 0 0 0 0 0 r 0 0 0 r w 0 0 0 r m cm cm cm (D r r r m cm r m r m cm cm r m cm cm cm 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 Zi..., N' E R C' R' a; a' v, 0!;o o o o o o o o o o o o o o o o o o o o o o o o o o o o o o o o o o o o o o o o o o L E 0 Z_',,'' M 0 O 0 00 O V A r— 0 0 0 r r 0 r W M LO V LO N N M M r— V CO r— r O M T r 00 r M 0 N O O M O O N V r— 0 V V M 0 M 0 V V V 0 V V 00 0 O M O O r O O N N M O LO LO LO L0 LO LO L0 - LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO L0 L0 LO L0 CO LO CO 0 0 0 0 0 CO CO CO CO CO 2 O 00 00 00 00 00 00 00 00 00 00 O O O O O 00 O O O O 00 00 00 00 00 C il...Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln E 7 Z',; CO I� 00 0 0 N M CO V LO M V LO CO r— 00 0 0 N M V 0 0 O V LO CO r— 00 V LO CO r— 0 0 N M CO N N N Ln Ln 00 N N N N N N N M M M M Ln Ln M M (COD M M M M M M M M M M V V V V CO '-U MO MO MO MO MO MO MO MO MO 0 0 0 0 0 0 0 0 0 0 0 0 0 O O O O O O O O O O O O O O O O O O O O G) 0 N O M 0 00 0 O O 00 O 0 0 0 0 0 0 O O O 00 00 00 00 0 0 O O O O O O 00 0 O O O O O O Co O O O 00 O O O O 00 O O O 0 0 0 0 0 — 00 00 0 0 0 0 0 0 0 0 0 r O 0 O O O LO O O O O O O 0 0 0 0 0 0 O O O O O O O O O V O 0 0 0 0 0 0 0 0 0 R'..H) r 643 0-) H) 6-" ,1- 643 E43 E43 E43 66 66 O LO ELT LO ELT 6-3 6-3 O 6-3 643 LO 6-" 0-) H) 643 64, M 66 66 66 66 66 66 66 66 64 00 69, 691 m I. M• � M• M• 69 M• M• Z,1 V! 0 O O 00 O O O O O 00 O 0 0 0 0 0 0 O O O O O 0 0 00 0 0 0 0 0 0 0 0 0 0 0 0 'a O O O 00 O O O O O 00 O 0 0 0 0 0 0 O O O O O O O 00 O O O O O O O O O O O O O O O O O O O O O O O O O 0 0 0 0 0 0 O O O O O O O O O O O O O O O O O O O O O w Ef3 ER ER ER ER ER ER ER ER ER ER ER ER ELT 69 69 69 69 6c3 6c3 6c3 6c3 6c3 6c3 6c3 6c3 691 691 691 69 69 69 69 69 69 69 69 69 691 691 N Z.........;' U) 0 O O O O O O O O O O O O 0 0 0 0 0 0 O O O O O 0 0 0 0 0 0 0 0 O O O O O 0 0 0 O O O O O O O O O O O O O 0 0 0 0 0 0 O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O 0 0 0 0 0 0 O O O O O O O O O O O O O O O O O O O O O ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER CL 7 O N+ Z', U) LO 00 O M O Co O V O M O V O N 0 0 0 N 0 O M O O 0 O r O O 00 Co M M 0 W 0 0 Q V O O M M 0 0 W 00 V O 00 O V 0 0 0 7 0 O M O 00 O Co O 7 r 0 0 0 N r 00 N M r 00 V O d 0 O O O N N O LO V O O LO O O N O LO O O V O r O O LO 00 O O Co N 00 LO Co O N O r O r O 69 Co r V 69 LO LO LO 0 M 69 Co fR 0 E91 r 0 0 0 0 r 69 V 69 r 0 0 69 r 0 0 V V M V 0 0 69 V M M V V V r V V M M N V N Co V V V V V V V V M 4 69 69 69 69 69 69 69 69 ER ELT ER ELT 69 ER ER ER ER ER ELT 69 69 ER ELT 69 69 69 69 69 69 69 ER O a N a V! LO O O V O V O M O N O Co O 00 O O 0 00 0 O r O W O W 0 O O O N V W r r V 0 ,.Co W O V 00 W O M O W LO Co O M O O O N O O — M 00 O Co O M M O V V Co O W LO O r O d r Co N LO r O 00 O LO r N O LO O O O LO LO Co Co Co CO O N O O00 O 00 0 O O V M r M O M O 00 M O 69 691 r N M 69 0 69 Co Co Co V V N 691O 691M N LO 691M N O O V O 69 N M (D N N N N N V N r N N N V V N LO LO N V LO N N N N N N N N M69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 a 'a Z,.i;; N O 00 00 O O O O O O LO O O O O O O 0 O O O O O O O 0 0 0 O O O 0 0 O O O O LO O O 0 00 Co N 00 N LO LO O 00 0 0 00 V O O LO Co r O M — V M M O LO r V O M M N O N r 01 r ONO ONO (D Ni OO V Ni Ni M (D 000 OM M M ONO OO V- M M V- M O M Ni 0 O M V- Ni V (D r- M LO Ni V M Co 000 L r Co Co co r co co co r M M M r Co Co Co Co Co Co Co r r r M M M r M r r r 0 0 0 0 0 0 r 0 0 U!,Ef3 ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER N Zi..., N' E R C' R' a; a' v, Cl) LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO a0i i�z r— r— r— r— r— r— r— r- r- 0 0 0 0 0 0 0 ao ao m m m m m m o o o o 0 0 0 0 0 0 0 0 0 N N N N N N N N N N N N N N N 0!,o o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 L E 0 Z'.. N 0 CO V Co N N O : V O V CO 0 M r Co r 0 LO O r V V LO N Co N 00 M 00 r Co 00 V- N M N N M M LO LO V V LO LO Ln V M (D 0 0 00 r Co N 0 O M N M O O N V V a m co co co m co co co co co co co co co co co co co co co co co co co 0 r 0 r r r r r r r r r r r r r- 0 O O O O O O O O O O O O 0 0 0 0 0 0 O O O O O O O O O O O O O 00 O O O O O O E 7 Z 0 O N M V LO Co O CO LO Co r CO r 00 0 r Co O N M V LO 0 O LO N M M r 00 0 O N M V LO Co r r r r r r r r Co V V V V r r r V CO 00 CO CO CO CO V LO LO Co Co CO CO 00 00 0 0 0 0 0 0 '-U O O O O O O O O O O O O O 0 0 0 0 0 0 O O O O O O O O O O O O O O O O O O O O O G) O 0 00 0 0 0 O O 00 r— O O O O 0 O O O O O O O O O O 0 00 V 0 0 00 00 0 V O O O N 00 O O O O O (D M O O O LO O O O O N O O 00 O O O 00 N O V O LO 00 O a O O O I-� 0 O O O O O V N O O O Ln O O O O O O O O O N O O O D) O M O N 0 0 0 R'.. H) O 643 00 — 643 643 643 643 643 00 N E43 E43 E43 I— ELT E43 E43 643 CD ELT O 643 643 643 00 643 643 643 I— ELT LO E43 LO E43 E43 E43 R: M (D r (D LO (D (D (D Ef3 (D (D m Ef3 ER ER ELT 69 69 69 ER ELT 691 691 Z,1 V) O 0 0 0 0 0 0 O 0 0 0 O O O O O 0 O O O O O O V O O O0 00 O 0 O O 0 O O 0 'a O 0 0 0 0 0 0 O O O O O O O O O O O O O O O O V O O O O 00 O O 0 0 0 0 0 0 O 0 0 0 0 0 0 O O O O O O O O O O O O O O O O 00 O O O O O O O O 0 0 0 0 0 0 w 6c3 6c3 6c3 6c3 6c3 6c3 6c3 6c3 6c3 6c3 6c3 Ef) Ef) Ef) Ef) Ef) Ef) Ef) Ef) Ef) 6- 6c3 6c3 00 6c3 6c3 6c3 6c3 6c3 6c3 6c3 Ef3 Ef3 Ef3 Ef3 Ef) Ef) Ef) N69 Z.........;' U) O 0 0 0 00 0 O 0 00 O O O O O 0 O O O O O O O O O 0 O O O O 0 0 0 0 O O 0 O 0 0 0 0. 0. 0 O O 0. 0 O O O O O O O O O O O O O O O O O O O O O 0 0 0 0 0 0 O 0 0 0 00 0 O O O O O O O O O O O O O O O O O O O O O O O O O 0 0 0 0 0 0 ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER CL 7 O N+ Z', Q U) M LO M 0 0 0 (D LO V V O O V N O O (fl O O 0) 0 I— O V O O 0 LO O N N 0 O O 0 I— O (D Q (D. 00 O O O Ln r M Ln O O — 0) O N O O M O (D — LO O O O N 0 — (D O O O O r 0 N Lo 0 0 0 0 Lo N 0 0 0 0 O Cfl O N O O 0 0 00 00 M (fl O O r O O O O O O O O O N LO LO (D 69 e91 r- M LO r E91 69 LO LO V 69 LO 69 0) M fR M I— N M fR e91 M 0) Ln E91 e91 e91 69 LO 69 00 V V 69 V V V M V V (D V V V LO LO V V M V I- 69 ER ER ER ER ER ER ER ER 69 ER ER ER ER 69 ER 69 ER ER ER ER 69 O Z' Q V) I— LO r O O O V LO Cfl (D O M Cfl 00 O O V O O O M O O O O O LO O 00 V LO O LO O M O '1- r*-: I� r Cfl O O V O O 00 V O Cfl W Cfl O O V O O 0 0 Cfl O V O O O — O Cfl N r O r O N — W d I— 00 O O O r M (D V N O N I— M O O LO O V O LO O O LO O (6 O) M 00 M O 00 O N N LO O N fR fR N O I— fR I— fR 691 00 M O 69 O 69 O N 00 69 O r— 00 r fR 00 69 N 00 N N N N M N M N N N N N Cfl LO N N N LO Cfl N V N N (D (D N r N a y:. ER ER ER ELT 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 'a Z,.i;; V) O 0 0 0 0 0 0 O 0 0 0 O O O O O 0 O O O O O O O V V r OLO 0.. LO 0 0 0 0 N 0) LO N 00 Cfl N O Cfl O O 00 0) LO I— O O M N M O 0 0 V O 00 0 rV r M 000 Oro Ln 0) 00 0 r V OVO M M CMD V r (D 000 N V (D V W M M 000 ONO V- M CMD W r M 000 IN ONO ONO O t cD cD cD (D r cD (D r cD cD cD cD cD cD cD cD cD cD r cD cD cD cD cD cD cD cD cD cD cD cD cD cD cD cD cD r r N Zi..., N' E R C' R' a; a v, Cl) LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO 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 N N N N N N N N N N N N 0!, O 0 0 0 0 0 0 O O O O O O O O O O O O O O O O O O O O O O O O O 0 0 0 0 0 0 L E 0 Z'.. M r CD LO M CO O 0) I— O N NE;0 0) CD CD CD CD CO N CD r CD O O LO O 00 M O V CD V M V V O) CO CD 0) I— 0) CO CO r— 00 CD 0 O CD CO M V O N N MN M V V CD M r CD CD r N r r r r r 0) r r r r r r r r r 00 r r 00 00 00 00 00 00 00 00 00 00 00 00 Co 0) 00 00 00 00 00 00 O 0 0 0 0 0 0 O O O O O O O O O O O O O O O O O O O O O O O O 0 0 0 0 0 0 �....,,,, LO LO LO LO LO LO O LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO E 7 Z CD r CO 0) 0 N M V LO CD r CO 0) M M I— CD O V LO CD r CO 0) O CO 0) 0 0) 00 N M V- 0 W 0 0 0 0 0 0 O O 00 O O O N M M N N N N N N M M M M V V N I� 00 M M M 1 CD CD CD CD (D (D (D (D (D (D (D (D (D (D (D M M O CND CND CND CND CND CND CND (D (D M M M M (D M O (D (D (D (D U 0 0 00 00 0 0 0 00 0 0 0 0 00 — O 0 0 0 0 00 0 00 00 0 0 0 — 0 00 0 G) 0 O 0 0 0 N 00 O 00 O O O O O 0 O O O 00 0 0 0 O(l) 0 O 0 0 00 00 0 0 Ln 0....0 0 V O O O O O N O N O 00 O O 0 0 0 0 0 0 0 (D O O O O r V O 0 0 00 00 - 0 I- 00 O O O O O O V O O O O O O O O O O O O O V O O O O N Cfl O M 0 0 0 0 0 O M O O O R'..ER 64 64 643 64, ; 643 (D 643 643 643 643 643 643 66 66 66 66 66 66 (D 66 66 6-3 6-3 I- (D 6-3 V 6-3 6-3 643 643 643 V Ef3 I- ELT Ef3 Ef3 V) 0 0 00 0 0 0 0 0 00 O 0 0 0 0 00 O O O 00 O O O 0 O O O 00 00 O O O 00 0 'a O O 00 0 0 0 0 O 00 O O O O O O O O O O O O O O O O O 0 0 00 00 0 0 O 00 O O O 0 0 0 0 0 0 O O O O O O O O O O O O O O O O O O O O 0 0 00 00 0 0 O 00 O w,.,Ef3 ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER N V) 0 O 00 00 00 O 0 O O 0 O O O 0 O 00 00 0O 00 0 O 0 0 0 0 O O O O O 00 0 O O 00 00 00 O O O O O O O O O O 00 00 00 00 O O 0 0 0 0 0 0 0 0 O O O O O O 0 0 0 0 0 0 O O O O O O O O O O O O O O O O O (zi O O 0 0 0 0 0 0 0 0 O O O O ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER Qil N+ U) 0 I- 0 O O O 0 O 0 O O 0) M O V 0) O Cfl O O V V I- O M 0 O O O O (D 00 O Lo 0 0 Q 00 (D Lo V I- O O O (D (D 0 - M V O O N O I- V 0 - 00 Lo 00 0) O O 0 - 0 Lo Lo O O O r O O d 0 M M V Lo O O O r (D O Lo 0) O O M N00 (D O Lo Lo (D 0) O O O O Lo O (D Lo (D O O O M O O Lo M Lo V 0) fR 69 69 N V 69 M M Lo O 0) Lo M r (D 69 (fl LO (fl 00 0) fR Lo 69 M 0) Lo V Lo E91 e91 e91 Lo E91 0) Cfl V M V M M N V V V Lo V V (D Lo (D V V V 0 N (D V N V M Lo 16 �...ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER O a � a � V) 0 M 0 0 0 00 O 0.... O 0 LO O I- O (D O V O N (D (fl M O V 0 O O O LO V 0) 0) Cfl O O LO 0 0 O N (D O 0 (D O O 0) 00 N V 0) N N I- Lo N N 0 0 0) M - 0 Lo O O O V N O Lo (fl O O O r 0) r- N O O 00 0) V N 0 0 M Cfl MV I- r 00 0 (fl O O LO 00 r O r O O O Ln 0) LO LO O 00 0) (D fR O 0 O 00 M I� 6' I� O Ln O O 00 V 69 00 69 0) N N fR 0) fR 69 69 O I� O 0 0) Cfl 69 O Ln N N N N N M M V 00 N N N N N 691M N N N N N V V N N e91 Cfl (D Lo a y,..:. ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER 'a N 000 W O O Or W O 0:.: O N Lo p N O -:.0 O O O 00 0 00 0 0 0•..0 0 0 0 '.' O O O LO N 0 0 0 N 00 ,:.. r LO 0) 0:.. R OF O M O M 000 V Or (D O M M M V (D Oro V CMD (D M M Lo 0) r M 000 (D CMD O V M (D r LO � M M r M O O L (D (D (D (D (D (D (D (D r (D 00 (D (D (D (D r (D (D (D (D (D (D (D (D (D (D (D Cfl (D (D (D (D (D (D r (D (D (D (D r U Ef3 ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER N Zi..., N' E R C' R' a; a' v, Cl) Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo a0i v v v v v v Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Co Co Co Co Co Co Co Co Co Co Co Co Co Co Co Co Co Co Co Co I- r- r- 0!,O O 0 0 0 0 0 0 O O O O O O O O O O O O O O O O O O O O 0 0 0 0 0 0 0 0 O O O O L E 0 Z'.. CO I- O Ln M O Ln V V Lo 0) CO I- M V M M Lo CD 0 00 N M M CD O V M 0) 00 N Lo N 0 CO Ln LO r CD LO r O 00 00 00 O 00 O 0 0) 0 00M M V N N M V N N M M M M M CO V I- N 00 00 00 00 00 00 0) 00 00 00 0) 00 0) 0) 00 0) 00 0 0 0 0 0 0 0 0 0 0) 0 0 0 0 0 0 0 0 0 0) 0 0 0 O O 0 0 0 0 0 0 O O O O O O O O O O O O O O O O O O O O 0 0 0 0 0 0 0 0 O O O O E 7 Z E Lo CD N M V N I- 00 0) O CD r O N LO CD CD N M N M V LO CD r LO 00 0) 0 I- 00 0) M V I- V 00 0) M M V V V I- M M M V V LO LO 00 M V V LO V V V V V V LO LO LO CD M V V V I- r V V 1 CND CND M M M M CND CND M M M CND CND CND M M M M M M M M M M M M M M M M M M M M M M O M M M U 0 0 00 00 00 0 00 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 00 0 0 0 0 0 0 00 0 G) 0 00 O 0 0 0 0 00 0 00 0 0 0 0 00 0 O 0 0 0 0 0 0 LO 0 0 0 O O O O O 0 O O 0 V O 00 O M O O (D 00 O 00 00 00 00 0 O O O O O O O V 0 0 0 0 O O O 00 O O O O O O O D) 0 0 Cfl O O O 0 0 0 0 0 0 0 0 0 O O O O O O O V O 0 0 0 O O O O O O O O R'..ER 643 643 643 N 643 E43 M E43 E43 E43 E43 66 64 64 643 r 643 643 643 643 643 643 643 643 643 E43 r 66 66 66 66 66 66 66 643 643 643 643 643 V! 0 00 O O O 00 0 00 0 00 00 O O O O O O 0 0 0 0 0 0 0 0 0 0 O O O O O 0 O O 0 'a O 00 O 0 0 0 0 00 O 00 00 0 0 0 0 0 O 0 0 0 0 0 0 0 0 0 0 0 O O O O O O O O O O O O O O (fl O O O O 0 0 0 0 0 0 0 0 0 O 0 0 0 0 0 0 0 0 0 0 0 O O O O O O O O w 6c3 6c3 6c3 6c3 6c3 6c3 00 6c" 6c" 6c" 6c" Ef3 Ef3 Ef3 Ef) Ef) Ef) Ef) 6- 6- 6c" 6c" 6c" 6c" 6c" 6c" 6c" 6c" 6c" Ef) Ef) Ef) Ef) Ef) Ef) Ef) Ef) Ef) 6c" 6c" N691 Z.........;' V! 0 00 0 00 O 0 O O 0 O O O 0 O O O O O O 0....0 O O O O O 0 0 0 O O O 0 M 0 O O 0 O O O O 0 0 0 0 0 0 O 0 0 0 0 0 0 0 0 0 O 0 0 0 0 0 0 0 0 0 0 0 O 0 0 7 0 0 O O O O O O 0 0 0 0 0 0 O 0 0 0 0 0 0 0 0 0 O 0 0 0 0 0 0 0 0 0 0 0 O O O O O O O O ',ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER N Ef3 ER ER ER '- CL FtT O N+ Z', U) Ln. M r O O LO 00 0...N O 00 0) M 0 0 LO (fl 0) 0 (D O O O N M M O 0) O V M O r N O V 0),. r O 0 Q 00 Ln M O O O O O M O Ln N O O (fl N Ln D) (? M (? V 00 V M Ln O r O 00 Ln 0) 7 7 O r D) Cfl (? 7 d 0 O 00 O O r N 0 : 0) 00 r r O 00 M (fl r O 00 O V Cfl 0 0 0 0 r 00 O N 0) LO O (fl V LO 00 O LO V V V 0) fR (fl N 69 V 0) (D r 0) V LO 00 LO 0) M fR (fl r LO (fl r 69 0) 0) LO (D LO V LO M LO M 69 M V V V M LO V (D (D V Cfl V N V LO V 0 V M V N (D V V (D V V 0) V V V 4- R r ELT 69 69 ER ELT 69 E91 69 69 69 69 ER ER ELT 69 69 ER ELT 69 69 69 69 69 69 69 69 69 69 69 69 ER ELT 69 69 69 O a LO a N 0 r M =-0 O LO O 0 M O O O:>.LO V O V .. O O::,0 00 r r O .,M O (D r O ::,M 00 ,O V ,..M O 0.:. O M 00 N (M O V (? V D) v r N Cfl 00 0 0 00 Ln r Ln O N (M Cfl - Ln O N M O Cfl Cfl Ln Cfl N M 00 r V d (D (D N 00 0) O N Cfl r LO V r LO O Cfl Cfl r O r Cfl V V O V 0 0 LO M LO V O O O LO N O O ef3 O N N 0 LO O N 00 00 (D N 69 N O O O 69 69 O N O O LO O N N N V M M N M v) N V LO N N N V (D N N M N r M N N N N Ln 69 N N (D N a 69 69 69 69 69 ER ER ELT Ef3 69 69 69 69 69 69 ER ELT 69 69 69 E91 69 69 E91 E91 69 ER ER ELT 69 69 69 'a Z,.i;; N 0.:..0 ON .-.ON O O O 0:.:r 000 0 O 000 O V- OM O 0 000 0 O 0 0 0 0 0 0 -.000 0 O:. O 0 000 000 O N ON 00 000-. 0 R LO V V (D V- M O M M M M 0) N M V LM Or r W M N (D 000 M 000 (D Oro O M 0 M r LOO O CMD V M (D V O M L (D (D (D (D (D (D (D r r (D (D (D Cfl Cfl Cfl Cfl Cfl Cfl Cfl r Cfl Cfl Cfl (D (D (D r (D (D (D (D (D (D (D (D (D (D (D (D (D N Zi..., N' E R C' R' a; a' v, Cl) LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO 0i',� r- r- r- r- r- r- r- r- o 0 0 0 0 0 0 00 ao co co co m m m m m m m m m m m m o o o o o o 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 N N N N N N N N M M M M M M 0!,o o o o o o o o o o o o o o o o o o o o o o o o o o o o o o o o o o o o o o o o L E 0 Z'.. CO CD CO M M r r r LO W 0) M r M N O V CD 0) r LO N r CD M r LO O r r 0) M M LO V V 00 CD Ln 00 V O O 0) 00 0 0) 0 O 0 V M M M N M Ln V LO M N CD M r CO r r- 0)d 0) 0) 0) 0 0 0 0 0 0 O 0) 0) 0) 0 0 0 0 0 0 O 0 0 0 0 0 0 0 0 0 0 0 O O O O O O O O O O O O 0 0 0 0 0 0 0 0 0 0 0 E 7 Z E N '('D- LO r O N Ln M O CD N M LO 00 0) LO N r CO 0) O N M CD O M O M V V LO CD r _ M M CD LO Lo LO D) LO Ln CD 00 00 00 CO r LO CD CD CD r r r r 00 N N LO O LO LO r r r r 1 0 O O O O M M M W O O 0 0 0 0 0 0 0 0 0 co 0 0 0 0 0 0 0 0 0 0 0 M x 0 0 0 0 O O U 0 00 0 0 0 0 0 00 0 0 0 0 0 00 0 0 0 0 0 00 00 0 00 00 0 0 00 00 0 0 0 G) 0 O O O O N 00 00 0 0 0 0 0 0 0 0 0 0 0 O 0 O O 0 0 0 0 0 0 0 0 0 0 O 0 00 0 0 V O O O O O (D 00 00 O O O O O 00 O O 00 O O 00 O LO O O O O O O O O N O 00 00 r O O O O 0 0 0 0 0 0 0 O O O O O O O N O O 0 Cfl O N O N O O O O O O O O 00 O O O O Cfl O R'..H) 643 643 643 643 M E43 E43 E43 E43 E43 66 66 66 643 643 LO 00 6-3 6-3 I- LO LO O 643 00 E43 E43 E43 E43 E43 E43 E43 E43 V 6- LO 6- 6- O 66, R: N (D EA3 (D N r (D (D (D r m', Ef3 ER ER ER ER ER ER ER ER ER V) 0 O O O O O O 0....O O 0 00 O 0, 0 0 0 0 0 0 O 0 O 0 0 0 O 0 0 0 0 0 0 0 0 0 00 00 'a O O O 0 0 0 0 0 0 0 00 O O O O O O O O O O O O 0 0 0 0 0 0 0 0 0 0 O O 00 00 O O O 0 0 0 0 0 0 0 00 O O O O O O O O O O O O O O 0 0 0 0 0 0 0 0 0 0 O O O O O O w,.,Ef3 ER ER ER ER ER ER ER ER ER � ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER V) 0 O O 0 00 00 00 0 O O O 0 O O O O O 0 O 0 O 0 O O O 0 0 0 0 0 0 0 O 0 0 0 0 0 O O O 0 00 00 00 O O O O O O O O O O O O O O O 0 0 0 0 0 0 0 0 0 0 O O O O O O O O O 0 0 0 0 0 0 0 O O O O O O O O O O O O O O O 0 0 0 0 0 0 0 0 0 0 O O O O O O ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER CL 7 O N+ Z', U) 0 I- (D O V 00 I- (D O O 0 00 M LO 00 0 N O O N.,.r 0 0 0 00 O r Cfl LO O r M 0-:. O 0 O Cfl O (D Q O 0 00 O Cfl V N 0 0 0 N 0 0 I- O 7 I- O O M M 0 0 0 00 O N N I� O Cfl r M O 7 (? W D) O Ln d 0 00 (D O V N N M 0 0 (D r M 00 LO O 00 0 0 0) M 0 0 0 O O LO I- N (D O M M V O O O O N O 69 (fl O 69 M V O O 0) 0) LO V I- 00 V V 69 69 LO O 69 69 69 00 69 LO LO LO LO 0) I- 00 (D E91 V 69 LO V 69 M V V N LO V Ln M V M V V V N V M M V V V V V M M V (D V V 4- R r ELT ER ER ER ER ER ER ER ELT ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER O a - � a V! 0 M V O Cfl O M V O O 0 N I- LO N O 00 O O 00 M 0 0 0 N O 0 M V LO O M O) I- 0 O 0 O V O V I- V V D) M O - O V 00 O O O N (fl Ln 00 O - I- D) O Ln O Cfl O r Ln V O (M - N V O Ln O O 00 O (? 0) N'..I- M LO r (D O 0 (D N O O 0) LO (fl LO 00 O O 00 00 O LO O O M O) LO O Cfl W r N O LO O O r O M E Co N M 00 69 N LO O Cfl 69 (D V O) O N 69, M I- fR N 69 69 V N O N M 69, O ef3 ef3 O ef3 N M N M r V M N LO V N N N ERN N r- N N V M N N N N 0 N M M N N N a y,..:.ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER 'a V! 0 O 0 0 0 0 0 0 0 O 0 O O O 00 O O O O 0 O O O 0 0 0 O O 0 O O O O 0 O 0 0 0 0 0 N I- V M 0) O - V O V 00 0) 0 0 I- Cfl (fl O - - M O LO 00 LO LO 0) 00 I- 00 M 00 O 00 N Cfl 00 00 00 r Cfl R M a) N M N W M O 0) O W O V M V V M ONO OM W M O r O 0) ONO 0) r- M r- 0) O N r- V V LO LO LO 0 0 0 0 00 U Ef3 ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER N Zi..., N' E R C' R' a; a' v, Cl) LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO a0i;'0 0 0 0 0 0 0 0 0 0 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 M � N 0!,O O O 0 0 0 0 0 0 0 O O O O O O O O O O O O O O O 0 - - - - L E 0 Z'.. M N (fl CO N I- r 0) M V00 M LO 00 0 N (fl 0) V O I- CO Cfl M r 00 O 00 N (D (D M LO O 0 0) LO LO 00 LO 0) (D 00 I- M N N O N O O O M O O O 0 M Lo V M V Lo Lo Lo V M V Ln Ln (D M O O O 0 0 0 0 0 0 0 O 0 Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo E 7 Z E I- 00 0) O N N M CO V V 00 0) N M V LO (D r CO 0) 0 (fl r N r 0) O N M V LO (D M 00 0) O I- _ 00 00 00 0) W N N N LO I- r 0) 0) 0) 0) 0) 0) 0) N M I- r r CO 0 0 0 0 0 0 0 0 M LO LO (D Lo O 1 O O O 0 0 0 0 0 0 0 M 0 0 0 0 0 0 0 0 0 0 CMD O O 0) O CND CMD CMD CMD CMD O O O O O O O O O O U 0 0 0 0 00 00 00 0 0000000000000 0 - 0 0 0 00 0 00 0 0 0 00 00 G) 0 00 O 0.... 0 0 0 0 0 0 O 00 O O O O V O O O 00 O O 0 O O O O O O O O O O 0 V O 00 O O 0 0 0 0 0 0 O 00 O O LO O r O O O 00 O O O O O O O O O O O O O O O O O O O 0 0 0 0 0 0 O 00 O O I- O 0 O O O 00 O O O O O O O O O O O O O O R H) 643 643 643 643 643 643 643 643 643 Ef3 Ef3 Ef3 Ef3 69 LO 69 LO 69 6f, 6c3 6c3 6c3 O 6c3 6c3 6c3 6c3 6c3 6c3 6c3 Ef3 E9, Ef3 Ef3 69 69 N M V 691 691 691 N' Z'V1 V! 0 00 O 0.... 0 0 0 0 0 0 O 00 O O O r- O O O O 00 O O 0 O O O O O V 0 0 O O 0 'a O 00 O O 0 0 0 0 0 0 O 00 O O O V O O O O 00 O O O O O O O O V 0 0 O O O O O O O O 0 0 0 0 0 0 O 00 O O O O O O O O 00 0 0 0 0 0 0 0 0 00 O O O O O w 6c3 6c3 6c3 6c3 691 691 691 691 691 691 691 691 691 691 69 69 69 � 691 691 691 691 691 691 691 691 691 691 691 69169 69 00 69 69 69 69 69 N Z.........;' V! 0 00 O 0.... 0 0 0 0 0 0 O O O O O O 0 O O O O O O O O 0 0 0 0 0 0 00 O O O 0 O O O O O 0 0 0 0 0 0 O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O 0 0 0 0 0 0 O O O O O O O O O O O O O O O O O O O O O 00 O O O O ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER Q O V1 V N 'ZL Q U) 00 0) 0) 0 0) 0 0) „O 00 O:. M O 0) 0 0 LO ,-.0 00 O O O V 00 V O O (D O LO 00 O V O Cfl V I- 0::: Q 00 M 00 I� M Cfl (fl Ln M (? V O O O O O O Ln O O 0) 00 D) 7 (fl 00 -7 V I- N 00 O Ln O Ln O O N 0 0) V LO N 00 NO 0 O I- O O O LO O O N LO N LO O O 00 LO V I- LO O M 0 0 M O 00 (D r V I- V V V V 69 (fl 69 LO 0) 0 V 69 M 69 0) I- LO LO (flLO 00 00 O V V 0) N 0) 00 Ln 69 V V V Cfl Cfl V V Cfl (D V V N LO (D V V V CO LO (D (D LO V N LO M V LO 69 69 69 69 69 69 69 69 69 69 69 ER ER ELT 69 ER ELT 69 69 69 69 69 69 69 69 69 69 ER ELT ER ELT 69 69 O a � a z V) N:.. 0 O O 00 N LO„ O O LO -..0 0), Cfl O O (D N (D O O V 0) O LO N O O O V (D M Ln,,,: C 00 Cfl O r 00 Ln O M O CO N (D LO (D Ln Ln - Ln O M (? D) O I- M O Cfl M N r V 00 Cfl 00 - N N,00 Lo O O N O N O LO Cfl (fl O V LO I- 0) I-: r O 00 (D LO O r O M M (D r r O r LO M N N f) 69 69 M 0) N 0) N 0 00 V O 00 I- fR N 69 M 69 69 V O I- O V 00 (D Ln E N N N N N (D N r N V V N M N V N N N N N V V N V N N N691 691 691 691 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 M a 'a N ZV1 V) 0 O O O 0.... O O 0 O 0 LO LO O O O O 0 0 O 0.... O 0 0 0 0 0 0 0 O O O 00 O O O O Ln... N I- O O r V N LO 00 O N N - (fl LO r O r 0) LO 0) N 0 - (D LO LO LO M Cfl - r LO 00 N O N N R 0 M M V W M (D V M M M M W 00 r M M LO V M r r C09 0) 0 000 000 000 V- M IN M M M (D C09 W LO Cfl Cfl Cfl Cfl Cfl Cfl Cfl Cfl (D (D r M M M T (D (D Cfl Cfl Cfl Cfl Cfl (D r Cfl Cfl Cfl r Cfl Cfl (D (D (D (D (D r (D N' Z''.i. N' E,'ji R Z'....du C R' a; a a CO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO ..N N N N N N N N N N N M M M M M M M M M M M M M M V V V V V V V V V V V V V D L E Z........'.. M Ln oV 00 0) I- r O CO Cfl V N V r- V I- LO N LO O LO Cfl Cfl Cfl LO LO LO 00 (D 0) I- r 0) LO 00 M M r 0 00 00 00 0 0 00 M 0 M N O O M N M N O LO LO LO V LO V V Cfl (fl (fl M V I- ', 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 N Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo L E 0 Z E 00 0) 0 V LO N M V LO 0) O 0) 0 N M V LO (D r CO CO 0) LO V (D r 0) 0 N M (D r O (D O O N N M M M M CO 0 M V V V V V V V V V O O 00 N N V LO Ln LO LO LO LO CO M M M M M M M M M O O M CMD CMD CMD CMD CMD CMD CMD M M M M M co M M M M M M CMD CMD M M M M co U 0 00 0 0 00 00 - - O 00 00 0 0 0 0 0 0 00 00 00 00 00 00 0 0 0 0 G) O 0 0 0 00 00 0 O O 00 O 00 00 O O 0 0 0 0 O O O 0 O O O 0 0 O V O O O O 0 V O 0 0 0 0 0 0 0 0 O - 0 I- O 00 00 O O 0 0 0 0 0 0 0 O 00 O O O O (D M O O O O O 0 (Ti 0 0 0 0 00 O O N O I-� O (6 0 0 0 00 0 0 0 0 0 0 0 O O O O O O O V O O O O R H) 643 LO 643 643 643 643 D) ELT E43 LO E43 CD ELT I— ELT E43 6-3 O 6-3 6-3 6-3 6-3 6-3 6-3 6-3 643 643 O 643 66 66 66 CF) V 66 66 66 66 69 69 69 69 N' Z'V1 V! 0 0 0 00 0 0 0 O O O O 00 O O O O 0 0 0 0 0 0 0 0 O O O O O O 0 O O O O 0 'a 0 0 0 00 0 0 0 O 0 0 0 00 0 0 0 O 0 0 0 0 0 0 0 O O O O O O O O O O O O O V 0 0 0 0 0 0 0 0 O 0 0 0 0 0 0 0 0 O 0 0 0 0 0 0 0 O O O O O O O O O O O O O w Ef3 ER ER ER ER ER ER ER ER ER ER ER ER ER ELT 69 69 69 691 691 691 691 691 691 691 691 691 691 691 69 69 69 69 69 69 69 69 69 691 Z.........;' U) O 0 0 0 0 0 0 0 0 O O O O O 0....O O O O 0 0 0 0 O O O 0 O O O 0....O O 0 O O O O 0 O 0 0 0 0 0 0 0 0 O 0 0 0 0 0 0 0 0 O 0 0 0 0 0 0 0 O O O O O O O O O O O O O O 0 0 0 0 0 0 0 0 O 0 0 0 0 0 0 0 0 O 0 0 0 0 0 0 0 O O O O O O O O O O O O O ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER Q O V1 V N N 'ZL w 0) 0 0 Cfl 00 0=:.Cfl O O O O O 0:.:V LO O O Cfl 0 O r V N (D N V,. LO=-00 (D 0 O 0 O O 0).:. Q Cfl O O Ln 00 Cfl O 7 O O V O 7 Ln (fl V O N V 00 O O 00 -7 D) M 00 I� O V (j O I� O O N N N N O OLO r O O O M 0 0 LO LO N O LO V V O V LO O N V LO Ln N O 0) O V (D O N Cfl r 69 0 M V M 69 M 0) fR LO 69 V 0 Ln O 0) 69, LO LO 00 0) LO LO LO V V (fl M V LO V LO 69 LO M e91 LO I- M V N V V (D V N V V 0 V V LO M V V V V N V N V V M 0 V 4-- 69 69 ER ELT 69 69 69 ER ELT E91 69 69 69 69 69 69 69 ER ELT 69 69 69 69 69 69 69 69 69 69 69 ER ELT O a co a z V) O 0 O V N 0) 0V O O O O O N:.:(fl LO O O V 0) 0 M Cfl 00 V::. 00 (D 0) LO: N V O 0 LO O O N O O O N Cfl O V Ln O O O Ln N N M O O Cfl - V Ln M M Cfl 00 N (fl M Ln O O D) O O I- M Ln N O V O LO M (D (D O (D r O O O LO N LO 0) 0 O V r- 00 0) 00 M I- NN (D 0) N O O I- r E 6" I- fR O N O O 6" M LO 6<) 6<) 6<) O O OO 6<) 69 O 0) 0) O O N O O O fR 691 Ln N Ln N V N N Ln N M N N N N V N N N N N N N V N N N LO (D N a y ER ER ER ELT 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 'a N ZV1 N ON 0) 0) O (D O O 0)..Cfl LO 0 V Or (D CO: V O V O 0) (D OM-.LO V ON 00 00. . Cfl LO OO OM,:_0 LO „r MM r- r MM 00:.. R V- V LO N 00 IN V N 0) V LN M (D V I- M N 0) O M r N 000 M r M OO V 000 M V M V CMD V LO M LO M L (D (D (D (D (D (D (D Cfl Cfl r Cfl Cfl Cfl Cfl Cfl Cfl Cfl Cfl r (D (D (D (D (D (D (D (D (D (D (D (D (D (D (D (D (D (D (D (D N' Z''.i. N' E,'ji R j1 Z'....du C v R' a; a a w LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO O 'D Q Q Q Q Q Q Q Q Q Q cfl cfl cfl cfl cfl Q C CCCCCCC C CC C CCC C C 00 92QQ 0 L E Z........'.. N V M CD r 0) N CD 0) CD O CD LO 00 N N r O O N N M V CD 00 O 0) LO LO 00 CD 00 N N V CD O 00 00 0 0 O r 00 0) O O M V V 00 V CD r LO r CD CD CD V 0) I— LO CD CD M LO r 0) 0) O 00 L E 0 Z Ln V Ln r 00 I� Ln 00 0 00 0 O r 00 0 O r M CD r N M V Ln M N M V LO CD r 00 00 CD 00 N Ln LO O O Ln r r O r r r 00 00 LO LO 00 00 00 00 00 00 00 00 00 M M N N M M M M M M M Co M N M M M M M M CO M M M M M M M M M M M M M M M M M M M M M M U 0 0 0 0 0 0 0 0 0 - 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 00 0 00 0 0 0 0 00 0 G) 0 O O 0 00 O 00 00 O 0 0 0 0 0 0 0 (D 0 0 0 O O O O O O O O O O O 00 O LO 0 0 V O (D O O 00 O 00 O 00 O LO O LO O LO O V D) 0 0 0 O 0 00 00 0 0 0 O O 00 O I— O O O Lo O O 00 O 00 O 00 O N O r Lo 00 O r N O O O O 0 00 00 0 0 0 O O 00 O 00 O O R'..H) V 643 643 643 643 643 643 643 643 — 643 CD ELT CF) V 00 E43 LO I— O ELT 6-3 6-3 LO 6-3 643 643 643 643 643 E43 E43 E43 E43 66 66 N 66 66 R: M V Cfl Cfl Cfl Cfl r M N M M m', Ef3 ER ER ER ER ER ER ER ER ER ER Z,1 V! 0 O O 0 N O O 00 0 O O 0 O O O 0 O O O O 00 O O O O O O O O O O O O O 0 00 'a O O O O (D O O 00 O O O O 0 0 0 0 0 0 0 0 0 0 O 0 0 0 0 0 0 0 0 r 0 0 0 0 0 00 O O O O N O O 00 O O O O 0 0 0 0 0 0 0 0 0 0 O 0 0 0 0 0 0 0 0 I— 0 0 0 0 0 00 w 6c3 6c3 6c3 6c3 W 6c" 6c" 6c" 6c" 6c" 6c" Ef) Ef) Ef) Ef) Ef) Ef) Ef) 6- 6- 6- 6- 6c" 6c" 6c" 6c" 6c" 6c" 6c" Ef3 Ef) Ef) 00 Ef> Ef) Ef) Ef) Ef) 6c 6r) 691 Z.........;' V! 0 00 0 O O O 0 0 0 O O 0 O O O 0 O O O O 00 O O O O O 00 O O O O 00 00 00 O 00 O O O O O O O O O O 0 0 0 0 0 0 0 0 0 0 O 0 0 0 0 0 0 0 0 O 0 00 00 00 O O O O O O O O O O O O O 0 0 0 0 0 0 0 0 0 0 O 0 0 0 0 0 0 0 0 O 0 0 0 0 0 0 0 ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER CL 7 O N+ Z', U) 0) O O CO (D 0) O O V M O O O V 0 0 0 I— O O M O 0 N O M 0 0 0 0) O O LO I— O O LO O N (D Q (D 0 — 0) N M O - - CO M O O M 0 0 0 LO O O V I— M CO O V — 0 0 I— O O r 0) M 0 — 0 I— 0 N 00 O V N r 0) O LO LO LO (D O O r O O O (D O O V I— r O O OO O V 0 0 Ln M O V O M N V 69 O LO N I— 69, (D LO V V 0) fR M 69 69 69 LO 69 69 00 (fl V V 69 00 0 0) fR I— 0) 0) M I� 00 0) 0) fR r— I- I- V r— V N M (D V V N N V (D V V M (D M LO M (DM V V R ER Ef3 Ef) - v) 69 69 69 69 ER ELT 69 ER ELT 69 69 69169 ER ELT ER ER ELT 69 69 E; 69 69 69 6 O a a V! O O N O O Cfl r.. 0 O 0 Cfl 00 O M O V I— 0 0 00 O I— O O 0.... O O Cfl M O O .LO LO 00 '1- C? O O O V O O 00 — 0 0 O 0 0 0 0 0 (M O V O O M O O 00 O Cfl Cfl Cfl O Cfl r r O 00 d l O O (fl 0) 0 (fl O M 0 0 0) O 0 0 0 0 CO O Ln 0) 0 I— (fl O M 0 0) 0 0) 00 0) M O 00 N r— E 6<) 6<) 0) LO 69169 I— fR 0) fR 69 69 69 O I— fR O O 69 00 69 I— LO 00 (D O r 69 00 0) N M O N N N M (D N N V M N M N N N N V (D N V LO N N V N M N N a ELT 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 E91 E91 E91 'a Z,.i;; V) 0 O O O LO O O 0 0 0 O O O 0 0 0 0 0 0 0 0 0 0 O 0 0 0 0 0 0 0 0 O 0 0 0 0 0 0 0 N O (fl — O r 00 O — 0 0 — 0 LO LO LO O LO LO V — 00 I— r 0) O 00 — 0 00 00 Cfl — r Cfl M (fl 0) LO I— 00 R M V O M M 000 M M M M M M CND M 0) V 000 r LO W CMD (D LO V OO M 0) M OO M M 0) (D V 000 I— 000 LO O OO L Cfl Cfl r Cfl Cfl Cfl Cfl Cfl Cfl Cfl Cfl Cfl Cfl Cfl Cfl Cfl Cfl Cfl r Cfl Cfl Cfl Cfl Cfl Cfl Cfl Cfl Cfl Cfl Cfl Cfl Cfl Cfl Cfl Cfl Cfl Cfl Cfl r Cfl U 69 ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER N Zi..., N' E R C' R' a; a' v, � � � � � rn rn rn rn rn rn rn rn rn rn rn rn rn rn D - - - - - - - - - - L E 0 Z V- 0 O M I— 0) I— CO V CO N M V 0) LO O N 0) CD r V V CD LO N LO V I— V 0) N 00 I— LO 0 O 0) CO 0 O 0) O O CO O 0) LO V V V V V M M M V N N CD M CD LO LO LO LO V 00 00 CD M V V M M V M V V M V V M V M V V V LO V V V V V V N V V V V V V V V V V V V V 0 — — — �....,Ln Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo LO LO LO LO - LO LO LO LO LO LO - LO LO LO LO LO LO LO - LO LO LO LO LO E 7 Z E M0 0 0) O N M V LO CD r CO N M V Ln r 00 0 0 M V LO M LO LO CD r CO 0) O N CD O N N I— r 00 0) W W 0 0 0 0 0 W W N N N N N 000 O O V V V 1 M M M M M M M M M M M M M (D O CVD CVD CVD CVD CVD CVD CVD (D (D (D (D (D (D (D (D (D (D (D (D (D (D CVD U 0 00 0 00 0 00 00 0 0 0 — 0 00 00 00 0 0 0 00 00 0 0 0 0 0 00 00 00 G) O O O 0 00 O 0 O O O 00 O O (D 0 0 0 0 0 0 0 0 O 0 0 0 0 00 0 0 O O O O O 0 0 0 0 00 O L0 O 00 O O O 00 O 00 N 0 0 0 0 0 0 00 O 00 N O 00 O O O O O O O O L0 r O O O O (Ti 0 0 0 O O O O O O (D O 00 00 0 0 00 O 00 00 0 00 0 0 0 0 0 0 0 0 00 R'..H) 643 643 64, V LO 643 643 643 643 643 E43 E43 E43 I- 00 ELT E43 6-3 6-3 6-3 LO 6-3 643 643 643 64, V 643 E43 E43 66 66 66 66 66 66 66 66, 00 m M• M• M• 63 M• M• M• V! r.. 00 0 O O O Ln... O O O 00 O O 0 O O 00 O O O O O M 00 O O 00 00 0 0 0 0 0 0 0 'a V 00 O O O O (D O O O 00 O O O 0 0 00 0 0 0 0 O D) 0 0 0 00 00 0 0 0 0 0 0 0 --'O O O O O O O N O O O O O O O O 0 0 0 0 0 0 0 0 O - Lo O O O O O O O O O O O O O w M• 6c3 6c3 6c3 6c3 6c3 6c3 M• 6c3 6c3 6c3 6c3 Ef) Ef) 69 69 69 6r) 6r) 691 691 691 - 6c3 6c3 M• M 6c3 6c3 691 691 E91 69 69 69 69 69 69 69 69 V! 0 00 0 00 O 0 O O O 00 O O 0 00 0 O 00 O O O 0 00000000000000 O 00 O 00 O O O O O 00 O O O 00 00 00 0 0 O O 00000000000000 O O O O O O O O O O O O O O O O 0 0 0 0 0 0 0 0 O O O O O O O O O O O O O O O O ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER CL 0 O N+ Z', U) 00 M N .-.0 O O Cfl 0=.r O V 0 0 0 - O V 0 0 0) O V ,O 00 .:.0) (D O O V V O 0 V 0 0 Ln,-.O 0 0 Ln r O O O O r V 00 O Ln O N Ln O Cfl O 00 7 0 (fl O O r 00 7 -7 O O N N O) 0 00 0 0 Ln O O N Lo Lo M O O O O 00 O M (D O Lo O V O V Lo O 00 O V r V 0 0 0 I- N 00 O O r O Lo O O M I- r 0) fR 69 M V I- Cfl 00 0 M 00 69 0) M (D 0) V e9, I- (D V V 69 69 0 00 O 0 0 00 0 V Ln 0) fR Lo M V Cfl LO V V M Cfl M M V (fl V V Cfl V Lo r M M 0 N M V V 69 69 69 ER ELT 69 69 69 69 ER ELT E91 691 ER ELT 69 ER ELT 69 69 69 69 69 69 69 69 ER ELT 691 ER ELT 691 ER O a 0 a z � V! 0), I- 00 0 00 V (D M O Cfl O O 0 O M O (D 0 O O (D O N V N O O (D Cfl O 0, (fl O O 0) LO 0 0 Ln O M V O O I- M Cfl N V 0 0 I- O M Ln (fl O O Ln O r O N V Ln O r V N D) Ln (fl O) O) Ln 00 O O 0) d 1 0) I- N N O O Lo 00 O V M N O V O N NO Lo N O Lo O O Lo 0 0 0) 0 Lo N O r Lo (D 0) V Lo O E O N M O 691 691 691 M N 0) fR 00 69 0) O O fR Ln 69 N 691 0) 6910 M Lo 0) 00 Lo O O 69 N M N Lo N N N M V N N Lo N V N N N N N I� M M N 0 M N V N N 069 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 a 'a Z,.i;; 0 0 O 0 O 0 O 0 0 O 0 0 O 0 O 0 N .:..00 V ,-.0 .Lo 0 :.: .Lo N O O 00 ,., O N 0 00 M O O D ,O 00 O 0 OO ln... 0 0 r V,-.0 LOOF :.. R Lo O O 0) V LM M r O Oro O ONO (D Or M Oro 0) M M V Cfl M 000 (D IN (D V V- 0 (D 0) V V- 000 r V LO M M 000 t m r r m m m m m r m r m m m m m m m m m m m m m m m m m r 0 0 r r 0 0 0 0 0 0 0 N Zi..., 0 E R C' R' a; a' v, Cl) Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo LoLo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo w 0 O O O O 0 0 N; L E 0 Z M 0) 0 V CO N M Lo O M (D CO O 0) CO (D O V Lo 0) O (D 00 N V V O M CMD r rN N Lo r C:I- r 00 00 00 I- O 0) N 0 0 Ln LO V M M V V LO LO LO LO LO CD M M LO M LO LO CD LO 00 0) 00 I- r V V V V V V Lo V Lo Lo Lo Ln V V Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo 0 0 0 0 Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo O O O Lo Lo Lo Lo M Lo Lo Lo M Lo Lo Lo Lo Lo M M Lo M Lo Lo Lo Lo Lo E 0 Z',; E M " Lo CD r N r CD r 00 0) O 00 00 Lo CD r CD r CO 0) M V Lo CD 0) V N M I— 00 O N M V CD CO V V V N N 0) M V V V V Lo N Lo N N N V V V VLn LoV. LoV. LoV. LoV. LoV. M Ln 0 0 00 0 M 0 0 0 0 0 1 Cr9 Cr9 Cr9 Or Or O (Dm Cr9 Cr9 Cr9 Cr9 Cr9 Or Or r r r 0 0 0 0 CVD (D (D (D (D (D M Cr9 Cr9 Cr9 Or 10 0 CV9 CV9 CV9 CV9 CV9 CV9 U 0 00 0 0 - 00 0 0 0 00 0 0 0 00 00 00 00 0 00 00 00 00 00 00 00 0 G) 0 0 0 0 00 O O O O O O O O O I- O O O O O 0 00 O 00 0 0 0 0 0 O O O O O O (14 00 V O 00 O 00 00 00 O 00 O LO O LO O 00 O O O 00 O 00 0 0 0 0 0 0 O O O O O r 00 O O O O 0 0 0 0 0 0 0 I-� 0 0 0 0 0 0 O O O O O 0 0 0 0 0 0 0 0 O O O O O Cfl O O R'..H) 643 643 643 LO 643 643 643 E43 E43 LO E43 LO E43 LO E43 E43 6-3 6-3 6-3 6-3 6-, 6-, 6-3 6-3 643 643 643 66 66 66 66 66 66 66 66 66 M 643 643 V! 0 00 O O 00 00 O O O 0 0 0 0 0 0 0 O 0 00 O O O O O 0 0 0 O O O O O O 0 00 'a O 00 O O 00 00 O O O O O O O O 00 O O O 00 O 0 0 0 0 0 0 0 0 O O O O O O 00 O O O O O O O O O O O O O O O O O 00 O O O O O O 0 0 0 0 0 0 0 0 O O O O O O O O w Ef3 ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ELT 6c3 6c3 6c3 6c3 6c3 6c3 6c3 6c3 Ef) Ef) Ef) Ef) Ef) Ef) Ef) Ef) Ef) 6c3 6c3 N691 Z.........;' U) 0 O O O O 00 O O O O O 0 0 0 O O O O 0 0 0 0 O O O O O O 0 O O 0 O 0 O O 0 0 0 O 00 00 O O 00 00 O O 0 00 0 0 0 O O O O O 0 0 0 0 0 0 0 0 O O O O O O O O O O O O O O O O O O O O O 0 0 0 0 0 0 O O O O O 0 0 0 0 0 0 0 0 O O O O O O O O E ER ER ER EL) Ef) Ef) D) EL) Ef) Ef) v) Ef) Ef) Ef) Ef) Ef) Ef) Ef) Ef) Ef) v) v) v) v) v) v) v) v) v) v) v) Ef) Ef) Ef) Ef) Ef) Ef) Ef) Ef) Ef) '.- Q...,.... 7 O N+ Z', Q w 0) I- O M O V N V O 00 O r O N M O O O M M 0 (D 00 O (D O O) V O O 00 0) 0 0 N N M Q Cfl Cfl O 7 (? -7 0) I� 7 N O M O Ln N O 00 Ln O Cfl 7 V (? M D) N Ln Ln W N O Ln V (fl O 0) V Ln V Ln N 00 00 O LO O O N V 00 N O (fl O N r 0) Cfl 00 N O V O M N O Cfl N V N O N N 00 O (D 0) O 0 V M 0) LO 69 (D V 0) I- (D E91 O e91 r- 0 LO Cfl Cfl O r (fl LO 0) LO LO O LO (fl r M 0) (D O V 0 V LO M (D Ln V V V V 0 M 0 V LO V N LO V V I- M V VR V V I- V (D V V (D M V (D V M V M �...ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER EER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER O z � V) M LO I- r (D 00 (fl O N O -.M O 00 O LO LO 0) O r- r 0) 0 V N O V O (D O O N ,O O 00 (D r 0).:. Ln M N r 00 00 00 V O (D 0 - O LO O N O) V O 00 00 - 0 0) 0 0 0 0 0 - 0 N Ln LO O N V V LO d N V Cfl r r LO O M O (fl O 0 0) M Cfl O V I-� O Cfl (fl O LO 0 0 0) W O N N N O O 0 r EO 0) LO N 0) O fR N 69 LO 69 M 69 M N N N 00 691O N 69 69 N 0) 00 fR Ln r 69 N O N 00 N M N N Ln N N N V M V N M N N a y,..:.ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER 'a N O, O N 0 LO LO 0 0 0 00 O O O O O O O O LO LO O O O 0 O O O O O O O O 0 O O 0 0 0 0 O O M 0 N 0) 00 LO LO - 00 N I- N O LO O Cfl O M O N Cfl LO O M R (D V OMO r O ONO OO O W 000 OO M LO O OO M 00 r O r ONO r O Or M O r M 0) M W M LO (D CND V 000 (D M M L M M M M r M M r M M M M r r M M M M r M M M r M M r M M M M M M M M M M M M M M U!,Ef3 ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER N Zi..., N' E R C' R' a; a' v, Cl) LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO 0...',M M M M M M V V V V V V V V V V Ln Ln Ln Ln Ln Ln Ln Ln Ln CO CO CO CO CO CO CO CO CO CO CO CO I� r r 0 - - L E 0 Z M M r M V M O W M W N M O O co M N M 00 CD M (D M N r N 0 CO r CD LO CO Ln V r W r O 00 W O 00 N N CD M M N M CD V V CD CD LO CD CD CO O O O 0) 0) 0) CO CD CD 00 M Ln Ln Ln M Ln N M M Ln M M M M M M M M M M M r r r M M M M 00 M r r M r Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo M M Lo Lo Lo M Lo Lo M Lo Lo M M Lo Lo Lo Lo Lo Lo Lo Lo Lo M Lo Lo Lo �: Lo E 7 Z',; E O M O) V LO M N V r CO O N r O CD M V LO CD CD r O N CD r CO 0) 0 M V LO CD M V 00 0) I- r LO LO M r r r r r CO 00q. 00 00 N I- 00 00 00 00 LO LO LO Ln 0) 0) 0) 0) 0) O O O 00 O LO 0) N N U 0 00 00 00 00 00 0 0 0 00 00 0 0 0 00 0 00 0 0 0 00 0 0 00 0 0 0 00 G) 0 00 O O O O O O O O O I— O 00 00 LO O O OO O O O 000 O 00 0 0 0 0 0 O 0 O 0 0 00 M 0 0 O O O O O O 00 O 00 00 M O I— O 00 V 0 0 0 0 O 00 0 0 0 0 0 O 00 O O O I-� O O O O O O N O 00 O O O O O I-� (Ci 0 0 0 O M O 0 0 0 O 0 0 0 0 0 0 0 O O O R'..H) 643 643 LO 643 643 643 643 643 O 00 E43 00 E43 E43 E43 E43 E43 N 0-) M LO 6-3 6-3 LO 643 643 643 643 643 E43 E43 E43 66 66 66 66 66 64 66, m Ef3 M• 69 Z,1 V! 0 00 O O O O N O O 0 0 0 0 0 0 0 0 O O O O O 00 000 O 0 0 0 0 0 0 0 O 0 M... 'a 0 00 0 0 0 O I— O O 0 0 0 0 0 0 0 0 0 0 0 0 0 00 0 0 0 O 0 0 0 0 0 0 0 O O LO 0 0 0 0 0 0 O LO O O O O O O O O O O O O O O V O 0 0 0 0 0 O 0 0 0 0 0 0 0 O O I-� w 6c3 6c3 6c3 6c3 6c3 6c3 6c3 � 691 69169 69 69 69 69 69 69 691 691 691 691 691 0') 691 691 691 691 69169 69 69 69 69 69 69 69 6r) 691 691 N Z.........;' V! 0 00 00 0 O O O O 0 0 0 0 0 0 0 0 O O O 00 O O O O O O O 0 0 0 0 0 0 0 O 0 0 0 0 0 0 0 0 O O O O O O O O O O O O O O O O O O O O O O O O 0 0 0 0 0 0 0 O O O 0 0 0 0 0 0 O O O O O O O O O O O O O O O O O O O O O O O O 0 0 0 0 0 0 0 O O O ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER CL 7 O N+ Z', U) 0 CO CO O M O O CO LO CO O CO 00 O LO CO 0 V O O LO N N CO O V r— M CO I— V O O O W M., W V 0 Q 0 00 N O O O 00 0 00 O CO M I� 00 N 00 00 O M N N O LO N 00 0 M 7 O I� O O N 00 N 00 00 d V LO N O O O O O N M O CO 00 V O N : LO O CO N CO LO O O I— LO N 00 LO O LO M O M LO O LO 0 V LO CO 69 CO 0 0 M M V 69, I— V LO CO LO I� LO fR I— N Ln LO 69 I— LO V V M CO 0 r M 0 LO M LO LO M N V N LO V M 0 M 0 V V V V M M N CO V M V V V V V M V V V V LO �...ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER O a N I` z � V! O,. V N O I— O O M LO N O N LO O LO V O,.CO LO O CO 00 W V O CO M r V M CO O W O ,O '1- (D M... CO V CO 0 0 0 W 0 M N O r O V V O M M 00 00 O O CO O V LO 0 W M O O M O LO LO LO LO M O d CO V M O I— N 0 LO 0 00 O N M O N LO V 00 I— N O V O N O V I— V LO 0 M O N O CO M 00 0 ELO N 69 0 0 N 0 N N O 69 e691O ef3 N M N M 0 N M O 69 r— N O O O N r r LO N 0 N M N N N N N N N N N V N Ln V N N N N a y,..:.ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER 'a V! 0 0 0 0 0 0.... O O O O 0 0 0 0 0 0 0 O O O O 0 0 O O O O O O O 0 0 0 0 0 0 0 O O 0 N LO M O M — 0 00 (D O V V I— M r r N r — 00 N N O V O 00 00 00 O — 0 — 0 LO 00 V 00 N M R O Or 000 LO W ONO 000 0 M M ONO r- V- Ni 00 (D O Ni Ni Ni O Oro Oro O O V r- O O V 0 O M O V O M O Ni M t r m cm cm cm cm cm cm cm cm cm cm cm cm cm cm r m cm r m cm cm cm cm cm cm cm cm cm cm cm cm cm cm cm cm cm cm cm U Ef3 ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER N Zi..., N' E R C' R' a; a' v, Cl) LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO w a0i � r— r— r— r— r— r— co co � �� ;5 ;5 65 65 ;5 ;5 ;5 00 co co corn rn rn rn rn rn rn rn rn rn rn rn rn rn 63 63 63 o - - - - - - - - - - - ZZ ZZ ZZ ZZ ZZ ZZ ZZ ZZ L E 0 Z 00 O LO 00 00 M CO I— O M 00 I— LO N V V W W W W LO V LO NC 00 I— M r LO M M N N r r LO W r W W CO CO N X 0 0 O M O V V N M N r r CO LO LO I— 00 00 I— r r LO CO 00 CO I— LO M V V I— 0 r r r CO CO 00 CO CO CO O CO r 00 00 � 00 O O O O O O O O O O O O O C LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO E 7 Z',; E CO M CO 0 0N N M V LOG) 0 NM '1- (D I- M V V LOr COO) 0 N V LO 00 O N M V Ln M r 0 0 0 0 0 M M M M M M M r r r r r 0 0 0 0 0 0 0 0 W O O O O O O 1 O O O O O O O O O O 0 0 0 0 0 0 0 C09 C09 0 0 0 0 0 0 0 C09 O O O 0 0 0 0 0 0 0 O O O 0 0 0 0 0 0 0 0 0 0 0 00 00 000000000000000 0 0 0 0 0 0 0 0 0 00 G) 0 0 0 00 0 0 O 00 O O O O D)...00 O O LO 00 0 O O O O O O V O (D O O 0 0 0 00 0 V 0 00 00 0 0 (D 00 O O O O V 00 O O (D 00 0 0 0 0 0 0 O D) O I— O O O O O N O O r 0 0 0 0 0 0 0 V O O O O O O I-� O O O O 00 0 0 0 0 0 0 0 0 O N O 00 O O O O O V 0 (fl R'..H) E43 E43 E43 64 O 64 00 6-, 6-, 6-3 6-, ER ER V 64, 64, 643 643 N E43 64 64 64 64 64 64 64 64, D) ELT N 64, 64, 64, 64, M I— LO LO 69, 691 691 691 Z,1 V! 0 O 00 O 0 O 00 O O O 0, O O O O O V O 0 O O O O O O O O O O O N 0 00 0 'a O O I— 00 O O O 00 O O r O O O O O O O (D 0 0 0 0 0 0 0 M O O O O O O V 0 00 0 0 0 0 0 0 0 0 O O O O O r O O O O O O O r 0 0 0 0 0 0 0 (Ti O O O O O O Ln O O O O w 6c3 6c3 M• 6c3 6c3 6c3 6c3 6c3 6c3 6c3 6c3 Ef) 00 Ef> Ef) Ef) Ef) Ef) Ef) Ef) Lo N 6c" 6c" 6c" 6c" 6c" 6c" 6c" 00 6c" 6c" Ef3 Ef3 Ef3 Ef3 I— ELT Ef3 Ef) Ef) 691 691 Z.........;' U) 0 0 0 00 00 O 00 O O 0 00 00 O 00 O 00 O O O O O O O O O O O O 00 00 0 0 0 0 00 00 O 00 O O O 00 00 O 00 0 0 0 0 0 0 0 0 O O O O O O 0 00 00 0 0 0 0 0 0 0 0 O O O O O O O O O O O 0 0 0 0 0 0 0 0 0 0 O O O O O O 0 0 0 0 0 0 ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER CL 7 O N+ Z', U) 00 0) 0 0 CO O O I— 0) 0 I— r O O„I— r ,.O 0) O V r— M N r 0) 0) ,N O M 0 ..V (D (D O V 0 0 0 0 Q I- Ln N P O 00 O O Cfl (fl O (fl O M V O) D) 00 00 (? D) N Cfl O 00 (M 7 7 I� M Cfl M N M O Ln O O O (? N rN O r LO O O 00 00 O 00 0) M I— r r M V O M 00 M V (fl 0) N O 00 V 00 0) I— M O LO O O O O 00 N (fl 0) V 69 69 LO V O) M M V N V V I— r fR LO 00 V V V I— 0) LO N (fl V V V LO 0) N N 69 69 69 M N (D V N V V V LO V V V V (fl V 0) V V V V M V V LO M V N V V (D LO �...ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER O a � a � z � V) 0), N N O O N 0 O M O M V O ...M M O LO O M I— 00 M 00 M O V V O 00 0 00 0 V N O O O N Ln O O Ln (? M V V D) D) O Cfl Cfl O r V (fl M V V (fl D) Ln Ln O M 0) V CD. O O O O d Cfl V N 00 Cfl N O N N M V LO O (fl r 00 O LO LO O V O V M V 0 N O CO Cfl N M 0 0 0 0 00 00 M 0 I— O LO fR N LO O N N 69. V O) V O 69. 0 O 69 69 69 69 N V V N N (D N N V N N N N N N fR N M N N N NNN N NN Lo N a y:.ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ELT 64 64 ER ELT 69 69 69 69 69 69 69 'a Z,.i;; N 0.:..0O 0 0 O,O M 0 0 0 O O 0 0 O O 0...0 0 ,.0 0 00 0 00 M 00 N 0 M V 00 O O O O 0 O O O , OO -..0 -.OO N 00 LO 0 0 N,O 0:.. R r O O ONO M IN IN 00 000 (D V V (D M M M M 000 0) LO M M M M (D 000 M CMD V M (D W V Or 0) CMD OO r M M U Ef3 ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER N Zi..., N' E R C' R' a; a' v, Cl) LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO w O W W W 0 0 0 0 O O O O O O O O O O O _0 — zz 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 N N N N N N N N N N N L E 0 Z_ N CD 00 LO O LO M CD N N CO 00 0) M O V V O) M N M I— V CO V O M LO LO 0) N O M O) M Ln Z6 0) CO CO I— r CD LO CO CD O N C 0 N 00 M00 N LO M M V V M V M M V V V 00 M CD CO 00 CO CO CO CO CO CO CO CO CO 0 0 O r- 00 00 00 00 00 00 00 00 00 00 00 00 00 00 CO CO CO : 00 00 : 00 ; 00 00 0 0 0 0 O O O O O O O O O O O O O E 7 Z',; E 00 CD r 0 0 0 N N O N LO CD r 00 0) CD r CO 0 0 0 M V LO CD r CO 0) O M O N M LO 0) CD CD O N N N V 00 00 00 O 00 00 LO LO LO LO CD M V V V V V V V V LO CO M CD M CD CD CD 00 (M co co CMD M CMD M CMD CMD M M CO O 00 00 r r r r r M M M M M M M M M M M r M M C09 C09 CO CO 0 0 0 0 0 0 0 0 O O O O 0 0 0 0 0 0 0 00 00 00 00 00 0 0 0 0 0 0 0 00 00 0 G) 0 00 V Ln O O O 0 0 0 O O O 00 O 0 O O O 00 O O O O Ln 00 00 O V 0....O O 0 V M 00 (D N O O O O O O O O O 00 0 0 0 0 0 00 O O O O N 00 00 00 Ln 00 O O O O (Ti V O O O O O O O O O N O O O O O O O O O O O (fl O O O O O V O 0 0 O M ELT 643 N V 643 643 643 643 66 66 66 66 66 O 66 66 66 66 66, 64, 64, 64, LO 69, 691 M 691 691 691 Ef3 LO 0) ELT E91 E91 E91 — (1) — r- (1) M• 691 V! 0 00 00 O O O 0 00 O O O 0 0 0 O O O 00 O O 0, O O 00 00 00 O(l) O 0 'a O 00 00 O O O O 00 O O O 0 0 0 0 0 0 00 O O O O O 00 00 0 0 0 0 0 O O O O O O O O O O O O O O O 0 0 0 0 0 0 0 0 O O O O O 0 0 0 0 0 0 0 O O w 6c3 6c3 6c3 6c3 6c3 6c3 6c3 6c3 6c3 6c3 6c3 Ef) Ef) Ef) Ef) Ef) Ef) Ef) Ef) Ef) 6- 6- 6- 691 691 691 691 691 691 691 691 E91 E91 E91 M• 69 69 N Z.........;' V! 0 00 00 O O O 0 00 O O O 0 0 0 O O O O 0.... O O 0 O O 00 00 00 0 0 O 0 O 00 00 O O O O O O O O O 0 0 0 0 0 0 0 0 O O O O O 00 00 00 0 0 0 O O O O O O O O O O O O O O O 0 0 0 0 0 0 0 0 O O O O O 0 0 0 0 0 0 0 0 0 O ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ELT 69 69 69 69 69 69 E91 E91 E91 Qil O N+ Z' U) 0 V M Cfl O 00 LO (fl (fl M M LO 00 O 0) 0 r::,LO V I- O 00 O 0 00 N O O 0 O O O O '1- 0) N (D Q 0 0 (M 0 0 00 Ln N 7 -7 Ln r Ln O V O M Ln (M v7 0 Cfl O O O 00 O v7 0 0 0 0 Cfl (M v7 00 M d 0 0) OO Cfl Cfl M O V N 00 LO V O V I- O O M O O N O O Lo (D O O O O 00 V O M 69 I- (D N 69 V (D Lo 00 (D r V I- 0) M Ln M Lo 0) V e91 e91 M N e91 M M e91 e91 69 I- V V 00 Lo V M Lo Ln V V V M V M Lo M V V V N V V Lo (D V M V Lo M V- 69 ELT 69 69 69 69 69 69 69 ER ER ELT ER ELT 69 ER ELT 69 691 ER ER ER ELT 69 69 69 O a � I` z � N O,. (D r Lo N Lo V V r r Lo N O m O M:..Lo (D M Lo N O -.0 N„ 00 LO O 0 O O O Cfl (D V 00 V- 0 O Cfl M O N - r O I� Ln (M - O O N 0 - 00 - (fl r V D) O O D) N V I- r 0 0 0 00 V Ln O d 1 0 O r- NV (D O O 0) M O 00 M (fl O 0) N V 0) O M 00 LO O M 00 Cfl 00 r N O LO N LO Cfl 6' VN OM 64 ` N O 00 (D O O r r O 0) O Ln O 00 69 M (D M O (D 00 69 N M N N N N N N M V N N M N N M Ef3 M N LOM M N N N M N a ELT ER ER ER ELT 69 ER ELT ER ELT ER ELT 69 ER ELT 69 ER ELT 69 ER ELT 69 E, 69 E91 E91 69 69 69 69 'a Z,.i;; V) 0 0 0 0 0 O O O 0 0 0 O O O 0 0 0 0 0 0 Lo 0.... O O 0 O O 0 0 0 0 0 0 0 0 0 0 N M I- r N Lo O M N 0) I- 0) 0) Lo O (D O Lo V Lo 00 r - 0) O 00 Lo Lo r r O 00 - N I- V M R M 0 (D V- W V Lo r M (D r V V 000 OVO M M CMD M Oo O IN 000 Oo M 000 r M LO (D ONO OO 0) Cfl (D 0) Or L (D r Cfl Cfl Cfl Cfl Cfl Cfl Cfl (D (D (D (D (D (D (D (D (D Cfl Cfl r Cfl Cfl r Cfl Cfl Cfl Cfl Cfl Cfl (D (D (D (D (D (D (D U Ef3 ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER N Zi..., N' E R C' R' a; a' v, Cl) Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo w N D L E 0 0) N I- N LO O CD O O 0) 00 00 I- LO M M M CD 00 I- N CO Lo V CD M 00 V 0) N W W 0 M N M 0 W 0 W O O M N M M M 0 0 M M M M M M M W W W M M M M W W M Lo Lo Lo Lo Lo Lo Lo Lo Lo M M Lo Lo Lo Lo Lo Lo M M Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo E 7 Z',; E ON N M N M V CO 0 0 0 00 V Lo CD r CO N M O N M V LO CD 00 0) N CD r 00 0) 0 0 0 0 0 0 O CD CD CD r r 00 0 LO CD CD CD CD CD N N M M M M M M M M CO N N 1 M M M O O O r r r r r r r M M M M M CMD CMD (D (D (D (D (D (D (D (D (D (D r U O O O O O 0 0 0 0 00 00 0 0 0 0 0 0 0 0 0 0 0 0 0 0 00 00 00 00 0 0 G) 0 00 O 00 O 00 00 O O O 00 00 O 00 O O O O O 00 O O O O 0 0 0 0 0 0 0 0 00 O 00 O 00 00 O 00 O O CO 00 O 00 O O 00 O O 00 O O O O 0 00 00 0 M 00 O 00 O 00 00 O O LO O V 00 O 00 O O O O O 00 O O O O 0 0 0 0 0 0 M ELT E43 E43 64 64 64 64 64 64 64 6- LO 0-) H) 00 691 691 691 — 691 691 LO 691 691 Ef3 E91 E91 E91 69 69 69 691 691 691 691 691 m MMM69 MM • N' Z'V1 V! 0 00 O 00 O 00 00 O O O 00 00 O 00 O O O O 0 O O O O O - 00 M 0, 0 'a O 00 O 00 O 00 00 O O O 00 00 O 00 O O O O O O O O O O V 0 0 0 0 0 O O O O O O O O O O V O O O O O O O O O O O O O O O O O O O O 00 O O O O w 6c3 6c3 6c3 Ef3 6f 6f 6f 6f 6f 6f N 6- 6- 6- 6c" 6c" 6c" 6c" 6c" 6c" 6c" Ef) Ef) Ef) Ef) Ef) Ef) Ef) 69 6r) 691 00 691 691M• 691 691 691 Z.........;' V! 0 00 O 00 O 00 0 O O O O O O 0 O O O O O O 0 O 0 O O O O O 0 00 00 0 O 00 O 00 O 00 O O O O O O O O O O O O O O O O O O O O O O 0 00 00 0 O 00 O O O O 00 O O O O O O O O O O 00 O 00 O 00 O O O O 0 0 0 0 0 0 ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER Q '.- 0'.L. OV1 V N 'x'11 N ZL U) 0 O 00 00 LO N 00 LO W 0:.. O ,-.0 O O 0-. 0 r O O .,0 O ,O 0 V N M LO - 0 V V - 0 V„ln,. O 0 0 0 N V CO M 0 r M V O O O CO O I— O O M O O 0 CO N V LO r O — LO — O — O N N O M N CO 0 0 V N 0 M 0 00 O O 00 O V O O LO O O 0 LO N 0 00 0 Ln M Ln r V O r- 69 M LO 00 V V M CO 00 0 0 0 69 69 0 69 LO 69 V 691 V O e91 LO CO I— LO r M M N M LO V 00 '1- (D CO V M V V V M V M CO r— V CO V CO N CO V N V N CO M V LO V M LO M V 4- 69 69 69 69 69 69 69 69 69 69 69 69 69 691 69 69 69 69 69 69 691 69 69 69 69 69 69 69 69 69 0 a LO a z' � V! O.. O N N O 00 N LO W O -..0 O W O 0-,.O M, r O O O O M 00 r O M O, O M M V (D LO.:. O O O M M O CO 0 0 0 0 O O CO O O LO CO M O 0 O O V O N M O CO V V O CO V I- M N O O M LO W M O M LO N N O O O W 0 0 I— W r O M O O V I— r O M LO N LO 0 E e91 691N 00 0 0 O O M N 00 69 69 69 V 69 69 0 O LO 69 M e91 e91 N N N N 69 (D O O N O O N N N N N M N N CO N M V N V N V M N N N N N M N a ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER 'a N ZV1 . . =- WWO0r0) O0) 00 � O0OOO0O0) 00) 0OOWrWOO0 00O00N N 00 00 00 MM r— 00N 00 00 N r r M M O r � V M LO Ln Ln r 0 O N � 000 LO 0) O r V M O LO 000 O 000 N M 000 M M O O (D 000 O t M M M M M M M M r r M r M M r M M M M r M M M M M r M M M M M M M M M M M U Ef3 ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER N' Z''.i. N' E,'ji R,l Z'....du C v R' a; a Cl) LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO a0i v v v v v v v v v v In In In Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln co co co co co co co co co co co co co 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 N N N N N N N N N M N D' L i 00 CO CO V M CO LO O V 0 O O O M 00 LO O CO N I— O N 0 N CO V M O LO LO M 0 r LO CO CO CO CO CO W W W 00 r O O N O M M N N O N M V M M M CO O LO LO Ln V V 'I- 0) 0 0 0 W W W W W W W N O O O O O O O O O O O O O O O O O O O N 0 0 0 0 0 0 LO LO LO LO LO LO LO LO LO O LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO O LO LO LO LO LO LO L Z EV 0 0 r CO CO 0 O M M r N M V LO M M V LO CO CO V O CO 0 0 N 0 M N M V LO CO I— N N N N N LO LO (D CO CO LO LO CO CO CO CO CO I— r r r r O r M M r r r 0 r r r r r r r U O 00 0 00 0 00 00 0 0 0 00 00 0 00 0 00 0 00 0 0 0 0 0 0 0 0 0 0 41 O 0 00 00 00 0 0 0 0 0 0 0 0 LO O O O 0 O 0 0 0 0 0 0 0 0 00 O 0 0 00 00 0 O 0 V O O O r 00 00 M O O O O O O O M O O O O O O O O O O - N O (D 00 O 0 0 00 00 0 O O O O O Cfl O O O O O O O O O O O O r O O O O O O O O O O V r� O Cfl O 0 0 0 0 0 0 0 O O R'.. H) 643 643 N 643 E43 E43 E43 I— ELT E43 64 64 64 643 643 N 643 643 643 643 643 643 643 643 E43 E43 O 00 E43 I— M ELT 66 66 643 643 643 643 643 643 643 m 69 M 69 � Z,1 V! O O 0 O 00 00 0 0 0 0 0 0 0 0 0 0 00 00 V 0 00 0 0 0 0 0 0 O O O 00 00 O O 0 'a O O O O 00 00 O O O O O O O O O O O O O O N O 00 O O O O O O O O O O 00 00 O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O (6 O O O O O H) 6c3 6c3 6c3 6c3 6c3 6c3 6c3 Ef3 Ef3 Ef3 Ef3 6f 6f 6f 6c3 6c3 6c3 6c3 6- 6- 6- D) ELT 6c3 6c3 Ef> Ef> Ef> Ef> Ef> Ef> Ef> Ef> 6r> 6c3 00 6c3 6c3 6c3 6c3 6c3 Z.........;' V! O 0 0 0 0 0 0 0 0 O O O 00 O O O O O O 0 O O O O 0 0 O O O O O 0 0 0 0 0 00 O O 0 C O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O '- N O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O 00 O O O ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER CL 7 O N+ Z', U) O N V O (D (fl O Ln... 0 0) O M Imo....Cfl O N O O O O M O V V M O O O 0 O O r- 00 O 0 N O 0 M O r Q 00 V 7 O V Ln Cfl 00 O Ln 7 r r r O -7 O O -7 O 7 O 00 V 00 O O O Ln O (? D) V V W -7 O O N (fl r N : LO 0) LO O V (D (D O O 00 0) M 0 0 0 0 00 0 0) 0 0) 0) (D O O O O O r 0) 0) (D O O N LO O LO (fl 69 V LO V (fl 69 LO 0) I- LO 0) 0) LO fR 0) I- 0) I- 0) V LO V M 69 69 69 (D v) v) V 0) CO Lo M Ef3 0) LO 0) r- 4-- 69 - �ELT 69 69 69 ER ELT 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 ER ELT 69 69 69 69 69 ER ELT O a � I` z � V! O 00 (D O V V O Ln....O O r M V O 00 0 0 0 0 r.. 0 0 0 M 0 0 0 V 00 M N O V V 0 0 Ln M O N 0 I� O 0 00 V (? D) O O N M - Cfl M r O r V O M Cfl O N 0 0 0 0 (? D) O Cfl V V Ln M Ln M d O LO (D LO 00 (D N O O O r N 0) N M I- CO O (fl 0) M M Cfl M Cfl O O M O O V 00 00 LO N N M 0 fR N N N O O N fR fR M N V M N 00 69 I- 0 N r O 0 69 69 N 69 69 Lo 0 M V LO N N M N N N N V N N N V N M V Ln N V N N N N (D N N N M N N (D LO V LO N a 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 E91 69 69 69 ER ELT ER ELT 69 69 69 69 69 69 'a Z,.i;; 0O O OO O O0 O O O 00 0 O 0O r0 O M0O O O O....0O O MM0 0O 0 O O O 0 0r0N LO LO 0 0 N LO LO OLO 0 LO 000 0) LM V r M 00 Or M 0) � ONO V LN M LO W W O M V r M CND V LO O Oro OVO I- M M M O O (D 0) N M M O L r Cfl Cfl Cfl Cfl Cfl Cfl Cfl Cfl Cfl Cfl r Cfl r Cfl Cfl Cfl Cfl Cfl r Cfl Cfl Cfl Cfl Cfl Cfl Cfl r Cfl Cfl Cfl 00 Cfl r r CD Cfl Cfl r Cfl r r U!, 69 ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER N Zi..., N' E R C' R' a; a v, Cl) LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO 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 N N N N N N N N N N N N N N N N D L E 0 Z I� N C09 V M V V M 00 0 M O M 00 r r 0 O O r 00 0 0 0 00 O N 00 I- M 0 M O 00 0 O r Ln M O M I- O CD CD 0 0 0 CO CO CO CO O I- 0 0 0 0 0 0 0 - O O M M M M M M N - V V N N O 0 N'.. O O N O O O N O O O O N O N N O O N 0 N N N N 0 N N N N 0 N 0 0 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 Lo M Lo Lo Lo Lo M N Lo Lo Lo M Lo M M Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo M Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo E 7 Z',; E CO 0) O N V CO 0) O N M V LO CD r M 0 0 0 r 00 0 O N M 00 0 O N M V 0 0 0 N M V V 00 I— 00 0) W W W W W 0 0 0 0 0 0 0 0 I— 0 0 0 0 0 N N N N N N N M 0 0 0 N 1 r (D (D (D (D (D (D (D co co co co co co co co M r (D (D (D M M M M co co co co co M co co co co co co r r r M co U 0 0 O O 00 00 00 000 0 00 00 00 00 0 0 0 0 0 0 0 0 00 0 00 00 00 0 0 0 G) 0 00 O O O 0 O O O O O O 0 0 0 00 00 00 0 0 0 (l) 00 O O O LO O O O O O LO O O 0 V O O D) 00 0 0 0 0 0 0 0 0 O O D) N O O O M O 00 00 0 0 - 0 0 00 O O I- O O O O O (D O O O O O I-� 0 0 0 0 0 0 0 0 O O Cfl 0 0 0 0 0 0 Cfl Cfl N O M O O (M O O (M O O O O O 00 O O O R'..H) 64 M CD ELT 643 643 643 643 643 643 643 643 64, V 00 E43 E43 E43 LO E43 I— r 00 ELT M 6-, 6-, CD ELT 6-3 CD ELT 6-3 6-3 643 Ef3 M Ef3 O Ef3 R: I� M Cfl Cfl Cfl Cfl Cfl Cfl M Cfl M Ef3 N ER ER ER ER ER ER ER ER ER ER ER Z,1 V! 0 O 0 0 0 0 0 0 0 0 0 0 O 0 0 0 00 0 0 0 0 0 0 0 0 00 0 O O O O O O O O O O 0 0, 'a O O O O O O O O O O O O O O O O 00 O O O O O O O O 00 O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O w Ef3 ER ER ER ER ER ER ER ER ER ER ER EL) Ef) Ef) Ef) 6f 6- 6- 6- 6- 6- 6c3 6c3 6c3 6c3 6c3 6c3 Ef) Ef) Ef) Ef) Ef) Ef) O Ef) Ef) Ef) 6c3 6c3 6c3 e91 Z.........;' U) 0 0 0 0 0 0 0 O O O O O 0 0 0 O O O O O 0 O O O O 0 0 O O O O O 00 O O 00 O 0 0 O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O 00 O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O 0 0 0 O O O O O O O ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER M ER 0 Ef3 ER ER ER ER ER ER '.- Q...,.... FtT fR 7 O N+ Z', U) 0 0 0 0 I- M V O V V M O M O O O LO M O O M O O O LO O V 0 0 O O 00 M N 0) 00 0) M (D Q O O O O N O O O 00 7 V O 00 Ln O O N N O O 7 0 0 0 Ln O M r O O O M O (M (? W W W D) V D) d M O O D 00 0) 00 O O V V O V (D 0 0 0) I- O O LO O O O (D O r O O LO O O V O LO I- O V N (fl 0) fR 69 LO (D V e9, LnLO 0) I- M fR 69 I- V 0) fR O 69 69 69 V 69, N I- 69, 0) 0 M 0) LO V (D V V O LO V- M M V V V V Ln V M (D V M V V V M (D LO (D V N M LO N N 4-- 69 ER ELT 69 69 69 E91 69 ER ELT E91 69 69 ER ELT 69 69 69 ER ELT ER ER ELT 69 69 69 69 69 69 69 O a � a z � V) 0 0 0 O M Imo...Cfl O Cfl Cfl N O r O 00 LO r LO O r.. O 00 LO N...Cfl O O O O 0....r 00 (D N (D 0) r V ,.O I� O W r W Cfl V N Ln 00 O O O O O Ln Ln r O V 0 0 (? I- - D) (M O O (? D O (M O 00 N N - N W d I- r OM O) 0) O V M (D LO O O O M O M O O O O O M M 00 O O Lo r O N (D (D Ln M I- D) I- 6' M N N V (fl r 69 69 69 N 0) Cfl 69 M ef3 ef3 69. M I- 69. M 69 0 O O O Ln O N V M N N N (D N M N V N N N LO M N M M N LO 691LO M N N V M N N V a y,..:.ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER 'a 0O M M 0W....00 0 0 LO O O O O O O O LO 0 0 0 0 0 0 LO O O O O O LO 0 0 O LO O M O 0 0N 0 0 I- N O 00 LO 0) N 00 00 I- M Cfl 00 00 O M N M O 00 O O I- O r O r R M M M N ONO M M V- M N CMD M OO M V Oro O M LM M M M M ONO M M M M CMD N M M M M M r IN O M M OO t cD cD r r cD cD cD cD cD W cD cD cD cD cD cD r cD r cD r cD cD cD cD cD r cD cD r cD cD cD cD cD cD cD r r cD cD U!,Ef3 ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER N Zi..., N' E R C' R' a; a' v, Cl) LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO w �z �z �z — — — — — — — — — — — — Lo Lo LO LO LO LO LO LO LO LO LO LO LO LO a0i'',rn rn rn rn rn rn m o o o o o o o 0 0 0 0 0 0 0 0 0 0 0 0 0 zz N N N N N N N M M M M M M M M M M M M M M M M M M M M zz 0!, - N N N N N N N N N N N N N L E 0 Z_ V I- O 0) CD M V 0 0) CO LO N 00 LO V I- CD CO LO I- M N O) I- CO M N CD V O) 00 D) LO 0) 0 0 CD V N O O V V M M M M :I� M M Ln Ln Ln 00 00 I� r r r r 0 0 0) 0) W W 00 00 N 00 00 0) N N N N N N N N N N N N N d' N NN N N N N N N N N N N N N N N N N N N O O O O O 00 O O O 00 O O O C Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln LO LO LO LO LO LO LO LO LO LO LO LO E 7 Z',; E M V Ln O M r 00 M r 00 0 ON LO CD r CO 0) O V LO N M V V M LO CD r 00 0) O CD r 00 O N V 0 0 0 O O O M M M M V V V V V V V V 0 Ln LO LO O O O N O) 0) 0) 0 0 0 0 O O O O 1 P- MM MM co r r r r M M M M M M M M M co co co co co co co M M M M M M M M M M M M M M M U 000000000000 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 00 0 0 0 00 0 0 0 G) 0 O 00 O O O 00 N O 000 0 O O Ln O O 00 O O O O O O 0 O O 0....0 O 0 O V O 0 V O O D) 0 O O 00 N O 000 O O O - O D) 00 0 O O 00 00 O Ln O O V O O Ln O N O O N O O O O N O O O O Cfl r O N V Cfl O O O O O O O O O O N O O D) O O (Ij O O R H) ER CD 00 ELT 643 643 E43 CF) H) E43 E43 66 LO V H) N M V 643 643 643 643 643 643 643 643 E43 E43 CD ELT 66 I— ELT 66 M 66, O 69 69 69 69 691 691 691 N' Z'V1 V! 0 0 0 0 O O O 0, 0 0 0 0 0 0 O 0 0 0 0 0 0 0 O O 00 00 O O 0....0 O 0 O O O 0 'a O O O O O 0 0 0 0 0 0 0 0 0 O 0 0 0 0 0 0 0 O O 00 00 O O 00 O O O O O O O O O O O 0 0 0 0 0 0 0 0 0 O 0 0 0 0 0 0 0 O O O O O O O O O O O O O O O O w Ef3 ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ELT 69 69 69 N V! 0 O O O O 0 0 0 0 0 0 0 0 0 O 0 0 0 0 0 0 0 O O O O O 0 O O 0....O O 0 O O O 0 O 00 O O 0 00 0 0 0 0 0 0 O 0 0 0 0 0 0 0 O O O O O O O O 00 O O O O O O O O O O O 0 0 0 0 0 0 0 0 0 O 0 0 0 0 0 0 0 O O O O O (zi O O O O O O O O O O ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ELT v) LO v) v) v) v) v) v) v) v) 6, 6, 6" Ef> OV1 V N ZL U) 0 (D N O N CO O r...CO O (D O 0 O O O O O O CO M V 00 Lo 00 M O O 0....Lo O 0 O Cfl V 0 Q O Ln 0 0 Cfl N r 00 V Cfl N O r O O 0 0 0 0 7 7 (fl M M O D) V O O V O O V O O N O Cfl LO O r V OLO T O M O O O O (D O LO O (D M (D V M N (D LO O LO M O O V N O 0) Lo 00 691 (D 00 00 r- M V V 0) 00 fR 69 69 69 M 69 M V I- M (D (D 0) LO LO (fl 69 I- O fR 69 M M 0) fR V V V M M V M (D V M Lo V N N V V M V V V (D r V I- Lo V- 69 ELT 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 O a co a z' � V) 0 V 0 0 00 N O M 0 O V O 0) 0 O LO LO 0 0 0 N I- (fl 0) N Lo N r a O 0 LO O Lo 0.... O (D 0 0 0 (M O M N 0 Cfl Cfl O r V N O O r - O O V Ln - - - O O W O O 0 (M O I- O O r O N,N 00 O O r Cfl O Cfl O r M r O O M N 0 0 I-� (,j O 00 Ln (flO 0 0) 0 M O O 0) 0 00 69 69 O 00 00 M 69 0 Cfl M 69 69 LO N 69 69 O O 00 O M 0) N N N 69 69 0) fR I- fR 69 V 69 V N N N N N N V M (D M N V M N N N M N N N (D N69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 691 691 691 a 'a N ZV1 NO OOO ,:.0 0 Lo O 0 O LO-.0 O O O O 0 0 ,O LO O 0...0 Or- 0 O O 0 0) N O O Cfl LM Cfl O V O O I- 0 LO M LO 00 0 ... R,r r 00 ONO r CND I- O r- V V LM N M V LM V r- V M V CMD M M CND O O W O O r O r r M (D V O L J,Cfl Cfl Cfl Cfl Cfl Cfl Cfl r Cfl Cfl Cfl Cfl r Cfl r Cfl Cfl Cfl Cfl Cfl Cfl Cfl Cfl Cfl Cfl Cfl Cfl Cfl Cfl Cfl r r Cfl Cfl r Cfl r r U 69 ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER N' Z''.i. N' E,'ji R j1 Z'....du C v R' a; a a w Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo O L E Z_ CD O N r O 0 00 I- N r LO V M O) LO M O 0) N LO 0) CD O O N 00 M M V 0) O 0 Ln M M W LO r r CD CD LO LO LO LO 0) 0) 0) 0) 00 00 I- r r 0) M N 0 0 M M N O O O O N LO M '-V'.....'.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 N N N N N N N N N N N N O O 0 00 00 0 0 0 0 O 00 00 00 0 O O 00 O O O 00 O O O O O O Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo L E 0 Z E M V Ln MLO CD r 00 0) 0 N M LO CD 00 0) 0 N V LO CD 0) 0 N CD N M V LO CD r CD r O O N N N N N N N N M M M M M M V Lo Ln Lo Lo 00 N N N N N N N V V O O O r O 0 0 0 0 0 0 0 0 0 O 0 0 0 0 0 0 0 O O O O O r r r r r r r r r O O U 0 00 0 0 0 00 00 0 0 0 0 0 00 00 00 0 0 0 00 00 0 0 00 0 0 0 0 0 0 G) 0 O 00 00 N 0 0 00 O O O 0 0 O O O 00 O O 0 0 0 0 0 0 0 0 0 0 0 0 0 I- O Ln 0 V O O 00 00 N O O 00 O O O O O O O O 00 O O 0 0 0 0 0 0 0 0 0 0 0 0 0 00 O O O O O 00 00 N O O 00 I- O (D O 00 0 0 0 00 0 O Lo 00 0 0 0 00 0 O V 0 0 0 00 O N O R H) 643 643 643 643 643 0 O ELT 643 E43 V 66 LO 66 O 66 66 643 6-3 6-3 6-3 6-3 I— ELT 643 643 643 643 E43 66 66 66 0 H) 66 66 00 66, I— ELT 69 69 69 69 69 N' Z'V1 V! 0 O 00 00 O 0 0 00 O O O 0 0 O O O 00 O O 0 0 0 0 0 0 0 0 0 0 O O O 0 O O 00 'a O O 00 00 O O O 00 O O O O O O O O 00 O O 0 0 0 0 0 0 0 0 0 O 0 0 0 0 0 0 00 O O 00 00 O O O 00 O O O O O O O O 00 O O 0 0 0 0 0 0 0 0 0 O 0 0 0 0 0 0 00 w,.,Ef3 ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER N V! 0 O 0 0 0 0 O 0 0 0 O O O O 0....0 O O O OO O O O O O O 0 O 0 O O O O O O 0 O O O 0 O O O O O O O O O O O O O O O O O O O O O O O 0 0 0 0 0 0 0 0 0 O 0 0 0 0 0 0 0 0 O O O O O O O O O O O O O O O O O O O O O O O 0 0 0 0 0 0 0 0 0 O 0 0 0 0 0 0 0 0 ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER Q '.- 0'.L. OV1 V N N ZL U) (D 00 M LO LO O 00 Cfl 0 I- O LO O '1- 0 0 0 0 r--.:LO N O O O r M V r Cfl O ,.,M 0 00 O 0::. 00 0 O r Q 0 Lo CO M O V CO V - N O N O CO O Lo M r Lo N - 00 O - - - V CO 0 (D (D M CO V O O M V N 00 N O N (D O M OI- V V I- O r O O O V O M Ln 0 O O Ln O V Lo r (D (D M 00 V O (D 00 Lo 00 00 LO LO M Cfl 00 69 M 0 0 0 0 69 V 69 0 69M 0 00 0 Cfl r 69 M 0 00 LO LO V V 00 LO Cfl O 0 M V O 00 '1- I- V V V M M V I- V V V Lo V (D M (DM V Cfl V N V V � M V V M LO M M 69 M 69 69 69 69 69 ER ER ELT 69 69 69 69 69 69 69 69 69 E; 691 691 691 691 69 69 69 69 69 69 69 69 ff; ER ELT 69 69 O a � a z' � N V N r LO LO LO LO V 0 0 M O LO O (D O O Cfl O M O 00 0 O O O M r Cfl M V LO T O N O Ln... LnLo M I- O Lo Lo O N O V Lo O Lo O M O N O M M O I- O N M O V O N N M O CO (D 0 N - M N - 0 I� M N 0 Cfl N 00 Cfl Cfl LO N LO O O O : O V O Cfl V O V O M O O 00 M 00 0 0 (fl V 00 O O M O V N E O O 0 Co 6<) 6<) fR 6<) M O 69 00 69 IT O fR O 69 M 00 M N Ln LO O Cfl 0 N N N N N M N N N N N N N N N V M N N V N N N N N N N Ln 0 N M N69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 691 691 691 69 69 M a 'a N ZV1 WO0 � � r -:OO0. 0OMO0: O0r OO.-. � OOLO0 O ,OOW' 0 =•0 OMO :.. � OON N M 00 00 rMN N LO rN NN M NN:- OF R L MCfl MCfl Cfl rCfl rCfl MCfl Cfl rCfl rCfl r rCfl Vr LCfl MCfl MCfl r 0r VCfl MCfl rCfl Cfl Cfl Cfl rr Cfl Cfl 00 r- OrN00 � MM M CD M O LO LO O 00 0 r M 0r r M N r- 00 CD O (D Cfl Cfl Cfl Cfl r Cfl Cfl r r Cfl Cfl Cfl Cfl Cfl U 69 ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER N' Z''.i. N' E,'ji R j1 Z'....du C v R' a; a a w Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo O v v v v v v v v v v LQ LQ LQ LQ LQ LQ LQ LQ LQ LQ LQ LQ LQ LQ Q Q Q Q Q Q Q Q Q Co Q Co Q Q Q Q Q L E Z_ 00 V Lo 0 M M I- M CD CD CD CD '.I- r CD Lo 00 V M V M CD 00 00 0 I- CD V N I- Lo O O 0 00 V 00 I- CD LO M N 00 N 00 V LO O O LO V M M M M Lo Lo Lo M r M M M r M 0 0 0 0 0 0 0 00 M 00 - V M M M M M M N V V V V N d I N N N N M M M N M N N N M N V V V M M V M M N M V V V V V V V V V N V N V V V V V 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 N N N O O O O O O O O O O O O C',,',.Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln L Z M V Ln M r 00 0 O Ln M N M V I- CO 0 0 N M V Ln r N M Ln M r 00 0 O N LO CD 0 0 N _':Ln Lo Lo Lo Lo Lo Lo CD CD CD M 0 0 0 0 0 0 r r r r r r CD 00 00 00 00 00 00 00 00 0 0 0 M V V 'I- N U O 0 00 00 0 00 00 0 0 0 0 0 0 0 0 00 0 0 0 0 0 0 0 0 0 0 0 0 00 00 00 00 G) 0 O 0 0 0 0 0 0 0 O O 00 O 0 00 00 0 0 O Ln 0 0 00 0 0 O Ln 00 O 00 O O 00 V O O 0 0 0 0 0 0 0 0 - 00 O O O N 00 V 0 0 I- O O 00 O O O N 00 O O N O O 00 O O 0 0 0 0 0 0 0 0 0 0 0 Cfl O O 00 O O Cfl O O 00 Ln 0 0 0 0 0 0 (Ti 0 0 O O O O O O O R'..H) E43 E43 64 64 64 64 64 64 64 CD ELT 6-3 LO 6-3 6-" ,1- 643 643 CD ELT E43 CD I— ELT E43 66 66 66 E6 V 64, 64, 643 643 O 643 643 64, 64, m 69 Ef3 Z,1 V! 0 O 0 0 0 0 0 0....O O O 00 O 0, 0 0 00 0 0 0 0 0 0 0 0 0....O O O 00 O O 0 O O O 00 'a O O 0 0 0 0 0 0 0 0 0 00 O O O O 00 O M 00 0 0 0 0 0 0 0 0 0 I- O O O O O O 00 O O 0 0 0 0 0 0 0 0 0 0 0 O 0 0 0 0 0 0 Ln D) O O O O O O O O O (Ti O O O O O O O O H) 6c3 6c3 6c3 Ef3 6f 6f 6f 6f 6f 6f 6c3 6c3 6c3 6c3 6c3 6c3 6c3 6c3 6c3 00 OMEf3 Ef> Ef> Ef> Ef> Ef> Ef> Ef> Ef> ONO 6c" 6c" 6c" 6c" 6c" Ef3 Ef3 Ef3 ER ER N Z.........;' U) 0 O 0 0 0 0 0 0 0 O O O O O 0 O O O O O 0 O 0 Ln O O O 0 O O O 00 O 00 O O 00 O O 0 0 0 0 0 0 0 0 0 0 0 O O O O O O O O O O N O O O O O O O 00 O 00 O O 00 O O 0 0 0 0 0 0 0 0 0 0 0 O 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 O O (zi (zi O O O ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER v) v) v) N v) Ef) Ef) Ef) Ef) Ef) Ef) Ef) Ef) Ef) v) v) v) v) v) v) �'_' 69 O N+ Z', U) 0 O r M O 00 Ln:: O r O M (D O 0 Cfl O O V O V O 0 V LO 00 00 O O I- 00 0 O O (D O M 0).. 0 V O Cfl r O Ln V Ln O V 0 -7 Ln O O r O O 00 0 00 O 0 (fl V 7 N V O M I- Ln - V O D) O Ln (fl N Lo O 00 Lo OV I- 0) 0 0 O 0 0) O M Lo O 0) O M 0 0) N (D M O 00 0) Lo V O N O Lo 00 0) fR M Lo 691 I� Lo N 00 Cfl 69 (D M 69 0) V 69 Cfl LO 69 V M 69 00 O r- V 00 0 0 0 00 Ln M Lo 69 I- fR 0 1- m M V (D V V V M M V V Lo V V (D M Lo Lo V V M (D Lo N N V V N N V 4- R rELT ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER O a 0 a co z m V) LO.. O M I- O N O) LO=.O M O I- V O O:>.V 0 0 Cfl O (D O 0 0 Lo N N O O O (D O 0....0 V Lo r M M M M I- N I- D) 0 0 00 O O V V O N M O (M Ln 0 V- Cfl Cfl M M O (M M Ln (fl V 0 Ln r V Ln d M O V V r- r Lo Lo 0) 0 M O (D r O V 00 O 00 I- O _ r r V Lo O O _ r 0 r O 00 M r N 0 r O r M M M 00 69 N N 69 I- M fR N 69 Lo 69 V M 0) 00 69100 Lo O O Ef3 N Lo V E N Cfl N 6`91Cfl N N N N M N N V N N N (D N N N V (D V N N V (D M N a y,..:.ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER 'a N r.. OM O O Or 000 C09 0:.:0M 0) O O 00 M 00 0.....0 0 0 0 0-0 O N LO r.. N O O O M:.:0 O N O LO N O LO M'.,O O N LO r 00.. 0:- R 000 Or V OM (D O r Lo r 000 M ONO 00 M CMD Oro 0 Oro r CMD r Lo M CMD 0 r M r M Or V Lo (D M r O O M V (D r M M M M r M M M M r r M M M U Ef3 ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER N Zi..., N' E R C' R' a; a' v, a w Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo O 'Di� C C C C C C C C C C C C C C 00 °° °° °° °° °� rn rn rn rn rn rn rn rn rn rn rn rn rn rn rn rn O 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 N N N N N N N N N N N N N N L E 0 Z M 00 00 CD N O 00 M r 00 I- CD M N 0) LO N I- V M N 0) 00 V O) CD V M LM 0) I- CD 00 M M M I- CD N N LO LO LO LO V I- V CD CD CD CD CD LO CD 00 O O O 0 0 CO O N Lo V V V M Lo Lo M N N Lo V V V V V V V N V V V V V V V V Lo Lo Lo V V V Lo Lo Ln Ln Ln Ln N Lo Lo Lo Lo N N Lo Lo Lo 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 N N N N N N N N N N ',,Ln Ln Ln Ln Ln Ln Lo Lo M Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo M Lo Lo Lo Lo M M Lo Lo Lo M E 7 Z',; M Ln O N M V 00 0 0 N M V LO O 0 N M V LO CD N r 00 0) 0 M V LO CD r 00 0) O N M V V V N N N N N N M N M M M M M M V M M M V V V V V V V V V Lo Lo Lo Lo 'u r r 0 0 00 0 0 0 0 0 00 O O 00 O O O O O O O O O O O O 00 00 O 00 O O 00 U O O 0 0 0 0 0 0 0 0 0 0 0 O O O O O O O O O O O O O O O O O O O O O O O O O O O N 0 O 00 0 0 0 0 0 0 0 0 00 O Lo O O O ,Ln 00 0 0 0 0 0 0 O O O O O 0 0 0 0 0 0 0 V O O 00 00 0 00 00 0 0 0 0 00 r 00 O (14 00 D) O 000 V O O O M 0 0 LO O O (14 O O O O O O O I-� 0 0 0 0 0 0 0 0 O 00 00 00 O V 00 N O 000 D) O O O V O O N 0 0 I— O O LO E3 E3 E3 64, E3 E3 E3 E3 EfEfEfEf0 EfEfO EfEf3 691 MEfEfMEfEfEfEfMEfEfEfMEfEf69 69 69 Efr• M• O 69 69 69 691 Z,1 V! 0 O 0 0 0 0 0 0....0 0 0 0 0 0 00 O 0 0 0 0 0 0 0 0 0 0 0....O O 0 0 0 0 0 0 0 0 0 0 LO 0 'a O O O O O O O O O O O O O O 00 O O O O O O O O O O O O O O 0 0 0 0 0 0 0 0 0 0 00 O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O 0 0 0 0 0 0 0 0 0 0 0 0 w Ef3 ER ER ER ER ER ER ER ER ER ER EL) Ef) 6f 6f 6c3 6c3 6c3 6- 6- 6- 6- 6- 6- 6c3 6c3 Ef) Ef) Ef) Ef) Ef) Ef) Ef) Ef) Ef) 6c3 6c3 6c3 6c3 6c3 M• 6c" N Z.........;' V! 0 O 0 0 0 0 0 0 0 O O O O O O O O O O O 0 0 0 0 0 0 0 0 0 O 0 0 0 0 0 0 O O O O O 0 �;.O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER CL 7 O N+ Z', U) 0 I— 0 0 0 r O V O M O CO M 00 I— O O LO 00 0 M O O M (fl 0 O O M LO N 0 N O I— O N M 0 Q O 0) O O O 00 O 00 O 7 O 00 N 00 Ln Ln O O Ln O O r 00 O O V 7 00 O 00 W W Ln r 7 Cfl (? D) O Cfl V O N (fl r O O O O M O) O O O N N OLO O O LO O O V O (D O O O O (fl O LO r M O) N O I— O N r O M V 69 0) 69, I— M LO 69, (D 0) I— Cfl M r 00 69 0 Ln LO 69 M I— fR M LO LO LO e91 LO LO V 0) LO 0) (D 0) V 69 (D (D 69 V V (D M VM V 0 V M V M V M V V LO M (D V N V M M V V LO 4— R r ELT 69 ER ELT 69 69169 ER ELT 69 69 ER ELT ER ER ELT 69 69 ER ELT 69 69 69 69 69 69 69 69 69 ER ELT 69 E91 O a' co z m V) 0 M 0 0 0 M LO Cfl....O r O r 0 O N M O O LO N LO 0) r O LO r V 0 O V O r- 00 0 I— O M O 00 N 0 O O 00 O O Cfl N Cfl Ln W N W V Ln N r O 00 00 Ln N V O O I� N r r (? D) O M (fl (? r Ln 0 0 Ln N O C)) d W 0) N 0 0 00 (D rV O LO M V O 0) V O V O) LO O N I— 0) I— O O O V N I— r r O V O m E Lo 00 0 69 M 0 r M N 00 N O r M 00 69 0 0) V Cfl r 69 Ln O M 69 D) fR O Ln r Ef3 N M 69 LO N Cfl V N N 0 N V M N N N V N N M N N LO N N N N M N M N V N N N a 69 69 69 69 69 ER ELT 69 ER ELT 69 69 ER ER ELT 69 69 69 69 69 69 69 69 69 ER ELT 69 69 69 E91 E91 E91 69 69 69 'a Z,.i;; N 0.:.. W 000.. O 000 .OLO N OLO::.O O ON r Or OLO 000 OM r 000 V- 0-0 ON 000.. W r r- O OLO:.:V- r. 000 O N V- 0....0 0 LO 0 0 0 0 00.,: R N M 000 ONO M O 0) M M ONO r N M V O Or M 000 CMD V 000 0 O r 000 M M 000 r V- O M r CMD M r M M Oro Oro O M L Cfl Cfl Cfl Cfl Cfl r r Cfl Cfl Cfl Cfl Cfl Cfl r r Cfl Cfl Cfl Cfl Cfl Cfl r Cfl Cfl Cfl Cfl Cfl Cfl Cfl Cfl Cfl Cfl Cfl Cfl r Cfl Cfl Cfl Cfl Cfl r r U!,69 ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER N Zi..., N' E R C' R' a; a' v, LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO CO Lo O O O O O O O O O O O O O O O O 0 0 0 0 - - - - - - - — — — — - - - - - - - - - N L E 0 Z M M 0 0 M N 0 LV O O 00 I— CD LO M N 0) I— LO M M LO M O CD CO00 M N 0 Ln I— LO CD CD Lo M 0 0 00 00 00 00 00 00 00 00 V I— r r r r 0) O O O O 0) N CD N N N M 00 O O M r 00 0)N M M N LO LO LO LO LO N LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO CD CD CD CD 0) LO CD N CD CD CD N CD CD CD CD CD CD N CD 0 N N N N N N N N N N N N N N N N N N N LO N N 0 N N N 0 M N N N N N N 0 N Lo Lo Lo Lo O Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo N Lo Lo O Lo Lo Lo O O Lo Lo Lo Lo Lo Lo O Lo E 7 Z',; E '(1- 0) O N M CO r COO) O N M V LO CD r 00 0) CD O N M V LO 00 0) O N M V LO CD 00 0) 00 0) N CD LO CD M 0 0 0 0 0 0 r r r r r r r r r r 00 00 00 00 00 00 00 00 00 0 0 0 0 0 0 0 0 0 11- 11- M M 'u O O O O O O O O O O O O O O 00 O O O O O O O O O O O O O O 0 0 0 0 0 0 0 0 U r r O rO O OO OOOOOOOOOOOO O O O O O O O O O O O O O O O O O O O O O O 0 0 0 0 G) 0 00 00 O O 0 O O O O O O O O 0 O 0 O O (D 00 00 00 00 O O O O O O O O 0 V O 00 00 O O O O O O O O O O O O O O O M — 00 00 00 00 0 0 0 D) O O O O LO O O O O O O O O O O O O O O O O O O O O O Ln 0 0 0 0 0 0 0 0 0 Ln O N O O O O N R'..H) 643 643 643 643 643 643 LO E43 E43 E43 66 66 66 66 66 66 O 6- O I— r ELT 6- 6- 6- 6- 6- 6- 6f 1 Ef3 E91 I— ELT 69 69 69 CD m � � � M• Z,1 V! 0 00 00 O O 0....O O O 00 00 O V O 0 O O O O O 0 0 00 00 0 0 O O O M O 0 'a O 00 00 O O O O O O 00 00 O N O O O O O O O O O 00 00 O O O O O D) N 0 --'O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O V O w 6f 6f 6f 6f 6f 6f 6c3 6c3 6c3 6c3 6- 6- 6- 6- 6- 6c3 0 Ef> Ef) Ef) Ef) Ef) Ef) Ef) Ef) Ef) 6c3 6c3 6c3 6c3 6c3 6c3 6c3 6c3 6c3 M• M• CF) Ef3 Z.........;' V! 0 O O O O O O 0 O O 0 0 0 0 0 0 0 O 0 O O O O O O 0 O O O O OO O O O O O O 0 O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER Qil N+ U) r... O O Cfl O V (D O N O O O V 0) N V O 0 O O (fl O r r r N O M O O O M 0) 0 0 Q 00 O Cfl 7 O Ln (fl D) V 00 O M O O (fl 0) I� Cfl O O (fl O 00 M V O V M 0 V O D) O O 7 W O d V Ln (D 00 OI- M V O O I— O 00 Ln M 00 O O O O V N LO O O M N N O I— O 0) V 0) Lo O 0 O 0 00 0 00 M N V V 00 LO 0 0 V O V LO (fl 69 O 0) 0) N (fl r 0) 0) I— LO 69 M 69 Cfl V M Ln 69 M I— V MM V N V V Cfl V V LO Cfl N V M M 0 M 0 M V M M Cfl N 0 0 0 � 69 69 69 69 ER ELT 69 69 69 69 ER ELT ER ELT 69 69 69 69 69 ER ELT ER ELT 69 69 69 69 69 E91 69 69 69 69 69 69 O a N a' 00 z m V! M O O V O (fl 0) V O 00 O O O (D 00 0 LO 0 O O 00 O M 00 M 0) 0) 00 O r...0 O O r 0) O 0 M O Cfl Ln V — Cfl Ln O O M (? Ln r Ln N M O O N O V I� M W D) Cfl N Ln N N O — O 00 O Ln N O d N O O (fl 0) N (fl r 0) (D N O r O N 0) M LO LO V O I— (D N M M (D O LO (D LO O r O r M N V O E 0) fR MN 00 O N O O V 69 M Ln LO N M 69 O 0) r- M O) V Cfl 69 V 69 I— N 69 N N V V M N N N N LO LO N N N N N N N M Ln N M N N N MER 69 M N N N a y,..:.ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER 'a N 0 00 0 0 0 O O 0 O 0 O O O M 0 0 0 r O O 0 0 0 0 N 0.. 0 0 0 0 0 0 0 0 0 N O O 0 �'.O000 O Oro � M M V O LM V N LO N V (D M r M � r Or 00 0 Oro M M O 000 M M (D � 000 r V CMD (D Oro CND t 0 r 0 00 cD cD cD r cD cD r cD r r cD r cD cD r cD cD cD r cD cD cD r cD r cD (D r cD cD cD cD cD cD cD U!,Ef3 ER ER ELT 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 N Zi..., N' E R C' R' a; a' v, Cl) LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO L E 0 Z_',,'' M N D) CO (fl N D) LO LO V LO N V M LO O CD LO N0) I— Ln r CD V N 0) 00 LO O O 0) LO M N 0) LO CD LO LO LO Ln V M V M M O) 0) I— 0) 00 00 I— r r r CD CD CD W 0 0 0 0 0) 0) 0) M N O N cD cD cD cD cD cD cD cD cD cD cD cD cD cD cD cD cD cD cD cD cD cD cD cD cD r r r r 0 0 0 r r r r r r r E 7 Z',; E D) M V 0 0 r CO 0) O N LO I— CO M V LO CD r CO 0) O N M CO 0) 0 N M V M V LO CD r 00 0) M r r r r r r r CO 00 00 M M M 00 00 00 00 00 00 00 0) W O) 0) N N M M M M M O) 0) 0) 0) 0) 0) 0) 'R (DD (DD (DD (DD (DD (DD (DD (DD (DD (DD CrD r r r (DD (DD (DD (DD (DD (DD (DD (DD CrD CrD N r r r r r r r (DD (DD (DD (DD (DD (DD (DD U O 00 00 0 00 0 0 0 00 00 0 0 0 0 0 00 00 — 0 00 00 00 00 0 0 0 0 0 G) O O 0 O 0.... 00 O O 0 00 0 0 O 00 O O O O O O 00 O O O 0 00 0 0.... O O 00 V O O 00 O O r O O O 00 O O O 00 O 00 O O O O 00 LO O O O 00 O O - 0 00 a O O O O O O I-� N O O O O O O O O O O O O O O O O O N O O O O O O O 0 0 0 0 R H) 643 643 643 643 643 CD 00 ELT 643 643 643 O E43 E43 E43 E43 66 LO 66 66 66 6-3 6-3 6-3 I— ELT 6-3 6-3 6-3 6-3 6-3 6-3 M E43 E43 Ef3 m M• M• M• M• M• M• N' 'Z'V1 V! O : 00 O 0 0 0 O O 00 O O O 00 O O M 0 00 00 0 O O 0....O O 0 N 00 00 'a O 00 O O O O O O 00 O O O 00 O O LO 0 00 00 0 O O O O O O M 00 00 O V O O O O O O O O O O O O O O O V O O 0 0 0 0 0 0 O O O O O O 0 O O O O w 6c3 M• Ef3 Ef3 Ef3 Ef3 Ef3 6f 6f 6f 6f 6f Ef3 Ef3 Ef3 Ef3 Ef3 M• Ef3 LO Ef3 Ef3 Ef3 Ef3 Ef3 69 69 69 69 69 69 69 M Ef3 Ef3 Ef3 Ef3 691 691 Z.........;' V! O O 00 0.... 00 O 0 0 00 0 0 O 00 O O O O 00 00 0 O O 0 00 0 0.... 00 00 O O 0. 0. O 00 O O O 00 O O O 00 O O O 0 00 00 0 O O O 00 O O 00 00 O O O O O O O O O O O O O O O O O O O O 0 0 0 0 0 0 O O O O O O O O O O O ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER Q '.- 0'.L. 0V1 V N N ZL w M N V V 0, 0 0 0 O 0 O 0 (D O (D (D V V O M „(fl 0) 0 LO r- 0 V V NO O 0 O. O LO 0) N.:. Q V N 0 V O LO O O LO O O LO V O (fl 0) N O LO CO 0 - CO O LO Cfl r O N O 00 O CO Cfl N 00 r LO (D 0) 0 0 : O I- 00 r V N O O O (D 0) O N O (fl r O O O r O O CO O 00 Ln LO V M I- fR 69 0) 00 Ln M 00 0) r- V O 69 LO Ln M (fl r LO 69 00 V V 0) Cfl 69 Cfl 69 (D V LO M (D M V M LO M V M N M LO r LO V (D V V M V V (D r V V I- 69 69 69 69 69 ER ELT ER ER ELT ER ER ELT 69 69 69 69 69 ER ELT 69 69 69 69 69 69 ER ELT 69 E91 E91 E91 O a � a co z m N I� 0) (D Cfl 0. O O 0 O .O O V O V V (D Cfl O O V O LO M 0 (D Cfl 00 O O 0 N: O LO00... O O CO - O O O O LO (D 0) 0) N O) O - 0 LO O LO M O O M O N N - N O 0) M - V Ln (fl 0) N r O N M LO M O O O LO O O LO I- Lo O O 00 (D (D O O 00 O (D N M V O Lo Lo r N (Ili M E 00 M 0) 00 fR 69 00N 00 V O 00 69 69 00 0) O fR M O 69 0 00 69 00 LO M N N N N LO M V N N M N M M N Cfl - N N N M N - (D M M N N N a y ER ER ER ER ELT 69 69 ER ELT E91 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 'a N ZV1 0 O 0 O G1 N 00 0 0: r O 0 OOO 0OOOO0 OO0 OOO0 O 0 0 r 0 r ..N 00 00 0 0 O O N N 00 0 0 N N 00, N M N 0 • R r Oro OO LSO N M M ONO ONO r r CND LSO r V W N M OO 000 V V M O Cfl r O LO M Ni Cfl 000 M Ni 00 (D CMD t cD cD cD cD r cD cD cD cD cD cD cD r cD cD cD 00 cD cD cD cD cD cD r cD cD r cD cD cD cD cD r cD cD cD cD U Ef3 ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER N' Z''.i. N' E,'ji R j1 Z'....du C v R' a; a Cl) LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO v v v Li> Li> Li> Li> Li> Lo Lo Ln Ln Ln Ln Ln Ln Ln Co Co Co Co Co Co Co Co Co Co Co Co Co Co Co Co Co Co Co Co L i Z co O CO M 0 M N 0 I- r CD LO O M 0) 0 I- O 0 0) M V N CD LO CD LO V M N O 00 00 CD O M M I- M N LO LO LO LO Ln LO CD M LO V 0 CD 0) O 0) 0) 0) 0) 00 00 00 I- r r r r r r CD CD N'.. I- r CD r N r r r r 0 0 0 0 0 r r r r r r 00 I- 0 0 0 0 r r r r r r r 0 0 0 0 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 N N N N N N N N N Lo Lo Lo Oo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo L Z O M LO CD r CO 0) O N V LO 0) O N O M V LO CD r CO 0) O N M V LO CD r 00 0) 0 O O V CD CD CD CD CD r 0 0 0 0 N N N r r N N N N N N N M M M M M M M M M M I- 0 O O 00 0 00 0 0 0 00 00 0 00 0 0 0 0 0 0 0 0 0 0 0 0 00 0 0 00 00 N LO O O O O 00 O 0 O O O O O O O 0 0 0 O O O O O O O O 0 O O O 00 O O 0 V N O O O O O M 00 O O O O O O O LO O O O LO N O O O 0 (D O O O O O O 00 O D) O V O O O O 0 0 0 O O O O O O O D) O O O I-� V O O O Ln r O Ln O D) O O O O O V O R V 643 O 643 643 643 r— V 643 643 E43 E43 66 66 E6 V 66 66 64 00 I— ELT 643 643 00 D) ELT D) ELT CD ELT O E43 E43 E43 N E43 R: M N Cfl V Cfl Cfl Cfl Cfl Cfl M M r ER ER ER ER ER ER ER ER ER ER ER ER Z,1 V! O O 0 O O O O O V 0 O O 00 O O O 0 0 0 O O O O O O O O 0, O O O 00 O O 0, 'a O O O O O O O O (D O O O 00 O O O O O O O N O O O O O O O O O O 00 O O O O O O O O O O O 0 O O O O O O O O O O O O r O O O O O O O O O O O O O O O w Ef3 6c3 6c3 6c3 6c3 6c3 6c3 6c3 M• 6c" 6c" 6c" Ef3 Ef3 Ef) Ef) Ef) Ef) Ef) Ef) Ef) Mf3 •6 - 6- Ef3 Ef3 691 691 691 691 691 Ef3 E691E691E691E691E N Z.........;' V! O O 00 O 00 00 0 O O 00 00 O 00 00 O O O O O 0 O 0 00 O 00 O O 0 O O 0. 0. O 00 00 O O O 00 00 O 00 00 O O O O O O O O 00 O 00 O O O O O 00 O 00 00 O O O O O 00 O 00 00 O O O O O O O O O O O O O O O O ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER CL 7 O N+ Z', U) O CO M V (D O O V 0) O V 0) N 0) 0 I— O M 0 0 V (fl O O V O Ln., O O 00 0) 0 LO O (D Q O — LO N 0) M O O — M O — LO 00 LO O LO O V 0 0 0) 0) N O O V O LO O O CO CO — N O LO N O 00 r O O 00 0) (D LO O (D O (D O O O O V I— r O O V O O (D M (D LO (D O 69 M r M E91 e91 N M M LO Ln V I— fR (fl 0) LO fR 69 V LO V e9, e9, I— fR Ln E91 M V M M (D 69 M V N Cfl M Cfl r V N VV V V V V M V V V M V V I9 V R r ELT ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER O a � a 00 z m V) LO N N (fl V 0) 0 ...0) O - O (D 00 O M O r 00 0) (D V O O (D O Ln.. O LO N O O O V N LO I- — N M 0 — 0 0) O CO 0) O M O — O N O O V CO M O O LO O CO O N N CO V O O O 0) d - M V 0) O O V O V O M O (D Lo O r (D r O O (D N 00 O O M O V O O 00 V O O M E V O N 0) O 69 0 69 O N O M 69 N (D69 69 00 0) 0) 691691M 69 69 O O O 69 69 N M N N M fR N LO V N N N N V N N N N N M N N N N a ELT ER ELT ER ELT 69 69 69 69 69 69 69 69 69 69 ER ELT 69 69 69 69 69 69 'a Z,.i;; . - -. ... 0OpO0000OOOOOWOOOOO0000OOOO ' O0 O O O0N rNN0 MICN N 00 - N N R 000 V M LN Oro V r- � r V LMO O CND V — V N LMO (D Oro r r O V 000 0) O N CMD O V LN V M CMD Ni 000 L!, Cfl Cfl Cfl 00 Cfl Cfl Cfl Cfl Cfl Cfl Cfl Cfl Cfl (D r (D (D (D (D Cfl Cfl Cfl Cfl Cfl Cfl Cfl r Cfl Cfl Cfl r (D (D (D r r (D U Ef3 ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER N Zi..., N' E R C' R' a; a v, Cl) LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO L E 0 Z Ln V I— O N 00 CD V O D) LO V O CD LO V M V 00 I— V O LO CMD D) I- r 000 00 M O N CD CD M M 00 N N N N N '1-V O O O O LO V V 00 I� r CD 00 M LO LO 00 00 00 I— LO D) N'.. r r 00 00 N 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 N 00 00 00 N 00 00 00 00 N 00 00 00 00 0 LO LO LO LO O LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO O LO LO LO O LO LO LO LO O LO LO LO LO LO E 7 Z',; EN V LO M r CO 0) O N V O N M M r 00 O LO r CO V LO M r CO 0) O N M V LO N CD V V N N N N M M M V V V N N N M M M M M M M V V V V V I- V I- r-1 r r r r r r r r r r r r r r r r r co r r r r r r r r r r r r r r r M r r U 0 0 00 0 00 00 0 0 0 00 00 0 00 00 0 0 0 0 0 0 0 0 00 0 00 0 0 0 G) 0 00 O _ O O 0 O 0 O O O O 0....0 O 0 0 0 0 0 0 0 00 0 00 00 O O O LO O 00 0 0 0 0 00 O O O O O O O O O V O V O 0 00 00 0 0 0 LO O O O O CO O O O I- O 00 LO O O O O O V 0 0 0 0 0 0 0 0 0 0 CO O O O O O O N O O 00 00 O O O V O O O O O O N O R H) 643 643 643 CF) H) E43 E43 E43 E43 64 64 64 I— ELT CO 643 643 643 643 643 643 00 643 E43 00 O E43 E43 E43 00 E43 66 66 O 66, 66, 66, CO 66, m69, MMMM � M � M• • • • N' Z'V1 V! 0 00 O O W 0 0 0 00 00 O O O O 0 0 0 00 0 0 0 0 0 00 O O O O 0 0 0 0 0 0 0, 'a O 00 O O 00 O M 0 00 00 0 0 0 O 0 0 0 00 0 0 0 0 O 00 O O O O 0 0 0 0 0 0 0 O O O O O LO 0 0 0 0 0 0 0 0 0 0 O 0 0 0 0 0 0 0 0 0 O O O O O O O 0 0 0 0 0 0 0 w H) 6c3 6c3 6c3 691 00 691 O 691 691 691 691 691 691 691 69 69 69 69 691 691 691 691 6c3 6c3 6c3 6c3 6c3 691 691 69 69 69 69 69 69 69 69 69 6c3 Z.........;' U) 0 00 O 0.... 00 0 0 0 0 O O O 0....O O 0 0 0 0 0 0 O O O 0 O O O O O O 0 0 0 0 0 0 0 O 00 O O 00 0 0 0 0 0 0 0 0 0 O 0 0 0 0 0 0 0 0 0 O O O O O O O 0 0 0 0 0 0 0 O O O O O 0 0 0 0 0 0 0 0 0 0 0 O 0 0 0 0 0 0 0 0 0 O O O O O O O 0 0 0 0 0 0 0 ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER Q '.- 0'.L. 0V1 V N N ZL U) 00 O O 0 0:.. 0 LO O (D O O N O O.0 O O CO V 0 0 0 O O 0 0 00 O 00 I- N LO r 0 00 Q CO O O O W O M LO N I� N O 7 0 0 0 7 V I� N 7 CO O M O O O LO CO 0 0 LO N CO I� O LO I� O O N 00 M O O 00N LO LO O CO O O CO O LO 0 N N LO M O 00 O O O r 00 N O r N O 0 00 O LO 0 M Ef3 0 M M M M Ln O M Ln Ef3 M fR M V O LO CO CO 69 V 0 69 69 0 V LO 69, I� LO M r M Ln LO Ef3 LO M CO M V CO Io 0 V V V V V N V N V V V V M V V M V M ER ER ER ER ER ER _ v) ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER O a_ LO a co z m V! N O LO O 0.... O V 0 O V O O 00 O 0....0 O W O V (D O O O O 0 0 N O N M 00 O M...W W 0 N Il N LO O O V 0 0 0 0 0 CO O O O V O O V 0 0 0 LO O O O CO Ln LO O N LO N O LO LO CO O LO N CO r N M M O O 00 O M M O V O M O LO LO O O LO M O O O N V O W O O LO r O O O E 0M 0 r N 0 69 69 00 69 M 69 LO 691O M N N 69 LO 69 69 LO 69 M 69 00 N 691 0 V Ln M V N N N LO N r- N N M N N V N V M N N N N M N N N N a ELT 69 ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER 'a N 'ZV1 0 O .0 0. O r O O O W0V- 0: V- O O O O O 0..-00OO0:.. OOOO00OOO-.0V- O: 0N 00N LO 0 N 00 00 N N 00 00 ... R 000 (D N (D 000 M M O M Ni 0 r O r- 0 M M O M (D 0 Ni ONO O V 000 O V- M (D Ni O M r r Ni M r- O V t M M M M M M M r M W r M M M 00 M M M r M M M M M M M r M M M M r M M M M M M M M U Ef3 ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER N' Z''.i. N' E,'ji R j1 Z'....du C v R' a; a Cl) LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO 0 rn m m m m m m m m m m o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 - - - - 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 N N N 0 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 N N N N N N N N N N N N N N L E Z r— O Ln00 0 r M LO V CO V M LO N 00 0 r V 0 0 CO N N O I- M N M M 00 r LO M N r r O V CO O O W W W W O O N V V M M M M N M N W N LO V V M M I- M M M M M M LO 00 r LO LO N 0 0 0 00 00 00 00 0 0 0 0 0 0 0 0 0 W W W W W N W W W W W 0 0 0 0 0 W 0 0 0 0 0 0 0 LOO L E 0 Z E r00 0 O N M LO M r CO V 0 0 N M V LO CO I- CO 0 r CO 0 O LO r CO 0 O N M M V CO N V V V LO Ln 0 0 0 0 0 0 0 0 0 M M M M M M M M M N N 00 CO CO CO 0 0 0 0 N V- .7 r r r r r r r r r r r r r r r r r r r r r r r W W W co W r r r r r r r r r r W co U 0 00 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 00 0 0 0 0 0 00 00 00 G) 0 00 O O M O O O O O O 0 00 00 0 0 0 O O O (D 0 0 0 0 0 0 0 0 0 0 0....0 O O O 0 V 0 00 0 0 0 (D O D) 0 0 O 0 00 00 0 0 O O O O 00 M 0 0 0 0 0 0 0 0 0 0 0 O O O O Cfl O O (Ti O O O (fl O O O 0 0 0 0 0 0 0 O O O O V O 0 0 0 0 0 0 0 0 0 0 0 O O O O R LO 643 643 LO 643 D) 00 ELT V H) E43 E43 E43 E43 E43 E43 66 66 6-3 6-3 6-3 643 643 CD I— ELT 643 643 643 66 66 66 66 66 66 66 66 66 66, 66, m 69 N' Z'V1 V! 0 O O O 00 N O O O O O O 0....0 O O O 0 00 O O O O O 0 O 0 O O O O 0....0 O O O 0 'a 0 00 0 0 00 00 O O O O 0 0 0 0 0 0 0 O 00 O O O O O O O O O O O O O O O O O O 0 0 (M 0 0 0 0 M O O O O 0 0 0 0 0 0 0 O O O O O O O O O O O O O O O O O O O O O w Ef3 ER N Ef3 ER ER ER o) 6c" 6c" 6c" 6c" Ef3 Ef) Ef) Ef) Ef) Ef) 6- 6- 6- 6c" 6c" 6c" 6c" 6c" 6c" 6c" 6c" Ef) Ef) Ef) Ef) Ef) Ef) Ef) Ef) Ef) 6c" 6c" 691 Z.........;' V! 0 0 0 00 00 O O O O O O O 0....O O O O 0 0 0 0 0 0 0 0 0 0 0 0 O O O 0....O O O O 0 0 0 0 0 0 0 0 O O O O O 0 0 0 0 0 0 0 O O O O O O O O O O O O O O O O O O O O O 0 0 0 0 0 0 0 O O O O O 0 0 0 0 0 0 0 O O O O O O O O O O O O O O O O O O O O O ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER Q '.- 0'.L. OV1 V N ZL U) 0 I- O Cfl M N 00 O O O M (fl 0)....N N M O (D O M 0 0 0 0 (D O 0) 0 LO O (D LO O O 0 00 Q O N 00 O Cfl M M M O O O O V Ln M Ln N V O (fl N O V O O O O M Cfl 00 0 0) O N 00 O O Cfl Ln N O N M O (D O (D Lo 0 0) 0 O O I- Lo r N V M N 0 0 0 0 0) 0) M (D r M r r (D Lo O (D O 00 (D .:69 Cfl Cfl 69 LO Cfl LO 69 LO 69 LO LO 00 (D LO LO LO (DLO 0) LO fR 69 Cfl (fl LO V 0) Cfl V (D M LO (D M 0) V Cfl V V V V N 00 M M M Lo N M M N M Lo VV (D (D V V V V M M V V V Lo 69 69 69 69 69169 69 69 69 69 69 69 69 69 69 69169 ER ELT 69 69 69 69 69 69 69 69 ER ELT 69 ER ER ELT 69 O a � a co z M V! O.. M 0 0 0) 0) 0) V 0 0) 0 O I- V 00 00 I- O 0) V O I- V O O O V O O 0 Lo O V:.:Lo O. O N:., O I� O O Ln 0 0 O 0 0 - M N N O N - N O - V I- N D) 0 0 0 0 00 N N O V (fl V V Ln Ln D) N 0 0) O O V M V M O 00 N M I- 0) O M 00 M I- N LO V I- 00 O O O (fl (fl 0) V Ln O V N V I- N V- EE 69 69 690) N 691 V Lo 0 00 V O) 00 0) N (D 0 69 69 69 O V N V O M O N O r- M V ) N N N N (D Lo N N N N V N N V N N N N N M M Lo N N Lo V N a y ER ER ELT 69 69 69 69 69 69 69 69 ER ELT 6" 69 E; 6" 69 69 69 E91 69 69 69 69 69 E91 E91 69 69 69 69 ER 'a N ZV1 V) 0 0 0 0 Lo Lo O O O O O O O O 0....O O O O 0 0 0 0 O O O O 0 O 0 O O O O 0....O O O O 0 N O O 00 0) N N - (fl 0) 0 - M I- 00 V 00 V I- O 00 r r r 00 M O O M V O N V O V O) M V LO N LO R,LMO ONO Oo L00 r CMD 0) OVO V O LN V (D r- O Oo V- (D C09 CMD (D Lo (D (D Or (D (D Or lM V Oro 0) C09 CMD L00 00 V- (D (D O t J cD cD cD cD cD cD cD cD cD r cD 00 cD cD r cD cD cD cD cD cD cD cD cD cD cD cD cD cD r cD cD cD cD cD cD cD cD cD r N' Z''.i. N' E,'ji R j1 Z'....du C v R' a; a Cl) Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo w 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 N N N N N N N N N N N N N N 0 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 N N N N N N N N N N N N N N L E Z V M 0)I - N CD N r LO N LO O CD M CD (D 00 LO M I- O CD CD r 0) I- 0) V N M r LO M O CD LO 0 0 0 O O 0) 0) O N N W M CD O V V V V M V M I- O CD CD LO LO CD CD 00 O I- 0 0 0 d M M N 0 0 0 0 0) 0) M O O O W O O M 0 0 O O O O O O M O O O O O O O M 0 0 0 M M M M N N 0 M M M N M M 0 M M M M M M M M 0 M M M M M M M 0 M M M M M M Lo o Lo Lo Lo Lo Lo Lo Oo Lo Lo Lo Lo Lo Lo Oo Lo Lo Lo Lo Lo Lo Lo Lo Oo Lo Lo Lo Lo Lo Lo Lo o Lo Lo Lo Lo Lo Lo L E 0 Z1; O N Ln M r 00 0 0 0 0 N M V r N Ln V V Lro- Vco - N N M M M N ONO M M M MLn MCfl M D)M 0 V V V V V00 0)V O LnN LnM Ln LnM M V V VCfl LnLO LnCOD Ln Ln00 Ln 0 0 0 0 0 0 0 0 0 00 0 0 0 00 00 00 0 00 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 G) O CO O O 00 00 LO 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 O 011- 0 0 0 0 O O O O 0 0 O M O O 00 00 N O O O O O O O OOOOOOOOOOON O 0 0 0 0 0 0 O O O O O O CO O O 00 00 O 00 O O O O O O O O O O O O O O O O I- O O O O O O O O O O O R H) M 643 643 643 643 643 643 I— ELT N 643 66 66 66 66 643 643 643 643 643 643 643 643 643 643 643 00 E43 E43 I— ELT E43 66 66 M 6-3 O 6-3 6-3 m 69 69 69 69 69 69 N' Z'V1 V! O O O O 00 00 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 O 0 0 0 0 0 0 O O O O 0 'a O O O O 00 00 O O O O O O O O O O O O O O O O O O O O O 0 0 0 0 0 0 O O O O O O O O O 00 00 O O O O O O O O O O O O O O O O O O O O O 0 0 0 0 0 0 O O O O O w j, EiT ER ER ER ER ER ER ER ER ER ER ER ELT 69 69 69 69 69 69 6c3 691 691 691 691 691 691 691 691 691 691 69 69 69 69 69 69 69 69 69 691 N Z.........;' U) O O O O 00 00 00 0 0 0 0 0 0 0 0 O O O 0 O O O O O 0 0 0 0 0 0 0 0 O O O O 0 O O O O 00 00 O O O O O O O O O O O O O O O O O O O O O 0 0 0 0 0 0 O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O 0 0 0 0 0 0 O O O O O ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER Q O V1 V N N 'ZL U) O LO M r V LO O O CO O O CO N O O N LO 00 00 O 0 O 00 CO N V O O V O O LO O O M 00 O r 0 Q O M N LO LO 00 LO 0 0 0 0 LO V O O -7 LO 00 N O CO O V LO I- N O O 0 0 7 v7 00 M 0 M r 0 0 N O M N LO LO LO O O M O O M 0 M M 0 O N O 00 O M O CO N O O I- O O M r M 00 M r O 0 M LO 00 00 LO Ln 0 69 M 69 0 0 0 M M 0 Ln 0 M 69 V 69 LO 00 CO I- fR 69 LO 69 0 r LO LO 69 0 LO M E91 N V M M V V V V M V M V V CO M V M CO V N CO M N V 4- 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 691 0 a � a co z m V! LO V V 0 „M CO LO 0 0 r O O V 00 LO LO 00-.LO N N LO O N V M CO O O M O LO O O N r O M 0::: N O V I- r M W O O O O O O N r r N 00 V CO I* Ln V O CO LO 0 0 0 W M O O N O 00 00 CO V - 0) N CO Ln V V 00 V 0 0 0 00 N LO N N V CO M 00 N O O O V I- O LO N V O O M O V I- M V 00 EI� 00 00 0 69 N 0 N LO LO I� 0 N O V 69 00 CO N 69 00 0 O 69 M 69 r- N r V N N N N N N V Ln M V N N LO LO N N N N 0 N CO N V N CO N M N V fR N N N CO a y ER ER ER ER ER ER ER ER ELT 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 E91 E91 E91 'a N ZV1 N r ..00 -..OOV- O ,:. OO0Or r VTO Wr0..-.0 O O O ,O W -0 O N 0 O r -. ....V- 0N r M M N NN r N N0 NMM ... R, M 000 M Or Or r O 000 r V LMO ONO I- 000 000 000 V- O N 000 O M V- O M M O Oro 000 O r 0 O Or M V- r O 0 Oro t m cm cm cm cm cm cm cm cm cm cm cm cm cm cm cm cm cm cm cm rn m cm cm cm cm r m cm cm cm cm r m cm cm cm cm cm cm U Ef3 ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER N' Z''.i. N' E,'ji R j1 Z'....du C v R' a; a Cl) LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO w v v v v v Lo Lo Lo Lo Lo Lo Lo Lo Lo co co co co co co co co co co co co co co co co r— r— r— r— r— 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 N N N N N N N N N N N N N N 0 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 N N N N N N N N N N N N N N L E Z CO V LO O M N O LO M M T O O CO O LO CO V LO M LO M N O V LM N M N O M V M M Ln O O CO CO CO CO M N N N V V V M M M N M N V I- M M M M LO CO 0 0 0 0 N N 0 N O O W O M M M M N N N N N 0 M M M M M M M M 0 M 0 M M M M M M M M M M M M M M M M LO LO O LO LO LO LO LO LO LO LO LO LO LO LO LO O LO LO LO LO LO LO LO LO LO LO LO L E 0 Z E.. ON V 00 M V LO (0 0) 0 N M V LO Co I- 00 I- COO) 0 N M V CO I- CO O 0 0 0 N r 00 0 CO CO CO V CO CO CO CO CO CO r- r r r r r r r r 0 0 r 00 00 00 00 00 00 00 V LO Ln V LO Ln V LO CO CO CO u r r r r r r r r r r r r r r r r r r r r r r r r r r r r r co co co W W W co co W W W U 0 0 0 0 0 0 0 0 0 0 0 0 000000000000 00 00 0 0 0 0 0 00 0 0 0 0 0 00 0 0 O O O O O O O O 00 00 O O O 0 O O O O 00 00 O 0.... 0 0 O O O O O O 600 0 0 00 00 O O O O O O 00 00 O O O O O O O O 00 00 O 0. 0 O O O O O LO 0 00 O O O O O O O O O O O O O O O O O O O O O O O O O O O O 00 O O O O O N 0 00 ER ER ER ER O ER ER ER ER ER O ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER 69 � E3 ER N LEf6MN ER � N 0 00 0 0 00 00 O O 0 O 0 O O O O 0 0 O O O 0 0 O O O 0.... 0 O O O O O O O O V v O 00 O O 00 00 O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O CO O O O O O O O O O O O O O O O O O O O O O O O O O O O O O V O O O O O O O O O r H) 6c3 6c3 6c3 6c3 6c3 6c3 6c3 6c3 6c3 Ef> Ef> Ef> Ef> Ef> Ef> Ef> 6c3 6c3 6c3 6c3 6c3 6c3 6c3 6c3 6c3 6c3 6c3 Ef3 r- H) 69 69 69 69 69 69 691 69100 691 Z.........;' V! 0 0 0 0 0 0 0 O O O O O O 0 O O O O 0 O 0 0 0 0 0 0 0 0 0.... O O O 00 O O 00 0 0 C O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O '- N O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER Q '.- 0'.L. OV1 V N N ZL w M r M r N 0 M 0 0 0 0 0 O O N N:.:M 0 0 0 V 0 r 0::. V -.:LO LO r W O O ,-LO O V. 0::: Q N 0 7 0 LO N r 00 7 00 0 0 0 LO LO O r r N LO r LO 0 LO O M N V M O N N N r V O V M 0 V 00 0 O N O N O 0 N O N N 0 O N M N 0 r r 0 O M V r 0 0 LO O M r 0 00 r 0 00 0 00 0 0 M 0 0 0 V 69 069 N N 0 r V 0 0 0 V 0 V 69 00 O V M M r 69 r LO Ln V- M M M V M N M V r V N V M I 0 0 V V 0 V V V V N V LO M V N V M CO O V CO 4- 69 69 69 69 69 69 69 69 69 69 ER ER ELT 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 Ef) _ Ef) Ef) 0 a_ 6 co a co z m N Imo:.. W M r W M M O W r 0 0 V 0 0 0 O 00 00 r 0 V O 0 V M W W O=. 0 LO LO M O O ,:.0 O (D V O LO LO O — 0 0 0 0 LO O 00 N V O 0 M M r LO N CO LO 0 0 (q LO O — — M 0 0 0 O O O 00 O 0) N M W 0 M N N O r 0 M r V O M 0 0 r M 0 0 00 O M O r 00 O V CO O O O r M (6 0 O V 0000 fR O L O O N 69 LO M M N 00 LO O 69 CO LO O O O 69 69 69 N N M M N N N N N V N V N CO M CO N N N N N N N M N N M N N N M N N a 69 69 69 69 69 69 69 69 69 69 69 69 69 69 ER ER ER ER ER ER ER ER ER ER ER ER ELT 69 69 69 69 69 69 69 'a N ZV1 O O O O O - r0L VO0NOOMV- VM00OO.. MO. OO -.LO V- OO OO: 0 rN 0 0 0 0 0 M r0 Nr0M (D M LON C9... R W W O M N M C09 0 M W r- V O0 0 N N L00 0 0 r 0 N Or M r L00 V- 0 W M 0 0 V- V ONO r r- ONO C09 W t 0 0 00 0 0 0 0 r 0 0 0 0 0 0 r r M M M M r 00 CO CO CO CO CO CO CO CO CO M M M CO CO CO CO CO CO 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69N' Z''.i. N' E,'ji R j1 Z'....du C v R' a; a 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 LO LO LO LO LO LO LO LO LO LO LO 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 N N N N N N N N N N N N N N 0 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 N N N N N N N N N N N N N N L E Z M CO r N O 00 r M 00 V V 0 00 r 0 M r V V M 0 V M 0 M O 00 r 00 LO O 0 00 M r V M 00 c O 0 0 0 0 00 0 00 00 V V V V V M M M N M N LO LO Ln V V M LO LO r r r CO CO N CO CO CO 00 ,',Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln LnLOOLn Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln OO Ln Ln Ln Ln L E 0 Z E 1 0 N M V 0 0 r 00 V 0 00 0 O N M V 0 0 r 00 r 00 0 0 0 V 0 0 N M V 0 0 r 00 0 M r r r r r r r r r 00 00 N N N N N N N N N V V V 0 00 V V V Ln 0 00 0 LO LO LO LO (D •u 0) W W W W W W W W W W r r r r r r r r r r r r r r r 0) r r r r r r r r r r r r r U 0 0 0 0 0 0 0 0 0 0 0 00 00 0000000000000 0 0 0 0 00 0 0 00 00 G) 0 00 0 0 0 O 0 O M O 00 O 0.... O O 0 0 00 O O O O O 0....0 O 0 Ln 0 0 0 0 0 0 V O 00 (D O O O O O V O 00 O O O O O O 00 Cfl M O O 00 - O 00 O 00 O O M O 0 0 0 0 0 0 O O O 00 O O O Ln O O O O O O O Ln r O O O O O 00 O (6 O O O O I-� O R H) 643 643 00 643 643 643 643 E43 - E43 E43 66 CF) H) 69 69 69 69, 691 691 r— r ELT 691 691 691 I— ELT M Ef3 LO E91 E91 LO E91 691 Ln (D 691 r- (D M (D (D ',m', Ef3 fR fR fR fR fR fR fR N' 'Z'V1 V) 0 0 0 0 0 0 O O O O 00 O O O O 0 0 0 O O O O O O 00 O 0 O 0 0 0 0 0 0 'a 0 0 0 0 0 0 O O O O O 00 O O O O O O O O O O O O O 00 O O O 0 0 0 0 0 0 0 0 0 0 0 0 O V O O O O O O O O O O O O O O O O O O O O O O O O O O I-� O O w Ef3 ER ER ER ER ER ER r- 6c" 6c" 6c" 6c" Ef) Ef) Ef) Ef) 69 69 69 69 69 691 691 691 691 691 691 691 691 691 691 691691691I- ELT 691 69 Z.........;' V! 0 00 00 0 O 0 00 O 00 00 O O 00 00 O O 0 O O 00 O 0 0 O 00 00 0 0 00 00 0 O O O O O O O 00 O O 00 00 O O O O O 00 O O O 0 00 00 0 0 0 0 0 0 0 O O O O O O O O O O O O O O O O O O O O O O O O O 0 0 0 0 0 0 ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER Q O V1 V N N 'ZL U) (D r M N O) LO N N O O ,.:V LO I- O 00:.: 0) O (D O O Lo r O ,O Lo O 0.00 O ,0) O, V 0 0 0 0 (D Q N V Cfl N V 00 V 0 0 N I- Ln O M 00 -7 Ln Ln 7 7 (M O O V O (fl r O N O 7 O O M O N N Lo 00 O O 0) 00 O O N 00 N O V 00 O (D N Lo O (D O O O O (D V O O O Lo O O Lo O I� (D Lo Ln V (D Lo M 69 69 M Lo 00 E91 V (D V LO V (fl r 0) fR N 00 0) Cfl LO 69 LO e91 Lo E91 e91 N 691 I� M V M M V V V V V Cfl M M M V N (D (D V N V M M V V N (D M 4- ER ELT 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 ER ER ER ER ELT 69 69 O a � a co z m V) V:.. M I- 00 LO M 0)-::LO r- Cfl O M O N:.: O V O O Lo M O 'O Lo O O N O LO=- Cfl O O O O:>.V-,: 0 O) 0 I� V (? - N V O O O D) M Ln V 0 0 0 Cfl O O M O V - 0 Ln W W O V Ln O O N M (D Ln (fl (fl N 0) I-� 0) O Ln O Cfl 00 Lo M O O O M O O M (D Lo 00 O M M M O O Lo O M E I- N O O V N (fl O V 0) fR 00 69 00 O 69 69 M I- fR 00 00 Cfl 69 M 69 V 69 I- N N M N N N N N 00 N N M N V N N 69 N V M N Nm V Cfl N N a 69 69 69 69 69 69 69 69 69 ER ER ELT 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 'a N ZV1 V! O 00 O O 0 Lo 0 Lo O O Lo O O 0.... O O 0 0 0 O O O 0 00 0....0 O 0 0 0.. .. 0 0 0 0 0 0 V r M 0 0 N M 00 0) N M I- M N O) M I- O M N (D O Lo - N �'.V 0) CMD V Oro OMO W M O L00 M LSO (D 0) M Oro V Or V (D O V � Or (D LMO ONO r W (D (D (D Gi OO V- CMD LO Ni t cD cD cD cD cD cD cD cD 00 cD cD cD cD cD cD cD cD cD cD cD r (D r cD cD cD cD cD cD cD cD cD cD cD cD cD cD U Ef3 ER ELT 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 N' Z''.i. N' E,'ji R Z'....du C R' a; a Cl) Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo Lo a0i rn m 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 — — - - - - N N 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 M M M M M M M M M M L i z rn 0o r M V V N I- 00 CD V N O 00 M O 00 V M N N N I- CD LO V V CD LO O 0) I- V 00 O 00 I- C'..00 00 0) 0) W O O O O O 0 0) N N N M M M M N N N N M V V V M M M CD CD LO LO �,',Ln Ln Ln Ln Ln Ln Ln M Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln 0 0 0 0 Ln Ln Ln Ln 0 0 Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln L E 0 Z E V LO O N CD r 00 0) ON M N M V LO CD V LO CD r 00 0) O I- 00 0) O N M I� 0 0 CD CD CD M CD CD CD CD CD r r r r 00 00 00 00 00 I- r r r r r 00 00 00 00 00 0 W W W W W O O R r r r r r r r r r r r r r r r r r r r r r r r r r r r r r r r r r r r r- r- 0 0 00 00 0 0 0 00 0 00 00 0 0 00 00 0 0 0 0 0 00 0 0 0 0 00 00 0 V O M T T C R' �M n n. m M Go Go m ELT N N N 04 04 Z co co 61) ER V! O O M M' v O O w w a b b .� N 04 0 Z U) C O O TT . N�I O O''... O O'I E; 6" 6" Q W W 0 69 6 O V I N4 N+ Z{ ay+ M O M M O O O r r' 0 0 N N r M 1-- 4— m — m l M M 0 p N 07 Z ELT 69 U) O I— M M CO M N N N M N N' a a N N" N t!3 ER Z z6969 M M N' E R' Z C' N 5 a a' Cl) uT LO w; O L; E 7 Z M L E 7 Z+ EO V N N' R (D W O O U o o W W i Z 0 F- Z y R m 0 = O U y' F- Q R W p 5 Co H 6.F. Consent Agenda 1/21/2020 City of Boynton Beach Agenda Item Request Form Commission Meeting Date: 1/21/2020 Requested Action by Commission: Proposed Resolution No. R20-008-Adopt the 2019 Repetitive Loss Area Analysis (RLAA) document, which will allow the City residents to continue to be eligible for a discount on flood insurance premiums. This item was included in the December 3, 2019 consent agenda and it was approved. The Community Rating System program administrator, the Insurance Services Office (ISO), requires a City Commission resolution adopting of the RLAA. Explanation of Request: The Repetitive Loss Area Analysis is a tool that a community can use to address its most costly flooding issues. It includes an analysis of the repetitive loss areas, including a description of every building, a statement of the problem in each area, and recommendations to mitigate the problem. The Analysis includes considering a broad spectrum of activity types, including: • Preventive • Property protection • Natural resource protection • Emergency services • Structural projects • Public information The specific recommendations given in this report represent concrete steps the City, the affected communities, the local drainage districts and the property owners can take to mitigate flooding in each of the repetitive loss areas in the City. The City of Boynton Beach recently achieved a Class 6 rating in the National Flood Insurance Program (NFI P) Community Rating System for implementing flood protection policies beyond the minimum NFIP requirements. This rating provides property owners in the City's Special Flood Hazard Areas (SFHAs) a 20% discount on flood insurance premiums. Those outside SFHAs receive a 10% discount. The City of Boynton Beach undertook its Repetitive Loss Area Analysis in 2018 and 2019. A letter of advisement was sent to all residents and businesses within the identified repetitive loss areas on December 19, 2018. Following the completion of the RLAA a second letter was sent to the same residents and businesses on October 18, 2019, advising of the draft completion, making the document available and soliciting input. A copy of these letters and the properties to which it was sent is included in Exhibit 1 of the RLAA document. Several property owners responded to the letters; their comments were recorded, and their concerns were taken under consideration. Additionally, while visiting the RI-As, the City team was able to speak with several property owners and renters concerning their particular flood experiences and concerns. How will this affect city programs or services? In an effort to become more proactive and to comprehensively address the flooding issues, the City retained CRS Max Consultants to develop a RLAA. It is our expectation that this document will prove to be a beneficial tool for flood mitigation both by property owners within the areas and by the City. An ADA compliant version of the RLAA document is published in the Flood page of the City's website. Page 391 of 1406 Fiscal Impact: There are no funds required for the adoption of the RLAA. Alternatives: Not to adopt the RLAA. Failure to adopt the RLAA will deny our City residents of continuing to enjoy the current discounts on their flood insurance policies. Strategic Plan: Strategic Plan Application: Climate Action: No Climate Action Discussion: Is this a grant? No Grant Amount: ATTACHMENTS: Type Description D Resolution Resolution adopting the 2019 Repetitive Loss Area Analysis D Attachment RLAA ADA Compliant Page 392 of 1406 1 RESOLUTION NO. R20- 2 3 A RESOLUTION OF THE CITY OF BOYNTON BEACH, 4 FLORIDA, ADOPTING THE 2019 REPETITIVE LOSS 5 AREA ANALYSIS (RLAA) DOCUMENT WHICH WILL 6 ALLOW THE CITY RESIDENTS TO CONTINUE TO BE 7 ELIGIBLE FOR A DISCOUNT ON FLOOD INSURANCE 8 PREMIUMS; AND PROVIDING AN EFFECTIVE DATE. 9 10 11 WHEREAS, the Repetitive Loss Area Analysis is a tool that communities can use 12 to address its most costly flooding issues which includes an analysis of the repetitive loss 13 areas with a description of every building, a statement of the problem in each area and 14 recommendations to mitigate the problem; and 15 WHEREAS, the specific recommendations given in this report represent 16 concrete steps the City, the affected communities, the local drainage districts and the 17 property owners can take to mitigate flooding in each of the repetitive loss areas in the 18 City; and 19 WHEREAS, This item was approved by the City Commission at the December 20 3, 2019 City Commission meeting on consent agenda; however the Community Rating 21 System program administrator, the Insurance Services Office (ISO), requires a City 22 Commission resolution adopting of the RLAA. 23 NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION 24 OF THE CITY OF BOYNTON BEACH, FLORIDA, THAT: 25 Section 1. The foregoing "Whereas" clauses are hereby ratified and confirmed as 26 being true and correct and are hereby made a specific part of this Resolution upon adoption 27 hereof. 28 1 S:ACA\RESO\Adopt Repetitive Loss Area Analysis(2019)-Reso.Docx Page 393 of 1406 29 Section 2. The City Commission of the City of Boynton Beach hereby adopts 30 the 2019 Repetitive Loss Area Analysis (RLAA)previously approved at its December 31 3, 2019 City Commission meeting, which will allow the City residents to continue to 32 be eligible for a discount on flood insurance premiums. 33 Section 3. This Resolution shall become effective immediately upon passage. 34 35 PASSED AND ADOPTED this day of January, 2020. 36 37 CITY OF BOYNTON BEACH, FLORIDA 38 39 YES NO 40 41 Mayor— Steven B. Grant 42 43 Vice Mayor—Justin Katz 44 45 Commissioner—Mack McCray 46 47 Commissioner—Christina L. Romelus 48 49 Commissioner—Ty Penserga 50 51 52 VOTE 53 54 ATTEST: 55 56 57 58 Crystal Gibson, MMC 59 City Clerk 60 61 62 63 (Corporate Seal) 64 65 2 S:ACA\RESO\Adopt Repetitive Loss Area Analysis(2019)-Reso.Docx Page 394 of 1406 v CITY O F-rte- --.,-1 BOY N TO N � M h i I' 95 h7 WA IS s r „ VQ i s, v Repetitive Loss Area Analysis } S 2 k fJAperFIE - t Page 395 of 1406 Table l of Contents Cityof Boynton Beach Summary........................................................................................................................4 ExecutiveSummary................................................................................................................................................5 1.1 National Flood Insurance Program (NFIP)...........................................................................................6 1.2 Community Rating System (CRS)..........................................................................................................7 1.3 Repetitive Loss Properties ......................................................................................................................7 1.4 Repetitive Loss Categories......................................................................................................................8 1.5 Repetitive Loss Area (RLA).....................................................................................................................9 1.6 Repetitive Loss Area Analysis (RLAA)............................................................................................... 12 1.7 Repetitive Loss Area Analysis (RLAA) Process .............................................................................. 12 2. City of Boynton Beach RLAA Process.................................................................................................... 13 2.1 City of Boynton Beach RLAA—General Area 1: Eastern/Coastal............................................... 17 ProblemStatement............................................................................................................................................ 17 Potential Mitigation Measures for General Area 1: Eastern/Coastal....................................................24 General Area 1 Recommendations...............................................................................................................26 2.2 City of Boynton Beach RLAA—General Area 2: Western.............................................................29 ProblemStatement............................................................................................................................................29 Potential Mitigation Measures for General Area 2 ....................................................................................43 General Area 2 Recommendations...............................................................................................................45 3 Next Steps......................................................................................................................................................49 References................................................................................................................................................................50 Exhibit........................................................................................................................................................................51 Letters to Repetitive Loss Area Properties.......................................................................................................51 Letters to Agencies and Organizations Soliciting Input..................................................................................59 City of Boyntonch, Repetitive Loss Area Analysis September Page 1 Page 396 of 1406 Clef of FigUres Figure 1: City of Boynton Beach Location Map ................................................................................................................3 Figure 2: General Repetitive Loss Areas......................................................................................................................... 11 Figure3: Repetitive Loss Area 1..................................................................................................................................... 18 Figure4: Repetitive Loss Area 2.....................................................................................................................................20 Figure5: Repetitive Loss Area 3 .....................................................................................................................................22 Figure6: Repetitive Loss Area 4.....................................................................................................................................31 Figure7: Repetitive Loss Area 5 .....................................................................................................................................33 Figure8: Repetitive Loss Area 6 .....................................................................................................................................35 Figure9: Repetitive Loss Area 7 .....................................................................................................................................37 Figure10: Repetitive Loss Area 8...................................................................................................................................39 Figure11: Repetitive Loss Area 9 ...................................................................................................................................41 City of BoyntonBeach, Repetitive Loss Area Analysis September Page 2 Page 397 of 1406 ¢ Yi is t�{} -• Legend „{ r. 0 Flonda Palm Beach County I'm [:,1, Il _� r I t a 1 0 1j� F ��I�, fl �;I��1a r: i aF 71? 0 CITY OF BOYNTON BEACH j �4{s Hypoluxo Rd,aim p- V t 71 ai, Y Miner Rd--`�� Miner Rd :Z I ) etBlvd �Il �Tj�-,J`-,.�� '�!t',. ,. _ .,tiles J' � �� Y f 5 f-”", r , jY/ "'�- / d�-� ILE� Boynton Beach Inlet `3 �C,l-} C J ..`I v T J.!71,t't - 1 „1 T Gateway Blvd(� .�yj „,y i�WJGatea ,�`�;". t:t sT t-4 _ LL r rL � rrr —L-3 Il T- r lilh -17 T-i t+ � `'.I � T'1 1 EF 1 `�Old Boynton Rd � ...� T y" j�{ � ,1�* 4_� 'S of I c>Y I , Y Z -I— .Boynton Beach �� "� ' k E Ocean Ave m Blvd Ihel n� .n y-' i�J 63 i I�j I[i± 4 ' �r N� EWoolbrightRdrf,-L 0 .-'— WoolbdghtRd J a t m 1r j J + t z = m V ..SW23r]Ave 7Goff Rd T -4 � _.r etSGlen Blvd 4y 1 r'=J-�-+-i- � � ' �-4l' ITr' i _ 2 t \avor + � '� °° �� ,, "1, 11 ►i� Legend o of 1crton Beach Boundary Water Bodlee h {�' h Mcg CratttsaBy'G'f'Owen, p CMT Qf ,�,cY Q`L�,€ J-i *r," O(ZAN �i'MAP D-to;July z50aov ID CITY BOUNDARY AREA: 16.7 SQUARE MILES Figure 1- City of Boynton Beach Location Map City of Boyntoneach Repetitive Loss Area Analysis September Page Page 398 of 1406 City of Boynton Beach Summary Known as "America's Gateway to the Gulfstream," Boynton Beach is a 16.5 square-mile coastal community in southeastern Palm Beach County, Florida. Refer to Figure 1. The City spans four miles of the Intracoastal Waterway and one of the four ocean inlets along the County's 47-mile shoreline. The City lies within close proximity to three major international airports and three major seaports. The average annual precipitation in Boynton Beach is 61.33 inches (155 cm). Boynton Beach's mission is to be "a vibrant and sustainable community that provides exceptional services" and its vision is "to be a welcoming and progressive coastal community that celebrates culture, innovation and business development." The City has 253 acres of municipal parks, beach and conservation lands; and a full-service marina that offers fishing and scuba diving charters,jet-ski and boat rentals, and waterfront restaurants. The City and Community Redevelopment Agency host outdoor events year-round, including Pirate Fest and an International Kinetic Art Exhibit and Symposium. Boynton Beach is the third largest city in Palm Beach County, with an estimated 2018 population of 76,756. The City's racially and ethnically diverse population includes 53% non-Hispanic Whites, 29% Black/African Americans, and 14% Latino. Boynton Beach prides itself on its diversity and inclusivity. The City's top employers are Bethesda Memorial Hospital, the City of Boynton Beach, Palm Beach County School District, Publix Super Markets, and Walmart. The City is undergoing a period of economic development, with increasing housing prices and numerous mixed-use projects underway, including the 16- acre Town Square Boynton Beach. City of Boynton Beach, Repetitive Loss Area Analysis September 2019 Page 4 Page 399 of 1406 Repetitive Loss Area Analysis September 2019 Executive r The National Flood Insurance Program has established the "repetitive loss property" as a classification for properties that continue to be impacted by flooding and its resulting claims. These properties, together with surrounding properties that may experience similar problems, are classified as "repetitive loss areas" and become the focus of attention. The Repetitive Loss Area Analysis is a tool that a community can use to address its most costly flooding issues. It includes an analysis of the repetitive loss areas, including a description of every building, a statement of the problem in each area, and recommendations to mitigate the problem. The City of Boynton Beach, in order to be proactive in its efforts to mitigate flooding in the community, has produced a Repetitive Loss Area Analysis covering all the repetitive loss areas in the City. The Analysis includes considering a broad spectrum of activity types, including: • Preventive • Property protection • Natural resource protection • Emergency services • Structural projects • Public information The specific recommendations given in this report represent concrete steps the City, the affected communities, the local drainage districts and the property owners can take to mitigate flooding in each of the repetitive loss areas in the City. Overview No natural hazard is more common in the United States than flooding. Floods have been the cause of more than 70 percent of all Presidential Disaster Declarations, occurring in over 20,000 American communities. More than 8 million residential and commercial structures are currently built in areas at risk of flooding, and floods are costly to local, state and federal governments, as well as to flood victims, who must shoulder the cost of recovery. The City of Boynton Beach, which is the third most populous municipality in Palm Beach County, has not been immune to the flooding hazard. Intense or prolonged, City of BoyntonBeach, Repetitive Loss Area Analysis September Page Page 400 of 1406 concentrated rain is the primary cause of localized flooding. Major rainfall events often accompany hurricanes, tropical storms, and thunderstorms. The overabundance of rainfall creates saturated soil conditions, after which additional rain causes surface ponding or an overflow of catchment canals and ponds. This can result in street and yard flooding, which is regarded as nuisance flooding. It can also result in flooding of buildings, a consequence that is of particular importance to the City because of its impact to the community's residents and businesses. In recent years the City of Boynton Beach has experienced the following major flood events registering at least 8 inches of rainfall: • Hurricane Frances September 4, 2004 10.36 in. • Hurricane Jeanne September 25, 2004 10.22 in. • Rain Event June 5, 2005 8 in. • Rain Event December 14, 2006 8.21 in. • Rain Event October 28-29, 2011 6-9 in. • Tropical Storm Isaac August 26, 2012 12 in. • Rain Event December 11-12, 2012 6-10 in. • Rain Event January 9-10, 2014 20 in. • Tropical Storm Philippe October 28-29, 2017 4-8 in. In response to the challenge of the flood hazard, the City has established a proactive approach, which includes stormwater planning, floodplain management planning, establishment of higher regulatory standards, implementation of an aggressive stormwater capital improvement program and implementation of sustainable development standards 1.1 National Flood I (NFIP) Historically the private insurance industry was reluctant to insure properties against flood losses due to the financial risk that would be required. Beginning in 1968 the federal government made flood insurance available through the National Flood Insurance Program (NFIP). The NFIP is based on a cooperative agreement between the Federal Emergency Management Agency (FEMA) and local units of government. FEMA now underwrites flood insurance policies within communities. Local governments are tasked to regulate development in the floodplain. Participation in the NFIP is voluntary. Communities have incentive to join because federally backed flood insurance is not available in non-participating communities and a non-participating community will not receive Federal aid for damage to insurable buildings in the flood hazard areas. City of BoyntonBeach, Repetitive Loss Area Analysis September Page Page 401 of 1406 1. (CRS) The Community Rating System (CRS) is a voluntary program recognized by NFIP and designed to reward a community for doing more than simply meeting the NFIP minimum requirements to reduce flood damages. Once a community has been accepted into the CRS, the community's floodplain management activities are rated according to the scoring system described in the CRS Coordinator's Manual. CRS communities are rated on a scale of 1-10; Class 10 is the lowest and Class 1 is the highest. A Class 10 community receives no reduction in flood insurance premiums; each class above Class 10 receives an additional 5% premium cost reduction over the previous class for properties located within special flood hazard areas. Class 1 requires the most credit points and provides the highest premium reduction of 45%. Communities can improve their CRS ratings by performing activities such as: reducing flood damage to existing buildings, managing development in areas not shown in the floodplain on the FIRMs, protecting new buildings from floods greater than the 100-year flood, maintaining and improving stormwater drainage infrastructure, helping insurance agents obtain flood data, and encouraging people to obtain flood insurance. The reward for these activities comes in the form of reduced premiums for flood insurance policy holders. In October 1991, the City of Boynton Beach qualified for the CRS Program. There are currently 7,386 flood insurance policies in place in the City, with over $2.6 million paid in premiums annually. The average policy cost is $354. To keep the CRS discounts, the City must continue to implement its CRS program and provide status reports to the NFIP each year. The City of Boynton Beach is currently rated as Class 6 in the CRS program, earning its residents and businesses within its special flood hazard areas a 20% premium reduction. Each year participation in the CRS program earns an average discount of$53 per policy and a total community discount of$388,766. 1.3 Repetitive t The NFIP considers a property a Repetitive Loss Property if two or more flood insurance claims of more than $1,000 have been paid within any 10-year period since 1978. Currently, repetitive loss properties nationwide account for 15-20 percent of all flood losses, however, they comprise only 1.3 percent of all flood insurance policies. The NFIP has paid over $9 billion in claims to properties classified as repetitive loss properties. By focusing specifically on mitigation of flooding in areas where there are repetitive loss properties, a community can make strides to significantly reduce the detrimental impacts of flooding. City of Boynton Beach, Repetitive Loss Area Analysis September 2019 Page 7 Page 402 of 1406 According to FEMA's most recent records, dated May 31, 2018, there are 12 Repetitive Loss Properties within the City of Boynton Beach. 1.4 Repetitive r CRS identifies the following three categories of repetitive loss communities based on the number of properties on the updated FEMA Repetitive Loss list: (1) Category A: A community that has no repetitive loss properties, or whose repetitive loss properties all have been mitigated. A Category A community has no special requirements except to submit information needed to update its repetitive loss list. (2) Category B: A community with at least one, but fewer than 50, repetitive loss properties that have not been mitigated. At each verification visit, a Category B community must complete the following activities: (a) Prepare a map of the repetitive loss area(s), (b) Review and describe the causes of the repetitive loss, (c) Prepare a list of the addresses of all improved properties in the identified repetitive loss areas, and (d) Undertake an annual outreach project to those addresses. A copy of the outreach project is submitted with each year's recertification. (3) Category C: A community with 50 or more repetitive loss properties that have not been mitigated. A Category C community must (a) Complete Category B Activies AND (b) Prepare a floodplain management plan or area analyses for its repetitive loss area(s). The plan and area analysis requirements are explained in Activity 510 (Floodplain Management Planning) in the CRS Coordinator's Manual. The total of 12 repetitive loss properties categorizes the City of Boynton Beach as a Category B community. The City has developed a floodplain management, or flood mitigation, plan which further addresses the City's flood hazards. In an effort to address the City's flood hazard, the City determined the benefit of specific focus upon those areas of the community that have been most impacted by flooding, as shown by their historical flood insurance claims. These areas are known as Repetitive Loss Areas (RLAs). City of Boynton Beach, Repetitive Loss Area Analysis September 2019 Page Page 403 of 1406 1.5 Repetitive (RLA) A Repetitive Loss Area (RLA) consists of Repetitive Loss Properties and the surrounding properties that experience the same or similar flooding conditions, whether or not the buildings on those surrounding properties have been damaged by flooding. Based on the 5/31/2018 AW-501 worksheets, there are 12 unmitigated repetitive loss properties and 6 mitigated repetitive loss properties. A total of 6 Repetitive Loss Areas (RLAs) were initially identified. The areas were based on the following: (1) Identified properties within a reasonable radius of the repetitive loss properties. This identification was based on an analysis using parcel data and building footprints; (2) Evaluation of topographical lows and other factors that may have contributed to the flooding of the repetitive loss properties; (3) Neighboring historical loss properties; (4) Connectivity of adjacent properties with associated repetitive loss properties, e.g. not separated by a topographic ridge. From this analysis conducted in January 2019, 149 properties were included in the 6 RLAs. Following the initial determination, site visits were conducted to investigate each of these areas and examine the surrounding land and building characteristics. The individuals conducting the site visits included a stormwater supervisor and a CRS consultant. During the site visits, some of the property owners, managers, and renters were interviewed concerning their experience with flooding. This exercise proved informative and beneficial, resulting in revisions that more appropriately defined the RLAs. Following the first site visit, the CRS consultant revisited all the areas, gathered data for each building within the areas, interviewed additional homeowners and determined a more precise and appropriate delineation of the RLA boundaries. It was determined that site data supported the establishment of 9, rather than 6 RLAs. The final number of properties in the these RLAs was 48. The primary reason for the increase in RLAs from 6 to 9 was that two of the original RLAs covered large areas that were subject to very different flooding issues. One of those original areas was changed to incorporated three separate RLAs, each with its distinctive issues. The second original RLA was changed to incorporate two separate RLAs, each with its distinctive issues. The limits of the 9 RLAs City of BoyntonBeach, Repetitive Loss Area Analysis September Page Page 404 of 1406 was based upon an evaluation of the historic claims data and the determinations made from the onsite visits. Figure 1 shows the 9 RLAs in Boynton Beach. For reporting purposes, the 9 Repetitive Loss Areas were grouped into two General Areas based on such characteristics as topography, geography and flooding source. The two General Areas are: Area 1: Eastern/Coastal Area 2: Western Area 1 is especially impacted by current and projected levels of sea level rise. Some of the RLAs are located in private communities in which stormwater management is the responsibility of the local community, rather than the City. For these RLAs, there are limited options for the City to mitigate flooding. Detailed maps of each area are included in this analysis. Figure 2 provides an overview map of the two General Areas and the Repetitive Loss Areas included in each General Area. City of BoyntonBeach, Repetitive Loss Area Analysis September Page 1 Page 405 of 1406 !!y 4 i i l�t¢ji, lllrsat l,,ti, Fi� tt 1C t V [�yt2,11ktt ti .`4Ftt fi as,w " i,y, i Ft ip �� r N F ttV�� 'ltw"ai fF{! 1', 01 Ft 14 lit"ll NMI 1„ G S r� {F t O t t !{F Z`r s 4 t P amU Fr' City of Boynton Beach General Repetitive Loss Areas Legend w � L._l Boynton Beach City Boundary Biles Figure 2- General Repetitive Loss Areas City of BoyntonBeach, Repetitive Loss Area Analysis September Page 11 Page 406 of 1406 1.6 Repetitive ( ) Having made an initial determination of the repetitive loss areas, the next required activity is to develop a detailed analysis of these repetitive loss areas to gain a comprehensive understanding of the specific flood conditions. This repetitive loss area analysis is also intended to identify alternative remedies and to provide specific recommendations for flood mitigation. The following repetitive loss area analysis is a detailed mitigation plan for repetitive loss areas. It provides more specific guidance on how to reduce damage from repetitive flooding. 1.7 Repetitive ( ) Process CRS credit is dependent upon the community's following an appropriate process. The process of developing a RLAA consists of the following five steps outlined in the 2017 CRS Coordinator's Manual: Step 1 — Advise all the properties in each Repetitive Loss Area (RLA) that the analysis will be conducted and request their input on the hazard and recommended actions. Step 2 — Contact agencies or organization that may have plans or studies that could affect the cause or impacts of the flooding. Step 3 — Visit each building in the RLA and collect basic data. Step 4 — Review alternative approaches and determine whether any property protection measures or drainage improvements are feasible. The review must look at all of the property protection measures that are appropriate for the types of buildings affected, including: preventative activities, property protection activities, natural resource protection activities, emergency services measures, structural projects, and public information activities. Step 5 — Document the findings in a report. The report should include: a summary of the process that was followed and how property owners were involved in the process; a problem statement with a map of the affected area; a list or table showing basic information for each building in the affected area; the alternative approaches that were reviewed; and a list of action items identifying the responsible party, when the action should be completed, and how it will be funded. City of Boynton Beach, Repetitive Loss Area Analysis September 2019 Page 12 Page 407 of 1406 Following the completion of the five steps of the RLAA process the report must be submitted to the community's governing body for adoption. Thereafter the community must prepare an annual progress report for its area analysis by May 1 and update its repetitive loss area analyses in time for each CRS cycle verification visit. 2. City of Boynton Beach RLAA Process STEP 1: Advise All Property Owners The City of Boynton Beach undertook its Repetitive Loss Area Analysis in 2018 and 2019. A letter of advisement was sent to all residents and businesses within the identified repetitive loss areas on December 19, 2018. A copy of this letter and the properties to which it was sent is included in Exhibit 1. Following the completion of the RLAA a second letter was sent to the same residents and businesses on October 18, 2019, advising of the draft completion, making the document available and soliciting input. A copy of this letter is also included in Exhibit 1. Several property owners responded to the letters; their comments were recorded, and their concerns were taken under consideration. Additionally, while visiting the RLAs, the City team was able to speak with several property owners and renters concerning their particular flood experiences. STEP 2: Contact Agencies and Organizations The City sent letters to pertinent agencies and organizations on December 21, 2018. Copies of the letters sent to 37 agencies and organizations are included as Exhibit 2. In addition to contacting other agencies, available reports and studies were reviewed and pertinent information was gleaned through the Flood Mitigation Plan Update that was concurrently being developed. The following resources proved particularly beneficial: • City of Boynton Beach Flood Mitigation Plan, 2013 • City of Boynton Beach Flood Mitigation Plan Update, 2019 • City of Boynton Beach Utilities Department • Federal Emergency Management Agency/ISO, City of Boynton Beach, FL, Repetitive Loss Data, May 31, 2018 • Federal Emergency Management Agency, National Flood Insurance Program, Community Rating System CRS Coordinator's Manual. FIA-15/2017. Section 510. • The Federal Emergency Management Agency's Flood Insurance Study for Palm Beach County, 2017. City of Boynton Beach, Repetitive Loss Area Analysis September 2019 Page 1.3 Page 408 of 1406 STEP 3: Building Data Collection One of the City's Stormwater Division staff member and the City's CRS consultant visited all 9 (nine) repetitive loss areas on January 30, 2019. On this site visit, the City described the known history of flooding in each area and mitigation projects either previously completed or planned. Additionally, the flooding causes were analyzed, solutions were discussed, and property owners or renters were interviewed. Subsequently, the CRS consultant returned, took photographs of each building and gathered additional building data, including the following information: • Address • Structure type • Structure condition • Existing mitigation • Foundation type • Foundation condition • Number of stories • Height above street grade • Height above site grade • HVAC unit or other electrical equipment • Drainage patterns around building • Additional structures • Roadside drainage/swale • Additional notes as deemed appropriate The building data collected is available as Appendix A. In order to comply with the Privacy Act of 1974 (5 U.S.C. 522a), however, this information will not be shared with the general public. Photos of some of the typical buildings in each RLA are included in this report. Additional photos are available upon request. STEP 4: Review Alternative Mitigation Approaches Many types of flood hazard mitigation strategies exist. There is not one mitigation measure that fits every case. Nor is there even one strategy that fits most cases. Successful mitigation often requires multiple strategies. The 2017 CRS Coordinator's Manual lists the following primary types of mitigation as follows under Categories of Floodplain Management Activities (FEMA FIA-15, 2017)- 1. 017):1. Preventive activities keep flood problems from getting worse. The use and development of flood-prone areas is limited through planning, land acquisition, or regulation. They are usually administered by building, zoning, planning, and/or code enforcement offices. City of Boynton Beach, Repetitive Loss Area Analysis September 2019 Page 14 Page 409 of 1406 2. Property Protection activities are usually undertaken by property owners on a building-by- building or parcel basis. 3. Natural Resource Protection activities preserve or restore natural areas or the natural functions of floodplain and watershed areas. They are implemented by a variety of agencies, primarily parks, recreation, or conservation agencies or organizations. 4. Emergency Services measures are taken during an emergency to minimize its impact. These measures are usually the responsibility of city or county emergency management staff and the owners or operators of major or critical facilities. 5. Structural Projects keep flood waters away from an area with a levee, reservoir, or other flood control measure. They are usually designed by engineers and managed or maintained by public works staff. 6. Public Information activities advise property owners, potential property owners, and visitors about the hazards, ways to protect people and property from the hazards, and the natural and beneficial functions of local floodplains. They are usually implemented by a public information office. The City took all six of these categories of floodplain management activities into consideration for both of its General Repetitive Loss Areas. Property protection by homeowners can be undertaken in a variety of ways. Different measures are appropriate for different flood hazards, building types and building conditions. The 2013 CRS Coordinator's Manual lists the following typical property protection measures. • Demolish the building or relocate it out of harm's way. • Elevate the building above the flood level. • Elevate damage-prone components, such as the furnace or air conditioning unit. • Dry flood proof portions of the building so water won't cause damage. • Construct a berm or redirect drainage away for the building. • Maintain nearby streams, ditches, and storm drains so debris does not obstruct them. • Correct sewer backup problems. Grant funding for property protection and flood mitigation is available for both communities and property owners. Following is a partial listing of available grants: FEMA Grants • Flood Mitigation Assistance Grant • Hazard Mitigation Grant • Pre-Disaster Mitigation Grant • Repetitive Flood Claims Grant City of Boynton Beach, Repetitive Loss Area Analysis September 2019 Page 1.5 Page 410 of 1406 Other Grants • US Economic Development Administration (EDA) Public Works/ Infrastructure Grant (Infrastructure/ Stormwater Improvements) • Five Star/ Urban Waters Restoration (Stormwater Improvement/ Flood Reduction) • Coastal Partnership Initiative (Intercostal Waterway related) • Community Budget Issue Request (Florida Legislature direct application for water- related projects) While the first three steps of the RLAA process are basically identical for all repetitive loss areas, the review of alternative mitigation approaches varies somewhat in accordance with the specific conditions that are encountered in each RLA. Accordingly, the implementation of this step begins with a problem statement for each general area, followed by a discussion of alternative mitigation approaches and a recommendation of action items to be implemented. STEP 5: Documentation of Findings Step 5 entails a description of the Repetitive Loss Areas, an analysis of the alternative mitigation measures considered for each area, and a determination of the actions recommended for each area. This analysis for both General Repetitive Loss Areas is included in the remainder of this report. City of BoyntonBeach, Repetitive Loss Area Analysis September Page 1 Page 411 of 1406 2.1 City — General Area 1. Eastern/Coastal Problem to General Area 1 is located between the Southern Lake Worth Lagoon (Intracoastal Waterway) on the east and Interstate 95 on the west. Tidal flow and tidal flooding, particularly in the area along the eastern boundary, significantly impact the stormwater drainage and must be considered when determining mitigation solutions. The growing concern of sea level rise poses an increasing problem for this general area. The proximity to a large body of water near the Atlantic Ocean and across the Boynton Inlet also makes the area more susceptible to storm surges. Many of the buildings in this area are older and were built under ordinances that were less focused on flood mitigation than the current regulations. As newer development has taken place over the past few decades, the newer buildings and properties are more elevated than the older structures. An exceptionally high number of intense rainfall events over the past two decades, as compared with previous decades, increased the number of flood insurance claims. General Area 1 (Eastern/Coastal) is composed of 3 Repetitive Loss Areas with 4 Repetitive Loss properties. I 1 r 1 44 , 11 1 3 11 1 I I ,Ur _, , I 1 1 t 4 rl }, S__ a S _tl I ,.. , :•.. ,,,_., I�,-: ,... .... {,. Il . 4 I r 11 1 Il I , I I 1 � 11 I41I � II i I i I 1 l 4 t 1 I I I I I � I I \ I I! I I 1 1 I I 4 II ! I , I \ I I I � 7 I I I I 11 I I I I I i I I 7 I 11 3 1 , 1 I t I I a1 I 4 1 1 I 4 I I I 1 i rl r r 1 I II 1 � I tl I t 1 I I I 1 I I I 1 , 17: I t I � I 1I I r 1 I I I I , 1 I l ! r 1 I r1 1 r I I I r 4 4 \ I 1 l I I -r 11 I 1 I I I I t fr I � 1 � III II . II r1 1 1 I I I 1 \ 4 I ? rI I 1 13 I 4 I I I t I \\ II I i I I, t I I I t I I I 4 I I \ I ISI III 1r 7 I I II 1 1 I I 11 \ 7 11 t 11 I 11 ! t 14 I � 714 II � Ili t , 1 11 , 1 \ I I II I 1 c tII 1 I I I I I I II I I I I , I 1 rl i I 1 1 � I II I I 1 I 1 3I 7 1 I 1 II I , II I I I II 1 I , t I t l I I I I I I \ I I I 4 1 II II t „ I 1 I , 1, 4 I , I � l 4 IIIIIIIIIII I X1 . 111 1 ? , I I l 4 IIII \ f r � I � I I r1� IIl �i � lil 1 1 11 I I , I I I I t 11 I I I 41 I 1 I I I I 5 I 1 t1 1 I I I I II 1 1 I I I I I ? I I I� II I I . I 1 I I I l , , rt1 t_ I r , t l ii\ t t I ll 7 11 t_ r 1 I s 111 1 I 74 I I1 1 , 1 ! I 31 1, _ff Ir I I ! 7 I i 1 I I t t , t i t t, t 1 r. „1 4 ) r 3 3 1 \ t i l t. s 1 I I, I � 3 t , i I 1 I t 1 I I 1 ,I I II , I I I 73 t , 41 I I III 3 i I. �I I I I � I 1 I I I 11 I iI 1 I 7 1� 111111 1111 J, LLLLLLLLLLLLLLL � L111111(lll� I _I„4111111111111111��1�11��������. . tiltltlllll �5 1111141111111 I lll(1111�111 , li 3 .11 ,E , , , , , , , , , , , , , , , , , , , , , , , , ,�, , ,1,�,4,1,4,4,4,1,1,1,1,1,. *Potential properties due to proximity Table 1: General Repetitive Loss Area 1 — Eastern/Coastal City of Boyntoneach, Repetitive Loss Area Analysis September Doge 17 Page 412 of 1406 t t t� - F'k f t >h1! yA t\ # G € e t h POMO Rd City of Boynton Beach Repetitive Loss Area I Legend s ' Ea t mlCoastal a0 100 200300 400 500 600 Feet Figure I Repetitive Loss Area 1 — Private condominium with private roadway City of Boyntoneach Repetitive Loss Area Analysis September Page 1 Page 413 of 1406 RLA 1 Typical buildings a M t. c } .r £ rid t Y Y ' I r � S1 nit i p City o BoyntonBeach, RepetitiveLoss Area Analysis September Page 1 Page 414 of 1406 r i t' 2 J,if CJ J g � , F� i h t. Potter f2d t r i ' I tYiJf ` i { A I t: Y 1 "_ p --- - - - Lakeside Harbor City of Boynton Beach N Repetitive Loss Area 2 Legend w E Eastern/Coastal S 0 100 200 300 Feet Figure 4- Repetitive Loss Area 2 — Residential community with City maintained roadway City of Boynton Beach, Repetitive Loss Area Analysis September Page 2 Page 415 of 1406 Typical buildings 1N"-N' t� It I� r y h I � t r ri, F� — 40 Li x�.Q t 1 � 4 � d � f n� x{ M City of BoyntonBeach, Repetitive Loss Area Analysis September Page 21 Page 416 of 1406 5 7 -t lk „ Lj IJ E; ,J fs s.t fi• 4 Lakeside Harbor ,t F 4 � 4 J , LasPalmas Park (� '-_ 1J� Presidential Dr Las Palmas Parke--- - !J 0 fJ! Harbors Way Harbors Way l City of Boynton Beach N Repetitive Loss Area 3 Legend W E Eastern✓Coastal S 0 100 200 Sao Feet Figure 5- Repetitive Loss Area 3 — Residential community with both private and public roadways- Lakeside Harbor— private; Las Palmas Park— public City of Boynton Beach, Repetitive Loss Area Analysis September Page 22 Page 417 of 1406 Typical buildings 4i t ;rraar tars pyU�t�+t � tr� ttr� - � s __��� � ��r,,.�i� }�Jr � �q��A•rt t r br y� r�,�„�� r�err`tom � � i 7 F: •4i _(l .�Yom. l f SL � t '�+�i����St "tt�Nt`ira, atrq`ra fir ) � r r t i ,a #fa� ,ia �ifrt ��� ��� 4 ��`�•'3� � ` .��\�#�' rod t< 31” t �+ r s t� � � iso ��F #f( �,��`�,�✓r.�ue�,,�tr��1�n5� ..`��, .>rrr<��-}r;.�'t?,. �'7t' ���� f�.�"�.����` -,���.�`,�°'Y ti F-rs,v a, �.�.a,i.�.a�' City of BoyntonBeach, Repetitive Loss Area Analysis September Page 2 Page 418 of 1406 Potential Mitigation Measures for General Area 1: Eastern/Coastal Mitigation measures under consideration for General Area 1 should include both structural and nonstructural solutions. Structural Alternatives: Following is a listing and brief description of the primary methods of structural property protection: 1. Demolition/Relocation. The only way to absolutely ensure a structure will not accumulate additional losses from future flood events is to demolish the structure completely. A second effective option could be to relocate the structure to an area that is not flood prone. 2. Elevation Whenever the floor of a home is below FEMA's 100-year flood elevation, physically elevating the structure is often recommended as it is one of the most effective means to prevent flood damage. On a smaller scale, elevating crucial items such as furnaces, water heaters, air conditioning units and other electrical components can also be effective means of flood mitigation. 3. Dry flood-proofing Dry flood-proofing consists of completely sealing around the exterior of the building so that water cannot enter the building 4. Wet flood-proofing Wet floodproofing consists of modifying uninhabited portions of a home, such as a crawl space, garage, or unfinished basement with flood-damage resistant materials, to allow floodwaters to enter the structure without causing damage. 5. Direct drainage away from the building In some cases, there are improvements the property owner can make on-site such as directing shallow floodwater away from a flood-prone structure. Building strategically located berms or retention ponds are examples or such mitigation measures. 6. Drainage maintenance. Removing leaves and other debris from the top of a stormwater catch basin is a simple yet effective means of mitigating flooding. 7. Drainage improvements. City of Boyntoneach, Repetitive Loss Area Analysis September Doge 24 Page 419 of 1406 Implementation of drainage improvements, such as installing larger pipes or additional catch basins to receive more stormwater, can effectively reduce flooding. The homeowner is encouraged to consider each of the structural alternatives listed above and pursue them as deemed appropriate. FEMA grants may be available for some of these alternatives. In addition to homeowner-initiated structural solutions, there are possible structural solutions the City could undertake within City rights-of-way that may provide additional flood mitigation, such as local drainage improvement projects. Nonstructural Alternatives: Nonstructural alternatives often provide flood mitigation indirectly. Their impact may be as significant as structural alternatives, but that impact may not be as immediately realized or as dramatic as structural solutions. Following are examples of effective nonstructural mitigation alternatives. 1. Promote the purchase of flood insurance. 2. Improve the City's floodplain and zoning ordinances. 3. Improve the City's floodplain mapping, and stormwater master planning. 4. Provide enhanced public education concerning the flood hazard and flood mitigation alternatives. This can take place through such means as distributing flyers, utilization of social media and City websites, and neighborhood meetings. 5. Elevate damage-prone components, such as the furnace or air conditioning unit. 6. Coordinate with the Palm Beach County Division of Emergency Management and the National Weather Service (NWS) to enhance flood warning system. 7. Increase open space designation. General Area 1 is especially impacted by the growing heights of seasonal and King Tides. Several alternatives can continue to be implemented to mitigate the effects of King Tides and high tides, including the following: • Continuing installation of tidal check valves and raising sea walls • Enhancing educational program to inform and encourage private communities to maintain their drainage systems • Maintenance of public outfalls • Coastal Resilience programming A brief listing of potential mitigation activities specific to the RLAs in General Area 1 follows: RLA 1: This RLA, located in a private gated condo, is unique because it is comprised of new buildings. An investigation of the properties in RLA 1 did not indicate problematic features nor suggest clear mitigation alternatives. Furthermore, only one of the four City of BoyntonBeach, Repetitive Loss Area Analysis September Page 2 Page 420 of 1406 properties in this RLA has reportedly been impacted by flooding, as indicated by flood insurance claims. It appears likely that the flooding issue is unique to that building and would best be addressed by the owner of that property. RLA 2: There are two single-family repetitive loss properties located in this RLA. The owner of one property has been pursuing a grant that would allow for demolition of the existing home and raising of the property. The City was recently awarded a Hazard Mitigation Grant Program (HMGP) grant for design and construction of capital drainage improvements to mitigate flooding for the Lakeside Gardens community. Design of this project is underway and construction is scheduled for 2021. RLA 3: This RLA is comprised of one public street and one private gated street. Flood mitigation efforts by the City in this RLA within the last three years have included the installation of deep swales adjacent to the public roadway. Conversations with homeowners in the area have confirmed that the swale installation has been a successful flood mitigation project, as demonstrated by the fact that no serious flooding has been reported since their installation. Houses adjacent to Lakeside Harbor, however, continue to be subject to flooding. Because these houses are located within a private community, the City's options to assist are limited. Several homeowners have constructed pumping systems which have proven effective for some flooding conditions, but additional mitigation will be necessary to address more serious flooding events. General Area 1 Recommendations In light to the increased risk that is encountered by properties located in General Area 1, flood mitigation efforts on the part of property owners is encouraged. The prospect of sea level rise will make flooding in this coastal region particularly concerning in the future. The following mitigation action items are recommended- 1. ecommended:1. Capital Stormwater Projects Implementation Specific to General Area 1 Two projects in particular are recommended to mitigate flooding in RLA 2. These are the grant-funded elevation project for one of the RL properties and the grant-funded stormwater drainage project in the Lakeside Gardens neighborhood, immediately adjacent to RLA 2. The Lakeside Gardens project may be completed by 2022. The elevation project is underway. Responsibility: The RL property owner will be responsible for pursuit of the elevation grant. The Utilities Department is pursuing the HMGP stormwater drainage capital structural improvement grant. Funding: Both projects are dependent upon grant funding. The City's project is in the design phase, which is funded. City of Boyntoneach, Repetitive Loss Area Analysis September Doge 2 Page 421 of 1406 Timing: It is anticipated that both projects could be implemented within three years. 2. Low Impact Development For purposes of both flood mitigation and water quality improvement, it is recommended that low-impact development be promoted and encouraged in General Area 1. Low Impact Development is a sustainable stormwater management strategy that distributes stormwater across a project site in order to replenish groundwater supplies, rather than sending it into a system of storm drain pipes and channelized networks. Responsibility: The City's Department of Development Services will be responsible for this action item. Funding: No additional City funding needed; funds are available in City's operations budget. Timing: This will be done consistently as a matter of the development review process. 3. Flood Insurance Promotion In 2015, the City began implementation of Activity 370, Flood Insurance Promotion, as outlined in the 2013 CRS Coordinator's Manual. The intent has been to prioritize encouragement of property owners to purchase both content and building flood insurance. This effort continues. Furthermore, the City continues to conduct an annual outreach to all properties in the General Area 1 RLAs. Responsibility: The City's CRS Coordinator is responsible for this action item. Funding: No additional funding needed; funds are available in City's operations budget. Timing: Annually. 4. Enhanced Floodplain Standards The City is championing the implementation of higher regulatory standards as it works together with other communities in the Southeast Florida Regional Climate Change Compact. Currently the City enforces a one-foot freeboard above the FEMA Flood Insurance Rate Map's 100-year flood elevation for finish floor elevation of buildings, City of Boynton Beach, Repetitive Loss Area Analysis September 2019 Page 27 Page 422 of 1406 in accordance with the Florida Building Code. The City approved the sustainable development standards. Responsibility: The City Commission is responsible for increasing regulatory standards. Funding: No additional funding needed; funds are available in City's operations budget. Timing: Ongoing. 5. Public Information Outreach The City established a Program for Public Information in 2015 that has strengthened the City's public information outreach to the community. This activity should continue and grow, in accordance with the guidelines specified in the City's 2015 Program for Public Information Report. One outreach each year is focused exclusively on the Repetitive Loss Areas, following the guidelines required by the CRS program. Responsibility: The CRS Coordinator is responsible for this activity. Funding: No additional funding needed; funds are available in City's operations budget. Timing: Annually. 6. Property Protection Measures Property owners are encouraged to take actions that will protect themselves and their properties from flood damage. This includes such actions as elevating equipment above published flood levels and implementing various measures. The City's Development Services Department provides consultation to homeowners, as may be requested. Responsibility: The City's CRS Coordinator is responsible for distributing public information pertaining to property protection. The City Development Services Department will provide the consultation. Funding: No additional funding needed; funds are available in City's operations budget. Timing: Ongoing. City of BoyntonBeach, Repetitive Loss Area Analysis September Page 2 Page 423 of 1406 2.2 City of Boynton Beach RLAA — General Area 2. Western Problem to General Area 2, comprising the reminder of the City, is located on the west side of Interstate 95, transecting the City in a north-south orientation. There are several distinctive features which characterize this area and join to impact its particular flooding features. Unlike the Eastern/Coastal General Area, the Western General Area does not have one large body of water to which drainage can be directed. Instead, there are numerous lakes, canals and drainage features, each with its own specific characteristics. The typical challenge in this area is finding a means to convey stormwater from properties and streets to the lakes and waterways. The groundwater levels are controlled by the South water Management District and the Lake Worth Drainage District to provide flood control as well as drinking water aquifer recharge. Commercial zones with extensive impervious areas for buildings and parking can be particularly vulnerable to flooding. Properties that do not provide adequate slope for stormwater conveyance away from buildings can also be vulnerable. The Western Area encompasses by far the most RL properties and RL areas. General Area 2 (Western) is composed of 6 RLAs, with a total of 8 Repetitive Loss Properties. Total number in RLAs includes potential properties due to their proximity. City of Boyntoneach, Repetitive Loss Area Analysis September Doge 2 Page 424 of 1406 V *Potential properties due to proximity Table 2- General Repetitive Loss Area 2 —Western City of Boynton Beach, Repetitive Loss Area Analysis September 2019 Page 30 Page 425 of 1406 �II u 1 t�1 Kick�r�#zws N�'�Y t, E, f City of Boynton Beach Repetitive Loss Area. Legend 'terWestern 0 100 200 300 Feet Figure 6- Repetitive Loss Area 4 - Residential community with private maintenance City of BoyntonBeach, Repetitive Loss Area Analysis September Page.31 Page 426 of 1406 Typical buildings s i �f 'It ti kala 4a "{s)'R4a, City of BoyntonBeach, Repetitive Loss Area Analysis September Page 32 Page 427 of 1406 r� st � CA R kii to at r, r, dr+;tis arty of Boynton Beach Repetitive Loss Area Legend V West arn o 100 200 300 Feet. Figure 7- Repetitive Loss Area 5 — Townhouse community with private maintenance City of BoyntonBeach, Repetitive Loss Area Analysis September Page 33 Page 428 of 1406 Typical buildings � { b 1}� � 1 g iup�t� til!�s ���s3 � " it hn1 r s t4 \ y i r s City of BoyntonBeach, Repetitive Loss Area Analysis September Page 34 Page 429 of 1406 t - �sv i i I. t t - , , City of Boyriton Beach R Repetitive Loss Area 6 Legend .bolt a o 100 200 300 Feet Figure 8- Repetitive Loss Area 6— Residential community with City maintained roadway City of BoyntonBeach, Repetitive Loss Area Analysis September Page 35 Page 430 of 1406 Typical buildings r I r a i i { r t s s { r r r f ttft I t(� 1}� i td 'Nh} rah (sr{{�'x�}l r lMEI{, � 1"19 City of BoyntonBeach, Repetitive Loss Area Analysis September Page 36 Page 431 of 1406 d , t{. E }, to {A , t , t i a � s S U Lh t BoyntonBeach � Repetitive Loss Area Western o 100 200 300 Feet Figure 9- Repetitive Loss Area 7— Residential community with City maintained roadway City of BoyntonBeach, Repetitive Loss Area Analysis September Page 37 Page 432 of 1406 Typical buildings ?z � low i- s � a 9 4 !va t F _ sPr. City of BoyntonBeach, Repetitive Loss Area Analysis September Page 38 Page 433 of 1406 u 3 - t { urn _ li~< Ya ti y GAF 4f. k4`W�.: •; — it 3 s}, - -- - - ✓�""�dV t"7'440�,y City of Boynton BeachRepetitive LossAsea 8 Legend: WWestern 0 100 200 400 Feet Figure 10- Repetitive Loss Area 8— Residential community with City maintained roadway City of BoyntonBeach, Repetitive Loss Area Analysis September Page 39 Page 434 of 1406 Typical buildings "-IIIM Ji y "2 \`)tv1,7+14i .?"Tir,, li4ztl`t1it11)s .,> t f l�rs,� is ti i 4 1 € y t E rlffSp a1 s 2�3Ti�`Vi�a4rPi, i r ';.`ter, City of Boyntonh, Repetitive Loss Area Analysis September Page 4 Page 435 of 1406 , tyt;r 4 � t �_ t.. s � � 9 f s' City of Boynton Bleach �e Repetitive 'Loss Area 9 Legend _ Westem o 1100 Zoo 300 403 500 600 Beet Figure 11: Repetitive Loss Area 9 — Commercial Property Owner Association with City maintenance of roads City of BoyntonBeach, Repetitive Loss Area Analysis September Page 41 Page 436 of 1406 Typical buildings a r s w` a � z r l t n � ' �Y 44 h t ` vp City of BoyntonBeach, Repetitive Loss Area Analysis September Page 42 Page 437 of 1406 Potential Mitigation Measures for General Area Mitigation measures under consideration for General Area 2 should include both structural and nonstructural solutions. Structural Alternatives: Following is a listing and brief description of the primary methods of structural property protection: 1. Demolition/Relocation. The only way to absolutely ensure a structure will not accumulate additional losses from future flood events is to demolish the structure completely. A second effective option could be to relocate the structure to an area that is not flood prone. 2. Elevation Whenever the floor of a home is below FEMA's 100-year flood elevation, physically elevating the structure is often recommended as it is one of the most effective means to prevent flood damage. On a smaller scale, elevating crucial items such as furnaces, water heaters, air conditioning units and other electrical components can also be effective means of flood mitigation. 3. Dry flood-proofing Dry flood-proofing consists of completely sealing around the exterior of the building so that water cannot enter the building 4. Wet flood-proofing Wet floodproofing consists of modifying uninhabited portions of a home, such as a crawl space, garage, or unfinished basement with flood-damage resistant materials, to allow floodwaters to enter the structure without causing damage. 5. Direct drainage away from the building In some cases, there are improvements the property owner can make on-site such as directing shallow floodwater away from a flood-prone structure. Building strategically located berms or retention ponds are examples or such mitigation measures. 6. Drainage maintenance. Removing leaves and other debris from the top of a stormwater catch basin is a simple yet effective means of mitigating flooding. 7. Drainage improvements. Implementation of drainage improvements, such as installing larger pipes or additional catch basins to receive more stormwater, can effectively reduce flooding. City of Boyntoneach, Repetitive Loss Area Analysis September Doge 4 Page 438 of 1406 The homeowner is encouraged to consider each of the structural alternatives listed above and pursue them as deemed appropriate. FEMA grants may be available for some of these alternatives. In addition to homeowner-initiated structural solutions, there are possible structural solutions the City could undertake within City rights-of-way that may provide additional flood mitigation, such as local drainage improvement projects. Nonstructural Alternatives: Nonstructural alternatives often provide flood mitigation indirectly. Their impact may be as significant as structural alternatives, but that impact may not be as immediately realized or as dramatic as structural solutions. Following are examples of effective nonstructural mitigation alternatives. 1. Promote the purchase of flood insurance. 2. Improve the City's floodplain and zoning ordinances. 3. Improve the City's floodplain mapping, and stormwater master planning. 4. Provide enhanced public education concerning the flood hazard and flood mitigation alternatives. This can take place through such means as distributing flyers, utilization of social media and City websites, and neighborhood meetings. 5. Elevate damage-prone components, such as the furnace or air conditioning unit. 6. Coordinate with the Palm Beach County Division of Emergency Management and the National Weather Service (NWS) to enhance flood warning system. 7. Increase open space designation. Following is a brief listing of potential mitigation activities specific to the RLAs in General Area 2 (Western): RLA 4: This area is comprised of single-family residences in a private community. The major drainage infrastructure to the north of this RLA is under the jurisdiction of the Lake Worth Drainage District. Coordination with the Lake Worth Drainage District could result in a revision in its protocol that would mitigate the flooding. Additionally, there is a privately-owned lake on the east side of the community that has capacity to receive stormwater, however, there is no direct connection to it from the RLA. Unfortunately, the only access to the lake is through private property. Should coordination with the Lake Worth Drainage District prove ineffective or insufficient, coordination with property owners to install drainage from the street to the lake may prove to be a helpful strategy for flood mitigation. RLA 5: This gated private community is comprised of townhouses. Both on-site observations and discussions with property owners in this RLA indicated that there was no serious flooding issue in this area. Private property owners are responsible for City of BoyntonBeach, Repetitive Loss Area Analysis September Page 4 Page 439 of 1406 mitigation on their properties. Records indicate that there have been no claims since 2014. RLA 6: This area, comprised of single-family structures, has been subject to flooding since 1992. It is adjacent to a large dry detention area. A property owner explained that the detention area, though connected to a conveyance system managed by the Lake Worth Drainage District by pipes, does not always drain well. The repetitive loss property is very low. The City has coordinated extensively with the homeowner, encouraging elevation. RLA 7: The single-family homes in this RLA are immediately adjacent to a body of water which has no recorded overflow conditions. Because there is only one property in this area that has been flooded, it appears that the issue is specific to the repetitive loss property and could, perhaps be remedied by the owner conducting drainage improvements on the property. RLA 8: The City's Utility Department reported that the City installed a new outfall three years ago. Since that time there have been no flooding issues in this area. It would appear that the flooding problem in this RLA has been effectively mitigated. RLA 9: This area is comprised of commercial properties, including industrial warehouses. There is only one repetitive loss property identified in this RLA, comprised of commercial properties. Though the consultant did speak with a manager at the repetitive loss property, that individual was unaware of the flooding, which last took place in 2014. The City has conducted an investigation of the existing conveyance drainage system in the area and has determined that the existing pipe network in the vicinity has been compromised by lack of maintenance of the outfall ditch and outfall control structure. This maintenance is the responsibility of the property owners. General Area 2 Recommendations Due to the unique conditions encountered in General Area 2, flood mitigation efforts on the part of property owners is encouraged. The following mitigation action items are recommended for General Area 2- 1. :1. Capital Stormwater Projects Implementation Specific to General Area 2 The installation of drainage from the street to the lake in RLA 4 is one capital structural project that may prove effective, particularly if the other less intensive recommended solutions prove ineffective or insufficient. City of Boyntoneach, Repetitive Loss Area Analysis September Doge 4 Page 440 of 1406 Responsibility: The community is privately owned; any capital improvements would be initiated and conducted by the community. Funding: No City funding would be required. Timing: The capital project affecting the private roadway in RLA 4 will be implemented by the private community, if deemed appropriate by the community. 2. Enforcement Project Specific to General Area 2 The existing storm sewer pipe network in RLA 9 along SW 30th Avenue collects runoff from adjacent properties and outfalls into a series of drainage ditches starting approximately 0.21 miles south of SW 30th Avenue and extending north into the Lake Worth Drainage District's Canal No. L-28. The City is in the process of citing the responsible business owners to restore the canals to the permitted cross sections. LWDD has also been contacted to cite the owner for the outfall control structure, to restore the structure to perform as originally intended. Responsibility: The City's Engineering Department, together with the City's Community Standard Team, is responsible to ensure that the existing drainage system in RL 9 is restored to its original design. Funding: No additional City funding needed; funds are available in City's operations budget. Timing: Restoration of canals and outfall structures within RLA 9 is anticipated within 6 months to 1 year. 3. Implementation of Enhanced Emergency Protocol with Lake Worth Drainage District Emergency protocol pertaining to effective utilization of gates and pumps should be established between the community and the Lake Worth Drainage District in RLA 4. Responsibility: The community will be responsible for the implementation of this recommendation. Funding: No additional funding is required. Timing: The implementation of this recommendation is ongoing and will continue. City of BoyntonBeach, Repetitive Loss Area Analysis September Page 4 Page 441 of 1406 4. Flood Insurance Promotion The City continues the implementation of Activity 370, Flood Insurance Promotion, as outlined in the 2017 CRS Coordinator's Manual, in its efforts to encourage property owners to purchase both content and building flood insurance. This effort will be continued on an annual basis to all properties in the General Area 2 RLAs. Responsibility: The CRS Coordinator is responsible for this activity. Funding: No additional City funding needed; funds are available in City's operations budget. Timing: This will be done annually. 5. Enhanced floodplain standards The City has begun championing the implementation of higher regulatory standards. Responsibility: The City's Development Services Department may propose higher regulatory standards. The Commission is ultimately responsible for adoption of higher regulatory standards. Funding: No additional City funding needed; funds are available in City's operations budget. Timing: The timing of this item is dependent upon staff recommendation and City Commission approval. 6. Public Information Outreach The City has established a Program for Public Information that is strengthening the City's public information outreach to the community. This activity should continue and grow, in accordance with the specific guidelines specified in the Program for Public Information Report. One mailed outreach a year is focused exclusively on the Repetitive Loss Areas with specific guidelines required by the CRS program. Responsibility: The City's CRS Coordinator is responsible for this activity. Funding: No additional City funding needed; funds are available in City's operations budget. Timing: Annually. City of Boynton Beach, Repetitive Loss Area Analysis September 2019 Page 47 Page 442 of 1406 7. Property Protection Measures Property owners are encouraged to take actions that will protect themselves from flood damage. This will include such actions as elevating equipment above possible flood levels, and implementing various measures, such as those specified on page 15. Furthermore, the City's Development Services Department will provide consultation to homeowners, as may be requested. Responsibility: The City's CRS Coordinator is responsible for distributing public information pertaining to property protection. The City's Development Services Department will provide the consultation. Funding: No additional City funding needed; funds are available in City's operations budget. Timing: This activity is ongoing. City of BoyntonBeach, Repetitive Loss Area Analysis September Page 4 Page 443 of 1406 3 Next Steps In addition to the recommendations made in this report for the General Repetitive Loss Areas, following are next steps that can be taken: 1. Further evaluation of RLA 8 Repetitive Loss Area 8 is the only RLA with three RL properties. A deeper evaluation of this RLA may provide additional insight into the particular problems in this area and the feasibility of implementing additional mitigation activities. 2. Mitigation of unmitigated Repetitive Loss Properties A concerted effort to mitigate Repetitive Loss Properties and to remove them from the City's inventory may prove beneficial. 3. Pursuit of additional grants While the City is already effectively pursuing and obtaining grants, continued vigilance to take advantage of grant opportunities for flood mitigation may be productive. City of BoyntonBeach, Repetitive Loss Area Analysis September Page 4 Page 444 of 1406 References Federal Emergency Management Agency/ISO, City of Boynton Beach, FL, Repetitive Loss Data, May 31, 2018. Federal Emergency Management Agency, National Flood Insurance Program, Community Rating System CRS Coordinator's Manual. FIA-15/2017. Section 510. Federal Emergency Management Agency, National Flood Insurance Program, Community Rating System, Mapping Repetitive Loss Areas, August 2008. Federal Emergency Management Agency, Reducing Damage from Localized Flooding:A Guide for Communities. FEMA 511/June 2005. Part III Chapter 7. Flood Mitigation Plan. City of Boynton Beach, 2013. Flood Mitigation Plan Update Draft. City of Boynton Beach, 2019. Repetitive Loss Area Analysis, City of Savannah, GA, 2015. Repetitive Loss Area Analysis, Sacramento County, CA, July 2015. Repetitive Loss Area Analysis, City of West Palm Beach, FL, 2016. University of New Orleans, Center for Hazards Assessment, Response and Technology, Draft Guidebook to Conducting Repetitive Loss Area Analyses, 2012. City of Boynton Beach, Repetitive Loss Area Analysis September 2019 Page.50 Page 445 of 1406 Exhibit 1 Letters to Repetitive Loss Area Properties City of BoyntonBeach, Repetitive Loss Area Analysis September Page.51 Page 446 of 1406 - - City of ton Beach ® Boynton Beach Utilities 124 E. Woolbright Road,Boynton Beach,Florida 33435 CJ ice:(561)742-6400 Website:www.boynton-beach_org December 19,2018 CURRENT RESIDENT Dear resident: The City of Boynton Beach is reviewing ways to reduce repetitive flooding in our neighborhoods.Your property is located in one of the areas that the city is targeting for a Repetitive Loss Area Analysis. The purpose of this analysis is to get a better understanding of flooding issues in the vicinity and to offer ideas for reducing flood losses. Results will provide the city with technical information that can be used to develop mitigation recommendations for drainage improvements. Within the next two months,personnel from the city and CRS Max Consultants will visit your neighborhood to collect general information about each building, such as the type of foundation and approximate elevation of the house above the street. This information is needed to develop flood mitigation strategies to protect buildings and residents in the area.The team will observe buildings from the street and take photographs.They will not enter your property and there is no need for you to be present. As part of the analysis,we welcome residents to share information and experiences with flooding.You may tell us about the flood hazard in your neighborhood, any efforts you have made to reduce flood damage, recommendations to the city to alleviate flooding,or other related input. Your participation in this Repetitive Loss Area Analysis is completely voluntary and none of your personal information will be made public. If you have information to share, you may contact me at Boynton Beach Utilities at (561) 742-6421 or by email at PrymasA@bbfl.us. After the analysis is completed,you will be invited to review the findings and preliminary recommendations. If you have any questions about this project,please feel free to call me at the aforementioned phone number or email address. Respectfully, Angela Prymas, P.E. Senior Engineer City of Boyntonftp Repetitive Loss Area Analysis September Page.52 Page 447 of 1406 The Ciftj ofBoynton Beach ® Boynton Beach Utilities 124 E.Woolbright Road,Boynton Beach Florida 33435 Office:(561)742-6400 Website:www.boynton-beach.org October 18,2019 CURRENT RESIDENT 2700 N Federal Hwy Boynton Beach,FL 33435 Dear resident: On December 19,2018,I sent you a letter explaining that the City of Boynton Beach was reviewing ways to reduce repetitive flooding in its neighborhoods. Your property is located in or near one of the areas that the City targeted for a Repetitive Loss Area Analysis.The purpose of this analysis was to get a better understanding of flooding issues in the vicinity and to offer recommendations for reducing flood losses. During the months of January and February City personnel and CRS Max Consultants visited your neighborhood on January and February to collect general information about each building, such as the type of foundation and approximate elevation of the house above the street. The team observed buildings from the street and took photographs. This information was used to develop flood mitigation strategies to protect buildings and residents in the area. As part of the analysis,we welcomed residents to share information and experiences with flooding. We appreciate those of you who assisted by providing helpful input. The purpose of this correspondence is to advise you that the Repetitive Loss Area Analysis is nearing completion. The draft has been completed and we would like to invite you to review the findings and preliminary recommendations. If you would like to review the draft Repetitive Loss Area Analysis report, please contact me at Boynton Beach Utilities by phone(561)742-6421 or by email at PrymasA@bbfl.us. Thank you for your cooperation throughout this process. Respectfully, Angela Prymas, P.E. Senior Engineer City of Boyntonftp Repetitive Loss Area Analysis September Page.5 Page 448 of 1406 Recipients of Letter to Addresses in Repetitive Loss Areas The RL Areas and addresses below represent the areas and addresses initially designated. As a result of the findings of the Repetitive Loss Area Analysis,the RL Areas were redefined and renumbered. RL Area#1 57 1 2700 N Federal Hwy Boynton Beach 33435 2 2649 N Federal Highway Boynton Beach 33435 3 2690 N Federal Highway Boynton Beach 33435 4 2626 N Federal Hwy Boynton Beach 33435 5 640 Dimick Rd Boynton Beach 33435 6 628 Dimick Rd Boynton Beach 33435 7 622 Dimick Rd Boynton Beach 33435 8 2625 Lake Dr Boynton Beach 33435 9 2624 Lake Dr Boynton Beach 33435 10 2623 Lake Dr Boynton Beach 33435 11 2622 Lake Dr Boynton Beach 33435 12 2617 Lake Dr Boynton Beach 33435 13 2612 Lake Dr Boynton Beach 33435 14 2601 Lake Dr Boynton Beach 33435 15 2600 Lake Dr Boynton Beach 33435 16 2511 Lake Dr Boynton Beach 33435 17 2505 Lake Dr Boynton Beach 33435 18 2508 Lake Dr Boynton Beach 33435 19 2510 Lake Dr Boynton Beach 33435 20 2611 Lake Dr Boynton Beach 33435 21 631 Potter Rd Boynton Beach 33435 22 640 Potter Rd Boynton Beach 33435 23 636 Potter Rd Boynton Beach 33435 24 626 Potter Rd Boynton Beach 33435 25 644 Potter Rd Boynton Beach 33435 26 2424 N Federal Hwy Boynton Beach 33435 27 695 Lakeside Harbor Boynton Beach 33435 28 626 Lakeside Harbor Boynton Beach 33435 City of BoyntonBeach, Repetitive Loss Area Analysis September Page.54 Page 449 of 1406 29 628 Lakeside Harbor Boynton Beach 33435 30 638 Lakeside Harbor Boynton Beach 33435 31 630 Lakeside Harbor Boynton Beach 33435 32 646 Lakeside Harbor Boynton Beach 33435 33 695 Lakeside Harbor Boynton Beach 33435 34 655 Lakeside Harbor Boynton Beach 33435 35 631 Lakeside Harbor Boynton Beach 33435 36 625 Lakeside Harbor Boynton Beach 33435 37 617 Lakeside Harbor Boynton Beach 33435 38 605 Lakeside Harbor Boynton Beach 33435 39 625 Las Palmas Park Boynton Beach 33435 40 631 Las Palmas Park Boynton Beach 33435 41 637 Las Palmas Park Boynton Beach 33435 42 643 Las Palmas Park Boynton Beach 33435 43 649 Las Palmas Park Boynton Beach 33435 44 620 Las Palmas Park Boynton Beach 33435 45 632 Las Palmas Park Boynton Beach 33435 46 638 Las Palmas Park Boynton Beach 33435 47 644 Las Palmas Park Boynton Beach 33435 48 650 Las Palmas Park Boynton Beach 33435 49 655 Las Palmas Park Boynton Beach 33435 50 656 Las Palmas Park Boynton Beach 33435 51 660 Las Palmas Park Boynton Beach 33435 52 714 Presidential Dr Boynton Beach 33435 53 720 Presidential Dr Boynton Beach 33435 54 719 Presidential Dr Boynton Beach 33435 55 707 Presidential Dr Boynton Beach 33435 56 713 Presidential Dr Boynton Beach 33435 57 726 Presidential Dr Boynton Beach 33435 RL Area#2 34 58 2598 SW 10 St Boynton Beach 33426 59 2585 SW 10 St Boynton Beach 33426 60 2586 SW 10 St Boynton Beach 33426 City of BoyntonBeach, Repetitive Loss Area Analysis September Page 55 Page 450 of 1406 61 2575 SW 10 St Boynton Beach 33426 62 2580 SW 10 St Boynton Beach 33426 63 2569 SW 10 St Boynton Beach 33426 64 2592 SW 10 St Boynton Beach 33426 65 2581 SW 10 Ct Boynton Beach 33426 66 2580 SW 10 CT Boynton Beach 33426 67 2580 SW 10 Circle Boynton Beach 33426 68 2585 SW 10 Circle Boynton Beach 33426 69 2598 SW 11 Street Boynton Beach 33426 70 2595 SW 11 Ct Boynton Beach 33426 71 1128 SW 26 Ave Boynton Beach 33426 72 1118 SW 26 Ave Boynton Beach 33426 73 1104 SW 26 Ave Boynton Beach 33426 74 1102 SW 26 AVE Boynton Beach 33426 75 1096 SW 26 AVE Boynton Beach 33426 76 1086 SW 26 AVE Boynton Beach 33426 77 1076 SW 26 AVE Boynton Beach 33426 78 1066 SW 26 AVE Boynton Beach 33426 79 1056 SW 26 AVE Boynton Beach 33426 80 1046 SW 26 AVE Boynton Beach 33426 81 1036 SW 26 AVE Boynton Beach 33426 82 1026 SW 26 AVE Boynton Beach 33426 83 1016 SW 26 AVE Boynton Beach 33426 84 1006 SW 26 AVE Boynton Beach 33426 85 1000 SW 26 AVE Boynton Beach 33426 86 2542 SW 12 Street Boynton Beach 33426 87 2560 SW 12 Street Boynton Beach 33426 88 2558 SW 12 Street Boynton Beach 33426 89 2554 SW 12 Street Boynton Beach 33426 90 2550 SW 12 Street Boynton Beach 33426 91 2546 SW 12 Street Boynton Beach 33426 City of BoyntonBeach, Repetitive Loss Area Analysis September Page 5 Page 451 of 1406 RL Area#3 30 92 75 Sandpiper Way Boynton Beach 33436 93 76 Sandpiper Way Boynton Beach 33436 94 77 Sandpiper Way Boynton Beach 33436 95 78 Sandpiper Way Boynton Beach 33436 96 79 Sandpiper Way Boynton Beach 33436 97 80 Sandpiper Way Boynton Beach 33436 98 81 Sandpiper Way Boynton Beach 33436 99 82 Sandpiper Way Boynton Beach 33436 100 83 Sandpiper Way Boynton Beach 33436 101 84 Sandpiper Way Boynton Beach 33436 102 85 Sandpiper Way Boynton Beach 33436 103 86 Sandpiper Way Boynton Beach 33436 104 87 Sandpiper Way Boynton Beach 33436 105 19 Swallow Drive Boynton Beach 33436 106 20 Swallow Drive Boynton Beach 33436 107 21 Swallow Drive Boynton Beach 33436 108 22 Swallow Drive Boynton Beach 33436 109 23 Swallow Drive Boynton Beach 33436 110 24 Swallow Drive Boynton Beach 33436 111 25 Swallow Drive Boynton Beach 33436 112 26 Swallow Drive Boynton Beach 33436 113 27 Swallow Drive Boynton Beach 33436 114 28 Swallow Drive Boynton Beach 33436 115 68 Kingfisher Way Boynton Beach 33436 116 69 Kingfisher Way Boynton Beach 33436 117 70 Kingfisher Way Boynton Beach 33436 118 71 Kingfisher Way Boynton Beach 33436 119 72 Kingfisher Way Boynton Beach 33436 120 73 Kingfisher Way Boynton Beach 33436 121 74 Kingfisher Way Boynton Beach 33436 City of Boyntoneach Repetitive Loss Area Analysis September Page 57 Page 452 of 1406 RL Area#4 6 122 935 Le Grace Circle Boynton Beach 33426 123 925 Le Grace Cr Boynton Beach 33426 124 945 Le Grace Cr Boynton Beach 33426 125 955 Le Grace Cr Boynton Beach 33426 126 965 Le Grace Cr Boynton Beach 33426 127 975 Le Grace Cr Boynton Beach 33426 RL Area#5 5 128 3030 SW 13 Place Boynton Beach 33426 129 3200 S Congress Ave Boynton Beach 33426 130 3191 SW 14 Place Boynton Beach 33426 131 3050 SW 14th Place Boynton Beach 33426 132 1480 SW 30 Ave Boynton Beach 33426 RL Area#6 17 133 107 Spruce St Boynton Beach 33426 134 109 Spruce St Boynton Beach 33426 135 111 Spruce St Boynton Beach 33426 136 113 Spruce Street Boynton Beach 33426 137 115 Spruce Street Boynton Beach 33426 138 117 Spruce St Boynton Beach 33426 139 119 Spruce Street Boynton Beach 33426 140 125 Spruce Street Boynton Beach 33426 141 127 Spruce Street Boynton Beach 33426 142 129 Spruce Street Boynton Beach 33426 143 131 Spruce Street Boynton Beach 33426 144 133 Spruce Street Boynton Beach 33426 145 137 Spruce Street Boynton Beach 33426 146 139 Spruce Street Boynton Beach 33426 147 141 Spruce Street Boynton Beach 33426 148 143 Spruce Street Boynton Beach 33426 149 145 Spruce Street Boynton Beach 33426 City of BoyntonBeach, Repetitive Loss Area Analysis September Page 5 Page 453 of 1406 Exhibit 2 Letters to Agencies and Organizations Soliciting Input City of BoyntonBeach, Repetitive Loss Area Analysis September Page 5 Page 454 of 1406 METhe City qfBoyntoji Beach Boynton Beach Utilities 124 E. Woolbright Road,Baynton Beach,Florida 33435 Office:(561)742-6400 Website:www.boynton-beach.org December 21,2018 Deborah Drum,Department Director Palm Beach County Environmental Resources Management 2300 North Jog Road,Fourth Floor West Palm Beach,FL 33411-2743 RE: City of Boynton Beach Flood Mitigation Plan and Repetitive Loss Area Analysis The City of Boynton Beach is performing a five-year update to its Flood Mitigation Plan and concurrently is conducting a Repetitive Loss Area Analysis. In addition to gathering information from the City's staff, residents, and businesses, we are seeking input from other groups and agencies whose plans, studies, programs, and activities may affect flood mitigation planning in Boynton Beach. Such activities may include relevant new developments,stormwater drainage projects,or floodplain management initiatives. We would be interested to know if your agency is doing anything that may affect the City of Boynton Beach's flood hazard mitigation efforts.In addition,if there is any way you would like to support our efforts,we welcome your participation.You may attend any of the Flood Mitigation Plan Task Force meetings,which are advertised on the City's website, www.Boynton-Beach.org. We would appreciate any comments you may have on the draft plans, which will also be posted on the City's website. Should you have questions,please contact myself or,Earl King,the City's Flood Mitigation Plan consultant,at CRS Max Consultants(954)421-7794 or by email:crsmaxinc@bellsouth.net. E f, GEC29213 tR `moi uuRai�El is fAsuFr�lr Sincerely yours, At9e& ;V"" Angela Prymas,PE Senior Engineer Phone: (561)742-6421 Email:PrymasaObbfl.us City of Boyntonh, Repetitive Loss Area Analysis September Page 60 Page 455 of 1406 Comments and Recommendations Solicited From Other Agencies and Organizations Name Organization Address Address2 City State Zip Treasure Coast Thomas Lanahan, Regional 421 SW Camden Executive Director Planning Council Avenue Stuart FL 34994 Boynton Beach Community Michael Simon, Redevelopment 710 N. Federal Boynton 00003- Executive Director Agency Highway Beach FL 3435 Miller Land Planning 508 E. Boynton Beach Boynton Bradley Miller Consultants, Inc. Blvd Beach FL 33435 U.S.Army Corps of Engineers, Emergency South Florida 4400 PGA Blvd, Suite Palm Beach 33410- Management Branch Area Office 203 Gardens FL 6555 Michael Bornstein, City of Lake City Manager Worth 7 N. Dixie Highway Lake Worth FL 336460 Mark R. Lauzier, City City of Delray Delray Manager Beach 100 NW 1st Avenue Beach FL 33444 Palm Beach County University of Florida IFAS West Palm 33415- Ronald W. Rice Extension 559 N Military Trail Beach FL 0000 Palm Beach State Jean A.Wihbey College 4200 Congress Avenue Lake Worth FL 33461 Florida State Boynton Senator Lori Berman Senate 2300 High Ridge Road Ste 161 Beach FL 33426 Palm Beach County Environmental Deborah Drum, Resources Fourth West Palm 33411- Department Director Management 2300 North Jog Road Floor Beach FL 2743 Florida Jennifer Smith, Department of Director Southeast Environmental MSC West Palm District Protection 3301 Gun Club Rd 7210-1 Beach FL 33406 Senator Marco Rubio United States Palm Beach 00003- -Plam Beach Office Senate 4580 PGA Blvd. Gardens FL 3418 Gerry O'Reilly, Florida District Four Department of 3400 West Commercial Fort Secretary Transportation Blvd Lauderdale FL 33309 Dale S. Sugerman, Town of Briny Briny Town Manager Breezes 4802 North Ocean Blvd Breezes FL 33435 Greg Dunham, Town Town of Gulf Manager Stream 100 Sea Road Gulf Stream FL 33483 Michael Brown, 7580 S Federal Mayor Town of Hypoluxo Highway Hypoluxo FL 33462 James Titcomb, Town of Ocean Ocean Town Manager Ride 6450 North Ocean Blvd Ride FL 33435 Steve Martin, Florida Division of Floodplain Emergency 2555 Shumard Oak 32399- Management Officer Management I Blvd I I Tallahassee FL 2100 City of BoyntonBeach, Repetitive Loss Area Analysis September Page 61 Page 456 of 1406 Name Organization Address Address2 City State Zip Florida State Florida Division of 2555 Laura Waterman, Hazard Mitigation Emergency Shumard 32399- Mitigate FL Group Office Management Oak Blvd Tallahassee FL 2100 South Florida James J. Moran, Water Governing Board Management West Palm 33416- Member District PO Box 24680 Beach FL 4680 Federal Gracia Szcech, Emergency 3003 Regional Management Chamblee Administrator Agency FEMA Region IV Tucker Rd Atlanta GA 30341 Miles Anderson, Florida Division of 2555 Mitigation Bureau Emergency Florida State Bureau of Shumard 32399- Chief Management Mitigation Oak Blvd Tallahassee FL 2100 Joseph Mercurio, Palm Beach Local Mitigation County Div of West Palm Strately Coordinator Emergency M mt 20 South Military Trail Beach FL 33415 Verdinia C. Baker, Palm Beach West Palm County Administrator County 301 N. Olive Avenue Beach FL 33401 Melissa Schloss, Florida Division of 2555 Mitigation Planning Emergency Florida State Bureau of Shumard 32399- Manager Management Mitigation Oak Blvd Tallahassee FL 2100 National Weather Service Miami Office 7500 NW 58th Street Miami FL 33166 Gold Coast Builders' West Palm David Kanarek Association 2101 Vista Parkway Ste 126 Beach FL 33411 Research Kevin Brice, Land Trust Southeast Programs PO Box Triangle Southeast Director Alliance Office 12212 Park NC 27709 National Oceanic and Atmospheric 1401 Constitution Ave, Room Dr. Neil Jacobs Administration NW 5128 Washington DC 20230 Jennifer Durrant, 1250 Chapter Executive American Red Palm Beach &Martin Northpoint West Palm Director Cross Counties Chapter Parkway Beach FL 33407 Lake Worth Delray Tommy Strowd, PE Drainage District 13081 S. Military Trail Beach FL 33484 Palm Beach Soil and Water Matthew Bymaster, Conservation Boynton Secretary/Treasurer District 2822 SW 4th Street Beach FL 33435 Loxahatchee National Wildlife Boynton Rolf Olsen Refuge 10216 Lee Road Beach FL 33473 Florida Floodplain Mangers Cece McKierman Associaiton PO Box 21243 Tama FL 33622 United Stated Representative Lois House of 2500 N Military Trl Frankel Representatives #490, Boca Raton FL 33431 Solid Waste West Palm Mar beth Morrison I Authority 7501 N. Jog Road Beach FL 33412 Emergency Florida Power& Mana ement Light Company 700 Universe Blvd Juno Beach FL 33408 City of Boyntoneach Repetitive Loss Area Analysis September Page 52 Page 457 of 1406 6.G. Consent Agenda 1/21/2020 City of Boynton Beach Agenda Item Request Form Commission Meeting Date: 1/21/2020 Requested Action by Commission: Accept the written report to the Commission for purchases over $10,000 for the month of December 2019. Explanation of Request: Per Ordinance No.01-66, Chapter 2, Section 2-56.1 Exceptions to competitive bidding, Paragraph b, which states: "Further, the City Manager, or in the City Manager's absence, the Acting City Manager is authorized to execute a purchase order on behalf of the City for such purchases under the $25,000 bid threshold for personal property, commodities, and services, or $75,000 for construction. The City Manager shall file a written report with the City Commission at the second Commission meeting of each month listing the purchase orders approved by the City Manager, or Acting City Manager. Below is a list of the purchases for December 2019: Purchase Order Vendor Amount 200564 TJ Bowles Electric Co., Inc. $12,752.75 200579 Transource Services Corp. $24,999.12 200588 Classic Controls Inc. $12,863.00 200593 Kutrite Manufacturing Company $18,245.00 200594 Stern-Williams Co. $16,124.00 200625 Atlantic Southern Paving & Sealcoating $12,482.62 200627 Flooring SF LLC $12,892.63 200652 Superion, LLC $13,891.50 200655 Gentile Glas Holloway O'Mahoney $14,400.00 200657 Endress & Hauser $14,854.39 200658 Engenuity Group (SFRN) $14,215.00 How will this affect city programs or services? Ordinance No.01-66, Chapter 2, Section 2-56.1 assists departments in timely procurement of commodities, services, and personal property. Administrative controls are in place with the development of a special processing form titled "Request for Purchases over $10,000" and each purchase request is reviewed and approved by the Department Director, Finance Department, and City Manager. Fiscal Impact: This Ordinance provides the impact of reducing paperwork by streamlining processes within the organization. This allows administration to maintain internal controls for these purchases, reduce the administrative overhead of processing for approval, and allow for making more timely purchases. Page 458 of 1406 Alternatives: None Strategic Plan: Strategic Plan Application: Climate Action: Climate Action Discussion: Is this a grant? Grant Amount: ATTACHMENTS: Type Description Attachment Attachment Page 459 of 1406 CITY OF BOYNTON BEACH APPROVED REQUESTS FOR PURCHASES OVER $10,000 FOR DECEMBER 2019 (D 1. Vendor., TJ Bowles Electric Co., Inc. Purchase Amount: $12,75175 Requesting Department: Public Works/Engineering Contact Person: Gary Dunrnyer Brief Description of Purchase: Date: 12/2/19 Install electric for the digital monument signs located at Hester Center, Edward Harmening Arbor and Heritage Park. Source for Purchase: Three Written Quotes Fund Source: 303-4299-580-63-06 GG1820 2. Vendor: Transource Services Corp. Purchase Amount. $24,999.12 Requesting Department: ITS Contact Person: Charles Stevens Date: 12/6/19 Brief Description of Purchase: Datria m servers/storage/disaster recovery project maintenance and support. The agreement provides hardware maintenance and support to ensure the continued reliable and efficient service of the City's Datria m DVX equipment,which supports the City's Disaster Recovery datacenter, systems in the Fire Station#5 datacenter and Utilities datacenter,allows the City to shorten the RPO(Recovery Point Objective)from 24 hours to as few as 10 minutes and the RTO from approximately 4 hours to under 5 minutes. Avoids unacceptable consequences associated with a break in continuity. Source for Purchase: Piggyback to Contract Fund Source: 001-1510-513-46-91 -$12,499.56 3211500- -I5-ACS 401-2821-536-46-91 -$12,499.56 3. Vendor: Classic Controls Inc. Purchase Amount: $12,863.00 Requesting Department: Utilities Contact Person: Leon Liberus Date: 12/11/19 Brief Description of Purchase: Replacement finish water flow meter. Source for Purchase: Sole Source Fund Source: 403-5000-533- 5- 017 03-5000-533- 5-017 4. Vendor: Kutrite-Manufacturing any Purchase Amount: $18,24&00 Requesting Department: Warehouse Contact Person: Mike Dauta Date: 12/12/19 Brief Description of Purchase: Concrete grinder for the Facilities Department to grind sidewalks in various areas of the City. Source for Purchase: Three Written Quotes Fund Source: 001-2512-541-64-02 Page 1 Page 460 of 1406 5. Vendor: Stem-Williams Co. Purchase Amount: $16,124.FO- Requesting Department: Warehouse Contact Person- Mike Dauta Brief Description of Purchase: Date: 12/12119 Six new body shower and foot wash stations for Oceanfront Park. Source for Purchase: Three Written Quotes Fund Source: 303-4101-580-62-01 GG1901 6. Vendor: Atlantic Southern Paving &Sea(coating Purchase Amo'Unt. $12,482.62 Requesting Department: Public Works Contact Person: Gail Mootz Brief Description of Puchase- Date: 12/13/19 r Sea(coat Tennis Center parking lot. Task order ASPS-29-072922. Source for Purchase: Bid#0 10-2512-1 8/T13 Fund Source: 303-4212-572-63- 1 7 -187 7. Vendor- Flooring SF LLC Purchase Amount: $12,892.63 Requesting Department: Public Works Contact Person. Gail Mootz Brief Description of Puchase: Date: 12/16/19 r Installation of flooring in Sanitation, Warehouse offices and Facilities breakroom. Source for Purchase: Three Written Quotes Fund Source: 303-4101-580-62-01 CP0703 e , LLC Purchase Amount: $13,891.50 Requesting Department: ITS Contact Person: John McNally Brief Description of Purchase: Date: 12/19/19 Superion interface Fusion is a "gateway" product to allow, in a more efficient way, 3rd party entities access to the Superion database for business purposes. Fusion allows real-time or"liven information transfers and will be utilized by our 3rd party vendor Bill2fty for bill presentation, payment processing and IVR information. Source for Purchase: Sole Source Fund Source: 401-2821-536-46-91 9. Vendor. Gentile Glas Holloway O'Mahoney Purchase Amount: 14,4 fl Department: Public Works Contact Person: Gary Dunmyer Brief Description of Purchase: Date: 12/19/19 Complete conceptual design for the parking lot reconstruction and use of the Woman's Club. Professional Planning Services for Senior Center and Woman's Club utilization, evaluation and recommendations. Source for Purchase: RFQ 049-2410-17/IT Fund Source: 303-4111-572-62-01 RP2013 Page 2 Page 461 of 1406 10.Vendor: Endress& Hauser Inc. Purchase Amount: $14,854.5-9 Requesting Department: Utilities Contact Person.- Leon Liberus Date. 12/20/19 Brief Description of Purchase: Diagnostic equipment and services needed to calibrate the utilities exisitng flow and level devices at the Utility Treatment Facilities. This equipment is specifically needed to perform accurate operation one ui supplied by Endress& Hauser and installed at the water plant. Source for Purchase: Sole Source Fund Source: 403-5000-533-65-02 WTRO17 11.Vendor: Engenuity Group (SFRN) Purchase Amount: $14,215. Requesting Department: utility Contact Person: Joe Patemiti Date: 12/20/19 Brief Description of Purchase: Task Order U-D-05-boundary, topographic and tree surveying services for the new proposed Utilities Water Quality Laboratory Building at the 1 Million Storage Tank site located on Woolbright Rd. Source for Purchase: RFQ 067-2821-16/TP Fund Source: 403-5016-533-65-02 WT1605 Page 3 Page 462 of 1406 PURCHASE ORDER CITY OF BOYNTON BEACH, FLORIDA PROCUREMENT SERVICES DEPARTMENT 3301 Quantum Blvd. Suite 101 P-O� BOX 310 P.C. #: 200564 BOYNTON BEACH, FLORIDA 33425-0310 DA= 12/02/19 VENDOR 7921 SHIP TO: TO: City of Boynton each PUBLIC WORKS DEPARTMENT 3 t.3 222 N.E. 9TH AVENUE BOYNTON BEACH, FL 33435 ........................ ............ ............. ............. ....................................... REQUISMON NO, 75171 ORDERNG DEPARTMENT� ENGINEER ING/AGGA/MD ---------- N0 ................................ ............................. ....I............. DA7E NEEDE : ........... .......CONTRACT........ —------------........................ TC—0m—M_ss ION...................APPROVE......................D........................------------ M . ---------------- EXTENDED LINE# QUANTITY UOM ITEM NO. AND DESCRIPTION UNIT COST COST DL ELECTRIC FOR EZELL HESTER CENTER 1 6".")11", "h," 2 4415 .25 DL ELECTRIC FOR BOR 2. 4415.25 3 x. L" 1377.50 T "N E7 4 03 ............ ............... ................. 'T F1 0 "TOTA -1.2 7 7 5-1 PROCUREMENT SEWCES: ------------------------- ............ .............. ACCOUNT O. PROJECT 303-4299-580.63-06 GG1820 ................. ........................ ............... .................... PURCHASING Page 463 of 1406 CITY OF BOYNTON BEACH REQUEST FOR PURCHASE OVER $101000 11/20/2019 Requesting a PW-Engineering Contact Person: Ma of Explanation To have electric installed for the digital monument signs located ster Center, Edward Harmening Arborn t Park. Vendor Dollar Amount of Purchase Source r Purchase (check and attach backup materials): Three Written Quotations GSA State Contract PRIDE/RESPECT SNAPSole Source Piggy-Back uget Item Emergency Purchase Other Contract r: NOTE: Pricing proposal for purchase must be presented in the same detail contained vAthin the contract. Fund Source rPurchase: 303-4299-580-63-06, r j c 1 820 Approvals: Department t Purchasing nt Date I if 11 Asst City Manager City Managert 1% Form Bevis 02601102 Page 464 of 1406 Ch 07 1 1 1 co IA M I r EA o Ln o Ln %D 1-4 L, Ln HUM I tg H CN D�H �4 0r p wl 14 Ci F-I R : : MU M I > I W ca H OM04 ZE-4CQ" 0 Cq ca 0 0 0 0 Ln 0 In a C14 Ln r- H 0 WO 1 C) 1 a 0 In U El U I c� l81 F N 1 I CD 0 0 x ko H r- Ln I I 'i H li E-1 U W aN r+1 rl z H ko -di 1-1 cq 0 v E-q 1 W0 ;9 tn .0 r-I 01 0 14V) U3 E M E�P 0 a C> 8 rl H U2 I O 0 0 Mac I no 1 0 0 0 LOCO : 0 $4 tn �l 0 0 a r�99 . H r0 1 H at p r-00 I P4 04 N y40 c 0 H MOO 1 E O H 1 Z M 1-mm I +b c21 tb O n 10 H NV m 14 OFD Hri Hq 0 1:4 E4 E-i 0 z 0 0 0 0 H 'I tb 2 I Ix 4J 4J 4J cm ch M H E-a m U m 0 0 0 c,(a 000(d 0(d ou �H r- 0 1 0 n CJI 1 Z TAN WN PC F3CO UCg L)CD rj >E-4 0,4 0 H a) 0 ri LO 0 H D� Ha,M C4 E-4 r c) in r- raM H u m t3 E4 H W E� CR P4 aM 6 M : z QH I C0 I ul H JO co VIC) H U z pq m P4 m H ca PQ pq H pq P4 0 ca U) w Nu R u W 00 Da pq M �H H 11>, 0> 10 0 0 pq 94 z W U M H W M i m W m rm I V3 Z 00CA 9 ix M 04 ZE RM 0 ME w 42 go Z g I P4 MHD)HMHM H IHM'd 8 M Z H pq HIXU Rix H D4F i o t9 rz E-i $ �2;p HEzp ka 0 w M Hu H U fxHu 0 0 C3 NOW 0 m mom m m m OQZ 4 N Z rl mz.,7 w LD w M m pa W m I 0 a 0 Z" N Ix CD CD CD H 0 1 94>40 W?H 0 N4 S4 P EM M M Z E H 1 U UN�Q PO UH 01 M I E0 z H E H E nl� . I',, H P4I HOE H Q HQZ 1 0dr lw 10 E 0 rat X00WRO W.0 Um rq r'1H �4 C4 EU E-4 u EAU I Uo C) 0 M U U H 0 m w OE E 2 DUQ 0 p ruA 0 R :D E m I F4um 4L)m 4um coQ 1 f r �w pq P4 ix H W I m MH H m �r,H Nm rA HR H Page 465 of 1406 T.J, Bowles Electric Company, Inc. Estimate 413 N.E. 3rd Avenue bate Estimate # Boynton Beach, FIL 33435 11/1/2019 2034 Phone # 561-732-3026 Name / Address City of Boynton Beach —75; 7-5 -IX7" 3301 Quantum ! . Suite 1 1 Boynton Beach,FL 33426 Ezell -------------- Project Address Hester Jr. CommunityrBoynton Beach Description Qty Rate Total [ORIG�INAL CONTRACTED ELECTRICAL WORK Install electric to monument sign 1 0.00 COMMUNITY *** Install conduit&wireto new digital monument sign from T BUILDING(Roughly -ft.) * ITEM#2 = PERMIT FEES CHARGED @ ADDITIONAL COSTS 0.00 (Excluded in this of TOTAL CONTRACT PRICE i 6,960.00 6,960.00 -PRICE IS GOOD FOR 15 DAYS DUE TO WIRE PRICE SUBJECT TO CHANGE -PRICE EXCLUDES PERMITFEES&ENGINEERING - NO CUTTING OR PATCHING OF ANY SURFACEUNLESS OTHERWISE *** o !d it be necessary to retain an attorney to enforce the terms of this agreement or if any outstanding bal ncs are sent to collections,then responsible par (named at to shall be held responsible for all attorney fees,costs,& costs of collections* * ***All past duebalances are subject to 1.5% interest monthly(18% annually)*** m Please i n Estimate if You Would Like for us to Schedule the Work Total $6,960.00 Page 466 of 1406 Bowles Electric Company, Inc. Estimate T.J,, 413 N.E. 3rd Avenue Date Estimate # Boynton Beach, FL 33435 11ii2 0193 Phone # 561-732-3026 Name / Address City of Boyntonch f Quantum Blvd. Suite#101 Boynton Reach, L 33426 Project Address Edward nl Arbor Boynton Description Qty Rate Total ORIGINAL L L WORK * ITEM#1= install electric to monument sin install new meter&panel on existing pale =Install new conduit to monument sign 0.00 * ITEM#3=SeparateL fees(IF APPLICABLE)= ALLOWANCE0.00 ONLY ) - PERMIT FEES CHARGED @ ADDITIONAL COSTS0.00 (Excluded int isquote) TOTAL CT PRICE 1 4,415.25i -PRICE IS 600b FOR 15 DAYS DUE TO WIRE PRICEINCREASE ESTIMATE SUBJECT T -PRICE EXCLUDES PERMIT FEES& EN61NEERING ® NO CUTTING OR PATCHINGANY SURFACE UNLESS OTHERWISE SPECIFIEb ** Should it be necessary to retain an attorney to enforce terms oft is agreement or if any outstanding bala ces are sent to collections,then responsible par (named at to shall be held responsible for all attorney , costs,&costs of collections* * *** All post duebalances r subject to 1.5% interest monthly(18% annually) ** Please i n Estimate if You Would Like for us to Schedule the Work Page 467 of 1406 T.J. Bowles Electric Company, Inc. Estimate 413 N.E. 3rd Avenue Date Estimate # Boynton Beach, FL 33435 111112019 2032 Phone # 561-732-3026 Name / Address City of Boynton Reach 3301 Quantum Blvd. Suite#101 Boynton Beach, FL 33426 Project Address Heritage Park Digital Monument Sign Boynton Beach Description Qiy Rate Total ORIGINAL CONTRACTED ELECTRICAL WORK ITEM#1= install electric to monument sign @ HERITAGE PARK 0.00 *** Install conduit to existing panel box& install 20-amp breaker ITEM#2 = PERMIT FEES CHARGED @ ADDITIONAL COSTS 1 0.00 (Excluded inthis quote) TOTAL CONTRACT PRICE 1 1,377.50 1,377,50 -PRICE IS GOOD FOR 15 DAYS DUE TO WIRE PRICE INCREASE- ESTIMATE SUBJECT TO CHANGE PRICE EXCLUDES PERMIT FEES A ENGINEERING FEES NO CUTTING OR PATCHING OF ANY SURFACE UNLESS OTHERWISE SPECIFIED *** Should it be necessary to retain an attorney to enforce the terms ofthis agreement or if any outstanding balances are sent to collections,then responsible party(named at top)shall be held responsible for all attorney fees, costs, &costs of collections*** *** All past due balances are subject to 1.5%interest monthly (18% annually) Please Sign Estimate if You Would Like for us to Schedule the Work Total $1,377.50 E-mail TTBOWLES561 @BELLSOUTH.NET Page 468 of 1406 Estimate #2093 Shepherd Electric, LLC P.O. Box 1227 Boynton Beach, Florida 33425 shepherdelectricf I@gmaii.com 561-736-2701 Lic. #EC13006999 NOVEMBER 7,2019 TO City of Boynton Beach Boynton Beach, Florida 33435 Parks Project QTY, DESCRIPTION-MONUMENT SIGNS UNrr PRICE LINE TOTAL Sara Sims Park, 1 Install power to new monument sign (use existing panel) Edward r. Harmening Arbor Park: I Install,power to new monument sign 1 Inst ll new meter/panel on existing pole Ezett Rester JR. Community Park I Install power to new monument sign 1 Run wires back in existing conduit TOTAL jos cosi $14,800-00 -Alt work comes with one-year warranty from Shepherd Electric, LLL -Contractor not responsible for any unforeseen, hidden or undisclosed conditions. -Does not include permitting, Florida Power and Light and administrative fee's -Not responsible for cutting or patching of any surface unless otherwise specified -Only responsible for work listed on estimate -Warranty will be void if work specified on estimate is altered or tampered with by personnel other than Shepherd Electric, LLC -Should it be necessary to retain an attorney to enforce the terms of this agreement, or if any outstanding balances are sent to collections, the responsible party named above shalt be held responsible for all attorney fees, and costs of collections. -All past due invoices are subject to a 1.5 interest monthly (18%Annually) -All credit card payment will incur a 5% upcharge of invoice balance being paid. Estimate is good for 15 days Please sign below and remit a 25% deposit and return to Shepherd Electric, LLC to schedule work. Page 469 of 1406 c- y of Boynton it Imperium SerVices LLC 000205 162-60 94th St N Estimate # 11/07/2019 Loxahatchee, FL 33470 Date Phone: (561) 598-9076 Quantity Rate Total Description ....... ................ .............—111,............... 1.0 $13,800-00 $13,800-00 Scope of work Run power to(3) rnonument signs vViring per plan I permit fees and FPL fees are extra Subtotal $13,800-00 Total $13,800.00 City of Boynton Page 1 of I Page 470 of 1406 Greco-Arenciblia, Adrianna MENEENEEM From: Javier,Andrea Wednesday, November 2 ,2019 1445 P ® Greco-Arencibia,Adrianna Cc: Miller, Keyla Subject: E: COI Request-TJ Bowles Attachments: 0611401. F The attached meets City requirements. Andrea Javier, IFMA-CP Benefits Administrator Human Resources and Risk Management Mailing Address: P.O. Box 310 1 Baynton Beach, Florida 33425 Physical Address: 3301 Quantum Blvd., Suite 101 , Baynton Beach, Florida 33426 561-742-6044 r JavierA b i.la f boy nion-beach.or ,�,�„tY Please be advised that Florida has a broad public records lav and all correspondence to me via email may be subject to disclosure.Under Florida records law, email addresses are public records.Therefore, your e-mail communication and your e-mail address may be subject to public disclosure, From: Greco-Arencibia,Adrianna Sent:Wednesday, November 20,2019 12:04 PM To:Certificate of Insurance<CI fl.us> Miller, Keyla c illerK bbfl. s>;Javier,Andrea<Javier b .us> Subject: F : C01 Request-TJ Bowles Importance: High Good afternoon, Can you please review the attached COI and let me know if it meets City requirements, thank you. Adrianna Greco-Arencibia - Assistant to Director „ Public Works/Solid Waste 1 - ailing Address: P.O. ox 310 J Boynton Beach, Florida 33425 i u Physical Address: 222 N.E. 9th Ave. I Boynton Beach, Florida 33435 t „s 561-742-6596 961-742-6211 Greco-ArencibiaAbbfl.us boynton-beach.or Page 471 of 1406 Clientilk 1531H TJBOW RATE .INUMV ACORD,, CERTIFICATE OF LIABILITY INSURANCE 1010112019 HIS CERITFICATE 18 ISSUED AS A MATTER OF INFORMAMON ON ICA LI I CER-nFICATE DOES NOT AFFIRMATIVELY OR NEGAnVELY AMENI AFF R E E I� Li EEE BELOW.THIS CERTIRCATE of INSURMCE DOES NOT CONSTITUC E E T # EMf E I �,Al1T 3Rl REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATEHOLDER. I TA T:I I� Ecate holder i n A 11TONAL INSURED �ttl it (1 1 Assn f A i II PdAL E U Eprovisionsr endorsed, If SUBROGATION is WAIVED,subject to the terms and Condition require are endorsement A statement On this fl does not confer any rights to the rtlficate holder PRODUCERpy IITIEYI ®_® QBIZ Weakes, ll r r 5 1 3046 West Atlantic Avenue s Lckl , > lrl l .COIF Delray Beach,FL 33445 JUSURER(RI AFFORDINGE FAsc a 561278-0448 ' N A-'Nautilus I c WL 17370 m a_..... _ - .259 I SON INSURER ;Twin FireI r 35& CO. TJ BovAes ElectricCompany,Inc. k insurm _ - 413 N.E.3rd Ave. g INBUMER Boynton nI ch,FL 33435 I E- IIP ��e COVERAGESCERTIFICATE NUMBER., REVISION} € a THIS IS TO CERTIFY THAT E POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED.NAME13 A O FOR THE puqjcy PERIOD I NDICATED. NOTVWTHSTANDING ANY REQUIREMENT, TEM OR CONDITION OF ANY CONTRACTOR OTHER DOCUMENT H RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TE rtl . EXCLUSIONS C CONDITIONS CE SUCH POLICIES, LIMITS SHOWN MAY HAVE SEEN REDUCED BY PAID CLAIMS, _ OF 9N fi �. II UES POLICY NUMB � ,, �_ LIM k ._ US CEN I r 552 2019,09130120 URRENC 000 CLAIMS-MAZEIDR OCCUR � � iME.ILIEXP(AM 6.6 XT—PD d,1¢ 0 -- r�E aL vin�ge�I v s1s .n. lGENERAL AGGREWE s2.0 0 900 GENT AG E CE LIMIT PLIES Ek ._ _ a � �LcT - IS 2000,000 I PRC �, . - P LILY JECT WC S - !- [CEOMBINE §I�GLEIT I AUT L qg s 3 BODILY INJURY(Per I S ANY AUTO - - OF SCHEDULDD BODILY INJURY(Per aadomtl 3 AED ONLY rs E m aN,y RUT ONLY � $ U#ABREUACSI CUA H CCs �a I EXCESS th ADE 'AGGREGATE DEB DETENTIONS �. .. ' ... _.. .- EEPk ` IS -WORKERS COM 21 3 M15120`19-07M61202 T @W@W YFRAND OP IET R ARTNE A ECLITIVE-- s{ rsr ' L.EACH .Irl® ;., IOft fey In SPI} j El DI E-EA 9WP VEE lSSW, m i_ SORIPTION OFOPERATIONS#�I , I.DISEASE¢P tICY UNIT ff. ,�. E 9P N or OPERATIONS I LOCA71ONS I VEHICLES(ACONO 101,ANdp9nw Romano SaWmic may be sifitaned P e r*Amoce Is rmm City of Boynton Beach,ISS officenIg,eMployeeS,and agents are named as an additional Insured with respect to General Liablitty as requiredby written contract subject to all policy terms,conditions,definitions exclusion& CERTIFICATE HOL CANCEL TIO I I rI a SHOULD ANY F THE A DESCRIBED POLICIES E CANCELLEDBEFORE Cl THE EXPIRATION A TPIEPE P, NOTICE L E DELIVERED IN 100 EastBoynton Ross h Blvd, ACCORDANCE WMN THE POLICY PROVISIONS. Boynton each,FL 33435 AUMOMED PEPRMNTAnVE 1959-2015 ACORN CORPORATION.All rights d, ACORD 2 (201 B 3) 1 of 1 The ACOED name and logo are registered marks of ACORD #82264486M22U314 Page 472 of 1406 PURCHASE ORDER CITY OF BOYNTON BEACH, FLORIDA PROCUREMENT SERVICES DEPARTMENT 3301 Quantum Blvd. Suite 101 P.O. BOX 310 P.O. #: 200579 BOYNTON BEACH, FLORIDA 33425-0310 DATE: 12/06/19 VENDOR 16875 SHIP TO: TO: TRANSOURCE SERVICES CORP City of Boynton Beach 2405 W. UTOPIA RD. ITS DEPARTMENT PHEONIX, AZ 85027 3301 QUANTUM BLVD. SUITE 101 BOYNTON BEACH, FL 33426 REQUIS�TION NO. ORDERING DEPARTMENT� DATE CONTRACT NO- COMMISSION APPROVED, EXTENDED LINE# QUANTITY UOM ITEM NO. AND DESCRIPTION UNIT COST COST 48. 00 EA SUPPORT, PREMIUM, 4HR HW, 24X7 75.6000 3628 . 80 SW, CN2000, 1 MONTH Serial# F4PJXK2., F4PMXK2., F40KXK2, F4QPXK2 Term. VENDOR. ITEM NO.. - SUPCK200.OP.R.EM.IMO 2 36 . 00 EA SUP-D12X4-PREM- T -32 ...I :MO: 8UPPOO 593 .6200 21370 PREMIUM, 4HR HW, 24X7 Sw: D12X4 1. M dnth. VENDOR IT NO. SUP-D12X4-PREMimo REMARKS: .D.18ASTER :RECOVERY DATRIUM SERVER SUPPORT: WE YEAR.::TERM 12/1 1 19 - 12/10/20 PRICE WILL NbT..EXC8E'D' $24, 999. 12 PIEGGY8ACK ISTATE CONTRACT 43211500-WSCA"15-:A.Cs :. .QUOTE #3294-.12 Db..NbT. MAIL Po ITS WILL SEND TO VENDOR as— PROCUREMENT SERVICES: O. FOIA 2�4999.�22 ACCOUNT NO PROJECT SEE BELOW PURCHASING Page 473 of 1406 PURCHASE ORDER CITY OF BOYNTON BEACH, FLORIDA PROCUREMENT SERVICES DEPARTMENT 3301 Quantum Blvd. Suite 101 P.O. BOX 310 P.O. #: 200579 BOYNTON BEACH, FLORIDA 33425-0310 DATE: 12/06/19 VENDOR 16875 SHIP TO: TO: TRANSOURCE SERVICES CORP City of Boynton Beach 2405 W. UTOPIA RD. ITS DEPARTMENT PHEONIX, AZ 85027 3301 QUANTUM BLVD. SUITE 101 BOYNTON BEACH, FL 33426 REQUISITION NO. ORDERING DEPS AR'rMENT° DATE NEEDED� COMMSSION APPROVED� EXTENDED LINE# QUANTITY UO M ITEM NO. AND DESCRIPTION UNIT COST COST ACCOUNTING INFORMATION ONLY DO NOT SEND THIS PAGE TO THE VENDOR* ------------------------ -------------------------------- PROJECT AMOUNT REQ/ACCT DATE. By. . ------- ---------------------------------- -- --------------------------- 0000075282 12/04/19. ITS: 12499.56 00115105134691 0000075282 12/04/19 12499. 56 401282I5364691 -------------- ------- . . . . . . . . ... ms -T-P (). TOTAL: PROCUREMENT SEWCES- 7 N ACCOUNT NO, PROJEC� jZ0MMr-SI0N APPROVED PURCHASING Page 474 of 1406 CITY OF BOYNTON BEACH � Department: REQUEST FOR PURCHASE OVER $102,000 Date: 12/4/2019 Requesting rrl Explanation for Purchase: ium Serve rs/Storage/Disaste r Recovery Project Maintanencet providesi t to ensure the continuedreliable efficient service of the City'sequipment, which supports the City'si t , systemsin the FireStation cUtilities , allows the C4 to shorten the RPO (Recovery Point j ive) from 24 hours to as few as 10 minutes and the RTO (Recovery Time j ive) from approximately 4 hours to under 5 minutes. iunacceptable associatedloonsecluences it in continuitv. mded Vendor Transource Services Dollar Amount of Purchase 24,999 Source Three Written Quotations State Contract PRIDE/RESPECT SNAPS Sole Source PIggy-Back EJ BudgetedItem Emergency Purchase Other Contract -1 NOTE: Pricing proposal for purchase must be presented in the same detail contained within the contract. Fund Source for Purchase: 1-1610-513.46-91 I -$12,499.56 401-2821-536.46-91 ili i s - $12,499.56 Approvals: Department Head JA Date Purchasing Agent Date f Asst City Manager 7 Date City t Form evis 02/01/02 Page 475 of 1406 cc w m III rq E- E- al m m Ln Ae m Ra pq w m m US H 1 eq N WCn In H E- A H rn o to L4 I'm to u 0 o cm cli 6 0 B u %D 10 ED 0 Hzz 0 E4 �4 M z E. 0 E- I El H u Dq El i o a i PK m Im 94 EH l rA pq pq H p O V4 M co In 0 E4 P. v)124 D2 .9 P4 04 D4 Ix W W 94 rn pm M DO U)W W o NC P, N Wry pzq p'll Z E- 4J P4 H H�m H m 0 M 14 cm r. n. E4 �4 r. P4 m-6 MO, -S Dlomopopqo 1r4 M ca to W m DR Pi w 2 --Z-- w RAMM 5 H �i cel cc 0o, 0 0 4j El P N M Qi ri C4 IN M 2 E4 6xw w 0 Ed 1 sp Ch Id v En U;4 P, Ln Ln Ln Ln IN GD Ln dD ca na H m m m ql�m0 vq IN A C,M ri A 'N 8 0lljd MO E. H pa m ON 4 4 U H .4 m A 8 H 0 cd i u U. . V c4 H rjj pd.,4 go lw C, v 0 g---4-m-,i H 6 M P, S4 14 U d I HAd rn r4 O P D3N w qP�8 m 43 OE, M M El H Id m a pi H pq pq H = V cq ZH c4 ca H Hal P; Page 476 of 1406 Transource Services a 2405 W. utopia Road Phoenix,AZ 85027 IQUOTATION original Quotation o.: 329412 QuotWion ate: 12/04/19 Due Dale: 01104/20 Customer .: C890637 Customer Ret. o.: Page o.: Pae I of 1 BILL TO SHIP T City of Boynton Beach City of Boynton Beach Procurement Services Dept ITS Dept 3301 Quantum Blvd.Suite 101 3301 Quantum Blvd.Suite 101 Boynton Beach FL 33425 Boynton Beach FL 33426 Account : Barb Sullivan Contact Name: Ship Via: Terms: Net 30 FOB: FOB Destination Line Item o. Description Unit Price Totali i. NPCP j�W§PFVZueP inrt F 150._ v. F48 $ 2 NVP-FL State of Florida PA#43211Sb0-WSCAd-15-ACS 3 TSC-LABOR Support,Premium,4HR HW,24X7 SW,GN2000,i Month 3,626.60 MFR# Serial#F4PJXK2,F4PMXK2,F4 KX8 2, 4DPXl 2 SLIP-CN2000PFREMI M1f e :12/iP 2019 4 TSC-LABOR SUP-012X4-PREM-1 MO Support„Premium,4HR HW,24X7 521,3'70.32 MFR# W,DI 2X4,1 Month SUP-112X4-PR M1M C7 SBA certified"American Small Manufacturer" Subtotal $24,999.12 Shipping Tax Total Order Value $ 4,999.12 Phone: (623)879-8882 Fax: (623)879-8887 E-Mail: barbstransource.com Website: www.transource.com Y19A Page 477 of 1406 Q fl fl LLJ LLJ ulEd m CL >. >. z 00 0 M 91 0 CA z n LM Ln II w u IL 0 CD Ln L ul LJ W) * LLJ U rl. vq 'EEL Vi Vi 0 a- z C4Nz 'i 00 r- ro t fu cm N OL 3: 0C: n. q;r ll� Ef E z E E E 0 2 v LU CL E M E E Z up N.N. un un 0 Lu Cc w CL cr cm Z 14 u Page 478 of 1406 PURCHASE ORDER CITY OF BOYNTON BEACH, FLORIDA PROCUREMENT SERVICES DEPARTMENT 3301 Quantum Blvd. Suite 101 P.O. BOX 310 P.O. #: 200588 BOYNTON BEACH, FLORIDA 33425-0310 DATE: 12/11/19 VENDOR 5.915 SHIP TO: TO: CLASSIC CONTROLS INCORPORATED City of Boynton each 5095 S LAKELAND DRIVE EAST UTILITY ADMIN LAKELAND, FL 33813 124 E. WOOL13RIGHT ROAD BOYNTON BEACH, FL 33435 REQUISITION O. 75151 ORDERING DEPARTMENT: LTTIL PWT L. LIBERUS/MR DATE NEEDED: CONTRACT NO. COMMISSION APPROVED- EXTENDED LINE# QUANTITY UOM ITEM O. AND DESCRIPTION UNIT COST COST 1. 00 DL AXW600W-NNHL1N-CAIN-0NB/GR1 12863 .0000 12863 .00 YOKOGAWA MAGNETIC FLOW METER SIZE GOOMM (241'N) SUBMERSIBLE REMOTE FLQWTE REMOTE HARD -NE-RL NER A-T- -Q-.M.- '-L-::RUM' JI S SUS31V NON 4�E-Hx"&k'�Lt .-E-ttCTR'ODE9-:� GROG F I E - A,9 OpTibx 150# .OMft�#rm.-Asmk'-B11'G 5 ST LENGTH: J-1 /2 7:iFEMALEIaTG ...... ONICS) SZANDARD 'CALIBRATION Ck'QUNpINC RING7 16L SIZE 24 iktUDES :8 OM 9tGNAL" AND EX.-ETITA1014'' PSE;WIRED.. . . . . . . . .. . ... . . . . . . . . REMARKS': . . . . . . ]0'!rA..C8M9NT''FlNISH..' WATER FLOW METER,:,.:%..... -So 'X::r'btjkdE . . . . .. . . . PROCUREMENT SEWCES:: TOTAL 12863 . 010 ACCOUNT NO. PROJECT 403-5000-533.65-02 WTRO17 —-—-------- ----------------- ----------- PURCHASING Page 479 of 1406 CITY OF BOYNTON BEACH REQUEST FOR PURCHASE OVER $109000 11/12/2019 Requesting : utilities Contact Person: Leon 11beruis Explanation r Replacement Finish Water Flow Meter Recommended Vendor Classic tr , Inc. Dollar 2,863.00 Source for Purchase (check and attach backup materials): Three Written Quotations State Contract PRIDE/RESPECT SNAPS Sole Source Piggy-Back u e Item Emergency urchase Other Contract NOTE: Pricing proposalfbr purchase mustbe presented in the same detail contained within the contract. Fund Source for Purchase: Account#-. 403-5000-533-6502 r Approvals: Departmen t _................. t - -". gar i t t e:: Asst City Manager Date City nDate 12-AlL-V Form Revised 01/0 Page 480 of 1406 Ch m J rn r, pq r-4 H I CY no Om >4 04 H I C9z E� P4 Q ElC) rx z cQ I o d r O Ikv 0 M 0 0 m rq C) z to w I 11 H r4 co co 0 W, CA U. 14 0 x m E-4 E-1 0 z *-q 0 0 H w r Ln a U no l0 0 0 ri 114 U CD Ln u W 0 : F-I 0 H rd m t co C> 0 C3 5,: 1 H C) u V) Ln DA H H H 0) �H Ln i p co rT4 Di F14 FOU- :> o 'd W 0 �H Co, IXwPM A� p F4 19 4 EH u H 10 M 0 U 0 H rA 0 P ul LD w QO 0 ul E-4 934 En En ca H 0 Dq �4 F4 0 Ot ul IN W rm P4 0 W pq H i C7 CO N H u I H n Ix > z E2E-4 H, W pq < H 0 Z Lq H 0 ME� PQ 1 DQ HN 0 HH L)H 1z H I Ix 4 0 p fX Cl W W 10 W NXM r4 u Pi u >4 Eym 0 c) E-4 0 K CD M M M M Ln rl) lD W n CA H N H 04 4 � E� ZME ZOM m m 2 m oOpQ "wPM - z 01 4HU4W WZE H� rn I H W 'I R M EN OHUIFZ4 H 4U— MHM H �w C) W EMMwHWKzmWWl H Ln HSNiZW W<O>M�q —Mom 0.1 F4 zee CQ 0 .�J..�MOHOWO �,6, Ln H 0920 1-UZW r-,HU m C) H z HE-1 ga AHO go E� I 40P4PM=mQNd OWH E 0 2 134 2C F4 0 H -I%OD w ppa,m z H Q 0 HOO U m H Fa Ix U 4,0 0 E-4 no on U U w Mon vH rn m z o U) ou�M H w I' OEPHMI�4" OH HOIXg H 04zcgum p >ION-3ZO mFDzrj)OHp4 H Ot- 04 m Iq H I i m H M Z9 z HEn Hm a H M :04J 134 m x Page 481 of 1406 REQUEST FOR REQUISITION Fd T-E. NT DATE: 11/13/2019 H.T.E.REQUISITION Clerk: Procurement Assts °i : Citi ger(non t and/or$5000+) FINISHREASON FOR PORCH REPLACEMENT REASON FOR P' Sole source INFORMATION,VENDOR rce VENDOR INF RR DIVISION: T INFORMATION: am Name: Classic Controls Inc _ Admin. ata: 11/13/201 AAP ( Address: P 6187 Engineering } ate ceded 11/27/2010 Confit , { Lakeland, FL 3 Cu to el. { rWTP41 Distribution { } BACKUP DOCS. DELIVERY.LIV SUBMITTED. Phone(contact): Rafael Lernu ater ual. ( not /Verbalover 600} -644-3642 Pur im ( uotc ri eVendor a er: 591 P Treat. ( ) i oc .eter Sere. Solo ource Ltr. INITIATOR: 1 1 Sewage { Insurance ( ) eci i Inst coons; orator eUlrment ; APPROVED. rrn r. ( ) Project umber: WT - n17 uan. Unit Price Description&Part Number Fund Dept Basic ! on 1 $12863.00 AXW60OW-NNHL1 N-CAIN-ONBIGRI 1 2863.00 OKOGAWA MAGNETIC FLOW METER SIZE 600 (241N)SUBMERSIBLE REMO FLOWTUBE REMOTEPLOWTUBE NATURALHARD RUBBERLINER JIS SUS316L( ISI 316L SS EQUIVALET) ELECTRODES NON-REPLACEABLENON-REPLACEABLE ELECTRODES GROUND RING AVAILABLE TI CARBON STEE ASME B1 6.5150 STANDARD LAY LENGTH JIS GIN FEMALE O INDICATOR(REMOTE ELECTRRONICS) STANDARD CALIBRATION GROUNDING f JIS SUS316L SIZE " INCLUDES 3 ! AL AND EXCETITAION CAL PRE-WIRED TOTAL 403 5000 1 533 65 02 . 00 Page 482 of 1406 Classic Controls,Inc. Q U 0 T A T 10 N RO Box 6187 Page: I Lakeland,FL 33807-6167 Tel: (863)644-3642 -0484 OrLlro Fax: (863)648 4 C. URL: http:f/www.classiccontrols.com Quotation Forz CITY OF BOYNTON BEACH, FLORIDA not ti 1083990 FINANCE DEPARTMEW Revision#: 02 P.O BOX 310 Date: 11/05/19 BO TON BEACH FL 33425-0310 Ph: (561) 375-6310 FX. Attn: BYRON BROWN E-Mail: BCACAF@B]3FL.US Ref: DISTRIBUTION MAG METER FOB. LAKELAND, FL Please Address Order To: Delivery: TO BE ADVISED Salesman: RAFAEL L CLASSIC CONTROLS, INC. Validity: 30 DAYS P.O. BOX 6187 Terms; NET 30 DAYS LAKELAND FL 33807-6187 We are pleased to propose the following items for your consideration. if you have any cruestions about this cluate, please call our office at (963) 644-3642 to allow 'jB to serve you. '7 00 I AXFAIIG-DI-21 2,333.25 2,333.25 Yokogawa AXF Series Magnetic Flowmeter Converter D= 4-20 mADC Output/Brain Protocol I= 100-200 vAC or 100-120 vDC Power Supply 2=. SI 0.5" FNPT Electrical Connection 1= With Local Indicator 2 1 AXW600W-NNHLIN-CA1N-0NB/GRI 12,863.00 12,863 ,00 Yokogawa Magnetic Flow Meter Size 600mm (24 in.) Submersible Remote Flowtube N= Remote Flowtube N= Remote Flowtube Hm Hard Natural Rubber Liner L= JIS SUS316L(AISI 316L SS Equivalent) Electrodes Im Non-replaceable Electrodes Nm Ground Ring available as option feature (GRl) CAI= Carbon Steel ASIDE B16.5 150# Flange Nw Standard Lay Length 0= JIS GI/2 female N= No Indicator (Remote Electronics) B= Standard Calibration GRI= Grounding Ring JIS SUS316L size 2411 Includes 30m Signal and Excetitaion Cable Pre-wired Prices shown are applicable only to the quantities quoted herein. Any change or deletion of one or more items may reire a quotation revision. Unless noted above, prices do not include shipping, handling, or applicable sales tax. By: UNME-R-S-0-N-TIONUU-S Page 483 of 1406 Yoko gawa Corporation of America North American Headquarters 12530 West Airport Blvd. Sugar Land,TX 77478 wwwyak ogawa.co rnlus YOKOGAWA January 11, 2019 To who it may concern; Classic Controls Inc., located in Lakeland, FL is the exclusive sales representative for Yokogawa Corporation of America Measurement and Control Products, for the state of Florida . They are authorized by Yokogawa Corporation of America to quote, service, provide technical support, and handle order entry ono behalf exclusively for the territory listed above. Yokogawa is co to to providing you with the higbest level of customer satisifaction possible. If for any reason you have questions or comments feel free to contact me. Tbank you for the opportunity to be a partner in you business and we look forward to serving you. Thank You Ron Norton Regional Sales Manager SE-M&C Products Yokogawa Corporation of America 2 Dart Ro4 Newnan,GA 30265 Phone:(770)254-0400 1 Mobile:(770)880-6729 E-mail:ron.norton@us.yokogawa.com I URL:yokogawaxom/us YOKCCAWA Co-Innovating tomormw Page 484 of 1406 PURCHASE ORDER CITY OF BOYNTON BEACH, FLORIDA PROCUREMENT SERVICES DEPARTMENT 3301 Quantum Blvd, Suite 101 X 1 P.O. #: 200593 BOYNTON BEACH, L i 33425-0310 DATE: 12/12/19 VENDOR 17963 SHIP TO: TO: KUTRITE MANUFACTURING COMPANY City of Boynton Beach KRMC, LLC WAREHOUSE 27456 NORTHLINE RD. 222 NE 9TH AVENUE ROULU , MI 48174 OYTON BEACH, FL 33435 REQUBITION NO. 75236 ORDERING DEPARTMENT- JEN � m DATE NEEDED:: CONT CT NO. COMMISMON APP OVEC3: d ' EXTENDED LINE# QUANTITY UOM ITEM NO. AND DESCRIPTION UNIT COST COST 1 1. 00 EA CONQUER 25 LP PROPANE GRINDER 17995.0000 17995.00 FLEX SYSTEM VENDOR ITEM NO. - 5931=20.00-LP 2 250. 00 DL FREIGHT 1 .0000 250. 00 £C3 T .ETE GAINDERI4ZTI.�� '.#KRMQ19,062 701 N£9'I' MAIL Pb — WAREHOLT F 'WILL SEND Ty?. V-.=, OR PROCUREMENT SE ME : P.O. TOTAL: 18245.00 ACCOUNT NO. PROJECT 001-2512-541.64-02 PURCHASING Page 485 of 1406 CITY OF BOYNTON BEACH REQUEST FOR PURCHASE OVER $10,1000 11/2612019 Requesting Department: Materials & i tr t` n Paciello Explanation for Purchase: $4reels needs a concreter n r for sidewalk grindingin varluosr f the city, 7Source for Purchase (check and attach backup materials): ThreeWritten Quotations GSA State Contract ! t SPECT S em APS Sole rce Piggy-Piggy-Back Budgeted Item Emergency Purchase Other Contract r: 'T' til 3 �IAC Effli I Ff3f Ifo FI Fi$ (f1 It�Bin f31 t�F . Fund Source for Purchase: 001-2512-541-6402 Department , Ilf Purchasing Agnt Date I f Asst Its Manager Date it Manager t Fonn Revised 0210V02 Page 486 of 1406 G1 m 1 $ i 0 E40 0 EI Ed I CJ 1 z 0 U-0 a Ln H I (n Ln C3 0 >4 0 1 41 I u Q I r-I Z I m In > H E-4 H r,,zo (n Q ZrI 0 I M ri 1 C) 0 O 0 0 I > 0 0 0 11 9 9 a 0 z P u U� C; 0 0 C3 x 1 0) Ln m co > EA 0 C) a 000 lz WHM 0 0 000 0 0 CP 000 0 N n 0 0 0 coo Ln z W 1 0 I.{ , H r- H E-4 1 Ln 11 Ei E, LO ClM 0 H I Ch H v IT co IE� 0 CJ i O1rA NNLn 0 H coca H 0 CD V2 H 0 Ix m N 04 P4 U w I H C4 EA M A4� m �D 1 0 10 U E-4 Z+ 04 r- Q cl i m I w z Da z1 FL, t-:) pq 0 P4 pa �4 0 4 > W4 H z 114 H u rA Q p! 0 VI M rA 0 H N 2 u ri W z z C4 P4 H 0 H ril z 0 N m 0 I 1 u z 0 04 0 w u H C4 Qz z E-1 0 134 W IX w I I M w H m —W X U) z m pw H H H b E-1.'3 E Ol 1 >4 M CYZOZ W W�w rA 9x H Mg H r34 W H 0 C9 Ol 04 4 z pa�q w 0 H HU W>Al 2H,a IHI W E-4 HMU m m C rx z U uz 4 FA 0 Is M grAgw CCE E9 U rg C4 0. W no* 0 cc I 9X D4-k m 14 H H 0 zXNn P4 104 1 N E-100 Z Pe m C3 0 p4UH H H -:V 2 C�r 10 ca 0 P4 OriEI Da m 0 Z c4m 0 1 Ln�H -Mca H I NPO E-1 0 r4 8 F4 0 H H Ul LH r) 0 m C14 N 0 H I W�000 0 0 0 U r-4 -I U w H pm� '4 Ix Hu r)c) U, u SEU c� 0� 0 m ZOO w 6: E4 w Ioum r4um f p M W[A cl I u N H M4 04 1 rn p z IX H r4 I I m H zo* w Z IX H NHZ14 N F4 Q* Da Page 487 of 1406 y VENDOR -PRI " 1!R 1 LC L" .Q)!ULOQ MTE S W S 0 P 0 CR:e�.bi 1. Sr fl0 < Name.- Phone 20 aName- PhoneA. l 3. ,► r�� Piggy Back i Bid Sole Source Letter—., Other Page 488 of 1406 City of Roynton Beach Warehouse Special Order wumhase erg 09094 Vendor (Only one vendor per Special Order),, Ship ® Email Confirmation 7b . Fax Confirmation To. Boynton Beath,FL 33435 Total Cost of Order: Requesting Re-questing Department Date Budget Account ,_?.g Z' Project Use onky one account rr r f °.i f" Department Director Signature —7 (SIgnatum is requiredf order can be processed) Extension or Cell Phone Me W e will deliver order to thec.1 fent') Order plat via: Narne Date _. W . Reason for placing order-, x All copies are to be returoed to,the warehouse when placing order.. Page 489 of 1406 91Conquer25 L "Proparte Corr is Grinder and Polisher 00 n _ � i c: `I Ej s ll 4 S a� t I, R t � Fort Number te ,' Power Ori Ivei he lbs n r2 1p.ph r tt 112 Page 490 of 1406 zj Kutom'Rifte r® KRMQ19082 ®R=UIU4 DO a 411174 Date., Nov 21,2019 Customer SOWU city of Boynton City of Boynton Bwynton.PL Boynton, FL Phone 742-8309 Fox Phone (561)742-Mg E-Mail paclelloj&bfLus Here Is cl . Atem i` p m -s . 1 1 r FI 1 ,99&00 $17,995.00 $17,995.00 ! misc Frekht $0.00 $250.00 " 0 Pleasei can be of flirther anistance. SuIbTotal 1 Tax $0.00 Shipping $0.00 W u -ftp a d 9� et¢ tiara, of o palrIbrall Tho n or ®► a r. rob I"M saw to Goods ff P iM MNP,8E COWTWWS PRWED ON THE REVERSE SIDF,MOM V is IT r 11 1 1 ' Page 1 of 1 larl Page 492 of 1406 `1 1 Home Iffi About CPS/ 0 �J ® ' dearLI --—- @CPS r-- d Search andre store here.,. GaSMF ftWome PlautivyStRiderSUAMMwasadded tayow shoppinj cart. FIMAGE PRODUCTNAME OTY Rasa= 1 DISCOUNTCODES &ftrpur wuponmdeffym have onL PROCEED TO CHECKOUT Page 493 of 1406 11M.W9 I I ShoppftI n Shopping Cart WdsdSmmwWn Sam omtlfkxSs FborGdndw ftlffT8F*t0YmwstwP*0wL Proceed to�%eckout > IPRODUCT NAM um r mer! MTOTAL 1 Em WAVE 1` n OF P ORDERSUMMARY 1 MEM Subfifth 4 TOTAL: ■ 24 Proceed to�hsdwut > g q9ans we avalaftdUft ChedkWL CMmm byon owder b9i I wF be mkdhd when ytw sebdm b md& You May AJso Need ....may.._ m HfiwB0mftL@dWAmmft mom land fm momal. f � B � $13,723.00 $36157 $M6.99 112Page 494 of 1406 PURCHASE ORDER CITY OF BOYNTON BEACH, FLORIDA PROCUREMENT SERVICES DEPARTMENT 3301 Quantum Blvd. Suite 101 P.O. BOX 310 P.O. #: 200594 BOYNTON BEACH, FLORIDA 33425-0310 DATE: 12/12/19 VENDOR 17968 SHIP TO: TO: STERN-WILLIAMS CO. City of Boynton each PO BOX 8004 WAREHOUSE SHAWNEE MISSION, KS 66208 222 NE 9TH AVENUE BOYNTON BEACH, FL 33435 REQUISITJON NO, 75291 ORDERING DEPARTMENT: JEN DATE NEEDED: * CONTRACT NO. COMMMON APPROVED: EXTENDED LINE# QUANTITY UOM IT NO. AND DESCRIPTION UNIT COST COST 1, 6. 00 EA BODY SHOWER AND FOOTRWASH 2475. 0000 14850.00 PEDESTAL FOR BEACH VENDOR ITEM No. - RPS7.6400-C 2 1274 .00 DL FREIGHT 1.0000 1274. 00 VENDOR: .1 BD p.11MIM-ARK-s" "bWE9 & FOOTi:lx)�z-MWR- ONT PARK " MA FOR: -EMAIL T...'t bAttn 9. :`PER , :T)6-.`-NOT',MA'1L PO WAREHO U-0. Ei- WILL- SEN V LMOR d . . . . . . . . .. . 01 .... ... .. . . ........... PROCUREMENT SERVICES, P.O. TOTAL: 1.61-24. 00 .................................... �24 ACCOUNT NO. PROJECT 303-4101-580.62-01 GG1901 L.... ......... ..... .................... PURCHASING Page 495 of 1406 CITY OF BOYNTON BEACH REQUEST FOR PURCHASE OVER $109000 Date. 12/9/2019 Requesting Department: Materials tri do r to Explanation of t Park needs 6 new bodyshower and foot wash stations. Recommended Vendor Strem Williams Source for Purchase (check and aftach backup . Three Written Quotations GSA State Contract PRIDEIRESPECT SNAPS Sole our. Piggy-Back BudgetedItr Emergency roesOther ContractNumber- NOTE _ Neing proposal for purchase esust be presented in the same detail contained efthin the contract. Fund Source for Purchase: 3034101-580-6201 1 Approvals: Department 'te - -C,X// r } sig my - - t t i qty rat F Revised 0201102 Page 496 of 1406 CtN IT 1 1 1 C) 0 rQ I t E-10 cO 0 00 Ln r- 0 0 0 rQ 2 19w 1 04 FAI r-4 > P4 0 H 00 z 'El zopi w co C; Z 0 LD 0 I lom z W Z E1 W 0� 0 u 2 rpA d: cc 0 0 C� Ca W 0 C� 0 0 U 0 0 z 0 clq Vj .z 0 ix w L U 0 u Hr �4 H H F E1 0 0 On I Z F4 .1 HMO 0 O 00 : C) 0 r- 0 04 04 H4 UO C2. 0 E-4 0 rl) r (D Q) Ln 0 : H Ix (x E- p E- � 0 x 1 t, H NN I E-4 u u 0 1 10 0 ul 0 4 0 A E- rn I EA 01 >0 0 m H wW 4J 4J H pC- 00 P4 LD H > N0 134 171 1 1 0 10 Uq 0 r-10 H 04 0 m WO 0 z Z 0 0 z 10mocho w W 0 r.4(D�A(0 > I Z Ix 0 1 040000 oo Do m I H u H M X P� EI w 0 90 0 H m Q "D M zAi w E4 cp �4 >r4 cl z mo I 1 M z Wm E-s 0 H 2 0 u E-4 u 14 p F4 ck Cp H 0 P EA W m 0 w CY �D pq L) >F4 w P4 r 9x 0 0 W w � WEE U3 H 0 H H N A z I M rj) Q 0 0 H cc DQ w RRZZ H 2: HHRH 0 0-1�q r4 z HHRHMH W �Doo�o z ril 2's E-4 Q C9 0 1 0 0 P4 04F4 114 H z H I ONO E N W04 P4 1 14 E ra nuoi %at Fj WH Hm 0 Fq to W z H <zx M w 0 0 E- I CO CD Z 0 N 08 pq Ln On 0 H w I F!H 'A Z E! H I XE40 HO 1 0 0 a E E OH H X rA H 0 W P4 m m E-4 Q 1 0 v v U m E4 0 H WON 00 U m m P4 m 04 H 04 fx u m) M () �M H H 0 U) Q 0 w 6(D, H W Hp sP pq outo 14 ci al p U)m M m : CQ b4 H I'D N EA 134 ul OP M rx H DI i Hwowuk� M ZW �q N Z �n w MD4 WHH R H CY MmHo 0 M NIX M Page 497 of 1406 VENDOR PRICIF. OUOTES WSO PO I �uisifion -1 sgLq�k Names- Phone In C1 . 2. ro Name,: P one s4t)_kA6i_ toca% 3. $ Name.: Phone CBB Bid Piggy Back Bid # Sole Source Letter Other Page 498 of 1406 City of Boynton Beach Warehouse Special Order(ftrchaw order) 09092 Vendor(Only one vendor per Special Order): S. 1m. Attw Werebmw Emaff ConIfFmiafion To: 222 NE 9th Ave. Fax, Coni To: _.......... ...m........... .� Boynton Reach,FL 334.35 Total Cost of Orden wam � mm�mmmmmmmmaRequesting�Department Oty. Item # Description Date RCD 010 Budges.,Account#3 4 _ 92. 1 5-Y� -/6 0 1 � P ,*_ --6 -1 --- a_ only one account nutri e � f DirectorDeparwwnt . Signature le �� a.... :...W �.m...Ma.a...�a. �.�_ .. m.......... (Signature is mquired before an order can be processed) .. R --d - ecipient Extension or Cell Phone mill deliver the(order to the f (Wil Only) Order placed via., Npane Reason for placing order: °.. ....... .:. µ .................. � _ ' a All copies am to be mturned to the warehouse when placing an order. Page 499 of 1406 i i -Paciellor Jen an I'' i Sent n r 12.19 i 11' J Subject. RE-Body&Showe Wash I Jen, This particular brand was chosen for several Issues,o they will last!anger In a salty environment,two they will be less of a maintenancei n cul ntshowe toot pedestals are constantly broken due to patronn vandalism. Thanks ' Gail 4 I 'I Mootr ' Project Supetsor Public ' i i c Mailing s: I n Florida PhysicalN.E. h Ave. Boynton Beach,Florida 561-742-6223 Ei t I n . r C31 W r I ' I Please be adis t Florida i all correspondence to me via email may be subjecto I Florida s , F i it address s are publics.Therefore, it communication and your it address maybe subject to public1 . I I Jan Sent.Wednesday,November 20,2019�:L)AM Gail I Subject.Body&Shower Wash WSO 09692 ' I Good morning Gail, ff Can you i ! t ! lculr bra d and Model of Body Shower&Foot wash needs to be ordered for Oceanfront Park? i Page 500 of 1406 Jeri Paclello Supervisor of ri is and I Distribution Finance/Mate is ibution Mailing n Beach,Florida l f f N.E. rr ,FI i - Pac1elloJ@LAfl.usj n n- h. i ` advisedPlease be that Florida Jlic re rds law and all correspondence to me viait may be subject t i s , n r Floridar ( ' !ll addre 's are publicrecords.Therefore,your e-mail communication and our e-mail a (ic disclas re. I i i I a , t 1 I 6 Page 501 of 1406 Padello Jen Y Frorrc Julia J <jber 't illi Thurs , Decemb r 5,20191:00 PM To: i i ,J SubjeM Stem �dii I RPS-6290 - 00 dimensional drawing, - 6: #RPS4400-C $2A75.00 net eact $14,8 0.00 I forshower Estimated freight for six nton Bead i,FL 33435 for dock highI to a businessI is I n estimate basedn the Information , ` . if ai Iditional freight servicesl . Pleasee:The quote is an estimatecharges bas ad on the Information.you suppliedn current i . The actual charges will be based an the actual shipment,services performed and pickupdate.Service days don't Include f ick S i 'll . fl Lead 11me Is approximately five weeks. Carterville,MO Regards, Julia IN - .isPhone •_.:C:'"tip ® - - 362-6689I i i Page 502 of 1406 f A&I .-'.. E nfiNr OL 112000191117 EmeWing Your Emodamp.EwWn*VYburE!4ngL validQuote r i 0 days 40 1M 54MMON Fx 604U4710 _ la i _ _ Boynton Beach,City of Boynton Beach,City of Boynton Beach.Florida 33435iBoynton Beach,Rodda 33435 Jon I /(661)7t(561)7 pociallcl@bblLusI . Payable AcctM ; ; I 3 a TPaymeA: t Terrus PONumbergrTiullatft . Purcha Order ® •am l SSSH-16400 Round AggrVatWs Pede I Outdoor Body Shower 6 $2620.96 $16725.70 and Two Sets0fSpray Heads Located an ' Opposite i r , , dard Ph T ® I ng Aggregate Quiet C reek r Shipping n li ti I I I 1 $1698.67 Included I ' prim qual a.Callr more Information. Call Ahead lir Lftate l i I " Residential `Delivery CalI for pricing.! I Sales Tax $0.00 i ` Order Total $17424.37 !agree that t corrections. t ' I)I agree that a signed quote is Dellvery of items is as noted aboves Monal 0 IppIngr any changes In dallvety schedule,and will be the responalb 11yof r (I i Original manufacturer warranties a to the prc ducts and are available . ParknPoolvdilbe held harmless ainstalcialmi I' the Installation f these products._ I® I) Payment terns are noted above.A rir once charj�i of 1.5%per month of.the unpaid balance will be charged Clientoverdue accounts. law,and attorneys fleas Incurred In the collection unpaidr any Ifilegation wl ParknPoolvvMbeLemingWn,MrgMla._(IntlaQ Page 503 of 1406 4 Chant Is rasponsible for The unloadIng and a ms r ibdy of all,llams,,unleas wa se nvtud 04ove.. AUTHORIZED t TURF d DAT I , I I I I i k k t f � 1 i I I � I v I I 1 ! I I I I I , I { Page 504 of 1406 I . 1 i + I , 0 ; t 1 1 1 - r m— m q m • m® r .��..'.w m. m ®v a.. B STERN ANF MODEL IRP84M MODEL RPS-620D MODELRP&MD I r AD& I 08 Ilei rP.CLBcAm,- ShoMid-AWN.KmM MW USA Page 505 of 1406 Padello,Jon From: Paciello,J Sent: Monda,r, Decembi r = Moak o r r it Subject RE: Williams r � CorrecLI Thank you.1 will get the requisitionl C i C From:Mootz,Gall< Sent:Monday,December 9, 2019 8:30 AM ll ,Jeri<Paclellaj@bbfl.us> Subject: IlliQuop i i Jen, The schematic is correcL we just need t' i r order iaggregate surface(little s),which cannot be seen on the schematic. Thanks Gall I Gall Mootz Project Supervisor Public cili I tenance . Florida PhysicaIli N.E. Ave. I Boynton Beach, lri € 561-742-6223' E E bfl. C31 0 ED, rt r Please tits that Florida !!c law and all correspondence to me viait may be subject disclosure.Under Florida records law,email addresses are public records.Therefbre,your e-mail communication your e-mail subject to 1x' lic disclosure. I till , i ` From: E Seri ® r 09,2019 8:24 To,Mootz,Gall< SU bject: ®Stern Williams morningGood ll, Have you had a chance to look at the updi ted pedesi E I Page 506 of 1406 Let me know itis will work so i can place the requisition in the system. Jen Paciello Supervisor of Materials and Distribution FinanceMaterials and Distribution i ailing Address: P.O. Box 310 1 Boynton Beach, Florida 33425 Physical Address.22 N.F,9th Ave. I Boynton Beach, Florida 33435 f 561-742-6309 f Paciel J b fl.0 ynt n-beach,or W' Please be advised that Florida has a broad public records law and all correspondence to me via email may be subject to isclnsure.Un er Florida records law, email addresses are Public records,Therefore,your e-mail communication and your e-mail address may be subject to public disclosure. From: ci li $Jan Sent:Friday, December 6,2019 9:52 AM E:Stern WilliamsQuote Good morning ail, I know you are busy again today but can you take a look at this updated a to and let me know if this shower and foot wash will work W you. From:Paciello,Jen Sent:Thursday, ee r 5,2019 1:1 To.Mootz,Gall no s> Subject: :Stern Williams Quote Hey Gall, Take a look at this one a nd let me knowif it is the c rre ct pedestaI From:Julia Berardi<' er r i st rn illia sago > Sent:Thursday,December 5, 2019 1:00 PM T aciello,Jen<EacielloJ@bbfl.us Subject-Stern Williams RPS-6400 Quote S- -C $2,475.00 net each $14,850.00 total for shower towers Estimated freight for sig#RPS-6400 to Boynton Beach,FL 3343.5 for dock high deliveryto a business is$1,274.00. This is an estimate based on the information provided, if additional freight services re needed,pleaser ue a requote. 2 Page 507 of 1406 1. 1 Please note:The quote Is ane stimate cool,Uharges ba.,ed on the information you supplied and current rates and discounts. The actual charges will be based on the 96al ship n ient,services performed and pickup date.Service days don't include the day of pickup,weekends and some i f fidays. Lead time is apprwdma"five weeks. FOB Cartery 16, MO Regards, Jura Phone#913-362-5635 Fax#913-362-6689 3 Page 508 of 1406 PURCHASE ORDER CITY OF BOYNTON BEACH, FLORIDA PROCUREMENT SERVICESDEPARTMENT 3301 Quantum Blvd. Suite 101 P.O. 200625 T P.O. FLORIDAK133425-0310 DATE: 12/13/1.9 VENDOR 17284 SHIP T : O: ATLANTIC SOUTHERN PAVING & SEA City of Boynton Beach O BOX 15591 PUBLIC WORKS DEPARTMENT FT LAUDERDALE, FL 33318-5591 222 N.E. 9TH AVENUE BOY TON BEACH, FL 33435 REQUISITION NO, 75201 ORDERING DEPARTMENT- FACILITIES/AGGA/GIS DATE NEEDED: CONTRACT NO. COMMISSION APPROVED. 010251218 EXTENDED LINE# QUANTITY UOM ITEM NO. AND DESCRIPTION UNIT COST COST 1 32 . 00 DL MOT 1.0000 32. 00 COMMISSION APPROVED 8/6/19 BID NO. 020 251- ,: ... TASK NQ ASE��" 292: 22 2 470 ., 00 DL ASPRAM RE`l? iIRS' 1.0000 470. 00 7299.12 DL SSIT, � i�TG 1.0000 7299. 12 4 4681.50 DL 6.... : :1..`0000 4681.50 R�E�IARKS , <: S P,LCOAT TE19NI8 CHNTER PARKING LOT ]$ID: 010 212 1f3/TB TASK ORD;ER:a�nPS:-2�`:072922 . PROCUREMENT SERtCES; R.O. TOTAL. - - . 12482. 62 ACCOUNT NO. PROJECT 303-4212-572.63-05 RP1879 PURCHASING Page 509 of 1406 ger' CITY OF BOYNTON BEACH �mCT}� N �rr�rtf � REQESTs Date: 000 ' Requesting , Contact Person: rPurchase: rmded Vendor ri nt of Purchase 12- Source for Purchase Three Written Quotations GSA State Contract PRIDE APS RESPECT Piggy-Back Sole Source Emergency Purchase Other Contract Number. -� T : Pricing proposal for purchase must be presented in the same detail oontarned witNn the contract. Fund Source , w Approvals: �/Department Head Date Purchasing t DateAssf t City Manager —................_......_.... Date R City Manager Date Form Revised 02101102 Page 510 of 1406 H C) N CD N 0Ch N C) M H IN r- M w 01) IN ILD 10 It- v IN H 'H 0 Z OD Ln C) H 0 I 1I-X) C) C) C) CD CD O C� 9 9 H D40 a C) 0 0 PU I N0 0% -11 IN C) C) C) C) 04 (n CID w I H r-I r-I r-I IV Ac 0 z V ILD N ss 0 V 4J H lixI H I 0 0 0 0 0 wI I U U U U 0 Oz IM IM m IM ID 0 C) u MO C3 C� C3 a 0 r. .0 .0 111. IN U I d 0 0 0 Ln H 0 1 $4 H M -14 M M �4 r- I �4 �4 C3 4j W Ell CID H IN I Fj p 10 -%A- z H r- : n M r- I m rq E I 10 w'- I li-')ii-A WH w H >R 0 0 W :>4 1 O C) N d I plaPNP'pp1p H rx P F-4 I 0 E-4 4134 H H ps C�N CS H IM 0 r- 17% CD I H If IN LD E. Z E� C) W Z m I I MO 0 U H m IM IM 0 H w w w IN H H H H a]H P P P IM IM 0 C7 i U7 H H H H IM cn IM i 0 0 n 0 M W I IM U3 IM IM u U u IIJ 0909080M H H H H z z z z H H H H M M W PQ Ix F4 Ix FI P4 q rx MZ mz D)z m z I HMHWHWHW w 0 I cn N 0 0 0 0 H '.c NUH 2 H R H 0H A IM M IM w H C3 p Mz[-4 E-4 P z p C�y CqHu H u H H U H 1 q w r-pp pin HA HQ 1-4 C5 Op P4 �4 A 1). M IM IM W 2 NZZ M66 ZZ Z Z -E5 134 M U 00 P4 00 00 31 N IN muu HlUu U u Ruu I IN IN IN M 4 1 P4 g4 I r- It- l:- r. 0 M P4 -- •• 0 -- -- H - - I M LO U) Ln H Z -f <SHIQ W>ln Zt✓MM P4 r4 Q I HN N N N 0 d PO v4p0 HPO H P 0 H H r-I r-I O P I H H r4 JXH I MIN IN N 0 Q E PA 1 0 H 134 1 6 HO I p PH 11 � E-4 0 H I C; zoo P-100 000 U200 i Uri r7 r� rn :4 H 1-1 xu MEU U Eu F wmOP8', Fol 281, mum mum HOW PQ 134 0 IX0 M H 4 w 1-4 H Z-1 N M v IM HrQ F1 Z : j Page 511 of 1406 REQUEST FOR OFFICE ASSISTANCE FROM: Date: A 4Z!7E: -/f PRIORITY/DATE NEEDED BY: E] Request for 121iect Pay Req.for the attached-Vendor or Person to be reimbursed: Account Number: Project No.: ?1�6quest for Requisition -Vendor: Account Number: 57Z Project No.. List Items w/Quantities& Unit Costs on the back of this request. 0 Verbal Quotes($500 to $1,999): Vendor: —-----------------—------ Cost: Date: Person Spoke With- Phone Number.,— Vendor: Cost: Date: Person Spoke With: Phone Number: Vendor. Cost: Date: Person Spoke With- Phone Number: 0 Written Quotes($2,000 to$9,999.99)-Attached. El Written Quotes($10,000 to $24,999)w/Purchases over$10,000 Form-A ched. El Bid/City(Over$25,000): Bid# 0 it her Entity(Over$25,000): Bid#, Bid Eff. Dates, & Bid Quotes-Attached. 0 File As: El �?/ 2 5_& Special Instructions: ffice StaWs Inbox; feel free to make any comments below. Request compleFted by: Date completed. Please sign and return this form to the Office Stgv ------ —------- ---—---------—-------- —-------- -------—-------—--------—----- Page 512 of 1406 Sealcoat and Stripe Proposal City Of Boynton Beach (Public Works-Engineering) Gall Mootz Project: Tennis Center/ Task Order ASPS-29-072922 3111 S Congress Ave Boynton Beach, FL 33426 ATLANTICSOUTHERN VAVING ANI D SEAL&-C)AIING Rich Atzert Account Manager Page 513 of 1406 Your Pavement Contractor Company Info Contact Person ATLMTICSOUTHERN PAVING AND SIALCOA1 ING is Atzert Atlantic Southern Paving and Sealcoating Account Manager 6301 West Sunrise Blvd Sunrise, Florida, 33313 Cell:954-299-6114 P. 954-581-5805 Office 954-581-5805 F: 954-581-0465 bgp-//www.atianticsoutherppaving.com About Us We Solve Problems and Make Complicated Simple'. We understand that as a manager, owner or investor Of Droperties all over the United States, you need a partner to develop a strategic plan that will preserve your investment for the to term for the least amount of money. Atlantic Southern Paving & lc tin provides pavement design, maintenance & construction services to the residential, commercial, recreational and industrial markets throughout the United States. Please find the enclosed proposal and do not hesitate to call us with any questions. Watch a Video About Us. CLICK HERE FDOT Certified Contractor Page 2 Page 514 of 1406 IAM11C111N ® Tennis Center / Task Order ASPS-29-072922 APAIVING AND SIALW011AI1ING MOT 1. Item 7-Type Il Barricades-80 @ .40 each. $32.00 Total Price for this item:$32.00 Asphalt Repairs 1. Item 53-4 SY @$20.00 per SY. $80.00 2. Item 38- 1 ton @$390.00 per ton. $390.00 Total Price for this item: $470.00 Sealcoating 1. Item 37-60,826 sqft @ .12 per scift. Total Price for this item: $7,299.12 Line Striping 1. Item 58-6"white-4,890.00 LIF @ .75 per LF. $3,667.50 2. Item 73-handicap symbol-6 @$100.00 each. $600.00 3. Item 57-6"yellow-20OLF @ .75 per LF. $150.00 4. Item 63- 12"white-96LF @$2.75 per LF $264.00 Total Price for this item: $4,681.50 Page 3 Page 515 of 1406 ATLANTIC50UTHERN Price Breakdown- Tennis Center / Task Order ASPS.2,c MMAND$IAKDATROG Please find the following breakdown of all services we have provided in this proposal.This proposal originated on August 21, 2019. Item Description of I MOT $32.00 2 Asphalt Repairs $470.00 3 Sealcoating $7,299.12 4 Line Striping $4,681.50 Total: $12,482.62 Authorization to Proceed & Contract The above prices,specifications and conditions are hereby accepted. You are authorized to do the work as specified. Payment will be made as outlined. When signed,this document becomes a contract. E&OE We understand that if any additional work is required different than what is stated in this proposal/contract, it must be in a new contract or added to this contract. Please see all attachments for special conditions that may pertain to aspects of this project. This proposal is good fbr a period of up to 90 days from the date of the proposal. Payment Terms We agree to pay the total sum or balance in full upon completion of this project. 40%deposit upon contract. (A signed proposal and deposit are required prior to scheduling of the work) Date: Gall Mootz I LCA ,CPS[ Rich Atzert I Account Manager City Of Boynton Beach (Public Works-Engineering) Atlantic Southern Paving and Sealcoating 222 NE 9th Ave 6301 West Sunrise Blvd Boynton Beach, FL, 33435 Sunrise, Florida, 33313 E: Richatiantiesouthempavin g.co m 9!ootza(a_)bbfi.us C.954-299-6114 C: 561-307-2185 P: 9 -581-5805 0: 561-742-6223 F: 9 -581-0465 http:lAvww,atianticsouthernpaving.co Page 4 Page 516 of 1406 Attachments ATLANTICSOUTHERN PAVING AND SEA I COATING Please click any of the links below to view and print all documents. Company Attachments About Us C01 2019 Pago 5 Page 517 of 1406 Coversheet l�of2 7.A. CONSENT BIDS AND PURCHASES R$100,000 Mamie AGENDA ITEM REQUEST FORM CITY OF BOYNTON BEACHn COMMISSION MEETING DATE: 8=019 REQUESTED ACTION BY COMMISSION: Approve the one-year eaten ' n for RFP ids and/or piggy-backs for the procurement of services andlor commodities as described in the written report for August 06,2018-"Request for Extensions and/or Piggyba i. ___________________ EXPLANATION OF REQUEST: As required,the Finance/Procurement Department submits requests for award to the Commission;requests for approval to enter into contracts and agreements as the result of formal solicitations;and to piggy-back governmental contracts. Options to extend or renew are noted in the'Agenda Request Item'presented to Commission as part of the initial approval process. Procurement seeks to provide an accurate and efficient method to keep the Commission informed of pending renewals and the anticipated expenditure by reducing the paperwork of processing each renewal and/or extension individually and summarizing the information in a monthly report(as required). r MAINT ISOLICITATION T SOLICITATION TERM T 01 25121 T ,0 0 . ATLANTIC 08,2019 SOUTHERN REHABILITATION THRU PA\ANG AND AUGUST 07,2020 LLC , INC. DBA ALL COUNTY PAVING HOW WILL THIS AFFECT CITY PROGRAMS OR SERVICES? Many of the City's mods are over 20 years old and have exceeded their service life expectancy. As these roWs age. they are requiring more maintenance(i.e. pothole and crack repairs). The renewal of these contracts extending the term an additional year will allow staff to continue the process of rehabilitating the City's roads and thus add 15+years to theroad's service life and reducing maintenance costs. With less maintenance, staff time can be directed towards otherfacility maintenance projects, The agreement documents allow for two(2)additional one(1)year nsions and approval is requested to wftnd the term ofthe contracts for an additional one-year period thru August 67,2020,which will allow for continued uninterrupted service with the Same terms and Conditions and pricing as the initial swand. FISCAL IMPACT. Budgeted Funds have been budgeted. Each requirement processed against this open-end contract will be funded by the appropriate funding source at the time of release. L 71 : Not approve renamis and require new solicitations to be issued. STRATEGIC PLAN. STRATEGIC PLAN APPLICATION: CLIMATE ACTION: CLIMATE ACTIONI C I . Is this a grant? Q ntA https://boyntolibeach.novusagenda.com/AgendaPublic/CoverSheet.aspx?ItemlD=6413&M... of 1406 A Page 519 of 1406 Page 520 of 1406 � s 3 CITY OF BOYNTON BEACH REQUESTS FOR IPIGGY-BACKS: mk August 06, 2019 REQUESTING Dp C WORKS DEPARTMENT CONTACT.Andrew Mack August to august7, SOURCE FOR PURCHASE- 1 - 1T) ACCOUNT NUMBER.Each requirements i t ill befunded by the appropriate funding at the time of release. VE (S) ANNUAL ESTIMATED PE DI E.$3,0W,000 DESCRIPTION. On August 07,2018, City Commission approved the award of Bid No.010-2512-I8/IT forAsphak and Sidewalk Restoration,in the esfimaW annual amount of$3, .0D. The Agreement allows for two(2)additional one-year renewal terms under the some prices, terms and conditions. The vendor has agreed to renew the Agreement for an additional one-year term. I i i Page 521 of 1406 The My 5 m , Finance/Procurement Services a j P.O. Box 310 Boynton Beach,Florida 33425-03i0 Telephone No: (561)742-6310 ` FAX (561)741-6316 July 18,2019 BID: I REHABILITATION LCONTRACT) BID No.: 010-2512-18/IT CURRENT AGREEMENT TERM: AUGUST 8, 2018—AUGUST 7, 2019 Agreement betwn the Cityof Boynton Beach and AtlanticiSealcoating LLC AGREEMENT RENEWAL T -AUGUST /Yes, 1 agree to renew the existing agreement under the same terms, conditions,and pricing for an additional one-year term. No, I do not Wish to renew the bidfor the following reason(s) Atlantic Southern Pavingealcai a NAME OF COMPANY SIGNATURE NAME OF TI TITLE (please print) 11T TELEPHONEDATE (AREA CODE) r" t E-MAIL America's Gateway to the Gulf S&eom Page 522 of 1406 The City qf a FinancefProcurement Services -� R0.Box310 Boynton Beach,Florida 33425-0310 y r r Telephone No: (561)742-6310 FAX: (561)741-6316 July 18, 2019 Michael Curry, President Atlantic Southern Paving&Sealcoating LLC 6301 W. Sunrise Blvd. Sunrise, FL 33313 VIA EMAIL TRANSMITTAL TO: miamescurr@atianticsouthernDaving.com BID: I I ) BID .: 010-25112-118/11T CURRENT AGREEMENT T i T 7, 2019 Dear Mr.Curry: The current agreement term for the"ASPHALT AND SIDEWALKREHABILITATION"expires August 7, 2019 The agreement documents allow for two(2)additional one(1)year extensions and we mould like to extend the bid for an additional one-year period with the same terms,conditions and pricing. Please indicate your response on the following page and return it to Procurement Services via email to marmere@bbfl.us at your soonest convenience. If you should have any questions, please do not hesitate to call Eric Marmer,Buyer at( 1) 742-6318. Sincerely, Tim W. Howard Assistant City Manager-Administration cc: Gary Dunmyer, MBA, P.E.City Engineer Central File Fite America's 6atewdy to rhe Gulf stream Page 523 of 1406 Coversheet Page 1 'of 2 7.C. BIDS AND PURCHASES OVER D0,00 1117 18 CITY OF BOYNTON BEACH AGENDA ITEM REQUEST FORM COMMISSION MEETING DATE: 8/7/2078 REQUESTED ACTION BY COMMISSION: Award Bid No.010-2512-1811T to the two(2)lowest responsive and responsible bidders,Atlantic Southern Paving and Seal ting,LLC of Sunrise, Florida as Primary Vendor and M&M Asphalt Maintenance Inc a All County Paving of Wray Beach,Florida as Secondary Vendor,for Asphalt and Sidewalk Restoration,in the estimated annual amount of$3,000,000.00.The initial oontract period starts on the date of award and terminates one year from that date contingent upon receipt and approval of Insurance and applicabille payment and pe ante guaranties. EXPLANATION OF REQUEST: Initial Bid Term:August 8,2018-August 7,2018 The purpose of this contract is to provide asphalt and sidewalk rehabilitation and associated work on an as needed basis per the specifications and requirements as defined within the bid documents. It is intent of the City to place order with the lowest priced bidder,designated as the Primary Vendor;the next low bidder will be designated as the Secondary Vendor.Purchase Orders issued under the Secondary award will be issued when the Primary Vendor voluntarily defers the Work,when the Primary Vendor is unable to perform or when the City determines that the Primary Vendor's maximum service capacity has dew reached(based upon outstanding City PurchaseOrders)and additional service capacity is still needed by the City to meet City's service timeframas. In the next 12 months,it is anticipated Public Works Engineering,Utilities,and Facilities will use this contract for approximately$3 million worth of road and sidewalk rehabillitationfrepaks.parking lot seal ting and parking lot construction. On June 15,2018,the City opened a total of six(6)submittals to this Bid.The submittal from Florida Blacktop,Inc.was deemed non-responsive for not meeting the minimum licensing requirements of the Bid. The submittal frorn Janice M. Riley, Inc, dbe The Paving Lady was deemed non- responsive for failure to return Addendum No.1 as required by the Bid. In accordance with the terms and conditions of the Bid,the City reserves the right to make multiple awards for this Bid and to award to the vendor(s) whose bid represents the most advantageous bid to the City, price and other factors considered.Awards may be made to a m "mum of two(2) responsive,responsible bidders on an item-by basis or for all items,whichever is in the City s best interest. In order to establish the lowest responsive and responsible bidders for award of this Bid,Public Works Engineering staff took what they estimated to be a typical project for the City and entered each vendors unit price into a quantity take off for that project.The results showed that Atlantic Southern Paving and Sealcoating was the low responsive bidder(primary)and M&M Asphalt Maintenance, Inc. dba All County Paving was the second low responsive bidder(secondary)- NOW VWLIL THIS AFFECT CITY PROD SERVICES? Many of the City's ds are o. 20 years old and have exceeded their service lifts expectancy. As these roads age, they are requiring more maintenance(i.e.pothole and crack room). The award of this bid will allow staff to begin the Process of rehabilitating the City's mods and thus add 15+ years to the road's service We and reducing maintenance costs, Vft less maintenance, staff time can be directed towards other facility maintenance projects. FISCAL IMPACT: Each requirement processed against this open-end contract will be funded by the appropriate funding source at the time of release. ALTERNATIVES: Reject all bids received.Resolicit the requirement.Require staff to perform these services in-house. STRATEGIC PLAN: STRATEGIC PAPPLICATION: ) CLIMATE i o CLIMATE AC71ONDISCUSSION: Is this a grant? GrantAmourrit- h4s://boyntonbeach.novusagenda.com/AgendaPublic/CoverSheet.aspx?ltemID--4400&M... MPOIN of 1406 s, e FinanceProcurement Services P.O.Box 310 Boynton Beach,Florida 33425-0320 Telephone No. (562)742-6320 FAX (561)742-6316 August 1 ,201 Michael Curry, President Atlantic Southern Paving&Sealcoating LLC 5301 W. Sunrise Blvd. Sunrise, FL 33313 VIA IL TmiamescurTy@atlanficsouthempaVing.com REF:AWARD OF ID NO. 01 0-2512-18/IT-ASPHALT AND SIDEWALKREHABILITATION (ANNUAL CONTRACT) Dear Mr. Curry At the meetingof August 7,2018,City Commission awarded the subject Bid to your firm.The initial term of the Contract °II be from August 8.2018 thru August 7,2019. link to the approved agenda Rem andsoci t d backup may be obtainedt the folio °n link: s:// o tonb c . Ag a. /a en in t/ ov r eet.es ?I e I = tin I -1 Please submit yourcompany'srt' Insurance, in full accordance withthe terms andconditions o the Bid to my attention at your soonest convenience. I ns t the Cityn ach i listed on the Certificate gs an additional insured. In addition, please submit Performance and Payment Bonds in the amount of$350,000. Uponi f the Perfbrmanoe/Payment Bonds, properlyrecorded in PalmBeach County records and Certificate of Insurance, will provide you with a purchase order. The Contract Manager for this Contract is Garyun r, City Engineer, Telephone: ( 1)742-6231 and e-mail-,dunmye[g@bbfl.us. We would like to thank you for responding to this Invitation to Bid and we look forward to working with Atlantic Southern Paving&Seelcoating on this requirement. Sincerely, Ilyse Triestman.CPPO, CPPB Purchasing na r cc: Gary er, MBA, P.E.,CityEngineer Central File File America's Gateway to the Gulf Stream Page 525 of 1406 n gg � wTIT � � � INlei � 8 N Y t 8 S Z µ Z d E s a E a P � o N �_ Sze W�1A yam. if .10 99 NO W uj IL C Z0 0 go 12 g a W gzD z dc ramal m CIJ YC �a9 w Page 526 of 1406 ;fir r .. . "a un r, Gary Friday,August 24,2018 4:51 Greco-Arencibia,Addanna Subject: PO for Atlantic southern avi and Sealcoating On h meeting in August the commission a rove 3, for this contractor. llyse may have the approved I. Has the PO been issued? If not can you look into doing it for ? Gary Gary Dunmyer, MBA, P.E. City Engineer Public Works, Engineering Mailing Address: P.O. Box 310 J Boynton Beach, Florida 33426 ` Physical Address: 100 E. Boynton Beach Blvd. J Boynton Beach, Florida 33435 - - x 561-742-6231 3 DunmyerG@bbfl.us J boynton-beach.org/ IiI " p 61 ply Please be advised that Florida has a broad public records law and all correspondence to me via email may be subject to disciosure.Under Florida records law, email addresses are public records.Therefore,your e-mail communication and your e-mail address may be subject to public disclosure. Page 527 of 1406 PURCHASE ORDER CITY OF BOYNTON FLORIDA B PROCUREMENT SERVICES DEPARTMENT 3301 Quantum Blvd. Suite 101 P.O. ; 200627 BOYNTON BEA ,O. FLORIDA 33425-0310 DATE: 12/16/19 VENDOR 17372 SHIP TO: O: FLOORING SF LLC City of Boynton Beach 3469 W BOYNTON BEACH BLVD PUBLIC WORKS DEPARTMENT STE. 9 222 N.E. 9TH AVENUE BOYNTON BEACH, FL 33436 BOYNTON BEACH, FL 33435 REQUISITION 0, 75180 C7R1;3ER1NC DEPARTMENT: FACILITIES/ALGA/GIS DATE NEEDED: CONTRACT NO. COMMISSION APPROVED: EXTENDED LINE# QUANTITY UOM ITEM NO. AND DESCRIPTION UNIT COST COST 1 11477. 75 DL INSTALL VINYL FLOORING 1.0000 11477. 75 HALLWAY, BREAK AREA, SANITATION OFFICES, SANITATION. BR f SAWITATION . MANAGER. PREMIUM 3 IN ..UND.E "A. :.M ACE NtJAR Q Gb7JOR 1N 2 888 . 00 DL INSTALrL BA$21 Q D:: 1. 0000 888 . 00 3 526. 88 ISL BASE000D `.0000 526.88 REMARKS:. 7.1 1..TALL. FLOORING Q `SANITATION & WAREHOV 8 O..k'FICES, rs MND F'A.CILTTIES .BREAKROOM RSTIMATE 4.1252 PR G 08S � ICS _ ..0. TOTAL.; 1289 .63 ACCOUNT NO. PROJECT 303-4101-580.62-01 CP0703 PURCHASING Page 528 of 1406 � ,41a CITY OF BOYNTON BEACH REQUEST FOR PURCHASE OVER $10000 ------------ Requesting Department: 22-IL14,-e t > V4,.f7-L- Explanation for Purchase: / Vendor Afl [Dollar Amount of Purchase ,2, e72 63 Source for Purchase (check and attach backup materials): Three Written Quotations GSA State Contract PRIDE SNAPS RESPECT Piggy-Back Sale Source Emergency Purchase Other Contract Number: NOTE: Pricing proposal for purchase must be presented in the same detail contained w+thin the contract. Fund Source for Purchase: .- i o 1 Department t Purchasing Agent Asst City n r Date City an r Date Form Re%dsed 021011022 Page 529 of 1406 I E Ln o ca m co to N CD N CY% 04I 1 I 410 a) Ln 00 r4 cq >-I 0 0 u H pq 0 I I F4 E4 z1 6-1 u ID4 1co la I 0 z Fla 0 Z rT4 Ili Pd pq 1 x" r) i I 0 0H z rr4 0 0 E 0 C)E I Its C) co (n ZVI 1 r- 0 CD w W w 0 0 0 0 OD ko CN C3 0 0 co CN m I I rd r-I r-i z 0 1 00 Ln 00 0 m U W I rl H U3 I m F4 1 0 Z F74 PP I O4 4 C)C)C) z bl ty) to C) 0 Ho 0 000 0 0 0 ao H 0 a C) 4z m Ln C> 0 P P P Cl y H C) C3 ER 0 WNC:) I flt 04 (11 Ln 0 H I H N m61 I rni —1 r-4 YI C) H chml- P4 P4 0 i z M"M 1 Q1 0 w 0 NV9x 94 F4 0 rqqH V rT4 I I- a I x to b) M cn H0 0 0 H CP En ..q -ri .11 rV4 V 4J V PQ z H E 0 10 Um Wm we)0 z H r- 0 1 w 0 04 N Ix rA z P4 ?n L`-Pr-kr-k OO wl M oc)mc)goo rd P4 go >.i Ln C> Go z pd Ip I r- 0 CD4 C) Vu EH Do H H P4 p t- to 0) DN F4 0 I r- co N I EA H v CD In u tD Of 04 2 B H E-4 W I 14 w : W pq u] I B W I Z z pi Q I I 0 I H H Q 0 H 0 FA u ro 0 i iU 9 0 4 0 H N to u p 134 U]W. EQ i i m m 00 H Fi El p m z z z 14 C) H pq.� RN w I rX4 W W M ull M m 0 0 rk�0 m ca M 0 F4 W, C4 ca Ix lb 04 D4 Ix D4 w H H x E E 81 ,9H H gg H 1 TQ ul m H M P4 M P4 w rw I 000000 O7 1 E'Iz Xzzzzzz E� IIN PM fX8 OW4 lWd MN HHHHHH I EH Z E-4 F, =0ppQ M z Fl F4 �Fi r m40F10E-10 ril I rAHU HU HU I HHH1 11 IF I W AV 9z 9z �3�D tD�D�)�D H I OOH H H H MPQMMMPQ El Z m H HA ix HER 22 OZ ZO 0-4 w ca W H 14 1 ON QIXHF-i HH HH s O�4 9� - HOW �Q a 0 1a0 aO 1 C) 0 C) P4 4 OHO H 0 HO N cq N x w HU04 0 p Fl po I ko to w F4IAC P4 MP4 MMN M rz. I 0 a C) >'M M M M 1 co co m Z 1 Zp! Hp .. .. ca In Ln Ln 0 I Hmz H>IQ 4>4n ,`+1Q I Eri H ri H I y 0 mp4PO mE�o nE�o 0 0 O E Hi B 1�1E M 1 0 01:1 H li 04 b4 �j1 Q I E4 0 H 1",00 000 1 Urn m m H 1% ��l E�- u MEU co u 0 4 H x Evq 0 m W �M m rn H 0 U) 0) MMO�3 MR ul C) Dq : z wluum zum CY M I H ca 04 N P4 P! H W m H N i CN m H 4 z Page 530 of 1406 REQUEST FOR OFFICE ASSISTANCE FROM: x 14W6 ef 7- Date: PRIORITY/DATE NEEDED BY: E] Request for 1iect Pay Req.for the attached-Vendor or Person to be reimbursed: Account Number: ­...... Project No.: 0 Request for Requisition -Vendor: AccountNumber: 3�'03 - 4161 - '5y6- 6eZ- -0/ ProjectNo.: List Items w/Ouantities & Unit Costs on the back of this request. 11 Verbal Quotes($500 to $1,999): Vendor: Cost: Date: Person Spoke With: Phone Number: Vendor: Cost: Date: Person Spoke With:— Phone Numben. Vendor: Cost: Date: Person Spoke With: Phone Number: El Written Quotes($2,000 to $9,999.99)-Attached. El Written Quotes ($10,000 to $24,999)w/Purchases over$10,000 Form-Attached. 0 Bid/City(Over$25,000): and El Bid/Other Entity(Over$25,000): Bid#, Bid Eff. Dates, & Bid Quotes-Attached. [:] File As: 0 OTHER: Special Instructions: Request completed by: Date completed: Jrlease sign and return is fo to the ffilce Staffflrs in feel free to make any comments below. Page 531 of 1406 Estimate 3469 W BOYNTON BEACH BLVD#9 DATE INVOICE# BOYNTON BEACH,FL 33436 10121/2019 1252 P:561-777-7886 F:877-394-3499 ENUIL:FLOORINGSF@GMAIL.COM L-TI M Bill TO CITY OF BO TON 22219E 9TH AVE Boynton Beach FL Description Qpy Rate Amount VIN'YL Install Vinyl Flooring Click warehouse office,hallway break 2,091 5,48912 11,477.75 area,sanitation s,sanitation bre ak,sanitation manager Premium 3 in I Underlayment 0.00 D.00 Ace Aquarius Color Innes 0.00 0.00 Install Baseboard 592 1.50 888.00 Baseboard 5180 9/16 x 511/41 592 0.89 526.88 Primed White MDF 16FT Sales Tax 7.00% 0.00 Total $12,89163 Page 532 of 1406 11.06.2019 Invoice 2019-3818 Ill To: For: COB FLOORING 222 NE 9th Ave CODE Description Arica Quantity Amount Boynton Beach FL Removal No exisitn floor 0.00 lnstEdl-VN Install vinyl flooring in areas specified per gall 5.99 2„100.00 12,579.110 Includin2 labor and matedWs (t.U0 Install-B.S Install new baseboard in same areas 2,99 575.00 1,719.25 incidulng labor and materials 0.0 0.00 0,44 1E E00,-0000 4.40 Make all checks 0.00 payable to: 0°00 YCCS INC 0.00 ff you have any questions 0.00 concerning this Invoice, contact: 4.00 Yaneisi Cruz 0.00 561-294-0760 0.40 yaneisyrt@yahoo.com 0.00 0.00 0.04 0.00 0.00 Subtotal Total I 14, 8.25 Invoice Total 14,298.25 Due Upon Receipt Thank you for your businessl Tel 561-294-0760 5200 Godfrey Rd Parkland,FL33067 yaneisyr@yahoo.com Page 533 of 1406 V, 321 N Congress Ave Delray BeachL 33445 �i ray :4 m 561-701-326' PROJECT NAME. City of BoyntonSanitation 10/26/2019 install vine floor average quality water proof flooring 2100 sf over e)dsitng floor @ 5.99 $ » 00 Install 5 1/4 MDF baseboard throughout sane areas 1,800.00 0 L 3.00 LF � s Page 534 of 1406 PURCHASE ORDER CITY OF BOYNTON BEACH, FLORIDA PROCUREMENT SERVICES DEPARTMENT 3301 Quantum Blvd. Suite 101 P.O. BOX 310 P.O. #: 200652 BOYNTON BEACH, FLORIDA 33425-0310 DATE: 12/19/19 VENDOR 16713 SHIP TO: TO: SUPE RION, LLC City of Boynton Beach RAMUNDSEN SUPERIOR HOLDIN ITS DEPARTMENT 1000 BUSINESS CENTER DR 3301 QUANTUM BLVD. LAKE MARY, FL 32746 SUITE 101 130YNTON BEACH, FL 33426 ............ REQUBITION O. '75319 ORDEMNG DEPARTMENT` ITS ............................ DATE NEEDEM CONTRACT NO---—------------- COMMIS'SION APPROVEO: EXTENDED 1111 LINE# QUANTITY UOM ITEM NO. AND DESCRIPTION UNIT COST COST 1 1. 00 F.A FUSION OPEN MARKET - ANNUAL 13891.5000 13891.50 SUBSCRIPTION FEE SunGard Public Sector Fusion Open Market Maintenance .� 1._ �0.2 �0176: :0 12/31/24 MAIN 2 1. 00 EA FUS 1.011:.�"Apl S At. I w Tak ' 0001 ' 00 FEE: RuHbar.d v::Sector 'FuO ion M ... es a �4-fiLc iiSt rt:::1/1/Z020, Ei:id:'.... .. . 42 3 0 2.0. 7R9MARKS: ZONFIRMING PURCHASE ORDER .9 INVOICE V . 2604.7 VtYSIGN APIS FOR UTILITIES T.R RM PROCUREMENT SER%/dCESo 0. TOTAL 13891.50 ACCOUNT NO. PROJECT 401-2821-536.46-91 ON�APPROVEO�, PURCHASING Page 535 of 1406 CITY OF BOYNTON BEACH REQUEST FOR PURCHASE OVER $109000 Date: Requesting : ITS Contact Person: Aaron Burn Explanation Purchase: Superion interface Fusioni "gateway" product to allow, in ici entities access to the Supedon database for businessi llreal-time "live" information ill be utilizedr 3rd party vendor Bill2Pay for bill presentation, payment processing and IVR information. Dollar Amount of Purchase $13,891.50 Source for Purchase (check and attach backup materials): Three Written Quotations GSA State Contract PRIDE/RESPECT APS Sole Source Piggy-Back Budgeted It Emergency Purchase Other Contract umber: NOTE: Pricing proposal for purchase must be presented in the same detail contained within the contract. Fund Source t Utilities 1- 1- - 1 Department Head Date— 7 Irl i Purchasing Agent Y Asst i r A DateI s r City r Date Fonn Revised 02/01/02 Page 536 of 1406 dq N Cd 1 ! ! I pa rd M ® I H ri 1 tt� r-0 I H I O 6 C3 1 N a� 185 co co I M r1 M I N H (� I I ' � 1 I I 1 I � H I I pq 1 � I ' 1 ' I 1 I � I 1 I ' I 1 H O gy V N .WY I O O H H i O G 09 OY I .-J ri W rH ® � M I W I I U 1 1 la I H h H I H OE I H W ® W O H H 1 ® F I :E 14 H H mom+ H C'1 I H E pR w H a H O O z 2 F a d H H R d a H rE U pq�.o m d AI H r i �' E- N W Q 1 IM H VA O toH W ® O U rA V! H a E W a I 01 rn� W I w o 0 5 % E U H� ca cy ' �7W a � E 5eUe�� Hcq W W Nw W F [u m E+ r W Z I � �p�'dN® WNbPy5� 1 OWO W UdW��00111111 C4 1 1.a''�7• H WOW\ mOo.3` o .m OIN IN fi m O av I di W 6 �®m H lfWA~ M W nl as CilOWO ci e H ei I a to a W I I O H O Wa O H N f in I H N it Pe U� Re�g-I m H H � H VC71E CEu W H W H .. qq I to 4ko H Lo m a c4.. F W w tV ±Cy7 ftl Q 16 H I ® " 1 5 H C 6 0 U Ai-r- 1 eq H O ' O cd N®V 0 0 I U m HM 0 W Hfry Pl I V o n 7 a�+ w H O L - TO—1 Eq yd ae a [s rk�N Page 537 of 1406 k ilY°3`,py'1`2,3> Invoice / o/ce No Date nwg ,�__ ...._.. CENTRALSOUARE room cA&-amus 260479 12/1/2019 1 Of I uperion, LLC, a CentralSquare Company 1000 Business Center Drive Lake Mary, FL 32746 www.centralsquare.com Tall free 800-727-8088 Billing Inquiries:Accounts.Receivable@centralsquare.com Bill To Ship To City of Boynton Beach-RISC City of Boynton Beach-RISC ITS Department ITS Department 100 East Boynton Beach 100 East Boynton Beach BOYNTON BEACH FL 33435 BOYNTON BEACH FL 33435 United States United States , ...,117 L '.,, City of Boynton Beach US Net 30 12131120 9P Description Units Rate Extended Contract No.20501 t Fusion Open Market-Annual Subscription Fee 1 $13,891.50 $13,891.50 SunGard Public Sector Fusion Open Market Maintenance:Start:1/1/2020, End:12/31/2020 2 Fusion APIs-Annual Maintenance Fee 1 $0.00 $0.00 SunGard Public Sector Fusion API's Maintenance:Start:111/2020, End:12/31/2020 Please Include Invoice number(s)on your remittance advice, Subtotal $13,891.50 made payable to Superion,LLC ACH I EFT: Tax $0.00 Routing Number 0710-000-39 Account Number 81880-15335 Bank of America(Phone 8001132-1000) Invoice Total $13,891.50 E-mail payment details to:Accounts.Rarelvable@oantralsquare.com Payments Applied $0.00 Check: 12709 Collection Center Drive Balance Due $13,891.50 Chicago, IL 60693 Page 538 of 1406 PURCHASE ORDER CITY OF BOYNTON BEACH, FLORIDA PROCUREMENT SERVICES DEPARTMENT 3301 Quantum Blvd. Suite 101 P.O. BOX 310 P.O. #: 200655 BOYNTON BEACH, FLORIDA 33425-0310 DATE: 12/19/19 VENDOR 6995 SHIP TO: TO: GENTILE CLAS HOLLOWAY O'MAHONE City of Boynton Beach ASSOCIATES, INC. PUBLIC WORKS DEPARTMENT 1907 COMMERCE LANE 222 N.E. 9TH AVENUE STE 101 JUPITER, FL 33458 BO YNT ON BEACH, FL 33435 REQUISITION NO, 75342 ORDERING DEPARTMENT: ENGINEER-ING/AGGA/PM DATE NEEDED: CONTRACT NO, ISSION APPROVED: 049241017 E���� EXTENDED LINE# QUANTITY UOM ITEM NO. AND DESCRIPTION UNIT COST COST 1 13650. 00 DL TASK NO I-SCENERIO REFINEMENT & 1.0000 13650 . 00 EVALUATION FIXED FEE COMMISSION A-PPROV�D. 1-:0./1-7 17 ::...... RFQ 11 404-9.7 2410- RESOL-U.T. ION: NO. R18-014 2 750 00 DL RETMBt-M- SEME.- A'LLOWANCE A 0 0 00 750 ,00 REMARKS PROFESSIONAL PLANN=. G SERVICES FOR SENIOR CENTER & WOMAN'S CLOB. �w 0492:410-1-7./It'- R18-�014 — NILE GEASHpL14WAY: O'MAHONEY 'JOR NO 19 0502 . 2 . . .. . .... . . . . . . . . . . .. . . . . . PROCUREMENT SERVICE P.O. TOTAL: 14400 m 00 --w ACCOUNT NO. PROJECT 303-4111-572.62-01 RP2013 -------------------- PURCHASING Page 539 of 1406 CITY OF BOYNTON BEACH REQUEST FOR PURCHASE OVER $109000 , - Date: 12/16/2019 Requesting Department: PW - Engineering Contact Person: Paola Mendoza projectExplanation for Purchase: The o is to complete l design for the parkingt reconstruction and use of the ® Professional Planning Servicesr Senior Center and Woman's Clubutilization evaluationc i S® it Source for Purchase (check and attach backup materials): 1 $ Three Written Quotations GSA State Contract PRIDE/RESPECT SNAPS Sole our Piggy-Back et Item Emergency Purchase t r KJ Contract - 1 - NOTE: Pricing proposal for purchase must be presented in the same detail contained within the contract. Fund Source for Purchase: 303-4111-572-62-01, r t#RP2013 Approvals: Department Head Date Purchasing t I Date Asst City Manager Datei ►Y�ao City t Form Revised 02101/02 Page 540 of 1406 0h 0) 1 N cl H rl I 1 C) C3 0 Ey 00 0 0 LO m 0 � 0 > FA Z 0 z 0 C) V U 0 0 p Z CA 1o 0 CD FA 0 C3C o 0ic; 0 P Ln Ln C3 ri w u M M 0 H H a 0 34 1 NN P I HM 0 P4 124 U ED 0 1 C) — k �u m B u C) 0 0 0 w Ln pq 0 H 0 0 CF., U u 2 fu NE Ix C3 0 W H 54 �4 O 44 M I I 43 43 Ul vi Ln iX > ch P M S4 N U3 or E 1 9 0 Um Orn 0 Mq-Hr-l-i z �z 0 1 Dq I rX4 F�)0 OO r� F4 >0 I 14 1 O am 0) 0 F-C Z r4atmowm H a 00 0 Ln H P4 Q I P z �j en E4 CR 04 N coI -1 w ra 0 Z z W F4 Ul U3 i 0 H Z` 0 H 0 H E., pa z z w > x 2� cy Cb w F4 W > Ix 0 0 > DQ i AP, N ul M I H H pq W w FA M Apapap LIZ U3 cn I HHRH HW ry. 0 E-4 *RE UOR �A H SOH OHIX �-� ZH H > Ipm PM W 04 0 m H w OH H I -1 4 z 1 1-1 .-q -=)— It. I6x 0 C3 IXMH U3H 1 CD 0 W Ix ri z 2 N N %0 z 04 ;r .0 0 ko LD M P4 N O u N U I N Ncli z I U 4I z r-- 4� pq 0O 0 DI .. .. I In In N� H l I z Zip zP4 p I E+rl H Z - : .4W 0 0 OEyO WPO 0 E+ M H H HE ca H P4 I O N U3 Q 'IQ N 0 HR 000O H IX M MEU ri OFxi � 0 m M NX MOR E4 0 N mum mum l ESC. U P4 w P4 W Z9I Yl N I ZH C4 U3 HM H Page 541 of 1406 Greco-Arencibia, Adrianna From: Mendoza, Paola Sent Wednesday, December 11,2019 2:53 PM ® Greco-Arencibia,Adrianna Subject PO Request for Senior Center- Parking lot reconstruction Aftachments: RE:Sr Center Project Number, Senior Center 19-0502.311.111819.p f, Boynton Beach General Planning Services 18-0208 EXECUTED.PDF Hello Adriana, We will like to get a PO for the work described in the attached proposal.We want to use the attached contract for it. Gary and I checked with Eric Marmer from Finance and he said we do not need a task order for the work, he said we contract directly with them. The following for your information: Please see attached proposal from the consultant The project scope is to complete conceptual design for the parking lot reconstruction and use of the Woman's club Acct#303-4111-572.62-01 Project#RP2013- (Finance has already created and funded the project number) Please see attached executed contract Paola Paola Mendoza Associate Engineer Public Works/Engineering Mailing Address: P.O. Box 310 1 Boynton Beach, Florida 33425 Physical Address:3301 Quantum Blvd.,Suite 101 1 Boynton each, Florida 33426 561-742-6266 MendozaP@bbfl.us boynton-beach.org/ El F] Wei-Ij Please be advised that Florida has a broad public records law and all correspondence to me via email may be subject to disclosure.Under Florida records law, email addresses are public records.Therefore,your e-mail communication and your e-mail address may be subject to public disclosure. Page 542 of 1406 Greco-Arencibia, Davidson,Anthony Sent Wednesday, December 04, 2019 4:41 PM Baca, Fabios Mendoza, Paola Cc: Mack,Andrew, Dunmyer,Gary Subject E:Sr Center Project Number FollowFollow up Flag ® Completed Project Number is RP2013 Anthony Davidson Budget Manager ( � Financial Services Mailing Address: P.O. Sox 310 1 Boynton Beach, Florida 33425 Physical Address:3301 Quantum Blvd.,Suite 101 I Boynton Beach, Florida 33426 �f 561-742-6314 DavidsonA@bbfl.us boynton-beach.org/ Please be advised that Florida has a broad public records law and all correspondence to me via email may be subject to disclosre. er Florida records law, email addresses are public records.Therefore, your e-mail communication and your e-mail address may be subject to public disclosure. From: Baca, Fablo<bacaf bbfl.us> Sent:Wednesday, December 0 ,20191:08 P T : Davidson,Anthony<DavidsonA bbfl.us> Subject:Sr Center Project Number Tony—would you please crease this project ? Paola Mendoza (Engineering) is looking for it.They are ready to process requisition/PO Thanks EY 2018119 I t ..1- 9/20 PROXECT NAW 'ZAme"W:Bodft A4*WBwlg O -R­ecoPstnict Paddng Lots 75C 1 Page 543 of 1406 ra SCOPE FOR PROFESSIONAL PLANNING AND LANDSCAPE ARCHITECTURAL SERMES �&t9Na1RH'R'S'SaaaaaIXIXIX�.�„,.p'%'udib�.45`4➢M'S&fibt'Wf"+'1Rsatam&�%3.',FuuNwb'aaceati%6tm'm'm'm'm'm'm'm'masaae4pp 'a.'s.WiL#Se3&'da'4'S'aa'S&"P.ui.'-d .u&uuuuN�����„ttt�ldUtNifi`.S:b".beti5.”bb&'dro'&db'd&d'&abroro&b&b&&'&&&dbtis¢�tt 4W Gentile Holloway il e Glas Client Gary Dunmyer,City Engineer o Public ,Engineering OMaoney &Ass®eicttc.Inc. City ofBoynton b 100 E.Boynton Beach Blvd. Boynton Beach,FL 33435 .561-742-6231 Email:dunmyerg@bbti.us Mail : WNSIMM Box 310 „---- ---- Boynton Beach,FL 33425 Re: Professional Planning Services fbr Senior Center nd Warnan's Club Utilization -Evaluation and Recommendations November 1 ,2019 Job Marne: Senior Center and omen's Club Utilization Job Number:19-0502,2 This is to confrme authorization to the busi fe Glas Holloway 'Y Associates, Inc., Landscape Architects, n vl (Consultant) for the performance of Professional lnnin n Landscape i I Services. The scope of requested services Is is f) _Agreementfor Servicow. The Consultant s to provideprofessional planning servicesClient o fly described In e Scope of Work,andthe Client agrees to compensate the Consultant fbr those servicesunder the terms of this Agreement The Consultant's services shall be performedIna manner consistent vWth that d skill in I cin design professionals i r i in the same locality, same sh and under the same or similar circumstances conditions., The Consultant makes no other representations or warrandes, r exprmsed or implied, t to the services rendered hereunder. The Client is the Cfty of Boynton Beach. The scope of work provides for working with staff to develop and evaluate t ti I scenarios to make a recommendationimprovement Senior Canter and utilizatione Wornans Club. The scope includes the ablkto pmceed with a more detailed analysis of a scenario as may be directed and authorizedby the Client. TASK 1;,SCENARIO REFINEMENT A. SCENARIOS: a Consultant ll begin a development of t (3) conceptual scenarios s agreed to by staff whichshall include: 1) Demolition of the Boynton Beach Senior Center( C)to covertsite parking to support the BoyntonWoman's Club( C)and to provide an elevated pedestrian across US Highway 1 (with an elevator)connecting the new parkingarea to the second oar of the ® 2) The same scenario as number i above with a mId-blackat grade pedestrian crossing option;and 3) Maintaining the current BBSC andC structures vAth re-configured parking at the BBSC to maximize spaces. B. PRESENTAT10N MATERIALS AND I e Consultant shall prepare conceptual color S lana of the scenarios. Additionally,the Consultant 'll work with the staff to create graphic of the potential pedestrian bridge. Page 544 of 1406 Boynton Beach Senior Center 19-0502 November 18,2019 Page 2 of 5 C. Ll II EVALUATION: The Consultant will coordinate with staff to identify the issues fbr further study associated with the viability of each option, Including traffic and architectural as well as financial considerations that YAII warrant further investigation. D. OPTIONAL SUBTASK CONSIDERATIONS: The Consultant as directed by the Client may amend the tasks as described above to Include additional services of the Consultant or services of o Sub-Consultants.The services may include but may not be Ilmited to more detailed traffic analysis, building inspection or evaluation by an architect. Such additional services of the Consultant or Sub-Consultants shall be billed hourly with estimated fees, as requested. LI L :Conceptual Color Site Plans including a conceptual 3-D graphic of the pedestrian bridge crossing. Each scenario will have a list of considerations for investigation to be done in a more detailed analysis. FIXED FEE*: $ 13,650.00 REIMBURSEMENT ALLOWANCE: $ 760.00 SCHEDULE*: 3 weeks *Optional sublask eftris may require additional time and fee considerations. TAS Based on Client direction the Consultant shall develop more detailed analysis of one or more scenarios for consideration. A. TBD; DELIVERABLES: FIXED FEE: TBD REIMBURSEMENT ALLOWANCE: TBD SCHEDULE: TASK 3., IMPLEMENTATION ON RECOMMENDATIONS-TBD Based on City direction the Consultant can work as needed to implement any findings In coordination with staff.Such action to be determined later, B. TBD: C. TBD: DELIVERABLES, FIXED FEE: TBD RE I MBURSEMENT ALLOWANCE: TBD SCHEDULE: LCO00177 K- Seivi 201giassignmentslSerdar CenW19- 0502.8&111829dot Page 545 of 1406 Boynton each Senior Center 19-0602 November 18,2019 Page 3 of 5 Compensation by Client to Gentile Glas Holloway O'Mahoney&Associates, Inc.for these professional services will be based upon: Compensation for services rendered by the Consultant for additional services requested by Me Client shall be hourly based upon the following hourly rates plus reimbursable expenses as described herein. See ExhIM A for contractual houdy rates A. All other provisions of our existing general planning consulting services agreement as a result of the 41 1711T. Resolution dated February 6, 2018 shall apply to this authorizallion of Services. B. See Attached Exhibit A for compensation. Compensation by Client to Gentile Glas Holloway O'Mahoney&Associates,Inc.for these professional services will be based upon.- 92MODAMLQ11 1. Reimbursable enses-Alloymnce no above to allow for some minimal graphics and possible flon materials if requested. 2. Client's Res non IlUMe% The Client shall be responsible for the fblkyMng: A. The Client shall provide full information concerning ft Scope of Work,shall set forth the Cilent!a objectives,restraints,and criteria. B. The Client shall provide the Consuftafft Wth a certified copy of a survey. The Consultant shall rely on the accuracy of this survey in the performance of his work under this Agreamerd. C. The Client shall provide the Consultant YAth all other engineering studies, reports and architecturaI drawings as may be necessary for submission to the local governments having jurisdiction over the development of the property. The Consultant shall rely on the accuracy of these Items In the perfarmnos of his work. 3. lea vinent for Seryl s: The Consultant shall bill the Client for its services and reimbursable costs due under this Agreement at such times as it shall deem proper. All Invoices are due and payable upon retel pt by the Client. IntareK at a rate of 1.5%per month, shall accrue on Invoices outstanding more than 30 days. The Consultant Ml atop all work per this Agreement on invoices post due 30 days. Wft will not commence until all past due Invoices are paid in full. The Consultant assumes no responsibility for damages,financial,physical or other,because of work being stopped. 4. Terminationof 69reement This Agreement Is terminable anytime upw notice,of the Client or the Consultant to the other party. Termination of this Agreement, however, shall not relieve the Client of any responsibility for payment for any services performed by the Consultant before recelprt of the notice of termination. 5. Extent of t: This Agreement represents the entire Agreement b the Client and the Consultant concerning the Scope of Work and may be amended only by written instrument signed by the Client and the Consultant. In all respects. the laws or the state shall govern this Agreement of Florida and venue concerning any dispute that may arlse under it shall be in Palm Beach County, Florida. 6. LI at I-Liablilly: LCOOD177 OSO2.3R.111MY.doc Page 546 of 1406 Boynton Beach Senior Center 19-0502 November 18, 2019 Page 4 of 5 The Consultant or his consultants shall not be liable to the Client for indirect, special, reliance, incidental, consequential ore damages(other then personal injury damages)arising out of or concerning the performance of the services for this Agreement beyond the amount of fees paid for such services. Pursuant to this Bection, an individual employee or agent of the Consultant may not be held individually liable for negligence arising out of or concerning the performance of the services for this Agreement. The Consultant shall not be responsible for monitoring alte plan approval status beyond the date of approval by the local jurisdiction having authority over the project.(Most site plan approvals expire 18-24 months after final approval.) 7. Miscellaneous Provisions A.This Agreement is governed by the law of the Consultent's Principal place of business. B.This Agreement is the entire and integrated agreement between the Client and The Consultant and supersedes all prior negotiations, statements oragreements, either written ororal. The parties may amend this agreement only by a written instrument signed by both the Client and the Consultant C. In the event that any to or pmvision of this agreement is and to be unenforceable or invalid for any reason, the remainder of this agreement shall continue in full force and effect, and the parties agree that any unenforceable or invalid term or provision shall be amended to the minimum extent required to make such term or provision enforceable and valid. D. Neither the Client nor the Consultant shall assign this agreement without the written consent of the other. E. Irrespective of"any other term in this agreement, the Consultant shall not be responsible for construction means, methods, techniques, schedules, sequences, or procedures, or fbr construction safety, or any her related programs; or for another party's failure to oomplete their work or services in accordance vvith the Consultant's documents. F. Client agrees to indemnify,defend and hold harmless the Consultant from and against any and aII dalms. liabilities, suits, demand% losses, costs and expenses, including, but not limited to, reasonable attorneys: fees and all legal expenses and fees Incurred through appeal, and all Interest thereon,accruing or resulting to any and all persons,firms or any her legal entities on account of any damages or losses top or persons, including injury or death, or economic losses, arising out of the Project and/or this agreement, except that the Consultant shaI! not be entitled to be incleminiffed to the extent such damages or losses are found by a court or forum of competent jurisdiction to be caused by the Consultonfs errom oro si s. G. Should any legal proceeding be commenced between the parties to this agreement seeking to enforce any of its provisions, including, but not limited to,fee provisions,the prevailing party In such proceeding shall be entitled, in addition to such other relief as may be granted, to a reasonable sum for attorneys' and expert witnesses' fees, which shall bedetermined by the court or forum in such a prooseding or in a separate action brought for that purpose. H. The Client and the Consultant waive oonsequenU damages for any claims, disputes or her matters In question arising out of or relating to this agreement. The Consultant's waiver of consequential damages, howevGr, is contingent upon the Client requiring the contractor and its subcontractors to waive all consequential damages against the Consultant for claims,disputes or other matters In question a rising out of or relating to the project. I.To the extent that damages are covered by property insurance during oonstruction,the Client and Consultant waive all rights against each of and against the contractors, consultants, agents, and employees of the other for such damages. The Client or Consultant, as appropriate,shall require of the contractors,consultants,agents and employees of any of them similar welvers in favor or the other parties described In this paragraph. LCO00177 K:Wompany infWMaVon�rXent s1 each1Genewiftnning ery X 20281*ssfgnmentsISenfor Cen&rl-QL 0502.3R.121819.doc Page 547 of 1406 BoYnton Beach Senior Center 9® November 18, 2019 Page 6 of 5 J. The Client acknowledges and agrees VW proper Project maintenance is required after the PrejW Is complete. A lack of improper maintenance for this Projed may result In damage to property and or persons. The Client further acknoWedges that, as behusen parties to this agreemorg, the Client is solely responsible for the results of any lack of or improper maintenance. K. Nothing In this agreement shall create a contractual relationship for the benefit of any third party. Ownership of InjOuLmemp of Sgaicir Drawings,specifications and other documents, Including those In electronic fbffn, prepared by the consultant and the Consultants Susultants am Instruments of Service fbr use exclusively to this ProjecL 7he Consultant and the Consultants Sub-consultents shall be deemed the authors and owners of their respective Instruments of Service and shall retain all common JW statutory and other reserved rights,including copyrights. The Client shall pay a retainer In the amount of Zero Dollars ($0.00) upon commencement of services or aulhorization of additional work under this Agreement. Sold retainer shall be credited to the Ise Invoice for service. Confirmation Order City of Boynton Beach Gentile Glas Holloway(YUshoney &Associates,One.(Cocrultant) t By: By: Name Dod!Buckmaster Oles,AICR LEED AP Director of Plaming Title Title:PartnerMoe President Date: DaW November 9 1 LCO00177 Page 548 of 1406 EXHIBIT "All FEE SCHEDULE Gentile I ll 1 DATE: November 06 2017 Revised Janu�ary 8, 2018 Ee:r:so::n:n Cla�ssffic�atlo�ns ������ Principal Project Senior Engineer Senior Planner Senior Architect Senior Landscape Architect Senior r Engineer Architect Urban i r Planner Landscape Architect Surver r Inspector (Zoning & Landscape) $78.90 GIS Specialist CADD/Technician Planning 1 $54.26 Clerical/Administrative Reimburseable Exn------ Direct costs such as postage, prints, delivery service will be billed at cost. Page 549 of 1406 Coverseet Page I of 2 7.D. CONSENT BIDS AND PURCHASES OVER$100,000 10/17/2017 CITY OF BOYNTON BEACH AGENDA ITEM REQUEST FORM COMMISSION MEETING DATE: 10/1712017 REQUESTED ACTION BY COMMISSION: Approve the ranking of the proposers as determined by the Evaluation Committees and authorize staff to conduct negotiations with the three highest ranked fines:The Mellgren Planning Group;Jon E.Schmidt&Associates dlblal Schmidt Nichols;and Gentile Glas Holloway O'Mahoney& Associates,to establish contracts in accordance with Request for Qualifications-RFQ No.:049-241 D-1 WIT for General Planning Services and as per Florida Statutes 287.055,Consultants'Competitive Negotiations Act(CCNA). At completion of negotiations contracts will be brought back to the Commission for approval. EXPLANATION OF REQUEST. On August 1,2017,pursuant to the Consultants'Competitive Negotiation Act(CCNA),Procurement Services opened eight(8)proposals in response to the "Request for Qualifications for General Planning Services." This RFQ was issued seeking qualifications from firms interested in providing general planning services to the City. After reviewing all proposals in accordance with the evaluation criteria contained in the RFQ,in a public meeting,the selection committee scored and ranked the firms and shorthated: The Mellgren Planning Group; Calvin, Giordano&Associates; Gentile Glas Holloway O'Mahoney&Assoc.; The Corradino Group;Schmidt Nichols;Redevelopment Management Assoc.;Keith and Schnars and Keith&Associates. The Part 1 Ranking and Average Scores are as follows: FIRM AVERAGE POINTS RANKING t The Moften Planning Group 37 1 Galvin,Giordano&Associates 8633 2 Gentile Glas half O'Mahoney&Assoc. 33 3 The Corradino Group 82.33 4 Schmidt Ni sols 82 S Redevelopment Management Assoc. 1 Kerlh and Schnars 30.67 7 Keith&AsnociatesSp s In accordance with the process outlined in the RFQ, the top five (5) ranked firms and their teams were invited to participate in oral presentationsfinterviews. Subsequent to the presentationslinterviews,the selection committee independently scored each vendor and in a publicly noticed final ranking meeting held on October 5,2017,the committee disclosed their scores for the presentationnsfiMerviews. The Final Ranking and Average Scores are as follows: FIRM AVERAGE P011171SKr X00 The Mellgren Planning Group 931 Schmidt Nichols 91.67 2 Gentile Glas Holloway G' a Assoc. 91 3 Garvin,Gir3rd8no&Associates 66 The Ger diner Group 67.33 Based upon these scores,the Committee unanimously voted to accept the rankings and recommended by consensus to prepare an agenda item to City Commission recommending approval of these rankings and authorization to proceed in negotiating Contracts with the three highest ranked firms: The Mellgren Planning Group;Schmidt Nichols and Gentile Glas Holloway O'Mahoney&Associates. HOW WILL THIS AFFECT CITY PROGRAMS OR SERVICES? Approval of this request will allow the Development Department to perform various types of planning work, such as platting and abandonments, development review services,etc.for the City on an as needed basis. FISCAL IMPACT: Budgeted No fiscal impact until work is assigned. Cost of planning services relating to a capital improvement project is included within the project budget. General planning services are budgeted within departmental operating budgets. ALTERNATIVES: Not accept the committee's ranking; Re-rants and approve commission ranking; Request oral presentations to commission then rank;or Not to award and issue a now Request for Qualifications. https://boyntonbeach.novusagenda.com/AgendaPablic/CoverSheet.aspx?ltemlD=2997&... �fi of 1406 Coversheet Page 2 of 2 STRATEGICP LAN! STRATEGIC PLAN APPLICATION: CLI MATEACTION: No CLIMATE ACTION DISCUSSION: Is this a grant? No Grant Amount- ATTACHMENTS: Type Description n Attach jqftm Inj General Planning Services RFQ-Final Ranking Memo https://boyntonbeacii.novusagenda.com/AgendaPublic/CoverSheet.aspx?ltemlD=2997&... 03001AMf 1406 7he al)r of .. . � � � «^r« d\ ^ 100± PO.Bar 3e Boyntm A=k)7mY&39425-010 5 w7 26 (M=0 742- �OF . �DATE OF � SOLICITATIONNO. RFQ NO.049-2410-17/IT SOLICITATION TrME: GENERAL PLANNING SERVICES ; October 9,2017 At the Final RankIng meeting of October 5,2017, the Selection Committee for the above referenced solicitation scored and r&nW the shordisted firms an follows: RANJMG: 1. THE NIELLGREN PLANNING CALVIN,2. SCHNMTNICHOLS 3. 4. . Intent5. THE CORRADINO GROUP This to Award will be presented to City Commission as a recenunendation to approve ! _ .negotiati \ y . . _ subjectAML999 This Notice Is conditioned upon and Beach's reservation Ordinances,Commiss In accordance with Section 2-3SS of the Palm Beach County Code of the Cone of Silence remains In effect for this solicitation until award,rejection or other action Is taken by the . , licable award authority 4 :� C 11yNe TrV' P , , iRL Purchasing minger Amanks CamV to. y. ea . Page 552 0 1406 1w AD a all i MR1 T 484 qqe Rik Rq� P2 a ARRS III ell all ed cd T T T � m TT PST T T T' �w g B AL ig III ® Page 553 of 1406 { PLANNINGGENERAL THIS is entered into between the CITYthereinafter referred t ", and GENTILEL ! , hereinafter "CONSULTANT", in consideration ut f benefits, terms, and conditions i rifi . SectionWHEREAS, pursuant to I rida Statutes, the CITY of Boynton licit I r a non-exclusive Contract to performI n l planning seri lified firm for requiredservices, and WHEREAS, THE CITY issued r Qualifications for GENERAL PLANNING SERVICES, . 1 111 ; and WHEREAS, RFQ No. 049-2410-17/IT i f Services as general planning seri ; and WHEREAS, the CITY determined that CONSULTANT was qualified for appointment to perform the scope of services set forth in the Request for Qualifications; and the CITYCommission 1 , determined that CONSULTANT was qualified r appointment to perform the scope of services in the Request for Qualifications; an WHEREAS, the CITY Manager, through her administrativesuccessfully negotiatedfing terms and conditionsr the performance of coI !ces vvithin the scope Qualifications, THEREFORE, in consideration of the mutual covenants expressedherein, partiesthe ll TISERVICES CONSULTANT agrees to perform General l ning Services by way of individual task orders, at the request of the CITYthis , including provision II labor, materials, equipment and supplies. Page 554 of 1406 The I Representative ri f this ContractII be Andrew M irector of Develo pMent, tl f561 ARTICLE 2.1 The initial Contract period shallr an initial term of three , commencingx c i s the right to renew the contractr I 1) year periods, under the terms,same iti understands acknowledgesis to be performed duringr r term ill be governed by thisthere is no guarantee of future work beingi to the Consultant. 2.2 In the event that services are scheduledr by contractexpiration r by terminationthe CITY(at the CITY'sdiscretion),the CONSULTANT 1l continue the services, the CITY, or until task or tasks is/are completed. At no timeshall this ' inl period extend one-hundred i ( calendar days beyond the expimfiont existingthe tr ill be reimbursedthis is t the rate in affect when thistransitional clause invoked by the CITY. ARTICLE - TIME Work under this Contract shall commence upon the givingnotice CITY to thef an executed task order. CONSULTANT shall perform II services and provideall work product requiredu to this n the specific task order, unless an extensioni is n in writing by the CITY. ARTICLE The CONSULTANT shall be paidI l r services underrendered this agreement as follows: a. Payment r the work providedy CONSULTANT shall be made as provided on Exhibit"A" attached hereto. . The CONSULTANTi the CITYr month during the progress r r partial payment for project completed . Such ill be checked I n approval , payment ill be made to the CONSULTANTin the amount approved. c. Final payment of any balance due the CONSULTANTthe total ric earned 'll be made promptlyn its ascertainment andverification CITY after the completionof the Work under this Agreement and its t CITY.by the Page 555 of 1406 providedd. Payment as in thisi rl be full compensation for work servicesr all materials, supplies, equipment incidentals I . ARTICLE All documents, specifications t I CONSULTANT in connectionn under this agreementI! be the property of the CITY whether the project for which they areis executed or not. shallThe CONSULTANT be permittedi i , including reproducible cop drawingsci i i r information, in connectionWith CONSULTANTs endeavors. Any use of the documentsr purposes othert originally Intendedi the written conserd of CONSULTANT, II be t the CITYsI i . ARTICLE This II remaini full force and effect onlylong as the expenditures vi in the Agreement haveappropriated I in the annual budget for each fiscali t, and is subjecti ' on lack f funding. ARTICLEREPRESENTATIONS CONSULTANT represents and warrants to the CITY that it is In the scope of servicesIt under this t and that iill retain assign11 professionals ! assigned projectsr i Agreement. CONSULTANT's servicesII meet a standard of care for professional mappingnd related servicesl to or exceedingof care for surveying professionals practicingr similar conditions. In submittingits response to the RFQ CONSULTANT has represented t that certainIndividuals emp CONSULTANTII provide services to CITYt to thisrCITY has relied upon such representations. II not changethe designatedr for any project without the advance written approval of the which consentl in the soleI i c i CITY.. ARTICLE 8- COMPLIANCE WITH CONSULTANT shall, in in the services contemplatedthis i Agreement,faithfully observe and complywith II federal, state and local laws, ordinances and regulations that are applicablethe services to be renderedunder this t. Page 556 of 1406 I B TI - INDEMNIFICATiON CONSULTANT shall indemnify, nd and holdharmless the CAI- , its offices, agents employees, from and against any and all claims, losses or liability, or any portion thereof, Including attorneys fees and cos rii injury or death to persons, including injuries, sickness, diseaser death to CONSULTANT's own employees, or occasioneddamage to property li , omission or failure Neither is Agreement shall be liable i claiming directly r through the other respective party, for any special, incidental, Indirect r consequential I , including but not limited to lost profits or use that cult from this Agreement or out of the services or goods furnished hereu r. ARTICLE 10 - INSURANCE .1 During theis under this r , CONSULTANT shall maintaint i insurance policies, n ide originals or certified i s of all policies, n Il be written by an insurance authorized to do business i 1 ri . 10.1.1rs Compensation Insurance; I I procureii r the life of this Contract, Workees Compensation u nc ov ri II employees withlimits meeting II applicable state and federall i Ilinclude Employersi ility with limits meetingall applicable state federal l . This coverage must extend to anysub-CONSULTANT that does not have their own Worker'sCompensation n Employees Liabift Insurance. The policyt contain a waiver of subrogation in favor of the CITYn Beach, executed by the insurance company. 10.1.2r iv General Liability: The CONSULTANT shall procure and maintainfor the life this tract, Comprehensive General Liability Insurance. i coverage II be on an"Occurrence"bas Coverage ll include PremisesOperations; Independent Products Ieted Operations andI Liability with spcis reference of Article , "Indemnification" of this Agreement. This policyshall provide coverager death, personal injury r property damage that could adsedirectly indirectly from performancethe this Agreement. CONSULTANT shall maintain minimum f $1,000,DOOr $1,000,000 aggregater personal injury/ and $1,000.000 per occurrence/aggregate for property damage. The general liability insurance shalliclCITY additional insured ll include i i prohibiting cancellation of the policyn thirty ( )days prior writteni t E Page 557 of 1406 10.1.3 Business Automobile Liability:The CONSULTANT shall procure and maintain, for the life of this Contract, Business Automobile Liability Insurance. The CONSULTANT shall maintain a minimum amount of $1,000,000 combined single limit for bodily injury and property damage liability to protect the CONSULTANT from claims for damage for bodily and personal injury, including death, as well as from claims for property damage, which may arise from the ownership, use of maintenance of owned and non-owned automobile, included rented automobiles, whether such operations be by the CONSULTANT or by anyone directly or indirectly employed by the CONSULTANT. 10.1.4 Professional Liability (Errors and Omissions) Insurance: The CONSULTANT shall procure and maintain for the life of this Contract in the minimum amount of$1,000,000 per occurrence. 10.2 It shall be the responsibility of the CONSULTANT to ensure that all sub- contractors comply with the same insurance requirements referenced above. 10.3 Int judgment of the CITY, prevailing conditions warrant the provision by the CONSULTANT of additional liability insurance coverage or coverage which is different in kind, the CITY reserves the right to require the provision by CONSULTANT of an amount of coverage different from the amounts or kind previously required and shall afford written notice of such change in requirements thirty (30) days prior to the date on which the requirements shaII take effect. Should the CONSULTANT fall or refuse to satisfy the requirement of changed coverage within the thirty (30) days following the CIIYs written notice, the CITY, at its sole option, may terminate the Contract upon written notice to the CONSULTANT, said termination taking effect on the date that the required change in policy coverage would otherwise take effect. 10.4 CONSULTANT shall, for a period of two (2)years fbilowing the termination of the Agreement, maintain a "tail coverage" in an amount equal to that described above fbr Comprehensive Liability Insurance on a claims-made policy only ARTICLE 11 - INDEPENDENT CONTRACTOR 11.1 The CONSULTANT and the CITY agree that the CONSULTANT is an independent CONSULTANT with respect to the services provided pursuant to this Agreement. Nothing inti Agreement shall be considered to create the relationship of employer and employee between the parties hereto. Neither CONSULTANT nor any employee of CONSULTANT shall be entitled to any benefits accorded CITY employees by virtue of the services Page 558 of 1406 provided under this . The CITY Shall not be responsibler withholding t deducting l income tax or social security or r contributing to the stateindustrial 'r r otherwise assumingthe dutiesemployer with respect tD CONSULTANT, or any employee . 11.2 CONSULTANT acknowledgesn , as anl CONSULTANT pursuant to this II comply with Chapter 119, Floridat n (Public . CONSULTANT's obligationincludes, but is not limited L ' obligation lipublic records available thirdi in additionCITY. ARTICLE 12 - COVENANT AGAINST warrantsThe CONSULTANT that he has not employedr retained r person,otherthanf Ioyee working solelyfor the CONSULTANT,to solicit or secure ls Agreement, and that he has not paidr agreed to pay any company r other than a bonafideemployee r insolelyL , commission, n i t any other considerationcontingent upon r resulting from the award or making of thisAgreement. For breach or violation of thi the CITYII have the right to annul this Agreement without liability r, In its discretion to deduct from the contractr consideration, or otherwise recover, the full amount of such commission, gift, or contingent fee. ARTICLE 13—TRUTH-IN-NEGOTIATIONCERTIFICATE 13.1 Execution of this Agreement by the CONSULTANT shall act as the execution of a truth-in-negotiation cert` i certifying t the wage rates and costs used o determine the compensationvi r int i Agreement is accurate, complete, and current as of the date of the Agreement i r than those charged the CONSULTANT's favoredcustomer for the same or substantiallyi it r service. 1 .2 The said rates and cost shall be adjusted to excludesignificant should the CITYi that the ratest increased due to inaccurate, incomplete, r non-current wage ratesr due to inaccurate representationsf fees paidt s. The CITY shall exerciseits rights under this "Certificate" i (1) year following payment Page 559 of 1406 ARTICLE 1DISCRIMINATION, tITED The CONSULTANT, with regard to the work performed by it under this Agreement, illi discriminate on the grounds of race,color, national origin, religion, creed, age, sex or the presence of any physical or sensory handicapin the selectionretention employees or procurement of materials or supplies. ARTICLE The CONSULTANT shall not subletr assign anyf the servicesyr i Agreement without waiverARTICLE 16 - NON-WAIVER by either CITY or CONSULTANTbreach of this r shall not be binding i 'ng party unless such waiveris in writing. In the event of a written waiver, such a waiver shall not affect the waivingrights it other or further breach. The makingr acceptance of a payment by either party with knowledge of the existencer breach shall not operate or be Construed to operate as a waiver of any subsequent default or breach. ARTICLE —TERMINATION .1 Termination for Convenience: Thi r terminated CITY v i (10) days of written notice by the terminating for such terminationin whichv the CONSULTANT II be paidn for services termination , including services reasonabl I ted to teffnination. In the event that the CONSULTANT abandons the Agreement r causes be terminated, CONSULTANT shaN indemnify the CITYi loss pertaining to this termination. 17.2 Terminatign forDefault: In additionI other remediesv it I CITY,this Agreement shall be subjectn Il i r cause, should the CONSULTANT neglectr fall to perform or observe any of the provisions, conditions, Or requirements hereinr if such neglect orfil i for a period of thirtyr receipt by noticeCONSULTANT of written ch neglect or failure. ARTICLEDISPUTES Any dispute arisingthe terms or conditions of thisAgreement shall be adjudicated in the courts of Florida. Further,this Agreement shall be construedunder Florida . Page 560 of 1406 ARTICLE 19— UNCONTROLLABLE FORCES 19.1 Neither the CITY nor CONSULTANT shall be considered to be in default of this Agreement if delays in or failure of performance shall be due to Uncontrollable Forces, the effect of which, by the exercise of reasonable diligence, the non-performing party could not avoid. The term 'Uncontrollable Forces" shall mean any event which results in the prevention or delay of perfoninance by a party of its obligations under this Agreement and is is beyond the reasonable control of the non- perforrning party. It includes, but is not limhed to fire, flood, earthquakes, storms, lightning, epidemic, war, dot, civil disturbance, sabotage, and governmental actions. 19.2 Neither party shall, however, be excused from performance if non- performance is due to forces which are preventable, removable, or remediable, and which the non-performing party could have, with the exercise of reasonable diligence, prevented, removed, or remedied with reasonabI e dispatch. The non-performing party shall, within a reasonable time of being prevented or delayed from performance by an uncontrollable force, give written notice to the other party describing the circumstances and uncontrollable forces preventing continued performance of the obligations of this Agreement. ARTICLE 20 -NO_TICES Notices to the CITY of Boynton Beach shall be sent to the following address: CITY OF BOYNTON BEACH Lori LaVertlere,_City M 100 E. Boynton Beach Blvd. Bo nton Beach, FIL 33435 Notices to CONSULTANT shall be sent to the following address: GENTILE GLAS HOLLbW__AY MAHONEY&ASSOCIATES Attn: George G. Gentile, Pres. 1907 Commerce ®, Ste._101 Jupiter, FL 33458 Page 561 of 1406 i ARTICLE 21 - INTEGRATED AGREEMENT This t, together with the RFQIRFPand/or attachments, represents the entireintegrated agreement between the CITY CONSULTANT and supersedes II prior negotiations, representations, r agreements written r oral. This Agreement may be amended onlyinstrument signed both CITY and CONSULTANT. ARTICLE 22 - SOVEREIGN IMMUNITY 1 CITY is a political subdivision of the State of Floridajsovereign immunity. E in the Agreement is intended, r shall be construed interpreted, t iv r modify the immunities limitations on liability providedr in SectionFloridatut , as may be emended from time to time, r any successor statute thereof. To the contrary, all terms and provisions ci in the Agreement,or any disagreementr dispute concerningi , shall be construed or resolved so as to insure CITY limitation from liability vi successor statute thereof. To the all tr iion contained in the Agreement, or any disagreement or disputei i , shall be construed or resolved to insure CITYlimitation r liability r i to the subdivisions byt law. 22.2 In connectioni litigation or other proceeding arisingout of the Agreement, the prevailingll be entitledto recover its own costs and attorney fees through and including any appealpost-judgment proceedings. I liability r costs and attorney'sfem however, shall afternot or waive CITYsentitlement v r i i t extend CI7Ys liability limits li in Section 768.28, Florida amended.Statutes, as 9. Claims, disputesr other matters in questioni i arisingAgreement r relating to thisII be in a court of law. TheI t to mediationr arbitration for any matter connected to this Agreement. . The partiesthat any actionarisingt of thisr ll take place in Palm , Florida. Page 562 of 1406 IN WITNESS WHEREOF, the parties heretov c is Contract In uli I copies, is II be consideredoriginal the following : DATED this t W 1 . I ASSOCIATES, INCQ e f Lad r 4 I Manager o Gentile, President i ted: � t4 `- orporaw gedly. I ' l i fth TY Attor ney mi g , Page 563 of 1406 EXHIBIT "A" FEE SCHEDULE FIRM: Gentile Glas Hollowav O'Mahoney KAssociates, Inc. L2ghoj DATE: November 06. 201 Revised janggfy 8 2018 [personnel classifications j Hourly Rate Principal $T66.00 -�rqject manager $131.50 ,Senior Engineer $156.00 Senior Planner $129.40 Senior Architect $150.00 Senior Landscape Architect $122.30 Senior Surveyor/Mapper $122.00 inE 7ineer $114.00 Architect $160.00 Urban Designer $129.40 �ianner— $76.27 Landscape Architect $102.96 Surveyor/Mapper $108.00 Inspector (Zoning & Landscape) $78.90 GIS Specialist $94.68:� CADD/Technician $66.04 Planning Technician $54.26 Cie rig al/Administratlive $37.13 Reimburseable E Direct costs such as postage, prints, delivery service will be billed at cost. Page 564 of 1406 c � trill - lill „P• F* !� rt t St. i t r ^-a7 t y r, I �I s w r' .RIA I R 5 Y 9 k a � t �'R I191 i 11G - .-s,�, Rte. � R,I➢; MMI,- ., t„ ■�■ky.� nr � x'R iso 9 R, i' '.t a e l PURCHASE ORDER CITY OF BOYNTON BEACH, FLORIDA PROCUREMENT SERVICES DEPARTMENT 3301 Quantum Blvd. Suite 101 P.O. BOX 310 P.O. #: 200657 BOYNTON BEACH, FLORIDA 33425-0310 DATE: 12/20/19 VENDOR 5728 SHIP TO: TO: ENDRESS & HAUSE R INC City of Boynton each C/O TRINOVA, INC. EAST UTILITY ADMIN 2401 D FIELD RD. 124 E. WOOLBRIGHT ROAD LAKELAND, FL 33811 BOYN BEACH, FL 33435 r—---- ----------r— ------ ------ R EG N N 751,53 011DCR N- ')EPARTMMT� U'S" 'o O. EQUISMON NO. 75163 ORDEMNG DEPARTMENT: UTIL/PWT/M. ROBERTS T (_C) T CT 0 _ N COMWS810N APPROVED.- LDATE NEEDED� CONTRACT NO. EXTENDED LINE# QUANTITY UOM ITEM NO. AND DESCRIPTION UNIT COST COST 15. 00 EA SPARE PART CFM/VFM/UFMMODEL # 385 .8400 5787. 60 50028858 2 15. 00 EA REPLACEMENT NAME, PLAT SBTMODEL # 174 -3000 2614.50 50090168. .....; sm 3 1, 0 0 F-A F I ELb.::S.ERVX.CU:'D I-AGNOStICS RE.P. AIR 6400.0000 6400. 00 ON..SITE MWEL.`# XD30-AEJA: m. 4 1. 00 EA PRE .T-1 js 52 .2900 52.29 REMARKS, DIAGNOSTIC EQUIP FOR ENDRESS + HAUSER�::I'N-$'T"' ENTS R-0 17. S(jhE SOURCE . . . . . . . . .. PROCUREMENT SEWCES- ��P,0�, TOTA�L � 148-54-351 _ILI ACCOUNT O. PROJECT 403-5000-533.65-02 WTRO17 PURCHASING Page 566 of 1406 F r CITY OF BOYNTON BEACH refht i'm" REQUEST FOR PURCHASE OVER $10�000 15-Nov-1 Requesting Department: tillLiberus/MR Explanation 1 Diagnostic Equipment for Endress +Hauser Instruments nr usr o ir� , lo Source 1 r Purchase (check and attach backup materials): Three Written Quotations GSA State Contract PRIDE/RESPECT SNAPS Sole ource Piggy-Back ugete stern Emergency Purchase Other Contract Number- NOTE: u r:NOTE: Pricing proposal for purchase must be presented in the same detail contained within the contract. Fund Source rPurchase: 403-5000-533-65.02 WTR01 Approvals: Department Head Date Purchasing Aent Date 71 Asst City Manager Date City Manager Date Form Revised 0210//02 Page 567 of 1406 kf cr% m pi W M Ln in cv >4 0 H ul 0 z r4 FI 1 0 C) 0 C3 P (n 0 0 m a% U z Z ca w Ln rn H w 0 N 0 0 C) CD IU E- v c; N 10 I 0 n 0 O P� M 1-4 V4 z m (30 W H Ln m U) r- LD 0 If (N LD lzr -r-I 0 0 0 0 �4 rE + N 04 0 C z C� 0 I CD 0 0 0 0 0 0 VI 12 H W rq 0 N Ln CA 0 LO v c� N p co C) Ln H rq 0 0 Ix z H 0 W u N M M M m rj -11 ri ,4 P4 N" H r- 10 Ufar kr-€4r,k CY r-H Q)H d),i(D-i(V -�cy �D z >W DQ N �OVO4jO4304j 14 0 C) CY 0 z 0 024 ru P4(d ix(d D4( Ix U Fi I C) W F,M F S Fd 2:E-4 2: 124 F-I 04 m E� E� I Ln in 1=4 -i H U 0 0 E4 Of P4 0 WM pa u pm 0 I 1 z 0 04 rm m cilCoilP� 0 In m w m LD m ww w ca H W Ix 1,14 19 V4 1 1 CM, P 0 0 0 0 ;D H 0 0 0 0 Ol in 0 ca P4 M co pa 04 P4 04 00 LO cla 9 1 z z z z c3w um ul M H H mmww z 0 P E� �X E-i E-4 P4 w cv, Cr 1 LO z 9 z H z z P W P W E�w E-4 m M rml W w w 0 E- OOP W HOMOZ581 F4 N z :E:N z wl NO NO U u U u W z w PEN E W x FA I i I I Qx DQOE a] OE O I 0 a Fq OU N [r UN UH UN U,N H H H H EA H ul. wun) P u us1 All S W", PO4 E�Ixl bI P4 H CY PHO m H a H t:)Zw lzw 0 z m zm ;4 E-4 104114 N W.W. EE-qH 04 P4 E-0 H H PH N N N N >U9 WUFZ4 HDU U 4 0 0 0 C) X4W �4 r2l kAm A r4 w w w w W W ZWW W r4 M Ix m m m m Z- u UOI Wrq m 0 Z - .. 0 H 0 P:�q n 66 >M;6 PC C 0 C) ZFd H , fiO WPO IXXEyO PO M(D 0 a 0 0 Hz EHE w H Hx C) 0 0 0 nx waig W#vp E E-� 0 Q6 00 m m m u E-1 0 00 rl)OO 00 60 Ura ni m m H 0 pi QAZU 0 0 0 0 H u : 0 H 0 ul W'NH w"M M H R E� Num mum Howe jxUrA j B Q m P4 A4 Z N4 it p M 134 " r- 0 wm -4 HrA H Zn R H H Ix Page 568 of 1406 The City ofBoynton Beach AUMtOn ILMblftW 124E. Ww1b2igbtRoad Bqynton Beach,Florida 33435 Office:(561)742.6400 L FAX: (561)742-6298 MEMORANDUM December 16, 2019 To: Mara Frederiksen, Dir. Financial Services Randy Wood, Purchasing Manager s From Joe Paterniti, Dir. of Utilitle vf�� Subject: Endress+Hauser Instrument diagnostic-Sole Source purchase order request The subject Requisition#75163 is for the purchase the diagnostic equipment and services needed to calibrate the utility's existing flow and level devices at the utility treatment facilities.This equipment is specifically need to perform accurate operation on equipment supplied by Endress+Hauser and installed at the water plant.. Should you have any questions please do not hesitate to contact myself of Juan Guevarez at extension- #-6420. America's Gateway to the Gulfs&eam Page 569 of 1406 REQUEST FOR REQUISITION , ', . 77ENTRY 'I 11/15119 , . RE QUISITION Clerk: MRMR Procurement Direr tor: City agei d/o REASON FOR PURCHASE: Diagnostic Equipment Instruments SOLE SOURCE VENDOR INFORMATION: IliON: OTHER INFORMATION: arae: ndre + Hauser c/o Trinova, Inc Admin. ( Date: 11/15/2019 ASAP ( Address: 2401 Drane Field Rod Engineering ( ate ceded 1211/2019 onfirm. Lakeland, FL 33611 dust, el. ( ASAP/Conf. itrition BACKUP DOCS. : SUBMITTED: Phone(contact): Jason (Currie Water Qual. QuotesNerbal E.Admin, 40 ( } ever 500 663-662®4500 Pumping uotesNVriften E.WTP 41 over 52000 Vendor Number: 5726 PWTreat. (X Bid Docs. ( } W.WTP 42 Meter Serv, Sole Source Ltr. ( /IJ 99 INITIATOR: Leon Liberus, Chief Sewage ( } Insurance Special Instructions: Operafar e sire ent : Strm dr. Project umber: WVTR-017 uan. unit Price Description & Part Number Frond Do t BaSic Elem Obi Amount 15 $365.64 Spare Part F F /IJF 403 5000 533 65 02 $5787.60 MODEL#50028858 15 X174.30 Replacement name plate set 403 5000 533 65 0 $2614.50 MODEL#500 016 1 $6400.00 Field ServiceDiagnostics/repair on site 403 5000 533 65 02 $6400.00 MODEL#XD30-AEJA 1 $52.59 FREIGHT 403 5000 533 65 0 52.29 TOTAL3 .3 Page 570 of 1406 Endress+Hauser 0-Jr Page I of 3 People for Process Automation CITY OF BOYNTON BEACH BOYNTON BEACH UTILITIES not no. 2003109300 124 E WOOLBRIGHT RD Quote date 10/28/2019 BOYNTON BEACH FL 33435 Your reference RFQ-HEARTBEAT UPGRADE Customer no. 0046098070 Attn Byron Brown Contact Tri ova Inc. —Jason Kurrie Phone 561-660-1465 Phone (863)682-4500 Email brownb@bbfl.us Email Item OTY Ordercocle Unit price Total price Descri !on in USD In USID 10 15 PC Spare Part CFMNFM/UFM 385.84 5,787.60 Model no.:5002885B Production time: on request 20 15 PC Replacement name plate set 174.30 2,614.50 Model no.. 50090168 .Q(Please leave this line unchanged) .S(Please leave this line unchanged) serial number: order code: software vers.commDdule: software vers.amplifier: calibration factor: pipo: remarks Production time:2 days 30 1 PC Field Service Diagnostics/Repair on site 6,400.00 6,400.00 Model no.:XD30-AEJA Technician to install upgrades to customers flow and level device to add a Heartbeat+ Monitoring feature. After upgrade to the devices are made, devices will be checked to insure all operations are correct and in accordance with customers requirements. Technician will complete the following additional services: • Heartbeat verifications on fifteen(15)Promag 400 To place an order,pleme—fist the VENDOR as: Irons vdil be directly from Endrew+Hauser Endress+Hauser tjo TriNova,Inc. SubmMed by Fed ID#35-1315726 2401 Drane Field Road Remittance Address: Lakeland,FL 33811 Endres&+Hauser,Inc P:8OD-881-1487 F:803-687-0077 DEPT:78795,PO Box 78000 FLSALES@Trinovaine.com Detroit M 148278-0795 FI-SALES@Trinovainc.com Page 571 of 1406 EndressAauser Ur- Page 2 of 3 People for Process Automation Itern QTY Order code Unit price Total price Descrintion in USD in UISD Flow Meters and two(2)Guided Radar Level FM P51 • Single point verification on two(2)FM U41 Level Transmitters.Devices will be verified to a NIST calibrated tape measure based on level at the time of verification. • Verification of six(6)FTL51 Liquiphants. Units will have to be removed from service and decontaminated for submerge testing in potable water to verify trip point. • Three-point calibration on one(1)Temp Sensor PT1 00 using N IST calibrated reference probe. Customer will need to supply measuring range two weeks prior to service scheduling. • Five-point calibration on two(2)Endress+Hauser pressure gauges using NIST calibrated pressure calibrator. Customer will need to supply measuring ranges two weeks prior to service scheduling. All results will be documented in final service reports. A Base price:Travel in zone A and preparation Time is included E Field Service:4 x 8 hours J Traveling expenses: Rouncitrip mileage and travel hours included A Reports and Certificates:Standard E+H reports Production time:On request Total price not 114,1302.10 Total If 52.29 Total tax 0.00 Total price gross 14,854.39 Terms Payment terms Net 30 Days Delivery Delivered at place BOYNTON BEACH Prices valid until 11/28/2019 ,Please include the QUOTE NUMBER on a1I_r9!qLqtd ...... VENDOR INFORMATION To place an order,please list the VENDOR as: lavoloes vAll be direcily from Endress+HaWe—r Endress+Hauser cls Tri a,Inc. Submitted by Fed ID#35-11315726 2401 Drone Field Road Remitlance Addrm: Lakeland,FL 33811 Endreu+Heuser,Inc P:800-881-1487 F:863-687-0077 DEPT!78795,PO Ba 78000 FLSALES@Trinovainc.oDm Detrot MI 4827M795 FLSALE8@TrfnovAnc.wm Page 572 of 1406 Endress+Hauser Fege 3 Df3 People for Process Automation ............ ...................... E-Mail all orders and inquiries to: FlorldaSales CWinovainc.com To order this equipment please list the Vendor as: Endress+Hauser c/o TrINova,Inc. 2401 Drave Field Road Lakeland, FL 33811 P.,800-881-1487 F:863 7-0077 FLSALES@TRINOVAINC.COM Remittance Address: Endress+Hauser c/b Tri ova,Inc DEPT 78795 PO Box 78000 Detroit,MI 4a27"795 Invoices will be directly from End resa+Hausar,Fed ID 8 36-1316726. End ress+Hauses Terms and Conditions apply. Taxable If Tax Exempt, Please Provide Tax Exempt Certificate With Purchase Order Freight FOB: Factory, Prepaid&Add to Invoice Payment Terms Net 30 Days Upon Approval Valid Prices Valid for 30 days To place an order,please list the VENDOR as: Invoices vAll be directly from Endress+Hauser Endress+Hauser c/o TrINova,Inc. Submitted by Fed ID 9 35-1315726 2401 Drane Field Road Remittance Address: Lakeland,FL 33811 Endress+Hauser,Inc P:800-881-1487 F:863-687-0077 DEPT:78796,PO Box 78000 FLSALES@Trinovainc.com Detroit MI Q27"M FLSALES @Trino%%Vno.00rn Page 573 of 1406 Endress+ Hauser People for Process AUtDrrafiOn Endress+Hauser,Inc.,Charlotte,North Carolina,USA contact Mark Sdhwanekamp City of Boynton Beach Sales Attn:Byron Brown Telephone 704.969.7984 124 East Woolbright Rd. mmksrhwane kamp@us. ess.com endr Boynton Beach,FL 33435 Charlotte,5 November 2019 Endress+Hauser Representatives Dear Mr.Brown, Endress+Hauser USA uses exclusive authorized sales representation in the S . TriNova,Inc. is the sole authorized Endress+Hauser representative in the state of Florida. They hold an exclusive representative agreement with Endress+Hauser for coverage of municipal and industrial accounts int above territory. Trinova,Inc. is also the Endress+Hauser authorized service provider for the state of Florida. They have been factory trained and certified to provide on-site service for Endress+Hauser products,and are the sole source for Calibration,Heartbeat Verification,and the Heartbeat and monitoring feature. Please address purchase orders to Endress+Hauser c/o TriNova. Regards, Mark Sc ane Inside Sales Manager Southeast Regional Center P: 704.969.7984 Ehilress*Hauser,hm 13900 South Lakes Drive,Suite A Char , C 26273 USA Sdes:888-ENDRESS Service:JSN'642-8757 us.! s. Page 574 of 1406 LIABILITY Page 1 c 1 ACCMEP CERTIFICATE OF [MMMDIYWY 1 I® INSURANCE 011/19/2019) THIS CERTIFICATE IS ISSUED ASA MATTER OF INFORMATION NL AND CONFERS NO RIGHTS UPON THE CERTIFICATE L . °PHIS CER71FICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, XTEN OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE 9 PRODUCER,AND THE CERTIFICATE LD . IMPORTANT: I the certificate holder Is an ADDITIONAL INSURED,the ollc lesmust have ADDITIONAL INSURED Provisions or be endorsed. If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy,certain policies may quI an endorsement. A statement on this certificate doss not confer rights to the certificate holder In lief of such ondor nt(s). PRODUCERMEAT _ Willis 1d WatsonrWatsond et, Inc. PHOFAX c/o 26 Century S1 ��877-945-7378 IAIC,N�5: 1-888-467-2390 E-MAIL �etaEi� te® iYl.iemc P.O. Box 305191. A RE85: 1Naottwilie, IN 372305191 USA INSURE. 0 AFFORDINGCOVE E � C INSURER A: Al"ans Global Risks LYS rnourance CoMany 35300 INSURED 114SURER E P x SmHus ce Counarny 25623 Endrean + ffausor. Ya r 2350 address Place INSURER C. Tie lemma E Casualty Cep o25674 Attu. Nancy Winter INSURER D Greenwood, IN 46143 INBU R E: INSURER P: COVERAGES CERTIFICATE U 3869670 REVISION NU IS 15 TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWTHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. ISIRADDL SURE POLICY EPF POLICY EPP LIMITS LTR E OF INSURANCE ROCKY NUI1 ER N 0 YY 11tD? COMMEFtClALGENE L LLABILRY HOCCURRENCE $ 1,000.000 'UCE TO RENTED 500,000 C E CUR I EMIS& urreaace j- $ A MED EXP( urtoperann) 10,000 DOL00116019 01/01/2019 01/01/20201-PERSONAL INJURY $ 1,060,000 DENT.AGGREGATE LIMIT APPLIES R GENERAL AGGREGATE $ 2,000,000 C1.060,I JET ELG S- }POLICY � 000 OTHER: AUTOMOBILE LIABILITY [Ea ac idem!NED NG L1161T 5 1'000.000 [Ea accident l_ Y AUTO BODILY INJURY(Per person) $ -- OWNED SCHEDULED 810-2LS50182-19-14- 01/01/2019 01/01/2020 BODILYINJU (For a `dent) $ AUTOS ONLY AUTOS ED HIRED PROPS Y 4 E $ AUTOS ONLY AUTOS ONLY secidsntt $ X UNBRELLALLAB X OCCUR EACHOCCURBENCE $ 9,000,000 CE LIAR CLAIMS-MADE USLOO116119 01,/01/2019 01/01/2020 AGGREGATE � $ 9,000,060 DER RETENTION$25,000 OTH- $ WORKERSCOMPENSATIONYERS'LIILIT STATUTE ER DEFLOYERO®LIW031LI YIN l,aoa,nnil O RCOPR.IETO Ala ERIEXECLTrIVE YNa Nil "I TUB-9A28343-7-19 01jO1J2019 01/01/2020 E.L. CHACCIDE $ CYFFICE. EIriP3EFa CLU13ED7 E.L.DIS- E- EMPLOYEE $ 0,000,000 (Mandatory In INH) If describe under E L DISEASE-POLICY LIMIT $ 1.000,000 [AE �RIPrICN1OFOPERATIONS beI DESCRIPTION OP OPERATIONS I LOCATIONS I VEHICLES (ACORD 101I.Addiflonal Remarks Schedule,maybe allachadiftnorespaca Io requlaad) CERTIFICATE HOLDER SANCELLATION — SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NO710E WILL BE DELIVERED IN ACCORDANCE NTH TETE POLICY PROVISIONS. Boynton eac DtilitieH AUTHORIZED REPRESENTATIVE City of Boynton Beach 5469 W. Boynton Beach Blvd. Boynton Beach, 33437 1986-2016 ACORD CORPORATION. All rights reserved. ACORD 25(201 103) The ACORD name and logo are registered marks of ACORD SR Is. 10830356 TcH: 1460950 Page 575 of 1406 PURCHASE ORDER CITY OF BOYNTON BEACH, FLORIDA PROCUREMENT SERVICES DEPARTMENT 3301 Quantum Blvd. Suite 101 . P.O. BOX 310 P.O. #: 200658 BOYNTON EACH, FLORIDA 33425-0310 DATE: 12/20/19 VENDOR 9238 SHIP TO: TO: ENGENUITY GROUP (SFRN) City of Boynton Beach 1280 N CONGRESS AVE EAST UTILITY ADMIN STE 101 124 E. WOOLBRIGHT ROAD WEST PALM BEACH, FL 33409-6377 BOYNTON BEACH, FL 33435 REQUISITION NO. 75145 ORDERNG DEPARTMENT: UTIL ADMIN TP DATE NEEDED: CONTRACT NO. COMMMSION APPROVED� 067282116A EXTENDED LINE# QUANTITY UOM ITEM O. AND DESCRIPTION UNIT COST COST 1 3389 . 00 DL ]BOUNDARY, TOPOGRAPHIC AND TREE 1. 0000 3389. 00 SURVEY - FIELD WORK AND OFFICE WORK 2 3426 . 00 DL RITZEL- 1 . 0000 3426. 00 DES IGNAT.l'.0lq::.Z.ERVl-. 3 7400 . 00 DL TERRk6k-:690TE Q-HNI.'CA' L tNGlNE8­RI"NG. . 1. 0000 7400 . 00 S'F RVxS #U-D-05 mossPROFESSIONAL SURVEY.:SZI�VICES FOR TASK7, R 0 SURVEY .SERVICES FOR THE PROPOSED WATER QU.-ALITY :.LXBORATORY BUI L 1)1 N G-1 AT THE I MILLION SITI� :ON WOOLB PROFESSI:QM:7"SURVEY RIGHT. ROAD. Ty �AM� MAPPING SERVICES AGREEMENT FOR TH3:.'=-... ::.R.0.Y. .NTON' 89A -.$'TON .�OH WWAS::APPROYE1.) BY�.CITY. COWI-S W.-MARCH 201'1. -9FQ. 067-28 16/TP . .. . . . . . . . . . . . . . . . . . . . .. . ... ...... . . . . . . . . .. sm. PROCUREMENT SERVICES� P.O. TOTAL. 14215.00 4-A ACCOUNT NO. PROJECT 403-5016-533 .65-02 WT1605 7- CEO M�M—S—s I PURCHASING Page 576 of 1406 CITY OF BOYNTON BEACH „tf , E ix Kik, REQUEST FOR PURCHASE OVER $10$000 c-1 Requesting Department: Utilities EngineeringI , Utilities Seni Explanation r Task Order U-D- - Engenuity Group, Inc. will provide boundary , topographic and tree survey services for the new proposed Utilitiesr Quality LaboratoryBuilding t the 1 Million Storage Tank Site located I ri 067-2821-16/TP -Professional Survey and Mapping Services reement approved on Mach1 is ron authorized the City sign agreements. R—ecommended vendor 9238 plait , I [2—o-l—larAmount of Purchase $14,215.00 Source for Purchase r Three Written Quotations GSA State Contract PRIDE/RESPECT SNAPS Sole our Piggy-Back Budgeted Item Emergency Purchase Other Contract r® RFQ 067-2821-1 1 - Professional NOTE: Pricing proposal for purchase must be presented in the same detail contained within the contract. Fund Source for Purchase: 403-5016-533.65-02 1 605 Department Head Date Purchasing Asst City t City r t Form Renis 02/01102 Page 577 of 1406 0 ri N cli 14 li 1 1 I0 0 0 0 EA I �v cq 14 >4 0 M co CIQ ko 0 z E-� 0 E-4 0 0 0 09L U w, z al C, W 0 1 00 HU 0 LO I 0 0 0 -Qb IX4 LO m 0 0 0 6 IV M >H 0 0 i0 14 u 1. RD a v (D C) tn tp tn LO H H 1 • 0 -; ri -1 p 0 : E- 10 10 (1 0 W W 1 z I r-i H rl 0 En 0 0 0 >1 W 1 H Im PQ pa co Ix rn E4 It, clq UM404mo m M C3 O C3 P41 Orl Q)H(Uri a) 0 0� C3 C) Z A�pzpzpz F4 az E. I O C! P4 W. X M P C14 0 - H p4H En 4m 0 1 W C4 0 F-I ul m r) E-4 M z m rn r- CY " W M WO 04 p w M 1 I ul P 1 0 I 0 Q 0 lt� 9 1 4 N p1 u H w W U2 w w p w Zp m P4 m 0) H 14 F-I I wUI W W N -EUP4 ci MJ0 EA 0 0 0 Ow ye 1 P4 W Pi C7 H P4 P4 PA OH vlr 0 H H H �,mg " mo- z 1 Vy 1-4 I Ix PHU04N H D) HW E4wE4wEAFA MHIXFAN I M 19M V)F4 a)p(n p DQ r:)m N r, M u u mu zOzgzg UCOOMD E-4 I r4 H R WH 0 0 0 H OM 0 H u u u >>40cnrn �4 1 m H I I I 1 Ix�rl l<0 Z H I W L7 I 4 0 A M 0 0 DC rz, H H cn Ru5 cn H H P4 razzID4 x A 0 0 pq 0 La 4S ka #40HM 0z :4 UZ UZ 14 614 >4 rX N U r, U Z H E-IZH OZH 1 F4 0 pq H HHIX 0 H,W, 1 >Ap 0 pm LAW P4 H MN N �W HAM HAN 1 RLQ H 03 1 z H z::)z I N N N co Qz - r ul H t:)WH mmH �N,v�0H Ln Ln Ln 0 z 0 U80 cv z �Oz muz w %D ILD 04 0(114 ri W HUM I m m m O0 m 0 M rl m z Oh d CQ 0 p m W to Ln to m A H O I m�i M Rq n 0>40 I E�w w w x Q Cgo H I -U P 0 E40 H0 I W-4 r-I li R E. HHJ HX ZHZ 0 0 0 02 1 'd R NO 04 N Q 0 x OR m I OLn Ln Ln m z E� 0 H NOO A00 U00 I um m m U �, j r4 H FI NOMEU 9EU I UC3 C3 (m 40 p En u ; B m 0 p 4 v v " 0 H 0 m 0�3 PH W4 0 N ACHA �) p W 1 0 um HUM mum I H QMOH CY 0 lI H gwHmwm W N ul OV30rh w P4 H M I r4 F-4 OAU W Z9 : rA N rn 1 Z r-I N rn R "4p4HN x Ul HE H 01 mozogxm Do 9 IX m 000 04-iMNU Page 578 of 1406 REQUEST FOR REQUISITION H.T.E. 1215/2019 H.T.E. REQUISITION# 75145 Contract Coarct ator: T. Pratt. Director:Joseph P te 'd City L .dInong edT itl n /car 50 ..................__J REASON FOR PURCHASE: Professional Survey Services for: The Proposed Water Quality Laboratory uilin at the 1 Million Storage Tank Site on oolbrigt Road. Professional Survey and Mapping ServicesAgreement for the City of Boynton Beach was Approved by City Commission on March 21, 2017, RFQ#067-2821-16/TP Task Order #U—D-05 VENDOR INFORMATION: DIVISION: OTHER INFORMATION— aerie: Engenuity rou , Inc, Admin. ( } Date: 12/4/2019 ASAP/ ( } Andress:1280 N. Congress Avenue Engineering Date Needed: Confirm. ( } Suite 101 Oust. eJ( )) _ PP10 . ( } West Palm each, L 33409 Distribution aS SU Phone ( nta t):Andre a an„ ater tesNerbal ( } . Admin. 4 ( ) resident r$500) arayman .en enuity rou .corn _ Phone: 561-656-1161 Pumping ml uotes ritten ( } E.WTP 41 F 1-832- 0over 2000 _ Vendor Number: 923 � Treat. Bid Does. ( ) W.WTP 42 ( } Meter Serv, ( } Sole Source Ur. ( } P/U �r 9 INITIATOR. An I s, Utilities- Sewage Insurance ( Special Instructions: irmSeni t Engineer _ ueents:APPROVED: Project Number: 067-2821-16/TP uan Unit Price Description &Part Number Fund Dqpt Basic Elem QbAmount 1 $1,834.00 Boundary, Topographic and Tree 1 34.0 Survey— Fieldor 1 $1,344.00 oun , Topographic and Tree $1555.00 Survey ie o ' 1 $3,426M i el— son- Utility Designation $3,426.00 Services 1 $7,400.00 Terracon services $7,400.00 JTOTAL 403 5016 533 65 02 1 $14,215.00 Page 579 of 1406 C- -2,-Z, IA o3- tso 1 5 3 � 0Q tA=i(.p o 57 -AkA H1101w SWmkrd of EwftHmm m ANDRE RAYMAN, R$hi 4 wengenuity '10-115V XHIH B W.-AS N. H.E. gr0up ir- L A I R 0 P I PC I P r 3, 2019 ADAM 5WAHF.Y, PE., I PE D AP Decembe If NNIF E R MAt Ind, R,M Angela Pry mas, P.E.,Senior Utilities Engineer Boynton Beach Utilities Department 124 E. Woolbright Rd. Boynton Beach, FL 33435 (Via E-Mail., as fl.us) RE: Professional Surveying Services Water Quality Laboratory: I Million Tank Site Task Order H-101-05 Boynton Beach, Florida Engenulty Group, Inc. Project No. 17024.07 Dear Ms. Prymas: Engenuity Group, Inc. is pleased to present you with this proposal to provide professional surveying services in connection with the proposed Water Quality Laboratory (hereinafter called 'the Project'). Engenuity Group,Inc.Will prepare a Boundary&Topographic Survey pursuant to Chapter 5J-17.050(12], Florida Administrative Code, of site identified by Parcel Control Number: 08-43-45-31-17-005-0000, as shown in the attached graphic provided by your office on November 01, 2019. Ritzel-Mason, Inc will mark underground utilities if the field, within the area shown in the attached graphic and Engenuity Group, Inc will locate the markings to include on the survey. A copy of their proposal is attached. Terracon will perform three (3) borings and one (1) percolation test based on the request of the City. See the attached copy of their proposal for an outlined scope of services they are to provide. See the attached Scope of Services sheet fora detailed list of all items to be included within the survey scope. Engenulty Group, Inc Fee: $3,389.00 Terracon Fee: $7,400.00 Ritzel-Mason Fee:S3,426.00 Total Fee: $14,215.00 2019 12-03 Proposal Letter Project No. 17024.07 Page I of 5 1280 ORTH CONGRESS WHUE, SOTE 101 VVLT- PAUM KA(F. F[ 33409 1 5#,1.655,(151 F 56?83?9390 WWly MENUITYGROUP CUM Page 580 of 1406 The final deliverable will be four (4) signed and sealed copies of the Boundary & Topographic Survey and accompanying digital AutoCAD file which can be. provided within thirty (30) business days of receiving authorization to proceed. In the event of rain delaying our field work, the delivery time will be pushed back the same number of days. Permit Fees, Reproduction ChaEgLes and Reimbursable Expenses The Total Contract Price does not include the payment of any governmental agency submittal or processing fees. The cost of these fees and any costs incurred by the office for printing, reproduction and other reimbursable expenses such as long-distance telephone calls, facsimile, postage, travel, and document copy charges Will be billed to the client monthly. InvoicingApd Payment Work will be invoiced on a monthly basis for work completed to date. Invoice shall be paid in full by the Client within thirty (30) days of the invoice date, unless within such thirty (30) day period, Client notifies Engenuity Group, Inc. in writing of its objection to the amount of sold invoice. Such notice shall be accompanied by payment of any undisputed portion of said invoice. If written objection is not received within thirty (30) days it shall constitute approval of invoice by Client. If the payment is not received Within thirty (30) days of billing date, a late charge will be added to the invoice in the amount of 1'/z percent per month on the outstanding balance. If payment is not received within sixty (60) days of the invoice date, work may be suspended on the project until the outstanding invoice(s) are paid in full. This proposal represents the entire understanding between you and us with respect to the Project. If this satisfactorily sets forth your understanding of our agreement, please send purchase order for this amount. If you have any questions, please do not hesitate to contact us. PURSUANT TO FLORIDA STATUTES § 558.0035 (2013) AN INDIVIDUAL EMPLOYEE OR AGENT MAY NOT BE HELD INDIVIDUALLY LIABLE FOR NEGLIGENCE. Sincerely, Approved by, Jennifer Malin, P.S.M. C. Andre Rayman, P.S.M. Director of Surveying President 2019 12-03 Proposal Letter Project No. 17024.07 Page 2 of 5 Page 581 of 1406 L DESIGNATED SCOPE OF SERVICES: BOUNDARY SURVEY NAME: WATER QUALITY LABORATORY ENG- ENUITY PROJECT NO. 17024.07 : JILE2019_ Bo FTASK: Included in Contract (dary Survey es/No) Fbasis) boundary lines, givinglength and bearing (including reference or Yes on each strai t line; int rior lir7e; interior an I s; radius, Dint of ncy nd len th cif curve linesm r no mono ent exists, set nent iron pin (monument) or other suitable permanent monument at property corners; state on the drawing(s) whether corners were found or set and describe each. Confirm or furnish a legal description which conforms to the Record Title Yes Boundaries. Give area insquare t if less than one acre, in acres ( o .001 acre) if Yes over one acre. Note identity and width of adjoining streets and highways, width and Yes type of pavement, Identify landmarks. See Items #3 and #4 for particular details regarding I t locations Yes perimeters. Show encroachments, including cornices, belf courses, etc., either way Yes across property lines. Describe fences and walls. Identify party walls and locate them with Yes respect to property lines. ,Show recorded or otherwise known easements and right-of-way. Yes Note evidence of street vVidenings. Yes Provide a background aerial usin latest av it le PBC Orthographic Yes aerials. Mark property corners and easements at 50' intervals using iron rods, Yes caps, and flogged ood n stakes, 2019 12-03 Proposal Letter Project No. 17024.07 Page 3 of 5 Page 582 of 1406 =DESEIGNMED SCOPE OF SERVICES: TOPOGRAPHIC SURVEY NAME.' WATER QUALITY LABORATORY E ENG NU NGENUITY PROJECT NO. 17024.07 DATE: 7 Included in Contract (Yes/No) Topographical y Minimum of two permanent benchmarks on site; description and elevation to Yes nearest .01'. Contours at foot intervals; error shall not exceed one half contour interval. No Spot elevation at each intersection of a 25 foot square grid covering the property. Yes Spot elevations at street intersection and at 50 feet on center curb,sidewalk and Yes eche of paving including tar side of paving. Plotted location of structures, man-made (e.g., paved areas) and natural features; Yes all floor elevations. Location, size,depth of water mains, and rather utilities including, but not limited to Yes buried tanks and septic fields serving, or on® the property based on os-wilt information supplied by utility companies. Location of fire hydrants available to the property, Yes Location and characteristics of power and communications systems above grade. Yes Location, size, depth and direction of flow of sanitary sewers, storm drains and Yes culverts serving,or on,the property;location of catch bashes and manholes,and rr'v ers o pipe at each. e of the operating authority of each utility. No Elevation of water in any excavation,well or nearby body of water. No Extent of watershed onto the property. No EEI� Trees of 6" and over (caliper 3' above ground);locate within 1° tolerance and give Yes species in English or botanical teras. Specimen trees flagged by the Owner or the Architect (_in number);locate to the No center within 1' tolerance;gine species in English or botanical terms, give caliper and routed elevation on upper slope side. _ Perilmeter outline only of thickly wooded areas unless otherwise directed. Yes Confirm soil boring location(s). No Other(specify): 1. Underground utilities Ill r In t field y i l- sorInci locatedt y Engenuity Group s n t survey. 2. t ill collected w t National Vertical Datum1 ) t Plane Coordinates NAD83. 2019 12-03 Proposal Letter Project No. 17024.€17 Page 4 of 5 Page 583 of 1406 i I z sr ti � r 16 j�� rS t r rr1 v, jjV' lt�V)y ,- r I t t 4 l� q, � t � JV b�r sfi 1 a r tih. —T—k IL 0J t 7 ss 1' NVOI �) r �) ��� '✓i�e.;�{� + i�r.�� �,��t� it �rr. �t �� ttis � ,t,rt�z�r��; rrt>}\��lt�isr{1�N, ALE 1" MY b E 2019 12-03 Proposal Letter Project No. 17024.07 Page 5 of 5 Page 584 of 1406 This document,it's contents,and scope of services described herein,is the property of IEngenuity Group,Inc.Any unauthorized use and/or reproduction of any portion,in whole or part,is a violation of copyright laws. Fee ElLeakdown Water Quality Laboratory: I Million Tank Site Boynton Beach, Florida n . rt 0? Hourly ht $1 $12ZQD U9.00 $131,00 $130.00 oo Project professional Survey st►vgy drew 2 fan Survey Surveyor/Mapper eer (EGTechnician ( men) Designating Technician ager ! ) rew itzel Mascsn :TOJTALS1 Boundary,Topographic and Tree Survey Field rk 14 2 Boundary,Topographic and Tree Survey Office1 5 $ 1a555.001 3 131tzel=Mason=UtilityDesignation Services 2 2 3,42&00 Tera rvi n Se 'ices 7,4000 T 1 ,215.00 Page 1 of 1 Page 585 of 1406 RITZEL -MASON November 7, 2019 Jennifer Malin, PSM Engenuity Group Inc. Rhzel-Mazon,Inc. 1280 North Congress Avenue, Suite 101 West Palm Beach, FL 33409 5119 Beachwood Road Delray Beach,FL 33484 Subject: Fee Proposal for Utility Investigation Services Phone: 786,472.0358 Project: Water Quality Laboratory—Boynton each www.rib*l-mason.com Dear Ms. Malin: Ritzel-Mason appreciates the opportunity to prepare this fee proposal for providing subsurface utility engineering(SUE)services on the above referenced project.Ritzel-Mason is registered and licensed in the state of Florida. This letter will serve as our official scope of services and is accompanied by the included fee estimate. The combination of our resources and experience will provide Engenuity Group Inc. (the Client)with the confidence that Ritzel-Mason is the right choice to complete the project on time and on budget. Ritzel- Mason has been requested by the Client to provide utility designating and locating services to verify the horizontal and vertical positions of existing utilities. This proposal is based on Sunshine 811 design ticket (#311906769) listing a possible ten (10) Sunshine members and based on a site visit on November 7, 2019. Project Limits, The limits of our investigation will include the entire property of a water quality laboratory (PCN No.8-43-45-31-17005-0000) at 2611 W. Woolbright Road. See limits as outlined in red as shown in attached exhibit as provided by the client via email on November 7, 2019. Scope of Services: Ritzel-Mason will complete a SUE investigation in general accordance with ASCE Standard 38-02:Standard Guidelines forthe Collection and Depiction of Existing Subsurface Utility Data. R ftzel-Mason will search for the existence and approximate location of subsurface utilities within the project limits except those listed under Exclusions below. The specific work includes: A. Records Research through customary means: a. Identify utilities anticipated to exist in the project limits. b. Document responses and compile record information. B. Field Investigation using appropriate surface geophysical techniques: Page 586 of 1406 RITZEL Water Quality Laboratory—Boynton Beach -MASON November 7,2019 , �r�'a, ,' <,;' , a. Documented conductive utilities — Pipe and cable locators (PCL) will be the primary tool used for detecting conductive utilities. Ritzel-mason will investigate with the objective of achieving Quality Level B for conductive utilities.Where not possible, lower Quality Levels will be established. Utilities of non-conductive material installed with serviceable tracer wire or tape will be considered conductive. It is important to note, however,that the depicted location of such utilities represents the tracer rather than the actual utility. b. Documented non-conductive utilities—Ground penetrating radar(GPR)will be the primary tool used for detecting non-conductive materials. Ritzel-Mason will investigate with the objective of achieving Quality Level B.Where not possible, depict at Quality Level D. c. Undocumented utilities — are those utilities that may exist in the project area that have not been previously identified, are not discovered during records research, and for which there is no prior knowledge. Ritzel will use our standard search protocol in an attempt to determine the existence and approximate location of undocumented utilities;however,this work cannot guarantee that all utilities will be found and depicted. C. Quality Level exceptions — the following utilities will be investigated with the objective of achieving the specific Quality Level stated: a. Gravity sanitary sewers—Quality Level C. (but not included in this investigation) b. Non-conductive utilities with ready access allowing sonde, metal tape or detection rod insertion and tracking—Quality Level B. c. Subaqueous crossings—Quality Level D. D. Exclusions—the following utilities and/or components will not be investigated: a. Storm sewers and drains. b. Utility vault or manhole interiors c. Traffic control loops d. Signage wiring e. Irrigation lines f. Cathodic protection g. Thrust blocks. h. Septic systems i. Underground storage tanks, piping and wiring. j. Overhead utilities E. Vacuum Excavation-Test holes(optional) a. Ritzel-Mason proposes to use vacuum excavation equipment to perform test holes at locations as directed by the client.Vacuum excavation methods will enable Ritzei-Mason to visualize the utility in question for a high degree of certainty. Ritzel-Mason will make every effort to vacuum excavate to a depth of eight (8) feet using high pressure air methods. However, vacuum excavation will cease when these methods are unable to progress below refusal, such as bedrock or flowable fill. Ritzel- Mason will not employ destructive methods, such as jackhammers or chipping hammers, to break wwwAtzel-manon.oom Page 587 of 1406 1,0 tN IRITZEL M A S 13 N Water Quality Laboratory-Boynton each November 7,2019 P P 4 J up bedrock or other refusal within a test hole due the high risk of damage to buried utilities and safety risk to employees. Utilities deeper than 8 feet may not be found. b. At the completion of each excavation Ritzel-Mason will place an iron rod and cap or a nail and disk at the test hole location and further identify the test hole location with paint marks on the ground surface. We will backfill with native material and compact the soil in 6"-12" lifts as well as provide a permanent restoration of the pavement or ground surface within the limits of the original excavation. We will record maximum depth of the test hole as well as vertical depth of any utility encountered. If a utility is encountered, we will also provide utility type, size, shape, material and orientation to the extent we are able to ascertain this information c. Ritzel-Mason will notify Sunshine 811 2 full business days in advance of excavation. Ritzel-Mason will mark the conductive utilities by inductive methods utilizing electromagnetic geophysical prospecting equipment. Known non-conductive utilities will be marked utilizing 2-13 Radar(GPR). d. Due to mobilization costs a minimum of 4 test holes can be requested or mobilization costs will be charged. e. Ritzel-Mason cannot provide vacuum excavation in areas where obstructions, such as unmovable vehicles or storage exist. Survey of utility designates and test holes (optional) is not included in this scope of services but can be added at additional cost. Basis and Aslumptions: Unless specifically stated otherwise in the Scope of Services,this proposal is conditioned on the following. Differences may result in necessary changes to the proposed scope and fee. * Ritzel-Mason will have ready access to the project area.Construction or clearing activities required for access to perform field services are not included. * Standard Maintenance of Traffic (MOT) is included. Extraordinary MOT such as lane closures, route detouring, crash trucks, off-duty police officer, railroad flagging fees and other efforts deemed atypical are not included. * Field work can be completed within normally accepted business hours and without the need for overnight or weekend work. * Possible delays due to weather conditions will be discussed with the client and may affect schedule. Hazardous material, if encountered,will immediately stop work and Ritzel-Mason will not be responsible for any disposal. * Confined space entry is excluded. * Entry onto private property beyond incidental, or where prohibited, is not included. V Entry into buildings is not included. a Permits are not included but can be requested, if needed. f s: Utility Designating Services as described above for a lump sum fee of$3,426. 2-man designating crew 0$130 x 25 hours; Survey Tech for coordinationlresearch@ $88 x 2.0 hours Vacuum Excavation Services as described above for a unit price of$329 each. www.rhol-mason.com Page 588 of 1406 RITZEL Water Quality Laboratory—Boynton Beach -MA-SON November 7,2019 * Provide all available records depicting owned utilities in the project area. * Assist Ritzel-Mason as able in obtaining records of utilities in the project area owned by others. * Provide or facilitate access to project area for field investigations. Deliverables: • Paint marks and flags will depict the approximate horizontal position of underground utilities detected • A field sketch of underground utilities detected (colorized KMZ) • Test hole data sheets (optional) Schedule: We propose to mobilize for this work 5 business days from receipt of this proposal duly signed and barring any unforeseen condition. Invoices:All invoices are due and payable in full upon receipt of survey. Surveyor reserves the right to withhold certified prints and files to client or client's consultants until payment is made in full. CAD file(if part of deliverables) will not be released until invoice is paid in full. If payment is not received within 35 days of the invoice date,a late charge may be added to the invoice in an amount not to exceed 11/2 percent per month on the outstanding balance. If payment is not received within 60 days of the invoice date,Surveyor may terminate this agreement or suspend work under the agreement until payments have been made in full.The undersigned agrees to pay reasonable attorney fees up to 50%and all costs and expenses incurred by Ritzel-Mason in the collection of any past due obligation of the undersigned pursuant hereto. The fees listed above are based on Ritzel-Mason's crows being able to work during the hours of 7:00arn to 6:00prn and being granted access to the site. Nighttime or weekend work may incur additional fees. Nighttime work shall be any time outside of regular work hours being 7:00am to 6:00pm. Rltzel-Mason is equipped to supply minor MOT services. The client will be responsible for providing major MOT assistance, such as lane closures. Ritzel- Mason's field crews and equipment are not equipped or prepared to work in any area that possibly are,or may have been, contaminated with hazardous materials at any time. Any fee or permit requested in order to perform the work will be submitted to the client at cost. Again,we appreciate the opportunity to provide our surveying services for Engenuity Group Inc. Please call me directly at 786.472.0358, if you have any questions or comments. We look forward to beginning work on this project upon receiving your authorization to proceed. Sincerely, Dennis Ritzel, P M Director of Business Operations 766.472.0358 Email: www.dtz&mason.com Page 589 of 1406 zt\ Water Quality Laboratory—Baynton Beach RITZEL -MASON November 7,2019 1 It T", 0 T Oil 0 1 A Pj-* it Rd', www.ritzel-mason.com Page 590 of 1406 November 27, 2019 Irerracan Engenuity Group, Inc. 1280 North Congress Avenue, Suite 101 West Palm each, FL 33409 Attn: Andre Rayman, P.S.M., President P: (561) 655 1151 E: arayman@engenuitygroup.com Re: Proposal for Geotechnical Engineering Services New Water Quality Lab 2611 Woolbright Road Boynton each, Florida Terracon Proposal No. PHD1507 Dear Mr. Rayrnan: We appreciate the opportunity to submit this proposal to Engenuity Group, Inc. to provide Geotechnical Engineering services for the above referenced project. The following are exhibits to the attached Agreement for Services. Exhibit A Project Understanding Exhibit B Scope of Services Exhibit C Compensation and Project Schedule Exhibit D Site Location Exhibit E Anticipated Exploration Plan Our base fee to perform the Scope of Services described in this proposal is $7,400. See Exhibit C for more details of our fees and consideration of additional services. Your authorization for Terracon toproceed in accordance with this proposal can be issued by signing and returning a copy of the attached Agreement for Services to our office. Sincerely, Terracon Consultants, Inc. /-7 z, P.E. Jay W. Casper, P.E. Senior Geotechnical Engineer Principal Terracon Consultants, Inc. 1225 Omar Road West Palm Beach, Florida 33405 r, (661) 689 4299 F (561) 689 5955 terracon.com Page 591 of 1406 Proposal for Geotechnical Engineering Services New Water Qualfty Lab& Boynton Beach, Florida Irerracon November 27, 2019 r Terracon Proposal No. PHD1 95078 EXHIBIT A - PROJECT UNDERSTANDING Site Location Item 01"pt-i-on The project is located at 2611 Woolbright Road in Boynton Beach, Florida. Parcel Information The location of the proposed Water Quality Lab is. ti e:26030'49.5"N Lon It 80*05'31.0'W Existing The area of the proposed building is open and undeveloped with grass and Improvements two trees. From review of Google Earth Pro the ground surface elevation within the Existing Topography proposed build!in area is between about +11 and +1 feet (datum not known) Based on a site visit the proposed building area is generally accessible to a Site Access truck mounted drilling rig with the exception of the immediate vicinity around the two existing trees. Planned Construction Item Description Information Provided The following information was provided to us via emails from Angela Prymas and Anderson Sloco mbe of the City of Boynton each. Current plans are to build a single story Water Quality Lab using concrete masonry unit construction. The building will be out 50 by 50 feet in plan Project Descripton size. i For purposes of selecting boring depths we have assumed that the maximum column and all loads for the new building will not exceed 100 kips and 5 kips per foot,respectively. We request that the design team verify this assumption. ............. Responsive ik ResourCefUl Reliable 'EMBIT A-PROJECT'UNDERSTANDING I of I Page 592 of 1406 Proposal for Geotechnical Engineering Services New Water Quality Lab a Boynton each, Florida Irerracon November 27,2019 a Terracon Proposal No. PH D 195078 EXHIBIT B -- SCOPE OF SERVICES Our proposed Scope of Services consists of field exploration, laboratory testing, and engineering/project delivery. These services are described in the following sections. Field Exploration The field exploration program consists of the following: Visit the project site, field mark boring locations, and contact the Sunshine State One Call of Florida (SSOCOF)for the clearance of public utilities. A Ground Penetrating Radar(GPR) survey will be conducted to locate private utilities near our test locations. We will take reasonable precautions to avoid damage to existing utilities. Once underground utility clearance is obtained, mobilize a drilling rig and drill the borings in accordance with the information shown in the following table. u--(,-n,b-e-r- 6f- Planned Deigh(feet) -7 Explorations Test Method Planned Location below ground surilace 3 Standard Penetration Test 20 Single Story Water Quality (SPI) Lab Building The SPT borings will be drilled using mud rotary methods and samples of the subsurface materials will be obtained at frequent vertical intervals in accordance with procedures outlined in ASTM D 1586 (the Standard Penetration Test). SPT split spoon sampling will be continuous to a depth of 10 feet, and at 5-foot vertical intervals thereafter. In addition, we will observe and record groundwater levels during drilling. Once the samples have been collected and classified in the field, they will be placed in appropriate sample containers for transport to our laboratory. We will conduct a single field borehole permeability test at the site using procedures and nomenclature developed by the South Florida Water Management District, namely the Usual Open Hole Test procedure. We will backfill the borings with bentonite hole plug upon completion of the borings. Responsive , Resourceful Reliable EXHIB11 8-SCO P"'10F SERVIC'*S I of 3 Page 593 of 1406 Proposal for Geotechnical Engineering Services New Water Quality Lab it Boynton Beach, Florida Irerracon November 27,2019 w Terracon Proposal No. PHD1 95078 Safety Terracon is not aware of environmental concerns at this project site that would create health or safety hazards associated with our exploration program; thus, our Scope considers standard OSHA Level D Personal Protection Equipment (PPE) appropriate. Our Scope of Services does not include environmental site assessment services, but identification of unusual or unnatural materials encountered while drilling will be not on our logs and discussed in our report. Exploration efforts require borings into the subsurface, therefore Terracon complies with local regulations to request a utility location service through the SSOCOF We consult with the owner/client regarding potential utilities, or other unmarked underground hazards. Based upon the results of this consultation, we consider the need for alternative subsurface exploration methods, as the safety of our field crew is a priority. Site Access: We anticipate that the site will be accessible to our truck mounted drilling equipment. In order to conduct our exploration of the project site, we must be granted access by the property owner. By acceptance of this proposal without information to the contrary, we consider that you have provided access to our exploration equipment for the conduct of our work consistent with the agreed work scope. Property Disturbance.We have not budgeted to restore the site beyond backfilling our boreholes. Laboratory Testing The recovered soils and materials will be classified in the laboratory in accordance with the Unified Soil Classification System (ASTM D 2487)and appropriate geological terminology. Samples from the borings may be tested for index properties such as moisture content, organic content and grain size distribution. Engineering and Project Delivery Results of our field and laboratory programs will be evaluated by a professional engineer. The engineer will develop a geotechnical site characterization, perform the engineering calculations necessary to evaluate foundation alternatives, and develop appropriate geotechnical engineering design criteria for earth-related phases of the project. Your project will be delivered using our GeoftporP system. Upon initiation, we provide you and your design team the necessary link and password to access the website (if not previously registered). Each project includes a calendar to track the schedule, an interactive site map, a listing of team members, access to the project documents as they are uploaded to the site, and a collaboration portal. The typical delivery process includes the following: Project Planning —Proposal information, schedule and anticipated exploration plan will be posted for review and verification Responsive a. Resourceful , Reliable BRIM 11'B-SC,0NEOF SERV 1U."S 2 af 3 Page 594 of 1406 Proposal for Geotechnical Engineering Services New Water Quality Lab s Boynton Beach, Florida Irerracon November 27, 2019 u Terracon Proposal No. PHD195078 Site Characterization— Findings of the site exploration Geotechnical Engineering— Recommendations and geotechnical engineering report When utilized, our collaboration portal documents communication, eliminating the need for long email threads. This collaborative effort allows prompt evaluation and discussion of options related to the design and associated benefits and risks of each option.With the ability to inform all parties as the work progresses, decisions and consensus can be reached faster. In some cases, only minimal uploads and collaboration will be required, because options for design and construction are limited or unnecessary.This is typically the case for uncomplicated projects with no anomalies found at the site. When services are complete, we upload a printable version of our completed geotechnical engineering report, including the professional engineer's seal and signature, which documents our services. Previous submittals, collaboration and the report are maintained in our system. This allows future reference and integration into subsequent aspects of our services as the project goes through final design and construction. The geotechnical engineering report will provide the following: Site Location and Exploration Plans Subsurface exploration procedures Boring logs with field and laboratory test data Results of Field Borehole Permeability Test Stratification based on visual soil classification and laboratory test results Groundwater levels observed during drilling Confirmation of spread footing foundation support and design bearing capacity Estimated settlement of foundations Recommendations for design of ground level floor slabs Subgrade preparation/earthwork recommendations Responsive , ResourcefUl , Reliable EXHOR B-SCOPF OF SIERMES 3,:,4 3 Page 595 of 1406 Proposal for Geotechnical Engineering Services New Water Quality Lab it Boynton each, Florida Irerracon November 27,2019 -,- Terracon Proposal No. PHI)l 95078 EXHIBIT C - COMPENSATION AND PROJECT SCHEDULE Compensation Based upon our understanding of the site, the project as summarized in ExInibil"! A, and our planned scope of services outlined in B, we propose to do the work for a lump sum fee of$7,4W.00 as itemized below. A. Stake Boring and Public Utility Clearance: 8 hours @ $95 per hour......$ 760-00 B. Private Utility Clearance: Lump Sum....................................................$ 800.00 C. Field Exploration Work: Drill Rig Mobilization: 1 @ $600.00/each.........................................$ 600-00 SPT Borings (3 to 20 ft): 60 ft 0 $16.00/ft .........................................................$ 960.00 Field Borehole Permeability Test: 1 @ $800.00/each......................$ 800.00 D. Laboratory Testing Allowance: .........................................................$ 200.00 E. Geotechnical Engineering: Principal Engineer: 4 hours @ $190 per hour......................$ 760.00 Geotechnical Engineer: 18 hours @ $140 per hour....................$ 2.520.00 Total..........................$ 7,400.00 Should additional work be needed beyond the scope described herein, that work will be covered by supplemental agreement. Unless instructed otherwise, we will submit our invoice(s) to the address shown at the beginning of this proposal. If conditions are encountered that require scope of services revisions and/or result in higher fees, we will contact you for approval, prior to initiating services. A supplemental proposal stating the modified scope of services as well as its affect on our fee will be prepared. We will not proceed without your written authorization. I : ri ive ,,t Resourceful - Reflable EXHIBIT C-COMPIENSATiON AND PROJECI SCIMEDULL,1 of 2 Page 596 of 1406 Proposal for Geotechnical Engineering Services New Water Quality Lab it Boynton Beach, Florida I rema. con November 27,2019 s Terracon Proposal No. PHD1 95078 Project Schedule We developed a schedule to complete the scope of services based upon our existing availability and understanding of your project schedule. However, this does not account for delays in field exploration beyond our control, such as weather conditions, permit delays, or lack of permission to access the test locations. In the event the schedule provided is inconsistent with your needs, please contact us so we may consider alternatives. GovRepoit Stage Posting Date from Notice to Proceed 2 P,roject Planning 1 week Site Chanacte,dzafion 3 vnveks ...................................... ........ ............... e3ecitechnica! Engineed,nlg 5 weeks ........................................ ........... Upon receipt of your notice to proceed we will activate the schedule component of our GeoReport website with specific,anticipated calendar dates for the three delivery points not above as well as other pertinent events such as field explarafion crews on-site, etc. 2 We will maintain a current calendar of activities within our GeoRepoil website. In the event of a need to modify the schedule,the schedule will be updated to maintain a current awareness of our plans for delivery. ResponslvResourceful , Reliable EXHIBIT C - COMPENSATION AND PHOJEC SCHEDULF 2of 2 Page 597 of 1406 EU"')"CA71 New Water QUality Lab iL Boynton Beach, Florida Irerracon November 27, 2019 6 Terrcon Proposal No. PHDI9507 x S i , ! K ' ) IMF a r aa'uY°rt...... v "le A ti t� S( iffw. " to- i '14 m t 1 MS a , in S{� y F tS .d' i 1 a _ a v s sS S;nu Sr rIlh.at �� r uh+' r,Si"40 �y'rs�. i ^A t 101 I r ii i 1 Pt2 i i st Ir ��{4 4t ; .V A� I i S i %1Iti 4 I rVI IL_jr,iS I �I �°. C E S MAP PROVIDED BY MICROS"FI BIND MAP Page 598 of 1406 ' �' s 'q ' a t%T I �,�;., �IIi�V; R�l,:��E :� ��,�,e^ �W.�S,� �.,�:1,d� i��R UO��,'v aULArTM€`< New Water Quality Lab a Boynton Beach, Florida Irerracon November 27, 2019 K Terracon Proposal No. PHDI 95078 n �t I1si �w .G1 M��I � }I `y I �{ tttR t£r � I �t ib } �} t � Ij AM i1r ( , ti �{y� i J ai r} I �, 11,�:, Al I'1IT - � AV i i + N II h£t } ��`h�f F3N PURPOSES PAAP PROVIDED BY Mli"ROSOF1 BING MAPS Page 599 of 1406 Ifibrracon- Reference Number.PHDI95078 AGREEMENT FOR SERVICES This AGREEMENT is between Engenuity Group, Inc. ("Client") and Terracon Consultants, Inc. ('Consultant')for Services to be provided by Consultant for Client on the New Water Quality Lab project("Project'), as described in Consultants Proposal dated 11/27/2019('Proposal"), including but not limited to the Project Information section, unless the Project Is otherwise described in Exhibit A to this Agreement (which section or Exhibit is incorporated into this Agreement). I. Scope of Services. The scope of Consultant's services is described in the Proposal, including but not limited to the Scope of Services section ("Services"), unless Services are olherw Ise described in Exhibit B to this Agreement (w hich section or exhibit is incorporated into this Agree t). Portions of the Services may be subcontracted. Consultant's Services do not Include the Investigation or detection of, nor do recommendations in Consultant's reports address the presence or prevention of biological pollutants (e.g., mold,fungi, bacteria,viruses, or their byproducts)or occupant safety issues,such as vulnerability to natural disasters,terrorism,or violence. If Services include purchase of software,Client will execute a separate software license agreement. Consultant's findings, opinions, and recommendations are based solely upon data and information obtained by and furnished to Consultant at the erre of the Services. 2. Acceptance/ Termination. Client agrees that execution of this Agreement is a material element of the consideration Consultand requires to execute the Services, and if Services are,initiated by Consultant prior to execution of this Agreement as an accommodation for Client at Client's request, both parties shall consider that commencement of Services constitutes formal acceptance of all terns and conditions of this Agreement. Additional terms and conditions may be added or changed only by written amendment to this Agreement signed by both parties. his the event Client uses a purchase order or other form to administer this Agreement,the use of such form shall be for convenience purposes only and any additional or conflicting terms it contains are stricken.This Agreement shall not be assigned by either party w thout prior w rtten consent of the other party. Eimer party may lernate this Agreement or the Services upon written notice to the other. In such case, Consultant shall be paid costs incurred and fees earned to the date of lerminatlon plus reasonable costs of closing the Project. 3. Change Orders. alent may request changes to the scope of Services by altering or adding to the Services to be performed. til Client so requests, Consultant w it return to Client a statement (or supplemental proposal) of the change setting forth an adjustment to the Services and fees for the requested changes. Follow Ing Clienrs review, Client shall provide written acceptance. If Client does not follow these procedures,but instead directs, authorizes,or permits Consultant to perform changed or additional work,the Services are changed accordingly and Consultant w li be paid for this work according to the fees stated or is current fee schedule. t project conditions change materially from those observed at the site or described to Consultant at the time of proposal,Consultant is entitled to a change order equitably adjusting its Services and fee. Compensation and Terms of Payment. Client shall pay compensation for the Services performed at the fees stated in the Proposal, including but not firrited to the Corripensation section, unless fees are otherw Ise stated in Exhibit C to this Agreement(which section or Exhibit is incorporated into this Agreement). t not stated in ether,fees w ill be according to Consultant's current fee schedule.Fee schedules are valid for the calendar year in which they are issued. Fees do not Include sales tax. Client will pay applicable sates tax as required by law.Consultant may invoice Client at least monthly and payment is due upon receipt of invoice. Client shall notify Consultant in writing,at the address below,within 15 days of the date of the invoice if Client objects to any portion of the charges on the invoice, and shall promptly pay the undisputed portion.alent shall pay a finance fee of 1.5%per month,but not exceeding the maximurn rate allow ed by law,for all unpaid amounts 30 days or older.Client agrees to pay all collection-related costs that Consultant incurs, including attorney fees. Consultant may suspend Services for lack of tmely payment. it is the responsibility of Client to determine w hather federal,state,or local prevailing wage requirements apply and to notify Consultant if prevailing wages apply. 1 I is later determined that prevailing wages apply,and Consultant was not previously notified by aiant, Client agrees to pay the prevailing wage from that point forward,as well as a retroactive payment adjustment to bring previously paid amounts in line wkh prevailing wages. Client also agrees to defend, indermlly,and hold harmless Consultant from any alleged violations made by any governmental agency regulating prevailing wage activity for failing to pay prevailing w ages,including the payment of any fines or penalties. S. Third Party RelienciLThis Agreement and the Services provided are for Consultant and Clienrs sole benefit and exclusive use with no third party j beneficiaries intended. Reliance upon the Services and any work product is limited to Client,and is not intended for third parties other than those who have executed Consultant's reliance agreement, subject to the prior approval of Consultant and Client. S. LIMITATION OF LIABILITY. CLIENT AND CONSULTANT VE EVALUATED THE S AND RONARDSASSOCIATED TH THIS PROJECT, INCLUDING CONSULTANT'S FEE RELATIVE TO THE RISKSASSUMED, AGREE TO ALLOCATE CERTAIN OF THE ASSOCIATED 5 . TO THE FULLESTPERMITTED LAW, THE TOTAL AATE LIABILITY OF CONSUILTANT (AND ITS RELATED CORPORATIONS AND EMPLOYEES) TO CLIENT AND THIRD PARTIES GRANTED RELIANCE IS LIMITED TO THE GREATER $50,000 OR CONSULTANT'S ALL INUURIES, DAMAGES, CLAIMS, LOSSES, P AND WRITTEN P ) SI F C TA ' 5 IC ORT S A . P T ACC A OFT S AGREEMENT CLIENT, CONSULTANT Y NEGOTIATE A HIGHER LIMITATION TI L CONSIDERATION INT F A SURCHARGE TO BE ADM TO THE AMOUNTT IN THE COMPIENSATION SIECTION OF THE PROPOSAL. THIS LIMITATION SHALL APPLY REGARDLESS OF AVAILABLE PROFESSIONAL LIA LITY INSURANCE COV E, C S), OR THE THEORY OF LIABILITY, INCLUDING LIG E, INDEMNITY, OR OTHIER RECOVERY. THIS LIMITATION LL NUT APPLY TO THE EXTENT THE DAMAGE IS PAiD LINDER CONSULTANT'S COMMERCIAL GENERAL LIABILITY POLICY. . Indemnlity/Statuts of Urnitations. Consultant and Client shall indemnity and hold harmless the other and their respective employees from and against legal liability for claims, losses,damages,and expenses to the extent such claims, losses,damages, or expenses are legally determined to be caused by their negligent acts, errors,or ornisssions. In the event such claims,losses,damages,or expenses are Legally determined to be caused by the joint or concurrent negligence of Consultant and Client, they shall be borne by each party In proportion to Its own negligence under conparative fault principles. Neither party shall have a duty to defend the other party,and no duty to defend is hereby created by this indemnity provision and such duty is explicitly w aived under this Agreement. Causes of action arising out of Consultants Services or this Agreement regardless of cause(s)or the theory of liability, including negligence, Indemnity or other recovery shall be deemed to have accrued and the applicable statute of limitations shall cornmence to run not later than the date of Donsutant's substantial contiolellon of Services on the project. 13. Warranty. Consultant will perform the Services in a manner consistent with that level of care and skill ordinarily exercised by members of the profession currently practicing under similar conditions in the same locale. EXCEPT FOR THE STANDARD OF CARE PREVIOUSLY STAT CONSULTANT A WARRANTIES OR GUARANTEES, EXPRESSR I LIRELATING TO CONSULTANT'S IC AND CONSULTANT SCLI S ANY IMPLIED I OR WARRANTIESIMPOSED BY LAW, INCLUDING A I OF MERCHANTABILITY AND FITNESS FOR A PARTICULAR PURPOSE 9. Insurance. Consultant represents that it now carries, and will continue to carry:(i)workers'compensation insurance in accordance w th the laws of the states having jurisdiction over Consultant's employees who are engaged in the Services, and employer's lability insurance ($1,000,000); (ii) ;a of 2 Ftev, 5-19 Page 600 of 1406 WOO .......... A FIVF LEE'' lot .......... .ACd:>RV CERTIFICATE OF LIABILITY INSURANCE DAM t 10/03/2019 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONI YACONFERS NO RIGHTS UPON THE CERTIFICATE .THIS CERTIFICATE OT AFFIRMATIVELY OR NEGATIVELY AMEND,EXTENDOR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THISCERTIFICATE F INSURANCE DOES NOT CONSTITUTE A CONTRACT ISSUING INSURER(S ),AUTHORIZED REPRESENTATIVE C E CERTIFICATE €L R. I IxO T NT: if a certificate holler Is an ADDITIONAL INSURED,thepolicy(les)must have ITI N L INSURED provisions or be endorsed. If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy,certain policies may requirean endorsement A statement on this Certificate does not confer rights to the certificateholder in lieu of such end ent(S). PRODUCER r ass u a: Brown 8 Brown of Florida,Inc. NM (561)886-2266 F m (581}6 -2313 1661 Worthington Rd Ste 175 LADDRESs, JCaae@bb-wpb.com INSU AFFORDING GE IC West Palm ch FL 33409 INSU R A: ALLIED Property and Casualt`j Insurance Company 42579 INSURED INSURER 0: Allied Insurance Company of e' 10127 Engenulty Group,Inc. INSURER c: Brid eld Employers Insurance Company 10701 1280 N Congress Ave Ste 101 INSU R D: Landmark American Insurance Company 33133 INSURER E: Depositors Insurance Company¢S NOTES 42567 West Palm Beach L 33 INSURER F COVERAGES CERTIFICATE NU 191 aster VISI NUMBER: THIS IS CERTIFYTHAf THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED, NOTWITHSTANDING ANY REQUIREMENT,TE OR CONDITION OF ANY CONTRACT ORO ER DOCUMENTWITH RESPECT WHICH THIS CERTIFICATE MAY BE ISSUED OR Y`PERTAIN, E INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL E TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. Ii7SM L N EFF N i P LIMITS LTR EDF INSURANCE IVSD POLICY NUMBER COPAtM- COAL GENERAL LIABILITY CHt'UR' E 1,000,000 CLAIMS-MADE 19 OCCUR Alrcen `,i „ 10),000PEI] rs®n" 5,00)A Y ACPGLPC3009337 )7101/2019 07/0192020 PERS5 1,OOO,DDO RENS AGGREGATE LIMIT A LIES PER: GENE AGGREGATE 2,OODd000 P OLICY IRO- LOC PRODUCTS-COMPIOP G to 2,000.000 Employee Benefl $ 1,000,000 LIABILITY COMBINED SINGLE LIMIT � Be Ned t ANYBODILY INJURY(Per Person) � SCHEDULED ACPBAL3009343736 0710112019 07/0162020 BODILYINJLI L'Y AUTOS 4 �ccid } $ NON-OWNED LYA ONLY Per ac I GE $ LIAR OCCUR EACH CURRE E 3®000,000 AS c DE AC P3009343736 07101/2019 0710112020 ABB GATE s3,0 ®000 REs 10,000 s WORKERS CONFENSATION p O AND EMPLOY S'L I YIN 5TA'T ESP ANY P PRI O ARTNEPJ ECUTIVE 1,000,000 C OFFICE EMB EXCLU>TEDr N NIA 83045416 07101/2019 07/01/2020 E.L.EACHACCIDENT S fManda In NFT) E.L,DISE- EMPLOYEE $ 1„ODO,OOQ N ,describe under DESCRF`TION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT g 1,D ®)00 C Professional Liability Aggregate $2,000,000 LHR776063 0612912019 0512912020 Each Claim $1,000, Retro Date: 05/29/1986 DESCRIPTION OF OPERATIONS/LOCATIONS t VEHICLES CORD 101,Addiflonal Remarks Schedule,may be attached If more space Is required) City of Boynton Beach,its officers,employees and agents are included as Additional Insured excluding Products and Completed Operations with respects to General Liability as required by written contract. CERTIFICATE L CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF,NOTICE WILL BE DELIVERED IN City of Boynton Beach ACCORDANCE WITH THE POLICY PROVISIONS. 3301 quantum Blvd,Suite 101 AUTHORIZED REPRESENTATIVE Boynton Beach FL 33426 I t 1988-2015 ACORD CORPORATION. All rights se e . ACORD 25(2016103) The ACORD name and logo are registered marks of ACORD Page 602 of 1406 AGENCY CUSTOMER 1 : LOC : Accmiy ilh.,- ADDITIONAL REMARKS SCHEDULE Page Of FAIGENCY ED INSUR fro of Flprlda,Itic. Engarluity roup,I NIuaaER CARRIERIC CODE EFFC'I•I @�"rE: C�C1lr1IVL 12 THIS ADDITIONAL REMARKS FORM 18 A SCHEDULE TO ACORD FORM, FORM NUMBER: 25 FORM TITLE. Certificate of Liability Ineurano :Notes C).Equipment Floater:Depositors Insurance Company:poflcy:ACPCIMP3009343736 Lea Dented Equipment Aggregate$160,00 fled:$500 ACORD 101( 1) 0 2008 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered Page 603 of 1406 ALLIED INS COMPANY 1100 LOCUST ST DEPT 11 MOINES,DES 1- COMMERCIAL GENERAL LIABILITY Number: ACP GLPO7 Period: From 07/01/19 To 07/01/20 Named Insured: ENGENUITY GROUP INC Form Date Title 001 0413 COMMERCIAL GENE L LIABILITY COVERAGE FO CG0220 0312 FLORIDA CHANGES - CANCELLATION AND NONRENEWAL 1207 EMPLOYEE BENEFITS LIABILITY COVERAGE CG2106 0514 EXCLUSION-ACCESS OR DISCLOSURECONFIDENTIAL S L INFORMATION 217 1207 EMPLOYMENT- RELATED PRACTICES EXCLUSIO 2167 1204 FUNGI OR BACTERIA EXCLUSIO 2170 0115 CAP ON LOSSES FROM CERTIFIED ACTS OF TERRORISM CG2243 0413EXCLUSION - ENGINEERS, ARCHITECTS U VYPROFESSIONAL LIABILITY CG2279 0413EXCLUSIO - CONTRACTORS - PROFESSIONAL LIABILITY CG435D 1001 EMPLOYEE BENEFITS ADMINISTRATION LIABILITY COVERAGE A T 7023 1096 EXCL-ASBESTOS, ELECTRO-MAGNETIC RADIATION, LEAD AND RADON CG7033 0393 TWO OR MORE COVERAGE FORMS OR POLICIES ISSUED BY US C 7156 0804 ADDITIONAL I U ED PRIMARY AND NON-CONTRIBUTORY ENDORSEMENT G7181 1213 EMPLOYMENTP CTICES LIABILITY INSURANCE COVERAGE T G77 1211 DEFINITION OF OCCURRENCEAMENDATORY ENDORSEMENT FOR CONSTRUCTION DEFECTS G733 1216 CONTRACTORS ENHANCEMENT PLUS ENDORSEMENT INCLUDING MEDICAL PAYMENTS CG8000 1015 DATA COMPROMISE C GE CG8010 1015 IDENTITY RECOVERY COVERAGE CG16 1015 CYBERONE COVERAGE IL017 1198 COMMON POLICY CONDITIONS IL0021 0908 NUCLEAR ENERGY LIABILITY EXCLUSION IMPORTANT NOTICES IN7429 1215 FLORIDA CUSTOMER VI INFORMATION IN709 1115 DATA BREACH & IDENTITY CVEY SERVICES IN730 0816 EMPLOYMENT PRACTICES LIABILITY SERVICES L (02-93) DIRECT BILL LAXA 19192 AGENT COPY ACP GLPO 3009343736 257103935 45 0014785 Page 604 of 1406 COMMERCIAL GENERAL LIABILITY CG 73 23 12 16 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. CONTRACTORS ENHANCEMENT PLUS ENDORSEMENT INCLUDING MEDICAL PAYMENTS This endorsement modifies insurance provided underthe following: COMMERCIAL GENERAL LIABILITY COVERAGE PART A. Lost Key Coverage D. Expanded Property Damage Coverage 1. Under Section I—Coverages,Coverage A 11. For the purposes of this endorsement only: Bodily Injury And Property Damage Section I — Coverages, Coverage A Liability, coverage is extended to include Bodily Injury And Property Damage the following: Liability, 2. Exclusions, Exclusion J. If a customer's master or grand key, Damage To Property is amended as follows: excluding electronic key card, is lost, a. Paragraphs(3),(5), and(6)are deleted damaged or stolen while in your cars, in their entirety. custody or control we will pay the cost of b. Paragraph (4) is deleted In its entirety replacing the keys, including the master lock and replaced with: and all keys used in the same lock, the cost (4) Personal property in the care, of adjusting locks to accept the new keys, or custody, or control of the insured: the cost to replace the locks, whichever is less. (a) for storage or sale at premises 2. Limit of Insurance—For the purpose of this you own, rent or occupy,or coverage the most we will pay is $ 10,000 (b) while being transported by any per-occurrence-. aircraft, "auto" or watercraft B. Voluntary Property Damage owned or operated by or rented 1. Section I — Coverages,Coverage A Bodily to or loaned to any insured. Injury And Property Damage Liability c. The coverage provided by this endorsement does not apply to coverages extendedo includethefollowing: ® property damage": At your request, we will pay for 'property (1) Arising out of the disappearance or damage"to props of others caused by you loss of use of personal property;or and while in your possession,risingout of your business operationsand occurring during the (2) Included in the "products-completed policyperiod. operations hazard". 2. Limit of Insurance—For the purpose of this 2. Limit of Insurance - The most we will pay coverage the most we will pay is$1,500 per for loss arising out of any one "occurrence" ,.occurrence". is$5,000. C. Non-Owned Watercraft 3. Deductible - Our obligation to pay for a Under Section I — Coverages, Coverage A covered loss applies only to the amount of Bodily Injury And Property Damage Liability, loss in excess of$250. 2. Exclusions, Exclusion g. Aircraft, Auto Or We will pay the deductible amount to effect Watercraft Paragraph(2)(a)is replaced with: settlement of any claim or "suit` and, upon (a)Less than 51 feet long, and notification of this action having been taken, you shall promptly reimburse us for the deductible as has been paid by us. CG 73 23 12 16 Includes copyrighted material of Insurance Services Office, Inc., Page I of 5 with its permission. ACP GLP03009US736 LAXA 19192 INSURED COPY 45 0007"9 Page 605 of 1406 CG 73 23 12 16 This insurance is primary to any expanded d. AJI reasonable expenses incurred by the property damage coverage provided by a insured at our request to assist us in the separate endorsement attached to this investigation or defense of the claim or policy, and it will supplant any deductible in "suit", including actual loss of earnings up to said endorsement $500 a day because of time off from work. E. Damage To Premises Rented To You G. Newly Formed And Acquired Organizations 1. Under Section I— Coverages,Coverage A Under SECTION 11 — WHO IS AN INSURED Bodily Injury And Property Damage Paragraph 3.a. is replaced with: Liability, the last paragraph of 2. a. Coverage under this provision is afforded Exclusions is replaced with: only until the 180th day after you acquire or If Damage To Premises Rented To You is form the organization or the end of the policy not otherwise excluded, Exclusions c. period,whichever is earlier, through n. do not apply to damage by fire, H. Additional Insured — Automatic Status When lightning, explosion, smoke, or sprinkler Required In An Agreement Or Contract With leakage to premises while rented to you or You temporarily occupied by you with permission of the owner. Section 11 — Who Is An Insured is amended to include: 2. Under Section III — Limits Of Insurance, 1. Any person(s)or organization(s)described Paragraph 6 is replaced with: in Paragraph a.—d. below with whom you 6. Subject to 5. above, the Damage To have agreed in writing in a contract or Premises Rented To You Limit is the written agreement that such person or most we will pay under Coverage A for organization be added as an additional damages because of"property damage" insured on your policy during the policy to any one premises, while rented to period shown in the Declarations. you, or in the case of damage by fire, 2. Any other person or organization you are lightning, explosion, smoke or sprinkler required to add as an additional insured leakage, while rented to you or under the contract or agreement described temporarily occupied by you with in Paragraph 1.above. permission of the owner. The limit is The person or organization added as an increased to$1,000,000. insured by this endorsement is an insured 3. Under Section IV — Commercial General only for liability due to: Liability Conditions, 4. Other Insurance, b. a. Lessors of Leased Equipment — with Excess Insurance (1) (a) (11) is replaced with: respect to their liability for"bodily injury", (11) That is Fire, Lightning, Explosion, Smoke .property damage", or "personal and or Sprinkler leakage insurance for advertising injury", used in whole or in premises rented to you or temporarily part by your maintenance, operation, or occupied by you with permission of the use of equipment leased to you by such owner, person(s) or organization(s). This insurance does not apply to any F. Supplementary Payments occurrence"which takes place after the Under Section I — Coverages, Supplementary equipment lease expires. Payments — Coverages A and B Paragraphs However, their status as additional 1.b and I.d. are replaced with: Insured under this policy ends when b. Up to $2,500 for cost of bail bonds required their lease, contract, or agreement with because of accidents or traffic law violations you for such leased equipment expires. arising out of the use of any vehicle to which b. Managers or Lessors of Premises — the Bodily Injury Liability Coverage applies. with respect to liability arising out of the We do not have to furnish these bonds. ownership, maintenance, or use of that part of the premises you own, rent, lease, or occupy. Page 2 of 5 Includes copyrighted tel of Insurance Services Ofte, Inc., CG 73 23 12 16 with Its permission. ACP GLP03009343736 LAXA 19192 INSURED COPY 45 0007M Page 606 of 1406 CO 73 23 12 16 This insurance does not apply to: (1) Your acts or omissions; or (1) Any "occurrence"which takes place (2) The acts or omissions of those after you cease to be a tenant in acting on your behalf, in the that premises. performance of your ongoing (2) Structural alterations, new con- operations performed for that struction, or demolition operations additional insured,whether the work performed by or on behalf of the is performed by you or on your person or organization. behalf. However, their status as additional The insurance does not apply to: insured under this policy ends when you (1) "Bodily injury", "property damage", cease to be a tenant of such premises. or "personal and advertising injury" c. State or Political Subdivision — arising out of the rendering of or the Permits Relating to Promises — with failure to render any professional respect to the following hazards for architectural, engineering, or survey which the state or political subdivision services,including: has issued a permit or authorization in (a) The preparing, approving, or connection with premises you own, rent, falling to prepare or approve or control and to which this insurance maps, shop drawings, opinions, applies. reports, survey, field orders, (1) The existence, maintenance, repair, change orders, or drawings and construction, erection, or removal of specifications; or advertising signs, awnings, (b) Supervisory, inspection, archi- canopies, cellar entrances, coal tectural or engineering activities. holes, driveways, manholes, This exclusion applies even if marquees, hoist away openings, the claims against any insured sidewalk vaults, street banners, or allege negligence or other decorations and similar exposures; wrongdoing in the supervision, or hiring, employment, training or (2) The construction, erection, or monitoring of others by that removal of elevators;or insured, if the "occurrence' (3) The ownership maintenance or use which caused the "bodily injury" of any elevators covered by this or 'property damage', or the insurance. offense which caused the This insurance does not apply to: personal and advertising injuryo, involved the rendering (1) "Bodily injury' or "property damage" of, or failure to render, any or "personal or advertising injury" professional, architectural, arising out of operations performed engineering, or surveying for the state or municipality;or services. (2) "Bodily injury" or "property damage' (2) "Bodily injury" or "property damage' included within the "products- occurring after: completed operations hazard". (a) All work, including materials, However, such state or political parts, or equipment furnished in subdivision's status as additional connection with such work, on insured under this policy ends when the the project (other than service, permit ends. maintenance, or repairs) to be d. Owners, Lessees, or Contractors — performed by or on behalf of the with respect to liability for nbodily,Injury", additional insured(s) at the "property damage", or "personal and location of the covered advertising injury" caused in whole or in operations has been completed; or part, by: CG 73 23 12 16 Includes copyrighted material of Insurance Services Office,Inc., Page 3 of 5 with Its permission. ACP GLP03DO9343736 LAYA 19192 INSURED COPY 45 0007UI Page 607 of 1406 CG T 323 12 16 (b) That portion of "your work" out b. You have agreed in writing in a contract of which the injury or damage or agreement that this insurance would arises has been put to its be primary and would not seek intended use by any person or contribution from any other insurance organization other than another available to the additional insured. contractor or subcontractor 1. Employee Bodily Injury To Another Employee engaged in performing operations fora principal as a Under Section 11 — Who Is An Insured The part of the same project. following is added to Paragraph 2.a.(11): However, a person or organization's Paragraphs 2.a.(11) (a), (b) and (c) do not apply status as additional insured under to "bodily injury" to a co-"employee" in the this policy ends when your course of the co-memployee's" employment by operations for that additional insured you, or to "bodily injury" to a co-"volunteer are completed. worker while performing duties related to the With respect to the insurance afforded to conduct of your business. such additional insureds a. — d. described J. Broad For Named Insured above, the following Is added to Section III Under Section III — Who Is An Insured The —Limits Of Insurance: following is added to Paragraph 2.: if coverage provided to the additional 9. Any business entity incorporated or Insured is required by a contract or organized under the laws of the United State agreement,the most we will pay on behalf of of America (including any State thereof), its the additional insured is the amount of terrltories or possessions, or Canada insurance: (including any Province thereof)in which the 1. Required by the contract or agreement; Named Insured shown in the Declarations or owns, during the policy period, an interest of 2. Available under the applicable Limits of more than My percent. If other valid Insurance shown in the Declarations: collectible insurance is available to any whichever is less. business entity covered by this solely by This endorsement shall not increase the reason of ownership by the Named Insured applicable Limits of Insurance shown in the shown in the Declarations in excess of fifty Declarations. percent, this insurance is excess over the However, the insurance afforded to such other insurance, whether primary, excess, additional insureds a.—d. described above: contingent,or on any other basis. i. Only applies to the extent permitted by K. Aggregate Limit Per Location law;and Under Section III — Limits Of Insurance the 2. Will not be broader than that which you following is added to Paragraph 2: are required by the contract or The General Aggregate Limit under Section III agreement to provide for such additional Limits Of Insurance applies separately to each insured. of your locations owned by or rented to you or 3. Primary and Noncontributory — Other temporarily occupied by you with the permission Insurance Conditions of the owner. For the purposes of this provision, The following is added to the Other location means premises involving the same or Insurance Condition and supersedes any connecting lots, or premises whose connection provisions to the contrary: is interrupted only by a public street, roadway, Primary and Noncontributory Insurance waterway or railroad right-of-way. This insurance is primary to and will not L. Aggregate Limit Per Project seek contribution from any other insurance Under Section III — Limits Of Insurance The available to an additional insured under your following paragraph is added to Paragraph 2- policy provided that: The General Aggregate Limit under Section III a. The additional insured is a Named Limits Of Insurance applies separately to each Insured under such other insurance:and of your construction projects away from premises owned by or rented to you. Page 4 of 5 Includes copyrighted material of Insurance Services Office,Inc., CG 73 23 12 16 with its peri ion. ACP GLP03009343736 LAXA 19192 INSURED COPY 45 0007652 Page 608 of 1406 CG 73 231 16 M. Medical Payments inception date of the policy shall not Under Section III — Limits Of Insurance, prejudice the coverage afforded by this Paragraph 7. is replaced with: policy provided such failure to disclose all 7. Subject to 5.above,the higher of: hazards or prior ooccurrences'or offenses is a. $90,000;or not Intentional. This provision does not affect our right to collect additional premium b. The amount shown in the Declarations or exercise our right of cancellation or non- for Medical Expense Limit is the most renewal. we will pay under Coverage C for all P. Waiver Of Subrogation medical expenses because of 'bodily Under Section IV — Commercial General Injury"sustained by one person. Liability Conditions, 8. Transfer Of Rights Of This coverage does not apply if Coverage C Recovery Against Others To Us the following — Medical Payments.Is excluded either by paragraph is added: the provisions of any coverage forms If required by a written contract executed prior to attached to the policy or by endorsement. loss, we waive any right of subrogation we may N. Knowledge Of An Occurrence have against the contracting person or Under Section IV — Commercial General organization use of payments we make for Liability Conditions, the following is added to injury or damage arising out of your ongoing ® Duties In The Event Of Occurrence, operations or"your work' done under a contract Offense,Claim Or Suit: with that person or organization and included In a. Knowledge of an occurrence, offense, claim the'products-oomated operations hazard". or suit by an agent or employee of any 0. Liberalization insured shall not in itself constitute Under Section IV — Commercial General knowledge of the insured unless you, a Liability Conditions, the following paragraph is partner, if you are a partnership, or an added: executive officer or insurance manager, if 10. Liberalization you are a corporation receives such notice of an occurrence, offense, claim or suit from If we revise this coverage forrn to provide more the agent or employee. coverage without additional premium charge, C The requirements in Paragraph b. will not your policy will automatically provide the be considered breached unless there is additional coverage as of the day the revision is knowledge of occurrence as outlined in effective in your state. Paragraph a. above. R. Broadened Bodily Injury Definition (Mental 0. Unintentional Failure To Disclose Hazard Anguish) Under Section IV — Commercial General Under Section V — Definitions Definition 3. Liability Conditions, Condition 6. gBodily Injury' is replaced with: Representations the following paragraph is 3. "Bodily injury" means physical injury, added. sickness, or disease to a person and if d. Your failure to disclose all hazards or prior arising out of the foregoing, mental anguish, occurrences"or offenses existing as of the mental injury, shock, or humiliation, including death at any time resulting therefrom. All terms and conditions of this policy apply unless modified by this endorsement. CG 73 23 12 16 Includes copyrighted material of Insurance Services Office, Inc.. Page 5 of 5 with its permission. ACP GLP03009343736 LAXA 19192 INSURED COPY 45 OW7653 Page 609 of 1406 1100 ALLIED T INS COMPANY 11 DES MOINES, IA 60391-2000 I I tlENDORSEMENTS Number: ACP GLPO 3009343736 Period: From 71111 To 07/01/20 Named insured: ENGENUITY GROUP INC Form Date Title CD1 D413 COMMERCIAL GENERAL LI ILITY COVERAGE FORM CG0220 0312 FLORIDA GES - CANCELLATION AND NONRENEWAL CGO435 1207 EMPLOYEE BENEFITSLIABILITY COVERAGE CG2106 0514 EXCLUSIO - ACCESS OR DISCLOSURE I NTIL OR PERSONAL INFORMATION CG217 1207 EMPLOYMENT- RELATED PRACTICES EXCLUSION 2167 1204 FUNGI OR BACTERIAEXCLUSION CG2170 0115 CAP ON LOSSES FROM CERTIFIED ACTS OF TERRORISM CG2243 D413 EXCLUSIO - ENGINEERS, ARCHITECTS OR SURVEYORS PROFESSIONAL LIABILITY CG2279 0413 EXCLUSION - CONTRACTORS - PROFESSIONAL LIABILITY C5CG435D 1001 EMPLOYEE BENEFITS ADMINISTRATION LIABILITY COVERAGE PART CG7023 1096 EXCL-ASBESTOS, ELECTRO-MAGNETIC RADIATION, LEAD AND RADON CG7033 0393 TWO OR MORE COVERAGE FORMS OR POLICIESISSUED Y US CG7156 0804 ADDITIONAL INSURED PI Y AND NON-CONTRIBUTORY DOS ENT C711 1213 EMPLOYMENTP CTICES LIABILITY INSURANCE COVERAGE PAT C77 1211 DEFINITION OCCURRENCE AMENDATORY S ENT FOR CONSTRUCTION CTS CG7323 1216 CONTRACTORS ENHANCEMENT PLUS ENDORSEMENT INCLUDING MEDIL PAYMENTS CG8000 1015 DATA COMPROMISE COVERAGE 10 1015 IDENTITY V COVERAGE CG8016 1015 CYBERONE COVERAGE IL017 1198 COMMON POLICY CONDITIONS IL0021 0906 NUCLEARENERGY LIABILITY EXCLUSION IMPORTANT NOTICES IN7429 1215 FLORIDACUSTOMER SERVICEINFORMATION IN7809 1115 DATA BREACH & IDENTITY VICES IN7830 0816 EMPLOYMENT P CTIC LIABILITY VICES dd O : L (02-93) DIRECT BILL LAXA 19192 AGENT COPYACP GLPO 3009 736 257103935 45 0014786 Page 610 of 1406 POLICY NUMBER: COMMERCIAL GENERAL LIABILITY CG 7156 08 04 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED PRIMARY AND NON-CONTRIBUTORY ENDORSEMENT This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name af Person or Organization: (if no entry appears above, info tion required to complete this endorsement will be shown in the Declarations as applicable to this endorsement.) A. Section 11 - Who Is An Insured is amended to 2. That portion of "your work" out of which the include as an additional insured the person(s)or injury or damage arises has been put to its organization(s) shown in the Schedule, but only intended use by any person or organization with respect to liability for "bodily injury", "prop- other than another contractor or subcontrac- erty damage"or"personal and advertising injury" for engaged in performing operations for a caused,in whole or in part,by: principal as a part of the same project. 1. Your acts or omissions;or C> 2. The acts or omissions of those acting on C. The following is added to SECTION III - LIMITS your behalf, in the performance of your on- OF INSURANCE: going operations for the additional in- sureds) at the location(s) designated The limits of insurance applicable to the addi- 0 above. tional insured are those specified in the written No such person or organization is an addi- contract between you and the additional insured, tional insured for liability arising out of the or the limits available under this policy, which- IP Cd prod ucts-com pleted operations hazard". ever are less. These limits are part of and not in addition to the limits of insurance under this pol- ® With respect to the insurance afforded to these icy. additional insureds, the following additional ex- clusions apply: This insurance does not apply to "bodily injury"or "property damage"occurring after: 2 1. All work, including materials, parts or equip- ment furnished in connection with such work, on the project (other than service, maintenance or repairs) to be performed by or on behalf of the additional insured(s) at the location of the covered operations has been completed;or CG 7156 08 04 Includes copyinighted material of ISO Properties,Inc.,with its permission. Page I 0 ACP L0300 3736 LAXA 19192 AGETC P 45 0014787 > Page 611 of 1 4W CG 7156 08 04 D. With respect to the insurance provided to the When this insurance is excess,we will person or organization shown in the Schedule of have no duty under Coverages A or B the Endorsement, Condition 4. Other Insur- to defend the additional insured ance is replaced by the following: against any"suit"if any other insurer has a duty to defend the additional 4. Other Insurance insured against that"suit". If no other insurer defends,we will undertake to If other valid and collectible insurance is do so, but we will be entitled to the available to the additional insured for a loss additional insured's rights against all we cover under Coverages A or B of this those other insurers. Coverage Part, our obligations are limited When this insurance is excess over as follows: other insurance,we will pay only our a. Primary Insurance share of the amount of the loss, if any, This insurance is primary except when that exceeds the sum of. it is excess as provided under part b., (1) The total amount that all such below. When this insurance is pri- other insurance would pay for the maty, we will not seek contribution loss in the absence of this insur- from other insurance available to the ance;and person or organization shown in the (2) The total of all deductible and self- Schedule of this endorsement. insured amounts under all that b. Excess Insurance other insurance. This insurance Is excess over: We will share the remaining loss, if (1) Any of the other insurance, any,with any other insurance that is whether primary, excess, contin- not described in this Excess gent or on any other basis: Insurance provision and was not (a) That is Fire, Extended Cover- bought specifically to apply in excess Cq age, Builder's Risk, Installa- of the Limits of Insurance shown in the c1q tion Risk or similar coverage Declarations of this Coverage Part. for"Your work"; c. Method Of Sharing cl� (b) That is Fire insurance for If all of the other insurance available r-4 premises rented to you or to the additional insured permits con- temporarily occupied by you tribution by equal shares, we will fol- with permission of the owner; low this method also. Under this ap- (c) That is insurance purchased proach each insurer contributes equal Cd by you to cover your liability amounts until it has paid its applicable as a tenant for "property limit of insurance or none of the loss damage" to premises rented remains,whichever comes first. to you or temporarily occu- If any of the other insurance available pled by you with permission to the additional insured does not of the owner;or permit contribution by equal shares, (d) If the loss arises out of the we will contribute by limits. Under this maintenance or use of air- method, each insurers share is based craft, "autos" or watercraft to on the ratio of its applicable limit of in- the extent not subject to Ex- surance to the total applicable limits of clusion g. of Section I - Cov- insurance of all insurers. 2 erage A - Bodily Injury And Property Damage Liability All terms and conditions of this policy apply unless modified by this endorsement. 0 64 Page 2 of 2 Includes copyrighted material of ISO Properties,Inc.,with its permission. CG 7156 08 04 ACP OLP03009343736 LAXA 19192 AGENT COPY 45 0014788 > Page 612 of 1406 6.H. Consent Agenda 1/21/2020 City of Boynton Beach Agenda Item Request Form Commission Meeting Date: 1/21/2020 Requested Action by Commission: Proposed Resolution No. R20-009-Approve and authorize the City Manager to sign the Developer's Agreement with Mr. Edin Mehanovic of 820 Bamboo Lane for the construction of wastewater improvements within the right-of-way of Bamboo Lane. Explanation of Request: Bamboo Lane is located east of Federal Highway adjacent to the Intracoastal Waterway outside of the City limits in unincorporated Palm Beach County. The City currently has an existing utility easement and water main on Bamboo Lane; however no sewer utilities are currently available. The lack of sewer service makes property improvements difficult for the construction of new homes and additions. Staff requests approval of a Developer's Agreement with Mr. Edin Mehanovic of 820 Bamboo Lane. Mr. Mehanovic's licensed underground contractor will install low-pressure wastewater collection system improvements within the right-of-way of Bamboo Lane in accordance with the project drawings provided by Utilities staff. Upon completion of construction, the wastewater system will be dedicated to the City. Mr. Mehanovic's property and the adjacent properties that connect will be provided with a grinder pump wastewater connection at the right-of-way line, which will be the Utilities' point of service and limit of responsibility for future operation and maintenance. How will this affect city programs or services? The residents of Bamboo Lane will receive an improved level of service and improved reliability and quality of service by connecting to City sewer. The properties will abandon their existing septic tanks as part of the project, which provides an additional environmental benefit. Fiscal Impact: Budgeted There is no fiscal impact to the City for the execution of the Developer's Agreement. Reimbursement of the construction costs will be made by the City when Mr. Mehanovic and the adjacent properties connect to the sewer utilities. Each property owner will enter into a new water service agreement with the City and pay the applicable capital facility charges and connection fees. Funding for the reimbursement is available in the Utilities CIP account. Alternatives: Not approve the Developer's Agreement. Strategic Plan: Strategic Plan Application: Climate Action: Page 613 of 1406 Climate Action Discussion: Is this a grant? Grant Amount: ATTACHMENTS: Type Description D Resolution Resolution approving Developers Agreement with Edin Mechanovic for 820 Bamboo Lane D Agreement Bamboo Lane Developers Agreement D Drawings Project Drawings Page 614 of 1406 1 RESOLUTION NO. R20- 2 3 A RESOLUTION OF THE CITY OF BOYNTON BEACH, 4 FLORIDA, APPROVING AND AUTHORIZING THE CITY 5 MANAGER TO SIGN THE DEVELOPER'S AGREEMENT WITH 6 EDIN MECHANOVIC OF 820 BAMBOO LANE FOR THE 7 CONSTRUCTION OF WASTEWATER IMPROVEMENTS 8 WITHIN THE RIGHT-OF-WAY OF BAMBOO LANE; AND 9 PROVIDING AN EFFECTIVE DATE. 10 11 WHEREAS, Bamboo Lane is located east of Federal Highway adjacent to the 12 Intracoastal Waterway outside of the City limits in unincorporated Palm Beach County; and 13 WHEREAS, the City currently has a utility easement and an existing water main on 14 Bamboo Lane; however there are no existing sewer utilities on Bamboo Lane; and 15 WHEREAS, the lack of sewer service makes property improvements difficult for the 16 construction of new homes and additions; and 17 WHEREAS, the residents of Bamboo Lane will receive an improved level of service 18 and improved reliability and quality of service by connecting to City sewer; and 19 WHEREAS,the City Commission has determined that it is in the best interests of the 20 residents of the City to approve and authorize the City Manager to sign a Developer's 21 Agreement with Edin Mechanovic of 820 Bamboo Lane for the construction of wastewater 22 improvements within the right-of-way of Bamboo Lane. 23 NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF 24 THE CITY OF BOYNTON BEACH, FLORIDA, THAT: 25 Section 1. The foregoing "Whereas" clauses are hereby ratified and confirmed as 26 being true and correct and are hereby made a specific part of this Resolution upon adoption 27 hereof. 28 Section 2. The City Commission does hereby approve and authorize the City S:ACA\RESOAAgreements\Developers Agreementwith Edin Mecbanovic(820 Bamboo Ln)-Reso.docx Page 615 of 1406 29 Manager to sign a Developer's Agreement with Edin Mechanovic of 820 Bamboo Lane for 30 the construction of wastewater improvements within the right-of-way of Bamboo Lane,a copy 31 of which is attached hereto as Exhibit"A". 32 Section 4. This Resolution shall become effective immediately upon passage. 33 34 PASSED AND ADOPTED this day of January, 2020. 35 36 CITY OF BOYNTON BEACH, FLORIDA 37 YES NO 38 39 Mayor— Steven B. Grant 40 41 Vice Mayor—Justin Katz 42 43 Commissioner—Mack McCray 44 45 Commissioner—Christina L. Romelus 46 47 Commissioner—Ty Penserga 48 49 VOTE 50 ATTEST: 51 52 53 54 Crystal Gibson, MMC 55 City Clerk 56 57 58 (Corporate Seal) S:ACA\RESOAAgreements\Developers Agreementwith Edin Mecbanovic(820 Bamboo Ln)-Reso.docx Page 616 of 1406 DEVELOPER'S AGREEMENT THIS DEVELOPER'S AGREEMENT (the "Agreement") is made as of , 20 , by and between the CITY OF BOYNTON BEACH, a Florida municipal corporation (the "City") whose address is 3301 Quantum Boulevard, Boynton Beach, Florida 33426 and EDIN MEHANOVIC ("Owner") whose address is 820 Bamboo Lane, Delray Beach, Florida 33483. RECITALS: A. Mr. Edin Mehanovic is the owner of that certain real property (820 Bamboo Lane) as shown on the project plans; and B. Owner intends to install low-pressure wastewater collection system improvements within the right-of-way of Bamboo Lane, which is located outside the City jurisdictional limits,to the newly installed collection system. C. Owner intends to connect his private onsite low pressure pumping station to the newly installed collection system. D. The City and Owner desire to set forth the following special terms and conditions with respect to the development of the Project as provided for herein. NOW, THEREFORE, for and in consideration of the above premises, the promises and provisions contained herein, and for other good and valuable consideration, the receipt and sufficiency of which are hereby acknowledged, Owner and the City agree as follows: 1. Recitals. The above Recitals are true and correct and are incorporated herein as material provisions of this Agreement. 2. Authority. This Agreement is entered into pursuant to the Florida Municipal Home Rule Powers Act. 3. Obligations and Commitments. (a) Construction of Wastewater Improvements. Owner and the City agree to the following: (b) Owner shall construct low-pressure wastewater collection system improvements along Bamboo Lane as shown on the project plans to conform to City standards. (c) Upon completion of construction the Owner will dedicate the newly constructed wastewater system to the City. The City, conditioned on the City's inspection and acceptance of the wastewater system (including the backflow preventer referenced in subsection (d) below) and the City's determination that the construction conforms to City standards, will accept the dedication. Developer's Agreement—Bamboo Lane I Page 617 of 1406 (d) The City will assume maintenance and operation responsibility of the wastewater system within the existing Bamboo Lane right of way up to and including the 2" grinder station point of connection, which is the City's limit of responsibility. If the property has a boat dock, the Owner shall install a reduced pressure zone (RPZ) backflow preventer on the private side of the water meter and submit the passing test report to the City. Proper maintenance of the backflow preventer will remain the responsibility of the Owner and the Owner, on request from the City, shall have the preventer tested and the test results submitted to the City. It the test results are negative (fail to conform to City standards), the Owner shall repair or replace the preventer within ten (10) calendar days from the date of the failed report and submit proof thereof to the City. (e) Reimbursement. The cost share for each property on Bamboo Lane will be calculated as the total construction cost divided by the number of properties. As the adjacent property owners connect to the City's wastewater systems, the City will reimburse the Owner for the corresponding property's share of the construction cost. (f) Prior to connection of Owner's proposed onsite low pressure pumping station, Owner will submit design plans to the City for aproval. Owner will enter into a new water service agreement with the City and pay the capital facility charges and connection fees. 4. Time Period. This Agreement shall remain in effect for a period of three(3)years from the date hereof. Any provision of this Agreement that imposes a maintenance obligation for Owner and its successors after expiration of this Agreement shall survive the expiration of this Agreement. 5. Binding Effect and Successors. This Agreement shall run with the Subject Property and the rights and the obligations under this Agreement shall benefit, burden, and bind the successors, heirs and assigns of all parties to this Agreement. In the event of the assignment of this Agreement, or the conveyance or transfer of the Subject Property, or any part thereof, the Owner shall be and remain liable for performance of the obligations under this Agreement until such time as a written release is obtained from the City, in the City's sole discretion; provided, however, in the event all obligations under this Agreement have been completed, no such release shall be required. The rights granted to Owner under this Agreement relate specifically to the Subject Property and are not permitted to be transferred to any other property. 6. Validity. If any portion of this Agreement is finally determined by a court of competent jurisdiction to be invalid, unconstitutional, unenforceable or void, the balance of the Agreement shall continue in full force and effect. 7. Notices. Any notices required or permitted under this Agreement, and copies thereof, shall be addressed to the City and the Owner at the addresses first appearing above, or at such other addresses designated in writing by the party to receive notice. Notices shall be either: (i) personally delivered (including delivery by Federal Express or other overnight courier service) to the addresses set forth above, in which case they shall be deemed delivered on the date of delivery; or(ii) sent by certified mail, return receipt requested, in which case they shall be deemed delivered on the date shown on the receipt unless delivery is Developer's Agreement—Bamboo Lane 2 Page 618 of 1406 refused or intentionally delayed by the addressee, in which event they shall be deemed delivered on the date of deposit in the U.S. Mail. 8. Attorney's Fees. In any lawsuit between the parties to this Agreement arising from this Agreement, each parry shall bear their own respective attorneys' fees and costs. 9. Entire Agreement. This Agreement embodies the entire understanding of the parties with respect to the matters specifically enumerated herein, and all negotiations, representations, warranties and agreements made between the parties are merged herein. The making, execution and delivery of this Agreement by all parties have been induced by no representations, statements, warranties or agreements that are not expressed herein. There are no further or other agreements or understandings, written or oral, in effect between or among the parties related to the subject matter hereof. 10. Interpretation. None of the parties shall be considered the drafter of all or any portion of this Agreement for the purposes of interpreting all or any portion of this Agreement, it being recognized that all parties have contributed substantially and materially to the preparation of this Agreement. 11. Local Development Approvals and Permits. Notwithstanding anything herein to the contrary, all development of the Project shall be in compliance with all applicable federal, state, county and municipal laws and ordinances, rules and regulations (including, but not limited to,the City's land development regulations, zoning requirements and comprehensive plan).Unless expressly authorized or granted herein,nothing in this Agreement shall constitute or be deemed to constitute or require the City to issue any approval by the City of any rezoning, Comprehensive Plan amendment, variance, special exception, final site plan, preliminary subdivision plan, final subdivision plan, building permit, grading, storm water drainage, engineering, or any other land use or development approval. Nor shall this Agreement be deemed to reduce, eliminate, derogate from or otherwise adversely affect any such approvals,permissions or rights. These and any other required City development approvals and permits shall be processed and issued by the City in accordance with procedures with respect to same as otherwise set forth in the City's Code of Ordinances and subject to any conditions of approval thereof. Nothing in this Agreement shall constitute or be deemed to constitute a limitation,restriction or any other type of waiver of Owner's right or ability to seek a rezoning, comprehensive plan amendment, variance, special exception, site plan, preliminary subdivision plan, final subdivision plan, or any other land use or development approval. 12. Authority. Each party represents and warrants to the other parties that it has all necessary power and authority to enter into and consummate the terms and conditions of this Agreement, that all acts, approvals, procedures, and similar matters required in order to authorize this Agreement have been taken, obtained, or followed, as the case may be, and that, upon the execution of this Agreement by all parties, this Agreement shall be valid and binding upon the parties hereto and their successors in interest and assigns. 13. Effective Date. This Agreement shall become effective upon execution by all parties (the "Effective Date"). Developer's Agreement—Bamboo Lane 3 Page 619 of 1406 14. Amendment. This Agreement may be amended, modified or cancelled by mutual consent of the parties hereto as represented by a written document executed by the City and the Owner. 15. Governing Law. This Agreement shall be governed by and construed in accordance with the laws of the State of Florida. Exclusive venue in any action to construe or enforce the provisions of this Agreement shall be in the circuit court of and for Palm Beach County, Florida. 16. Recording. Within fourteen (14) days after the execution of this Agreement by the parties, the City shall record this Agreement with the cost thereof to be borne by the Owner. 17. Indemnification. Owner agrees to defend, indemnify, and hold the City and the City's its officers, employees, and agents harmless from and against any and all damages, liabilities, claims, actions, penalties, damages, settlements, judgments, costs and expenses, including court costs, reasonable attorney's fees, and paralegal expenses, at both the trial and appellate levels arising directly out of Owner's construction and/or installation of the Wastewater Improvements (collectively the "Improvements") including, without limitation, losses arising directly out of or resulting from personal injury, death, damage to property, defects in materials or workmanship, or a claim that the construction and/or installation of the Improvements violates any applicable statute, ordinance, administrative order, rule or regulation or decree of any court. The provisions of this section shall survive the completion and acceptance of the Improvements by the City. 18. Non-Waiver of Sovereign Immunity.Nothing contained in this Agreement nor in any instruments executed pursuant to the terms of this Agreement shall be construed as a waiver or attempted waiver by the City of its sovereign immunity under the Constitution and laws of the State of Florida. 19. No Third Party Beneficiaries. This Agreement does not create any third party beneficiary rights in any individual or entity that is not a party to this Agreement. 20. Informed Execution. This Agreement is entered into voluntarily by the Owner without duress and after full review, evaluation and consideration by the Owner. Owner is represented by counsel, or alternatively, has been afforded an opportunity to retain counsel for review of this Agreement. 21. Time is of the Essence. Time is hereby declared to be of the essence in the performance of the duties and obligations of the respective parties to this Agreement. 22. Captions. The captions or paragraph headings of this Agreement are provided for convenience only and shall not be deemed to explain, modify, amplify or aid in the interpretation, or meaning of this Agreement. 23. Independent Parties. City and Owner are not partners and this Agreement is not a joint venture and nothing in this Agreement shall be construed to authorize the Owner to represent or bind the City to matters not expressly authorized or provided in this Agreement. Developer's Agreement—Bamboo Lane 4 Page 620 of 1406 [SIGNATURE PAGES FOLLOW] Developer's Agreement—Bamboo Lane 5 Page 621 of 1406 CITY: CITY OF BOYNTON BEACH ATTEST: By: Name: By: Title: Name: Title: APPROVED AS TO FORM AND LEGALITY For the uses and reliance of the City of Boynton Beach, Florida only By: Name: Title: Dated: Developer's Agreement—Bamboo Lane 6 Page 622 of 1406 OWNER: Owner's Name Robert Peterson By: Print Name: Witness Print Name: Witness STATE OF FLORIDA COUNTY OF The foregoing instrument was executed, sworn to and acknowledged before me this 20 , by as of (Owner's Name). She/He (check one) ❑ is personally known to me, or ❑ has produced a valid driver's license as identification. Notary Public, State and County Aforesaid Name: My Commission Expires: My Commission Number is: Developer's Agreement—Bamboo Lane Page 623 of 1406 EXHIBIT A PROJECT DRAWINGS Developer's Agreement—Bamboo Lane 8 Page 624 of 1406 O^ y w0 S N LU LL 0 ++ a Q W CO Z m 0 06 of W Q w Q � o � � �a � o ww pm � 2Q Q J Z c a cW G w ~~ LU LU w R n W (n U)<LU )U)U) n 0 !=�o �<waa \ $ / 0zZ000Q \� o ZOWQwwww U U d 0 0 0 0 Q H H H H H H H W W W W W W W W W W W W W W S S S S S S S NN 0000000 L.1. W 3 W N Z S LU _ a jL lel � E N Pu, aPa�N� s o er wLUa - Z 's _'6 �s cuz3g Q beM b usuns � O aW 0 3N N tiJ 0 _ � w e a SS Z a a 0 ty W J a a O^ y w0 O S N LU LL 0 } aQ W CO U) Z m 06 06 of Q W U o �Q Q [if� o LU LU m 2a J x Q J r �_ d L � 00 0 w " m $a G as a es U Z O w w w U z z z r z oz " ac o Z s ra s rd Z �58eWCYoW - � aN y _ 6W;sz " -- a3 si, m a ? qz 12s kPi g U� 'as ESE =O ��� £� �� �gEg 66_ "KGs W 'zw`��Wg8� mg 'cow o a�asgasa3 " Oac I H8 a"ms,3e t sGff �„ €ea §a` Nm a �� Big ` m �QQagE g€a � _ � gWs s � o zs a eo oo Ss58- s s �e3'tl� segs= IoW � sg"� sW `R_, `ce gsa W s W asp = MM �sQ W eon two "� Yj€ Wz � sW z'"" §0 'E'4s o4oW ,g � W oe W €�a� �gW h US SNE WaY2 aag53s cc s� B0 G2 6a ggg EYE A Ar r r r r A' " " � a W oh 8 W W a' W W a W ag ese ;V=o!Rh9 'eu= h.�sa um€�WteSxs " § , ` asasMIX gp- y wx saY sQ a os' 1 .n e qg = Wie s: E° a W ae�m� �oN S_ sad: zss a;gW a "aaa �sy` 2� >'„7 We m G �W "4o�Q€ Waco` e`s 4 s Wy 'Wy=y� osa gX3m ss =W � ”' �� somas WW Jixom S= 5`� '� a °W`= a&§s a� Yah E oe' =o =€„QW sa .� �" sm � a=sh as a � g!- �Ho=W dWW W� m,q _ a a` tom= ==s $ WR E&acW EU off ; & $ F $°°" kaz s�o J N:So G a Gt.^ G z u�i.,E Sg $'��., $ � :"$ $� z� �� $ $ �`"�� $' 8 z � 4e' 4W `g� sss3 s a4 sWE H_�_�l N 4 j3 4e W sees wo €� 4$ y v W 0 a' a m +� Sodsm m U) W a ssso og gC 0 @o gs 06x6 S S S $ V1 z Q W a g I ( Z § LU LU =W LU LU 412 d 0 0 i gu �m a Y m LLJ i da b 1 � M 1 it �m �I ---- J W 5 m Q --- 'g I pm a lidiH�di ---- LU I V I I a x 0 ih .F b� I mel / I ° __\• o,..."+�' _, i _ 8 I V6 ®�a LU U5 / al (L O .p � NU� bD \ � � S �Obpy3lblg O^ t wO S N amw O[If a5 .•r�.n x £ € G '" DRi �` co LU co LU w�3 v Qw CO U) Z) z a7 a7 -C z Q w [if Q is G° i3: @g8 LU LU z 2 z p W _ JQ § g•� g tl t QJ g3 tl �., a i� �u 4pWp 8 ��8�,� • ..4 z F : �tl�-E� �� ����� ' " II 39��€� a'A�8a s Aetla•a� 9 y i tet. s u t o a IV i MR IV tl Smw $mom i ay 4 6 88119 £ 91 e ?Im Qz gn i ¢ 7 •A.i @ ge:� � $ � •� yy � sg� � g i� �mw am wF Te. 3 Viig§ ey 3w aw � z �2g Rtl §g� � xxr xry u 4 yrr. !I f Fid '"Ex33 ICS g Ow IM yg O gg E ol z _ i3 S [ § § U U a • ¢ xF § pAp pp € i y a o §4 44 �Am x o w c5 n t au E 0 gig ggg�iM p tl M Itl y 1 O^ y wO S N amw O[If co LU 4 v Q w m m sY0[if Q z w 10 0 aas £ga stl §-3 a z X F Mo w w is as i§`xc a oa a7 B as 185 g y r �ay s a F +� °o �p sag 'i 1 822820 'f 5 ae s� o= - w Tw d5i-N ai•�a tl2w ys Fs Ery§@a§ @ �c 35x z i € 'F ------------ _—__—___ a .gym •�n nzam -- [^ -W a : a 2 Wo sa s i � q ..�� 5 0 o g € 3 yy yg /J 4 Z � 3 O Z i n 3 ' 3 z r i pe i 6 z 8 r -a s `3 3 _ a cy P a§z i 8 o atl a 10 jlay!y - -` '3 00 p a ��" F . L iwz �C � 9 m ~O 99 ■�Y� `�� ai 3 Y� ■ag " g amw ame � 4 ye 2 z ti y= 3 3s s a a I a= A y§y m 8 a C 656 ZO 2 , y 3 8 a $ U F _ a y� Z< y s e a§y€ z 01 a s Y S y N p u p r Z �: 9 N ggz3ge3g a 22 � EEsS i� � �� 4�€shyy � O^ w� x S N amw O co LU U W a+ Q mm U) Z) 06 06 z SII e „ 9 ffi z Q W > O>Q O � 8g € a W W ' a p m & 2Q aJ i e3b — C m ,y yy < 7F < O R>m mmo � y a a ey „ 5�2 i y =S a A� 4 t gggg �3 i a yy S 32X4 Y$§ y J § i 4 ;e 4F Q wI a � zz 6 y. iy y■W d S } — Y 23 a 4' 6 pa I. g ymY`e.• i=y z m„ " e Z 11 zU zo 52 11 z F gyLJG Eea i� $i e R� =B Mxal.x A —w—�n �$ ab o § � 53 €L 5 U ga zYGe fys i o i Rap3 yy 3 OP N ' Owl 911 a ]fs iy a{ E$ z 2 1 4 Y � § B gmX$a y g U EEq SSt 9 ioa\000 ioa\a��,cb�\�^i ao�si� umvo�\\ O^ y w0 S N 1 amw •N "' O[If m W aaa g 1 z xS xS 3: o V aO Q o g 'si w Q ❑ . o ww e 1 fSO ❑ m i Qa g Q O J aqq �c It m url "fid $q It iia 8Y a a " m �0' y a ypp e X!� I $m mm mi g g -mQ €a in 0 a s i4a51- 10iee:ai a xf F z w Y j F o � g o ise$e� �€$ a4 €f R iY 81 R3 ae aa #a� Bae 3E i s Ntl ##yLswz F his c a €�� �� " ¢1 5 ¢ - III, 3$Eoa B aip3 a$ z ii: .,j a5ai eY3 3 ,� U w Ra€ R ae§� ire€ "a " °"i ie 2e �3 aai �� e4" Ra#i �� B icie ��� a a;a 3 ��ea Ya33 ceja 4ey i€[s iia 'i es3 �ta= aeai9 '�sais #mei am wQ amw xt �.sf�J is�i 9 a ew s aa' 3 �e 3e E£I ❑ as �� i 8 3 a r ue �a � �� 3 o S' i y i A F Y jF 3 w 5 i INN- ii i.Y _ "r i U asa x F; i g4"y 8 3. a e a e. -a a e �sd� A� aaa"s4�a�e i.51m a a d g s S f 1 o o a o Ki vi w z w z - _ - zw - °a d ¢ eY£ ❑ In a° US 6.1. Consent Agenda 1/21/2020 City of Boynton Beach Agenda Item Request Form Commission Meeting Date: 1/21/2020 Requested Action by Commission: Proposed Resolution No. R20-010-Approve and authorize the City Manager to sign Amendment No. 1 to the Developer's Agreement with Knuckles, LLC for the construction of sanitary sewer and lift station wet well improvements for the Taco Bell project located at 2319 Federal Highway. Explanation of Request: On November 5, 2019, the City Commission approved and authorized the City Manager to sign the Developer's Agreement with Knuckles, LLC for the Taco Bell project located at 2319 Federal Highway as Resolution R19-136. Since the Commission's approval of the Developer's Agreement, Knuckles, LLC has offered to construct and install a gravity sewer line within a 12 ft. utility easement on the Developer's property and construct and install a lift station wet well within a 20 ft. x 20 ft. utility easement on the southwest corner of the Developer's property (Lot 5) in accordance with the project plans provided by the City. The gravity sewer and wet well will be installed as"dry lines" without flow until Lift Station No. 412 is relocated by the City in the future. The City will reimburse Knuckles, LLC after Final Acceptance of the gravity sewer and wet well improvements in the amount of $171,692.00 based on the Developer's subcontractor's price quote for the work. Final Acceptance by the City includes granting the utility easements over the Developer's property, conveyance of the utilities to the City by Bill of Sale, completion of all City punch list items, submittal of final as-built record drawings, and permit release from Palm Beach County Health Department. How will this affect city programs or services? Utilizing Knuckles, LLC's subcontractor for the work will expedite construction of the wastewater utilities without delaying the Developer's schedule for completing construction of the Taco Bell project. In addition, this option will provide a cost savings to the City of $13,700 as compared to bidding the work directly under the Utilities' Pre-Qualified Minor Utility Construction Services Contract. Fiscal Impact: Budgeted Funding for reimbursement of the construction costs for the gravity sewer and lift station wet well improvements is available in the Utilities CI P account. Alternatives: Not approve Amendment No. 1 to the Developer's Agreement. Strategic Plan: Strategic Plan Application: Climate Action: Page 632 of 1406 Climate Action Discussion: Is this a grant? Grant Amount: ATTACHMENTS: Type Description Resolution approving Amendment No 1 to D Resolution Developers Agreement with Knuckles for Taco Bell D Amendment Amendment No. 1 to Developers Agreement with Knuckles for Taco Bell D Quotes Subcontractor Price Quote D Agreement Taco Bell Developer's Agreement D Drawings Project Drawings® Sanitary Sewer D Drawings Project Drawings- Wet Well Page 633 of 1406 1 RESOLUTION NO. R20- 2 3 A RESOLUTION OF THE CITY OF BOYNTON BEACH, 4 FLORIDA, APPROVING AND AUTHORIZING THE CITY 5 MANAGER TO SIGN AMENDMENT NO. 1 TO THE 6 DEVELOPER'S AGREEMENT WITH KNUCKLES,LLC FOR THE 7 CONSTRUCTION OF SANITARY SEWER AND LIFT STATION 8 WET WELL IMPROVEMENTS FOR THE TACO BELL PROJECT 9 LOCATED AT 2319 FEDERAL HIGHWAY; AND PROVIDING AN 10 EFFECTIVE DATE. 11 12 WHEREAS, On November 5, 2019, the City Commission approved and authorized 13 the City Manager to sign the Developer's Agreement with Knuckles, LLC for the Taco Bell 14 project located at 2319 Federal Highway; and 15 WHEREAS, Since the Commission's approval of the Developer's Agreement, 16 Knuckles, LLC has offered to construct and install a gravity sewer line within a 12 ft. utility 17 easement on the Developer's property and construct and install a lift station wet well within a 18 20 ft. x 20 ft. utility easement on the southwest corner of the Developer's property (Lot 5) in 19 accordance with the project plans provided by the City; and 20 WHEREAS, utilizing Knuckles, LLC's subcontractor for the work will expedite 21 construction of the wastewater utilities without delaying the Developer's schedule for 22 completing construction of the Taco Bell project in addition to providing a cost savings to the 23 City of $13,700 as compared to bidding the work directly under the Utilities' Pre-Qualified 24 Minor Utility Construction Services Contract; and 25 WHEREAS,the City Commission has determined that it is in the best interests of the 26 residents of the City to approve and authorize the City Manager to sign Amendment No. 1 to 27 Developer's Agreement with Knuckles, LLC for the construction of sanitary sewer and lift 28 station wet well improvements for the taco bell project located at 2319 federal highway. 29 NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF 30 THE CITY OF BOYNTON BEACH, FLORIDA, THAT: 31 Section 1. The foregoing "Whereas" clauses are hereby ratified and confirmed as 32 being true and correct and are hereby made a specific part of this Resolution upon adoption 33 hereof. 34 Section 2. The City Commission does hereby approve and authorize the City 35 Manager to sign Amendment No. 1 to Developer's Agreement with Knuckles, LLC for the S:ACA\RESOAAgreements\Developers Agreement(Amendment#1)with Knuckles(Taco Bell)-Reso.docx Page 634 of 1406 36 construction of sanitary sewer and lift station wet well improvements for the taco bell project 37 located at 2319 federal highway, a copy of Amendment No. 1 is attached hereto as Exhibit 38 "A". 39 Section 4. This Resolution shall become effective immediately upon passage. 40 41 PASSED AND ADOPTED this day of January, 2020. 42 43 CITY OF BOYNTON BEACH, FLORIDA 44 YES NO 45 46 Mayor— Steven B. Grant 47 48 Vice Mayor—Justin Katz 49 50 Commissioner—Mack McCray 51 52 Commissioner—Christina L. Romelus 53 54 Commissioner—Ty Penserga 55 56 VOTE 57 ATTEST: 58 59 60 61 Crystal Gibson, MMC 62 City Clerk 63 64 65 (Corporate Seal) S:ACA\RESOAAgreements\Developers Agreement(Amendment#1)with Knuckles(Taco Bell)-Reso.docx Page 635 of 1406 AMENDMENT NO. 1 This is AMENDMENT NO. 1 to the DEVELOPER'S AGREEMENT (the "Agreement")which was passed and adopted by the City of Boynton Beach on November 5, 2019 as Resolution No. R19-136 between the CITY OF BOYNTON BEACH (the "City") and KNUCKLES, LLC (the "Developer"). 1. On-Site Utilities. The Developer will construct and install a gravity sewer line within a 12 ft. utility easement on the Developer's property and construct and install a lift station wet well within a 20 ft. x 20 ft. utility easement on the southwest corner of the Developer's property (Lot 5)in accordance with the project plans provided by the City and attached hereto. The gravity sewer and wet well will be installed as "dry lines" without flow until Lift Station No. 412 is relocated by the City in the future. 2. Reimbursement. The City will reimburse the Developer after Final Acceptance of the gravity sewer and wet well improvements in the amount of$171,692.00 based on the Developer's price quote attached hereto. Final Acceptance involves compliance with the City requirements as follows: a. The granting of appropriate utility easements over the Developer's property as indicated in paragraph(1) above. b. The conveyance of said facilities to the City by Bill of Sale. c. The completion of all City required punch list items. d. The delivery of final as-built record drawings (two full-size sets of signed and sealed hard copies, AutoCAD file, and PDF file). e. Palm Beach County Health Department permit release. 3. All other provisions of the Developer's Agreement adopted as Resolution R19-136 remain in full effect. [SIGNATURE PAGES, DEVELOPER'S PRICE QUOTE, AND PROJECT DRAWINGS FOLLOW] Page 636 of 1406 CITY: CITY OF BOYNTON BEACH ATTEST: By: Name: By: Title: Name: Title: APPROVED AS TO FORM AND LEGALITY For the uses and reliance of the City of Boynton Beach, Florida only By: Name: Title: Dated: Page 637 of 1406 DEVELOPER: Knuckles, LLC, a Delaware limited liability company Print Name: By: Witness Its: Print Name: Witness STATE OF FLORIDA COUNTY OF The foregoing instrument was executed, sworn to and acknowledged before me by ❑ means of physical presence or ❑ online notarization this , 2020, by as of Knuckles, LLC, a Delaware limited liability company. She/He (check one) ❑ is personally known to me, or ❑ has produced a valid driver's license as identification. Notary Public, State and County Aforesaid Name: My Commission Expires: My Commission Number is: Page 638 of 1406 Michael A Romack Contracting Inc F;LROMACK 255I Princess Way,Kissimmee Ft-34746 C U J www.romackcontracting.com Boynton Beach,January 10th 2020. This letter is to affirm that we will provide the necessary labor, materials and equipment to install 301+/- LF of 8" gravity sewer along with 2 sanitary structures and wet well (no equipment) for the total sum of 171,692.00. This price includes mobilization and utility coordination. All materials shall meet or exceed city of Boynton beach specifications and shall be pre-approved via shop drawings and submittals provided to the engineer of record and the city of Boynton beach. If you have any further questions or need to discuss the project further feel free to call my cell at anytime. Jet Romack (407) 591-8590 jet@romackcontractinE.com Page 639 of 1406 Michael A Romack Contracting Inc F;LRO MACK 2551 Princess Way,Kissimmee Fl.—34746 A www.romackcontracting.com SW-20-2019-TACO BELL-LIFT STATION 412 DRY 8-INCH GRAVITY SEWER MAIN RFW NO.028-2821-19/VFD PRE-QUALIFICATION OF CONTRACTORS FOR MINOR UTILITIES CONSTRUCTION SERVICES-BID FORM OPTION#2 11 1.11.0 NPDES(1.50%)of the total bid Oce I LS $ 2,175,00 2,175 :7 2 1.11.1) Record Drawing,Easement sketches and L29al descriptions I LS $ 7,2$0,00 $ 7,250 t)r n ,Easement 3 1.11.E Professional Pre-construction photographs/video of construction site 1 LS $ 1,250,00 $ 1,250 7 10,7001 4 1.11.17 Indemnification I LS $ 25,00 $ 25 77 SUB-TOTAL $ M 5 1.11.E Furnish&Install 8"C-900 PVC Gravity sewer main,including 336 LF $ 130.00 $ 43,680 1.11.H backfill compa on and restoration 6 Furnish&Install 48"diameter sanitary manholes,including backfill, 2 EA $ 14,500.00 $ 29,000 17 1 com pacoon and restoration SUB-TOTAL $ 72,680 Ijjj,! T 1 71 1.11.1 Weal inks stun and de-watering I LS $ 45 000.00 $ 45,0001 1 SUB-TOTAL 1 $ 46,000 8 1.11.1 Furnish&Install 8"DIP Gravity sewer main,including backfill, 6 LF 552.00 3,312 compaction and restoration 9 1111 Furnish&Install 6FT diameter wet well and top slab,including de I LS 40,000.00 40,000 watering,backfill and compaction I I UB-TOTAL 43,312 TOTAL BID PRICE(IN NUMBERS) $ 171,692 TOTAL BID PRICE(IN WORDS) One hundred seventy two thousand -sixty dollars NAME OF FIRM SUBMITTING BID PROPOSAL Michael A Romack Contracting INC (PRINT) NAME OF FIRM SUBMITTING BID PROPOSAL Jet Romack -,--(PRINT NAME OF FIRM SUBMITTING BID PROPOSAL �StGNATURE) Date: 1/10/2020 Page 640 of 1406 RESOLUTION NO. R1.9-136 € I A RESOLUTION OF THE CITY OF BOYNTON BEACH, FLORIDA, APPROVING AND AUTHORIZING THE CITY MANAGER TO SIGN THE DEVELOPER'S AGREEMENT WITH KNUCKLES, LLC FOR THE GRANTING OF A TEN (10) FT. PUBLIC UTILITIES EASEMENT ALONG SE 23RD AVENUE ON THE DEVELOPER'S PROPERTY AND A TWENTY (20) FT. BY TWENTY (20) FT. PUBLIC UTILITIES EASEMENT LOCATED 1 ADJACENT TO SE 23RD AVENUE ON THE SOUTHWEST 1 CORNER OF LOT 5 OF THE DEVELOPER'S PROPERTY FOR 1 THE CITY'S CONSTRUCTION OF SANITARY SEWER AND LIFT 1 STATION IMPROVEMENTS AS REQUIRED BY THE 14 CONDITIONS OF APPROVAL FOR THE TACO BELL PROJECT 15 LOCATED AT 2319 FEDERAL HIGHWAY; AND PROVIDING AN j 16 EFFECTIVE DATE. 1 18 WHEREAS, as part of the development of the Taco Bell project located at 2319 10 Federal Highway, Utilities would like to relocate existing wastewater Lift Station No. 412, 20 which is currently located within the roadway of SE 23rd Avenue, onto the developer's 2 property at the City's expense; and 2 WHEREAS, the developer, Knuckles, LLC, has agreed to grant public utilities 23 easements on the developer's property to accommodate the relocated sanitary sewer and lift 24 station which complies with the Conditions of Approval for the project; and 251i WHEREAS, relocation of the sanitary sewer, lift station, and control panel onto 26 Knuckles, LLC's property will provide more reliable wastewater service for the area and 2 improved access for Utilities staff, and 1 2 WHEREAS,the City Commission has determined that it is in the best interests of the 2 residents of the City to approve and authorize the City Manager to sign a Developer's f 3 Agreement with Knuckles, LLC for the granting of a ten (10) ft. public utilities easement 3 along SE 23rd Avenue on the Developer's property and a twenty (20) ft. by twenty (20) ft. 3 public utilities easement located adjacent to SE 23rd Avenue on the southwest corner of lot 5 33 of the Developer's property for the City's construction of sanitary sewer and lift station 34 improvements as required by the Conditions of Approval for the Taco Bell project located at 35 2319 Federal Highway. 36 NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF 37 THE CITY OF BOYNTON BEACH, FLORIDA, THAT: C,Users\Stanzione iVAppData Local,Microsoft\WindowsVINeiCache\1EvHE6MEH3XVDevelopers_Agreement_with_Knuckles_(Taco_Bell)-_Reso.docx Page 641 of 1 06 J I Section 1. The foregoing "Whereas" clauses are hereby ratified and confirmed as 3 being true and correct and are hereby made a specific part of this Resolution upon adoption 4 hereof. 4 Section 2. The City Commission does hereby approve and authorize the City I 4 Manager to sign a Developer's Agreement with Knuckles, LLC for the granting of a ten (10) [ 4 1 ft. public utilities easement along SE 23rd Avenue on the Developer's property and a twenty I 4 (20) ft. by twenty (20) ft. public utilities easement located adjacent to SE 23rd Avenue on the 4 southwest corner of lot 5 of the Developer's property for the City's construction of sanitary 46 sewer and lift station improvements as required by the Conditions of Approval for the Taco 4 Bell project located at 2319 Federal Highway, a copy of which is attached hereto as Exhibit 4 4 Section 4. This Resolution shall become effective immediately upon passage. I 5i 5 PASSED AND ADOPTED this day of o �-, 2019. 5 1 5 CITY OF BOYNTON BEACH, FLORIDA 5 YES NO 5 56 Mayor— Steven B. Grant ' 5 58 Vice Mayor—Justin Katz ✓ 561 60 Commissioner—Mack McCray 6- 6:1 Commissioner—Christina L. Romelus 6 64 Commissioner—Ty Penserga 6 66 VOTE 6-7 ATTEST: 6 6 i 70 C stal Gibson, MMC 7 City Clerk 7 i 7 Z 7 (Corporate Seal) C TsersAStanzioneTlAppUataAC,ocaPMlerosoftl4Vj� o I1ve�Cache,�3EC}iF6MEH3X`�Developers_Agreement_with_Knuckles_('t'aeo_Bell)-_Reso-docx Page 642 of 1�06 C� This Document Prepared By: James Cherof, Esquire,City Attorney City of Boynton Beach 2201 Quantum Boulevard Boynton Beach,Florida 33426 Record and Return To: Les H.Stevens,Esquire Les H.Stevens, P.A. 5301 N.Federal Highway, Suite 130 Boca Raton,Florida 33487 DEVELOPER'S AGREEMENT THIS DEVELOPER'S AGREEMENT (the "Agreement") is made as of 20 ft, by and between the CITY OF BOYNTON BEACH, a Florida municipal corporation (the "City") whose address is 3301 Quantum Boulevard, Boynton Beach, Florida 33426 and KNUCKLES, LLC, a Delaware limited liability company (or replace with other company designation) ("Developer") whose address is 5300 Broken Sound Boulevard, NW, Suite 110, Boca Raton, Florida 33487. RECITALS: A. Developer is the owner of that certain real property located at 2319 South Federal Highway, Boynton Beach, Florida 33435 containing +/-11ll acres in Boynton Beach, Florida, being more particularly described on Exhibit A (the "Subject Property"); and B. Developer intends to develop a portion of the Subject Property as a commercial development to be known as Taco Bell (the "Project")as depicted on to tcertain o site plan prepared by r t , datedi 9 - 'Y —; and AwD vxrs,t6,A1 C. The City and Developer desire to set forth the following special terms and conditions with respect to the development of the Project as provided for herein. NOW, THEREFORE, for and in consideration of the above premises, the promises and provisions contained herein, and for other good and valuable consideration, the receipt and sufficiency of which are hereby acknowledged, Developer and the City agree as follows: 1. Recitals. The above Recitals are true and correct and are incorporated herein as material provisions of this Agreement. 2. Authority. This Agreement is entered into pursuant to the Florida Municipal Home Rule Powers Act. 3. Obligations and Commitments. Construction of Wastewater rovemegts, Developer and the City agree to the following: Page 643 of 1406 (a) Developer shall grant a ten (10) ft. non-exclusive public utilities casement along SE 23rd Avenue of the subject property as shown in Exhibit B. The easement shall be recorded with Palm Beach County. (b) Developer shall provide a twenty (20) ft. by twenty (20) ft. public utilities easement for a wastewater lift station located adjacent to SE 23rd Avenue on the southwest comer of Lot 5, within the boundary setback. Future access to the lift station easement for City vehicles and equipment shall be from SE 23rd Avenue. The easement shall be recorded with Palm Beach County. (c) Prior to the commencement of construction pursuant to Paragraphs 3(a) or 3(b) hereinabove, upon request of the City, Developer shall provide access in and around the easement area during construction, which Developer shall not unreasonably deny; however, may require the City to be responsible for any damage to the surrounding property as a result of said temporary access, including replacement of grass and/or landscaping. 4. Time Period. This Agreement shall remain in effect for a period of three (3)years from the date hereof. Any provision of this Agreement that imposes a maintenance obligation for Developer and its successors after expiration of this Agreement shall survive the expiration of this Agreement. 5. Binding Effect and Successors. This Agreement shall run with the Subject Property and the rights and the obligations under this Agreement shall benefit, burden, and bind the successors, heirs and assigns of all parties to this Agreement. In the event of the assignment of this Agreement, or the conveyance or transfer of the Subject Property, or any part thereof, the owner of the parcel containing the lift station to be constructed shall be and remain liable for performance of the obligations under this Agreement until such time as a written release is obtained from the City, in the City's sole discretion; provided, however, in the event all obligations under this Agreement have been completed,the City shall provide a release of this Agreement upon the issuance of a certificate of completion for the Improvements. The rights granted to Developer under this Agreement relate specifically to the Subject Property and are not permitted to be transferred to any other property. 6. Validity. If any portion of this Agreement is finally determined by a court of competent jurisdiction to be invalid, unconstitutional, unenforceable or void, the balance of the Agreement shall continue in full force and effect. 7. Notices. Any notices required or permitted under this Agreement, and copies thereof, shall be addressed to the City and the Developer at the addresses first appearing above, or at such other addresses designated in writing by the party to receive notice. Notices shall be either: (i) personally delivered (including delivery by Federal Express or other overnight courier service) to the addresses set forth above, in which case they shall be deemed delivered on the date of delivery; or(ii) sent by certified mail, return receipt requested, in which case they shall be deemed delivered on the date shown on the receipt unless delivery is refused or intentionally delayed by the addressee. in which event they shall be deemed delivered on the date which is five (5) days from the date of deposit in the U.S. Mail. Developer's Agreement Taco Bell 2 Page 644 of 1406 8. Attorney's Fees. In any lawsuit between the parties to this Agreement arising from this Agreement, each party shall bear their own respective attorneys' fees and costs, 9. Entire Agreement. This Agreement embodies the entire understanding of the parties with respect to the matters specifically enumerated herein, and all negotiations, representations, warranties and agreements made between the parties are merged herein. The making, execution and delivery of this Agreement by all parties have been induced by no representations, statements, warranties or agreements that are not expressed herein. There are no further or other agreements or understandings, written or oral, in effect between or among the parties related to the subject matter hereof. 10. Interpretation. None of the parties shall be considered the drafter of all or any portion of this Agreement for the purposes of interpreting all or any portion of this Agreement, it being recognized that all parties have contributed substantially and materially to the preparation of this Agreement. 11. Local Development Approvals and Permits. Notwithstanding anything herein to the contrary, all development of the Project shall be in compliance with all applicable federal, state, county and municipal laws and ordinances, rules and regulations (including, but not limited to,the City's land development regulations, zoning requireMents and,comprehensive plan). Unless expressly authorized or granted herein, nothing in this Agreement shall constitute or be deemed to constitute or require the City to issue any approval by the City of any rezoning, Comprehensive Plan amendment, variance, special exception, final site plan, preliminary subdivision plan, final subdivision plan, building permit, grading, storm water drainage, engineering, or any other land use or development approval. Nor shall this Agreement be deemed to reduce, eliminate,derogate from or otherwise adversely affect any such approvals,permissions or rights. These and any other required City development approvals and permits shall be processed and issued by the City in accordance with procedures with respect to same as otherwise set forth in the City's Code of Ordinances and subject to any conditions of approval thereof. Nothing in this Agreement shall constitute or be deemed to constitute a limitation, restriction or any other type of waiver of Developer's right or ability to seek. a rezoning, comprehensive plan amendment, variance, special exception, site plan, preliminary subdivision plan, final subdivision plan, or any other land use or development approval. 12. Authority. Each party represents and warrants to the other parties that it has all necessary power and authority to enter into and consummate the terms and conditions of this Agreement, that all acts, approvals, procedures, and similar matters required in order to authorize this Agreement have been taken, obtained, or followed, as the case may be, and that, upon the execution of this Agreement by all parties, this Agreement shall be valid and binding upon the parties hereto and their successors in interest and assigns. 13. Effective Date. This Agreement shall become effective upon execution by all parties (the "Effective Date"). 14. Amendment. This Agreement may be amended, modified or cancelled by mutual consent of the parties hereto as represented by a written document executed by the City and the Developer. Developer's Apeemem-Taco Bell 3 Page 645 of 1406 15. Governing Law. This Agreement shall be governed by and construed in accordance with the laws of the State of Florida. Exclusive venue in any action to construe or enforce the provisions of this Agreement shall be in the circuit court of and for Palm Beach County, Florida. 16. Recording. Within fourteen (14) days after the execution of this Agreement by the parties, the City shall record this Agreement with the cost thereof to be borne by the Developer. 17. Indemnification. Developer agrees to defend, indemnify, and hold the City and the City's its officers, employees,and agents harmless from and against any and all damages, liabilities, claims, actions, penalties, damages, settlements, judgments, costs and expenses, including court costs, reasonable attorney's fees, and paralegal expenses, at both the trial and appellate levels arising directly out of' Developer's construction and/or installation of the Wastewater Improvements (the "Improvements") including, without limitation, losses arising directly out of or resulting from personal injury, death, damage to property, defects in materials or workmanship,or a claim that the construction and/or installation of the Improvements violates any applicable statute, ordinance, administrative order, rule or regulation or decree of any court. The provisions of this section shall survive the completion and acceptance of the Improvements by the City. 18. Non-Waiver of Sovereign Immunity.Nothing contained in this Agreement nor in any instruments executed pursuant to the terms of this Agreement shall be construed as a waiver or attempted waiver by the City of its sovereign immunity under the Constitution and laws of the State of Florida. 19. No Third Party Beneficiaries. This Agreement does not create any third party beneficiary rights in any individual or entity that is not a party to this Agreement. 20. Informed Execution. This Agreement is entered into voluntarily by the Developer without duress and after full review, evaluation and consideration by the Developer. Developer is represented by counsel, or alternatively, has been afforded an opportunity to retain counsel for review of this Agreement. 21. Time is of the Essence. Time is hereby declared to be of the essence in the performance of the duties and obligations of the respective parties to this Agreement. 22. Captions. The captions or paragraph headings of this Agreement are provided for convenience only and shall not be deemed to explain, modify, amplify or aid in the interpretation, or meaning of this Agreement. 23. Independent Parties. City and Developer are not partners and this Agreement is not a joint venture and nothing in this Agreement shall be construed to authorize the Developer to represent or bind the City to matters not expressly authorized or provided in this Agreement. 24. Counterpart Signatures. This Agreement will take effect once signed by both parties. This Agreement may be signed by the parties in counterparts, which together, shall constitute one and the same agreement among the parties. A facsimile or e-mailed delivered signature shall constitute an original signature for all purposes. De,,e1opt,'sAgrte,ntnt Taw Bell 4 Page 646 of 1406 CITY: CITY OF BOYNTON BEACH moATTES By: __._ �,V� , - j .. ._ Name: By: Title: Name: "Title: &�M APPROVED A5 TO FORM AND LEGALITY For the uses and reliance of the City of Boynton Beach, Florida only & 4 b:rBy. ` ' Nance: f, t 'Title: 4 e Dated: It 4u@b*e.4�es ry�y4gro D—Iopa,'s ASrcernsm-Tars,Bai 5 Page 647 of 1406 DEVELOPER.: Knuckles, LLC, a Delaware limited liability a company Pr t me l By: _._.. . i ess Its: t Prin t , to STATE OF FLORIDA COUNTY OF The for of instrument was executed, ,worn to and ackno dged before me this 20 by as of Knuckles, LLC, a Delaware limited liability company. She/He (check one) is personally known to me, or (� has produced a valid driver's license as identification. Notary Public, Sta a d County Aforesaid Name: My Commission Expires: _. . My Commission Number is: CARIDAD A.CARRILLO Notary Public-State o4 Florida commission N FF 969367 My Comm.EX0h*$Jun 26,2020 Bored tnrollo National Notary Also. Developer's Agreement-Taco Bell 6 Page 648 of 1406 EXHIBIT A Legal Description of Subject Property Lot 1,less the existing right of way for US Highway No. I (State Road 5,and Lots 2,3,4 and 5,ROBINSON ADDITION, according to the map or plat thereof, as recorded in Plat Book 23, Page 114, of the Public Records of Palm Beach County, Florida Developer's Agreement-"taco Bell 7 Page 649 of 1406 EXHIBIT B Approved Site Plan (ON FOLLOWING PAGE) Page 650 of 1406 The UnLofBoynton Beach DEVELOPMENT DEPARTMENT PLANNING AND ZONING D ION 'a 3361 QUatIt M Blvd ate 101 Boynton Bfn fi, Florida 3:3425.01310 TFT: 561-742.6700 ~v,k>oyr ton-beach.org October 11, 2019 Mr. Craig Cornelison Cornelison Engineering 38039 old Fifth Avenue Zephyrhills, Florida 33542 Re: Tarots Bell BP 19-1.26 Dear Mr. Cornelison: In response to your submittal date-stamped September 6, 2019 for the administrative review and approval of the modifications proposed to the above-referenced approved site plan, depicting the following: * Revisions to driveway to line-up with Coastal Bay' s Driveway; + Revisions to locations of utility easertterlts; Addition of a 71x 15` bus stop easement, and N Revision and clarification of the required pedestrian zone along Federal Highway. Please be informed that the proposed changes can the revised plan date-stamped 9/6/19 are "minor" as defined within the Land Development Regulations, Chapter 2 - Site Plan Review. This project may continue to be processed by the Building Division as a permit application, subject to the following conditions : 1 . Remove the railings from the proposed landscape walls. 2 . Remove the proposed "screed wall-" . Paint all wall mounted equipment to match the building. Plant trees and shrubs to further screen the equipment. Please contact me at (561) 742- 6260 should you have any questions . Since ,ely, Amanda Bassf iy Principal. Planner Page 651 of 1406 uj Q'LU � \\ W W Y >W w py- 02 00- U� wm t I V, w Oz M z NU ^1 � W � co Z_ _ W W mQ W a N w Z U) 0 Z P � joa a W CO r,� m �lt 3.a�P'aleay m Of 0 Z 0 y_?p^t8-uea�O N-- 00 (9 Q ` —...... ——PiH i§AueB) 3 I� � I O m / 1 I �alll II O Ja U w U Ma41) T < u neM au�eri � > 1�1 Lu \U }m m ~ W v I m Q � � Q r 1 ^ / I I--RUMeupsnl—_ v 0 � 1 I , , ' V C1 1 pUIB 35 2 u m u oc Z U V—w m _ \ F N � 0 ey —IS O � m 16l 35 NE3'—._— N s I /I� I J m N w I TIS PUZ3S— w Q Z Z3S_. 0 0 LO — n uu m arg�s. ceryl " P Ht6 WZM9a � a 1 s� j O 9 �—IS wCMS—' \ � 9�ntl 41AdMY�� di Ninterstate•95---I-- -- —_S•Interstate-9 -- -- 0 0 6Mpz endo Tree Paa-,11,enol\..P.aey eaew\ele cavo iunAPv,=VA uj °LL w \ ~LL 0 w 0 0- z �w s LL wm i w Oz M z NU ^1 c W � ON M O Z L' o wUw •� MH�JIH S'N �--+ O ,I LL LU Z u Q O Lu o m H waf— a N Z Q U) Z z O II 00 -- = p� II NLL a- � �Z I NN A! m Z�2Zr�e 2 �R II �� \1l p� {� °W�In M o m o �ZZrnN W O ? U �r vtnt. �O� C1U0uZ41 li, (9 U ao r/I 4-+ O w \ U)LU a+ o s o 0 0 r a w Q L'i 11I i 3 z° - '�1' i I LAJ ro Z Ll w ;f I Nap 3 11 ! j 0 u 11 �� I Alo O J W � � � Q O a o w U CL :V 0) I I r i I � x 2 w > I ¢ I o tr)d:3 IIS, . Zkz �N�m0 O j I�R lV� zt �WO�U) gaO� (6 00 � 0�2?ISzi �� j IDS W 11 4 aQ UQ41�ap vl I I i I , I I I bMpz ,do uae -!jaoA,pM uae ,,\,b— p—,dew —'s 6,-,a pyo dmA,ie oavo iunApp,=VA O Z LO w0 W N O N '41) �Y M tD I1 W = rn w � m Ln �r M N o I I I I I I I I C/) Y/ In } ^, af W V MM Z _ W O W Z W o ti b� �--+ Q 0 0 0) m ~ W 11 N 00 Z U Z Z II LL @J 0 U 0 0 J � z � � � H M 1', U LL d M CL V m J O Of 0JC7U CO W aO 1 _ Z I O U ao 00 -1--+ 0 ^ 0 0 0 3 pW v r m I M CL j U o Z w ol M I = 001- LO ¢1-M w tD m ni o I — Z I iv y�j 0 O O d II II O 0 V I �w LijJ O > Z N C-) LO _ d 0 0 z u _ rn a L> o > I I 0 N I I I I I I I I bMp z ,do uae �o��ao\,,oW uae­i\aappyo aow\,,aavo gunApp,=VA . � w d zr §\ ƒCl) LI) § 2r { § � 2 § oLu § = pjIL z � mz \ � ( / § } } j } co 0 2 § 00 � § b N � \ \ \ \ / ) i 3 \ \ \� 0 LO ) Iz \ D ( § ) ) \ / C)= \ ( I § § ) & - ~ < z m < ± !a - i ow LLJ z. ; - { z § ) ( < )§ \ § | / j & 2 - % ; / � \ § \ \ ( D )\! % pt"i Ewz � w. z\ / ° \\ B-Pslicisa P6 0011\Z .___ _, _ ._—w__ ,_,P w z. �­, wr , wwvwa :oavD, : uj °z LL Y \ �W 2 , \ w0 dn� i w 00- �� K�2 (r W a j U/I W�Z t M z nU ^1 Of W Of LL N Q H 2 W Q ow0 UWp H W d 0 oro a Z U) Z ,0-,9 NVHl 231'321 H1d30 y y° w J 0 U) 0 LL WPI Z H H W � Q � cl IM W- Cc 0 u> 3 - z W F- 0 Z U Nna w �� _ - Gl _ zoz n C7 Q a= ~oz U J w �- \S 5 _ o v w Op ++ o x = w V) Wo' z U W > Ff z o o N w H U 3 4 F m U3J 5 SE, g� ¢ UZ wQ aN N maw o u m W W w� % x xW - A o d U _ oao io w W G <$ Q H zz /, V 3 z 82is z o' U o� awww w uw m aoz z-; wQ Olz m3o m o - 2 O wz ., nQ z m Nom = 'xvN.av w 'NIIN.Ofz< w nW rc� i m a �3 0 �z a� o N z a o� wlu o oa tlf10d 01H11lONOV1a • < C a ° _a. az w nO n a In In r m m - •-W 6nP'allola0 INS o001\Z A 10o!Id0\010q a0u3 P"OdOld INS 0001\M 4010S sV47\s6uluaP-ad0w ial -03\"Ila all 5 w04 1601-a 100 d041\aIS aaV3 mn\PP00\\ - O LO lf-) 0) 01 �N m = F w o w CO f oc6 a o° w s Cc au< a cl eolz lz z m < lz\ Z o z J O w 3 U Z Dzt Q 4 � 2 _ a 0 ao �` - o CC x r ~ of o - � 3 O w 3 g - 2 Z < 0~ 3 W 0 O Ocl O> w W w O O Cn N - VEp w Z v H [[ o w 4 zo J W w mo m H H a gP LL v ww w s Q S w, w d O w = o w a w F j gW U Q O 3 Z O O V7 D H W tnA Q m O Q4 2 r o w Z O W o O8�5 O 3n i o O N w 3 23 to UO 20 1a I� .W w E3 6•P'a101a0 IPS 0x01\Z A I.,40\.!,aj p..d0,d IPS 0001\1a4v0S ap43\s6ul.0.p-ad...a4,0x-3\awd uOyS wary z6-!—U pun d0N\.,SSV]llln\PP-\\ 6Mplilwaa free-,Al a[lonaoAl!lM-1,pa,-,d free-L\-...y s!,,A,b,m,,p-,d0w b,-,a pyo dow\,le cavo lunApp�=VA . � w d zr §\ ƒ° LI) § 2r { § � 2 § �Z Of � § = pjCL / §m 1 � / / ;? \ LL §§a §§a , i , \ \} �� § \ \ § t 'f 'f t t \ § § 2 ol ( § - 0 00 lw C: § b / zig, zzig, \ u, )- _ § § / \ ( ® ® e f § C) 252 z � § » \ \ \ ± $ / E \ -§ - \) 5tiz \ w=z - /i44 // �\ \h )/ / /\ J2 \ ( _ 1c, \ __ _m_ _ _ . ,___11 ,_,p ° \ y ) / E« � - ° !? \ o} )O ! Cc \ 6\ G = / [ 2 } /§\/ 2: } 2# } \ 2 / \ § } § § § _ ! |i)\ ! ! z Fc Fc w.�� Fg> Fc wl _ \ z 0 ).a. j i z : 5 \\\\ � wz� E ,_1 b.plipl,11, z. -1, w . vl w :oavD,p: . � w d zm 00- { \ ~ \\ m - -§ � \ k W § §\� v _ LL § § § \ § !u § � /( \ ƒ / � § z0 } j e \ 4 � ) � � 24 / . � § \ � » ~ ) \ + ■■ � / E] 2 \' �) G§ 10 Ic } §u§ ) E§ . . § lz \ / ` \ / // ! \) _ § B )\ 2} §r » + a z. \ p v 11, , , v ,a+: a \ O co Y \\ W w W O 2 00- i w O�- �N �w wm �i OSz w Oz t V/ LO Id V � c w U o w U LJi \\\::: M Z }+ LL Z Of O a _ z U O m O � Z J W cl oN ¢� O N (n U z cl (a m Z ° o ^` Q O z VMMJ O H J ~ \z O l C7 ~ a C W LU J 0 J ZW ++ > z z LLJ \ U I 0 LU Q Z M m W O Q W � 0 U Q \ W LU J_ l/) N n n N r J J = W ciQ w W n m O z O m 4 t z i tt�'`ya 5= 0 6uP'sl!PIeO IPA 000i\Z N L uo!Id0\°!PN eomi puodmd IPA 000i\rewsoa sP40\s6mnmp-edow 14au-10\ex4 em4S w11 e6una0 PuP dPN\a w 0 O LO U7 ao 0) 5 Q Q W Z I L1 a &Q W O J /f1 OS Q Om — pU U a 0 �d U Z2�Jo ON _ �n _ a� �i �§ wa 5a rc O O~20 0 US Zel K� F m2 K a z U? W z Owl O� _U w p ¢� xw& 11pU _� U -U im p5 P. �Z mc� -wao sw H amu foo oz sa zoi z �_ .I;o nNZ Z s_ 6z Cr z �e aoz _ wmw G �xul 03" ,g - m� O jaz n rc a� 'dA .9Z ixewn .bL m o wGti zz o W ioN rca i z vi o o ju - z < -Z.=z a vm�m - moi z J S g.8 3 5 o N z Z H s� z o _ v N 4 zo oz Jo o W m3 Ooi • . o z m-Z azss — �3>z Q LLJ -Allyx 2 woa — Uz��z'ma cl � D _aNW3am o m w W � O s /m �3 - o za���w-- H_ Wa z�z g J r29 N szm'� wq rw;zx `0 7 W w a .9 =3 �N� oya ejN =Q m ti g / oN �03p O II II Nom;NOo _m_mN"NS N a 0 O� zw K ✓gi OK 06N O II II aN usiU �rc Hj�� m p wzD O o rc�Q rc2 C�3p w w or r F� LL 3i - O;e a a3� - y iso U ao a z of n n e ma$mzo r m o 6-P'-11-1-0 I1e9—1\Z W L u00d0\.I.M ej P dmd I1e9—1\4!4—S•P40\zB.L..,-sdow x -a]\°^"0—4S..,I 6uium0 Puo d.N\A bMP sL,,uaa a[ ,itdoA,po a...j Pas-d uae buiMmO Pio dow\:a a \ O co Y \\ W W w0 2 0 0 w O�- Cl) 2 W a W m S OSz LO =�� c W U o w U LJi M Z }+ LL Z Of O a �--+ Q U O m p z w � O U z N U) m ZZ O ^` p p U W O Hof Lu JJ H � 2 CLL >w> Of J m O DO > 2 O a N m W �> r m w Q U U Q N 0 0 0 0 0 0 a ro ¢ l71 0 J 6 � DU 0 Q m 0 0 a Z U II H W z m O (n U CC D D � 0 � d ,9 NIN p W U Z H W oz w W U W < V Q a Z 0 0 w Q J J � NI II m ,SL LL � r w 3� _m U w Z W J s ow p W z spm 4 t1�i4s � t l LU �5r I 6-11-a IM9—1\Z A Luo PEO\.I.N evof P..d.,d IIe9—1\4-4—S —1 zfiui.otl Pun AOX\A aMP sL,,uaa ojdoA,pa...j Pas-d uae 11 dl, 6.J. Consent Agenda 1/21/2020 City of Boynton Beach Agenda Item Request Form Commission Meeting Date: 1/21/2020 Requested Action by Commission: Legal Expenses- December 2019- information at the request of the City Commission. No action required. Explanation of Request: Outside counsel invoices received thru Risk Management are also included. How will this affect city programs or services? n/a Fiscal Impact: Budgeted Alternatives: n/a Strategic Plan: Strategic Plan Application: Climate Action: Climate Action Discussion: Is this a grant? Grant Amount: ATTACHMENTS: Type Description D Attachment Goren Cherof Doody & Ezrol December 2019 1 nvoices Attachment Goren Cherof Doody & Ezrol December 2019 Risk Litigation invoices D Attachment Other counsel November - December 2019 1 nvoices Page 661 of 1406 GOREN, CHEROF, DOODY & EZROL, P.A. Attorneys at Law 3099 East Commercial Boulevard Suite 200 Fort Lauderdale, Florida 33308 Telephone (954) 771-4500 Page: 1 CITY OF BOYNTON BEACH 01/03/2020 3301 Quantum Boulevard ACCOUNT NO: 306-0603180 Suite 101 STATEMENT NO: 29341 Boynton Beach FL 33426 Attn: Lynn Swanson LABOR- General HOURS 12/04/2019 JAC Review Lee Gregory Arbitration issue. 0.20 12/18/2019 DS Reviewed and analyzed Order Granting Motion to Dismiss, Francis v. City of St. Pete. Left message with City Attorney's Office and drafted email. 0.70 12/27/2019 SHB Various correspondence re: training and discipline matters. 0.30 FOR CURRENT SERVICES RENDERED 1.20 246.00 RECAPITULATION TIMEKEEPER HOURS HOURLY RATE TOTAL JAMES A. CHEROF 0.20 $205.00 $41.00 DANIELLE SCHWABE 0.70 205.00 143.50 SHANA H. BRIDGEMAN 0.30 205.00 61.50 TOTAL CURRENT WORK 246.00 BALANCE DUE $246.00 AMOUNTS PREVIOUSLY BILLED NOT INCLUDED ABOVE Page 662 of 1406 GOREN, CHEROF, DOODY & EZROL, P.A. Attorneys at Law 3099 East Commercial Boulevard Suite 200 Fort Lauderdale, Florida 33308 Telephone (954) 771-4500 Page: 1 CITY OF BOYNTON BEACH 01/03/2020 3301 Quantum Boulevard ACCOUNT NO: 306-0806020 Suite 101 STATEMENT NO: 29342 Boynton Beach FL 33426 Attn: Lynn Swanson Red Light Cameras HOURS 12/05/2019 PE Prepared Boynton Beach notices for SHB review. 5.30 12/06/2019 SHB Review and approve NOls. 0.70 12/07/2019 PE Prepared Boynton beach notices and converted to PDF/A 4.60 12/08/2019 PE Prepared and a-filed Boynton beach notices. 5.40 12/09/2019 PE Prepared, converted to PDF/A and a-filed 36 Boynton Beach notices. 2.00 SHB Follow up re: upcoming trials and pending matters. Review and approve NOls. 1.00 12/12/2019 SHB Review Motion to Dismiss and other pleadings filed by Paul Donovan. Telephone conference with Donovan re: upcoming hearing and basis for Motion. Follow up with PD. 2.00 12/13/2019 SHB Prep for donovan hearing; research re: obligation to update address on license and registration. Discuss case matters and program matters with Hawkins. 1.50 12/17/2019 SHB Final research and prep for Donovan motion to dismiss. 1.00 12/18/2019 SHB Attend hearing on Donovan MTD. Discuss with MDC. Various calls with violator Marshall Ives; review photos, video, and maps of area. Send information to PD for review and processing. 5.00 12/19/2019 SHB Follow up with PD re: Ives matter. 0.30 12/20/2019 SHB Receive and review various pleadings re: Wolfson and Konigsburg. Follow up with staff re: evidence packets. Review court docket and all related pleadings. 1.50 12/26/2019 PE Trained Barbara on Boynton beach notices 1.00 FOR CURRENT SERVICES RENDERED 31.30 4,952.50 RECAPITULATION TIMEKEEPER HOURS HOURLY RATE TOTAL SHANA H. BRIDGEMAN 13.00 $205.00 $2,665.00 PATRICIA EUGENE 18.30 125.00 2,287.50 Page 663 of 1406 Page: 2 CITY OF BOYNTON BEACH 01/03/2020 ACCOUNT NO: 306-0806020 STATEMENT NO: 29342 Red Light Cameras Photocopies 4.20 TOTAL EXPENSES THRU 12/31/2019 4.20 TOTAL CURRENT WORK 4,956.70 BALANCE DUE $4,956.70 AMOUNTS PREVIOUSLY BILLED NOT INCLUDED ABOVE Page 664 of 1406 GOREN, CHEROF, DOODY & EZROL, P.A. Attorneys at Law 3099 East Commercial Boulevard Suite 200 Fort Lauderdale, Florida 33308 Telephone (954) 771-4500 Page: 1 CITY OF BOYNTON BEACH 01/03/2020 3301 Quantum Boulevard ACCOUNT NO: 306-9001821 Suite 101 STATEMENT NO: 29343 Boynton Beach FL 33426 Attn: Lynn Swanson General Matters HOURS 12/01/2019 JAC review final agenda and prep for meeting; review R Harvey PACE correspondence; review pleading Fanes and Homing Inn cases 2.30 12/02/2019 JAC Onsite office administration; attend staff meeting; review new agenda items; prepare for deposition hearing; review procurement code; research re: piggyback-out of State contracts. 4.50 SMS Calls with counsel for Catherine Speth related to land donation to the City. 0.30 12/03/2019 QEM Review and evaluation of materials from staff re: Brown's Funeral Home; review of corporate information for Brown's; preparation of demand letter for unpaid invoices. 1.80 MDC Review City ordinances, research utility bill issues with mobile home parks; review City policies, phone conference with Utilities Dept; confer with and update JAC. 1.60 JAC Prepare for and attend Commission meeting; onsite office administration; review Motorola docs and agreements. 9.60 12/04/2019 QEM Finalize Broward Funeral Home Demand Letter. 0.40 DJD commission meeting follow up; prep re: review and Motorola contract and related agreements and compliance documents; review towing issue/bids; discuss status of cases with TD; prep re: CR deposition 3.70 JAC Commission meeting follow-up; review re: agenda approval; continue review of Motorola Agreement. 2.60 SHB Follow up with City staff and Jeffrey Lynn re: reasonable accommodation matters. 0.60 12/05/2019 QEM Review and work on contract for wag groups services re: 2020 inclusion works. 2.40 JAC Call re: P&D Board and agenda; review towing contract potential protest. 0.60 SHB Follow up re: reasonable accommodation matters. 0.20 12/06/2019 QEM Finalize agreement for Inclusion Works Business Recognition Program and preparation of email correspondence transmitting same to Ms. Swanson;; correspond with Ms. Majors re: exhibits to agreement; review of edits from Ms. Swanson; finalize Brown's Funeral Home Demand Letter and preparation of email correspondence transmitting same to Ms. Swanson; review and respond to update from Ms. Gibson and Ms. Swanson re: Demand Letter; finalize for execution and mail. 3.50 IS Begin review/revision of BB Procurement Policy 1.30 12/08/2019 IS Continue review/revision of BB Procurement Policy 1.10 Page 665 of 1406 Page: 2 CITY OF BOYNTON BEACH 01/03/2020 ACCOUNT NO: 306-9001821 STATEMENT NO: 29343 General Matters HOURS 12/09/2019 QEM Review of email correspondence from staff re: exhibits to Inclusion Works Business Agreement. 0.30 JAC Onsite office hours; prepare procurement code; review and preparation re: board code provisions consolidation; review and approve miscellaneous contracts. 6.20 IS Attend Planning and Development meeting 3.10 12/10/2019 QEM Telephone conference with Mr. LaFontant re: 3015 SE 1st Court, Boynton Beach, FL 33435/Hold Harmless Agreement issue; follow-up with property owner re: matter. 0.60 BJS Legal research re: Keeping of Livestock 0.50 DJD review and revise BB of Adj Bd order; review pending cases/pleadings; 3.00 JAC Review HN deposition chart exhibit; review status of pending tort cases and pleadings; agenda preparation; review Moyse claim of discrimination. 4.70 SMS review Unity of Title for Good Samaritan Church and related correspondences 1.20 12/11/2019 QEM Review and evaluation of AtLab Agenda materials; review and edit agreement; preparation of Addendum to Agreement. 3.90 JAC Review 130 SE 4th Avenue lien dispute; review for landfill closure conference; prepare re: Chilled Water Rate Resolution; review Chilled Water Service Agreement form; continue preparation of new procurement codes; prepare re: Speth land donation; review NE 4th Street sale; agenda review; review towing protest. 6.30 SMS review of items and correspondences for Utility Lien on 130 SE 14th Avenue 0.70 12/12/2019 QEM Review of follow-up information from staff re: At Lab Agreement; respond to staff re: Agreement. 1.00 JAC Agenda preparation and review; onsite office administration; preparation re: Speth transaction; review procurement matter; follow up re: landfill closure issues; prepare for deposition related hearing; 7.50 SHB Review and approve various agenda items. 0.80 12/13/2019 BJS Legal Research re: enforcement of animal ordinances and telephone call with Liz Roerich 0.60 JAC Agenda review and prepare for meetings; preparation for hearing M/Compel; review sports complex matter and role of TD Council; review secret service document. 4.00 12/16/2019 QEM Review and evaluation of comments to Addendum to Accelerated Technology Laboratories Enterprise Agreement; preparation of edits to Addendum and transmit same to Ms. Swanson. 0.80 BJS Legal Research and follow up re: animals storage 1.50 JAC Conference call with Kate, Attorney regarding deposition of CR; attend staff meeting; office administration -contract review; agenda preparation; research regarding opioid case statutes and vaping regulations; call with Rondy. 5.20 12/17/2019 JAC Conference with Tracey DeCarlo re: CR deposition hearing outcome; update CR; review Tucson piggyback procurement issue; discuss RW and MF; review agenda with SB for Commission meeting; review utility/public utility research. 2.70 JAC Review voting conflict issue P&D Board. 0.50 Page 666 of 1406 Page: 3 CITY OF BOYNTON BEACH 01/03/2020 ACCOUNT NO: 306-9001821 STATEMENT NO: 29343 General Matters HOURS SHB Meeting with JAC re: Commission Meeting matters; follow up with Swanson. Office hours at City Hall. Review and approve various items. Discuss pending case matter with Laverriere. Attend City Commission Meeting. 2.00 12/18/2019 QEM Review of multiple email and correspondence re: Brown's Funeral Home. 0.70 SMS call with staff and review of Half Moon Bay lift station correspondences 0.70 JAC E-mail B. Cohn re: Order; conference with TD re: same; review returned QCD QPODD; review Half Moon Bay matter; review and draft reply to St. Marks park letter; 3.80 12/19/2019 QEM Review and evaluation of Hold Harmless Agreement Permit No. 19-00002539 changes provided by Robby Bell; follow-up with staff re: matter. 1.70 SMS review correspondences and agreements related to Sports Facility Advisory; review of Half Moon Bay lift station assumption correspondences and correspondence with opposing counsel 2.20 JAC Preparation re: procurement code; chilled water agreements; St marks Park; agenda follow up; CR deposition follow up. 5.40 12/20/2019 SMS call with opposing counsel related to acquisition of Half Moon Bay lift station; review of documents related to Half Moon Bay lift station acquisition; review of correspondences and agreements between Sports Facility Advisory and the City, Mall, and County 2.50 DS Reviewed and analyzed Boynton Beach Code of Ordinances. 0.70 JAC review RFQ and related documents; future agenda review; research re: vaping and opiod litigation status; 4.30 SHB Review status of various pending files and follow up re: next steps. 1.00 12/23/2019 JAC Onsite office administration; agenda item review; review Utility RFQ re: GIS consultant and discuss with RW; call with Hannah M re: BB Mall rezoning/review agenda documents and P&D package; review gun release issue with BS; review dog park conditions of agreement; 6.60 DS Reviewed and analyzed City of Boynton Beach Code of Ordinances re: advisory board requirements and powers. Reviewed and analyzed Florida Statutes for applicable rules. Discussed Code of Ordinances revisions with J.A.C. Searched for Grant Agreement Template. Reviewed Grant requirements for the Entrepreneurship and Business Incubation Grant Programs. 1.20 SMS review of Sports Facility Advisory grant program and Agreement for Grant with the Sports Commission; review Utility Easement and documents for Half Moon Bay lift station and gravity sewer acquisition 3.40 12/24/2019 SMS review Agreement with the Sports Facility Advisory for study on sports facility; call and correspondence with Palm Beach County Sports Commission on Grant Agreement 0.50 JAC review agenda items; review drafts of entrepreneurs grant agreement; calls with LS re: RFP issue 2.20 DS Drafted Grant Agreement for FY 19-20 Entrepreneurship and Business Incubation Grants. 1.20 12/26/2019 SMS draft donation agreement for land donated by Catherine Speth 2.60 Page 667 of 1406 Page: 4 CITY OF BOYNTON BEACH 01/03/2020 ACCOUNT NO: 306-9001821 STATEMENT NO: 29343 General Matters HOURS JAC review meeting time change and public hearing notice requirements; review dog park maintenance enforcement issues and outline agreement with MA list: agenda review; pre-election review-check with SOE issues; discuss gun release issues; additional review procurement code; assignments check with ACAttys 5.50 12/27/2019 SMS draft/revise donation agreement with Catherine M. Speth, as Trustee; review utility easement for half moon bay acquisition of lift station 2.30 DS Drafted revisions for the Boynton Beach Code of Ordinances. Created new chapter for Advisory Boards and Commissions. Consolidated existing requirements. 2.00 JAC onsite office hours and meeting with staff re: procurement issues; review upcoming calendar issues; review records retention issue 4.40 12/30/2019 DS Reviewed and analyzed City of West Palm Beach and City of Delray Beach Code of Ordinances re: City Boards, Commissions, and Committees. Analyzed Boynton's Code of Ordinances and drafted revisions re: City Boards, Commissions, and Committees. 3.40 DS Reviewed and revised 2019-2020 Business Incubation Grant requirements. 0.50 SMS call with Utilities staff on half moon bay purchase of lift station and gravity sewer; call to opposing counsel for half moon bay 0.40 JAC review agenda items; prep re: dog park agreement; review ACAtty assignments; review grant agreements; review Habitat transaction; research re: release of unity of title; 5.20 12/31/2019 DS Reviewed and analyzed each section of the Boynton Beach Code of Ordinances, re: City Boards and Commissions. Reviewed Boynton Beach Administrative Amendments to the Florida Building Code, re: Building Board of Adjustments and Appeals. Reviewed and analyzed Business Incubation Grant Advertisements. Engaged in research related to grant writing. Edited Business Incubation Grant Ads. Spoke with J.D. with the Department of Economic Development and Strategy regarding 2018-2019 grant awards and business incubation program. 5.50 JAC finalize agenda for January meeting; discuss pending issues with LS, SB and TD; review parking fee and tampering violation remedies 5.00 SHB Discuss cemetery plot matters with Clerk's office. Follow up re: parking ticket matters. 0.40 FOR CURRENT SERVICES RENDERED 168.90 17,937.50 TOTAL CURRENT WORK 17,937.50 BALANCE DUE $17,937.50 AMOUNTS PREVIOUSLY BILLED NOT INCLUDED ABOVE Page 668 of 1406 GOREN, CHEROF, DOODY & EZROL, P.A. Attorneys at Law 3099 East Commercial Boulevard Suite 200 Fort Lauderdale, Florida 33308 Telephone (954) 771-4500 Page: 1 CITY OF BOYNTON BEACH 01/03/2020 3301 Quantum Boulevard ACCOUNT NO: 306-9904936 Suite 101 STATEMENT NO: 29344 Boynton Beach FL 33426 Attn: Lynn Swanson adv. Olen Properties Corp., et al HOURS 12/04/2019 JAC Review Attorney Fees/Stipulation issue. 0.70 FOR CURRENT SERVICES RENDERED 0.70 143.50 RECAPITULATION TIMEKEEPER HOURS HOURLY RATE TOTAL JAMES A. CHEROF 0.70 $205.00 $143.50 TOTAL CURRENT WORK 143.50 BALANCE DUE $143.50 AMOUNTS PREVIOUSLY BILLED NOT INCLUDED ABOVE Page 669 of 1406 GOREN, CHEROF, DOODY & EZROL, P.A. Attorneys at Law 3099 East Commercial Boulevard Suite 200 Fort Lauderdale, Florida 33308 Telephone (954) 771-4500 Page: 1 CITY OF BOYNTON BEACH 01/03/2020 3301 Quantum Boulevard ACCOUNT NO: 306-9904950 Suite 101 STATEMENT NO: 29345 Boynton Beach FL 33426 Attn: Lynn Swanson Litigation Miscellaneous HOURS 12/02/2019 BJS Review and draft follow up correspondence re: Expungement 0.30 TAD Telephone conference with City re: investigation issue. 0.20 12/03/2019 SHB Discuss Cherry Hill matters with Temple. Prep for hearing. 0.60 12/04/2019 SHB Receive and review supplemental police reports and correspondence provided to Magistrate and Cherry Hill. 0.70 12/06/2019 HN Review of documents related to Katz v. Mahoney. Review of Plaintiffs motion to compel unanswered or objected to deposition questions by Christina Romelus. Review of Deposition of Christina Romelus and created a chart. 1.30 12/09/2019 HN Preparation of hearing on Plaintiffs Motion to Compel Answers to Deposition Questions. Review of deposition and errata sheet. Created chart of questions, answers, objections and errata sheet comments. Research on westlaw related to commissioner privilege. 1.60 12/10/2019 HN Research as to commissioner privilege and deposition sanctions. Drafted memorandum of law and edited chart. Emailed JAC and TAD draft memo to the court, chart and copies of the cases cited in the memo. Meeting with JAC related to the Motion and chart. 2.60 TAD Receipt and review of claim information and prepare for meeting with City. 0.80 12/11/2019 TAD Meet and confer with City regarding status of claims and information from adjuster. 1.60 12/12/2019 TAD Review chart re: deposition and review arguments re: hearing on motion to compel. 0.90 12/16/2019 HN Research re: errata sheets and what constitutes a legislative act. Preparation for hearing re: Katz v. Mahoney. Review of rule 1.310 of fl. rules of civil procedure. 3.40 TAD Review case law and motion re: hearing. Review deposition transcript. Confer with JAC regarding deposition and hearing. Prepare proposed order. Prepare for hearing. 3.30 12/17/2019 HN Preparation and attendance of hearing re: Motion to Compel Christina Romelus testimony. Meeting with JAC re: to hearing. 3.80 TAD Attend hearing on motion to compel. Confer with JAC counsel re: same. Prepare draft order. 2.30 Page 670 of 1406 Page: 2 CITY OF BOYNTON BEACH 01/03/2020 ACCOUNT NO: 306-9904950 STATEMENT NO: 29345 Litigation Miscellaneous HOURS 12/18/2019 BJS Review court notice and begin follow up re: Claim to Return Firearm 0.30 SHB Attend second hearing on Cherry Hill Chronic Nuisance matter. Follow up with JAC. 2.50 JAC Review pending tort, foreclosure and other court cases; pleading review and discuss with attorneys. 2.90 TAD Receipt and review of correspondence re: proposed order. Review proposed order. Revise order and prepare correspondence re: same. 0.80 12/19/2019 SHB Receive and review police reports re: potential RPO. Follow up with PD. 0.80 BJS Review claim for return of firearm, review reports and draft follow up correspondence to the City and SHB, telephone call with Jill Rafterty 0.70 12/20/2019 BJS Legal Research re: Return of Firearm/Doyling, meeting with JAC and follow up 1.30 SHB Follow up re: possible new RPO. 0.30 TAD Extended telephone conference with Katz counsel re: order and issues. Review meeting video. Extended telephone conference with city re: meeting information and search. Review correspondence from City re: information on meeting. 1.70 12/23/2019 BJS Review reports re: Return of firearm with follow telephone calls with Chief Snow and draft settlement agreement 1.30 TAD Extended telephone conference with City re: information responsive to request. Review additional meeting information. Extended telephone conference with Katz counsel re: order and continued deposition. 2.20 12/24/2019 BJS E-mail and Phone call with Chief Snow re: Return of Firearm 0.40 12/26/2019 JAC review case pleading re: foreclosure service and status 0.60 12/27/2019 JAC review all pending risk defense cases re: status and options 3.20 12/30/2019 SHB Review and revise Cherry Hill order, send to Temple. 0.70 12/31/2019 JAC tort defense case review-discuss appeal issue and excess coverage briefing options; 0.60 TAD Receipt and review of correspondence re: hearing on Katz motion and prepare response to same. 0.20 FOR CURRENT SERVICES RENDERED 43.90 8,999.50 RECAPITULATION TIMEKEEPER HOURS HOURLY RATE TOTAL JAMES A. CHEROF 7.30 $205.00 $1,496.50 HEATHER NEEDELMAN 12.70 205.00 2,603.50 SHANA H. BRIDGEMAN 5.60 205.00 1,148.00 BRIAN J. SHERMAN 4.30 205.00 881.50 TRACEY A. DECARLO 14.00 205.00 2,870.00 Color photocopies 0.70 Photocopies 145.60 Page 671 of 1406 Page: 3 CITY OF BOYNTON BEACH 01/03/2020 ACCOUNT NO: 306-9904950 STATEMENT NO: 29345 Litigation Miscellaneous TOTAL EXPENSES THRU 12/31/2019 146.30 12/17/2019 Parking -TAD 7.00 Parking - 7.00 TOTAL ADVANCES THRU 12/31/2019 7.00 TOTAL CURRENT WORK 9,152.80 BALANCE DUE $9,152.80 AMOUNTS PREVIOUSLY BILLED NOT INCLUDED ABOVE Page 672 of 1406 GOREN, CHEROF, DOODY & EZROL, P.A. Attorneys at Law 3099 East Commercial Boulevard Suite 200 Fort Lauderdale, Florida 33308 Telephone (954) 771-4500 Page: 1 CITY OF BOYNTON BEACH 01/03/2020 3301 Quantum Boulevard ACCOUNT NO: 306-9905001 Suite 101 STATEMENT NO: 29346 Boynton Beach FL 33426 Attn: Lynn Swanson adv. Executive Estates of BB Homeowner's Assn. (Dwork, Jonathan Mitchell), 154 Orange Drive, BB HOURS 12/19/2019 SHB Receive and review Order re: lack of prosecution. 0.20 FOR CURRENT SERVICES RENDERED 0.20 41.00 RECAPITULATION TIMEKEEPER HOURS HOURLY RATE TOTAL SHANA H. BRIDGEMAN 0.20 $205.00 $41.00 TOTAL CURRENT WORK 41.00 BALANCE DUE $41.00 AMOUNTS PREVIOUSLY BILLED NOT INCLUDED ABOVE Page 673 of 1406 GOREN, CHEROF, DOODY & EZROL, P.A. Attorneys at Law 3099 East Commercial Boulevard Suite 200 Fort Lauderdale, Florida 33308 Telephone (954) 771-4500 Page: 1 CITY OF BOYNTON BEACH 01/03/2020 3301 Quantum Boulevard ACCOUNT NO: 306-9905212 Suite 101 STATEMENT NO: 29347 Boynton Beach FL 33426 Attn: Lynn Swanson adv. James B. Nutter& Company (Estate of Hazel Clemmons, et al.) HOURS 12/10/2019 SHB Receive and review Motion to Issue Writ 0.10 FOR CURRENT SERVICES RENDERED 0.10 20.50 RECAPITULATION TIMEKEEPER HOURS HOURLY RATE TOTAL SHANA H. BRIDGEMAN 0.10 $205.00 $20.50 TOTAL CURRENT WORK 20.50 BALANCE DUE $20.50 AMOUNTS PREVIOUSLY BILLED NOT INCLUDED ABOVE Page 674 of 1406 GOREN, CHEROF, DOODY & EZROL, P.A. Attorneys at Law 3099 East Commercial Boulevard Suite 200 Fort Lauderdale, Florida 33308 Telephone (954) 771-4500 Page: 1 CITY OF BOYNTON BEACH 01/03/2020 3301 Quantum Boulevard ACCOUNT NO: 306-9905248 Suite 101 STATEMENT NO: 29348 Boynton Beach FL 33426 Attn: Lynn Swanson Purchase of Parry Village Utility System HOURS 12/23/2019 SMS review Power of Attorney docs for utility service 1.40 FOR CURRENT SERVICES RENDERED 1.40 287.00 RECAPITULATION TIMEKEEPER HOURS HOURLY RATE TOTAL SEAN M. SWARTZ 1.40 $205.00 $287.00 TOTAL CURRENT WORK 287.00 BALANCE DUE $287.00 AMOUNTS PREVIOUSLY BILLED NOT INCLUDED ABOVE Page 675 of 1406 GOREN, CHEROF, DOODY & EZROL, P.A. Attorneys at Law 3099 East Commercial Boulevard Suite 200 Fort Lauderdale, Florida 33308 Telephone (954) 771-4500 Page: 1 CITY OF BOYNTON BEACH 01/03/2020 3301 Quantum Boulevard ACCOUNT NO: 306-9905263 Suite 101 STATEMENT NO: 29349 Boynton Beach FL 33426 Attn: Lynn Swanson Town Square Development HOURS 12/13/2019 IS Conduct research on whether the distribution of chilled water for cooling and a/c purposes is considered a "utility" 1.30 12/16/2019 SMS review of letters between assistant city manager and JKM related to meeting obligations and Development Agreement satisfaction 0.30 DJD Review Development Agreement. 0.40 IS Conference with Jim re: provision of cooled water as a utility - Continue to research law on same pursuant to direction from JAC 0.60 JAC Review CT draft"Completion of Tasks" letter; contract review regarding same. 0.80 12/17/2019 IS Continue researching whether distribution of chilled water is a utility and present findings to JAC accordingly 1.60 JAC Review and revise benchmark notice letter to JKM with reference to Dev Agreement. 1.20 FOR CURRENT SERVICES RENDERED 6.20 1,271.00 RECAPITULATION TIMEKEEPER HOURS HOURLY RATE TOTAL JAMES A. CHEROF 2.00 $205.00 $410.00 D.J. DOODY 0.40 205.00 82.00 SEAN M. SWARTZ 0.30 205.00 61.50 IAN SINGER 3.50 205.00 717.50 TOTAL CURRENT WORK 1,271.00 BALANCE DUE $1,271.00 AMOUNTS PREVIOUSLY BILLED NOT INCLUDED ABOVE Page 676 of 1406 GOREN, CHEROF, DOODY & EZROL, P.A. Attorneys at Law 3099 East Commercial Boulevard Suite 200 Fort Lauderdale, Florida 33308 Telephone (954) 771-4500 Page: 1 CITY OF BOYNTON BEACH 01/03/2020 3301 Quantum Boulevard ACCOUNT NO: 306-9905361 Suite 101 STATEMENT NO: 29350 Boynton Beach FL 33426 Attn: Lynn Swanson adv. Cooper, Elwood J. HOURS 12/31/2019 SHB Receive and review various new pleadings filed by Cooper. 0.70 FOR CURRENT SERVICES RENDERED 0.70 143.50 RECAPITULATION TIMEKEEPER HOURS HOURLY RATE TOTAL SHANA H. BRIDGEMAN 0.70 $205.00 $143.50 Photocopies 4.20 TOTAL EXPENSES THRU 12/31/2019 4.20 TOTAL CURRENT WORK 147.70 BALANCE DUE $147.70 AMOUNTS PREVIOUSLY BILLED NOT INCLUDED ABOVE Page 677 of 1406 GOREN, CHEROF, DOODY & EZROL, P.A. Attorneys at Law 3099 East Commercial Boulevard Suite 200 Fort Lauderdale, Florida 33308 Telephone (954) 771-4500 Page: 1 CITY OF BOYNTON BEACH 01/03/2020 3301 Quantum Boulevard ACCOUNT NO: 306-9905389 Suite 101 STATEMENT NO: 29351 Boynton Beach FL 33426 Attn: Lynn Swanson Mildred Corporation#1 dba Z Food & Meat Market (Petition for Writ of Certiorari) HOURS 12/18/2019 QEM Begin review and evaluation of issues re: BTR for new ownership. 0.70 FOR CURRENT SERVICES RENDERED 0.70 143.50 RECAPITULATION TIMEKEEPER HOURS HOURLY RATE TOTAL QUENTIN E. MORGAN 0.70 $205.00 $143.50 TOTAL CURRENT WORK 143.50 BALANCE DUE $143.50 AMOUNTS PREVIOUSLY BILLED NOT INCLUDED ABOVE Page 678 of 1406 GOREN, CHEROF, DOODY & EZROL, P.A. Attorneys at Law 3099 East Commercial Boulevard Suite 200 Fort Lauderdale, Florida 33308 Telephone (954) 771-4500 Page: 1 CITY OF BOYNTON BEACH 01/03/2020 3301 Quantum Boulevard ACCOUNT NO: 306-9905399 Suite 101 STATEMENT NO: 29352 Boynton Beach FL 33426 Attn: Lynn Swanson adv. Allen, Eric, et., al. (Sharon R. Bock, as Clerk& Comptroller for PBC) HOURS 12/13/2019 SHB Coordinate mediation. 0.10 12/17/2019 SHB Various correspondence with counsel re: scheduling mediation. Discuss mediation and case settlement matters with Laverriere. 0.40 12/19/2019 SHB Prepare and file certificate of mediation authority. 0.70 12/23/2019 SHB Attend mediation. 1.50 FOR CURRENT SERVICES RENDERED 2.70 553.50 RECAPITULATION TIMEKEEPER HOURS HOURLY RATE TOTAL SHANA H. BRIDGEMAN 2.70 $205.00 $553.50 12/23/2019 Palm Beach County Court House -Mediation 60.00 60.00 TOTAL ADVANCES THRU 12/31/2019 60.00 TOTAL CURRENT WORK 613.50 BALANCE DUE $613.50 AMOUNTS PREVIOUSLY BILLED NOT INCLUDED ABOVE Page 679 of 1406 GOREN, CHEROF, DOODY & EZROL, P.A. Attorneys at Law 3099 East Commercial Boulevard Suite 200 Fort Lauderdale, Florida 33308 Telephone (954) 771-4500 Page: 1 CITY OF BOYNTON BEACH 01/03/2020 3301 Quantum Boulevard ACCOUNT NO: 306-9905407 Suite 101 STATEMENT NO: 29353 Boynton Beach FL 33426 Attn: Lynn Swanson adv Mata Chorwadi Inc- Homing Inn Circuit Ct App Shah, Kirit and Dipka HOURS 12/09/2019 SHB Meeting with MDC to discuss Answer to Initial Brief and Supplement. Additional review of record and filings to be submitted to court. Continue drafting brief. 2.50 12/10/2019 MDC Conference with SHB on status of appeal; review and comment on Motion for Extension of Time. 0.40 SHB Continue working on Answer. Review case history, draft continuance motion, discuss with MDC and file with court. 2.50 FOR CURRENT SERVICES RENDERED 5.40 1,107.00 RECAPITULATION TIMEKEEPER HOURS HOURLY RATE TOTAL MICHAEL D. CIRULLO 0.40 $205.00 $82.00 SHANA H. BRIDGEMAN 5.00 205.00 1,025.00 Photocopies 2.80 TOTAL EXPENSES THRU 12/31/2019 2.80 TOTAL CURRENT WORK 1,109.80 BALANCE DUE $1,109.80 AMOUNTS PREVIOUSLY BILLED NOT INCLUDED ABOVE Page 680 of 1406 GOREN, CHEROF, DOODY & EZROL, P.A. Attorneys at Law 3099 East Commercial Boulevard Suite 200 Fort Lauderdale, Florida 33308 Telephone (954) 771-4500 Page: 1 CITY OF BOYNTON BEACH 01/03/2020 3301 Quantum Boulevard ACCOUNT NO: 306-9905424 Suite 101 STATEMENT NO: 29354 Boynton Beach FL 33426 Attn: Lynn Swanson adv. AI-Hattab, Andrew (Appeal - RLC Magistrate) HOURS 12/06/2019 SHB Prepare and file Motion to Dismiss appeal. 0.80 12/19/2019 SHB Receive and review initial brief. 1.00 12/27/2019 SHB Receive and review supplemental appendix. Discuss case matters with MDC. Follow up with Hattab. 2.00 12/30/2019 SHB Review current local appeal rules. Prepare and file Notice of Extension. 1.50 FOR CURRENT SERVICES RENDERED 5.30 1,086.50 RECAPITULATION TIMEKEEPER HOURS HOURLY RATE TOTAL SHANA H. BRIDGEMAN 5.30 $205.00 $1,086.50 TOTAL CURRENT WORK 1,086.50 BALANCE DUE $1,086.50 AMOUNTS PREVIOUSLY BILLED NOT INCLUDED ABOVE Page 681 of 1406 GOREN, CHEROF, DOODY & EZROL, P.A. Attorneys at Law 3099 East Commercial Boulevard Suite 200 Fort Lauderdale, Florida 33308 Telephone (954) 771-4500 Page: 1 CITY OF BOYNTON BEACH 01/03/2020 3301 Quantum Boulevard ACCOUNT NO: 306-9905430 Suite 101 STATEMENT NO: 29355 Boynton Beach FL 33426 Attn: Lynn Swanson Sale to FH Quantum, LLC - Portion of Water Management Tract "I" HOURS 12/02/2019 RLL Review revisions from Michael Weiner to purchase and sale agreement and compare with revisions discussed with Colin Groff. 0.70 DJD Address status of PSA and lease. Telephone conference call with Michael Weiner, Esq. 0.40 12/03/2019 DJD Address open issues re: permit. 0.60 JAC Document review for closing and discuss with RL/DJD 0.60 12/04/2019 DJD Address Purchase and Sale Agreement and Lease; telephone conference call with Colin Groff; telephone conference call with Michael Weiner, Esq. 1.50 JAC Discuss lease and title issue with DJD 0.20 12/05/2019 RLL Attend telephone call with JAC and city manager regarding reversionary rights in ground lease; work to revise purchase and sale agreement along with ground lease. 1.40 DJD Revise Purchase and Sale Agreement and Ground Lease; review Estoppel Certificate from BB&T; telephone conference with Carl Romano, Esq. 4.90 12/06/2019 RLL Work with DJD on several revisions to purchase and sale agreement and ground lease. 2.50 JAC Closing and document review; conference with DJD re: same; call to attorney and follow up/revise Ground Lease Estoppel Certification; call to LL re: sign off on same. 2.40 DJD Telephone conference call with Colin Groff; revise Purchase and Sale Agreement and Ground Lease; telephone conference call with counsel for FH Quantum, LLC; Telephone conference call with Carl Romano; review estoppel certificate. 4.50 12/09/2019 RLL Correspondence with Lynn Swanson regarding correct version of estoppel letter to be signed; discussion with Lynn regarding signing of Ground Lease; organize signed documents. 0.70 JAC Prepare, review and finalize miscellaneous closing documents; conference with LL re: same; calls with attorneys. 2.20 DJD Review e-mails; Telephone conference call with Carl Romano; process document. 1.30 12/10/2019 RLL Telephone calls to and from Lynn Swanson to confirm version of purchase and sale agreement that was signed. 0.70 12/12/2019 DJD Address critical dates. 0.60 Page 682 of 1406 Page: 2 CITY OF BOYNTON BEACH 01/03/2020 ACCOUNT NO: 306-9905430 STATEMENT NO: 29355 Sale to FH Quantum, LLC - Portion of Water Management Tract "I" HOURS 12/13/2019 RLL Prepare critical dates letter. 0.60 DJD Review file. 0.40 12/20/2019 JAC Check status of transaction/approvals 0.60 12/26/2019 RLL Work with DJD to finalize form of special warranty deed; assemble all exhibits to contract and forward to buyer's counsel. 0.60 JAC Research plat related issue and retention plan modifications related to transfer of property 1.20 12/27/2019 DJD Revisions to Warranty Deed. 0.30 12/30/2019 JAC Research re: plat and partial transfer issue; review plat document re: boundary issue and transfer or extinguishment of interest 1.20 FOR CURRENT SERVICES RENDERED 30.10 5,594.50 RECAPITULATION TIMEKEEPER HOURS HOURLY RATE TOTAL JAMES A. CHEROF 8.40 $205.00 $1,722.00 D.J. DOODY 14.50 205.00 2,972.50 RACHEL L LEACH 7.20 125.00 900.00 Photocopies 99.05 TOTAL EXPENSES THRU 12/31/2019 99.05 TOTAL CURRENT WORK 5,693.55 BALANCE DUE $5,693.55 AMOUNTS PREVIOUSLY BILLED NOT INCLUDED ABOVE Page 683 of 1406 GOREN, CHEROF, DOODY & EZROL, P.A. Attorneys at Law 3099 East Commercial Boulevard Suite 200 Fort Lauderdale, Florida 33308 Telephone (954) 771-4500 Page: 1 CITY OF BOYNTON BEACH 01/03/2020 3301 Quantum Boulevard ACCOUNT NO: 306-9905432 Suite 101 STATEMENT NO: 29356 Boynton Beach FL 33426 Attn: Lynn Swanson Laurore, Iva and Renan (Code/Foeclosure) HOURS 11/06/2019 HN Further review of file and meeting with JAC. Review of Florida Statutes. 0.70 11/07/2019 HN Review of title and outstanding taxes on the property. Email follow-up to JAC. 0.40 11/12/2019 HN Preparation and meeting wit JAC to discuss case. 0.20 11/14/2019 CLD Drafted foreclosure complaint for attorney review. 1.00 11/18/2019 HN Review of complaint and edits. 0.30 CLD Continued drafting foreclosure complaint, adding in 2007 code liens per HN. 1.00 11/20/2019 CLD Further review and revisions to foreclosure complaint. 0.40 11/21/2019 HN review of complaint 0.30 11/27/2019 HN edits of complaint 0.60 12/09/2019 JAC Review foreclosure title and draft complaint. 0.50 12/10/2019 CLD Revisions to foreclosure complaint after JAC review and comments; drafted email to Norma Loth for amounts owed; drafted Notice of Lis Pendens; drafted cover sheet; drafted Summonses. 0.50 12/11/2019 HN Final review of filings for foreclosure complaint. 0.40 CLD Revised and finalized Complaint including amounts owed provided by Norma Loth; assembled and finalized all exhibits and Summonses; phone call with Erin to confirm utilities lien amount and start date; filed all pleadings with the court. 0.80 12/23/2019 CLD Review of email from Compass re: problems with service on unknown tenants; discussed with JAC & HN; drafted email reply to Compass. 0.20 12/26/2019 HN Research related to service by publication and skip trace. Review of Florida Statutes. 0.50 CLD Discussion with JAC and HN re: process server unable to serve defendants and ordering a skip trace; researched file and online for address information for defendants; drafted email to Compass Investigations. 0.50 12/27/2019 CLD Drafted Notice of Filing Return of Service as to Unknown Tenant, Unit B, for e-filing; discussion with Compass and with HN as to other units being Page 684 of 1406 Page: 2 CITY OF BOYNTON BEACH 01/03/2020 ACCOUNT NO: 306-9905432 STATEMENT NO: 29356 Laurore, Iva and Renan (Code/Foeclosure) HOURS occupied. 0.20 12/30/2019 CLD Phone call to clerk's office re: summonses for multiple unknown tenants; phone call to City Utilities re: number of units; drafted and a-filed two extra summonses for clerk issuance. 0.50 FOR CURRENT SERVICES RENDERED 9.00 1,437.00 RECAPITULATION TIMEKEEPER HOURS HOURLY RATE TOTAL JAMES A. CHEROF 0.50 $205.00 $102.50 HEATHER NEEDELMAN 3.40 205.00 697.00 CYNTHIA L. DUNN 5.10 125.00 637.50 Photocopies 14.35 TOTAL EXPENSES THRU 12/31/2019 14.35 12/16/2019 Clerk of the Court- E-Filing - 100170688 1,950.60 1,950.60 12/24/2019 Compass Investigations- Invoice 2019013123 50.00 50.00 TOTAL ADVANCES THRU 12/31/2019 2,000.60 TOTAL CURRENT WORK 3,451.95 BALANCE DUE $3,451.95 AMOUNTS PREVIOUSLY BILLED NOT INCLUDED ABOVE Page 685 of 1406 GOREN, CHEROF, DOODY & EZROL, P.A. Attorneys at Law 3099 East Commercial Boulevard Suite 200 Fort Lauderdale, Florida 33308 Telephone (954) 771-4500 Page: 1 CITY OF BOYNTON BEACH 01/03/2020 3301 Quantum Boulevard ACCOUNT NO: 306-9905433 Suite 101 STATEMENT NO: 29357 Boynton Beach FL 33426 Attn: Lynn Swanson adv. Ho, Benjamin and Karen (Code/Foreclosure HOURS 11/04/2019 RLL Review of title search on property. 0.50 11/06/2019 HN Further review of file and meeting with JAC. Review of Florida Statutes. 0.70 11/07/2019 HN Review of title and of other liens on the property. Review of notice of intent to demolish property. Email follow-up to JAC. 0.40 11/08/2019 HN Review of emails re: intent to demolish property. 0.30 11/12/2019 HN Preparation and meeting with JAC to discuss case. 0.20 11/13/2019 CLD Drafted foreclosure complaint for attorney review; emails to/from L. Swanson re: documents needed for exhibits, lot mowing liens, etc. 1.50 11/14/2019 CLD Review and make revisions to complaint. 0.30 11/18/2019 HN review and edits of complaint. 0.30 CLD Review of supporting documents; revisions made to draft foreclosure complaint. 0.30 11/20/2019 CLD Further review and revisions to foreclosure complaint. 0.40 11/27/2019 HN edits of complaint. 0.80 12/09/2019 JAC Review title report and review draft complaint. 0.50 12/10/2019 CLD Revisions to foreclosure complaint after JAC review and comments; drafted email to Norma Loth for amounts owed; drafted Notice of Lis Pendens; drafted cover sheet; drafted Summonses. 0.50 12/11/2019 HN Final review of filings for foreclosure complaint. 0.40 CLD Revised and finalized Complaint including amounts owed provided by Norma Loth; assembled and finalized all exhibits and Summonses; filed all pleadings with the court. 0.80 12/27/2019 CLD Drafted Notice of Filing Returns re: service of process on Karen Ho and on Unknown Tenants in Possession. 0.20 HN Review of notices of filing of non service and affidavit of service. 0.20 FOR CURRENT SERVICES RENDERED 8.30 1,341.50 Page 686 of 1406 Page: 2 CITY OF BOYNTON BEACH 01/03/2020 ACCOUNT NO: 306-9905433 STATEMENT NO: 29357 adv. Ho, Benjamin and Karen (Code/Foreclosure RECAPITULATION TIMEKEEPER HOURS HOURLY RATE TOTAL JAMES A. CHEROF 0.50 $205.00 $102.50 HEATHER NEEDELMAN 3.30 205.00 676.50 RACHEL L LEACH 0.50 125.00 62.50 CYNTHIA L. DUNN 4.00 125.00 500.00 Photocopies 29.05 TOTAL EXPENSES THRU 12/31/2019 29.05 12/16/2019 Clerk of the Court- E-Filing - 100169527 1,950.60 1,950.60 12/24/2019 Compass Investigations- Invoice 2019013122 50.00 50.00 11/01/2019 Fidelity National Title Insurance Co. - Invoice 7993622 200.00 200.00 TOTAL ADVANCES THRU 12/31/2019 2,200.60 TOTAL CURRENT WORK 3,571.15 BALANCE DUE $3,571.15 AMOUNTS PREVIOUSLY BILLED NOT INCLUDED ABOVE Page 687 of 1406 GOREN, CHEROF, DOODY & EZROL, P.A. Attorneys at Law 3099 East Commercial Boulevard Suite 200 Fort Lauderdale, Florida 33308 Telephone (954) 771-4500 Page: 1 CITY OF BOYNTON BEACH 01/03/2020 3301 Quantum Boulevard ACCOUNT NO: 306-9905434 Suite 101 STATEMENT NO: 29358 Boynton Beach FL 33426 Attn: Lynn Swanson adv. Eckols 76 LTD/Eckols 86 LTD (Code/ Foreclosure) HOURS 11/06/2019 HN Further review of file and meeting with JAC. Review of Florida Statutes. 0.70 11/07/2019 HN Review of title and of other liens on the property. Email follow-up to JAC. 0.40 11/08/2019 HN Review and edits of draft complaint. 0.80 CLD Began drafting Complaint to Foreclose for attorney review; began compiling exhibits; conversed with HN. 1.50 11/11/2019 CLD Continued working on Complaint to Foreclose Municipal Lien; discussed with HN. 0.60 11/12/2019 CLD Continued working on Complaint; discussed with HN and JAC. 1.20 11/14/2019 CLD Review of drafted complaint, make revisions, assemble exhibits; corresponded with L. Swanson re: 2007 Code Board Order. 1.00 11/18/2019 HN review of complaint and edits. 0.30 CLD Review of supporting documents; revisions made to draft foreclosure complaint. 0.50 11/20/2019 CLD Further review and revisions to foreclosure complaint. 0.40 HN Review and edits of edit complaint and exhibits. 0.30 11/27/2019 HN Edits of complaint. 0.70 12/09/2019 JAC Review draft complaint and title. 0.40 12/10/2019 CLD Revisions to foreclosure complaint after JAC review and comments; drafted email to Norma Loth for amounts owed; drafted Notice of Lis Pendens; drafted cover sheet; drafted Summonses. 0.50 12/11/2019 HN Final review of filings for foreclosure complaint. 0.40 CLD Revised and finalized Complaint including amounts owed provided by Norma Loth; assembled and finalized all exhibits and Summonses; filed all pleadings with the court. 0.80 FOR CURRENT SERVICES RENDERED 10.50 1,632.50 Page 688 of 1406 Page: 2 CITY OF BOYNTON BEACH 01/03/2020 ACCOUNT NO: 306-9905434 STATEMENT NO: 29358 adv. Eckols 76 LTD/Eckols 86 LTD (Code/ Foreclosure) RECAPITULATION TIMEKEEPER HOURS HOURLY RATE TOTAL JAMES A. CHEROF 0.40 $205.00 $82.00 HEATHER NEEDELMAN 3.60 205.00 738.00 CYNTHIA L. DUNN 6.50 125.00 812.50 Photocopies 10.50 TOTAL EXPENSES THRU 12/31/2019 10.50 12/13/2019 Clerk of the Court- E-Filing - 100168089 1,950.60 1,950.60 12/24/2019 Compass Investigations- Invoice 2019013187 50.00 50.00 TOTAL ADVANCES THRU 12/31/2019 2,000.60 TOTAL CURRENT WORK 3,643.60 BALANCE DUE $3,643.60 AMOUNTS PREVIOUSLY BILLED NOT INCLUDED ABOVE Page 689 of 1406 GOREN, CHEROF, DOODY & EZROL, P.A. Attorneys at Law 3099 East Commercial Boulevard Suite 200 Fort Lauderdale, Florida 33308 Telephone (954) 771-4500 Page: 1 CITY OF BOYNTON BEACH 01/03/2020 3301 Quantum Boulevard ACCOUNT NO: 306-9905435 Suite 101 STATEMENT NO: 29359 Boynton Beach FL 33426 Attn: Lynn Swanson adv. Go, Jeanne and Ka Hock (Code/Foreclosure) HOURS 11/05/2019 HN Email to KLE re foreclosure and cc JAC. Review of the U.S. Code and follow up email to KLE and JAC. 0.50 11/06/2019 HN Further review of file and meeting with JAC. Review of Florida Statutes. 0.70 11/07/2019 HN Review of title and of other liens on the property. Email follow-up to JAC. 0.40 11/12/2019 HN Preparation and meeting with JAC to discuss case. Research re: priority of liens. 1.10 CLD Drafted memo to City Commission summarizing all outstanding liens vs. value of the subject property; corresponded with HN re: recorded dates of every lien. 0.40 12/09/2019 JAC Review title report, draft memo to LL. 0.50 FOR CURRENT SERVICES RENDERED 3.60 706.00 RECAPITULATION TIMEKEEPER HOURS HOURLY RATE TOTAL JAMES A. CHEROF 0.50 $205.00 $102.50 HEATHER NEEDELMAN 2.70 205.00 553.50 CYNTHIA L. DUNN 0.40 125.00 50.00 TOTAL CURRENT WORK 706.00 BALANCE DUE $706.00 AMOUNTS PREVIOUSLY BILLED NOT INCLUDED ABOVE Page 690 of 1406 GOREN, CHEROF, DOODY & EZROL, P.A. Attorneys at Law 3099 East Commercial Boulevard Suite 200 Fort Lauderdale, Florida 33308 Telephone (954) 771-4500 Page: 1 CITY OF BOYNTON BEACH 01/03/2020 3301 Quantum Boulevard ACCOUNT NO: 306-9905437 Suite 101 STATEMENT NO: 29360 Boynton Beach FL 33426 Attn: Lynn Swanson Sale to Habitat for Humanity of South Palm Beach Inc. (2 lots on NW 4th Ave & 1 lot on NW 5th St. HOURS 12/02/2019 RLL Respond to email from buyer's counsel regarding title commitment on property. 0.20 12/09/2019 SMS review title objection letter from opposing counsel 0.40 12/10/2019 RLL Review title commitment and title objection letter from buyer's counsel; request copy of deed for parcel 3. 0.50 SMS Review title exceptions and review PCN and deed to confirm the City transferring Lot 167. 1.50 12/11/2019 RLL Prepare amendment to contract correction legal description of one of the vacant parcels. 0.70 12/12/2019 DJD Address removal of lot 162; prepare Amendment to PSA. 1.10 12/13/2019 RLL Transmittal of amendment to contract to purchaser's counsel and request revised title commitment. 0.40 12/23/2019 RLL Review signed amendment to contract from buyer's counsel and forward to client for signature. 0.30 12/27/2019 RLL Follow up with client on signed amendment to contract. 0.20 12/30/2019 RLL Review updated title commitment; discuss with SMS the telephone call received from client regarding possible addition of Lot 166 to transaction. 0.60 SMS call with Andrew Mack regarding additional lot to be conveyed; review plat and parcel for ownership; draft 2nd Amendment to PSA 2.30 DJD Address issue of correct lots. 0.50 FOR CURRENT SERVICES RENDERED 8.70 1,551.50 RECAPITULATION TIMEKEEPER HOURS HOURLY RATE TOTAL D.J. DOODY 1.60 $205.00 $328.00 SEAN M. SWARTZ 4.20 205.00 861.00 RACHEL L LEACH 2.90 125.00 362.50 Page 691 of 1406 Page: 2 CITY OF BOYNTON BEACH 01/03/2020 ACCOUNT NO: 306-9905437 STATEMENT NO: 29360 Sale to Habitat for Humanity of South Palm Beach Inc. (2 lots on NW 4th Ave & 1 lot on NW 5th St. Photocopies 13.65 TOTAL EXPENSES THRU 12/31/2019 13.65 TOTAL CURRENT WORK 1,565.15 BALANCE DUE $1,565.15 AMOUNTS PREVIOUSLY BILLED NOT INCLUDED ABOVE Page 692 of 1406 GOREN, CHEROF, DOODY & EZROL, P.A. Attorneys at Law 3099 East Commercial Boulevard Suite 200 Fort Lauderdale, Florida 33308 Telephone (954) 771-4500 Page: 1 CITY OF BOYNTON BEACH 01/03/2020 3301 Quantum Boulevard ACCOUNT NO: 306-9905438 Suite 101 STATEMENT NO: 29361 Boynton Beach FL 33426 Attn: Lynn Swanson Adv. Jackson, Tavarus (Animal Seizure) HOURS 12/04/2019 BJS Review and follow up re: hearing coordination 0.70 12/05/2019 BJS Correspondence with Palm Beach County Animal Control Staff re: appearances in court and records 0.30 12/06/2019 BJS Draft follow up correspondence re: Evidentiary Issues to Palm Beach County Animal Control 0.30 12/23/2019 BJS Reveiw and preparation for upcoming hearing re: costs, revise and file Notice of Evidence 0.50 12/26/2019 BJS Review and revise draft Order re: Costs 0.30 FOR CURRENT SERVICES RENDERED 2.10 430.50 RECAPITULATION TIMEKEEPER HOURS HOURLY RATE TOTAL BRIAN J. SHERMAN 2.10 $205.00 $430.50 Photocopies 61.95 TOTAL EXPENSES THRU 12/31/2019 61.95 11/19/2019 ASAP Courier- Invoice 368313 123.40 123.40 TOTAL ADVANCES THRU 12/31/2019 123.40 TOTAL CURRENT WORK 615.85 BALANCE DUE $615.85 AMOUNTS PREVIOUSLY BILLED NOT INCLUDED ABOVE Page 693 of 1406 GOREN, CHEROF, DOODY & EZROL, P.A. Attorneys at Law 3099 East Commercial Boulevard Suite 200 Fort Lauderdale, Florida 33308 Telephone (954) 771-4500 Page: 1 CITY OF BOYNTON BEACH 01/03/2020 3301 Quantum Boulevard ACCOUNT NO: 306-9905439 Suite 101 STATEMENT NO: 29362 Boynton Beach FL 33426 Attn: Lynn Swanson Sale to Boynton Beach CRA (parcel on NE 4th Street HOURS 12/12/2019 DJD Review revised Purchase and Sale Agreement. 0.50 FOR CURRENT SERVICES RENDERED 0.50 102.50 RECAPITULATION TIMEKEEPER HOURS HOURLY RATE TOTAL D.J. DOODY 0.50 $205.00 $102.50 Photocopies 5.60 TOTAL EXPENSES THRU 12/31/2019 5.60 TOTAL CURRENT WORK 108.10 BALANCE DUE $108.10 AMOUNTS PREVIOUSLY BILLED NOT INCLUDED ABOVE Page 694 of 1406 GOREN, CHEROF, DOODY & EZROL, P.A. Attorneys at Law 3099 East Commercial Boulevard Suite 200 Fort Lauderdale, Florida 33308 Telephone (954) 771-4500 Page: 1 CITY OF BOYNTON BEACH 01/03/2020 3301 Quantum Boulevard ACCOUNT NO: 306-9905441 Suite 101 STATEMENT NO: 29363 Boynton Beach FL 33426 Attn: Lynn Swanson Sale to Pulte Group- approx.. 14.7 acres off Nickels Blvd. HOURS 12/02/2019 SMS Review/revise LOI for purchase and sale. 0.70 12/03/2019 RLL Research ownership of four parcels. 0.40 SMS Review LOI and correspondences regarding execution by the City. 0.80 DJD Review Letter of Intent. 0.40 JAC Revise LOI and discuss with SS and DJD; review County LDR related issues; review water service obligations. 1.20 FOR CURRENT SERVICES RENDERED 3.50 685.50 RECAPITULATION TIMEKEEPER HOURS HOURLY RATE TOTAL JAMES A. CHEROF 1.20 $205.00 $246.00 D.J. DOODY 0.40 205.00 82.00 SEAN M. SWARTZ 1.50 205.00 307.50 RACHEL L LEACH 0.40 125.00 50.00 Photocopies 4.20 TOTAL EXPENSES THRU 12/31/2019 4.20 TOTAL CURRENT WORK 689.70 BALANCE DUE $689.70 AMOUNTS PREVIOUSLY BILLED NOT INCLUDED ABOVE Page 695 of 1406 GOREN, CHEROF, DOODY & EZROL, P.A. Attorneys at Law 3099 East Commercial Boulevard Suite 200 Fort Lauderdale, Florida 33308 Telephone (954) 771-4500 Page: 1 CITY OF BOYNTON BEACH 01/03/2020 3301 Quantum Boulevard ACCOUNT NO: 306-9905446 Suite 101 STATEMENT NO: 29364 Boynton Beach FL 33426 Attn: Lynn Swanson Adv. Wilmington Savings Fund (Smith, Carl, et., al.) HOURS 12/19/2019 SHB Prepare and file Answer to Complaint. 0.40 FOR CURRENT SERVICES RENDERED 0.40 82.00 RECAPITULATION TIMEKEEPER HOURS HOURLY RATE TOTAL SHANA H. BRIDGEMAN 0.40 $205.00 $82.00 TOTAL CURRENT WORK 82.00 BALANCE DUE $82.00 AMOUNTS PREVIOUSLY BILLED NOT INCLUDED ABOVE Page 696 of 1406 GOREN, CHEROF, DOODY & EZROL, P.A. Attorneys at Law 3099 East Commercial Boulevard Suite 200 Fort Lauderdale, Florida 33308 Telephone (954) 771-4500 Page: 1 CITY OF BOYNTON BEACH 01/03/2020 3301 Quantum Boulevard ACCOUNT NO: 306-9905022 Suite 101 STATEMENT NO: 29277 Boynton Beach FL 33426 Attn: Lynn Swanson adv. Jean-Baptiste, Kevens Billing Category 18-RLO Claim#001470000352PP HOURS 12/02/2019 IR Receipt and reveiw of two [2] court orders, entered this date by Judge Roy Altman, which first order partially grants and partially denies the Defendants' Joint Motion for Summary Judgment, as well as the Court's sua sponte Order Staying this litigation through January, 2020; conferences with TAD regarding same and preparation of ticklers relative to any potential appeals by the Defendants. 1.20 12/04/2019 IR Preparation of additional ticklers regarding the Defendants' appeal to the 11th Circuit Court in Atlanta, following the Southern District Court's ruling e-filed and received on December 2, 2019; 0.30 TAD Receipt and review of order on motion for summary judgment and order staying case. Receipt of correspondence re: same. 1.20 12/23/2019 TAD Receipt and review of correspondence re: appeal issues. 0.20 12/30/2019 TAD Receipt and review of correspondence re: appeal and motion. Extended telephone conference with Officer counsel re: appeal and motion. Receipt of proposed motion. Prepare correspondence to City re: appeal issues and status and receipt of response to same. Prepare correspondence to officer counsel re: motion. Receipt of correspondence to plaintiff counsel re: motion. 0.70 12/31/2019 TAD Receipt and review of correspondence re: proposed motion and changes. Prepare correspondence re: same. Receipt of correspondence from officer counsel re: changes. 0.40 FOR CURRENT SERVICES RENDERED 4.00 700.00 RECAPITULATION TIMEKEEPER HOURS HOURLY RATE TOTAL INGRID RIERA 1.50 $125.00 $187.50 TRACEY A. DECARLO 2.50 205.00 512.50 Photocopies 7.70 Page 697 of 1406 Page: 2 CITY OF BOYNTON BEACH 01/03/2020 ACCOUNT NO: 306-9905022 STATEMENT NO: 29277 adv. Jean-Baptiste, Kevens TOTAL EXPENSES THRU 12/31/2019 7.70 TOTAL CURRENT WORK 707.70 BALANCE DUE $707.70 AMOUNTS PREVIOUSLY BILLED NOT INCLUDED ABOVE Page 698 of 1406 GOREN, CHEROF, DOODY & EZROL, P.A. Attorneys at Law 3099 East Commercial Boulevard Suite 200 Fort Lauderdale, Florida 33308 Telephone (954) 771-4500 Page: 1 CITY OF BOYNTON BEACH 01/03/2020 3301 Quantum Boulevard ACCOUNT NO: 306-9905029 Suite 101 STATEMENT NO: 29278 Boynton Beach FL 33426 Attn: Lynn Swanson adv. Ford, Sharron (negligence arrest) Billing Category 18-RLO Claim#001470000245GB HOURS 12/02/2019 TAD Receipt and review of correspondence re: order and order. Receipt of information re: appeal. 0.30 FOR CURRENT SERVICES RENDERED 0.30 61.50 RECAPITULATION TIMEKEEPER HOURS HOURLY RATE TOTAL TRACEY A. DECARLO 0.30 $205.00 $61.50 TOTAL CURRENT WORK 61.50 BALANCE DUE $61.50 AMOUNTS PREVIOUSLY BILLED NOT INCLUDED ABOVE Page 699 of 1406 GOREN, CHEROF, DOODY & EZROL, P.A. Attorneys at Law 3099 East Commercial Boulevard Suite 200 Fort Lauderdale, Florida 33308 Telephone (954) 771-4500 Page: 1 CITY OF BOYNTON BEACH 01/03/2020 3301 Quantum Boulevard ACCOUNT NO: 306-9905098 Suite 101 STATEMENT NO: 29279 Boynton Beach FL 33426 Attn: Lynn Swanson adv. Venegas, Jesusa Billing Category 18-RLO Claim#001470000367AB HOURS 12/03/2019 TAD Receipt and review of correspondence from insurance counsel re: motions and status. 0.10 12/09/2019 TAD Telephone conference with insurance counsel re: motions and status. Confer with JAC re: same. 0.30 12/13/2019 TAD Extended telephone conference with plaintiff re: hearing and settlement. 0.30 12/17/2019 IR Online court docket search, to ascertain if Judge Nutt entered an order to address the post-jury trial pending issues; prepared tickler to follow up again in two days. 0.30 TAD Receipt and review of motion for status conference. Telephone conference with Plaintiff counsel re: same. 0.30 12/20/2019 TAD Receipt and review of order on post trial motions. Prepare correspondence to City re: same. 0.40 12/23/2019 TAD Receipt and review of correspondence re: claim. Extended telephone conference with adjuster re: claim information. Review case history re: information from adjuster. Prepare correspondence to city. Second telephone conference with adjuster. Receipt of correspondence from insurance counsel re: brief. Confer with JAC re: issues. 1.80 12/24/2019 JAC case status review; reevaluate excess coverage and emails re: brief of statutory cap issue 1.20 12/26/2019 IR Receipt and reviewed Judge James Nutt's Court Order, pertaining to the City of Boynton Beach's motion for remittitur[denied], pertaining to the Motion to Limit Damages to Statutory Cap [denied] and Motion for Set Off [moot]; preparation of ticklers to follow up with potential appeal of these rulings against the City of Boynton Beach; online research of court docket in Palm Beach County, Florida; review Fla.R.Civ.P. for time to appeal Judge Nutt's ruling of December 18, 2019; 2.10 12/27/2019 IR Conference regarding Judge Nutt's ruling of December 20, 2019; legal research and shepardized case cited in the court's ruling; receipt and review email from excessive carrier for the City of Boynton Beach, with Page 700 of 1406 Page: 2 CITY OF BOYNTON BEACH 01/03/2020 ACCOUNT NO: 306-9905098 STATEMENT NO: 29279 adv. Venegas, Jesusa HOURS regard to briefing the issue of statutory cap in Florida; 1.10 12/30/2019 IR Conference with TAD regarding excess insurance carrier and coverage amounts, following the verdict by the jury on September 11, 2019; updated Trial Witness and subpoena duces tecum tracking chart, to add new counsel on behalf of the City, should an appeal be filed by the carrier; 0.90 TAD Extended telephone conference with City re: status and appeal. Review case law and statues re: brief to court. 2.80 12/31/2019 IR Conference with TAD regarding excess insurance and other post trial strategy; 0.40 TAD Prepare correspondence re: budget and status. Prepare budget. Continue preparation of memorandum to the Court re: cap issue. Review plaintiffs case law re: same. 2.80 FOR CURRENT SERVICES RENDERED 14.80 2,650.00 RECAPITULATION TIMEKEEPER HOURS HOURLY RATE TOTAL JAMES A. CHEROF 1.20 $205.00 $246.00 INGRID RIERA 4.80 125.00 600.00 TRACEY A. DECARLO 8.80 205.00 1,804.00 Photocopies 4.55 TOTAL EXPENSES THRU 12/31/2019 4.55 TOTAL CURRENT WORK 2,654.55 BALANCE DUE $2,654.55 AMOUNTS PREVIOUSLY BILLED NOT INCLUDED ABOVE Page 701 of 1406 GOREN, CHEROF, DOODY & EZROL, P.A. Attorneys at Law 3099 East Commercial Boulevard Suite 200 Fort Lauderdale, Florida 33308 Telephone (954) 771-4500 Page: 1 CITY OF BOYNTON BEACH 01/03/2020 3301 Quantum Boulevard ACCOUNT NO: 306-9905171 Suite 101 STATEMENT NO: 29280 Boynton Beach FL 33426 Attn: Lynn Swanson adv. Caliendo, Giovanni & Emily (code violation) Billing Category: 18-RLO Claim#001470000400P1 HOURS 12/04/2019 IR Receipt and review of the Court's Case Management Conference, set for December 17, 2019, before Judge Hafele 0.60 12/06/2019 IR Extensive review of online docket, both in state and federal court; prepared hearing file folder for TAD to utilize at the Court's Case Management Conference, set sua sponte for December 17, 2019 at 8:45 a.m; 2.10 12/17/2019 TAD Attend hearing on status conference. Prepare order on same. 2.60 12/19/2019 IR Receipt and review of Court Order from Case Management Conference of December 17, 2019 regarding deadline of January 31, 2020 for Plaintiffs to take the depositions of themselves, or Judge Hafele will entertain a Motion to Dismiss; preparation of ticklers regarding same; updates to trial witness and s subpoena duces tecum tracking chart accordingly with cut off of January 31, 2020; 0.60 12/20/2019 TAD Receipt and review of correspondence re: depositions of the plaintiffs. Receipt of correspondence re: hearing. Prepare response to same. Prepare correspondence to plaintiff re: deposition dates. Receipt of order on motion. 0.80 12/23/2019 TAD Receipt and review of correspondence from plaintiff re: hearing and prepare response to same. 0.20 12/26/2019 IR Receipt and review of Plaintiffs counsels' email regarding his client's depositions to be taken between the week of January 24, 2020 and January 31, 2020 [the date the Court Ordered these depositions take place, or the case will be potentially dismissed]; prepared tickler for first week of January regarding follow up to discovery issues; 0.30 12/31/2019 TAD Receipt and review of correspondence from plaintiff re: motion to compel. Prepare response to same. 0.20 FOR CURRENT SERVICES RENDERED 7.40 1,229.00 Page 702 of 1406 Page: 2 CITY OF BOYNTON BEACH 01/03/2020 ACCOUNT NO: 306-9905171 STATEMENT NO: 29280 adv. Caliendo, Giovanni & Emily (code violation) RECAPITULATION TIMEKEEPER HOURS HOURLY RATE TOTAL INGRID RIERA 3.60 $125.00 $450.00 TRACEY A. DECARLO 3.80 205.00 779.00 Photocopies 9.80 TOTAL EXPENSES THRU 12/31/2019 9.80 TOTAL CURRENT WORK 1,238.80 BALANCE DUE $1,238.80 AMOUNTS PREVIOUSLY BILLED NOT INCLUDED ABOVE Page 703 of 1406 GOREN, CHEROF, DOODY & EZROL, P.A. Attorneys at Law 3099 East Commercial Boulevard Suite 200 Fort Lauderdale, Florida 33308 Telephone (954) 771-4500 Page: 1 CITY OF BOYNTON BEACH 01/03/2020 3301 Quantum Boulevard ACCOUNT NO: 306-9905190 Suite 101 STATEMENT NO: 29281 Boynton Beach FL 33426 Attn: Lynn Swanson adv. Readon, Jayden, Estate of(police chase) Billing Category: 18-RLO Claim#001470-000396-AB-01 HOURS 12/05/2019 IR Receipt and review of email from co-defense counsel's office regarding fact witness depositions on December 12, 2019, to be rescheduled; updated Trial Witness Tracking Chart with notations next to deposition dates and times; 1.30 TAD Receipt and review of notice of cancellation of deposition. Confer with IVR re: status of records from PBSO. Receipt of correspondence re: depositions. 0.40 12/09/2019 TAD Receipt and review of correspondence re: deposition of Cuevas from plaintiff and officer and prepare response to same. 0.20 12/12/2019 IR Preparation of email to staff at City of Boynton Beach regarding specific Boynton Beach police officer we need to speak with, regarding the accident investigation; tickler for 12.17.19 to follow up with the information needed relevant to witness interviews, post accident; updated Trial Witness and Subpoena Duces Tecum Tracking chart, regarding contact with witnesses, etc.; receipt and review of emails between counsel pertaining to witness depositions; continued preparation of trial witness and subpoena duces tecum tracking chart. 0.70 12/16/2019 IR Receipt and review of Palm Beach Sheriffs Office records, regarding public records request for audio and video records; responded to Michelle Palma at Palm Beach Sheriffs Office email regarding same; preparation of updated information to Trial Witness and Subpoena Duces Tecum tracking chart; extensive review of surveillance video from February 13, 2016 taken at Rolling Green Elementary School, and tagging time of video to be referenced for future use; 3.80 TAD Receipt and review of correspondence re: video surveillance and prepare correspondence re: same. Receipt of renotice of depositions. Confer with IVR re: discovery issues. 0.80 12/17/2019 IR Preparation of memoranda regarding video from Rolling Green Elementary School on February 13, 2016; preparation of witness files for depostion of Flor Maria Cuevas and Domingo Cuevas; strategy conference with TAD regarding discovery; 3.60 12/18/2019 IR Continuation of review of criminal case files, to update witness list Page 704 of 1406 Page: 2 CITY OF BOYNTON BEACH 01/03/2020 ACCOUNT NO: 306-9905190 STATEMENT NO: 29281 adv. Readon, Jayden, Estate of(police chase) HOURS disclosures and for use in scheduling witness depositions; updated memoranda of video taken across the street from the scene of the accident on February 13, 2016; 5.40 12/19/2019 IR Continuation of updates to list of trial witnesses who the City of Boynton BEach anticipates putting on its trial disclosures; cross-reference of names of fact witnesses, as well as law enforcement people directly involved with all the litigation parties, in anticipation of depositions be by taken by Plaintiff; conferences with TAD regarding expert witnesses to be hired by the City of Boynton Beach and Officer Sohn, to share costs of same; 1.60 12/26/2019 IR Continuation of updates to witness list, following the Defendant, Lex Eugene's criminal trial in January 2019; continuation to revise memoranda from video surveillance taken at Rolling Green Elementary School on February 13, 2016, to time stamp what appear to be visual activity; 2.30 12/27/2019 IR Receipt and review of updated deposition notices for Flor Cuevas, for January 30, 2020 at 10:30a.m. and for Domingo Cuevas Gonzalez for January 30, 2020 at 9:00a.m.; performed online background searches pertaining to these individuals, as well as the parties and other family members, as discovered through the criminal investigation of Lex Eugene, as a result of the accident on February 13, 2016; preparation of updates to trial witness and subpoena duces tecum tracking chart; 2.40 FOR CURRENT SERVICES RENDERED 22.50 2,924.50 RECAPITULATION TIMEKEEPER HOURS HOURLY RATE TOTAL INGRID RIERA 21.10 $125.00 $2,637.50 TRACEY A. DECARLO 1.40 205.00 287.00 Photocopies 29.75 TOTAL EXPENSES THRU 12/31/2019 29.75 TOTAL CURRENT WORK 2,954.25 BALANCE DUE $2,954.25 AMOUNTS PREVIOUSLY BILLED NOT INCLUDED ABOVE Page 705 of 1406 GOREN, CHEROF, DOODY & EZROL, P.A. Attorneys at Law 3099 East Commercial Boulevard Suite 200 Fort Lauderdale, Florida 33308 Telephone (954) 771-4500 Page: 1 CITY OF BOYNTON BEACH 01/03/2020 3301 Quantum Boulevard ACCOUNT NO: 306-9905214 Suite 101 STATEMENT NO: 29282 Boynton Beach FL 33426 Attn: Lynn Swanson adv. Alicea, Linda, Luis, Amanda (auto accident) Billing Category: 18- RLO Claim#0014710-000406-AB-01/02/03 HOURS 12/31/2019 IR Reviewed claim from counsel for the plaintiffs, reviewed attached records from counsel; preparation of Trial Witness and Subpoena Duces Tecum tracking chart, pertaining to same, from information gleaned from Plaintiffs counsel; prepared ticklers to follow up in 30 days; 1.10 FOR CURRENT SERVICES RENDERED 1.10 137.50 RECAPITULATION TIMEKEEPER HOURS HOURLY RATE TOTAL INGRID RIERA 1.10 $125.00 $137.50 TOTAL CURRENT WORK 137.50 BALANCE DUE $137.50 AMOUNTS PREVIOUSLY BILLED NOT INCLUDED ABOVE Page 706 of 1406 GOREN, CHEROF, DOODY & EZROL, P.A. Attorneys at Law 3099 East Commercial Boulevard Suite 200 Fort Lauderdale, Florida 33308 Telephone (954) 771-4500 Page: 1 CITY OF BOYNTON BEACH 01/03/2020 3301 Quantum Boulevard ACCOUNT NO: 306-9905216 Suite 101 STATEMENT NO: 29283 Boynton Beach FL 33426 Attn: Lynn Swanson adv. Ryan, Ronald (whistleblower PD) Billing Category: 18- RLO Claim#001470000410EP HOURS 12/02/2019 TAD Receipt and review of information re: witnesses and continue preparation for depositions of same. Receipt of correspondence from plaintiff re: depositions. 1.80 12/03/2019 TAD Attend deposition of Magnanti. (Witness failed to appear). Attend deposition of Briganti. Confer with plaintiff counsel re: discovery. Receipt of correspondence from plaintiff re: Immler. 5.80 12/04/2019 TAD Receipt and review of report from Dr. Miller and documents supporting same. Prepare for depositions. Prepare exhibits. 2.60 12/05/2019 TAD Receipt and review of plaintiffs workers compensation file and records from Dr. Trejo and prepare for deposition of same. 1.40 12/06/2019 TAD Attend deposition of Miller. Receipt of correspondence re: same. Prepare correspondence to Miller re: file and continuation of deposition. Receipt of correspondence from Plaintiff re: Immler and prepare response to same. 3.80 12/09/2019 IR Reviewed emails regarding depositions of medical expert witnesses and prepared updates to Trial Witness and Subpoena Duces Tecum tracking chart; reviewed online court docket and the Court's current trial setting of jury trials in 2020; receipt and review of Court Order on December 9, 2019; 0.80 TAD Receipt and review of correspondence re: motion to compel and motion. Prepare correspondence to plaintiff re: same. Receipt of notice of hearing on motion. Prepare correspondence to plaintiff re: dr cummings and receipt of response to same. 0.60 12/11/2019 TAD Attend deposition of Dr. Trejo. 2.60 12/12/2019 IR Receipt and review of Notice of Cancellation of Hearing; 0.30 TAD Receipt and review of correspondence to court re: hearing. Receipt of notice of hearing and order. Receipt of correspondence from plaintiff re: deposition of stock and prepare response to same. Receipt of correspondence re: motion to dismiss. Prepare correspondence to court re: same. Prepare proposed order. 1.90 12/17/2019 TAD Receipt and review of correspondence re: information from Magnanti and Page 707 of 1406 Page: 2 CITY OF BOYNTON BEACH 01/03/2020 ACCOUNT NO: 306-9905216 STATEMENT NO: 29283 adv. Ryan, Ronald (whistleblower PD) HOURS prepare response to same. 0.20 12/18/2019 TAD Receipt and review of correspondence re: motion to dismiss. Prepare correspondence to court re: hearing. Review case law and prepare information for court for pre-hearing submission. 1.30 12/19/2019 TAD Receipt and review of order on hearing. Prepare draft order on motion to dismiss. 0.20 12/20/2019 TAD Receipt and review of correspondence re: Magnanti and prepare response to same. 0.20 JAC case status review/pleading review 0.80 12/23/2019 TAD Prepare renotice of deposition of Cummings. Receipt of correspondence re: service issues and prepare response to same. Review information on web re: deponent for additional information for service and deposition. Review discovery from plaintiff re: motion to compel. 1.30 12/27/2019 IR Receipt and review of Notice of Taking Deposition of James Cummings, MSW, on February 6, 2020; preparation of tickler to prepare deposition file for this fact witness of the Plaintiff; updated Trial Witness and Subpoena Duces Tecum tracking chart, noting Dr. Cummings' deposition, with notes to retrieve his records that were previously subpoenaed in 2017; 0.30 12/31/2019 TAD Receipt and review of correspondence re: deposition of Stock. Prepare correspondence to plaintiff re: same. Prepare notice of deposition. Prepare correspondence re predeposition meeting. 0.60 FOR CURRENT SERVICES RENDERED 26.50 5,320.50 RECAPITULATION TIMEKEEPER HOURS HOURLY RATE TOTAL JAMES A. CHEROF 0.80 $205.00 $164.00 INGRID RIERA 1.40 125.00 175.00 TRACEY A. DECARLO 24.30 205.00 4,981.50 Color photocopies 3.50 Photocopies 128.80 TOTAL EXPENSES THRU 12/31/2019 132.30 12/04/2019 Laurence Miller, PhD - Depo Retainer 500.00 12/05/2019 Neighborhood Family Doctor- Depo Retainer 500.00 1,000.00 12/03/2019 Parking -TAD 2.00 12/03/2019 Parking -TAD 1.00 Parking - 3.00 TOTAL ADVANCES THRU 12/31/2019 1,003.00 Page 708 of 1406 Page: 3 CITY OF BOYNTON BEACH 01/03/2020 ACCOUNT NO: 306-9905216 STATEMENT NO: 29283 adv. Ryan, Ronald (whistleblower PD) TOTAL CURRENT WORK 6,455.80 BALANCE DUE $6,455.80 AMOUNTS PREVIOUSLY BILLED NOT INCLUDED ABOVE Page 709 of 1406 GOREN, CHEROF, DOODY & EZROL, P.A. Attorneys at Law 3099 East Commercial Boulevard Suite 200 Fort Lauderdale, Florida 33308 Telephone (954) 771-4500 Page: 1 CITY OF BOYNTON BEACH 01/03/2020 3301 Quantum Boulevard ACCOUNT NO: 306-9905253 Suite 101 STATEMENT NO: 29284 Boynton Beach FL 33426 Attn: Lynn Swanson adv. Bolt, Barbara Dilger(MVA) Billing Category: 18- RLO Claim#001470000422AB HOURS 12/02/2019 TAD Receipt and review of plaintiffs expert witness information. Receipt of plaintiff's answers to second interrogatories and correspondence re: same. 0.80 12/03/2019 TAD Receipt and review of order setting trial. Review plaintiff records and discovery responses. Review witness and exhibit list and revise same. Review documents from insurance carrier re: lien and expenses. Confer with IVR re: status of trial preparation. Confer with Plaintiff counsel re: mediation and resolution. 3.40 12/06/2019 TAD Receipt and review of correspondence from plaintiff counsel re: discovery. Telephone conference with plaintiff counsel re: settlement issues. Confer with IVR re: trial preparation and discovery issues. Receipt of correspondence from adjuster re: information on claim and prepare response to same. 0.80 12/09/2019 TAD Receipt and review of correspondence from public works re: depositions. Attend hearing on motion for protective order. Receipt of order on same. 4.20 12/10/2019 TAD Receipt and review 12/16/2019 TAD Receipt and review of correspondence from plaintiff re: settlement and prepare response to same. 0.20 12/17/2019 TAD Extended telephone conference with plaintiff counsel re: settlement. 0.30 12/18/2019 IR Review online court docket, regarding summary prepared for Gary Dickstein, Esq. of Matrix Mediation, in advance of Mediation, currently scheduled for January 7, 2020; reviewed last mediation summary, prepared for and sent to Louis William in June of 2019. 0.60 12/23/2019 TAD Telephone conference with plaintiff counsel re: settlement. 0.30 12/24/2019 IR Revisions to Mediation Notebook for TAD to use on January 7, 2020 before Certified Mediator Gary Dickstein; revised index, with updates from court docket and pleadings; reviewed online court docket, with regard to any new motions potentially filed by Plaintiff; 2.10 Page 710 of 1406 Page: 2 CITY OF BOYNTON BEACH 01/03/2020 ACCOUNT NO: 306-9905253 STATEMENT NO: 29284 adv. Bolt, Barbara Dilger(MVA) HOURS 12/27/2019 IR Receipt and review of Copy Scan invoice, regarding medical and other records sent to the City of Boynton Beach's medical expert witness, Dr. Neil Schechter; preparation of email to litigation team regarding same; revised Index to Mediation Notebook, for TAD to utilize at court ordered Mediation on January 7, 2020; cross-referenced witnesses the Plaintiff lists in her Answers to Interrogatories, received November 15, 2019, with Plaintiffs medical expert witnesses; 2.80 12/30/2019 IR Finalized all preparations for Mediation, set to occur Tuesday, January 7, 2019 before Certified Mediator Gary Dickstein, Esq.; revised correspondence to mediator, from Mediator Louis Williams, Esq. to Mediator Gary Dickstein, Esq. with several areas to be revised, as issues have changed from June 2019 through December 30, 2019; preparation of updates to Trial Witness and Subpoenas Duces Tecum tracking chart, relevant to witnesses expected to testify at trial, during the period February 24, 2020 through April 17, 2020; 1.80 TAD Receipt and review of correspondence from mediator and plaintiff re: mediation. Prepare correspondence to plaintiff re: same. Receipt of additional correspondence from plaintiff re: mediation and settlement. 0.40 12/31/2019 TAD Receipt and review of correspondence from plaintiff re: mediation. Receipt of correspondence from court re: status and response to same. Prepare correspondence to plaintiff re: status of negotiations. 0.40 FOR CURRENT SERVICES RENDERED 18.10 3,126.50 RECAPITULATION TIMEKEEPER HOURS HOURLY RATE TOTAL INGRID RIERA 7.30 $125.00 $912.50 TRACEY A. DECARLO 10.80 205.00 2,214.00 Photocopies 48.30 TOTAL EXPENSES THRU 12/31/2019 48.30 TOTAL CURRENT WORK 3,174.80 BALANCE DUE $3,174.80 AMOUNTS PREVIOUSLY BILLED NOT INCLUDED ABOVE Page 711 of 1406 GOREN, CHEROF, DOODY & EZROL, P.A. Attorneys at Law 3099 East Commercial Boulevard Suite 200 Fort Lauderdale, Florida 33308 Telephone (954) 771-4500 Page: 1 CITY OF BOYNTON BEACH 01/03/2020 3301 Quantum Boulevard ACCOUNT NO: 306-9905257 Suite 101 STATEMENT NO: 29285 Boynton Beach FL 33426 Attn: Lynn Swanson adv. Basinski, Tricia (MVA garbage truck) Billing Category: 18- RLO Claim#001470-000422-AB-03 HOURS 12/16/2019 TAD Telephone conference with claimant's attorney re: settlement issues. 0.20 12/23/2019 TAD Telephone conference with plaintiff counsel re: settlement. Receipt of correspondence from plaintiff re: settlement issues. 0.20 12/30/2019 TAD Prepare correspondence to counsel re: settlement and receipt of response to same. Receipt of second correspondence from counsel and prepare response to same. 0.40 FOR CURRENT SERVICES RENDERED 0.80 164.00 RECAPITULATION TIMEKEEPER HOURS HOURLY RATE TOTAL TRACEY A. DECARLO 0.80 $205.00 $164.00 TOTAL CURRENT WORK 164.00 BALANCE DUE $164.00 AMOUNTS PREVIOUSLY BILLED NOT INCLUDED ABOVE Page 712 of 1406 GOREN, CHEROF, DOODY & EZROL, P.A. Attorneys at Law 3099 East Commercial Boulevard Suite 200 Fort Lauderdale, Florida 33308 Telephone (954) 771-4500 Page: 1 CITY OF BOYNTON BEACH 01/03/2020 3301 Quantum Boulevard ACCOUNT NO: 306-9905266 Suite 101 STATEMENT NO: 29286 Boynton Beach FL 33426 Attn: Lynn Swanson adv. Pinkney, Elliott (excessive force) Billing Category: 18- RLO Claim#001470-000424-PP-01 HOURS 12/11/2019 TAD Attend hearing on Notice of Lack of Prosecution. Prepare order on same. Prepare correspondence to City re: order. 3.90 FOR CURRENT SERVICES RENDERED 3.90 799.50 RECAPITULATION TIMEKEEPER HOURS HOURLY RATE TOTAL TRACEY A. DECARLO 3.90 $205.00 $799.50 Photocopies 2.10 TOTAL EXPENSES THRU 12/31/2019 2.10 12/11/2019 Parking -TAD 6.00 Parking - 6.00 TOTAL ADVANCES THRU 12/31/2019 6.00 TOTAL CURRENT WORK 807.60 BALANCE DUE $807.60 AMOUNTS PREVIOUSLY BILLED NOT INCLUDED ABOVE Page 713 of 1406 GOREN, CHEROF, DOODY & EZROL, P.A. Attorneys at Law 3099 East Commercial Boulevard Suite 200 Fort Lauderdale, Florida 33308 Telephone (954) 771-4500 Page: 1 CITY OF BOYNTON BEACH 01/03/2020 3301 Quantum Boulevard ACCOUNT NO: 306-9905277 Suite 101 STATEMENT NO: 29287 Boynton Beach FL 33426 Attn: Lynn Swanson adv. Meyer, Tamara (MVA) Billing Category: 18- RLO Claim#001470000427AB HOURS 12/23/2019 TAD Receipt and review of correspondence re: status of claim and information. 0.20 FOR CURRENT SERVICES RENDERED 0.20 41.00 RECAPITULATION TIMEKEEPER HOURS HOURLY RATE TOTAL TRACEY A. DECARLO 0.20 $205.00 $41.00 TOTAL CURRENT WORK 41.00 BALANCE DUE $41.00 AMOUNTS PREVIOUSLY BILLED NOT INCLUDED ABOVE Page 714 of 1406 GOREN, CHEROF, DOODY & EZROL, P.A. Attorneys at Law 3099 East Commercial Boulevard Suite 200 Fort Lauderdale, Florida 33308 Telephone (954) 771-4500 Page: 1 CITY OF BOYNTON BEACH 01/03/2020 3301 Quantum Boulevard ACCOUNT NO: 306-9905282 Suite 101 STATEMENT NO: 29288 Boynton Beach FL 33426 Attn: Lynn Swanson adv. Garber M.D., Harvey (excessive force) Billing Category: 18- RLO Claim#001470000429PP HOURS 12/02/2019 TAD Receipt and review of correspondence re: stipulation and order. Receipt of stipulation and order for federal court and state court. Prepare correspondence re: same. 0.40 12/04/2019 TAD Receipt and review of correspondence re: stipulation and stipulation. Prepare response to same. 0.40 12/05/2019 TAD Receipt and review of order dismissing state case. 0.10 FOR CURRENT SERVICES RENDERED 0.90 184.50 RECAPITULATION TIMEKEEPER HOURS HOURLY RATE TOTAL TRACEY A. DECARLO 0.90 $205.00 $184.50 Photocopies 1.40 TOTAL EXPENSES THRU 12/31/2019 1.40 TOTAL CURRENT WORK 185.90 BALANCE DUE $185.90 AMOUNTS PREVIOUSLY BILLED NOT INCLUDED ABOVE Page 715 of 1406 GOREN, CHEROF, DOODY & EZROL, P.A. Attorneys at Law 3099 East Commercial Boulevard Suite 200 Fort Lauderdale, Florida 33308 Telephone (954) 771-4500 Page: 1 CITY OF BOYNTON BEACH 01/03/2020 3301 Quantum Boulevard ACCOUNT NO: 306-9905288 Suite 101 STATEMENT NO: 29289 Boynton Beach FL 33426 Attn: Lynn Swanson adv. Floering, David & Barbara Billing Category: 18 RLO Claim#001470000422AB HOURS 12/09/2019 IR Reviewed Dr. Blais email, received December 6, 2019; prepared responsive email to our cardiovascular medical expert witness regarding finalization of litigation and receipt of payment from his final statement for services rendered. 0.30 FOR CURRENT SERVICES RENDERED 0.30 37.50 RECAPITULATION TIMEKEEPER HOURS HOURLY RATE TOTAL INGRID RIERA 0.30 $125.00 $37.50 TOTAL CURRENT WORK 37.50 BALANCE DUE $37.50 AMOUNTS PREVIOUSLY BILLED NOT INCLUDED ABOVE Page 716 of 1406 GOREN, CHEROF, DOODY & EZROL, P.A. Attorneys at Law 3099 East Commercial Boulevard Suite 200 Fort Lauderdale, Florida 33308 Telephone (954) 771-4500 Page: 1 CITY OF BOYNTON BEACH 01/03/2020 3301 Quantum Boulevard ACCOUNT NO: 306-9905303 Suite 101 STATEMENT NO: 29290 Boynton Beach FL 33426 Attn: Lynn Swanson Occius, Facilia (P/NG Will-Marc Eugene) (MVA Police Vehicle) Billing Category: 18- RLO Claim#001470000437AB HOURS 12/05/2019 TAD Receipt and review of correspondence re: changes to release and receipt of revised release. Make revisions to release and prepare correspondence re: same. 1.30 12/31/2019 TAD Receipt and review of release and correspondence re: same from plaintiff. Review changes. Prepare correspondence to City re: release and settlement. 0.60 FOR CURRENT SERVICES RENDERED 1.90 389.50 RECAPITULATION TIMEKEEPER HOURS HOURLY RATE TOTAL TRACEY A. DECARLO 1.90 $205.00 $389.50 TOTAL CURRENT WORK 389.50 BALANCE DUE $389.50 AMOUNTS PREVIOUSLY BILLED NOT INCLUDED ABOVE Page 717 of 1406 GOREN, CHEROF, DOODY & EZROL, P.A. Attorneys at Law 3099 East Commercial Boulevard Suite 200 Fort Lauderdale, Florida 33308 Telephone (954) 771-4500 Page: 1 CITY OF BOYNTON BEACH 01/03/2020 3301 Quantum Boulevard ACCOUNT NO: 306-9905306 Suite 101 STATEMENT NO: 29291 Boynton Beach FL 33426 Attn: Lynn Swanson adv. Novick, James (MVA Public Works) Billing Category: 18- RLO Claim#001470000439AB HOURS 12/02/2019 IR TAD and IVR conference regarding Mediation Notebook, near completion for use on December 16, 2019; reviewed emails for Judge Small's entry of an Agreed Order on the CME of Plaintiff receipt and review of email from Palm Beach Court, enclosing said Agreed Order pertaining to Plaintiff CME; preparation of email to Michael Zeide, M.D.'s assistant, enclosing said Agreed Order on Plaintiffs CME; 2.80 TAD Receipt and review of correspondence from plaintiff re: order. Prepare correspondence re: same. Receipt of correspondence from investigator and report and photographs. 0.90 12/03/2019 IR Receipt and review of emails regarding Dr. Dellabella's deposition and his office's claim for preparation time for said deposition; updated Trial Witness and Subpoena Duces Tecum tracking chart; continuation of draft of City of Boynton Beach's Second Notice of Production from Non-Parties, as well as subpoenas duces tecum and accompanying HIPAA disclosures; prepared memoranda regarding Plaintiffs testimony at deposition on May 14, 2017 and updated tracking chart regarding medical personnel not previously disclosed by Plaintiff; preparation of email to Plaintiffs attorneys regarding where are 3 sets of past due discovery, specifically Answers to Interrogatories from May 1, 2019, Plaintiffs Responses and responsive documents to the City's Second Request for Production propounded October 14, 2019 and Plaintiffs Answers to City's Second Set of Interrogatories to Plaintiff, propounded October 14, 2019 and due November 13, 2019. 3.20 12/04/2019 IR Continuation of cross-reference of Plaintiffs deposition May 14, 2019 testimony given under oath, with other written discovery and pre-suit records provided by counsel for Plaintiff and compared with the City's medical provider information, which includes the previous set of subpoenas duces tecum that were served, for Plaintiffs medical and other records; preparation of email to Donna, Michael Zeide, M.D.'s scheduling assistant, regarding the Court's Agreed Order entered on December 2, 2019 pertaining to the Compulsory Medical Examination of the Plaintiff and the agreed parameters that the parties agreed to, in lieu of attending a hearing on objections wherein the court would rule; telephone conference with Dr. Zeide's office regarding the CME make move forward on December 6, 2019 at 9:00a.m.; continuation to make updates to the Mediation Notebook, Page 718 of 1406 Page: 2 CITY OF BOYNTON BEACH 01/03/2020 ACCOUNT NO: 306-9905306 STATEMENT NO: 29291 adv. Novick, James (MVA Public Works) HOURS including detailed information from the surveillance that the City ordered on Plaintiff; 4.80 TAD Receipt and review of correspondence re: investigation. Receipt of report and photographs. 1.20 12/05/2019 IR Initial preparation of Objections to Plaintiffs conflicting verbiage on his Expert Witness Disclosure, specifically pertaining to medical expert witnesses 1 a through 1 f; receipt and reviewed Plaintiffs Answers to the City of Boynton Beach's initial Interrogatories; receipt and reviewed Plaintiffs Responses to the City of Boynton Beach's Second Set of Request for Production; receipt and reviewed Plaintiffs Answers to Second Set of Interrogatories; preparation of updates to Trial Witness and Subpoena Duces Tecum Tracking chart, noting new information Plaintiff testified to under oath in his recently received discovery responses; receipt and review of emails from Mediator Louis Williams' office at Matrix Mediation, LLC to confirm scheduled mediation with all parties on December 16, 2019. 4.70 IR Prepare TAD Receipt and review of plaintiffs exhibit list. Receipt of plaintiffs witness list. Receipt of plaintiffs updated answers to interrogatories. Receipt of correspondence re: deposition of Mann and prepare correspondence to plaintiff re: same. Receipt of correspondence from investigator re: report and prepare response to same. Prepare outline of issues for mediation. 3.60 12/06/2019 IR Finalized Mediation Notebook, for TAD use on December 16, 2019 with Louis Williams, Esq.; continuation of updates to the City of Boynton Beach's Trial Witness and Subpoena Duces Tecum tracking chart; reviewed Plaintiffs proposed 'medical expert witnesses' as disclosed in this November 22, 2019 Trial Witness and Exhibit Disclosures, specifically regarding the Court's Trial Order entered October 3, 2019 and Plaintiffs failure to disclosure prior expert testimony, provide his medical expert's curriculum vitae, provide any written reports, and the substance, facts and specific grounds for each of Plaintiffs expert witnesses' expected testimony; telephone conference with potential trial witnesses; 4.90 TAD Receipt and review of testimony of plaintiff and case law re: liability issues for trial and in preparation for mediation. 1.20 12/09/2019 IR Conference with TAD regarding Compulsory Medical Examination of James Novick on December 6, 2019; reviewed Trial Order Outline regarding rebuttal expert witness trial disclosure deadline; preparation of email to Donna at Dr. Zeide's office in Boynton Beach, Florida regarding pre-mediation conference with TAD and the court's deadline within which time for Dr. Zeide to prepare his report of Plaintiffs CME; continuation to draft the City of Boynton Beach's Second Notice of Production from Non-Parties, including subpoenas duces tecum pertaining to same; prepared conference to discuss CME between professionals; 3.20 TAD Receipt and review of correspondence re: mediation and prepare response to same. Telephone conference with Dr. Mann re: deposition . Confer with IVR re: physician depositions. Receipt of correspondence re: subrogation claim and claim documents. Prepare correspondence to adjuster re: same. Revise subpoena and notice for deposition of Mann. 1.70 12/10/2019 IR Extensive review of medical records from Spine and Orthopedic Center in Deerfield Beach, specifically for Dr. Bruce Mann medical records of his medical services rendered to the Plaintiff, James Novick; prepared correspondence to Dr. Mann, in advance of his deposition to be scheduled Page 719 of 1406 Page: 3 CITY OF BOYNTON BEACH 01/03/2020 ACCOUNT NO: 306-9905306 STATEMENT NO: 29291 adv. Novick, James (MVA Public Works) HOURS in 2020, prior to the Court's discovery deadline of February 11, 2020; review emails regarding Plaintiffs expert witnesses; research of 18 sets of medical records, for Dr. Mann's specific review of medical records in 2018 of James Novick; preparation of package for Bruce Mann, M.D. to be sent no later than Wednesday, for Friday delivery of medical records, in order for Dr. Mann to review said medical records, for his anticipated cooperation to schedule his deposition in late January of 2020; 3.40 TAD Receipt and review of plaintiffs medical records and subpoenas and plaintiff's witness and exhibit lists re: mediation. Prepare outline for mediation. Review case law re: motions in limine and damage issues for trial and mediation. Extended telephone conference with expert re: CME. 4.80 12/11/2019 IR Receipt and review of email from Bruce Mann, M.D. regarding his deposition and medical records from Spine & Orthopedic Center, listing his specific dates of treatment of the Plaitniff; preparation of email to litigation team regarding same; preparation of email to Dr. Mann, in response to his from 12.10.19; preparation of correspondence and package to Dr. Mann, enclosing Plaintiffs medical records 2.90 TAD Prepare correspondence to plaintiff re: Mann. Receipt of response to same. Revise information for mediation re: additional records. Revise subpoenas regarding same. 0.90 12/12/2019 IR Online research of Florida Medical License, pertaining to Plaintiffs new medical providers, not disclosed in presuit, nor in Plaintiffs Response to Request for Production; preparation of updates to Trial Witness and subpoena duces tecum tracking charts; 3.80 TAD Receipt and review of additional discovery from plaintiff re: mediation. Revise outline and timeline re: prior injuries and damage information. 2.20 12/13/2019 IR Continuation of preparation of Second Notice of Production of Non-Parties, to include additional medical providers and entities; continued to prepare subpoenas duces tecum to accompany the City of Boynton Beach's Second Notice of Production, as well as HIPAA disclosures; updated Trial Witness and Subpoena Duces Tecum tracking chart accordingly; online research to confirm physicians' and entities' addresses for service of process for subpoenas duces tecum. 1.60 TAD Receipt and review of correspondence from plaintiff re: depositions and prepare response to same. 0.20 12/16/2019 IR Preparation and finalization of the City of Boynton Beach's Second Notice of Production to Non-Parties; updated trial witness and subpoena duces tecum tracking chart; prepared 12 subpoenas duces tecum and HIPAA forms, as necessary for medical records; 2.60 TAD Receipt and review of information re: subrogation claim and claim documents. Review information and medical records and prepare for mediation of matter. 3.40 12/17/2019 IR Receipt and review of Dr. Michael Zeide's CME Report of the Plaintiff, prior to the court ordered disclosure date; received and responded to emails regarding Mediation from December 16, 2019; reviewed all current and active projects and set aside, until City of Boynton Beach Commissioners vote on proposed settlement; receipt and review of mediated settlement agreement, by Louis Williams of Matrix Mediation; 2.20 TAD Prepare correspondence to adjuster re: claim. Receipt of correspondence re: report. Review report and prepare correspondence to city re: same. 0.40 Page 720 of 1406 Page: 4 CITY OF BOYNTON BEACH 01/03/2020 ACCOUNT NO: 306-9905306 STATEMENT NO: 29291 adv. Novick, James (MVA Public Works) HOURS 12/19/2019 TAD Prepare release document. Prepare stipulation and proposed order of dismissal. 1.90 12/20/2019 TAD Receipt and review of correspondence re: settlement and prepare response to same. Receipt of correspondence from plaintiff re: settlement. 0.30 FOR CURRENT SERVICES RENDERED 62.80 9,666.00 RECAPITULATION TIMEKEEPER HOURS HOURLY RATE TOTAL INGRID RIERA 40.10 $125.00 $5,012.50 TRACEY A. DECARLO 22.70 205.00 4,653.50 Color photocopies 4.90 Photocopies 237.30 TOTAL EXPENSES THRU 12/31/2019 242.20 12/11/2019 Federal Express- Invoice 6-877-04580 11.43 11.43 TOTAL ADVANCES THRU 12/31/2019 11.43 TOTAL CURRENT WORK 9,919.63 BALANCE DUE $9,919.63 AMOUNTS PREVIOUSLY BILLED NOT INCLUDED ABOVE Page 721 of 1406 GOREN, CHEROF, DOODY & EZROL, P.A. Attorneys at Law 3099 East Commercial Boulevard Suite 200 Fort Lauderdale, Florida 33308 Telephone (954) 771-4500 Page: 1 CITY OF BOYNTON BEACH 01/03/2020 3301 Quantum Boulevard ACCOUNT NO: 306-9905323 Suite 101 STATEMENT NO: 29292 Boynton Beach FL 33426 Attn: Lynn Swanson adv. Samad, Aboul and Samad, Sameera, as Parents and Natural Guardians of Raheel Samad, a Minor (broken concrete bench) Billing Category: 18- RLO Claim#19757938 HOURS 12/02/2019 IR Reviewed pleadings and online court docket; prepared email to litigation team, pertaining to the City of Boynton Beach's Response to Plaintiffs October 28, 2019 Offer of Judgment; reviewed Plaintiffs Motion for Protection, filed on 0.80 TAD Receipt and review of return of service on Bethesda. Receipt of notice of hearing on motion for protective order and motion. 0.20 12/03/2019 IR Initial preparation of City of Boynton Beach's Motion for Protective Order regarding minor children who were witnesses to Raheel Samad's accident at Intercoastal Park; 1.20 12/05/2019 IR Reviewed Notice of Taking Depositions, for Tuesday December 10, 2019 and Plaintiffs Motion for Protection, in an effort to prevent eye witnesses from testifying at deposition. 0.30 TAD Receipt and review of plaintiffs motion for protective order and statute and case law and prepare for hearing on same. 2.20 12/09/2019 IR Conference with TAD regarding hearing this date before Judge Hafele, on Plaintiffs Motion for Protective Order; receipt and review of Order regarding same, for depositions on December 10, 2019; updated trial witness and subpoena duces tecum tracking chart, to confirm the four [4] depositions are moving forward tomorrow; revised research on Faraz Qaiser, who is listed as Raheel Samad's emergency contact in Florida Eye medical records; retrieved arrest information of Faraz Qaiser in Palm Beach County, Florida, of Panther Towering, in 2013; receipt and review of Return of Service on Molina Healthcare 2.20 12/10/2019 IR Conference with litigation team regarding depositions scheduled for today in Palm Beach County, following the Court's order denying Plaintiffs Motion for Protective Order, from the hearing on December 9, 2019; receipt and review of emails from Plaintiffs counsel's Notice of Unavailability from December 2019 through January 2020; preparation of updates to Trial Witness and Subpoena Duces Tecum Tracking chart, noting Certificates of Non-Appearance at yesterday's depositions [4 individuals did not appear for deposition, despite service of process of same]; 3.40 Page 722 of 1406 Page: 2 CITY OF BOYNTON BEACH 01/03/2020 ACCOUNT NO: 306-9905323 STATEMENT NO: 29292 adv. Samad, Aboul and Samad, Sameera, as Parents and Natural Guardians of Raheel Samad, a Minor (broken concrete bench) HOURS TAD Attend deposition of Mona Ali. Attend deposition of Rayan Mujeeb. Attend deposition of Alina Mujeeb. Attend deposition of Umir Ali. (Witnesses failed to appear) Confer with witness regarding deposition. Confer with Plaintiff re: depositions and other discovery issues including site inspection. Prepare correspondence re: witnesses and issues with depositions. 3.80 12/11/2019 IR Conferences regarding depositions scheduled this date in Palm Beach County, Florida; online retrieval of court docket, with Affidavits of Service on four witnesses, none of whom appeared at deposition this date, despite Judge Hafele's Order to do so; receipt, review and responded to several emails regarding witnesses who failed to attend deposition yesterday; review online court docket, following Plaintiffs paralegal allegations about an alleged incorrect date [which it was not, incorrect and an email was sent to opposing counsel to advise as such]; conferences regarding these depositions allegations and contact with the family who failed to appear at their depositions, when they were served with process, as well as coordinated with the Plaintiffs relatives, for a second time; updated notes in Trial Witness and Subpoena Duces Tecum tracking chart regarding allegations made by witnesses. 2.90 12/12/2019 TAD Receipt and review of return of service on Friedman and receipt of certificates of non-appearance from witnesses 0.30 12/13/2019 IR Conference with JAC regarding depositions that were scheduled for December 11, 2019, of Plaintiffs relatives and eye witnesses to litigation, including emails to and from Plaintiffs counsel regarding same. 0.60 TAD Receipt and review of correspondence re: McTeague deposition and prepare correspondence re: pre-deposition conference. 0.20 12/16/2019 TAD Prepare correspondence to development director re: predeposition meeting. Receipt of correspondence from City re: site inspection issues. 0.30 12/18/2019 IR Receipt and review of emails between the parities, regarding availability for fact witness depositions in January of 2020; Preparation of updates to the Trial Witness and Subpoena Duces Tecum, with the new live witness depositions; ticklers to prepare witness file folders, in advance of their respective testimony; reviewed recently retrieved background searches of Raheel Samad's alleged relatives, following information received from his mother's unverified answers to Interrogatories received on November 15, 2019. 1.30 12/20/2019 TAD Receipt and review of correspondence from City re: pre-deposition meeting. 0.10 12/30/2019 IR Conference with litigation team regarding identities of Plaintiffs alleged relatives, as represented in Plaintiffs Answers to Interrogatories, filed on September 18, 2019; reviewed trial witness and subpoena duces tecum tracking chart, for name of individuals who accepted service of process on Umair Ali on October 1, 2019 at 7:35am; preparation of updates to Trial Witness and Subpoena Duces Tecum tracking chart, with updated discovery information; 1.70 TAD Telephone conference with Ali re: depositions. Prepare renotice of depositions of Mantaha and Umir Ali. Prepare correspondence to plaintiff and receipt of response to same. Prepare correspondence to Ali re: Page 723 of 1406 Page: 3 CITY OF BOYNTON BEACH 01/03/2020 ACCOUNT NO: 306-9905323 STATEMENT NO: 29292 adv. Samad, Aboul and Samad, Sameera, as Parents and Natural Guardians of Raheel Samad, a Minor (broken concrete bench) HOURS renotice of deposition. 0.80 12/31/2019 IR Reviewed emails between Plaintiffs office and the City of Boynton Beach's counsel, regarding discovery; receipt and review of cross-notices of depositions by Plaintiffs, for Muntaha Nadeem for deposition on February 3, 2020 at 3:00p.m. and Umair Ali for deposition scheduled for February 3, 2020 at 2:00p.m. and prepared responsive email regarding same; updated trial witness and subpoena duces tecum tracking chart; 1.20 FOR CURRENT SERVICES RENDERED 23.50 3,569.50 RECAPITULATION TIMEKEEPER HOURS HOURLY RATE TOTAL INGRID RIERA 15.60 $125.00 $1,950.00 TRACEY A. DECARLO 7.90 205.00 1,619.50 Photocopies 47.25 TOTAL EXPENSES THRU 12/31/2019 47.25 12/09/2019 Parking -TAD 6.00 Parking - 6.00 TOTAL ADVANCES THRU 12/31/2019 6.00 TOTAL CURRENT WORK 3,622.75 BALANCE DUE $3,622.75 AMOUNTS PREVIOUSLY BILLED NOT INCLUDED ABOVE Page 724 of 1406 GOREN, CHEROF, DOODY & EZROL, P.A. Attorneys at Law 3099 East Commercial Boulevard Suite 200 Fort Lauderdale, Florida 33308 Telephone (954) 771-4500 Page: 1 CITY OF BOYNTON BEACH 01/03/2020 3301 Quantum Boulevard ACCOUNT NO: 306-9905336 Suite 101 STATEMENT NO: 29293 Boynton Beach FL 33426 Attn: Lynn Swanson adv. Wright, Bernard (discrimination) Billing Category: 18- RLO Claim#001470000449EO HOURS 12/02/2019 HN Research related to due process and trespass bans. Follow up email with legal analysis to TAD and cc JAC. 2.60 TAD Receipt and review of correspondence re: trespass issue and code. 0.40 FOR CURRENT SERVICES RENDERED 3.00 615.00 RECAPITULATION TIMEKEEPER HOURS HOURLY RATE TOTAL HEATHER NEEDELMAN 2.60 $205.00 $533.00 TRACEY A. DECARLO 0.40 205.00 82.00 TOTAL CURRENT WORK 615.00 BALANCE DUE $615.00 AMOUNTS PREVIOUSLY BILLED NOT INCLUDED ABOVE Page 725 of 1406 GOREN, CHEROF, DOODY & EZROL, P.A. Attorneys at Law 3099 East Commercial Boulevard Suite 200 Fort Lauderdale, Florida 33308 Telephone (954) 771-4500 Page: 1 CITY OF BOYNTON BEACH 01/03/2020 3301 Quantum Boulevard ACCOUNT NO: 306-9905344 Suite 101 STATEMENT NO: 29316 Boynton Beach FL 33426 Attn: Lynn Swanson Brescia, Brandon (EEOC Complaint) Billing Category: 18- RLO Claim#001470000450EP HOURS 12/06/2019 TAD Receipt and review notice of deposition of Cannon. Prepare correspondence to Cannon re: same. 0.30 12/13/2019 TAD Receipt and review of renotice of deposition of Cannon. Prepare correspondence to City re: same. 0.20 12/17/2019 TAD Receipt and review of correspondence re: Hoggatt deposition and cancellation of Cannon deposition. Prepare correspondence re: same. 0.40 12/18/2019 HN Research as to whether a city may still assert defense if employer was not provided certain information. 1.40 12/19/2019 HN research related to sovereign immunity and acts within scope of employment 0.60 12/20/2019 HN Research re: impact of false information in lawsuit and how sovereign immunity is affected. 1.00 TAD Receipt and review of correspondence re: Hall deposition and prepare correspondence re: same. Receipt of correspondence re: deposition of Hoggatt and prepare response to same. 0.50 12/23/2019 HN Review of case law and meeting with TAD re: perceived disability discrimination. 0.80 TAD Receipt and review of correspondence re: cancellation of depositions and additional depositions and prepare response to same. 0.20 12/24/2019 HN Research related to perceived disability discrimination and follow up email to TAD with legal analysis. 2.20 12/26/2019 IR Receipt and review of emails exchanged between the parties, from last week through current, to schedule witness depositions; preparation of updates to Trial Witness and Subpoena Duces Tecum tracking chart, noting the set depositions and dates that are held, until confirmed or new dates received; retrieved witness contact information, to use when trial approaches, etc.; preparation of ticklers for witness meetings for deposition preparation, in early 2020; 1.70 Page 726 of 1406 Page: 2 CITY OF BOYNTON BEACH 01/03/2020 ACCOUNT NO: 306-9905344 STATEMENT NO: 29316 Brescia, Brandon (EEOC Complaint) HOURS 12/30/2019 TAD Prepare correspondence to Hall re: deposition and meeting. Receipt of correspondence from Clemons re: depositions. Prepare correspondence to plaintiff re: same. 0.40 FOR CURRENT SERVICES RENDERED 9.70 1,852.50 RECAPITULATION TIMEKEEPER HOURS HOURLY RATE TOTAL HEATHER NEEDELMAN 6.00 $205.00 $1,230.00 INGRID RIERA 1.70 125.00 212.50 TRACEY A. DECARLO 2.00 205.00 410.00 Photocopies 6.30 TOTAL EXPENSES THRU 12/31/2019 6.30 TOTAL CURRENT WORK 1,858.80 BALANCE DUE $1,858.80 AMOUNTS PREVIOUSLY BILLED NOT INCLUDED ABOVE Page 727 of 1406 GOREN, CHEROF, DOODY & EZROL, P.A. Attorneys at Law 3099 East Commercial Boulevard Suite 200 Fort Lauderdale, Florida 33308 Telephone (954) 771-4500 Page: 1 CITY OF BOYNTON BEACH 01/03/2020 3301 Quantum Boulevard ACCOUNT NO: 306-9905369 Suite 101 STATEMENT NO: 29294 Boynton Beach FL 33426 Attn: Lynn Swanson adv. Moyse, Roseline (RLO) Billing Category: 18- RLO Claim#001470001007EP HOURS 12/19/2019 TAD Receipt and review of complaint and information on plaintiffs charge. Review case law re: response to complaint. 2.80 12/20/2019 TAD Prepare answer and affirmative defenses. 2.40 12/30/2019 TAD Review additional case law re: answer and revise affirmative defenses. Draft interrogatories to plaintiff. Draft request for production to plaintiff. 3.60 FOR CURRENT SERVICES RENDERED 8.80 1,804.00 RECAPITULATION TIMEKEEPER HOURS HOURLY RATE TOTAL TRACEY A. DECARLO 8.80 $205.00 $1,804.00 Photocopies 13.30 TOTAL EXPENSES THRU 12/31/2019 13.30 TOTAL CURRENT WORK 1,817.30 BALANCE DUE $1,817.30 AMOUNTS PREVIOUSLY BILLED NOT INCLUDED ABOVE Page 728 of 1406 GOREN, CHEROF, DOODY & EZROL, P.A. Attorneys at Law 3099 East Commercial Boulevard Suite 200 Fort Lauderdale, Florida 33308 Telephone (954) 771-4500 Page: 1 CITY OF BOYNTON BEACH 01/03/2020 3301 Quantum Boulevard ACCOUNT NO: 306-9905375 Suite 101 STATEMENT NO: 29295 Boynton Beach FL 33426 Attn: Lynn Swanson adv. Geraci, Sanford and Meredith Geraci, John (Confrontation/Police Officer) Billing Category: 18- RLO Claim#19757010 HOURS 12/20/2019 TAD Receipt and review of correspondence re: appeal and brief. 0.30 FOR CURRENT SERVICES RENDERED 0.30 61.50 RECAPITULATION TIMEKEEPER HOURS HOURLY RATE TOTAL TRACEY A. DECARLO 0.30 $205.00 $61.50 TOTAL CURRENT WORK 61.50 BALANCE DUE $61.50 AMOUNTS PREVIOUSLY BILLED NOT INCLUDED ABOVE Page 729 of 1406 GOREN, CHEROF, DOODY & EZROL, P.A. Attorneys at Law 3099 East Commercial Boulevard Suite 200 Fort Lauderdale, Florida 33308 Telephone (954) 771-4500 Page: 1 CITY OF BOYNTON BEACH 01/03/2020 3301 Quantum Boulevard ACCOUNT NO: 306-9905387 Suite 101 STATEMENT NO: 29296 Boynton Beach FL 33426 Attn: Lynn Swanson adv. Lombard, Alexander(MVA) Billing Category 18-RLO Claim#001470000443AB HOURS 12/12/2019 TAD Receipt and review of correspondence re: status and prepare response to same. 0.20 FOR CURRENT SERVICES RENDERED 0.20 41.00 RECAPITULATION TIMEKEEPER HOURS HOURLY RATE TOTAL TRACEY A. DECARLO 0.20 $205.00 $41.00 TOTAL CURRENT WORK 41.00 BALANCE DUE $41.00 AMOUNTS PREVIOUSLY BILLED NOT INCLUDED ABOVE Page 730 of 1406 GOREN, CHEROF, DOODY & EZROL, P.A. Attorneys at Law 3099 East Commercial Boulevard Suite 200 Fort Lauderdale, Florida 33308 Telephone (954) 771-4500 Page: 1 CITY OF BOYNTON BEACH 01/03/2020 3301 Quantum Boulevard ACCOUNT NO: 306-9905392 Suite 101 STATEMENT NO: 29297 Boynton Beach FL 33426 Attn: Lynn Swanson adv. Fernandes, Bruno A. (MVA) Billing Category: 18- RLO Claim#19762606 HOURS 12/03/2019 TAD Receipt and review of correspondence re: claim and public records request. Prepare correspondence to City re: same. 0.30 12/30/2019 IR Receipt and review of proposed litigation against the City of Boynton Beach; preparation of new Trial Witness and Subpoena duces tecum tracking chart, following proposed Plaintiffs lawyers' information received in the presuit package; 0.90 FOR CURRENT SERVICES RENDERED 1.20 174.00 RECAPITULATION TIMEKEEPER HOURS HOURLY RATE TOTAL INGRID RIERA 0.90 $125.00 $112.50 TRACEY A. DECARLO 0.30 205.00 61.50 TOTAL CURRENT WORK 174.00 BALANCE DUE $174.00 AMOUNTS PREVIOUSLY BILLED NOT INCLUDED ABOVE Page 731 of 1406 GOREN, CHEROF, DOODY & EZROL, P.A. Attorneys at Law 3099 East Commercial Boulevard Suite 200 Fort Lauderdale, Florida 33308 Telephone (954) 771-4500 Page: 1 CITY OF BOYNTON BEACH 01/03/2020 3301 Quantum Boulevard ACCOUNT NO: 306-9905393 Suite 101 STATEMENT NO: 29298 Boynton Beach FL 33426 Attn: Lynn Swanson adv. Mann, Sebrenda (Fall) Billing Category 18-RLO Claim#19763099 HOURS 12/02/2019 TAD Receipt and review of correspondence re: issues/questions. Prepare correspondence to adjuster re: same. Telephone conference with adjuster re: status. 0.30 FOR CURRENT SERVICES RENDERED 0.30 61.50 RECAPITULATION TIMEKEEPER HOURS HOURLY RATE TOTAL TRACEY A. DECARLO 0.30 $205.00 $61.50 TOTAL CURRENT WORK 61.50 BALANCE DUE $61.50 AMOUNTS PREVIOUSLY BILLED NOT INCLUDED ABOVE Page 732 of 1406 GOREN, CHEROF, DOODY & EZROL, P.A. Attorneys at Law 3099 East Commercial Boulevard Suite 200 Fort Lauderdale, Florida 33308 Telephone (954) 771-4500 Page: 1 CITY OF BOYNTON BEACH 01/03/2020 3301 Quantum Boulevard ACCOUNT NO: 306-9905418 Suite 101 STATEMENT NO: 29299 Boynton Beach FL 33426 Attn: Lynn Swanson adv. Korn, Lisa, as Parent and Natural Guardian of Jared Korn, a Minor (fall while using playground equipment) Billing Category: 18- RLO Claim# HOURS 12/27/2019 IR Research file, emails and file notes pertaining to settlement of this proposed litigation against the City of Boynton Beach; 0.30 FOR CURRENT SERVICES RENDERED 0.30 37.50 RECAPITULATION TIMEKEEPER HOURS HOURLY RATE TOTAL INGRID RIERA 0.30 $125.00 $37.50 TOTAL CURRENT WORK 37.50 BALANCE DUE $37.50 AMOUNTS PREVIOUSLY BILLED NOT INCLUDED ABOVE Page 733 of 1406 GOREN, CHEROF, DOODY & EZROL, P.A. Attorneys at Law 3099 East Commercial Boulevard Suite 200 Fort Lauderdale, Florida 33308 Telephone (954) 771-4500 Page: 1 CITY OF BOYNTON BEACH 01/03/2020 3301 Quantum Boulevard ACCOUNT NO: 306-9905423 Suite 101 STATEMENT NO: 29300 Boynton Beach FL 33426 Attn: Lynn Swanson adv Mata Chorwadi Inc- Homing Inn Federal Lawsuit Billing Category: 18- RLO Claim#19780873 HOURS 12/02/2019 TAD Receipt and review of correspondence from officer re: status and prepare response to same. Receipt of correspondence from plaintiff re: response to motion to dismiss. Receipt of correspondence from plaintiff re: mediation and prepare response to same. Prepare correspondence to client re: mediation. Receipt of notice re: mediation. Receipt of correspondence from Court re: notice. Review order re: scheduling report and prepare for scheduling meeting. 2.40 12/04/2019 IR Receipt and reveiw of emails between counsel, regarding Rule 26(f) compliance, schedule for December 6, 2019; reviewed legal research regarding same; prepared updates to Trial Witness and Subpoena Duces Tecum tracking chart, to add Mediator and date within which mediation was to be accomplished. 0.80 12/05/2019 TAD Receipt and review of plaintiffs motion for extension of time and proposed order. Receipt of correspondence re: motion and prepare response to same. 0.40 12/06/2019 TAD Attend scheduling conference with the Plaintiff. Prepare Joint Scheduling Report and discovery plan. Prepare correspondence to plaintiff re: same. Receipt of notice of selection of mediator and prepare correspondence re: same. Receipt of correspondence from court re: notice issues. 3.20 12/09/2019 TAD Receipt and review of plaintiffs reply to affirmative defenses. 0.10 12/12/2019 IR Receipt and review of emails between counsel for each party, regarding the Scheduling Order deadline, which is December 20, 2019; prepared updates to Trial Witness and Subpoena Duces Tecum tracking chart. 0.40 TAD Telephone conference with Snow re: status. Prepare correspondence to plaintiff re:joint report. Revise report and prepare correspondence to plaintiff re: same. Telephone conference with City re: information needed for initial disclosures. Complete disclosure. 2.30 12/13/2019 TAD Begin review of case law re: reply to Plaintiffs memorandum in opposition. 1.20 12/16/2019 TAD Receipt and review of correspondence re: revised report. Review revisions and prepare correspondence re: same. 0.80 Page 734 of 1406 Page: 2 CITY OF BOYNTON BEACH 01/03/2020 ACCOUNT NO: 306-9905423 STATEMENT NO: 29300 adv Mata Chorwadi Inc- Homing Inn Federal Lawsuit HOURS 12/17/2019 TAD Receipt and review of documents for initial disclosures. Revise disclosure to include additional information. Confer with City re: information from mailing for disclosure. Receipt of plaintiffs response in opposition to motion to dismiss. 2.50 12/18/2019 TAD Receipt and review of case law re: plaintiffs response to motion to dismiss. Review case law re: disclosures and witness issues. 4.80 12/19/2019 TAD Receipt and review of additional case law and prepare reply memorandum re: motion to dismiss. 3.20 12/20/2019 JAC case status/pleading review 0.70 TAD Receipt and review of correspondence re: disclosures. Receipt of order setting trial. Review scheduling report and proposed order. 0.80 12/23/2019 TAD Receipt and review of correspondence re: depositions. Receipt of initial disclosures. Prepare interrogatories to plaintiff. 2.60 12/30/2019 TAD Receipt and review of notice of mediation. Prepare correspondence re: same. 0.20 12/31/2019 TAD Prepare request for production to plaintiffs. Review information from City re: deposition schedule. 1.80 IR Preparation of Trial Order Outline, utilizing information gleaned from DE 38, Order SEtting Trial Date & Discovery Deadlines, REferring Case to Mediation & Referring Discovery Motions to United States Magistrate Judge, entered by Honorable William P. Dimitrouleas, United States District Judge on December 19, 2019; legal research to supplement deadlines in trial order, with general Southern District Local Rules of Court; 1.80 FOR CURRENT SERVICES RENDERED 30.00 5,910.00 RECAPITULATION TIMEKEEPER HOURS HOURLY RATE TOTAL JAMES A. CHEROF 0.70 $205.00 $143.50 INGRID RIERA 3.00 125.00 375.00 TRACEY A. DECARLO 26.30 205.00 5,391.50 Photocopies 66.85 TOTAL EXPENSES THRU 12/31/2019 66.85 TOTAL CURRENT WORK 5,976.85 BALANCE DUE $5,976.85 AMOUNTS PREVIOUSLY BILLED NOT INCLUDED ABOVE Page 735 of 1406 GOREN, CHEROF, DOODY & EZROL, P.A. Attorneys at Law 3099 East Commercial Boulevard Suite 200 Fort Lauderdale, Florida 33308 Telephone (954) 771-4500 Page: 1 CITY OF BOYNTON BEACH 01/03/2020 3301 Quantum Boulevard ACCOUNT NO: 306-9905442 Suite 101 STATEMENT NO: 29301 Boynton Beach FL 33426 Attn: Lynn Swanson Adv. Bishof, Karyn (MVA) Billing Category: 18- RLO Claim# N/A HOURS 12/02/2019 TAD Receipt and review of claim letter, insurance demand and accident report. 0.20 FOR CURRENT SERVICES RENDERED 0.20 41.00 RECAPITULATION TIMEKEEPER HOURS HOURLY RATE TOTAL TRACEY A. DECARLO 0.20 $205.00 $41.00 TOTAL CURRENT WORK 41.00 BALANCE DUE $41.00 AMOUNTS PREVIOUSLY BILLED NOT INCLUDED ABOVE Page 736 of 1406 GOREN, CHEROF, DOODY & EZROL, P.A. Attorneys at Law 3099 East Commercial Boulevard Suite 200 Fort Lauderdale, Florida 33308 Telephone (954) 771-4500 Page: 1 CITY OF BOYNTON BEACH 01/03/2020 3301 Quantum Boulevard ACCOUNT NO: 306-9905443 Suite 101 STATEMENT NO: 29302 Boynton Beach FL 33426 Attn: Lynn Swanson adv. Thompson, Cassie D. (MVA) Billing Category: 18- RLO Claim#19798141 HOURS 12/02/2019 TAD Receipt and review of claim letter, accident report and photographs. 0.40 FOR CURRENT SERVICES RENDERED 0.40 82.00 RECAPITULATION TIMEKEEPER HOURS HOURLY RATE TOTAL TRACEY A. DECARLO 0.40 $205.00 $82.00 TOTAL CURRENT WORK 82.00 BALANCE DUE $82.00 AMOUNTS PREVIOUSLY BILLED NOT INCLUDED ABOVE Page 737 of 1406 GOREN, CHEROF, DOODY & EZROL, P.A. Attorneys at Law 3099 East Commercial Boulevard Suite 200 Fort Lauderdale, Florida 33308 Telephone (954) 771-4500 Page: 1 CITY OF BOYNTON BEACH 01/03/2020 3301 Quantum Boulevard ACCOUNT NO: 306-9905444 Suite 101 STATEMENT NO: 29303 Boynton Beach FL 33426 Attn: Lynn Swanson adv. Estella, Jean (MVA) Billing Category: 18- RLO Claim#19798151 HOURS 12/02/2019 TAD Receipt and review of correspondence re: claim. Receipt of reports from City. 0.30 FOR CURRENT SERVICES RENDERED 0.30 61.50 RECAPITULATION TIMEKEEPER HOURS HOURLY RATE TOTAL TRACEY A. DECARLO 0.30 $205.00 $61.50 TOTAL CURRENT WORK 61.50 BALANCE DUE $61.50 AMOUNTS PREVIOUSLY BILLED NOT INCLUDED ABOVE Page 738 of 1406 GOREN, CHEROF, DOODY & EZROL, P.A. Attorneys at Law 3099 East Commercial Boulevard Suite 200 Fort Lauderdale, Florida 33308 Telephone (954) 771-4500 Page: 1 CITY OF BOYNTON BEACH 01/03/2020 3301 Quantum Boulevard ACCOUNT NO: 306-9905448 Suite 101 STATEMENT NO: 29304 Boynton Beach FL 33426 Attn: Lynn Swanson v. Fontenot, Joel (MVA) Billing Category: 18- RLO Claim#19787449 HOURS 12/20/2019 TAD Receipt and review of correspondence re: claim and report on loss. Receipt of correspondence re: information requested by claimant and property damage claim. 0.50 FOR CURRENT SERVICES RENDERED 0.50 102.50 RECAPITULATION TIMEKEEPER HOURS HOURLY RATE TOTAL TRACEY A. DECARLO 0.50 $205.00 $102.50 TOTAL CURRENT WORK 102.50 BALANCE DUE $102.50 AMOUNTS PREVIOUSLY BILLED NOT INCLUDED ABOVE Page 739 of 1406 GOREN, CHEROF, DOODY & EZROL, P.A. Attorneys at Law 3099 East Commercial Boulevard Suite 200 Fort Lauderdale, Florida 33308 Telephone (954) 771-4500 Page: 1 CITY OF BOYNTON BEACH 01/03/2020 3301 Quantum Boulevard ACCOUNT NO: 306-9905449 Suite 101 STATEMENT NO: 29305 Boynton Beach FL 33426 Attn: Lynn Swanson adv. Manieri, Joyce (Personal Injury) Billing Category: 18- RLO Claim# HOURS 12/20/2019 TAD Receipt and review of correspondence re: claim from adjuster and City. Review notice of claim and insurance request. Review information re: claim. 0.50 FOR CURRENT SERVICES RENDERED 0.50 102.50 RECAPITULATION TIMEKEEPER HOURS HOURLY RATE TOTAL TRACEY A. DECARLO 0.50 $205.00 $102.50 TOTAL CURRENT WORK 102.50 BALANCE DUE $102.50 AMOUNTS PREVIOUSLY BILLED NOT INCLUDED ABOVE Page 740 of 1406 ROBERTS, REYNOLDS, BEDARD & TUZZIO, PLLC 470 Columbia Drive, Suite C-101 West Palm Beach, Florida 33409 Telephone(561)688-6560 Tax ID No.65-0004867 City of Boynton Beach December 26, 2019 Attn: claims@bbfl.us Bill No. 9918273 P.O. Box 310 Boynton Beach, FL 33425-0310 FINAL BILL. CLIENT: City of Boynton Beach 032 MATTER: Garber v. Dunlop and CBB 18273 Claim #001470-000429-PP-01 BILL FOR FEES AND COSTS THROUGH 12/24/19 PROFESSIONAL SERVICES Date Services Attorney Hours 11/01/19 Review/Analyze court's executed order granting our joint motion BLB 0.20 to dismiss appeal. 11/07/19 Communicate/Other Counsel correspondence to Attorney SWK 0.10 DeCarlo re: status of commissioners approving settlement. 11/20/19 Communicate/Other Counsel correspondence to Attorney SWK 0.20 DeCarlo re: status of commissioners approving settlement. 11/20/19 Review/Analyze Correspondence from Richard Schuler to BLB 0.10 Tracey DeCarlo re: can the settlement check be sent out. 11/21/19 Communicate/Other Counsel correspondence from Attorney SWK 0.20 DeCarlo re: settlement check may be release to Plaintiff. 11/22/19 Draft/Revise preparation of Stipulation for Dismissal with SWK 0.30 Prejudice and order for dismissal as to Officers Janelle Jumelles, John Dunlop, Peter Zampini, Evan Esteves, Jervis Daley and the City of Boynton Beach (State Court). 11/22/19 Draft/Revise preparation of Stipulation for Dismissal with SWK 0.30 Prejudice and order for dismissal as to Officers Janelle Jumelles, John Dunlop, Peter Zampini, Evan Esteves, and the City of Boynton Beach (Federal Court). 11/22/19 Draft/Revise correspondence to Attorney Schuler re: Tristar's SWK 0.20 settlement check in the amount of$300,000.00 and Stipulations for Dismissal along with Orders for same for both Federal and State court cases. 12/02/19 Communicate/Other Counsel correspondence from Attorney SWK 0.20 Schuler re: execution of Stipulations for Dismissal in Federal and State court. Page 741 of 1406 Client: City of Boynton Beach December 26, 2019 Matter: 18273-Garber v. Dunlop and CBB Page 2 PROFESSIONAL SERVICES Date Services Attorney Hours 12/03/19 Communicate/Other Counsel correspondence from Attorney BLB 0.20 DeCarlo re: execution of Stipulations for Dismissal in Federal and State court by City of Boynton Beach. 12/03/19 Communicate/Other Counsel correspondence to Attorney SWK 0.20 Schuler and Attorney DeCarlo re: edited language of Stipulation for Dismissal in Federal court. 12/03/19 Communicate/Other Counsel correspondence from Attorney SWK 0.20 DeCarlo re: edited language of Stipulation for Dismissal in Federal court. 12/03/19 Communicate/Other Counsel correspondence from Attorney SWK 0.20 Schuler re: edited language of Stipulation for Dismissal in Federal court. 12/03/19 Draft/Revise correspondence to Judge Curley re: proposed SWK 0.20 agreed order on our Stipulation for Dismissal for State court. 12/03/19 Review/Analyze court's executed order on Stipulation for BLB 0.20 Dismissal with Prejudice dismissing case from federal court. 12/05/19 Review/Analyze court's executed order on Stipulation for BLB 0.20 Dismissal with Prejudice dismissing case from state court. 12/05/19 Draft/Revise correspondence to Karen Klein re: executed SWK 0.20 General Release, Stipulations of Dismissal in State and Federal courts, and Final Orders of Dismissal in State and Federal Courts. PROFESSIONAL SERVICES SUMMARY Code Name Hours Rate Amount BLB Benjamin L. Bedard, Partner 0.90 165.00 148.50 SWK Stephanie W. Kaufer, Associate 2.50 140.00 350.00 Total Professional Services 3.40 $498.50 CURRENT BILL TOTAL AMOUNT DUE $ 498.50 Balance Forward: 3,268.75 Payments &Adjustments: -0.00 Total Due: $ 3,767.25 Page 742 of 1406 Please return this page with remittance to Roberts, Reynolds, Bedard & Tuzzio, PLLC 470 Columbia Drive, Suite C-101 West Palm Beach, Florida 33409 Bill Number: 9918273 Bill Date: December 26, 2019 Client Code: 032 Client Name: City of Boynton Beach Matter Code: 18273 Matter Name: Garber v. Dunlop and CBB Total Professional Services 498.50 Total Disbursements 0.00 CURRENT BILL TOTAL AMOUNT DUE $ 498.50 Balance Forward: 3,268.75 Payments &Adjustments: -0.00 Total Due: $ 3,767.25 Past Due Balance 3,268.75 TOTAL AMOUNT DUE $3,767.25 Page 743 of 1406 ROBERTS, REYNOLDS, BEDARD & TUZZIO, PLLC 470 Columbia Drive, Suite C-101 West Palm Beach, Florida 33409 Telephone(561)688-6560 Tax ID No. 65-0004867 Gallagher Bassett Services December 26, 2019 Attn: SEE EMAIL IN NOTES Bill No. 49649 2901 S.W. 149th Avenue, Suite 200 Miramar, FL 33027 CLIENT: Gallagher Bassett Services, Inc. 138 MATTER: Readon v. Boynton Beach 18187 Claim #001470-000396-AB-01 BILL FOR FEES AND COSTS THROUGH 11/30/19 PROFESSIONAL SERVICES Date Services Attorney Hours 11/11/19 Plan and Prepare for depositions of Officer Stephan, Nicholas SWK 2.90 Fervil, and Marie-Claire Jeanlor, including review of vehicle homicide investigation report and file from PBSO, listening to sworn recorded witness statements, and preparation of outline of examination. 11/11/19 Review/Analyze of file to determine relevant documents in KLR 1.20 support of depositions of Det Robert Stephan and witnesses, Nicholas Fervil and Marie Jeanlor on 11/12/19. 11/12/19 Appear For/Attend depositions of Officer Stephan, Nicholas SWK 5.80 Fervil, and Marie-Claire Jeanlor(includes post-deposition discussions with counsel for co-defendant regarding case). 11/13/19 Draft/Revise notice of taking deposition of Domingo Cuevas SWK 0.20 Gonzalez. 11/13/19 Draft/Revise notice of taking deposition of Flor Cuevas. SWK 0.20 11/13/19 Draft/Revise correspondence to Karen Klein re: notices of SWK 0.10 taking depositions of Domingo Cuevas Gonzalez and Flor Gonzalez. PROFESSIONAL SERVICES SUMMARY Code Name Hours Rate Amount KLR Kathryn L. Reeves, Paralegal 1.20 80.00 96.00 SWK Stephanie W. Kaufer, Associate 9.20 140.00 1,288.00 Total Professional Services 10.40 $1,384.00 Page 744 of 1406 Client: Gallagher Bassett Services, Inc. December 26, 2019 Matter: 18187- Readon v. Boynton Beach Page 2 DISBURSEMENTS Date Description Amount 11/07/19 Subpoena Fees#LAS-201 9013 780;subpoena to Nicholas 50.00 Fervil - Legal Advocate Services, Inc. 11/07/19 Subpoena Fees#LAS-2019013781;subpoena to Claire 25.00 Jeanlor- Legal Advocate Services, Inc. Total Disbursements $75.00 CURRENT BILL TOTAL AMOUNT DUE $ 1,459.00 Balance Forward: 1,592.50 Payments&Adjustments: -0.00 Total Due: $_ 3,051.50 Page 745 of 1406 Please return this page with remittance to Roberts, Reynolds, Bedard & Tuzzio, PLLC 470 Columbia Drive, Suite C-101 West Palm Beach, Florida 33409 Bill Number: 49649 Bill Date: December 26, 2019 Client Code: 138 Client Name: Gallagher Bassett Services, Inc. Matter Code: 18187 Matter Name: Readon v. Boynton Beach Total Professional Services 1,384.00 Total Disbursements 75.00 CURRENT BILL TOTAL AMOUNT DUE $ 1,11 459.00 Balance Forward: 1,592.50 Payments &Adjustments: -0.00 Total Due: $ 3,051.50 Past Due Balance 1,592.50 TOTAL AMOUNT DUE $3,051.50 Page 746 of 1406 6.K. Consent Agenda 1/21/2020 City of Boynton Beach Agenda Item Request Form Commission Meeting Date: 1/21/2020 Requested Action by Commission: Approve minutes from the City Commission meeting on January 7, 2020. Explanation of Request: The City Commission met on January 7, 2020 and minutes were prepared from the notes taken at the meeting. The Florida Statutes provide that minutes of all Commission meetings be prepared, approved and maintained in the records of the City of Boynton Beach. How will this affect city programs or services? A record of the actions taken by the City Commission will be maintained as a permanent record. Fiscal Impact: Non-budgeted N/A Alternatives: Do not approve the minutes. Strategic Plan: Building Wealth in the Community Strategic Plan Application: Climate Action: No Climate Action Discussion: Is this a grant? Grant Amount: ATTACHMENTS: Type Description D Minutes Minutes 01-07-2020 Page 747 of 1406 MINUTES OF THE CITY COMMISSION MEETING HELD IN THE INTRACOASTAL PARK CLUBHOUSE 2240 N. FEDERAL HIGHWAY, BOYNTON BEACH, FLORIDA ON TUESDAY, January 7, 2020, AT 5:30 P.M. PRESENT: Steven B. Grant, Mayor Lori LaVerriere, City Manager Justin Katz, Vice Mayor James Cherof, City Attorney Mack McCray, Commissioner Crystal Gibson, City Clerk Christina L. Romelus, Commissioner Ty Penserga, Commissioner 1. OPENINGS A. Call to Order - Mayor Steven B. Grant Mayor Grant called the meeting to order at 5:30 p.m. Invocation - Minister Bernard Wright of Bernard Wright Ministries. Pledge of Allegiance to the Flag led by Commissioner Mack McCray. Roll Call City Clerk Gibson called the roll. There was a quorum. Agenda Approval: 1. Additions, Deletions, Corrections Mayor Grant requested to add two items to the announcements: the Census job fair and a speaker from Village Royale on the Green. Commissioner Romelus requested to remove item 5B. 2. Adoption Motion Commissioner McCray moved to approve the agenda as amended. Commissioner Penserga seconded the motion. Vote The motion unanimously passed. 2. OTHER A. Informational items by Members of the City Commission Page 748 of 1406 Meeting Minutes City Commission Boynton Beach, Florida January 7, 2020 Commissioner Penserga, Commissioner Romelus, Commissioner McCray thanked everyone for the sympathy cards, and Vice Mayor Katz had no disclosures. Wished everyone a happy new year. Mayor Grant noted on December 18th, he attended Coffee with a Cop held at Chick-fil-A restaurant. December 29th, he attended the Boynton Beach Mall for the 25th Hanukah lighting, with Chabad Boynton. January 2nd, he attended Business over Coffee in Boynton Beach. January 6th, he toured the new city hall. Thanked Colin Groff, Assistant City Manager for the tour. Wished everyone a Happy 2020, which is a year of vision to provide clarity, so we can focus on our action to reach our goals. Spoke with Christopher Nobel of the Washington Prime Group. 3. ANNOUNCEMENTS, COMMUNITY AND SPECIAL EVENTS AND PRESENTATIONS A. The City of Boynton Beach Water Utility will be temporarily changing its water treatment disinfection process to free chlorination beginning January 11 th through January 31 st. Mayor Grant announced the temporary water chlorination disinfection process. Michael Low, Deputy Utilities Director/Manager Technical Services, noted this is a routine annual re-chlorination period. He explained during this time residents and people may notice there is slight smell and discoloration to the water. This process is to clear the pipeline. The utility personnel would be working throughout the distribution system, and would be by flushing the fire hydrants to ensure the best water quality for the City of Boynton Beach. Commissioner McCray stated Channel 12 ran this article on the City of Boynton Beach in December 2019. Mr. Low replied this was a requirement of the Florida Statute to publish in the local newspaper. Indicated the news channel may have picked it up from the newspaper. Commissioner McCray asked if this notice would be published in the paper again. Mr. Low answered in the affirmative. Lori LaVerriere, City Manager, noted this was a requirement of the consumptive permit to operate the utility to do a super chlorination yearly. B. Proclaim January 12, 2020 as Haitian Earthquake Memorial Day. Jane Marcel will accept the proclamation. Mayor Grant proclaimed January 12, 2020 as Haitian Earthquake Memorial Day. Commissioner Romelus thanked the Mayor for the proclamation. 2 Page 749 of 1406 Meeting Minutes City Commission Boynton Beach, Florida January 7, 2020 C. Announcement by Recreation & Parks Director Wally Majors about the 5th Annual Joe DiMaggio Children's Hospital Magic Wheels & Special Deals event and the 8th Annual Barrier Free 5k Run, Walk & Roll event. Wally Majors, Recreation & Parks Director, announced that on February 6t", the City of Boynton Beach would have the 5th Annual Magic Wheels and Special Deal event. Joe DiMaggio Children's Hospital will be the main sponsor of the event. This event features more than 28 local vendors and organizations, which support and provide services for individuals who have special needs. The highlight of the evening is the unveiling of the magic wheelchair. The City is excited about this event. On February 8t", Amir would be the honorary starter for the 8t" annual Barrier Free 5K, Run, Walk, Roll event. D. Proclaim Monday, January 20, 2020 as Martin Luther King Jr. Day. Mayor Grant proclaimed Monday, January 20, 2020 as Martin Luther King Jr. Day. Commissioner McCray thanked the City for providing the proclamation. E. Announcement by Eleanor Krusell, Public Communications and Marketing Director, regarding the 2020 Martin Luther King Jr. Celebration. Eleanor Krusell, Public Communications and Marketing Director, provided an update on the celebration for the Martin Luther King Jr. Celebration. Monday January 20, 2020, from 12 noon until 4pm at Sara Sims Park, 209 NW 9t"Avenue and encouraged everyone to bring the family. Noted they had their first meeting with 32 attendees. New this year there is a vendor row, such as healthier Boynton Beach and Feeding South Florida. Thanked the churches, which helped with the planning of this event. Thanked Christ Fellowship who is donating food to those in attendance; Calvary is providing a gospel group and dancers. Commissioner McCray thanked Ms. Krusell for reaching out to the community. This event is for the entire community. F. Present a Certificate of Achievement from Mayor Steven B. Grant to Anthonette Thompson, a recent Career Online High School (CONS) graduate that earned her high school diploma from the Library's online program. Mayor Grant presented Certificate of Achievement to Anthonette Thompson for achieving her high school diploma from the City of Boynton Beach Online Library program. Anthonette Thompson thanked the Boynton Beach Library staff, she is a mother of one, working, and she had to start over coming from Jamaica. She explained she was a teacher assistant of students with autism. This diploma will open doors for her, as she plans to continue her education to get a degree in childhood education. Wanted to encourage everyone to check out the library in Boynton Beach. 3 Page 750 of 1406 Meeting Minutes City Commission Boynton Beach, Florida January 7, 2020 Commissioner McCray congratulated Ms. Thompson on her accomplishment. Commissioner Penserga asked details of the online high school diploma program. Jeannie Taylor, Library Assistant Director, informed the Commission the Boynton Beach City Library will award scholarships for Career Online High School to qualified learners looking to earn a high school diploma and advance their careers. Applicants who successfully complete an online self-assessment, a prerequisite course, and an in-person interview are considered for enrollment. Once enrolled, Career Online High School pairs each student with an academic coach. The student would come in to determine if the online program is something, which they can do. The student can get into the program with a Scholarship. Online help and tutoring is available. There is no cost for the program. Ms. Taylor reminded everyone January and February the library offers an adult reading club, must read 10 books and there is a reward of a free library bag. The library connects everyone to the world. G. General Election Proclamation for March 17, 2020 - presented by Mayor Steven B. Grant Mayor Grant proclaimed there is an election on March 17, 2020. Provided the polling locations. D. Census Job Fair. John Durgan, Economic Development Specialist, announced the City of Boynton Beach has collaborated with Pathways to Prosperity and Healthier Boynton Beach to host a Census job fair on Wednesday, January 8, 2020, from 12pm to 6pm at the Ezell Hester Center. The Census needs to hire 253 applicants in the City Boynton Beach. There will be some Census recruiters available. The payrate is up to $17.50 per hour. E. Presentation by Representative from the Village Royale on the Green Jackie Mistaragus, 2620 Village Royale on the Green, she was here to present two checks, one to the Fire Department and one to Police Department. Commissioner Romelus asked how many years has the Village Royale on the Green donated to the City Police and Fire Departments. Ms. Jackie indicated she has lived there 26 years and they were doing it prior to her coming. Page 751 of 1406 Meeting Minutes City Commission Boynton Beach, Florida January 7, 2020 4. PUBLIC AUDIENCE INDIVIDUAL SPEAKERS WILL BE LIMITED TO 3 MINUTE PRESENTATIONS (at the discretion of the Chair, this 3-minute allowance may need to be adjusted depending on the level of business coming before the City Commission) Karen Ho, Boynton Beach resident, stated she was served a foreclosure from the City of Boynton Beach on December 23rd 2019. The liens on the property was about vegetation. The property belongs to the City of Boynton Beach. She stated her building does not have vegetation. She provided a map showing her property. She stated she proposed to sell the building for $140,000; she feels as though the City is trying the take her property. They have hired a professional civil engineer, now they have spent money; she does not understand why they have liens on the property when the city pulls up the ground and is not picking up behind themselves. She stated the properties involved were 1101, 1102, and 1103 North Federal Highway. The City of Boynton Beach is making up liens for the property. She requested the City to check into this. Mark Rickards, Kimley-Horn, 1615 South Congress, explained he was here on behalf of Josie's restaurant which has been a tenant in the River Walk Plaza since 1993. There has been ongoing construction going on since 2017. He explained what a restaurant needs is visibility and parking. There is very limited parking. The resubmittal plans need to address the parking concern, which protects Josie's restaurant during the redevelopment of the shopping plaza. He wants to bring this to the Commission's attention because he understands this would not come back to the Commission for approval. Mayor Grant stated he was at River Walk over the holiday weekend, he noticed people were parking along the fence. He was not aware what was in place now, he understands there was a contingency put into place, which the commission approved. The City needs to make sure there is access for the fire trucks to have access. He would like to have this brought back to the Commission. Commissioner Penserga stated he was at this location and noticed the construction equipment was taking up multiple parking spaces. He suggested reaching out to the property owner. Mayor Grant asked if it was in the purview of Community Standards regarding the construction equipment taking up the parking spaces. Colin Groff replied there is not a code that addresses the relocation of the construction equipment. The city needs to cite the businesses, not the property owner. Stated this was a private property matter. Mayor Grant stated the property owner states there are so many parking available to receive a certificate of occupancy, but they are using the parking for construction equipment. Mr. Groff stated during construction the property owner allowed to use the site for parking. The City is trying to check how many opened businesses are there, what 5 Page 752 of 1406 Meeting Minutes City Commission Boynton Beach, Florida January 7, 2020 are those parking requirements based on the parking standard for that business. The challenges the City has they can only enforce what the parking standards are for that business. Lori LaVerriere stated staff would reach out to the property owner again to discuss the parking issue. Commissioner McCray stated they have a complaint; this was brought to the Commission. Something needs to be done about this situation. Commissioner Penserga noted even though this may be a private issue, there are still things that can be done and should be done. Stephanie Setticasi, owner of Josie's Ristorante, 1602 South Federal Highway, stated they have reached out to the property owner. Stated if they counted the spots, there are 228 spots. She asked how much was the employee count, and it was more than 228. They are taking out valuable parking space. The Construction debris and material is everywhere. Ms. Setticasi pointed out the material could be easily placed in another area, which would make the parking area safer for everyone. There is sand all over the parking lot, the lessees have asked the owners to repaint the lines, but they refused. This has been going on for two years. When the owners originally received the approval in 2017, they stated in their application the restaurant was vacant. She pointed out the restaurant has been there for 28 years. There are no lights and the parking lot is uneven. It is not high season and there are no parking spaces available. There is not enough parking in the new plan; they need some type of control. Susan Oyer, 140th SE 27th Way, asked about the historical planner position. She has sat on the Historical Preservation Board for years. The projects, which began years ago, are not being maintained. Seeing a lot about River Walk trash problem. Stated something needs to be done about the trash. Trash seems to be the number one issue for this city. Indicated when the Bank of America project was approved, the citizens were promised a park. It has been several years. The City needs to look into what happened to the park. No one has forgotten the Bank of America. She objects to the new start time. The Commission did not have any community input for the early start of the meeting. These meetings are for the public, not for City staff. Indicated too many people get off at 5pm. The parking is worse at 5:30pm at IPC. Elisa Torn, 1201 SW 27th Avenue, indicated she has children and she is concerned about the speeding problem on her street. She is sick of the people speeding down the street. There are school buses, which disregard the 25 mph speed limit. Something needs to be done about the speeding. Stated there is evidence about the speeding. Michael Peronard, 1135 SW 27th Avenue, stated the neighborhood was up and coming. They have the luxury of having Caloosa Regional Park. Indicated there is a 1000 feet stretch, there are no sidewalks in this area; he believed that a 25 mph speed limit is too 6 Page 753 of 1406 Meeting Minutes City Commission Boynton Beach, Florida January 7, 2020 fast. People go too fast for this neighborhood, maybe to lower the limit to a 15 mph speed limit. The neighborhood is alive. Kent McCillan, 1301 SW 27th Avenue, stated he is a business owner in Boynton Beach and has multiple properties in the area. He has reported the school buses were speeding. Noted there needs to have more stop signs. There have been many dogs, which have been hit by cars. Congress Avenue backs up at rush hour, so they use 27th Avenue. They need traffic-calming devices. He would like to see the traffic lowered. A neighbor was mowing his lawn and a car hit him. Laurie Fasolo, 1405 SW 25th Avenue, stated her street has a stop sign, but no one stops at the stop sign. There must be a calming device. Please direct her where she needs to go to get speed bumps. She spoke with an officer who stated most of the neighbors do not want calming devices. Rachel Hall, 1341 SW 27th Avenue, stated a truck hit her dog. She was standing in the grass when the truck hit her dog. Asked an officer to be placed in the pump area, please start to slow these people down. Give them a ticket or warning. The traffic was out of control. Dwane Musser, 1195 SW 27th Avenue, stated he has witnessed speeding on this street, they placed the signs, they flashed and they keep going. People do not listen. Someone will be killed, unless something is done. They placed signs in front of the house with data warning. Karen Musser, 1195 SW 27th Avenue, indicated they are afraid to go out in the front yard. The citizens have been told placing speed bumps would interfere with emergency vehicles. Something has to be done. Judith Persson, 1371 SW 27th Avenue, indicated she could attest to the bus drivers speeding down the road. It is too dangerous to walk down 27th Avenue; it is too dangerous to walk there. Please do something about the speeding. She was proud to live in Boynton Beach. Please have a patrol car if nothing else. Tory Orr, 407 NE 2 Avenue, stated last year for the Martin Luther King celebration they provided flyers in December. They are having a professional jazz musician. How much would this cost? There is only a 10,000 budget. There has been no violence for 48 weeks in a row, they have asked from Thanksgiving until now and still have not received any permits. The people in District 2 are being treated like animals. The CRA has continued to take from the community. He has heard this would be the last year the City would fund the Martin Luther King festival. This was not right. Vice Mayor Katz stated the permitting process at Sara Sims Park is the same as any other park in the City of Boynton Beach. Regarding the reduction in funding for the Martin 7 Page 754 of 1406 Meeting Minutes City Commission Boynton Beach, Florida January 7, 2020 Luther King celebration, he has not heard anything relating to this item. He does not believe anyone on the dais would support taking funding away from this event. Lori LaVerriere City Manager stated the City began funding the Martin Luther King, Jr. event about two years ago. She increased funding from $5,000 to $10,000. When the Community could not fund the event, the City stepped in. Minister Bernard Wright, CEO Bernard Wright Ministers, 713 NW 2 t Street, objects to the Commission meeting change from 6:30 pm to 5:30 pm. It is not convenient to the citizens; there should have been some input from the residents. He would like for the ampheather taken under advisement, regarding the concrete. He put in his application for the CRA Advisory Board. He knows more about this district than most. He believed he was most suited for this position. He stated not to select someone who does not live in District 2. He wants someone to speak on this matter. He is currently a candidate for District 2 Commissioner. Vice Mayor Katz, responded that Minister Bernard Wright's name was on the applicant list for the open positon. Shirley Water, 1504 NE 2nd Court in Boynton Beach, said she has lived at this address about 40 years and the traffic is horrendous. If there were a disaster in the area, she would be unable to get out. There are two churches in the area and they have a horrible time getting in or out of service. Mayor Grant suggested contacting Palm Beach County regarding Seacrest Boulevard. Provided the telephone number and instructed her to ask for Mack Bernard, County Commissioner. Ms. Water stated there is a biker gang and something needs to be addressed. Asked how she could speak with the County Mayor. Mayor Grant replied the meetings are held the first and third Tuesday of the month. Commissioner Romelus provided a contact telephone number. Commissioner McCray stated he understands there is a biker gang and he has reported this to the Police Department. Sunny Garcia, 1631 SE 3rd Lane, stated he was talking about people parking on 17th; he has spoken with Mayor Grant, Commissioner McCray and Andrew Mack. There are traffic signs that are not being enforced. He needs the City to do something about the parking. The City needs to enforce the sign ordinance on 17th street. Katie Miller, 1057 SW 28th Avenue, suggested placing signs with 25 mph speed limits. She does not like speed bumps. The new Community Standards, there used to be there needed to be a concrete slab poured for the boats. The boats are on the grass. There 8 Page 755 of 1406 Meeting Minutes City Commission Boynton Beach, Florida January 7, 2020 are many cars without tags. There are work trucks with six cars parked there. She would like to see police in Golf View Harbor. Jimmy Webster, 2572 SW 11th Avenue, suggested having police officers in the area to write some tickets. He stated the city needs to bring back the traffic divisions. Put some officers on the road. Pointed out the city would make more money with police officers on the street than with the red-light cameras. Mayor Grant, seeing no one else coming forward, closed Public Comment. 5. ADMINISTRATIVE A. Appoint eligible members of the community to serve in vacant positions on City advisory boards. Vice Mayor Katz indicated the situation before the Commission is that two candidates for an election has applied for an advisory board positon; they cannot serve on the CRA Advisory Board and the CRA board. How many more times can this be positon be tabled? He does not want to pick or choose anyone who is a candidate. City Clerk Gibson stated three times per Commissioner. Vice Mayor Katz stated he does not want to pick or choose to give someone something to tout in the election. Motion Vice Mayor Katz tabled his nomination. Commissioner Penserga seconded the motion. Vote The motion unanimously passed. Commissioner McCray asked how many vacancies are on the CRA Advisory Board. City Clerk Gibson replied one vacancy. Mayor Grant stated what if it was a different board, such as the Senior Advisory Board, would this be an issue. Mayor Grant asked if the Vice Mayor would like to request a policy change, a qualified candidate could not be on an advisory board. Vice Mayor Katz stated he was not requesting a policy change. B. Approve travel for Commissioner Romelus to speak at the Ruth's List Annual She's the Change Leadership Conference in Orlando, FI on March 28, 2020. This item removed from the agenda. 9 Page 756 of 1406 Meeting Minutes City Commission Boynton Beach, Florida January 7, 2020 6. CONSENT AGENDA Matters in this section of the Agenda are proposed and recommended by the City Manager for "Consent Agenda" approval of the action indicated in each item, with all of the accompanying material to become a part of the Public Record and subject to staff comments A. Authorize the piggybacking via purchase order of the Sourcewell Contract #022217-NWF with Verizon Connect NWF for an annual cost of $43,632.50 for vehicle tracking systems with a one off set up fee of $14,771.30. Sourcewell procurement process satisfies the City's competitive bid requirements. B. PROPOSED RESOLUTION NO. R20-001 -Approve piggybacking GSA Contract #GS-35F-114BA and the expenditure of $82,413.28 for the purchase of a Laboratory Information Management System from Accelerated Technology Laboratories (ATL). This software (Sample Master) is required to maintain the laboratory analysis data for the City of Boynton Beach Utilities. Authorize the City Manager to sign the Proposal and Addendum. C. PROPOSED RESOLUTION NO. R20-002 -Approve and authorize the City Manager to sign the Developer's Agreement with Mr. Robert Peterson of 815 Palmer Road for the construction of water and wastewater improvements within the right-0f--way of Palmer Road. D. Approve-Phase II of Task Order UT-2E-02 with Alexis Knight Architects, in the amount of $77,745 in accordance with RFQ. No. 046-2821-17/TP, General Consulting Services Contract, Scope Category D awarded by Commission on August 7, 2018. Task order services for phase II include grant application submittal, final design, permitting services, and bid assistance for the additions and alterations to the existing marina facilities located in the Oyer Boat Park. E. PROPOSED RESOLUTION NO. R20-003 -Authorize the City Manager to sign agreements with the four (4) pre-qualified contractors: Johnson-Davis, Inc.; Centerline Utilities, Inc.; Giannetti Contracting Corporation; and Florida Design Drilling Corporation in accordance with Request for Qualifications (RFQ) No. 028- 2821-19/MFD "Pre-Qualification of Contractors for Minor Utility Construction Services". F. PROPOSED RESOLUTION NO. R20-004 -Amend the FY 2019-20 budget, which will adjust budgeted appropriations and revenue sources and provide spending authority for the General Fund (001), Traffic Fund (103), Capital Improvement Funds (302 & 303), the Utility Capital Improvement Funds (403 & 404), and the Fleet Fund (501) for previous years Purchase Orders, unspent project budgets and transfer for Town Square improvement. 10 Page 757 of 1406 Meeting Minutes City Commission Boynton Beach, Florida January 7, 2020 G. Approve revisions to the Fiscal Year 2019-2020 approved surtax projects. H. Approve the one-year extension for RFPs/Bids and/or piggy-backs for the procurement of services and/or commodities as described in the written report for January 07, 2020- "Request for Extensions and/or Piggybacks." I. Approve minutes from the City Commission meetings on December 3, 2019 and December 17, 2019. Motion Commissioner McCray moved to approve the consent agenda. Commissioner Romelus seconded the motion, which unanimously approved. 7. CONSENT BIDS AND PURCHASES OVER $100,000 A. Piggyback via Purchase Order Florida Sheriffs Association's Contracts FSA18 VEH 16.0, FSA19 VEH 17.0, and FSA19-VEH 27.0. Approve the purchase of replacement vehicles as authorized in the fiscal year 2019-20 budget in the estimated amount of$270,974 by utilizing the following contracts: These contracts satisfy the City's procurement requirements. Motion Commissioner McCray moved to approve. Commissioner Penserga seconded the motion, which unanimously passed. 8. PUBLIC HEARING 7 P.M. OR AS SOON THEREAFTER AS THE AGENDA PERMITS The City Commission will conduct these public hearings in its dual capacity as Local Planning Agency and City Commission. A. PROPOSED ORDINANCE NO. 20-002 - FIRST READING - Approving the Boynton Beach Mall Rezoning from C-3, Community Commercial, to SMU, Suburban Mixed Use. Applicant: Bonnie Miskel, Esq., of Dunay, Miskel and Bachman, LLP. Attorney Cherof swore-in those wishing to testify. Attorney Cherof read proposed Ordinance No. 20-002 into the record by title only, on first reading. Bonnie Miskel, Esq., of Dunay, Miskel and Bachman, LLP on behalf of the applicant, said the Boynton Beach Mall (the Mall) encompasses approximately 108 acres and 11 Page 758 of 1406 Meeting Minutes City Commission Boynton Beach, Florida January 7, 2020 currently has six owners. The City discussed what could be done with the Mall. They have been working for more than a year and they are requesting a change in zoning. The applicant is requesting approval to amend the Master Plan to allow a mix of uses. Ms. Miskel explained about 30% of the mall is vacant. She explained that online competition has led to the decline of the Mall. Through collaboration with the City, they were able to come up with a comprehensive plan, which the Commission approved. Ms. Miskel stated she was here to request a rezoning of the mall property, excluding the Pine Preserve. The Pine Preserve, a part of the Boynton Beach Mall LLC property located in the northwest area of the site, is not included in the rezoning. The preserve retained its Recreational (R) FLU category, and thus will retain its recreational (REC) zoning. It is, however, a part of the Master Plan for the Mall, submitted concurrently with the rezoning application. Ms. Miskel said the request is to rezone the property from the C-3, Community Commercial zoning district to the Suburban Mixed Use (SMU) zoning district, which is consistent with the existing MXL future land use and the Master Plan approval for the property, would allow mixed uses. Ms. Miskel indicated City staff acknowledged in the future land use map amendment staff report that the proposed SMU zoning district is the "sole zoning district corresponding to the proposed MXL future land use category and applicable to the areas west of Interstate 95, Suburban Mixed Use. Including Multi- family Residential: Maximum of 1,420 Units, hotel: Maximum of 400 Rooms. Shopping Center: +/- 628,627 Square Feet. Church (Existing): +/- 122,733 Square Feet. Fitness Center (Existing):+/- 19,883 Square Feet. High Turnover Restaurant: +/- 32,600 Square Feet. Fast Food Restaurant: +/- 10,000 Square Feet. General Office: +/- 65,000 Square Feet. Medical Office: +/- 65,000 Square Feet. Theater (Existing) +/- 80,000 Square Feet with 3,650 seats. Event Space. Open Space: +/- 23.27 Acres. Ms. Miskel stated on April 16, 2019 the City Commission approved Ordinance No. 019- 004 amending the mall property future land use designation from the DRI, Development of Regional Impact, Future Land Use designation to the MXL Future Land Use designation to provide the framework required to allow for a vibrant mixed-use redevelopment of the property. The redevelopment of the mall property identified as item 18 in the City's Strategic Plan 2019-2020. The Mall property currently consists of approximately 1,285,700 gross square feet of buildings (1,154,439 square feet of gross leasable area) including the following uses and their approximate square footages: Retail / Commercial: 1,034,745 square feet, Church-122,733 square feet, Theater: 80,000 square feet, Auto Repair: 20,761 square feet, Fitness Center: 19,883 square feet, Restaurant outparcel: 7,600 square feet. Ms. Miskel stated her client wanted to reduce the existing Mall building square footage dedicated to Retail / Commercial use from 1,034,745 square feet to 482,750 square feet, in conjunction with the construction of separate, new mixed-use buildings with Retail / Commercial use on the first floor and Residential units above. The combination of existing and new Retail / Commercial space on-site would not exceed 628,627 square feet. Add a maximum of 1,420 residential units to the site along the north end, the southwest side, and internally as part of the new mixed-use buildings. This number of residential units 12 Page 759 of 1406 Meeting Minutes City Commission Boynton Beach, Florida January 7, 2020 equates to approximately 12.9 dwelling units per acre. Add a maximum of 400 hotel rooms. Add a maximum of 65,000 square feet of medical office. Add a maximum of 65,000 square feet of general office. Add 35,000 square feet of new restaurant space. Add a dedicated space for a Fire Station. Retain the Christ Fellowship Church, Fitness Center, Theater, and Roadhouse Grill Restaurant. Add 291,000 square feet (6.7 acres) of new open space, dispersed throughout the central portion of the site, to the existing 320,000 square feet (7.3 acres) of existing Pine Preserve. When added to the lakes and green areas around the lakes, the total open space proposed to be 23.27 acres, or approximately 20% of the site. There is a minimum of three access on Congress Avenue. The old Boynton connection would be modified. On the southwest corner of the property on the southwest corner of the site, they are dedicating a fire department to the city. Pointed out this is a phased project. Ms. Miskel stated there are five owners, Washington Prime Group (Boynton Beach Mall LLC), Macy's Florida Stores, Istar Florida 2015 Cinemas and Christ Fellowship Church. Commissioner McCray asked has the city looked into money for the fire station, such as employees, to operate the fire station. Ms. Lori LaVerriere indicated this is a reservation of property for potential need. The city would do a feasibility study. Ms. Miskel stated this is a phased project; although the developers are planning for a full buildout, it would be over for a period of years. The first phase would be the north end of the site. The first phase would consist of freestanding residential buildings. The second phase is the existing buildings and some integrated mixed use. Phase four-should include a hotel. Phase 4 should include residential potential some mixed use, and phase five would have some mixed uses. Ms. Miskel showed a proposed plant palette with the building foundation planting, screening planting, plant layering and streetscape parking planting. Commissioner Penserga indicated there were several areas, which brought him some concern. Many of his constituents were concerned about the overabundance of residential units in the city. Commissioner Penserga asked if the developerwas confident those units could be filled. If more residential units are added. What in this plan would mitigate the additional traffic? Ms. Miskel replied the market is fickle, indicated the numbers shown are maximum. The reason for the phase, there is an expectation that there would be some absorption, which would occur over the years. This project is a long-term plan from phase one to phase five. Most of those phases are mixed. She believes the developer has submitted a plan, which would grow with the market. The speed of the plan would be related to the market. She stated no one would develop based on the market position. The City of Boca Raton added 2500 residential units. They did so by having some significant data supporting that traffic would decrease. They did another traffic study and found there was a decrease. The pattern is now diverse. This was a very successful case study; Ms. Miskel stated they believe the same concept would work in the Boynton Beach area. 13 Page 760 of 1406 Meeting Minutes City Commission Boynton Beach, Florida January 7, 2020 Commissioner Penserga said he has studied what has been happening with other malls. Many are converting into many forms of an experiential center. People want to do things that are fun. Asked if this plan has any public places. Ms. Miskel stated they have created an area, which would accommodate public spaces. She believes what is being presented would grow with the market and grow with the community. Vice Mayor Katz expressed his gratitude to staff, property owners and the developer. This was a well thought-out plan. This was the largest impervious property in the city. His concern about traffic is the primary concern. Indicated this was a piece of private property owned by six individuals. The City has no legal right; the City needs to facilitate the redevelopment of the project. Pointed out this was not Town Square. He believed that it is counterintuitive with the traffic issue. It is true that it would increase to a decaying mall. There would be an increase in traffic. There is a need to support this mix. The residential does not generate as many trips as commercial. This is a broken mall, trying to survive on a model, which fell apart in the 1990s; the Commission needs to approve the redevelopment. The Commission talked about 130,000 feet of office space. They are approving a rezoning. He wants to make sure the public understands they are not approving a site plan. Vice Mayor Katz stated other than Renaissance Commons and the Cortina, the Mall is the biggest project that would happen on this side of the city. The property owners want this to be successful. He looks forward to the dialog, which would take place. Commissioner McCray indicated he was concerned with the lighting and cameras. Cameras deter crime. They are going to have more bodies to watch. Inquired about a police substation. Ms. Miskel stated the owners are sensitive of having lighting. They currently have REA agreements in place to serve the parking. Those agreements would be modified for purpose for pedestrian areas, maintenance of the new landscaping, which would be installed. Part of that would include lighting. The owners do not want potential litigation. Staff has done an incredible job. Whenever there is a conversion, there is a lot of space. Commissioner McCray inquired about water and sewer. Colin Groff replied staff has been working with the developer; they have looked at the capacity they are placing this in the utility. Staff has discussed the chilled facilities. They have looked at the density of the current master plan. The current utility could support the utility. There are some easements coming to the Commission. Commissioner Romelus likes the master plan and is excited about the site plan. She asked about affordable housing/workforce housing. Ms. Miskel replied the developer expects to have a mix; there would be a variety of properties and values of housing. 14 Page 761 of 1406 Meeting Minutes City Commission Boynton Beach, Florida January 7, 2020 Mayor Grant stated he was very excited about the redevelopment to the mall. Understood there were some Conditions of Approval, and if the rezoning and the Master Plan, there are items, which would not come before the Commission, such as a traffic study, parking study, and the master sign program. Asked staff for clarification of the conditional of approval. Ed Breese, Planning and Zoning Administrator, responded all of the phases of the project would comeback to the Commission, and would have traffic related studies. Pointed out the Master Plan has a traffic study. As each component is developed, it would also have a traffic study stating they are remaining within the limitations of the Master Plan traffic plan. Mayor Grant inquired if staff or the Commission would approve the master sign plan. Mr. Breese replied this would depend on the applicant. If the applicant brings the master sign plan in as part of one of the site plan, yes. If they choose to do it after the site plan has been approved, then typically it would be a staff review. Mayor Grant asked if this was something, the Commission could request. Mr. Breese replied the Commission could request the applicant include with their plans. Ms. Miskel noted this issue has been discussed. The developer's plan for the principle ingress and egress is to have the Commission review with the signage. Ms. Miskel stated she does not have any issues to present the signage with the first site plan. Ms. Miskel stated this would not include the internal signage, just project signage. Mayor Grant noted they have a couple of bus transfer stations at the Boynton Beach Mall; he wants to make sure this area could still be used as a transportation hub. Indicated people would take buses and mass transit. This is something that is needed for the future. When they began the commercial part of this project, he would like to see some of the benches. The point of the mall was for entertainment. This would be something for after business hours as well, they are creating dual spaces. Mayor Grant indicated he was of the understanding the owners and Palm Beach County is collaborating regarding the marina. Mayor Grant stated this should be a destination place not just a place for shopping. Motion Commissioner Romelus moved to approve. Commissioner Penserga seconded the motion. Mayor Grant opened for public input. Seeing no one, the public comment closed. Clerk Gibson called the roll. The Vote was 5-0. 15 Page 762 of 1406 Meeting Minutes City Commission Boynton Beach, Florida January 7, 2020 B. Approval of the Master Plan Modification (MPMD 19-004) for the Boynton Beach Mall allowing for the phased conversion to a mixed use or life style center with the reconfiguration of retail space, and the addition of residential, hotel and office uses to the existing movie theater, fitness center and church uses. Motion Vice Mayor Katz motioned to table. Commissioner Romelus seconded the motion, which unanimously passed. C. PROPOSED ORDINANCE NO. 20-001 - SECOND READING - Approve revisions to the Workforce Housing Program (CDRV 19-008) - Amending the LAND DEVELOPMENT REGULATIONS, Chapter 1. General Administration, Article II. Definitions, and Article V. Housing Initiatives, Section 2. Workforce Housing Program. Applicant: City-initiated. Attorney James Cherof read proposed Ordinance No. 020-001 in to the record on second reading, by title only. Motion Commissioner McCray moved to approve. Commissioner Romelus seconded the motion. Mayor Grant inquired if there have been any changes since the last presentation. Michael Rumpf, Development Director, replied there are no changes. Mayor Grant requested clarification. Asked if no one from the Mall or Downton Boynton Beach wanted to use the workforce housing. Mr. Rumpf replied this would be up to the developers. He hoped to get more dollars in the community. Mayor Grant stated no one has ever used the workforce-housing ordinance. He feels that the in lieu of price was high. He wanted to ask the Commission if they would be in agreement to lower the in lieu fee, they should keep the rate as before. Asked the Commission if they would be in favor of lowering the rate. Commissioner Romelus stated she was not in favor of lowering the in lieu; she is ok after speaking with staff. As previously stated, they do not see any changes, it does not hurt the city, this is voluntary, and she would like to see how this works out. Mayor Grant stated the City of Boynton Beach does not get the rent as in the City of Delray Beach, City of Boca Raton, and West Palm Beach. Inquired if the City of Boynton Beach had 25% lower in lieu of rates than other counties. 16 Page 763 of 1406 Meeting Minutes City Commission Boynton Beach, Florida January 7, 2020 Mr. Rumpf stated the City of Delray is $160,000, Jupiter is $200,000, and Palm Beach County is $100,000 for single family, $100,000 for townhomes, and $75,000 for multifamily units. Mayor Grant asked if this was for renting or sales. Mr. Rumpf replied rental. Mr. Rumpf stated for the past 6-12 months they have met with developers. In speaking with the developers, they were interested in increase of density and height. They do not know what would go on in the real estate market. The best incentive was the increase of the in lieu of fee. Vote Clerk Gibson called the roll. The Vote was 5-0. 9. CITY MANAGER'S REPORT A. Commissioner Penserga has requested a discussion to possibly create a task force for public outreach for Opportunity Zones in Boynton Beach. Commissioner Penserga asked what is being done about the opportunity zone. He attended a meeting at the League of Cities and one of the courses was on opportunity zones. David Scott, Economic Development Director, explained the opportunity zones of section 138. The Tax Cuts and Jobs Act of 2017 sets forth a process for the designation of Opportunity Zones and the establishment of tax incentives for investors in Opportunity Funds. The provision is designed to spur investment in low-income communities. Mr. Scott explained opportunity zones are designated by the Governor. The provision allows for 25% of the state's low-income census tracts to be qualified. He clarified the definition of"low-income community" as used by the new markets tax credit program. In response, City staff has acted to promote the existence of its two Opportunity Zones. In addition to its current outreach efforts, staff is seeking direction on the creation of an external Task Force to act as a source of information and expertise from a broader range of stakeholders. Mr. Scott explained the opportunity funds' investments and the designation by the governor. The temporary tax deferral for capital gains reinvested in designated opportunity zones. The investment in opportunity zones are made through opportunity funds. The US Department of the Treasury, the opportunity funds are required to hold at least 90% of their assets in qualified opportunity zone businesses/property, must certify the opportunity fuds. Mr. Scott provided a chart with how the deferral and not tax deferral. There are two zones in Boynton Beach. The best practices are to identify, convene and then create an opportunity. 17 Page 764 of 1406 Meeting Minutes City Commission Boynton Beach, Florida January 7, 2020 Commissioner McCray asked how many investors has approached the city regarding investing in the opportunity zones. Mr. Scott replied there are three. Mr. Scott identified viable existing or new projects investment opportunities to market to qualified opportunity funds. Mr. Scott indicated the City of Boynton Beach creates opportunities to incentivize the opportunity investment. The city facilitates the opportunity projects an assist with all City processes. They align other tech based economic development tools to foster high impact startups. The city has some cost share in efforts around blight removal or brownfield remediation, reform zoning codes and ordinances to increase density or further affordability. Commissioner McCray asked about the brownfield remediation. He knows that the City of Boynton Beach had a brownfield. Does the City still have a brownfield? Ms. LaVerriere noted the city mitigated the brownfield, this was the old lumberyard, now seaborne cove. Through that designation, federal grants received to improve the property. Mr. Scott stated those types of strategies help pave the way for investment in those areas. Indicated Michael Rumpf presented certain zoning codes and strategy and increasing density and further making property more affordable within the city, they are fast tracking the opportunity zone development and well as other properties. Contribute to city-owned vacant property and bring partners together to facilitate an investment opportunity. The next is to convene community and business leaders to develop strategic plans for zones that couple public project priorities with the private investment projects. They propose a task force where community groups, Palm Beach County Business Development Board, Boynton Beach Community Redevelopment Agency, Chambers of Commerce, Boynton Faith Based CDC, Habitat for Humanity, developers, investors, real estate professionals, and tax attorneys. They would act as a sounding board to inform the City opportunity zone strategy and provide feedback to opportunity zone recommendations. They would also help identify the community's needs. Vice Mayor Katz asked how many opportunity zones are in Palm Beach County. Mayor Grant stated they are 13 opportunity zones in Palm Beach County. Vice Mayor Katz stated he supports anything that would help encourage investment into opportunity zones in our city. He believes if the City created a task force and bring people in from other cities, more knowledge would be gained. If you have significant financial capital to increase the profit for extended period, this would be mutually beneficial for all communities involved. Mr. Scott stated staff has reached out to other cities. Commissioner Penserga stated the intent of the opportunity zone was to bring opportunities into distressed communities, which otherwise would not receive these funds. He would be in favor of bringing more talent to this task force. He stated with any 1 Page 765 of 1406 Meeting Minutes City Commission Boynton Beach, Florida January 7, 2020 redevelopment into distressed areas, there is the potential of gentrification. As they discussed whom maybe on this task force, he wants to make it a condition of his request members of the community would be on this task force. He was in favor of bringing in as much talent and expertise to the task force. Mayor Grant agreed to create a task force to work with Palm Beach County. His concern with individuals was there was a possibility to get off task. He stated he wanted to receive input from organizations, not necessarily the individuals. Community McCray stated he was in favor for members of the community to be involved with the task force. These members have more at stake. When nonprofit organizations are involved, they are looking at what benefits their organization. Indicated this would not be a board, but an ad hoc committee. Anyone who wants to serve can serve. There was consensus to have an ad hoc committee that includes members of the community. 10. UNFINISHED BUSINESS A. Continue discussion of the City Manager's compensation in connection with her performance evaluation, which was conducted at the December 3, 2019 Commission Meeting. Julie Oldbury, Director of Human Resources and Risk Management, provided information and a recommendation of a starting point from the minimum. A salary survey was requested from local municipalities. Commissioner McCray thanked Ms. Oldbury for the survey. He does not agree with increasing the city manager's salary by $40,000- $45,000. This city is plagued with the fire assessment and they cannot afford it. The red-light camera should not have been brought back in, he stated he voted to bring back the red light cameras. The employees of this city received a 3-5% increase. If the Commission increased the city manager's salary 40,000 to 45,000, this would hurt the morale of the employees. He owns property in the city, which is vacant, and he is required to pay $69.00 per month for a vacant property. The median income is $45,000. Noted the life expectancy of a city manager is 6 years. If the city manager was not happy with the City, she could have applied to the City of Delray Beach. Noted there are two assistant city managers, which began this year. The Commission needs focus on what is happening in this city. District 2 is one of the poorest sections in this community. They are plagued with things they cannot afford. Commissioner McCray asked how many department heads are in the City of Boynton Beach. Lori LaVerriere, City Manager, stated there were 13. Commissioner McCray inquired as to the starting salary for police officers. Ms. Oldbury replied the starting salary is $56,000 for police officers. Commissioner McCray stated this increase could hire an additional police officer to patrol District 2. He was willing to remain with the same realm as the general employees. 19 Page 766 of 1406 Meeting Minutes City Commission Boynton Beach, Florida January 7, 2020 Vice Mayor Katz noted he had the good fortune to serve on the Commission as a leader as well as serving as the President and CEO of the Teacher's Union Associations of Palm Beach County. He stated these types of discussions happen all the time. It is difficult to compare the employees versus leadership. Pointed out costs are associated with great leadership. He knows as someone who came without experience. He shudders to think if there were many different managements. Commissioner Penserga inquired how many female city managers are there in Palm Beach County. Ms. LaVerriere stated there is one. Commissioner Penserga was in favor of the increase. Mayor Grant stated Belle Glade was able to afford $235,000 for their city manager. Inquired of the increase from last year to this year. Ms. Oldbury replied it was 5%, the dollar amount of $9,000. Mayor Grant stated the Commission maxed out her retirement benefit as well. Inquired of that amount. Ms. Oldbury replied the commission brought it out to the maximum range. Which was $18,500. Mayor Grant indicated the City Manager mentioned she would also be willing to accept money into the HSA. He would like to ask for$40,000. Mayor Grant requested $225,000 that is a 12.5% increase, plus $5000 in the HSA account. Commissioner Romelus inquired as to how much the city Manager receives in the HSA account. Ms. LaVerriere replied the City provides $1,000 for each employee per year in the HSA account. Commissioner Romelus asked if all other employees were getting $1,000 in their HSA account. Ms. Oldbury stated if approved, the city contributes $5000 for Ms. LaVerriere. Mayor Grant stated this would allow the city manager to get tax deferred for this amount. Commissioner Romelus indicated she wanted to know why the amount of $5000. Was this the maximum amount allowed by the Internal Revenue Services? Ms. LaVerriere stated the maximum allowable is about $8,000. Commissioner Romelus stated the city manager is a beacon across the state. It is also a matter of a balancing act. It is a financial feasibility issue. The city's budget and income is not comparable to the other cities. Having additional information would have been helpful on the survey. She was in agreement with $225,000 and no increase to the HSA account. 20 Page 767 of 1406 Meeting Minutes City Commission Boynton Beach, Florida January 7, 2020 Vice Mayor Katz said there are people looking at $235,000. Motion Vice Mayor Katz moved to approve the increase to $235,000, with no changes to the HSA account. Commissioner Penserga seconded the motion. Vote 3-2 (Commissioner Romelus and Commissioner McCray dissenting) Commissioner McCray stated those that sit on the dais whose constituents are in an affluent neighborhood passed this motion. Districts 2 and 3 are the poverty sections of Boynton Beach. He said he was not satisfied. 11. NEW BUSINESS-None 12. LEGAL-None 13. FUTURE AGENDA ITEMS A. Discuss Fine Free Program for City Library - January 21, 2020. B. The Mayor requested data on Recreation and Parks programs and attendance. Staff will provide report - January 21, 2020 C. Staff to bring forward maintenance contract with private partners for Joe Crowder Dog Park - January 21, 2020. D. Discuss Local Septic Tank Inspection Program - February 18, 2020 E. Discuss purchase and sale agreement for Nichols property - February 18, 2020. F. Mayor Grant would like to invite the Central Palm Beach Chamber to a future Commission meeting to discuss their membership benefits - March 3, 2020 G. Consider Vision Zero Resolution — TBD 21 Page 768 of 1406 Meeting Minutes City Commission Boynton Beach, Florida January 7, 2020 14. ADJOURNMENT Motion There being no further business to discuss, Commissioner McCray moved to adjourn. Commissioner Romelus seconded the motion. Vote The motion unanimously passed. The meeting adjourned at 8:28pm. CITY OF BOYNTON BEACH Mayor - Steven B. Grant Vice Mayor - Justin Katz Commissioner— Mack McCray Commissioner— Christina Romelus Commissioner— Ty Penserga ATTEST: Crystal Gibson, MMC City Clerk Queenester Nieves Deputy City Clerk 22 Page 769 of 1406 7.A. Consent Bids And Purchases Over $100,000 1/21/2020 City of Boynton Beach Agenda Item Request Form Commission Meeting Date: 1/21/2020 Requested Action by Commission: Approve the one-year extension for RFPs/Bids and/or piggy-backs for the procurement of services and/or commodities over $100,000 as described in the written report for January 21, 2020- "Request for Extensions and/or Piggybacks." Explanation of Request: As required, the Finance/Procurement Department submits requests for award to the Commission; requests for approval to enter into contracts and agreements as the result of formal solicitations; and to piggy-back governmental contracts. Options to extend or renew are noted in the "Agenda Request Item" presented to Commission as part of the initial approval process. Procurement seeks to provide an accurate and efficient method to keep the Commission informed of pending renewals and the anticipated expenditure by reducing the paperwork of processing each renewal and/or extension individually and summarizing the information in a monthly report(as required). VENDOR(S) DESCRIPTION OF SOLICITATION RENEWAL AMOUNT SOLICITATION NUMBER TERM Pre-qualified 057-2821-16/TP January 18, CIP- Projects I nsituform Contractors perform 2020 thru are budgeted in Technologies, LLC Cured-In-Place Pipe January 17, the Utilities Lining. The City will 2021 Capital SAK Construction issue a Bid for each Improvement. specific CIPP Lining Project, on an "as- needed basis" to the pre-qualified contractors. The lowest bid from the pre- qualified contractors will be brought to Commission for approval to award How will this affect city programs or services? This renewal report will be used for those solicitations, contracts/agreements and piggy-backs that are renewed/extended with the same terms and conditions and pricing as the initial award. Fiscal Impact: Budgeted Funds have been budgeted under line items as noted on the attached report. Alternatives: Not approve renewals and require new solicitations to be issued Strategic Plan: Page 770 of 1406 Strategic Plan Application: Climate Action: Climate Action Discussion: Is this a grant? No Grant Amount: ATTACHMENTS: Type Description D Addendum I nsituform- Boynton each Signed Renewal D Addendum SAK ® Boynton each Signed Renewal D Addendum REQUEST FORBID EXTENSIONS 1-21-20 RW Page 771 of 1406 The City o Boynton Beach Finance/procurement Services P.O.Box 310 Baynton Beach,Florida 33425-0310 Telephone No;(561)742-6310 FAX:(551)742-6316 Bid No. 057-2821-161TP FOR CURED-IN-PLACE PIPE LINING(CtPP) CONTRACT RENEWAL. PERIOD: JANUARY 18, 2020 THRU JANUARY 17, 2021 X Yes, I agree to renew the existing agreement with the same Terms and Conditions for the renewal period of JANUARY 18, 2020 THRID JANUARY 17, 2021. No, I do not wish to renew the agreement for the following reason(s): Insituform Technologies, LLC NAME OF COMPANY SIGNATURE Diane Partridge Contracting and Attesting Officer NAME OF REPRESENTATIVE TITLE (Please print) Jan. 2, 2020 (636) 530-8000 DATE (AREA CODE)TELEPHONE NUMBER dpartridge@aegion.com E-MAIL ADDRESS America's Gateway to the Gulf Streams Page 772 of 1406 The City of Boynton Beach Finance/Procurement Services P.O.Box 310 Boynton Beach,Florida 33425-0310 Telephone No:(561)742-6310 FAX:(561)742-6316 December 26, 2019 Terry Adderhold, SAK Construction, LLC VIA EMAIL TRANSMITTAL TO: Bidcir)DOsakcon.com Bid No. 057-2821-16ITP FOR CURED-IN-PLACE PIPE LINING(CIPP) CURRENT CONTRACT PERIOD: JANUARY 18, 2019 THRU JANUARY 17, 2020 Dear Mr.Adderhold: The Agreement for "CURED-IN-PLACE PIPE LINING (CIPP)" will expire on January 17, 2020. This agreement allows for two (2) additional one-year renewals under the same prices, terms and conditions. The City of Boynton Beach would like to renew this contract with your firm for an additional one-year term under the same terms and conditions. Please indicate your response on the following page and return it to Procurement Services via email to marmere@tbfl.us at your soonest convenience. If you should have any questions, please do not hesitate to call Eric Marmer, Senior Buyer at (561) 742-6318. Sincerely, 1yNW Mara Frederiksen Director of Financial Services cc: Taralyn Pratt, Contract Coordinator, Utilities Department File America's Gateway to the Gulf Stream Page 773 of 1406 The City of Boynton Beach Finance/Procurement Services P.O.Box 310 Boynton Beach,Florida 33425-0310 Telephone No:(561)742-6310 ;f FAX:(561)742-6316 i I Bid No. 057-2821-16/TP FOR CURED-IN-PLACE PIPE LINING(CIPP) i CONTRACT RENEWAL PERIOD: JANUARY 18, 2020 THRU JANUARY 17, 2021 I X Yes, I agree to renew the existing agreement with the same Terms and Conditions for the renewal period of JANUARY 18, 2020 THRU JANUARY 17, 2021. No, I do not wish to renew the agreement for the following reason(s): i SAK Construction, LLC f, i NAME OF COMPANY GN At UR"r- Boyd Hirtz VP, GM CIPP Division NAME OF REPRESENTATIVE TITLE (Please print) 12-26-19 636-385-1000 DATE (AREA CODE) TELEPHONE NUMBER bidcippe@sakcon.com E-MAIL ADDRESS America's Gateway to the Gulf Stream Page 774 of 1406 CITY OF BOYNTON BEACH REQUESTS FOR BID EXTENSIONS AND PIGGY-BACKS January 21, 2020 REQUESTING DEPARTMENT: UTILITIES DEPARTMENT CONTACT: JOSEPH PATERNITI JR. TERM: January 18, 2020 thru January 17, 2021 SOURCE FOR PURCHASE: RFQ No. 057-2821-16ITP ACCOUNT NUMBER: Projects are budgeted in the Utilities Capital Improvement. VENDOR(S): Insituform Technologies, LLC ANNUAL ESTIMATED EXPENDITURE: CIP DESCRIPTION: The City Commission approved on 1/17/17 the list of top ranked qualifiers as determined by the Evaluation Committee from the submissions received in response to the "Request for Qualifications for Cured-In-Place Pipe (CIPP) Lining, RFQ No. 057-2821-16/TP, as pre-qualified Contractors with the skills, experience and requisite products needed to successfully perform Cured-In-Place Pipe Lining. The City will issue a Bid for each specific CIPP Lining Project, on an "as- needed basis" to the pre-qualified contractors. The lowest bid from the pre-qualified contractors will be brought to Commission for approval to award. This Agreement allows for two (2) additional one-year renewals under the same prices, terms and conditions. The vendor has agreed to renew the existing agreement with the same Terms and Conditions for the renewal thru January 17, 2021. DEPARTMENT CONTACT: JOSEPH PATERNITI JR. TERM: January 18, 2020 thru January 17, 2021 SOURCE FOR PURCHASE: RFQ No. 057-2821-16ITP ACCOUNT NUMBER: Projects are budgeted in the Utilities Capital Improvement. VENDOR(S): SAK Construction ANNUAL ESTIMATED EXPENDITURE: CIP DESCRIPTION: The City Commission approved on 1/17/17 the list of top ranked qualifiers as determined by the Evaluation Committee from the submissions received in response to the "Request for Qualifications for Cured-In-Place Pipe (CIPP) Lining, RFQ No. 057-2821-16/TP, as pre-qualified Contractors with the skills, experience and requisite products needed to successfully perform Cured-In-Place Pipe Lining. The City will issue a Bid for each specific CIPP Lining Project, on an "as- needed basis" to the pre-qualified contractors. The lowest bid from the pre-qualified contractors will be brought to Commission for approval to award. This Agreement allows for two (2) additional one-year renewals under the same prices, terms and conditions. The vendor has agreed to renew the existing agreement with the same Terms and Conditions for the renewal thru January 17, 2021. 71715 6 7.B. Consent Bids And Purchases Over $100,000 1/21/2020 City of Boynton Beach Agenda Item Request Form Commission Meeting Date: 1/21/2020 Requested Action by Commission: Proposed Resolution No. R20-011 - Approve Award of Bid No. 004- 2821-19/EM for " Lime and Sludge Removal, Hauling and Disposal and authorize the City Manager to sign a contract with Prolime Corporation, 58610 Van Dyke Rd., Washington, MI 48094, as the lowest, most responsive, responsible bidder in the amount of$16.95 per Cubic Yard for an annual estimated amount of $271,200 for a period of three (3) years, with an option to renew for two (2) one-year terms for a total $1,356,000 estimated amount over the total potential term of the agreement. Explanation of Request: On December 13, 2019, Procurement Services opened four (4) bids in response to the Invitation to Bid No. 004-2821-19/EM for " Lime and Sludge Removal, Hauling and Disposal. The bid proposal from PROLI ME CORPORATION, 58610 Van Dyke Rd., Washington, MI 48094 was determined by City staff to be the lowest, most responsive, responsible bidder. Quantity shown on pricing page 8,000 CYs is only an estimate of the amount of lime sludge to be removed over a twelve (12) month time period. The City makes no guarantee of any minimum amount to be transported from the plant during the contract time period. The following bids were received: VENDOR Price/Cubic Yard Annual Estimated Total 1. PROLIME CORPORATION $16.95 $271,200 2. Dev Land Demolition + Site, Inc. $18.75 $300,000 3. Austin Tupler Trucking, Inc. $22.75 $364,000 4. H&H Liquid Sludge Disposal, Inc. $25.00 $400,000 How will this affect city programs or services? This is part of the water treatment process for the East water treatment Plant. Contractor shall be responsible for the hauling and disposal of East water treatment plant dry lime sludge on an as needed basis. Fiscal Impact: Budgeted Lime Sludge— Budgeted Account#401-2811-536-49-17 Alternatives: Reject all bids and re-bid this project. Strategic Plan: Strategic Plan Application: Climate Action: No Page 776 of 1406 Climate Action Discussion: Is this a grant? No Grant Amount: Contracts Vendor Name: PROLIME CORPORATION Start Date: 1/21/2020 End Date: 1/20/2023 Contract Value: $271,200 Annual Estimate Minority Owned Contractor?: No Extension Available?: Yes Extension Explanation: The City of Boynton Beach Purchasing Manager in consultation with the Finance Director may extend the agreement at the same terms, and conditions, for two (2) one-year renewals (exercised separately) subject to vendor acceptance, satisfactory performance as determined by the Purchasing Manager, and determination by the Purchasing Manager that renewal will be in the best interest of the City. An increase in cost of less than 2% for each extension may be approved by the City administration and does not require Commission approval. The City reserves the right to extend automatically for a period not to exceed an additional twelve (12) months in order to provide the City with continual service while a new contract is solicited, evaluated and/or awarded. Page 777 of 1406 ATTACHMENTS: Type Description D Resolution Resolution approving Bid award for Lime and sludge removal D Addendum PROLI ME CONTRACT 004-2821-19EM for Lime & Sludge Removal RW D Addendum SUBMITTAL- PROLI ME CORP D Addendum Tabulation Sheet- Pricing D Addendum Tabulation Sheet- Responsiveness D Addendum BID 004-2821-20EM - Lime and Sludge Removal, Hauling and Disposal - FINAL D Addendum Q &A- Lime and Sludge Removal, Hauling and Disposal D Addendum Q &A 2 - Lime and Sludge Removal, Hauling and Disposal D Addendum Q &A 3- Lime and Sludge Removal, Hauling and Disposal Page 778 of 1406 1 RESOLUTION NO. R20- 2 3 A RESOLUTION OF THE CITY OF BOYNTON BEACH, 4 FLORIDA,AWARDING BID NO.004-2821-19/EM FOR"LIME AND 5 SLUDGE REMOVAL, HAULING AND DISPOSAL TO PROLIME 6 CORPORATION OF WASHINGTON,MI AS THE LOWEST,MOST 7 RESPONSIVE, RESPONSIBLE BIDDER IN THE ESTIMATED 8 ANNUAL AMOUNT OF $271,200.00; AUTHORIZING THE CITY 9 MANAGER TO SIGN A CONTRACT WITH PROLIME 10 CORPORATION; AND PROVIDING AN EFFECTIVE DATE. 11 12 WHEREAS, on December 13, 2019, Procurement Services opened four (4)bids 13 in response to Invitation to Bid No. 004-2821-19/EM for "Lime and Sludge Removal, 14 Hauling and Disposal"; and 15 WHEREAS, the bids were reviewed and it was determined to recommend this 16 award to Prolime Corporation as the lowest, most responsive, responsible bidder; and 17 WHEREAS, the initial term of the contract awarded shall be for three (3)years 18 with two (2) additional one (1) year renewable periods, subject to vendor acceptance, 19 satisfactory performance and determination that the renewal is in the best interest of the 20 City. 21 WHEREAS, the City Commission of the City of Boynton Beach upon 22 recommendation of staff, deems it to be in the best interest of the citizens and residents to 23 approve the bid award and authorize the City Manager to sign a Contract with Prolime 24 Corporation of Washington, MI, as a result of Invitation to Bid No. 004-2821-19/EM for 25 "Lime and Sludge Removal, Hauling and Disposal" with an estimated annual amount of 26 $271,200.00 for a period of three (3) years with an option to renew for two (2) one-year 27 terms. 28 NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION 29 OF THE CITY OF BOYNTON BEACH, FLORIDA, THAT: 30 31 S:\CA\RESO\Agreements\Award of BID-lime and sludge removal(Prolime)-Reso.docx Page 779 of 1406 1 Section 1. The foregoing "Whereas" clauses are hereby ratified and confirmed 2 as being true and correct and are hereby made a specific part of this Resolution upon 3 adoption. 4 Section 2. The City Commission of the City of Boynton Beach, Florida, 5 hereby approves the bid award and authorize the City Manager to sign a Contract with 6 Prolime Corporation of Washington, MI, as a result of Invitation to Bid No. 004-2821- 7 19/EM for"Lime and Sludge Removal, Hauling and Disposal" with an estimated annual 8 amount of$271,200.00 for a period of three (3)years with an option to renew for two (2) 9 one-year terms, a copy of the Contract is attached hereto and incorporated herein as 10 Exhibit"A". 11 Section 3. That this Resolution shall become effective immediately. 12 PASSED AND ADOPTED this day of January, 2020. 13 CITY OF BOYNTON BEACH, FLORIDA 14 YES NO 15 16 Mayor— Steven B. Grant 17 18 Vice Mayor—Justin Katz 19 20 Commissioner—Mack McCray 21 22 Commissioner—Christina L. Romelus 23 24 Commissioner—Ty Penserga 25 26 VOTE 27 ATTEST: 28 29 30 Crystal Gibson, MMC 31 City Clerk 32 33 34 (Corporate Seal) S:\CA\RESO\Agreements\Award of BID-lime and sludge removal(Prolime)-Reso.docx Page 780 of 1406 CONTRACT NO. 004-2821 -20/EM FOR LIME SLUDGE REMOVAL HAULING AND DISPOSAL BETWEEN THE CITY OF BOYNTON BEACH AND PROLIME CORPORATION THIS AGREEMENT is entered into between the City of Boynton Beach, hereinafter referred to as "the City", and PROLINE CORPORATION, 58610 Van Dyke Rd., Washington, MI 48094, hereinafter referred to as "Vendor', in consideration of the mutual benefits, terms, and conditions hereinafter specified. 1. PROJECT DESIGNATION. The Vendor is retained by the City to provide Lime and Sludge Removal, Hauling and Disposal as outlined in INVITATION TO BID #004-2821-20/EM, which by reference is hereby made part of this agreement and Vendor's response to the ITB attached as Exhibit "B". 2. SCOPE OF SERVICES. Vendor agrees to perform the services, identified on Exhibit "A" attached hereto and incorporated herein by reference, including the provision of all labor, materials, equipment and supplies on an "AS NEEDED" basis. No modifications will be made to the original scope of work without the written approval of the City Manager or designee. 3. TIME FOR PERFORMANCE. Work under this Agreement shall commence upon the giving of written notice by the City to the Vendor to proceed. Vendor shall perform all services and provide all work product required pursuant to this Agreement effective January 21, 2020. 4. TERM. The initial term of the contract shall be for three (3) years effective upon date the contract is fully executed by all parties. The City of Boynton Beach Purchasing Manager in consultation with the Finance Director may extend the agreement at the same terms, and conditions, for two (2) one-year renewals (exercised separately) subject to vendor acceptance, satisfactory performance as determined by the Purchasing Manager, and determination by the Purchasing Manager that renewal will be in the best interest of the City. An increase in cost of less than 2% for each extension may be approved by the City administration and does not require Commission approval. 5. PAYMENT. The Vendor shall be paid by the Provider/City for completed work and for services rendered under this Agreement as follows: a. The total contract price in the amount of $16.95 per Cubic Yard for an annual estimated amount of$271,200 for a period of three years (3), with an option to renew for two (2) one- year terms for a total $1,356,000 estimated amount over the total potential term of the agreement, shall be the total amount of payment to Vendor for services provided under this Agreement for the entire term of the Agreement. b. Payment for the work provided by Vendor shall be made promptly on all invoices submitted to the City properly, provided that the total amount of payment to Vendor shall not exceed the total contract price without express written modification of the Agreement signed by the City Manager or designee. Page 781 of 1406 c. The Vendor may submit invoices to the City once per month during the progress of the work for partial payment. Such invoices will be checked by the City, and upon approval thereof, payment will be made to the Vendor in the amount approved. d. Final payment of any balance due the Vendor of the total contract price earned will be made promptly upon its ascertainment and verification by the City after the completion of the work under this Agreement and its acceptance by the City. e. Payment as provided in this section by the City shall be full compensation for work performed, services rendered, and for all materials, supplies, equipment and incidentals necessary to complete the work. f. The Vendor's records and accounts pertaining to this Agreement are to be kept available for inspection by representatives of the City and State for a period of three (3) years after the termination of the Agreement. Copies shall be made available upon request 6. OWNERSHIP AND USE OF DOCUMENTS. All documents, drawings, specifications and other materials produced by the Vendor in connection with the services rendered under this agreement shall be the property of the City whether the project for which they are made is executed or not. The Vendor shall be permitted to retain copies, including reproducible copies, of drawings and specifications for information, reference and use in connection with Vendor's endeavors. 7. COMPLIANCE WITH LAWS. Vendor shall, in performing the services contemplated by this Agreement, faithfully observe and comply with all federal, state of Florida and City of Boynton Beach, ordinances and regulations that are applicable to the services to be rendered under this agreement. 8. INDEMNIFICATION. Vendor shall indemnify, defend and hold harmless the City, its offices, agents and employees, from and against any and all claims, losses or liability, or any portion thereof, including attorneys fees and costs, arising from injury or death to persons, including injuries, sickness, disease or death to Vendor's own employees, or damage to property occasioned by a negligent act, omission or failure of the Vendor. 9. INSURANCE. The Vendor shall secure and maintain in force throughout the duration of this contract comprehensive general liability insurance with a minimum coverage of $1,000,000 per occurrence and $1,000,000 aggregate for personal injury; and $1,000,000 per occurrence/aggregate for property damage, and professional liability insurance in the amount of$1,000,000 per occurrence to$2,000.000 aggregate with defense costs in addition to limits. Said general liability policy shall name the City of Boynton Beach as an additional named insured and shall include a provision prohibiting cancellation of said policy except upon thirty (30) days prior written notice to the City. Certificates of coverage as required by this section shall be delivered to the City within fifteen (15) days of execution of this agreement. 10. INDEPENDENT CONTRACTOR. The Vendor and the City agree that the Vendor is an independent contractor with respect to the services provided pursuant to this Agreement. Nothing in this Agreement shall be considered to create the relationship of employer and employee between the parties hereto. Neither Vendor nor any employee of Vendor shall be entitled to any benefits accorded City employees by virtue of the services provided under this Agreement. The City shall not be responsible for withholding or otherwise deducting federal income tax or Social Security or for contributing to the state industrial insurance program, otherwise assuming the duties of an employer with respect to Vendor, or any employee of Vendor. Page 782 of 1406 11. COVENANT AGAINST CONTINGENT FEES. The Vendor warrants that he has not employed or retained any company or person, other than a bona fide employee working solely for the Vendor, to solicit or secure this contract, and that he has not paid or agreed to pay any company or person, other than a bona fide employee working solely for the Vendor any fee, commission, percentage, brokerage fee, gifts, or any other consideration contingent upon or resulting from the award or making of this contract. For breach or violation of this warranty, the City shall have the right to annul this contract without liability or, in its discretion to deduct from the contract price or consideration, or otherwise recover, the full amount of such fee, commission, percentage, brokerage fee, gift, or contingent fee. 12. DISCRIMINATION PROHIBITED. The Vendor, with regard to the work performed by it under this agreement, will not discriminate on the grounds of race, color, national origin, religion, creed, age, sex or the presence of any physical or sensory handicap in the selection and retention of employees or procurement of materials or supplies. 13. ASSIGNMENT. The Vendor shall not sublet or assign any of the services covered by this Agreement without the express written consent of the City. 14. NON-WAIVER. Waiver by the City of any provision of this Agreement or any time limitation provided for in this Agreement shall not constitute a waiver of any other provision. 15.TERMINATION. a. Upon thirty (30) calendar days' written notice to Contractor, City may, without cause and without prejudice to any other right or remedy, terminate this Agreement for City's convenience. Where the Agreement is terminated for the convenience of City, the notice of termination to Contractor must state that the Agreement is being terminated for the convenience of the City under this termination clause, the effective date of the termination, and the extent of termination. Contractor shall be paid for the services up to and including the effective date of the termination. This shall mean payment for all completed tasks and payment for uncompleted tasks based upon a percentage of completion of such uncompleted tasks. Contractor shall not be paid on account of loss of anticipated profits or out of or resulting from such termination. b. In the event of the death of a member, partner or officer of the Vendor, or any of its supervisory personnel assigned to the project, the surviving members of the Vendor hereby agree to complete the work under the terms of this Agreement, if requested to do so by the City. This section shall not be a bar to renegotiations of this Agreement between surviving members of the Vendor and the City, if the City so chooses. 16. DISPUTES. Any disputes that arise between the parties with respect to the performance of this Agreement, which cannot be resolved through negotiations, shall be submitted to a court of competent jurisdiction in Palm Beach County, Florida. This Agreement shall be construed under Florida Law. 17. NOTICES. Notices to the City of Boynton Beach shall be sent to the following address: Lori LaVerriere, City Manager Page 783 of 1406 City of Boynton Beach P.O. Box 310 Boynton Beach, FL 33425-0310 Notices to Vendor shall be sent to the following address: PROLIME CORPORATION 58610 VAN DYKE RD. WASHINGTON, MI 48094 18. INTEGRATED AGREEMENT. This agreement, together with attachments or addenda, represents the entire and integrated agreement between the City and the Firm and supersedes all prior negotiations, representations, or agreements written or oral. This agreement may be amended only by written instrument signed by both City and Firm. 19. PUBLIC RECORDS. Sealed documents received by the City in response to an invitation are exempt from public records disclosure until thirty (30) days after the opening of the Bid unless the City announces intent to award sooner, in accordance with Florida Statutes 119.07. The City is public agency subject to Chapter 119, Florida Statutes. The Contractor shall comply with Florida's Public Records Law. Specifically, the Contractor shall: A. Keep and maintain public records required by the CITY to perform the service; B. Upon request from the CITY's custodian of public records, provide the CITY with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided in chapter 119, Fla. Stat. or as otherwise provided by law; C. Ensure that public records that are exempt or that are confidential and exempt from public record disclosure requirements are not disclosed except as authorized by law for the duration of the contract term and, following completion of the contract, Contractor shall destroy all copies of such confidential and exempt records remaining in its possession once the Contractor transfers the records in its possession to the CITY; and D. Upon completion of the contract, Contractor shall transfer to the CITY, at no cost to the CITY, all public records in Contractor's possession All records stored electronically by Contractor must be provided to the CITY, upon request from the CITY's custodian of public records, in a format that is compatible with the information technology systems of the CITY. E. IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUES, TO THE CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS: CRYSTAL GIBSON, CITY CLERK Page 784 of 1406 3301 QUANTUM BLVD., SUITE 101 BOYNTON BEACH, FLORIDA, 33426 561-742-6061 GIBSONC@BBFL.US SCRUTINIZED COMPANIES -- 287.135 AND 215.473 By execution of this Agreement, Contractor certifies that Contractor is not participating in a boycott of Israel. Contractor further certifies that Contractor is not on the Scrutinized Companies that Boycott Israel list, not on the Scrutinized Companies with Activities in Sudan List, and not on the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or has Contractor been engaged in business operations in Syria. Subject to limited exceptions provided in state law, the City will not contract for the provision of goods or services with any scrutinized company referred to above. Submitting a false certification shall be deemed a material breach of contract. The City shall provide notice, in writing, to Contractor of the City's determination concerning the false certification. Contractor shall have five (5) days from receipt of notice to refute the false certification allegation. If such false certification is discovered during the active contract term, Contractor shall have ninety (90) days following receipt of the notice to respond in writing and demonstrate that the determination of false certification was made in error. If Contractor does not demonstrate that the City's determination of false certification was made in error then the City shall have the right to terminate the contract and seek civil remedies pursuant to Section 287.135, Florida Statutes, as amended from time to time. DATED this day of 20 CITY OF BOYNTON BEACH Lori LaVerriere, City Manager Signature of Authorized Official Printed Name of Authorized Official Attest/Authenticated: Title (Corporate Seal) Crystal Gibson, City Clerk Approved as to Form: Attest/Authenticated: Page 785 of 1406 James A. Cherof, City Attorney Secretary EXHIBIT A SCOPE OF SERVICES Contractor shall be responsible for the hauling and disposal of East water treatment plant dry lime sludge on an as needed basis. Pickup site is the City of Boynton Beach East Water Treatment Plant 1620 S. Seacrest BLVD., Boynton Beach, FL 33435. Contractor will have and maintain all necessary permits for transport and disposal of the dry lime sludge produced. The Contractor will comply with all regulations pertaining to the transport and disposal of the lime sludge. The Contractor will be responsible for all related costs - whether stated or unstated - for the acceptance, transport, management and disposal of dry lime sludge in accordance with all existing applicable regulations and in compliance with all requirements of this document. The City's facilities are currently operating under regulations issued by Federal and State regulatory agencies. The Contractor shall abide by any order, regulation, permit, license, restriction, injunction, moratorium, or denial of permission to operate the facilities which may be imposed or issued by any agency having jurisdiction. The Contractor shall cooperate with the City during any test, experiment, construction, maintenance, or any other operation, which may affect the production of lime sludge at the City facility. Disposal Site Lime Sludge will be hauled from the designated location to an approved disposal site(s) (use attachment B within this bid). Contractor shall be responsible for supplying equipment and the manpower necessary for the loading, transporting and disposal of the lime sludge, unless otherwise specified. Scheduling Lime sludge pickups to be made upon request by the Chief Operator or his designee at the East Water Treatment Plant. The City will give a two (2) day minimum notice to the contractor for all pickups. Contractor shall notify the Chief Operator or his designee immediately whenever unforeseen situations occur that may interfere with the scheduled transport. Contractor agrees that sludge removal operations will not be halted due to transportation problems. Trip/disposal tickets on a form acceptable to the City and FDEP shall establish a chain of custody from the City to the Contractor and quantities delivered. Such tickets shall reflect each load transported and shall match each load referenced in Page 786 of 1406 invoices submitted to the City for payment by the Contractor. These tickets will indicate the tonnage of sludge hauled, date, driver and ultimate disposal site for each truck load. Tickets will be signed by the Water Treatment Manager or his designated representative. The City will retain a copy of the tickets for its records. Measurement of Quantities for Billing Purposes Contractor shall coordinate and verify with the Chief Operator or designee in measuring the quantities of sludge removed. These measurements will be the basis for payment. If trucks are not properly filled, the truck will be turned around and reloaded. Dumping Charges The Contractor will be responsible for payment of any and all dumping charges. Working Hours and Scheduling Intervals Service shall be performed at hours designated by the Chief Operator or designee and in such a manner as not to disrupt ongoing operations. Services will generally be required on a normal work day excluding weekends and holidays, however City may require services at any given time. Normal working hours are from 7 a.m. to 3 p.m. For security reasons Contractor shall not have access to the property after hours, without explicit approval from City. NO EXCEPTIONS. A. Any violations of weight regulations or traffic laws will be the sole responsibility of the Contractor. B. Contractor will completely remove and sanitize any spillage, accidental or otherwise, which occurs on or off the City's site. In addition, the Contractor shall report the spillage to the proper agencies and to the City in a timely manner. The City reserves the right to inspect and reject all modes proposed by the Contractor for transporting the dry lime sludge. The cleanup of any sludge which is dumped, spilled, or discarded in any location other than a site authorized for that purpose, shall be the sole responsibility of the Contractor, and conducted by the Contractor at his expense, in accordance with all applicable laws. Quantity shown on pricing page 8,000 CYs is only an estimate of the amount of lime sludge to be removed over a twelve (12) month time period. The City makes no guarantee of any minimum amount to be transported from the plant during the contract time period. This chart shows the number of 20 cu yard trucks hauled in previous fiscal years: FISCAL YEAR TRUCKS HAULED FY2015/2016 0 FY2016/2017 441 FY2017/2018 251 The Contractor will have and maintain all permits and shall meet all Federal, State and local rules and policies pertaining to the transport of lime sludge. Page 787 of 1406 If new regulations either proposed or in effect at the time of the proposal due date are enacted which cause substantial economic impact upon the Contractor, the City may negotiate with the Contractor to reach a mutually satisfactory resolution to the processing cost differential Current mode of Operation: All bidders to assume current mode of operation as follows: city resources will stock pile the material to an area South of the Sludge Lagoon from where the vendor will load and hauling material. No other alternatives to current operations to be considered at this time. Scheduling of loading and hauling activities must be coordinated through the Chief Operator or designee. Hauling and disposal is anticipated at least once a month, however, may be more frequent depending on plant operations. During loading and hauling operations, no more than ten (10) trucks can be staged on site. No trucks will be allowed to be staged off site and in the adjacent neighborhood streets. If needed, hauling operations may be extended over several days. Vendor may use their own version of a load ticket, however, at a minimum, each ticket must include date, time, truck number, driver's name and number (if applicable), and cubic volume of load. Prior to leaving the plant, each truck load must be visually verified by the City, with a Load Ticket submitted to the designated City personnel overseeing the hauling operation. Contractor is to have clearly identified disposal locations. Identify disposal site; name address, type of facility and attach certification authorizing acceptance of dry lime sludge. Any changes or modifications in disposal site must be accepted by the City. Additionally, proposer shall provide a letter of guarantee from an additional source where it can obtain additional vehicles in the event they are required and must identify all equipment to be used. Page 788 of 1406 EXHIBIT B SUBMITTAL - PROLIME CORP. Page 789 of 1406 Resource recovery ProgTarns ORIGINAL Complete Lime Management CITY OF BOYNTON BEACH PURCHASING SERVICES 3301 QUANTUM L` D., SUITE 101 YNTON BEACH, FL 33426 BID NO. 004-2821 -20/EM LIME SLUDGEL, HAULING AND DISPOSAL DUE'/OPEN: FRIDAY, DECEMBER bF 201 2:30 P� 4 PROLIME CORPORATION 58610 VAN DYKE WASHINGTON, MI48094 586-751-7070 (P) 586-781-7078 (F) Page 790 of 1406 5 � 1 y r � P P 4 Page 791 of 1406 City The - Purchasing Services - P.o.Box 310 Boynton Beach,Florida 33425-0310 Telephone:(561)742-6323 FAX(561)742-6316 INVITATION TO BID FOR LIME SLUDGE REMOVAL, HAULING AND DISPOSAL I. .. 004-2821-20/EM Sealedbids will be received in PURCHASING SERVICES, City of Boynton Beach, 3301 Quantum Blvd., Suite 101, Boynton Beach, Florida 33426 on or by. December 6, 2019: e Later Than 2:30 P.M. (Local Time). Bids will be opened in: PROCUREMENT E VICES-CI LL unless otherwise designated. Bids received after the assigned date and time will not be considered. The Procurement Services time stamp shall be conclusive as to the timeliness of filing. The City of Boynton Beach is not responsible for the U.S. Mail or private couriers with regard to mail being delivered by a specified time so that a bid can be considered. If no award has been made, the City reserves the right to consider bids that have been determined by the City to be received late due to mishandling by the City after receipt of the bid. Sealed bids or proposals received by the City in response to an invitation to bid are exempt from public records disclosure requirements until the City provides a notice of decision or thirty (30) days after the opening of the proposal/bid, whichever is sooner. If the City rejects all bids or proposals submitted in response to an invitation to bid or request for proposals and the City concurrently provides notice of its intent to reissue the competitive solicitation, the rejected bids or proposals remain exempt from public records disclosure until such time as the City provides notice of a decision or intended decision concerning the competitive solicitation or until the City withdraws the reissued competitive solicitation. A bid, proposal, or reply is not exempt for longer than twelve (12) months after the initial City notice rejecting all bids, proposals, or replies. Requests for bid or proposal documents should be submitted to the City Clerk's Office. Documents may be inspected without charge, but a charge will be incurred to obtain copies. l Page 792 of 1406 LOBBYING I CONE OF SILENCE Consistent with the requirements of Chapter 2, Article VIII, Lobbyist Registration, of the Palm Beach County Code of Ordinances, Boynton Beach imposes a Cone of Silence. A cone of silence shall be imposed upon each competitive solicitation from the time of advertisement and shall remain in effect until Council awards or approves a contract, rejects all bids or responses, or otherwise takes action that ends the solicitation process. While the cone of silence is in effect, no proposer or its agent shall directly or indirectly communicate with any member of City Commission or their staff, the Manager, any employee of Boynton Beach authorized to act on behalf of Boynton Beach in relation to the award of a particular contract or member of the Selection Committee in reference to the solicitation, with the exception of the Purchasing Manager or designee. (Section 2-355 of the Palm Beach County Code of Ordinances.) Failure to abide by this provision may serve as grounds for disqualification for award of contract to the proposer. Further, any contract entered into in violation of the cone of silence shall render the transaction voidable. The cone of silence shall not apply to oral communications at any public proceeding, including pre-bid conferences, oral presentations before Selection Committees, contract negotiations during any public meeting, presentations made to the City Commission, and protest hearings. Further, the cone of silence shall not apply to contract negotiations between any employee and the intended awardee, any dispute resolution process following the filing of a protest between the person filing the protest and any employee, or any written correspondence with Boynton Beach as may be permitted by the competitive solicitation. Additionally, the cone of silence shall not apply to any purchases made in an amount less than the competitive solicitation threshold set forth in the Purchasing Manual. Any questions relative to any item(s) or portion of this, bid should be directed to Eric Marmer, Senior Buyer; Telephone: (561) 742-6318, E-mail- marmg, -v.b i SCOPE OF.BID: The City of Boynton each Utilities Department is seeking a firm price, per cubic yard, for Lime Sludge Removal and Disposal, in accordance with the terms, conditions, and specifications contained in this Invitation to Bid. The bid term is for a period afthree (3) years, with the option to renew for two (2) one-year terms. Contact: City of Boynton each Purchasing Services 3301 Quantum Boulevard, Suite 101 Boynton each, FIL 33426 Eric Marmer, Senior Buyer (561) 742-6318 ormarmene(d - :�Dbbfi.US Office Hours: MONDAY— FRIDAY, 8:00 A.M. TO 5:00 P.M. CITY OF BOYNTON BEACH TIM W. HOWARD ASSISTANT CITY MANAGER—ADMINISTRATION 2 Page 793 of 1406 INVITATION TO BID FOR LIME SLUDGE REMOVAL, HAULING AND DISPOSAL BID N«».: 004-2821-20/EM Section I -SUBMITTAL INFORMATION A. The City of Boynton Beach will receive bid responses until December 6, 2019 t2:30 in Purchasing Services located at City Ho||. 3301 Quantum Blvd., Suite 1D1. Boynton Beach, FL 33425 B. Any responses received after the above stated time and date will not be considered. It nh@|| be the sole responsibility of the proposer to have their bid r8OpnD8e dellivere-d-jo- Purchasing Services for receipt on or before the above stated time and date. It is recommended that responses be sent by an overnight air courier service or some other method that creates proof ofsubmittal. Bid responses that arrive after the above stated deadline as a n8sm|t of delay by the nnGiU service shall not be 000sidenad, shall not be opened at the public opening, and arrangements ohe8 be made for their return at the propnser's request and expense. The City reserves the right to consider submittals that have been determined by the City to be received late due solely to mishandling by the City after receipt ofthe bid and prior tothe award being made, C. If any addendum(s) are issued to this Bid, the City will attempt to notify all prospective bidders who have secured same, however, itshall bethe prior to submitting the bid response, tocontact the City Procurement Services et (561) 742-O322todetermine ifany mddendum(s)were issued and tomake any addendum acknowledgements espart oftheir bid response, D. ofthe bid response shall besubmitted inone sealed package clearly marked onthe outside "INVITATION TO BID FOR LIME.,SLUDGE REMOVAL, HAIJLING AND ^° to: City of Boynton Beach, Purchasing Services, 3301 Quantum B|vd.. Suite 1O7. Boynton Beach, FL 33428 E. Responses shall clearly indicate the legal name, address and telephone number of the bidder (firm` corporation, partnership or individual). Responses shall be signed above the of the signer. The signer shall have the authority to contractually bind the proposer tuthe submitted bid. Bidder must note their Federal I.D. number on their bid submittal. 3 Page 794Of1406 GENERAL CONDITIONS FOR BIDDERS FAMILIARITY WITH LAWS: The bidder is presumed to have full knowledge of and be in compliance with all Fedenal. State' and Local lawvs, ordinances, nukaa, and regulations that in any manner affect the equipment and the services provided 10the City. Ignorance onthe part of the bidder will in no way relieve bidder of responsibility to adhere to such regulations. BID FORMS: The bidder will submit a bid on the bid forms provided. All bid phCeS, arOQuDtS and descriptive information must be legibly entered. The bidder must state the phoo and the time of delivery for which they propose to deliver the equipment Or Gen/1Ce requested. The bidder IS required to be licensed to do business as an individual, partnership or corporation in the State of Florida. Place all required bid forms in a sealed envelope that has the company's name and address, proposal title, number, proposal date and time on the outside of the sealed envelope. Proposals not submitted on appropriate proposal forms may be rejected. All proposals are subject tothe conditions specified herein. Proposals which do not comply with these conditions are subject&orejection. EXECUTION OF BID: Proposal must contain an original signature of an authorized representative in the space provided on all affidavits and proposal sheets. NO BID: If not submitting a proposal, respond by returning one copy of the "STATEMENT OF NO BID" and explain the reason by indicating one of the reasons listed or in the space provided. Repeated failure to quote without sufficient 'uStific@bnm shall be cause for removal of the vendor's name from the mailing list. NOTE: To qualify as a respondent, bidder must submit "NO BID" and [1must bereceived no later than the stated bid receiving date and hour. BID DEADLINE: (1isthe bidder's responsibility to assure that the bid iadelivered mtthe proper time and place prior to the bid deadline. The City of Boynton Beach is not responsible for the U.S. Mail or private couriers in regards to mail being delivered by e specified time so that G proposal can be considered. Bids which for any reason are delivered bythe deadline will not be considered. If no award has been made, the City reserves the right to consider bide that have been determined by the City to be received late due to mishandling by the City after receipt of the bid. Offers bytelegram ortelephone are not acceptable. REJECT:MINOR IRREGULARITIESIRIGHT TO Bidders are expected to examine the spgoificatioms, delivery schedules, bid prices and extensions and all instructions pertaining to supplies and services. Failure to do so will be at the bidder's risk. The City of Boynton Beach reserves the right towaive irregularities or informalities in Bids or to reject all Bids or any part of any Bid deemed necessary for the bent interest ofthe City. The City may reject any response not submitted imthe manner specified bythe solicitation documents. 4 Page 795Of1406 The City expressly reserves the rightbl A. Waive as an informality, minor deviations from specifications at a lower price than the most responsive, responsible bidder meeting all aspects of the specifications and consider it, if it is determined that total cost is lower and the overall function is improved or not impaired; B. Waive any defect, irregularity orinformality iDany bid or bidding procedure; C. Reject or cancel any or aUbidS; D. Reissue anInvitation &oBid; E. Extend the bid deadline time and date; F. Procure any item byother means; G. Increase ordecrease the quantity specified inthe Invitation toBid; H. Consider and accept an alternate bid as provided herein when most advantageous to the City. Factors to be considered in determining whether the standard of responsibility has been met include whether aprospective bidder has: A. Available the epprmph8ha financial, material, equipment, facility and personnel resources and expertise, or the ability to obtain such, necessary to indicate its capability to meet all contractual requirements; B. Asatisfactory record Ofperformance; C. Asatisfactory record of integrity-, D. Qualified legally to Contract within the State of Florida and the City of Boynton Beach; E. Supplied all necessary information in connection with the inquiry concerning responsibility. INFORMATION AND DESCRIPTIVE LITERATURE: Bidders must furnish all information requested in the spaces provided on the bid form. Further, as may be specified elsewhere, each bidder nnuo1 submit for bid evaluation cuts, skefchas, and descriptive literature and technical specifications covering the products offered. Reference to literature submitted with m previous bid 0ronfile with the buyer will not satisfy this provision. Any questions concerning conditions and specifications should be directed to this office in writing no later than ben (10) days prior to the bid deadline. Inquiries must reference the date by which the bid is to be received. CONF�ICT_QF INTEREST-. The award hereunder is subject to all conflict ofinterest provisions ofthe City VfBoynton Beach, Palm Beach County, ofthe State ofFlorida. ADDITIONAL QUANTITIES: The Qb/ reserves the right to acquire additional quantities of the bid products or services at the prices bid in this invitation. If additional quantities are not 8C88ptab|e, the bid sheets must be noted "BID IS FOR SPECIFIED QUANTITY ONLY". SAMPLES- Samples of items, when called for, must be furnished free of expense, and if not used, tested or destroyed, upon request, will be returned at the bidder's expense. Request for 5 Page 796Of1406 the na#urm of samples may be made within ten /10\ days following the bid deadline. Each individual oarncde must be labeled with the bidder's name, manufacturer's brand name and number, and item reference. Pedbnnanog of the equipment/Services upon request can be deemed a part of the evaluation process in determining the award of bidder. Demonstrations of the O0ehtG of the equipment/services that meet City requirements shall be requested by Procurement Services. Equipment demonstrated shall be e minimum of one /1\ year o|d. All required staff, to be assigned per the individual bid product or service app|ication, will form the Bid Award Committee to evaluate and submit a group award recommendation. The City reserves the right to make separate and independent awards based on its needs and the combined evaluation results. If bidder subcontracts any portion of Contract for any reason, the bidder must state the name and address of the subcontractor and the name nfthe person t0be contacted on the attached "Schedule ofSuboOntnsch»na" The City of Boynton Beach reserves the right 10accept or rejectany orall bids wherein a subcontractor is named and to make the award to the bidder, who, in the opinion of the C/tv, will he in the best interest of and/or most advantageous tothe City. The City also reserves the right toreject 8bidofanybidderif1hebid nmnnen a subcontractor who has previously failed in the proper performance of an avvund or failed to deliver on time Contracts of a similar n@turo, or who is not in a position to perform properly under this, award. The City reserves all rights in order to make a determination as to the foregoing. ADDENDA: From time totime, the City may issue an addendum tochange the intent orto clarify the meaning of the Contract documents. Since all addenda are available to bidders at Procurement Services. it is each bidder's responsibility to check with Procurement Services and immediately secure all addenda before submitting bids. It is the usual pr@u1[ne for the Qi1v to mail an addendum to known bidders, but it cannot be guaranteed that all bidders will receive ALL addenda in this manner. Each bidder Sh@U acknowledge receipt of ALL addenda by notation onthe bid and shall adhere boall requirements specified in each addendum prior to submission ofthe bid. ESCALATOR CLAUSE- Any bid which is submitted subject to an escalator o|aUoe will be rejected, unless addressed inthe Special Conditions Section ofthe bid documents. Incorporation in a bid of exceptions to any portion(s), of the Contract documents may invalidate the bid. Exceptions tothe Technical and Special Provisions shall be clearly and specifically noted in the bidder's submittal on a separate sheet marked "EXCEPTIONS TO THE SPECIFICATIONS" and this sheet shall be attached to the hid. The use of bidder's standard forms, or the inclusion of manufacturer's printed documents shall not be construed as constituting an exception within the intent of the Contract documents. Where o base bid is provided for, the bidder shall submit bid on the base bid and may o»mn:ise their own prerogative in submitting a bid on alternate items. The Owner reserves the right t0accept orreject thea|ternatesorbaoeb|doranycornbinatinnthereof. The Owner, or a representative, further reserves the unqualified right to determine whether any particular item or items of material, equipment, or the like, is an approved eque|, and reserves the unqualified right to8final decision regarding the approval or rejectionnfthe same. NO.NCONFORMANCE TO CONTRACT CONDITIONS: |1erno maybe tested for compliance with specifications under the direction of appropriate testing laboratories. The data derived from any tests for compliance with specifications are public records and open to examination thereto in 000wrdenoe with Chapter 119' Florida Statutes. Items delivered not conforming to 6 Page 797Of1406 specifications may be rejected and returned at vendor's expense. These items and items not delivered as per delivery date in the bid and or Purchase Order may result in the bidder being found in default in which event any and all procurement costs may be charged against the defaulted [}ontrac\or. Any violation of these stipulations may also result in the vandn/s name being removed from the City ofBoynton Beach's vendor mailing list. DI{ PL)TES: In case ofany doubt or difference of opinion as to the items to be furnished hereunder, the decision 0fthe City Manager shall be final and binding onboth parties. ACTION:ANTITRUST CAUSE OF In submitting a bid to the City ofBoynton Beech, the bidder offers and agrees that if the bid is accepted, the bidder will convey, sell, assign or transfer to the City nfBoynton Beach all rights, title and interest in and to all causes ofaction it may now or hereafter acquire under the antitrust laws of the United States and Stat* of Florida for price fixing n*|a0nQ to the particular commodities or services purchased or acquired by the City of Boynton Beach. At the City ofBoynton Beach's discretion, such assignment shall be made and become effective Gtthe time the purchasing agency tenders final payment 1Vthe bidder. GOVERNMENTAL RESTRICTIONS: In the event any governmental restrictions may be imposed which would necessitate alteration of the medeho[ quality, workmanship or performance of the items offered on this subnnifto| prior to their deUvery, it shall be the responsibility of the successful bidder to notify the City at once, indicating in a letter the specific regulation which required an alteration. The City ro6en/ee the right to accept any such alterations, including any price adjustments occasioned thereby, or to cancel the Contract at no expense tothe City. LEGAL REQUIREMENTS: Federal, State. County, and City |ews, ordinances, ru|ea, and regulations that in any manner affect the items covered herein apply. Lock of knowledge by the bidder will innmway b* acause for relief from responsibility, CRIMES:PUBLIC ENTITY As provided in Fla. Stat. 0 287.133(2)(a), o person oraffiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit o Bid on o contract to provide any goods orservices to G public entity, may not submit Bid ona contract with a public entity for the construction or repair of a public building or public work, may not submit Bids on leases nfreal property to a public entity, may not be awarded or perform work as o Contr8ctmr, supp|ier, subcontractor or consultant under a contract with any public entity, and my not transact business with any public entity in *xwas8 of the threshold amount provided S.S. 287.017 for CATEGORY TWO for period of 36 months from the date Vtbeing placed onthe convicted vendor list. In submitting a bid, the bidder agrees not to use the results as a part of any commercial advertising. Violation of this stipulation may be subject toaction covered under "NONCONFORMANCE WITH CONTRACT CONDITIONS". . Any Purchase Order issued pursuant to this bid invitation and the funds which may be come due hereunder are not assignable except with the prior written approval of the City. LIABILITY: The selected bidder(s) oha|8 hold and save harmless the City ofBoynton Beach, Florida its officers, agents, volunteers and employees from liability of any kind in the performance ufthis Contract. Further, the selected biddmr(a) sheU indenmnifv, save harmless and undertake the defense of the City, its City C0mnnniG8[Vners, ogenba, servants an employees from and against any and all claims, omits, actione, damages, or causes of action arising during the term of this CoRtnact, for any personal or bodily injury, |oGn of life, or damage to property arising directly or indirectly from bidder's operation pursuant to this Contract and from and against all 7 Page 798Of1406 costs, counsel fees, expenses and liabilities incurred in an about any such claims, the investigation thereoforthe defense ofany action orproceedings brought thereon, and from and against any orders orjudgments which may be entered therein. The City shall notify the bidder within ten (10) days of receipt by the City of any claim, suit or action against the City arising directly or indirectly from the operations of the bidder hereunder, for which the City may be entitled to a claim or indemnity against the bidder, under the provisions of this Contract. Bidder shall have the right to control the defense of any such C|ainn suit or actions. The bidder shall also be liable to the City for all costs, expenses, attorneys' fees and damages which may be incurred or sustained by the City by reason of the bidder's breach of any of the provision of the contract. Bidder shall not be responsible for negligent acts of the City Or its employees. AGENCIES:OPTIONAL CONTRACT USAGE BY .OTHER GOVERNMANTAL If a bidder is awarded o contract as m result of the solicitation, if bidder has sufficient capacity orquantities avai|eb|e, provide to other governmental ag*noies, so nmqueadnQ, the pn}Uuote or services awarded in accordance with the terms and conditions of the solicitation and resulting contract. Prices shall beF.(}.B. Destination tothe requesting agency. AWARD OF CONTRACT: The low monetary bid will NOT inall cases beawarded the Contract or Purchase Order. Contracts or Purchase Orders will be evvandad by the City to the most responsive, responsible bidder whose bid represents the most advantageous bid to the CitV, price and other factors considered. Evaluation of bids will be made based upon the evaluation foo1o[o and standards set forth herein. The City reoen/*G the right to reject any and all bids and to waive technical errors as set forth herein. In the *vent of Court challenge to an award by any bidder, damages, if any, resulting from an award shall be limited to actual bid preparation nneto incurred by the challenging bidder. In no case will the award be made until all necessary investigations have been made into the responsibility of the bidder and the City is satisfied that the most reeponsive, responsible bidder is qualified to do the work and has the necessary organization, capital and equipment to carryout the required work within the time specified. AS SPECIFIED: A Purchase Order will be issued to the successful bidder with the understanding that all items/services delivered must meet the specifications herein. Items/services delivered not as specified, will be returned at no expense or penalty to the City of Boynton Beach. DELIVERY: Prices shall be quoted F.O.B. Boynton Beach' Florida. F.O.B. destination indicates that the seller is responsible for the shipment until it reaches its destination. Any and all freight charges are to be included in the bid total, The bidder's invoice payment terms must be shown. WARRANTY REQUIREMENTS: Each |tenn' including all components and all installed eooenephes and equipment, ahoW be guaranteed by the bidder to be free of defective pods and workmanship. This warranty shall be for a period of 365 days or the time designated in the standard factory warranty, whichever is longer. The warranty will bethe same asthat offered tO the commercial togUa and shall be honored by any of the manufacturer's authorized dealers. Warranty will cover parts' labor and any necessary shipping. Warranty repairs may be accomplished on City property, if space is available,- this will be at the sole discretion of the City. Contact Pp0ounarnent S*n/ic80 for permission to perform warranty service on City property. Warranty to start at the time of acceptance by the City; however, in mases where wshin|eo or equipment are not immediately placed in service, the bidder will provide a delay of warranty start-up time. The period of warranty delay will be coordinated by Procurement Services. PRICES, TERMS AND_PAYMENT: Firm prices shall be quoted, typed orprinted in ink, and include all pocking, haDd|inQ, shipping charges and delivery to the destination shown herein. Bidder is requested to offer CSGh discount for prompt invoice payment. Discount time will be & Page 799 Of 1406 computed from the date of satisfactory delivery at place of acceptance or from receipt of correct invoice at the office specified, whichever is later. Upon delivery, the City shall make final inspection. If this inspection shows that the equipment/service has been delivered/performed in a satisfactory manner in accordance with the specifications, the City shall receive the same. Final payment due the bidder shall be withheld until visual inspection is made by the using department and merits of performance evaluated. This total acceptance will be done in a reasonable and timely manner. Acceptance shall not exceed thirty (30) days. If any equipment/service has to be rejected for any reason, the bidder shall be required to pick up the equipment, accomplish the necessary repairs and return the equipment to the City. Warranty repairs may be accomplished on City property if space is available; this will be at the discretion of the City. Title to or risk loss or damage to all items shall be the responsibility of the bidder, unless such loss or damages have been proven to be the result of negligence by the City. A. TAXES: Do not include State or Federal taxes. Not applicable to municipalities. B. MISTAKES: Bidders are expected to examine the specifications, delivery schedule, bid prices, extensions and all instructions pertaining to supplies and services. Failure to do so will be at bidder's risk. C. DISCOUNTS: Will be considered in determining the lowest net cost. D. CONDITION AND PACKAGING: It is understood and agreed that any item offered or shipped as a result of this bid shall be new (current production model at the time of this bid). All containers shall be suitable for storage or shipment, and all prices shall include standard commercial packaging. E. SAFETY STANDARDS., Unless otherwise stipulated in the bid, all manufactured items and fabricated assemblies shall carry U.L. approval and reexamination listing where such has been established. TIMEOF DELIVERY: The bidder shall state in the bid the time of delivery of the equipment. Time is of importance to the City and the bidder is hereby notified that the date of delivery will be considered as a factor in the evaluation of the bids LICENSE AND PERMITS: It shall be the responsibility of the successful bidder to obtain all licenses and permits, if required, to complete this service at no additional cost to the City. Licenses and permits shall be readily available for review by the Purchasing Agent and City Inspectors. .COMPLIANCE WITH OCCUPATIONAL SAFETY AND HEALTH: Bidder certifies that all material, equipment, etc., contained in this bid meets all O.S.H.A. requirements. Bidder further certifies that if awarded as the successful bidder, and the material equipment, etc. delivered is subsequently found to be deficient in any O.S.H.A. requirement in effect on date of delivery, all costs necessary to bring the materials, equipment, etc., into compliance with the aforementioned requirements shall be borne by the bidder. Bidder certifies that all employees, subcontractors, agents, etc. shall comply with all O.S.H.A. and State safety regulations and requirements. PALM BEACH COUNTY INSPECTOR GENERAL: The contractor is aware that the Inspector General of Palm Beach County has the authority to investigate and audit matters relating to the negotiation and performance of any contracts 9 Page 800 of 1406 resulting from this solicitation, and in furtherance thereof, may demand and obtain records and testimony from the contractor and its subcontractors and lower tier subcontractors. The contractor understands and agrees that in addition to all other remedies and consequences provided by law, the failure of the contractor or its subcontractors or lower tier subcontractors to fully cooperate with the Inspector General when requested, may be deemed by the municipality to be a material breach of this contract justifying its termination. PUBLIC RECORDS: Sealed documents received by the City in response to an invitation are exempt from public records disclosure until thirty (30) days after the opening of the Bid unless the City announces intent to award sooner, in accordance with Florida Statutes 119.07. The City is public agency subject to Chapter 119, Florida Statutes. The Contractor shall comply with Florida's Public Records Law. Specifically, the Contractor shall, A. Keep and maintain public records required by the CITY to perform the service; B. Upon request from the CITY's custodian of public records, provide the CITY with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided in chapter 119, Fla. Stat. or as otherwise provided by law; C. Ensure that public records that are exempt or that are confidential and exempt from public record disclosure requirements are not disclosed except as authorized by law for the duration of the contract term and, following completion of the contract, Contractor shall destroy all copies of such confidential and exempt records remaining in its possession once the Contractor transfers the records in its possession to the CITY; and D. Upon completion of the contract, Contractor shall transfer to the CITY, at no cost to the CITY, all public records in Contractor's possession All records stored electronically by Contractor must be provided to the CITY, upon request from the CITY's custodian of public records, in a format that is compatible with the information technology systems of the CITY. E. IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUES, TO THE CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS: CRYSTAL GIBSON, CITY CLERK 3301 QUANTUM BLVD., SUITE 101, BOYNTON BEACH, FL 33426 561-742-6061 GIBSONC@BBFL.US QUESTIONS: Any questions relative to any item(s) or portion of this bid or Invitation to Bid should be directed to Eric Marmer, Senior Buyer, Monday through Friday, 8:00 A.M. to 5:00 P.M. at(501) 742-632E2i E-mail marmere&WIms LOCALPREFERENCE _-aUSINESS 10 Page 801 of 1406 The City of Boynton Beach Administrative Policy No. 10.16.01 provides for a local business preference. "For all acquisitions made pursuant to Sealed Competitive Bid, as provided in Sec. 10.05, the City shall give preference to a Local Business if the Local Business' bid is determined to be within five percent (5%) or five thousand dollars ($5,000.00), whichever is less, of the lowest responsible and responsive bidder. In revenue generating contracts where award, if any, is to be made to the bidder returning the highest amount to the City, the same preference set forth herein shall be applied with respect to the highest bid." In order to be considered for a local business preference, a bidder must include the Local Business Status Certification Form at the time of bid submittal. Failure to submit this form at the time of bid submittal will result in the bidder being found ineligible for the local business preference for this solicitation. TERMINATION Upon thirty (30) calendar days" written notice to Contractor, City may, without cause and without prejudice to any other right or remedy, terminate this Agreement for City's convenience. Where the Agreement is terminated for the convenience of City, the notice of termination to Contractor must state that the Agreement is being terminated for the convenience of the City under this termination clause, the effective date of the termination, and the extent of termination. Contractor shall be paid for the services up to and including the effective date of the termination. This shall mean payment for all completed tasks and payment for uncompleted tasks based upon a percentage of completion of such uncompleted tasks. Contractor shall not be paid on account of loss of anticipated profits or out of or resulting from such termination SCRUTINIZED COMPANIES - 287.135 and 215.473 By submission of this Bid, Proposer certifies that Proposer is not participating in a boycott of Israel. Proposer further certifies that Proposer is not on the Scrutinized Companies that Boycott Israel list, not on the Scrutinized Companies with Activities in Sudan List, and not on the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or has Contractor been engaged in business operations in Syria. Subject to limited exceptions provided in state law, the City will not contract for the provision of goods or services with any scrutinized company referred to above. Submitting a false certification shall be deemed a material breach of contract. The City shall provide notice, in writing, to Contractor of the City's determination concerning the false certification. Contractor shall have five (5) days from receipt of notice to refute the false certification allegation. If such false certification is discovered during the active contract term, Contractor shall have ninety (90) days following receipt of the notice to respond in writing and demonstrate that the determination of false certification was made in error. If Contractor does not demonstrate that the City's determination of false certification was made in error then the City shall have the right to terminate the contract and seek civil remedies pursuant to Section 287.135, Florida Statutes, as amended from time to time. Solicitation responses of $1 million or more must include the attached Scrutinized Companies form to certify that the Proposer is not on either of those lists. SPECIAL TERMS AND CONDITIONS Page 802 of 1406 PURPOSE: The purpose of this Solicitation is to obtain bids from contractors for Lime Sludge Removal and Disposal, in accordance with the terms, conditions, and specifications contained in this Invitation to Bid. TERM OF CONTRACT: The initial term of the contract awarded shall be for three (3) years effective upon date the contract is fully executed by all parties. The City of Boynton Beach Purchasing Manager in consultation with the Finance Director may extend the agreement at the same terms, and conditions, for two (2) one-year renewals (exercised separately) subject to vendor acceptance, satisfactory performance as determined by the Purchasing Manager, and determination by the Purchasing Manager that renewal will be in the best interest of the City. An increase in cost of less than 2% for each extension may be approved by the City administration and does not require Commission approval. The City reserves the right to extend automatically for a period not to exceed an additional twelve (12) months in order to provide the City with continual service while a new contract is solicited, evaluated and/or awarded. PRICE ESCALA TIONIDE-ESCALATION. The City of Boynton Beach will allow a price escalation/de-escalation provision within this award. The original bid prices shall be firm for a 1-year minimum period. A price escalation/de- escalation will be allowed I year after the beginning of the award period and at 1-year intervals thereafter, provided the Awardee notifies the City of Boynton Beach, in writing, of the pending price escalation/de-escalation a minimum of 60 days prior to the effective date of the price escalation/de-escalation. The price escalation percentage change shall not exceed the previous 1-year's percentage change of the Consumer Price Index for All Urban Consumers (CPI-U) published by the U.S. Department of Labor's Bureau of Labor Statistics. Failure to comply with these instructions shall be grounds for disallowance of a price escalation as allowed herein. If, at the point of exercising the price escalation provision, market media indicators show that the prices have decreased, and that the Awardee has not passed the decrease on to the City of Boynton Beach, the City reserves the right to place the Awardee in default and cancel the award. BASIS OF AWARD: It is the intent of the City to award the bid to the lowest responsive and responsible bidder. Once opened, the bids will be tabulated and evaluated by the City before recommendation and/or notice of intent to award. The City, in its sole discretion, reserves the right to accept or reject any or all bids for any reason whatsoever. The City further reserves the right to waive irregularities and technicalities and/or to request resubmission. There is no obligation on the part of the City to award' the bid to the lowest bidder, or any bidder. The City reserves the right to make the award to a responsible bidder submitting a responsive bid most advantageous and in the best interest of the City. The City shall be the sole judge of the bids and the City's decision shall be final. INSURANCE: It shall be the responsibility of the successful bidder to maintain workers' compensation insurance, property damage, liability insurance and vehicular liability insurance, during the time any of bidder's personnel are working on City of Boynton Beach property. The vendor shall furnish the City with a certificate of insurance after award has been made prior to the start of any work on City property. Said insured companies must be authorized to do business in the State of Florida and the City will not accept any company that has a rating less than B+ in accordance to A.M. Best's Key Rating Guide, latest edition. 12 Page 803 of 1406 Remainder of Page Intentionally Left Blank INVITATION TO BID FOR LIME SLUDGE REMOVAL, HAULING AND DISPOSAL BID No.: 004-2821-20/EM SCOPE OF WORK Contractor shall be responsible for the hauling and disposal of East water treatment plant dry lime sludge on an as needed basis. Pickup site is the City of Boynton Beach East Water 13 Page 804 of 1406 Treatment Plant 1620 S. Seacrest BLVD., Boynton Beach, FL 33435, Contractor will have and maintain all necessary permits for transport and disposal of the dry lime sludge produced. The Contractor will comply with all regulations pertaining to the transport and disposal of the lime sludge. The Contractor will be responsible for all related costs - whether stated or unstated - for the acceptance, transport, management and disposal of dry lime sludge in accordance with all existing applicable regulations and in compliance with all requirements of this document. The City's facilities are currently operating under regulations issued by Federal and State regulatory agencies. The Contractor shall abide by any order, regulation, permit, license, restriction, injunction, moratorium, or denial of permission to operate the facilities which may be imposed or issued by any agency having jurisdiction, The Contractor shall cooperate with the City during any test, experiment, construction, maintenance, or any other operation, which may affect the production of lime sludge at the City facility. Disposal Site Lime Sludge will be hauled from the designated location to an approved disposal site(s) (use attachment B within this bid). Contractor shall be responsible for supplying equipment and the manpower necessary for the loading, transporting and disposal of the lime sludge, unless otherwise specified. Scheduling Lime sludge pickups to be made upon request by the Chief Operator or his designee at the East Water Treatment Plant. The City will give a two (2) day minimum notice to the contractor for all pickups. Contractor shall notify the Chief Operator or his designee immediately whenever unforeseen situations occur that may interfere with the scheduled transport. Contractor agrees that sludge removal operations will not be halted due to transportation problems. Trip/disposal tickets on a form acceptable to the City and FDEP shall establish a chain of custody from the City to the Contractor and quantities delivered. Such tickets shall reflect each load transported and shall match each load referenced in invoices submitted to the City for payment by the Contractor. These tickets will indicate the tonnage of sludge hauled, date, driver and ultimate disposal site for each truck load. Tickets will be signed by the Water Treatment Manager or his designated representative. The City will retain a copy of the tickets for its records. Measurement of Quantities for Billing Purposes Contractor shall coordinate and verify with the Chief Operator or designee in measuring the quantities of sludge removed. These measurements will be the basis for payment. If trucks are not properly filled, the truck will be turned around and reloaded. Dumping Charges 14 Page 805 of 1406 The Contractor will be responsible for payment of any and all dumping charges. Working Hours and Scheduling Intervals Service shall be performed at hours designated by the Chief Operator or designee and in such a manner as not to disrupt ongoing operations. Services will generally be required on a normal work day excluding weekends and holidays, however City may require services at any given time. Normal working hours are from 7 a.m. to 3 p.m. For security reasons Contractor shall not have access to the property after hours, without explicit approval from City. NO EXCEPTIONS. A. Any violations of weight regulations or traffic laws will be the sole responsibility of the Contractor. B. Contractor will completely remove and sanitize any spillage, accidental or otherwise, which occurs on or off the City's site. In addition, the Contractor shall report the spillage to the proper agencies and to the City in a timely manner. The City reserves the right to inspect and reject all modes proposed by the Contractor for transporting the dry lime sludge. The cleanup of any sludge which is dumped, spilled, or discarded in any location other than a site authorized for that purpose, shall be the sole responsibility of the Contractor, and conducted by the Contractor at his expense, in accordance with all applicable laws. Quantity shown on pricing page 8,000 CYs is only an estimate of the amount of lime sludge to be removed over a twelve (12) month time period. The City makes no guarantee of any minimum amount to be transported from the plant during the contract time period. This chart shows the number of 20 cu yard FISCAL YEAR TRUCKS HAULED trucks hauled in previousfiscal years: FY2015 l 2016 0 FY2016 2017 441 Y2017/2018 251 The Contractor will have and maintain all permits and shall meet all Federal, State and local rules and policies pertaining to the transport of lime sludge. If new regulations either proposed or in effect at the time of the proposal due date are enacted which cause substantial economic impact upon the Contractor, the City may negotiate with the Contractor to reach a mutually satisfactory resolution to the processing cost differential Current mode of Operation: All bidders to assume current mode of operation as follows: city resources will stock pile the material to an area South of the Sludge Lagoon from where the vendor will load and hauling material. No other alternatives to current operations to be considered at this time. Scheduling of loading and hauling activities must be coordinated through the Chief Operator or designee. 15 Page 806 of 1406 Hauling and disposal is anticipated at least once a month, however, may be more frequent depending on plant operations. During loading and hauling operations, no more than ten (10) trucks can be staged on site. No trucks will be allowed to be staged off site and in the adjacent neighborhood streets. If needed, hauling operations may be extended over several days. Vendor may use their own version of a load ticket, however, at a minimum, each ticket must include date, time, truck number, driver's name and number (if applicable), and cubic volume of load. Prior to leaving the plant, each truck load must be visually verified by the City, with a Load Ticket submitted to the designated City personnel overseeing the hauling operation. MINIMUM QUALIFICATIONS Bidder shall submit information and documentation requested in this Section that confirms it meets the following qualification requirement(s). For the purposes of this ITB, a responsible Bidder is a Bidder that meets the minimum qualification requirements below, I. Contractors Qualifications Emphasis will be given as to how the firm-wide experience and expertise in the area of Lime Sludge....Removal. Contractors must have a minimum of three (3) years of lime sludge hauling/disposal operations within the State of Florida. Bidder shall provide a list with year, make and model of all equipment proposed to use in providing Lime Sludge removal services to the City. Contractor is to have clearly identified disposal locations. Identify disposal site; name address, type of facility and attach certification authorizing acceptance of dry lime sludge. Any changes or modifications in disposal site must be accepted by the City. Additionally, proposer shall provide a letter of guarantee from an additional source where it can obtain additional vehicles in the event they are required and must identify all equipment to be used. The successful Contractor shall be required to execute a City contract covering the scope of services to be provided and setting forth the duties, rights and responsibilities of the parties. 2. References Provide a list (use attachment C within this bid) and description of similar projects satisfactorily performed within the past three (3) years and must provide references. 16 Page 807 of 1406 For each engagement listed, include the name and telephone number of a representative for whom the engagement was undertaken who can verify satisfactory performance. Emphasis should be given to references from government entities. If the proposer cannot satisfy the requirements for similar work, the City may reject the bid. REMAINDER OF PAGE INTENTIONALLY LEFT BLANK INVITATION TO BID FOR LIME SLUDGE REMOVAL, HAULING AND DISPOSAL BID No.: 004-2821-20/EM Date: We the undersigned, as Bidders, hereby declare that we have carefully read this proposal or bid and the provisions, terms and conditions concerning the equipment, materials, supplies or services 17 Page 808 of 1406 .......... as called for, and with full knowledge and understanding of the requirements and conditions, do hereby agree to furnish and to deliver as indicated, FOB, City Facility Location, with all transportation charges prepaid, and for the prices quoted thereon as follows. Submit your signed, firm, fixed fee pricing for providing all services, materials, etc., required for completion of services. The unit price is all inclusive, and includes all equipment, labor, and material, required in hauling the lime sludge from the premises, including, but not limited to, providing a frontend loader with operator, loading the lime sludge material into vendor provided trucks, and hauling the loads from the plant to a site approved by the state to receive lime sludge. Description Estimated Annual Price Per Cubic Yard Total Estimated Quantity Annual Cost Hauling and disposal Provide cubic yards of lime sludge from the Boynton Beach East Water Treatment Plant to I VC4 an approved disposal 16,000 Cubic Yards $ site. All equipment, labor and resources necessary in loading, hauling,and disposal. ArZOUME Cop,nwjlot� COMPANY NAME -SIGNA'I-(JRE PRINTED NAME N 1)0, ( 5, '7 S ! TELEPHONE NUMBER TITLE E-MAIL ADDIRESS Attachment "A" City of Boynton Beach Risk Management Department INSURANCE ADVISORY FORM Under the terms and conditions of all contracts,leases,and agreements,the City requires appropriate coverages listing the City of Boynton Beach as Additional Insured. This is done by providing a Certificate of Insurance listing the City as "Certificate Holder" and "The City of Boynton Beach is Additional insured as respect to coverages noted," Insurance companies providing insurance coverages must have a current rating by A.M. Best Co. of"B+"or higher. (NOTE: An insurance contract or binder may be accepted as proof of insurance if Certificate is provided upon selection oftendor.) The following is a list of types of insurance required of contractors, lessees, etc.,and the limits required by the City- (NOTE: This list is not an inclusive,and the City reserves the right to require additional types of insurance, or to raise or lower the stated limits, based upon identified risk.) ------------------------------------------------——---------------------------------------------—-------------------------------------- TYPE (Occurrence Based Only) MIN WMIjM11LREQUIRM ----------------------------------------------------------------------------------------------------------------------------------------- is Page 809 of 1406 General Liability General Aggregate $ 1,000,000.00 Commercial General Liability Products-Comp/Op Agg. $ 1,000,000.00 Owners&Contractor's Protective(OCP) Personal&Adv.Injury $ 1,000,000.00 Liquor Liability Each Occurrence $ 1,000,000.00 Professional Liability Eire Damage(any one fire) $ 50,000.00 Employees&Officers Med.Expense(any one person) $ 5,000.00 Pollution Liability Asbestos.Abatement Lead Abatement Broad Form Vendors Premises Operations Underground Explosion&Collapse Products Completed Operations Contractual Independent Contractors Broad Form Property Damage Fire Legal Liability Automobile Liability Combined Single Limit $ 500,000.00 Any Auto Bodily Injury(per person) to be determined All Owned Autos Bodily Injury(per accident) to be determined Scheduled Autos Property Damage to be determined Hired Autos 'frailer Interchange $ 50,000.00 Non-Owned Autos PIP Basic Intermodal Garage Liability Auto Only,Each Accident $ 1,000,000.00 Any Auto Other Than Auto Only $ 100,000.00 Garage Keepers Liability Each Accident $ 1,000,000.00 Aggregate $ 1,000,000.00 Excess Liability Each Occurrence to be determined Umbrella Form Aggregate to be determined ---------------------------------------------------------------------------------------------------------------------------------------- Worker's Compensation Statutory Limits Employer's Liability Fach Accident $ 100,000.00 Disease,Policy Limit $ 500,000.00 Disease Each Employee $ 100,000.00 ------------------------------------------------------------------------------------------------------------------------------------ Property Homeowners Revocable Permit $ 300,000.00 Builder's Disk Limits based on Project Cost Other- As Disk identified to be determined 19 Page 810 of 1406 BIDDER ACKNOWLEDGEMENT Submit Bids to: PURCHASING SERVICES 3301 Quantum Blvd., Suite 101 Boynton Beach, FL 33426 Telephone: (561) 742-6310 Bid Title: "LIME SLUDGE REMOVAL, HAULING AND DISPOSAL" Bid Number: 004-2821-20/EM Bid Due: December 6, 2019, NO LATER THAN 2:30 P.M. (LOCAL TIME) Bids will be opened in Purchasing Services unless specified otherwise and may not be withdrawn within ninety (90) days after such date and time. All awards made as a result of this bid shall conform to applicable sections of the charter and codes of the City. Name of Bidder: Federal I.D. Number: -fs Aei A Corporation of the State of: 'j k& t1 L—RA\tj Area Code: Telephone Number: Area Code: FAX Number: Mailing Address: V',/\K� Qi--) City/State/Zip: i l .st 1 1 Vendor Mailing Date: ral D.,)lx)I C1 /16 E-Mail Address; Authorized Signat6*,,—,1 THIS PAGE TO BE SUBMITTED FOR BID PACKAGE TO BE CONSIDERED COMPLETE AND ACCEPTABLE 20 Page 811 of 1406 NON COLLUSION AFFIDAVIT OF PRIME BIDDER State of = (e,--Atj County of MACOKAP-> — ) R 0 C-)E rz—i V p—b c-,eT-'> being first duly sworn, deposes and says that: 1) Heis of FIZOL-11me C)N3 (Title) (Name of Corporation or Firm) the bidder that has submitted the attached bid: 2) He is fully informed respecting the preparation and contents of the attached bid and of all pertinent circumstances respecting such bid; 3) Said bid is genuine and is not a collusive or sham bid; 4) Further, the said bidder nor any of its officers, partners, owners, agents, representatives, employees or parties in interest, including this affiant, has in any way colluded, conspired, connived or agreed, directly or indirectly with any other bidder, firm or person to submit a collusive or sham bid in connection with the Contract for which the attached bid has been submitted or to refrain from bidding in connection with such Contract, or has in any manner, directly or indirectly, sought by agreement or collusion or communications or conference with any other bidder, firm or person to fix the price or prices in the attached bid or of any other bidder, or to fix any overhead, profit or cost element of the bid price or the bid price of any other bidder, or to secure through any collusion, conspiracy, connivance or unlawful agreement any advantage against the City of Boynton Beach or any person interested in the proposed Contract; and 5) The price or prices quoted in the attached bid are fair and proper and are not tainted by any collusion, conspiracy, connivance or unlawful agreement on the part of the bidder or any of its agents, representatives, owners, employees, or parties in interest, including this affiant. Signed Subscribed and sworn to before me (Title) This Yj) day of 20 `F �r9ra 'app (�OUNTYOFMACOMB My commission expires 17 0 Y OP MIC THIS PAGE TO BE SUBMITTED FOR BID PACKAGE TO BE CONSIDERED COMPLETE AND ACCEPTABLE Page 812 of 1406 ANTI-KICKBACK AFFIDAVIT l kCA I , Q STATE OF FEeRH)A M A16101 f-I t--,> SS COUNTY OF PALM-BE-AC-1-1 1, the undersigned hereby duly sworn, depose and say that no portion of the sum herein bid will be paid to any employees of the City of Boynton Beach as a commission, kickback, reward of gift, directly or indirectly by me or any member of my firm or by an officer of the corporation. By: NAME - SIGNATURE C7 Sworn and subscribed before me this - dayof b16W1661L,,, 20 le,I Printed Information: T-Z V, Q 0 C?�OL....A,. NAME.... 00UN7Y t6c,""'WorkAcOks T LE on a0l's 1T,2019 NOTARY PUBLIC, State or4 at Large A-C�TifNL, IM �TTICOI)arv_,je, e_0 R-a C)L_I cu c-_ �AA COMPANY "OFEICIAL NOTARY SEAL" STAMP THIS PAGE TO BE SUBMITTED FOR BID PACKAGE TO BE CONSIDERED COMPLETE AND ACCEPTABLE Page 813 of 1406 CONFIRMATION OF MINORITY OWNED BUSINESS A requested form to be made a part of our files for future use and information. Please fill out and indicate in the appropriate spaces provided which category best describes your company. Return this form with your bid proposal sheet making it an official part of your bid response. Is your company a Minority Owned Business? Yes No If Yes, please indicate by an 'X' in the appropriate box: AMERICAN INDIAN ASIAN BLACK HISPANIC WOMEN OTHER NOT APPLICABLE (specify) Do you possess a Certification qualifying your business as a Minority Owned Business? YES NO If YES, Name the Organization from which this certification was obtained and date. Issuing Organization for Certification Date of Certification THIS PAGE TO BE SUBMITTED FOR BID PACKAGE TO BE CONSIDERED COMPLETE AND ACCEPTABLE Page 814 of 1406 CONFIRMATION OF DRUG-FREE WORKPLACE Preference shall be given to businesses with drug-free workplace programs. Whenever two or more bids which are equal with respect to price, quality, and service are received by the City of Boynton Beach or by any political subdivision for the procurement of commodities or contractual services, a bid received from a business that certifies that it has implemented a drug-free workplace program shall be given preference in the award process. Established procedures for processing tie bids will be followed if none of the tied vendors have a drug-free workplace program. In order to have a drug-free workplace program, a business shall: 1) Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the workplace and specifying the actions that will be taken against employees for violations of such prohibition. 2) Inform employees about the dangers of drug abuse in the workplace, the business's policy of maintaining a drug-free workplace, any available drug counseling, rehabilitation, and employee assistance programs, and the penalties that may be imposed upon employees for drug abuse violations. 3) Give each employee engaged in providing the commodities or contractual services that are under bid a copy of the statement specified in subsection (1). 4) In the statement specified in subsection (1), notify the employee that, as a condition of working: on the commodities or contractual services that are under bid, the employee will abide by the terms of the statement and will notify the employer of any conviction of, or plea of guilty or nolo contendere to, any violation of Chapter 893 or of any controlled substance law of the United States or any state, for a violation occurring in the workplace no later than five (5) days after such conviction. 5) Impose a sanction on, or require the satisfactory participation in a drug abuse assistance or rehabilitation program if such is available in the employee's community by, any employee who is so convicted. 6) Make a good faith effort to continue to maintain a drug-free workplace through implementation of this section. As the person authorized to sign the statement, I certify t his, it "camp 'es fully with the above requirements. Vendor's Signature fi Page 815 of 1406 PALM BEACH COUNTY INSPECTOR GENERAL ACKNOWLEDGMENT The Contractor is aware that the Inspector General of Palm Beach County has the authority to investigate and audit matters relating to the negotiation and performance of this contract, and in furtherance thereof may demand and obtain records and testimony from the Contractor and its subcontractors and lower tier subcontractors. The contractor understands and agrees that in addition to all other remedies and consequences provided by law, the failure of the Contractor or its subcontractors or lower tier subcontractors to fully cooperate with the Inspector General when requested may be deemed by the municipality to be a material breach of this contract justifying its termination. CONTRACTOR N iE By R 0 4zt Vis, t:y Title: -� ,s I t Date: Q LZ) ' THIS PAGE TO BE SUBMITTED FOR BIDPACKAGE TO BE CONSIDERED COMPLETE AND ACCEPTABLE zs Page 816 of 1406 N I DT AHL-16A CITY OF BOYNTON BEACH LOCAL BUSINESS STATUS CERTIFICATION I the of of officer of company) (Title of officer of company) located at (Name o orporation/Company) (Business Address) Certify that I an authorized representative of the business and, on behalf of the Business, reque that it be deemed to be a local business for purposes of the City of at 0 I re rp q 0 u ra at n 10 es that n authorized u t C th it 0 0 bm riz ep e an d deemed e Boynton Beach\Locareferenc e Program. Answering yes to Question I and Question 2 below will qualify the bus' ess as a local business. In support of this request, I certify the following to be true and coir -t: NAME OF BUSINESS:- 1. Is the business located withine City limits YES Number of Years: of Boynton Beach, Florida? 2. Does the business have a businestax YES Business License receipt issued in the current year? Number: 3. Is the business registered with the Florida S N-0 Division of Corporations? I understand that misrepresentation of any facts in connectio with this request may be cause ,8 for removal from the certified local business list. I also agree at the business is required to notify the City in writing should it cease to qualify as a local busine Print Name: Signature. ***FOR PURCHASING USE ONLY*** Business License Year Established: Active: Verified by: Date: Page 817 of 1406 a F x CERTIFICATION PURSUANT TO FLORIDA287.135 . . 1, Q Z i , on behalf of - L-3jti �?QP )2ATl ertify Print Mame and Title Company Dame that 81.111 Q Ki IU` ` does not: Company Name 1. Participate in a boycott of Israel; and 2. Is not on the Scrutinized Companies that Boycott Israel List; and 3. Is not on the Scrutinized Companies with Activities in Sudan Dist; and 4. Is not on the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List; and 5. Has not engaged in business operations in Syria. Submitting a false certification shall be deemed a material breach of contract. The City shall provide notice, in writing, to the Contractor of the City's determination concerning the false certification. The Contractor shall have ninety (90) days following receipt of the notice to respond in writing and demonstrate that the determination of false certification was made in error. If the Contractor does not demonstrate that the City's determination of false certification was made in error then the City shall have the right to terminate the contract and seek civil remedies pursuant to Florida Statute § 2'87.135. Section 287.135, Florida Statutes, prohibits the City from. 1) Contracting with companies for goods or services in any amount if at the time of bidding on, submitting a proposal for, or entering into or renewing a contract if the company is on the Scrutinized Companies that Boycott Israel List, created pursuant to Section 215.4725, F.S. or is engaged in a boycott of Israel; and 2) Contracting with companies, for goods or services over$1,000,000.00 that are on either the Scrutinized Companies with activities in the Iran Petroleum Energy Sector list, created pursuant to s. 2.15.473, or are engaged in business operations in Syria. As the person authorized to sign on behalf of the Contractor, I hereby certify that the company identified above in the section entitled "Contractor dame" does not participate in any boycott of Israel, is not listed on the Scrutinized Companies that Boycott Israel List, is not listed on either the Scrutinized Companies with activities in the Iran Petroleum Energy Sector List, and is not engaged in business operations in Syria. I understand that pursuant to section 287.135, Florida Statutes, the submission of a false certification may subject the company to civil penalties, attorney's fees, andlor costs. I further understand that any contract with the City for goods or services may be terminated at the option of the City if the company is found to have submitted Page 818 of 1406 false certification or has been placed on the Scrutinized Companies with Activities in Sudan list or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List. zo - p COMPANY NAME SIGNATURE Q06eu IVi' F f-124a PRINT NAME TITLE Page 819 of 1406 STATEMENT OF NO BID It ou are not bidding this service/commodity, please complete and return this form to: PRi I CUREMENT SERVICES, City of Boynton Beach, 3301 Quantum Blvd., Suite 101, Boynton Be, ac FL 33426 Failure It espond may result in deletion of vendor's name from the qualified bidder's list for the Ci f Boynton Beach. COMPANY NA ADDRESS: TELEPHONE: SIGNATURE: DATE: WE, the undersigned have declined to bi on your Bid No.: 004-2821-2JOEM to "LIME SLUDGE REMOVAL, HAULING AND, DISPOS " because of the following reasons: Specifications too "tight", i.e., gea d toward brand or manufacturer only (explain below) Insufficient time to respond to the Invitation Bid We do not offer this product or an equivalent Our product schedule would not permit us to perform Unable to meet specifications Unable to meet bond requirements Specifications unclear(explain below) Other (specify below) REMARKS: Page 820 of 1406 --- ........... Attachment B DISPOSAL SITES Identify disposal site(s); name address,type of facility and attach certification authorizing acceptance of dry lime sludge. Site I Name Agency/Company Address TV IZCIIPO� 13-90, City,Stare,Zip 61,..ADC-- C Facility Type I t� V--fk Ck L-A i t. Site 2 Name Agen��any_ Address City,Stare,Zip Facility Type Site 3 Name Address City,Stare,Zip Facility Type Page 821 of 1406 Attachment C REFERENCES AND LOCALL T WORK HISTORY Provide contracts for similar work that your firm has completed in the past three (3) years. CALENDAR YEAR 2016 GENERAL DESCRIPTION 1/ALUE CSF DATE NAME ANL PHONE NUMBER OF OF WORK PERFORMED WORK COMPLETED ADDRESS OF PROJECT OWNER AS PRIME CONTRACTOR PERFORMED PROJECT OWNER M Qvi (384, 5W,dOCA. Qoj bplzz�t-Spleu)v 42 3Teliolvl Page 822 of 1406 Attachment C (continued) CALENDAR YEAR 2017 GENERAL DESCRIPTION VALUE OF DATE NAME AND PHONE NUMBER OF OF WORK PERFORMED WORK COMPLETED ADDRESS OF PROJECT OWNER AS PRIME CONTRACTOR PERFORMED PROJECT OWNER 6t/ � aq,IJ3,Oda- 2017 pw� Page 823 of 1406 Attachment C (continued) CALENDAR YEAR 2018 GENERAL DESCRIPTION VALUE OF DATE NAME AND PHONE NUMBER OF OF WORK PERFORMED WORK COMPLETED ADDRESS OF PROJECT OWNER AS PRIME CONTRACTOR PERFORMED PROJECT OWNER Oda ew 4klom i i� t UA In= 1 Ci4tf1 /altj e3z ...................................... "DRAFT" SUBJECT TO REVISIONS PRIOR TO SIGNING. Page 824 of 1406 PROFESSIONAL AGREEMENT BETWEEN THE CITY OF BOYON BEACH AND VENDOR THIS AGREEMENT is entered into between the City of Boynton Beach, hereinafter referred to as "the City", and TBD, hereinafter referred to as "Vendor", in consideration of the mutual benefits, terms, and conditions hereinafter specified. 1. PROJECT DESIGNATION. The Vendor is retained by the City to provide Lime and Sludge Removal, Hauling and Disposal as.outlined in BID#004-2821-20/EM. 2. SCOPE OF SERVICES. Vendor agrees to perform the services, identified on Exhibit "A" attached hereto and incorporated herein by reference, including the provision of all labor, materials, equipment and supplies. No modifications will be made to the original scope of work without the written approval of the City Manager or his designee. 3. TIME FOR PERFORMANCE. Work under this Agreement shall commence upon the giving of written notice by the City to the Vendor to proceed. Vendor shall perform all services and provide all work product required pursuant to this Agreement effective TBD. 4. TERM. The initial term of the contract shall be for three (3)years effective upon date the contract is fully executed by all parties. The City of Boynton Beach Purchasing Manager in consultation with the Finance Director may extend the agreement at the same terms, and conditions, for two (2) one-year renewals (exercised separately) subject to vendor acceptance, satisfactory performance as determined by the Purchasing Manager, and determination by the Purchasing Manager that renewal will be in the best interest of the City. An increase in cost of less than 2% for each extension may be approved by the City administration and does not require Commission approval. 5. PAYMENT. The Vendor shall be paid by the Provider/City for completed work and for services rendered under this Agreement as follows: a. The total contract price, TBD , shall be the total amount of payment to Vendor for services provided under this Agreement for the entire term of the Agreement b. Payment for the work provided by Vendor shall be made promptly on all invoices submitted to the City properly, provided that the total amount of payment to Vendor shall not exceed the total contract price without express written modification of the Agreement signed by the City Manager or designee. c. The Vendor may submit invoices to the City once per month during the progress of the work for partial payment. Such invoices will be checked by the City, and upon approval thereof, payment will be made to the Vendor in the amount approved. d. Final payment of any balance due the Vendor of the total contract price earned will be made promptly upon its ascertainment and verification by the City after the completion of the work under this Agreement and its acceptance by the City. e. Payment as provided in this section bytheCity shall be full compensation for work performed, services rendered, and for all materials, supplies, equipment and incidentals necessary to complete the work. f. The Vendor's records and accounts pertaining to this Agreement are to be kept available for inspection by representatives of the City and State for a period of three (3) years after the termination of the Agreement. Copies shall be made available upon request 6. OWNERSHIP AND USE OF DOCUMENTS. All documents, drawings, specifications and other materials produced by the Vendor in connection with the services rendered under this agreement shall be the property of the City whether the project for which they are made is executed or not. The Vendor shall be permitted to retain copies, including reproducible Page 825 of 1406 ................_---__................... copies, of drawings and specifications for information, reference and use in connection with Vendor's endeavors. 7. COMPLIANCE WITH LAWS, Vendor shall, in: performing the services contemplated by this Agreement, faithfully observe and comply with all federal, state of Florida and City of Boynton Beach, ordinances and regulations that are applicable to the services to be rendered under this agreement. 8. INDEMNIFICATION. Vendor shall indemnify, defend and hold harmless the City, its offices, agents and employees, from and against any and all claims, losses or liability, or any portion thereof, including attorneys fees and costs, arising from injury or death to persons, including injuries, sickness, disease or death to Vendor's own employees, or damage to property occasioned by a negligent act, omission or failure of the Vendor. 9. INSURANCE. The Vendor shall secure and maintain in force throughout the duration of this contract comprehensive general liability insurance with a minimum coverage of $1,000,000 per occurrence and $1,000,000 aggregate for personal injury; and $1,000,000 per occurrence/aggregate for property damage, and professional liability insurance in the amount of $1,000,,000 per occurrence to $2,000.000 aggregate with defense costs in addition to limits. Said general liability policy shall name the City of Boynton Beach as an additional named insured and shall include a provision prohibiting cancellation of said policy except upon thirty (30) days prior written notice to the City. Certificates of coverage as required by this section shall be delivered to the City within fifteen (15) days of execution of this agreement. 10. INDEPENDENT CONTRACTOR. The Vendor and the City agree that the Vendor is an independent contractor with respect to the services provided pursuant to this Agreement. Nothing in this Agreement shall be considered to create the relationship of employer and employee between the parties hereto- Neither Vendor nor any employee of Vendor shall be entitled to any benefits accorded City employees by virtue of the services provided under this Agreement. The City shall not be responsible for withholding or otherwise deducting federal income tax or Social Security or for contributing to the state industrial insurance program, otherwise assuming the duties of an employer with respect to Vendor, or any employee of Vendor. 11. COVENANT AGAINST CONTINGENT FEES. The Vendor warrants that he has not employed or retained any company or person, other than a bona fide employee working solely for the Vendor, to solicit or secure this contract, and that he has not paid or agreed to pay any company or person, other than a bona ode employee working solely for the Vendor any fee, commission, percentage, brokerage fee, gifts, or any other consideration contingent upon or resulting from the award or making of this contract. For breach or violation of this warranty, the City shall have the right to annul this contract without liability or, in its discretion to deduct from the contract price or consideration, or otherwise recover, the full amount of such fee, commission, percentage, brokerage fee, gift, or contingent fee. 12. DISCRIMINATION PROHIBITED. The Vendor, with regard to the work performed by it under this agreement, will not discriminate on the grounds of race, color, national origin, religion, creed, age, sex or the presence of any physical or sensory handicap in the selection and retention of employees or procurement of materials or supplies. Page 826 of 1406 13. ASSIGNMENT. The Vendor shall not sublet or assign any of the services covered by this Agreement without the express written consent of the City. 14. NON-WAIVER. Waiver by the City of any provision of this Agreement or any time limitation provided for in this Agreement shall not constitute a waiver of any other provision. 15.TERMINATION. a- Upon thirty (30) calendar days' written notice to Contractor, City may, without cause and without prejudice to any other right or remedy, terminate this Agreement for City's convenience. Where the Agreement is terminated for the convenience of City, the notice of termination to Contractor must state that the Agreement is being terminated for the convenience of the City under this termination clause, the effective date of the termination, and the extent of termination. Contractor shall be paid for the services up to and including the effective date of the termination. This shall mean payment for all completed tasks and payment for uncompleted tasks based upon a percentage of completion of such uncompleted tasks. Contractor shall not be paid on account of loss of anticipated profits or out of or resulting from such termination. b. In the event of the death of a member, partner or officer of the Vendor, or any of its supervisory personnel assigned to the project, the surviving members of the Vendor hereby agree to complete the work under the terms of this Agreement, if requested to do so by the City. This section shall not be a bar to renegotiations of this Agreement between surviving members of the Vendor and the City, if the City so chooses. 16. DISPUTES. Any disputes that arise between the parties with respect to the performance of this Agreement, which cannot be resolved through negotiations, shall be submitted to a court of competent jurisdiction in Palm Beach County, Florida. This Agreement shall be construed under Florida Law. 17. NOTICES. Notices to the City of Boynton Beach shall be sent to the following address: Lori LaVerriere, City Manager City of Boynton Beach P.O. Box 310 Boynton Beach, FL 33425-0310 Notices to Vendor shall be sent to the following address: f-'12'0 L i iul r- Z10P-(7y)P-ik 0 L*3 VAS 173Yk C-- ISD .vmfN�6r1*3, Mi WLYILJ 18. INTEGRATED AGREEMENT. This agreement, together with attachments or addenda, represents the entire and integrated agreement between the City and the Firm and supersedes all prior negotiations, representations, or agreements written or oral. This agreement may be amended only by written instrument signed by both City and Firm. Page 827 of 1406 19. PUBLIC RECORDS. Sealed documents received by the City in response to an invitation are exempt from public records disclosure until thirty (30) days after the opening of the Bid unless the City announces intent to award sooner, in accordance with Florida Statutes 119.07. The City is public agency subject to Chapter 119, Florida Statutes. The Contractor shall comply with Florida's Public Records Law. Specifically, the Contractor shall: A. Keep and maintain public records required by the CITY to perform the service; B. Upon request from the CITY's custodian of public records, provide the CITY with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided in chapter 119, Fla. Stat. or as otherwise provided by law-, C. Ensure that public records that are exempt or that are confidential and exempt from public record disclosure requirements are not disclosed except as authorized by law for the duration of the contract term and, following completion of the contract, Contractor shall destroy all copies of such confidential and exempt records remaining in its possession once the Contractor transfers the records in its possession to the CITY; and D. Upon completion of the contract, Contractor shall transfer to the CITY, at no cost to the CITY, all public records in Contractor's possession All records stored electronically by Contractor must be provided to the CITY, upon request from the CITY's custodian of public records, in a format that is compatible with the information technology systems of the CITY. E. IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUES, TO THE CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS: CRYSTAL GIBSON, CITY CLERK 3301 QUANTUM BLVD., SUITE 101 BOYNTON BEACH, FLORIDA, 33426 561-742-6061 GIBSONC@BBFL.US SCRUTINIZED COMPANIES --287.135 AND 215.473 By execution of this Agreement, Contractor certifies that Contractor is not participating in a boycott of Israel. Contractor further certifies that Contractor is not on the Scrutinized Companies that Boycott Israel list, not on the Scrutinized Companies with Activities in Page 828 of 1406 Sudan List, and not on the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or has Contractor been engaged in business operations in Syria. Subject to limited exceptions provided in state law, the City will not contract for the provision of goods or services with any scrutinized company referred to above. Submitting a false certification shall be deemed a material breach of contract. The City shall provide notice, in writing, to Contractor of the City's determination concerning the false certification. Contractor shall have five (5) days from receipt of notice to refute the false certification allegation. If such false certification is discovered during the active contract term, Contractor shall have ninety (90) days following receipt of the notice to respond in writing and demonstrate that the determination of false certification was made in error. If Contractor does not demonstrate that the City's determination of false certification was made in error then the City shall have the right to terminate the contract and seek civil remedies pursuant to Section 287.135, Florida Statutes, as amended from time to time. DATED this_day of 20_. CITY OF BOYNTON BEACH Lori LaVerriere, City Manager Signature of Authorized Official Printed Name of Authorized Official Attest/Authenticated: Title (Corporate Seal) Crystal Gibson, City Clerk Approved as to Form: Attest/Authenticated: James A. Cherof, City Attorney Secretary Page 829 of 1406 The (7ity of Boynton Beach Finance/Procurement Services P.0.Box 310 Baynton Beach,Florida 33425-0310 Telephone:(561)742-6310 FAX:(561)742-6316 QUESTIONS AND ANSWERS DATE: November 18, 2019 RFP No. 004-2821-20/EM - "LIME SLUDGE REMOVAL, HAULING AND DISPOSAL" Information included in this document will not have a material impact on the submittal for this solicitation. This document is issued for informational purposes only. It is not necessary to return or acknowledge it in the submittal. The following questions were submitted by prospective proposers prior to the deadline and are answered below in bold type: 01: Is there a specific reason for the decrease in lime sludge hauled from FY 2016/2017 compared to FY 2017/2018? Al: It is assumed that the lack of hauling in 2016 attributed to the need for more hauling in 2017. Q2: What was the total tonnage haul in F2017/2018? 2: Quantity hauled has always been referenced in cubic yards/truck load. We have not weighed the lime sludge, at the time of hauling, to properly determine tonnage. Q3: Where is the current contractor disposing of the dry lime sludge? : It has been reported that the current contractor is/was disposing of lime sludge through an approved "lake fill/recycle" project. The awarded bidder will be required to locate an approved site for disposal. Q4: Will the front end loader used for the duration of the contract have to be mobilized and demobilized during each pick,-up? 4 No. The front end loader can remain on-site, however, lime sludge hauling is not expected to be a weekly occurrence. Lime sludge is excavated from a sludge lagoon 1-2 times per year. Q5: With the possibility of 4-5 loads weekly can the loader be left on site? 5: 'Yes, but see response above. Q6: Who is the current contractor for this contract? 6: Westwind Contracting Page 830 of 1406 Q7: 7. How many trucks were listed for the FY 2017/2018 year (used to haul the 251, 20 cubic yard loads)? A7: 251 If you have any further questions or require additional clarification, please e-mail Eric Marmer, Senior Buyer, marmere@bbfl.us or phone (561) 742-6318. Sincerely, Eric Marmer Eric Marmer, MPA Senior Buyer Page 831 of 1406 The City of Boynton Beach FinoncefProcuremeot Services P.0.Box 310 Boynton Beach,Ftarida 33425-0310 Telephone:(561)742-6310 FAX,(561)742-6316 QUESTIONS AND ANSWERS DATE: November 19, 2019 RFP No. 004-2821-20/EM -"LIME SLUDGE REMOVAL, HAULING AND DISPOSAL" Information included in this document will net have a material impact on the submittal for this solicitation. This document is issued for informational purposes only. It is not necessary to return or acknowledge it in the submittal. The following questions were submitted by prospective proposers prior to the deadline and are answered below in bold type: Q1: What is the current price cubic yard and/or current bird and unit of measure for the contract currently held by Westwind Contracting? Al: The current price is $10.75/CY If you have any further questions or require additional clarification, Tease e-mail Eric Farmer, Senior Buyer, marmere@bbfl.us or phone (561) 742-6318. Sincerely, EriC., Marmer Eric Marmer, MPA Senior Buyer Page 832 of 1406 State o Florida !f Department of State certify from the records of this office that PROLIME CORPORATIONis a Michigan corporation authorize to transact business in the State of Florida, qualified on October 1 , 2000 The document number of this corporation is x`00000005774.. 1 her certify that said corporation has paid all fees due this office through December 31, 2019, that its most recent annual report/uniform business report was file. on January 18, 2019, and that its stats is active. 1 ftwther certify that said corporation has not filed a Certificate of Withdrawal. Given under my hand and the Great Seal of the State of Florida at Tallahassee, tae Capital, this the Eighteenth day of January, 2019 S r �� to Tracking umber-9657529537C[ To authenticate this cer ificnte,visit the foijowing site,eaater this number,and then Mow the instructions displayed. https-t/services s n iz,org/ 'ilings/Certi cate f tatus/Certificate uthentication Page 833 f 1406 i t 1 58610 Van Dyke Washington, Michigan .48094 586-781-7070 586-781--7078 (Fax) 02 iK proliMe.net December 6, 2019 CITY OF BOYNTON BEACH RE: BID NO. 004-2821-20/EM, LIME SLUDGE REMOVAL, HAULING AND DISPOSAL DISPOSAL SITE AUTHORIZATION To Whom It May Concern: Horizon 880, LLC is a 30-acre compost facility located in Palm Beach County owned and operated by Robert Rogers/Prolime Corporation. The lime residuals from the City of Boynton Beach, under Bid No, 004-2821- 20/EM will be accepted at this site. If you have any questions, please feel free to contact our office at the number listed above. Robert V. Rogers President & CEO Page 834 of 1406 { f t 58610 Van Dyke Washington, Michigan 48094 586-781-7070 586-781-7078 (fax) eUiLgil' rolimemnet December 6, 2019 CITY OF BOYNTON BEACH RE: BID NO. 004-2821-20/EM, LIME SLUDGE REMOVAL, HAULING AND DISPOSAL EQUIPMENT LIST Prolime has quite an extensive fleet of vehicle and equipment capable of completing this project. In addition, we also have multiple contracts with Interstate Truck, Pacease and Nexran and, if necessary, will provide letters of guarantee that additional vehicles and equipment could be secured should it become necessary. Some of the vehicles and equipment That could be used for this project are as follows (list is not all inclusive): 2015 Peterbuilt 579 Truck 2016 Mack Truck 2020 Peterbuilt 579 Trucks (2) 2006 Mac Trailer 2007 Mac Trailer 2009 Mac Dump Trailers (2) 2008 John Deere 644J Loader If you require additional information, please contact our office, Robert V. Rogers President and CECT Page 835 of 1406 CERTIFICATE LIABILITY. DATE(M WDDIYYY`t) li/25/2019 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLIC'I'ES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSUREDS), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT. If the certificate holder is an ADDITIONAL INSURED, the Policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy',certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsements). PRODUCER, CONTACT Marlene Miller NAmE: VTC Insurance Group PHONE CE Ell (248)888-0371 -Adc Nca: (24a)a71-064J. 37000 Grand. River Ave Ste 150 E-MAIL marlenemillerevtcins.com. ADDRESS: INSURER(s)AFFORDING COVERAGE NAIc$1 Farmington Hills MT 48335 INSURER A:Amerisure Mutual Insurance Co. 23396 INSURED INSURER s icontl.nental Casualty Cc 20443 Prolime Corporation INSURER C: 58610 Van Dyke INSURER D: INSURER E: Washington MI 40094 INSURER F: COVERAGES CERTIFICATE NUMBER:19-20 Master REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. IN9R rADr1L�^sLiBR' P6LICY EFF POLICY EXP '. LTR TYRE OF INSURANCE _.I_ POLICY NUMBERMMIDDIYYYY. MNf/DDfYYYY LIMITS X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE S 1,000,000 CLAIMS-MADE5�1 OCCURDAMAGE TO RENTED 1 066 ODD _PREMISES(Ea_occurre_w. __... _ X XCU Not excluded X I CPP210214300 7121/201.9 7/21/2020 MED EXP(Any one person) $ 10,000 ' PERSONAL 8 ADv INJURY $ 1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE ( $ 2,000,000 X POLICY X ) LOC PROoucTs cOtuIPIOP AGG S 2,000,000 r PRO- ,_.___ ___ A — IECT OTHER. I ..._ _$ AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT 1,000,000 (Ea accident X ANY AUTO BODILY INJURY(Per person) $ .ALL OWNED SGIAEDULE6CA210214200 7/21/2019 1 7/21/2020 ...ILY INJURY(Per accident) $ 124R AUTOS AUTOS •i X X I HIRED AUTOS II X AUTOS NEO (PePROPERTY @ppident)DAMAGE Iv1I Uninsured motorist a 1,000,000 X s ExCBRELLA E55 LIABIAB X OCCUR MADE EACH OCCURRENCE 5 2,000,0010 �.__.. OCCUR __ AGGREGATE $ 2,000 -- r DED f X 1 RETENTIONS D CU21.0214402 7/21/2019 7/21/2020 — - Is WORKERS COMPENSATION i II I PER DTH AND EMPLOYERS'LIABILITY I � I STATUTE,_ ER,_ I Y1 N i --- .--_ . _ ...... _ _-.. ANY€'ROPRIETORIPARTNEPJEXECUTIVE ( ( E.L.EACH ACCIDENT Is 1,000,000 OFF CERfMEMBER EXCLUDED? N 1 A� ___. ...._. A (Mantlat"In NH) ISI wc210214100 7/21/2019 7/21/2€520 E.L.DISEASE_EA EMPLOYE,S_�.__..,.. ,_�_ODD, t}OL7_ If yes,describe under -_.._. .--_ _ DESCRIPTION OF OPERATIONS belctiv E.L.DISEASE-POLICY LIMIT S 1 000 000 ;3 EPLI lit 287285560 712112618 7/21/2020 ? LimII $1.,000,000 I � DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (ACORD 101,Additional Remarks Schedule,may be attached if more space is required) Project: ITR NoL. 004-28..21-20/F-M Lime Sludge Removal., Hauling and disposal Where required by written contract, The City of Boynton Beach is additional insured for General Liability as respects ongoing & completed operations on a primary & non-contributory basis and additional insured with respects to Automobile liability. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE The... City of Boynton Beach. THE EXPIRATION DATE THEREOF, NOTICE WILL 6E DELIVERED IN Purchasing ACCORDANCE WITH THE POLICY PROVISIONS. PO Box 310 - _ Baynton Beach, FL 33426 AUTHORIZED REPRESENTATIVE Mark E'r. ;oliie,hA ":. 01988-2014 ACORD CORPORATION. All rights reserved. ACORD 25(201 101) The ACORD name and logo are registered marks of ACORD INS 25(201401) Page 836 of 1406 6 0 m cr 2 E0 < Eff m < r FW.. Lu E 6 0 0 O 10 ca x 0 0 M (C) E C5 0 0 c;, .0 0 4— A 0 m 0 < LU O cy) 6 co E 0 -—ia !4 E Cl) 0 y > 0 o E m 0 < m H LU E 6 C-)0 Cl) 00 9 00 LO 4 LO < LU VT E o o -E o 0 !E w -2 co 0 o o Q� co o > �l CL o :r u LU FZ F- z 2 o o o z = < 0 0 E FL 2 E' 0 a) LL, LU E LU -o w a) 6 0 C'4 LU c) C'4 mw CZ W Lu 0 LU -0 NCL 2 OW "T w 0 o CL —7 F- 0 M w = oma a) U) LU LU m E D =1 0 2- LU W Q z 0> ma M 0 CL CL Fn Fn Fn T- M m < 9 O3: LU Ir = k = = k = -00 / / - - E ) § $ f \ \ \ \ 7 \ \ 7 \ \ E � � § A ) ) ) U) U) \ U) ) k ) ) ] ) \ \ 6 m / ] \ ) \ } ] $ § § -0 \ \ \ \ \ 7 \ \ 7 \ E 2 jjj U) U) j j jjjj S / / 9 / ) j / E o LU m q co§ 0 \ \ ) 2 ) 2 0222 � e EEE EE % \ \ » \ E } i ) \ \ \ \ \ k \ \ ƒ\ \ U) 7 kj m 3 < m LU 2 = = 2 = \ G 377 ] a - a 3633 ) § r 777 77 7 7 7377 \ � 00 / / / / / _ / / _ / / \ \ \ \ 00 Lo LO / / ] / 2 ± J3 0 _j k 0 § CL ; m , - E / G ) { 2EE « akf � 2 { ) \ } d \ a z z ec } ( [ § ) ) g o E 2 / o Lu ] p - c ) S b ( � ) ] \ ) & ] c g 0 eLL 0- = tee )LU LU \ 0 / FL LU zLU o< \\ § M \ 2 � [ mea LU / Luk �0o o } § ( 2 § 3gE3 ƒ « 4 > o � m / 99 ° (D LU j ) � p0 ° Z0E- = 2 / § 5LU2U ( 5 U) LULU �o « w � ) 2m � e / « 22 » .. ) LU RR / � K ± ? E ± @ ® ) ƒ § k ± k \ ° ° 2 eee ® LU amp & ez = � zoa ) ( § ) eee 0LUIIZ < 0M00 < Mg0 & i I o r \`f)1t�s(JJ}tty;\ Sl�li�S t r z,,{!\S},tt),}}brl({ZN�1\\ }tut\l\4try int \i tlr\�s41`1,\'{v}4+ti'.)\} ylt}7 }ss\, Skµ1}})f;t?4�t'7,? t�isjl{i�''s\141\�\s�'1�S{1 tilt ly t \t\)ttSi}'rr1'JiSl,r„ }{t'4}tt1!t`filj4 ,ilitl)i t1lV \ i'}{t1i{I\t / tf, a4jls},,,U, {\1}tlli'{l'\! "ptijti4sft{ `{':f{t{ld)l }\3,)I,tilJfyt)sq, i{fl1 �t1, S tri4�`S4\1lf(t 1\}41S}�t,l. i�'tiJt{ity47}},),fluttntl�Ilift}�`Ir-t`lytf'�,y,., )'r 7FA\tt 1 r1,i 11ti t.�'� sa`}il�r?J'v 1; t,t }\f{lt 7t Stvt�i\ t t1t}v t` i I�fj}\111 s 1�}4 }? s{r `UJ 175 {�h'' tt4lir., A ( tAt 't?sltyit t\t Vi r ('P{4v\v,�',iy4�}iA!\t1\ 1 rA}�1�V4tt ... �v .J(\g1�'�t� t R s s .....,1i? }\t}lI}is)l�i�,q}}r>,syti}}��4�lsyitJF?}wstt�t,.tvlt i�,,,1 � ns, tv�y , ,err � s';t142 sv�ts Isi;,�} lr\i{�1E� t t}v114A{}yA,A11,}fl'}11�}1� ,, 4\iJo}�1,Z,l�ty}ltvf if4 s} ,,}};,,}�. bio�, �'r ,<<<, ,,,,1,;--.t1t}� }fit v f\t• �}t��`VAr�7%1�{5)it}{ttt l�f(is�}a��i"V1v},t}�t1s4t t t(i.} t,s (L7sty, il yil�{ll,.,,it 12pv, 'i}{�,' ty}11,,_I\t1�t tt 1�1 �1l ,£7!t\r tt}iiltll�J rt tilt#t�t 11i}�r„\,' �y )��}�1 v�}�(v (+stYi,71{41�2�111}�}�l�l�tiV1t�l�iVA1 j��V 11r,Jt hty}1}����f}}{i,,t v ti rl���4\�: - P.'t .Y,_r„t' tgS`f�21�4}����1t1lyU}tUf?i(4i41f}v{�ijlt�,i}s` ti,')�tirlraii(`�{f!vV`'kys} t {(�ttvv,111 �� ���r����l, ��� � i���}� ���� r�Sytv}�i}t�{t`iiS}t�tA'tv�I��,t�11vy`¢iy (, t �� ,r11y}1}„yvt;t}{iA'"r19t �,A tvl)U��- ��'t`i;�, 71�1tat J\�}V� 1ilv�wy����5}y!'iiiSf!}}St�1�j4rjtltyv4t�1�; tlS\t {{itti�it r}s12S,�{��, rl�s}V1{t'���rsSlttttl��tl it{,t}�Vri`tll. 1v���ti1�,�� f�titis}}££1(lsll��l,lr; r{1s' t}�t'4lA rA{ }v}�R, s�11�Fri�V'}\vtl�wilvjtsV}s��st}��SVv' t tjils\sl�ti}il}}ilt't �,1�sy ;�a �,(�y`t1 ,}Ir,t�t, 4 11pT,3,v{t1`11�it}sl1�rF1i�`It�}' (\s\ i}4}p ii`1's}i'Y11'ilii},)ItJ sll v}S�`�1`si)i}ryv t`, MIN, 115 I�ti\,�i}?t71�(12\s»)yEylttu,,k 1;f, is}11' irs,�1; 1i}is}%t}4�'tj�t}'ttvi;r1�}l�t�t�}1�} s1�'1t lStstis+yf} tt 4i}��ti}\rrkr, nt, r 1, f s }ttlf»�?r }r}?, tt);)yl;s; i1�1��1ii}Si,itys}�(����ii�?\)Iv;i�1}��t�ij�l. Slitj'i., tilj};s :Szt�tiv��t £7yJ{{it�}�'tit}I�)r�l1ti\}VirS3y4t}tiiyl}t,{}1}Z�}�)�t��,J. �yr�yit)t S}}i.t 3t)ty\} ttv�� �£ silt rjt sf\1111 u1\vrpt ` tt 1t1}s2t}tS; t7�w,1}t�ys�,�(tt�i � s}itsy`\}tf' 1St S�y�rily ?ulith6, (4)i{itti'1At!t i;�}l t l{:}11{vti\r�,��l} �s1}Z\t`i dll((1ss vtl}sl , ,i�F }42+�,{i}, > t 1 �itv\{r;n11}t 41, }!1}4,11\71}ll fit'''}s\S}� Jti1 t1r 11£li{{r \tts i BID OPENIN '#tE: December6, 2019 ', ti{lIV�14�9t{�1i` s 1`tV�51`4�. � r+�yfy4. ��: E r,jV141j��\rt1A}}� ly fitt� vt}��2,}t}SS y<. }142i�F1{ft h\i�iv i)t111t\Set �' �i?{)iiii�lls OPENING TIM =f� .3Q P. M. (LOCAL TIM }}Sr, > PURCHASING„ (ICES CITY HALL1 Sits t S}}itA,A r-y tt}A�i1At4j�i£t{r)\}}'tilt t � s 2 4S1 7 (\t}A��)3S}�\4 1\t 1,t 'f\}\its VAV to s i4t lt� r1{t��7}vi'' U`t S}i11 1lt'Ifs t4 it {J ht V�}t}tlJ S Stttil {4\q t �1(11v� tl,-,: 't�\irf P v,y1yl£l �111)1,s1` ,5 11} , r}r1t� tlS Ss1Att tot;v�„ ivt�}i9}i t1'\�!1 tt It}1t12;�}lt x41}21} \AiS k1i�, r 4s£y }l ps t�1A�1)i S lit s�i{,t��(Ytttt}S)�, ,flt'lt ry�j,{,1t}t1 ii£v\}l�}}'ItGA£}tS�V1 \Vtt q} S�}it\n r aj) it(1}f}l}$,S\){f4;s'illl �tt Mil}iA��4,I} r{,i t,�fr�t 11 iP Sy,1i}�vtiit�t�ltJ1;,' \nt ({{i}lillttltll 14\1 }`1} 1\�1;�11�1, J,rlfStsiit{,. Z1��Av1Stf,i\�t t1{!t}'v IllPr�t, '}tV?tl�}t}(s�lt�t�£1v�,?, �j�\111}v�1vS i1}4��4 i)t(11AS t1t § {,,, }1}i s(fr1}�ll} E111}11}})y t, 1 tii£i{tvlil l�lltall 2 �}rli t t1_. r�tf���ij�}3>'4j1t�4t'}}S}1 S4i{�7 iS�{1§�1�J11# stVAj}}`;(iSttS�}}1 s1 Vt t }, t4i11f{2\�1', {rl)��12t 4��,i122��,t tt,{1 f{,)Vr21i "I'll"t1rS S�t1tV1�\}��£`jvai. \t1�(\'}tii ttlr7�r 13 1 di��11'(j lit}fitA11��,}`'iStlr iSvtSlt 1 i11J}tit �i,(Qt(t1t 7iSr 1\1��1i17�tsi}��\i sii zs�}�f�,'\%jS {`{S41 i4}},.,. �!}t t}It?41th�\11�\ e,q f y(, }fi 1s �1G11t1 ��111 Page 839 of 1406 The City of Boynton Beach Purchasing Services P.O.Box 310 Boynton Beach,Florida 33425-0310 Telephone:(561)742-6323 FAX.(561)742-6316 INVITATION TO BID FOR LIME SLUDGE REMOVAL, HAULING AND DISPOSAL BID No.: 004-2821-20/EM Sealed bids will be received in PURCHASING SERVICES, City of Boynton Beach, 3301 Quantum Blvd., Suite 101, Boynton Beach, Florida 33426 on or by: December 6, 2019; No Later Than 2:30 P.M. (Local Time). Bids will be opened in: PROCUREMENT SERVICES-CITY HALL unless otherwise designated. Bids received after the assigned date and time will not be considered. The Procurement Services time stamp shall be conclusive as to the timeliness of filing. The City of Boynton Beach is not responsible for the U.S. Mail or private couriers with regard to mail being delivered by a specified time so that a bid can be considered. If no award has been made, the City reserves the right to consider bids that have been determined by the City to be received late due to mishandling by the City after receipt of the bid. Sealed bids or proposals received by the City in response to an invitation to bid are exempt from public records disclosure requirements until the City provides a notice of decision or thirty (30) days after the opening of the proposal/bid, whichever is sooner. If the City rejects all bids or proposals submitted in response to an invitation to bid or request for proposals and the City concurrently provides notice of its intent to reissue the competitive solicitation, the rejected bids or proposals remain exempt from public records disclosure until such time as the City provides notice of a decision or intended decision concerning the competitive solicitation or until the City withdraws the reissued competitive solicitation. A bid, proposal, or reply is not exempt for longer than twelve (12) months after the initial City notice rejecting all bids, proposals, or replies. Requests for bid or proposal documents should be submitted to the City Clerk's Office. Documents may be inspected without charge, but a charge will be incurred to obtain copies. i Page 840 of 1406 LOBBYING / CONE OF SILENCE Consistent with the requirements of Chapter 2, Article VIII, Lobbyist Registration, of the Palm Beach County Code of Ordinances, Boynton Beach imposes a Cone of Silence. A cone of silence shall be imposed upon each competitive solicitation from the time of advertisement and shall remain in effect until Council awards or approves a contract, rejects all bids or responses, or otherwise takes action that ends the solicitation process. While the cone of silence is in effect, no proposer or its agent shall directly or indirectly communicate with any member of City Commission or their staff, the Manager, any employee of Boynton Beach authorized to act on behalf of Boynton Beach in relation to the award of a particular contract -or member of the Selection Committee in reference to the solicitation, with the exception of the Purchasing Manager or designee. (Section 2-355 of the Palm Beach County Code of Ordinances.) Failure to abide by this provision may serve as grounds for disqualification for award of contract to the proposer. Further, any contract entered into in violation of the cone of silence shall render the transaction voidable. The cone of silence shall not apply to oral communications at any public proceeding, including pre-bid conferences, oral presentations before Selection Committees, contract negotiations during any public meeting, presentations made to the City Commission, and protest hearings. Further, the cone of silence shall not apply to contract negotiations between any employee and the intended awardee, any dispute resolution process following the filing of a protest between the person filing the protest and any employee, or any written correspondence with Boynton Beach as may be permitted by the competitive solicitation. Additionally, the cone of silence shall not apply to any purchases made in an amount less than the competitive solicitation threshold set forth in the Purchasing Manual. Any questions relative to any item(s) or portion of this bid should be directed to Eric Marmer, Senior Buyer; Telephone: (561) 742-6318, E-mail: marmere(1bbfl.us SCOPE OF BID: The City of Boynton Beach Utilities Department is seeking a firm price, per cubic yard, for Lime Sludge Removal and Disposal, in accordance with the terms, conditions, and specifications contained in this Invitation to Bid. The bid term is for a period of three (3) years, with the option to renew for two (2) one-year terms. Contact: City of Boynton Beach Purchasing Services 3301 Quantum Boulevard, Suite 101 Boynton Beach, FL 33426 Eric Marmer, Senior Buyer (561) 742-6318 or marmere l.us Office Hours: MONDAY— FRIDAY, 8:00 A.M. TO 5:00 P.M. CITY OF BOYNTON BEACH - 0 . A4--4k TIM W. HOWARD ASSISTANT CITY MANAGER —ADMINISTRATION 2 Page 841 of 1406 INVITATION TO BID FOR LIME SLUDGE REMOVAL, HAULING AND DISPOSAL BID No.: 004-2821-20/EM Section 1 — SUBMITTAL INFORMATION A. The City of Boynton Beach will receive bid responses until December 6, 2019 at 2:30 P.M. (LOCAL TIME) in Purchasing Services located at City Hall, 3301 Quantum Blvd., Suite 101, Boynton Beach, FL 33426 B. Any responses received after the above stated time and date will not be considered. It shall be the sole responsibility of the proposer to have their bid response delivered to Purchasing Services for receipt on or before the above stated time and date. It is recommended that responses be sent by an overnight air courier service or some other method that creates proof of submittal. Bid responses that arrive after the above stated deadline as a result of delay by the mail service shall not be considered, shall not be opened at the public opening, and arrangements shall be made for their return at the proposer's request and expense. The City reserves the right to consider submittals that have been determined by the City to be received late due solely to mishandling by the City after receipt of the bid and prior to the award being made. C. If any addendum(s) are issued to this Bid, the City will attempt to notify all prospective bidders who have secured same, however, it shall be the responsibility of each bidder, prior to submitting the bid response, to contact the City Procurement Services at (561) 742-6322 to determine if any addendum(s) were issued and to make any addendum acknowledgements as part of their bid response. D. One (1) original, so marked, one (1) copy, and 1 electronic copy of the bid response shall be submitted in one sealed package clearly marked on the outside "INVITATION TO BID FOR LIME SLUDGE REMOVAL, HAULING AND DISPOSAL" to: City of Boynton Beach, Purchasing Services, 3301 Quantum Blvd., Suite 101, Boynton Beach, FL 33426 E. Responses shall clearly indicate the legal name, address and telephone number of the bidder (firm, corporation, partnership or individual). Responses shall be signed above the typed or printed name and title of the signer. The signer shall have the authority to contractually bind the proposer to the submitted bid. Bidder must note their Federal I.D. number on their bid submittal. 3 Page 842 of 1406 GENERAL CONDITIONS FOR BIDDERS FAMILIARITY WITH LAWS: The bidder is presumed to have full knowledge of and be in compliance with all Federal, State, and Local laws, ordinances, rules, and regulations that in any manner affect the equipment and the services provided to the City. Ignorance on the part of the bidder will in no way relieve bidder of responsibility to adhere to such regulations. BID FORMS: The bidder will submit a bid on the bid forms provided. All bid prices, amounts and descriptive information must be legibly entered. The bidder must state the price and the time of delivery for which they propose to deliver the equipment or service requested. The bidder IS required to be licensed to do business as an individual, partnership or corporation in the State of Florida. Place all required bid forms in a sealed envelope that has the company's name and address, proposal title, number, proposal date and time on the outside of the sealed envelope. Proposals not submitted on appropriate proposal forms may be rejected. All proposals are subject to the conditions specified herein. Proposals which do not comply with these conditions are subject to rejection. EXECUTION OF BID: Proposal must contain an original signature of an authorized representative in the space provided on all affidavits and proposal sheets. NO BID: If not submitting a proposal, respond by returning one copy of the "STATEMENT OF NO BID" and explain the reason by indicating one of the reasons listed or in the space provided. Repeated failure to quote without sufficient justification shall be cause for removal of the vendor's name from the mailing list. NOTE: To qualify as a respondent, bidder must submit a "NO BID" and it must be received no later than the stated bid receiving date and hour. BID DEADLINE: It is the bidder's responsibility to assure that the bid is delivered at the proper time and place prior to the bid deadline. The City of Boynton Beach is not responsible for the U.S. Mail or private couriers in regards to mail being delivered by a specified time so that a proposal can be considered. Bids which for any reason are delivered by the deadline will not be considered. If no award has been made, the City reserves the right to consider bids that have been determined by the City to be received late due to mishandling by the City after receipt of the bid. Offers by telegram or telephone are not acceptable. MINOR IRREGULARITIES/RIGHT TO REJECT: Bidders are expected to examine the specifications, delivery schedules, bid prices and extensions and all instructions pertaining to supplies and services. Failure to do so will be at the bidder's risk. The City of Boynton Beach reserves the right to waive irregularities or informalities in Bids or to reject all Bids or any part of any Bid deemed necessary for the best interest of the City. The City may reject any response not submitted in the manner specified by the solicitation documents. 4 Page 843 of 1406 RIGHTS OF THE CITY: The City expressly reserves the right to: A. Waive as an informality, minor deviations from specifications at a lower price than the most responsive, responsible bidder meeting all aspects of the specifications and consider it, if it is determined that total cost is lower and the overall function is improved or not impaired; B. Waive any defect, irregularity or informality in any bid or bidding procedure; C. Reject or cancel any or all bids; D. Reissue an Invitation to Bid; E. Extend the bid deadline time and date; F. Procure any item by other means; G. Increase or decrease the quantity specified in the Invitation to Bid; H. Consider and accept an alternate bid as provided herein when most advantageous to the City. STANDARDS: Factors to be considered in determining whether the standard of responsibility has been met include whether a prospective bidder has: A. Available the appropriate financial, material, equipment, facility and personnel resources and expertise, or the ability to obtain such, necessary to indicate its capability to meet all contractual requirements; B. A satisfactory record of performance; C. A satisfactory record of integrity; D. Qualified legally to Contract within the State of Florida and the City of Boynton Beach; E. Supplied all necessary information in connection with the inquiry concerning responsibility. INFORMATION AND DESCRIPTIVE LITERATURE: Bidders must furnish all information requested in the spaces provided on the bid form. Further, as may be specified elsewhere, each bidder must submit for bid evaluation cuts, sketches, and descriptive literature and technical specifications covering the products offered. Reference to literature submitted with a previous bid or on file with the buyer will not satisfy this provision. INTERPRETATIONS: Any questions concerning conditions and specifications should be directed to this office in writing no later than ten (10) days prior to the bid deadline. Inquiries must reference the date by which the bid is to be received. CONFLICT OF INTEREST: The award hereunder is subject to all conflict of interest provisions of the City of Boynton Beach, Palm Beach County, of the State of Florida. ADDITIONAL QUANTITIES: The City reserves the right to acquire additional quantities of the bid products or services at the prices bid in this invitation. If additional quantities are not acceptable, the bid sheets must be noted "BID IS FOR SPECIFIED QUANTITY ONLY". 5 Page 844 of 1406 SAMPLES: Samples of items, when called for, must be furnished free of expense, and if not used, tested or destroyed, upon request, will be returned at the bidder's expense. Request for the return of samples may be made within ten (10) days following the bid deadline. Each individual sample must be labeled with the bidder's name, manufacturer's brand name and number, and item reference. DEMONSTRATIONS: Performance of the equipment/services upon request can be deemed a part of the evaluation process in determining the award of bidder. Demonstrations of the merits of the equipment/services that meet City requirements shall be requested by Procurement Services. Equipment demonstrated shall be a minimum of one (1) year old. All required staff, to be assigned per the individual bid product or service application, will form the Bid Award Committee to evaluate and submit a group award recommendation. The City reserves the right to make separate and independent awards based on its needs and the combined evaluation results. SUBCONTRACTING: If a bidder subcontracts any portion of a Contract for any reason, the bidder must state the name and address of the subcontractor and the name of the person to be contacted on the attached "Schedule of Subcontractors". The City of Boynton Beach reserves the right to accept or reject any or all bids wherein a subcontractor is named and to make the award to the bidder, who, in the opinion of the City, will be in the best interest of and/or most advantageous to the City. The City also reserves the right to reject a bid of any bidder if the bid names a subcontractor who has previously failed in the proper performance of an award or failed to deliver on time Contracts of a similar nature, or who is not in a position to perform properly under this award. The City reserves all rights in order to make a determination as to the foregoing. ADDENDA: From time to time, the City may issue an addendum to change the intent or to clarify the meaning of the Contract documents. Since all addenda are available to bidders at Procurement Services, it is each bidder's responsibility to check with Procurement Services and immediately secure all addenda before submitting bids. It is the usual practice for the City to mail an addendum to known bidders, but it cannot be guaranteed that all bidders will receive ALL addenda in this manner. Each bidder shall acknowledge receipt of ALL addenda by notation on the bid and shall adhere to all requirements specified in each addendum prior to submission of the bid. ESCALATOR CLAUSE: Any bid which is submitted subject to an escalator clause will be rejected, unless addressed in the Special Conditions Section of the bid documents. EXCEPTIONS: Incorporation in a bid of exceptions to any portion(s), of the Contract documents may invalidate the bid. Exceptions to the Technical and Special Provisions shall be clearly and specifically noted in the bidder's submittal on a separate sheet marked "EXCEPTIONS TO THE SPECIFICATIONS" and this sheet shall be attached to the bid. The use of bidder's standard forms, or the inclusion of manufacturer's printed documents shall not be construed as constituting an exception within the intent of the Contract documents. ALTERNATES: Where a base bid is provided for, the bidder shall submit a bid on the base bid and may exercise their own prerogative in submitting a bid on alternate items. The Owner reserves the right to accept or reject the alternates or base bid or any combination thereof. The Owner, or a representative, further reserves the unqualified right to determine whether any particular item or items of material, equipment, or the like, is an approved equal, and reserves the unqualified right to a final decision regarding the approval or rejection of the same. 6 Page 845 of 1406 NONCONFORMANCE TO CONTRACT CONDITIONS: Items may be tested for compliance with specifications under the direction of appropriate testing laboratories. The data derived from any tests for compliance with specifications are public records and open to examination thereto in accordance with Chapter 119, Florida Statutes. Items delivered not conforming to specifications may be rejected and returned at vendor's expense. These items and items not delivered as per delivery date in the bid and or Purchase Order may result in the bidder being found in default in which event any and all procurement costs may be charged against the defaulted Contractor. Any violation of these stipulations may also result in the vendor's name being removed from the City of Boynton Beach's vendor mailing list. DISPUTES: In case of any doubt or difference of opinion as to the items to be furnished hereunder, the decision of the City Manager shall be final and binding on both parties. ANTITRUST CAUSE OF ACTION: In submitting a bid to the City of Boynton Beach, the bidder offers and agrees that if the bid is accepted, the bidder will convey, sell, assign or transfer to the City of Boynton Beach all rights, title and interest in and to all causes of action it may now or hereafter acquire under the antitrust laws of the United States and State of Florida for price fixing relating to the particular commodities or services purchased or acquired by the City of Boynton Beach. At the City of Boynton Beach's discretion, such assignment shall be made and become effective at the time the purchasing agency tenders final payment to the bidder. GOVERNMENTAL RESTRICTIONS: In the event any governmental restrictions may be imposed which would necessitate alteration of the material, quality, workmanship or performance of the items offered on this submittal prior to their delivery, it shall be the responsibility of the successful bidder to notify the City at once, indicating in a letter the specific regulation which required an alteration. The City reserves the right to accept any such alterations, including any price adjustments occasioned thereby, or to cancel the Contract at no expense to the City. LEGAL REQUIREMENTS: Federal, State, County, and City laws, ordinances, rules, and regulations that in any manner affect the items covered herein apply. Lack of knowledge by the bidder will in no way be a cause for relief from responsibility. PUBLIC ENTITY CRIMES: As provided in Fla. Stat. § 287.133(2)(a), a person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a Bid on a contract to provide any goods or services to a public entity, may not submit a Bid on a contract with a public entity for the construction or repair of a public building or public work, may not submit Bids on leases of real property to a public entity, may not be awarded or perform work as a contractor, supplier, subcontractor or consultant under a contract with any public entity, and my not transact business with any public entity in excess of the threshold amount provided S.S. 287.017 for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor list. ADVERTISING: In submitting a bid, the bidder agrees not to use the results as a part of any commercial advertising. Violation of this stipulation may be subject to action covered under "NONCONFORMANCE WITH CONTRACT CONDITIONS". ASSIGNMENT: Any Purchase Order issued pursuant to this bid invitation and the funds which may be come due hereunder are not assignable except with the prior written approval of the City. LIABILITY: The selected bidder(s) shall hold and save harmless the City of Boynton Beach, Florida its officers, agents, volunteers and employees from liability of any kind in the 7 Page 846 of 1406 performance of this Contract. Further, the selected bidder(s) shall indemnify, save harmless and undertake the defense of the City, its City Commissioners, agents, servants an employees from and against any and all claims, suits, actions, damages, or causes of action arising during the term of this Contract, for any personal or bodily injury, loss of life, or damage to property arising directly or indirectly from bidder's operation pursuant to this Contract and from and against all costs, counsel fees, expenses and liabilities incurred in an about any such claims, the investigation thereof, or the defense of any action or proceedings brought thereon, and from and against any orders or judgments which may be entered therein. The City shall notify the bidder within ten (10) days of receipt by the City of any claim, suit or action against the City arising directly or indirectly from the operations of the bidder hereunder, for which the City may be entitled to a claim or indemnity against the bidder, under the provisions of this Contract. Bidder shall have the right to control the defense of any such claim suit or actions. The bidder shall also be liable to the City for all costs, expenses, attorneys' fees and damages which may be incurred or sustained by the City by reason of the bidder's breach of any of the provision of the contract. Bidder shall not be responsible for negligent acts of the City or its employees. OPTIONAL CONTRACT USAGE BY OTHER GOVERNMANTAL AGENCIES: If a bidder is awarded a contract as a result of the solicitation, if bidder has sufficient capacity or quantities available, provide to other governmental agencies, so requesting, the products or services awarded in accordance with the terms and conditions of the solicitation and resulting contract. Prices shall be F.O.B. Destination to the requesting agency. AWARD OF CONTRACT: The low monetary bid will NOT in all cases be awarded the Contract or Purchase Order. Contracts or Purchase Orders will be awarded by the City to the most responsive, responsible bidder whose bid represents the most advantageous bid to the City, price and other factors considered. Evaluation of bids will be made based upon the evaluation factors and standards set forth herein. The City reserves the right to reject any and all bids and to waive technical errors as set forth herein. In the event of a Court challenge to an award by any bidder, damages, if any, resulting from an award shall be limited to actual bid preparation costs incurred by the challenging bidder. In no case will the award be made until all necessary investigations have been made into the responsibility of the bidder and the City is satisfied that the most responsive, responsible bidder is qualified to do the work and has the necessary organization, capital and equipment to carry out the required work within the time specified. AS SPECIFIED: A Purchase Order will be issued to the successful bidder with the understanding that all items/services delivered must meet the specifications herein. Items/services delivered not as specified, will be returned at no expense or penalty to the City of Boynton Beach. DELIVERY: Prices shall be quoted F.O.B. Boynton Beach, Florida. F.O.B. destination indicates that the seller is responsible for the shipment until it reaches its destination. Any and all freight charges are to be included in the bid total. The bidder's invoice payment terms must be shown. WARRANTY REQUIREMENTS: Each item, including all components and all installed accessories and equipment, shall be guaranteed by the bidder to be free of defective parts and workmanship. This warranty shall be for a period of 365 days or the time designated in the standard factory warranty, whichever is longer. The warranty will be the same as that offered to the commercial trade and shall be honored by any of the manufacturer's authorized dealers. Warranty will cover parts, labor and any necessary shipping. Warranty repairs may be accomplished on City property, if space is available; this will be at the sole discretion of the City. Contact Procurement Services for permission to perform warranty service on City property. Warranty to start at the time of acceptance by the City; however, in cases where vehicles or 8 Page 847 of 1406 equipment are not immediately placed in service, the bidder will provide a delay of warranty start-up time. The period of warranty delay will be coordinated by Procurement Services. PRICES, TERMS AND PAYMENT: Firm prices shall be quoted, typed or printed in ink, and include all packing, handling, shipping charges and delivery to the destination shown herein. Bidder is requested to offer a cash discount for prompt invoice payment. Discount time will be computed from the date of satisfactory delivery at place of acceptance or from receipt of correct invoice at the office specified, whichever is later. Upon delivery, the City shall make final inspection. If this inspection shows that the equipment/service has been delivered/performed in a satisfactory manner in accordance with the specifications, the City shall receive the same. Final payment due the bidder shall be withheld until visual inspection is made by the using department and merits of performance evaluated. This total acceptance will be done in a reasonable and timely manner. Acceptance shall not exceed thirty (30) days. If any equipment/service has to be rejected for any reason, the bidder shall be required to pick up the equipment, accomplish the necessary repairs and return the equipment to the City. Warranty repairs may be accomplished on City property if space is available; this will be at the discretion of the City. Title to or risk loss or damage to all items shall be the responsibility of the bidder, unless such loss or damages have been proven to be the result of negligence by the City. A. TAXES: Do not include State or Federal taxes. Not applicable to municipalities. B. MISTAKES: Bidders are expected to examine the specifications, delivery schedule, bid prices, extensions and all instructions pertaining to supplies and services. Failure to do so will be at bidder's risk. C. DISCOUNTS: Will be considered in determining the lowest net cost. D. CONDITION AND PACKAGING: It is understood and agreed that any item offered or shipped as a result of this bid shall be new (current production model at the time of this bid). All containers shall be suitable for storage or shipment, and all prices shall include standard commercial packaging. E. SAFETY STANDARDS: Unless otherwise stipulated in the bid, all manufactured items and fabricated assemblies shall carry U.L. approval and reexamination listing where such has been established. TIME OF DELIVERY: The bidder shall state in the bid the time of delivery of the equipment. Time is of importance to the City and the bidder is hereby notified that the date of delivery will be considered as a factor in the evaluation of the bids LICENSE AND PERMITS: It shall be the responsibility of the successful bidder to obtain all licenses and permits, if required, to complete this service at no additional cost to the City. Licenses and permits shall be readily available for review by the Purchasing Agent and City Inspectors. COMPLIANCE WITH OCCUPATIONAL SAFETY AND HEALTH: Bidder certifies that all material, equipment, etc., contained in this bid meets all O.S.H.A. requirements. Bidder further certifies that if awarded as the successful bidder, and the material equipment, etc. delivered is subsequently found to be deficient in any O.S.H.A. requirement in effect on date of delivery, all costs necessary to bring the materials, equipment, etc., into compliance with the aforementioned requirements shall be borne by the bidder. 9 Page 848 of 1406 Bidder certifies that all employees, subcontractors, agents, etc. shall comply with all O.S.H.A. and State safety regulations and requirements. PALM BEACH COUNTY INSPECTOR GENERAL: The contractor is aware that the Inspector General of Palm Beach County has the authority to investigate and audit matters relating to the negotiation and performance of any contracts resulting from this solicitation, and in furtherance thereof, may demand and obtain records and testimony from the contractor and its subcontractors and lower tier subcontractors. The contractor understands and agrees that in addition to all other remedies and consequences provided by law, the failure of the contractor or its subcontractors or lower tier subcontractors to fully cooperate with the Inspector General when requested, may be deemed by the municipality to be a material breach of this contract justifying its termination. PUBLIC RECORDS: Sealed documents received by the City in response to an invitation are exempt from public records disclosure until thirty (30) days after the opening of the Bid unless the City announces intent to award sooner, in accordance with Florida Statutes 119.07. The City is public agency subject to Chapter 119, Florida Statutes. The Contractor shall comply with Florida's Public Records Law. Specifically, the Contractor shall: A. Keep and maintain public records required by the CITY to perform the service; B. Upon request from the CITY's custodian of public records, provide the CITY with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided in chapter 119, Fla. Stat. or as otherwise provided by law; C. Ensure that public records that are exempt or that are confidential and exempt from public record disclosure requirements are not disclosed except as authorized by law for the duration of the contract term and, following completion of the contract, Contractor shall destroy all copies of such confidential and exempt records remaining in its possession once the Contractor transfers the records in its possession to the CITY; and D. Upon completion of the contract, Contractor shall transfer to the CITY, at no cost to the CITY, all public records in Contractor's possession All records stored electronically by Contractor must be provided to the CITY, upon request from the CITY's custodian of public records, in a format that is compatible with the information technology systems of the CITY. E. IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUES, TO THE CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS: CRYSTAL GIBSON, CITY CLERK 3301 QUANTUM BLVD., SUITE 101, BOYNTON BEACH, FL 33426 561-742-6061 GIBSONC@BBFL.US 10 Page 849 of 1406 QUESTIONS: Any questions relative to any item(s) or portion of this bid or Invitation to Bid should be directed to Eric Marmer, Senior Buyer, Monday through Friday, 8:00 A.M. to 5:00 P.M. at (561) 742-6322; E-mail marmere(cDbbfl.us LOCAL BUSINESS PREFERENCE The City of Boynton Beach Administrative Policy No. 10.16.01 provides for a local business preference. "For all acquisitions made pursuant to Sealed Competitive Bid, as provided in Sec. 10.05, the City shall give preference to a Local Business if the Local Business' bid is determined to be within five percent (5%) or five thousand dollars ($5,000.00), whichever is less, of the lowest responsible and responsive bidder. In revenue generating contracts where award, if any, is to be made to the bidder returning the highest amount to the City, the same preference set forth herein shall be applied with respect to the highest bid." In order to be considered for a local business preference, a bidder must include the Local Business Status Certification Form at the time of bid submittal. Failure to submit this form at the time of bid submittal will result in the bidder being found ineligible for the local business preference for this solicitation. TERMINATION Upon thirty (30) calendar days' written notice to Contractor, City may, without cause and without prejudice to any other right or remedy, terminate this Agreement for City's convenience. Where the Agreement is terminated for the convenience of City, the notice of termination to Contractor must state that the Agreement is being terminated for the convenience of the City under this termination clause, the effective date of the termination, and the extent of termination. Contractor shall be paid for the services up to and including the effective date of the termination. This shall mean payment for all completed tasks and payment for uncompleted tasks based upon a percentage of completion of such uncompleted tasks. Contractor shall not be paid on account of loss of anticipated profits or out of or resulting from such termination SCRUTINIZED COMPANIES - 287.135 and 215.473 By submission of this Bid, Proposer certifies that Proposer is not participating in a boycott of Israel. Proposer further certifies that Proposer is not on the Scrutinized Companies that Boycott Israel list, not on the Scrutinized Companies with Activities in Sudan List, and not on the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or has Contractor been engaged in business operations in Syria. Subject to limited exceptions provided in state law, the City will not contract for the provision of goods or services with any scrutinized company referred to above. Submitting a false certification shall be deemed a material breach of contract. The City shall provide notice, in writing, to Contractor of the City's determination concerning the false certification. Contractor shall have five (5) days from receipt of notice to refute the false certification allegation. If such false certification is discovered during the active contract term, Contractor shall have ninety (90) days following receipt of the notice to respond in writing and demonstrate that the determination of false certification was made in error. If Contractor does not demonstrate that the City's determination of false certification was made in error then the City shall have the right to terminate the contract and seek civil remedies pursuant to Section 287.135, Florida Statutes, as amended from time to time. ll Page 850 of 1406 Solicitation responses of $1 million or more must include the attached Scrutinized Companies form to certify that the Proposer is not on either of those lists. SPECIAL TERMS AND CONDITIONS PURPOSE: The purpose of this Solicitation is to obtain bids from contractors for Lime Sludge Removal and Disposal, in accordance with the terms, conditions, and specifications contained in this Invitation to Bid. TERM OF CONTRACT: The initial term of the contract awarded shall be for three (3) years effective upon date the contract is fully executed by all parties. The City of Boynton Beach Purchasing Manager in consultation with the Finance Director may extend the agreement at the same terms, and conditions, for two (2) one-year renewals (exercised separately) subject to vendor acceptance, satisfactory performance as determined by the Purchasing Manager, and determination by the Purchasing Manager that renewal will be in the best interest of the City. An increase in cost of less than 2% for each extension may be approved by the City administration and does not require Commission approval. The City reserves the right to extend automatically for a period not to exceed an additional twelve (12) months in order to provide the City with continual service while a new contract is solicited, evaluated and/or awarded. PRICE ESCALATION/DE-ESCALATION. The City of Boynton Beach will allow a price escalation/de-escalation provision within this award. The original bid prices shall be firm for a 1-year minimum period. A price escalation/de- escalation will be allowed 1 year after the beginning of the award period and at 1-year intervals thereafter, provided the Awardee notifies the City of Boynton Beach, in writing, of the pending price escalation/de-escalation a minimum of 60 days prior to the effective date of the price escalation/de-escalation. The price escalation percentage change shall not exceed the previous 1-year's percentage change of the Consumer Price Index for All Urban Consumers (CPI-U) published by the U.S. Department of Labor's Bureau of Labor Statistics. Failure to comply with these instructions shall be grounds for disallowance of a price escalation as allowed herein. If, at the point of exercising the price escalation provision, market media indicators show that the prices have decreased, and that the Awardee has not passed the decrease on to the City of Boynton Beach, the City reserves the right to place the Awardee in default and cancel the award. BASIS OF AWARD: It is the intent of the City to award the bid to the lowest responsive and responsible bidder. Once opened, the bids will be tabulated and evaluated by the City before recommendation and/or notice of intent to award. The City, in its sole discretion, reserves the right to accept or reject any or all bids for any reason whatsoever. The City further reserves the right to waive irregularities and technicalities and/or to request resubmission. There is no obligation on the part of the City to award the bid to the lowest bidder, or any bidder. The City reserves the right to make the award to a responsible bidder submitting a responsive bid most advantageous and 12 Page 851 of 1406 in the best interest of the City. The City shall be the sole judge of the bids and the City's decision shall be final. INSURANCE: It shall be the responsibility of the successful bidder to maintain workers' compensation insurance, property damage, liability insurance and vehicular liability insurance, during the time any of bidder's personnel are working on City of Boynton Beach property. The vendor shall furnish the City with a certificate of insurance after award has been made prior to the start of any work on City property. Said insured companies must be authorized to do business in the State of Florida and the City will not accept any company that has a rating less than B+ in accordance to A.M. Best's Key Rating Guide, latest edition. Remainder of Page Intentionally Left Blank 13 Page 852 of 1406 INVITATION TO BID FOR LIME SLUDGE REMOVAL, HAULING AND DISPOSAL BID No.: 004-2821-20/EM SCOPE OF WORK Contractor shall be responsible for the hauling and disposal of East water treatment plant dry lime sludge on an as needed basis. Pickup site is the City of Boynton Beach East Water Treatment Plant 1620 S. Seacrest BLVD., Boynton Beach, FL 33435. Contractor will have and maintain all necessary permits for transport and disposal of the dry lime sludge produced. The Contractor will comply with all regulations pertaining to the transport and disposal of the lime sludge. The Contractor will be responsible for all related costs - whether stated or unstated - for the acceptance, transport, management and disposal of dry lime sludge in accordance with all existing applicable regulations and in compliance with all requirements of this document. The City's facilities are currently operating under regulations issued by Federal and State regulatory agencies. The Contractor shall abide by any order, regulation, permit, license, restriction, injunction, moratorium, or denial of permission to operate the facilities which may be imposed or issued by any agency having jurisdiction. The Contractor shall cooperate with the City during any test, experiment, construction, maintenance, or any other operation, which may affect the production of lime sludge at the City facility. Disposal Site Lime Sludge will be hauled from the designated location to an approved disposal site(s) (use attachment B within this bid). Contractor shall be responsible for supplying equipment and the manpower necessary for the loading, transporting and disposal of the lime sludge, unless otherwise specified. Scheduling Lime sludge pickups to be made upon request by the Chief Operator or his designee at the East Water Treatment Plant. The City will give a two (2) day minimum notice to the contractor for all pickups. Contractor shall notify the Chief Operator or his designee immediately whenever unforeseen situations occur that may interfere with the scheduled transport. Contractor agrees that sludge removal operations will not be halted due to transportation problems. Trip/disposal tickets on a form acceptable to the City and FDEP shall establish a chain of custody from the City to the Contractor and quantities delivered. Such tickets shall reflect each load transported and shall match each load referenced in invoices submitted to the City for payment by the Contractor. These tickets will indicate the tonnage of sludge hauled, date, driver and ultimate disposal 14 Page 853 of 1406 site for each truck load. Tickets will be signed by the Water Treatment Manager or his designated representative. The City will retain a copy of the tickets for its records. Measurement of Quantities for Billing Purposes Contractor shall coordinate and verify with the Chief Operator or designee in measuring the quantities of sludge removed. These measurements will be the basis for payment. If trucks are not properly filled, the truck will be turned around and reloaded. Dumping Charges The Contractor will be responsible for payment of any and all dumping charges. Working Hours and Scheduling Intervals Service shall be performed at hours designated by the Chief Operator or designee and in such a manner as not to disrupt ongoing operations. Services will generally be required on a normal work day excluding weekends and holidays, however City may require services at any given time. Normal working hours are from 7 a.m. to 3 p.m. For security reasons Contractor shall not have access to the property after hours, without explicit approval from City. NO EXCEPTIONS. A. Any violations of weight regulations or traffic laws will be the sole responsibility of the Contractor. B. Contractor will completely remove and sanitize any spillage, accidental or otherwise, which occurs on or off the City's site. In addition, the Contractor shall report the spillage to the proper agencies and to the City in a timely manner. The City reserves the right to inspect and reject all modes proposed by the Contractor for transporting the dry lime sludge. The cleanup of any sludge which is dumped, spilled, or discarded in any location other than a site authorized for that purpose, shall be the sole responsibility of the Contractor, and conducted by the Contractor at his expense, in accordance with all applicable laws. Quantity shown on pricing page 8,000 CYs is only an estimate of the amount of lime sludge to be removed over a twelve (12) month time period. The City makes no guarantee of any minimum amount to be transported from the plant during the contract time period. This chart shows the number of 20 cu yard FISCAL YEAR TRUCKS HAULED trucks hauled in previous fiscal years: FY2015/2016 0 FY2016/2017 441 FY2017/2018 251 The Contractor will have and maintain all permits and shall meet all Federal, State and local rules and policies pertaining to the transport of lime sludge. 15 Page 854 of 1406 If new regulations either proposed or in effect at the time of the proposal due date are enacted which cause substantial economic impact upon the Contractor, the City may negotiate with the Contractor to reach a mutually satisfactory resolution to the processing cost differential Current mode of Operation: All bidders to assume current mode of operation as follows: city resources will stock pile the material to an area South of the Sludge Lagoon from where the vendor will load and hauling material. No other alternatives to current operations to be considered at this time. Scheduling of loading and hauling activities must be coordinated through the Chief Operator or designee. Hauling and disposal is anticipated at least once a month, however, may be more frequent depending on plant operations. During loading and hauling operations, no more than ten (10) trucks can be staged on site. No trucks will be allowed to be staged off site and in the adjacent neighborhood streets. If needed, hauling operations may be extended over several days. Vendor may use their own version of a load ticket, however, at a minimum, each ticket must include date, time, truck number, driver's name and number (if applicable), and cubic volume of load. Prior to leaving the plant, each truck load must be visually verified by the City, with a Load Ticket submitted to the designated City personnel overseeing the hauling operation. MINIMUM QUALIFICATIONS Bidder shall submit information and documentation requested in this Section that confirms it meets the following qualification requirement(s). For the purposes of this ITB, a responsible Bidder is a Bidder that meets the minimum qualification requirements below. 1. Contractors Qualifications Emphasis will be given as to how the firm-wide experience and expertise in the area of Lime Sludge Removal. Contractors must have a minimum of three (3) years of lime sludge hauling/disposal operations within the State of Florida. Bidder shall provide a list with year, make and model of all equipment proposed to use in providing Lime Sludge removal services to the City. Contractor is to have clearly identified disposal locations. Identify disposal site; name address, type of facility and attach certification authorizing acceptance of dry lime sludge. Any changes or modifications in disposal site must be accepted by the City. 16 Page 855 of 1406 Additionally, proposer shall provide a letter of guarantee from an additional source where it can obtain additional vehicles in the event they are required and must identify all equipment to be used. The successful Contractor shall be required to execute a City contract covering the scope of services to be provided and setting forth the duties, rights and responsibilities of the parties. 2. References Provide a list (use attachment C within this bid) and description of similar projects satisfactorily performed within the past three (3) years and must provide references. For each engagement listed, include the name and telephone number of a representative for whom the engagement was undertaken who can verify satisfactory performance. Emphasis should be given to references from government entities. If the proposer cannot satisfy the requirements for similar work, the City may reject the bid. REMAINDER OF PAGE INTENTIONALLY LEFT BLANK 17 Page 856 of 1406 INVITATION TO BID FOR LIME SLUDGE REMOVAL, HAULING AND DISPOSAL BID No.: 004-2821-20/EM Date: We the undersigned, as Bidders, hereby declare that we have carefully read this proposal or bid and the provisions, terms and conditions concerning the equipment, materials, supplies or services as called for, and with full knowledge and understanding of the requirements and conditions, do hereby agree to furnish and to deliver as indicated, FOB, City Facility Location, with all transportation charges prepaid, and for the prices quoted thereon as follows. Submit your signed, firm, fixed fee pricing for providing all services, materials, etc., required for completion of services. The unit price is all inclusive, and includes all equipment, labor, and material, required in hauling the lime sludge from the premises, including, but not limited to, providing a frontend loader with operator, loading the lime sludge material into vendor provided trucks, and hauling the loads from the plant to a site approved by the state to receive lime sludge. Description Estimated Annual Price Per Cubic Yard Total Estimated Quantity Annual Cost Hauling and disposal Provide cubic yards of lime sludge from the Boynton Beach East Water Treatment Plant to an approved disposal 16,000 Cubic Yards $ $ site. All equipment, labor and resources necessary in loading, hauling, and disposal. COMPANY NAME SIGNATURE PRINTED NAME TELEPHONE NUMBER TITLE E-MAIL ADDRESS 18 Page 857 of 1406 Attachment "A" City of Boynton Beach Risk Management Department INSURANCE ADVISORY FORM Under the terms and conditions of all contracts,leases,and agreements,the City requires appropriate coverages listing the City of Boynton Beach as Additional Insured. This is done by providing a Certificate of Insurance listing the City as "Certificate Holder" and "The City of Boynton Beach is Additional Insured as respect to coverages noted." Insurance companies providing insurance coverages must have a current rating by A.M. Best Co. of`B+"or higher. (NOTE: An insurance contract or binder may be accepted as proof of insurance if Certificate is provided upon selection of vendor) The following is a list of types of insurance required of contractors,lessees, etc., and the limits required by the City: (NOTE: This list is not all inclusive, and the City reserves the right to require additional types of insurance, or to raise or lower the stated limits, based upon identified risk.) ------------------------------------------------------------------------------------------------------------------------------------------- TYPE (Occurrence Based Only) MINIMUM LIMITS REQUIRED ------------------------------------------------------------------------------------------------------------------------------------------- General Liability General Aggregate $ 1,000,000.00 Commercial General Liability Products-Comp/Op Agg. $ 1,000,000.00 Owners&Contractor's Protective(OCP) Personal&Adv.Injury $ 1,000,000.00 Liquor Liability Each Occurrence $ 1,000,000.00 Professional Liability Fire Damage(any one fire) $ 50,000.00 Employees&Officers Med.Expense(any one person) $ 5,000.00 Pollution Liability Asbestos Abatement Lead Abatement Broad Form Vendors Premises Operations Underground Explosion&Collapse Products Completed Operations Contractual Independent Contractors Broad Form Property Damage Fire Legal Liability ------------------------------------------------------------------------------------------------------------------------------------------- Automobile Liability Combined Single Limit $ 500,000.00 Any Auto Bodily Injury(per person) to be determined All Owned Autos Bodily Injury(per accident) to be determined Scheduled Autos Property Damage to be determined Hired Autos Trailer Interchange $ 50,000.00 Non-Owned Autos PIP Basic Intermodal ------------------------------------------------------------------------------------------------------------------------------------------- Garage Liability Auto Only,Each Accident $ 1,000,000.00 Any Auto Other Than Auto Only $ 100,000.00 Garage Keepers Liability Each Accident $ 1,000,000.00 Aggregate $ 1,000,000.00 ------------------------------------------------------------------------------------------------------------------------------------------- Excess Liability Each Occurrence to be determined Umbrella Form Aggregate to be determined ------------------------------------------------------------------------------------------------------------------------------------------- Worker's Compensation Statutory Limits Employer's Liability Each Accident $ 100,000.00 Disease,Policy Limit $ 500,000.00 Disease Each Employee $ 100,000.00 ------------------------------------------------------------------------------------------------------------------------------------------- Property Homeowners Revocable Permit $ 300,000.00 Builder's Risk Limits based on Project Cost ------------------------------------------------------------------------------------------------------------------------------------------- Other- As Risk Identified to be determined 19 Page 858 of 1406 BIDDER ACKNOWLEDGEMENT Submit Bids to: PURCHASING SERVICES 3301 Quantum Blvd., Suite 101 Boynton Beach, FL 33426 Telephone: (561) 742-6310 Bid Title: "LIME SLUDGE REMOVAL, HAULING AND DISPOSAL" Bid Number: 004-2821-20/EM Bid Due: December 6, 2019, NO LATER THAN 2:30 P.M. (LOCAL TIME) Bids will be opened in Purchasing Services unless specified otherwise and may not be withdrawn within ninety (90) days after such date and time. All awards made as a result of this bid shall conform to applicable sections of the charter and codes of the City. Name of Bidder: Federal I.D. Number: A Corporation of the State of: Area Code: Telephone Number: Area Code: FAX Number: Mailing Address: City/State/Zip: Vendor Mailing Date: E-Mail Address: Authorized Signature THIS PAGE TO BE SUBMITTED FOR BID PACKAGE TO BE CONSIDERED COMPLETE AND ACCEPTABLE 20 Page 859 of 1406 NON COLLUSION AFFIDAVIT OF PRIME BIDDER State of ) County of ) being first duly sworn, deposes and says that: 1) He is of (Title) (Name of Corporation or Firm) the bidder that has submitted the attached bid: 2) He is fully informed respecting the preparation and contents of the attached bid and of all pertinent circumstances respecting such bid; 3) Said bid is genuine and is not a collusive or sham bid; 4) Further, the said bidder nor any of its officers, partners, owners, agents, representatives, employees or parties in interest, including this affiant, has in any way colluded, conspired, connived or agreed, directly or indirectly with any other bidder, firm or person to submit a collusive or sham bid in connection with the Contract for which the attached bid has been submitted or to refrain from bidding in connection with such Contract, or has in any manner, directly or indirectly, sought by agreement or collusion or communications or conference with any other bidder, firm or person to fix the price or prices in the attached bid or of any other bidder, or to fix any overhead, profit or cost element of the bid price or the bid price of any other bidder, or to secure through any collusion, conspiracy, connivance or unlawful agreement any advantage against the City of Boynton Beach or any person interested in the proposed Contract; and 5) The price or prices quoted in the attached bid are fair and proper and are not tainted by any collusion, conspiracy, connivance or unlawful agreement on the part of the bidder or any of its agents, representatives, owners, employees, or parties in interest, including this affiant. (Signed) Subscribed and sworn to before me (Title) This day of , 20 My commission expires THIS PAGE TO BE SUBMITTED FOR BID PACKAGE TO BE CONSIDERED COMPLETE AND ACCEPTABLE Page 860 of 1406 ANTI-KICKBACK AFFIDAVIT STATE OF FLORIDA ) : SS COUNTY OF PALM BEACH ) I, the undersigned hereby duly sworn, depose and say that no portion of the sum herein bid will be paid to any employees of the City of Boynton Beach as a commission, kickback, reward of gift, directly or indirectly by me or any member of my firm or by an officer of the corporation. By: NAME - SIGNATURE Sworn and subscribed before me this day of 120 Printed Information: NAME TITLE NOTARY PUBLIC, State of Florida at Large COMPANY "OFFICIAL NOTARY SEAL" STAMP THIS PAGE TO BE SUBMITTED FOR BID PACKAGE TO BE CONSIDERED COMPLETE AND ACCEPTABLE Page 861 of 1406 CONFIRMATION OF MINORITY OWNED BUSINESS A requested form to be made a part of our files for future use and information. Please fill out and indicate in the appropriate spaces provided which category best describes your company. Return this form with your bid proposal sheet making it an official part of your bid response. Is your company a Minority Owned Business? Yes No If Yes, please indicate by an "X" in the appropriate box: ( ) AMERICAN INDIAN ( ) ASIAN ( ) BLACK ( ) HISPANIC ( ) WOMEN ( ) OTHER (specify) ( ) NOT APPLICABLE Do you possess a Certification qualifying your business as a Minority Owned Business? YES NO If YES, Name the Organization from which this certification was obtained and date: Issuing Organization for Certification Date of Certification THIS PAGE TO BE SUBMITTED FOR BID PACKAGE TO BE CONSIDERED COMPLETE AND ACCEPTABLE Page 862 of 1406 CONFIRMATION OF DRUG-FREE WORKPLACE Preference shall be given to businesses with drug-free workplace programs. Whenever two or more bids which are equal with respect to price, quality, and service are received by the City of Boynton Beach or by any political subdivision for the procurement of commodities or contractual services, a bid received from a business that certifies that it has implemented a drug-free workplace program shall be given preference in the award process. Established procedures for processing tie bids will be followed if none of the tied vendors have a drug-free workplace program. In order to have a drug-free workplace program, a business shall: 1) Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the workplace and specifying the actions that will be taken against employees for violations of such prohibition. 2) Inform employees about the dangers of drug abuse in the workplace, the business's policy of maintaining a drug-free workplace, any available drug counseling, rehabilitation, and employee assistance programs, and the penalties that may be imposed upon employees for drug abuse violations. 3) Give each employee engaged in providing the commodities or contractual services that are under bid a copy of the statement specified in subsection (1). 4) In the statement specified in subsection (1), notify the employee that, as a condition of working on the commodities or contractual services that are under bid, the employee will abide by the terms of the statement and will notify the employer of any conviction of, or plea of guilty or nolo contendere to, any violation of Chapter 893 or of any controlled substance law of the United States or any state, for a violation occurring in the workplace no later than five (5) days after such conviction. 5) Impose a sanction on, or require the satisfactory participation in a drug abuse assistance or rehabilitation program if such is available in the employee's community by, any employee who is so convicted. 6) Make a good faith effort to continue to maintain a drug-free workplace through implementation of this section. As the person authorized to sign the statement, I certify that this firm complies fully with the above requirements. Vendor's Signature Page 863 of 1406 PALM BEACH COUNTY INSPECTOR GENERAL ACKNOWLEDGMENT The Contractor is aware that the Inspector General of Palm Beach County has the authority to investigate and audit matters relating to the negotiation and performance of this contract, and in furtherance thereof may demand and obtain records and testimony from the Contractor and its subcontractors and lower tier subcontractors. The contractor understands and agrees that in addition to all other remedies and consequences provided by law, the failure of the Contractor or its subcontractors or lower tier subcontractors to fully cooperate with the Inspector General when requested may be deemed by the municipality to be a material breach of this contract justifying its termination. CONTRACTOR NAME By Title: Date: THIS PAGE TO BE SUBMITTED FOR BID PACKAGE TO BE CONSIDERED COMPLETE AND ACCEPTABLE 25 Page 864 of 1406 CITY OF BOYNTON BEACH LOCAL BUSINESS STATUS CERTIFICATION I, , the of (Name of officer of company) (Title of officer of company) , located at (Name of Corporation/Company) (Business Address) Certify that I am an authorized representative of the business and, on behalf of the Business, request that it be deemed to be a local business for purposes of the City of Boynton Beach Local Preference Program. Answering yes to Question 1 and Question 2 below will qualify the business as a local business. In support of this request, I certify the following to be true and correct: NAME OF BUSINESS: 1. Is the business located within the City limits YES NO Number of Years: of Boynton Beach, Florida? 2. Does the business have a business tax YES NO Business License receipt issued in the current year? Number: 3. Is the business registered with the Florida YES NO Division of Corporations? I understand that misrepresentation of any facts in connection with this request may be cause for removal from the certified local business list. I also agree that the business is required to notify the City in writing should it cease to qualify as a local business. Print Name: Signature: ***FOR PURCHASING USE ONLY*** Business License ❑ Year Established: ❑ Active: Verified by: Date: Page 865 of 1406 CERTIFICATION PURSUANT TO FLORIDA STATUTE § 287.135 I, on behalf of certify Print Name and Title Company Name that does not: Company Name 1. Participate in a boycott of Israel; and 2. Is not on the Scrutinized Companies that Boycott Israel List; and 3. Is not on the Scrutinized Companies with Activities in Sudan List; and 4. Is not on the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List; and 5. Has not engaged in business operations in Syria. Submitting a false certification shall be deemed a material breach of contract. The City shall provide notice, in writing, to the Contractor of the City's determination concerning the false certification. The Contractor shall have ninety (90) days following receipt of the notice to respond in writing and demonstrate that the determination of false certification was made in error. If the Contractor does not demonstrate that the City's determination of false certification was made in error then the City shall have the right to terminate the contract and seek civil remedies pursuant to Florida Statute § 287.135. Section 287.135, Florida Statutes, prohibits the City from: 1) Contracting with companies for goods or services in any amount if at the time of bidding on, submitting a proposal for, or entering into or renewing a contract if the company is on the Scrutinized Companies that Boycott Israel List, created pursuant to Section 215.4725, F.S. or is engaged in a boycott of Israel; and 2) Contracting with companies, for goods or services over $1,000,000.00 that are on either the Scrutinized Companies with activities in the Iran Petroleum Energy Sector list, created pursuant to s. 215.473, or are engaged in business operations in Syria. As the person authorized to sign on behalf of the Contractor, I hereby certify that the company identified above in the section entitled "Contractor Name" does not participate in any boycott of Israel, is not listed on the Scrutinized Companies that Boycott Israel List, is not listed on either the Scrutinized Companies with activities in the Iran Petroleum Energy Sector List, and is not engaged in business operations in Syria. I understand that pursuant to section 287.135, Florida Statutes, the submission of a false certification may subject the company to civil penalties, attorney's fees, and/or costs. I further understand that any contract with the City for goods or services may be terminated at the option of the City if the company is found to have submitted Page 866 of 1406 a false certification or has been placed on the Scrutinized Companies with Activities in Sudan list or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List. COMPANY NAME SIGNATURE PRINT NAME TITLE Page 867 of 1406 STATEMENT OF NO BID If you are not bidding this service/commodity, please complete and return this form to: PROCUREMENT SERVICES, City of Boynton Beach, 3301 Quantum Blvd., Suite 101, Boynton Beach, FL 33426 Failure to respond may result in deletion of vendor's name from the qualified bidder's list for the City of Boynton Beach. COMPANY NAME: ADDRESS: TELEPHONE: SIGNATURE: DATE: WE, the undersigned have declined to bid on your Bid No.: 004-2821-20/EM to "LIME SLUDGE REMOVAL, HAULING AND DISPOSAL" because of the following reasons: Specifications too "tight", i.e., geared toward brand or manufacturer only (explain below) Insufficient time to respond to the Invitation to Bid We do not offer this product or an equivalent Our product schedule would not permit us to perform Unable to meet specifications Unable to meet bond requirements Specifications unclear (explain below) Other (specify below) REMARKS: Page 868 of 1406 Attachment B DISPOSAL SITES Identify disposal site(s); name address,type of facility and attach certification authorizing acceptance of dry lime sludge. Site I Name Agency/Company Address City,Stare,Zip Facility Type Site 2 Name Agency/Company Address City,Stare,Zip Facility Type Site 3 Name Agency/Company Address City,Stare,Zip Facility Type Page 869 of 1406 Attachment C REFERENCES AND LOCAL LOCATIONS WORK HISTORY Provide contracts for similar work that your firm has completed in the past three (3) years. CALENDAR YEAR 2016 GENERAL DESCRIPTION VALUE OF DATE NAME AND PHONE NUMBER OF OF WORK PERFORMED WORK COMPLETED ADDRESS OF PROJECT OWNER AS PRIME PERFORMED PROJECT CONTRACTOR OWNER Page 870 of 1406 Attachment C (continued) CALENDAR YEAR 2017 GENERAL DESCRIPTION VALUE OF DATE NAME AND PHONE NUMBER OF OF WORK PERFORMED WORK COMPLETED ADDRESS OF PROJECT OWNER AS PRIME PERFORMED PROJECT CONTRACTOR OWNER Page 871 of 1406 Attachment C (continued) CALENDAR YEAR 2018 GENERAL DESCRIPTION VALUE OF DATE NAME AND PHONE NUMBER OF OF WORK PERFORMED WORK COMPLETED ADDRESS OF PROJECT OWNER AS PRIME PERFORMED PROJECT CONTRACTOR OWNER Page 872 of 1406 "DRAFT" SUBJECT TO REVISIONS PRIOR TO SIGNING. PROFESSIONAL AGREEMENT BETWEEN THE CITY OF BOYNTON BEACH AND VENDOR THIS AGREEMENT is entered into between the City of Boynton Beach, hereinafter referred to as "the City", and TBD, hereinafter referred to as "Vendor", in consideration of the mutual benefits, terms, and conditions hereinafter specified. 1. PROJECT DESIGNATION. The Vendor is retained by the City to provide Lime and Sludge Removal, Hauling and Disposal as outlined in BID #004-2821-20/EM. 2. SCOPE OF SERVICES. Vendor agrees to perform the services, identified on Exhibit "A" attached hereto and incorporated herein by reference, including the provision of all labor, materials, equipment and supplies. No modifications will be made to the original scope of work without the written approval of the City Manager or his designee. 3. TIME FOR PERFORMANCE. Work under this Agreement shall commence upon the giving of written notice by the City to the Vendor to proceed. Vendor shall perform all services and provide all work product required pursuant to this Agreement effective TBD. 4. TERM. The initial term of the contract shall be for three (3) years effective upon date the contract is fully executed by all parties. The City of Boynton Beach Purchasing Manager in consultation with the Finance Director may extend the agreement at the same terms, and conditions, for two (2) one-year renewals (exercised separately) subject to vendor acceptance, satisfactory performance as determined by the Purchasing Manager, and determination by the Purchasing Manager that renewal will be in the best interest of the City. An increase in cost of less than 2% for each extension may be approved by the City administration and does not require Commission approval. 5. PAYMENT. The Vendor shall be paid by the Provider/City for completed work and for services rendered under this Agreement as follows: a. The total contract price, TBD , shall be the total amount of payment to Vendor for services provided under this Agreement for the entire term of the Agreement b. Payment for the work provided by Vendor shall be made promptly on all invoices submitted to the City properly, provided that the total amount of payment to Vendor shall not exceed the total contract price without express written modification of the Agreement signed by the City Manager or designee. c. The Vendor may submit invoices to the City once per month during the progress of the work for partial payment. Such invoices will be checked by the City, and upon approval thereof, payment will be made to the Vendor in the amount approved. d. Final payment of any balance due the Vendor of the total contract price earned will be made promptly upon its ascertainment and verification by the City after the completion of the work under this Agreement and its acceptance by the City. e. Payment as provided in this section by the City shall be full compensation for work performed, services rendered, and for all materials, supplies, equipment and incidentals necessary to complete the work. f. The Vendor's records and accounts pertaining to this Agreement are to be kept available for inspection by representatives of the City and State for a period of three (3) years after the termination of the Agreement. Copies shall be made available upon request Page 873 of 1406 6. OWNERSHIP AND USE OF DOCUMENTS. All documents, drawings, specifications and other materials produced by the Vendor in connection with the services rendered under this agreement shall be the property of the City whether the project for which they are made is executed or not. The Vendor shall be permitted to retain copies, including reproducible copies, of drawings and specifications for information, reference and use in connection with Vendor's endeavors. 7. COMPLIANCE WITH LAWS. Vendor shall, in performing the services contemplated by this Agreement, faithfully observe and comply with all federal, state of Florida and City of Boynton Beach, ordinances and regulations that are applicable to the services to be rendered under this agreement. 8. INDEMNIFICATION. Vendor shall indemnify, defend and hold harmless the City, its offices, agents and employees, from and against any and all claims, losses or liability, or any portion thereof, including attorneys fees and costs, arising from injury or death to persons, including injuries, sickness, disease or death to Vendor's own employees, or damage to property occasioned by a negligent act, omission or failure of the Vendor. 9. INSURANCE. The Vendor shall secure and maintain in force throughout the duration of this contract comprehensive general liability insurance with a minimum coverage of $1,000,000 per occurrence and $1,000,000 aggregate for personal injury; and $1,000,000 per occurrence/aggregate for property damage, and professional liability insurance in the amount of $1,000,000 per occurrence to $2,000.000 aggregate with defense costs in addition to limits. Said general liability policy shall name the City of Boynton Beach as an additional named insured and shall include a provision prohibiting cancellation of said policy except upon thirty (30) days prior written notice to the City. Certificates of coverage as required by this section shall be delivered to the City within fifteen (15) days of execution of this agreement. 10. INDEPENDENT CONTRACTOR. The Vendor and the City agree that the Vendor is an independent contractor with respect to the services provided pursuant to this Agreement. Nothing in this Agreement shall be considered to create the relationship of employer and employee between the parties hereto. Neither Vendor nor any employee of Vendor shall be entitled to any benefits accorded City employees by virtue of the services provided under this Agreement. The City shall not be responsible for withholding or otherwise deducting federal income tax or Social Security or for contributing to the state industrial insurance program, otherwise assuming the duties of an employer with respect to Vendor, or any employee of Vendor. 11. COVENANT AGAINST CONTINGENT FEES. The Vendor warrants that he has not employed or retained any company or person, other than a bona fide employee working solely for the Vendor, to solicit or secure this contract, and that he has not paid or agreed to pay any company or person, other than a bona fide employee working solely for the Vendor any fee, commission, percentage, brokerage fee, gifts, or any other consideration contingent upon or resulting from the award or making of this contract. For breach or violation of this warranty, the City shall have the right to annul this contract without liability or, in its discretion to deduct from the contract price or consideration, or otherwise recover, the full amount of such fee, commission, percentage, brokerage fee, gift, or contingent fee. Page 874 of 1406 12. DISCRIMINATION PROHIBITED. The Vendor, with regard to the work performed by it under this agreement, will not discriminate on the grounds of race, color, national origin, religion, creed, age, sex or the presence of any physical or sensory handicap in the selection and retention of employees or procurement of materials or supplies. 13. ASSIGNMENT. The Vendor shall not sublet or assign any of the services covered by this Agreement without the express written consent of the City. 14. NON-WAIVER. Waiver by the City of any provision of this Agreement or any time limitation provided for in this Agreement shall not constitute a waiver of any other provision. 15.TERMINATION. a. Upon thirty (30) calendar days' written notice to Contractor, City may, without cause and without prejudice to any other right or remedy, terminate this Agreement for City's convenience. Where the Agreement is terminated for the convenience of City, the notice of termination to Contractor must state that the Agreement is being terminated for the convenience of the City under this termination clause, the effective date of the termination, and the extent of termination. Contractor shall be paid for the services up to and including the effective date of the termination. This shall mean payment for all completed tasks and payment for uncompleted tasks based upon a percentage of completion of such uncompleted tasks. Contractor shall not be paid on account of loss of anticipated profits or out of or resulting from such termination. b. In the event of the death of a member, partner or officer of the Vendor, or any of its supervisory personnel assigned to the project, the surviving members of the Vendor hereby agree to complete the work under the terms of this Agreement, if requested to do so by the City. This section shall not be a bar to renegotiations of this Agreement between surviving members of the Vendor and the City, if the City so chooses. 16. DISPUTES. Any disputes that arise between the parties with respect to the performance of this Agreement, which cannot be resolved through negotiations, shall be submitted to a court of competent jurisdiction in Palm Beach County, Florida. This Agreement shall be construed under Florida Law. 17. NOTICES. Notices to the City of Boynton Beach shall be sent to the following address: Lori LaVerriere, City Manager City of Boynton Beach P.O. Box 310 Boynton Beach, FL 33425-0310 Notices to Vendor shall be sent to the following address: Page 875 of 1406 18. INTEGRATED AGREEMENT. This agreement, together with attachments or addenda, represents the entire and integrated agreement between the City and the Firm and supersedes all prior negotiations, representations, or agreements written or oral. This agreement may be amended only by written instrument signed by both City and Firm. 19. PUBLIC RECORDS. Sealed documents received by the City in response to an invitation are exempt from public records disclosure until thirty (30) days after the opening of the Bid unless the City announces intent to award sooner, in accordance with Florida Statutes 119.07. The City is public agency subject to Chapter 119, Florida Statutes. The Contractor shall comply with Florida's Public Records Law. Specifically, the Contractor shall: A. Keep and maintain public records required by the CITY to perform the service; B. Upon request from the CITY's custodian of public records, provide the CITY with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided in chapter 119, Fla. Stat. or as otherwise provided by law; C. Ensure that public records that are exempt or that are confidential and exempt from public record disclosure requirements are not disclosed except as authorized by law for the duration of the contract term and, following completion of the contract, Contractor shall destroy all copies of such confidential and exempt records remaining in its possession once the Contractor transfers the records in its possession to the CITY; and D. Upon completion of the contract, Contractor shall transfer to the CITY, at no cost to the CITY, all public records in Contractor's possession All records stored electronically by Contractor must be provided to the CITY, upon request from the CITY's custodian of public records, in a format that is compatible with the information technology systems of the CITY. E. IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUES, TO THE CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS: CRYSTAL GIBSON, CITY CLERK 3301 QUANTUM BLVD., SUITE 101 BOYNTON BEACH, FLORIDA, 33426 561-742-6061 GIBSONC@BBFL.US Page 876 of 1406 SCRUTINIZED COMPANIES -- 287.135 AND 215.473 By execution of this Agreement, Contractor certifies that Contractor is not participating in a boycott of Israel. Contractor further certifies that Contractor is not on the Scrutinized Companies that Boycott Israel list, not on the Scrutinized Companies with Activities in Sudan List, and not on the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or has Contractor been engaged in business operations in Syria. Subject to limited exceptions provided in state law, the City will not contract for the provision of goods or services with any scrutinized company referred to above. Submitting a false certification shall be deemed a material breach of contract. The City shall provide notice, in writing, to Contractor of the City's determination concerning the false certification. Contractor shall have five (5) days from receipt of notice to refute the false certification allegation. If such false certification is discovered during the active contract term, Contractor shall have ninety (90) days following receipt of the notice to respond in writing and demonstrate that the determination of false certification was made in error. If Contractor does not demonstrate that the City's determination of false certification was made in error then the City shall have the right to terminate the contract and seek civil remedies pursuant to Section 287.135, Florida Statutes, as amended from time to time. DATED this day of 20 CITY OF BOYNTON BEACH Lori LaVerriere, City Manager Signature of Authorized Official Printed Name of Authorized Official Attest/Authenticated: Title (Corporate Seal) Crystal Gibson, City Clerk Approved as to Form: Attest/Authenticated: James A. Cherof, City Attorney Secretary Page 877 of 1406 The City of Boynton Beach Finance/Procurement Services P.O. Box 310 Boynton Beach,Florida 33425-0310 Telephone:(561)742-6310 FAX:(561)742-6316 QUESTIONS AND ANSWERS DATE: November 18, 2019 RFP No. 004-2821-20/EM - "LIME SLUDGE REMOVAL, HAULING AND DISPOSAL" Information included in this document will not have a material impact on the submittal for this solicitation. This document is issued for informational purposes only. It is not necessary to return or acknowledge it in the submittal. The following questions were submitted by prospective proposers prior to the deadline and are answered below in bold type: Q1: Is there a specific reason for the decrease in lime sludge hauled from FY 2016/2017 compared to FY 2017/2018? Al: It is assumed that the lack of hauling in 2016 attributed to the need for more hauling in 2017. Q2: What was the total tonnage haul in FY2017/2018? A2: Quantity hauled has always been referenced in cubic yards/truck load. We have not weighed the lime sludge, at the time of hauling, to properly determine tonnage. Q3: Where is the current contractor disposing of the dry lime sludge? A3: It has been reported that the current contractor is/was disposing of lime sludge through an approved "lake fill/recycle" project. The awarded bidder will be required to locate an approved site for disposal. Q4: Will the front end loader used for the duration of the contract have to be mobilized and demobilized during each pick-up? A4: No. The front end loader can remain on-site, however, lime sludge hauling is not expected to be a weekly occurrence. Lime sludge is excavated from a sludge lagoon 1-2 times per year. Q5: With the possibility of 4-5 loads weekly can the loader be left on site? A5: Yes, but see response above. Q6: Who is the current contractor for this contract? A6: Westwind Contracting Page 878 of 1406 Q7: 7. How many trucks were listed for the FY 2017/2018 year (used to haul the 251, 20 cubic yard loads)? A7: 251 If you have any further questions or require additional clarification, please e-mail Eric Marmer, Senior Buyer, marmere@bbfl.us or phone (561) 742-6318. Sincerely, 1�k 4110611 Eric Marmer, MPA Senior Buyer Page 879 of 1406 The City of Boynton Beach Finance/Procurement Services P.O. Box 310 Boynton Beach,Florida 33425-0310 Telephone:(561)742-6310 FAX:(561)742-6316 QUESTIONS AND ANSWERS DATE: November 19, 2019 RFP No. 004-2821-20/EM - "LIME SLUDGE REMOVAL, HAULING AND DISPOSAL" Information included in this document will not have a material impact on the submittal for this solicitation. This document is issued for informational purposes only. It is not necessary to return or acknowledge it in the submittal. The following questions were submitted by prospective proposers prior to the deadline and are answered below in bold type: Q1: What is the current price cubic yard and/or current bid and unit of measure for the contract currently held by Westwind Contracting? Al: The current price is $10.75/CY If you have any further questions or require additional clarification, please e-mail Eric Marmer, Senior Buyer, marmere@bbfl.us or phone (561) 742-6318. Sincerely, 1�k 4110611 Eric Marmer, MPA Senior Buyer Page 880 of 1406 The City of Boynton Beach Finance/Procurement Services P.O. Box 310 Boynton Beach,Florida 33425-0310 Telephone:(561)742-6310 FAX:(561)742-6316 QUESTIONS AND ANSWERS DATE: November 19, 2019 RFP No. 004-2821-20/EM - "LIME SLUDGE REMOVAL, HAULING AND DISPOSAL" Information included in this document will not have a material impact on the submittal for this solicitation. This document is issued for informational purposes only. It is not necessary to return or acknowledge it in the submittal. The following questions were submitted by prospective proposers prior to the deadline and are answered below in bold type: Q1: Can we do a pre-site visit? Al: Yes Q2: If so, when would that take place? A2: The NON-MANDATORY site visit will take place on Monday, December 9t" at Utilities — Administration Building 124 E Woolbright Road Boynton Beach, FL 33435. Q3: Do the ponds have to be dug out by us or is that something that you take care of? A3: No, we have another contractor that does that. Q4: Do we need to provide a machine to load out? A4: Yes Q5: When is the last day for questions? A5: We are extending questions until December 10tH Q6: Can the due date be extended? A6: Yes, the date has been moved to December 13, 2019 at 2:30pm. If you have any further questions or require additional clarification, please e-mail Eric Marmer, Senior Buyer, marmere@bbfl.us or phone (561) 742-6318. Sincerely, 1�k 4110611 Eric Marmer, MPA Senior Buyer Page 881 of 1406 7.C. Consent Bids And Purchases Over $100,000 1/21/2020 City of Boynton Beach Agenda Item Request Form Commission Meeting Date: 1/21/2020 Requested Action by Commission: Approve an increase to the estimated annual expenditure of Bid#019- 2821-19/IT"Repairs and Emergency Services for Water Distribution, Wastewater Collection and Storm Water Utility Systems" in the amount of$80,000, increasing the estimated annual expenditure from$175,000 to $255,000 for the remainder of fiscal year 2019/2020. Explanation of Request: Initial Bid Term: May 8, 2019 through May 7, 2021 On April 1, 2019, Procurement Services opened and tabulated three (3) bids for Repairs and Emergency Services for Water Distribution, Wastewater Collection and Storm Water Utility Systems. The Engineering Division Manager reviewed all bids. It was determined to recommend this award by a primary and secondary basis. Madsen/Barr Corp. as the Primary and Johnson-Davis, Inc. as the Secondary. Emergency and Repairs have increased throughout the three aforementioned divisions as compared to the last fiscal year. This has resulted in higher than anticipated usage of the selected vendors. The bid allows for three (3) additional one (1) year renewals subject to vendor acceptance, satisfactory performance and determination that the renewal is in the best interest of the City. How will this affect city programs or services? Both of the selected vendors have been reliable and consistently provide the Utilities Department with high quality, timely services during emergencies and needed repairs. Fiscal Impact: Budgeted Budgeted. Funds are budgeted and available. Accounts Multiple accounts from Utilities Water, Wastewater and Storm Water Divisions Previous years expenses: FY 17/18 $163,744 FY 16/17 $212,684 Alternatives: None. The additional funds are needed to address Utilities' repairs and emergencies for the remaining of the 19/20 fiscal year. Strategic Plan: Strategic Plan Application: Page 882 of 1406 Climate Action: No Climate Action Discussion: Is this a grant? No Grant Amount: ATTACHMENTS: Type Description D Addendum Price Tabulation Sheet D Addendum Responsiveness Tab Sheet Page 883 of 1406 0 0 0 0 0 0 0 0 0 0 000000 000000 0 0 0 0 0 0 0 0 0 0 999999 000000 O O O O lf') O lf') lf') lf') lf') 00 0 0 0 0 — 0 0 0 0 0 0 o. O O O O r- O) N V N I� r- 00 M 0) M (O I- U a c (O 00 V N r- N N (M (M LO GC a m � a a m a O a U H z - o c rn m ¢ 3 w H)H)H) H)H)6,6e,6f,6-169 H)H)H)H)H)H) H)H)H)H)H)H) 0 0 0 0 0 0 0 0 0 000000 000000 O O O O O O O O O W 999999 000000 O O O O O O O O O Z 000000 000000 E 000 000000 ::i O V (O 00 O O O V (O 00 O O _ o O O O O O m M m m N N N N M V N N N N M V M M N N -Z 0 o = a J H co 00 r (C) G O 0 a Z LL o z 4 0000000000 000000 000000 00 E 0. 0. 0. 9999999 000000 999999 pp o 0 0000000000 000000 000000 000 0000000 mao0000 mao0000 N a o c O In U7 U7 U7 U7 U7 0 U7 LQ N M (`') V F N M (`') V 0 M N M N N W - W Z 1 :E ~ U w z Q "3 m a w e»e»e» e»(»e»e»e»e»e» O (»e»e»e»e»e» (»e»e»e»e»e» j - J 0 ~ co co co co co coco < < < LLLLLLLLLLLL U- -0. W Q Z J J J J J J J W W W J J J J J J J J J J J J W a � W o o e T a _ 0 - m a - a U 0 a 0 � v s a � a R E v i .m 0 a CL a n m -0 F m E Q o o v t N E rn O V U rn y as Lu _ Z0 mm - 2 LUL a) — E � 0Z ( D N co m _ a) U a O 0 0 0 0 L- E E n ?j as ZV w w � w UUE n '� W J E v 00 ,00 0 ss '� n 0E cn 3 3 ag UUNN O = C 0 ° N a) n N � Z O O Q Q d U E E �0, ,- 7 Q p O N O (nm i N U T W U' N 'N a) a) _rn m 2 U U (6 Q M 00 E E jllO N N () U V O O O (6 U N N U d 3 n a i i a) N N O O 0 0) -0 7 u U O O O Q Q N O >. 0) U U ,� U C co2 N C -Fu S (� — V rn N N a) 0 m m U N 00 ao U Ucl N O O D U 0) 7 N a) p (6 N > -0 (fl w Q a) a) a) +�-� 02 0 0 0 D a rn v v � a) m ° m 0 .O o 0 atS � 0 � LL LL atl 0 0 � � � � IL O N N E E cr U O H H CO N a) s t HHLL t HHLL W Q M 0) 0)W W w `p (6 N N y LL LL N (O O W LL LL N (O O -a w N uNi a) a) Z Z v ~ ~ ~ U � � � 0 n .L (0 bo � � N Eco ao � � � N C W N E E O O a) O 2 . . . N a) O O m O Q 7 ' O N (O O N (O (y Q 5 O W W Z Z 2' U 0- m Q 0- LL J () Q LL O 0 001-1-1— LL O (0 00 — U) W W ccO N M V lf') (O I� NM V U7 (O I, 00 O) 7 O G N M V Ln (O � 00 d) 0 D Z W 0000000006cr cr cr w cr cr w 000000 000000 000000 000000 000000 999999 000000 999999 000000 999999 U7 U7 O U7 U7 U7 !7 0 0 0 0 0 U7 0 0 0 0 0 lf') 0 0 0 0 0 m o m m o m O M r- M r- ON V 0 I- 00 N V0 I- 00 N V0 I- 00 00 O 00 O O V N M V U7 (O N M V U7 (O r- N M V U7 (O r- N M V U') (O I- N M V U7 I- 00 ER ER ER ER ER ER ER ER ER ER ER 69 69 69 69 69 69 69 69 69 6.) 6.) 6.) 6.) 6.) 6.) 6.) 6.) 6.) 6.) 000000 000000 000000 000000 000000 999999 000000 999999 000000 999999 O_ O O O O O O_ O O O O O 0 0 0 0 0 0 0 0 0 0 0 0 U7 O O O O O In 0 O N M 0 0 O N M N M 00 O V 0 N 0 00 O V 0 0 O V 0 0 0 N N N N M V N N N N M V N N N m m T N N N (`") (`") V N (`") (`") V U7 (O 0 0 r 4- 0 Eft 69 69 69 69 69 ER ER ER ER ER ER ER ER ER 6p,6p,6rT 6f 6f 6f 6f 6f 6f 6f 6f 69 69 69 69 LO 000000 000000 000000 000000 000000 co 999999 000000 999999 000000 999999 000000 000000 000000 000000 000000 (O 00 lf') O lf') lf') (O 00 lf') O U7 lfT 0200000 O O O O 00 N O O O O 0 0 0 0 0 0 N M M V � N M M V � N M V 0 (0 � N M V 0 (0 N M V 0 0 0 ^^� E LL ER ER ER ER ER ER 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 . ...... LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL W o N CO U Q a a o CL v m o o v o t v t Et OI to OI N OI 7 7 7 N 3 v cn cn cn cn cn o c o 0 0 0 m 0 0 0 U U U U U U n n n n n s s s s s U U U U U C _ C C C 0 C� C O w Q N N N w Q N N N w 02 N N N w 02 N N a) w Q N N N N y N N N N N N N N N y N N N N y N N N N y N N N N N N N Q Q Q C N N N Q Q Q N N N Q Q Q N N N 000 N N a) Q Q Q J � HH 06 00 HH ppm HH ppm HH ppo HHH 0_ H LLLL H LLLL 06 H LLLL H LL LL H LLLLLL 0_ O t H H LL t H H LL t H H LL t H H LL t H H LL Q M y LL LL 0 N (O O •�) LL LLD N M O y LL LL 0 N (O O y LL LL 0 N b O y LL LL 0 N (O O N i M 00 i M 00 i M 00 — i M 00 — i M 00 0~ W 7 O N_ M O N_ M 7 O N_ M 7 O N_ M 7 O N_ M �_ LL O 0 00 — LL O (0 00 — — LL O 0 00 — — LL O 0 00 — — LL O (0 00 — ~ M V Ln ( 00 O O N M V U7 (0 I- 00 O O N M V U7 (0 I" 00 O O N W W N N N N N N N N N N M M M M M M M m m m T V V D 0 af af af af af af af af af af cr w cr cr w w w w wo� 0� 0� 0� 0� wC� 00 U) U) U) U) U) U) U) U) U) COCOCO COCOCOCOCOCO COCOCOcococo cococococoU) m m cn cn cn cn cn cn cn cn cn CO CO CO CO CO CO CO CO CO CO CO CO cn cn cn cn cn cn cn cn cn 000000 000000 000000 000000 000000 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 99 999999 0 0 0 0 0 0 U7U7 U7 U7 U7 U7 U7 O LO lf') U7 O U7 O 0 lf') 00 m o m o m O m o m O m O 00 0) 00 O O V M (o I- N N M M r- N N O U7 I- d) 00 O O U7 I- d) 00 0) N M V U') I- 00 M V U7 I- 00 O M V U7 I- 00 O V U') (o I- 00 O V U') (o I- 00 (3) 61) 613 613 613 613 613 613 613 613 613 613 63 63 63 63 63 63 63 63 63 6.3 6.3 6.3 6.3 6.3 6.3 6.3 6.3 6.3 6.3 000000 000000 000000 000000 000000 999999 000000 999999 000000 999999 O Ln O O O U7 000000 000000 O O O O O U7 O O O U7 O O O N Ln N M N O U7 O O O O N 00 O O O O N r- N N N N U7 O U7 N U7 U7 M M M V Ln (D M M V U') (o I- M M V U7 (o I- M M V U7 (o I- M V V U7 M r- (C) 0 r 4- 0 3 3 3 3 3 3 3 3636361363 63 63 63 63 63 63 61361363636363 636363636363 0 000000 000000 000000 000000 000000 co 999999 000000 999999 000000 999999 000000 000000 000000 000000 000000 000000 Ln U7 U7 U7 U7 U7 U7 U7 U7 U7 U7 U7 000000 000000 N M V U') (o r- N M V U7 (o r- N M V U7 (o I- M V U') (o I- 00 M V U7 (o I- 00 ^^� E LL o 63 63 63 63 63 63 63 63 63 63 63 63 63 63 63 63 63 63 63 63 63 63 63 63 63 63 63 63 63 63 LL LL LL LLLL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL W � o m CO U � Q a a o o a � a v o v o v 7 7 C C C C C N N N N N N N N N N N N N N N O O O O O O O O O O U U U U U U U U U U n n n n n U U U U U C C C C C � N N N N O 02 N N a) ��„ Q N N a) ��„ Q N N a) ��„ Q N N a) ��„ Q N N N N y N N N a) y N N N a) y N N N a) y N N N a) y N N N N � N N N Q Q Q � N N N Q Q Q � N N N Q Q Q � J � — N N Q — N N Q — N N Q — N N Q H H Q Q H H Q Q H H Q Q H H Q Q H H H d a� H LL LL 06 H LL LL 06 H LL LL 06 H LL LL H LL LL LL IL O t H H LL t H H LL t H H LL t H H LL t H H LL Q M y LL LL 0 N (o O y LLLL O N (o O y LL LL O N (o O y LLLL O N (o O y LLLL O N N (o O I C, E M 00 i M 00 i M 00 i M 00 i M 00 ~ W 7 ' O N_ M 7 O NM 7 O NM 7 O NM 0 - LL O (0 00 LL O (0 00 _ — LL O (0 00 _ — LL O (0 00 _ — LL O (0 00 ~ M V In M r" 00 O O N M V 0 (o I" 00 O O N M V Lo (o I� 00 d) O N W W V V V V V V 7 L9 lf') U7 U7 U7 U7 L9 lf? lf? lf? (o (o (o (o (o (o (o (o (o (o 7 D 0 cr af af af af af af af af af cr cr w cr cr cr w cr cr w cr cr cr w cr cr w cr cr cr 0000 OOOO 0000 OOOO 0000 OOOO 0000 OOOO 0000 OOOO 0000 OOOO LO LO LO O LO LO LO O LO O LOO LO O LO O O LO LO U') U') U') U') lf') O M I- W O M I- W O V W O O V 00 O N U7 I- 00 N O N M N M N M N M , (M V (M LO ER ER ER ER ER ER ER ER ER ER ER 69 69 69 69 69 69 69 69 69 6.) 6.) 6.) 6.) 0000 OOOO 0000 OOOO 0000 OOOO 0000 OOOO 0000 OOOO 0000 OOOO Lf) LO O O LO LO O O 0000 OOOO 0000 OOOO I- N LOLOI- N LOLO00 M (O (O 00 M (O (O N U') C14 O M I- M N N M N M N M N M N M V N (M V 0 0 r 4- 0 ER ER ER ER ER ER ER ER 6p,6p,ER 6f 6f 6f 6f 6f 6f 6f Eft 69 69 69 69 69 O O O O 0000 OOOO 0000 OOOO 0000 co 0000 OOOO 0000 OOOO 0000 OOOO co O O Lf) O 0000 LO LO O O LO LO O O O O O O O O U7 Lo (0 O N O (O 2U) N (O N U') O (O N 00 LO O LO LO N I� F N M F N M E LL V)ER 6rT 6rT 6rT 6rT 6rT 6rT 6rT 6rT 6rT 6p, 69 69 69 69 69 69 69 69 ER ER ER ER LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL W o a � a- -6 6 O_ O O_CL a) Q m Q � L O O O Q N f6 f6 � N f6 � m N > O > > O O N O O t N N 2) 2) 2) N D - .- C C C C C C f6 f6 f6 f6 N N U U U U i i O O O O LL LL LL LL LL LL N N N N w w ch ch ch ch 3 3 v v v a3) ch U a a a a a a o 0 0 0 v v c c c c X X O O O O O O O. O. O. O. WCL CL W W W W W t t t t t t U U U U U U C C C C - - a1 00 00 N O Cl M cl m N y Q N y Q N y Q N y Q N y Q N y Q N CL 06 � � � � 06 � 06 � � � � 06 � � � � 06 � 06 0_ O s H H H LL C H H H LL L H H H LL L H H H LL L H H H LL t H H H LL Q M y LL LL LL O N LL LL LLD N LL LL LL O N LL LL LLD 0 LL LL LL O N LL LL LL JbI N i M M 00 i M M 00 i M M 00 i M (O 00 i M M 00 L M M 00 0 2_ LL O O M b 00 LL O M b 00 LL O O M b 00 LL O M b 00 LL O O M b 00 LL O O M b 00 ~ M V Lf) M 00 O O M V LO (0 W W I� 00 00 00 00 00 00 00 00 00 00 O O O O O O O 7 m m cn cn cn U) cn cn cn cn cn co cn cn cn cn cn cn cn cn cn cn cn cn cn cn 00000000 00000000 000 OOOOO 000 9999 OOOO 99999999 OOO 99999 OOO LO LO O LO 0 0 M !7 N N O E 0 N_ M 0 0000 N M M O O 0 O V O N 00 O) I- 00 r- V 0 I� M N V I� U7 M O) O) O M N MV NV V (O W I- O V W O V (O O) � 02 N LO (O 00 H)H)H)H) H)H)H)H) H)H)H)H)H)H)H)H) H)H)H) H)H)H)H)H) H)H)H) 0000 OOOO 00000000 OOO 00000 OOO 9999 OOOO 99999999 OOO 99999 OOO 0000 OOOO 00000000 OOO 00000 OOO 0000 0000 000 Olf') 0000 I- O) I� W O) I� lf') lf') GOON In 0 O O O U7 O I- C N V Lo (O � N W - V V I� 0 0 r 4- 0 61) 613613613 61) 61) 63636136363636363 6363613 613613613613613 613613613 0000 OOOO 00000000 OOO 00000 OOO co 9999 OOOO 99999999 OOO 99999 OOO co LO 000 000 LO 00000000 LO 00 LO 0000 000 N LO 00 OOON 0 W Nlf') lf') 000 (O OON W N (O OIn 000 M 0 0 N V N O 0 � N Lo W W A N N (14 M V � E LL 613 613 613 613 613 613 613 613 613 613 613 613 613 613 613 613 613 613 613 613 613 613 613 613 613 613 613 W J J J J W W y 2 W W W W W W W W W W W W W W W W W W W E o a _ - s a m a 0 a a) > f60 oo O v 9 ( U �O C p U C y o Q as a > w v '0 ' w d c aa�6i a�6i � c c000 U (7 C7 N N v a) UU 7 2000 n N N as ash .0 O) O) O) Y a) O O LL LL a 06 06 U O N a) a) U U U LL LL LL 0 0 0 C �a N NLL ALL. as a_ a_ a_ aUUUt7 O O OYY � K J J -O -O w .0 C C O J _ _ 0 0 0 0 0 0 0 0 0 0 0 0 2 -0 -0 a) a) O N N N Q (O (O a) a) a)N LL LL O U) U) U) W 3 a) a) a) 7 C C C a) LL LL LL T a) a) a) s 3 3 J 'm 'm 'm J a) a) O (p N N N N a) a) a) Y Y CO CO 2 U) U) U) a) N a) a) a) U) U) U) C Y Y Y y y (� . y y y a) a) > M +f6-' y Nc� 2' � 2' 2' 2' 2 2' 2' 2' rn w° w° c C7 C7 (7 0 0 0 C C U — C C C 'O 'C .O .O .O — C C C — C C — O aO+ a3 C C — aO+ 0 0 0 0 0 . . �O•, O O O w C C C '� '� m m m N y Q a) fn 0 ) " a) y y y N N N y 0 0 0 C a) a) a) a) co M LL C D D D C C (n U) COO O o 0 o p a n n n a) o rn rn rn J U U C 7 7 7 J J J J 7 7 7 CL atS O 76- 06 a) J a) a) a) JJJatS2' wowo atS U U U CL O t LL LL LL N N LL LL LL Q M C a) a) a) O t a) a) a) t 'o 'Co 'CoCO CO'L bote0 at.y »U U >No o a� w 02LL O OMOboW WlW 0Q2 = (Ob0P �PNMLL V (D =OLL V =(D =00 LL V (O 0 U0 O N M V Lo (O I� W O) O N M V lf') (O I� W O) O N M W Iy,I r- oo o) O O O O O O O O 00 O � N N N N co D � � � � 00000 000000000 00000 0000000 0000000 99999 000000000 99999 0000000 9999999 O O O LO O m o O m m m O O m O LO LO O LO 0000000 000OOOO I� 00 O I- 0 r- N o I- M M O O N 0 N 0 0 I- 0 r N N r N 0 I- r- 0 0 I- 0 LO I� �_M N 0 N N N N (`") I� lf) (lV (`") O) (lV O) O (O 00 V L M V O I� O) I� M - N V U') N M M M U') I- (O W d) (O d) M O : M V U7 (O W lf') 0 U') N N M I� M V LO r- N LO ER ER ER ER ER ER ER ER ER ER ER 69 69 69 69 69 69 69 69 69 ER ER ER ER ER ER ER ER ER ER ER ER ER 00000 000000000 00000 0000000 0000000 99999 000000000 99999 0000000 9999999 00000 000000000 00000 0000000 0000000 O O lO lO O 000000000 OOOOO 0000000 0000000 N01- C\ lf) MU7 OcU7 O U7 OOO OOOOO 0000000 U7 U7 U7 O O O O M - NMI- :M0 000000 o 0 N O M m m M m o N O O O LO M M V r- N (M LO 0 0 r 4- 0 ER ER ER ER ER ER ER ER ER 6p,Ef)6r)6f 6f 6f 6f 6f 6f 6f 6f Eft 69 69 69 69 69 6p,Ef)Ef)6p,6p,6p,6p, 0 00000 000000000 00000 0000000 0000000 co 99999 000000000 99999 0000000 9999999 00000 000000000 00000 0000000 0000000 LOLL LOLO0 000000000 00000 0000000 0000000 N V I- 0 00 O N (O V 00 00 O U7 O U7 OcOcU7 U7 U7 U7 O O O O O 00 V 00 OcU7 O O N N N 0V 0M V V 0 0 0 00 O N M M 0 0 M 0 0 O (O 00 0 ^^� E LL ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER w QQQQQ QQQQQQQQQ QQQQQ r QQQQQQ QQQQQQQ Ew w w ww wwwwwww ww wwwww w w w w w w w w w w w w w � a w E o _ m U � Q a a x 0 > ' o 06 m a) o x x m m > M m � mm > > > > v -• 00 � � 0s tl) > > > > > N w m 3 c 06 a) 06 06 > > cr � x x x x x O N O O m m ` > o o m m m m m > x x x 0 0 0 0 0 0 a m m Z Q 0 0 m > > > > > o > 0 0 o m m m m m m C Z Z N > > 0 0 -Em m m m m N a n n n n n w 0 0 0 > > > > > > 0 0 ai ai y m m •cCL0 0 0 0 0 (7 m m m > > > > > > F > > 0 °� c 0 0 0 0 0 J o o in cn cn cn cn — > > > — � � cocn0 - 00 > > > > > o :o .� .� .� :0030303 �3 �3 �3 �3 �3 �3 -F, 0 2 ;a > > m m m m (6 N y 0 0 0 0 0 y a) a) a) a) a) a) y C C O N m m > > > > > > > > > > > LL C - - - - - C C C C C > > C J J J - - > > > (6 (6 (6 (6 (6 (6 - ._ ._ - C C C C C - C C C C C 0 0 0 0 0 m m m > > > > > > m m a) c c o 0 0 0 0 0 0 0 0 0 o � mmmmm � >> > °� � � mats O 0 � � � � � atS o o � o M a a a a a 0 0 0 a; °i ui °i °i °i s m m 3 s � 0 0 0 0 0 s 0 0 0 0 0 a 0 n 0 0 nCo n n n n 0 0 n n n n n N 'L 'L m m m (7 (7 (7 (7 (7 (7 'L x XI) N E •Lco co w (7 (7 (7 - - (0ao _ _ _ - - - - - - - - - - ~ w 7 0 (O O V b 7 - - - O N (0 O V (0 7 x x N N m 7 O b O V b 7 - - O (O O V (O 0 �_ LL N N M LL V (0 00 - - N N M LL 00 00 LL V 00 N N m LL V 00 � N N Y) V Lo (O I- 000) O N M V Lo (O r- co 0 0 ;- CV' M -,t Lo (D V- 6X1 o) 0 w N N N N N N M M M M M M M M M M 'c3' 'c3' 0 r r r r r r r r r r r r r r r- �'-- m m U) U) U) CO CO co co co 00M 0 0 0coy coy coy coy coy coy coy coy coy coy coy (0 coy coy 00000000 OOOOO O 00 O O O O O O 99999999 OOOOO O 00 O O O O O O 00000000 LO LO O O O O 00 N 00 N 00 LO V r- r- m 0 m m O O r- r- LO 0 LO LO 00 (O r- (O r- r- 0 V 00 O O V � (O � V 00 O O V � (O � (O r N MM W 0 1- W M V V N � N N N V (O N N V (O ER ER ER ER ER ER ER ER ER ER ER 69 69 69 69 69 69 69 69 69 Ei7 Ei7 00000000 OOOOO O 00 O O O O O O 99999999 OOOOO O O O O O O O O O 00000000 00000 O O O LO LO LO LO O O 00000000 00000 O O O V LO V LO LO (O 0 0 0 0 0 0 0 0 O O O O O LQ O O M SO N (O 00 (O S O N V (O O N � N N 0 0 r 4- 0 ER ER ER ER ER ER ER 6p, 6p,6p,6p,ER 6f 6f 6f 6f 6f 6f 6f 69 69 69 0 00000000 OOOOO O 00 O O O O O O 99999999 OOOOO O 00 O O O O O O co 00000000 00000 O 00 N LO N LO LO LO 00000000 00000 O 00 V (O V (O V (O W U7 W U7 U7 O O O W U7 W U7 U7 O O O (O 00 N 00 NT 00 M 00 (O W M 0 N 0 0 ^^� C f6 _ N ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER N ER EfT EfT EfT EfT EfT C J °' LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL N LL LL LL LL LL LL W J J J J J J J J J J J J J J J J Z > J J J J J J a w E o x - o W m a Q 7 0O ww U > C N E U E v a O s O . .� 'a C La O O. N O. v v v � v c 3 m m m v v v U C O 0 0 > N U v m U ro o O f6 N N N U t W t m _ U aa m a — 'a U ap 'a N N C E C N j N C O U O N f6 U N N fn m -a fn O g N N w N 'O > N 'Och O ?> >N ?> > O > N CL 3) CL v CL W c m m � w F >%O FW c U U U o = u o v n n n LL j w LL w U U U •C 0 S C C C C C C O C i1 O. C i1 'a (O .a-� O. C2 - aa+ co, N C2 C2 CL w 0 w O N N N N w U N N N N O .0;. .0. .0. N L 'a N N N N 7 Ol Q y Q Q y Q Q C _ N N N N Q Q Q Q C N N N N N Q Q Q � C N N C N N C N N > - - - fn fn O ppp L LL LL LL N a atS rn H LL LL LL LL atS LL LL LL LL LL v atS atS atS C o s 6 C H LL H LL t v a H H H LL c� t H H t H H t H H Q IL N N t LL LL LL O N V b O y 0 m LL LL LL O N V b O y LL LL y LL LL y LL LL �jj E C V b 00 0 � E C a+ V b 00 � 'E M (O E M b E M b H W a f6 U O N V b 7 N O N V (0 jC a a a 0 �_ LL .E O V (0 00 - - - - LL U O V (O 00 LL O M LL O M LL ol(M V'^w 60 0) 0 r- CV' M 'c3' LO (D V'^w 6X1 0) 0 r- CV' W LLQ LO LO uh�"P (D C4.A C4.A C4.A C4.A C4.A C4.A C4.A C4.A C4.A V'^w V'^w V'^w (O N M V to 7 D � C 9 m m O O 000000000000000 0 0 0 0 0 0 0 0 0 0 0 000 O O O O O O O O O O O O O O O O O 0 0 0 0 0 0 0 0 0 0 0 999 LO V N lf') N lf') lf') lf') lf') O lf') lf') lf') lf') lf') lf') 0 N N 0 0 0 N M U7 0 O 0 O 00 I- O) 00 00 00 00 0 N (O I� N M V I- � V 0 r- O M O) N V V 0 00 N M V LO O) O) N V M_V M r- N ER ER ER ER ER ER ER ER ER ER ER 69 69 69 69 69 69 69 69 69 6.)6.)6.)6.)6.)6.)6.) 6.) 6.)6.)6.) O O 000000000000000 0 0 0 0 0 0 0 0 0 0 0 000 O O 000000000000000 0 0 0 0 0 0 0 0 0 0 0 000 O O 000000000000000 0 0 0 0 0 0 0 0 0 0 0 000 LO M 0 0 0 0 00 O N lf') I� O N lf') O O O M 00 O lf') O O O O lf') O O 00 O N N M O N M V lf') (O x V N N 0 0 r 4- 0 ER ER ER ER ER ER ER ER 6p,6p,ER 6f 6f 6f 6f 6f 6f 6f Eft 69 69 69 69 69 69 6p,6p, Ef) 6p,6p,6p, r O O 000000000000000 0 0 0 0 0 0 0 0 0 0 0 000 O O 000000000000000 0 0 0 0 0 0 0 0 0 0 0 000 co LO LO 000000000000000 0 0 0 0 0 0 0 0 0 0 0 LO LO O V (O 0 0 0 0 00 00 O M I� O O O O N O M r- 00 N L 7 00 0 0 0 0 0 0 r- O N M V LOC) lf') O N LO M 00 V 0) N N ^^M E LL ER 60, 6-,6-,6-,6-,6-,6-,6-,6-,Ef)ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER a LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL 2' z < < < < < < < < < < < Q Q Q W J J J J J J J J J J J J J J J = O W W W W W W W W W W W W W W W o 2 C9 a _ - m U � Q a a 0 Z CL v v E v w 0 � U N O M 63 C O 6) a_ m v w co U CL ° O U °1 0 00 0 000 0 0 c > 6s — m m000 W wwwww w w rn co 000 v W w _ _ _ _ _ „ o Q rn rn _ U > > > a - - - - - U U U p a a a in .� c p � pppppp y » > > c ' .S .S .S '� 6s 6s 6s 6s 6s 6s 6s 6s 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 FU w w w w w w w w 63 J .0 .� '(6 '- '- '- '- J C C C U C 7 N N N w U N N N N N N N N 0 a1 w N N N N C N U1 C .0 C C C C C C) y — ° aaaaaa LL LLC) OL1- O ' 0 0 0 0 0 0 - N C Q Q .�. d d d d d C C C C C C C C O i.+ .�. .�. _- O N N 0= C C C C O O O O O O O O Q N 0) a 0) 0) 0) 0) 0) 0) y c� "0 O N O O O O O - - - - - - - - dLL 0) 0) 0) 1 7 7 7 7 7 7 0 0) 0) 0) J C p p - - - - - N N N N N N N N - 7 J J J J J J J J - 7 7 7 0_ 63 Ctf N N N N N - - - - - - - - (6 co" Ctf J J J (6 (6 (6 (6 (6 (6 (6 06 J J J CL O t H H s = _ _ _ _ — t m m m 0) m 0) 0) 0) 0) 0) 0)s m m m U U 7 7 7 7 7 7 7 7 0 0 (A 0) 0) 0) N O N N N N N N 0 0) 0) 0) W E M co Eppppppppppppp -° v � � � 2 � � � � � � � � X222 7 7 - N_ (O O V O (O N < D 7 - - - O N_ V (O V O b N 7 - 0 �_ LL O M LL V (0 V (O 00 N N m M V Q p LL � (O 00 N M M V LL "t (O 00 W ~ W O O N M V lf') (O I� 00 O) O N M V 0 0 I_ 00 O O N CO V LO (0 I- W � N N N N N N N N N N M M M M M M M M p p H H H H H H H H H H H H H H H H H H H H H H H H H H H H H H H m m 0000 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 9999 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 M M O LO I- V (3) LO O LO Lo Lo O Lo Lo m O o m m O O LO LO LO LO O O O O V 00 O (O (3) (2 d) (3) 00 r- (D U') N I- N U') r- M M O O N (3) N M O (3) lf') N (O I- M O N (fl 0) N N (, N M I� U7 N O) N (O 00 N N (M (O - N V U') N N c) (M, (O N M 00 N M H)H)H) H) H)H)H)H)H)H)H)H)H) H) H)H)H)H)H)H)H)H) H) H)H)H)H)H)H) 0000 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 9999 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0000 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 M N U7 m O N O O O O m O O O 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 N N M V 0 N N U7 U7 (, U7 OcU7 O U7 O O O V O) O O O O N (M In - N M I- V O O N M I- N O 0 N LO N N 0 0 r 4- 0 ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER Ef)Ef)6p, N 0000 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 � 9999 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 999999 O O o LO 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 N (O O N O N O m O m O O O O 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 N N N N V V O O OcU7 O N (O V 00 00 O lf') O 00 O U7 O O O N N lf') - N N 0 V d) M N V O N M ^^� E LL ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER 15 E w E wawa wwwwwwwwww wwwwwwwww f w w w w w w w w w w w w w w w w w w w w w w w w www w � a w E o _ m U Q a a QQ (D (Dc� c� o � � . m X > Y LLL LL LL LL m A > m O0 Y Y N > C J 0 J -1 m -0 -0 N N .� 06 X X X X X X _ 0 0 0 0 0 0 N O > X X X X X X > m m m m m m a1 _ _ X X X 0 0 0 0 0 0 0 0 0 0 0 0 > 0mmco0o0o0o0om a m m m m m m > > > > > >c O O mmm m m m > > > > > >m 0 0 0 0 0 0 > > > m m m m m m 06 aaaaam w w 0 0 w a5 a5 a5 a5 a5 a5 w > > > > > > N .o .o .o .o .o .o .o .o 06 06 m m m m m m m m m m m m O 0 y a) a) a) > > > > > > y » » » cr a) a) mmmmmmmm >> > o O t t m m m m m m m m a w to C C .O O 04 F_ w L - - O N 7 - - O NV (O V O (O N L - - - O N (O O V b 7 N (O V O (O N 0 - LL (0 O0 � —ILL (0 00 � _ - N M M V LL V _0 00 � - N N M LL � � N M M V ~ ww 00 0 O N M V 0 0 I- 00 0 O ' N M V 0 0 I- 00 0 O M M V V V V V V V V V 9 9 9 9 9 9 9 9 9 (O sO COVM O O O 7 H-- 0 0 0 0 0 0 0000000 0000000000000000 O O O O O 0 0 0 0 0 0 9999999 9900000000000000 O O O O O O LO O LO LO O LOLOOOOOOm O O m m O O m m O O m m m o O O O O O O LO r- LO N (3) LO V- V- LO LO V'^w 0) LO V LO L2 r- r- M 00 r V N LO N r- (o N M M 00 U') 00 (o o) V V M o) N L 6X1 'c3' O V� O V- � (M , V o) O N V I- N L (, o) M o) o) V � V V V LO r- (0 00 Lo (D co Lo 0) Lo (, r- r- (o (o (o (o N N M M M r- r- N O �-- N LO N N W H W U z O J H)H)H)H)H) H) 6%6%6%6%6%6%6% H)H)H)H)H)H)H)H)H)H)H)H)H)H)H)H) H) H) H) H) H) J a 0 0 0 0 0 0 0000000 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 O O O O O 0 0 0 0 0 0 9999999 9900000000000000 O O O O O 0 0 0 0 0 0 0000000 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0000000 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 O O O O O LQ O O O O O 0 0 0 0 0 0 0 O LQ O O O I- M LO M I- O O LQ LQ O V O O O O O V V LO (0 00 O 0 :3) N O M LO LO 00 r- LO (o r- 00 N N N M LO O V r- M M -,t W H W CO z 0 r O 4- -1 0 fR 69 69 69 6rT 6r) 64 64 64 64 6fi1 6fi1 6fi1 V)V)V)V)V)6rT 6rT 6rT 6r)6r)6f 6f 6f 6f 6f 6f 6f 69 69 69 69 J a cY) 0 0 0 0 0 0 0000000 0000000000000000 O O O O O 0 0 0 0 0 0 09 9 9 9 9 9 9 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 O O O O O pp 000000 0000000 00000000000000000 0 00 0 0 0 0 0 0 0 0000000 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 O O 0 0 0 LQ N W LQ LQ LQ 01 'c3' 01 01 LQ O O O LQ O O LQ 00 V I- LO LO L (o V 00 V LO V V O O O 2 0) V LO V (o r- 00 M LO (D O C4.A co (D (o LO (o (o (o (o N N M M LO O W ^^� E _ LU LL U z 69,69 fR 6'3'16'3,161) ffiT ffiT ffiT ffiT ffiT ffiT ffiT 6-,16-, 1)ff)ff)ffT ffT ffT ffT ff)ff)ffT ffT ffT ffT ff)ff) ffT ffT 6fR fR J a w aaaaaa aaaaaaa as as as as as aaaaaaa a as a 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 � a _ a U Q m a a � 0 C � o 0 co N N U N n .o � o Q n n - _n io 0) rn C: a 06c 0) N N _ o N N a) N X Q X U 0 o m o n (7 a X o x _ m o E m m ) N O N N N a1 (o C O _ 2 O O 06 N m m J J C N Q > �! 7 7 7 06 l LO s s s 02 O � C N 06 N > (o N V N C O sZ N N N > 0 0 0 0 �� n a) ° m > v M x x x x CO CO 3 m > > > o 6 0 - o > mmmm > > 0 (7nnn o w rn °� m o a) aEi D E E E 06 3 > > > > j j u°)i u°)i u°)i a) a n 'N ( 0) E c m m m m w w w o m n m rn rn LD LD x > > > m Lo m m m n C M o a 'x o 'x 3 X w O m m A A A > d N N O .0. O .0. .0. N N N 2 2 2 N A X a) N N C a) 2 0 N i O C O C U) Q 3 3 3 3 > > v n n n n > > m n s o a) ° ° 0 .0 U U a) a) a) a) a) a) a) c n n 0 O o 0 o n n ii ii ii o s o % o o w Q Q rn ai ai ai ai 2 °) J ° 0 in in in in co E E a) a) a) .N >. O ii - co co 0 0 0 0 0 0 0 x C -' -' n C O C o c w o ;a cn cn cn cn rn rn ;o 0 o C C C C C N N m m m CL X o m Q N O N O U O o v OQ N N O) O) O) O)'Q'Q N J J J J J J J ay+ Q Q a) a) a) W .N. N 'Q N M M M U U U N C C C C C n CL C C C C C C o J a 0 .Q.Q.Q.Q m m �, 0 0 0 0 0 0 0 m m c1j a3 a3 m o 0 0 .S n n 0 'p o c1j COUL n n H H � a s m rn a n CL o s m Lo Lo m _ _ s 0 0 0 0 0 o 0 0 0 0 o w o O O o o f o U E -o 0 0 Q CO to H H R H io Oo W a) a) rn rn rn co w a > > > > > > 6 0 0 cn N o N o.� o m o > N n n C C C C C 2 = = 0 0 0 2 n n o w n o 0 o p o p o ayi o w E io v io Oo x X E - - - - - v E E E o m E E m o o c) c) E o _ S_ S _ n E H W X X X X (V (V - - O (o O V (o a) a) a) O m m - L L O o 0 - U (o V O U(o N V u) a) LL (o (0 00 00 LL T 00 N N M LL LL LL 2' 2' 2' LL m (n (n OV (n (n J J (n (o .� M .�M V .� Q 2' ~ V'^w 6X1 :3) O CV' M 'c3' Uho C4.A V'^w 6X1 :3) O N M 'It LO (D V'^w 6X1 0) O t'V' M '�' uh'"P (o V'^w 6#7 O W w 6� 6� 6� V'^w V� V'^w V'^w V'^w V'^w V'^w V'^w V'^w V'^w 6y 6#,7 6y 6y 6y 6y 6y 6#,7 6y 6y 9 Y) :5) :5) :5) :5) :5) O O 7 D p H-- 00 00 00 00 000 OOO 000 OOO O O O O O O 99 999 OOO 0.00 OOO I- lf') U7 U7 00 U7 00 U7 U7 U7 U7 U7 U7 U7 U7 U7 U7 U') U') 00 00 M O M O M Ln M M U7 M0 O N O O N N V (O N V (O M U') I- M U') r- 6.) 6.) ER ER ER ER ER ER ER ER ER 69 6F7 69 69 69 69 69 69 69 00 00 00 00 000 OOO 000 OOO O O O O O O 00 000 OOO 999 OOO 00 00 00 00 O O O 000 OOO 000 O N O N N V N V (0000N (000N 000N NN 000N NN � � A A 0 0 r 4- 0 V)V) V)V) V)V) V)V) 6p,6p,V) 6f 6i 6f 6i 6i 6i 6f 61 69 00 00 00 00 000 OOO 000 OOO O O O O O O 00 000 OOO 000 OOO co OO OO O LO 7 7 O O 7 O O 000 O O LO (O 00 (O 00 M LO t U') N V U') N V (O E LL fR fR fR fR fR fR fR fR fR fR fR fR fR fR 6 fR 6, fR fR fR a LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL W J J J J J J J J J J J J J J J J J J J J W za W o _ 0 0 co a o 00 0 CL 0 0 0 6 CL m aCL o C CL v v � v v a a > m 2) N 2) N 0 N � N N w W W W > W N _ 7 7 7 7 C C C C C C C C N N N N N N N N N N N N N N N N E E E E E E E E O O O O O O O O N N N N N N NCL CL CL CL CL CL CL CL N U U U U U U U U U UU U U U U U C C C C C C C C 4 4 f0 (O N N N N M M N w w w w w w Q w w _- fA fA fA 0 0 N fA N fA N fA N C N C N C N C N C N N C N N C N N C N N J - N - - N - N -O - N -O - 06 06 06 06 06 06 06 06 0- t LL t LL t LL t LL t LL t LL t LL LL t LL LL Q M N LL N LL N LL N LL A LL O .A LL O .4 LL O .N LL O N i Cfl 00 i b 00 i b 00 i b At 00 r i b 00 r i b 00 r i b 00 H W i i i i i i i i i i i i i 0 LL Ob LL Ob LL Ob LL O (000LL O(000 LLO(000LL 0000 H WW N M t Lq (O I� 00 9 O N M V lf')(O I� 00 a) O D D H H H H H H H H H H H H H H H H H H H H 00000 O O 00 00 00 00 00 0000 O O O O O O O O O 00 00 LO LO LO LO O r- lf') r- lf') N U') N U') LO 00 LO M O I- O N N 00 00 O M O M M O M O M V O (O 00000 O O 00 00 00 00 00 0000 O O O O O O O O O 00 00 00000 O O 00 O O O O 00 00 O O O LO O O N O N M M N V N V M V (0 r- O 0 0 r 4- 0 61) 613 613 613 3 3 3 3 3 3 3 3 3 3 3 3 3 LO 00000 O O 00 00 00 00 00 0000 O O O O O O O O O 00 00 co 00000 O O 00 00 00 00 00 00 LO LO O O LO 00 LO 00 00 N 00 N M (O 00 U7 E LL ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL W J J J J J J J J J J J J J J J J J _ a U Q m a � o a 0 0 0 0 Q CL OL OL o O v v v �� v v m m v m 0 0 C 0 0 v 0 v to f6N O O O N O W t L N L E t N O) 27 E 2) y 2) 7 7 7 7 v v v v v o IL E E E E E IL o `O E `O `O `O U cnn in o in cnn in U Q cn Q Q Q U Q U U U N u u U t t t m C U C C C N O )O S 0000 4 f0 N Ctf 04w w w w w N Q N N w ) cl 06 IL M LL (v in )i LL )i )i LL H- DQ .. fA O N fA N N N N E CO 00 - E (o 00 E b 00 E b 00 E b 00 E H W i i i 0LL O b 00 LL O b LL O b LL O b LL O b LL_W N M V lf') W OD O O N M N NNNNNNNNMMMm m mcocococo co co co co mm mm 000 OOO 0000 OOOO O 000 OOOO 0000 999 OOO 9999 OOOO O 000 OOOO 0000 0 M !7 0 M !7 m o m m m o m m U7 !7 U7 U7 U7 U7 U7 U7 U7 O O O O N O N Ln N V to U7 N V to O O N O r- O N O V U') r- N V (D N V (D N V V (D (14 V V (D N U') 0) V N U') 0) LQ V (0 C\!r--: H)H)H) H)H)H) H)H)H)H) H)H)H)H) H) H)H)H) H)H)H)H) H)H)H)H) ---- 000 OOO 0000 OOOO O 000 OOOO 0000 999 OOO 9999 OOOO O 000 OOOO 0000 000000 OOOO 0000 O 000 O O O O 0000 M 00 O M 00 O 00000 0O00O O 000 O O U7 O 0000 N N N M M U7 N (M (M Ln M V (D 00 M V r N V U') r- V 0 r 4- 0 ER ER ER ER ER ER ER ER 6p,6p, ER 6f 6f 6f 6f 6f 6f 6f ER ER ER ER ER ER ER ER 0 000 OOO 0000 OOOO O 000 OOOO 0000 999 OOO 9999 OOOO O 000 OOOO 0000 000 OOO 0000 OOOO O 000 OOOO 0000 In In 0 L7 00 O V O 00 O 0000 U7 O U7 O U7 O U7 O 0000 N M N V N V U7 N M U7 (0 U7 M U7 00 Lr M U') 00 Lr V U') 0) (O � E LL Ef)V)V) ER ER ER 6p,6p,6p,6p, 6p,6p,6p,6p, ER 6f 60,69 69 69 69 69 69 69 69 69 LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL W E o _ a U Q m a a 0 0 0 0 0 0 0 v v v a a a 0 EE E N LM N 2) N - - 7 7 7 7 C C C C C C C N N N N N N N N N N N N N N E E E E E E E O O O O O O O N N N N N N N Q Q Q Q Q Q Q U U U U U U U U U U U U U U C C C C C C C (O f0 tD tD O O N O M M co co h Nw w w N w N w N w N w N cl N N N N N C2 N 0 N CL N a) N N C2 N N N C2 N N N N a N N N N C 23 C a) N C a) N 'O C N N -0 C N 0 N - C N N -0 06 0_ O = ' LL LL s LL LL s LL LL s LL LL s LL LL s LLLL = LL Q M N LL _ O .N LL _ G A LL _ O � N LL _ O � N LL _ O � N LL _ O � N LL _ O � N i (0 00 r i (0 W — i (0 W r i ({l 00 — i ({l 00 — i ({l 00 r i ({l 00 H W i i i i i i i i 0 7 i i i 0 = i i i 0 = i i i 0 i i i 0 0 2 LL O (O 00 LL O (O 00 LL O b 00 LL O b 00 LL O b 00 LL O b 00 LL O b 00 H W W 00 O O N M V In W � 00 W O N M V V) (p r- OD O O N M D M M V V V V V V V V V V U7 lf') U7 U7 V) U7 U7 U7 V) U7 T (O T T D D H H H H H H H H R H H H R H H H H H H H R H H H R H 0000 O O 00 00 00 00 00 00 00 0000 0000 O O O O O O O O O O O O 99 99 00 00 LO O O O U') U') U') LO � lf') � lf') N LO N LO LO 00 LO M O O O O 0 't N r- 00 O 00 O 00 00 0 M 0 M M O M O L 0 W (0 r N V ER ER ER ER ER ER ER ER ER ER ER 69 69 69 69 69 69 69 69 69 6.) 6.) 6.) 6.) 0000 O O 00 00 00 00 00 00 00 0000 O O O O O O O O O O O O O O 99 99 99 0000 0000 O O 00 00 00 O O O O 00 00 0000 0000 O LO 0 0 00 O 00 O O N O N N N N V N V O O O O LO r- 00 O 0 0 r 4- 0 613 613 613 613 613 613 613 613 63 63 613 63 63 63 63 63 63 63 63 63 63 63 63 63 rl— O O O O 00 00 00 00 00 00 00 00 0000 000 O O O O O O O O O O O O O O O 99 0000 0000 O O 00 O LO O LO O O O O 00 00 0000 O l0 0 (00 (0 0 (0 O r- O r- 0 00 00 O (0 O (0 0000 0LQ LQ 0 LQ l E LL ER ER ER ER ER ER ER ER ER ER ER ER EfT ER EfT EfT EfT 6,1 EfT ER ER ER ER ER m LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL Lu.. LV.. U.. U Q Q Q Q W J J J J J J J J J J J J J J J JM. W W W W m CLm U Q ° a v � o ° o o w o = w w a) w a o a o v o a o o v s v s m s v s v a f6 w m w m w rL m v v m v m c c ° c c v w o v o v t v o v a v E Ea) s E) a) E) E) v rn rn aw aa m w N > N 2) y U m c � ? c c c c c c c v o 5 m a t E cn E E E E o E E E v .5 E o 0 0 0 Ln o 0 0 > ° Ln Ln Ln Ln W rn rn U) a > W W W W ILW W W a 0 IL IL IL IL IL U 2 2 2 2 V 2 2 2 ~ O m U U U U U U U U L C C C C C 0p C C C N C� C� 00 4 4 N h w N N C 0 w cl w w w w w w w w mcl N N a N N N N N N N N Ncl N Vcl cl N oo LL 06 o 06 o 06 o 06 o m o 06 o 06 o 06 m o 0 0 LL Q M y LL O lf') N LL N LL N LL N I N LL N LL LL N LL N LL LL N L.L LL LL O N E (0 00 E (0 00 E (0 00 E (0 00 E (0 00 E (0 00 E (0 00 E (0 00 E (0 00 E = V (0 00 H W i i i 0 i i i i i i i i i i i i i i i i 7 V i i i i 0 LL O (0 00 LL O (0 LL O (0 LL O (0 LL O (0 LL O (0 LL O (0 LL O (0 LL O (0 LL O V (0 00 H _ W W V lf7 (0 OD 0 O N M V Lo W OD 0 O N M V U, W UJ UJ UJ UJ UJ UJ 00 00 00 00 00 00 00 00 0 D � D D H H R H H H H H H H H H H H H U) H H H H H U) R H m m M M M M M M co co co co co co co co M M M M M M M M M M O 00000 O O 000 OOOOO O 00000 O O O O O 00000 O O 0O O O LO O 000 LO O O O O 00 LO O00 00 N V r- V (O N V r- V (O V O - 00 � M V M M M V � M M M (O ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER O 00000 O O 000 OOOOO O 00000 O O O O O 00000 O 00000 O O 000 OOOOO O 00000 O O 000 OOOOO O O O O O O LQ O O O O LQ O O O O N U') 1- 00 V (O 00 O N (O (O 00 O M O 0 0 r 4- 0 Eft 69 6p,6p,6p,6p, 6p, 6p, 6p,6p,6p, 6p,6p,6p,6p,6rT co O 00000 O O 000 OOOOO O 00000 O O O O O 00000 O 00000 O O 000 OOOOO O 00000 O O 000 OOOOO O LQ LQ LQ LQ O LQ LQ O O O LQ LQ O O O lf') (O O N LP r- 00 N lf') N r- 00 N lf') N ^^(U E LL o ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER w � a aaaaa a a aaa aaaaa w w www w w w w w w w www w � a w E o CL U a o 0 o CO Q v v v H t t 0 v v v v v v E E E o 000 s o .. m a m .. v o a v v o U a U O U O- O O O O U m U U m M f6 to �j M f6 U f6 O u a E a a E v v v 21 v v m m m m vw v >, vw c c w c O v> O v> > O > Q- O Q O Q- O CL U m U m U v v v O m O m O m O O O LL LL r LL � c c c m N N M UN N N N U N N N Q N N N U Q N N 'O C N N N N 'O C r -0 - N N N N 'O J a 'O - N N N 'O EE IL LL 06 m o 0 0 LL 06 m o 0 0 LL 06 m o 0 0 LL Q M LL N N L.L LL LL O N N L.L LL LL O N N L.L LL LL O N LiiN EV (O 00 E V (0 00 — L 7 V b 00 0 �_ LL O V (O 00 O— LL 00O— LL O V (01 00 w00 O O N M V Lo 0 � 00 a) O N M LU 00 00 O O O O O O O O O p) O O O O D 0 H H H H H H H H R H H H H H H H 0000 OOOO 000000 0000 O O O O 000000 LO O O O LO LO LO O lf') U7 U7 O O O LO O Lf') N (.4 N lf') 00 (O O) r- lf') V U7 I� � O) � N ER ER ER ER ER ER ER ER ER ER ER ER ER ER 0000 OOOO 000000 O O O O 0000 000000 0000 OOOO 000000 0000 OOOO 000000 Ln U7 U7 O O U7 O O U7 O O O O O U') 1- 00 M S O (O O (O O V N N 0 0 r 4- 0 ER ER ER ER ER ER ER ER ER ER ER ER ER ER 0 0000 OOOO 000000 0000 OOOO 000000 0000 OOOO 000000 OOO LO OOO LO O OOOO LO U7 W U7 I- U7 U7 U7 I- U7 W 00 O O I- V LO I- LO (O 00 (O � O E LL 33333333333333 w w w w w w w w w wwww w � a w � o _ a s m Q Q U U U a 00 00 00 v v v a! a! a! v v v U U U C C C U U U U ° U °U O 2! t 2! t 2! -Z a a Q a s v v v m f6 m f6 m m p D O D O LL O L O L O CC C c rn v U c v U c v U C) m 0M o m0 N fA OL cl clCL a a cl Q C, N N j — J IL — C N N N O 06 N N N O 06 m _0 'O a0 � o_ 06 m -o -0 -0 a a� m -o -o -o a a O t N ..: ..: ..: - N N LL W _ Q M y E W W W N E LL LL LL N LL LL LL _ N N N Ob 0 i V (O 00 .0 i V (O O H W o � LL 3 b ;;tb i 3 o ;;tb LL 3 oviobo —I ~ V LO (0 I- 00 O) O (O I� W 7 W O O O O 0 0 w O 0 D D H H R H H H R H H H H H H H m m U) CO CO CO CO CO CO CO CO CO CO CO CO CO In O 0 O O 0 O 0 O 0 O O U7 0 0 O O O 0 O O O O O O O O 00 O O 0 O U7 I� U7 I� U7 I� q O) I� I� U7 O O N O O O O O O O O O O O O N O) 0I- O N O O 0 M O V N N N V V LO LO LO O LO O LO LO Cl) M LO LO N N M 00 N M N V N (O M (0 N 0) 00 00 00 00 I: N 0) 00 V U') N N N I- M V 0) 613 613 613 613 613 613 613 613 613 613 613 63 63 63 63 63 63 63 63 63 613 613 613 613 613 613 613 613 613 613 613 613 O O O O O O O O O O O O O O O O O O O O O O O O O O O 00 O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O 00 V O O O O O O O N V N O O O O O 00 O O O O O O (0 O V O O O N O O 00 O 00 O 00 O (O O I- M 00 O O O O V LO N LO O V LO V N (O I- LO 0 0 r 4- 0 H) H) H) H) H) H) H) H) H) H) H) H) H) H) H) H) H) H) H) H) H) H) H) H) H) H) H) H)H) H) H) H) 0 O O O O O O O O O O O O O O O O O O O O O O O O O O O 00 O O O 0 O O O O O O O O O O O O U7 U7 O O O O O O O O O O O O O O O O O O O 00 O U') U') O U') O U') V) V N V N LO O N LO LO LO LO O LO O O O LO LO LO O O 0 N 00 In 00 0 r- V M lf') V N M M V V LO LO O M V N O O M N N O N lf) E LL d-7 d-7 d-7 d-7 d-7 d-7 d-7 d-7 d-7 d-7 d-7 H) H) H) H) H) H) H) H) H) 6, H) 6, d-7 d-7 H) H) H)6 H) H) H) o LL LL L.- < LL LL LL LL (ll.. �.11_ LL LL LL L.- >- Er >- >- >- >- >- >- >- �- < Q Q E Z U) M (P1 LU J J J J _..➢ _..➢ U) M M (0 M -F M M M M M M U) Q.) ( U M M M W W coy O W E 0 _ 0 O m W a o D co rn U ° m CILa a O o � Q U OQ L N x LL _ cd > a) m C i m a) r N N 0 Q U ) U Y C N (n a) 7 C N a) � O p a) p w ° v ° v t ° E M U m U �° m co m �6 m m U LL LL o > _ i E n T T T T � CO LLo o a w o w - ate) ate) > o O O .x m m U m m E E n n 0 0 E rn t n s a) s s n n m w n n n n O 0 o s - C w m w w O -0 m m w w 1°U n rn Q Q rn n n FL o ci� Q O O U a) a) a) a) a) a) U) U) A m O) OMj o a) i° E cL cL cL cL m m o o ami w v H m c4 m > U U ° H H H H > > E E w m °- °- m m o o O -0 ! ! H H H H H H m m H w mw Uo Uo QQ m UteU m mm CL x (O O O O O O O m =: Q Q Q Q Q Q Q Q Q o a) 0 n 0(O LL LL LL LL LL LL m m LL LL LL t t 7 o o(n (n co N -° f -° EE L m ob ob ob ob ob 06 06 06 06 06 06 06 0 O m m m m m m ° ° in O o m m > QM > L L L L L L L L L L L L t t t > .X L L L L L LL -° O E > Q N o w w w w w w w w w w w w w w w o w w w w w E E in in W E E E E E E E E E E E E E E E E E Lu E E E E E O N O J J U Y W a) 7 7 7 7 7 7 7 7 7 7 7 7 7 7 7 a) - 7 7 7 7 7 Q a) _ _ N -O -O 'U 0 ZLL LL LL LL LL LL LL LL LL LL LL LL LL LL LL 2' LL LL LL LL LL LL J (� (p 00 Q Q m w Q 7 M V In 0 r- 00 O O N M V U') (O I� 00 O O N M V LO (O I- 00 O O NNNNNNN N N NMM 00 m 00000000 O O 00 00000000 O O RR 0 0 0 0 O O O O O O O O C"vq Pte- CV C2') N N O T N O h CV CV 'I' (p O (G h 00 N N �-'CV W - M (O h I* M SeA SeA SeA SeA VT ER ER ER ER ER ER ER 00000000 O O 00 00000000 O O RR 00000000 O O 00 0 0 0 0 0 000 O O (O O R u'R u 00 O O O h O �- m Pte- (O N M 0 0 r 4— SeA SeA SeA SeA VT ER ER ER ER ER ER ER O r 0 0 0 0 0 000 O O 00 0 0 0 0 0 0 000 O O O O 0 00000000 O O 00 0 0 0 0 0 O O O O O N N aaaI v 00 0o v v O J z-'CV' ' r N M ui a E o c� a z a O Q _ � z � a oy �� � o a a z as � � � LL w = m LULULU � 0 000 0 0 0 0 w E o ~ Q p CL ow w m CL U a H W } C: cha CL a Z E U- O CLY a a D Q cn J : m J � a W E W d L H D m aa)i C s CLE C Q Q E D o CL rQ E m 0 N N E 0L O Q 0) 0) 0) O O Z 0 In OO O O to C a) O_ O_ 'C C C 0 N C:7 7 O O O O Q .t.. 2 O ) N 0 N '� 'V (n (n 0) 0) 0) In O N N CL D O a) Q-6 -6 � E E 7 7 7 �O L O O a) O O (n U U U U O_ a1 (n co co Cl) C C � 7 � co � C) � � ao n nn O' E E O _ N 3 a) E E E E a) a) n 0 0 07 7 7 �. �. Y LD (n _ _ _ a a a Q J L _ O � V _ _ _ N N oa m d 00 N V (0 00 O C C CL a Q M co co co co co co co N O p O p > N (6 (6 (0 (0 (0 (0 (6 N d d 0 O tf lijQP 6i mmmmmmmm � � � � E o F — w w D 0 0 N Cl) V In (O r- 00 N N 0 o ddddd aaa d d LLLL m m mmmmm comm 3: mm h h N N LID LID LID LID COI- ID 0hf0 f0 T T M O R o F ER ER ER ER O O O O O O O O O f0 O O O O 00 00 O a T N N N R o F 0 0 r 4— ER ER ER ER O O O O O 0 O O O O 0 O O O N O O O T N a T (6 cei _ M N E 0 o ER ER ER ER w E w E IS rn _ o a U Q m c 46 H X a) a> Co U Q a) m W V N � p WO m (n O U U — LQ fn X m L Q O) 3i 3i m fn O U V a> °� a C, m n- -6 Q 0)o a> c LO tiaW ) m m � � � O � C E s D o =OWE m � —1 � LL >, (n � U) E u) � �_ � m o Q� LU a> o o � E Oco Qom m C-) y 00 I� o o 0 o 0 op °� m w o m Z) C-) o m LL Op m -o QO Wz g cc m Io� m o0 Lu :t o o a C 0T) 0 46 Co a � E LL p m N oo � a> m a? o m QWymmaoo � E U .2 ANO c p C E u) ai m o - m 0 O z m " Qi m m m oLL agQ a`) QE 'o- o � � c m 7L– C) C � m°� U � � o - o � = > .2 acn " Z umi > > W o mo `- � Wpm O 1 � o cfl c `° mN o > ? = m � ami c oo co 0 a> m m > 0 � 0 � Q. U o' E � oo� o � m m mo � ms pW 47 NsC\ LL o ami me o m m > a rn Co m m m � �_ a Wpa s O 'gip m o Qz ul r Q (n N CO a) m > m N W ? Q � O Q It of a--� Q 0 T O D a> n � � � � - � � � a O U o O � m O O 0 a (L c �(13 > m c � � m a> o � c °� >EE a 9 EL o W � � Q � CO QpW IZ � o oY W ao � W m cs w ms � � Lu W -iW -oZ C-) 'a)) m o � ._ o a w J W 2 U E -a) c °� m U E c U C p 0 o U E o — Q o a m co co W c m 2 � LU _0 m fn co Q.E � � W .E m o� H w w D p D D 00 00 0 0 4- 0 (Y) 0 rn a� c� a iu z w o = m U a a 0 0 4- 0 0 rn a� c� a iu z w C N m U a a 0 0 4- 0 LO 0 rn a� c� a iu z W c� = m U a a 0 0 4- 0 m 0 rn a� c� a iu z w = m U a a 0 0 4- 0 ti 0 rn a� c� a iu z w = m U a a 0 0 4- 0 co 0 rn (1) 0) cU a iu z w = m U a a 0 0 4- 0 rn 0 rn a� c� a iu z w = m U a a 0 0 4- 0 0 rn a� c� a iu z w = m U a a 0 0 4- 0 rn a� c� a iu z w = m U a a 0 0 4- 0 N N iu H Z w = m U a a 0 0 4- 0 (Y) rn a� c� a iu z w o = m U a a 0 0 4- 0 rn a� co c� a iu z w � m x U a a 0 0 4- 0 LO rn a� c� a iu z W c� = m U a a 0 0 4- 0 m rn a� c� a iu z w = m U a a 0 0 4- 0 ti rn a� c� a iu z w = m U a a 0 0 4- 0 co rn (1) 0) cU a iu z w = m U a a 0 0 4- 0 rn rn a� c� a iu z w = m U a a 0 0 4- 0 0 N N iu H Z w = m U a a 0 0 4- 0 N N iu H Z w = m U a a S O � 0 N N m ¢ co 2 n � \ \, \ f \ f f f / f \ \\ \{ » » ! !; » E E co \ \ \ f f f f f \ f \ \ f f f \ f \E co \\ \\ \ S, \■ \ \ f f f f f ! A \z 0z ( \ &_§ ) - _ F ; -ww- _ �2 | \ 9 R ) - - q j Q $ ) - z U)y U) \ �m � - ; _ } §) ®_ 2 § R _ _ -� - ± B J 222 0) ) ) /) \ 0 [ 0 \ )) 0) \ \ / ) ) 0 o 7.D. Consent Bids And Purchases Over $100,000 1/21/2020 City of Boynton Beach Agenda Item Request Form Commission Meeting Date: 1/21/2020 Requested Action by Commission: Piggy-Back the National IPA (U.S. Communities and National IPA are now part of OMNIA Partners-the nation's largest purchasing organization in procurement and supply chain management) Contract#2017025 with Toro Pricing thru local distributor, Hector, 1301 Northwest 3rd Street, Deerfield Beach, FL 33442 for the purchase of six(6) Toro Greenmaster 3150Q Mowers for a total amount of $161,347.82. Explanation of Request: The Links Golf Course is requesting approval to purchase six(6) new mowers, replacing six(6) old greens mowers, in order to maintain and present attractive golf greens and tees for public play. How will this affect city programs or services? Enhance the overall image of the Golf Course greens. Fiscal Impact: Budgeted These items are in current 19/20 budget under the following account numbers: Account#411-2911-572-44-30 $36,600 Account#411-2911-572-64-21 $35,000 Account#411-2911-572-63-01 $89,747.82 Funds to be moved and budgeted in Account#411-2911-572.64-02 Alternatives: Continue trying to maintain the older equipment, which is out of warranty and declining in dependability, thereby incurring more downtime and more labor in order to maintain and keep the greens up to today's quality of standards. Strategic Plan: Strategic Plan Application: Climate Action: Climate Action Discussion: Is this a grant? Grant Amount: Page 923 of 1406 ATTACHMENTS: Type Description Addendum The Toro Company Contract 2017025 Addendum TORO Oreensrnaster 3150-Q Hector Quotation (ToroEqpt) Q29270-2 The Addendum Links at Boyton Beach NIPA Quote (Rev2) 1.15.20 Page 924 of 1406 City of Mesa, AZ Contract 2017025 for Grounds Maintenance Equipment, Parts, Accessories, Supplies, Related Services and Equipment with The Toro Company Effective: April 1, 2017 Page 925 of 1406 The following documents comprise the executed contract between The City of Mesa, AZ and the Toro Company, effective April 1, 2017: I. Signed Contract II. Council Approval III. Negotiations IV. Supplier Response V. RFP Amendments VI. Original RFP Page 926 of 1406 mesa-az AGREEMENT PURSUANT TO SOLICITATION CITY OF MESA CONTRACT NUMBER 2017025 GROUNDS MAINTENANCE EQUIPMENT, PARTS, ACCESSORIES, SUPPLIES, RELATED SERVICES AND EQUIPMENT CITY OF MESA, Arizona ("City") Department Name City of Mesa- Purchasing Division Mailing Address P.O. Box 1466 Mesa AZ 85211-1466 Delivery Address 20 East Main St, Suite 400 Mesa AZ 85201 Attention Jess Romney, CPPB Procurement Officer E-Mail Jess.RomneyC_MesaAZ.gov Telephone (480)644-5798 Facsimile (480)644-2655 AND THE TORO COMPANY, ("Contractor") Mailing Address 8111 Lyndale Ave South Bloomington MN 55420 Delivery Address Attention Peter Whitacre Regional Business Manager E-Mail Peter.Whitacrep_Toro.com Telephone (952)887-7936 Facsimile Page 1 of 272 Page 927 of 1406 CITY OF MESA AGREEMENT PURSUANT TO SOLICITATION This agreement pursuant to solicitation ("Agreement") is entered into this_day of March, 2017, by and between the City of Mesa,Arizona, an Arizona municipal corporation ("Cit '), and The Toro Company, a(n) Delaware corporation ("Contractor"). The City and Contractor are each a "Part\/' to the Agreement or together are "Parties"to the Agreement. RECITALS A. The City issued solicitation number 2017025 ("Solicitation") for GROUNDS MAINTENANCE EQUIPMENT, PARTS, ACCESSORIES, SUPPLIES, RELATED SERVICES AND EQUIPMENT, to which Contractor provided a response ("Response"); and B. The City Selected Contractor's Response as being in the best interest of the City and wishes to engage Contractor in providing the services/materials described in the Solicitation and Response. In consideration of the reciprocal promises contained in the Agreement, and for other valuable and good consideration, which the Parties acknowledge the receipt and sufficiency of, the Parties agree to the following Terms &Conditions. TERMS & CONDITIONS 1. Term. This Agreement is for a term beginning on April 1, 2017 and ending on March 31, 2022. The use of the word "Term" in the Agreement includes the aforementioned period as well as any applicable extensions or renewals in accordance with this Section 1. 5.1 Renewals. On the mutual written agreement of the Parties, the Term may be renewed up to a maximum of two (2) one (1) year periods. Any renewal(s)will be a continuation of the same terms and conditions as in effect immediately prior to the expiration of the then-current term. 5.2 Extension for Procurement Processes. Upon the expiration of the Term of this Agreement, including any renewals permitted herein, at the City's sole discretion this Agreement may be extended on a month-to-month basis for a maximum of six (6) months to allow for the City's procurement processes in the selection of a vendor to provide the services/materials provided under this Agreement. The City will notify the Contractor in writing of its intent to extend the Agreement at least thirty(30)calendar days prior to the expiration of the Term. Any extension under this Subsection 1.2 will be a continuation of the same terms and conditions as in effect immediately prior to the expiration of the then-current term. 5.3 Delivery. City acknowledges that delivery will be made by contractor's dealers and/or distributors, which are independent businesses. Deliveries shall be made to the location(s) contained in the Scope of Work within thirty(30)days after receipt of an order. 2. Scope of Work. Except as otherwise specified in this Agreement, the Contractor will provide the necessary staff,services and associated resources to provide the City with the services, materials, and obligations attached to this Agreement as Exhibit A ("Scope of Work") Contractor will be responsible for all costs and expenses incurred by Contractor that are incident to the performance of the Scope of Work unless otherwise stated in Exhibit A. Contractor will supply all equipment and instrumentalities necessary to perform the Scope of Work. If set forth in Exhibit A, the City will provide Contractor's personnel with adequate workspace and such other related facilities as may be required by Contractor to carry out the Scope of Work. 3. Orders. Orders be placed with the Contractor by either a: (i) Purchase Order when for a one-time purchase; (ii) Notice to Proceed, or (iii) Delivery Order off of a Master Agreement for Requirement Contract where multiple as-needed orders will be placed with the Contractor. The City may use the Internet to communicate with Contractor and to place orders as permitted under this Agreement Page 2 of 272 Page 928 of 1406 4. Document Order of Precedence. In the event of any inconsistency between the terms of the body of the Agreement, the Exhibits, the Solicitation, and Response, the language of the documents will control in the following order. a. Agreement b. Exhibits 1. Mesa Standard Terms &Conditions 2. Scope of Work 3. Other Exhibits not listed above c. Solicitation including any addenda d. Contractor Response 5. Payment. 5.1 General. Subject to the provisions of the Agreement, the City will pay Contractor the sum(s) described in Exhibit B ("Pricing") in consideration of Contractor's performance of the Scope of Work during the Term. 5.2 Prices. All pricing shall be firm for the Term and all extensions or renewals of the Term except where otherwise provided in this Agreement, and include all costs of the Contractor providing the materials/service including transportation, insurance and warranty costs. No fuel surcharges will be accepted unless allowed in this Agreement. The City shall not be invoiced at prices higher than those stated in the Agreement. The Contractor further agrees that any reductions in the price of the materials or services covered by this Agreement will apply to the undelivered balance. The Contractor shall promptly notify the City of such price reductions. No price modifications will be accepted without proper request by the Contractor and response by the City's Purchasing Division. Notwithstanding any of the other provisions in this Agreement, City acknowledges that products and services subject to this agreement, are provided by Contractor's dealers and/or distributors, which are independent businesses and set their own prices. Contractor has no authority to set prices for its dealers and/or distributors. Contractor agrees to make the terms of this agreement known to applicable dealers and/or distributors and to use reasonable efforts to incent to provide goods and services to City or Participating Agency subject to the terms of this agreement. Contractors dealers and distributors that agree to utilize this agreement also agree to abide by the pricing and terms and conditions set within. 5.3 Invoices. Payment will be made to Contractor following the City's receipt of a properly completed invoice. Any issues regarding billing or invoicing must be directed to the City Department/Division requesting the service or material from the Contractor. A properly completed invoice should contain, at a minimum, all of the following: a. Contractor name, address, and contact information; b. City billing information; c. City contract number as listed on the first page of the Agreement; d. Invoice number and date; e. Payment terms; f. Date of service or delivery; g. Description of materials or services provided; h. If materials provided, the quantity delivered, pricing of each unit, and freight charges (as applicable); i. Applicable Taxes j. Total amount due. Page 3 of 272 Page 929 of 1406 5.4 Payment of Funds. Contractor acknowledges the City may, at its option and where available use a Procurement Card/e-Payables to make payment for orders under the Agreement. Otherwise; payment will be through a traditional method of a check or Electronic Funds Transfer (EFT)as available. 5.5 Disallowed Costs, Overpayment. If at any time the City determines that a cost for which payment was made to Contractor is a disallowed cost, such as an overpayment or a charge for materials/service not in accordance with the Agreement,the City will notify Contractor in writing of the disallowance; such notice will state the means of correction which may be, but is not limited to, adjustment of any future claim/invoice submitted by Contractor in the amount of the disallowance, or to require repayment of the disallowed amount by Contractor. Contractor will be provided with the opportunity to respond to the notice. 6. Insurance. 6.1 Contractor must obtain and maintain at its expense throughout the term of Contractor's agreement, at a minimum, the types and amounts of insurance set forth in this Section 6 from insurance companies authorized to do business in the State of Arizona; the insurance must cover the materials/service to be provided by Contractor under the Agreement. For any insurance required under the Agreement, Contractor will name the City of Mesa, its agents, representatives, officials, volunteers, officers, elected officials, and employees as additional insured, as evidenced by providing either an additional insured endorsement or proper insurance policy excerpts. 6.2 Nothing in this Section 6 limits Contractor's responsibility to the City. The insurance requirements herein are minimum requirements for the Agreement and in no way limit any indemnity promise(s)contained in the Agreement. 6.3 The City does not warrant the minimum limits contained herein are sufficient to protect Contractor and subcontractor(s) from liabilities that might arise out of performance under the Agreement by Contractor, its agents, representatives, employees, or subcontractor(s). Contractor is encouraged to purchase additional insurance as Contractor determines may be necessary. 6.4 Each insurance policy required under the Agreement must be in effect at or prior to the execution of the Agreement and remain in effect for the term of the Agreement. 6.5 Prior to the execution of the Agreement, Contractor will provide the City with a Certificate of Insurance (using an appropriate "ACORD" or equivalent certificate) signed by the issuer with applicable endorsements. The City reserves the right to request additional copies of any or all of the policies, endorsements, or notices relating thereto required under the Agreement. 6.6 When the City requires a Certificate of Insurance to be furnished, Contractor's insurance is primary of all other sources available. When the City is a certificate holder and/or an additional insured, Contractor agrees no policy will expire, be canceled, or be materially changed to affect the coverage available without advance written notice to the City. 6.7 The policies required by the Agreement must contain a waiver of transfer rights of recovery (waiver of subrogation) against the City, its agents, representatives, officials, volunteers, officers, elected officials, and employees for any claims arising out of the work of Contractor. 6.8 All insurance certificates and applicable endorsements are subject to review and approval by the City's Risk Management Division. Page 4 of 272 Page 930 of 1406 6.9 Types and Amounts of Insurance. Contractor must obtain and retain throughout the term of the Agreement, at a minimum, the following: 6.9.1 Worker's compensation insurance in accordance with the provisions of Arizona law. If Contractor operates with no employees, Contractor must provide the City with written proof Contractor has no employees. If employees are hired during the course of this Agreement, Contractor must procure worker's compensations in accordance with Arizona law. 6.9.2 The Contractor shall maintain at all times during the term of this contract, a minimum amount of $1 million per occurrence/$3 million aggregate Commercial General Liability insurance, including Contractual Liability. For General Liability insurance, the City of Mesa, their agents, officials, volunteers, officers, elected officials or employees shall be named as additional insured, as evidenced by providing an additional insured endorsement. 6.9.3 Automobile liability, bodily injury and property damage with a limit of$1 million per occurrence including owned, hired and non-owned autos. 7. Requirements Contract. The Agreement does not guarantee any purchases will be made (minimum or maximum). Orders will only be placed when the City identifies a need and issues a purchase order or a written notice to proceed. The City reserves the right to cancel purchase prior to the time any product within the purchase order has been shipped; any such cancellation will be in writing. Should a purchase order or notice to proceed be canceled the City will not reimburse Contractor for any avoidable costs incurred after receipt of cancellation including, but not limited to, lost profits, shipment of product, or performance of services. 8. Notices. All notices to be given pursuant to the Agreement will be delivered to the Contractor as listed on Page 1 of this Agreement. Notice will be delivered pursuant to the requirements set forth the Mesa Standard Terms and Conditions that is attached to the Agreement as Exhibit C. 9. Representations of Contractor. To the best of Contractor's knowledge, Contractor agrees that: a. Contractor has no obligations, legal or otherwise, inconsistent with the terms of the Agreement or with Contractor's undertaking of the relationship with the City; b. Performance of the services called for by the Agreement do not and will not violate any applicable law, rule, regulation, or any proprietary or other right of any third party; c. Contractor will not use in the performance of Contractor's responsibilities under the Agreement any proprietary information or trade secret of a former employer of its employees (other than City, if applicable); and d. Contractor has not entered into and will not enter into any agreement, whether oral or written, in conflict with the Agreement. 10. Mesa Standard Terms and Conditions. Exhibit C to the Agreement is the Mesa Standard Terms and Conditions as modified by the Parties, which are incorporated by reference into the Agreement as though fully set forth herein. In the event of any inconsistency between the terms of the Agreement and the Mesa Standard Terms and Conditions, the language of the Agreement will control. The Parties or a Party are referred to as a "party" or "parties" in the Mesa Standard Terms and Conditions. The Term is referred to as the "term" in the Mesa Standard Terms and Conditions. 11. Counterparts and Facsimile or Electronic Signatures. This Agreement may be executed in two (2) or more counterparts, each of which will be deemed an original and all of which, taken together, will Page 5 of 272 Page 931 of 1406 constitute one agreement. A facsimile or other electronically delivered signature to the Agreement will be deemed an original and binding upon the Party against whom enforcement is sought. 12. Incorporation of Recitals and Exhibits. All Recitals and Exhibits to the Agreement are hereby incorporated by reference into the Agreement as if written out and included herein. In the event of any inconsistency between the terms of the body of the Agreement and the Exhibits, the language of the Agreement will control. Exhibits to this Agreement are the following: • (A)Scope of Work • (B) Pricing /(B-1) MSRP/Discount Lists • (C) Mesa Standard Terms and Conditions • (D) National IPA Documents 13. Attorneys' Fees. The prevailing Party in any litigation arising out of the Agreement will be entitled to the recovery of its reasonable attorney's fees, court costs, and other litigation related costs and fees from the other Party. 14. Additional Acts. The Parties agree to execute promptly such other documents and to perform such other acts as may be reasonably necessary to carry out the purpose and intent of the Agreement. 15. Headings. The headings of the Agreement are for reference only and will not limit or define the meaning of any provision of the Agreement. Page 6 of 272 Page 932 of 1406 By executing below, each Party acknowledges that it understands, approves, and accepts all of the terms of the Agreement and the attached exhibits,. IN WITNESS WHEREOF, the parties have executed this Agreement as of the date first above written, CITY OF MESA, ARIZONA THE TORO COMPANY Digitally signed by Eoward Quedens iWcn Edward Quedens, By: au Husipe45 ServicE,$ Director, z gov,C-U S Ta—t,7— Printed Name 07'00'50 7 03 2-,5 0,—,2 Printed Name Title Title Date Date Reviewed by: mature Jess Romney, CPPB Procurement Officer Page 7 of 273 Page 933 of 1406 EXHIBIT A SCOPE OF WORK 1. INTENT: It is the intent of the City of Mesa to enter into a contract with a supplier(s)for the purchase of Grounds Maintenance Equipment, Parts, Accessories, Supplies, Related Services and Equipment. Qualified suppliers must have the capability to provide these products in all respects, in accordance with the Contract documents and to the satisfaction of the City. 2. NATIONAL CONTRACT: The City of Mesa, as the Principal Procurement Agency, as defined in Exhibit D, has partnered with the National Intergovernmental Purchasing Alliance Company ("National IPA)to make the resultant contract (also known as the "Master Agreement" in materials distributed by National IPA) from this solicitation available to other public agencies nationally, including state and local governmental entities, public and private primary, secondary and higher education entities, non-profit entities, and agencies for the public benefit ("Public Agencies"), through National IPA's cooperative purchasing program. The City of Mesa is acting as the contracting agency for any other Public Agency that elects to utilize the resulting Master Agreement. Use of the Master Agreement by any Public Agency is preceded by their registration with National IPA as a Participating Public Agency in National IPA's cooperative purchasing program. Exhibit D contains additional information on National IPA and the cooperative purchasing agreement. National IPA is a channel partner with Vizient(formally, Novation).Together we leverage over$100 billion in annual spend to command the best prices on products and services.With corporate pricing and sales commitments from the Supplier, National IPA provides marketing and administrative support for the Supplier that directly promotes the Supplier's products and services to Participating Public Agencies through multiple channels, each designed to promote specific products and services to Public Agencies on a national basis. Public Agencies benefit from pricing based on aggregate spend and the convenience of a contract that has already been advertised and competed.The Supplier benefits from a contract that allows Participating Public Agencies to directly purchase goods and services without the Supplier's need to respond to additional competitive solicitations.As such,the Supplier must be able to accommodate a nationwide demand for services and to fulfill obligations as a Nationwide Supplier and respond to the National IPA documents (Exhibit D). The City of Mesa anticipates spending approximately$550,000.00 over the term of the contract for Grounds Maintenance Equipment, Parts, Accessories, Supplies, Related Services and Related Equipment.While no minimum volume is guaranteed to the Supplier, the estimated annual volume of Grounds Maintenance Equipment, Parts, Accessories, Supplies, Related Services and Related Equipment purchased under the Master Agreement through National IPA is approximately $35 million. This projection is based on the current annual volume through the City of Mesa, other Participating Public Agencies that are anticipated to utilize the resulting Master Agreement to be made available to them through National IPA and volume growth into other Public Agencies through a coordinated marketing approach between the Supplier and National IPA. 3. GENERAL REQUIREMENTS: A. QUALIFIED FIRMS: Contractor should meet the minimum qualifications; 1. Be an authorized distributor or manufacturer. 2. Have a strong national presence in the grounds maintenance equipment industry. 3. Have a distribution model capable of delivering products nationwide. 4. Have a demonstrated sales presence. 5. Be able to meet the minimum requirements of the cooperative purchasing program detailed herein. Page 8 of 272 Page 934 of 1406 6. Be able to provide the full range of equipment and services to meet the demands of the City and all agencies that opt to participate in the cooperative purchasing program with the City. B. WAREHOUSING, DISTRIBUTION AND SALES FACILITIES: The product specified in this Contract is dependent upon an extensive manufacturer-to-customer supply chain distribution system. In order to be considered for award, each potential contractor is required to provide proof of an extensive distribution system. 1. Describe how your firm proposes to distribute the equipment, accessories, parts and provide services nationwide. Toro has 22 commercial distributors nationwide that handle product fulfillment to customers. These are in the form of distributors that work primarily with our Commercial Division equipment (golf and grounds) with exclusive territories, and hundreds of dealers that sell our Landscape Contractor (LCE), irrigation and Siteworks System (SWS), and BOSS snow products. Most of the distributors cover several states and have multiple offices. For instance; Simpson Norton Corporation, that services the City of Mesa, has offices in Goodyear, AZ,North Las Vegas, NV,and Albuquerque, NM. Toro Commercial products are manufactured in Tomah, Wisconsin and aggregated at our distribution center, also located in Tomah, for shipment to distribution.All of ourdistributors keep an inventory of products in local stock and can expect new shipments from Tomah within 6-30 days. The distributors then conduct any set-up and checkout of the products prior to shipment. Each distributor has exclusive and protected territory to sell Toro Commercial products to end users. Please refer to the Toro Distributor Listing attached for a listing of distributors and contacts. 2. Identify all other companies/distributors/dealers or wholly owned subsidiaries that will be involved in processing, handling or shipping the products/services to Participating Public Agencies. Our distributors and dealers handle the sales, order processing, fulfillment, billing, and all service work associated with Toro products. 3. Provide the number, size and location of your firm's manufacturing, distribution facilities, warehouses, service facilities and retail networks as applicable. State the estimated dollar value of your inventory. All of Toro's Commercial products are manufactured in Tomah, WI and shipped from our warehouse in Tomah to distribution. Distributors'facilities range in size depending on the services offered at the facility such as sales, service, parts etc. Toro Commercial channel has over 100 offices nationally ranging in size from 10,000 square feet to 150,000 square feet. 4. Identify the supplier(s) and their business location(s) that will service the City of Mesa's account. Typically equipment is setup and delivered to customer's designated delivery location 2— 30 business days after receipt of the purchase order. Delivery times vary based on the type of equipment. Any delivery dates noted on the customer's PO are honored. If for some reason a deadline cannot be met, the salesperson will work closely with the customer to find a mutual solution. A Certificate of Delivery accompanies each piece of new Toro equipment. (See copy attached). The customer retains a copy along with a binder including operator and parts manuals along with any other documentation pertaining to that specific piece of equipment. Updates for delivery dates are communicated by the salesperson. 5. Describe your dealer network and their role in providing products, services, etc. under the contract. Simpson Norton Corporation has been a distributor for Toro equipment in Arizona since 1957. Their business is located in Goodyear, Arizona. There are four in-field technicians Page 9 of 272 Page 935 of 1406 that cover the Phoenix metro area, including the City of Mesa. There is a complete service shop with four bays located at the corporate office in Goodyear. Shelly Spencer— Sports Fields and Grounds Manager for Simpson Norton Corporation. Shelly will be the main contact person for the City of Mesa. Shelly is responsible for all contracts offered by the Simpson Norton Corporation. She processes all orders and purchase orders. Fred Balzarini-Territory Manager is the salesman for the City of Mesa. Fred will pro vide the City of Mesa with equipment recommendations, quotes and training on new equipment. In-Field service technicians will be dispatched as needed for any service/warranty needs C. WARRANTY: Contractor shall warrant that all equipment and parts labeled as new and furnished in their bid/offer are newly manufactured and free from defects in material and workmanship for no less than one(1)year from the date the equipment is delivered or installed. Warranty shall also guarantee accepted trade standards of quality, fitness for the intended uses, and conformance to promises or specified specifications. No other express or implied warranty shall eliminate the vendor's liability as stated herein. 1. Detail any warranty and extended warranty programs available for both equipment and parts. If warranty agreements are required, please submit them, subject to negotiation by the City. Toro's standard Commercial Products Warranty states that"Your Toro Commercial product will be free from defects in materials or workmanship for two years or 1500 operational hours, whichever occurs first. Where a warrantable condition exists, we will repair the Product at no cost to you including diagnosis,labor,parts and transportation."Our standard Commercial Parts Warranty states 'your Toro Commercial Part to be free from defects in material or workmanship for ninety days, 1 year for complete engines." You can also purchase additional protection for your products through Toro Protection Plus (TPP). These are optional programs designed to provide you with budget protection and security after the initial 2 year warranty period. You can elect the Drive Train Protection or the Comprehensive Protection., Drive Train Protection: This program covers the engine, transmission/transaxle including; hydrostatic pumps, valves and motors; drive axles/drive assemblies including; all parts contained in the drive axle, PTO housing, 4-wheel drive assemblies, hydraulic drive pumps, valves, steel lines and motors within the frame. Comprehensive Protection: This program covers all operational parts and assemblies for your mower, vehicle or other machinery against mechanical breakdown. The items not covered are;normal maintenance items, tune-ups, tires, batteries, blades, belts and hoses. Used Equipment Qualified used equipment can be covered with Toro Protection Plus Pre-owned. See Warranty documents as follows: Page 10 of 272 Page 936 of 1406 II I CommereW . d Candifflem..and Produch C-' 7He—7jrz.CuI and,h, .Tumv'I I :. k idr " NuI-www serif In&'o-=- "�„tve,Is Iro .1 m 6mrwip d,;. 6u it,A p-II begmeeA IjdwAA rcs vbw"Tk1.w t :xPf'�rs* r'w r rrww s,WMI pnnwiMst> w€°-MCM p I! fFns rw '� truana",,,.rwa5na: z-:�+erzm C' . - y um a' 'imt-az ad pI p ' nib t . O' .:. PRIM I13 wpamlbv Mvwiiift Oat=--&"'Rj"O"ewe emoi_e'In m.:. :. _... litho oft"HwAy rw ft wad IVvee if Ka ft unwwiIIII&M AV*d fia , u a dakwund it Lhe loaqvmw fr �O p I w d gym^tri 41 *rte ' I to N'wt'p MO ! wilh Am u ,aarr, aiareu a 4 f_7r , ntwI fries III, wr C k`,",' baa•w'*wta`*'+a W e"Am a"dw,W.e#I owl iW AI +r OF''.. - Sft�l RW {4-Y,-lowo f ETA -, ,+" 'fi x. , aYdr" Owrld t7"or Dwsp cyaw md LMum4op pTMavw''I "I Wan a w mam". . y mAa'w,cu u" q'wP o S,{ulssaI b'* 'w IN,R ;fw'Rfr ti tw t Hop wvvwIqm 0 rAwII m. A'ft 1 W'w.1'quta fwf�a+wkli"x,.' '�°3 O��' I��'� ��ramr��)r r;�4a.,4w��" t�rs,rH PT w afti� �Jft: `i� r�;»a �;'�, Yf ilya,'a.��m qu** mgwd .frr w m%xvxinsws,:. � ��I'�£`�9'-'% d��r��IA 'F_Ti'F '��!Ulm'=jMI Ad i"I ww Mov irtwtl I hMMI ns 'a PMTLE2 N't,=wm et IIMS u0,u -4,wm*.Ito- {: s. IA_ ,ml. {�{,•w 'u';rm; D. MAINTENANCE FACILITIES: The equipment specified in this contract is dependent upon the availability of prompt professional service. In order to be considered for award, each potential contractor, or its dealers and/or distributors, is/are required to have existing maintenance facilities with sufficient parts inventory and trained technicians experienced in providing quality service on the equipment specified. Maintenance facilities are subject to inspection by the City to determine adequacy. E. VENDOR PARTS AND SERVICE: The Contractor or its dealers and/or distributors will maintain a factory authorized parts and service facility for normal and warranty service. The Contractor shall encourage its dealers and/or distributors to be capable of providing parts within twenty-four (24) hours and shall be capable of being on site to respond to service requests within twenty-four (24) hours unless otherwise communicated and accepted by City or Participating Agency. F. CATALOGS: Within ten (10) days after contract award and after request from City staff, Contractor must submit complete price lists and catalogs of their product line in hard copy and on CD. Upon request from a using agency, Contractor shall provide, at no cost, these catalogs and price lists. G. MODIFICATIONS OF TERMS: Participating Agencies commonly require a modification to a term of the Contract (e.g. governing law). The awarded Supplier and Participating Agencies may agree to modify terms on any specific purchase by a Participating Agency without being in conflict with the Contract 4. PRODUCT REQUIREMENTS: A. PRODUCTS: The Products to be included in this contract are as follows: Toro offers a full line of mowing equipment from 21"rotary mowers to rotary mowers with up to 16' width of cut, reel mowers, aeration equipment, sprayers, debris removal equipment, material handling, greens rollers, zero turn mowers, four wheel steer mowers, snow removal attachments, compact utility loaders, and utility vehicles to meet the needs of any golf course, park, sports field and general grounds maintenance. See attached brochures. 1. SPORTS FIELDS AND GROUNDS EQUIPMENT: A complete and comprehensive line of new unused Sports Fields and Grounds Equipment of the latest design and technology to include, but not limited to, mowing equipment, utility vehicles,spraying equipment, and turf cultivation equipment. Toro offers a complete and comprehensive line of new unused Sports Fields and Grounds Equipment of the latest design and technology to include, but not limited to, mowing equipment, utility vehicles, spraying equipment, and turf cultivation equipment. 2. GOLF COURSE MAINTENANCE EQUIPMENT: A complete and comprehensive line of new unused Golf Course Maintenance Equipment of the latest design and technology to include, but not be limited to, mowing equipment, utility vehicles, spraying equipment, renovation and utility equipment and turf cultivation equipment. Toro offers a complete and comprehensive line of new unused Golf Course Maintenance Equipment of the latest design and technology to include, but not be limited to, mowing equipment, utility vehicles, spraying equipment, renovation and utility equipment and turf cultivation equipment. 3. RELATED EQUIPMENT PARTS: A complete and comprehensive line of Original Equipment Manufacturer (OEM) Sports Fields and Grounds Equipment Parts and Golf Course Maintenance Equipment Parts. Toro provides a complete and comprehensive line of Original Equipment Manufacturer (OEM) Sports Fields and Grounds Equipment Parts and Golf Course Maintenance Equipment Parts. 4. USED EQUIPMENT: Provide access to quality used equipment. Page 12 of 272 Page 938 of 1406 Each of our distributors provide access to quality used and demonstrator (demo) equipment. (Quantities and products are based on availability.) 5. BALANCE OF LINE: Contractor may offer their balance of line for ground maintenance equipment items and accessories. The City reserves the right to accept or reject any or all balance of line items offered. We are also including our Golf Irrigation, Residential Commercial Irrigation, Landscape Contractor, Site Works Systems, and BOSS equipment lines with our proposal. B. CURRENT PRODUCTS:All products being offered in response to this contract and labeled as new shall be in current and ongoing production; shall be formally announced for general marketing purposes; shall be a model or type currently functioning in a user(paying customer) environment and capable of meeting or exceeding all specifications and requirements set forth in this contract. C. DEFECTIVE PRODUCT: All defective products shall be replaced and exchanged by the Contractor. The cost of transportation, unpacking, inspection, re-packing, re-shipping or other like expenses shall be paid by the Contractor. All replacement products must be received by the City within seven (7) days of initial notification unless otherwise communicated and accepted by the City or Participating Agency. D. EQUIPMENT/RECALL NOTICES: In the event of any recall notice, technical service bulletin, or other important notification affecting equipment purchased from this contract, a notice shall be sent to the Contract Representative. It shall be the responsibility of the contractor to assure that all recall notices are sent directly to the agencies Contract Representative. E. EQUIPMENT STANDARDS AND GUIDELINES: All riding equipment must comply with appropriate ASAE(American Society of Agricultural Engineers—www.asae.org), SAE (Society of Automotive Engineers — www.sae.org) and OSHA (Occupational Safety and Health Administration — www.osha.org) standards for roll-over protection. All vehicles must comply with appropriate ANSI (American National Standards Institute — www.ansi.org) standards as related to operation on slopes. F. SAFETY STANDARDS: The Contractor shall certify that the equipment being offered is designed and includes operating features that comply with the safety standard promulgated under the Federal Occupational Safety and Health Act (OSHA). During the term of this Contract, should there be modifications in federal and/or state laws and regulations regarding safety standards or other specifications and marketing procedures for the contracted item(s), the City of Mesa reserves the right to amend the Contract to provide for the delivery of items which conform to such changes. As a result, the City will negotiate any necessary price changes with the Contractor. Should negotiations fail the City may cancel the Contract for the affected items. G. SAMPLE EQUIPMENT SPECIFICATIONS (ATTACHMENT C): For each Item/Minimum Requirement, indicate "yes" or "no" under Comply. If you do not meet the Item/Minimum Requirement, indicate so in the "Exception" column and provide an explanation on why you don't meet the requirement. Any deviations from the minimum requirements must be clearly presented on the table or in an attached letter. The intent of the sample equipment specifications is to establish a baseline to compare equipment of similar commercial quality,function and purpose as well as provide a comparison of pricing offered. Equipment offered under this section will not be rejected for non-compliance with the specifications, but will be used to assist the evaluation committee in assessing comparable equipment offered for this contract. The sample equipment listed is representative of the possible equipment the City foresees replacing during the life of the contract.As such,submit pricing as requested on the Price Page. Submit with your offer the recommended preventative maintenance program (PMP) for each of the sample equipment specified below. Identify all parts/materials/supplies (provide part Page 13 of 272 Page 939 of 1406 numbers) necessary to complete the PMP as well as the unit pricing of each. Provide the expected useful life and salvage value for each piece of equipment. Provide a list and per unit price of typical repair parts replaced during a piece of equipment's useful life. In addition,submit life cycle costing information based on 2,000 annual hours of service. 5. SERVICE REQUIREMENTS: The Contract will include, but are not limited to the following. A. FINANCING: Describe financing options available such as lease programs and conditional sales contracts. 1. Describe any government rebate programs that are offered. State and local governments may develop programs to incent their constituents to purchase alternative fuel products. Each agency would need to inquire with their state or local government agency to determine any current program. Toro will work with each agency to provide the required product for the rebate offered. B. TRADE-INS: Describe in detail the proposed trade-in program. C. SAFETY: All vendors performing services for the City or cooperative agencies are required and shall comply with all Occupational Safety and Health Administration (OSHA), State and County Safety and Occupational Health Standards and any other applicable rules and regulations. The supplier shall be held responsible for the safety of their employees and any unsafe acts or conditions that may cause injury or damage to any persons or property within and around the work site area under this contract. D. TRAINING: The Contractor shall provide training for City of Mesa and other participating agency operators and service technicians at no cost to the City or agency. The Contractor will provide the following training for each equipment purchase: • Vehicle/equipment operators will be trained in the operation of all machine functions, including operator preventive maintenance. • Technicians will be trained in all operator functions, and in-depth preventive maintenance, troubleshooting and repair for all machine systems and components. • The trainer shall be factory-trained and thoroughly knowledgeable in subjects to be taught. 2. Describe how equipment training will be conducted. The Toro Company offers in-depth factory training at a reasonable cost to the end user. This training takes place at Toro's headquarters in Bloomington, MN. The dates vary year by year. Simpson Norton's salesperson can discuss these offerings as they are made available by The Toro Company. Local training is offered by Simpson Norton and the educational content varies depending on the end user's needs. Group training is offered by Simpson Norton each year. Dates and cost of training vary from year to year. Simpson Norton offers training Monday-Friday during normal business hours (excludes holidays). Certificates of completion are issued to each attendee after completion of training classes. 3. Describe the training curriculum for the equipment operators. All new and used equipment delivered to the customer includes one-on-one or group training provided by the salesperson and service staff. Operator safety training for all product is offered in one or more of the following media: DVD, online video or paper manual, and provided with each new piece of equipment. 4. Describe the training curriculum for the service technicians. The Toro World Headquarters offers factory training, including a Turf Technician Course. Topics include the following: • Cutting Unit Technology: Cutting unit set-up and adjustments Page 14 of 272 Page 940 of 1406 • Traction Units: Electronic and hydraulic systems diagnostics, troubleshooting and testing • Tier4 Engine Systems: Overview of why and how they work • Spray Systems: Components, operation and calibration • Preventive maintenance systems, myTurf, TLC, Parts, and Toro Information Systems • Open forum and a tour of Toro's development and testing labs 5. How will you accommodate various work shifts? Simpson Norton offers training Monday-Friday during normal business hours(excludes holidays). Additional arrangements can be accommodated upon request. 6. What type of documentation is provided with the proposed training? Operator manuals, repair manuals, etc. are provided with each new piece of equipment. Certificates of completion are issued to each attendee after completion of training classes. E. DELIVERY: For City of Mesa purchases, equipment shall be delivered to various City of Mesa locations. All deliveries shall be made Monday through Thursday from 8:00 a.m. to 1:00 p.m., Mountain Standard Time. The Contractor shall be required to give the City a minimum of twenty-four (24) hour notice prior to delivery with the anticipated time of delivery and quantity of units to be delivered. The following documents are due upon delivery to the City or participating agency: 1. M.S.O. (Manufacturer Statement of Origin) 2. Warranty document 3. Required manuals 4. Title F. REPAIR SERVICES: The ability to provide repair services through authorized manufacturer's facilities or other avenues. 1. Provide detailed information explaining your service capabilities. Toro utilizes our channel partners to provide service and support to our end user customers. For our Commercial division we have 22 distributors in the United States with many satellite offices to meet your needs. They have protected territories which allows them to make significant investments in their facilities and people to support the equipment and services they provide. The Toro Company provides technical assistance and support to our distributor operations teams. This includes troubleshooting equipment issues, providing updates to equipment, issuing service bulletins, working through warrantee issues, implementing performance standards and measurements, providing on-site support when needed for product quality concerns and developing action plans for improvement. We have processes in place to help our channel partners exceed the needs of our customers developed through our 100 years of experience. These include monitoring our customers opinion of our service and developing improvements as necessary to achieve Customer Satisfaction Index scores above 9. 2. Provided detailed information explaining the service capabilities of your authorized dealers. Simpson Norton's service area covers the entire State of Arizona, New Mexico, Las Vegas, NV (Clark County) and parts of western Texas including El Paso and surrounding communities. Simpson Norton has a fleet of in-field repair trucks that will Page 15 of 272 Page 941 of 1406 perform repair services on equipment at job site for both warranty and non-warranty repairs. Our Goodyear facility staffs seven full-time service technicians and staffs two full-time service technicians in our Las Vegas facility. Simpson Norton has two full-time in-field techs that reside in New Mexico. All Toro's Commercial distributors nationally have similar capabilities and resources. 3. Describe the maintenance programs offered. If a maintenance program is selected by the City, will your firm provide a loaner or rental machine if the machine is down for more than twenty-four(24) hours. Our distributors may offer a variety of maintenance programs depending on the need of the customer. These range from Time and Materials type services, Preventive maintenance contracts, Full Service maintenance contracts that include preventive maintenance and repairs. These programs are priced based on the specific needs of the customer, equipment age and condition. The distributor can provide pricing for these programs on a local level. Our distributors try to accommodate customers with a loaner when equipment is down. 4. Describe your preventative maintenance program (PMP) for each of the sample equipment. Provide the expected useful life and salvage value for each piece of equipment. Provide a list and per unit price of typical repair parts replaced during a piece of equipment's useful life. In addition, submit life cycle costing information based on 2,000 annual hours of service. Our experience shows that annual usage for the Southwest part of the United States is about 800 hours per year. Usage of equipment such as utility vehicles and bunker rakes is much less than that. We have included our preventive maintenance schedules and typical replacement parts such as filters and best for each of the pieces identified in Attachment C. As far as useful life and salvage value, there are so many variables that go along with this that it is difficult to provide information. It is dependent on how you operate the equipment, the conditions in which you operate and the maintenance practices performed. We will note that Toro equipment typically has a higher residual value for off-lease items than our competitors. G. CUSTOMER SUPPORT SERVICES: The policies on replacements, returns, restocking charges, after hours service, after sales support,out of stock,order tracing,technical feedback, quality assurance for orders and drop shipments. Page 16 of 272 Page 942 of 1406 EXHIBIT B PRICING 1. Describe in detail the proposed business pricing model(s). Include all pertinent details (formulas, definitions, data, audit criteria, etc.)to explain the benefits of the proposed model. Discuss how a participating agency will be able to verify (audit)that the net pricing received conforms to the model. We have six Business Units represented in this proposal. 1. The Toro Commercial Division pricing will be 21.8% off current MSRP of all wholegoods, attachments and accessories. o For the City of Mesa, the Parts Program will consist of offering discounts on high usage parts such as belts, filters, tires, etc. The discount on these 'Performance Parts' varies by product group but ranges up to 50% off retail. These prices are reflected in the Parts pricing in Attachment A 2. The Toro Landscape Contractor Equipment(LCE) Division pricing will be 27%off current MSRP for their landscape contractor wholegoods, attachments and accessories. 3. The Toro Siteworks Systems Division (SWS) pricing will be 17%off current MSRP for wholegoods, attachments and accessories. 4. Golf Irrigation will be 40%off MSRP for all wholegoods, attachments and accessories. 5. Residential Commercial Irrigation will be: o Irritrol; 40% off MSRP on wholegoods, attachments and accessories. o Rainmaster: 17% to 30% off MSRP on wholegoods, attachments and accessories. o ResCom : 40%off MSRP on Wholegoods, attachments and accessories. o Sentinel: 30% off MSRP on wholegoods, attachments and accessories. 6. BOSS: 25%off MSRP on wholegoods, attachments and accessories. We request that our dealers and/or distributors have the ability to add attachments and accessories designed for use on Toro products but manufactured by a third party. These are items such as snow throwers, snow blades and brooms that attach to our products for use in the winter months. Each manufacturer of these products provides their own pricing, our pricing would not exceed the manufacturer list price. If there were any shipping and/or setup costs incurred by the dealer these would be added to the cost of the product. Used and Demonstrator Equipment: Preowned and Demonstrator equipment is available from our distributors and dealers and pricing is based on Fair Market Value. The FMV of used and demo equipment is based on a combination of factors from true leasing which sets residual buyouts to hours, condition, age of equipment and current market pricing for like items. Our distributors typically publish a list of available equipment including the pricing. Financing and leasing: Tax-exempt financing and leasing is a tool that municipalities can use to spread the cost of capital equipment acquisitions over the life of the assets being financed.Toro has contractual relationships with three finance companies that compete for your business. These are PNC, TCF, and DLL. Because of these relationships we have developed documents to help stream line the process for our tax exempt customers. This includes the credit application, approval, and non-appropriation language. This nationwide team of finance professionals has an in-depth understanding of tax-exempt financing. Based on tax-exempt pricing ($1 purchase option at end of lease term), the monthly lease rate is indexed to a spread not to exceed 450 basis points(BPS)over the like term US treasuries(as published by the US Federal Reserve Statistical Release H.15). Individual transaction pricing will be priced to the market based on specific transaction details. Page 17 of 272 Page 943 of 1406 For Fair Market Value (FMV) leases, terms from three to five years will be available. The monthly payments will not exceed 3.5%of the award price (at 600 hours per year of use).Alternative hours and payment terms (skip pays, annual pays, etc.) can be quoted by one of our financing partners. At the end of the lease (assuming all terms and conditions of the lease have been met), the equipment may be returned (subject to turn-in requirements identified in the lease documents), renewed for an additional time, on mutually agreeable terms between the parties, or purchased at the then, fair market value of the equipment. Included in this proposal is a hard copy of Toro's current MSRP for each divisions products. Electronic copies will also be provided. Any product, attachments and accessory that is on these spreadsheet is available for the stated discounts. This price model provides an aggressive discount to end users and is easy to calculate through a discount on MSRP. We have many products that we typically do not discount, we refer to these as proprietary products, but with this contract we discount all products with the same aggressive pricing to provide customers with the aggressive pricing but also make pricing and auditing more efficient for all parties. We will provide the City of Mesa and National IPA with current copies of our MSRP pricing so customers can verify through a third party. For Commercial, we also have a pricing system called Quote that we load pricing from Toro and is used by all distributors to calculate pricing.This ensures the correct pricing at each location. Here is an example of this quoting system. set Pd and Quardlay Customer-,SNC lQuAv SP04 Ta' 1j�,Ktud),.. t'd',wr rinrglrr G,araynr qs F naE { f GM 4000-D(Tier 4 FIrsal CompOanq P, 060,9 t ' ) QkV V.7,-,rAt✓gWn Prrd'*1M Pan A Fiat V^HR'7 Unit.Aaavred Fa kt, Pr,.t tkrurrrO Prire i 11 4CCU V 7 7 N­�_max plaa ¢,=7 ';.a7,Nr11 pq ;554 'P111r=. 591159C11'h1.X :GYP, -1•.00 VA im00 ......... " Iu' W AWIN MIG,his d v_0 (0 4 4sa Y,rII paaar.II M'. Eaa 1,u..1 6 ,1 wro4aP7a0 VK trss ;4,9, ars} 2. The City's expectation is that the proposed pricing shall include delivery to Mesa and Participating Public Agencies. Based on your distribution network, explain the impact of such pricing to the City, Participating Public Agencies residing in large metropolitan areas and Participating Public Agencies residing in rural areas. Propose an optimal solution(s)that would provide Participating Public Agencies with the best pricing including freight costs. The Pricing to the City of Mesa includes set-up and delivery of wholegoods, attachments and accessories. It will be the determination of each of our distributors if they want to charge set-up and delivery fees for orders from other Participating Public Agencies. This pricing strategy allows us to provide a more aggressive price on wholegoods, attachments and accessories. Page 18 of 272 Page 944 of 1406 3. The discount structure provided by the supplier is intended to remain constant throughout the term of the Contact. Discuss how often price lists are updated and provide a listing of price list changes that have taken place over the last three (3)years. Discuss any known future price list changes or industry changes that will effect pricing over the next Five (5)years. Toro typically has changes to our MSRP lists once per year. As our fiscal year starts on November 1, we plan our annual changes for that date. Our goal is to keep our price increases to a minimum to remain competitive in this market. For 2017 we have implemented an average price increase of 1.3%. On occasion, we have to veer from this plan as economic forces cause our costs to change more dramatically than anticipated. We do provide at least a 30-day notice to our distributors that these changes are occurring. Over the past 3 years we have been able to hold to our plan of once per year price change. There are other factors that also impact our pricing. The federal government mandated changes to emissions, known as Tier 4, this has significantly impact pricing on our diesel, non-road, 25 - 74 horsepower products starting in 2013. These price increases have ranged from 10 -20% depending on product but Toro's products have all transitioned to the Tier 4 Final engines and are therefore reflected in the current pricing. 4. State if pricing is most favorable offered to government agencies. Describe how your firm will ensure this contract will continually offer the best pricing available to Participating Public Agencies. Pricing is most favorable offered for contracts of this scope. We are continuously provided with feedback from field sales representatives concerning the price/value paradigm versus our competition. We evaluate this balance and make changes to pricing as needed to remain competitive. Toro also strongly believes in reducing cost through our processes and utilize Six Sigma Continuous Improvement Tools such as Kaizens, Lean Manufacturing, Process Mapping and D.M.A.I.C. (Define, Measure, Analyze, Implement, Control). Every year Toro establishes dollar values goals to Continuous Improvement and tracks and reports our progress against these goals. These procedures allow us to control costs which means controlling price increases to our customers. In the end, our customers make the "Best Value" judgement and buy those products they consider "Best Value". If we determine we are no longer"Best Value" at current pricing we will request changes to pricing. 5. Provide details of and propose additional discounts for volume orders, special manufacturer's offers, minimum order quantity, free goods program, total annual spend, etc. As an added incentive for volume purchases (single purchase order), Toro distributors may provide the following Smart Value Program.This program provides the customer with a level of dollars available to be used to purchase additional whole goods, accessories, attachments, parts or extended warrantee based on the volume of purchase according to the following scale. Purchases at Retail Available Dollars $150,000 -$199,999 $4,500 $200,000 -$249,999 $6,000 $250,000 -$299,999 $10,000 $300,000 -$349,999 $12,000 $350,000 -$399,999 $14,000 $400,000 -$449,999 $16,000 $450,000 -$499,999 $18,000 $500,000 -$549,999 $20,000 $550,000 -$599,999 $22,000 $600,000 -$649,999 $24,000 $650,000 -$699,999 $26,000 $700,000 - $749,999 $28,000 $750,000 - $799,999 $30,000 $800,000 - $849,999 $32,000 $850,000 - $899,999 $34,000 Page 19 of 272 Page 945 of 1406 $900,000 + $36,000 6. Provide information on any ordering methods — such as electronic ordering or payment via pCard or EFT — or other criteria which entitle the using agency to additional discounts off of a manufacturer's price list. If so, please provide the percentage discount. Orders can be faxed, mailed or emailed. pCards and EFT can be accepted. All pricing is at users net. 7. Provide your payment terms. These payment terms shall apply to all purchases and to all payment methods. Payment terms are 0% 30 days for cash/check payments and EFT payments only. Page 20 of 272 Page 946 of 1406 REVISED PRICING AND COMPENSATION Pursaarit in all the cwrtraot specifitastions.enumerated and desorbed in this WiDitabon,Respondent age to furnish DS MAINTENANCE EQLMPMENT,PARTS,ACCE&WRIES,SUPPLIES,RELATED,SERVCESAND=RFLATED,,EQUIPMENTio the City of Mesa at the pri*s)�stated, bd ow. 5AMPLE EQUIPMENT PRICING This Sectim.of the Price Page lisis.Sawp%,--Equipment fArta&m-refa C)that wiit likely be Wr& ed,under the omtr=..This list is not adl4ndusive. Offerus shoill use the disomwas provWedin their Prim P tadetermirie the prim for ittie items Wow. ITEM Y EQUIPMENT DESCRIPTION UNIT PRICE Bunker Rake,as per specifcatians 1 Tom Sand,Pro 50M,model 08-ea5 17,423,58 MAYALFACTURER AND MODEL NUMBER Heavy Cuty Utility Vagi&_as per specAcatbris 2 Tom Viodman HD X Auto,model 07390 22,481-94 MAMIFACTURER AND MODEL NUMBER Sw7ounds Movier,as per speak-3hans 3 Toro RM310&D,niodd,031770,&D3189 reels 29,530-85 MAlFACTURER AND MODEL NUMBER Triplex Greens Ylomr,as par speorfmations 4 Tom GR3150-0,model 04358 and CA65-4 reels; $ FAAMFACTURER Wow Area Rotary Mower,as per speffr-ations 5 Toro GM41 I DO-D Ter4,model K6M 62.26Z83 MANUFACTURER AND MODEL NUMBER Fairy Wow*r,as per 5peerfoo3tvarrs Toro RM551 G-D T-et 4,mcdd- D3607&03641 reels 55;612.52 MANUFACTURER AND MODEL NUMBER EQtNP'MENT TOTAL FOR ITEMS 1-6 220.02Z30 SAMPLE PART5,PRICING Ths S oti ofthe Price Page lists SaffiV14--Parts forthp-eoldlament listed above(Iterns.I thru Ejthatal likely be purchased,uMerthe contract.This Est is nrct all-indusive-Offerors.shall use the discouffts;provided in diek Price Proposal to determine the prim for the ibenn below ITEM# PARTS DESCRIPTION UNIT PIRJCE 7 Air Filter for Bunker Plank(see itun 1) Toro,part#10&-3808 15.98 MAWIFACTURER AND PART NUMBER Rzkr plate for Bunker Rank Isee item it Torr,part#94-2200-03 $ MANJFA,C7URER AND PART NUMBER 9 Kydr;iulic filter for Utility Very cle(-see iters 2W Tera,p2rt#54-0110 Page 947 af81406 MAWIFACTUREER AND PART NUMBER CaTwne-T69,DiWs.ic.PnDdua is�Iarge rreaers,aemars,, 21.1313% sprayers inFdd aroworners ufiGty oub on and ® GOLF COURSE MAINTENAYCE EaJIPMENT CaTwne-T69,DiWs.ic.PnDdua is�Iarge rroxrars,ae ars,, infield groorrem,ublityvehdes,oultvation and 21.60% deis equ, , nt C RELATED EQUIPMENT PARTS C 1 Diarisica Parts(City of Mesa up to %of list on j Pricing is reflected in parts rrnark,et basket prices. D USED EGURPMENT Our distrutorstidallryhave cff leases and trade:ire Depends egist, t arrlate for sale lours and andtioin E BALANCE of L9NE Goff Imqation WiplegooDds.,accesscres and attachmwfts 4, off Reszd&Tfial Cmwieruialy o nncs s 40 t'a riff attachand apoessones limtrd Irrigation WidlegoDds.anchnierds and woessaries 40%off Hainmaster Inigmian whokgoods,attachnx-rTts and 1T-30%off a soar s Sentinel Irrigation Md ds 20%t}if Res,denfial Landscape Ccritractor Equi, 1:whalerpade, atachmem and aocess nes 27%rfif Site'ftrk,System E ripr nt her eats and,a s i,es 17%r_+ffi BOSS equipmeent,attachments and accesses 25%rsff Alked pnAuctss third partyry to em>eed lisl price 15ELrVEFZY-See Mesa Staridand Terrrrs wd Cpndtom. Vendor,Name TOM Vie: _ 1MM16 11,M.'[1d RFP 4201? F: Page 22 of 272 Page 948 of 1406 EXHIBIT C MESA STANDARD TERMS AND CONDITIONS 1. INDEPENDENT CONTRACTOR. It is expressly understood that the relationship of Contractor to the City will be that of an independent contractor. Contractor and all persons employed by Contractor, either directly or indirectly, are Contractor's employees, not City employees. Accordingly, Contractor and Contractor's employees are not entitled to any benefits provided to City employees including, but not limited to, health benefits, enrollment in a retirement system, paid time off or other rights afforded City employees. Contractor employees will not be regarded as City employees or agents for any purpose, including the payment of unemployment or workers' compensation. If any Contractor employees or subcontractors assert a claim for wages or other employment benefits against the City, Contractor will defend, indemnify and hold harmless the City from all such claims. 2. SUBCONTRACTING. Contractor may not subcontract work under this Agreement without the express written permission of the City. If Contractor has received authorization to subcontract work, it is agreed that all subcontractors performing work under the Agreement must comply with its provisions. Further, all agreements between Contractor and its subcontractors must provide that the terms and conditions of this Agreement be incorporated therein. Notwithstanding the foregoing, City acknowledges that products and services subject to this agreement are provided by Contractor's dealers and/or distributors, which are independent businesses and set their own prices. Contractor has no authority to set prices for its dealers and/or distributors and no authority to require them to provide goods or services subject to this Agreement. Contractors dealers and distributors that agree to utilize this agreement also agree to abide by the pricing and terms and conditions set within. 3. ASSIGNMENT. This Agreement may not be assigned either in whole or in part without first receiving the City's written consent. Any attempted assignment, either in whole or in part, without such consent will be null and void and in such event the City will have the right at its option to terminate the Agreement. No granting of consent to any assignment will relieve Contractor from any of its obligations and liabilities under the Agreement. 4. SUCCESSORS AND ASSIGNS, BINDING EFFECT. This Agreement will be binding upon and inure to the benefit of the parties and their respective permitted successors and assigns. 5. NO THIRD PARTY BENEFICIARIES. This Agreement is intended for the exclusive benefit of the parties. Nothing set forth in this Agreement is intended to create, or will create, any benefits, rights, or responsibilities in any third parties. 6. NOW EXCLUSIVITY. The City, in its sole discretion, reserves the right to request the materials or services set forth herein from other sources when deemed necessary and appropriate. No exclusive rights are encompassed through this Agreement. 7. AMENDMENTS. There will be no oral changes to this Agreement. This Agreement can only be modified in a writing signed by both parties. No charge for extra work or material will be allowed unless approved in writing, in advance, by the City and Contractor. 8. TIME OF THE ESSENCE. Time is of the essence to the performance of the parties' obligations under this Agreement. 9. COMPLIANCE WITH APPLICABLE LAWS. a. General. Contractor must procure all permits and licenses, and pay all charges and fees necessary and incidental to the lawful conduct of business. Contractor must stay fully informed of existing and future federal, state, and local laws, ordinances, and regulations that in any manner affect the fulfillment of this Agreement and must comply with the same at its own expense. Contractor bears full responsibility for training, safety, and providing necessary equipment for all Contractor personnel to achieve throughout the term of the Agreement. Upon request, Contractor will demonstrate to the City's satisfaction any programs, procedures, and other activities used to ensure compliance. Page 254 of 272 Page 949 of 1406 b. Drug-Free Workplace. Contractor is hereby advised that the City has adopted a policy establishing a drug-free workplace for itself and those doing business with the City to ensure the safety and health of all persons working on City contracts and projects. Contractor will require a drug-free workplace for all Contractor personnel working under this Agreement. Specifically, all Contractor personnel who are working under this Agreement must be notified in writing by Contractor that they are prohibited from the manufacture, distribution, dispensation, possession, or unlawful use of a controlled substance in the workplace. Contractor agrees to prohibit the use of intoxicating substances by all Contractor personnel, and will ensure that Contractor personnel do not use or possess illegal drugs while in the course of performing their duties. c. Federal and State Immigration Laws. Contractor agrees to comply with the Immigration Reform and Control Act of 1986 (IRCA)in performance under this Agreement and to permit the City and its agents to inspect applicable personnel records to verify such compliance as permitted by law. Contractor will ensure and keep appropriate records to demonstrate that all Contractor personnel have a legal right to live and work in the United States. i. As applicable to Contractor, under the provisions of A.R.S. § 41-4401, Contractor hereby warrants to the City that Contractor and each of its subcontractors will comply with, and are contractually obligated to comply with, all federal immigration laws and regulations that relate to their employees and A.R.S. § 23-214(A) (hereinafter "Contractor Immigration Warranty'). ii. A breach of the Contractor Immigration Warranty will constitute as a material breach of this Agreement and will subject Contractor to penalties up to and including termination of this Agreement at the sole discretion of the City. iii. The City retains the legal right to inspect the papers of all Contractor personnel who provide services under this Agreement to ensure that Contractor or its subcontractors are complying with the Contractor Immigration Warranty. Contractor agrees to assist the City in regard to any such inspections. iv. The City may, at its sole discretion, conduct random verification of the employment records of Contractor and any subcontractor to ensure compliance with the Contractor Immigration Warranty. Contractor agrees to assist the City in regard to any random verification performed. v. Neither Contractor nor any subcontractor will be deemed to have materially breached the Contractor Immigration Warranty if Contractor or subcontractor establishes that it has complied with the employment verification provisions prescribed by Sections 274A and 2746 of the Federal Immigration and Nationality Act and the E-Verify requirements prescribed by A.R.S. § 23-214 (A). d. Nondiscrimination. Contractor represents and warrants that it does not discriminate against any employee or applicant for employment or person to whom it provides services because of race, color, religion, sex, national origin, or disability, and represents and warrants that it complies with all applicable federal, state, and local laws and executive orders regarding employment. Contractor and Contractor's personnel will comply with applicable provisions of Title VII of the U.S. Civil Rights Act of 1964, as amended, Section 504 of the Federal Rehabilitation Act, the Americans with Disabilities Act (42 U.S.C. § 12101 et seq.), and applicable rules in performance under this Agreement. e. State Sponsors of Terrorism Prohibition. Per A.R.S. § 35-392, Contractor must not be in violation of section 60) of the Federal Export Administration Act and subsequently prohibited by the State of Arizona from selling goods of services to the City. 10. SALES/USE TAX, OTHER TAXES. a. Contractor is responsible for the payment of all taxes including federal, state, and local taxes related to or arising out of Contractor's services under this Agreement, including by way of illustration but not limitation, federal and state income tax, Social Security tax, unemployment Page 255 of 272 Page 950 of 1406 insurance taxes, and any other taxes or business license fees as required. If any taxing authority should deem Contractor or Contractor employees an employee of the City, or should otherwise claim the City is liable for the payment of taxes that are Contractor's responsibility under this Agreement, Contractor will indemnify the City for any tax liability, interest, and penalties imposed upon the City. b. The City is exempt from paying certain federal excise taxes and will furnish an exemption certificate upon request. The City is not exempt from state and local sales/use taxes. 11. AMOUNTS DUE THE CITY. Contractor must be current and remain current in all obligations due to the City during the performance of services under the Agreement. Payments to Contractor may be offset by any delinquent amounts due the City or fees and charges owed to the City. 12. PUBLIC RECORDS. Contractor acknowledges that the City is a public entity, subject to Arizona's public records laws (A.R.S. § 39-121 et. seq.) and that any documents related to this Agreement may be subject to disclosure pursuant to state law in response to a public records request or to subpoena or other judicial process. 12.1. If Contractor believes document related to the Agreement contains trade secrets or other proprietary data, Contractor must notify the City and include with the notification a statement that explains and supports Contractor's claim. Contractor also must specifically identify the trade secrets or other proprietary data that Contractor believes should remain confidential. 12.2. In the event the City determines it is legally required to disclose pursuant to law any documents or information Contractor deems confidential trade secrets or proprietary data, the City, to the extent possible, will provide Contractor with prompt written notice by certified mail, fax, email or other method that tracks delivery status of the requirement to disclose the information so Contractor may seek a protective order from a court having jurisdiction over the matter or obtain other appropriate remedies. The notice will include a time period for Contractor to seek court ordered protection or other legal remedies as deemed appropriate by Contractor. If Contractor does not obtain such court ordered protection by the expiration of said time period, the City may release the information without further notice to Contractor. 13. AUDITS AND RECORDS. Contractor must preserve the records related to this Agreement for six (6)years after completion of the Agreement. The City or its authorized agent reserves the right to inspect any records related to the performance of work specified herein. In addition, the City may inspect any and all payroll, billing or other relevant records kept by Contractor in relation to the Agreement. Contractor will permit such inspections and audits during normal business hours and upon reasonable notice by the City. The audit of records may occur at Contractor's place of business or at City offices, as determined by the City. 14. BACKGROUND CHECK. The City may conduct criminal, driver history, and all other requested background checks of Contractor personnel who would perform services under the Agreement or who will have access to the City's information,data,or facilities in accordance with the City's current background check policies. Any officer, employee, or agent that fails the background check must be replaced immediately for any reasonable cause not prohibited by law. 15. SECURITY CLEARANCE AND REMOVAL OF CONTRACTOR PERSONNEL. The City will have final authority, based on security reasons: (i) to determine when security clearance of Contractor personnel is required; (ii) to determine the nature of the security clearance, up to and including fingerprinting Contractor personnel; and (iii)to determine whether or not any individual or entity may provide services under this Agreement. If the City objects to any Contractor personnel for any reasonable cause not prohibited by law, then Contractor will, upon notice from the City, remove any such individual from performance of services under this Agreement. 16. DEFAULT. a. A party will be in default if that party: Page 256 of 272 Page 951 of 1406 i. Is or becomes insolvent or is a party to any voluntary bankruptcy or receivership proceeding, makes an assignment for a creditor, or there is any similar action that affects Contractor's capability to perform under the Agreement; ii. Is the subject of a petition for involuntary bankruptcy not removed within sixty(60)calendar days; iii. Conducts business in an unethical manner as set forth in the City Procurement Rules Article 7 or in an illegal manner; or iv. Fails to carry out any term, promise, or condition of the Agreement. b. Contractor will be in default of this Agreement if Contractor is debarred from participating in City procurements and solicitations in accordance with Article 6 of the City's Procurement Rules. c. Notice and Opportunity to Cure. In the event a party is in default then the other party may, at its option and at any time, provide written notice to the defaulting party of the default. The defaulting party will have thirty(30)days from receipt of the notice to cure the default; the thirty (30)day cure period may be extended by mutual agreement of the parties, but no cure period may exceed ninety(90)days. A default notice will be deemed to be sufficient if it is reasonably calculated to provide notice of the nature and extent of such default. Failure of the non- defaulting party to provide notice of the default does not waive any rights under the Agreement. d. Anticipatory Repudiation. Whenever the City in good faith has reason to question Contractor's intent or ability to perform, the City may demand that Contractor give a written assurance of its intent and ability to perform. In the event that the demand is made and no written assurance is given within five (5) calendar days, the City may treat this failure as an anticipatory repudiation of the Agreement. 17. REMEDIES. The remedies set forth in this Agreement are not exclusive. Election of one remedy will not preclude the use of other remedies. In the event of default: a. The non-defaulting party may terminate the Agreement, and the termination will be effective immediately or at such other date as specified by the terminating party. b. The City may purchase the services required under the Agreement from the open market, complete required work itself, or have it completed at the expense of Contractor. If the cost of obtaining substitute services exceeds the contract price, the City may recover the reasonable excess cost by: (i) requiring reimbursement to the City within a commercially reasonable amount of time; (ii)deduction from an unpaid balance due to Contractor; (iii) collection against the proposal and/or performance security, if any; (iv) collection against liquidated damages (if applicable);or(v)a combination of the aforementioned remedies or other remedies as provided by law. Costs includes any and all reasonable, fees, and expenses incurred in obtaining substitute services and expended in obtaining reimbursement, including, but not limited to, reasonable administrative expenses, attorneys' fees, and costs. All transactions must be documented. c. The non-defaulting party will have all other rights granted under this Agreement and all rights at law or in equity that may be available to it. d. Neither party will be liable for incidental, special, or consequential damages. 18. CONTINUATION DURING DISPUTES. Contractor agrees that during any dispute between the parties, Contractor will continue to perform its obligations until the dispute is settled, instructed to cease performance by the City, enjoined or prohibited by judicial action, or otherwise required or obligated to cease performance by other provisions in this Agreement. 19. TERMINATION FOR CONVENIENCE. The City reserves the right to terminate this Agreement in part or in whole upon thirty (30) calendar days' written notice. Page 257 of 272 Page 952 of 1406 20. TERMINATION FOR CONFLICT OF INTEREST(A.R.S. §38-511). Pursuant to A.R.S. § 38-511, the City may cancel this Agreement within three (3) years after its execution, without penalty or further obligation, if any person significantly involved in initiating, securing, drafting, or creating the Agreement for the City becomes an employee or agent of Contractor. 21. TERMINATION FOR NON-APPROPRIATION AND MODIFICATION FOR BUDGETARY CONSTRAINT. The City is a governmental agency which relies upon the appropriation of funds by its governing body to satisfy its obligations. If the City reasonably determines that it does not have funds to meet its obligations under this Agreement, the City will have the right to terminate the Agreement without penalty on the last day of the fiscal period for which funds were legally available. In the event of such termination, the City agrees to provide written notice of its intent to terminate thirty(30)calendar days prior to the stated termination date. 22. PAYMENT TO CONTRACTOR UPON TERMINATION. Upon termination of this Agreement, Contractor will be entitled only to payment for those goods and services provided up to the date of termination, and any authorized expenses already incurred up to such date of termination. The City will make final payment within thirty (30) calendar days after the City has both completed its appraisal of the materials and services provided and received Contractor's properly prepared final invoice. 23. NON-WAIVER OF RIGHTS. There will be no waiver of any provision of this agreement unless approved in writing and signed by the waiving party. Failure or delay to exercise any rights or remedies provided herein or by law or in equity, or the acceptance of, or payment for, any services hereunder, will not release the other party of any of the warranties or other obligations of the Agreement and will not be deemed a waiver of any such rights or remedies. 24. INDEMNIFICATION/LIABILITY. a. To the fullest extent permitted by law, Contractor agrees to defend, indemnify, and hold the City, its officers, agents, and employees, harmless from and against any and all liabilities, demands, claims,suits, losses,damages, causes of action,fines orjudgments, including costs, attorneys', witnesses', and expert witnesses' fees, and expenses incident thereto, relating to, arising out of, or resulting from: (i) the services provided by Contractor personnel under this Agreement; (ii) any negligent acts, errors, mistakes or omissions by Contractor or Contractor personnel; and (iii) Contractor or Contractor personnel's failure to comply with or fulfill the obligations established by this Agreement. b. Contractor will update the City during the course of the litigation to timely notify the City of any issues that may involve the independent negligence of the City that is not covered by this indemnification. c. The City assumes no liability for actions of Contractor and will not indemnify or hold Contractor or any third party harmless for claims based on this Agreement or use of Contractor-provided supplies or services. 25. WARRANTY. Contractor warrants that the services and materials will conform to the requirements of the Agreement. Additionally, Contractor warrants that all services will be performed in a good, workman-like and professional manner. The City's acceptance of service or materials provided by Contractor will not relieve Contractor from its obligations under this warranty. If any materials or services are of a substandard or unsatisfactory manner as determined by the City, Contractor, at no additional charge to the City, will provide materials or redo such services until in accordance with this Agreement and to the City's reasonable satisfaction. Unless otherwise agreed, Contractor warrants that materials will be new, unused, of most current manufacture and not discontinued, will be free of defects in materials and workmanship, will be provided in accordance with manufacturer's standard warranty for at least one (1) year unless otherwise specified, and will perform in accordance with manufacturer's published specifications. 26. THE CITY'S RIGHT TO RECOVER AGAINST THIRD PARTIES. Contractor will do nothing to prejudice the City's right to recover against third parties for any loss, destruction, or damage to City property, and will at the City's request and expense, furnish to the City reasonable assistance and Page 258 of 272 Page 953 of 1406 cooperation, including reasonable assistance in the prosecution or defense of suit and the execution of instruments of assignment in favor of the City in obtaining recovery. 27. NO GUARANTEE OF WORK. Contractor acknowledges and agrees that it is not entitled to deliver any specific amount of materials or services or any materials or services at all under this Agreement and acknowledges and agrees that the materials or services will be requested by the City on an as needed basis at the sole discretion of the City. Any document referencing quantities or performance frequencies represent the City's best estimate of current requirements, but will not bind the City to purchase, accept, or pay for materials or services which exceed its actual needs. 28. OWNERSHIP. All deliverables, services, and information provided by Contractor or the City pursuant to this Agreement (whether electronically or manually generated) including without limitation, reports, test plans, and survey results,graphics, and technical tables,originally prepared in the performance of this Agreement, are the property of the City and will not be used or released by Contractor or any other person except with prior written permission by the City. 29. USE OF NAME. Contractor will not use the name of the City of Mesa in any advertising or publicity without obtaining the prior written consent of the City. 30. PROHIBITED ACTS. Pursuant to A.R.S. § 38-504, a current or former public officer or employee within the last twelve (12) months shall not represent another organization before the City on any matter for which the officer or employee was directly concerned and personally participated in during their service or employment or over which they had a substantial or material administrative discretion. Further, while employed by the City and for two (2) years thereafter, public officers or employees are prohibited from disclosing or using, without appropriate authorization, any confidential information acquired by such personnel in the course of his or her official duties at the City. 31. FOB DESTINATION FREIGHT PREPAID AND ALLOWED. All deliveries will be FOB destination freight prepaid and allowed for the City of Mesa.All other agencies will be FOB destination and will be freight collect unless otherwise agreed. 32. RISK OF LOSS. Contractor agrees to bear all risks of loss, injury, or destruction of goods or equipment incidental to providing these services and such loss, injury,or destruction will not release Contractor from any obligation hereunder. 33. SAFEGUARDING CITY PROPERTY. Contractor will be responsible for any damage to City real property or damage or loss of City personal property when such property is the responsibility of or in the custody of Contractor or its employees. 34. WARRANTY OF RIGHTS. Contractor warrants it has title to, or the right to allow the City to use, the materials and services being provided and that the City may use same without suit, trouble or hindrance from Contractor or third parties. 35. PROPRIETARY RIGHTS INDEMNIFICATION. Without limiting the foregoing, Contractor will without limitation, at its expense defend the City against all claims asserted by any person that anything provided by Contractor infringes a patent, copyright, trade secret or other intellectual property right and must, without limitation, pay the costs, damages and attorneys' fees awarded against the City in any such action,or pay any settlement of such action or claim. Each party agrees to notify the other promptly of any matters to which this provision may apply and to cooperate with each other in connection with such defense or settlement. If a preliminary or final judgment is obtained against the City's use or operation of the items provided by Contractor hereunder or any part thereof by reason of any alleged infringement, Contractor will, at its expense and without limitation, either: (a) modify the item so that it becomes non-infringing; (b) procure for the City the right to continue to use the item; (c) substitute for the infringing item other item(s) having at least equivalent capability; or (d) refund to the City an amount equal to the price paid, less reasonable usage, from the time of installation acceptance through cessation of use, which amount will be calculated on a useful life not less than five (5) years, plus any additional costs the City may incur to acquire substitute supplies or services. Page 259 of 272 Page 954 of 1406 36. CONTRACT ADMINISTRATION. The contract will be administered by the Purchasing Administrator and/or an authorized representative from the using department. All questions regarding the contract will be referred to the administrator for resolution. Supplements may be written to the contract for the addition or deletion of services. Payment will be negotiated and determined by the contract administrator(s). 37. FORCE MAJEURE. Failure by either party to perform its duties and obligations will be excused by unforeseeable circumstances beyond its reasonable control, including acts of nature, acts of the public enemy, riots, fire, explosion, legislation, and governmental regulation. The party whose performance is so affected will within five (5) calendar days of the unforeseeable circumstance notify the other party of all pertinent facts and identify the force majeure event. The party whose performance is so affected must also take all reasonable steps, promptly and diligently, to prevent such causes if it is feasible to do so, or to minimize or eliminate the effect thereof. The delivery or performance date will be extended for a period equal to the time lost by reason of delay, plus such additional time as may be reasonably necessary to overcome the effect of the delay, provided however, under no circumstances will delays caused by a force majeure extend beyond one hundred-twenty (120) calendar days from the scheduled delivery or completion date of a task unless agreed upon by the parties. 38. COOPERATIVE USE OF CONTRACT. The City has entered into various cooperative purchasing agreements with other Arizona government agencies, including the Strategic Alliance for Volume Expenditures (SAVE) cooperative. Under the SAVE Cooperative Purchasing Agreement, any contract may be extended for use by other municipalities,school districts and government agencies in the State of Arizona with the approval of Contractor. Any such usage by other entities must be in accordance with the statutes, codes, ordinances, charter and/or procurement rules and regulations of the respective government agency. The City currently holds or may enter into Intergovernmental Governmental Agreements (IGA)with numerous governmental entities. These agreements allow the entities, with the approval of Contractor, to purchase their requirements under the terms and conditions of this Agreement. A contractor, subcontractor or vendor or any employee of a contractor, subcontractor or vendor who is contracted to provide services on a regular basis at an individual school shall obtain a valid fingerprint clearance card pursuant to title 41, chapter 12, article 3.1. A school district governing board shall adopt policies to exempt a person from the requirements of this subsection if the person's normal job duties are not likely to result in independent access to or unsupervised contact with pupils. A school district, its governing board members, its school council members and its employees are exempt from civil liability for the consequences of adoption and implementation of policies and procedures pursuant to this subsection unless the school district, its governing board members, its school council members or its employees are guilty of gross negligence or intentional misconduct. Additionally, Contractor will comply with the governing body's fingerprinting policy of each individual school district and public entity. Contractor, subcontractors, vendors and their employees will not provide services on school district properties until authorized by the school district. Orders placed by other agencies and payment thereof will be the sole responsibility of that agency. The City is not responsible for any disputes arising out of transactions made by others. 39. FUEL CHARGES AND PRICE INCREASES. No fuel surcharges will be accepted. No price increases will be accepted without proper request by Contractor and response by the City's Purchasing Division. 40. NOTICES. All notices to be given pursuant to this Agreement must be delivered to the parties at their respective addresses. Notices may be (i) personally delivered; (ii) sent via certified or registered mail, postage prepaid; (iii)sent via overnight courier;or(iv)sent via facsimile. If provided by personal delivery, receipt will be deemed effective upon delivery. If sent via certified or Page 260 of 272 Page 955 of 1406 registered mail, receipt will be deemed effective three (3) calendar days after being deposited in the United States mail. If sent via overnight courier or facsimile, receipt will be deemed effective two (2)calendar days after the sending thereof. 41. GOVERNING LAW, FORUM. This Agreement is governed by the laws of the State of Arizona. The exclusive forum selected for any proceeding or suit in law or equity arising from or incident to this Agreement will be Maricopa County, Arizona. 42. INTEGRATION CLAUSE. This Agreement, including all attachments and exhibits hereto, supersede all prior oral or written agreements, if any, between the parties and constitutes the entire agreement between the parties with respect to the work to be performed. 43. PROVISIONS REQUIRED BY LAW. Any provision required by law to be in this Agreement is a part of this Agreement as if fully stated in it. 44. SEVERABILITY. If any provision of this Agreement is declared void or unenforceable, such provision will be severed from this Agreement, which will otherwise remain in full force and effect. The parties will negotiate diligently in good faith for such amendment(s)of this Agreement as may be necessary to achieve the original intent of this Agreement, notwithstanding such invalidity or unenforceability. 45. SURVIVING PROVISIONS. Notwithstanding any completion, termination, or other expiration of this Agreement, all provisions which, by the terms of reasonable interpretation thereof, set forth rights and obligations that extend beyond completion, termination, or other expiration of this Agreement, will survive and remain in full force and effect. Except as specifically provided in this Agreement, completion,termination, or other expiration of this Agreement will not release any party from any liability or obligation arising prior to the date of termination. 46. A.R.S. SECTIONS 1-501 and 1-502. Pursuant to Arizona Revised Statutes Sections 1-501 and 1- 502, any person who applies to the City for a local public benefit (the definition of which includes a grant, contract or loan) must demonstrate his or her lawful presence in the United States. As the Agreement is deemed a local public benefit, if Contractor is an individual (natural) person or sole proprietorship, Contractor agrees to sign and submit the necessary documentation to prove compliance with the statutes as applicable. Page 261 of 272 Page 956 of 1406 EXHIBIT D NATIONAL IPA DOCUMENTS RESPONSE FOR NATIONAL COOPERATIVE CONTRACT 1.0 Scope of National Cooperative Contract 1.1 Requirement The City of Mesa,AZ(hereinafter defined and referred to as"Principal Procurement Agency"), on behalf of itself and the National Intergovernmental Purchasing Alliance Company("National IPA"), is requesting proposals for Grounds Maintenance Equipment, Parts, Accessories, Supplies, Related Services and Related Equipment. The intent of this Request for Proposal is that any contract between Principal Procurement Agency and Supplier resulting from this Request for Proposal(hereinafter defined and referred to as the"Master Agreement")be made available to other public agencies nationally, including state and local governmental entities, public and private primary, secondary and higher education entities, non-profit entities, and agencies for the public benefit ("Public Agencies"), through National IPA's cooperative purchasing program. The Principal Procurement Agency has executed a Principal Procurement Agency Certificate with National IPA(an example of which is included as Exhibit D) and has agreed to pursue the Master Agreement. Use of the Master Agreement by any Public Agency is preceded by their registration with National IPA as a Participating Public Agency in National IPA's cooperative purchasing program. Registration with National IPA as a Participating Public Agency is accomplished by Public Agencies entering into a Master Intergovernmental Cooperative Purchasing Agreement, an example of which is attached as Exhibit C. The terms and pricing established in the resulting Master Agreement between the Supplier and the Principal Procurement Agency will be the same as that available to Participating Public Agencies through National IPA. All transactions, purchase orders, invoices, payments etc., will occur directly between the Supplier and each Participating Public Agency individually, and neither National IPA, any Principal Procurement Agency nor any Participating Public Agency, including their respective agents, directors, employees or representatives, shall be liable to Supplier for any acts, liabilities, damages, etc., incurred by any other Participating Public Agency. This Exhibit A defines the expectations for qualifying Suppliers based on National IPA's requirements to market the resulting Master Agreement nationally to Public Agencies. Each section in this Exhibit A refers to the capabilities, requirements, obligations, and prohibitions of competing Suppliers on a national level in order to serve Participating Public Agencies through National IPA. These requirements are incorporated into and are considered an integral part of this RFP. National IPA reserves the right to determine whether or not to make the Master Agreement awarded by the Principal Procurement Agency available to Participating Public Agencies. 1.2 Marketing, Sales and Administrative Support During the term of the Master Agreement National IPA intends to provide marketing,sales and administrative support for Supplier pursuant to this section 1.2 that directly promotes the Supplier's products and services to Participating Public Agencies through multiple channels, each designed to promote specific products and services to Public Agencies on a national basis. The National IPA marketing team will work in conjunction with Supplier to promote the Master Agreement to both existing Participating Public Agencies and prospective Public Agencies through: A. Marketing collateral (print, electronic, email, presentations) B. Website development and support C. Trade shows/conferences/meetings D. Advertising E. Social Media F. Sales Team Support Page 957 of 1406 The National IPA sales teams will work in conjunction with Supplier to promote the Master Agreement to both existing Participating Public Agencies and prospective Public Agencies through: A. Individual sales calls B. Joint sales calls C. Communications/customer service D. Training sessions for Public Agency teams E. Training sessions for Supplier teams The National IPA contracting teams will work in conjunction with Supplier to promote the Master Agreement to both existing Participating Public Agencies and Prospective Public Agencies through: A. Serving as the subject matter expert for questions regarding joint powers authority and state statutes and regulations for cooperative purchasing B. Training sessions for Public Agency teams C. Training sessions for Supplier teams D. Regular business reviews to monitor program success E. General contract administration Suppliers are required to pay an administrative fee of 2%of the greater of the Contract Sales under the Master Agreement and Guaranteed Contract Sales under this Request for Proposal. Supplier will be required to execute the National IPA Administration Agreement(refer to Exhibit B). Capitalized terms not otherwise defined herein shall have the meanings given to them in the Master Agreement or in the National Intergovernmental Purchasing Alliance Company Administration Agreement between Supplier and National IPA(the "National IPA Administration Agreement") 1.3 Estimated Volume The dollar volume purchased under the Master Agreement is estimated to be approximately $35 million annually. While no minimum volume is guaranteed to Supplier, the estimated annual volume is projected based on the current annual volumes among the Principal Procurement Agency, other Participating Public Agencies that are anticipated to utilize the resulting Master Agreement to be made available to them through National IPA, and volume growth into other Public Agencies through a coordinated marketing approach between Supplier and National IPA. 1.4 Award Basis The basis of any contract award resulting from this RFP made by Principal Procurement Agency will be the basis of award on a national level through National IPA. If multiple suppliers are awarded by Principal Procurement Agency under the Master Agreement, those same suppliers will be required to extend the Master Agreement to Participating Public Agencies through National IPA. Utilization of the Master Agreement by Participating Public Agencies will be at the discretion of the individual Participating Public Agency. Certain terms of the Master Agreement specifically applicable to the Principal Procurement Agency are subject to modification for each Participating Public Agency as Supplier, such Participating Public Agency and National IPA shall agree. Participating Agencies may request to enter into a separate supplemental agreement to further define the level of service requirements over and above the minimum defined in the Master Agreement (i.e. invoice requirements, order requirements,specialized delivery,diversity requirements such as minority and woman owned businesses, historically underutilized business, governing law, etc.). Any supplemental agreement developed as a result of the Master Agreement is exclusively between the Participating Agency and the Supplier (Contract Sales are reported to National IPA). 1.5 Objectives of Cooperative Program This RFP is intended to achieve the following objectives regarding availability through National IPA's cooperative program: Page 263 of 272 Page 958 of 1406 A. Provide a comprehensive competitively solicited and awarded national agreement offering the Products covered by this contract to Participating Public Agencies; B. Establish the Master Agreement as the Supplier's primary go to market strategy to Public Agencies nationwide; C. Achieve cost savings for Supplier and Public Agencies through a single contract process that will reduce the Supplier's need to respond to multiple solicitations and Public Agencies need to conduct their own solicitation process; D. Combine the aggregate purchasing volumes of Participating Public Agencies to achieve cost effective pricing. 2.0 REPRESENTATIONS AND COVENANTS As a condition to Supplier entering into the Master Agreement, which would be available to all Public Agencies, Supplier must make certain representations, warranties and covenants to both the Principal Procurement Agency and National IPA designed to ensure the success of the Master Agreement for all Participating Public Agencies as well as the Supplier. 2.1 Corporate Commitment Supplier commits that (1) the Master Agreement has received all necessary corporate authorizations and support of the Supplier's executive management, (2)the Master Agreement is one of Supplier's - "go to market" strategies for Public Agencies, (3)the Master Agreement will be promoted to all Public Agencies, including any existing customers, and Supplier will transition existing customers, upon their request, to the Master Agreement, and (4) that the Supplier has read and agrees to the terms and conditions of the Administration Agreement with National IPA and will execute such agreement concurrent with and as a condition of its execution of the Master Agreement with the Principal Procurement Agency. Supplier will identify an executive corporate sponsor and a separate national account manager within the RFP response that will be responsible for the overall management of the Master Agreement. 2.2 Pricing Commitment Supplier commits the not-to-exceed pricing provided under the Master Agreement pricing is its lowest available (net to buyer) to Public Agencies nationwide and further commits that if a Participating Public Agency is eligible for lower pricing through a national, state, regional or local or cooperative contract for a purchase of equivalent scope, that the Supplier will match such lower pricing to that Participating Public Agency under the Master Agreement. 2.3 Sales Commitment Supplier commits to aggressively market the Master Agreement as one of its go to market strategies in this defined sector and that its sales force will be trained, engaged and committed to offering the Master Agreement to Public Agencies through National IPA nationwide. Supplier commits that all Master Agreement sales will be accurately and timely reported to National IPA in accordance with the National IPA Administration Agreement. Supplier also commits that its sales force will be compensated, including sales incentives,for sales to Public Agencies under the Master Agreement in a consistent or better manner compared to sales to Public Agencies if the Supplier were not awarded the Master Agreement. 2.4 Responsibilities of Independent Dealers and Distributors Notwithstanding any other provision in this Agreement, City acknowledges that products and services subject to this Agreement are provided by Contractor's dealers and/or distributors which are independent businesses and set their own prices. Contractor has no authority to set prices,delivery dates,or other performance terms for its dealers and/or distributors.Contractor agrees to make the terms of this Agreement known to applicable dealers and/or distributors and to use reasonable efforts to encourage them to provide goods and services to City subject to the terms of this Agreement. Contractors dealers and distributors that agree to utilize this agreement also agree to abide by the pricing and terms and conditions set within. 3.0 SUPPLIER QUALIFICATIONS Supplier must supply the following information in order for the Principal Procurement Agency to determine Supplier's qualifications to extend the resulting Master Agreement to Participating Public Agencies through National IPA. Page 264 of 272 Page 959 of 1406 3.1 Company A. Brief history and description of your company. The Toro Company (NYSE: TTC) is a leading worldwide provider of innovative solutions for the outdoor environment including turf, snow and ground engaging equipment, and irrigation and outdoor lighting solutions. With sales of$2.4 billion in fiscal 2016, Toro's global presence extends to more than 90 countries. Through constant innovation and caring relationships built on trust and integrity, Toro and its family of brands have built a legacy of excellence by helping customers care for golf courses, landscapes, sports fields, public green spaces, commercial and residential properties and agricultural fields. For more information, visit www.toro.com. The Toro Company is proud of its legacy of quality and innovation. Founded in 1914 to build tractor engines for The Bull Tractor Company, the company survived the tumultuous years of World War 1 by building steam steering engines for merchant ships to support the war effort. In 1920, Toro entered the turf industry when it mounted five reel mowers to the front of a Toro tractor to cut the fairways at The Minikanda Club in Minneapolis. We take pride in our responsibility to employees, customers, shareholders and the environment. Since 1914, we have cultivated our reputation around trusted relationships and constant innovation to help anticipate the future needs of our customers.At the same time, we are building on a tradition of excellence around a number of strong brands to help customers care for golf courses, sports fields, public green spaces, commercial and residential properties, and agricultural fields. Over the years, we have strengthened our position as a leading worldwide provider of turf and landscape maintenance equipment, and precision irrigation solutions due in large part to a strong network of distributors, dealers and retailers in nearly 90 countries around the world. B. Total number and location of sales persons employed by your company. The Toro Company's Commercial Division employs 14 Regional and District Sales Managers that call directly on customers and Distributors. These resources are located in Minnesota, Indiana, Connecticut, Virginia, Florida and California. Most customer activity for the Commercial Division products will be with our distributors sales force of approximately 200 sales representatives. The resources are located in every state except Alaska. C. Number and location of support centers (if applicable). All of Toro's Commercial products are shipped from our warehouse in Tomah, Wisconsin to distribution. Distributors'facilities range in size depending on the services offered at the facility such as sales, service, parts etc. Toro's Commercial Channel of distributors have over 100 offices nationally ranging in size from 10,000 square feet to 150,000 square feet. D. Annual sales for the three previous fiscal years. E. Submit your FEIN and Dunn & Bradstreet report. See W-9 form and Dunn and Bradstreet report is vendor response. 3.2 Distribution, Logistics A. Describe how your company proposes to distribute the products/service nationwide. Toro has 22 distributors nationwide that handle product fulfillment to customers. These are in the form of distributors that work primarily with our Commercial Division equipment (golf and grounds) with exclusive territories, and hundreds of dealers that sell our Landscape Contractor, Irrigation, Siteworks System, and BOSS products. Most of the distributors cover several states and have multiple offices. For instance; Simpson Norton Corporation, that services the City of Mesa, has offices in Goodyear,AZ,North Las Vegas, NV;and Albuquerque, NM. Page 265 of 272 Page 960 of 1406 Toro Commercial products are manufactured in Tomah, Wisconsin and aggregated at our distribution center, also located in Tomah, for shipment to distribution. All of our distributors keep an inventory of products in local stock and can expect new shipments from Tomah within 6-30 days. The distributors then conduct any set-up and checkout of the products prior to shipment. Each distributor has exclusive and protected territory to sell Toro Commercial products to end users. Please refer to the Toro Distributor Listing attached for a listing of distributors and contacts. B. Identify all other companies that will be involved in processing, handling or shipping the products/service to the end user. Our distributors and dealers handle the sales, order processing, fulfillment, billing, and all service work associated with Toro products. See Toro Distributor Listing attached for a list of Commercial equipment distributors and contacts C. Provide the number, size and location of your company's distribution facilities, warehouses and retail network as applicable. All of Toro's Commercial products are shipped from our warehouse in Tomah, Wisconsin to distribution. Distributors'facilities range in size depending on the services offered at the facility such as sales, service, parts etc. Toro has over 100 offices nationally ranging in size from 10,000 square feet to 150,000 square feet. D. State any return and restocking policy and fees, if applicable, associated with returns. Parts Restocking Policy: 15%restocking fee on parts. New, unused, uninstalled electrical items are eligible for return and subject to the 15%restock fee. Used or installed electrical items cannot be returned. Parts are to be returned to Simpson Norton at customer's expense within 90 days of purchase. E. Describe the full line of products and services offered by your company. Toro has the broadest product line for all your Grounds Maintenance Equipment needs. We offer the highest quality products for golf courses, parks, sports fields and general grounds maintenance. This includes, many types of reel and rotary mowers, aerators, sprayers, bunker rakes, debris, and utility vehicles. We offer walk behind, stand-on, and ride-on, large area, and zero turn equipment. Our Site Works Systems group offers small skid steers, trenching equipment, underground directional drilling equipment. We have both golf irrigation and residential commercial irrigation. Our BOSS group offers snow plows and spreaders. 3.3 Marketing and Sales A. Provide a detailed ninety-day plan beginning from award date of the Master Agreement describing the strategy to immediately implement the Master Agreement as one of your company's primary go to market strategy for Public Agencies to your teams nationwide, to include, but not limited to: i. Executive leadership endorsement and sponsorship of the award as one of our primary sector go-to-market strategies within first 10 days The Toro Company will release a Distributor Operating Bulletin (DOB) to its channel partners, endorsed by the executive sponsor Brad Hamilton, Vice President, Commercial.A press release will also be distributed to the marketplace as well as the various associations with which Toro is affiliated (e.g. GCSAA, STMA, NRPA, NIGP, etc.) This Press Release will be posted in the on-line Toro website media room and communicated via social media channels Additionally Toro University hosts monthly webcasts and other training events where the contract has and will continue to be discussed. ii. Training and education of your national sales force with participation from the executive leadership of your company, along with the National IPA team within first 90 days Page 266 of 272 Page 961 of 1406 Since November 2007, we have been training and implementing this contract with our distributor and dealer partners. If we are awarded the City of Mesa contract, we will continue to employ many different techniques to provide training. Initially, we will train the Toro sales and marketing team responsible for this implementation. We will provide Power Point presentations to our distributors that are co-authored by Toro and the National IPA. We will implement individual conference calls by distributor to review the contract, discuss the benefits to the customer and the distributor and answer questions. The Toro sales and marketing team will make sales calls with our channel partners and National IPA teams to our end users to discuss this contract and sign up new users. Our marketing department will create specific documents that provide our distributors and customers with an overview of the contract and the benefits to them. These marketing pieces will be made available to all of our distributors and will be used at local and national trade shows. As part of the ongoing training process, Toro representatives will drive participation in local and regional trade shows and conferences with our distributors where we model the selling of this contact to customers. We will continue to train our sales force and engaging the resources we need to assure success of this contract. B. Provide a detailed ninety-day plan beginning from award date of the Master Agreement describing the strategy to market the Master Agreement to current Participating Public Agencies, existing Pubic Agency customers of Supplier, as well as to prospective Public Agencies nationwide immediately upon award, to include, but not limited to: i. Creation and distribution of a co-branded press release to trade publications A Press Release will be developed and released to the marketplace & industry associations Social Media - Toro FaceBook Page posting and Linkedln posting as well as a Twitter communication email Blast—National IPA list email Blast—NIGP list email Blast— incorporated into Grounds for Success eNewsletter (Onvia list to 18K) ii. Announcement,contract details and contact information published on the Supplier company website within first 90 days This will be done through our Distributor Operating Bulletins. iii. Design, publication and distribution of co-branded marketing materials within first 90 days • National IPA logo would remain as a part of the National Ads in Government Sector publications • Print collateral pieces would be updated and released • Webinar will be conducted with Distributor partners as a part of the Sports Fields & Grounds (SFG) market training • Distributors will be hosting SFG open house events where the Contract will be a section of the presentations • Training— Toro University both in person and on-line will take place iv. Commitment to attendance and participation with National IPA at national (i.e. NIGP Annual Forum, NPI Conference, etc.), regional (i.e. Regional NIGP Chapter Meetings, etc.) and supplier-specific trade shows, conferences and meetings throughout the term of the Master Agreement Toro plans to participate in various industry trade shows including NIGP& various local Chapter events (CAPPO, FAPPO, etc) as well as NAEP, etc. Page 267 of 272 Page 962 of 1406 V. Commitment to attend, exhibit and participate at the NIGP Annual Forum in an area reserved by National IPA for partner suppliers. Booth space will be purchased and staffed by your company. In addition, you commit to provide reasonable assistance to the overall promotion and marketing efforts for the NIGP Annual Forum, as directed by National IPA. We have participated in this manner for the last nine years and will continue to do so. We also participate on a local level with many NIGP chapter events and National IPA summit conferences. Finally, Toro plans to attend the NAEP conference as well. vi. Design and publication of national and regional advertising in trade publications throughout the term of the Master Agreement We advertise both on-line and in print on an ongoing basis through many government trade publications and where appropriate they have the National IPA logo on them identifying the contract. vii. Ongoing marketing and promotion of the Master Agreement throughout its term (case studies, collateral pieces, presentations, promotions, etc.) Through our relationship with the NIGP we have provided case studies and developed White Papers with regards to cooperative purchasing on a national and local level. We also leverage government data using Onvia and Smart Procure systems. viii. Dedicated National IPA internet web-based homepage on Supplier website with: • National IPA standard logo; • Copy of original Request for Proposal; • Copy of contract and amendments between Principal Procurement Agency and Supplier; • Summary of Products and pricing; • Marketing Materials • Electronic link to National IPA's website including the online registration page; • A dedicated toll free number and email address for National IPA • Torogov.com website would be updated to reflect new contract C. Describe how your company will transition any existing Public Agency customers' accounts to the Master Agreement available nationally through National IPA. Include a list of current cooperative contracts (regional and national)your company holds and describe how the Master Agreement will be positioned among the other cooperative agreements. Toro has acted in good faith to the National IPA in developing and growing the current Grounds Equipment contract. We have proven ourselves over the last nine years to add value to our customers. Our current contract has always been positioned as a tool for our customers to use to make procurement easier, reduce procurement costs, leverage pricing and reduce cycle time. In those states that currently do not have or have a limited state contract, we will position the City of Mesa/National IPA contract as a primary vehicle to local forms of government. In states that have a state contract, we will review the benefits of the City of Mesa/National IPA contract and let the customers make the value judgment. The growth of our current contract over the past nine years is proof of the value we add to our end users. D. Acknowledge that your company agrees to provide its company/corporate logo(s) to National IPA and agrees to provide permission for reproduction of such logo in marketing communications and promotions. Acknowledge that use of National IPA logo will require permission for reproduction, as well. We have provided and will continue to provide use of the Toro logo to the National IPA as long as each use of the logo is approved by Toro prior to publication and complies with our brand standards. Page 268 of 272 Page 963 of 1406 E. Supplier is responsible for proactive direct sales of Supplier's goods and services to Public Agencies nationwide and the timely follow up to leads established by National IPA. All sales materials are to use the National IPA logo. At a minimum, the Supplier's sales initiatives should communicate: i. Master Agreement was competitively solicited and publicly awarded by a Principal Procurement Agency ii. Best government pricing iii. No cost to participate iv. Non-exclusive contract Toro acknowledges this requirement and will comply. F. Supplier is responsible for the training of its national sales force on the Master Agreement. At a minimum, sales training should include: i. Key features of Master Agreement ii. Working knowledge of the contract process iii. Awareness of the range of Public Agencies that can utilize the Master Agreement through National IPA iv. Knowledge of benefits of the use of cooperative contracts Toro and our distributors have a very comprehensive knowledge of the features, process and awareness of our current contract and through our training will have with the City of Mesa contract as well. This knowledge has been represented by the growth in sales across our distribution channel. Any changes to the contract, process or target customer will be communicated to our distributors and individual training arranged for those distributors that require it. G. Provide contact information for the person(s), who will be responsible for: i. Marketing Paula Sliefert Sr. Marketing Manager 952-887-7107 Pau la.Sliefertp_toro.com ii. Sales Pete Whitacre District Sales Manager 952-887-7936 Peter.WhitacreQtoro.com iii. Sales Support Joan Olson Administrative Assistant 952-887-8838 Joan.Olsonp_toro.com iv. Financial Reporting Anthony Sacco Programs Administrator 952-887-7255 Anthony.Saccop_toro.com V. Contracts Jon Stodola Government Sales Manager 952-887-7937 Jon.Stodola&toro.com H. Describe in detail how your company's national sales force is structured, including contact information for the highest-level executive in charge of the sales team. The Toro Company Rick Olson—President& CEO Page 269 of 272 Page 964 of 1406 Brad Hamilton— Vice President, Commercial Division Brad reports to Rick Olson. Reporting to Brad are our directors of sales, marketing, technical operations, customer care and controller for Commercial Division. Brad can be reached at 952-887-8815 or brad.hamilton@toro.com Jim Heinze—Director, Commercial Sales Jim reports to Brad and leads a team of Regional and District Sales Managers that have responsibility for growing sales in the United States and Canada. They are also responsible for goal setting with distributors, understanding distributor training and development needs, and implementing programs and contracts such as this. Jim can be reached at 952-887-8892 or iim.heinze@toro.com Distribution Most of our distributors are privately owned companies that are the connection from Toro to end use customer. The sales managers that report to the owners of these companies will manager a team of representatives responsible for selling and marketing Toro products. Every area of the United States has a representative assigned for sales coverage from one of our distributors. We have included a listing of these distributors and a contact list with this proposal. I. Explain in detail how the sales teams will work with the National IPA team to implement, grow and service the national program. We will continue to proactively train our sales organization and target accounts that would benefit from this contract. This includes the development of sales literature updated with the new contract information and use of the National IPA logo on targeted pieces. We are always looking for ways to engage the National IPA organization in our sales meetings. We look at National IPA as an extension of our sales team. We want to make sure they understand how we sell to end users so they can better position The Toro Company when making sales calls. J. Explain in detail how your organization will manage the overall national program throughout the term of the Master Agreement, including ongoing coordination of marketing and sales efforts, timely new Participating Public Agency account set-up, etc. We communicate through our organization and our channel the best-demonstrated practices, success stories and updates to this contract. We overcome hurdles by demonstrating how other distributors are growing their business through the use of the contract and the use of the National IPA resources. This coordination and communication is part of what Jim Heinze's sales team is responsible for.As key contacts for the contract, Pete Whitacre and Paula Sliefert will interface with the City of Mesa and National IPA for regular contract review meetings and strategy meetings as we have been doing for over nine years. Through this ongoing communication as changes happen at Toro, such as acquiring a new company, we can make changes to the contract and how it is marketed. Realizing the need for consistent pricing across our distributors, Toro has created a National IPA pricing Program within our national quote system (iQuote). This assures that the correct pricing is applied to the quote, the equipment is `fit-up'correctly and pricing can be verified by our Programs Administration department. We have a process in place that will require our distributors to assign the National IPA agency number to their sales on this contract. This requires them to determine if the customer has already signed up as a participating agency or having them sign up prior to purchasing our products. This process requires time and support by our distributors but we have now built these processes into our daily routine. K. State the amount of your company's Public Agency sales for the previous fiscal year. Provide a list of your top 10 Public Agency customers, the total purchases for each for the previous fiscal year along with a key contact for each. As we are a publicly traded Company, this detailed information is considered confidential. However below is a representation of The Toro Company revenue for fiscal year 2016 by market and geographic location. Finally, we will commit to developing a list of customers to target for growth on this contract. Page 270 of 272 Page 965 of 1406 The ° r" Company DIVI "ERSE PORTFOLIO REVENUES—S2.4 BILLION Seg eats .w.w.w.w r°gas Ji A 24 &MM ruguW1, } rI spiels ! L. Describe your company's information systems capabilities and limitations regarding order management through receipt of payment, including description of multiple platforms that may be used for any of these functions. We use SAP as our mainframe through which our sales reporting function is housed. Our distributors electronically communicate all transactions to Toro through Connectivity by which we can collect sales data. We are also equipped to conduct Electronic Funds Transfer payments. M. Provide the Contract Sales (as defined in Section 10 of the National Intergovernmental Purchasing Alliance Company Administration Agreement) that your company will guarantee each year under the Master Agreement for the initial three years of the Master Agreement ("Guaranteed Contract Sales"). To the extent Supplier guarantees minimum Contract Sales, the administration fee shall be calculated based on the greater of the actual Contract Sales and the Guaranteed Contract Sales. N. Even though it is anticipated that many Public Agencies will be able to utilize the Master Agreement without further formal solicitation, there may be circumstances where Public Agencies will issue their own solicitations. The following options are available when responding to a solicitation for Products covered under the Master Agreement. i. Respond with Master Agreement pricing (Contract Sales reported to National IPA). ii. If competitive conditions require pricing lower than the standard Master Agreement not-to-exceed pricing, Supplier may respond with lower pricing through the Master Agreement. If Supplier is awarded the contract, the sales are reported as Contract Sales to National IPA under the Master Agreement. iii. Respond with pricing higher than Master Agreement only in the unlikely event that the Public Agency refuses to utilize Master Agreement (Contract Sales are not reported to National IPA). iv. If alternative or multiple proposals are permitted, respond with pricing higher than Master Agreement, and include Master Agreement as the alternate or additional proposal. V. Respond to any bid separate from Master Agreement (Contract sales not reported to National IPA). Detail your strategies under these options when responding to a solicitation. Page 272 of 272 Page 967 of 1406 WIL, mesa- City Council Report Date: March 20, 2017 To: City Council Through: Michael Kennington, Chief Financial Officer From: Edward Quedens, MPA, C.P.M., CPPD, Business Services Director Matt Bauer, MBA, CPPD, CPPB, CPSM, Procurement Administrator Subject: Five-Year National Cooperative Contract for Grounds Maintenance Equipment, Parts, Accessories, Supplies, Related Services and Equipment for the Parks, Recreation and Community Facilities (PRCF) Department (Citywide) Purpose and Recommendation Council is requested to approve the Term Contract for Grounds Maintenance Equipment, Parts, Accessories, Supplies, Related Services and Equipment as recommended. A committee representing Parks, Recreation and Community Facilities and Purchasing evaluated responses. The evaluation committee recommends awarding the contract to the highest scored proposal from The Toro Company at $351,325.00 annually, based on estimated requirements. Background / Discussion This contract will provide equipment, accessories, parts, supplies and related services per City requirements. The equipment will be used for Sports Field and Golf Course maintenance, and include some used and balance of line equipment and supplies. Mesa was selected by the National Intergovernmental Purchasing Alliance Company (National IPA) to be the lead agency on this contract. The contract will be available to over 40,000 public agencies nationally, including state and local governmental entities, public and private primary, secondary and higher education entities, non-profit entities, and agencies for the public benefit through National IPA's cooperative purchasing program. National IPA anticipates that the expenditure against this agreement nationally will be approximately $35 million annually 6 Purchasing conducted the initial review of the three proposals received of which all three met the minimum qualifications. Staff from PRCF evaluated the proposals based on the evaluation criteria as stated in the solicitation, and response clarifications were requested from the highest scored vendor. Best and Final Offers were not requested by the evaluation team. The highest scored proposal, The Toro Company, is being recommended for award. The evaluation committee unanimously agreed on the recommendation. Page 968 of 1406 Alternatives Council may choose not to authorize the purchase and new responses will be solicited. Fiscal Impact The annual contract amount is available in the Parks, Recreation and Community Facilities Department operating budget through: Capital — Enterprise (Golf), General Fund (Cemetery), Capital — General Fund (Parks Maintenance), Environmental Compliance Fee (Basin Maintenance). Coordinated With Parks, Recreation and Community Facilities Department, and Purchasing PURCHASING INFORMATION Action: Initial Award Procurement Type: Request for Proposals Solicitation Number: 2017025 Vendors Registered: ProcureAZ (632) and Vendor Self Service (126) Advertising: ProcureAZ and Purchasing Website Downloads: 61 Responses: 3 Local Consideration: Not applicable as there were no Mesa responses Protests Received: None Initial Contract Term: Five years Possible Renewals: Two, one-year renewals subject to future Council consideration Prices: Future price increases are capped by the Producer Price Index Pricing Available to Other Cooperative Agencies: Yes December 14, 2016 Responses Harper Turf Equipment dba Harper Industries, Inc. — Harper, KS Textron, Inc. dba Jacobsen, a Division of Textron — Charlotte, NC The Toro Company dba Toro — Bloomington, MN 2 Page 969 of 1406 Proposal Final Scoring Results Evaluation Criteria / The Toro Textron Inc. Harper Points Possible Company dba Jacobsen Industries, (Recommended) I nc. Firm's Proposed Solution 39.6 31.4 19.6 / 40 Firms Qualifications & 28.2 22 18 Experience / 30 Firm's Pricing 18.56 20 0 (Equipment) / 20 Firm's Pricing (Parts) / 10 8.1 10 0 Total / 100 94.46 83.4 37.6 AWARD RECOMMENDATION The Toro Company dba Toro Bloomington, MN Description Grounds Maintenance Equipment, Parts, Accessories, Supplies, Related Services and Equipment per Agreement No. 2017025; Exhibits — Scope of Work, Pricing, Mesa Standard Terms and Conditions, and National IPA documents; Solicitation including any addenda; and Contractor Response Annual Contract Amount: $351,325.00 3 Page 970 of 1406 sN�� �� �� �� �� �� �� N0� Attachment: Exceptions Taken Scope of Work; 3 General Requirements C. WARRANTY: Offeror shall warrant that all equipment and parts labeled as new and furnished in their bid/offer are newly manufactured and free from defects in material and workmanship for no less than one (1) year from the date the equipment is delivered or installed. Warranty shall also guarantee accepted trade standards of quality, and conformance to promises or specified specifications. No other express or implied warranty shall eliminate the vendor's liability as stated herein. D. MAINTENANCE FACILITIES: The equipment specified in this solicitation is dependent upon the availability of prompt professional service. In order to be considered for award, each potential contractor, or its dealers and/or distributors, is/are required to have existing maintenance facilities with sufficient parts inventory and trained technicians experienced in providing quality service on the equipment specified. Maintenance facilities are subject to inspection by the City to determine adequacy. E. VENDOR PARTS AND SERVICE: The Contractor orit-4sits dealers and/or distributors will maintain a factory authorized parts and service facility for normal and warranty service. The Contractor shall encourage +i;° -�� 1sis dealers and/or distributors to be capable of providing ®parts within twenty- four(24) hours and shall be capable of being on site to respond to service requests within twenty- four(24) hours unless otherwise communicated and accepted by City or rI �t i� .j c ,�c . Scope of Work; 4 Product Requirements C. DEFECTIVE PRODUCT: All defective products shall be replaced and exchanged by the Contractor. The cost of transportation, unpacking, inspection, re-packing, re-shipping or other like expenses shall be paid by the Contractor. All replacement products must be received by®the City within seven (7) days of initial notification-.-U n less otherwise communicated and accepted by the City, r Particip s`nft c nc y® Draft Document; Terms and Conditions; Exhibit 1.3 Delivery. City acknowledges that delivery will be made by contractor's dealers and/or distributors-, which are independent businesses. Deliveries shall be made to the location(s)contained in the Scope of Work within 30 days after receipt of an order. 2. Scope of Work. Except as otherwise specified in this Agreement, Tthe Contractor will provide the necessary staff, services and associated resources to provide the City with the services, materials, and obligations attached to this Agreement as Exhibit A("Scope of Work") Contractor will be responsible for all costs and expenses incurred by Contractor that are incident to the performance of the Scope of Work unless otherwise stated in Exhibit A. Contractor will supply all equipment and instrumentalities necessary to perform the Scope of Work. If set forth in Exhibit A, the City will provide Contractor's personnel with adequate workspace and such other related facilities as may be required by Contractor to carry out the Scope of Work. 5.2 Prices. All pricing shall be firm for the Term and all extensions or renewals of the Term except where otherwise provided in this Agreement, and include all costs of the Contractor providing the materials/service City of Mesa RFP for: Grounds Maintenance, Equipment, Parts,Accessories, Supplies, Related Services and Equipment Solicitation#2017025 Page 971 of 1406 sN�� �� �� �� �� �� �� N0� including transportation, insurance and warranty costs. No fuel surcharges will be accepted unless allowed in this Agreement. The City shall not be invoiced at prices higher than those stated in the Agreement. The Contractor further agrees that any reductions in the price of the materials or services covered by this Agreement will apply to the undelivered balance. The Contractor shall promptly notify the City of such price reductions. No price modifications will be accepted without proper request by the Contractor and response by the City's Purchasing Division. Notwithstanding any of the other provisions in this Agreement, City acknowledges that products and services subject to this agreement, are provided by Contractor's dealers and/or distributors, which are independent businesses and set their own prices. Contractor has no authority to set prices for t. ifs dealers and/or distributors. Contractor agrees to make the terms of this agreement known to applicable dealers and/or distributors and to use reasonable efforts to incent to provide goods and services to City,or ar1h i atir c� Ac er cry subject to the terms of this agreement. Contractors dealers and distributors that agree to utilize this agreement also agree to abide by the pricing and terms and conditions set within. 7. Requirements Contract. Gen+rn„t^r aGkRe IG-4-a6 -4 - +ha A-Feem®n+ is a Fequira„1®„+& st; tL,-Tthe Agreement does not guarantee any purchases will be made (minimum or maximum). Orders will only be placed when the City identifies a need and issues a purchase order or a written notice to proceed. The City reserves the right to cancel purchase to the time any product within the purchase order has been shipped; any such cancellation will be in writing. Should a purchase order or notice to proceed be canceled, The City will not reimburse Contractor for any avoidable costs incurred after receipt of cancellation including, but not limited to, lost profits, shipment of product, or performance of services. Exhibit 1 Draft Contract Exhibit C Mesa Standard Terms and Conditions 2. SUBCONTRACTING. Contractor may not subcontract work under this Agreement without the express written permission of the City. If Contractor has received authorization to subcontract work, it is agreed that all subcontractors performing work under the Agreement must comply with its provisions. Further, all agreements between Contractor and its subcontractors must provide that the terms and conditions of this Agreement be incorporated therein. Notwithstanding the foregoing, City acknowledges that products and services subject to this agreement are provided by Contractor's dealers and/or distributors, which are independent businesses and set their own prices. Contractor has no authority to set prices for t. its dealers and/or distributors and no authority to require them to provide goods or services subject to this Agreement. Contractors dealers and distributors that agree to utilize this agreement also agree to abide y the pricing and terms and conditions set within. 8. TIME OF THE ESSENCE. Time is of the essence to the performance of the parties' obligations under this Agreement. 9. REMEDIES.The remedies set forth in this Agreement are not exclusive. Election of one remedy will not preclude the use of other remedies. In the event of default: a. The non-defaulting party may terminate the Agreement, and the termination will be effective immediately or at such other date as specified by the terminating party. b. The City may purchase the services required under the Agreement from the open market, complete required work itself, or have it completed at the expense of Contractor. If the cost of obtaining substitute services exceeds the contract price, the City may recover the reasonable excess cost by: (i) requiring iff*ne4inat reimbursement to the City within co ercially reasonable amount of time; (ii) deduction from an unpaid balance due to Contractor; (iii) City of Mesa RFP for: Grounds Maintenance, Equipment, Parts,Accessories, Supplies, Related Services and Equipment Solicitation#2017025 Page 972 of 1406 sN�� �� �� �� �� �� �� N0� collection against the proposal and/or performance security, if any; (iv) collection against liquidated damages (if applicable); or (v) a combination of the aforementioned remedies or other remedies as provided by law. Costs includes any and all reasonable;fees, and expenses incurred in obtaining substitute services and expended in obtaining reimbursement, including, but not limited to, reasonable administrative expenses, attorneys' fees, and costs. All transactions fflUst be (10CWT1,ented. c. The non-defaulting party will have all other rights granted under this Agreement and all rights at law or in equity that may be available to it. d. Neither party will be liable for incidental, special, or consequential damages. 22.PAYMENT TO CONTRACTOR UPON TERMINATION.Upon termination of this Agreement, Contractor will be entitled only to payment for those goods and services provided up to the date of termination, and any authorized expenses already incurred up to such date of termination. The City will make final payment within thirty (30) calendar days after the City has both completed its appraisal of the materials and services provided and received Contractor's properly prepared final invoice. 24. INDEMNIFICATION/LIABILITY. a. To the fullest extent permitted by law, Contractor agrees to defend, indemnify, and hold the City, its officers, agents, and employees, harmless from and against any and all liabilities, demands, claims,suits, losses,damages, causes of action,fines orjudgments, including costs, attorneys', witnesses', and expert witnesses' fees, and expenses incident thereto, relating to, arising out of, or resulting from: (i) the services provided by Contractor personnel under this Agreement; (ii) any--negligent acts, errors, mistakes or omissions by Contractor or Contractor personnel; and (iii) Contractor or Contractor personnel's failure to comply with or fulfill the obligations established by this Agreement. 26. THE CITY'S RIGHT TO RECOVER AGAINST THIRD PARTIES.Contractorwill do nothing to prejudice the City's right to recover against third parties for any loss, destruction, or damage to City property, and will at the City's request and expense, furnish to the City reasonable assistance and cooperation, including reasonable assistance in the prosecution or defense of suit and the execution of instruments of assignment in favor of the City in obtaining recovery, 31. FOB DESTINATION FREIGHT PREPAID AND ALLOWED. All deliveries will be FOB destination freight prepaid and allowed for the City of Mesa. All other agencies will be FOB destination and will be freight collect unless otherwise agreed. 32. RISK OF LOSS. Contractor agrees to bear all risks of loss, injury, or destruction of goods or equipment incidental to providing these services and such loss, injury, or destruction will not release Contractor from any obligation hereunder- 37. FORCE MAJEURE. Failure by either party to perform its duties and obligations will be excused by unforeseeable circumstances beyond its reasonable control, including, acts of nature, acts of the public enemy, riots, fire, explosion, legislation, and governmental regulation. The party whose performance is so affected will within five (5) calendar days of the unforeseeable circumstance notify the other party of all pertinent facts and identify the force majeure event. The party whose performance is so affected must also take all reasonable steps, promptly and diligently, to prevent such causes if it is feasible to do so, or to minimize or eliminate the effect thereof. The delivery or performance date will be extended for a period equal to the time lost by reason of delay, plus such additional time as may be reasonably necessary to overcome the effect of the delay, provided however, under no circumstances will delays caused by a force majeure extend beyond one hundred-twenty(120)calendar days from the scheduled delivery or completion date of a task unless agreed upon by the parties. City of Mesa RFP for: Grounds Maintenance, Equipment, Parts,Accessories, Supplies, Related Services and Equipment Solicitation#2017025 Page 973 of 1406 sNNO, National IPA Contract (Attachment D) Exceptions 2.1 Corporate Commitment Supplier commits that (1) the Master Agreement has received all necessary corporate authorizations and support of the Supplier's executive management, (2)the Mast&r Agreement is one of Supplier's "go to market" strategiesy for Public Agencies, (3) the Master Agreement will be promoted to all Public Agencies, including any existing customers, and Supplier will transition existing customers, upon their request,to the Master Agreement,and (4)that the Supplier has read and agrees to the terms and conditions of the Administration Agreement with National IPA and will execute such agreement concurrent with and as a condition of its execution of the Master Agreement with the Principal Procurement Agency. Supplier will identify an executive corporate sponsor and a separate national account manager within the RFP response that will be responsible for the overall management of the Master Agreement. 2.2 Pricing Commitment Supplier commits the not-to-exceed pricing provided under the Master Agreement pricing is its lowest available (net to buyer) to Public Agencies nationwide and further commits that if a Participating Public Agency is eligible for lower pricing through a national, state, regional or local or cooperative contract for purchase of equivalent scope, that the Supplier will match such lower pricing to that Participating Public Agency under the Master Agreement. 2.3 Sales Commitment Supplier commits to aggressively market the Master Agreement as one of its go to market strategiesy in this defined sector and that its sales force will be trained, engaged and committed to offering the Master Agreement to Public Agencies through National IPA nationwide. Supplier commits that all Master Agreement sales will be accurately and timely reported to National IPA in accordance with the National IPA Administration Agreement. Supplier also commits that its sales force will be compensated, including sales incentives, for sales to Public Agencies under the Master Agreement in a consistent or better manner compared to sales to Public Agencies if the Supplier were not awarded the Master Agreement. 2.4 Responsibilities of Independent Dealers and Distributors Notwithstanding any other provision in this Agreement, City acknowledges that products and services subject to this Agreement are provided by Contractor's dealers and/or distributors which are independent businesses and set their own prices. Contractor has no authority to set prices, delivery dates, or other performance terms for its dealers and/or distributors. Contractor agrees to make the terms of this Agreement known to applicable dealers and/or distributors and to use reasonable efforts to encourage them to provide goods and services to City subject to the terms of this Agreement. Contractors dealers and distributors that agree to utilize this agreement also agree to abide by the pricing and terms and conditions set within. 3.3 Marketing and Sales A. Provide a detailed ninety-day plan beginning from award date of the Master Agreement describing the strategy to immediately implement the Master Agreement as one of our company's primary go to market strategy for Public Agencies to your teams nationwide, to include, but not limited to: i. Executive leadership endorsement and sponsorship of the award a one of our pri aN go-to-market strategyies within first 10 days ii. Training and education of your national sales force with participation from the executive leadership of your company, along with the National IPA team within first 90 days N. Even though it is anticipated that many Public Agencies will be able to utilize the Master Agreement without further formal solicitation, there may be circumstances where Public Agencies will issue their own solicitations. The following options are available when responding to a solicitation for Products covered under the Master Agreement. City of Mesa RFP for: Grounds Maintenance, Equipment, Parts,Accessories, Supplies, Related Services and Equipment Solicitation#2017025 Page 974 of 1406 i. Respond with Master Agreement pricing (Contract Sales reported to National IPA). ii. If competitive conditions require pricing lower than the standard Master Agreement not-to-exceed pricing, Supplier may respond with lower pricing through the Master Agreement. If Supplier is awarded the contract,the sales are reported as Contract Sales to National IPA under the Master Agreement. iii. Respond with pricing higher than Master Agreement only in the unlikely event that the Public Agency refuses to utilize Master Agreement (Contract Sales are not reported to National IPA). iv. If alternative or multiple proposals are permitted, respond with pricing higher than Master Agreement, and include Master Agreement as the alternate or additional proposal. WNesr)ond to any bid separate from aster Agreement (Contract sales not reported to National IPA) Detail your strategies under these options when responding to a solicitation. City of Mesa RFP for: Grounds Maintenance, Equipment, Parts,Accessories, Supplies, Related Services and Equipment Solicitation#2017025 Page 975 of 1406 From: Jess Romney To: Evan Karl Subject: FW:Toro exceptions to contract terms update Date: Thursday,February 09,2017 3:17:01 PM Attachments: Toro Exceptions updated 2-8-17.docx imaae002.pna image004.png Evan Please put this email along with the attached file in to EDMS for contract 2017025 Thanks Jess Romney, CPPB Procurement Officer City of Mesa Phone: 480 644-5798 Fax: 480 644-2655 Jess.ro ney-/@ mesaaz.g2v Work hours: Mon.—Thu. 7 a.m. —6 p.m. Closed Fridays .%k - mesa-az From: Peter Whitacre [mailto:Peter.Whitacre@toro.com] Sent:Thursday, February 09, 2017 2:03 PM To:Jess Romney<Jess.Romney@MesaAZ.gov> Cc:Jim Heinze <Jim.Heinze@toro.com>;Jon Stodola <Jon.Stodola@toro.com>; Randy Harris <Randy.Harris@toro.com>; Paula Sliefert<Paula.Sliefert@toro.com>; Matt Bauer <Matt.Bauer@mesaaz.gov>; Al Piper<alan.piper@nationalipa.org> Subject: RE:Toro exceptions to contract terms update Jess, We are in agreement with the changes you have made. I am working with Al to schedule a discussion for next week. Best regards, Peter it ,OSE Sales Manager, State and Local Government The Toro Company 8111 Lyndale Ave South Bloomington, MN 55123 Office: 952-887-7936 Cell: 612-963-0892 Fax: 952-887 8694 Page 976 of 1406 From:Jess Romney [ma ilto:Jess.Romney@MesaAZ.gov] Sent: Wednesday, February 8, 2017 5:20 PM To: Peter Whitacre <Peter.Whitacre@toro.com> Cc:Jim Heinze <Jim.HeinzeCq?toro.com>;Jon Stodola <Jon.Stodolacq?toro.com>; Randy Harris <Randy.Harrisna toro.com>; Paula Sliefert<Paula.Sliefertna toro.com>; Matt Bauer <Matt.Bauer@mesa az.Fov>; Al Piper<alan.piperna nationalipa.org> Subject: RE:Toro exceptions to contract terms update Peter, We had just a few minor changes.Take a look and let me know Thanks Jess Romney, CPPB Procurement Officer City of Mesa Phone: 480 644-5798 Fax: 480 644-2655 Jess.ro ney-/@ mesaaz.g2v Work hours: Mon.—Thu. 7 a.m. —6 p.m. Closed Fridays m e s a�, a z From: Peter Whitacre [mailto:Peter.Whitacrena toro.com] Sent: Monday, February 06, 2017 12:35 PM To:Jess Romney<Jess.Romney@MesaAZ.gov> Cc:Jim Heinze <Jim.HeinzeCq?toro.com>;Jon Stodola <Jon.Stodolacq?toro.com>; Randy Harris <Randy.Harrisna toro.com>; Paula Sliefert<Paula.Sliefertna toro.com> Subject:Toro exceptions to contract terms update Jess, Attached is the updated Exceptions to terms and conditions document that we reviewed last Thursday. Please review and let us know if you are agreeable with the updates. Best regards, Peter E.Whitacre,CSE Sales Manager, State and Local Government The Toro Company 8111 Lyndale Ave South Bloomington, MN 55123 Page 977 of 1406 Office: 952-887-7936 Cell: 612-963-0892 Fax: 952-887 8694 -------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------- This electronic message including any attachments ("Message") may contain information that is privileged, confidential and/or exempt from disclosure under trade secret and other applicable law. If you are not the intended recipient, notify the sender immediately, permanently delete all copies of this Message, and be aware that examination, use, dissemination, duplication or disclosure of this Message is strictly prohibited. Page 978 of 1406 A RESPONSE TO THE CITY OF MESA mm I . RFP-- 2017025 GROUNDS MAINTENANCE EQUIPMENT, PARTS, ACCESSORIES,SUPPLIES, RELATED SERVICES AND EQUIPMENT m(,saCi(vWill Pu[c:hasim' Divisioll IO I asl ill tilt:t:I ,dile'1100 Mesa,AC /ow)W001 r ��a r - _ xl, - iJ� a Jr 4 i� 1 ti 4 t �iL+`t ` r " 7 �t a,. r ids`t r, Page 979 of 1406 City of Mesa Cover.intltl 1 � 12/2/16 10:55 AM TABLE OF CONTENTS TAB 1 TAB 1 —LETTER OF TRANSMITTAL DOCUMENT 1 LETTER OF TRANSMITTAL 1 TAB 2 TAB 2—QUALIFICATIONS.(ABILITIES, EXPERIENCE AND EXPERTISE)DOCUMENT 1 -6 1. STATEMENT OF QUALIFICATIONS 1 1. A. DESCRIPTION OF QUALIFICATIONS 1 1. A. I. HISTORY OF TORO 1 -2 1. A. II. NUMBER AND LOCATION OF SUPPORT CENTERS 2 1. B. RESPONDENTS ABILITY 2 1. C. REFERENCES 3 1. D. RESPONSE TO NATIONAL PROGRAM 3 2. IDENTIFICATION OF RESPONDENTS 4-6 3. ADDITIONAL QUALIFICATIONS 6 ATTACHEMENT D—NATIONAL IPA DOCUMENT 1 -32 DNB RISK MANAGEMENT DOCUMENT 1 -32 TAB 3 TAB 3—PROGRAM DESCRIPTION AND METHOD OF APPROACH DOCUMENT 1 -25 1. DISTRIBUTION NETWORK 1 -2 2. REPORTING 2-3 3. PRODUCT REQUIREMENTS 3-20 4. SERVICE 20-24 5. ORDERING AND INVOICES 25 6. OTHER 25 ATTACHMENT C—SAMPLE EQUIPMENT SPECIFICATIONS 1 -6 TORO EQUIPMENT MAINTENANCE PRODUCTS AND SCHEDULES FOR EQUIPMENT IN ATTACHMENT C 1 TORO DISTRIBUTOR LISTING 1 COPY OF INVOICE 1 SNC CERTIFICATE OF DELIVERY 1 TAB 4 TAB 4—PRICING AND COMPENSATION FORMS DOCUMENT 1 -5 1. PRICE PROPOSAL 1 2. PROPOSED BUSINESS PRICING MODELS 2-3 3. PROPOSED DELIVERY MODEL 3 4. PRICING CHANGES 3-4 5. MOST FAVORABLE PRICING 4 6. ADDITIONAL DISCOUNTS 4 7. ORDERING METHODS 5 8. PAYMENT TERMS 5 City of Mesa RFP for: Grounds Maintenance, Equipment, Parts,Accessories,Supplies, Related Services and Equipment Solicitation#2017025 Page 980 of 1406 TABLE OF CONTENTS TAB 4 CONTINUED... ATTACHMENT A—MESA PRICING AND COMPENSATION ADDENDUM 12/07/16 1 —7 TORO COMMERCIAL PRODUCTS PRICE LIST 1 -47 GOLF IRRIGATION PRICE LIST 1 -93 TORO RESIDENTIAL/COMMERCIAL IRRIGATION PRICE LIST 1 -24 IRRITROL IRRIGATION PRICE LIST 1 -14 RAIN MASTER CENTRAL CONTROL PRICE LIST 1 -6 SENTINEL CENTRAL CONTROL PRODUCTS PRICE LIST 1 -15 TORO LCE(LANDSCAPE CONTRACTOR EQUIPMENT) PRICE LIST 1 -9 TORO SWS(SITEWORKS SYSTEM)PRICE LIST 1 -10 TORO SWS SI(SITEWORKS SYSTEM) PRICE LIST 1 -7 TORO SWS SII(SITEWORKS SYSTEM) PRICE LIST 1 -6 TORO SWS SIII(SITEWORKS SYSTEM)PRICE LIST 1 -2 BOSS PRICE LIST 1 -3 TAB 5 TAB 5—OTHER FORMS DOCUMENT 1 ATTACHMENT B—REQUIRED RESPONSE FORMS 1 -5 EXCEPTIONS TAKEN DOCUMENT 1 -5 W9 FORM 1 City of Mesa RFP for: Grounds Maintenance, Equipment, Parts,Accessories,Supplies, Related Services and Equipment Solicitation#2017025 Page 981 of 1406 TAB 1 - Letter of Transmittal. A brief letter of transmittal should be submitted that includes the following information: 1. The Respondent's understanding of the work to be performed. 2. A positive commitment to perform the service within the time period specified. 3. The names of key persons, representatives, project managers who will be the main contacts for the City regarding this Solicitation. See the attached `Letter of Transmittal'document. City of Mesa RFP for: Grounds Maintenance, Equipment, Parts,Accessories,Supplies, Related Services and Equipment Solicitation#2017025 Page 982 of 1406 The Toro Company 8111 Lyndale Avenue South,Bloomington,Minnesota 55420-1196 Phone 952/888-880 www.toro.com Fax 952/887-8258 Jess Romney, CPPB December 9, 2016 Procurement Officer Mesa City Plaza 20 E. Main St, Room 4450 North Mesa, AZ 85211-1466 Dear Mr. Romney, It is our understanding that the City of Mesa, Arizona is soliciting a response for Grounds Maintenance Equipment, Parts, Accessories, Supplies, Related Services and Equipment for the City of Mesa as well as other government agencies through a piggybacking process. National IPA is the cooperative organization that will allow for this contract to be utilized by other agencies and therefore we will also be contracting with National IPA as part of this agreement. For the past nine years, The Toro Company has been the sole contract holder for Grounds Maintenance Equipment for National IPA through the City of Tucson as the Principal Procurement Agency. Through a competitive process The Toro Company was awarded the contract in 2007 and again in 2012. In conjunction with our National IPA partners, we have provided training to our national distributor/dealer networks to understand cooperative purchasing and the benefits that this contract holds. Through our sales and marketing efforts we have grown this contract into a vehicle that thousands of agencies across the country rely on for purchasing their Grounds Maintenance Equipment. The primary contacts for this contract will be Pete Whitacre and Jon Stodola for Toro representing sales,Paula Sliefert and David Yakes representing Toro marketing. On a local basis, Shelly Spencer will be representing Simpson Norton management, Fred Balzarini represents outside sales, and Mike Swichtenberg represents service. This response includes participation from Toro's Commercial, Landscape Contractor, Site Works Systems, Golf Irrigation and Residential Commercial Irrigation and BOSS divisions. We are confident we represent the most complete offering for your ground maintenance equipment needs, not only for the City of Mesa, but also for other public agencies nation-wide. We look forward to supporting and growing this contract with you and other National IPA participating agencies. Thank you for your consideration of The Toro Company as your Grounds Maintenance Equipment provider. Best regards, Brad Hamilton Vice President Commercial Division The Toro Company Page 983 of 1406 TAB 2 - Qualifications. (Abilities, Experience and Expertise) The following information should be included: 1. A statement of Respondent's qualifications, abilities, experience and expertise in providing the requested goods and services. The National IPA contract has been one of Toro's primary go to market strategies for selling products and services to government agencies. We have been educating our distributors, dealers and customers regarding this contract for nine years. We regularly meet with National IPA's management team to discuss successes and plan strategies to grow this business. Toro's executives are also very involved with the strategies associated with this contract. a. A description of what qualifies Respondent, financial and otherwise, to provide the City with these services/materials for the required period of time, including information demonstrating Respondent has the appropriate staffing, necessary resources, and a history of demonstrated competence. Include: i. A brief history and description of your company. About The Toro Company The Toro Company (NYSE: TTC) is a leading worldwide provider of innovative solutions for the outdoor environment including turf, snow and ground engaging equipment, and irrigation and outdoor lighting solutions. With sales of$2.4 billion in fiscal 2015, Toro's global presence extends to more than 90 countries. Through constant innovation and caring relationships built on trust and integrity, Toro and its family of brands have built a legacy of excellence by helping customers care for golf courses, landscapes, sports fields, public green spaces, commercial and residential properties and agricultural fields. For more information, visit www.toro.com. The Toro Company is proud of its legacy of quality and innovation. Founded in 1914 to build tractor engines for The Bull Tractor Company, the company survived the tumultuous years of World War 1 by building steam steering engines for merchant ships to support the war effort. In 1920, Toro entered the turf industry when it mounted five reel mowers to the front of a Toro tractor to cut the fairways at The Minikanda Club in Minneapolis. We take pride in our responsibility to employees, customers, shareholders and the environment. Since 1914, we have cultivated our reputation around trusted relationships and constant innovation to help anticipate the future needs of our customers. At the same time, we are building on a tradition of excellence around a number of strong brands to help customers care for golf courses, sports fields, public green spaces, commercial and residential properties, and agricultural fields. Over the years, we have strengthened our position as a leading worldwide provider of turf and landscape maintenance equipment, and precision irrigation solutions due in large part to a strong network of distributors, dealers and retailers in nearly 80 countries around the world. City of Mesa RFP for: Grounds Maintenance, Equipment, Parts,Accessories,Supplies, Related Services and Equipment Solicitation#2017025 Page 984 of 1406 The Toro Company's Commercial Division employs 14 Regional and District Sales Managers that call directly on customers and Distributors. These resources are located in Minnesota, Indiana, Connecticut, Virginia, Florida and California. Most customer activity for the Commercial Division products will be with our distributors sales force of approximately 200 sales representatives. The resources are located in every state except Alaska. ii.Number and location of support centers (if applicable). All of Toro's Commercial products are shipped from our warehouse in Tomah, Wisconsin to distribution. Distributors' facilities range in size depending on the services offered at the facility such as sales, service,parts etc. Toro's Commercial Channel of distributors have over 100 offices nationally ranging in size from 10,000 square feet to 150,000 square feet. b. An assessment of the Respondent's ability to meet and satisfy the needs of the City,taking into consideration the requested services, additional services and expertise offered that exceed the requirements of the Solicitation, and the Respondent's inability to meet any of the requirements of the specifications. The Toro Company and our distributor/dealer channel have been marketing and selling the National IPA contract for nine years. When we first started this contract in 2007, most of our distributors were not aware of what cooperative purchasing was. In the early months of the contract we developed an aggressive training program with our channel partners and the National IPA sales and marketing team. One by one they learned what the contract was, the benefits to them and the benefits to their customers. The going was slow at first, but now the term `cooperative contract'is part of their everyday lexicon. All of our distributors are actively selling our equipment through this contract. Our training continues, and over the years we have enlisted the help of local NIGP chapters leaders to teach our distributors how to sell to government agencies. Through Paula Sliefert and Pete Whitacre's involvement in the NIGP's Business Council we had a recent panel discussion at our national sales meeting that included past NIGP Presidents and current members of NIGP's Governing Board, which allowed our distributor teams to ask questions and learn from practitioners on how they perceive cooperative purchasing, and the value of understanding the entire organization's needs. We know that selling to government agencies requires a knowledge of process at each location and we have instilled that in our channel partners. Within the golf industry, Toro is the market share leader by a wide margin. This is due primarily to our dedicated focus and support, and the strength and dedication of our channel partners. Toro also offers the wideset array of products to serve the municipal market. Our response includes participation from Toro's Commercial, Landscape Contractor (LCE), Site Works Systems (SWS), Golf Irrigation and Residential Commercial Irrigation and BOSS divisions. We are confident we represent the most complete offering for your ground maintenance equipment needs, not only for the City of Mesa, but also for other public agencies nationally. City of Mesa RFP for: Grounds Maintenance, Equipment, Parts,Accessories,Supplies, Related Services and Equipment Solicitation#2017025 Page 985 of 1406 c. References—A minimum of three (3)references, preferably from other public entities within the State of Arizona, for whom you have provided similar services. Include the name of the entity, contact person's names, phone numbers, e-mail addresses, mailing addresses,type of service provided, and dates the services were provided. City of Peoria Charlie Johnson, PW-UT Management Analyst Public Works Management Analyst 8850 N. 79th Ave. City of Peoria,AZ 85345 623-764-4641 Cell 1623-773-7495 Desk 1623-773-7496 Fax Charles.Johnsonppeoriaaz,qov Combined Sales 11/01/16— 11/21/16$1,111,122 Toro Commercial Equipment City of Tucson Frank Barajas 900 S. Randolph Way Tucson,AZ 85716 520-631-3629 Cell 1520-791-4872 x 213 1520-791-4008 Fax Fbaraia 1 P_ci.tucson.az.us Combined Sales 11/01/16 — 11/21/16 $618,300 Toro Commercial Equipment and Golf Irrigation products City of Tempe Michael Greene, Procurement Administrator 20 East 6th Street Tempe,AZ 85280 480-350-8516 office 1480-858-7701 fax Michael greeneptempe.gov Combined Sales 11/01/16— 11/21/16$1,317,589 Toro Commercial Equipment City of Goodyear Charles Schneider, Fleet Superintendent Municipal Services/Public works 4971 S. 157th Ave. Goodyear,AZ 85338 623-208-0112 Cell 1623-882-7195 Office Charles.Schneiderp_goodyearaz,gov Combined Sales 11/01/16— 11/21/16$612,612 Toro Commercial Equipment d. Provide a response to the national program. Include a detailed response to Attachment D, Exhibit A, National IPA response for National Cooperative contract. Responses should highlight experience, demonstrate a strong national presence, describe how Respondent will educate its national sales force about the contract, describe how products and services will be distributed Nationwide, include a plan for marketing the products and services Nationwide, and describe how volume will be tracked and reported to National IPA. The successful offeror will be required to sign Attachment D, Exhibit B, National IPA Administration Agreement. Offerors should have any reviews required to sign the document prior to submitting a response. Offeror's response should include any proposal exceptions to the National IPA Administration Agreement. See attachment D. City of Mesa RFP for: Grounds Maintenance, Equipment, Parts,Accessories,Supplies, Related Services and Equipment Solicitation#2017025 Page 986 of 1406 2. Identification of senior and technical staff of Respondent to be assigned to the City. Staff named in the Response may not be substituted without permission of the City. Include in the Response resumes and relevant experience. Toro Staff Pete Whitacre, Regional Business Manager, has been with The Toro Company for 11 years. Pete has been the primary manager of the current City of Tucson/National IPA contract for the past nine years. He holds a Certified Sales Executive (CSE) designation from Sales &Marketing Executives International. He has 25 years of experience selling to the government market and understands the buying and selling process that is specific to government. Pete holds a Government Contractor Certificate (GCC) through the National Institute for Government Purchasing (NIGP) showing his commitment to this market. He also sits on the NIGP National Business Council as an advisor to the NIGP Board. Paula Sliefert joined The Toro Company in 2007 and currently serves as senior marketing manager in the company's Commercial Business. In her role, she has responsibility for supporting a number of Toro's key industry relationships — in addition to helping develop and implement strategies targeted at growing the Sports Fields & Grounds market segments, which represents professional and collegiate sports, educational institutions, and government including federal, state and local entities. Paula is a graduate of Simpson College with a bachelor's degree in German and International Business and holds a master's degree in German from Bowling Green State University. She studied and worked abroad in both Germany and Austria, having completed a work abroad program with Mercedes Benz, as well as having attended the University of Salzburg, Austria. Professional Affiliations National Institute of Governmental Purchasing (NIGP): Member& Past Elected Business Council Chairperson Green Industry Expo (GIE)— (NALP&PGMS): Elected Show Board of Directors Member Sports Turf Managers Association (STMA): Member/International Committee Commercial Advisory Board:Invited Member Safer Athletic Fields for Everyone Foundation (SAFE):Elected Board of Directors Member Professional Grounds Management Society(PGMS): Elected Board of Directors Member National Recreation &Park Association (NRPA):Member& Sponsor of Directors School City Parks Alliance (CPA):Member/2017 Greater& Greener Conference Planning Committee Synthetic Turf Council(STC): Member Snow& Ice Management Association (SIMA):Member American Public Works Association (APWA):Member Leadership in Educational Facilities (APPA): Member City of Mesa RFP for: Grounds Maintenance, Equipment, Parts,Accessories,Supplies, Related Services and Equipment Solicitation#2017025 Page 987 of 1406 Jon Stodola, CSE - State and Local Government Sales manager, has been with the Toro Company for 1 year and works directly with our distribution team on education and positioning of the City of Tucson/National IPA contract. He is a member of the APWA, SIMA and APPA. He spent the previous 4 years with Office Depot where he served as a Government&Education Manager— North Central Plains, assisting representatives of K-12, Higher education, State and Local Government in the design and implementation of customized procurement programs that addressed their financial goals and community objectives. He holds a Certified Sales Executive (CSE) designation from Sales & Marketing Executives International which places a high value on ethical sales practices. David Yakes, Marketing Manager for Sports Fields & Grounds for the Commercial Division, has been with the Toro company for 3 years. David has over 17 years of marketing experience in a variety of business-to-business and business-to-consumer roles, including SuperValu Inc, a grocery wholesaler and retailer, and Campbell Mithun, advertising agency. David also has experience working with the State of Minnesota, Office of the Governor, in a constituent and state agency role. Marketing experience includes product and service positioning and promotion, customer and sales channel engagement, customer research and market analysis, and strategy development and execution. Simpson Norton Staff Shelly Spencer, CSE- Sports Fields & Grounds Manager and a Member of SIMA. Over 34 years in the industry with the last 14 years focused on Contracts and the municipal customer. Shelly will be the main contact person for this contract. She is the inside sales person. Her responsibilities include: Contract maintenance. (10091o) Equipment recommendations and quotes. (5091o) Processes all purchase orders. (100%) Fred Balzarini, SCPS - Outside Sales Manager with more than 24 years in the industry and the last 11 years with Simpson Norton focusing on Commercial/Government sales. Fred will provide customers with equipment recommendations, quotes and training on new equipment. (1009/0) In-house techs: Randy Waymire- 14 years in the industry and nearly 1 year with Simpson Norton. Nick Nielsen- 18 years in the industry and the last 7 years with Simpson Norton. Jeff Lucas- 10 years in the industry and with Simpson Norton. Personnel Joe Goodwin, CSE— Vice-President Sales for Simpson Norton. 29 years in the industry with the last 21 years at Simpson Norton. Joe oversees the entire sales team for all divisions of business. Joe can provide equipment recommendations and quotes if needed. (5091o) Mike Swichtenberg, CSM Certified Service Manager through the National Association of Service Managers (NASM). The Toro Company requires 100% of all distributor service managers to be CSM Certified. Mike is our Director of Service at Simpson Norton Corporation. He has been in the industry for 26 years and the last 14 years with Simpson Norton. Mike coordinates supplemental group training and manages our entire service department. City of Mesa RFP for: Grounds Maintenance, Equipment, Parts,Accessories,Supplies, Related Services and Equipment Solicitation#2017025 Page 988 of 1406 Lisa Lofquist, Technical Service Manager-EETC Certified- Toro System Certified Lisa has been in the industry for 22 years and the last 12 years with Simpson Norton. Lisa is the main contact for technical service issues. She oversees the administration of the shop. In-field techs: Randy Waymire- 14 years in the industry and nearly 1 year with Simpson Norton. Nick Nielsen- 18 years in the industry and the last 7 years with Simpson Norton. Jake Pennington -21 years in the industry and the last 10 years with Simpson Norton. Jeff Lucas- 10 years in the industry and with Simpson Norton. Each of our 4 in-field techs and 3 in-house techs are Toro factory certified through EETC (Equipment Engine Training Council). Each is certified in: 4 Stroke Gasoline Engines, Compact Diesel Engines, Electrical Systems and Hydraulic and Drivelines. After completion of EETC they continue specialized training through The Toro Company. Our shop foreman, Curt Close, is not only EETC, but holds The Toro Company's SMST(Senior Master Service Technician)certification. Curt has been with Simpson Norton and the industry for 40 years. Local training is provided to the customer at time of delivery by the salesman and a service technician assigned to that particular customer. Training is one-on-one or group training. Operator manuals, repair manuals and CD/DVD's etc. are provided at time of delivery and are reviewed with the customer for each piece of equipment. As per item 5 in Scope of Work we acknowledge and accept these training requirements. 3. Please submit any additional qualification information that you feel is applicable to your qualifications and experience. For the past nine year we have been marketing, advertising and selling the City of Tucson/National IPA agreement. Attached is an example of some marketing efforts we have jointly developed. Toro and our distribution channel have great relationships with National IPA. We are actively engaged with their national sales team to make joint sales calls and have strategic plans in place, which we are currently implementing, to grow this contract. They know our products and they know our people. We know each other's strengths. We have monthly calls with the 4 Group Vice Presidents to track our progress on our strategy. Our Executives have relationships and they are involved with the process. Over the nine years we have develop a very strong partnership to drive growth. City of Mesa RFP for: Grounds Maintenance, Equipment, Parts,Accessories,Supplies, Related Services and Equipment • Solicitation#2017025 Page 989 of 1406 Attachment D t NATIONALIPA Requirements for National Cooperative Contract To be Administered by National Intergovernmental Purchasing Alliance Company The following documents are used in evaluating and administering national cooperative contracts and are included for Supplier's review and response. National IPA Exhibit A—NATIONAL IPA RESPONSE FOR NATIONAL COOPERATIVE CONTRACT National IPA Exhibit B — NATIONAL IPA ADMINISTRATION AGREEMENT, EXAMPLE National IPA Exhibit C —NATIONAL IPA MASTER INTERGOVERNMENTAL COOPERATIVE PURCHASING AGREEMENT, EXAMPLE National IPA Exhibit D—NATIONAL IPA PRINCIPAL PROCUREMENT AGENCY CERTIFICATE, EXAMPLE National IPA Exhibit E— NATIONAL IPA CONTRACT SALES REPORTING TEMPLATE National IPA Exhibit F — NATIONAL IPA ADVERTISING COMPLIANCE REQUIREMENT Page 990 of 1406 NATIONAL INTERGOVERNMENTAL PURCHASING ALLIANCE COMPANY EXHIBITS EXHIBIT A-RESPONSE FOR NATIONAL COOPERATIVE CONTRACT 1.0 Scope of National Cooperative Contract 1.1 Requirement The City of Mesa, AZ (hereinafter defined and referred to as "Principal Procurement Agency"), on behalf of itself and the National Intergovernmental Purchasing Alliance Company ("National IPA"), is requesting proposals for Grounds Maintenance Equipment, Parts, Accessories, Supplies, Related Services and Related Equipment.. The intent of this Request for Proposal is that any contract between Principal Procurement Agency and Supplier resulting from this Request for Proposal (hereinafter defined and referred to as the "Master Agreement") be made available to other public agencies nationally, including state and local governmental entities, public and private primary, secondary and higher education entities, non-profit entities, and agencies for the public benefit ("Public Agencies"), through National IPA's cooperative purchasing program. The Principal Procurement Agency has executed a Principal Procurement Agency Certificate with National IPA (an example of which is included as Exhibit D) and has agreed to pursue the Master Agreement. Use of the Master Agreement by any Public Agency is preceded by their registration with National IPA as a Participating Public Agency in National IPA's cooperative purchasing program. Registration with National IPA as a Participating Public Agency is accomplished by Public Agencies entering into a Master Intergovernmental Cooperative Purchasing Agreement, an example of which is attached as Exhibit C. The terms and pricing established in the resulting Master Agreement between the Supplier and the Principal Procurement Agency will be the same as that available to Participating Public Agencies through National IPA. All transactions,purchase orders, invoices,payments etc., will occur directly between the Supplier and each Participating Public Agency individually, and neither National IPA, any Principal Procurement Agency nor any Participating Public Agency, including their respective agents, directors, employees or representatives, shall be liable to Supplier for any acts, liabilities, damages, etc., incurred by any other Participating Public Agency. This Exhibit A defines the expectations for qualifying Suppliers based on National IPA's requirements to market the resulting Master Agreement nationally to Public Agencies. Each section in this Exhibit A refers to the capabilities, requirements, obligations, and prohibitions of competing Suppliers on a national level in order to serve Participating Public Agencies through National IPA. These requirements are incorporated into and are considered an integral part of this RFP. National IPA reserves the right to determine whether or not to make the Master Agreement awarded by the Principal Procurement Agency available to Participating Public Agencies. Requirements for National Cooperative Contract Page 2 of 32 Page 991 of 1406 1.2 Marketing, Sales and Administrative Support During the term of the Master Agreement National IPA intends to provide marketing, sales and administrative support for Supplier pursuant to this section 1.2 that directly promotes the Supplier's products and services to Participating Public Agencies through multiple channels, each designed to promote specific products and services to Public Agencies on a national basis. The National IPA marketing team will work in conjunction with Supplier to promote the Master Agreement to both existing Participating Public Agencies and prospective Public Agencies through: A. Marketing collateral (print, electronic, email,presentations) B. Website development and support C. Trade shows/conferences/meetings D. Advertising E. Social Media F. Sales Team Support The National IPA sales teams will work in conjunction with Supplier to promote the Master Agreement to both existing Participating Public Agencies and prospective Public Agencies through: A. Individual sales calls B. Joint sales calls C. Communications/customer service D. Training sessions for Public Agency teams E. Training sessions for Supplier teams The National IPA contracting teams will work in conjunction with Supplier to promote the Master Agreement to both existing Participating Public Agencies prospective Public Agencies through: A. Serving as the subject matter expert for questions regarding joint powers authority and state statutes and regulations for cooperative purchasing B. Training sessions for Public Agency teams C. Training sessions for Supplier teams D. Regular business reviews to monitor program success E. General contract administration Suppliers are required to pay an administrative fee of 2% of the greater of the Contract Sales under the Master Agreement and Guaranteed Contract Sales under this Request for Proposal. Supplier will be required to execute the National IPA Administration Agreement(refer to Exhibit B). Capitalized terms not otherwise defined herein shall have the meanings given to them in the Master Agreement or in the National Intergovernmental Purchasing Alliance Company Administration Agreement between Supplier and National IPA (the "National IPA Administration Agreement") 1.3 Estimated Volume Requirements for National Cooperative Contract Page 3 of 32 Page 992 of 1406 The dollar volume purchased under the Master Agreement is estimated to be approximately $35 annually. While no minimum volume is guaranteed to Supplier, the estimated annual volume is projected based on the current annual volumes among the Principal Procurement Agency, other Participating Public Agencies that are anticipated to utilize the resulting Master Agreement to be made available to them through National IPA, and volume growth into other Public Agencies through a coordinated marketing approach between Supplier and National IPA. 1.4 Award Basis The basis of any contract award resulting from this RFP made by Principal Procurement Agency will be the basis of award on a national level through National IPA. If multiple suppliers are awarded by Principal Procurement Agency under the Master Agreement, those same suppliers will be required to extend the Master Agreement to Participating Public Agencies through National IPA. Utilization of the Master Agreement by Participating Public Agencies will be at the discretion of the individual Participating Public Agency. Certain terms of the Master Agreement specifically applicable to the Principal Procurement Agency are subject to modification for each Participating Public Agency as Supplier, such Participating Public Agency and National IPA shall agree. Participating Agencies may request to enter into a separate supplemental agreement to further define the level of service requirements over and above the minimum defined in the Master Agreement (i.e. invoice requirements, order requirements, specialized delivery, diversity requirements such as minority and woman owned businesses, historically underutilized business, governing law, etc.). Any supplemental agreement developed as a result of the Master Agreement is exclusively between the Participating Agency and the Supplier (Contract Sales are reported to National IPA). 1.5 Objectives of Cooperative Program This RFP is intended to achieve the following objectives regarding availability through National IPA's cooperative program: A. Provide a comprehensive competitively solicited and awarded national agreement offering the Products covered by this solicitation to Participating Public Agencies; B. Establish the Master Agreement as the Supplier's primary go to market strategy to Public Agencies nationwide; C. Achieve cost savings for Supplier and Public Agencies through a single solicitation process that will reduce the Supplier's need to respond to multiple solicitations and Public Agencies need to conduct their own solicitation process; D. Combine the aggregate purchasing volumes of Participating Public Agencies to achieve cost effective pricing. 2.0 REPRESENTATIONS AND COVENANTS As a condition to Supplier entering into the Master Agreement, which would be available to all Public Agencies, Supplier must make certain representations, warranties and covenants to both the Principal Procurement Agency and National Requirements for National Cooperative Contract Page 4 of 32 Page 993 of 1406 IPA designed to ensure the success of the Master Agreement for all Participating Public Agencies as well as the Supplier. 2.1 Corporate Commitment Supplier commits that (1) the Master Agreement has received all necessary corporate authorizations and support of the Supplier's executive management, (2)the Master Agreement is Supplier's primary "go to market" strategy for Public Agencies, (3) the Master Agreement will be promoted to all Public Agencies, including any existing customers, and Supplier will transition existing customers, upon their request, to the Master Agreement, and (4) that the Supplier has read and agrees to the terms and conditions of the Administration Agreement with National IPA and will execute such agreement concurrent with and as a condition of its execution of the Master Agreement with the Principal Procurement Agency. Supplier will identify an executive corporate sponsor and a separate national account manager within the RFP response that will be responsible for the overall management of the Master Agreement. 2.2 Pricing Commitment Supplier commits the not-to-exceed pricing provided under the Master Agreement pricing is its lowest available (net to buyer) to Public Agencies nationwide and further commits that if a Participating Public Agency is eligible for lower pricing through a national, state, regional or local or cooperative contract, that the Supplier will match such lower pricing to that Participating Public Agency under the Master Agreement. 2.3 Sales Commitment Supplier commits to aggressively market the Master Agreement as its go to market strategy in this defined sector and that its sales force will be trained, engaged and committed to offering the Master Agreement to Public Agencies through National IPA nationwide. Supplier commits that all Master Agreement sales will be accurately and timely reported to National IPA in accordance with the National IPA Administration Agreement. Supplier also commits that its sales force will be compensated, including sales incentives, for sales to Public Agencies under the Master Agreement in a consistent or better manner compared to sales to Public Agencies if the Supplier were not awarded the Master Agreement. 3.0 SUPPLIER QUALIFICATIONS Supplier must supply the following information in order for the Principal Procurement Agency to determine Supplier's qualifications to extend the resulting Master Agreement to Participating Public Agencies through National IPA. 3.1 Company A. Brief history and description of your company. The Toro Company (NYSE: TTC) is a leading worldwide provider of innovative solutions for the outdoor environment including turf, snow and ground engaging equipment, and irrigation and outdoor lighting Requirements for National Cooperative Contract Page 5 of 32 Page 994 of 1406 solutions. With sales of$2.4 billion in fiscal 2016, Toro's global presence extends to more than 90 countries. Through constant innovation and caring relationships built on trust and integrity, Toro and its family of brands have built a legacy of excellence by helping customers care for golf courses, landscapes, sports fields, public green spaces, commercial and residential properties and agricultural fields. For more information, visit www.toro.com. The Toro Company is proud of its legacy ofquality and innovation. Founded in 1914 to build tractor engines for The Bull Tractor Company, the company survived the tumultuous years of World War I by building steam steering engines for merchant ships to support the war effort. In 1920, Toro entered the turf industry when it mounted five reel mowers to the front of a Toro tractor to cut the fairways at The Minikanda Club in Minneapolis. We take pride in our responsibility to employees, customers, shareholders and the environment. Since 1914, we have cultivated our reputation around trusted relationships and constant innovation to help anticipate the future needs of our customers. At the same time, we are building on a tradition of excellence around a number ofstrong brands to help customers care for golf courses, sports fields, public green spaces, commercial and residential properties, and agricultural fields. Over the years, we have strengthened our position as a leading worldwide provider of turf and landscape maintenance equipment, and precision irrigation solutions due in large part to a strong network of distributors, dealers and retailers in nearly 90 countries around the world. B. Total number and location of sales persons employed by your company. The Toro Company's Commercial Division employs 14 Regional and District Sales Managers that call directly on customers and Distributors. These resources are located in Minnesota, Indiana, Connecticut, Virginia, Florida and California. Most customer activity for the Commercial Division products will be with our distributors salesforce of approximately 200 sales representatives. The resources are located in every state except Alaska. C. Number and location of support centers (if applicable). All of Toro's Commercial products are shipped from our warehouse in Tomah, Wisconsin to distribution. Distributors' facilities range in size depending on the services offered at the facility such as sales, service,parts etc. Toro's Commercial Channel of distributors have over 100 offices nationally ranging in size from 10,000 square feet to 150,000 square feet. D. Annual sales for the three previous fiscal years. Requirements for National Cooperative Contract Page 6 of 32 Page 995 of 1406 E. Submit your FEIN and Dunn & Bradstreet report. See attached W-9 form and Dunn and Bradstreet report. 3.2 Distribution, Logistics A. Describe how your company proposes to distribute the products/service nationwide. Toro has 22 distributors nationwide that handle product fulfillment to customers. These are in the form of distributors that work primarily with our Commercial Division equipment (golf and grounds) with exclusive territories, and hundreds of dealers that sell our Landscape Contractor, Irrigation, Siteworks System, and BOSS products. Most of the distributors cover several states and have multiple offices. For instance; Simpson Norton Corporation, that services the City of Mesa, has offices in Goodyear, AZ; North Las Vegas, NV; and Albuquerque, NM. Toro Commercial products are manufactured in Tomah, Wisconsin and aggregated at our distribution center, also located in Tomah,for shipment to distribution. All of our distributors keep an inventory of products in local stock and can expect new shipments from Tomah within 6 - 30 days. The distributors then conduct any set-up and checkout of the products prior to shipment. Each distributor has exclusive and protected territory to sell Toro Commercial products to end users. Please refer to the Toro Distributor Listing attached for a listing of distributors and contacts. B. Identify all other companies that will be involved in processing, handling or shipping the products/service to the end user. Our distributors and dealers handle the sales, order processing,fulfillment, billing, and all service work associated with Toro products. See Toro Distributor Listing attached for a list of Commercial equipment distributors and contacts. C. Provide the number, size and location of your company's distribution facilities, warehouses and retail network as applicable. All of Toro's Commercial products are shipped from our warehouse in Tomah, Wisconsin to distribution. Distributors' facilities range in size depending on the services offered at the facility such as sales, service,parts etc. Toro has over 100 offices nationally ranging in size from 10,000 square feet to 150,000 square feet. D. State any return and restocking policy and fees, if applicable, associated with returns. Requirements for National Cooperative Contract Page 7 of 32 Page 996 of 1406 Parts Restocking Policy: 15% restocking fee on parts. New, unused, uninstalled electrical items are eligible for return and subject to the 15% restock fee. Used or installed electrical items cannot be returned. Parts are to be returned to Simpson Norton at customer's expense within 90 days of purchase. E. Describe the full line of products and services offered by your company. Toro has the broadest product line for all your Grounds Maintenance Equipment needs. We offer the highest quality products for golf courses, parks, sports fields and general grounds maintenance. This includes, many types ofreel and rotary mowers, aerators, sprayers, bunker rakes, debris, and utility vehicles. We offer walk behind, stand-on, and ride-on, large area, and zero turn equipment. Our Site Works Systems group offers small skid steers, trenching equipment, underground directional drilling equipment. We have both golf irrigation and residential commercial irrigation. Our BOSS group offers snowplows and spreaders. 3.3 Marketing and Sales A. Provide a detailed ninety-day plan beginning from award date of the Master Agreement describing the strategy to immediately implement the Master Agreement as your company's primary go to market strategy for Public Agencies to your teams nationwide, to include, but not limited to: i. Executive leadership endorsement and sponsorship of the award as the public sector go-to-market strategy within first 10 days The Toro Company will release a Distributor Operating Bulletin (DOB) to its channel partners, endorsed by the executive sponsor Brad Hamilton, Vice President, Commercial. A press release will also be distributed to the marketplace as well as the various associations with which Toro is affiliated(e.g. GCSAA, STMA, NRPA, NIGP, etc.) This Press Release will be posted in the on-line Toro website media room and communicated via social media channels Additionally Toro University hosts monthly webcasts and other training events where the contract has and will continue to be discussed. ii. Training and education of your national sales force with participation from the executive leadership of your company, along with the National IPA team within first 90 days Since November 2007, we have been training and implementing this contract with our distributor and dealer partners. If we are awarded the City ofMesa contract, we will continue to employ many different techniques to provide training. Initially, we will train the Toro sales and marketing team responsible for this implementation. We will provide Power Point presentations to our distributors that are co- Requirements for National Cooperative Contract Page 8 of 32 Page 997 of 1406 authored by Toro and the National IPA. We will implement individual conference calls by distributor to review the contract, discuss the benefits to the customer and the distributor and answer questions. The Toro sales and marketing team will make sales calls with our channel partners and National IPA teams to our end users to discuss this contract and sign up new users. Our marketing department will create specific documents that provide our distributors and customers with an overview of the contract and the benefits to them. These marketing pieces will be made available to all of our distributors and will be used at local and national trade shows. As part of the ongoing training process, Toro representatives will drive participation in local and regional trade shows and conferences with our distributors where we model the selling of this contact to customers. We will continue to train our salesforce and engaging the resources we need to assure success of this contract. B. Provide a detailed ninety-day plan beginning from award date of the Master Agreement describing the strategy to market the Master Agreement to current Participating Public Agencies, existing Pubic Agency customers of Supplier, as well as to prospective Public Agencies nationwide immediately upon award, to include, but not limited to: i. Creation and distribution of a co-branded press release to trade publications A Press Release will be developed and released to the marketplace & industry associations Social Media- Toro FaceBook Page posting and Linkedln posting as well as a Twitter communication email Blast National IPA list email Blast NIGP list email Blast incorporated into Grounds for Success eNewsletter (Onvia list to 18K) ii. Announcement, contract details and contact information published on the Supplier company website within first 90 days This will be done through our Distributor Operating Bulletins. iii. Design, publication and distribution of co-branded marketing materials within first 90 days • National IPA logo would remain as apart of the National Ads in Government Sector publications • Print collateral pieces would be updated and released Requirements for National Cooperative Contract Page 9 of 32 Page 998 of 1406 • A Webinar will be conducted with Distributor partners as a part of the Sports Fields & Grounds (SFG) market training • Distributors will be hosting SFG open house events where the Contract will be a section of the presentations • Training Toro University both in person and on-line will take place iv. Commitment to attendance and participation with National IPA at national (i.e. NIGP Annual Forum, NPI Conference, etc.), regional(i.e.Regional NIGP Chapter Meetings,etc.)and supplier- specific trade shows, conferences and meetings throughout the term of the Master Agreement Toro plans to participate in various industry trade shows including NIGP & various local Chapter events (CAPPO, FAPPO, etc) as well as NAEP, etc. V. Commitment to attend, exhibit and participate at the NIGP Annual Forum in an area reserved by National IPA for partner suppliers. Booth space will be purchased and staffed by your company. In addition, you commit to provide reasonable assistance to the overall promotion and marketing efforts for the NIGP Annual Forum, as directed by National IPA. We have participated in this manner for the last nine years and will continue to do so. We also participate on a local level with many NIGP chapter events and National IPA summit conferences. Finally, Toro plans to attend the NAEP conference as well. vi. Design and publication of national and regional advertising in trade publications throughout the term of the Master Agreement We advertise both on-line and in print on an ongoing basis through many government trade publications and where appropriate they have the National IPA logo on them identifying the contract. vii. Ongoing marketing and promotion of the Master Agreement throughout its term (case studies, collateral pieces, presentations, promotions, etc.) Through our relationship with the NIGP we have provided case studies and developed White Papers with regards to cooperative purchasing on a national and local level. We also leverage government data using Onvia and Smart Procure systems. viii. Dedicated National IPA internet web-based homepage on Supplier website with: • National IPA standard logo; Requirements for National Cooperative Contract Page 10 of 32 Page 999 of 1406 • Copy of original Request for Proposal; • Copy of contract and amendments between Principal Procurement Agency and Supplier; • Summary of Products and pricing; • Marketing Materials • Electronic link to National IPA's website including the online registration page; • A dedicated toll free number and email address for National IPA • Torogov.com website would be updated to reflect new contract C. Describe how your company will transition any existing Public Agency customers' accounts to the Master Agreement available nationally through National IPA. Include a list of current cooperative contracts (regional and national)your company holds and describe how the Master Agreement will be positioned among the other cooperative agreements. Toro has acted in good faith to the National IPA in developing and growing the current Grounds Equipment contract. We have proven ourselves over the last nine years to add value to our customers. Our current contract has always been positioned as a tool for our customers to use to make procurement easier, reduce procurement costs, leverage pricing and reduce cycle time. In those states that currently do not have or have a limited state contract, we will position the City of Mesa/National IPA contract as a primary vehicle to local forms ofgovernment. In states that have a state contract, we will review the benefits of the City of Mesa/National IPA contract and let the customers make the value judgment. The growth of our current contract over the past nine years is proof of the value we add to our end users. D. Acknowledge that your company agrees to provide its company/corporate logo(s)to National IPA and agrees to provide permission for reproduction of such logo in marketing communications and promotions. Acknowledge that use of National IPA logo will require permission for reproduction, as well. We have provided and will continue to provide use of the Toro logo to the National IPA as long as each use of the logo is approved by Toro prior to publication and complies with our brand standards. E. Supplier is responsible for proactive direct sales of Supplier's goods and services to Public Agencies nationwide and the timely follow up to leads established by National IPA. All sales materials are to use the National IPA logo. At a minimum, the Supplier's sales initiatives should communicate: Requirements for National Cooperative Contract Page 11 of 32 Page 1000 of 1406 i. Master Agreement was competitively solicited and publicly awarded by a Principal Procurement Agency ii. Best government pricing iii. No cost to participate iv. Non-exclusive contract Toro acknowledges this requirement and will comply. F. Supplier is responsible for the training of its national sales force on the Master Agreement. At a minimum, sales training should include: i. Key features of Master Agreement ii. Working knowledge of the solicitation process iii. Awareness of the range of Public Agencies that can utilize the Master Agreement through National IPA iv. Knowledge of benefits of the use of cooperative contracts Toro and our distributors have a very comprehensive knowledge of the features, process and awareness of our current contract and through our training will have with the City ofMesa contract as well. This knowledge has been represented by the growth in sales across our distribution channel. Any changes to the contract,process or target customer will be communicated to our distributors and individual training arranged for those distributors that require it. F. Provide contact information for the person(s), who will be responsible for: L Marketing Paula Sliefert Sr. Marketing Manager 952-887-7107 Paula.,lie ert(a�,toro.com ii. Sales Pete Whitacre District Sales Manager 952-887-7936 Peter.WhitacreL),,toro.com iii. Sales Support Joan Olson Administrative Assistant 952-887-8838 Joan.Olsonk),,toro.com iv. Financial Reporting Anthony Sacco Programs Administrator Requirements for National Cooperative Contract Page 12 of 32 Page 1001 of 1406 952-887-7255 Anthon .Sacco ),toro.com V. Contracts Jon Stodola Government Sales Manager 952-887-7937 Jon.Stodolak),,toro.com H. Describe in detail how your company's national sales force is structured, including contact information for the highest-level executive in charge of the sales team. The Toro Company Rick Olson President& CEO Brad Hamilton Vice President, Commercial Division Brad reports to Rick Olson. Reporting to Brad are our directors of sales, marketing, technical operations, customer care and controller for Commercial Division. Brad can be reached at 952-887-8815 or brad.hamiltongtoro.com Jim Heinze Director, Commercial Sales Jim reports to Brad and leads a team of Regional and District Sales Managers that have responsibility for growing sales in the United States and Canada. They are also responsible for goal setting with distributors, understanding distributor training and development needs, and implementing programs and contracts such as this. Jim can be reached at 952-887-8892 or jim.heinzea.toro.com Distribution Most of our distributors are privately owned companies that are the connection from Toro to end use customer. The sales managers that report to the owners of these companies will manager a team of representatives responsible for selling and marketing Toro products. Every area of the United States has a representative assigned for sales coverage from one of our distributors. We have included a listing of these distributors and a contact list with this proposal. L Explain in detail how the sales teams will work with the National IPA team to implement, grow and service the national program. We will continue to proactively train our sales organization and target accounts that would benefit from this contract. This includes the development of sales literature updated with the new contract information and use of the National IPA logo on targeted pieces. We are always looking for ways to Requirements for National Cooperative Contract Page 13 of 32 Page 1002 of 1406 engage the National IPA organization in our sales meetings. We look at National IPA as an extension of our sales team. We want to make sure they understand how we sell to end users so they can better position The Toro Company when making sales calls. J. Explain in detail how your organization will manage the overall national program throughout the term of the Master Agreement,including ongoing coordination of marketing and sales efforts, timely new Participating Public Agency account set-up, etc. We communicate through our organization and our channel the best- demonstrated practices, success stories and updates to this contract. We overcome hurdles by demonstrating how other distributors are growing their business through the use of the contract and the use of the National IPA resources. This coordination and communication is part of what Jim Heinze's sales team is responsible for. As key contacts for the contract, Pete Whitacre and Paula Sliefert will interface with the City ofMesa and National IPA for regular contract review meetings and strategy meetings as we have been doing for over nine years. Through this ongoing communication as changes happen at Toro, such as acquiring a new company, we can make changes to the contract and how it is marketed. Realizing the need for consistent pricing across our distributors, Toro has created a National IPA pricing Program within our national quote system (iQuote). This assures that the correct pricing is applied to the quote, the equipment is ` it-up' correctly and pricing can be verified by our Programs Administration department. We have a process in place that will require our distributors to assign the National IPA agency number to their sales on this contract. This requires them to determine if the customer has already signed up as a participating agency or having them sign up prior to purchasing our products. This process requires time and support by our distributors but we have now built these processes into our daily routine. K. State the amount of your company's Public Agency sales for the previous fiscal year. Provide a list of your top 10 Public Agency customers, the total purchases for each for the previous fiscal year along with a key contact for each. As we are a publicly traded Company, this detailed information is considered confidential. However below is a representation of The Toro Company revenue for fiscal year 2016 by market and geographic location. Finally, we will commit to developing a list of customers to target for growth on this contract. Requirements for National Cooperative Contract Page 14 of 32 Page 1003 of 1406 L. Describe your company's information systems capabilities and limitations regarding order management through receipt of payment, including description of multiple platforms that may be used for any of these functions. We use SAP as our mainframe through which our sales reporting function is housed. Our distributors electronically communicate all transactions to Toro through Connectivity by which we can collect sales data. We are also equipped to conduct Electronic Funds Transfer payments. M. Provide the Contract Sales (as defined in Section 10 of the National Intergovernmental Purchasing Alliance Company Administration Agreement)that your company will guarantee each year under the Master Agreement for the initial three years of the Master Agreement("Guaranteed Contract Sales"). To the extent Supplier guarantees minimum Contract Sales, the administration fee shall be calculated based on the greater of the actual Contract Sales and the Guaranteed Contract Sales. N. Even though it is anticipated that many Public Agencies will be able to utilize the Master Agreement without further formal solicitation,there may be circumstances where Public Agencies will issue their own solicitations. The following options are available when responding to a solicitation for Products covered under the Master Agreement. i. Respond with Master Agreement pricing (Contract Sales reported to National IPA). ii. If competitive conditions require pricing lower than the standard Master Agreement not-to-exceed pricing, Supplier may respond with lower pricing through the Master Agreement. If Supplier is awarded the contract, the sales are reported as Contract Sales to National IPA under the Master Agreement. iii. Respond with pricing higher than Master Agreement only in the unlikely event that the Public Agency refuses to utilize Master Agreement(Contract Sales are not reported to National IPA). iv. If alternative or multiple proposals are permitted, respond with pricing higher than Master Agreement, and include Master Agreement as the alternate or additional proposal. Detail your strategies under these options when responding to a solicitation. See attachment `Exceptions Taken' for detail. Requirements for National Cooperative Contract Page 16 of 32 Page 1004 of 1406 NATIONAL INTERGOVERNMENTAL PURCHASING ALLIANCE COMPANY EXHIBITS EXHIBIT B-NATIONAL IPA ADMINISTRATION AGREEMENT,EXAMPLE NATIONAL INTERGOVERNMENTAL PURCHASING ALLIANCE COMPANY ADMINISTRATION AGREEMENT This ADMINISTRATION AGREEMENT(the"Agreement")is made this day of 20 between National Intergovernmental Purchasing Alliance Company ("National IPA"), and (herein "Supplier"). RECITALS WHEREAS, the (herein "Principal Procurement Agency") has entered into a Master Agreement effective , Agreement No , by and between the Principal Procurement Agency and Supplier, (as may be amended from time to time in accordance with the terms thereof, the "Master Agreement"), as attached hereto as Exhibit'A and incorporated herein by reference as though fully set forth herein, for the purchase of (herein "Product"); WHEREAS, said Master Agreement provides that any`or;all public agencies, including state and local governmental entities,public and private primary, secondary and higher education entities, non-profit entities, and agencies for the public benefit ("Public Agencies"), that register (either via registration on the National IPA website or execution of a Master Intergovernmental Cooperative Purchasing Agreement, attached hereto as Exhibit B)(hereinafter referred to as a"Participating Public Agency")may purchase Product at prices stated in the Master Agreement; WHEREAS, Participating Public Agencies may access the Master Agreement which is offered through National IPA to Public Agencies; WHEREAS, National IPA serves as the contract administrator of the Master Agreement on behalf of Principal Procurement Agency; WHEREAS, Principal Procurement Agency desires National IPA to proceed with administration of the Master Agreement; and WHEREAS,National IPA and Supplier desire to enter into this Agreement to make available the Master Agreement to Participating Public Agencies and to set forth certain terms and conditions governing the relationship between National IPA and Supplier. NOW,THEREFORE, in consideration of the payments to be made hereunder and the mutual covenants contained in this Agreement, National IPA and Supplier hereby agree as follows: DEFINITIONS 1. Capitalized terms used in this Agreement and not otherwise defined herein shall have the meanings given to them in the Master Agreement. Requirements for National Cooperative Contract Page 17 of 32 Page 1005 of 1406 NATIONAL INTERGOVERNMENTAL PURCHASING ALLIANCE COMPANY EXHIBITS EXHIBIT B-NATIONAL IPA ADMINISTRATION AGREEMENT,EXAMPLE TERMS AND CONDITIONS 2. The Master Agreement and the terms and conditions contained therein shall apply to this Agreement except as expressly changed or modified by this Agreement. Supplier acknowledges and agrees that the covenants and agreements of Supplier set forth in the solicitation and Supplier's response thereto resulting in the Master Agreement are incorporated herein and are an integral part hereof. 3. National IPA shall be afforded all of the rights, privileges and indemnifications afforded to Principal Procurement Agency by or from Supplier under the Master Agreement,and such rights, privileges and indemnifications shall accrue and apply with equal effect to National IPA, its agents, employees, directors, and representatives under this Agreement including, but not limited to, the Supplier's obligation to provide appropriate insurance. 4. National IPA shall perform all of its duties,responsibilities and obligations as contract administrator of the Master Agreement on behalf of Principal Procurement Agency as set forth herein, and Supplier hereby acknowledges and agrees that all duties, responsibilities and obligations will be undertaken by National IPA solely in its capacity as the contract administrator under the Master Agreement. 5. With respect to any purchases by Principal Procurement Agency or any Participating Public Agency pursuant to the Master Agreement,National IPA: (i)shall not be construed as a dealer, re-marketer, representative, partner or agent of any type of the Supplier, Principal Procurement Agency or any Participating Public Agency; (ii) shall not be obligated, liable or responsible for any order for Product made by Principal Procurement Agency or any Participating Public Agency or any employee thereof under the Master Agreement or for any payment required to be made with respect to such order for Product; and (iii) shall not be obligated, liable or responsible for any failure by Principal Procurement Agency or any Participating Public Agency to comply with procedures or requirements of applicable law or the Master Agreement or to obtain the due authorization and approval necessary to purchase under the Master Agreement. National IPA makes no representation or guaranty with respect to any minimum purchases by Principal Procurement Agency or any Participating Public Agency or any employee thereof under this Agreement or the Master Agreement. TERM OF AGREEMENT 6. This Agreement shall be in effect so long as the Master Agreement remains in effect, provided, however, that the provisions of paragraphs 3, 4 and 5 hereof and the indemnifications afforded by the Supplier to National IPA herein and in the Master Agreement, to the extent such provision survive the term of the Master Agreement, shall survive the term of this Agreement. NATIONAL PROMOTION 7. National IPA and Supplier shall publicize and promote the availability of the Master Agreement's products and services to Public Agencies and such agencies' employees. Supplier's failure to maintain its covenants and commitments contained in this Agreement or any action of the Supplier which gives rise to a right by Principal Procurement Agency to terminate the Master Agreement shall constitute a material breach of this Agreement and if not cured within thirty (30) Requirements for National Cooperative Contract Page 18 of 32 Page 1006 of 1406 NATIONAL INTERGOVERNMENTAL PURCHASING ALLIANCE COMPANY EXHIBITS EXHIBIT B-NATIONAL IPA ADMINISTRATION AGREEMENT,EXAMPLE days of written notice to Supplier shall be deemed a cause for termination of this Agreement at National IPA's sole discretion. Notwithstanding anything contained herein to the contrary, this Agreement shall terminate on the date of the termination or expiration of the Master Agreement. 8. Supplier shall require each Public Agency to register its participation in the National IPA program by either registering on the National IPA website, www.nationalipa.org, or executing a Master Intergovernmental Cooperative Purchasing Agreement prior to processing the Participating Public Agency's first sales order. 9. Upon request, Supplier shall make available to interested Public Agencies a copy of the Master Agreement and such price lists or quotes as may be necessary for such Public Agencies to evaluate potential purchases. In addition, Supplier shall provide such marketing and administrative support as set forth in the solicitation resulting in the Master Agreement, including assisting in development of marketing materials as reasonably requested by Principal Procurement Agency and National IPA. Supplier and National IPA shall provide each respective party with its logo ("Logo") and the standard terms of use for its general use in marketing the Master Agreement. Both parties shall obtain written approval from the other party prior to use of such party's Logo. Notwithstanding, the parties understand and agree that except as provided herein neither party shall have any right,title or interest in the other party's Logo. Upon termination of this Agreement, each party shall immediately cease use of the other party's Logo. MONTHLY REPORTING& FEES 10. Supplier shall pay National IPA an administrative fee in the amount of % of the total purchase amount paid to Supplier, less refunds, credits on returns, rebates and discounts, for the sale of products and/or services to Principal Procurement Agency and Participating Public Agencies pursuant to the Master Agreement(asp amended from time to time and including any renewal thereof) ("Contract Sales"). Supplier shall,provide'National IPA with an electronic accounting report, in Microsoft Excel, in the format prescribed by National IPA, on a monthly basis summarizing all Contract Sales for the applicable month. A sample of the Contract Sales reporting format is provided as Exhibit C, attached hereto and incorporated herein by reference. 11. Reports of Contract Sales for Principal Procurement Agency and Participating Public Agencies in each calendar month shall be provided by Supplier to National IPA by the l oth day of the following month. Such reports shall be accompanied by an administrative fee payment in the amount indicated on the report as being due. Administrative fee payments are to be paid by the Supplier to National IPA via Automated Clearing House (ACH) to the National IPA designated financial institution identified in Exhibit D. Failure to provide a monthly report or payment of the administrative fees within the time and manner specified herein shall constitute a material breach of this Agreement and if not cured within thirty (30) days of written notice to Supplier shall be deemed a cause for termination of the Master Agreement, at Principal Procurement Agency's sole discretion, and/or this Agreement, at National IPA's sole discretion. All administrative fees not paid when due shall bear interest at a rate equal to the lesser of 1 1/2%per month or the maximum rate permitted by law until paid in full. 12. Supplier shall maintain an accounting of all purchases made by Participating Public Agencies under the Master Agreement. National IPA, or its designee, in National IPA's sole Requirements for National Cooperative Contract Page 19 of 32 Page 1007 of 1406 NATIONAL INTERGOVERNMENTAL PURCHASING ALLIANCE COMPANY EXHIBITS EXHIBIT B-NATIONAL IPA ADMINISTRATION AGREEMENT,EXAMPLE discretion, reserves the right to compare Participating Public Agency records with monthly reports submitted by Supplier for a period of four(4)years from the date National IPA receives such monthly report. National IPA may engage a third party to conduct an independent audit of Supplier's monthly reports. In the event of such an audit, Supplier shall provide all materials reasonably requested relating to such audit by National IPA at the location designated by National IPA. In the event an underreporting of Contract Sales and a resulting underpayment of administrative fees is revealed, National IPA will notify the Supplier in writing. Supplier will have thirty (30) days from the date of such notice to resolve the discrepancy to National IPA's reasonable satisfaction, including payment of any administrative fees due and owing, together with interest thereon in .accordance with Section 11, and reimbursement of National IPA's costs and expenses related to such audit. GENERAL PROVISIONS 13. This Agreement, the Master Agreement and the exhibits referenced herein supersede any and all other agreements, either oral or in writing, between the parties hereto with respect to the subject matter hereto and no other agreement, statement, or promise relating to the subject matter of this Agreement which is not contained or incorporated herein shad be valid or binding. In the event of any conflict between the provisions of this Agreement and the Master;Agreement, as between National IPA and Supplier, the provisions of this Agreement shall prevail. 14. If any action at law or in equity is brought to enforce or interpret the provisions of this Agreement or to recover any administrative fee and accrued interest, the prevailing party shall be entitled to reasonable attorney's fees and costs in addition to any other relief to which it may be entitled. 15. This Agreement and National IPA's rights and obligations hereunder may be assigned at National IPA's sole discretion,to an existing or newly established legal entity that has the authority and capacity to perform National IPA's obligations hereunder. Supplier may not assign its obligations hereunder without the prior written consent of National IPA. 16. All written communications given hereunder shall be delivered by first-class mail, postage prepaid, or overnight delivery on receipt to the addresses as set forth below. A. National Intergovernmental Purchasing Alliance Company National IPA Attn: President 2555 Meridian Blvd Suite 300 Franklin, TN 37067 B. Supplier 17. If any provision of this Agreement shall be deemed to be, or shall in fact be, illegal, inoperative or unenforceable, the same shall not affect any other provision or provisions herein contained or render the same invalid, inoperative or unenforceable to any extent whatever, and this Requirements for National Cooperative Contract Page 20 of 32 Page 1008 of 1406 NATIONAL INTERGOVERNMENTAL PURCHASING ALLIANCE COMPANY EXHIBITS EXHIBIT B-NATIONAL IPA ADMINISTRATION AGREEMENT,EXAMPLE Agreement will be construed by limiting or invalidating such provision to the minimum extent necessary to make such provision valid, legal and enforceable. 18. This Agreement may not be amended, changed, modified, or altered without the prior written consent of the parties hereto, and no provision of this Agreement may be discharged or waived, except by a writing signed by the parties. A waiver of any particular provision will not be deemed a waiver of any other provision, nor will a waiver given on one occasion be deemed to apply to any other occasion. 19. This Agreement shall inure to the benefit of and shall be binding upon National IPA, the Supplier and any respective successor and assign thereto; subject, however, to the limitations contained herein. 20. This Agreement will be construed under and governed by the laws of the state of Delaware, excluding its conflicts of law provisions. Authorized Signature, Supplier NATIONAL INTERGOVERNMENTAL PURCHASING ALLIANCE COMPANY Signature Signature Ward H.Brown Name Name Chief Operating Officer Title Title Date Date Requirements for National Cooperative Contract Page 21 of 32 Page 1009 of 1406 NATIONAL INTERGOVERNMENTAL PURCHASING ALLIANCE COMPANY EXHIBITS EXHIBIT C-NATIONAL IPA MASTER INTERGOVERNMENTAL COOPERATIVE PURCHASING AGREEMENT,EXAMPLE MASTER INTERGOVERNMENTAL COOPERATIVE PURCHASING AGREEMENT This Master Intergovernmental Cooperative Purchasing Agreement (the "Agreement") is entered into by and between those certain government agencies that execute a Principal Procurement Agency Certificate ("Principal Procurement Agencies") with National Intergovernmental Purchasing Alliance Company ("National IPA") to be appended and made a part hereof and such other public agencies ("Participating Public Agencies") who register to participate in the cooperative purchasing programs administered by National IPA and its affiliates and subsidiaries (collectively the"National IPA Parties")by either registering on a National IPA Party website(such as www.nationalipa.org), or by executing a copy of this Agreement. RECITALS WHEREAS, after a competitive solicitation and selection process by Principal Procurement Agencies, a number of suppliers have entered into "Master Agreements" (herein so called) to provide a variety of goods, products and services ("Products") to the applicable Principal Procurement Agency and the Participating Public Agencies; WHEREAS, Master Agreements are made available by Principal Procurement Agencies through the National IPA Parties and provide that Participating Public Agencies may purchase Products on the same terms, conditions and pricing as the Principal'Procurement Agency, subject to any applicable federal and/or local purchasing ordinances and the laws of the State of purchase; WHEREAS, in addition to Master Agreements, the National IPA Parties may from time to time offer Participating Public Agencies the opportunity to acquire Products through other group purchasing agreements; NOW, THEREFORE, in consideration of the mutual promises contained in this Agreement, and of the mutual benefits to result, the parties agree as follows: I. That each party will facilitate the cooperative procurement of Products. 2. That the procurement of Products by Participating Public Agencies subject to this Agreement shall be conducted in accordance with and subject to the relevant federal, state and local statutes, ordinances, rules and regulations that govern Participating Public Agency's procurement practices. 3. That the cooperative use of Master Agreements and other group purchasing agreements shall be in accordance with the terms and conditions of such agreements, except as modification of those terms and conditions is otherwise allowed or required by applicable federal, state or local law. 4. That the Principal Procurement Agencies will make available,upon reasonable request and subject to convenience, Master Agreement information which may assist in improving the procurement of Products by the Participating Public Agencies. Requirements for National Cooperative Contract Page 22 of 32 Page 1010 of 1406 NATIONAL INTERGOVERNMENTAL PURCHASING ALLIANCE COMPANY EXHIBITS EXHIBIT C-NATIONAL IPA MASTER INTERGOVERNMENTAL COPERATIVE PURCHASING AGREEMENT,EXAMPLE 5. That the Participating Public Agencies (each a "Procuring Party") that procure Products through any Master Agreement or GPO Product supply agreement (each a "GPO Contract")will make timely payments to the distributor,manufacturer or other vendor (collectively, "Supplier") for Products received in accordance with the terms and conditions of the Master Agreement or GPO Contract, as applicable. Payment for Products and inspections and acceptance of Products ordered by the Procuring Parry shall be the exclusive obligation of such Procuring Party. Disputes between Procuring Parry and any Supplier shall be resolved in accordance with the law and venue rules of the State of purchase unless otherwise agreed to by the Procuring Parry and Supplier. 6. The Procuring Parry shall not use this Agreement as,a method for obtaining additional concessions or reduced prices for similar products or services. 7. The Procuring Party shall be responsible for the ordering of Products under this Agreement. A non-procuring parry shall not be liable in any fashion for any violation by a Procuring Parry, and the Procuring Party,shall hold non-procuring party harmless from any liability that may arise from action or inaction of the Procuring Parry. Without limiting the generality of the foregoing, the National IPA Parties make no representations or warranties regarding any Product, Master Agreement or GPO Contract, and shall have no liability for any act or omission by a Supplier or other parry under a Master Agreement or GPO Contract. 8. This Agreement shall remain in effect until termination by a parry giving 30 days written notice to the other parry. The provisions of paragraphs 6, 7 and 8 hereof shall survive any such termination. 9.This Agreement shall take effect upon (i) execution of the Principal Procurement Agency Certificate or (ii) the registration on a National IPA Parry website or the execution of this Agreement by a Participating Public Agency, as applicable. Requirements for National Cooperative Contract Page 23 of 32 Page 1011 of 1406 NATIONAL INTERGOVERNMENTAL PURCHASING ALLIANCE COMPANY EXHIBITS EXHIBIT D-NATIONAL IPA PRINCIPAL PROCUREMENT AGENCY CERTIFICATE,EXAMPLE PRINCIPAL PROCUREMENT AGENCY CERTIFICATE In its capacity as Principal Procurement Agency for National IPA, NAME OF PPA agrees to pursue Master Agreements for Products as specified in the attached exhibits to this Principal Procurement Agency Certificate. I hereby acknowledge, in my capacity as of and on behalf of NAME OF PPA ("Principal Procurement Agency"),that I have read and hereby agree to the general terms and conditions set forth in the attached Master Intergovernmental Cooperative Purchasing Agreement regulating the use of the Master Agreements and purchase of Products that from time to time are made available by Principal Procurement Agencies to Participating Public Agencies nationwide through National Intergovernmental Purchasing Alliance Company ("National IPA") pursuant to the terms of the Administrative Agreement by and between National IPA and the applicable supplier. I understand that the purchase of one or more Products under the provisions of the Master Intergovernmental Cooperative Purchasing Agreement is at the sole and complete discretion of the Participating Public Agency. Authorized Signature, Principal Procurement Agency Signature Name Title Date Requirements for National Cooperative Contract Page 24 of 32 Page 1012 of 1406 NATIONAL INTERGOVERNMENTAL PURCHASING ALLIANCE COMPANY EXHIBITS EXHIBIT E—NATIONAL IPA CONTRACT SALES REPORTING TEMPLATE NATIONAL INTERGOVERNMENTAL PURCHASING ALLIANCE COMPANY EXHIBITS EXHIBIT C-NATIONAL IPA CONTRACT SALES REPORTING TEMPLATE (to be submittedelectronically in Microsoft Excel format) National IPA Contract Sales Monthly Report Supplier Name: Contract Sales Report Month: Contract ID: Participating Agency# Transaction (Assigned Contract Admin Participating Agency Name Address City State Zip Code by National Date Sales for Admin IPA and (Date) Fee Month($) Fee /o Fee$ provided to Sale) Supplier) Report Totals Cumulative Contract Sales Requirements for National Cooperative Contract Page 25 of 32 Page 1013 of 1406 NATIONAL INTERGOVERNMENTAL PURCHASING ALLIANCE COMPANY EXHIBITS EXHIBIT F-NATIONAL IPA ADVERTISING COMPLIANCE REQUIREMENT Pursuant to certain state notice provisions,including but not limited to Oregon Revised Statutes Chapter 279A.220,the following public agencies and political subdivisions of the referenced public agencies are eligible to register with National IPA and access the Master Agreement contract award made pursuant to this solicitation,and are hereby given notice of the foregoing request for proposals for purposes of complying with the procedural requirements of said statutes: Nationwide: State of Alabama* State of Hawaii State of Massachusetts State of New Mexico State of South Dakota State of Alaska State of Idaho State of Michigan State of New York State of Tennessee State of Arizona State of Illinois State of Minnesota State of North Carolina State of Texas State of Arkansas State of Indiana State of Mississippi State of North Dakota State of Utah State of California State of Iowa State of Missouri State of Ohio State of Vermont State of Colorado State of Kansas State of Montana State of Oklahoma* State of Virginia State of Connecticut State of Kentucky State of Nebraska State of Oregon State of Washington State of Delaware State of Louisiana State of Nevada State of Pennsylvania State of West Virginia State of Florida State of Maine State of New Hampshire State of Rhode Island State of Wisconsin State of Georgia State of Maryland State of New Jersey State of South Carolina State of Wyoming District of Columbia Lists of political subdivisions and local governments in the above referenced states/districts may be found at http://www.usa.gov/Agencies/State and Territories.shtmlandhttps://www.usa.gov/local-goveniments. *Some public agencies and political subdivisions of these states may be restricted by state statutes that limit competition among cooperative purchasing organizations by only allowing use of purchasing cooperatives sponsored by certain National Associations. Certain Public Agencies and Political Subdivisions: CITIES,TOWNS,VILLAGES AND BOROUGHS CITY OF INDEPENDENCE,OR INCLUDING BUT NOT LIMITED TO: CITY AND COUNTY OF HONOLULU,HI BAKER CITY GOLF COURSE,OR CITY OF KENNER,LA CITY OF ADAIR VILLAGE,OR CITY OF LA GRANDE,OR CITY OF ASHLAND,OR CITY OF LAFAYETTE,LA CITY OF AUMSVILLE,OR CITY OF LAKE CHARLES,OR CITY OF AURORA,OR CITY OF LEBANON,OR CITY OF BAKER,OR CITY OF MCMINNVILLE,OR CITY OF BATON ROUGE,LA CITY OF MEDFORD,OR CITY OF BEAVERTON,OR CITY OF METAIRIE,LA CITY OF BEND,OR CITY OF MILL CITY,OR CITY OF BOARDMAN,OR CITY OF MILWAUKIE,OR CITY OF BONANAZA,OR CITY OF MONROE,LA CITY OF BOSSIER CITY,LA CITY OF MOSIER,OR CITY OF BROOKINGS,OR CITY OF NEW ORLEANS,LA CITY OF BURNS,OR CITY OF NORTH PLAINS,OR CITY OF CANBY,OR CITY OF OREGON CITY,OR CITY OF CANYONVILLE,OR CITY OF PILOT ROCK,OR CITY OF CLATSKANIE,OR CITY OF PORTLAND,OR CITY OF COBURG,OR CITY OF POWERS,OR CITY OF CONDON,OR CITY OF PRINEVILLE,OR CITY OF COQUILLE,OR CITY OF REDMOND,OR CITY OF CORVALLI,OR CITY OF REEDSPORT,OR CITY OF CORVALLIS PARKS AND RECREATION CITY OF RIDDLE,OR DEPARTMENT,OR CITY OF ROGUE RIVER,OR CITY OF COTTAGE GROVE,OR CITY OF ROSEBURG,OR CITY OF DONALD,OR CITY OF SALEM,OR CITY OF EUGENE,OR CITY OF SANDY,OR CITY OF FOREST GROVE,OR CITY OF SCAPPOOSE,OR CITY OF GOLD HILL,OR CITY OF SHADY COVE,OR CITY OF GRANTS PASS,OR CITY OF SHERWOOD,OR CITY OF GRESHAM,OR CITY OF SHREVEPORT,LA CITY OF HILLSBORO,OR CITY OF SILVERTON,OR Requirements for National Cooperative Contract Page 26 of 32 Page 1014 of 1406 CITY OF SPRINGFIELD,OR ELMO,UT CITY OF ST.HELENS,OR ELSINORE,UT CITY OF ST.PAUL,OR ELWOOD,UT CITY OF SULPHUR,LA EMERY,UT CITY OF TIGARD,OR ENOCH,UT CITY OF TROUTDALE,OR ENTERPRISE,UT CITY OF TUALATIN,OR EPHRAIM,UT CITY OF WALKER,LA ESCALANTE,UT CITY OF WARRENTON,OR EUREKA,UT CITY OF WEST LINN,OR FAIRFIELD,UT CITY OF WILSONVILLE,OR FAIRVIEW,UT CITY OF WINSTON,OR FARMINGTON,UT CITY OF WOODBURN,OR FARR WEST,UT LEAGUE OF OREGON CITES FAYETTE,UT THE CITY OF HAPPY VALLEY OREGON FERRON,UT ALPINE,UT FIELDING,UT ALTA,UT FILLMORE,UT ALTAMONT,UT FOUNTAIN GREEN,UT ALTON,UT FRANCIS,UT AMALGA,UT FRUIT HEIGHTS,UT AMERICAN FORK CITY,UT GARDEN CITY,UT ANNABELLA,UT GARLAND,UT ANTIMONY,UT GENOLA,UT APPLE VALLEY,UT GLENDALE,UT AURORA,UT GLENWOOD,UT BALLARD,UT GOSHEN,UT BEAR RIVER CITY,UT GRANTSVILLE,UT BEAVER,UT GREEN RIVER,UT BICKNELL,UT GUNNISON,UT BIG WATER,UT HANKSVILLE,UT BLANDING,UT HARRISVILLE,UT BLUFFDALE,UT HATCH,UT BOULDER,UT HEBER CITY CORPORATION,UT CITY OF BOUNTIFUL,UT HELPER,UT BRIAN HEAD,UT HENEFER,UT BRIGHAM CITY CORPORATION,UT HENRIEVILLE,UT BRYCE CANYON CITY,UT HERRIMAN,UT CANNONVILLE,UT HIDEOUT,UT CASTLE DALE,UT HIGHLAND,UT CASTLE VALLEY,UT HILDALE,UT CITY OF CEDAR CITY,UT HINCKLEY,UT CEDAR FORT,UT HOLDEN,UT CITY OF CEDAR HILLS,UT HOLLADAY,UT CENTERFIELD,UT HONEYVILLE,UT CENTERVILLE CITY CORPORATION,UT HOOPER,UT CENTRAL VALLEY,UT HOWELL,UT CHARLESTON,UT HUNTINGTON,UT CIRCLEVILLE,UT HUNTSVILLE,UT CLARKSTON,UT CITY OF HURRICANE,UT CLAWSON,UT HYDE PARK,UT CLEARFIELD,UT HYRUM,UT CLEVELAND,UT INDEPENDENCE,UT CLINTON CITY CORPORATION,UT IVINS,UT COALVILLE,UT JOSEPH,UT CORINNE,UT JUNCTION,UT CORNISH,UT KAMAS,UT COTTONWOOD HEIGHTS,UT KANAB,UT DANIEL,UT KANARRAVILLE,UT DELTA,UT KANOSH,UT DEWEYVILLE,UT KAYSVILLE,UT DRAPER CITY,UT KINGSTON,UT DUCHESNE,UT KOOSHAREM,UT EAGLE MOUNTAIN,UT LAKETOWN,UT EAST CARBON,UT LA VERKIN,UT ELK RIDGE,UT LAYTON,UT Requirements for National Cooperative Contract Page 27 of 32 Page 1015 of 1406 LEAMINGTON,UT RICHFIELD,UT LEEDS,UT RICHMOND,UT LEHI CITY CORPORATION,UT RIVERDALE,UT LEVAN,UT RIVER HEIGHTS,UT LEWISTON,UT RIVERTON CITY,UT LINDON,UT ROCKVILLE,UT LOA,UT ROCKY RIDGE,UT LOGAN CITY,UT ROOSEVELT CITY CORPORATION,UT LYMAN,UT ROY,UT LYNNDYL,UT RUSH VALLEY,UT MANILA,UT CITY OF ST.GEORGE,UT MANTI,UT SALEM,UT MANTUA,UT SALINA,UT MAPLETON,UT SALT LAKE CITY CORPORATION,UT MARRIOTT-SLATERVILLE,UT SANDY,UT MARYSVALE,UT SANTA CLARA,UT MAYFIELD,UT SANTAQUIN,UT MEADOW,UT SARATOGA SPRINGS,UT MENDON,UT SCIPIO,UT MIDVALE CITY INC.,UT SCOFIELD,UT MIDWAY,UT SIGURD,UT MILFORD,UT SMITHFIELD,UT MILLVILLE,UT SNOWVILLE,UT MINERSVILLE,UT CITY OF SOUTH JORDAN,UT MOAB,UT SOUTH OGDEN,UT MONA,UT CITY OF SOUTH SALT LAKE,UT MONROE,UT SOUTH WEBER,UT CITY OF MONTICELLO,UT SPANISH FORK,UT MORGAN,UT SPRING CITY,UT MORONI,UT SPRINGDALE,UT MOUNT PLEASANT,UT SPRINGVILLE,UT MURRAY CITY CORPORATION,UT STERLING,UT MYTON,UT STOCKTON,UT NAPLES,UT SUNNYSIDE,UT NEPHI,UT SUNSET CITY CORP,UT NEW HARMONY,UT SYRACUSE,UT NEWTON,UT TABIONA,UT NIBLEY,UT CITY OF TAYLORSVILLE,UT NORTH LOGAN,UT TOOELE CITY CORPORATION,UT NORTH OGDEN,UT TOQUERVILLE,UT NORTH SALT LAKE CITY,UT TORREY,UT OAK CITY,UT TREMONTON CITY,UT OAKLEY,UT TRENTON,UT OGDEN CITY CORPORATION,UT TROPIC,UT OPHIR,UT UINTAH,UT ORANGEVILLE,UT VERNAL CITY,UT ORDERVILLE,UT VERNON,UT OREM,UT VINEYARD,UT PANGUITCH,UT VIRGIN,UT PARADISE,UT WALES,UT PARAGONAH,UT WALLSBURG,UT PARK CITY,UT WASHINGTON CITY,UT PAROWAN,UT WASHINGTON TERRACE,UT PAYSON,UT WELLINGTON,UT PERRY,UT WELLSVILLE,UT PLAIN CITY,UT WENDOVER,UT PLEASANT GROVE CITY,UT WEST BOUNTIFUL,UT PLEASANT VIEW,UT WEST HAVEN,UT PLYMOUTH,UT WEST JORDAN,UT PORTAGE,UT WEST POINT,UT PRICE,UT WEST VALLEY CITY,UT PROVIDENCE,UT WILLARD,UT PROVO,UT WOODLAND HILLS,UT RANDOLPH,UT WOODRUFF,UT REDMOND,UT WOODS CROSS,UT Requirements for National Cooperative Contract Page 28 of 32 Page 1016 of 1406 TILLAMOOK COUNTY SHERIFF'S OFFICE,OR COUNTIES AND PARISHES INCLUDING BUT NOT TILLAMOOK COUNTY GENERAL HOSPITAL,OR LIMITED TO: UMATILLA COUNTY,OR ASCENSION PARISH,LA UNION COUNTY,OR ASCENSION PARISH,LA,CLEAR OF COURT WALLOWA COUNTY,OR CADDO PARISH,LA WASCO COUNTY,OR CALCASIEU PARISH,LA WASHINGTON COUNTY,OR CALCASIEU PARISH SHERIFF'S OFFICE,LA WEST BATON ROUGE PARISH,LA CITY AND COUNTY OF HONOLULU,HI WHEELER COUNTY,OR CLACKAMAS COUNTY,OR YAMHILL COUNTY,OR CLACKAMAS COUNTY DEPT OF TRANSPORTATION, COUNTY OF BOX ELDER,UT OR COUNTY OF CACHE,UT CLATSOP COUNTY,OR COUNTY OF RICH,UT COLUMBIA COUNTY,OR COUNTY OF WEBER,UT COOS COUNTY,OR COUNTY OF MORGAN,UT COOS COUNTY HIGHWAY DEPARTMENT,OR COUNTY OF DAVIS,UT COUNTY OF HAWAII,OR COUNTY OF SUMMIT,UT CROOK COUNTY,OR COUNTY OF DAGGETT,UT CROOK COUNTY ROAD DEPARTMENT,OR COUNTY OF SALT LAKE,UT CURRY COUNTY,OR COUNTY OF TOOELE,UT DESCHUTES COUNTY,OR COUNTY OF UTAH,UT DOUGLAS COUNTY,OR COUNTY OF WASATCH,UT EAST BATON ROUGE PARISH,LA COUNTY OF DUCHESNE,UT GILLIAM COUNTY,OR COUNTY OF UINTAH,UT GRANT COUNTY,OR COUNTY OF CARBON,UT HARNEY COUNTY,OR COUNTY OF SANPETE,UT HARNEY COUNTY SHERIFFS OFFICE,OR COUNTY OF JUAB,UT HAWAII COUNTY,HI COUNTY OF MILLARD,UT HOOD RIVER COUNTY,OR COUNTY OF SEVIER,UT JACKSON COUNTY,OR COUNTY OF EMERY,UT JEFFERSON COUNTY,OR COUNTY OF GRAND,UT JEFFERSON PARISH,LA COUNTY OF BEVER,UT JOSEPHINE COUNTY GOVERNMENT,OR COUNTY OF PIUTE,UT LAFAYETTE CONSOLIDATED GOVERNMENT,LA COUNTY OF WAYNE,UT LAFAYETTE PARISH,LA COUNTY OF SAN JUAN,UT LAFAYETTE PARISH CONVENTION&VISITORS COUNTY OF GARFIELD,UT COMMISSION COUNTY OF KANE,UT LAFOURCHE PARISH,LA COUNTY OF IRON,UT KAUAI COUNTY,HI COUNTY OF WASHINGTON,UT KLAMATH COUNTY,OR LAKE COUNTY,OR OTHER AGENCIES INCLUDING ASSOCIATIONS LANE COUNTY,OR BOARDS,DISTRICTS,COMMISSIONS,COUNCILS, LINCOLN COUNTY,OR PUBLIC CORPORATIONS,PUBLIC DEVELOPMENT LINN COUNTY,OR AUTHORITIES,RESERVATIONS AND UTILITIES LIVINGSTON PARISH,LA INCLUDING BUT NOT LIMITED TO: MALHEUR COUNTY,OR BANKS FIRE DISTRICT,OR MAUI COUNTY,HI BATON ROUGE WATER COMPANY MARION COUNTY,SALEM,OR BEND METRO PARK AND RECREATION DISTRICT MORROW COUNTY,OR BIENVILLE PARISH FIRE PROTECTION DISTRICT 6, MULTNOMAH COUNTY,OR LA MULTNOMAH COUNTY BUSINESS AND BOARDMAN PARK AND RECREATION DISTRICT COMMUNITY SERVICES,OR CENTRAL CITY ECONOMIC OPPORTUNITY CORP,LA MULTNOMAH COUNTY SHERIFFS OFFICE,OR CENTRAL OREGON INTERGOVERNMENTAL MULTNOMAH LAW LIBRARY,OR COUNCIL ORLEANS PARISH,LA CITY OF BOGALUSA SCHOOL BOARD,LA PLAQUEMINES PARISH,LA CLACKAMAS RIVER WATER POLK COUNTY,OR CLATSKANIE PEOPLE'S UTILITY DISTRICT RAPIDES PARISH,LA CLEAN WATER SERVICES SAINT CHARLES PARISH,LA CONFEDERATED TRIBES OF THE UMATILLA INDIAN SAINT CHARLES PARISH PUBLIC SCHOOLS,LA RESERVATION SAINT LANDRY PARISH,LA COOS FOREST PROTECTIVE ASSOCIATION SAINT TAMMANY PARISH,LA CHEHALEM PARK AND RECREATION DISTRICT SHERMAN COUNTY,OR DAVID CROCKETT STEAM FIRE COMPANY#1,LA TERREBONNE PARISH,LA EUGENE WATER AND ELECTRIC BOARD TILLAMOOK COUNTY,OR HONOLULU INTERNATIONAL AIRPORT Requirements for National Cooperative Contract Page 29 of 32 Page 1017 of 1406 HOODLAND FIRE DISTRICT#74 DALLAS SCHOOL DISTRICT NO.2 HOUSING AUTHORITY OF PORTLAND DAVID DOUGLAS SCHOOL DISTRICT ILLINOIS VALLEY FIRE DISTRICT DAYTON SCHOOL DISTRICT NO.8 LAFAYETTE AIRPORT COMMISSION,LA DE LA SALLE N CATHOLIC HS LAFOURCHE PARISH HEALTH UNIT-DHH-OPH DESCHUTES COUNTY SCHOOL DISTRICT NO.6 REGION 3 DOUGLAS EDUCATIONAL DISTRICT SERVICE LOUISIANA PUBLIC SERVICE COMMISSION,LA DUFUR SCHOOL DISTRICT NO.29 LOUISIANA WATER WORKS EAST BATON ROUGE PARISH SCHOOL DISTRICT MEDFORD WATER COMMISSION ESTACADA SCHOOL DISTRICT NO.IOB MELHEUR COUNTY JAIL,OR FOREST GROVE SCHOOL DISTRICT METRO REGIONAL GOVERNMENT GEORGE MIDDLE SCHOOL METRO REGIONAL PARKS GLADSTONE SCHOOL DISTRICT METROPOLITAN EXPOSITION RECREATION GRANTS PASS SCHOOL DISTRICT 7 COMMISSION GREATER ALBANY PUBLIC SCHOOL DISTRICT METROPOLITAN SERVICE DISTRICT(METRO) GRESHAM BARLOW JOINT SCHOOL DISTRICT MULTNOMAH EDUCATION SERVICE DISTRICT HEAD START OF LANE COUNTY NEW ORLEANS REDEVELOPMENT AUTHORITY,LA HIGH DESERT EDUCATION SERVICE DISTRICT NORTHEAST OREGON HOUSING AUTHORITY,OR HILLSBORO SCHOOL DISTRICT PORT OF BRANDON,OR HOOD RIVER COUNTY SCHOOL DISTRICT PORT OF MORGAN CITY,LA JACKSON CO SCHOOL DIST NO.9 PORTLAND DEVELOPMENT COMMISSION,OR JEFFERSON COUNTY SCHOOL DISTRICT 509-J PORTLAND FIRE AND RESCUE JEFFERSON PARISH SCHOOL DISTRICT PORTLAND HOUSING CENTER,OR JEFFERSON SCHOOL DISTRICT OREGON COAST COMMUNITY ACTION JUNCTION CITY SCHOOLS,OR OREGON HOUSING AND COMMUNITY SERVICES KLAMATH COUNTY SCHOOL DISTRICT OREGON LEGISLATIVE ADMINISTRATION KLAMATH FALLS CITY SCHOOLS ROGUE VALLEY SEWER,OR LAFAYETTE PARISH SCHOOL DISTRICT SAINT LANDRY PARISH TOURIST COMMISSION LAKE OSWEGO SCHOOL DISTRICT 7J SAINT MARY PARISH REC DISTRICT 2 LANE COUNTY SCHOOL DISTRICT 4J SAINT MARY PARISH REC DISTRICT 3 LINCOLN COUNTY SCHOOL DISTRICT SAINT TAMMANY FIRE DISTRICT 4,LA LINN CO.SCHOOL DIST.95C SALEM MASS TRANSIT DISTRICT LIVINGSTON PARISH SCHOOL DISTRICT SEWERAGE AND WATER BOARD OF NEW ORLEANS, LOST RIVER JR/SR HIGH SCHOOL LA LOWELL SCHOOL DISTRICT NO.71 SOUTH LAFOURCHE LEVEE DISTRICT,LA MARION COUNTY SCHOOL DISTRICT TRI-COUNTY METROPOLITAN TRANSPORTATION MARION COUNTY SCHOOL DISTRICT 103 DISTRICT OF OREGON MARIST HIGH SCHOOL,OR TUALATIN HILLS PARK&RECREATION DISTRICT MCMINNVILLE SCHOOL DISTRICT NOAO TUALATIN VALLEY FIRE&RESCUE MEDFORD SCHOOL DISTRICT 549C TUALATIN VALLEY WATER DISTRICT MITCH CHARTER SCHOOL WILLAMALANE PARK AND RECREATION DISTRICT MONROE SCHOOL DISTRICT NO.IJ WILLAMETTE HUMANE SOCIETY MORROW COUNTY SCHOOL DIST,OR MULTNOMAH EDUCATION SERVICE DISTRICT MULTISENSORY LEARNING ACADEMY K-12 INCLUDING BUT NOT LIMITED TO: MYRTLE PINT SCHOOL DISTRICT 41 ACADIA PARISH SCHOOL BOARD NEAH-KAH-NIE DISTRICT NO.56 BEAVERTON SCHOOL DISTRICT NEWBERG PUBLIC SCHOOLS BEND-LA PINE SCHOOL DISTRICT NESTUCCA VALLEY SCHOOL DISTRICT NO.101 BOGALUSA HIGH SCHOOL,LA NOBEL LEARNING COMMUNITIES BOSSIER PARISH SCHOOL BOARD NORTH BEND SCHOOL DISTRICT 13 BROOKING HARBOR SCHOOL DISTRICT NORTH CLACKAMAS SCHOOL DISTRICT CADDO PARISH SCHOOL DISTRICT NORTH DOUGLAS SCHOOL DISTRICT CALCASIEU PARISH SCHOOL DISTRICT NORTH WASCO CITY SCHOOL DISTRICT 21 CANBY SCHOOL DISTRICT NORTHWEST REGIONAL EDUCATION SERVICE CANYONVILLE CHRISTIAN ACADEMY DISTRICT CASCADE SCHOOL DISTRICT ONTARIO MIDDLE SCHOOL CASCADES ACADEMY OF CENTRAL OREGON OREGON TRAIL SCHOOL DISTRICT NOA6 CENTENNIAL SCHOOL DISTRICT ORLEANS PARISH SCHOOL DISTRICT CENTRAL CATHOLIC HIGH SCHOOL PHOENIX-TALENT SCHOOL DISTRICT NOA CENTRAL POINT SCHOOL DISTRICT NO.6 PLEASANT HILL SCHOOL DISTRICT CENTRAL SCHOOL DISTRICT 13J PORTLAND JEWISH ACADEMY COOS BAY SCHOOL DISTRICT NO.9 PORTLAND PUBLIC SCHOOLS CORVALLIS SCHOOL DISTRICT 509J RAPIDES PARISH SCHOOL DISTRICT COUNTY OF YAMHILL SCHOOL DISTRICT 29 REDMOND SCHOOL DISTRICT CULVER SCHOOL DISTRICT REYNOLDS SCHOOL DISTRICT Requirements for National Cooperative Contract Page 30 of 32 Page 1018 of 1406 ROGUE RIVER SCHOOL DISTRICT IRON SCHOOL DISTRICT,UT ROSEBURG PUBLIC SCHOOLS ITINERIS EARLY COLLEGE HIGH,UT SCAPPOOSE SCHOOL DISTRICT IJ JOHN HANCOCK CHARTER SCHOOL,UT SAINT TAMMANY PARISH SCHOOL BOARD,LA JORDAN DISTRICT,UT SEASIDE SCHOOL DISTRICT 10 JUAB SCHOOL DISTRICT,UT SHERWOOD SCHOOL DISTRICT 88J KANE SCHOOL DISTRICT,UT SILVER FALLS SCHOOL DISTRICT 4J KARL G MAESER PREPARATORY ACADEMY,UT SOUTH LANE SCHOOL DISTRICT 45J3 LAKEVIEW ACADEMY,UT SOUTHERN OREGON EDUCATION SERVICE LEGACY PREPARATORY ACADEMY,UT DISTRICT LIBERTY ACADEMY,UT SPRINGFIELD PUBLIC SCHOOLS LINCOLN ACADEMY,UT SUTHERLIN SCHOOL DISTRICT LOGAN SCHOOL DISTRICT,UT SWEET HOME SCHOOL DISTRICT NO.55 MARIA MONTESSORI ACADEMY,UT TERREBONNE PARISH SCHOOL DISTRICT MERIT COLLEGE PREPARATORY ACADEMY,UT THE CATLIN GABEL SCHOOL MILLARD SCHOOL DISTRICT,UT TIGARD-TUALATIN SCHOOL DISTRICT MOAB CHARTER SCHOOL,UT UMATILLA MORROW ESD MONTICELLO ACADEMY,UT WEST LINN WILSONVILLE SCHOOL DISTRICT MORGAN SCHOOL DISTRICT,UT WILLAMETTE EDUCATION SERVICE DISTRICT MOUNTAINVILLE ACADEMY,UT WOODBURN SCHOOL DISTRICT MURRAY SCHOOL DISTRICT,UT YONCALLA SCHOOL DISTRICT NAVIGATOR POINTE ACADEMY,UT ACADEMY FOR MATH ENGINEERING&SCIENCE NEBO SCHOOL DISTRICT,UT (AMES),UT NO UT ACAD FOR MATH ENGINEERING&SCIENCE ALIANZA ACADEMY,UT (NUAMES),UT ALPINE DISTRICT,UT NOAH WEBSTER ACADEMY,UT AMERICAN LEADERSHIP ACADEMY,UT NORTH DAVIS PREPARATORY ACADEMY,UT AMERICAN PREPARATORY ACADEMY,UT NORTH SANPETE SCHOOL DISTRICT,UT BAER CANYON HIGH SCHOOL FOR SPORTS& NORTH STAR ACADEMY,UT MEDICAL SCIENCES,UT NORTH SUMMIT SCHOOL DISTRICT,UT BEAR RIVER CHARTER SCHOOL,UT ODYSSEY CHARTER SCHOOL,UT BEAVER SCHOOL DISTRICT,UT OGDEN PREPARATORY ACADEMY,UT BEEHIVE SCIENCE&TECHNOLOGY ACADEMY OGDEN SCHOOL DISTRICT,UT (BSTA),UT OPEN CLASSROOM,UT BOX ELDER SCHOOL DISTRICT,UT OPEN HIGH SCHOOL OF UTAH,UT CBA CENTER,UT OQUIRRH MOUNTAIN CHARTER SCHOOL,UT CACHE SCHOOL DISTRICT,UT PARADIGM HIGH SCHOOL,UT CANYON RIM ACADEMY,UT PARK CITY SCHOOL DISTRICT,UT CANYONS DISTRICT,UT PINNACLE CANYON ACADEMY,UT CARBON SCHOOL DISTRICT,UT MUTE SCHOOL DISTRICT,UT CHANNING HALL,UT PROVIDENCE HALL,UT CHARTER SCHOOL LEWIS ACADEMY,UT PROVO SCHOOL DISTRICT,UT CITY ACADEMY,UT QUAIL RUN PRIMARY SCHOOL,UT DAGGETT SCHOOL DISTRICT,UT QUEST ACADEMY,UT DAVINCI ACADEMY,UT RANCHES ACADEMY,UT DAVIS DISTRICT,UT REAGAN ACADEMY,UT DUAL IMMERSION ACADEMY,UT RENAISSANCE ACADEMY,UT DUCHESNE SCHOOL DISTRICT,UT RICH SCHOOL DISTRICT,UT EARLY LIGHT ACADEMY AT DAYBREAK,UT ROCKWELL CHARTER HIGH SCHOOL,UT EAST HOLLYWOOD HIGH,UT SALT LAKE ARTS ACADEMY,UT EDITH BOWEN LABORATORY SCHOOL,UT SALT LAKE CENTER FOR SCIENCE EDUCATION,UT EMERSON ALCOTT ACADEMY,UT SALT LAKE SCHOOL DISTRICT,UT EMERY SCHOOL DISTRICT,UT SALT LAKE SCHOOL FOR THE PERFORMING ARTS, ENTHEOS ACADEMY,UT UT EXCELSIOR ACADEMY,UT SAN JUAN SCHOOL DISTRICT,UT FAST FORWARD HIGH,UT SEVIER SCHOOL DISTRICT,UT FREEDOM ACADEMY,UT SOLDIER HOLLOW CHARTER SCHOOL,UT GARFIELD SCHOOL DISTRICT,UT SOUTH SANPETE SCHOOL DISTRICT,UT GATEWAY PREPARATORY ACADEMY,UT SOUTH SUMMIT SCHOOL DISTRICT,UT GEORGE WASHINGTON ACADEMY,UT SPECTRUM ACADEMY,UT GOOD FOUNDATION ACADEMY,UT SUCCESS ACADEMY,UT GRAND SCHOOL DISTRICT,UT SUCCESS SCHOOL,UT GRANITE DISTRICT,UT SUMMIT ACADEMY,UT GUADALUPE SCHOOL,UT SUMMIT ACADEMY HIGH SCHOOL,UT HAWTHORN ACADEMY,UT SYRACUSE ARTS ACADEMY,UT INTECH COLLEGIATE HIGH SCHOOL,UT THOMAS EDISON-NORTH,UT Requirements for National Cooperative Contract Page 31 of 32 Page 1019 of 1406 TIMPANOGOS ACADEMY,UT SOUTHERN OREGON UNIVERSITY(OREGON TINTIC SCHOOL DISTRICT,UT UNIVERSITY SYSTEM) TOOELE SCHOOL DISTRICT,UT SOUTHWESTERN OREGON COMMUNITY COLLEGE TUACAHN HIGH SCHOOL FOR THE PERFORMING TULANE UNIVERSITY ARTS,UT TILLAMOOK BAY COMMUNITY COLLEGE UINTAH RIVER HIGH,UT UMPQUA COMMUNITY COLLEGE UINTAH SCHOOL DISTRICT,UT UNIVERSITY OF HAWAII BOARD OF REGENTS UTAH CONNECTIONS ACADEMY,UT UNIVERSITY OF HAWAII-HONOLULU COMMUNITY UTAH COUNTY ACADEMY OF SCIENCE,UT COLLEGE UTAH ELECTRONIC HIGH SCHOOL,UT UNIVERSITY OF OREGON-GRADUATE SCHOOL UTAH SCHOOLS FOR DEAF&BLIND,UT UNIVERSITY OF PORTLAND UTAH STATE OFFICE OF EDUCATION,UT UNIVERSITY OF NEW ORLEANS UTAH VIRTUAL ACADEMY,UT WESTERN OREGON UNIVERSITY VENTURE ACADEMY,UT WESTERN STATES CHIROPRACTIC COLLEGE VISTA AT ENTRADA SCHOOL OF PERFORMING WILLAMETTE UNIVERSITY ARTS AND TECHNOLOGY,UT XAVIER UNIVERSITY WALDEN SCHOOL OF LIBERAL ARTS,UT UTAH SYSTEM OF HIGHER EDUCATION,UT WASATCH PEAK ACADEMY,UT UNIVERSITY OF UTAH,UT WASATCH SCHOOL DISTRICT,UT UTAH STATE UNIVERSITY,UT WASHINGTON SCHOOL DISTRICT,UT WEBER STATE UNIVERSITY,UT WAYNE SCHOOL DISTRICT,UT SOUTHERN UTAH UNIVERSITY,UT WEBER SCHOOL DISTRICT,UT SNOW COLLEGE,UT WEILENMANN SCHOOL OF DISCOVERY,UT DIXIE STATE COLLEGE,UT COLLEGE OF EASTERN UTAH,UT HIGHER EDUCATION UTAH VALLEY UNIVERSITY,UT ARGOSY UNIVERSITY SALT LAKE COMMUNITY COLLEGE,UT BATON ROUGE COMMUNITY COLLEGE,LA UTAH COLLEGE OF APPLIED TECHNOLOGY,UT BIRTHINGWAY COLLEGE OF MIDWIFERY BLUE MOUNTAIN COMMUNITY COLLEGE STATE AGENCIES BRIGHAM YOUNG UNIVERSITY-HAWAII ADMIN.SERVICES OFFICE CENTRAL OREGON COMMUNITY COLLEGE BOARD OF MEDICAL EXAMINERS CENTENARY COLLEGE OF LOUISIANA HAWAII CHILD SUPPORT ENFORCEMENT AGENCY CHEMEKETA COMMUNITY COLLEGE HAWAII DEPARTMENT OF TRANSPORTATION CLACKAMAS COMMUNITY COLLEGE HAWAII HEALTH SYSTEMS CORPORATION COLLEGE OF THE MARSHALL ISLANDS OFFICE OF MEDICAL ASSISTANCE PROGRAMS COLUMBIA GORGE COMMUNITY COLLEGE OFFICE OF THE STATE TREASURER CONCORDIA UNIVERSITY OREGON BOARD OF ARCHITECTS GEORGE FOX UNIVERSITY OREGON CHILD DEVELOPMENT COALITION KLAMATH COMMUNITY COLLEGE DISTRICT OREGON DEPARTMENT OF EDUCATION LANE COMMUNITY COLLEGE OREGON DEPARTMENT OF FORESTRY LEWIS AND CLARK COLLEGE OREGON DEPT OF TRANSPORTATION LINFIELD COLLEGE OREGON DEPT.OF EDUCATION LINN-BENTON COMMUNITY COLLEGE OREGON LOTTERY LOUISIANA COLLEGE,LA OREGON OFFICE OF ENERGY LOUISIANA STATE UNIVERSITY OREGON STATE BOARD OF NURSING LOUISIANA STATE UNIVERSITY HEALTH SERVICES OREGON STATE DEPT OF CORRECTIONS MARYLHURST UNIVERSITY OREGON STATE POLICE MT.HOOD COMMUNITY COLLEGE OREGON TOURISM COMMISSION MULTNOMAH BIBLE COLLEGE OREGON TRAVEL INFORMATION COUNCIL NATIONAL COLLEGE OF NATURAL MEDICINE SANTIAM CANYON COMMUNICATION CENTER NORTHWEST CHRISTIAN COLLEGE SEIU LOCAL 503,OPEU OREGON HEALTH AND SCIENCE UNIVERSITY SOH-JUDICIARY CONTRACTS AND PURCH OREGON INSTITUTE OF TECHNOLOGY STATE DEPARTMENT OF DEFENSE,STATE OF OREGON STATE UNIVERSITY HAWAII OREGON UNIVERSITY SYSTEM STATE OF HAWAII PACIFIC UNIVERSITY STATE OF HAWAII,DEPT.OF EDUCATION PIONEER PACIFIC COLLEGE STATE OF LOUISIANA PORTLAND COMMUNITY COLLEGE STATE OF LOUISIANA DEPT.OF EDUCATION PORTLAND STATE UNIVERSITY STATE OF LOUISIANA,26TH JUDICIAL DISTRICT REED COLLEGE ATTORNEY RESEARCH CORPORATION OF THE UNIVERSITY OF STATE OF UTAH HAWAII ROGUE COMMUNITY COLLEGE SOUTHEASTERN LOUISIANA UNIVERSITY Requirements for National Cooperative Contract Page 32 of 32 Page 1020 of 1406 TAB 3 -Program Description AND Method of Approach. Provide a detailed written response illustrating how your offer will meet the General Requirements of this solicitation for the City of Mesa and the national program. Clearly define the services/materials offered and Respondent's method of approach to including, but not limited, to the following criteria: 1. Distribution Network a. Describe how your firm proposes to distribute the equipment, accessories, parts and provide services nationwide. Toro has 22 commercial distributors nationwide that handle product fulfillment to customers. These are in the form of distributors that work primarily with our Commercial Division equipment (golf and grounds) with exclusive territories, and hundreds of dealers that sell our Landscape Contractor (LCE), irrigation and Siteworks System (SWS), and BOSS snow products. Most of the distributors cover several states and have multiple offices. For instance; Simpson Norton Corporation, that services the City of Mesa, has offices in Goodyear, AZ, North Las Vegas, NV,and Albuquerque, NM. Toro Commercial products are manufactured in Tomah, Wisconsin and aggregated at our distribution center, also located in Tomah, for shipment to distribution. All of our distributors keep an inventory of products in local stock and can expect new shipments from Tomah within 6 - 30 days. The distributors then conduct any set-up and checkout of the products prior to shipment. Each distributor has exclusive and protected territory to sell Toro Commercial products to end users. Please refer to the Toro Distributor Listing attached for a listing of distributors and contacts. b. Identify all other companies/distributors/dealers or wholly owned subsidiaries that will be involved in processing, handling or shipping the products/services to Participating Public Agencies. Our distributors and dealers handle the sales, order processing, fulfillment, billing, and all service work associated with Toro products. See Commercial Distributor List See Toro Distributor Listing attached for a list of Commercial equipment distributors and contacts. c. Provide the number, size and location of your firm's manufacturing, distribution facilities, warehouses, service facilities and retail networks as applicable. State the estimated dollar value of your inventory. All of Toro's Commercial products are manufactured in Tomah, WI and shipped from our warehouse in Tomah to distribution. Distributors' facilities range in size depending on the services offered at the facility such as sales, service, parts etc. Toro Commercial channel has over 100 offices nationally ranging in size from 10,000 square feet to 150,000 square feet. d. Describe your delivery commitment. What are your standard delivery days? Identify and describe any exceptions. Typically equipment is setup and delivered to customer's designated delivery location 2— 30 business days after receipt of the purchase order. Delivery times vary based on the type of equipment. Any delivery dates noted on the customer's PO are honored. If for some reason a deadline cannot be met, the salesperson will work closely with the customer to find a mutual solution. A Certificate of Delivery accompanies each piece of new Toro equipment. (See copy attached). The customer retains a copy along with a binder including operator and parts City of Mesa RFP for: Grounds Maintenance, Equipment, Parts,Accessories, Supplies, Related Services and Equipment Solicitation#2017025 Page 1021 of 1406 manuals along with any other documentation pertaining to that specific piece of equipment. Updates for delivery dates are communicated by the salesperson. e. Identify the supplier(s) and their business location(s) that will service the City of Mesa's account. Simpson Norton Corporation has been a distributor for Toro equipment in Arizona since 1957. Their business is located in Goodyear, Arizona. There are four in-field technicians that cover the Phoenix metro area, including the City of Mesa. There is a complete service shop with four bays located at the corporate office in Goodyear. Shelly Spencer—Sports Fields and Grounds Manager for Simpson Norton Corporation. Shelly will be the main contact person for the City of Mesa. Shelly is responsible for all contracts offered by the Simpson Norton Corporation. She processes all orders and purchase orders. Fred Balzarini-Territory Manager is the salesman for the City of Mesa. Fred will provide the City of Mesa with equipment recommendations, quotes and training on new equipment. In-Field service technicians will be dispatched as needed for any service/warranty needs. f. Describe your dealer network and their role in providing products, services, etc. under the contract. Toro has twelve global manufacturing locations, seven of which are located in the United States; Minnesota, Wisconsin, Texas, Nebraska, Florida & California. Our products are shipped to our 22 Commercial distributors and hundreds of dealers through which products and services are provided for customers. See Distributor List for locations. 2. Reporting. Describe Respondent's reporting capabilities at the national level and Agency level. Provide sample standard reports. SAMPLE MONTHLY SALES REPORT TO NATIONAL IPA National IPA Sales For the Month of XX we require the :Toro dealer/distributor name Agency Name Invoice date Purchase amount fee paid to '.. umber from our National IPA dealers/d str tutors City of Mesa RFP for: Grounds Maintenance, Equipment, Parts,Accessories, Supplies, Related Services and Equipment Solicitation#2017025 Page 1022 of 1406 SAMPLE OF TORO SALES REPORT BY CUSTOMER Example Report of City of Mesa Spend Dist ID Ship to Custome FY Invoice Dat Invoice Number Material/Description Retail Qty Price r � 420 CITY OF MESA 2015 05/11/2015 1465124-00 03710-27'HD 8 BLD DPA CU 5 15,745 r r 420 CITY OF MESA 2015 05/11/2015 1465124-00 03780A-`OBS`REELMASTER 7000-D[T4F,US] 1 48,999 r � 420 CITY OF MESA 2015 05/11/2015 1465124-00 30552-UNIVERSAL SUNSHADE-RED 1 565 r r 420 CITY OF MESA 2015 05/11/2015 1465124-00 03716-27'HD VERTICUTTER CU 5 10,495 r � 420 CITY OF MESA 2015 07/15/2015 1468331-00 41211 -ELECTRIC HOSE REEL KIT-MP1750 1 2,217 r r 420 CITY OF MESA 2015 07/15/2015 1468331-00 30358-BIMINI CANVAS SUNSHADE 2 324 r r 420 CITY OF MESA 2015 Total 15 78,345 3. Product Requirements. a. Provide a detailed written response illustrating how the equipment, accessories, parts,supplies and related services offered will meet the requirements of this solicitation for the City of Mesa and the national program. Offerors shall identify and describe the proposed product lines that meet the specifications located in the Product Requirements section of this solicitation (Section 4 of the Scope of Work). Toro offers a full line of mowing equipment from 21"rotary mowers to rotary mowers with up to 16' width of cut, reel mowers, aeration equipment, sprayers, debris removal equipment, material handling, greens rollers, zero turn mowers, four wheel steer mowers, snow removal attachments, compact utility loaders, and utility vehicles to meet the needs of any golf course, park, sports field and general grounds maintenance. See attached brochures. • SPORTS FIELDS AND GROUNDS EQUIPMENT Toro offers a complete and comprehensive line of new unused Sports Fields and Grounds Equipment of the latest design and technology to include, but not limited to, mowing equipment, utility vehicles, spraying equipment, and turf cultivation equipment. • GOLF COURSE MAINTENANCE EQUIPMENT Toro offers a complete and comprehensive line of new unused Golf Course Maintenance Equipment of the latest design and technology to include, but not be limited to, mowing equipment, utility vehicles, spraying equipment, renovation and utility equipment and turf cultivation equipment. • RELATED EQUIPMENT PARTS Toro provides a complete and comprehensive line of Original Equipment Manufacturer (OEM) Sports Fields and Grounds Equipment Parts and Golf Course Maintenance Equipment Parts. • USED EQUIPMENT Each of our distributors provide access to quality used and demonstrator (demo) equipment. (Quantities and products are based on availability.) City of Mesa RFP for: Grounds Maintenance, Equipment, Parts,Accessories, Supplies, Related Services and Equipment Solicitation#2017025 Page 1023 of 1406 • BALANCE OF LINE We are also including our Golf Irrigation, Residential Commercial Irrigation, Landscape Contractor, Site Works Systems, and BOSS equipment lines with our proposal. b. Specify locations and availability of replacement parts, and state the maximum time required to provide and install replacement parts. Also state the estimated dollar value of your parts inventory. Simpson Norton Corporation, that services the City of Mesa, has offices in Goodyear, AZ, North Las Vegas, NV,and Albuquerque, NM. Due to the stocking level at our distributors and our logistics systems in place, we have achieved a 98% average same day parts fulfillment rate nationally. As for repairs, each instance will differ in the scope of work but a timeframe will be agreed on with the customer for repair and return of product to the customer. c. Detail any warranty and extended warranty programs available for both equipment and parts. If warranty agreements are required, please submit them, subject to negotiation by the City. Toro's standard Commercial Products Warranty states that "Your Toro Commercial product will be free from defects in materials or workmanship for two years or 1500 operational hours, whichever occurs first. Where a warrantable condition exists, we will repair the Product at no cost to you including diagnosis, labor, parts and transportation." Our standard Commercial Parts Warranty states 'your Toro Commercial Part to be free from defects in material or workmanship for ninety days, 1 year for complete engines." You can also purchase additional protection for your products through Toro Protection Plus (TPP). These are optional programs designed to provide you with budget protection and security after the initial 2 year warranty period. You can elect the Drive Train Protection or the Comprehensive Protection., Drive Train Protection: This program covers the engine, transmission/transaxle including; hydrostatic pumps, valves and motors; drive axles/drive assemblies including; all parts contained in the drive axle, PTO housing, 4-wheel drive assemblies, hydraulic drive pumps, valves, steel lines and motors within the frame. Comprehensive Protection: This program covers all operational parts and assemblies for your mower, vehicle or other machinery against mechanical breakdown. The items not covered are; normal maintenance items, tune-ups, tires, batteries, blades, belts and hoses. Used Equipment Qualified used equipment can be covered with Toro Protection Plus Pre-owned. See Warranty documents as follows: City of Mesa RFP for: Grounds Maintenance, Equipment, Parts,Accessories, Supplies, Related Services and Equipment Solicitation#2017025 Page 1024 of 1406 Toro General Commercial Product Warranty A Two-Year Limited Warranty Conditions and Products Covered Normal rated,vibrafron,worrand War,and dater oration The Toro Generally and ra dorsal Toro Warranty Company,pursuers Normal'wear and hisn'inductees,but Is not limited to,damage w soars to an agrtenaent between them,jokifly warrant your Toro Commercial due in wear or abrasion,worn painted surfaces,recraWford decals or product i-Product')to be free here,dialects in matemols or wooBaran ship windows,for for Ewe years or 1,500 dimensional hours'.varchoider occurs first This wanstaly is Applicable to as Products with this exception of Amiden Parts, inefirri to separate andionty statements for these products) Where a warrantable comfificen exists,we wall,repair the Potshot at an clear to you Parts scheduled for replacement as required Maintenancewool are We ificluthrof deffirtaill pill parts and transportation Ted,sonarry for the period of time up to the Scheduled avisterceensed tow*for that pod begins on ther dote the Product is delivered to the original report reactrainow Parts replaced urcho'bron;witerway arm ocivienedi hit the duratern of his Product owfulipped with an hour motor, orgarall product warranty and bacteria the property of Toto Toro will weeks the final...decision whether In repair any wousfing part ar assembly at replace 4,Toro may use rorminufacturred parts for warranty repal Instructions for Obtaining Warranty Service You are rosparrobirs far notifying Own Commercial Products Distributor of Deep Cycle and Lithium4on Battery Warranty: Anginal Commercial Products Maine from whornyou purchased the Product an adear,as you tastivior a warrantable Condition indids,If you riveral Deep cycle arid!Ultionidion batteries have a stracitied total number of help roasting a Commercial Products Distributor or Authotiocad Dmatirt,or kilownfli-iii trary can deliver,during"itfisruerre.operating,dr,chaffring, If you have questions regarding your warranty rights or and ortharnancir techniques can extand at reduce total battery life-As the you may contact us at' batteries in this product are conarrinned,the amount of usighel work between Changing intervals well slowly decrease final the battery is compliantly worn Toro Commercial Products Sol, Deguarderell all Replacement of rown our b8deell due to normal consumption, Toro Warranty Company it the rossionarreftly of the product owner battery aniflarourceir trial be $11:1 Lyndusio Avenue South required during the normal product warranty period of owner's expense.. BlocaninglienMN SWO,1196 Now flUm thru -lawn battery iwnfy)°A Lithium-lon battery has a part only , ' prorated warranty fresgrening year 3 through year 5 based oil the tons 962-880-9801 ral$00-962-2740 in inervica;and kliessil hours used Refer to,The Ormeaser's,Manual few additional linfritionition, wner Responsibilities Maintenance Is at Owner's Expense O rtigims,turse-up,kebriespol emaning read polishing.re ekloomweir of filters, As the Poland owner,you are rosponable foe hisfurred marieremse"and Centel and completing recomenardad I'margawasoCif are owns of Ole adjustralenly,slated In youir chrearrol Movarist, Failluest to perform required somme ser"Icurn Toro products required that Are at the morner's,expailse. nadntenartca and adipairrespirs can be grounds for disallowl a warranty arrm' General Conditions Items and Conditions Not Covered Repair by an anabomord Toro Distributor at Dealer is your sold remedy under gas warranty. Not of product fadures or malluncteons that occur durringthe warranty Brand are defects in magmeds or workmanship Thai warranty does not Neutral The Toro Company nor Toro Warranty Company is liable for cover the hall real= hadurect,Incidental of cariestarturantlid damages In connection with the • uta of the Toro Products canonical by this warranty,including any Product failures which resoll from the use of nati-Tisid replacement east or expense&I providing subtalitato equipment or sionetral during Penn,at from installation and:oars of add-on,or mortirilind non Toro israssaffibills Ballade oil istalfunctloin or ramane pending compliellion branded froossoreal and products, A separate istenrohy may be of ralahlas under this warranty,Except for the Emissions warranty provided by tire arainufacturer oftheraw real referenced below,If applicable,there Is no other express warranty.All Implied warranties of nwtcbanUbility and fitness tar use al$knited to Product finlerres all heoull from failure To perform reciontrinooded the dursurse at this 0"res wwror4y� inaliftionarry,artfulardiusirrearia, Failure In property maintain your Toro product per the Frotviewmanched Minniverancils lisrod In Vie Some states do riot atlas oxclulial of incidental at comorriessnaid optional Manual can result In claims low warranty being domed, damages,at finfitalikeirs an how long an Implied wertionly larell so the above Fooductfighlows,which mil here operating the Product in of)sonless, exclusions and forret ermos may not apply to you This warranty gents you rhospent.or rouldinat manner spol legal lighbilL and you may also have other 69friswhich wary from Paris sublifect re consurniskin through use verlmor found to be diffrocill stale to stats, EXforeplef,of parts which are consumed,ce used up,durring barrel Product operation include,but are not limited to Wake pads and Note regarding engine warranty: Ifnings,clutch things,blades.reels,follows and towarkelly located or The Ensiewfons Control System on your Product may be covered by grshroflshfS,pod knives short Peters,castor wheels and hearings,teres, a Separate warrant),meeting requirements established by tire U S, filters,bolls,and Carbon sprayer cominceliandi succi as dwephiagrois, novalsand Check salves,arc, E Awannisarost Protection Agency(EPA)sell the California Air ponerearcers , Board(CARB) The hour firs ivinjowis set form above do real appy to the Faillurifer caused by outside influence, Codedlions conaidirrod to be Eriassarens Confirm System Warranty Refer to Vic Engine Eriessearb Col outside Influence Include,but Lee not tinted to,wrothel sicirager Warranty Stakenent supplied with your product or confirmed In the engine practicies,contarew,runtlon,use of unapproved fares.coolants,lubricants, manerfaetiarti a dorcumenhation for clataft additives,faces'ZOVS,WastalL of che"Vel OTC Pr011ujor or porformancic issues duo to the use of tools,(e.g.gasoline, deal or foraffiessill that do not rotation to thers respective,industry.. standards, Countries Other than the United States or Canada Customers who have purchased Toro prod"Is exporeat form the United States or Canada should contact few Tom Distributere(Darther)to obtain guarantee policies low your Country,province,or state 11 for any weaken you are dissafiriflead Wath'your Dadribumes service for have difficulty obtaining guarantee Immolation,contact title Two intimpar, 374-0253 Rev C City of Mesa RFP for: Grounds Maintenance, Equipment, Parts,Accessories, Supplies, Related Services and Equipment Solicitation#2017025 Page 1025 of 1406 TORO PROTECTION PLUS COMMERCIAL EQUIPMENT PLAN ................................................................................ ..... .................... 9`ran Naar a1" MI I AL LXJVa ON!LN 1:rA ON-"MU V'Kli k PROVI-MA l410�a NVI'ho;i'ii 't pial{. i�oi'q r'4rf 11 rrc a I-I I r"U I l I'M I'N t NUMIll, va a I�L'1kj H rs r%N,,'Ill I'S 110 40 ro KSr T"(4 1 hili kI A "IA I N1 I,749' WIWI NlINEWX WRLAI, .............................. ........... ............... ....... ............................................... I''Lrj Car' f'-Wll Ol TIMM 1 90111AWN RIPS PROTrCIRPN f,0Vl#,A"I9'00r- U00 WARKANrY%TART DAIT TNOTH CA`TOW WAMNNTY A to ni lh% '11,16%plan m not air Insurance fatbCIT is an agr%9etnQrjj IVtsv"fl Von.the Carlomel"old 11144 Toto oorpany(11'one or its whrifly owned xUb$jdjarirq or affilrates("Toro")- By acceptance of flik Plan:,Cumorrier undmstarrds kircrc are di%fincit cover- ages.icirtirs anal condilikiii,and rhm coeragc is for Toter pitodoets CKCIusiv'Cly'arld is subjv"n)approval(Intl 4(coplance by foro, COMPREHENSIVE PROTECTION WE 'HINE, V1 ALL OPERATIONAL PAWES, COMPONE .4, ASSEAIRLU—S OF THE MAC INDICATED A OVE, including Toro roant6crured options.aixessorres,and anachintrits,nor requiring indqsendeiri Plan coverage purchased wills ly tri lhosc cxOkwiorrs stated on,the b"k ol"Ihis, Plan, an'd included in site ErImpruent Prkx indicated abo%Lle,'A'nhlCj;T(in T'kANSK)k'I'A'J'I()N HENEVIT If Customer Jneur,, irarr.4poi-U"on F1 xpe nw-g due, to the breakdown of a coviavid componeirl.the Pkin will ray kill to S77 tior mobile service or VoLiorloile(1000 mile firwit)for pick-updefivery per repair. If lol.Cusloracr will be responsible for paying ,say"twcsIL, Wnct'it Rates are sub eel to quIch charg"CXCCC4 Ill, IlCoCrij In Charrm Please eonAull Your Disanbuixw or-Vc4lcr for current rates Mound'in the Toro Warranty policy and ptriced"re Manual DRIVETRAIN PROTECTION ENGINE; All parts contained within the engine block, cylinder beard, crankcase or nu nor howing, the engine Wrwk, cylitulcrhead.cralikea-wsir nInalor h(sussno irdwtused by the irwelwilical breakdowriol'a covered internal part NIANVAL OR HVDROSTATIC TRANSMISSION OR'ALL ANSA XLE. All pearls contained within the itansmistio"or ira"KaNk carr, the transinission fit traw"Me case if dal agod by flLirc brrakdown of as covered micirriall parthydn'Nstak or Irvddenrrlrc putopA,valvet'.And moult's, DRIVE,AXILUM)RIVE ASSEMBLIES: All prd da conwincel within the d,n%c stale housing s and 4%flicel drive assemblies; rise drive axle honsing if dapnagcd by the niechanicAl breakdown of at rotcretl imenial per,hydraulic drive pumps,valveg, steel firieg and molor,Which ate;ata„ hard io the ire its frinare offfic triachint, TRANSP(r)IRTATION BENEFIT: H'CuMonaer incure, rr aatvlaasrr atarryrt Exlrenses drie to the rnechanicW breakdown of as covered component.the Plain will pay up to S77 for mobile Y"Cirviox or$4001inide 11000 mile limil)for Nock-uprdchvcry per repair 11'such charges cxecej riser borrefit Inoil, tidtiter "Ifli b pnns ,s� Bencifit Rare, art c ro, Wile (or paying any excc�, subject to CI lawrrve; Phrase consull Your Di-Arribulor or Dealer for cuiTent tares flnurd in the Tom Wan-Amy 11obc% and procedure Mamial, TORO PROTEXTION PLUS 800-976-TONO P.0.Box 15163*Unexa,KS 667-95 i800-%'76.,867fii drew NO 50A City of Mesa RFP for: Grounds Maintenance, Equipment, Parts,Accessories, Supplies, Related Services and Equipment • Solicitation#2017025 Page 1026 of 1406 COMMERCIAL EQUIPMENT PLAN TERMS and CONDITIONS '0 W&kKWNV.% OVERAGE: The Toro Company cc am of 0%who o"tdailtaidiareas at operas toropidt,replace ornominant Custimilierfor rata nkabittom to rolint at replace any covwulpill.oamporson;at Amajoinbly of die covered inschno I required dut to a brookilm,%*ota only to the oxchmions used bk4o`W, Breakdown is defined as dw judden or jonformsemor fadurm I a infective pars compousix oramoommW'.at,11agly,wodmisisdap on it Pit; Ram cents defixed so ohm worn chmerijadfor pronalorig lebor tons,uling Trin,puts of like kind end quality,which many itichmill,Waved used madder famerralknored,plus"on nunastead or sl Thomism or doo Plus be from,d""Toro St"airmirmy Sout DuCtnolcialml on M&ficars of be Plan,dejacp dot Toro wartality,piatiod,to the and of the -PLUS"runt indcand an the from of doe Pisa, The Plan wve"begins when the Two"arrejoy made,whether Ons to hreas of use ca pa sup of time, Toro to rivet die right to nammign it*men"of Me Plim't cov*toqiv%limes On istmors of um"ends the Toro wesomemy coverap prim to am pasup of two cationdarvitank LINO OF WORM-, C otworgopivoidert by Met Plants trAdoct to Me follominn Amita tare tonal can for maty nip repar Owl be limited(a amaximum ar-1% the q sera Patches"price,trAcei*4 on dim fronts of nae Plan;am won con for all repute acts the A41 Tenn of INS plan it limixod to$0%4 that EOPMKK pwrammi Arica,CK S15.000,olochaver 11 hot, CUSTONERRESPOWMLff KS. In ard"to keep"s am W force 6joing in arm,the covered Xqjapmeno mint be ewvi,�ijo as recommended ty Tom, If Crietwoo performs own mak a,.a%tician votord if kenviot mum be Maintained,%long miffi,receipts showing done of partaker of mistreats a pasta.Inat'cess WA'M marentilm, 10 me ovlor of M dam involvirs torlicamble Pam indi if sarttanad,a ropyof obe jokri,,ij jocacmI,said punneoll rewpot most be Motioned to Torok The ruitand uniting-dun have x relmource of S0 bakes for ft to to matents utsipped with an how in low 1.N Tff INIENT OFA BWAKD0UN. CLTST0.\KRNAk9T- U et M.rearialaN e metal to protect the equipm,a=from Amnon dem,fie; C antatiyort Toro Vi sidbat for assistanc e� I If notwood,pm%i do onvic e mord skied sec pot for r eqjirul m mmeoroxv purt,tuemicistor to m lifts at, 4, It"or a thoad dew neckessay,4 a,.,,them at nowe soroadve to insim t dam&pit palm wildom meduto EXCUSIONS-COURAGE SHALLNOTAPPLV- I I. For r or replacement of low covtomol Pori if a armakdo-tt,pin 10. Fat may,Iseekdo-jr caused by c000misudw or rwakhris of tial, definition aboto-has not occummid. coonal at Inbritaxot myneon,Of distrap resulting from njklj,corrosion.... For an,brododw-M toured by collision,fire, Met vurMbom,nor frealats or irmsmokaing- emploson,lighoft,t. e„whiftear,hodl,wajjkj,ftokkad other 11, For the can of parts ontlac labor",to the risnad arld jounkno, Act of 0 ad or onvinstim enza 4=&V me ishmerioncdescribed in them assufacrarers m os 1, Fat I idunjumence intormon far an a4ulperson or.foj�an look of sai 4 munter dli V of dam spato properrycc of,at injavy ims dikant jaw Priests joint thiong am of dim optratkon. mminterrinte oi use of it* covand IT For an cow of ourilenurce'sevict niclucitz" bix not Matted to, tqmpattist Indent amar-wik"AdjutomeaL noticameat of asoma peer for the Bale 1, For any braiiidown cinjud by da mots create,maxima,nellititnia, pun" of inactions operating ptrftlrmanca, fikus, work Ads t„ lack of n M, A of nothood M finentionct,of for Dolga to proixt the opetak plug wins,11ow liful L ma land duch fwAr4L,pi isfic or nIbbor covered equipment freer forther thsallt whim a breakdown sin parrobolsk hyd"Ic haksmeM ban&ragon,meted o4 in conintomen occurred, wish the ompar at acoven d PUL 5- Inhere sa or btSsy=for die reponn Covered by many*Toro v-sweirry or 0 For CbMU Symms paras,blrgktliltnp,IX&#rotors of s,traMi., ropezer's psainintoo,cc if Toro Isms anincianced throup sabol wheds or pasurnalic area, votmeal covert, 4 rame,boanks, pr t:at Post roc&A s and at reptim bul 64UL studied co"Aim"beelons Md or Elocride System Botiones 6L Fee dam ap,ry nAtin;floor Me frikir a to in mustars gaper I well,of not excluded), battery califte, diummate, freeze phogm, Model, hibricinnandorcodeall nounal dimem,cc spray norxLta amen required in connection with For Ion of Use,inst,inctinveravact.profies,ono corm uensid doe noreir of a covered pan,, loss, 14 For bright m#W,letter moill,arammustation,maidang,point,&A C For damage to a cwtnd pat crund trey ire bruskda,4%or faikon of a LRD aLCDD,Lampe,lot Trim, sent comoshirk or fAtki,usdol* nois-c closed Pon of component, rKninciat Counclionwim the toper of a covered Pam 9, For any blesIt"mn occurring wbill tire bout Motu is saripmeave or if 15. FCC 4"coal of palm shippoing upipme"muntse of not and IXd tho how mus tag been jusporedv4di OT 100ocked. taxelik The can of drop jappli'm at anvyraerm fees actemking 54a a(puts,mind low"S10,0D perikepair,wbiLdrever illess, 16, Travid as tan "radon costs#x ciiaing Me Plan benar%L TXA-"-SFEF P='W0X. Coverage may be ultaternsol to any now o"seer wid jamob late as this Man lspriss inlefut to application approvel ad pilyttisce of 530 fin- Chargeirk ov,niMiMprifacre ulropmem must be reported to MRO PROTECTION PLUS Administrators Wilma 44,days of chatele of ownwiftip- CVx1CTLL-kTJDN'PRONISION This Plan at my be cameted by the Cumajoin upon pAngAtinims notice to,tie Toro Dear or itnticadAl when nor cant Honer to to offective, Iia doe ew�atr an casrcal4anon,Bra I3nrvbta�t4,tld rsrrd iia aaraasnmd Agan Sema rafctrGaad mt a Poo- eta sue radar,° adore daa~a oa Cotta,Sees gray'pry Asa pay�antn,or ametrmtmr atrv"iea a SYIM1 l�tclravnt sa graatasa,raga odrmrmt prrdirsasad pyla^ Tett yarnfarca era caLcsalmsad fatter oda Toto Sayan am,Stan Dan i isdicend Oak theft am of thee Tion to doe offecd vis cancellation 41a If the e4tipalux as 02abed and not A on have been flostaced thititto a Iowa nal cristomer Mer mels Inner fsperysis got Quirglients to thas torkda,dim Toro joserressera tight so mother coast dot Pm as amenstrer dam jighist notow doh 14 in To thiri landar, Rev 2011,08 City of Mesa RFP for: Grounds Maintenance, Equipment, Parts,Accessories, Supplies, Related Services and Equipment Solicitation#2017025 Page 1027 of 1406 d. Describe in your offering if you currently have or are in the process of developing Hybrid and/or all Electric equipment. Alternative Fuels A number of years ago, The Toro Company saw the need to evaluate and approve the use of biodiesel fuels in our products. We conducted an extensive, multi-year test program to approve the use of biodiesel fuels. As a result of the testing, all Toro diesel products are approved for the use of B20 fuels. We made the necessary changes to the machines that allow the use of that mix. We are willing to work with specific customers and allow the use of B100 fuel is special situations. The machines will function well on B100 fuel but some caution must be taken. Cold temperatures can cause the fuel to jell. It is also necessary to change fuel filters on a more regular basis. We would be happy to work with you to use B100 fuel successfully. Propane is another choice that we offer on a few products. Properly designed propane powered products can be a good choice. We have engineered the products to have the correct engines and fuel systems so that they perform up to customer expectations. Propane requires convenient access to a fuel supply. It is also a less dense fuel that is typically stored in cylindrical tanks. The product range is somewhat less than an equivalent gasoline powered machine. Propane powered machines also tend to struggle a bit in cold temperatures because it is necessary for the fuel to vaporize. If the customer has a readily available supply of fuel and the site and use practice allow, propane can be a lower cost and lower carbon impact choice. With the full implementation of the Tier 4 final EPA emission requirements, all of our products are in full compliance with the applicable rules. These products work very well and have lower emissions and somewhat improved fuel economy. Fuel Efficiency One of the ways to reduce the impact of the product is to improve the fuel efficiency, essentially increase the "mileage"of the product. We have done some extensive studies on how fuel is used and have identified some improvements that we have implemented. We have implemented a technology that we call SmartCoolTM. It more actively decides when it is necessary to run the cooling system on the machine. This reduces fuel consumption in two ways. One, it does not waste energy to run the fan when it is not required. Secondly, it allows the machines systems to run at optimum temperature again assuring fuel is not wasted. This technology can save up to xx% We have also implemented a technology that we call SmartPowerTM. In order to make sure that a product meets customer expectation,it is necessary to make sure that the machine has more power than needed in all conditions. As a result of extensive studies of machine usage, we found that the peak power demand were very short duration and were only in special situations. These peaks caused us to put a larger than necessary engine on the machine resulting more fuel consumption. SmartPowerTm actively manages the power demand by monitoring the inputs from the operator and clipping the demands by not allowing the machine to exceed it capabilities. This allows us to utilize a smaller, more fuel efficient engine. Machine performance on machines with SmartPowerTM is equivalent to machines that do not have the technology with lower fuel consumption. This feature allows an inexperienced operator to be more productive than a seasoned veteran. The new GM590015910 that was just made available to the market delivers improved horsepower efficiency through innovations to the hydraulic systems, the electric cooling system and cutting system improvements, which reduces power usage. Because of these innovations, we have a demonstrated up to a 30%improvement in fuel consumption. City of Mesa RFP for: Grounds Maintenance, Equipment, Parts,Accessories, Supplies, Related Services and Equipment • Solicitation#2017025 Page 1028 of 1406 t i i Hybrid Electric We see a lot of opportunity to use hybrid electric technology to improve the fuel efficiency of our products. Hybrid electric is beneficial when the peak power requirements are substantially larger than the average power. We have two products that are currently available. One Triflex Greensmower and a fairway mower known as the 5010H. Both products are true hybrids that have engines that charge batteries and power the implements with electric drives. The electric drives are designed for this application to be substantially more efficient than the drives that they replace. We have implanted a creative technology that we call PowerMatch where the hybrid power system decides if the energy required to accomplish the task comes from the engine or the batteries. The net result is 20% fuel savings. Hybrid technology has potential applications to other products in our portfolio that are currently in development. All Electric Products We have been looking at all electric products for many years. Toro holds some of the original patents on electric mowers that date back to the 1920's. The fundamental challenge is that it takes approximately 800 pounds of lead-acid batteries to be equivalent to a gallon of gasoline or diesel fuel. As a result, it is difficult to get the performance that customers expect or that provide the run time that is needed because it is not possible to carry enough energy in batteries. Battery technology continues to improve both in performance and cost. As of today, we have developed and offered for sale a eFlex® Greensmower® that utilizes state of the art brushless DC electric motors and advanced Li-lon battery system. The battery City of Mesa RFP for: Grounds Maintenance, Equipment, Parts,Accessories, Supplies, Related Services and Equipment • Solicitation#2017025 Page 1029 of 1406 is designed to last for 5 years and provide sufficient runtime to mow the expected number of greens and to power the key desired accessories such as groomers and lights. r New to the market is the Workman GTX electric, which has extended range over its predecessor We have and continue to look for new applications of all electric products. It is very important that we understand the demands of the application and make sure that the components are appropriately sized for the application. We need to make sure that we provide adequate power (torque) for peak demands and sufficient capacity and cooling for the required runtime. We believe that we understand the customer needs and expectations so that our all-electric products now and in the future will be desired because they are superior products. We are in the process of developing additional electric products (and hybrid electric products) for release in the near future. Hydrogen Fuel Cells Hydrogen fuel cells are one of the emerging technologies that hold a lot of promise for mobile applications. They were invented in the 50's and 60's and one of the first high profile applications were to provide electrical power and water to space craft that allowed us to go to the moon. The first flight of fuel cells was Gemini 5 in August 1965. The explosion in the oxygen tank that provided fuel for the fuel cell and oxygen for the crew was the cause of the disaster in Apollo 13. Fuel cells are desirable because they provide efficient electricity and they are refuelable vs rechargeable. We have prototyped a number of fuel cell vehicles to both demonstrate the potential and to identify the design challenges. We picked two of our product platforms to work with a triplex GreensmowerTm and our mid-duty and heavy-duty utility vehicle platform. All of the products resulted in very serviceable products that were equal to or superior to the engine driven platforms that they replaced. We knew we were on the bleeding edge of the commercialization curve. The products were highly functional but were high cost and fuel is not readily available. The turf maintenance market is not large enough to enable commercialization of the infrastructure. We can however utilize shared infrastructure. We developed and deployed a demonstration of the hydrogen vehicles that was supported by the New York State Energy Research and Development Authority(NYSERDA). We developed and deployed in demonstration 4 vehicles at Niagara Falls State Park,Albany, Hempstead and Bethpage. City of Mesa RFP for: Grounds Maintenance, Equipment, Parts,Accessories, Supplies, Related Services and Equipment Solicitation#2017025 Page 1030 of 1406 Appendix Toro Fuel Cell Powered Heavy Duty Workman Utility Vehicle 14, }i 1,n} nts3u�1RW� �I�I��I Pi i i i o't 1u s^r Dimensions: 128"x 65"x 76" (L x W x H*) * Incl ROPS Weight: 2000 lbs (est) Max GVW 4250 lbs Payload: 2250 lbs total (1850 lbs bed, 400 lbs passengers) Towing: 3500 lbs (w/trailer brakes), 1500 lbs (w/o brakes) Bed: Hyd. dump, latching tailgate, stake pockets, 20 cu ft Top Speed: 20 mph Seats: 2 Tire Size: 20x 10— 10 (Front) 24 x 12— 12 (Rear) Construction: Steel frame, steel bed, plastic hood and body panels Suspension: Coil Spring (front) Leaf Spring (rear) Storage: Glove box (open) Controls: Power steering, accelerator pedal, brake pedal, park brake, F-N- R, Hi-Lo range, diff-lock, bed lift, key-start, light switch, horn, cruise control, supervisor switch. Gages: H2 psi (fuel), hours, LCD info-center, indicator lamps Fuel Cell: 8 kW PEM, Hydrogenics Operating voltage: 48V nominal Motor/Controller: ACIM, 600 A Buffer-Hybrid: 4 x 12 Lead Acid batteries Tank Pressure: 5000 psi (350 bar) Tank capacity: 74 liters (1.8 kg) Range: Estimated —80 miles/tank? (TBD) City of Mesa RFP for: Grounds Maintenance, Equipment, Parts,Accessories, Supplies, Related Services and Equipment Solicitation#2017025 Page 1031 of 1406 Toro Fuel Cell Powered Mid-Duty Workman Utility Vehicle 6 Ar= Y V'Y Dimensions: 120"x 59"x 50" (L x W x H) Weight: 1600 lbs Payload: 1200 lbs total (800 lbs bed, 400 lbs passengers) Towing: 800 lbs Bed: Hydraulic dump, latching tailgate, stake pockets Top Speed: 16 mph Seats: 2 Tire Size: 22 x 9.5- 10 Construction: Steel frame, plastic bed and body panels Suspension: Rubber elastomer (front)* NA(rear) Storage: Under seat, under hood* Controls: Steering, accelerator, brake, park brake, F-N-R, bed lift, key-start, light switch Gages: H2 psi (fuel), hours, temperature, info-center* Fuel Cell: 8 kW PEM, Hydrogenics Operating voltage: 48V nominal Motor/Controller: Brush DC, 500 A Buffer-Hybrid: Ultracapacitors or LA batteries* Tank Pressure: 5000 psi (350 bar) Tank capacity: 32 liters (0.8 kg) Range: Up to 55 miles/tank City of Mesa RFP for: Grounds Maintenance, Equipment, Parts,Accessories, Supplies, Related Services and Equipment Solicitation#2017025 Page 1032 of 1406 Toro Fuel Cell Powered Mid-Duty Workman Utility Vehicle Dimensions: 120"x 59"x 50" (L x W x H) Weight: 1800 lbs Payload: 1200 lbs total (800 lbs bed, 400 lbs passengers) Towing: 800 lbs Bed: Hydraulic dump, latching tailgate, stake pockets Top Speed: 16 mph Seats: 2 Tire Size: 22 x 9.5- 10 Construction: Steel frame, plastic bed and body panels Suspension: Rubber elastomer (front)* NA(rear) Storage: Under seat, under hood* Controls: Steering, accelerator, brake, park brake, F-N-R, bed lift, key-start, light switch Gages: H2 psi (fuel), hours, temperature, info-center* Fuel Cell: 5 kW PEM, Nuvera Operating voltage: 48V nominal Motor/Controller: Brush DC, 500 A Buffer-Hybrid: 4 x 12 Lead Acid batteries Tank Pressure: 5000 psi (350 bar) Tank capacity: 32 liters (0.8 kg) Range: Up to 55 miles/tank City of Mesa RFP for: Grounds Maintenance, Equipment, Parts,Accessories, Supplies, Related Services and Equipment Solicitation#2017025 Page 1033 of 1406 e. Indicate if any of the equipment you are offering has received any awards or nominations for excellence. The Toro Company received the Gold Medal for Innovation, awarded to the Reelmaster 5010- H at demopark+demogolf 2015. The Toro Company is the leading "smart" irrigation manufacturer, having receiving multiple accolades and awards from the Irrigation Association@), the EPA, and others, for its innovative and water-efficient products. Some examples of unique Toro irrigation products include: Precision TM Series Spray Nozzles with patented oscillating stream technology that delivers water savings of up to 35 percent when compared to competitive fixed spray nozzles; the T5 RapidSetO %"gear-driven rotor and its patent-pending tool-free arc adjustment feature; the cutting-edge EVOLUTIONO Series irrigation controller and its multiple wireless add-on devices that enable performance advances, such as web connectivity, soil moisture sensing, and automatic weather-based schedule adjustments;and a full line of drip irrigation products, such as DL2000Tm dripline and its patented ROOTGUARD@)technology that allows it to be buried below ground to virtually eliminate evaporation and runoff. The Toro GrandStand MULTI FORCE was a new product award winner in the May/June 2016 issue of Landscape and Irrigation's "Twenty for 2016 New Product Awards". The award recognizes the GrandStand MUTLI FORCE as one of the standout new products to hit the market in 2016, based on innovation and application within the market. Toro GrandStand Multi Force Toro is brInging four-season versatility to its stand-on mower line with the all-new Grandstand Multi Force featuring a BOSS snow plow attachment.The new models allow operators to switch between a mowing deck and a snowplow with a simple change of attachments.Perfect for clearing snow from sidewalks,the GrandstandMulti Force is equipped with a movable caster assembly that shortens the frame to maximize the performance of each attachment.This makes the machine more maneuverable -- and ehective for removing snow.In addition.onceToro's Ouick Attach System is set up,users can switch from a mowing heck to a snowplow in m nutes.Attachments for the Grandstand Multi Force connect to a Power Arm that is able to lift more than 18 inches,allowing an operator to push snow up and over curbs.The Grandstand Mufti Force also offers all the advantages of Taro's traditional GrandStand stand-on mower,including a Targe,comfortable operator platform with smooth suspension,ou standing visibility,and a smaller footprint that's easy to transport.Beth new models are equipped with Toro's 7--gauge steel Turbo Force,towing deck,which delivers a pristine after-cut appearance. IN f. Describe how the innovation and technology of your equipment differs from other equipment in the industry. GM3500: Sidewinder®patented feature The Sidewinder cutting units shift left and right a total of 24 inches (61 cm). This increases the cutting unit overhang for precise trimming. The tire tracks can also be shifted within the mowing path to reduce wear on the turf. GM5900, GM4000, GM4100, GM4500, GM4700: SmartCoolTM System SmartCoolThe hydraulically driven cooling fan automatically reverses to blow off chaff buildup on the top and rear air intake screens. The reversal is triggered by rising coolant temperature, hydraulic oil temperature, or air intake temperature. Toro.com/5900 City of Mesa RFP for: Grounds Maintenance, Equipment, Parts,Accessories, Supplies, Related Services and Equipment Solicitation#2017025 Page 1034 of 1406 GM360: QuadSteerTM Unique Quad-Steer all-wheel steering means you can turn on a dime without tearing turf, enabling mowing around fence posts and other objects, even on slopes, in one pass. GM5910, GM4010, GM4110: Factory installed safety cab, competitors have cabs installed by distributor. The factory- installed cab unit includes an integrated four post ROPS, and provides an exceptionally quiet and comfortable environment for the operator. The low profile air conditioning and heating unit is built into the headliner of the cab for increased clearance under trees and storage areas. The front and rear windows open to allow fresh air to the interior of the cab and a front wiper and washer keeps the windshield clean. GM7200:Polar Trac system, only zero-turn mower that converts to a winter tracked snow and ice removal/treatment machine • Converts the Groundsmaster3 7200 into a snow removal machine complete with two rubber tracks and a climate control cab • Track tread is designed for slick ground such as an ice rink • Switch between snow attachments in minutes • POLAR TRACT"" attachments: snow blower, rotary broom, angled snow blade, and v-plow GM5900:InfoCenterTM The onboard InfoCenter monitors and displays machine functions to help keep diagnostic time down, and operating hours UP. Groundsmaster 5900 and 4000, Bi-directional impact absorption on winq decks up to 5 mph. Groundsmaster 4300 and 360-4WD: Cross Trax all—wheel drive system Reelmaster 5010H Hybrid Fueled Reel Mower Patented PowerMatch technology—the first true hybrid system in a mower that smartly varies and seamlessly matches the power needed from two sources for traction and mowing depending on the workload encountered. The self-charging, 48 volt battery pack is the same type used in the auto industry, and is paired with a more fuel efficient, 24.8 hp diesel engine that results in fuel savings of 20% or more compared to similar mowers. EdgeSeries Reels Reduced maintenance through improved edge retention (resulting from use of more advanced reel blade material and improved design geometry). GeoLink Precision Spraying System The first turf-based GPS spray system, with individual nozzle control and centimeter-accuracy that ensures only the target area is covered. The GPS system reduces operator error,monitors area treated and tracks chemical usage, resulting in savings of 14% on average. City of Mesa RFP for: Grounds Maintenance, Equipment, Parts,Accessories, Supplies, Related Services and Equipment Solicitation#2017025 Page 1035 of 1406 ProCore 648 Rear Wheel Placement The unique design places the wheels in front of the aeration head so adjacent passes can be made without running over cores or freshly aerated turf. This prevents damage to the turf and the fresh holes. Eliminating crushed cores makes cleanup easier, which in turn leads to a more efficient aeration process. Series/Parallel 3WD Patented system that improves traction by maintaining power to the wheels. This leads to improved performance on undulating turf and more consistent hole spacing. TrueCoreTm Ground Following System System enables consistent hole depths of up to 4 inches to be achieved. It automatically adjusts the aeration head to maintain the desired tine depth on undulating turf. This leads to a consistent aeration result and uniform turf conditions. RotaLinkTm Tine Guide Mechanism Ensures tines remain vertical as they enter and exit the ground. This produces consistently clean holes for better looking turf and easier top dressing fill. Precision Balanced Drive System Drive system is modeled after a 6-cylinder engine with precision balancing. This configuration eliminates hopping, rocking and uncomfortable vibration. This leads to less operator fatigue and discomfort, while providing a more productive aeration experience. ProCore 864/1298 Tine Guide Mechanism Ensures tines remain vertical as they enter and exit the ground. This produce consistently clean holes for better looking turf and easier top dressing fill. Precision Balanced Drive System Toro's precision balanced coring heads provide exceptionally smooth operation allowing the operator to run the unit in the up position. This simplifies operator interface and improves efficiency. Articulating Coring Heads (1298) The ProCore 1298 features two independent coring heads that articulate for exceptional ground following. ProCore SR Series (deep tine) Hydraulic depth control Allows operator to easily and quickly adjust aeration depth on the fly from the tractor's seat Intelligently Engineered Unique geometry of the aerator maintains tine-to-turf engagement angle as depth is adjusted. This provides consistent aeration across the depth spectrum without additional adjustments GreensPro Rollers The overlapping smoothing rollers deliver uniform roll across the entire machine. Competitive models do not have feature resulting in a strip of unrolled turf between rolling heads Integrated Trailer City of Mesa RFP for: Grounds Maintenance, Equipment, Parts,Accessories, Supplies, Related Services and Equipment • Solicitation#2017025 Page 1036 of 1406 The GreensPro features an integrated trailer allowing for simple and fast transport. Many competitive models require a separate trailer which makes transport slower and often requires flat ground for the roller to be dismounted Familiar Steering The GreensPro 1200 is controlled by a steering wheel which is familiar to most operators. Other rollers have a variety of steering techniques providing a steeper learning curve and can challenging and less safe for new operators. ProStripe 560 Simple Height of Cut Adjustment The cutting height on the ProStripe 560 can be adjusted via a single lever. Competitive models feature three points to adjust cutting height which is more complicated and more likely for error Split Rear Roller The ProStripe 560 features a split differential allowing each half of the roller to move independently. This feature provides two key benefits: (1) It helps protect turf from scuffing in sharp turns; (2) It provides the needed flexibility for the ProStripe to mow a wider variety of locations competitive models cannot easily operate. MP 5800 • Exclusive 6 Diaphragm Pump provides not just the pressure but also the proper volume needed to maintain proper application rate. • Elliptical chemical tank with side agitation nozzles— together with the 6 Diaphragm pump creates a rolling agitation action in the tank for a homogenous mix and also has the benefit of exceptional chemical mixing capabilities. • Tri Truss booms with impact breakaway feature protects nozzle turrets and nozzles from damage. • Exclusive Ultra Sonic Boom accessory kit that automatically maintains the proper 20" boom height, maintaining proper application rate. • Available chemical loading Eductor kit that lowers down to waist height for safe and easy loading of chemicals. • Exclusive available chemical tank Triple Rinse kit that automatically triple rinses the inside of the tank. The system can be operated while the machine is being driven. Workman GTX utility vehicle An unequalled combination of comfort, versatility, power and control make the Workman GTX simply superior to competitive utility vehicles. • Comfort: incorporating a split frame and gimbal joint which isolate movement away from the operator while keeping the bed stable. This class-exclusive feature increase comfort, reduces operator fatigue, and increases safety by keeping all four wheels solidly on the ground. • Versatility: Featuring hundreds of configurable options that include front and rear attachments, including trash can mount, hose reel, walk spreader mount, four and six foot flat bed options, and a bed rack with easily customizable attachment points for string trimmers and other tools. The Workman GTX can also be stretched from two to four seats with an extension kit. • Power. choice of either 429cc gasoline engine or 48-volt brushless A/C electric motor provide the performance to tow 1,000 lbs, ora total vehicle capacity of 1200 lbs. City of Mesa RFP for: Grounds Maintenance, Equipment, Parts,Accessories, Supplies, Related Services and Equipment Solicitation#2017025 Page 1037 of 1406 • Control: Class-exclusive hydraulic disc brakes give reliable and consistent stopping power, while the coil-over shocks deliver a smoother ride, minimizing operator fatigue. Workman MD utility vehicle SRQTM -Superior Ride Quality SRQTM combines a coil-over shock absorber suspension design with the Active In-Frame TM twister joint. Front suspension is Independent A-Frame design with coil-over shock absorbers. Rear suspension is Swing Arm design with coil-over shock absorbers. Benefits include operator comfort, safety, reduced operator fatigue, and productivity and efficiency gains. Active In-Frame TM Twister Joint The innovative Active In-Frame TM Twister Joint allows each axle to react independently to the terrain. The result is the smoothest ride over the most undulating surfaces. All four wheels maintain constant contact with the ground for better traction, stability and less potential turf damage. Operator/Passenger Platform Extended front frame for additional legroom to enhance SRQTm benefits of operator and passenger comfort. Payload Capacity The Workman® MD Series utility vehicles have the highest total payload capacities in their class for maximum productivity. Get more jobs done in less time. MDX/MDX--D - 1,650 lbs. (748 kg); MD- 1,250 lbs. (567 kg);MDE- 1,200 lbs. (544 kg) Rugged Body Styling New rugged injection-molded body styling. Latch opened hood design for ease of access for technicians. Durable Plastic Cargo Bed Double-walled composite bed can withstand the elements and heavy loads, and won't rust or dent. Workman HD Series utility vehicles Tough Frames The Workman®front space frame design is multi-dimensional or truss like,providing superior strength and torsional rigidity in rough terrain. The rear frame uses a C-channel design to provide superior strength in hauling heavy loads. On Demand 4-wheel Drive The Workman is available with an on-demand four-wheel drive system that delivers surefooted traction in forward and reverse, without damaging your turf. Front Impact Bumper A specially designed composite bumper with seven (7) energy absorbing crush zone cones protects the Workman to withstand impacts up to 3 mph (4.8 km/h) under full load with no permanent deformation. DeDion Rear Axle The DeDion rear axle design is an automotive technology which isolates the engine, transmission and main frame from all load forces, eliminating stress to these main components. The 1-beam design provides superior ability to handle vertical loading, exactly the reason 1-beams are used extensively in the construction industry. Ride Quality City of Mesa RFP for: Grounds Maintenance, Equipment, Parts,Accessories, Supplies, Related Services and Equipment • Solicitation#2017025 Page 1038 of 1406 Independent front suspension consisting of two double A-frames with opposing dual coil springs and dual shock absorbers provides 5.75 in. (14.6 cm) of front suspension travel. Rear suspension design consists of DeDion rear axle and dual independent leaf springs and shock absorbers to provide 3 in. (7.6 cm) of rear travel. Benefits include operator comfort, safety, reduced operator fatigue, productivity and efficiency gains. Disc Brakes 4 wheel hydraulic disc brakes provide greater stopping power and easier servicing than traditional drum brakes. Payload Capacity The Workman®HD vehicle provides the highest industry total payload capacity up to 3,002 lbs. (1,364 kg). Pro Force Blower Wireless Remote Control Start or stop the engine of the blower for complete operational control. Adjust engine throttle up and down for high to low RPM range of operation. Rotate the nozzle 360 degrees in either direction. Efficient Turbine-type Fan Assembly Design Greater air flow to move debris further and finish the job faster. Durable Nozzle Single piece rotomolded plastic nozzle is more resistant to damage and is more durable for lower repair costs and less downtime. Electronic Governor Coupled with functionality of wireless remote control, the Kohler3 electronic governor allows the operator to have precise engine speed control. Fully Enclosed Exhaust System Muffler enclosed in protective cage for increased operator safety. Heavy-Duty Trailer& Tow Hitch Height and length of tow hitch are adjustable to accommodate different towing utility vehicles. DOT approved trailer also available. Rugged Construction Rugged construction,including 1/4"(6 mm)steel frame,provides years of trouble-free service. g. All equipment offered must meet the current minimum Tier 4 Environmental Protection Agency (EPA) requirement. All Toro equipment meets current Tier 4 requirements. h. Describe how your firm will notify customers of new equipment, used equipment and services. The Toro Company proactively markets new product and equipment services when new releases enter the marketplace. This is done by using a variety of communication mediums including microsites/website, national advertising (both digital and print), videos, authoring industry articles, and featuring the new products and/or services at the various industry trade shows. In addition to the exposure Toro directly provides, its Distributors also invest in communicating the new product and/or services by supplying its customer base with Newsletters and supporting demos and/or field days. • City of Mesa RFP for: Grounds Maintenance, Equipment, Parts,Accessories, Supplies, Related Services and Equipment Solicitation#2017025 Page 1039 of 1406 i. Completed "Sample Equipment Specifications" (Attachment C) See attachment C j. All bidders must submit complete manufacturers'descriptive literature regarding the equipment they propose to furnish in attachment C. The literature shall be sufficient in detail in order to allow a full and fair evaluation of the bid submitted. Failure to include this information may result in the bid being reiected. See Commercial Equipment Guide tabs for specific products from Attachment C K. Submit all information that will aid the City in evaluating your proposal. A unique offering that Toro has is MyTurf maintenance tracking system. MyTurf is a web based system designed to allow you to track the Cost of Operating your fleet of turf equipment. Product information is loaded into the system and then when you have a maintenance task against that product you can track costs. This is a great tool to make business decisions as to whether to repair or replace a product. For your Toro products, the system gives you dynamic real time service bulletins, operator manuals parts catalogs, ordering availability and product schematics. MyTurf also allows you to use our Wireless Hour Meters that automatically update the system with the hours of operation of each piece of equipment. When the hours of operation reach a point where a maintenance procedure needs to be performed you will receive a notification. This helps assure that regular maintenance is not overlooked and extends the life of your equipment. 4. Services a. Provide a detailed written response illustrating how your firm or the authorized dealers will provide services to meet the requirements of this solicitation. Offerors should provide the proposed services that will meet the Service Requirements section of the Scope Work outlined in this solicitation. For each proposed category, describe and/or provide details explaining your capabilities. In your response include information such as: b. Provide detailed information explaining your service capabilities. Toro utilizes our channel partners to provide service and support to our end user customers. For our Commercial division we have 22 distributors in the United States with many satellite offices to meet your needs. They have protected territories which allows them to make significant investments in their facilities and people to support the equipment and services they provide. The Toro Company provides technical assistance and support to our distributor operations teams. This includes troubleshooting equipment issues, providing updates to equipment, issuing service bulletins, working through warrantee issues, implementing performance standards and measurements,providing on-site support when needed for product quality concerns and developing action plans for improvement. We have processes in place to help our channel partners exceed the needs of our customers developed through our 100 years of experience. These include monitoring our customers opinion of our service and developing improvements as necessary to achieve Customer Satisfaction Index scores above 9. Here is an example of a some of our processes and reporting. City of Mesa RFP for: Grounds Maintenance, Equipment, Parts,Accessories, Supplies, Related Services and Equipment Solicitation#2017025 Page 1040 of 1406 Customer Buying Experience(CBE)—Work Flow Process 0 Customer Receives emails Submits su rvey via y0 Purchases Toro for CBE email rn Product experience survey 7 U Distributor submits Respond/ invoice data acknowledge to Q alerts and view through dashboard/ rn connectivity D scorecard C 0 Connectivity Pulls monthly data registers batch registrations Pull same the customer for CBE 6 week batch for CPE 6 product email survey. 5h month survey 0 of each month O H N O O TAC Reporting— rn Rec.final repoN U U apply rules/submit O to CustomerSat O H (6 Sends alerts and CustomerSat Submits email Receives updates O receives data surveys. customers dashboard/ rn feedback scorecards 3 U City of Mesa RFP for: Grounds Maintenance, Equipment, Parts,Accessories, Supplies, Related Services and Equipment Solicitation#2017025 Page 1041 of 1406 Key Trend-Customer Effort Score Key Trend-Overall Satisfaction "WN�v M _2W1 0 CES Crvera11 satiO-ti.. Key Trend-NPS Score i 41 Key Drivers-2011 cl Fi—d Hghtfi-,tti.. 'o -r'vutiv.nArcatwn P..'d E am ', 15ngipeahle about you M'Y X111 F 1 kii sfasNon t4et Promoter 5cn re c. Provided detailed information explaining the service capabilities of your authorized dealers. Simpson Norton's service area covers the entire State of Arizona, New Mexico, Las Vegas, NV (Clark County) and parts of western Texas including El Paso and surrounding communities. Simpson Norton has a fleet of in-field repair trucks that will perform repair services on equipment at job site for both warranty and non-warranty repairs. Our Goodyear facility staffs seven full-time service technicians and staffs two full-time service technicians in our Las Vegas facility. Simpson Norton has two full-time in-field techs that reside in New Mexico. All Toro's Commercial distributors nationally have similar capabilities and resources. d. Describe the maintenance programs offered. If a maintenance program is selected by the City, will your firm provide a loaner or rental machine if the machine is down for more than twenty- four(24) hours? Our distributors may offer a variety of maintenance programs depending on the need of the customer. These range from Time and Materials type services, Preventive maintenance contracts,Full Service maintenance contracts that include preventive maintenance and repairs. These programs are priced based on the specific needs of the customer, equipment age and condition. The distributor can provide pricing for these programs on a local level. Our distributors try to accommodate customers with a loaner when equipment is down. e. Describe your preventative maintenance program (PMP) for each of the sample equipment (AttachmentA). Provide the expected useful life and salvage value for each piece of equipment. City of Mesa RFP for: Grounds Maintenance, Equipment, Parts,Accessories, Supplies, Related Services and Equipment Solicitation#2017025 Page 1042 of 1406 Provide a list and per unit price of typical repair parts replaced during a piece of equipment's useful life. In addition, submit life cycle costing information based on 2,000 annual hours of service. Our experience shows that annual usage for the Southwest part of the United States is about 800 hours per year. Usage of equipment such as utility vehicles and bunker rakes is much less than that. We have included our preventive maintenance schedules and typical replacement parts such as filters and best for each of the pieces identified in Attachment C.As far as useful life and salvage value, there are so many variables that go along with this that it is difficult to provide information. It is dependent on how you operate the equipment, the conditions in which you operate and the maintenance practices performed. We will note that Toro equipment typically has a higher residual value for off-lease items than our competitors. f. Describe your training programs.The proposed training program shall include but not be limited to: 1. How will equipment training be conducted? The Toro Company offers in-depth factory training at a reasonable cost to the end user. This training takes place at Toro's headquarters in Bloomington, MN. The dates vary year by year. Simpson Norton's salesperson can discuss these offerings as they are made available by The Toro Company. Local training is offered by Simpson Norton and the educational content varies depending on the end user's needs. Group training is offered by Simpson Norton each year. Dates and cost of training vary from year to year. Simpson Norton offers training Monday-Friday during normal business hours (excludes holidays). Certificates of completion are issued to each attendee after completion of training classes. 2. Describe the training curriculum for the equipment operators. All new and used equipment delivered to the customer includes one-on-one or group training provided by the salesperson and service staff. Operator safety training for all product is offered in one or more of the following media:DVD,online video or paper manual, and provided with each new piece of equipment. 3. Describe the training curriculum for the service technicians. The Toro World Headquarters offers factory training, including a Turf Technician Course. Topics include the following: • Cutting Unit Technology: Cutting unit set-up and adjustments • Traction Units: Electronic and hydraulic systems diagnostics, troubleshooting and testing • Tier4 Engine Systems: Overview of why and how they work • Spray Systems: Components, operation and calibration • Preventive maintenance systems, myTurf, TLC, Parts, and Toro Information Systems • Open forum and a tour of Toro's development and testing labs Local training is offered by Simpson Norton and the educational content varies depending on the end user's needs. City of Mesa RFP for: Grounds Maintenance, Equipment, Parts,Accessories, Supplies, Related Services and Equipment Solicitation#2017025 Page 1043 of 1406 4. How will you accommodate various work shifts? Simpson Norton offers training Monday-Friday during normal business hours (excludes holidays). Additional arrangements can be accommodated upon request. 5. What type of documentation is provided with the proposed training? Operator manuals, repair manuals, etc. are provided with each new piece of equipment. Certificates of completion are issued to each attendee after completion of training classes. 6. Is a "train the trainer" program available? Is this training different than the regular initial training? Can training sessions be recorded for future use by the agency? A train the trainer program is not available at this time, but is actively being considered. In the meantime, arrangements can be made to accommodate this training upon request. g. Submit all information that will aid the City in evaluating your proposal. In order to provide the best customer service possible, distributor technicians undergo a rigorous training program consisting of online learning and practical hands-on exercises. The below curriculum is currently under development, with distributor service technicians completing portions as they are introduced. owe cjz �c a ahapco � Deliver General Coarses Hydraulics Online X X X X X X X Engines Online X X X X X X X Drivelines Online X X X X X X X Electrical Online X X X X X X X Service Orientation New Hire Orientation at Lyndale Classroom X X X X X X X Product Introduction Courses Introduction to Sprayers Online X X Introduction to Reels Online X X Introduction to Rotaries Online X X Introduction to Vehicles Online X X Introduction to Specialty Equipment Online X X Hands-On Courses Hands-On Sprayers Classroom X X Hands-On Reels Classroom X X Hands-On Rotaries Classroom X X Hands-On Vehicles Classroom X X Hands-On Speciality Equipment Classroom X X City of Mesa RFP for: Grounds Maintenance, Equipment, Parts,Accessories, Supplies, Related Services and Equipment Solicitation#2017025 Page 1044 of 1406 7. Ordering and Invoices a. Describe your ordering capacity (telephone, fax, internet, etc.). Provide details of the capabilities of your E Commerce website including ability to display contract pricing, on-line ordering,order tracking,search options,order history,technical assistance, lists,technical data and documentation, identification of alternate green products, etc. For Simpson Norton, orders can be called in, faxed, mailed and emailed. Office hours are M-F 6a.m. —4p.m. www.Toro.com can be utilized to look up parts, parts breakdowns, technical data and documentation (most at no charge). Our myTurf service can also be used for parts lookup and ordering. Requests for tracking orders and order history can be completed by our staff as requested. The sales team can help identify alternative fuel products, etc. b. Describe the equipment delivery process and your delivery commitment. What are standard equipment delivery timeframes?Are there cut off dates and how are these dates communicated to customers. Typically equipment is setup and delivered to the customer's designated delivery location 4-6 weeks after receipt of purchase order. Delivery times vary based on the type of equipment.Any delivery dates noted on the customer's PO are honored. If for some reason a deadline cannot be met, the salesman will work closely with the customer to find a mutual solution.A Certificate of Delivery accompanies each piece of new Toro equipment. (see copy attached). The customer retains a copy along with a binder including operator parts manuals along with any other documentation pertaining to that specific piece of equipment. Updates for delivery dates are communicated by the salesman. There really are no cut off dates unless a customer is trying to order before a price increase.Again the salesman would communicate this information to the customer. c. Describe your invoicing process. Is electronic invoicing available? Is summary invoicing available? Are there other options on how an agency receives an invoice? Submit sample invoices. Invoicing is done daily for all deliveries made that day. Invoices can be sent electronically (emailed) or mailed depending on the customer's needs. Statements are typically mailed, but can be setup to be sent electronically(email). (See attached sample invoice). 8. Other a. Describe any government rebate programs that are offered. State and local governments may develop programs to incent their constituents to purchase alternative fuel products. Each agency would need to inquire with their state or local government agency to determine any current program. Toro will work with each agency to provide the required product for the rebate offered. City of Mesa RFP for: Grounds Maintenance, Equipment, Parts,Accessories, Supplies, Related Services and Equipment Solicitation#2017025 Page 1045 of 1406 This sheet is to be completed and used in conjuction with the pricing page (Attachment A). BUNKER RAKE SPECIFICATIONS Item 1 VENDOR ITEM/MINIMUM REQUIREMENT I COMPLY? EXCEPTION/ALTERNATIVE ENGINE V-Twin cylinder, 4-cycle, OHV. Y N 18 hp (13.4 kW) @ 3600 rpm. Y N Displacement: 34.8 cu. in. (570 cc) Y N Oil capacity: 1.75 quart (1.8 liter) Y ' N Cooling: Air(high flow blower) Y N Air cleaner system: Remote mounted 3-phase Y N Donaldson° air cleaner TRACTION Drive: Direct driven hydrostatic variable speed displacement piston pump to 3 hydraulic motors for Y N 3WD, hydraulic traction system. Brakes: Dynamic braking through the hydrostatic Y N transmission, hand actuated brake lever. Hydraulic oil: 5.0 gallon (18.9 liter). 10 micron replaceable cartridge. Y N Main frame: Welded rectangular tubular steel frame Y N construction. Controls: Hand operated choke,throttle, and hydraulic Y N control for raising/lowering with float. GROUND SPEED Infinitely variable 0-10 mph (16 km/h)forward; 4.3 mph (6.9 km/h) reverse. Y N ELECTRICAL Battery: 12 volt, 15 amp., 300 CCA @ 0 F Y N Starter: 12 volt electric Y N Light kit Y N STEERING Hydraulic Power Steering I Y N OTHER CHARACTERISTICS Rear Rake and Frame Y N Ground Clearance: 6.0" Y N Page 1046 of 1406 HEAVY DUTY UTILITY VEHICLE SPECIFICATIONS Item 2 VENDOR ITEM/MINIMUM REQUIREMENT I COMPLY? EXCEPTION/ALTERNATIVE ENGINE v-twin 4-cycle, OHV gas, liquid-cooled, gasoline Y N powered engine Horsepower- 28 HP Y N Torque 40.8 Y N Displacement—69 cu. in. (747 cc) Y N 45.6 cu. In. (747cc) Oil Capacity—2 qts. Y N Governor type— Mechanical centrifugal Y N Lube Oil Filter—Full flow with spin-on oil filter Y ' N Lubrication— Full-pressure lubrication Y N Starting System— 12-volt starter j Y N In Line Fuel Filter I Y N PAYLOAD CAPACITY Rated Capacity—approx. 3,295 lbs I Y I N DRIVETRAIN Auto Transmission w/ Electric Differential Lock Y N ELECTRICAL SYSTEM Lights—Two seated high/low-beam headlights; Y N stoplight/taillight No high/low beams.Twin LED headlights Fuel Injected w/ Electric Choke Y N Hydraulic System—6.8 gal. (25.7) capacity; 25- micron, full-flow filtration; biodegradable fluid; oil cooler Y N standard 16 quart capacity STEERING Automotive power steering I Y N BRAKES Hydraulic disc brakes, self-adjusting on all wheels, mechanical cable actuated caliper parking brake on Y N rear wheels Page 1047 of 1406 SURROUNDS MOWER SPECIFICATIONS Item VENDOR ITEM/MINIMUM REQUIREMENT I COMPLY? EXCEPTION/ALTERNATIVE ENGINE Fuel = Diesel Y N Size =Approx. 52 Cubic Inches Y N 68.5 cu. in. Power=Approx. (Gross) 35 Hp Y N 21.5 Hp Air Cleaner= Dual-Stage With Restriction Indicator Y N Heavy-duty, radial seal air cleaner Cooling= Liquid Y N Oil Filter= Full Flow Filter Y N Cylinders =3 Y N Displacement=67.1 Cubic Inches Y N 68.5 cu. In. CAPACITIES FUEL= 11 Gal Y N 7.5 Gal ENGINE OIL=3 Qt Y N 4.25 Qt HYDRAULIC OIL= 3.5 Gal Y N DRIVE SYSTEM Traction Drive= Full time 3 Wheel Drive Reduce Slip System (RSS), 2-pedal foot controlled; or equivalent Y N Series Parallel 3 wheel drive BRAKES 2-wheel Disc Y N 2-wheel drum Hand controlled Park Brake Y N Closed loop traction system. Y N OTHER STANDARD EQUIPMENT Drive Wheels=Hydraulic, Standard 3 Wd Y N Traction Drive=Three-Wheel Drive Reduce Slip System, 2-Pedal Controlled Y N Series Parallel 3 wheel drive CUTTING UNITS Number=3 Reel Cutting Units Y N SIZE =Approx. 26" Y N 27" Number Of Blades =8 _Y__ N Backlapping= Standard Y N Variable reel speed to set clip properly for CLIP FREQUENCY= 0.126-In/Mph Y N the ground speed and HOC. Front Rollers= Grooved Y ,I N jWeihIe rollers Reel Diameter=7" Y N BEDKNIFE ADJUSTMENT= Reel-To-Bedknife Y N Duel Point Adjustment- Bedknife-to-Reel Rear Rollers= Solid Y N ELECTRICAL AND SAFETY INTERLOCKS DIAGNOSTICS= On board Diagnostics with the White Box Controller and (SOS) Sit on Sit Diagnostics; or y N Standard Control module with diagnostic equivalent lights. Neutral start switch Y N Operator presence switch (in seat) Y N Mow/Transport switch Y N Park brake set switch. Y N Page 1048 of 1406 TRIPLEX GREENS MOWER SPECIFICATIONS Item 4 VENDOR ITEM/MINIMUM REQUIREMENT I COMPLY? EXCEPTION/ALTERNATIVE ENGINE Power= 18 HP Y N Type =Gas (Unleaded) powered Y N CAPACITIES Fuel Capacity= 7.0 gal Y N Hydraulic Oil = 7.5 gal primary, and 1.0 gal auxiliary Y N tank DRIVE SYSTEM Traction Drive= Hydrostatic piston pump closed loop system. Foot pedal forward and reverse; infinitely Y N variable IMPLEMENT DRIVE Hydraulic drive, individual pump and valve sections operating three reels Y N CUTTING UNITS Number=3 Y N Type = 11 Blade Y N BEDKNIVES= Lo-Cut, 1/8" Y N Height Of Cut Range =0.125"—0.750" Y N Reel Frame Y N Reel Diameter=5" Y_ N Blades Shall Be High Carbon Steel Y N OTHER STANDARD EQUIPMENT STEERING Power Y N Gas Shock Y N Double acuating steering cyclinder CONTROLS LED Light Kit Y N Raise/lower mow lever (joystick) Y N Page 1049 of 1406 WIDE AREA ROTARY MOWER SPECIFICATIONS Item 5 ITEM/MINIMUM REQUIREMENT COMPLY? VENDOR EXCEPTION/ALTERNATIVE ENGINE AND CAPACITIES ENGINE 55 HP, Liquid Cooled Turbo Charged Diesel Y N AIR CLEANER Dry, replaceable primary and safety elements Y N RADIATOR Rear-mount cross-flow,7-row,5-fins per inch, 13 quart(10.4 Y N Rear-mount,cross-flow,7-row,6.3 fins per inch,9 uart 8.5 liter capacity FUEL CAPACITY Approx. 22 gallon (72 liter)diesel fuel/biodiesel B-20 Y N DRIVE SYSTEM TRACTION DRIVE Full time bi-directional hydrostatic,closed-loop,4wd Parallel hydrostatic,closed loop system with full- transmission,variable displacement piston pump with servo time 4WD. Forward/reverse in low(mow)and high controls powers fixed displacement piston motors which (transport)range with full-time,automatic traction drive single action reduction planetary gear assemblies at Y 'N assist(forward only)standard.Variable displacement piston pump with electronic servo each front wheel. Parallel hydraulic flow powers fixed control powers dual speed displacement piston displacement piston motor,which drives mechanical axle in motor drive into double reduction planetary in rear. 2wd in forward (transport) range. front,and mechanical axle in rear. HYDRAULICS/COOLING 8.75 gallon (33.1 liter)capacity with 10 micron 12 gallon capacity 2 micron remote spin-on filter. 19 row, remote spin-on filter.9 row,single pass cooler Y N with tilt out for cleaning.Variable speed radiator single pass cooler with tilt out for cleaning. cooling fan with automatic(based on coolant and oil temps)and manual reversing capabilities. OTHER CHARACTERISTICS DIAGNOSTICS Diagnostics pressure test ports:forward and reverse traction, left,center,and right decks. Reverse 4WD, lift,and Y N steering. Charge and deck counterbalance circuits. INTERLOCKS Prevents engines from starting unless traction pedal is in neutral and deck is disengaged. If operator leaves seat with deck engaged,engine stops. Mowing only permitted in low Y N range. Engine stops if parking brake engaged and traction pedal not in neutral. Deck transport latches. CUTTING UNITS WIDTH OF CUT Overall approx. 109" . Center deck 54".Two 37"Wings all Y N Overall: 132" (335 cm), Front:62" (157.5 cm), upfront Wings:42" (106.7 cm),Overlap:7" (12.8 cm). MOWING RATES Mows up to 6.5 acres/hr at 7 Mph assuming no overlaps orY N Mows up to 10.6 acres/h (4.3 hectares/h)at 8 mph stops (12.4 km/h)(assumes no overlap or stops). OTHER STANDARD EQUIPMENT Light Kit I Y I N 10ptional lCanopy I Y I N 10ptional Page 1050 of 1406 FAIRWAY MOWER SPECIFICATIONS Item 6 VENDOR ITEM/MINIMUM REQUIREMENT I COMPLY? EXCEPTION/ALTERNATIVE ENGINE AND CAPACITIES ENGINE 3 Cylinder 36.8 hp Diesel, Liquid Cooled Y N Pressurized Lubrication System w/5.0 Qt Y N FUEL CAPACITY Approx. 14 gallon diesel fuel/biodiesel B-20 Y N HYDRAULIC CAPACITY 15 Gallon Capacity w/Spin on 10 Micron Filter Y N CONTROLS Single foot operated pedal with speed limiter Y N Foot Activated parking brake Y N Hand operated key switch,throttle, isochroous engine Y N speed control. Hand operated raise/lower joystick for reel raise and Y N lower, headlight switch and pivoting control console. ELECTRICAL 12 Volt, 570 CCA battery w/55 Amp alternator, Y N electronic control unit that is microprocessor based. Solid State with diagnostic capabilites for all safty Y N switch and operator present switches. CUTTING UNIT Y_ N 5-22" 11 blade cutting units with edgemax bed knives 100"width of cut w/3" grooved front roller and Y N smooth rear roller OTHER EQUIPMENT Rear roller Powered brushes ,_Y___ N Air-ride seat Y N Sun Shade Y_ N Page 1051 of 1406 Attachment C - Sample Equipment Specifications This sheet is to be completed and used in conjuction with the pricing page (Attachment A). BUNKER RAKE SPECIFICATIONS Item 1 VENDOR ITEM/MINIMUM REQUIREMENT I COMPLY. EXCEPTION/ALTERNATIVE ENGINE V-Twin cylinder, 4-cycle, OHV. Y N 18 hp (13.4 kW)@ 3600 rpm. Y N Displacement: 34.8 cu. in. (570 cc) Y " N Oil capacity: 1.75 quart (1.8 liter) Y N Cooling: Air (high flow blower) I Y " N Air cleaner system: Remote mounted 3-phase Y N Donaldson®air cleaner TRACTION Drive: Direct driven hydrostatic variable speed displacement piston pump to 3 hydraulic motors for Y N 3WD, hydraulic traction system. Brakes: Dynamic braking through the hydrostatic Y N transmission, hand actuated brake lever. Hydraulic oil: 5.0 gallon (18.9 liter). 10 micron Y ! N replaceable cartridge. Main frame: Welded rectangular tubular steel frame Y N construction. Controls: Hand operated choke, throttle, and hydraulic Y N control for raising/lowering with float. GROUND SPEED Infinitely variable 0-10 mph (16 km/h)forward; 4.3 mph Y I N (6.9 km/h) reverse. ELECTRICAL Battery: 12 volt, 15 amp., 300 CCA @ 0 F Y N Starter: 12 volt electric Y__ N Light kit Y N STEERING Hydraulic Power Steering I Y '!I N OTHER CHARACTERISTICS Rear Rake and Frame Y N Ground Clearance: 6.0" Y N Page 1052 of 1406 HEAVY DUTY UTILITY VEHICLE SPECIFICATIONS Item 2 VENDOR ITEM/MINIMUM REQUIREMENT I COMPLY. EXCEPTION/ALTERNATIVE ENGINE v-twin 4-cycle, OHV gas, liquid-cooled, gasoline Y N powered engine Horsepower-28 HP Y N Torque 40.8 Y N Displacement—69 cu. in. (747 cc) Y I N 145.6 cu. In. (747cc) Oil Capacity—2 qts. Y N Governor type—Mechanical centrifugal Y " N Lube Oil Filter— Full flow with spin-on oil filter Y N Lubrication — Full-pressure lubrication Y " N Starting System— 12-volt starter Y N In Line Fuel Filter I Y I N PAYLOAD CAPACITY Rated Capacity—approx. 3,295 lbs I Y '!I N DRIVETRAIN Auto Transmission w/Electric Differential Lock Y I N ELECTRICAL SYSTEM Lights—Two seated high/low-beam headlights; Y N stoplight/taillight No high/low beams. Twin LED headlights Fuel Injected w/Electric Choke Y N Hydraulic System—6.8 gal. (25.7) capacity; 25- micron, full-flow filtration; biodegradable fluid; oil cooler Y N standard I 1 116 quart capacity STEERING Automotive power steering I Y '!I N BRAKES Hydraulic disc brakes, self-adjusting on all wheels, mechanical cable actuated caliper parking brake on Y N rear wheels Page 1053 of 1406 SURROUNDS MOWER SPECIFICATIONS Item 3 VENDOR ITEM/MINIMUM REQUIREMENT I COMPLY. EXCEPTION/ALTERNATIVE ENGINE Fuel = Diesel Y N Size =Approx. 52 Cubic Inches Y " N 68.5 cu. in. Power=Approx. (Gross)35 Hp Y N 24.5 Hp Air Cleaner= Dual-Stage With Restriction Indicator Y N Heavy-duty, radial seal air cleaner Cooling = Liquid Y N Oil Filter= Full Flow Filter Y N Cylinders =3 Y " N Displacement= 67.1 Cubic Inches Y N 68.5 cu. In. CAPACITIES FUEL= 11 Gal Y N _ 7.5 Gal ENGINE OIL =3 Qt Y N 4.25 Qt HYDRAULIC OIL =3.5 Gal Y '! N DRIVE SYSTEM Traction Drive = Full time 3 Wheel Drive Reduce Slip Y N System (RSS), 2-pedal foot controlled; or equivalent BRAKES 2-wheel Disc Y N 2-wheel drum Hand controlled Park Brake Y N Closed loop traction system. Y '! N OTHER STANDARD EQUIPMENT Drive Wheels=Hydraulic, Standard 3 Wd Y " N Traction Drive =Three-Wheel Drive Reduce Slip Y N System, 2-Pedal Controlled CUTTING UNITS Number=3 Reel Cutting Units Y N SIZE =Approx. 26" Y N 27" Number Of Blades =8 Y N Backlapping = Standard Y N Y N Variable reel speed to set clip properly for CLIP FREQUENCY=0.126-In/Mph the ground speed and HOC. Front Rollers =Grooved Y N Weihle rollers Reel Diameter=7" Y N BEDKNIFE ADJUSTMENT= Reel-To-Bedknife Y N Dual Point Adjustment- Bedknife-to-Reel Rear Rollers =Solid Y N ELECTRICAL AND SAFETY INTERLOCKS DIAGNOSTICS =On board Diagnostics with the White Box Controller and (SOS)Sit on Sit Diagnostics; or Y N Standard Control module with diagnostic equivalent lights. Neutral start switch Y _I N Operator presence switch (in seat) Y N Mow/Transport switch Y " N Park brake set switch. Y N Page 1054 of 1406 TRIPLEX GREENS MOWER SPECIFICATIONS Item 4 VENDOR ITEM/MINIMUM REQUIREMENT I COMPLY. EXCEPTION/ALTERNATIVE ENGINE Power= 18 HP Y N Type =Gas (Unleaded) powered Y N CAPACITIES Fuel Capacity= 7.0 gal Y N Hydraulic Oil =7.5 gal primary, and 1.0 gal auxiliary Y N tank DRIVE SYSTEM Traction Drive = Hydrostatic piston pump closed loop system. Foot pedal forward and reverse; infinitely Y N variable IMPLEMENT DRIVE Hydraulic drive, individual pump and valve sections Y I N operating three reels CUTTING UNITS Number=3 Y N Type = 11 Blade Y " N BEDKNIVES = Lo-Cut, 1/8" Y N Height Of Cut Range = 0.125"—0.750" Y " N Reel Frame Y N Reel Diameter=5" Y N Blades Shall Be High Carbon Steel Y N OTHER STANDARD EQUIPMENT STEERING Power Y " N Gas Shock Y N Double acuating steering cyclinder CONTROLS LED Light Kit I=N Raise/lower mow lever Qoystick) y I N Page 1055 of 1406 WIDE AREA ROTARY MOWER SPECIFICATIONS Item 5 ITEM/MINIMUM REQUIREMENT COMPLY. VENDOR EXCEPTION/ALTERNATIVE ENGINE AND CAPACITIES ENGINE 55 HP, Liquid Cooled Turbo Charged Diesel Y N AIR CLEANER Dry, replaceable primary and safety elements Y N RADIATOR Rear-mount cross-flow, 7-row, 5-fins per inch, 13 quart ( Y N Rear-mount, cross-flow, 7-row, 6.3 fins per inch 9 civart 8.5 liter ca acit FUEL CAPACITY Approx. 22 gallon 72 liter diesel fuel/biodiesel B-20 Y_ N DRIVE SYSTEM TRACTION DRIVE Full time bi-directional hydrostatic, closed-loop, 4wd " Parallel hydrostatic, closed loop system with transmission, variable displacement piston pump with full-time 4WD. Forward/reverse in low (mow) servo controls powers fixed displacement piston motors and high (transport) range with full-time, which drive single action reduction planetary gear automatic traction assist (forward only) assemblies at each front wheel. Parallel hydraulic flow Y N standard. Variable displacement piston powers fixed displacement piston motor, which drives pump with electronic servo control powers mechanical axle in rear. 2wd in forward (transport) dual speed displacement piston motor drive into double reduction planetary in front, and range. mechanical axle in rear. HYDRAULICS/COOLING 8.75 gallon (33.1 liter)capacity with 10 micron remote spin-on filter. 9 row, single 12 gallon capacity 2 micron remote spin-on filter. 19 Y N pass cooler with tilt out for cleaning. Variable row, single pass cooler with tilt out for cleaning. speed radiator cooling fan with automatic (based on coolant and oil temps)and manual reversing capabilities. OTHER CHARACTERISTICS DIAGNOSTICS Diagnostics pressure test ports: forward and reverse traction, left, center, and right decks. Reverse 4WD, lift, Y N and steering. Charge and deck counterbalance circuits. INTERLOCKS Prevents engines from starting unless traction pedal is in neutral and deck is disengaged. If operator leaves seat with deck engaged, engine stops. Mowing only Y N permitted in low range. Engine stops if parking brake engaged and traction pedal not in neutral. Deck transport latches. CUTTING UNITS WIDTH OF CUT Overall approx. 109" . Center deck 54". Two 37"Wings Y N Overall: 132" (335 cm), Front: 62" (157.5 all upfront cm), Wings: 42" 106.7 cm), Overlap: 7" MOWING RATES Mows up to 6.5 acres/hr at 7 Mph assuming noY N Mows up to 10.6 acres/h (4.3 hectares/h)at overlaps or stops 8 mph 12.4 km/h assumes no overlap or OTHER STANDARD EQUIPMENT Light Kit I Y I N 10ptional -Canopv I Y I N 10ptional Page 1056 of 1406 FAIRWAY MOWER SPECIFICATIONS Item 6 VENDOR ITEM/MINIMUM REQUIREMENT I COMPLY. EXCEPTION/ALTERNATIVE ENGINE AND CAPACITIES ENGINE 3 Cylinder 36.8 hp Diesel, Liquid Cooled Y " N Pressurized Lubrication System w/5.0 Qt Y " N FUEL CAPACITY Approx. 14 gallon diesel fuel/biodiesel B-20 Y '! N HYDRAULIC CAPACITY 15 Gallon Capacity w/Spin on 10 Micron Filter Y '! N CONTROLS Single foot operated pedal with speed limiter Y N Foot Activated parking brake Y N Hand operated key switch, throttle, isochroous engine Y N speed control. Hand operated raise/lower joystick for reel raise and Y ; N lower, headlight switch and pivoting control console. ELECTRICAL 12 Volt, 570 CCA battery w/55 Amp alternator, Y N electronic control unit that is microprocessor based. Solid State with diagnostic capabilites for all salty switch Y N and operator present switches. CUTTING UNIT Y ' N 5-22" 11 blade cutting units with edgemax bed knives 100"width of cut w/3"grooved front roller and smooth Y N rear roller OTHER EQUIPMENT Rear roller Powered brushes Y N Air-ride seat Y N Sun Shade y N Page 1057 of 1406 Toro Equipment Maintenance Products and Schedules for Equipment In Attachment C. Item #1 Bunker Rake 0 lt}iCK SERVICE REFERENCE SAND PRO 3040 S 640 Model All Models Serial 260000001&:Up Engine Brand ...... B&S Vanguard Engine Oil (Cha t X). . t.750ts..-----SAE 30 SH„SJ Engine Oil Filter--------------------------------------107-7817 Hydraulic Oil fC hartR).. .....3' tit ...,......iSO VG 46; Hydraulic Fitter------------------------ ........ 4-0110 Remote Air Filter...... ...........................1 08-3811 Fuel Filter 111-11r ......, ..... ......94-2691 Fire Pressure ........................ .,...,.4-6 PSI (Front&bear) 'Indicates Briggs&Stratton Part NunZem Maintenance Note, dse L7yiILiliiI mdcli, surilrorle eald ncdrl� 3au llle e-jiim If nMiilutP)) n ai E1w,f,I aEh'k [401.lhkaig116011 ilae 1r l. do iYnten"I'lov,w Recommended Maintenance Schedule I alndt,rmm�c 5�r$cr Maintanancip,Proceduee Ifrtai IrP�LE1 =ira1� 'iPi EaiPj Tri 111le the� I ILiq X761; e 6 its ii 6'1 Aid falls.i. t]EiF Iaa id.ehoqm lU', F ChE<k t11e-mgpiw oil Int-I., F ChEck(tit-&1flurd #d"Yxs llaa Ut o;I:ail:£ • Che&ilie fire_7-"surw., • `he4,me,c ondiw 0 1t hOrmlic lines arhi hoses: • 11s11wc,rwd 0(F i 1l esn dlin;, hey 23 how%" • (hec tl e4wmYfluid kreel;indthe r_I,cw!Iweznvm l e.y°h111)rieiirti • r°:h;Nmge tiie elcliiw oil?ird Nlel' bEI I,rY'i Ii[bul l ' Toi lice rile as -I iLig mii5, ,r.[,+�W r 1 r:l 'W, be(3 X4 1 *iaO Replace lbe viii iiltci. lyor,-4qP,ho.n s h,qgl tjFyr*-7a,k:ry5tem dal-a,nd*Ilter: . Repl,ate ifiesp.—k,plugs. • F pke ,`c11-itlud lilser". ftrealbor[tomern iisllriicitiaa�lkr. acliilir U,e:rjk*s a i l ii).'gpe Iliad, r ChEck `YP e�1f.,a"Y' PI A(.�1:iii(_810 ILA Mail Awl a i"iri 71-*'Uel 1r5151l;.. Rep19Cc'ti wing Iar.Se;, • Nlsace dhc r5�4:Sr�a ar°,t §P7t Inbri'i�r6.§a'zit�`hvs' lfflpgfta6 t: heifer so}°racer E:asgirle QFexztur's procedarra s. City of Mesa RFP for: Grounds Maintenance, Equipment, Parts,Accessories,Supplies, Related Services and Equipment Solicitation#2017025 Page 1058 of 1406 Items #2 Heavy Duty Vehicle = QUICK SERVICE REFERENCE. WORKMAN HDX ModEd Ad Models Serial 290000001 9 Up Engine Brand- ................ -.-............B&S Daihatsu Engine Oil(Chart E)....... 3.5,Qfs......... SAE,1U`V3D Cl or higher Engine Oil Filter............................................1013-3842 Trans.fflydrauflic Oil(Chal 7,1-7,5Qts...UTHF Trans.HydraLflic Filter.......... ............54-0110 Air Filter ................- ............108-3811 fuel Filter ................- ............115-7854 Front Differential(Chart T......!Qfs UTHF Tire Pressure...........................................32 PSI(Front) 18 PSI(Rear) Coolant Type...............4Qfs----............Ethylene Glycol,Water (5w5f)mix) 'indicates,Briggs&Stratton Parts Number Re-Commended Maintenance Schedule'&,' Mainignance Frocew ro Aftw Irw irv,2 hears; Twoc Me ft.wil and real mhecl sr T:•. ,4ftw Il.lir.0 F— Ch,(k reodacil and teasrw)al h*jllpwovy["At To.-cl'ic hire ft-wil aw real ahecl rw,. • L11;ffe flie Illih cb-Iin kmf the fra 10 bt& . Lick the;ztLrhrnun&Inn 1mrk,rig bmike Ralplw-rk% h!,,drmkic filler. Chaoqq Ihe Ngh,Om h0cf,3ui,('D"flbw frc Wjzhe�oill'i Af%. die Frst 513 hcurs, Chaop E-i-q-oe"Al and ille(. of czcdanl. • Lhelk ffe17;lr�ax 0-ydradic,lud le;e€ Chao th.7 oril"Gwheamuft,fkm lo,-ol ff��roud-*I�ny, deform,eich ime or dniy 01*0 I's In pirnwe 01*0 I's brag,flud Cheek the 1*eiauan CT lli,9 ifrelod;aytbRl. • F�nrnae:dans i»i-d•e en�ix area aril ra,liaine ,;�k,,aa necae ie�lr_ss'iy^i°E daffy Checkr�O'Llery nuic moi.tEs�e�y dikegl"I tvjfalpf alhainefy CaLIC CheLke burr;[fir hour arvAcilwo beev'AD houo flange erigine Ni and Eller. NW-It"loote 5,ervk,� procerjule Illivirval Tcsq.a ihe Iverw wd ro. wqeo!riolln '31009k, C*al* hh*w leWe fYKlUk'010 III OV91!V01 00�-Wildll0r,I • Irisroclithc eoresra nt ria ci9yt aml hir Erachn,hn"a,alem&dar,p ohac,Ta aejjjslrsm4bt�'r Ts,Nn 31a@Ua Te, -1dj Asy,�r.of if-* i*0-los*' E --ufs."y 2VO hCb�IC4 tie�anjllsw-OD �'l IN Ammula,W&cavlo. "hQCA TQ adj-ISWs ffl sl ITW pa&"q brao&, .4ck+e^zidju5",ni;[+ie,b.-,Je P-dv, obecl ccroihon Inc b!ro fl of ti almmaju bell, '�MC'4 7ha;ldjjstrard ar tw n1utch paa:A k-4�, j*r.s ere—d srpsk, brakes.. k'T�e<t�, r %MI,plqs Replace the iuel fiHei. E.-Ply 40 hnum I*NO 9 r*6 a,A 0 -4C4 toe rix),l Vrsr.Aly dlPQM Iho,par al,.Q&W,nMbIA&sAiOns ohoq4 Twa el '311009*J*h kd'aulw!nud a61d C"11 E. "y UP h--ufs Rwplac !h2 t-ArzAt filirr "hooll,o lj� iKp gv. w T YJ C"nqt kk�Ibiri k1m hp-0.11,oil C"nqt t- LTake kid. E7,w?11LK Woo Dranyllis'n lho ficeo-12W lgoj",eph F !he quid YC ar Vd olp 3poceed nri fl , 0or I '-1311LI31, City of Mesa RFP for: Grounds Maintenance, Equipment, Parts,Accessories,Supplies, Related Services and Equipment Solicitation#2017025 Page 1059 of 1406 Item #3 Surrounds Mower 0 QUICK SERVICE REFERENCE REELMASTER 3100,D Model.4d]Models Serial 290000001&Up Engine Brand ......................__..........Kub,,Aa Engine Oil(Chan M;I... 4 Qrs ..._.:SAE 15W-40 CH-4 Engine Oil Fulter........................ ........'1178-31441 Breather Element.....................__ ........X38-9493 Hydraulic Oil 4CImd Rj......3,5 Gal..........ISO VG 46 Hydraulic Filter.....................____._........54-0d 1) Air Filter......---__.....................__..........108-3811 Fuel Fullter Spin OW................. 110-9049 (2006&Up) Tire Pressure..-.......................... 14—16 PSI (Front&Rear) Engine Coolant..,..,..........,..t.5 God........Ethylene Glycol,Water (SW513 mix) 'Referto Toro's parts manual or Parts Viewer for Bic-Diesel fuel filter part numbers. Recommend4ed Maintenance Schedulef-I Maurnariance,Service Maintenance PrAhcaniqre Interwar At,er 14 Iril Vor Torque Unown"nulla. Torque b-io,,micel nuts. AtIhn Me fir31 10 hajt% C1466*Via condbor arta lanner cd ell dens AtIhn Me fir31 56 T&W. rhmek In@ angina al la4vt Chat.I he Ilio pres!6L.ff m. aWe q000=Aa or 41`01N Check the re.,Nlo°beciknee mnIm-l' C h liek the un I w d mk-si,shern siaparatot Clear)11*;ad4lloe&Id of ew#l. thackhe hydnill-dr hrms and hosms, Eyety 25 M96'rs the,tl4_t9*6o10a,e0el.:lr wiakhl,*oyin Ogek.0*0 30d r�. Lubricime an bealingg ard bu!,Piro, Ibli1xicale,all 4%-*and Luefivt caj,1 modtans are dusti aryd drtm.-i Ev in 415 noon; C1*6,the candlion aid leri!kr�of all Lells Ev@�?1,55 N)wf; Change Im w arFj ell fillf. Tcrque twxh"nLh. 270 ftil's y Sm4rn the wr cleaner Aiane taquarfly in"Irlurria,di ar cirty onnchlora'i C ,,460-w rilodrig twAk* ChOPQ6*)A hydeajiL ilk.4r. Check tic,ftail Win mrd oonracllhonl, Eyprj 409 hok.vis t?mplada via rum ftlur carnor Change 1ha hydrnor did , Eypry SOD hokvis r5ripinia Ina 0,wrdp in"rear axle &apYy. Aaolq a ikieral coalft o?greerl�to 0*thetk 4y' ,pion. ff'06wy 2'ss brain arid dew 1ha fulti lark. M= 111"o-jo[e4,v-lie ho r ill khe iqli,hivin 6w6ch,,soimeoike coidd ic6d.r nriv pi-wo die engine and,m.rimitiI,ininire, 6V-16— Reninye ibe key fc,uin ffie sgnii;ooL Iv Fore%vivi(10 any City of Mesa RFP for: Grounds Maintenance, Equipment, Parts,Accessories,Supplies, Related Services and Equipment Solicitation#2017025 Page 1060 of 1406 Item #4 Triplex Greens Mower 0 WICK SERVICE REFERENCE 'GREEN MASTER 3150, Model 04357 Serial?-7DDDDGD1 &Up Engine Brand'........ ..........a_............._B&S Vanguard Engine Ojl(ChartK)..........1.75Qfs.........SAE 3D SH,SJ Engine Oil Filter(Toro).............................107-7817 Engine Ofl Filter........................................114,92932 Hydracific Oril(C-harrf R)I......8.5,Gaf.........ISO VG 46 Hydraufi'c Filter.........................................107-9531 Air Filter......................................................*3,94,01 8S Air Fifter-Safety..........................................*22'724130S Fuel Filter In-line ......................................94-2690 Tire Pressure......... .........aa_......_.......B-12 PSI(Front) 8-15 PSI1 rRear) Indicates Briggs&StratbDn Part NumNeers Recommended Maintenance Schedule(s) M�lhbHrl,Mhd6 SMoitd MahritenancAp After he first hm, Check the wrque Ed the Wheel fluts. Atlee the trS1 10 r`c'i_jrs Cbe&the Z"que cyl,the Wheel flutq;. Afler the first hours Change ihe engjr�oil ard filler. Aflef the lips!SO hours Change ihe l-iydrMLJhC liher check.the Lngine RorA i:�l He;111dl rull lhromle�, cbe&the".moine oil. ChecK the hyllzWir fluic�'"0' tj5e.ar daky Check the-36A--ry 111"'kDCA Syhri In'spe-u—and de"rup after nowi-ig. Oneck the.hydi-mulic Ines mid hases 5. .Service the an rre,7ner rows po;-cip-grier fteclui,rilly wnpri o porgy ling rkArictutips Every 60 wxjns are dusty or dihrty,,- Check the taltery level Ufth,'he Lafterry LaMe Service the air rAeirref eartrpdw- (Irriume lrequerluy wheneptna".1freli�*fndiljefls afe Every 1.53 hours MURPYor Ahtg,) ChanIlle erigity.Oil 3f"d Idler Che&the.,zuque at ihe whte.1 rrutti. Ew-ry 2DO hmrs Check Me rel teqll"g lel--u3d,-Wjwrz1MPnr Rcpwr�fle 5rkirk PAJO5, Repliwe Tie luel 111W, C"no the,hydraulic,61. Evc"ODD hcw* inane the l-iydrMLJhC 1"iller, Chock rne engone ROM lal krip aril Nil 1WRke Utk the v2N-Lledfaftc-ft. Every 2 yt?.&w Check the fuel Wies and confwcwwis Rcrilact may,m],hcGe-, City of Mesa RFP for: Grounds Maintenance, Equipment, Parts,Accessories,Supplies, Related Services and Equipment Solicitation#2017025 Page 1061 of 1406 Item #5 Wide Area Rotary Mower 0 QUICK SERVICE REFERENCE GROU NDSMASTER,441004110-D Model Tier'4 Diesel W608&30606 including A nnodets Serial 313000101 &Up Engine Brand..............................................Yannw, Engli ne 8s. ... SAE 15W40 CJ-4 Engine Oil Filter........................................125-7025 Breather Ele-rent.______ ......___ .._______..100-3715 Hydraulic Oil ...............7.75Gaf...........ISO VG 46M See Specifications Belbw Hydraulic Filter..........................................75-1310 Traction Hydraulic:Filter_________ ___________94-2621 Hydraufi'c Breather...................................115-9793 Air Filter.......................................................108-3814 Safety Air Filter..........................................108-3816 Wateu'Separatorr Element.........................125-22915 Fuel Fifter Spin On.____ ................______._125-8752 Planetary Gear Drive.,.....220z..............SAE 85W1411 Rear Axle 800z..............SAE 85W14{) Rear Axle Breather...................................110-4,812 Tire Pressure.............................................25-30 PSI(Fronrt&Rear) Caster Tires................................................50 PSI Engine .............Ethyiene Gl(ycol,Water r'513Y50 M' W Righ Mscosfly JM@x.Low Pour l5bint Ami-we%mr Hydraulic Flint, ISO VG 46 klatenial Properties: visc&stv,ASTM 044-5) CSt @ 40'C 44 tD 48 c St Q 100'0 7.9 to 8.5 'Visom,ty Index ASTM 140 to 160 EY22,70 P-',Xj r PI)i nt, 'STM D 9 7 -,34'F tO-45°F Industry Specificationa, vicKers 1-28C-S�QualrN;Leveq),14okers NI-2135G-S (qualily Lett),DenlSon HF-0 City of Mesa RFP for: Grounds Maintenance, Equipment, Parts,Accessories,Supplies, Related Services and Equipment Solicitation#2017025 Page 1062 of 1406 Recommended Maintenance Schedule(s) malrurtriance Same* N60#4ulro 111TOrool the alaentr Defl,fursm., AAW Ufke 101, 10 110kas Clieck the MU@de drive enTripressor beittensiorh Clwk V. [Al lwssorl. AW the rlisl.100 Icatirs Cliange the tuni parrelari gear oil Czar the rear x0e 01, o CJ*ck rhe engire og.level, C'mexii Me twAril lewl CrecK Me hycraulic Suid Ct*ck Me lins pressuraL Eire each Use cT W,fly (,,xwR vrip=fir ire-rimernei urrCWr;Rior Cu..in walief ftuRn eepwalor. Rprr4we all debrfs and cnaff Tram Te engin .coriVartment,radiator and off woler. Cfw*"w nifflock�Wtdi Opwation LubncWa all grease litru-pip, klspcrl!I*,"lif E", 50 huur ("IrcH tor O"Joe dew lxqI temsm. G%esin tie ar ronin ficinnigsrreen Clean More Irequerill y in extremely dusty or ditty wlddkAw inspect the cooling system roses Lind clamps. Every I OD nom Cock Me alternator hen tertian_ Cfw*t1w c"wKP4wf Wit tensiorN Every 200 mw5, rorcirre the YR-Peel Rig nuts ine PN rK.of J00 firiff Clean Me cub all I'Mers.(Replace URrn it le r°ar'le Win-04 excessively dIny.l, Eve 250 bwf,ws Can Lie air condflioning cal (Clew molrek trequentrV sr extremely dusty at dirty mn,drhons) Clieck Me planetary ciewerve of CN-0 Me fear aAl*.,UINGIM CVCEK aft rear axle gear box lubricwiu Every dOO mw5, ice Me air litter-%rr the inclicalor shaws red). hfsl crl tile.RxJ Ilres cincl conn Wia% • Repi2ce(ro, waer sepm ator1jel falm canisfer. rept e w m- gjjne ftiel niter. Dolo an"I M' afl On"Tue rink Ctange the ftork planetary gear oil.{qtr yearly,whicftem comes firsl) C?raNe the rear axle oil Crw*kft mw wl KRHw Every 800 haws brisped ine Made drive bells. Orange the NydraLlic off. Cllarge the hydraulic of rlfx • krispect tre side cuftipg unk dwrpei. inspect me cLritng unit Carter%Wleel aesembites EVOY I'QUO hLurs Clserk arae adiLj&t Me v29we deafa ice Evm3XG hArs Fxww-,wid c*ofi lhn DrT yOr',m City of Mesa RFP for: Grounds Maintenance, Equipment, Parts,Accessories,Supplies, Related Services and Equipment • Solicitation#2017025 Page 1063 of 1406 Item #6 Fairway Mower = QUICK SERVICE REFERENCE DEEM MASTER 5410&$610 Series (2&4 WHEEL DRIVE) Model Tier 4 Ci el 0,3672&03687 Serial 3113000101&Up Engine Brand --.............Yanmar Engine Oi I(Chad 5:5 11 -------------SAE 15W-40 C Engine Oil Filter.,,.. —----...... .125-7025 Hydraulic Oi I(ChaTt R) 15�Gaf ISO VG 4616,8 SpeXficabon eJew Hydraulic Filter---------------------------------------94-2621 Charge fluid Filter,. ........... .—86-3010 Air Filter .........10&-3810 Water Separator--------------------------------------125-2915 Fuel Filter Spin On...........—............... . .127-3,D75 Tire,Pressure.,,-............ ......12—15 PSI(Front&Rear) Engine Coolant--.... Glycol,Water (5060 mix) Recommended Maintenance Schedule(s) Maintenance Service lmloevol Atlee lbe rw9l hour romuelhe hhtle�fluq nuls ID W.Ir N-m(70 lc'Ofrlbi. Allier the UK T hokus Torquelhe A�Ii-rj nuis ro 94.b'222 N-m(70!c0fr1b) Chi k li,&,aMnnatoe bell lnnson. Chk 11 e engine M lel Chee*Wp wing sy-kern. ,-heck ii-x-hwqmji�,thwo,kwo Chi k w&reel m hemnihi cuniact Fk-.Wre,each use or daily Chi ll,&,ozitirabon M the ir�.flisd�wAld�.s each use - nan' Remme debris frarn he.screen and radiainr,�Al codr Ir iaeqally in dirzy 'hMkVic"Torah?--;lllw*ond hMC*1arleri�5,hill"- (I lVr-,C wew,lome filbrj , delerwi'dion,ard doloroupolon 4' -wo ovi, ng*�"(W",*(�nem unwOolury U*l Gimy WWI,7119— RV bt�onnp 4ro 0 30 rel ndlesn 0 k1w-,Mnryal IrAcd 1 C.'�=:118 m-0,111101"or ii(A cwk,.ti C 6-0 -*baher), �Ible ox..wcwi� I JOE,1. BerV 00 lxws Ynspefd 1he waknq sysiern hoses, C h ez k I he a 6�.ma Vx bell I E nsm Chr k ll,&,mel N-Aring paad gwerd 250 I-mrs Torqtnellw�Nwllug r,;Als Ix,94-'(�'22 N-m(,10R,9Vtl4b,) '3h,-rT,khn�ngp��01!I'd Ijlb�r Ser��elheajrclnn�-r 1'1�ewxelher air chinr,er earlier it the aw cl�neTmd�alrmr SrKW-,Md. fl,ITUr fMquen"Y in tmrn16Y 0ITj cw'1151Y rundill,ul,,�l Eery 400 lwxmm RepMc�the lu,6.fi"r ca��ler. Rertao rhe efvoe heel Iltw Cho�*,he kkWWK�s and.cowwxvom Ivr<". wo-woo)s Chi the rear whnel Wc-in. CNV"ujP(hi?b�AMOC fluAl rr�, E,-ery 600"(xirs ChWIT,II-It! J,irific fillers(��nner I lhe,�r:E mter�at indicabir m uri thn Red Rx*Tre ge,.-Ir ONO bearo'g. Eveey 6,W0 Rerkacu the UDC '�iush am repi�ti lfi�mahrig s,01c"I 1�jld Ewer,' yowl Orain and flush 11�.hydraub-lank:,. RepMc�all nwmq harses., a City of Mesa RFP for: Grounds Maintenance, Equipment, Parts,Accessories,Supplies, Related Services and Equipment Solicitation#2017025 Page 1064 of 1406 SIMPSONNORTON CORPORATIONCERTIFICATE OFDELIVERY Customer Delivery Date Product Name Model # (s) Serial # (s) Invoice # (s) This Certificate of Delivery form must be completed for all machines delivered to the customer.As each item is completed, it must be written on this form.The customer is requested to review and sign this form at the time of follow-up.This form is used in conjunction with all pertinent pre-delivery and delivery instructions as outlined in The Toro Service Operating System. SERVICEFINAL INSPECTION SALES REPRESENTATIVE Basic Checks Delivery Portfolio Complete • Grease fittings are lubricated • Operator/Safety Video • Tire pressure is correct • Operators & Parts Manuals • Drive belts are adjusted Recommended Parts List • Fluid levels are correct • Distributor Resources Info • Air intake system is sealed Demonstrate Operations Operational Checks • Review Safety Features • Gauges read correctly • Review Basic Operations • Implement is functional • Review Basic Adjustments • Brakes - uniform/effective • Operator demonstrates basic operation skills • Safety interlocks function correctly • Review any unique operating characteristics • Steering is straight/smooth • Attachments as stated on sales order • Levers operate smoothly • Satisfaction Follow-up Discuss Maintenance Requirements CUSTOMER INSPECTION • Review Recommended Maintenance Schedule Operational Checks (Daily and Scheduled maintenance) • Cleanliness • Review maintenance requirements (unique to climate) • Fuel Level Full Tank • Review specialty tools available • Height of Cut • Reviewed extended warranty (TRIPP) Service Manager Signature Date Sales Representative Signature Date uSTOMER CCEPTANCE • I have received the operator/safety video and understand that it should be viewed for important product operation information • The preventative maintenance information for product(s) has been supplied • The safety features of this product have been reviewed with me • I have received the operator's manual for this product Customer Signature Date COMMENTS: Part#99021 SL-AG Revised 10/28/05 White-Customer Yellow-Sales N Page 1 1406 SIMPSON NORTON CORPORATION ������� 4144 S. BULLARD AVENUE GOODYEAR,AZ 85338 iC (623)932-5116 FAX (623)932-5299 S I M P S O N N o x r o N INVOICE DATE INVOICE NO. The Service Network 05/11/15 1465124-00 P.O.NO. PAGE# CUST.#: 42614 F42015006490-1 1 SHIPTO: CITY OF MESA RIVERVIEW 2414 W RIO SALADO PARKWAY REMITTO: SIMPSON NORTON CORPORATION MESA, AZ 85201 4144 S. BULLARD AVE. GOODYEAR, AZ 85338 BILLTO: CITY OF MESA F420 - PARKS & REC - MS7010 PO BOX 16795 MESA, AZ 85211-6795 INSTRUCTIONS TERMS NET 30 SHIP Point SHIP VIA SHIPPED SIMPSON NORTON CORP. 0/T Fred B 05/11/15 Order Entry Demand Invoices LINE PRODUCT QUANTITY QUANTITY QUANTITY QTY. DISCOUNT UNIT AMOUNT NO. AND DESCRIPTION ORDERED BACKORDERED SHIPPED U/M MULTIPLIER PRICE (NET) RONALD.RICHARDSON@MESAAZ.GOV 1 03780A 1 0 1 EA 0.00 84687.49 84687.49 RM7000-D Serial #: 315000105 2 03710 5 0 5 each 0.00 0.00 0.00 27" HD 8 Blade DPA Cutti ng Unit Serial #: 314000204 314000205 314000206 314000207 314000208 3 03716 5 0 5 each 0.00 0.00 0.00 27" HD Verti-Cutter Serial #: 315000107 315000108 315000109 315000110 315000111 4 30552 1 0 1 ea 0.00 0.00 0.00 RED CANOPY UNIVERSAL SUNSHADE 4 Lines Total Qty Shipped Total 12 Sub Total 84687.49 Taxes 6351.56 Invoice Total 91039.05 Balance Due 91039.05 Cash Discount 0.00 If Paid By 06/10/15 Last Page Page 1066 of 14C Ln O r-1 O N 00 M -tt 00 kD kD M ON O M kD l0 r-1 ..` l0 00 00 00 1l N R 00 LO r-1 00 m m m 00 00 ri O kD V) l0 R*'.....R* N ri N N N N N ri 00 mR* O kD ri O M N M 00 M O r-1 M N R* r, O''....m 00 00 A M M 0 r-1 N O rlR* Ln N N ri r-1 R* O O M N N N M M 00 r-1 1l O 0 r N 0 - M R* V) M l0 M N kD 0 m 00 Ln l0 M Ln 00 n M 00 Ol 00 R*'......0 kD N Ln R* 00 R* R;r-1 r-1 Ol M M R 00 V) l0 Ln 1l Ln 00 N M N R R* O 00'....N O Ol Ol M Ol 0oaz '= LLLLz ° z Qz> z � 'uuLL � ' s L • L (6 2 v > (C) _ f6 ° O b.0 'a Co U = LU 0 v>i b0L0 O p Q C f0 +O•, N C = a1 U n3 a1 Q M w M c a1 RO = Y ',. N O 'j- i s ro (a Q = O O m CLv v c f6 p v O M V3 = +' 0 c v v v — E O S a a m O m w V) (7 U Z o Q v°i m V) w > r V) Y r coY m , Q) L Cl) V) Co X N i a1 V) V) U N N > w w W Z F {n a1 L O 'a 'a +L+ W O L C O O ate' O 'C ro + 7 Q U p p" N m m (7 7 > L S- U1 •� > �n O a , m O = U1 Y .O C7 ro �n a l of M U N f6 U 7 U of 2i >� t CL E E kD v co E '� o > c U N O z `° O �° ,� a o cn 0 0 0 ) c 00 a O Ln Z L,) N � Q Z cif (7 fa 0 O cif 0 c° J M U t]b Ol l0 O U NO r-I O r-1 O O O N R* Ln W r-1 O r-1 0 Ln C 0 1l r-1 N f� Ol Ln Ln Ln O r-1:N O:N N M r-1 N R* Ln Ln:O Ln:1, M M:r-1 1, r-1 M O N ri l0 N r-1 , M O 1" 0 -tt 00 0 -1 M N N 0 00 -1 kD 0 Ln -1 -1 -1 0 ` -tt N N M Ol ri M 00 -tt -tt ri -tt -1 R* R* Ln N ri R* M r-1 00 r-1 N r-1 N N O U yE O O 0 E bD O C Ov +' Q Q as JL _ E0UEc s +� O O .as v EUL +, N ° E c ° E CL O Q- Q .- • LL _ CL EO O CL O o O 5 :5 v O E Ocv i f6 U C E (�E� L E fO fO U L L Q_ In L i t '✓3 L o Q @1 E s v L E C Q Q L @ @ +' C Q) Q v ,� L o v 0 @j L , o L y. 7 a1 N L° E t @1 E °�° L L @1 v 3 @1 ° v Q 3 0 tea ' a °A v +°1 c c ' , E aj of j ai c � 'W L E 0 " .� a) L 0 'L L �_ f0 L -0O (.7 Y a) .� a) c > c > bD L) C 7 0A ° � L C C C L f0 Y t a1 � _ � •� •V3 C > •m > Sys � '.a. � '.� U V) '.� � '.V) CO CO Y Y Y �........m .� U '.� L N L > c uu -0 Q E u a c uu v �7 i i > a s vLu 0 O Lo V) J J V) J Y (7 a Q 2 J m w w a C, H Co C C c: Q o a c Eg c Q L } O +� -0O C C C W Q ++ ++ U ++ 0A 0 O O O O i i Q L (n C C L E E c a o6 Q) v E �y � c •ao ao ao E o2S o2S E s Q Q — L aJ W C O L L L (, C C Q L L L a) a) s w H O Q m 0 cO cO cO V_ V O E E ~ Z i i i U Q Q 7 — — L W C Y �Lj O IA IO L L L L L f0 L C aJ aJ O L 0 ~ L 7 7 Vf ~ O f0 t t t V3 V3 CL ++ ++ L W W a V) V) ++ C C S M i C J ° C m m U U w (7 'Z S Y � 'a in vEi vEi vEi v°i v°i cin TAB 4 -Pricing and Compensation Forms.The cost portion of the Response should include the following criteria: 1. Provide a Price Proposal. See attachment A. 2. Describe in detail the proposed business pricing model(s). Include all pertinent details (formulas, definitions, data, audit criteria, etc.) to explain the benefits of the proposed model. Discuss how a participating agency will be able to verify(audit)that the net pricing received conforms to the model. We have six Business Units represented in this proposal. 1. The Toro Commercial Division pricing will be 21.8% off current MSRP of all wholegoods, attachments and accessories. o For the City of Mesa, the Parts Program will consist of offering discounts on high usage parts such as belts, filters, tires, etc. The discount on these `Performance Parts' varies by product group but ranges up to 50% off retail. These prices are reflected in the Parts pricing in Attachment A. 2. The Toro Landscape Contractor Equipment(LCE) Division pricing will be 27% off current MSRP for their landscape contractor wholegoods, attachments and accessories. 3. The Toro Siteworks Systems Division (SWS)pricing will be 17% off current MSRP for wholegoods, attachments and accessories. 4. Golf Irrigation will be 40% off MSRP for all wholegoods, attachments and accessories. 5. Residential Commercial Irrigation will be: o Irritrol;40% off MSRP on wholegoods, attachments and accessories. o Rainmaster: 17% to 30% off MSRP on wholegoods, attachments and accessories. o ResCom : 40% off MSRP on Wholegoods, attachments and accessories o Sentinel.30% off MSRP on wholegoods, attachments and accessories. 6. BOSS: 25% off MSRP on wholegoods, attachments and accessories We request that our dealers and/or distributors have the ability to add attachments and accessories designed for use on Toro products but manufactured by a third party. These are items such as snow throwers, snow blades and brooms that attach to our products for use in the winter months. Each manufacturer of these products provides their own pricing, our pricing would not exceed the manufacturer list price. If there were any shipping and/or setup costs incurred by the dealer these would be added to the cost of the product. Used and Demonstrator Equipment: Preowned and Demonstrator equipment is available from our distributors and dealers and pricing is based on Fair Market Value. The FMV of used and demo equipment is based on a combination of factors from true leasing which sets residual buyouts to hours, condition, age of equipment and current market pricing for like items. Our distributors typically publish a list of available equipment including the pricing. City of Mesa RFP for: Grounds Maintenance, Equipment, Parts,Accessories,Supplies, Related Services and Equipment Solicitation#2017025 Page 1068 of 1406 Financing and leasing: Tax-exempt financing and leasing is a tool that municipalities can use to spread the cost of capital equipment acquisitions over the life of the assets being financed. Toro has contractual relationships with three finance companies that compete for your business. These are PNC, TCF, and DLL. Because of these relationships we have developed documents to help stream line the process for our tax exempt customers. This includes the credit application, approval, and non-appropriation language. This nationwide team of finance professionals has an in-depth understanding of tax-exempt financing. Based on tax-exempt pricing($1 purchase option at end of lease term), the monthly lease rate is indexed to a spread not to exceed 450 basis points (BPS) over the like term US treasuries (as published by the US Federal Reserve Statistical Release H.15). Individual transaction pricing will be priced to the market based on specific transaction details. For Fair Market Value (FMV) leases, terms from three to five years will be available. The monthly payments will not exceed 3.5%of the award price (at 600 hours per year of use). Alternative hours and payment terms (skip pays, annual pays, etc.) can be quoted by one of our financing partners. At the end of the lease (assuming all terms and conditions of the lease have been met), the equipment may be returned (subject to turn-in requirements identified in the lease documents), renewed for an additional time, on mutually agreeable terms between the parties, or purchased at the then, fair market value of the equipment. Included in this proposal is a hard copy of Toro's current MSRP for each divisions products. Electronic copies will also be provided. Any product, attachments and accessory that is on these spreadsheet is available for the stated discounts. This price model provides an aggressive discount to end users and is easy to calculate through a discount on MSRP. We have many products that we typically do not discount, we refer to these as proprietary products, but with this contract we discount all products with the same aggressive pricing to provide customers with the aggressive pricing but also make pricing and auditing more efficient for all parties. We will provide the City of Mesa and National IPA with current copies of our MSRP pricing so customers can verify through a third party. For Commercial, we also have a pricing system called iQuote that we load pricing from Toro and is used by all distributors to calculate pricing. This ensures the correct pricing at each location. Here is an example of this quoting system. City of Mesa RFP for: Grounds Maintenance, Equipment, Parts,Accessories,Supplies, Related Services and Equipment Solicitation#2017025 Page 1069 of 1406 fQV,OTE Hello Peter Whitacre Toro Sales&Marketing 5 l 9 '&haaseteumrw+ I` ! lr.J i'2 SelgctFAel`i' ` ' '� >> ' CiXcaDflr�ureFir�a�ut ' 4 r,,. .,..,....>. ....,.,. Set Pricing and Quantity Customer._SNC iQuote SFG[TaxSupported) Traction Unit Quantity ; Choose a Program Trade In No v - - is P Apply Performance Parts Pricing KE ° GM 4000-D(Tier 4 Final Compliant)(30609130609A) Qty Description Product ID Ext MSRP Ext ONET Unit Aura rd Price Ext Award Price GM 4000-D(Tier 4 Final Compliant) 1 (30609/30609A) 30609 $77,899.00 $54,529.00 SUBTOTALS $77,899.00 $54,529.00 Toro Protection Plus 1 None V TOTALS $77,899.00 $54,529.00 WARNING:To avoid violation of antitrust laws,Distributors must estahlish their own retail priding 3. The City's expectation is that the proposed pricing shall include delivery to Mesa and Participating Public Agencies. Based on your distribution network, explain the impact of such pricing to the City, Participating Public Agencies residing in large metropolitan areas and Participating Public Agencies residing in rural areas. Propose an optimal solution(s) that would provide Participating Public Agencies with the best pricing including freight costs. The Pricing to the City of Mesa includes set-up and delivery of wholegoods, attachments and accessories. It will be the determination of each of our distributors if they want to charge set-up and delivery fees for orders from other Participating Public Agencies. This pricing strategy allows us to provide a more aggressive price on wholegoods, attachments and accessories. 4. The discount structure provided by the supplier is intended to remain constant throughout the term of the Contact. Discuss how often price lists are updated and provide a listing of price list changes that have taken place over the last three (3) years. Discuss any known future price list changes or industry changes that will effect pricing over the next Five (5) years. Toro typically has changes to our MSRP lists once per year. As our fiscal year starts on November 1, we plan our annual changes for that date. Our goal is to keep our price increases to a minimum to remain competitive in this market. For 2017 we have implemented an average price increase of 1.3%. On occasion, we have to veer from this plan as economic forces cause our costs to change more dramatically than anticipated. We do provide at least a 30-day notice to our distributors that these changes are occurring. Over the past 3 years we have been able to hold to our plan of once per year price change. City of Mesa RFP for: Grounds Maintenance, Equipment, Parts,Accessories,Supplies, Related Services and Equipment Solicitation#2017025 Page 1070 of 1406 There are other factors that also impact our pricing. The federal government mandated changes to emissions, known as Tier 4, this has significantly impact pricing on our diesel, non-road, 25- 74 horsepower products starting in 2013. These price increases have ranged from 10 - 20% depending on product but Toro's products have all transitioned to the Tier 4 Final engines and are therefore reflected in the current pricing. 5. State if pricing is most favorable offered to government agencies. Describe how your firm will ensure this contract will continually offer the best pricing available to Participating Public Agencies. Pricing is most favorable offered for contracts of this scope. We are continuously provided with feedback from field sales representatives concerning the price/value paradigm versus our competition. We evaluate this balance and make changes to pricing as needed to remain competitive. Toro also strongly believes in reducing cost through ourprocesses and utilize Six Sigma Continuous Improvement Tools such as Kaizens, Lean Manufacturing, Process Mapping and D.M.A.I.C.(Define, Measure, Analyze, Implement, Control). Every year Toro establishes dollar values goals to Continuous Improvement and tracks and reports our progress against these goals. These procedures allow us to control costs which means controlling price increases to our customers. In the end, our customers make the "Best Value"judgement and buy those products they consider "Best Value" . If we determine we are no longer "Best Value" at current pricing we will request changes to pricing. 6. Provide details of and propose additional discounts for volume orders,special manufacturer's offers, minimum order quantity, free goods program, total annual spend, etc. As an added incentive for volume purchases (single purchase order), Toro distributors may provide the following Smart Value Program. This program provides the customer with a level of dollars available to be used to purchase additional whole goods, accessories, attachments, parts or extended warrantee based on the volume of purchase according to the following scale. Purchases at Retail Available Dollars $150,000-$199,999 $4,500 $200,000-$249,999 $6,000 $250,000-$299,999 $10,000 $300,000-$349,999 $12,000 $350,000-$399,999 $14,000 $400,000-$449,999 $16,000 $450,000-$499,999 $18,000 $500,000-$549,999 $20,000 $550,000-$599,999 $22,000 $600,000-$649,999 $24,000 $650,000-$699,999 $26,000 $700,000-$749,999 $28,000 $750,000-$799,999 $30,000 $800,000-$849,999 $32,000 $850,000-$899,999 $34,000 $900,000+ $36,000 City of Mesa RFP for: Grounds Maintenance, Equipment, Parts,Accessories,Supplies, Related Services and Equipment Solicitation#2017025 Page 1071 of 1406 7. Provide information on any ordering methods—such as electronic ordering or payment via pCard or EFT—or other criteria which entitle the using agency to additional discounts off of a manufacturer's price list. If so, please provide the percentage discount. Orders can be faxed, mailed or emailed. pCards and EFT can be accepted. All pricing is at users net. 8. Provide your payment terms. These payment terms shall apply to all purchases and to all payment methods. Payment terms are 0% 30 days for cash/check payments and EFT payments only. City of Mesa RFP for: Grounds Maintenance, Equipment, Parts,Accessories,Supplies, Related Services and Equipment Solicitation#2017025 Page 1072 of 1406 Attachment A REVISED PRICING AND COMPENSATION Pursuant to all the contract specifications enumerated and described in this Solicitation,Respondent agrees to furnish GROUNDS MAINTENANCE EQUIPMENT,PARTS,ACCESSORIES,SUPPLIES,RELATED SERVICES AND RELATED EQUIPMENT to the City of Mesa at the price(s)stated below. SAMPLE EQUIPMENT PRICING This Section of the Price Page lists Sample Equipment(Attachment C)that will likely be purchased under the contract.This list is not all-inclusive. Offerors shall use the discounts provided in their Price Proposal to determine the price for the items below. ITEM# EQUIPMENT DESCRIPTION UNIT PRICE Bunker Rake,as per specifications 1 Toro Sand Pro 5040,model 08705 $ 17,423.58 MANUFACTURER AND MODEL NUMBER Heavy Duty Utility Vehicle,as per specifications 2 Toro Workman HDX Auto,model 07390 $ 22,481.84 MANUFACTURER AND MODEL NUMBER Surrounds Mower,as per specifications 3 Toro RM3100-D,model 03170&03189 reels $ 29,530.85 MANUFACTURER AND MODEL NUMBER Triplex Greens Mower,as per specifications 4 Toro GR3150-Q,model 04358 and 04654 reels $ 29,773.88 MANUFACTURER AND MODEL NUMBER Wide Area Rotary Mower,as per specifications 5 Toro GM4100-D Tier4,model 30608 $ 62,262.63 MANUFACTURER AND MODEL NUMBER Fairway Mower,as per specifications 6 Toro RM5510-D Tier 4,model 03607&03641 reels $ 58,619.52 MANUFACTURER AND MODEL NUMBER EQUIPMENT TOTAL FOR ITEMS 1-6 $ 220,092.30 SAMPLE PARTS PRICING This Section of the Price Page lists Sample Parts for the equipment listed above(Items 1 thru 6)that will likely be purchased under the contract.This list is not all-inclusive.Offerors shall use the discounts provided in their Price Proposal to determine the price for the items below. ITEM# PARTS DESCRIPTION UNIT PRICE 7 Air Filter for Bunker Rank(see item 1) Toro,part#108-3808 $ 15.98 Page 1073 of 140E MANUFACTURER AND PART NUMBER 8 Rake plate for Bunker Rank(see item 1) Toro,part#84-2280-03 $ 13.35 MANUFACTURER AND PART NUMBER 9 Hydraulic Filter for Utility Vehicle(see item 2) Toro,part#54-0110 $ 9.98 MANUFACTURER AND PART NUMBER 10 Oil Filter for Utility Vehicle(see item 2) Toro,part#108-3847 $ 5.29 MANUFACTURER AND PART NUMBER 11 13edkrri.fe for Surrounds Mower(see item 3) Toro,part#112-8910 $ 99.99 MANUFACTURER AND PART NUMBER 12 Roller for Surrounds Mower(see item 3) Toro,part#112-8915 $ 291.12 MANUFACTURER AND PART NUMBER 13 Bed Knife for Triplex Greens Mower(see item 4) Toro,part#63-8600 $ 32.95 MANUFACTURER AND PART NUMBER 14 Hydraulic Filter for Triplex Greens Mower(see item 4) Toro,part#107-9531 $ 8.49 MANUFACTURER AND PART NUMBER 15 Flatry,_ lade for Wide Area Rotary Mower(see item 5) Toro,part#106-7166-03 $ 18.50 MANUFACTURER AND PART NUMBER 16 Fuel-Filter for Wide Area Rotary Mower(see item 5) Toro,part#110-9049 $ 15.33 MANUFACTURER AND PART NUMBER 17 Fan Belt for Fairway Mower(see item 6) Toro,part#127-2998 $ 16.30 MANUFACTURER AND PART NUMBER 18 Water Pump for Fairway Mower(see item 6) Toro,part#127-3071 $ 562.35 MANUFACTURER AND PART NUMBER PARTS TOTAL FOR ITEMS 7-18 $ 1,089.63 DISCOUNT OFF LIST PRICE For each of the product categories,provide a listing of product lines and the proposed discount off list price.Offeror's may insert additional lines as needed. LIST CATEGORY DISCOUNT OFF A SPORTS FIELDS AND GROUNDS EQUIPMENT Page 1074 of 140E Commercial Division Products(large mowers,aerators, 21.80% sprayers,infield groomers,utility vehicles,cultivation and B GOLF COURSE MAINTENANCE EQUIPMENT Commercial Division Products(large mowers,aerators, sprayers,infield groomers,utility vehicles,cultivation and 21.80% debris equipment C RELATED EQUIPMENT PARTS Commercal Division Performance Parts(City of Mesa up to 50%off list only)Pricing is reflected in parts market basket prices. D USED EQUIPMENT Our distributors typically have off lease and trade in Depends on age, equipment available for sale hours and conditioin E BALANCE OF LINE Golf Irrigation wholegoods,accessories and attachments 40%off Residential Commercial(ResCom)lrrigation wholegoods, 40%off attachments and accessories Irritrol Irrigation wholegoods,attachments and accessories 40%off Rainmaster Irrigation wholegoods,attachments and 17-30%off accessories Sentinel Irrigation wholegoods 30%off Residential Landscape Contractor Equipment wholegoods, attachments and accessories 27%off Site Works Systems Equipment wholegoods,attachments and accessories 17%off BOSS equipment,attachments and accessories 25%off Allied products provided by third party not to exceed list price DELIVERY:See Mesa Standard Terms and Conditions. Vendor Name Toro Date: _ 12/9/2016 11/7/2016 RFP#2017025 Page 1075 of 140E "s\»)7tilfssls}\,ft .......... .1 t{,} r U{j\ ftllltSJ If1 )�1\rt {} 1FI i1!111i N" { C g 7 Ik Sf tr u1t1`1�i S ( $IP 1 t a i£s f, rtti$) A'. Features Sentarr""II Eagle' Eagle TM1'Plus DX2rf"with Oasis c.nlcenrrad�a cine WQ icam,a.Irenn�me� icanualTMan�meavdi�>eds.aIFN ET so No Z,ET'or W Ce eP Z pcT"'nr W n Ce er -1r., E-FiRef aedt S4hediArg Eng ne Nn Aut-h Acta s1 IAdv sd }l p f1' j Measu tlR II Ncne zpET— a ZE LD­ ans@+I e,a dschen 9 All r@ EPRW Yer3 m exr�sed �Ngo Yes 'Y s N. Controfiers include NNura�umxtier f gams 9 4 0119(2 Wre) 2 l!. of SLaM Tmcs 5 3 2 9 Maxim s on Run9nme Bhe Siam 2h+5gm 23h+ 24h a f a5{V�year factory CXcle d5 *Pung$mm g Ves Y:s — Yes Pwgra bl Ran 6elap Yes fes fes Yes Pwgrammable Btabnn""y 5-55 Semnds 1-5_s 1 SeoonE 2.inn— 11555emnds - free Pwgra w,.—.bblecu city Levels - 1 1 -2 - 2 warraPwgra CI 6 ene,p Pratectmn Yes Yes — Yes _- N er Budge.(%) 6 36d% 2-396% D-300% 6 999% _- -- Manual R Shut-n9. Yes Yes — Yes techntechnical support HourlM MeantlPogrammny Ho No ko Yes ical II.. 4a1 6®ay Sohetluing(ormorep Ves Yes Yes for life ]yam^ 14 LlayS=­`Q n�nre) No No fes Yes f V d the i f l e o! the 31 Nay_ble i g N,o No Mo Yes Programmable ,,, Wndow No No fes Yes Manual Program t1P.erehoss Yes Yes Y ves - product and M—p M Ih Varvs No No fes Yes PumpC tralby Pmg Yes Yes Yes Intelligent FOC Conirol(FI wMan) No No ho Yes j of � � Mas. N 9 As 51nme'nt ®p:Paogram Ny Program By Program &p Papgrem 1�1` Rewe F Yes Yes Yesportfolio Yes Sk P-�aY Pmgremmang :Yes Yes Y'es Yes (•'. DtldrEven Dnl Yes Yes Yes Yes 1 to round out anTest Functon Yes Yes Yes Yes - staheashoRld nhfiaahati, Yes Yes 'Y Ycs your system. len dA p age Reatlng Na No No Yes ,iI Real MmeP_.bTe._— N,o Yes — Yes Siatia Currervt M1Aorrwnn!Alert No N. 1. Yes Flour Sens ng Yes Yes Yes Y- R..• ,a s.. R..Sensor llnpuhs 1 1 2 2 RainYn Pi/P`]Cres`` Au L Flmu Yes Yes Yes Yes I lei f d l A V d'G3.s�6 d l rated Firm 0.dmniho-na IAIM N. N. :N. Y Coid Ralletl 6 P-. Wa11 Mount Cabinet Standa.M S and.,d Standard 'Stantlard Sta,Ness Steel Wall BAoune Ca,,h. opts-.1 opteret Pb-4nal [+phonal Cold Rdled d Pair�ietl Wall Mount.Pedestal ORtio-nal Gptional ORdcnal Nc RIGHT�! /Y LAS w Sta,N Ste l 11,a g 5 ruty P.desfal 4lpbmn.1 optered 4pbmnal ophonal RR H f# M# RainlF eezePnfo sure Sensor lnpuY 1 1 t 1 R-5 dy Prrog ra Yes Y.s y Y \ i3Rt an IT W (TWIG )Interface Na M sre l W T nal Yes s Yes Ye M aDuty L9ftn gP clon 4pob4nl SYndarstenda M 1 JRto3 Nomia11p-0pen oe Norunally-Cl_MV Both EOM death Ro1Ft Non-Volatile Memory Yes Yes Yes Yes Babenyree FDmefrime Recovery Yes Y es Yes Y Built-in PR.o MAx r'"Remote.Interrace Yes Yes Yes Yes Tmdsfnrener MassmvM Load 1.5AMPS ILAMP5 1 :5 Wps 2DRMP. Marvuf turefs wart'anq 5Years 5Year1 SYears 5Years 4may rzxwaa aerJral axJm(adarn hativa-e t tl t 1 r °Y f)�1 111r Key Software Features E �ille" E�14lLLPlus ' �; v,} System Saftwaee 1nEemet eased :Internet eased Gonn..te.Based sutl[ivare Smhsczlption Fees As L-1 As$1204in As L. As$120yga 1-T-Sohhrlare Purchase �--- Years l"i 1.deid wu[h Cam€rotler P'u.h..e I-Year&cental 2-Years&oCeaa nd NSA -`= Irrigation Schedutnng Engine Sino andAdvance Simple and Adwan-d Advan dETf andAIIMr manly ET Adgust"nents Zpi ET—.C1MPS 4We.,d—SWti-ZiaET—C1WjS. eaG_sttmun GIME.Wstthe'seaman ' r: Real Time Alerts to PhondErnail if is Real Time Repeating Shate a Rain Sens Weather Center r4 t Learn F8 Colnipaumcation{DphionQsposm Cellular Ed met Cell xRadia,WF Ethem.,, PU.ne,Flardwire Mobile Phone Access If of NA Rew Sensing ar of f RDw Management NA4. MIA Y I Positioning Map- NA4. MIA f Real Time Weather VIEWr NA MIA Techncal Support PhonN()n�Suerpwt: Phnhelomiine sup�purt Phr�c.00,91ine Tvuppcd \ I� \\�` Key Controller Features agile F1n �1 C twonal IT­Wina Staficin Count 36 C.—38 T­Wim 49 Com520DT 4WIie 45 Cern 43 T-4W:ire. N be of Pteg (C.mvlrwn-Wire) 414 B s 1b 62112 or IBP) Number of Start Times 5 B B Page 1076 of 140E cycle and Ste:Pragrarmrnung tp' y/ f ry � Oay Prag—mi-ng 7a Slkipa t]akhe— 14,Skip,OdE— 14.31.Skip.€7ddlE.-n Prergramemahpe Ran D.Iy to of ty/ _- RaunJF—efM rstune Sennas lnprt If of Weather Center Inputs of of of Advanced Eiectrical Fault Detection of of 4111, Advanced Flaw Sensing Or of If Master Y'alve and Pump Ccmtra6 Of of Share Fpwv Sensor Op'aana! Opfi—I %M-- BuiR+n PraMaxTM R—te Interface 41 of r Tfamsfc€mer Maxirn.unn ILad I.BAMPS 1.SAMiPS 2-DAMPS Warranty 5Years 5A— 5Yearn GHT AS RAM" Page 1077 of 140E s Groundsmastero 4100-D/4110-D WIDE AREA ROTARY MOWERS F E A T U R E S Operator-friendly ®55 hp(41 kW)Yanmar°engine,Tier 4 Final and smart by design■ Compliant,turbo-diesel engine 'Ata 10.5'width of cut,the all out-front deck design an the Groundsmaster 410.0-D and Smart PowerTM-optimized mowing in all 4110 D lets you easily see what you are cutting.The new Smart Power"technology coupled conditions with the HybridDrivdm cutting deck system delivers optimal power to the cutting blades— ®Foldable ROPS efficiently cutting grass even in the toughest conditions.The SmartCoolT"auto reversing ® 10.5'(3.2 m)width of cut fan system automatically blows chaff off the radiator intake screen making operation more ®Full-time 4WD forward and reverse productive.With their excellent trimming capability,and an ability to mow a 0"uncut circle, ®All-time traction assist(optional) you'll maneuver around obstacles with ease.The patented,parallel hydraulic drive system ®0'°uncut circle in turns assures full-time 4-wheel drive,allowing you to mow with confidence,even on hills and wet grass. ow,0/4000 _N ®SmartCool'"auto-reversing cooling fan ®HybridDrive"°cutting deck system delivers toro.com unmatched reliability I � 'J 4-way adjustable seat and Air Ride Suspension 01 info Centerr'displays simple operating info - t .slYt white monitoring machine health Integrated ControtHub'with fingertipZ w e electronic controls ld out Top and rear air intake for increased cooling Climate-controlled safety cab with airs Groundsmaster®4110-D 1 t conditioning and heater(4110-D) � ita �� Isolated operator platform for greater � ;i � � - comfort and smoother ride �I�Z ` d t Y; ` k i%. y �` i"Q`, � p Groundsmaster®4100-D Al i, Call your Toro distributor at 800-803-8676 ' Groundsmaster 4100-D14110-D Specifications' GROUNDSMASTIFIR 4100-D,MODIEL 30608 GROUNDSMASTIER 411 I I MODIEL 30644, II 0606 ENGINE Yanmar®4-cylinder,liquid-cooled,turbo-charged diesel.127 cu.In.12.1 llterl displacement.Engine rated at 55 hp 141 kWl net and 125 ft.-lbs.1169 Nml torque at 2,000 rpm.8 quart 17.6 llterl oil capacity.EPA Tier IV Final Compliant. AIR CLEANER Dry,replaceable primary and safety elements. RADIATOR Rear-mount,cross-flow,7-row,5 fins per Inch,9 quart 18.5 Oterl capacity. FUEL CAPACITY 21 gallons 179.5 Otersl diesel fuel. Blodlesel-Ready for use up to B-20120%blodlesel and 80%petroleum blend) Parallel hydrostatic,closed loop system with full-time 4WD.Forward/reverse In low Imowl and high Itransportl range with full-time,automatic traction assist(forward TRACTION DRIVE only)optional on Groundsmaster 4100-D models.Variable displacement piston pump with electronic servo control powers dual speed displacement piston motor drive Into double reduction planetary In front,and mechanical axle In rear.SmartPowerTM feature controls traction speed to maintain optimal cutting blade speed. HYDRAULICSICOOLING 8.75 gallon 133.1 llterl capacity with 10 micron remote spin-on filter.9 row,single pass cooler,6.3 fins per Inch,that tilts out for cleaning.Variable speed radiator cooling fan with automatic(based on coolant and olltempsl and manual reversing capabilities. DIAGNOSTICS Diagnostic pressure test ports:forward and reverse traction,left,center and right decks,reverse 4WD,Oft,steering,charge and deck counterbalance circuits. GROUND SPEED Transport:0-16.2 mph 10-26.1 km/hl forward,0-8.1 mph 10-13 km/hl reverse. Mow:0-8.3 mph 10-13.4 km/hl forward,0-4 mph 10-6.4 km/hl reverse. TIRES Front:26 x 12-12,6-ply tubeless Multi Trac.Rear:20 x 10-10,6-ply tubeless Multi Trac. MAINFRAME All welded formed-steel frame with Integral tie-down anchors. BRAKES Mechanically actuated,Internal wet disc brakes on Input to each planetary drive.Individual foot-operated steering brake control of left and right wheel.Lock pedals together and latch to engage parking brake. SEAT 4-way adjustable,right armrest travels with seat and suspension. STEERING Power steering with dedicated power source.Steering wheel tilts to desired operator position.Uncut circle:0"diameter. INTSTRUMENTATION InfoCenterT":Onboard LCD display shows gauges,alerts/faults,service reminders,electrical system diagnostics.Indicates fuel level,coolanttemp,Intake temperature,low oil pressure,alternator,engine hours,engine rpm,hydraulic oil temperature,voltage. CONTROLS Tilt steering,Ignition switch,throttle switch,foot-operated traction pedal,lockable Individual brake pedals,parking brake lock,mow/transport speed selector switch, 3-two position switches for Individual deck Oft/lower,counterbalance adjustment,tow valves,cup holder,toolbox,radio holder,fan switch and 12-volt power outlet. ELECTRICAL 12-volt,690 cold cranking amps battery,80 amp alternator.Overload protection with automotive type fuses. Prevents engine from starting unless traction pedal Is In neutral and deck Is disengaged.If operator leaves seat while moving or deck Is engaged,traction and I INTERLOCKS or deck stops,Info center alarms and gives message.Mowing only permitted In low range.Traction not allowed If parking brake engaged and pedal moved out of neutral,Info center alarms and gives message. Deck transport latches. GROUND CLEARANCE 6.5 116.5 cml OVERALL Height Length Width Transport Width Wheelbase 85.3"(216.7 cm)w/ROPS up 144'(366 cm) 127'(323 cm) 71"(180 cm) 55.5(140 cm) DIMENSIONS 93.3"(237 cm)w/cab w/decks down wldecks down @ 2"(5 cm)HOC WEIGHT 4237 Its.11922 kgl w/full fluids IGM4100-D1. 4890 Its.12218 kgl wlfullflulds IGM4110-D1. MODEL 30644:RODS certified cab with heat,AC and the following standard features:climate system pressurized cab,heavy-duty pantograph frontwlndshleld wiper and washer,frontwlndshleld has 38"ofvlslblllty,Interior mirror,fold away exterior side mirrors,molded frontfenders,right and left doors and rear window have SAFETY CAB(4110) tinted 150%1 glass,front and rear windows open,quick release window latches act as emergency exit,rubber sound Isolator cab mounts and upholstered Interior panels and headliner,textured neoprene floor mat,Interior dome light. MODEL 30606:Factory Installed,RODS certified,climate controls IAC&heating),opening rear window,frontwlper/washer,Interior mirror,exterior side mirrors. SAFETY Complies with American National Standards Institute(ANSI 371.4-20121 and applicable ISO EN 5395(CEI standards Imachlne directive 89/392,91/368,93/44,84/538, 89/3361 requirements;Optional lights.MeetsANSVASAE 5279.121LIghting and Marking of Agricultural Equipment on Highways).Foldable ROPS,ISO 21299 certified. WARRANTY Two-year limited warranty.Refer to operator's manual for further details. ACCESSORIES Work light,Road lights consisting of dual tablIghts,dual headlights,slow moving vehicle sign,turn signal,flasher and lights;Sunshade Beacon CUTTING DIECK WIDTH OF CUT Overall:124"1315 cml,Center deck section:54"1137.1 cml,Two 37"193 cml width of cut wings.89"1226 cml width of cut with one wing up. MOWING RATE Mows up to 10.3 acres/hr 14.2 hectares/hrl at 8.3 mph 113.4 km/hrl.Assumes no overlap or stops. CONSTRUCTION Welded.100"125 mml high-strength steel with steel?and 10-gauge channel and plate reinforcements. DECK DRIVE Direct mounted hydraulic motor Into spindle.Remaining spindlelsl driven by Individual B section kevlar belt.Quick-release belt covers. HEIGHT-OF-CUT 1"-5125-127 mml In.5"US mml Increments. SPINDLES 1.25'13.17 cml diameter spindle shafts,9"122.9 cml diameter conical ductile Iron housing,and 2 greaseable tapered roller bearings. BLADES 19"148.3 cml long,25 16.4 cml wide,.25"1.64 cml thick. CASTER WHEELS 8 x 3.50-4,4-ply,smooth,pneumatic,sealed precision ball bearings. GROUND FOLLOWING 6"anti-scalp cups on each blade,adjustable skids,3 anti-scalp rollers on front deck and 1 on each wing. WING PROTECTION Impact absorption device on each wing deck. MULCHING KIT Mode130419. SKIDS I Reversible polymetrlc. *Specifications and design subject to change without notice.Products depicted in this literature are for demonstration purposes only. Actual products offered for sale mayvary in use,design,required attachments and safety features.See distributor for details on all warranties. The Groundsmaster 4100-0&4110-0are m factured kl 2015 Toro Commercial Equipment Guide 15-003-T Rev.2/15 2 inTomah,WIISO9002CertifiedPlant. ag2 10 406 Groundsmaster 4100-D & 4110-D Attachment Specifications' ;1 Windrow type,front mounted hydraulic broom with dual � TYPE motors.Dectrlclhydramic angling,ng,30°left and right. BROOM SIZE 32"181 cml diameter x 60"1153 cml wide. R BRUSH Sectional brush with combination polypropylenelwlre radial segments. i EM'� 'Mi II X111..... WEIGHT 575lbs.1261 kgl STAGE2 OPTIONS Dlrt—Deflector,Storage Stands. WIDTH OF CUT 61"1155 cml CUTTING HEIGHT 29"174 cml CUTTING EDGE 3/8"x 3"19.5 mm x 7.6 cml bolt—on SKID SHOES Adjustable D y AUGER DIAMETER 16"141 cml open flight FAN DIAMETER 20"151 cml 4—blade CHUTE ROTATION Hydraulic 270° SHEAR PROTECTION Pressure relief CASTING DISTANCE Up to 30'19.14 ml APPROXIMATE SHIPPING 850 Its.1386 kgl WEIGHT HOSES Included UNIVERSAL MOUNT SUNSHADE White,Model 30349 UNIVERSAL MOUNT SUNSHADE Red,Model 30552 *Specifications and design subject to change without notice. Manufactured by M-B Companies Inc. Manufactured by Erskine Attachments. Note:The Toro Company does not manufacture or sell the snowthrower or rotary broom,nor does Toro guarantee these accessories in any manner whatsoever. The Groundsmaster 41 00-D/41 I 0-0Is anufactured k 2015 Toro Commercial Equipment Guide 15-003-T Rev.2/15 3 inTomah,WIISO9002CertifiedPlant.�age 101406 s Greensmaster 3150-0 / 3250-D llr 001. IKE` RIDING GREENSMOWERS E E A T u R E S Legendary performance Greensmaster 3150- : and reliability. Briggs&Stratton®18 hp(13.4 kW)air-tooted, The Greensmaster 3150-Q and 3250-D are distinguished for their field-proven gasotine engine performance and exceptional quality of cut.Equipped with patented DPA cutting units for a ® Industry's quietest engine-powered riding greensmower superior cut and minimal maintenance,convenient controls for easy operation,and ample power to handle any application—it's no wonder these classic models have been trusted Greensmaster 3250- : over the years to deliver the performance'golf courses demand with a putting surface that ® Kubota'D902,24.8 hp(18.5 kW)3-cylinder, tiquid-tooted,diesel engine exceeds expectations. ®Ampte power for any greens or off-greens toro.com apptication;extremety versatite �t ir tiF - , , Greensmaster°3150-Q fi13f't'fiti - Greensmaster°3250-D Call your Toro distributor at 800-803-8676 ' Greensmaster 3150-0 Specifications' ' 3150-0,MODIEL ENGINE 18 hp 113.4 DWl @3600 rpm,Briggs&Stratton`gasoline engine,governed to 2850 rpm high role,1650 rpm low idle.Air-cooled. FUEL CAPACITY 7 gallon 126.5 Gterl capacity;unleaded gasoline. TRACTION DRIVE Hydraulic piston pump,closed loop system.2WD Parallel Hydrostatic or 3WD Series Parallel piston pump closed loop system.Foot pedal forward and reverse;infinitely variable. Forward-mowing speed is variable from 2-5 mph 13.2-8 kmlhl,adjusted by stop on pedal mechanism.Mow speed setting does not affect transport speed.Maximum GROUND SPEED Greensmaster 3150-0 transport speed Is 8.8 mph 114.4 kmlhl,may be reduced by adjusting stop In footrest pan without affecting mow speeds.Reverse Is 2.5 mph 14.0 kmlhl maximum. TURF COMPACTION 8-10 psi(dependent on the pressure)with operator and cutting units down. IMPLEMENT DRIVE Single gear pump,mono valve block,series reel drive to 3 motors. STEERING Power steering.Adjustable steering wheel tilt and a 5-posltlon steering arm tilt. CONTROLSIGAUGES Raise/lower-mow lever Ijoystickl.Functional control lever(neutral,mow,transportl.Foot operated traction drive and brakes.Hour meter.Hand operated throttle and choke.Mechanical engine speed control. ELECTRICAL FEATURES 12-volt lead acid,group size U1,with 300 minimum cold cranking amps at 0°F and 34 minutes reserve capacity at 85°FI25 amps draw.16 amp alternator.Ignition wltchlkey.Seat switch.Harness terminals and fuse slot available for optional lights Installation. TIRESIWHEELSIPRESSURE Three tires:Three 18 x 10.5-8,4-ply pneumatic tubeless demountable and Interchangeable with smooth tread. 8-12 psi front;8-15 psi rear.Optional Traction Tire 14-ply):PIN 119-3516. BRAKES Two 6"115.2 cml drum type. HYDRAULIC OIL 7.5 gallon 128.4 Gterl tank with Internal baffle.1.0 gallon 13.8 Gterl auxiliary tank. LEAK DETECTION Fqulpped with Turf GuardianTl leak detection system. SOUND LEVEL 82 JNA)at operator's ear under normal conditions. OVERALL DIMENSIONS Wheel Tread:49.5"1149.9 cml,Wheel Base:47"1119 cml,Length:90"1229 cml,Width:69.7"1177 cm)wheels,Height:74.5"1189 cml,Welght:1,087 lbs.1493 kgl. WIDTH OF CUT 59"1150 cml REEL SPEED Approximately 1975 RPM at 2850 engine RPM.Adjustable. BACKLAPPING Standard equipment. CUTTING UNIT SUSPENSION Cutting units are completely free-floating,each attaching to the tractor by direct pull links and lifted by a centered lift arm.Baskets are supported by carrier frames that are ground following.Cutting unit floatation is unaffected by basket content.Grass baskets are all interchangeable and accessible from the front of the machine. ROPS Roll Over Protection System standard. CERTIFICATION Certified to meet ANSI specification B71.4-2012 and European CF standards with appropriate kits Installed. WARRANTY Two-year limited warranty.Refer to the Operator's Manual for further details. 8 BLADIE DPA CUTTING UNITS,04652 11-BLADIE DPA CUTTING UN ITS,I4654 1 4-BLADF16 TICTOR These cutting units will mount on any Toro riding Greensmaster Iexcluding Gree nsmasterTri Flex'"33xx/34xx serlesl. HEIGHT g height Is adjusted on front roller by two vertical screws and held by two locking cap screws.Bench HOC range Is.062"-297"11.6-7.5 mml.With high HOC kit, (HOC) range is.297-1.0"17.5-25.4 mml.Effective HOC may vary depending on turf conditions and bedknlfe installed. REEL WELDMENT Reels are 5"113 cml In diameter,21"153.3 cml In length.High carbon steel blades are welded to 5 stamped steel spiders,and heat treated.The reel Is ground for diameter and concentricity,and relief ground. REEL BEARINGS Two stainless steel ball bearings,30*/-.1 mm Inside diameter slip fit onto reel shaft retained by Internally splined threaded Insert.Low drag sealslslingers for added protection with o-ring sealed motor and counterweight.Reel position maintained by a wave washer with no adjusting nut. MAINTENANCE No grease zerks,sealed bearing design eliminates dally maintenance. REEL DRIVE The reel weldment shaft Is a 1.375'135 mml diameter tube with Internally spllned threaded Insert. FRAME Precision machined,die-cast aluminum cross member with two bolt-on die-cast aluminum side plates. AGGRESSIVENESS Aggressiveness stays constant throughout the life of the reel.Patented design. BEDKNIFE Replaceable single edged FdgeMax'Mlcrocut Bedknlfe is standard. BEDKNIFE ADJUSTMENT Dual screw,indexed"click"adjustment to the reel;detents corresponding to.0007"1.018 mml bedknlfe movement for each position. FRONT&REAR ROLLERS Front:Not Included with cutting unit,purchased separately.Option between full,narrow-spaced and wide-spaced Wlehle roller. Rear:Steel full,2"15.1 cml diameter with sealed bearings and through-shaft. GRASS SHIELD Non-adjustable shield with adjustable cut-off bar to Improve grass discharge from reel In wet conditions. TOTAL WEIGHT 8-blade:72 Its.132.7 kgl with aluminum Wlehle Roller. 11-blade:75 Its.134 off with aluminum Narrow Wlehle Roller. 14-blade:78 Its.135 kgl with aluminum Wlehle Roller. *Specifications and design subject to change without notice.Products depicted in this literature are for demonstration purposes only.Actual products offered for sale may vary in use,design,required attachments and safety features.Consult your local Toro Distributor. The Greensmaster 3150-0 ism�fact��en�� z ���� Rev.5/16 2 TomahX ISO 9002 Certified Rama ' Greensmaster 3150-0 Accessories' GRFFNSMASTFR 3150-0 ACCFSSORIFS TRACTION UNIT ACCFSSDRIFS CUTTING UNIT&REEL OPTIONS BFDKNIFF&BFDBAR OPTIONS 04476 3-Wheel Drive Kit 04652 8-Blade Cutting Unit 93-4262 Mlcrocut Bedknlfe 04479 Thatching Reel ISet of 11 04654 11-Blade Cutting Unit 93-4263 Tournament Bedknlfe 04494 Greens Spiker Kit 04656 14-Blade Cutting Unit 93-4264 Low Cut Bedknlfe 04495 Greens Tri-Roller Kit 119-4103 0-Blade Reel Ilndlvlduall 94-6392 High Cut Bedknlfe 30707 Armrest Kit 121-6651 0-Blade Reel,Heavy-Duty Ilndlvlduall 63-0600 Fairway Bedknlfe 119-3516 Traction Tires 119-4104 11-Blade Reel Ilndlvlduall 100-4303 Extended Mlcrocut Bedknlfe 04554 Fight Kit 127-2202 14-Blade Reel Ilndlvlduall 100-4302 Extended Tournament Bedknlfe 130-6536 Hydraulic Of[Cooler Kit 115-1000 FdgeMax'Mlcrocut Bedknlfe IStandardl 100-6472 Traction Speed Control Kit GROOMER OPTIONS" 115-1001 FdgeMax'"Tournament Bedknlfe 104-6540 Spark Arrestor Screen 04709 Groomer Drive ILHI ISet of 11 112-7475 FdgeMax"Fairway Bedknlfe 115-4510 Bimini Folding Shade 04712 Groomer Reel,Spring Steel ISet of 11 106-2640-01 Bedbar IStandardl 100-6442 2WD Weight Kit 04274 Grooming Brush-Soft 99-3794-03 Aggressive Bedbar 99-1645 3WDWeight Kit 04275 Grooming Brush-Stiff 115-4754 Wireless Hour Meter 106-2643 Groomer Pull Link Kit THATCHING RFFL ACCFSSQRIFS 04744 Grooming Reel-Thin Blade ISet of 11 117-6024 Thin dynaBLADF,IL2mm Thlcknessl ROLLFR OPTIONS IlndlvlduaO SCRAPFR OPTIONS 119-1120 Regular dynaBlade,12mm Thickness) 04626 Front Narrow Wlehle Roller Iset of 31 Ilndlvlduall 04627 Front Wide Wlehle Roller Iset of 31 125-5303 Front Narrow Wlehle Roller Scraper 117-6039 Replacement Kit,1.2mm dynaBlade 136 04625 Front Full Roller Iset of 31 125-5304 Front Wide Wlehle Roller Scraper Blades) 25-5305 Front Full Roller Scraper 117-6040 Replacement Kit,2mm dynaBlade 136 04620 Solid Steel Roller Kit p Bladed ontWlehle&rear steel rollers) 115-7377 Front Narrow Wlehle Roller Scraper Brush 121-6675 Spring Steel Kit 04629 Anti-Bobbing Roller 115-7370 Front Wide Wlehle Roller Scraper Brush 121-6674 Blade,Spring Steel 71-1550 Cast Iron Rear Wlehle Roller 115-7379 Front Full Roller Scraper Brush 121-9525 Thatching Reel Quick Change Kit 107-3514 Steel Wide Wlehle Roller 115-7300 Front Narrow Wlehle Roller Scraper Comb 121-4675 Fxtended Wlehle Roller 115-7381 Front Wide Wlehle Roller Scraper Comb 3I0-HYDRAULIC FLUID I HYDRAULIC FLUID I OIL 04258 Extended Narrow Wlehle Roller 115-7382 Front Full Roller Scraper Comb 119-2157 Bio-Hydraulic Fluid,5 gal.118.9 FI 04267 Narrow Wlehle Roller Ifor paspaluml 115-7383 Rear Roller Scraper 1 19-21 58 Bio-Hydraulic Fluid,55 gal.1208.2 LI 107-3510 Steel Narrow Wlehle Roller 121-2260 Adjustable Rear Roller Scraper 108-1178 Premium Hydraulic Fluid,5 gal.118.9 LI 120-9595 Steel Rear Roller Istandad Spring Loaded Rear Roller Scraper 108-1177 Premium Hydraulic Fluid,55 gal.1208.2 L) 125-5180 DPA Rear Roller Fxtenslon Kit 04646 ISet of 31 108-1197 Premium Engine Of[SAE 30,5 gal.118.9 L) 120-9600 High Height of Cut Kit 107-9561 Anti-Bobbing Roller Scraper Kit 108-1196 Premium Fng'me Of[SAE 30,55 gal.1208.2 F) 04249 Split Full Front Roller 1 04726 Rotating Rear Roller Brush ILHI(Set of 11 04250 Split Narrow Wlehle Roller TOOLS 04399 Turf Evaluator 125-5610 Paper-Reel 125-5611 Shim-Reel 94-9010 Height of Cut Bar Assembly *Specifications and design subject to change without notice.Products depicted in this literature are for demonstration purposes only.Actual products offered for sale may vary in use,design,required attachments and safety features.Consuc your local Toro Distributor. The Greensmaster 3150-0�anufactured z� Rev.5116 3 In Tomah,WI ISO 9002 Corr lifieag 0 406 ' Greensmaster 3250-D Specifications' ' 3250-D,MODFL ENGINE Kubota®902 tier 41,3-cylinder liquid-cooled diesel engine.55.0 cu.In.1902 ccl.Full pressure lubrication,oil filter.24.8 hp 118.5 DWl @ 3600 rpm.Engine governed o 2760 rpm high idle,1500 rpm low idle Ino load). FUEL CAPACITY 6 gallons 1227 Gtersl.Biodiesel-Ready for use up to B-20120%biodiesel and 80%petroleum blend). TRACTION DRIVE Hydraulic piston pump,closed loop system.2WD Parallel Hydrostatic or 3WD Series Parallel piston pump closed loop system.Foot pedal forward and reverse;infinitely variable. Forward-mowing speed is variable from 2-5 mph 13.2-8 kmlhl,adjusted by stop on pedal mechanism.Mow speed setting does not affect transport speed.Maximum GROUND SPEED Greensmaster 3250-D transport speed Is 8.8 mph 114.4 kmlhl,may be reduced by adjusting stop In footrest pan without affecting mow speeds.Reverse Is 2.5 mph 14.0 kmlhl maximum. TURF COMPACTION 10 psi 1.68 bar)average at recommended minimum the pressures,with a 200 in.operator,and cutting units down. STEERING Power steering.No-tool quick adjust steering arm position,with arm motion allowing a wide range of operator sizes.Steering cylinder has through shaft design for accurate straight line steering. CONTROLSIGAUGES Ralsehower-mow lever.Functional control lever(neutral,mow,transportl.Foot operated traction drive and brakes.Hour meter and 4 bulb warning cluster.Hand operated choke,throttle.Mechanical engine speed control. Maintenance-free 12-volt battery with 530 minimum cold cranking amps at 0°F 1-17.7°CI and 95 minutes minimum reserve capacity at 85°F 129.4°CI 40 amp ELECTRICAL FEATURES alternator,circuit fused at 40 amps.Ignition swltchlkey.Seat switch.High temperature engine kill override switch.Harness terminals,fuse slot,and console switch location available for optional lights Installation. SOUND LEVEL 84 dBA at operator ear under normal conditions. Width of Cut: 59.0"1150 cml Overall Height: 77.5'1197 cml Wheel Tread: 50.5'1128 cml Net Weight Ino fuel,no operator): 1,216 Its.1552 kgl OVERALL DIMENSIONS Wheel Base: 48.6'1123 cml Reel Speed: Approx.1950 rpm @ 2760 rpm IAdjustablel Overall Length(w/baskets): 93.9"1238 cml Overall Width: 68.0"1173 cml TIRES Three 19 x 10.5-8,2 ply pneumatic tubeless demountable and Interchangeable.Smooth tread Iapprox.1290 revlmllel.8-12 psi front;8-15 psi rear. LEAK DETECTION Turf GuardlanTl optional. BACKLAPPING Standard equipment. BRAKES 6"115.2 cml drum type mechanical with rack and pawl lock for parking. SEAT Contour seat with high backrest.7"117.8 cml fore/aft slider adjustment with two mounting positions,allowing 9"122.8 cml total seat travel.Operator manual tube mounted on the seat back for easy access. ROPS Roll over protection system standard. CERTIFICATION Certified to meet ANSI specification B71.4-2012 and European CF standards with appropriate kits Installed. WARRANTY Two-year limited warranty.Refer to the Operator's Manual for further details. 8 BLADF DPA CUTTING UNITS,04652 11-BLADF DPA CUTTING UNITS,I4654 1 4-BLADF16 TRACTOR These cutting units will mount on any Toro riding Greensmaster Iexcluding Greensmaster TrlFlex 33xx/34xx serlesl. HEIGHT OF CUT(HOC)RANGE Cutting height Is adjusted on front roller by two vertical screws and held by two locking cap screws.Bench HOC range Is.062"-297"11.6-7.5 mml.With high HOC kit, range is.297-1.0"17.5-25.4 mml.Effective HOC may vary depending on turf conditions and bedknife installed. REEL WELDMENT Reels are 5"US cml In diameter,21"153.3 cml In length.High carbon steel blades are welded to 5 stamped steel spiders,and heat treated to RC 48-54 hardness.The eel Is ground for diameter and concentricity,and backg rind. REEL BEARINGS Two stainless steel ball bearings,30 mm Inside diameter slip fit onto reel shaft retained by Internally spllned threaded Insert.Low drag sealslslingers for added protection with o-ring sealed motor and counterweight.Reel position maintained by a wave washer with no adjusting nut. MAINTENANCE No grease zerks,sealed bearing design eliminates dally maintenance. REEL DRIVE The reel weldment shaft Is a 1.375'135 mml diameter tube with Internally splined threaded Insert. FRAME Precision machined,die-cast aluminum cross member with two bolt-on die-cast aluminum side plates. AGGRESSIVENESS Aggressiveness stays constant throughout the life of the reel.Patented design. BEDKNIFE Replaceable single edged FdgeMaXTM Mlcrocut Bedknlfe Is standard. BEDKNIFE ADJUSTMENT Dual screw,indexed"click"adjustment to the reel;detents corresponding positively to.0007"1.018 mml bedknife movement for each position. FRONT&REAR ROLLERS Front:Not Included with cutting unit,purchased separately.Option between full,narrow-spaced and wide-spaced roller. Rear:Steel full,2"15.1 cml diameter with sealed bearings and through-shaft. GRASS SHIELD Non-adjustable shield with adjustable cut-off bar to Improve grass discharge from reel In wet conditions. TOTAL WEIGHT 8-blade:72 Hos.132.7 kgl with aluminum Wlehle Roller. 11-blade:75 Dos.134 kgl with aluminum Narrow Wlehle Roller. 14-blade:78 Hos.135 kgl with aluminum Wlehle Roller. *Specifications and design subject to change without notice.Products depicted in this literature are for demonstration purposes only. Actual products offered for sale may vary in use,design,required attachments and safety features.Consucyour localToro Distributor. z The Greensmaster 32S0-0anuf � ����acture � Rev.5116 4 In Tomah,WI ISO 9002 Cer I!f'io`4n ' Greensmaster 3250-D Accessories' GRFFNSMASTFR 3250-D ACCFSSORIFS TRACTION UNIT ACCESSORIES CUTTING UNIT&REEL OPTIONS BFDKNIFF&BFDBAR OPTIONS 04477 3—Wheel Drive Kit 04652 0—Blade Cutting Unit 93-4262 Mlcrocut Bedknlfe 04479 Thatching Reel/Set of 11 04654 11—Blade Cutting Unit 93-4263 Tournament Bedknlfe 04494 Greens Spiker Kit 04656 14—Blade Cutting Unit 93-4264 Low Cut Bedknlfe 04495 Greens Tri—Roller Kit 119-4103 0—Blade Reel Ilndlvlduall 94-6392 High Cut Bedknlfe 30707 Armrest Kit 121-6651 0—Blade Reel,Heavy—Duty Ilndlvlduall 63-0600 Fairway Bedknlfe 99-4506 Traction Tires 119-4104 11—Blade Reel Ilndlvlduall 100-4303 Extended Mlcrocut Bedknlfe 104-7701 Hydraulic Of[Cooler Kit 127-2202 14—Blade Reel Ilndlvlduall 100-4302 Extended Tournament Bedknlfe 04554 Fight Kit 115-1000 FdgeMax'Mlcrocut Bedknlfe IStandardl 120-1951 Spark Arrestor GROOMER OPTIONS" 115-1001 FdgeMax'"Tournament Bedknlfe 04497 Leak Detector 04709 Groomer Drive IFHI/Set of 11 112-7475 FdgeMax"Fairway Bedknlfe 112-0279 Front Wheel Weight Kit 04710 Groomer Drive/RHI ISetof1l 106-2640-01 Bedbar IStandardl 100-6442 2WD Weight Kit 04712 Groomer Reel,Spring Steel/Set of 11 99-3794-03 Aggressive Bedbar 99-1645 3WD Weight Kit 04713 Groomer Brush/Set of 11 100-6430 Hose Adapter Kit 04274 Grooming Brush—Soft THATCHING REEL ACCESSORIES 105-9766 Radiator Screen Kit 04275 Grooming Brush—Stiff 117-6024 Thin dynaBLADF,IL2mm Thlcknessl /individual) 104-9400 Ground Follow Kit 112-9240 Groomer Pull Link Kit Regular dynaBlade,l2mm Thlcknessl 115-4510 Bimini Folding Shade 04744 Grooming Reel—Thin Blade ISetof1l 9-1120 (Individual) 115-4754 Wireless Hour Meter 117-6039 Replacement Kit,1.2mm dynaBlade 136 SCRAPER"OPTIONS Bladed 25-5303 Front Narrow Wlehle Roller Scra —6040 Replacement Kit,2mm dynaBlade 136 ROLLFR OPTIONS per Blades) 04626 Front Narrow Wiehle Roller/set of 31 125-5304 Front Wide Wlehle Roller Scraper 121-6675 Spring Steel Kit 04627 Front Wide Wlehle Roller/set of 31 125-5305 Front Full Roller Scraper 121-6674 Blade,Spring Steel 04625 Front Full Roller/set of 31 115-7377 Front Narrow Wlehle Roller Scraper Brush 121-9525 Thatching Reel Quick Change K Solid Steel Roller Kit 115-7370 Front Wide Wlehle Roller Scraper Brush 04628 IfrontWlehle&rear steel rollers) 115-7379 Front Full Roller Scraper Brush 3I0-HYDRAULIC FLUID/HYDRAULIC FLUID/OIL 04629 Anti—Bobbing Roller 115-7300 Front Narrow Wlehle Roller Scraper Comb 119-2157 Bio—Hydraulic Fluid,5 gal 110.9 LI 71-1550 Cast Iron Rear Wlehle Roller 115-7301 Front Wide Wlehle Roller Scraper Comb 119-2150 Bio—Hydraulic Fluid,55 gal.1208.2 LI 107-3514 Steel Wide Wlehle Roller 115-7382 Front Full Roller Scraper Comb 108-1178 Premium Hydraulic Fluid,5 gal.118.9 LI 121-4675 Extended Wlehle Roller 115-7383 Rear Roller Scraper 108-1177 Premium Hydraulic Fluid,55 gal.1208.2 L) 04258 Extended Narrow Wlehle Roller 121-2260 Adjustable Rear Roller Scraper 121-6393 Premium Fng'me Of[SAE 1OW30,5 gal.118.9 L) 04267 Narrow Wlehle Roller lforpaspaluml 04646 Spring Loaded Rear Roller Scraper 121-6392 Premium Fng'maOf[SAF 1OW30,55gal.1208.2L1 107-3510 Steel Narrow Wlehle Roller /Set of 31 120-9595 Steel Rear Roller Istandardl 107-9561 Anti—Bobbing Roller Scraper Kit TOOLS 125-5180 DPA Rear Roller Fxtenslon Kit 04726 Rotating Rear Roller Brush ILHI(Set of 11 04399 Turf Evaluator 120-9600 High Height of Cut Kit 04724 Rotating Rear Roller Brush IRHI(Set of 11 125-5610 Paper—Reel 04249 Split Full Front Roller 125-5611 Shim—Reel 04250 Split Narrow Wlehle Roller 94-9010 Height of Cut Bar Assembly *Specifications and design subject to change without notice.Products depicted in this literature are for demonstration purposes only. Actual products offered for sale may vary in use,design,required attachments and safety features.Consult your local Toro Distributor. The Greensmaster 3250-D manufactured z� Rev.5116 5 in Tomah,WI ISO 9002 CePefl6u 1 0 1 406 s � >> Reetmaster' 3100-D SMALL AREA REEL MOWER E E A T u R E S A must for any course. Kubota®21.5 hp(16 kW)diesel engine When you need a reel trim mower whose cutting quality and versatility is second to none, the Toro°Reelmaster°3100-D is the clear choice.It's the only reel mower with Sidewinder° ®Exclusive Sidewinder°cutting system technology that slides the cutting units side to-side,on the fly,to reach turf that other 72"(183 cm)or 85"(216 cm)width of cut mowers can't.It's perfect for mowing around greens and bunkers where precision control SerieslPara((e(T"^3WD is a must.Add the legendary Toro cutting units and triplex configuration,and the 3100-D is the best reel trim mower on the market. toro.com/reelmaster ax. r �a�,+�k 4iYiA i 0 � Ilii Call your Toro distributor at 800-803-8676 ' Reelmaster 3100-D Specifications' RFFLMASTFR 3100-D,MODFL 03170 1 RFFLMASTFR 3100-D,MODFL I3171 w/SIDFWINDFR ENGINE Kubota liquid-cooled diesel,3-cylinder,21.5 hp 116 kWl net @ 2500 RPM.High Idle:2,600 rpm,Low Idle:1,400 rpm 1*I-50 rpml.68.5 cu.In.11123 cm3l displacement.Pressurized lubrication system with 3.5 U.S.qt.13.3 Uteri capacity.Heavy-duty,radial seal air cleaner.Fuel/water separator with visible bowl. CONFIGURATION Rear mounted engine,front operator position.Rear mounted radiator.Two post RODS and seat belt standard. FUEL CAPACITY 7.5 gallons 128 Gtersl.Blodlesel-Ready for use up to B-20120%diodlesel and 80%petroleum blendl. TRACTION DRIVE Series/Parallel hydraulic traction circuit provides continuous 3-wheel drive,In mow and transport.Hydrostatic traction drive provides Infinitely variable speed In forward and reverse.6 gallon 123 Gterl hydraulic system capacity. GROUND SPEED Mow:0-6 mph 10-10 kmlhl;Transport:0-9 mph 10-14 kmlhl.Reverse:0-4 mph.10-6 kmlhl. Forward and reverse traction control pedals,mow/transport lever,hand activated park brake,Ignition key switch,tilt steering wheel lock,PTO switch,throttle,joystick CONTROLS control for cutting unit raise and lower Iand for moving cutting units side-to-side on Sidewinder equipped modelsl,cutting unit transport lock,reel speed and backlap control knob. GAUGES Hour meter,fuel gauge,cluster gauge with glow plug and charge Indicator lights,and low engine oil pressure and high coolant temperature warning lights Ihlgh temperature safety shut offl. ELECTRICAL& 12-volt,585 cold cranking amps at 0°F 1-18°Cl,40 amps with regulatorlrectlfier.Traction pedal,operator presence In seat,PTO engage or disengage,and cutting INTERLOCKS unit mow or transport safety Interlock switches. TIRES Front:20 x 12-10,4-ply Turf Tread.Rear:20 x 10-10,4-ply Turf Tread FRAME Formed steel,welded steel and steel tubing. BRAKES Hydrostatic service brake,hand-operated parking brake. STEERING Power steering with tilt steering wheel. Track Width: 55"1140 cml Overall Height: 71"1180 cml with RODS OVERALL Wheel Base: 56"1142 cml Transport Width: 80"1203 cml In 72"1183 cml woc DIMENSIONS 92"1234 cml In 85"1216 cml woc Overall Length: 93"1248 cml Approx.Weight with Cutting units: 1860 Its.1844 kgl CUTTING UNIT Fixed position cutting units. Operator controlled moveable cutting units travel�12"ISO cm) CONFIGURATION left or right from center,total of 24"161 cm)of Infinite variability. CUTTING UNIT 3"17.6 cml In 72"1183 cml width of cut Maximum 15"138 cml In 72"1183 cml width of cut. OFFSET 10"125 cml In 85"1216 cml width of cut Maximum 22"156 cml In 85"1216 cml width of cut. CERTIFICATION This product complies with the American National Standards Institute(ANSI B71-4-20121 and European Community specifications ICE Certlfledl.FN ISO 5395. WARRANTY Two-year limited warranty,refer to operators manual for details. 27"CUTTING UNITS(03180, I I (03182) 7HOCRAN6E Three hydraulically-driven,balanced,7"117.8 cml diameter reels.Cutting units Interchangeable to all three positions. REEL B 5,8,and 11-blade reels available for 27"168.6 cml cutting unit.8-blade reels available for 32"181.3 cml cutting unit. Height of cut ranges.25"to 2"1.63-5.1 cml standard In floating position,1.5 to 25 13.8-6.4 cml In fixed position. CUTTING WIDTH 72"1183 cml,or 85"1216 cml width of cut dependent on cutting unit selection. CLIP FREQUENCYI Manually controlled variable reel speed for adjustment of clip frequency.Standard on-board backlapping. BACKLAPPING BEDKNIFE-TO-REEL Dual point adjustment IDPAI of bedknife to reel. ADJUSTMENT ROLLERS I Full roller standard on rear of cutting unit and plastic front Wlehle roller. *Specifications and design subject to change without notice.Products depicted in this literature are for demonstration purposes only. Actual products offered for sale may vary in use,design,required attachments and safety features.See distributor for details on all warranties. The Reelmaster 3100-0 is��ufactured z , Rev.2115 2 inTomah,WI ISO 9002Certlfie4 10 AF 1406 0 Reelmaster 3100-D Accessories' CUTTING UNIT OPTIONS TRACTION UNIT ACCFSSORIFS BEDKNIFE OPTIONS 03188 27"169 cml 5—Blade DPA Cutting Unit 30358 Bimini Canvas Sunshade 114-9388 Standard 127"1—Production 03189 27"169 cml 8—Blade DPA Cutting Unit 115-4754 myTurf°Wireless Hour Meter Assembly 114-9389 Standard 132"1—Production 03190 27"169 cml 11—Blade DPA Cutting Unit 03614 Golf Ball Guard 112-8910 EdgeMaxrM 1271 03203 27"169 cml Verticutter Cutting Unit 112-8956 FdgeMaxrM 1321 03191 32"181 cml O—Blade DPA Cutting Unit 32 (81 CM)DPA CUTTING UNIT ACCESSORIES 114-9390 Heavy—Duty 12T" 03246 Rear Roller Brush Kit 114-9391 Heavy—Duty 132"I 27" (69 CM) DPA CUTTING UNIT ACCESSORIES 03244 End Weight Kit 120-1641 Extended Low—Cut 1271 03240 Universal Groomer 127-2104 5—Blade Service Reel 120-1642 Extended Low—Cut 1321 03241 27''169 cml Groomer Cartridge 114-9369 Rear Roller Scraper Kit 03242 27''169 cml Universal RRB Kit 114-9373-03 Wlehle Roller Scraper 03243 Rear Roller Brush Kit 114-9377 Comb/Scraper Kit 03244 End Weight Kit 115-0849 High HOC Brush 132-7125 Broomer Kit 114-9384 Full Front Roller 03185 Grass Basket Kit 114-9387-03 Full Front Roller Scraper 114-9368 Rear Roller Scraper Kit 119-0640 Shoulder Roller Asm 114-9372-03 Wlehle Roller Scraper 114-9382-03 Shoulder Roller Scraper 114-9376 Comb/Scraper Kit 119-4288 Short Rear Roller Asm 119-0630 Shoulder Roller Asm 119-0646-03 Fixed Plate 12 per cutting unitl 114-9381-03 Shoulder Roller Scraper 119-0649 Trim/HD Collar Kit 16 per roller) 114-9383 Full Front Roller 119-0635 RM3100 Tipper Roller Kit 114-9386-03 Full Front Roller Scraper 98-1852 Gauge Bar 119-4286 Short Rear Roller Asm 115-0838 High HOC Brush 119-0646-03 Fixed Plate 12 per cutting unitl 119-0649 Trim/HD Collar Kit 16 per roller) 119-0635 RM3100 Tipper Roller Kit 98-1852 Gauge Bar *Specifications and design subject to change without notice.Products depicted in this literature are for demonstration purposes only. Actual products offered for sale may vary in use,design,required attachments and safety features.See distributor for details on all warranties. The Reelmaster 3100-0 is� aur d Rev.11116 3 In Tom a h,WI ISO 9002Cert1fie l t �0 z� �406 s � Reetmaster' 5410/5510/5610 llr �ll1z. ( FAIRWAY MOWERS F E A T u R E S Leading by reputation. ®Powerful Tier 4 compliant engines—featuring Performance,productivity and quality are just words if a piece of equipment has not Yanmar®3-cylinder,liquid-cooled,diesel earned them through actual customer usage.After 10 years of satisfying customers, engines. the Reelmaster 5410,5510 and 5610 have earned a reputation for delivering exceptional Proven Reliability&Performance—time tested performance,maximum productivity and high quality.And we haven't stood still over the platform delivers exceptional durability,high performance and versatility. years.Toro spends a lot of time listening closely to our customers to better understand ®Enhanced climbing and hillside stability- their evolving requirements.Based on customer input,Toro engineers continually work to CrossTraxTm all-wheel drive system is based refine and improve each fairway mower to meet those needs.Everything from operator on the Toro patented Series/ParallelT"'design. if one of the front tires begins to slip,power comfort and efficiency,to tractor performance,to cutting unit is transferred to the opposite rear tire for after-cut-appearance improvements,and even ease of optimum traction. maintenance is reviewed in our relentless effort to maximize ®Precise Monitoring&Control—an onboard productivity and efficiency. info Center allows viewing and changing of settings.it also provides essential information toro.com/reelmaster about service intervals,diagnostics and faults. Toro's Mow Speed Limiter is a simple mechanical design which produces consistent a results regardless of the operator. Unparalleled Operator Comfort—with a tilt steering wheel and easy-access steps for every size operator,to a deluxe suspension IVIi seat,and a well thought out design that moved the radiator to the rear of the engine compartment to move heat rejection -- n,�n„ v and noise away from operator, these fairway mowers are , ; ., designed for a comfortable, all-day operation. . , Outstanding Quality of Cut- Dual Precision Adjustment(DPA) cutting units—featuring Toro's all new EdgeSeriesTm reels combine to deliver a consistent,high quality cut and superior after cut appearance,while reducing maintenance with improved reel edge retention. } ' 4 Call your Toro distributor at 800-803-8676 Reelmaster 541015410-D Specifications' RIEFILIMASTIER , RIEFILIMASTIER 5410-D MIDDIEL 03675 TIFIR 4 DIIESIEL,MIDDIEL 606 -,wr. ENGINE Kubota®4-cyllOde r,liquid cooled,diesel engine.35.5 hp 126.5 kWl Yanmar®3-cylinder,liquid cooled,diesel engine. @ 3000 rpm. 36.0 hp 127.5 kWl,74.4 ft.Its.1105 Nml torque,1.64 liter displacement. LUBRICATION Pressurized lubrication system with 5.0 quart 14.7 llterl capacity. FUEL FILTER Replaceable spin-on fuelfilterlwater separator. AIR CLEANER Heavy-duty three-stage,radial seal air cleaner with restriction Indicator. COOLING Rear mounted radiator with Industrial tube and fill construction,6.5 fins per Plate and bar radlatorloH cooler combination,6.3 fins per Inch,10 quart 19.5 Inch,7.0 quart 16.6 liter)capacity. llterl capacity. FUEL TANK CAPACITY 13.5 gallon 151.1ohterl capacity.Blodlesel-Ready for use up to B-20 120% 14 gallon 153 llterl capacity. blodlesel and 80%petroleum blend). HYDRAULIC OIL CAPACITY 9.0 gallon 134.1 hterl capacity. 15 gallon 156.8 llterl capacity. TRACTION DRIVE Front drive wheels powered by a hydrostatic pump with Individual wheel motors.All-wheel drive optional with CrossTrax®All-Wheel Drive system,which transfers power from the front wheels to the opposite rear wheels via Independent rear wheel motors GROUND SPEED 0-10 mph 10-16 kmlhrl forward transport;0-8 mph 10-12.8 kmlhrl mow;0-4 mph 10-6.4 kmlhl reverse. TIRES Front traction tires:26.5 x 14-12 turf tires Rear steer tires:20 x 12-10 MAIN FRAME High strength steel frame with welded construction. BRAKES Individual left and right drum-type front wheel brakes.Brakes may be actuated for service braking via left foot pedal.Integrated foot pedal lock provides parking brake.Dynamic braking through hydrostatic traction drive system. STEERING Rear wheel,power steering with an Independent hydraulic pump and circuit. GAUGES InfoCenter'"onboard LCD display shows gauges,alerts/faults,service reminders,electrical system diagnostics,Indicates fuel level,coolanttemp.,low oil pressure, alternator,engine hours,engine rpm,voltage,reel speed,backlap speed,glow Indicator Idlesell,llftllower Indicator. Single foot-operated traction pedal,foot actuated mow speed limiter,foot Single foot-operated traction pedal,foot actuated mow speed limiter,foot actuated service and parking brake.Hand-operated key Ignition switch, actuated service and parking brake.Hand-operated key Ignition switch, CONTROLS throttle,cutting unit ralsellowerjoystick,cutting unit engage switch,and throttle,Isochronous engine speed control,cutting unit ralsellowerjoystick, headlight switch all positioned on right hand pivoting control console. cutting unit engage switch,and headlight switch all positioned on right hand pivoting control console. Heavy-duty 12-volt battery,570 CCA,40 amp alternator.Flectronlc control unit Heavy-duty 12-volt battery,570 CCA,55 amp alternator.Flectronlc control unit ELECTRICAL&INTERLOCKS is a microprocessor based,solid state control unit with diagnostic capabilities. Is a microprocessor based,solid state control unit with diagnostic capabilities. Traction pedal,parking brake,operator presence In seat,and cutting unit Traction pedal,parking brake,operator presence In seat,and cutting unit engageldlsengage safety Interlock switches. engageldlsengage safety Interlock switches. REEL DRIVE Reel drive circuit Is split Independently for front and rear cutting units.Hydraulic functions controlled by an Integrated hydraulic control block.Reel speeds are electronically adjustable In nine Incremental settings.Standard on-board backlapping. CUTTING UNIT LIFTILOWER Front and rear cutting unit lift/lower Is sequenced for uniform starting and ending points. SEAT Deluxe high back suspension seat with fore,aft,height and weight adjustment. ROPS Standard with seat belt HEIGHT 63"1160 cml seat top,85"1217.2 cml top of ROPS. LENGTH(2WD) 111"1281.9 cml WHEEL BASE 60"1152.4 cml OPERATIONAL WIDTH 113.5'1288.3 cml TRANSPORT WIDTH 92"1233.7 cml WEIGHT 2,505 Its.11,136 kgl 12WD1,2,615 Its.11,186 kgl 14WD1 2,943 Its.11,335 kgl 12WD1,3,053 Its.11,385 kgl 14WD1 CERTIFICATION Complies with ANSI B71.4-2004 and CF requirements.Certain machine configurations require rear weight kits for standards compliance,see Operator's Manual for details. WARRANTY Two-year limited warranty.Refer to the Operator's Manual for further details. Specifications and design subject to change without notice.Products depicted in this literature are for demonstration purposes only. Actual products offered for sale may vary In use,design,required attachments and safety features.See distributor for details on all warranties. z� The Reelmaster 5410 is��nufactured Rev.12115 2 In Tomah,WI ISO 9002 Eertl519 10 1 406 Reelmaster 541015410-D Accessories' S-BLADI CUTTING UNIT,MODILI3621 11-BLADI CUTTING UNIT,MODIL03623 TYPE 5-plex,hydraulically driven,balanced cutting units with adjustable rear weight transfer spring.Cutting units feature quick disconnect for removal/installation and are Interchangeable to all positions.Cutting units also feature rear throw capability. SIZE 22"156 cml wide,5"U2.7 cml diameter,8&11"blade cutting units. WIDTH OF CUT 100"1254 cml HOC RANGE 0.25'-1.0"16.4-25.4 mml standard.Up to 1.5 138.1 mml with high height of cut kit. REEL SPEED Manually controlled,variable reel speed for control of clip frequency.Reel speeds are Incrementally adjustable between 200-2,000 rpm with a backlap speed of 200 pm. BEDKNIFE ADJUSTMENT Dual Precision Adjustment IDPA1,bedknlfe to reel. ROLLERS 3"17.6 cml diameter,deep groove plasticWlehle front roller.25 16.4 cml diameter shortened steel rear roller.Other roller configurations optional. UNIVIRSAL GROOMIR, II TYPE Forward,Reverse&Neutral.Rotating blades with optional BroomerTI brush strips that are woven within the blade helix for full width turf contact. GROOMING WIDTH 20.5'152.1 cml GROOMING RANGE 0-0.25'10-6.4 mml below height of cut when engaged,0.5"10-12.7 mml above Groomer height of cut when disengaged. BLADES 25 16.4 cml diameter,0.042"11 mml thick heat treated spring steel blades with 0.5 112.7 mml spacing. POWIRID ' AR ROLLIR BRUSH, II 03668 TYPE Rotating,helically woven,stiff bristled brush.Spring loaded belt drive. CONTACT POINTS Tightly woven 11-point contact. SPIN RATE Rapid 2000 rpm spin rate. CUTTING UNITS 5'(12.7 cm) CUTTING UNIT ACCESSORIES BEDKNIFE`OPTIONS 03621 5"112.7 cml 8-blade DPA cutting unit 03763 Universal Groomer 108-9095 EdgeMax' 03623 5"U2.7 cml 11-blade DPA cutting unit 03765 22''156 cml Groomer Cartridge 108-9096 Standard 03618 5"112.7 cml verticutter cutting unit 03767 Grooming Brush Cartridge 127-7132 EdgeMax Low Cut 03417 Universal OnlyWelght Kit 110-4084 Low Cut TRACTION UNIT ACCESSORIES 03658 Powered rear roller brush for groomers 119-4280 EdgeMax Extended Low Cut 03655 CrossTrax®All-Wheel Drive Kit 03413 Weight for cutting units with attatchments 120-1640 Extended Low Cut 03667 Air-ride Seat Suspension 03406 Powered rear roller brush only 110-4074 Heavy Duty 03614 Golf Ball Guard 03411 End Weight Kit 30349 Universal Sunshade-White 03415 Flex Grass Basket SCRAPER OPTIONS 30552 Universal Sunshade-Red 31-6845 Flex Groomer Rod Kit 107-3280 Rear Roller Scraper 107-2993-03 Wlehle Roller Scraper 110-1735 Comb Scraper Kit *Specifications and design subject to change without notice.Products depicted in this literature are for demonstration purposes only. Actual products offered for sale may vary in use,design,required attachments and safety features.See distributor for details on all warranties. The Reelmaster 5510&5610�pymanufacture z� Rev.11116 3 inTomah,WI ISO 9002CertifeBPl�ge 0 n 1406 Reelmaster 551015510-D Specifications' 5510-D(A), 03607 4 ENGINE Kubota®4-cylinder,liquid cooled,diesel engine.35.5 hp 126.5 kWl @ 3000 rpm. Yanmar®3-cylinder,liquid cooled,diesel engine.36.0 hp 127.5 kWl,74.4 ft.Its. 105 Nml torque,1.64 liter displacement.Tier 4 Final Compliant. LUBRICATION Pressurized lubrication system with 5.0 quart 14.7 llterl capacity. FUEL FILTER Replaceable spin-on fuelfilterlwater separator. AIR CLEANER Heavy-duty three-stage,radial seal air cleaner with restriction Indicator. COOLING Rear mounted radiator with Industrial tube and fill construction,6.5 fins per Plate and bar radlatorloH cooler combination,6.3 fins per Inch,10 quart 19.5 Inch,7.0 quart 16.6 liter)capacity. llterl capacity. FUEL TANK CAPACITY 13.5 gallon 151.1ohterl capacity.Blodlesel-Ready for use up to B-20 120% 14 gallon 153 llterl capacity. blodlesel and 80%petroleum blend). HYDRAULIC OIL CAPACITY 9.0 gallon 134.1 hterl capacity. 15 gallon 156.8 llterl capacity. TRACTION DRIVE Front drive wheels powered by a hydrostatic pump with Individual wheel motors.All-wheel drive optional with CrossTrax®All-Wheel Drive system,which transfers power from the front wheels to the opposite rear wheels via Independent rear wheel motors GROUND SPEED 0-10 mph 10-16 kmlhrl forward transport;0-8 mph 10-12.8 kmlhrl mow;0-4 mph 10-6.4 kmlhl reverse. TIRES Front traction tires:26.5 x 14-12 turf tires Rear steer tires:20 x 12-10 MAIN FRAME High strength steel frame with welded construction. BRAKES Individual left and right drum-type front wheel brakes.Brakes may be actuated for service braking via left foot pedal.Integrated foot pedal lock provides parking brake.Dynamic braking through hydrostatic traction drive system. STEERING Rear wheel,power steering with an Independent hydraulic pump and circuit. GAUGES InfoCenter'"onboard LCD display shows gauges,alerts/faults,service reminders,electrical system diagnostics,Indicates fuel level,coolanttemp.,low oil pressure, alternator,engine hours,engine rpm,voltage,reel speed,backlap speed,glow Indicator Idlesell,llftllower Indicator. Single foot-operated traction pedal,foot actuated mow speed limiter,foot Single foot-operated traction pedal,foot actuated mow speed limiter,foot actuated service and parking brake.Hand-operated key Ignition switch, actuated service and parking brake.Hand-operated key Ignition switch, CONTROLS throttle,cutting unit ralsellowerjoystick,cutting unit engage switch,and throttle,Isochronous engine speed control,cutting unit ralsellowerjoystick, headlight switch all positioned on right hand pivoting control console. cutting unit engage switch,and headlight switch all positioned on right hand pivoting control console. Heavy-duty 12-volt battery,570 CCA,40 amp alternator.Flectronlc control unit Heavy-duty 12-volt battery,570 CCA,55 amp alternator.Flectronlc control unit ELECTRICAL&INTERLOCKS is a microprocessor based,solid state control unit with diagnostic capabilities. Is a microprocessor based,solid state control unit with diagnostic capabilities. Traction pedal,parking brake,operator presence In seat,and cutting unit Traction pedal,parking brake,operator presence In seat,and cutting unit engageldlsengage safety Interlock switches. engageldlsengage safety Interlock switches. REEL DRIVE Reel drive circuit Is split Independently for front and rear cutting units.Hydraulic functions controlled by an Integrated hydraulic control block.Reel speeds are electronically adjustable In nine Incremental settings.Standard on-board backlapping. CUTTING UNIT LIFT/LOWER Front and rear cutting unit lift/lower Is sequenced for uniform starting and ending points. SEAT Deluxe high back suspension seat with fore,aft,height and weight adjustment. ROPS Standard with seat belt HEIGHT 63"1160 cml seat top,85.5'1217.2 cml top of ROPS. LENGTH(2WD) 111"1281.9 cml WHEEL BASE 60"1152.4 cml OPERATIONAL WIDTH 116"1288.3 cml TRANSPORT WIDTH 92"1233.7 cml WEIGHT 2,693 Its.11,222 kgl 12WD1, 2,803 Its.11,271 kgl 14WD1 3,131 Its.11,420 kgl 12WD1,3,241 Its.11,470 kgl 14WD1 CERTIFICATION Complies with ANSI B71.4-2004 and CF requirements.Certain machine configurations require rear weight kits for standards compliance,see Operator's Manual for details. WARRANTY Two-year limited warranty.Refer to the Operator's Manual for further details. Specifications and design subject to change without notice.Products depicted in this literature are for demonstration purposes only. Actual products offered for sale may vary in use,design,required attachments and safety features.See distributor for details on all warranties. The Reelmaster SS10 is��nm factured z Rev.1211 S �+ In Tomah,WI ISO 9002 Eert � 10 1 406 Reelmaster 551015510-D Accessories' SSII I-BLADI CUTTING UNITS,MODILS03638,03639 ANDI TYPE 5-plex,hydraulically driven,balanced cutting units with adjustable rear weight transfer spring.Cutting units feature quick disconnect for removal/installation and are Interchangeable to all positions.Cutting units also feature rear throw capability. SIZE 22"156 cml wide,7"117.8 cml diameter,8 and 11 blade cutting units. WIDTH OF CUT 100"1254 cml HOC RANGE 0.25'-1"16.4-25.4 mml standard.Up to 2"150.8 mml with high height of cut kit. REEL SPEED Manually controlled,variable reel speed for control of clip frequency.Reel speeds are Incrementally adjustable between 200-1,650 rpm with a backlap speed of 200 pm. BEDKNIFE ADJUSTMENT Dual Precision Adjustment IDPA1,bedknlfe to reel. ROLLERS 3"17.6 cml diameter,deep groove plasticWlehle front roller.3"17.6 cml diameter steel rear roller.Other roller configurations optional. UNIVIRSAL GROOMIR, II TYPE Forward,Reverse&Neutral.Rotating blades with optional BroomerTI brush strips that are woven within the blade helix for full width turf contact. GROOMING WIDTH 20.5'152.1 cml GROOMING RANGE 0-0.25'10-6.4 mml below height of cut when engaged,0-0.25'10-6.4 mml above height of cut when disengaged. BLADES 25 16.4 cml diameter,0.042"11 mml thick heat treated spring steel blades with 0.5 112.7 mml spacing. POWIRID ' "ROLLIR BRUSH, II 03408 TYPE Rotating,helically woven,stiff bristled brush.Spring loaded belt drive. CONTACT POINTS Tightly woven 11 point contact. SPIN RATE Rapid 2000 rpm spin rate. CUTTING UNITS 7 (17.8 cm) CUTTING UNIT ACCESSORIES BEDKNIFE`OPTIONS 03629 7"117.8 cml cutting unit finishing kit 03768 Universal Groomer 108-9095 FdgeMax' 03638 7''117.8 cml 8-blade,radial: 03765 22''156 cml Groomer Cartridge 108-9096 Standard 03639 7''117.8 cml 8-blade,forward-swept 03767 Grooming Brush Cartridge 127-7132 FdgeMax Low Cut 03641 7''117.8 cml 11-blade,forward-swept 03418 Universal OnlyWelght Kit 110-4084 Low Cut 03619 7"117.8 cml verticutter cutting unit 1 03659 Powered rear roller brush for groomers 119-4280 FdgeMax Extended Low Cut 03419 Universal w/RRB Weight Kit 120-1640 Extended Low Cut TRACTION UNIT ACCESSORIES 03408 Powered rear roller brush only 110-4074 Heavy Duty 03655 CrossTrax®All-Wheel Drive Kit 03405 Weight for cutting units withoutattatchments 03667 Air-ride Seat Suspension 03415 Flex Grass Basket SCRAPER OPTIONS 03614 Golf Ball Guard 131-6845 Flex Groomer Rod Kit 107-3280 Rear Roller Scraper 30349 Universal Sunshade-White 107-2993-03 Wlehle Roller Scraper 30552 Universal Sunshade-Red 110-1735 Comb Scraper Kit *Specifications and design subject to change without notice.Products depicted in this literature are for demonstration purposes only. Actual products offered for sale may vary in use,design,required attachments and safety features.See distributor for details on all warranties. The Reelmaster55101s anufactured z� Rev.11/16 5 InTomah,WI ISO9002Oe ag 10 1406 Reelmaster 5610 Specifications' RIEFILIMASTIER 5610 4WD,MODIEL 03678 1 RIEFILIMASTIER 5610-D 4WD,MODIEL 03679 ENGINE Kubota'4-cylinder,liquid cooled,diesel engine.44.2 hp 133 kWl @ 3000 rpm. Yanmar®3-cylinder,liquid cooled,turbo-diesel engine.43.5 hp 132.4 kWl,74.4 ft.Its.1105 Nml torque,1.64 liter displacement.Tier 4 Final Compliant. LUBRICATION Pressurized lubrication system with 5.0 quart 14.7 liter)capacity. FUEL FILTER Replaceable spin-on fuelfilterlwater separator. AIR CLEANER Heavy duty three-stage,radial seal air cleaner with restriction Indicator. COOLING Rear mounted radiator with Industrial tube and fill construction,6.3 fins per Inch,10.0 quart 19.5 liter)capacity. FUEL TANK CAPACITY 13.5 gallon 151.1 liter)capacity.Blodlesel-Ready for use up to B-20 120%blodlesel and 80%petroleum blend). HYDRAULIC OIL CAPACITY 9.0 gallon 134.1 Idled capacity. Front drive wheels powered by a hydrostatic pump with Individual wheel TRACTION DRIVE motors.All-wheel drive optional with CrossTrax®All-Wheel Drive system, CrossTrax®All-Wheel Drive system standard,which transfers power from the which transfers power from the front wheels to the opposite rear wheels via front wheels to the opposite rear wheels via Independent rear wheel motors. Independent rear wheel motors. GROUND SPEED 0-10 mph 10-16 kmlhrl forward transport;0-8 mph 10-12.8 kmlhrl mow;0-4 mph 10-6.4 kmlhl reverse. TIRES Front traction tires:26.5 x 14-12 turf tires;Rear steer tires:20 x 12-10. MAIN FRAME High strength steel frame with welded construction. BRAKES Individual left and right drum-type front wheel brakes.Brakes may be actuated for service braking via left foot pedal.Integrated foot pedal lock provides parking brake.Dynamic braking through hydrostatic traction drive system. STEERING Rear wheel,power steering with an Independent hydraulic pump and circuit. GAUGES InfoCenter'"onboard LCD display shows gauges,alerts/faults,service reminders,electrical system diagnostics,Indicates fuel level,coolant temp.,low oil pressure, alternator,engine hours,engine rpm,voltage,reel speed,backlap speed,glow Indicator Idlesell,llftllower Indicator. CONTROLS Single foot-operated traction pedal,foot actuated mow speed limiter,foot actuated service and parking brake.Hand-operated key Ignition switch,throttle,cutting nit ralsellowerjoystick,cutting unit engage switch,and headlight switch all positioned on right hand pivoting control console. ELECTRICAL&INTERLOCKS Heavy duty 12-volt battery,570 CCA,40 amp alternator.Flectronlc control unit Is a microprocessor based,solid state control unit with diagnostic capabilities.Traction pedal,parking brake,operator presence In seat,and cutting unit engageldlsengage safety Interlock switches. REEL DRIVE Reel drive circuit Is split Independently for front and rear cutting units.Hydraulic functions controlled by an Integrated hydraulic control block.Reel speeds are electronically adjustable In nine Incremental settings.Standard on-board backlapping. CUTTING UNIT LIFTILOWER Front and rear cutting unit llftllower Is sequenced for uniform starting and ending points. SEAT Deluxe high back suspension seat with fore,aft,height and weight adjustment. ROPS Standard with seat belt HEIGHT 63"1160 cml seat top,85.5'1217.2 cml top of ROPS. LENGTH(2WD) 111"1281.9 cml WHEEL BASE 60"1152.4 cml OPERATIONAL WIDTH 116"1288.3 cml TRANSPORT WIDTH 92"1233.7 cml WEIGHT 2,756 Its.11,276 kgl 12WD1,2,866 Its.11,326 kgl 14WD1 CERTIFICATION Complies with ANSI 371.4-2004 and CF requirements.Certain machine configurations require rear weight kits for standards compliance,see Operator's Manual for details. WARRANTY Two-year limited warranty.Refer to the Operator's Manual for further details. *Specifications and design subjectto change without notice.Products depicted in this literature are for demonstration purposes only. Actual products offered for sale may vary in use,design,required attachments and safety features.See distributor for details on all warranties. The Reelmaster 5610f conned z� Rev.12115 6 nTomah,WI ISO Ce 10 1406 ' Reelmaster 5610 Accessories' SSII I-BLADI CUTTING UNITS,MODILS03638,03639 ANDI TYPE 5-plex,hydraulically driven,balanced cutting units with adjustable rear weight transfer spring.Cutting units feature quick disconnect for removal/installation and are Interchangeable to all positions.Cutting units also feature rear throw capability. SIZE 22"156 cml wide,7"117.8 cml diameter,8 and 11 blade cutting units. WIDTH OF CUT 100"1254 cml HOC RANGE 0.25'-1"16.4-25.4 mml standard.Up to 2"150.8 mml with high height of cut kit. REEL SPEED Manually controlled,variable reel speed for control of clip frequency.Reel speeds are Incrementally adjustable between 200-1,650 rpm with a backlap speed of 200 pm. BEDKNIFE ADJUSTMENT Dual Precision Adjustment IDPA1,bedknlfe to reel. ROLLERS 3"17.6 cml diameter,deep groove plasticWlehle front roller.3"17.6 cml diameter steel rear roller.Other roller configurations optional. UNIVIRSAL GROOMIR, II TYPE Forward,Reverse&Neutral.Rotating blades with optional BroomerTI brush strips that are woven within the blade helix for full width turf contact. GROOMING WIDTH 20.5'152.1 cml GROOMING RANGE 0-0.25'10-6.4 mml below height of cut when engaged,0-0.25'10-6.4 mml above height of cut when disengaged. BLADES 25 16.4 cml diameter,0.042"11 mml thick heat treated spring steel blades with 0.5 112.7 mml spacing. POWIRID ' "ROLLIR BRUSH, II 03408 TYPE Rotating,helically woven,stiff bristled brush.Spring loaded belt drive. CONTACT POINTS Tightly woven 11 point contact. SPIN RATE Rapid 2000 rpm spin rate. CUTTING UNITS 7 (17.8 cm) CUTTING UNIT ACCESSORIES BEDKNIFE`OPTIONS 03629 7"117.8 cml cutting unit finishing kit 03768 Universal Groomer 108-9095 FdgeMax' 03638 7"117.8 cml 8-blade,radial: 03765 22"156 cml Groomer Cartridge 108-9096 Standard 03639 7"117.8 cml 8-blade,forward-swept 03767 Grooming Brush Cartridge 127-7132 FdgeMax Low Cut 03641 7"117.8 cml 11-blade,forward-swept 03418 Universal OnlyWelght Kit 110-4084 Low Cut 03619 7"117.8 cml verticutter cutting unit 03659 Powered rear roller brush for groomers 119-4280 FdgeMax Extended Low Cut 03419 Universal w/RRB Weight Kit 120-1640 Extended Low Cut TRACTION UNIT ACCESSORIES 03408 Powered rear roller brush only 110-4074 Heavy Duty 03655 CrossTrax®All-Wheel Drive Kit 03405 Weight for cutting units withoutattatchments 03667 Air-ride Seat Suspension 03415 Flex Grass Basket SCRAPER OPTIONS 03614 Golf Ball Guard 131-6845 Flex Groomer Rod Kit 107-3280 Rear Roller Scraper 30349 Universal Sunshade-White 107-2993-03 Wlehle Roller Scraper 30552 Universal Sunshade-Red 110-1735 Comb Scraper Kit *Specifications and design subject to change without notice.Products depicted in this literature are for demonstration purposes only. Actual products offered for sale may vary in use,design,required attachments and safety features.See distributor for details on all warranties. The Reelmaster 5610m�`anufactured z� Rev.11/16 7 inTomahX ISO 900�ea'g10 1 406 s � Sand Pro' 3040/5040 BUNKER RAKE E E A T u R E S Maintaining bunkers ® Quick Attach System to change imptements in and a whole lot more. seconds without toots is time to demand more from your bunker rake.With the exclusive Quick Attach System •Over 25 imptements available (QAS)offering tool-free,quick attachment change outs and over 25 valuable attachments,the ®Hydraulic power steering(5040) Sand Pro 3040 and 5040 are versatile utility vehicles with as many uses outside the bunker •Exclusive steerable front attachments(5040) as in it.The Sand Pro 5040's optional front QAS provides added flexibility and exclusive 16hp(3040}, 18hp(5040)Kawasaki V-twin engine steerable front attachments for surgical precision.The Toro Sand Pro keeps bunkers in ® ro tournament condition every day. toro.com/sand •Responsive hydraulically-actuated front(5040) p and rear attachments — P f f AM 1� :t`dr'l�tp i� x4S` 1 l l C a 11 Sand Pro®5040 Call your Toro distributor at 800-803-8676 ' Sand Pro® 3040 & 5040 Specifications' SAND "I 3040, II 08703 I "I 5040, II 08705 Vanguard,V twit cylinder,4-cycle,OHV,air-cooled,gas angina with east Iron sleeves 16 hp 111,9 kWl at Vanguard,V twit cylinder,4-cycle,OHV,air-cooled,gas angina with east Iron sleeves 18 hp 113,4 kW1 at ENGINE 3600 rpm,Displacement,29,3 cu.In 148H cb Oil capacity,1,75 quart 11,8 liter),Electronic ignition,full 3600 rpm,Displacement,34,8 cu.In,1570 cb Oil capacity,1,75 quart 11,8 IitarL Electronic ignition,Full pressure lubrication,oil filter Base mounted angina and pump with 4lsolatlon mounts, pressure lubrication,oil filter Base mounted angina and pump with 4lsolatlon mounts, AIR CLEANER SYSTEM Remote mounted 3-phase Donaldson air cleaner. FUEL CAPACITY 5.0 gallon 118.9 Gter1 of unleaded gasoline. TRACTION DRIVE Direct driven hydrostatic variable displacement piston pump to 3 hydraulic motors for 3WD.Large,front mounted hydraulic cooler and fan.Foot pedal control, forward/reverse.Patented SerleslParadel hydraulic traction system keeps three wheels working together,virtually eliminates spin-outs. GROUND SPEED Infinitely variable 0-10 mph 116 kmlhl forward;4.3 mph 16.9 kmlhl reverse. HYDRAULIC OIL 5.0 gallon 118.9 Gter1 system capacity.Nylon reservoir to reduce corrosion.10 Inominall micron replaceable cartridge. TIRESIWHEELS Three 22 x 11.00-8 pneumatic tubeless tires on demountable,Interchangeable wheels.Tire pressure:4-6 psi 127.5 kPa1. MAIN FRAME Tricycle vehicle with welded rectangular tubular steel frame construction.Rear engine placement. BRAKES Dynamic braking through the hydrostatic transmission and hand actuated brake lever. STEERING Manual front wheel steering.15"130 cm1 diameter steering wheel.Double lubed for life gearbox. Hydraulic power steering.15"138 cm1 diameter steering wheel. Hand operated choke,throttle,and hydraulic control for raising/lowering with float.Foot Hand operated choke,throttle,and hydraulic control for rais'mgllowering with float.Foot pedal CONTROLSIGAUGES pedal controls traction forward/reverse speed.Rear hydraulic lift and lower controls.Gauges: controls traction forwardlreverse speed.Front and rear hydraulic lift and lower controls.Gauges: hour meter. hour motor. SEAT Hugh-back cushion seatwldraln hole.4"front-back adjustment wladdltional1.75"mounting adjustment.)arm rests optional) ELECTRICAL 12-volt battery,15 amp.,300 CCA @ 0°F,12-volt electric starter.Dash mounted ignition 12-volt battery,15 amp.,300 CCR @ 0°F,12-volt electric starter.Fender mounted ignition switch FEATURES switch with key.Neutral Interlock switch,seat switch.Also provisions for light kit. with key.Neutral Interlock switch,seat switch,also provisions for light kit. POWER 97 dB1A1 under normal operating conditions. DIMENSIONS Width:58"1147 cm1,Length:67.5'1171.5 cm1,Height:45.25'1114.9 cm1,Wheelbase:42.75'1108 cm1 GROUND CLEARANCE 6.0"115.2 cm1 WEIGHT Net weight llessfluids1:930lbs.1421.8kg1. WARRANTY Two-year limited warranty.Refer to the Operator's Manual for further details.Briggs&Stratton'provides a two-year commercial engine warranty and a lifetime Magnetron'warranty. FRONT FRONT LIFT FRAME ASSEMBLY Front Quick Attach System"mounting assembly and hydraulic components.Used on Sand Pro 5040 only.Model 08713. HYDRAULIC FLEX BLADE Hydraulic OAS flex blade Is designed for leveling,packing,and smoothing uneven areas In one pass.Model 08712. Available for SP5040 only(requires Front Lift Frame Assembly-087121 Standard 40"1102 cm1 width steel blade.Spring balanced manual blade Is used for leveling uneven areas and pushing up bunkers after washouts(cannot be used MANUAL BLADE when 08712 is Installed).Model 08714. Blade extension available to Increase blade width to 60"1152 cm1 for leveling out larger uneven areas.PN 115-5646. FRONT; R AR GAS ATTACHMIENTS BUNKER PUMP Throws water up to 40'112 m1 and can pump 95 gal/min 1360 UmIn1.Adjustable throw direction and angle.Requires Rear Remote Hydraulics 1087811 for rear OAS mount.Requires Front Lift Frame Assembly 1087121 Rear Remote Hydraulics 1087811 and Front Remote Hydraulics for front OAS mount Ion SP5040 only) Model 08765. BUNKER PUMP REMOTE An available 50'115 m1 discharge hose allows the OAS Bunker Pump to be removed and dropped Into hard to reach areas. DISCHARGE KIT PN 115-2084. Eliminates the task of manually maintaining Infield lips.Removes ridge buildup by sweeping material back Into the Infield.Mounts to front OAS ISP50401 and rear LIP BROOM OAS ISP3040&50401.Requires Front Lift Frame Assembly-08712 for front attachment Ion SP5040 only) Lip Broom available from Rahn Industries at www.rahngroomer.com or 1-800-298-1707. The 64"Turf Plow Is a great tool for removing aeration cores from greens,clearing snow from walkways,cart paths and even sports fields.It Is lightweight and TURF PLOW features a rounded lower[up that Is gentle on turf. The Turf Plow fits both Sand Pro 3040 and 5040. Turf Plow is available from Nordic Plow at nordicplow.com MID-MOUNT ATTACHMIENTS MID-MOUNT ASSEMBLY Base mounting assembly for mid-mount toolbars with spring-loaded regulation to allow relief If obstruction Is hit. Model 08731. WEEDER TINE TOOLBAR Ideal for removing weeds and grass from less maintained bunkers and fields Irequlres Mid-MountAssembly-087311. Model 08732. LEVELING BLADE Attaches to any mid-mount toolbar to quickly level out large areas.Foot operated latch allows operator to lower leveling blade Independently from the other mld- mounttoolbar. PN 108-8496. SOLID TINE TOOLBAR Used for general scarifying applications.Rotate teeth to maximize tine life Irequlres Mld-MountAssembly-087311. Model 08734. CARBIDE TINE TOOLBAR Use In the harshest conditions and for extended life-15 carbide tines Included Irequlres Mld-MountAssembly-087311. Model 08735. SPRING TINE TOOLBAR Use for light to moderate scarifying and dally maintenance In bunkers and on premium fields Irequlres Mid-MountAssembly-087311. Model 08733. EDGER Maintains the grass edge of the outfield near the Infield skin or warning track.Easily renovate ballfields by removing overgrown turf and Infield lip build-up. Significantly reduces labor required for Infield edging Irequlres Rear Remote Hydraulics-087811. Model 08766. *Specifications and design subject to change without notice.Products depicted in this literature are for demonstration purposes only. Actual products offered for sale may vary in use,design,required attachments and safety features.See distributor for details on all warranties. The Sand Pro 3040&S��are manufacud z 2015 Toro Commercial Equipment Guide 15-003-T Rev.2/15 2 in Tomah,WIISO 9002�ert it. n 1406 ' Sand Pro® 3040 & 5040 Accessories' RFAR GAS ATTACHIMIFINTS TOOTH RAKE Designed to lightly scarify,pack,smooth and groom In one pass.Use In dry or wet conditions and can Improve the condition of neglected sports fields. Model 08751. WEIGHT KIT FOR TOOTH RAKE Additional weight for the Tooth Rake attachment to Improve performance In coarse or wet conditions.Set of 5 weights. PN 115-4333. TOOTH RAKE BROOM 75"1190 cml Brush-Attaches behind the Tooth Rake 1087511 for a smoother finish. Model 08816. PIVOTING TROWELS KIT This kit allows Independent outside trowels to pivot and rake across the entire turn which eliminates unraked teardrop-Attaches to Tooth Rake 1087511. PN 119-7158. SPRING RAKE Leaf rake assembly designed to be used alone or In combination with the tooth rake 1087511 to achieve desired appearance.Great for wet conditions and collecting debris In groomed areas 10 used Independently,requires OAS A-Frame Assembly,1 08-94271. Model 08752. DRAG MAT CARRIER SYSTEM OAS-mounted carrier frame with hydraulic lifter allows operator to raise and lower drag mats without ever leaving the operator seat.72"1183 cml width. Model 08756. COCO DRAG MAT Quickly produces a premium finish on dry,level surfaces Irequlres Drag Mat Carrier System-087561. Model 08758. STEEL DRAG MAT Designed to for more rugged surfaces to quickly groom and finish.Use on wet or dry sand surfaces Irequlres Drag Mat Carrier System-087561. Mode108757. NAIL DRAG Pivots to follow the contours of uneven field surface.Use to scarify,loosen,or weed before smoothing.Easily adjust nail pattern and depth.Accepts up to a 40D common nail. Model 08761. SEGMENTED GROOMING BROOM Designed to minimize top surface disruption,to maximize firmness,and provide a smooth finished look In contoured bunkers. Model 08753. REPLACEMENT SEGMENTED Replacement grooming broom with stiffer bristles. PN 110-8182. GROOMING BROOM WEIGHT KIT FOR SEGMENTED Additional weight for Segmented Grooming Broom to Improve performance In coarse or wet conditions.Set of weights. PN 112-0025. GROOMING BROOM GROOMING BRUSH Designed to groom and level synthetic turf fields.Designed to brush In topdressing and stand-up turf on greens and tees-Irequlres Synthetic Turf Brush Kit, PN 119-7107 or Greens Brush Kit,PN 119-71081. Model 08794. SYNTHETIC TURF BRUSH For use with Turf Groomer,08794. PN 119-7107. GREENS BRUSH For use with Turf Groomer,08794. PN 119-7108. SPRING TINE KIT Use to help stand-up and decompact synthetic turf.For use with Turf Groomer,08794. PN 119-7109. MAGNET ATTACHMENT Use to collect ferrous debris on synthetic field.For use with Turf Groomer,08794. PN 119-2827. SYNTHETIC TURF CONDITIONER Stainless spring steel brushes loosen infill from compacted synthetic turf fields.Use to scarify,loosen,orweed'mfields.Use to groom beaches and rocky trails. Mode108790. GAS FINISH GRADER Use to level and/or scarify large areas.Includes box plow and scarifier with spring load regulation to allow relief If obstruction Is hit. Mode108754. The Rahn GL650 Infield Groomer levels uneven playing fields,helping to prevent ridge build up while creating a safer,more consistent Infield.The triple row broom is perfect for finishing the playing surface and can be stored upright for easy transport.The 2-way leveling system provides both a lock and float position to match RAHN GROOMER Infield conditions Rahn Groomer available from Rahn Industries at www.rahngroomer.com or 800-298-1707. GAS SPIKER Use for spiking greens and other formal turf to Increase air flow for healthier turf. Model 08755. GAS DEBRIS BLOWER High powered blower designed to quickly clear debris from groomed and unwanted areas.Hydraulically-powered,2000 rpm fan speed-2700 cfm @ 81 mph 12700 fm @ 130 kph/.Requires Rear Remote Hydraulics-08781. Model 08759. BASIC DRAG MAT SYSTEM Basic Drag Mat System,Model 112-14241requires 108-9427&110-13751 ACCIESSORIIES GAS A-FRAME ASSEMBLY Can attach Spring Rake 08752 to be used Independently. PN 108-9427. 400-HOUR FILTER Includes 9 engine of[filters,2 hydraulic of[filters and 2 air filters. Model 30035. MAINTENANCE KIT REAR REMOTE HYDRAULICS Quick-connect design allows rear-powered attachments to be connected In under a minute. Model 08781. FRONT REMOTE HYDRAULICS Quick-connect design allows front-powered attachments to be connected In under a minute. Model 08782. VARIABLE ORIFICE KIT Slows hydraulic lift and lower for Increased precision and accuracy when using hydraulically-powered attachments. PN 112-1433. LIGHT KIT Front and rear flood lights Improve operator visibility during low natural Light operation. PN 110-1314. SPEED CONTROL KIT Adjustable speed check trains operators to groom at the desired speed while allowing the traction unit to operate In transport speed between tasks without any adjustments or levers. PN 110-1371. HITCHITOW BAR Converts the traction unit to a utility vehicle to transport materials or trailers.Attaches to OAS A-Frame or 108-9427 for quick removal. PN 110-1375. FRONT WEIGHT KIT 50 lb 122.7kg1-allows the Spiker or Rahn®Groomer attachments without the Front Lift Frame Assembly attached to meet ANSI compliance. PN 100-6442. OPTIONAL SMOOTH TIRE Includes Individual tire,wheel and stem valve assembly.Typically used on greens. PN 112-0034. TURF TIRE Turf tread tire. PN 94-6126. *Specifications and design subject to change without notice.Products depicted in this literature are for demonstration purposes only. Actual products offered for sale may vary In use,design,required attachments and safety features.See distributor for details on all warranties. The Sand Pro 3040&S are manufac u z 2015 Toro Commercial Equipment Guide 15-003-T Rev.2115 3 In Tomah,WI ISO 9002 ert t 1406 s � Workman' HDX Auto HEAVY-DUTY UTILITY VEHICLE E E A T U R E S You asked for it, Toro delivered. Toro SpeedContr't delivers precise ground No manual clutch,no shifting,and no sacrifices.The same reliability,quality,and product speed during spraying and top dressing features you have come to expect from Toro heavy-duty utility vehicles just got better. applications Toro's all new Workman HDX Auto.The days of slipping tires as you,let out the clutch are gone.The days of training new operators on how to drive a manual transmission are gone. MUl " � i� t ifs Powered by a 28hp Kohler°liquid-cooled ERengine that is optimally timed with the transmission to deliver peak torque from 0-20 mph.No lack of power with this machine, climb the most difficult terrain with a load of sand and you will forget the bed is full. Toro's proprietary SpeedContr'[TM insures precise ground speed to engine speed critical ?y for accurate application rates with bed mounted top dressers and sprayers.Simply select the correct position on the SpeedContr'l and you are set.Put your foot to the floor and ®Two-speed transmission with high maintain consistent speed over undulating fairways and hills.Let the transmission and and tow range the engine do the work so the operator can focus on getting the job done. ®Tota(vehicle payload of 3,295 lbs (1498 kg)` toro.com/hd ®Towing capacity 3,500 lbs(1591 kg) ®Kohler`28hp liquid-cooled EF(gasoline engine ®Two-wheel and four-wheel drive options `111 ri\ 40 ����t it ik) slJr nr, i 1 k m^ Call your Toro distributor at 800-803-8676 ' Workman® HDX Auto Specifications' ENGINE 28 hp 114.9 kWl Kohler`LH775 Twin-cylinder,liquid-cooled electronic fuel Injection DISPLACEMENT 747cc FUEL Gasoline COOLING Liquid TRANSMISSION Variable speed transmission with forward high-low range and reverse featuring Toro SpeedContrTT1 MAXIMUM SPEED Forward low range JJ mph 117.7 km/hl,Forward high range 20 mph 132.2 km/hl,Reverse 13 mph 120.9 km/hl 4WD MODEL Fully automatic on-demand,hi-directional system.Uses dual hi-directional clutches.In event of rear the slippage,clutches transmit power proportionally to front wheel with highest traction. BASE MACHINE WEIGHT HDX Auto 2WD:1,905 Its 1866 kgl (INCLUDES BED) HDX Auto 4WD:1,935 Its 1880 kgl TOTAL PAYLOAD CAPACITY HDX Auto 2WD:3,295 Its 11498 kgl (INCLUDING TWO,200LB HDX Auto 4WD:3,265 Its 11484 kgl PASSENGERS) CAR60 BED CAPACITY HDX Auto 2WD:2,895 Its 11316 kgl (ASSUMES TWO,200LB HDX Auto 4WD:2,865 Its 11303 kgl PASSENGERS) LENGTH 127.6"1324 cml without bed; 30"1330 cml with bed WIDTH 64.7"1164.3 cml HEIGHT 75.8"1192.5 cml to top of RODS CLEARANCE CIRCLE 2WD Inside—32"181 cml;Outside=194"1493 cml 4WD Inside=100"1254 cml;Outside—300"1726 cml GROUND CLEARANCE 7"118 cml with no load DIFFERENTIAL LOCK Flectronlc switch to engage rear differential lock FRONT SUSPENSION Independent suspension with dual A-frame control arms,dual coli springs and dual shock absorbers with anti-sway bar.Provides 5.75"114.6 cml travel. REAR SUSPENSION DeDlon rear axle Iwelght carrying axle)suspension Independent oftransaxle with dual leaf springs and dual shock absorbers.Provides 3"17.6 cml travel. BRAKES 4-wheel hydraulic disc brake system CERTIFICATIONS Certified to meet SAE J2258.Certified to meet ISO/DIS 21299 for RODS.Fnglne meets all applicable emission standards per the manufacturer. Certified to meet the CF Machinery Directive. WARRANTY Two-year limited warranty.See Operator's Manual for further details. 600 Its 1272 kgl tongue weight TOW HITCH 3,500 Its 11587 kgl trailer weight Trailers over 1,500 Its 1680 kgl require trailer brakes *Specifications and design subject to change without notice.Products depicted in this literature are for demonstration purposes only. Actual products offered for sale may vary in use,design,required attachments and safety features. See distributor for details on all warranties. man 4s, inhTomah,WI ISO 9002 Certfed iPlntafryacteure�j406 2015 Toro Commercial Equipment Guide 15-003-T Rev.2/15 2 y TAB 5-Other Forms. The following forms should be completed and signed: 1. Attachment B: Required Response Form a. Vendor Information form b. Exceptions &Confidential Information form See attachment`Exceptions Taken'. c. General Questionnaire form d. Lawful Presence Affidavit e. Respondent Certification form (Offer and Acceptance) See Attachment B. 2. W-9 Form.All responses should include a fully completed, current W-9 form. Failure to include the W-9 will not disqualify your response, however the W-9 must be submitted to the City prior to the execution of any contract pursuant to this Solicitation. (http://www.irs.gov/pub/irs-pdf/fw9.pdf) W-9 attached. 3. The successful Respondent will be required to sign Attachment D, Exhibit B, National IPA Administration Agreement. The Agreement shall be signed no later than issuance of the City of Mesa's Notice of Intent to Award letter. Respondent should complete all reviews of the document prior to submitting a response. Respondent's response should include any proposed exceptions to the National IPA Administration Agreement. Included in Exceptions Document attached. City of Mesa RFP for: Grounds Maintenance, Equipment, Parts,Accessories,Supplies, Related Services and Equipment Solicitation#2017025 Page 1101 of 1406 lml� REQUIRED RESPONSE FORMS mesa VENDOR INFORMATION Company Legal/Corporate Name: The Toro Company Doing Business As (if different than above): Toro Address: 8111 Lyndale Ave South City: Bloomington State: MN Zip: 55420 Phone: 952-887-7936 Fax: E-Mail Address: peter.whitacrea-toro.com Website: www.toro.com DUNS# 006477400 State Where Business Entity Was Formed: Delaware Remit to Address (if different than above): Order from Address (if different from above): Address: varies by dealer Address: varies by dealer City: City: State: Zip: State: Zip: Contact for Questions about this bid: Name: Peter Whitacre Title: Regional Business Manager Phone: 952-887-7936 E-Mail Address: peter.whitacrea-toro.com Day-to-Day Project Contact (if awarded): Name: Jon Stodola Title: Government Sales Manager Phone: 952-887-7937 E-Mail Address: lon.stodolaa-toro,com Sales/Use Tax Information (check one). F-1 Respondent is located outside Arizona and does NOT collect Arizona State Sales/Use Tax. (The City will pay use tax directly to the Arizona Department of Revenue.) El Respondent is located outside Arizona, but is authorized to collect Arizona Sales/Use Taxes. (Respondent will invoice the City the applicable sales tax and remit the tax to the appropriate taxing authorities.) State Sales Tax Number: City Sales Tax Number: City of: AZ Applicable Tax Rate: % Respondent is located in Arizona. (Respondent will invoice the City the applicable sales tax and remit the tax to the appropriate taxing authorities) State Sales Tax Number: 07-635557-U City Sales Tax Number: 16-00000563 City of: Goodyear AZ Applicable Tax Rate: variable based on purchase amount. Line items $5,000 or less taxed at 8.8%. Line items $5001 and greater taxed at 7.5%% V7/14/2015 Required Response Forms-Page 1 of 5 2017025 Page 1102 of 1406 EXCEPTIONS &CONFIDENTIAL INFORMATION Exceptions (mark one). Respondents shall indicate any and all exceptions taken to the provisions or specifications in this Solicitation. Exceptions that surface elsewhere in the Response and that do not also appear under this section shall be considered rejected by the City, invalid and of no contractual significance. Other Forms or Documents: If the City is required by the awarded Respondent to complete and execute any other forms or documents in relation to this Solicitation, the terms, conditions, and requirements in this Solicitation shall take precedence to any and all conflicting or modifying terms, conditions or requirements of the Respondents forms or documents. *Special Note - Any material exceptions taken to the City's Specifications and/or Standard Terms and Conditions may render a Bid Non-responsive. El No exceptions Exceptions Taken: Please describe exact sections to which exception is taken. If proposing new or modified language, your firm shall identify the requested language below or provide as additional attachment. The City reserves the right to accept or reject any requested exceptions listed in the below section or attached to the solicitation. see attachment'Exception Taken' Confidential/Proprietary Information (mark one). F-1 No confidential/proprietary materials have been included with this Response. Confidential/Proprietary materials included with Response. Respondent must identify below any portion of their Response deemed confidential or proprietary and attach additional pages if necessary (See Mesa Standard Terms and Conditions related to Public Records). Requests to deem the entire bid as confidential will not be considered. The disclosure by the City of information deemed by Respondent as confidential or proprietary is governed by City of Mesa Procurement Rules. All pricing submitted with this RFP V7/14/2015 Required Response Forms—Page 2 of 5 2017025 Page 1103 of 1406 GENERAL QUESTIONNAIRE 1. Compliance with Applicable Laws. Respondent complies with Exhibit 1, Draft Agreement, Exhibit C, Mesa Standard Terms &Conditions, 9. "Compliance with Applicable Laws"? M Yes n No 2. Delivery. Delivery, as stated in Detailed Specifications, can be met. F Yes n No If no, specify number of days for delivery 3. Payment terms. Payment Due (Not less than net 30 days): 30 Payment Discount of 0% if invoices are paid within days of receipt. 4. Procurement Card. Does Respondent allow payment of invoices using a Procurement Card? M Yes n No (Marking a "no" answer will not disqualify your Response.) Discount for Procurement Card Purchases? There is no discount for using Procurement Cards but there may be a convenience fee charged by the dealer% 5. Cooperative Purchasing. The use of this Agreement as a cooperative purchasing agreement available to other governmental agencies is described in the Mesa Standard Terms and Conditions. The use of this Agreement as a cooperative purchasing agreement is subject to approval by the Respondent as designated below. 6. Does Respondent agree to extend the prices, terms and conditions of the Agreement to other agencies as specified in the Standard Terms and Conditions? M Yes n No (Marking a "no" answer will not disqualify your Response.) Addenda. Respondents are responsible for verifying receipt of any addenda issued by checking the City's website at www.mesaaz.gov/business/purchasing or the Vendor Self Service portal prior to the Response Due date and time. Failure to acknowledge any addenda issued may result in a response being deemed non- responsive. Failure to review addenda does not negate Respondent's initial offer and holds Respondent for any changes prior to Response Due date and time. Acknowledgement of Receipt and Consideration of Addenda (if applicable): Addenda# 1 M 2 M 3 n 4 n V7/14/2015 Required Response Forms—Page 3 of 5 2017025 Page 1104 of 1406 LAWFUL PRESENCE AFFIDAVIT FJ CHECK HERE AND SKIP THIS AFFIDAVIT IF: Respondent is an LLC, a Corporation or a Partnership as indicated on your W-9. (Please include a copy of your W-9) COMPLETE THIS AFFIDAVIT IF: Respondent is an Individual (Natural Person) or a Sole Proprietor as indicated on your W-9. (Please include a copy of your W-9) ARS § 1-502 requires any person who applies to the City for a Local Public Benefit (defined as a Grant, Contract or Loan) must demonstrate through the presentation of one (1) of the following documents that he/she is lawfully present in the United States (See the Solicitation Instructions for more information). Please place a check mark next to the applicable document and present the document to the City employee. If mailing the response, attach a copy of the document to this Affidavit. (If the document says on its face that it may not be copied or you know for reasons of confidentiality that it cannot be copied, you will need to present the document in person to the City for review and signing of the affidavit.) L1 1. Arizona driver license issued after 1996. Print first 4 numbers/letters from license: L1 2. Arizona non-operating identification license. Print first 4 numbers/letters: F-1 3. Birth certificate or delayed birth certificate issued in any state, territory or possession of the United States. Year of birth: Place of birth: F-1 4. United States Certificate of Birth abroad. Year of birth: Place of birth: F-1 5. United States passport. Print first 4 numbers/letters on Passport: F-1 6. Foreign passport with a United States Visa. Print first 4 numbers/letters on Passport: Print first 4 numbers/letters on Visa: F-1 7. 1-94 form with a photograph. Print first 4 numbers on 1-94: F-1 8. United States Citizenship & Immigration Services Employment Authorization Document (EAD). Print first 4 numbers/letters on EAD: F-1 9. Refugee travel document. Date of Issuance: Refugee Country: F-1 10. United States Certificate of Naturalization. Print first 4 digits of CIS Reg. No.: F-1 11. United States Certificate of Citizenship. Date of Issuance: Place of Issuance: F-1 12. Tribal Certificate of Indian Blood. Date of Issuance: Name of Tribe: F-1 13. Tribal or Bureau of Indian Affairs Affidavit of Birth. Year of Birth: Place of Birth: In accordance with the requirements of Arizona law, I do swear or affirm under penalty of perjury that I am lawfully present in the United States and that the document I presented to establish this presence is true. The Toro Company Signature Business/Company Name Brad Hamilton Print Name Verification of Attachment by City Staff: December 9, 2016 Date Signature Date V7/14/2015 Required Response Forms—Page 4 of 5 2017025 Page 1105 of 1406 RESPONDENT CERTIFICATION By submitting the Response and signing this Certification, the Respondent understands and certifies to all of the following: a) The information provided in Respondent's Response it true and accurate to the best of Respondent's knowledge. b) Respondent is under no legal prohibition that would prevent Respondent from contracting with the City of Mesa. c) Respondent has read and understands the Solicitation packet as a whole (including attachments, exhibits, and referenced documents) and: (i) can attest that Respondent is in compliance with the requirements of the Solicitation packet; and (ii) is capable of fully carrying out the requirements of the Solicitation as set forth in Respondent's Response. d) To Respondent's knowledge, Respondent and Respondent's employees have no known, undisclosed conflicts of interest as defined by applicable law or City of Mesa Procurement Rules. If Respondent or Respondent employees have a known conflict of interest, Respondent has disclosed the conflict in its Response. e) Respondent did not engage in any anti-competitive practices related to its Response or the Solicitation. The prices offered by Respondent were independently developed without consultation or collusion with any other Respondents or potential Respondents. f) No gifts, payments or other consideration were made to any City employee, officer, elected official, agent, or consultant who has or may have a role in the procurement process for the services/materials covered by the Solicitation. g) Respondent grants the City of Mesa permission to copy all parts of its Response including,without limitation, any documents and materials copyrighted by Respondent: (i) for the City's use in evaluating the Response; and (ii) to be disclosed in response to a public records request under Arizona's public records law (A.R.S. § 39-121 et. seq.)or other applicable law, subpoena, or other judicial process provided such disclosure is in accordance with City of Mesa Procurement Rule 6.13. h) If a contract is awarded to Respondent as a result of the Response submitted to the Solicitation Respondent will: i. Provide the materials or services specified in the Response in compliance with all applicable federal, state, and local statutes, rules and policies; ii. Honor all elements of the Response submitted by Respondent to the City including, but not limited to, the price and the materials/services to be provided; and iii. Enter into an agreement with the City based on the terms and conditions of the Solicitation and the Response, subject to any negotiated exceptions and terms. i) Respondent is current in all obligations due to the City including any amounts owed the City and any licenses/permits required for the general lawful conduct of business. Respondent shall acquire all licenses/permits necessary to lawfully conduct business specific to the Solicitation prior to the execution of a contract with the City pertaining to the Solicitation. j) The signatory of this Certification is an officer or duly authorized agent of Respondent with full power and authority to submit binding offers for the goods/services specified herein. Respondent intends by the submission of this Certification to be bound by the terms of the Certification, Solicitation, and Response, subject to any negotiated terms/exceptions. ACCEPTED AND AGREED TO BY RESPONDENT: Company Name: The Toro Company Signature: Printed Name: Brad Hamilton Title: Vice President Date: December 9, 2016 V7/14/2015 Required Response Forms—Page 5 of 5 2017025 Page 1106 of 1406 Attachment: Exceptions Taken Scope of Work; 3 General Requirements C. WARRANTY: Offeror shall warrant that all equipment and parts labeled as new and furnished in their bid/offer are newly manufactured and free from defects in material and workmanship for no less than one (1) year from the date the equipment is delivered or installed. Warranty shall also guarantee accepted trade standards of quality, fitHess fer the ;RteRded uses and conformance to promises or specified specifications. No other express or implied warranty shall eliminate the vendor's liability as stated herein. D. MAINTENANCE FACILITIES: The equipment specified in this solicitation is dependent upon the availability of prompt professional service. In order to be considered for award, each potential contractor, or its dealers and/or distributors, is/are required to have existing maintenance facilities with sufficient parts inventory and trained technicians experienced in providing quality service on the equipment specified. Maintenance facilities are subject to inspection by the City to determine adequacy. E. VENDOR PARTS AND SERVICE: The Contractor or it's dealers and/or distributors will maintain a factory authorized parts and service facility for normal and warranty service. The Contractor shall encourage it's or it's dealers and/or distributors to use their best efforts to rovide parts within twenty-four (24) hours and Shall be Ga-a!44-9f-bei; use their best efforts to be on site to respond to service requests within twenty-four(24) hours. Scope of Work; 4 Product Requirements C. DEFECTIVE PRODUCT: All defective products shall be replaced and exchanged by the Contractor. The cost of transportation, unpacking, inspection, re-packing, re-shipping or other like expenses shall be paid by the Contractor. Contractor should use reasonable efforts to deliver A-4 replacement products Fn St be FGGG; 6 byto the City within seven (7)days of initial notification. Draft Document; Terms and Conditions; Exhibit 1 1.3 Delivery. Citv acknowledges that Gdelivery will be made by contractor's dealers and/or distributors , which are independent businesses. Contractor will use reasonable efforts to encourage dealers and/or distributors to make delivery "a" b@ rv,a4 to the location(s)contained in the Scope of Work within 30 days after receipt of an order. 2. Scope of Work. Except as otherwise specified in this Agreement, T-the Contractor will provide the necessary staff, services and associated resources to provide the City with the services, materials, and obligations attached to this Agreement as Exhibit A("Scope of Work")Contractor will be responsible for all costs and expenses incurred by Contractor that are incident to the performance of the Scope of Work unless otherwise stated in Exhibit A. Contractor will supply all equipment and instrumentalities necessary to perform the Scope of Work. If set forth in Exhibit A, the City will provide Contractor's personnel with adequate workspace and such other related facilities as may be required by Contractor to carry out the Scope of Work. 5.2 Prices. All pricing shall be firm for the Term and all extensions or renewals of the Term except where otherwise provided in this Agreement, and include all costs of the Contractor providing the materials/service City of Mesa RFP for: Grounds Maintenance, Equipment, Parts,Accessories,Supplies, Related Services and Equipment Solicitation#2017025 Page 1107 of 1406 including transportation, insurance and warranty costs. No fuel surcharges will be accepted unless allowed in this Agreement. The City shall not be invoiced at prices higher than those stated in the Agreement. The Contractor further agrees that any reductions in the price of the materials or services covered by this Agreement will apply to the undelivered balance. The Contractor shall promptly notify the City of such price reductions. No price modifications will be accepted without proper request by the Contractor and response by the City's Purchasing Division. Notwithstanding any of the other provisions in this Agreement, City acknowledges that products and services subject to this agreement, are provided by Contractor's dealers and/or distributors, which are independent businesses and set their own prices. Contractor has no authority to set prices for it's dealers and/or distributors. Contractor agrees to make the terms of this agreement known to applicable dealers and/or distributors and to use reasonable efforts to incent to provide goods and services to City subject to the terms of this agreement. 7. Requirements Contract. Tthe Agreement does not guarantee any purchases will be made (minimum or maximum). Orders will only be placed when the City identifies a need and issues a purchase order or a written notice to proceed. The City reserves the right to cancel purchase orders er a RetiGe to preGeed .,;+h;r, a reasonable pari'A ^f tan a of ;ss, a4e. prior to the time any product within the purchase order has been shipped; any such cancellation will be in writing. Should a purchase order or notice to proceed be canceled, The City will not reimburse Contractor for any avoidable costs incurred after receipt of cancellation including, but not limited to, lost profits, shipment of product, or performance of services. Exhibit 1 Draft Contract Exhibit C Mesa Standard Terms and Conditions 2. SUBCONTRACTING. Contractor may not subcontract work under this Agreement without the express written permission of the City. If Contractor has received authorization to subcontract work, it is agreed that all subcontractors performing work under the Agreement must comply with its provisions. Further, all agreements between Contractor and its subcontractors must provide that the terms and conditions of this Agreement be incorporated therein. Notwithstanding the foregoing, City acknowledges that products and services subject to this agreement are provided by Contractor's dealers and/or distributors, which are independent businesses and set their own prices. Contractor has no authority to set prices for it's dealers and/or distributors and no authority to require them to provide goods or services subject to this Agreement. 8. TIME OF THE ESSENCE. Time is of the essence to the performance of the parties' obligations under this Agreement. City acknowledges Contractor cannot control the timing of delivery of products and services provided by Contractor's dealers and/or distributors. Contractor agrees to use reasonable efforts to encourage its dealers and/or distributors to delivery products and services by contractually agreed upon delivery dates. 9. REMEDIES.The remedies set forth in this Agreement are not exclusive. Election of one remedy will not preclude the use of other remedies. In the event of default: a. The non-defaulting party may terminate the Agreement, and the termination will be effective immediately or at such other date as specified by the terminating party. b. The City may purchase the services required under the Agreement from the open market, complete required work itself, or have it completed at the expense of Contractor. If the cost of obtaining substitute services exceeds the contract price, the City may recover the reasonable excess cost by: (i) requiring inimed,ate reimbursement to the City within a commercially City of Mesa RFP for: Grounds Maintenance, Equipment, Parts,Accessories,Supplies, Related Services and Equipment Solicitation#2017025 Page 1108 of 1406 reasonable amount of time; (ii) deduction from an unpaid balance due to Contractor; (iii) collection against the proposal and/or performance security, if any; (iv) collection against liquidated damages (if applicable); or (v) a combination of the aforementioned remedies or other remedies as provided by law. Costs includes any and all reasonable;fees, and expenses incurred in obtaining substitute services and expended in obtaining reimbursement, including, but not limited to, reasonable administrative expenses, attorneys' fees, and costs. c. The non-defaulting party will have all other rights granted under this Agreement and all rights at law or in equity that may be available to it. d. Neither party will be liable for incidental, special, or consequential damages. 22. PAYMENT TO CONTRACTOR UPON TERMINATION.Upon termination of this Agreement, Contractor will be entitled only to payment for those goods and services up to the date of termination, and any authorized expenses already incurred up to such date of termination. The City will make final payment within thirty (30) calendar days after the City has both completed its appraisal of the materials and services provided and received Contractor's properly prepared final invoice. 24. INDEMNIFICATION/LIABILITY. a. To the fullest extent permitted by law, Contractor agrees to defend, indemnify, and hold the City, its officers, agents, and employees, harmless from and against any and all liabilities, demands, claims,suits, losses,damages, causes of action,fines orjudgments, including costs, attorneys', witnesses', and expert witnesses' fees, and expenses incident thereto, relating to, arising out of, or resulting from: (i) the rviGes previr ed by GeRtFaGter perseRRel -d— this ®^Paa- —.1, r,,, any__qfgssly negligent acts, errors, mistakes or omissions by Contractor or Contractor personnel; and (iii) Contractor or Contractor personnel's failure to comply with or fulfill the obligations established by this Agreement. 26.THE CITY'S RIGHT TO RECOVER AGAINST THIRD PARTIES.Contractor will do nothing to prejudice the City's right to recover against third parties for any loss, destruction, or damage to City property, and will at the City's request and expense, furnish to the City reasonable assistance and cooperation, including reaasonable assistance in the prosecution or defense of suit and the execution of instruments of assignment in favor of the City in obtaining recovery- Provided that none of the foregoing shall require contractor to incur more than a negligible expense. 31. FOB DESTINATION FREIGHT PREPAID AND ALLOWED. All deliveries will be FOB destination freight prepaid and allowed for the City of Mesa.All other agencies will be FOB Toro dealer and/or distributor unless otherwise agreed. 32. RISK OF LOSS. Contractor agrees to bear all risks of loss, injury, or destruction of goods or equipment incidental to providing these services and such loss, injury, or destruction will not release Contractor from any obligation hereunder to the City of Mesa. All other agencies will bear the risk of loss from dealer and/or distributor. 37. FORCE MAJEURE. Failure by either party to perform its duties and obligations will be excused by unforeseeable circumstances beyond its reasonable control, including, but not limited to, acts of nature, acts of the public enemy, civil unrest labor strikes riots, fire, explosion, legislation, and governmental regulation. The party whose performance is so affected will within five (5) calendar days of the unforeseeable circumstance notify the other party of all pertinent facts and identify the force majeure event. The party whose performance is so affected must also take all reasonable steps, promptly and diligently, to prevent such causes if it is feasible to do so, or to minimize or eliminate the effect thereof. The delivery or performance date will be extended for a period equal to the time lost by reason of delay, plus such additional time as may be reasonably necessary to overcome the effect of the delay, provided however, City of Mesa RFP for: Grounds Maintenance, Equipment, Parts,Accessories,Supplies, Related Services and Equipment Solicitation#2017025 Page 1109 of 1406 under no circumstances will delays caused by a force majeure extend beyond one hundred-twenty (120) calendar days from the scheduled delivery or completion date of a task unless agreed upon by the parties. National IPA Contract(Attachment D) Exceptions 2.1 Corporate Commitment Supplier commits that (1) the Master Agreement has received all necessary corporate authorizations and support of the Supplier's executive management, (2)the Mastef Agreement is one of Supplier's "go to market" strategiesy for Public Agencies, (3) the Master Agreement will be promoted to all Public Agencies, including any existing customers, and Supplier will transition existing customers, upon their request,to the Master Agreement, and (4)that the Supplier has read and agrees to the terms and conditions of the Administration Agreement with National IPA and will execute such agreement concurrent with and as a condition of its execution of the Master Agreement with the Principal Procurement Agency. Supplier will identify an executive corporate sponsor and a separate national account manager within the RFP response that will be responsible for the overall management of the Master Agreement. 2.2 Pricing Commitment Supplier commits the not-to-exceed pricing provided under the Master Agreement pricing is its lowest available (net to buyer) to Public Agencies nationwide and further commits that if a Participating Public Agency is eligible for lower pricing through a national, state, regional or local or cooperative contract for a purchase of equivalent scope, that the Supplier will match such lower pricing to that Participating Public Agency under the Master Agreement. 2.3 Sales Commitment Supplier commits to aggressively market the Master Agreement as one of its go to market strategiesy in this defined sector and that its sales force will be trained, engaged and committed to offering the Master Agreement to Public Agencies through National IPA nationwide. Supplier commits that all Master Agreement sales will be accurately and timely reported to National IPA in accordance with the National IPA Administration Agreement. Supplier also commits that its sales force will be compensated, including sales incentives, for sales to Public Agencies under the Master Agreement in a consistent or better manner compared to sales to Public Agencies if the Supplier were not awarded the Master Agreement. 2.4 Responsibilities of Independent Dealers and Distributors Notwithstanding any other provision in this Agreement, City acknowledges that products and services subject to this Agreement are provided by Contractor's dealers and/or distributors which are independent businesses and set their own prices. Contractor has no authority to set prices, delivery dates, or other performance terms for its dealers and/or distributors. Contractor agrees to make the terms of this Agreement known to applicable dealers and/or distributors and to use reasonable efforts to encourage them to provide goods and services to City subject to the terms of this Agreement. 3.3 Marketing and Sales A. Provide a detailed ninety-day plan beginning from award date of the Master Agreement describing the strategy to immediately implement the Master Agreement as one of your company's primary go to market strategy for Public Agencies to your teams nationwide, to include, but not limited to: i. Executive leadership endorsement and sponsorship of the award ac 4@ b4 seGtof one of our primary go-to-market strategyies within first 10 days ii. Training and education of your national sales force with participation from the executive leadership of your company, along with the National IPA team within first 90 days N. Even though it is anticipated that many Public Agencies will be able to utilize the Master Agreement without further formal solicitation, there may be circumstances where City of Mesa RFP for: Grounds Maintenance, Equipment, Parts,Accessories,Supplies, Related Services and Equipment Solicitation#2017025 Page 1110 of 1406 Public Agencies will issue their own solicitations. The following options are available when responding to a solicitation for Products covered under the Master Agreement. i. Respond with Master Agreement pricing (Contract Sales reported to National IPA). ii. If competitive conditions require pricing lower than the standard Master Agreement not-to-exceed pricing, Supplier may respond with lower pricing through the Master Agreement. If Supplier is awarded the contract, the sales are reported as Contract Sales to National IPA under the Master Agreement. iii. Respond with pricing higher than Master Agreement only in the unlikely event that the Public Agency refuses to utilize Master Agreement (Contract Sales are not reported to National IPA). iv. If alternative or multiple proposals are permitted, respond with pricing higher than Master Agreement, and include Master Agreement as the alternate or additional proposal. V: Respond to any bid separate from Master Agreement (Contract sales not reported to National IPA) Detail your strategies under these options when responding to a solicitation. City of Mesa RFP for: Grounds Maintenance, Equipment, Parts,Accessories,Supplies, Related Services and Equipment Solicitation#2017025 Page 1111 of 1406 u mesa-az All Proposers Receiving Request for Proposal (RFP) #2017025, GROUNDS MAINTENANCE EQUIPMENT, PARTS, ACCESSORIES, SUPPLIES, RELATED SERVICES AND EQUIPMENT FROM: Jess Romney, Procurement Officer A DATE: December 5, 2016 SUBJECT: Addendum#2—Vendor Questions and City's Response All Proposers are hereby notified that the proposal for Grounds Maintenance Equipment, Parts, Accessories, Supplies, Related Services and Equipment has been revised by this addendum. Listed below are questions received from Vendors regarding this RFP and the responses provided by City staff. 1. Question: Tab 3; Instructions item 3g: Can you provide clarification on the Tier 4 EPA requirement? For those products that fall into the 25 to 74 HP off-road diesel category are you requiring the Tier 4 final engine? The equipment in this category with the Tier 4 final engines provide the most up to date emissions reductions. If that is what you are requiring can you update this section as such? Response: Equipment offered must be Tier 4 Compliant. 2. Question: Scope of Work item 4 Product Requirements, A5: In the Balance of Line section we would like to include those allied products that are attachments to our products but not manufactured by us. For example; we have mowing equipment manufactured by us that converts to a snow removing machine with attachments such as snow throwers and brooms made by another company specifically for use on our machines. Our dealers would price and order these products as part of the order and ship in total to the customer. By allowing those items a customer can purchase the fully equipped machine through this contract. Is this allowable in this section? Response: Yes, this is allowable. 3. Question: Scope of Work Item 9: We request that you eliminate the second paragraph of this section so that price changes are not tied to the PPI or to the contract anniversary date. For contracts that are based on a discount off MSRP, tying increases to a PPI makes the management of a price file very difficult as the PPI does not normally reflect our actual price changes. Also, the ability to change pricing when the manufacturer changes pricing is also helpful in maintaining current pricing. Deleting the second paragraph of this section would effectively cover these two requests to price adjustments. Response: The Scope of Work Item 9 is changed as follows. 9. PRICING: a. Prices. All pricing shall be firm for the Term and all extensions or renewals of the Term except where otherwise provided in this Agreement, and include all costs of the Contractor providing the materials/service including transportation, insurance and warranty costs. No fuel surcharges will be accepted unless allowed in this Agreement. The City shall not be invoiced at prices higher than those stated in the Agreement. The Contractor further agrees that any reductions in the price of the materials or services covered by this Agreement will apply to the undelivered balance. The Contractor shall promptly notify the City of such price reductions. Page 1112 of 1406 Addendum No. 2 to RFP No. 2017025, Grounds Maintenance Equipment, Parts, Accessories, Supplies, Related Services and Equipment Page 2 No price modifications will be accepted without proper request by the Contractor and response by the City's Purchasing Division. must be suri-orted by-appropriatne documentation. Thnrn ;c nn n,,nrnn+nn +hn r ;+,, —;I1 aGGept-a-priGe adjustment therefore GeRtr@Gter she�ld be prepared for the firm n-n over the Term of the Anreement. The Gity is nnill Millinn +n nn+nr actual expenses or other fea&onab4e- adjustment in providing the serv;Gesimaterials if the Gity agrees to the City shall issue written approval of the Ghange. till I I C rlannr}mart of I ohnr, Bureau i of I ohnr C}o}is}ins /h}}n°//\n r\n r\nr hls nnvMni(hnm � and nnnrn�ryal shall nn} ha i nra�-ssnn�-shlcr\nrithhalrl —Y Will 1,8 at the same priGinn, May be ad'usted f49F amounts other than fnr is no n inrn ntaa}ha (°°i}�r\nrill nnnant nr na a rdi is}man} All other terms and conditions remain unchanged. Respondents are reminded that proposals are due in the Purchasing Office no later than 3:00 p.m. local Arizona time on December 14, 2016. Please contact Jess.Romney@MesaAZ.gov or Evan.Karl@MesaAZ.gov with any questions you may have regarding this addendum. cc: File Page 1113 of 1406 u mesa-az All Proposers Receiving Request for Proposal (RFP) #2017025, GROUNDS MAINTENANCE EQUIPMENT, PARTS, ACCESSORIES, SUPPLIES, RELATED SERVICES AND EQUIPMENT FROM: Jess Romney, Procurement Officer A DATE: November 7, 2016 SUBJECT: Addendum #1 — Change to Evaluation and Award section and Revised Pricing and Compensation pages All Proposers are hereby notified that the proposal for Grounds Maintenance Equipment, Parts, Accessories, Supplies, Related Services and Equipment has been revised by this addendum. The Instruction section of the is changed as follows: 27. CRITERIA FOR EVALUATION AND AWARD: a. The criteria that will be evaluated and their relative weights are: Evaluation Criteria Points Firm's Proposed Solution 40 Firm's Qualifications & Experience 30 Firm's Pricing • 20 points Equipment 30 • 10 points Parts Pricing will be evaluated based on the below equation: Lowest Proposal Cost Proposal Cost being evaluated X Price Points Possible = Pricing Score b. If less than three (3) Responses to a Solicitation are deemed responsive by the City, at the City's sole discretion, the Responses may be evaluated using simple comparative analysis instead of any announced method of evaluation, subject to meeting administrative and responsibility requirements. c. Each Response will be evaluated based upon responsiveness and responsibility criteria. A failure to meet responsiveness or responsibility criteria will render a Respondent ineligible for award of a contract under the Solicitation. 1. Responsiveness. The City will determine whether the Response complies with the instructions for submitting a Response set forth in the Solicitation (i.e. the completeness of the Response which encompasses the inclusion of all required attachments and submissions). Responsiveness will also be examined as it pertains to items set forth in this Solicitation that state a Respondent may be deemed non-responsive based upon the content of their Response. The City will reject any Responses that are submitted late. Failure to meet any requirements in the Solicitation may result in rejection of a Response as non-responsive. 2. Responsibility. The City will determine whether a Respondent is one with whom the City should do business. Factors the City may evaluate to determine responsibility include, but are not limited to: an excessively high or low priced Response; past performance under any agreement with the City; references from any source including, but not limited to, those found outside the references listed in the Response and City employees, agents or officials who have experience with the Respondent; compliance Page 1114 of 1406 Addendum No. 1 to RFP No. 2017025, Grounds Maintenance Equipment, Parts, Accessories, Supplies, Related Services and Equipment Page 2 with applicable laws; Respondent's record of performance and integrity (e.g. has the Respondent been delinquent or unfaithful to any contract with the City, whether the Respondent is qualified legally to contract with the City, financial stability and the perceived ability to perform completely as specified). A Respondent must at all times have financial resources sufficient, in the opinion of the City, to ensure performance of the contract and must provide proof upon request. City staff may also use Dun & Bradstreet or any generally available industry information to evaluate the Respondent. The City reserves the right to inspect and review Respondent's facilities, equipment and personnel and those of any identified subcontractors. The City will determine whether any failure to supply information, or the quality of the information, will result in Respondent being deemed non-responsible. 0 removed from-th—Q --r—So for the nurnese of award evaluat"n. This nnnc'rdar +;nn Anse not -1-tn° Qtat itac Titter 3 nrnnaccac vcacaecT-r esus fi nrlc nranli rdac any Innnl nnnc,_@p-st'nn nr nrQ canna Please note as part of this addendum Revised Pricing and Compensation pages have been included. (see below) Changes were made to reflect changes to the Instructions section of the RFP. El 2017025 Revised Pricing and Compen All other terms and conditions remain unchanged. Respondents are reminded that proposals are due in the Purchasing Office no later than 3:00 p.m. local Arizona time on December 14, 2016. Please contact Jess.Romney@MesaAZ.gov or Evan.Karl@MesaAZ.gov with any questions you may have regarding this addendum. cc: File Page 1115 of 1406 REVISED PRICING AND COMPENSATION Pursuant to all the contract specifications enumerated and described in this Solicitation, Respondent agrees to furnish GROUNDS MAINTENANCE EQUIPMENT, PARTS, ACCESSORIES, SUPPLIES, RELATED SERVICES AND RELATED EQUIPMENT to the City of Mesa at the price(s) stated below. SAMPLE EQUIPMENT PRICING This Section of the Price Page lists Sample Equipment (Attachment C) that will likely be purchased under the contract. This list is not all-inclusive. Offerors shall use the discounts provided in their Price Proposal to determine the price for the items below. ITEM # EQUIPMENT DESCRIPTION UNIT PRICE Bunker Rake, as per specifications 1 $ _ MANUFACTURER AND MODEL NUMBER Heavy Duty Utility Vehicle, as per specifications 2 $ _ MANUFACTURER AND MODEL NUMBER Surrounds Mower, as per specifications 3 $ _ MANUFACTURER AND MODEL NUMBER Triplex Greens Mower, as per specifications 4 $ MANUFACTURER AND MODEL NUMBER Wide Area Rotary Mower, as per specifications 5 $ _ MANUFACTURER AND MODEL NUMBER Fairway Mower, as per specifications 6 MANUFACTURER AND MODEL NUMBER EQUIPMENT TOTAL FOR ITEMS 1-6 $ - Page 1116 of 1406 SAMPLE PARTS PRICING This Section of the Price Page lists Sample Parts for the equipment listed above (Items 1 thru 6) that will likely be purchased under the contract. This list is not all-inclusive.Offerors shall use the discounts provided in their Price Proposal to determine the price for the items below. ITEM # PARTS DESCRIPTION UNIT PRICE 7 Air Filter for Bunker Rank(see item 1) MANUFACTURER AND PART NUMBER 8 Rake plate for Bunker Rank (see item 1) MANUFACTURER AND PART NUMBER 9 Hydraulic Filter for Utility Vehicle (see item 2) MANUFACTURER AND PART NUMBER 10 Oil Filter for Utility Vehicle (see item 2) MANUFACTURER AND PART NUMBER 11 Rotary Blade for Surrounds Mower(see item 3) MANUFACTURER AND PART NUMBER 12 Roller for Surrounds Mower (see item 3) MANUFACTURER AND PART NUMBER 13 Bed Knife for Triplex Greens Mower(see item 4) MANUFACTURER AND PART NUMBER 14 Hydraulic Filter for Triplex Greens Mower (see item 4) MANUFACTURER AND PART NUMBER 15 Bed Knife for Wide Area Rotary Mower (see item 5) MANUFACTURER AND PART NUMBER Page 1117 of 1406 16 Fuel Filter for Wide Area Rotary Mower(see item 5) MANUFACTURER AND PART NUMBER 17 Fan Belt for Fairway Mower(see item 6) MANUFACTURER AND PART NUMBER 18 Water Pump for Fairway Mower(see item 6) MANUFACTURER AND PART NUMBER PARTS TOTAL FOR ITEMS 7-18 $ - DISCOUNT OFF LIST PRICE For each of the product categories, provide a listing of product lines and the proposed discount off list price. Offeror's may insert additional lines as needed. LIST CATEGORY DISCOUNT OFF A SPORTS FIELDS AND GROUNDS EQUIPMENT B GOLF COURSE MAINTENANCE EQUIPMENT C RELATED EQUIPMENT PARTS D USED EQUIPMENT Page 1118 of 1406 E BALANCE OF LINE DELIVERY: See Mesa Standard Terms and Conditions. Vendor Name Date: 11/7/2016 RFP#2017025 Page 1119 of 1406 u mesa-az All Proposers Receiving Request for Proposal (RFP) #2017025, GROUNDS MAINTENANCE EQUIPMENT, PARTS, ACCESSORIES, SUPPLIES, RELATED SERVICES AND EQUIPMENT FROM: Jess Romney, Procurement Officer A DATE: December 5, 2016 SUBJECT: Addendum#2—Vendor Questions and City's Response All Proposers are hereby notified that the proposal for Grounds Maintenance Equipment, Parts, Accessories, Supplies, Related Services and Equipment has been revised by this addendum. Listed below are questions received from Vendors regarding this RFP and the responses provided by City staff. 1. Question: Tab 3; Instructions item 3g: Can you provide clarification on the Tier 4 EPA requirement? For those products that fall into the 25 to 74 HP off-road diesel category are you requiring the Tier 4 final engine? The equipment in this category with the Tier 4 final engines provide the most up to date emissions reductions. If that is what you are requiring can you update this section as such? Response: Equipment offered must be Tier 4 Compliant. 2. Question: Scope of Work item 4 Product Requirements, A5: In the Balance of Line section we would like to include those allied products that are attachments to our products but not manufactured by us. For example; we have mowing equipment manufactured by us that converts to a snow removing machine with attachments such as snow throwers and brooms made by another company specifically for use on our machines. Our dealers would price and order these products as part of the order and ship in total to the customer. By allowing those items a customer can purchase the fully equipped machine through this contract. Is this allowable in this section? Response: Yes, this is allowable. 3. Question: Scope of Work Item 9: We request that you eliminate the second paragraph of this section so that price changes are not tied to the PPI or to the contract anniversary date. For contracts that are based on a discount off MSRP, tying increases to a PPI makes the management of a price file very difficult as the PPI does not normally reflect our actual price changes. Also, the ability to change pricing when the manufacturer changes pricing is also helpful in maintaining current pricing. Deleting the second paragraph of this section would effectively cover these two requests to price adjustments. Response: The Scope of Work Item 9 is changed as follows. 9. PRICING: a. Prices. All pricing shall be firm for the Term and all extensions or renewals of the Term except where otherwise provided in this Agreement, and include all costs of the Contractor providing the materials/service including transportation, insurance and warranty costs. No fuel surcharges will be accepted unless allowed in this Agreement. The City shall not be invoiced at prices higher than those stated in the Agreement. The Contractor further agrees that any reductions in the price of the materials or services covered by this Agreement will apply to the undelivered balance. The Contractor shall promptly notify the City of such price reductions. Page 1120 of 1406 Addendum No. 2 to RFP No. 2017025, Grounds Maintenance Equipment, Parts, Accessories, Supplies, Related Services and Equipment Page 2 No price modifications will be accepted without proper request by the Contractor and response by the City's Purchasing Division. must be suri-orted by-appropriatne documentation. Thnrn ;c nn n,,nrnn+nn +hn r ;+,, —;I1 aGGept-a-priGe adjustment therefore GeRtr@Gter she�ld be prepared for the firm n-n over the Term of the Anreement. The Gity is nnill Millinn +n nn+nr actual expenses or other fea&onab4e- adjustment in providing the serv;Gesimaterials if the Gity agrees to the City shall issue written approval of the Ghange. till I I C rlannr}mart of I ohnr, Bureau i of I ohnr C}o}is}ins /h}}n°//\n r\n r\nr hls nnvMni(hnm � and nnnrn�ryal shall nn} ha i nra�-ssnn�-shlcr\nrithhalrl —Y Will 1,8 at the same priGinn, May be ad'usted f49F amounts other than fnr is no n inrn ntaa}ha (°°i}�r\nrill nnnant nr na a rdi is}man} All other terms and conditions remain unchanged. Respondents are reminded that proposals are due in the Purchasing Office no later than 3:00 p.m. local Arizona time on December 14, 2016. Please contact Jess.Romney@MesaAZ.gov or Evan.Karl@MesaAZ.gov with any questions you may have regarding this addendum. cc: File Page 1121 of 1406 u mesa-az All Proposers Receiving Request for Proposal (RFP) #2017025, GROUNDS MAINTENANCE EQUIPMENT, PARTS, ACCESSORIES, SUPPLIES, RELATED SERVICES AND EQUIPMENT FROM: Jess Romney, Procurement Officer A DATE: November 7, 2016 SUBJECT: Addendum #1 — Change to Evaluation and Award section and Revised Pricing and Compensation pages All Proposers are hereby notified that the proposal for Grounds Maintenance Equipment, Parts, Accessories, Supplies, Related Services and Equipment has been revised by this addendum. The Instruction section of the is changed as follows: 27. CRITERIA FOR EVALUATION AND AWARD: a. The criteria that will be evaluated and their relative weights are: Evaluation Criteria Points Firm's Proposed Solution 40 Firm's Qualifications & Experience 30 Firm's Pricing • 20 points Equipment 30 • 10 points Parts Pricing will be evaluated based on the below equation: Lowest Proposal Cost Proposal Cost being evaluated X Price Points Possible = Pricing Score b. If less than three (3) Responses to a Solicitation are deemed responsive by the City, at the City's sole discretion, the Responses may be evaluated using simple comparative analysis instead of any announced method of evaluation, subject to meeting administrative and responsibility requirements. c. Each Response will be evaluated based upon responsiveness and responsibility criteria. A failure to meet responsiveness or responsibility criteria will render a Respondent ineligible for award of a contract under the Solicitation. 1. Responsiveness. The City will determine whether the Response complies with the instructions for submitting a Response set forth in the Solicitation (i.e. the completeness of the Response which encompasses the inclusion of all required attachments and submissions). Responsiveness will also be examined as it pertains to items set forth in this Solicitation that state a Respondent may be deemed non-responsive based upon the content of their Response. The City will reject any Responses that are submitted late. Failure to meet any requirements in the Solicitation may result in rejection of a Response as non-responsive. 2. Responsibility. The City will determine whether a Respondent is one with whom the City should do business. Factors the City may evaluate to determine responsibility include, but are not limited to: an excessively high or low priced Response; past performance under any agreement with the City; references from any source including, but not limited to, those found outside the references listed in the Response and City employees, agents or officials who have experience with the Respondent; compliance Page 1122 of 1406 Addendum No. 1 to RFP No. 2017025, Grounds Maintenance Equipment, Parts, Accessories, Supplies, Related Services and Equipment Page 2 with applicable laws; Respondent's record of performance and integrity (e.g. has the Respondent been delinquent or unfaithful to any contract with the City, whether the Respondent is qualified legally to contract with the City, financial stability and the perceived ability to perform completely as specified). A Respondent must at all times have financial resources sufficient, in the opinion of the City, to ensure performance of the contract and must provide proof upon request. City staff may also use Dun & Bradstreet or any generally available industry information to evaluate the Respondent. The City reserves the right to inspect and review Respondent's facilities, equipment and personnel and those of any identified subcontractors. The City will determine whether any failure to supply information, or the quality of the information, will result in Respondent being deemed non-responsible. 0 removed from-th—Q --r—So for the nurnese of award evaluat"n. This nnnc'rdar +;nn Anse not -1-tn° Qtat itac Titter 3 nrnnaccac vcacaecT-r esus fi nrlc nranli rdac any Innnl nnnc,_@p-st'nn nr nrQ canna Please note as part of this addendum Revised Pricing and Compensation pages have been included. (see below) Changes were made to reflect changes to the Instructions section of the RFP. El 2017025 Revised Pricing and Compen All other terms and conditions remain unchanged. Respondents are reminded that proposals are due in the Purchasing Office no later than 3:00 p.m. local Arizona time on December 14, 2016. Please contact Jess.Romney@MesaAZ.gov or Evan.Karl@MesaAZ.gov with any questions you may have regarding this addendum. cc: File Page 1123 of 1406 REVISED PRICING AND COMPENSATION Pursuant to all the contract specifications enumerated and described in this Solicitation, Respondent agrees to furnish GROUNDS MAINTENANCE EQUIPMENT, PARTS, ACCESSORIES, SUPPLIES, RELATED SERVICES AND RELATED EQUIPMENT to the City of Mesa at the price(s) stated below. SAMPLE EQUIPMENT PRICING This Section of the Price Page lists Sample Equipment (Attachment C) that will likely be purchased under the contract. This list is not all-inclusive. Offerors shall use the discounts provided in their Price Proposal to determine the price for the items below. ITEM # EQUIPMENT DESCRIPTION UNIT PRICE Bunker Rake, as per specifications 1 $ _ MANUFACTURER AND MODEL NUMBER Heavy Duty Utility Vehicle, as per specifications 2 $ _ MANUFACTURER AND MODEL NUMBER Surrounds Mower, as per specifications 3 $ _ MANUFACTURER AND MODEL NUMBER Triplex Greens Mower, as per specifications 4 $ MANUFACTURER AND MODEL NUMBER Wide Area Rotary Mower, as per specifications 5 $ _ MANUFACTURER AND MODEL NUMBER Fairway Mower, as per specifications 6 MANUFACTURER AND MODEL NUMBER EQUIPMENT TOTAL FOR ITEMS 1-6 $ - Page 1124 of 1406 SAMPLE PARTS PRICING This Section of the Price Page lists Sample Parts for the equipment listed above (Items 1 thru 6) that will likely be purchased under the contract. This list is not all-inclusive.Offerors shall use the discounts provided in their Price Proposal to determine the price for the items below. ITEM # PARTS DESCRIPTION UNIT PRICE 7 Air Filter for Bunker Rank(see item 1) MANUFACTURER AND PART NUMBER 8 Rake plate for Bunker Rank (see item 1) MANUFACTURER AND PART NUMBER 9 Hydraulic Filter for Utility Vehicle (see item 2) MANUFACTURER AND PART NUMBER 10 Oil Filter for Utility Vehicle (see item 2) MANUFACTURER AND PART NUMBER 11 Rotary Blade for Surrounds Mower(see item 3) MANUFACTURER AND PART NUMBER 12 Roller for Surrounds Mower (see item 3) MANUFACTURER AND PART NUMBER 13 Bed Knife for Triplex Greens Mower(see item 4) MANUFACTURER AND PART NUMBER 14 Hydraulic Filter for Triplex Greens Mower (see item 4) MANUFACTURER AND PART NUMBER 15 Bed Knife for Wide Area Rotary Mower (see item 5) MANUFACTURER AND PART NUMBER Page 1125 of 1406 16 Fuel Filter for Wide Area Rotary Mower(see item 5) MANUFACTURER AND PART NUMBER 17 Fan Belt for Fairway Mower(see item 6) MANUFACTURER AND PART NUMBER 18 Water Pump for Fairway Mower(see item 6) MANUFACTURER AND PART NUMBER PARTS TOTAL FOR ITEMS 7-18 $ - DISCOUNT OFF LIST PRICE For each of the product categories, provide a listing of product lines and the proposed discount off list price. Offeror's may insert additional lines as needed. LIST CATEGORY DISCOUNT OFF A SPORTS FIELDS AND GROUNDS EQUIPMENT B GOLF COURSE MAINTENANCE EQUIPMENT C RELATED EQUIPMENT PARTS D USED EQUIPMENT Page 1126 of 1406 E BALANCE OF LINE DELIVERY: See Mesa Standard Terms and Conditions. Vendor Name Date: 11/7/2016 RFP#2017025 Page 1127 of 1406 mesaeaz NOTICE OF SOLICITATION SOLICITATION #2017025 Publish Date: October 25, 2016 REQUEST FOR PROPOSAL FOR: GROUNDS MAINTENANCE EQUIPMENT, PARTS, ACCESSORIES, SUPPLIES, RELATED SERVICES AND EQUIPMENT PROPOSAL DUE DATE AND TIME: DECEMBER 14, 2016—3:00 P.M. LOCAL ARIZONA TIME Notice is hereby given sealed proposals will be received by the Purchasing Division, City of Mesa, Mesa City Plaza, 20 East Main Street, Suite #400, Mesa, Arizona 85201, until the date and time cited above. Proposals received by the correct date and time will be opened publicly and read aloud by the Purchasing Division's Procurement Administrator(or designated representative). NON MANDATORY PRE-PROPOSAL CONFERENCE: Date and Time: November 15, 2016 8:00 am Local Arizona Time Conference Number: Join by phone: 480-644-6120 Conference ID 319405 Location: Mesa City Plaza 20 E Main St, Room#450 North Mesa AZ, 85201 Please read the entire solicitation package and submit the proposal in accordance with the instructions. This document (less this invitation and the instructions) and any required response documents, attachments, and submissions will constitute the proposal. Proposal envelopes with insufficient postage will not be accepted by the City of Mesa. Proposals must be in the actual possession of the Purchasing Division Office at the location indicated, on or prior to the exact date and time indicated above. Late submittals shall not be considered under any circumstances. Questions concerning this solicitation should be directed, IN WRITING,to the following Purchasing contacts or their designees: Technical Questions: General or Process Questions: Jess Romney, CPPB Evan Karl Procurement Officer Procurement Specialist PHONE: 480-644-5798 PHONE: 480-644-5010 FAX: (480)644-2655 FAX: (480)644-2655 Jess.Romneyp_MesaAZ.gov Evan.Karlp_MesaAZ.gov NOTE: THE CITY OF MESA PUBLISHES ITS SOLICITATIONS, ATTACHMENTS, AND ADDENDA ONLINE AND THEY ARE AVAILABLE FOR VIEWING AND/OR DOWNLOADING AT THE FOLLOWING INTERNET ADDRESS: http://www.mesaaz.gov/business/purchasing All vendors wishing to conduct business with the City are required to register and maintain all information used for the notification of solicitation opportunities and issuance of payment in the Vendor Self Service (VSS) system. To register and view additional vendor information, go to htt ://rnesaaz.�ov/b€asiness/ � rchasin� /vendor_self_service. Page 1128 of 1406 TABLE OF CONTENTS PAGE NOTICE 1 TABLE OF CONTENTS 2 SECTIONS: INSTRUCTIONS 3 - 13 SCOPE OF WORK 14 - 19 ATTACHMENTS: ATTACHMENT A PRICING 20 ATTACHMENT B REQUIRED RESPONSE FORMS 21 ATTACHMENT C SAMPLE EQUIPMENT SPECIFICATIONS 22 ATTACHMENT D NATIONAL IPA DOCUMENTS 23 EXHIBITS: EXHIBIT 1 DRAFT CONTRACT 24 -40 EXHIBIT 2 MAILING LABEL (HARD COPY RESPONSE) 41 2017025 Page 2 of 41 Page 1129 of 1406 INSTRUCTIONS 1. GENERAL: Please read the entire Solicitation package and all attachments before submitting a Response. Responses must be in accordance with the provisions, specifications and instructions set forth herein and will be accepted until the date and time the Response is due. 2. VENDOR QUESTIONS: All questions regarding the contents of this Solicitation, and Solicitation process (including requests for ADA accommodations), must be directed solely to the Procurement Officer or the Purchasing Administrator. Questions should be submitted in writing via letter, fax or email. Questions received less than seven (7) calendar days prior to the due date and time for Responses may be answered at the discretion of the City. 3. INSTRUCTIONS FOR PREPARING AND SUBMITTING RESPONSE: Respondents will have the option to submit their responses either electronically or physically through hard copy response. Respondents shall provide their Responses in accordance with the following form and content requirements: ELECTRONIC RESPONSE: a. Responses shall be submitted through the City of Mesa's Purchasing Website at http://www.mesaaz.gov/business/purchasing/bid-opportunities under the appropriate solicitation opportunity. Submissions submitted elsewhere or under the wrong solicitation will not be considered. b. Responses must be signed by an authorized representative of Respondent with the authority to bind Respondent to make such commitments to the City set forth in the Response. c. Responses should be specific to the Solicitation and present details on all requested information in a concise manner. OR: HARD COPY RESPONSE: a. Submit one (1) signed original hardcopy of all Response documents along with three (3) copies. Do not use spiral binding or comb binding on Responses or any Response documents. Three-ring binders are preferred for large submissions. b. Submit two(2)CD or flash drive providing all Response documents in PDF, Word, and Excel (utilize Excel only if spreadsheets/graphs/charts are included as a part of the Response). c. All Responses must be signed, sealed and addressed to the Purchasing Division and Respondents shall address all Responses identified with a shipping address, serial number, and title in the following manner: City of Mesa Mesa City Plaza - Purchasing Division 20 East Main Street, Suite 400 Mesa, Arizona 85201 RFP - 2017025 GROUNDS MAINTENANCE EQUIPMENT, PARTS, ACCESSORIES, SUPPLIES, RELATED SERVICES AND EQUIPMENT d. Responses must be signed by an authorized representative of Respondent with the authority to bind Respondent to make such commitments to the City set forth in the Response. e. Responses should be specific to the Solicitation and present details on all requested information in a concise manner. 2017025 Page 3 of 41 Page 1130 of 1406 INSTRUCTIONS 4. RESPONSE FORMAT: Table of Contents. Identify contents by tab and page number TAB 1 - Letter of Transmittal. A brief letter of transmittal should be submitted that includes the following information: 1. The Respondent's understanding of the work to be performed. 2. A positive commitment to perform the service within the time period specified. 3. The names of key persons, representatives, project managers who will be the main contacts for the City regarding this Solicitation. TAB 2 -Qualifications. (Abilities, Experience and Expertise) The following information should be included: 1. Astatement of Respondent's qualifications, abilities, experience and expertise in providing the requested goods and services. a. Adescription of what qualifies Respondent, financial and otherwise,to provide the City with these services/materials for the required period of time, including information demonstrating Respondent has the appropriate staffing, necessary resources, and a history of demonstrated competence. Include: i. A brief history and description of your company. ii. The total number and location of sales persons employed by your firm. iii. Number and location of support centers (if applicable). b. An assessment of the Respondent's ability to meet and satisfy the needs of the City, taking into consideration the requested services, additional services and expertise offered that exceed the requirements of the Solicitation, and the Respondent's inability to meet any of the requirements of the specifications. c. References—A minimum of three (3) references, preferably from other public entities within the State of Arizona, for whom you have provided similar services. Include the name of the entity, contact person's names, phone numbers, e-mail addresses, mailing addresses, type of service provided, and dates the services were provided. d. Provide a response to the national program. Include a detailed response to Attachment D, Exhibit A, National IPA response for National Cooperative contract. Responses should highlight experience, demonstrate a strong national presence, describe how Respondent will educate its national sales force about the contract, describe how products and services will be distributed Nationwide, include a plan for marketing the products and services Nationwide, and describe how volume will be tracked and reported to National IPA. The successful offeror will be required to sign Attachment D, Exhibit B, National IPA Administration Agreement. Offerors should have any reviews required to sign the document prior to submitting a response. Offeror's response should include any proposal exceptions to the National IPAAdministration Agreement. 2. Identification of senior and technical staff of Respondent to be assigned to the City. Staff named in the Response may not be substituted without permission of the City. Include in the Response resumes and relevant experience. 3. Please submit any additional qualification information that you feel is applicable to your qualifications and experience. TAB 3 - Program Description AND Method of Approach. Provide a detailed written response illustrating how your offer will meet the General Requirements of this solicitation for the City of Mesa and the national program. Clearly define the services/materials offered and Respondent's method of approach to including, but not limited, to the following criteria: 1. Distribution Network a. Describe how your firm proposes to distribute the equipment, accessories, parts and provide services nationwide. 2017025 Page 4 of 41 Page 1131 of 1406 INSTRUCTIONS b. Identify all other companies/distributors/dealers or wholly owned subsidiaries that will be involved in processing, handling or shipping the products/services to Participating Public Agencies. c. Provide the number, size and location of your firm's manufacturing, distribution facilities, warehouses, service facilities and retail networks as applicable. State the estimated dollar value of your inventory. d. Describe your delivery commitment. What are your standard delivery days? Identify and describe any exceptions. e. Identify the supplier(s)and their business location(s)that will service the City of Mesa's account. f. Describe your dealer network and their role in providing products, services, etc. under the contract 2. Reporting. Describe Respondent's reporting capabilities at the national level and Agency level. Provide sample standard reports. 3. Product Requirements. a. Provide a detailed written response illustrating how the equipment, accessories, parts, supplies and related services offered will meet the requirements of this solicitation for the City of Mesa and the national program. Offerors shall identify and describe the proposed product lines that meet the specifications located in the Product Requirements section of this solicitation (Section 4 of the Scope of Work). • SPORTS FIELDS AND GROUNDS EQUIPMENT • GOLF COURSE MAINTENANCE EQUIPMENT • RELATED EQUIPMENT PARTS • USED EQUIPMENT • BALANCE OF LINE b. Specify locations and availability of replacement parts, and state the maximum time required to provide and install replacement parts.Also state the estimated dollar value of your parts inventory. c. Detail any warranty and extended warranty programs available for both equipment and parts. If warranty agreements are required, please submit them, subject to negotiation by the City. d. Describe in your offering if you currently have or are in the process of developing Hybrid and/or all Electric equipment. e. Indicate if any of the equipment you are offering has received any awards or nominations for excellence. f. Describe how the innovation and technology of your equipment differs from other equipment in the industry. g. All equipment offered must meet the current minimum Tier 4 Environmental Protection Agency (EPA) requirement. h. Describe how your firm will notify customers of new equipment, used equipment and services. i. Completed "Sample Equipment Specifications" (Attachment C) j. All bidders must submit complete manufacturers' descriptive literature regarding the equipment they propose to furnish in attachment C. The literature shall be sufficient in detail in order to allow a full and fair evaluation of the bid submitted. Failure to include this information may result in the bid being reiected. k. Submit all information that will aid the City in evaluating your proposal. 4. Services a. Provide a detailed written response illustrating how your firm or the authorized dealers will provide services to meet the requirements of this solicitation. Offerors should provide the proposed services that will meet the Service Requirements section of the Scope Work outlined in this solicitation. For each proposed category, describe and/or 2017025 Page 5 of 41 Page 1132 of 1406 INSTRUCTIONS provide details explaining your capabilities. In your response include information such as: b. Provide detailed information explaining your service capabilities. c. Provided detailed information explaining the service capabilities of your authorized dealers. d. Describe the maintenance programs offered. If a maintenance program is selected by the City, will your firm provide a loaner or rental machine if the machine is down for more than twenty-four(24) hours? e. Describe your preventative maintenance program (PMP) for each of the sample equipment(Attachment A). Provide the expected useful life and salvage value for each piece of equipment. Provide a list and per unit price of typical repair parts replaced during a piece of equipment's useful life. In addition, submit life cycle costing information based on 2,000 annual hours of service. f. Describe your training programs. The proposed training program shall include but not be limited to: 1. How will equipment training be conducted? 2. Describe the training curriculum for the equipment operators. 3. Describe the training curriculum for the service technicians. 4. How will you accommodate various work shifts? 5. What type of documentation is provided with the proposed training? 6. Is a "train the trainer" program available? Is this training different than the regular initial training? Can training sessions be recorded for future use by the agency? g. Submit all information that will aid the City in evaluating your proposal. 7. Ordering and Invoices a. Describe your ordering capacity (telephone, fax, internet, etc.). Provide details of the capabilities of your E Commerce website including ability to display contract pricing, on-line ordering, order tracking, search options, order history, technical assistance, lists, technical data and documentation, identification of alternate green products, etc. b. Describe the equipment delivery process and your delivery commitment. What are standard equipment delivery timeframes?Are there cut off dates and how are these dates communicated to customers. c. Describe your invoicing process. Is electronic invoicing available? Is summary invoicing available? Are there other options on how an agency receives an invoice? Submit sample invoices. 8. Other a. Describe any government rebate programs that are offered. TAB 4-Pricing and Compensation Forms. The cost portion of the Response should include the following criteria: 1. Provide a Price Proposal. See attachment A. 2. Describe in detail the proposed business pricing model(s). Include all pertinent details (formulas,definitions,data, audit criteria, etc.)to explain the benefits of the proposed model. Discuss how a participating agency will be able to verify(audit)that the net pricing received conforms to the model. 3. The City's expectation is that the proposed pricing shall include delivery to Mesa and Participating Public Agencies. Based on your distribution network,explain the impactof such pricing to the City, Participating Public Agencies residing in large metropolitan areas and Participating Public Agencies residing in rural areas. Propose an optimal solution(s) that would provide Participating Public Agencies with the best pricing including freight costs. 4. The discount structure provided by the supplier is intended to remain constant throughout the term of the Contact. Discuss how often price lists are updated and provide a listing of 2017025 Page 6 of 41 Page 1133 of 1406 INSTRUCTIONS price list changes that have taken place over the last three (3) years. Discuss any known future price list changes or industry changes that will effect pricing over the next Five (5) years. 5. State if pricing is most favorable offered to government agencies. Describe how your firm will ensure this contract will continually offer the best pricing available to Participating Public Agencies. 6. Provide details of and propose additional discounts for volume orders, special manufacturer's offers, minimum order quantity,free goods program, total annual spend, etc. 7. Provide information on any ordering methods —such as electronic ordering or payment via pCard or EFT—or other criteria which entitle the using agency to additional discounts off of a manufacturer's price list. If so, please provide the percentage discount. 8. Provide your payment terms. These payment terms shall apply to all purchases and to all payment methods. TAB 5-Other Forms. The following forms should be completed and signed: 1. Attachment B: Required Response Form a. Vendor Information form b. Exceptions &Confidential Information form c. General Questionnaire form d. Lawful Presence Affidavit e. Respondent Certification form (Offer and Acceptance) 2. W-9 Form. All responses should include a fully completed, current W-9 form. Failure to include the W-9 will not disqualify your response, however the W-9 must be submitted to the City prior to the execution of any contract pursuant to this Solicitation. (http://www.irs.gov/pub/irs-pdf/fw9.pdf) 3. The successful Respondent will be required to sign Attachment D, Exhibit B, National IPA Administration Agreement. The Agreement shall be signed no later than issuance of the City of Mesa's Notice of Intent to Award letter. Respondent should complete all reviews of the document prior to submitting a response. Respondent's response should include any proposed exceptions to the National IPA Administration Agreement. 5. RESPONSE CHECKLIST: This checklist is provided for your convenience. It is not necessary to return a copy with your Response. Only submit the requested forms and any other requested or descriptive literature. ❑ Response will be sent in time to be received by the City before the Response due date and time. ❑ Original and proper number of copies submitted ❑ Response container properly labeled ❑ Pricing and Compensation, math double-checked, form completed and included (Attachment A) ❑ Required Response Forms completed and included (Attachment B) ❑ Sample Equipment Specifications form completed and included (Attachment C) ❑ W-9 Request for Taxpayer Identification Number and Certification form completed and included (http://www.irs.gov/pub/irs-pdf/fw9.pdf) ❑ Warranty information, if applicable 6. ADDENDA: Any changes to the solicitation document will be in the form of an addendum. Addenda are posted on the City website. Contractors are cautioned to check the Purchasing Website or the Self Service portal for addenda prior to submitting their Response. The City will not be held responsible if a vendor fails to receive any addenda issued. The City shall not be responsible for any oral changes to these specifications made by any employees or officer of the City and Contractors are cautioned not to rely on any such changes. Failure to acknowledge receipt 2017025 Page 7 of 41 Page 1134 of 1406 INSTRUCTIONS of an addendum may result in disqualification of a Response. 7. RESPONSE OPENING: The City will open all Responses properly and timely submitted, and will record the names and other information specified by law and rule. No responsibility will attach to the City of Mesa, its employees or agents for premature opening of a Response that is not properly addressed and identified. All Responses become the property of the City and will not be returned except in the case of a late submission. Results, as read at the public opening, will be posted on the City website. Responses will be available to the public in accordance with the City Procurement Rules. 8. LATE RESPONSES: The Respondent assumes responsibility for having the Response delivered on time at the place specified. All Responses received after the Response Due date and time shall not be considered and will be returned unopened to the Respondent. The Respondent assumes the risk of any delay in the mail or in handling of the mail by employees of the City of Mesa, or any private courier, regardless whether sent by mail or by means of personal delivery. Respondents must allow adequate time to accommodate all registration and security screenings at the delivery site; a valid photo I.D. may be required. It shall not be sufficient to show that Respondent mailed or commenced delivery before the due date and time as the Response must be received by the City prior to the specified date/time. All times are Mesa, Arizona local times. Respondents agree to accept the time stamp in the City Purchasing Office as the official time. 9. RESPONSE FIRM TIME: Responses shall remain firm and unaltered after opening for 180 Days unless the time is extended or amended as agreed upon Respondent and the City. Examples of where an extension or amendment may be necessary include, but are not limited to: (i) contract negotiations with selected Respondent; (ii) submission of a Best and Final Offer by Respondent; (iii) City needing additional time to review responses. The City may accept the Response, subject to successful contract negotiations, at any time during this period. 10. LOBBYING PROHIBITION: Any communication regarding this Solicitation for the purpose of influencing the process or the award, between any person or affiliates seeking an award from this Solicitation and the City including, but not limited to, City Council, City employees, and consultants hired to assist the City in the Solicitation, is prohibited. This prohibition is imposed from the time of the first public notice of the Solicitation until the City cancels the Solicitation, rejects all Responses, awards a contract, or otherwise takes action which ends the Solicitation process. This section shall not prohibit public comment at any City Council meeting, study session, or City Council committee meeting. This prohibition shall not apply to Respondent-initiated communication with the contact(s)identified in the Solicitation or City-initiated communications for the purposes of conducting the procurement including, but not limited to, vendor conferences, clarification of Responses, presentations if provided pursuant to the Solicitation, requests for Best and Final Responses (as set forth in the City Procurement Rules), contract negotiations, protest/appeal resolution, or surveying non- responsive vendors. Violations of this provision shall be reported to the Purchasing Administrator. Persons violating this prohibition may be subject to a warning letter or rejection of their Response depending on the nature of the violation. 11. LAWFUL PRESENCE IN THE UNITED STATES: Arizona Revised Statutes § 1-501 and § 1-502 require all persons who will be awarded a contract (a Public Benefit as defined in 8 USC Section 1621) must demonstrate they are lawfully present in the United States. Person under the statute is defined as a natural person and therefore excludes Limited Liability Companies, Corporations, Partnerships, or other similar types of business entities as indicated on a W-9 form. Individuals (natural persons) or Sole Proprietorships must complete the affidavit in the "Required Response Forms"section of this Solicitation. Respondents that fail to provide a completed affidavit and provided the necessary documentation may be deemed non-responsive. 2017025 Page 8 of 41 Page 1135 of 1406 INSTRUCTIONS 12. COMMENCEMENT OF WORK: If a Respondent begins any billable work prior to the City's final approval and execution of the contract, Respondent does so at its own risk. 13. RESPONSIBILITY TO READ AND UNDERSTAND: Failure to read, examine and understand the Solicitation and any of its addenda will not excuse any failure to comply with the requirements of the Solicitation or any resulting contract, nor shall such failure be a basis for claiming additional compensation. The City is not responsible for and will not pay any costs associated with the preparation and submission of a Response. Respondents are cautioned to verify their Responses before submission, as amendments to or withdrawal of Responses submitted after time specified for opening of Responses may not be considered. The City will not be responsible for any Respondent errors or omissions. 14. FORM AND CONTENT OF RESPONSES: Responses may be submitted on-line (if the option is indicated), mailed or hand-delivered. E-mail or fax submissions will not be accepted. Unless otherwise instructed or allowed, Responses shall be submitted on the forms provided. An original and the designated number of copies of each Response are required. Responses, including modifications, must be submitted in ink, typed, electronically, or printed form and signed by an authorized representative of the Respondent. Please line through and initial rather than erase changes. Any modifications to the Solicitation must be identified in the "Exceptions" section of the required response forms. The City does not encourage exceptions. The City is not required to grant exceptions and depending on the exception, the City may reject the Response as non- responsive. The City reserves the right at its sole discretion to negotiate exceptions with a Respondent. If the Response is not properly signed or if any changes are not initialed, it may be considered non-responsive. In the event of a disparity between the unit price and the extended price, the unit price shall prevail unless obviously in error, as determined by the City. The City may require that Responses be submitted on disk, flash drive, or through electronic means. The Response must provide all information requested and must address all points set forth in the Solicitation. 15. SPECIFICATIONS: Technical specifications define the minimum acceptable standard. When the specification calls for"Brand Name or Equal,"the brand name product is acceptable. The use of a brand name is for the purpose of describing the standard of quality, performance, and characteristics desired and is not intended to limit or restrict competition. If a Respondent wishes to provide a material or service that is not the brand name, the equivalent material or service must meet the standard of quality of the brand name product, which is determined at the City's sole discretion. Equivalent products will be considered upon showing the other product meets stated specifications and is equivalent to the brand name product in terms of quality, performance and desired characteristics. Products that are substantially equivalent to those brands designated will qualify for consideration. Minor differences that do not affect the suitability of the supply or service for the City's needs may be accepted. Burden of proof that the product meets the minimum standards or is equal to the brand name product is on the Respondent. The City reserves the right to reject Responses that the City deems unacceptable for any reason. 16. MODIFICATION/WITHDRAWAL OF RESPONSE: Written requests to modify or withdraw a Response received by the City prior to the scheduled opening time for Responses will be accepted and will be corrected after the Response due date and time. No oral requests will be allowed. Requests must be addressed and labeled in the same manner as the Response and marked as a MODIFICATION or WITHDRAWAL of the Response. Requests for withdrawal after the Response Due date and time will only be granted upon proof of undue hardship and may result in the forfeiture of any Response security. Any withdrawal after the Response due date and time shall be allowed solely at the City's discretion. 17. DEBARMENT DISCLOSURE: If the Respondent has been debarred, suspended, or otherwise 2017025 Page 9 of 41 Page 1136 of 1406 INSTRUCTIONS lawfully precluded from participating in any public procurement activity, including being disapproved as a subcontractor with any federal, state, or local government or agency, or if any such preclusion from participation from any public procurement activity is currently pending, the Respondent shall include a letter with its Response identifying the name and address of the governmental unit, the effective date of the suspension or debarment, the duration of the suspension or debarment, and the relevant circumstances relating to the suspension or debarment. If suspension or debarment is currently pending, a detailed description of all relevant circumstances must be provided by the Respondent, including the details enumerated above. A Response from a Respondent who is currently debarred,suspended or otherwise lawfully prohibited from any public procurement activity may be rejected. Failure of a Respondent to disclose a debarment or suspension in accordance with this Section may result in the Response being disqualified for award of the Solicitation. 18. RESERVATIONS: The City reserves the right to reject any or all Responses or any part thereof; to re-issue the Solicitation; to reject non-responsive or non-responsible Responses; to reject unbalanced Responses; to reject Responses where the terms, prices, or awards are conditioned upon another event; to reject individual Responses for failure to meet any requirement; to award by item, part or portion of an item, group of items, or total; to make multiple awards; to waive minor irregularities, defects, omissions, informalities, technicalities or form errors in any Response; to conduct exclusive or concurrent negotiations of any terms, conditions, or exceptions taken by a Respondent or the terms of any agreement/document a Respondent would require the City to sign should Respondent be awarded a contract; and to reject Responses that are outside the City's budgeted amount for the materials or services that are the subject of the Solicitation. The City may seek clarification of the Response from Respondent at any time, and failure to respond is cause for rejection. Submission of a Response confers no right to an award or to a subsequent contract. The City is charged by its Charter to make an award that is in the best interest of the City. All decisions on compliance, evaluation, terms and conditions shall be made solely at the City's discretion and made to favor the City. No binding contract will exist between the Respondent and the City until the City executes a written contract or purchase order. 19. EXCEPTIONS TO A SOLICITATION: Changes to the Solicitation document requested by a Respondent may not be acknowledged or accepted by the City. Award or execution of a contract does not constitute acceptance of a changed term, condition or specification in the Solicitation unless specifically acknowledged and agreed to by the City. The copy of the Solicitation, including all addenda, maintained and published by the City shall be the official Solicitation document. Any exception to the Solicitation must be set forth in the "Exceptions" portion of the Response; any exceptions not indicated in the "Exceptions" portion of the Response will be deemed rejected by the City, void and of no contractual significance. The City reserves the right to: (i) reject any or all exceptions requested by a Respondent; (ii), determine a proposal non-responsive due to the exception(s) made by Respondent; (iii)enter into negotiations with a Respondent regarding any of the Respondent's exceptions; or(iv)accept any or all of a Respondent's exceptions outright. 20. COPYING OF RESPONSES: The Respondent hereby grants the City permission to copy all parts of its Response including, without limitation, any documents and/or materials copyrighted by the Respondent. The City's right to copy shall be for internal use in evaluating the Response. 21. CONTRACTOR ETHICS: Contractors doing business with the City shall adhere to the Procurement Ethics Standards, Article 7 of the Procurement Rules. It is the policy of the City to promote courtesy, fairness, impartiality, integrity, service, professionalism, economy, and government by law in the Procurement process.The responsibility for implementing this policy rests with each individual who participates in the Procurement process, including Respondents and Contractors. The failure of a Respondent or Contractor to meet the ethical standards may result in the disqualification of award under the Solicitation or the termination of a contract with the City. To achieve the purpose of this Section, it is essential Respondents and Contractors doing business with the City observe the ethical standards prescribed herein and in the City Charter, Code Procurement Rules and Management Policy 200. It shall be a breach of ethical standards to: 2017025 Page 10 of 41 Page 1137 of 1406 INSTRUCTIONS a. Exert any effort to influence any City official, employee or agent to breach the standards of ethical conduct. b. Intentionally invoice any amount greater than provided in a contract or to invoice for materials or services not provided. c. Intentionally offer or provide sub-standard materials or services or to intentionally not comply with any term, condition, specification or other requirement of a City contract. 22. GIFTS: The City will accept no gifts, gratuities or advertising products from Respondents or prospective Respondents and affiliates. The City may request product samples from Respondents solely for the purpose of product evaluation. 23. EVALUATION PROCESS: Responses will be reviewed by a screening committee comprised of City employees and/or any agents authorized by the City to participate in the evaluation. City staff may initiate discussions with Respondents for clarification purposes; however, a request for clarification is not an opportunity for a Respondent to change the Response. A request for clarification from a Respondent does not guarantee clarification will be requested from any other Respondents. Respondents shall not initiate discussions with any City employee, agent or official as set forth in the Lobbying section of these instructions including, but not limited to, members of the evaluation committee. 24. PRESENTATIONS/INTERVIEWS: A Respondent must provide a formal presentation/interview upon request of the City. 25. SHORT-LISTING: The City, at its sole discretion, may create a short-list of the highest scored Responses based on a preliminary evaluation of the Responses against the evaluation criteria. Only those short-listed Respondents will be invited to give presentations/interviews. Upon conclusion of any presentations/interviews, the City will finalize the scoring against the evaluation criteria. 26. BEST AND FINAL OFFERS: The City may request Best and Final Offers if the City deems necessary and the City will determine the scope and subject of any Best and Final request. Respondents should not expect the City will always ask for Best and Final Offers. Therefore, all Respondents must submit their best offer based on the specifications, terms and conditions in the Solicitation. 27. CRITERIA FOR EVALUATION AND AWARD: a. The criteria that will be evaluated and their relative weights are: Evaluation Criteria Points Firm's Proposed Solution 40 Firm's Qualifications & Experience 30 Firm's Pricing • 20 points Equipment 30 • 10 points Parts Pricing will be evaluated based on the below equation: Lowest Proposal Cost Proposal Cost being evaluated X Price Points Possible = Pricing Score b. If less than three (3) Responses to a Solicitation are deemed responsive by the City, at the City's sole discretion, the Responses may be evaluated using simple comparative analysis instead of any announced method of evaluation, subject to meeting administrative and 2017025 Page 11 of 41 Page 1138 of 1406 INSTRUCTIONS responsibility requirements. c. Each Response will be evaluated based upon responsiveness and responsibility criteria. A failure to meet responsiveness or responsibility criteria will render a Respondent ineligible for award of a contract under the Solicitation. 1. Responsiveness. The City will determine whether the Response complies with the instructions for submitting a Response set forth in the Solicitation (i.e. the completeness of the Response which encompasses the inclusion of all required attachments and submissions). Responsiveness will also be examined as it pertains to items set forth in this Solicitation that state a Respondent may be deemed non-responsive based upon the content of their Response. The City will reject any Responses that are submitted late. Failure to meet any requirements in the Solicitation may result in rejection of a Response as non-responsive. 2. Responsibility. The City will determine whether a Respondent is one with whom the City should do business. Factors the City may evaluate to determine responsibility include, but are not limited to: an excessively high or low priced Response; past performance under any agreement with the City; references from any source including, but not limited to,those found outside the references listed in the Response and City employees, agents or officials who have experience with the Respondent; compliance with applicable laws; Respondent's record of performance and integrity(e.g. has the Respondent been delinquent or unfaithful to any contract with the City, whether the Respondent is qualified legally to contract with the City, financial stability and the perceived ability to perform completely as specified). A Respondent must at all times have financial resources sufficient, in the opinion of the City, to ensure performance of the contract and must provide proof upon request. City staff may also use Dun & Bradstreet or any generally available industry information to evaluate the Respondent. The City reserves the right to inspect and review Respondent's facilities, equipment and personnel and those of any identified subcontractors. The City will determine whether any failure to supply information, or the quality of the information, will result in Respondent being deemed non-responsible. d. Respondents who have a Transaction Privilege Tax license for Mesa and who, if awarded a contract, would charge the City TPT to be paid to Mesa, will have 1.75% removed from the taxable item(s) from the price set forth in the Response for the purpose of award evaluation. The awarded Respondent shall however charge the full amount of tax on their invoice(s). This consideration does not apply to: 1. Construction procurements or any other procurement done using Arizona Revised Statutes Title 34 processes. 2. Purchases using federal or other funds where the agreement that provided the funds precludes any local consideration or preference. 28. COST JUSTIFICATION: In the event only one Response to the Solicitation is received, the City may require the Respondent submit a cost offer in sufficient detail for the City to perform a cost/price analysis to determine if the Response price is fair and reasonable. 29. CONTRACT NEGOTIATIONS AND ACCEPTANCE: Respondent must be prepared for the City to accept the Response as submitted. If Respondent fails to sign all documents necessary to successfully execute the final contract within a reasonable time as specified, or negotiations do not result in an acceptable agreement,the City may reject the Response or revoke the award, and may begin negotiations with another Respondent. Final contract terms must be approved or signed by the appropriately authorized City official(s). No binding contract will exist between the Respondent and the City until the City executes a written contract or purchase order. 30. NOTICE OF INTENT TO AWARD: Notices of the City's intent to award a contract are posted to The Purchasing Division's website before 6:00 PM local time on Wednesdays. If Wednesday is a 2017025 Page 12 of 41 Page 1139 of 1406 INSTRUCTIONS holiday observed by the City, notice will be posted on Tuesday. It is the Respondent's responsibility to check the City of Mesa Purchasing website at http://mesaaz.gov/business/purchasing to view Purchasing's Intent to Award notices. This is the only notification you will receive regarding the City's Intent to Award a contract related to this Solicitation. 31. PROTESTS AND APPEALS: If a Respondent or any person believes there is a mistake, impropriety, or defect in the Solicitation, believes the City improperly rejected its Response, or believes the selected Response should not receive the City contract based upon a fact supported issue with the Solicitation or selected Respondent or otherwise protests the award to the Respondent, the Respondent may submit a written protest. All protests and appeals are governed by the City Procurement Rules ("Procurement Rules"). The rules surrounding protests and appeals may be found in Section 6 of the Procurement Rules which are located on the Purchasing Division website at http://mesaaz.gov/business/purchasing. Please see the Procurement Rules for more information on the submission of a protest and corresponding appeal rights; if there exist any discrepancy in this Section and the Procurement Rules, the language of the Procurement Rules will control. ADDRESS PROTESTS TO: ADDRESS APPEALS TO: Matt Bauer Edward Quedens Procurement Administrator Chief Procurement Officer 20 East Main Street, Suite 400 20 East Main Street, Suite 450 PO Box 1466 PO Box 1466 Mesa, Arizona 85211-1466 Mesa, Arizona 85211-1466 Fax: (480)644-2655 Fax: (480)644-2687 Email: Matt.Bauer(a_MesaAZ.go Email: Ed.QuedensQMesaAZ.gov 32. POLICY DOCUMENTS: The City of Mesa Charter, Code, Procurement Rules and Management Policy 200 govern this procurement and are incorporated as a part of this Solicitation by this reference. A copy of these documents may be found on Mesa Purchasing Division's website at www.mesaaz.gov/business/purchasing. 2017025 Page 13 of 41 Page 1140 of 1406 SCOPE OF WORK This Scope of Work will be compiled into any resulting contract as Exhibit A. 1. INTENT: It is the intent of the City of Mesa to enter into a contract with a supplier(s)for the purchase of Grounds Maintenance Equipment, Parts, Accessories, Supplies, Related Services and Equipment. Qualified suppliers must have the capability to provide these products in all respects, in accordance with the solicitation documents and to the satisfaction of the City. The City's preference would be to offer a Respondent's complete catalog of Grounds Maintenance Equipment, Parts, Accessories, Supplies, Related Services and Related Equipment available to agencies Nationwide. However, the City reserves the right to award this solicitation to one or more Suppliers, by individual line item, by group of line items, manufacturer, geographic region, or as a grand total; whichever is deemed most advantageous to the City. 2. NATIONAL CONTRACT: The City of Mesa, as the Principal Procurement Agency, as defined in Attachment D, has partnered with the National Intergovernmental Purchasing Alliance Company ("National IPA)to make the resultant contract (also known as the "Master Agreement" in materials distributed by National IPA) from this solicitation available to other public agencies nationally, including state and local governmental entities, public and private primary, secondary and higher education entities, non-profit entities, and agencies for the public benefit ("Public Agencies"), through National IPA's cooperative purchasing program. The City of Mesa is acting as the contracting agency for any other Public Agency that elects to utilize the resulting Master Agreement. Use of the Master Agreement by any Public Agency is preceded by their registration with National IPA as a Participating Public Agency in National IPA's cooperative purchasing program. Attachment D contains additional information on National IPA and the cooperative purchasing agreement. National IPA is a channel partner with Vizient(formally, Novation).Together we leverage over$100 billion in annual spend to command the best prices on products and services.With corporate pricing and sales commitments from the Supplier, National IPA provides marketing and administrative support for the Supplier that directly promotes the Supplier's products and services to Participating Public Agencies through multiple channels, each designed to promote specific products and services to Public Agencies on a national basis. Public Agencies benefit from pricing based on aggregate spend and the convenience of a contract that has already been advertised and competed.The Supplier benefits from a contract that allows Participating Public Agencies to directly purchase goods and services without the Supplier's need to respond to additional competitive solicitations.As such,the Supplier must be able to accommodate a nationwide demand for services and to fulfill obligations as a Nationwide Supplier and respond to the National IPA documents (Attachment D). The City of Mesa anticipates spending approximately$550,000.00 over the term of the contract for Grounds Maintenance Equipment, Parts, Accessories, Supplies, Related Services and Related Equipment.While no minimum volume is guaranteed to the Supplier, the estimated annual volume of Grounds Maintenance Equipment, Parts, Accessories, Supplies, Related Services and Related Equipment purchased under the Master Agreement through National IPA is approximately $35 million. This projection is based on the current annual volume through the City of Mesa, other Participating Public Agencies that are anticipated to utilize the resulting Master Agreement to be made available to them through National IPA and volume growth into other Public Agencies through a coordinated marketing approach between the Supplier and National IPA. 3. GENERAL REQUIREMENTS: A. QUALIFIED FIRMS: Offerors should meet the minimum qualifications; 1. Be an authorized distributor or manufacturer. 2. Have a strong national presence in the grounds maintenance equipment industry. 3. Have a distribution model capable of delivering products nationwide. 4. Have a demonstrated sales presence. 2017025 Page 14 of 41 Page 1141 of 1406 SCOPE OF WORK 5. Be able to meet the minimum requirements of the cooperative purchasing program detailed herein. 6. Be able to provide the full range of equipment and services to meet the demands of the City and all agencies that opt to participate in the cooperative purchasing program with the City. B. WAREHOUSING, DISTRIBUTION AND SALES FACILITIES: The product specified in this solicitation is dependent upon an extensive manufacturer-to-customer supply chain distribution system. In order to be considered for award, each potential contractor is required to provide proof of an extensive distribution system. C. WARRANTY: Offeror shall warrant that all equipment and parts labeled as new and furnished in their bid/offer are newly manufactured and free from defects in material and workmanship for no less than one (1) year from the date the equipment is delivered or installed. Warranty shall also guarantee accepted trade standards of quality, fitness for the intended uses, and conformance to promises or specified specifications. No other express or implied warranty shall eliminate the vendor's liability as stated herein. D. MAINTENANCE FACILITIES: The equipment specified in this solicitation is dependent upon the availability of prompt professional service. In order to be considered for award, each potential contractor is required to have existing maintenance facilities with sufficient parts inventory and trained technicians experienced in providing quality service on the equipment specified. Maintenance facilities are subject to inspection by the City to determine adequacy. E. VENDOR PARTS AND SERVICE: The Contractor will maintain a factory authorized parts and service facility for normal and warranty service. The Contractor shall be capable of providing parts within twenty-four (24) hours and shall be capable of being on site to respond to service requests within twenty-four(24) hours. F. CATALOGS: Within ten (10) days after contract award and after request from City staff, Contractor must submit complete price lists and catalogs of their product line in hard copy and on CD. Upon request from a using agency, Contractor shall provide, at no cost, these catalogs and price lists. G. MODIFICATIONS OF TERMS: Participating Agencies commonly require a modification to a term of the Contract (e.g. governing law). The awarded Supplier and Participating Agencies may agree to modify terms on any specific purchase by a Participating Agency without being in conflict with the Contract 4. PRODUCT REQUIREMENTS: A. PRODUCTS: The Products to be included in this solicitation are as follows: 1. SPORTS FIELDS AND GROUNDS EQUIPMENT: A complete and comprehensive line of new unused Sports Fields and Grounds Equipment of the latest design and technology to include, but not limited to, mowing equipment, utility vehicles,spraying equipment, and turf cultivation equipment. 2. GOLF COURSE MAINTENANCE EQUIPMENT: A complete and comprehensive line of new unused Golf Course Maintenance Equipment of the latest design and technology to include, but not be limited to, mowing equipment, utility vehicles, spraying equipment, renovation and utility equipment and turf cultivation equipment. 3. RELATED EQUIPMENT PARTS: A complete and comprehensive line of Original Equipment Manufacturer (OEM) Sports Fields and Grounds Equipment Parts and Golf Course Maintenance Equipment Parts. 4. USED EQUIPMENT: Provide access to quality used equipment. 5. BALANCE OF LINE: Each offeror may offer their balance of line for ground maintenance equipment items and accessories. The City reserves the right to accept or reject any or all balance of line items offered. 2017025 Page 15 of 41 Page 1142 of 1406 SCOPE OF WORK B. CURRENT PRODUCTS:All products being offered in response to this solicitation and labeled as new shall be in current and ongoing production; shall be formally announced for general marketing purposes; shall be a model or type currently functioning in a user(paying customer) environment and capable of meeting or exceeding all specifications and requirements set forth in this solicitation. C. DEFECTIVE PRODUCT: All defective products shall be replaced and exchanged by the Contractor. The cost of transportation, unpacking, inspection, re-packing, re-shipping or other like expenses shall be paid by the Contractor. All replacement products must be received by the City within seven (7)days of initial notification. D. EQUIPMENT/RECALL NOTICES: In the event of any recall notice, technical service bulletin, or other important notification affecting equipment purchased from this contract, a notice shall be sent to the Contract Representative. It shall be the responsibility of the contractor to assure that all recall notices are sent directly to the agencies Contract Representative. E. EQUIPMENT STANDARDS AND GUIDELINES: All riding equipment must comply with appropriate ASAE(American Society of Agricultural Engineers—www.asae.org), SAE (Society of Automotive Engineers — www.sae.org) and OSHA (Occupational Safety and Health Administration — www.osha.org) standards for roll-over protection. All vehicles must comply with appropriate ANSI (American National Standards Institute — www.ansi.org) standards as related to operation on slopes. F. SAFETY STANDARDS: The Offeror shall certify that the equipment being offered is designed and includes operating features that comply with the safety standard promulgated under the Federal Occupational Safety and Health Act (OSHA). During the term of this Contract, should there be modifications in federal and/or state laws and regulations regarding safety standards or other specifications and marketing procedures for the contracted item(s), the City of Mesa reserves the right to amend the Contract to provide for the delivery of items which conform to such changes. As a result, the City will negotiate any necessary price changes with the Contractor. Should negotiations fail the City may cancel the Contract for the affected items. G. SAMPLE EQUIPMENT SPECIFICATIONS (ATTACHMENT C): For each Item/Minimum Requirement, indicate "yes" or "no" under Comply. If you do not meet the Item/Minimum Requirement, indicate so in the "Exception" column and provide an explanation on why you don't meet the requirement. Any deviations from the minimum requirements must be clearly presented on the table or in an attached letter. The intent of the sample equipment specifications is to establish a baseline to compare equipment of similar commercial quality,function and purpose as well as provide a comparison of pricing offered. Equipment offered under this section will not be rejected for non-compliance with the specifications, but will be used to assist the evaluation committee in assessing comparable equipment offered for this solicitation. The sample equipment listed is representative of the possible equipment the City foresees replacing during the life of the contract.As such,submit pricing as requested on the Price Page. Submit with your offer the recommended preventative maintenance program (PMP) for each of the sample equipment specified below. Identify all parts/materials/supplies (provide part numbers) necessary to complete the PMP as well as the unit pricing of each. Provide the expected useful life and salvage value for each piece of equipment. Provide a list and per unit price of typical repair parts replaced during a piece of equipment's useful life. In addition,submit life cycle costing information based on 2,000 annual hours of service. 5. SERVICE REQUIREMENTS: The City is interested in evaluating the following categories of value- add services for inclusion in this contract.The categories include, but are not limited to the following. A. FINANCING: Describe financing options available such as lease programs and conditional sales contracts. 2017025 Page 16 of 41 Page 1143 of 1406 SCOPE OF WORK B. TRADE-INS: Describe in detail the proposed trade-in program. C. SAFETY: All vendors performing services for the City or cooperative agencies are required and shall comply with all Occupational Safety and Health Administration (OSHA), State and County Safety and Occupational Health Standards and any other applicable rules and regulations. The supplier shall be held responsible for the safety of their employees and any unsafe acts or conditions that may cause injury or damage to any persons or property within and around the work site area under this contract. D. TRAINING: The Contractor shall provide training for City of Mesa and other participating agency operators and service technicians at no cost to the City or agency. The Contractor will provide the following training for each equipment purchase: • Vehicle/equipment operators will be trained in the operation of all machine functions, including operator preventive maintenance. • Technicians will be trained in all operator functions, and in-depth preventive maintenance, troubleshooting and repair for all machine systems and components. • The trainer shall be factory-trained and thoroughly knowledgeable in subjects to be taught. E. DELIVERY: For City of Mesa purchases, equipment shall be delivered to various City of Mesa locations. All deliveries shall be made Monday through Thursday from 8:00 a.m. to 1:00 p.m., Mountain Standard Time. The Contractor shall be required to give the City a minimum of twenty-four (24) hour notice prior to delivery with the anticipated time of delivery and quantity of units to be delivered. The following documents are due upon delivery to the City or participating agency: 1. M.S.O. (Manufacturer Statement of Origin) 2. Warranty document 3. Required manuals 4. Title F. REPAIR SERVICES: The ability to provide repair services through authorized manufacturer's facilities or other avenues. G. CUSTOMER SUPPORT SERVICES: The policies on replacements, returns, restocking charges, after hours service, after sales support,out of stock,order tracing,technical feedback, quality assurance for orders and drop shipments. 6. TERM: An estimated initial term of February 1, 2017 through January 31, 2022, not including any extensions or renewals subject to the terms of the Agreement. If the commencement of performance is delayed because the City does not execute the Agreement at this start date, the City may adjust the start date, end date and any milestones to reflect the delayed execution. 7. RENEWALS: On the mutual written agreement of the Parties, the Term may be renewed up to a maximum of two (2)one (1)year periods. Any renewal(s)will be a continuation of the same terms and conditions as in effect immediately prior to the expiration of the then-current term. Any job orders, project agreements or maintenance agreements executed against this Master Agreement during the effective term may survive beyond the expiration of the Master Agreement as established and agreed to by both parties. 8. EXTENSIONS: Upon the expiration of the Term of the Agreement, including any renewals permitted herein, at the City's sole discretion the Agreement may be extended for a maximum of six(6)months to allow for the City's procurement processes in the selection of a vendor to provide the services/materials under this Agreement. The City intends to notify the Contractor in writing of its desire to extend the Agreement at least thirty (30) calendar days prior to the expiration of the Term. Any extension will be a continuation of the same terms and conditions as in effect 2017025 Page 17 of 41 Page 1144 of 1406 SCOPE OF WORK immediately prior to the expiration of the then-current term. 9. PRICING: a. Prices. All pricing shall be firm for the Term and all extensions or renewals of the Term except where otherwise provided in this Agreement, and include all costs of the Contractor providing the materials/service including transportation, insurance and warranty costs. No fuel surcharges will be accepted unless allowed in this Agreement. The City shall not be invoiced at prices higher than those stated in the Agreement. The Contractor further agrees that any reductions in the price of the materials or services covered by this Agreement will apply to the undelivered balance. The Contractor shall promptly notify the City of such price reductions. No price modifications will be accepted without proper request by the Contractor and response by the City's Purchasing Division. b. Price Adjustment. Any requests for reasonable price adjustments must be submitted in accordance with this section. Requests for adjustment in cost of labor and/or materials must be supported by appropriate documentation. There is no guarantee the City will accept a price adjustment therefore Contractor should be prepared for the Pricing to be firm over the Term of the Agreement. The City is only willing to entertain price adjustments based on an increase to Contractor's actual expenses or other reasonable adjustment in providing the services/materials under the Agreement. If the City agrees to the adjusted price terms, the City shall issue written approval of the change. During the 60-day period prior to Contract expiration of the Agreement, the Contractor may submit a written request to the City to allow an increase to the prices in an amount not to exceed the twelve-month change in the Producer Price Index for Lawn and Garden Equipment Mfg. (333112333112), Not Seasonally Adjusted as published by the U.S. Department of Labor, Bureau of Labor Statistics (http://www.bls.gov/ppi/home.htm). The City shall review the request for adjustment and respond in writing; such response and approval shall not be unreasonably withheld. c. Renewal and Extension Pricing. Any extension of the Agreement will be at the same pricing as the initial Term. If the Agreement is renewed in accordance with Section 1, pricing may be adjusted for amounts other than inflation that represent actual costs to the Contractor based on the mutual agreement of the parties. The Contractor may submit a request for a price adjustment along with appropriate supporting documentation demonstrating the cost to the Contractor. Renewal prices shall be firm for the term of the renewal period and may be adjusted thereafter as outlined in the previous section. There is no guarantee the City will accept a price adjustment. 10. TYPES AND AMOUNTS OF INSURANCE. Insurance requirements are detailed in the Agreement document. Contractor must obtain and retain throughout the term of the Agreement, at a minimum, the following: a. Worker's compensation insurance in accordance with the provisions of Arizona law. If Contractor operates with no employees, Contractor must provide the City with written proof Contractor has no employees. If employees are hired during the course of this Agreement, Contractor must procure worker's compensations in accordance with Arizona law. b. The Contractor shall maintain at all times during the term of this contract, a minimum amount of $1 million per occurrence/$3 million aggregate Commercial General Liability insurance, including Contractual Liability. For General Liability insurance,the City of Mesa, 2017025 Page 18 of 41 Page 1145 of 1406 SCOPE OF WORK their agents, officials, volunteers, officers, elected officials or employees shall be named as additional insured, as evidenced by providing an additional insured endorsement. c. Automobile liability, bodily injury and property damage with a limit of $1 million per occurrence including owned, hired and non-owned autos. Prior to the execution of the Contract, the Contractor shall provide the City with a Certificate of Insurance (using appropriate ACORD certificate)SIGNED by the Issuer, applicable endorsements, and the City reserves the right to request additional copies of any or all of the above policies, endorsements, or notices relating thereto. When the City requires a Certificate of Insurance to be furnished, the Contractor's insurance shall be primary of all other sources available. When the City is a certificate holder, the Contractor agrees that no policy shall expire, be canceled or materially changed to affect the coverage available without advance written notice to the City. "Waiver of Subrogation". The policies required by this agreement (or contract) shall contain a waiver of transfer rights of recovery (subrogation) against City, its agents, representatives, directors, elected officials,officers, employees,and volunteers for any claims arising out of the work of Contractor." All insurance certificates and applicable endorsements are subject to review and approval by the City's Risk Manager. 2017025 Page 19 of 41 Page 1146 of 1406 ATTACHMENT A PRICING Offerors must utilize the below document when responding to this solicitation and return the document in an Excel format with their proposal. See separate Attachment A to complete. Microsoft Excel 97-2003 Worksheet 2017025 Page 20 of 41 Page 1147 of 1406 ATTACHMENT B REQUIRED RESPONSE FORMS See separate Attachment B Solicitation Required Response Forms.doc)c 2017025 Page 21 of 41 Page 1148 of 1406 ATTACHMENT C SAMPLE EQUIPMENT SPECIFICATIONS Offerors must utilize the below document when responding to this solicitation and return the document in an Excel format with their proposal. See separate Attachment C to complete. SAMPLE EQUIPMENT SPECIFIC E% 2017025 Page 22 of 41 Page 1149 of 1406 ATTACHMENT D NATIONAL IPA DOCUMENTS See separate Attachment D Attachment D National IPA Docs.d 51 2017025 Page 23 of 41 Page 1150 of 1406 EXHIBIT 1 DRAFT CONTRACT Amink mesa,-az AGREEMENT PURSUANT TO SOLICITATION CITY OF MESA CONTRACT NUMBER 2017025 GROUNDS MAINTENANCE EQUIPMENT, PARTS, ACCESSORIES, SUPPLIES, RELATED SERVICES AND EQUIPMENT CITY OF MESA, Arizona ("City") Department Name City of Mesa- Purchasing Division Mailing Address P.O. Box 1466 Mesa AZ 85211-1466 Delivery Address 20 East Main St, Suite 400 Mesa AZ 85201 Attention Jess Romney, CPPB Procurement Officer E-Mail Jess.RomneyC_MesaAZ.gov Telephone (480)644-5798 Facsimile (480)644-2655 AND COMPANY NAME, ("Contractor") Mailing Address Delivery Address Attention NameAndTitle E-Mail Telephone Facsimile 2017025 Page 24 of 41 Page 1151 of 1406 EXHIBIT 1 DRAFT CONTRACT CITY OF MESA AGREEMENT PURSUANT TO SOLICITATION This agreement pursuant to solicitation ("Agreement") is entered into this _ day of 2017, by and between the City of Mesa, Arizona, an Arizona municipal corporation ("City"), and CompanyName,a(n)State corporation/company/natural person ("Contractor").The City and Contractor are each a "Part\/' to the Agreement or together are "Parties"to the Agreement. RECITALS A. The City issued solicitation number 2017025 ("Solicitation") for GROUNDS MAINTENANCE EQUIPMENT, PARTS, ACCESSORIES, SUPPLIES, RELATED SERVICES AND EQUIPMENT, to which Contractor provided a response ("Response"); and B. The City Selected Contractor's Response as being in the best interest of the City and wishes to engage Contractor in providing the services/materials described in the Solicitation and Response. In consideration of the reciprocal promises contained in the Agreement, and for other valuable and good consideration, which the Parties acknowledge the receipt and sufficiency of, the Parties agree to the following Terms &Conditions. TERMS & CONDITIONS 1. Term. This Agreement is for a term beginning on StartDate and ending on EndDate`. The use of the word"Term" in the Agreement includes the aforementioned period as well as any applicable extensions or renewals in accordance with this Section 1. 1.1 Renewals. On the mutual written agreement oftheParties,the Term may be renewed up to a maximum of two (2) one (1) year periods. Any renewal(s)will be a continuation of the same terms and conditions as in effect immediately prior to the expiration of the then-current term. 1.2 Extension for Procurement Processes. Upon the expiration of the Term of this Agreement, including any renewals permitted herein, at.the City's sole discretion this Agreement may be extended on a month-to-month basis for a maximum of six (6) months to allow for the City's procurement processes in the selection of a vendor to provide the services/materials provided under this Agreement. The City will notify the Contractor in writing of its intent to extend the "Agreement at least thirty(30)calendar days prior to the expiration of the Term. Any extension under this Subsection 1.2 will be a continuation of the same terms and conditions as in effect immediately prior to the expiration of the then-current term. 1.3 Delivery. Delivery shall be made to the location(s)contained in the Scope of Work within XXX days after receipt of an order. 2. Scope of Work. The Contractor will provide the necessary staff, services and associated resources to provide the City with the services, materials, and obligations attached to this Agreement as Exhibit A ("Scope of Work") Contractor will be responsible for all costs and expenses incurred by Contractor that are incident to the performance of the Scope of Work unless otherwise stated in Exhibit A. Contractor will supply all equipment and instrumentalities necessary to perform the Scope of Work. If set forth in Exhibit A, the City will provide Contractor's personnel with adequate workspace and such other related facilities as may be required by Contractor to carry out the Scope of Work. 3. Orders. Orders be placed with the Contractor by either a: (i) Purchase Order when for a one-time purchase; (ii) Notice to Proceed, or (iii) Delivery Order off of a Master Agreement for Requirement Contract where multiple as-needed orders will be placed with the Contractor. The City may use the Internet to communicate with Contractor and to place orders as permitted under this Agreement 2017025 Page 25 of 41 Page 1152 of 1406 EXHIBIT 1 DRAFT CONTRACT 4. Document Order of Precedence. In the event of any inconsistency between the terms of the body of the Agreement, the Exhibits, the Solicitation, and Response, the language of the documents will control in the following order. a. Agreement b. Exhibits 1. Mesa Standard Terms &Conditions 2. Scope of Work 3. Other Exhibits not listed above c. Solicitation including any addenda d. Contractor Response, including National IPA Administrative Agreement 5. Payment. 5.1 General. Subject to the provisions of the Agreement, the City will pay Contractor the sum(s) described in Exhibit B ("Pricing") in consideration of Contractor's performance of the Scope of Work during the Term. 5.2 Prices. All pricing shall be firm for the Termand all extensions or renewals of the Term except where otherwise provided in this Agreement, and include all costs of the Contractor providing the materials/service including transportation, insurance and warranty costs. No fuel surcharges will be accepted unless allowed in this Agreement. The City shall not be invoiced at prices higher than those stated in the Agreement. The Contractor further agrees that any reductions in the price of the materials or services covered by this Agreement will apply to the undelivered balance. The Contractor shall promptly notify the City of such price reductions. No price modifications will be accepted without proper request by the Contractor and response by the City's Purchasing Division. 5.3 Price Adjustment. Any requests for reasonable price adjustments must be submitted in accordance with this Section 5.3. Requests for adjustment in cost of labor and/or materials must be supported by appropriate documentation. There is no guarantee the City will accept a price adjustment therefore Contractor should be prepared for the Pricing to be firm over the "Term of the Agreement. The City is only willing to entertain price adjustments based on an increase to Contractor's actual expenses or other reasonable adjustment in providing the services/materials under the Agreement. If the City agrees to the adjusted price terms, the City shall issue written approval of the change. During the 60-day period;,prior to Contract expiration of the Agreement, the Contractor may submit a written request to the City to allow an increase to the prices in an amount not to exceed the twelve-month change in the Producer Price Index for Lawn and Garden Equipment Mfg. (333112333112), Not Seasonally Adjusted as published by the U.S. Department of Labor, Bureau of Labor Statistics (http://www.bls.gov/ppi/home.htm).The City shall review the request for adjustment and respond in writing; such response and approval shall not be unreasonably withheld. Renewal and Extension Pricing. Any extension of the Agreement will be at the same pricing as the initial Term. If the Agreement is renewed in accordance with Section 1, pricing may be adjusted for amounts other than inflation that represent actual costs to the Contractor based on the mutual agreement of the parties. The Contractor may submit a request for a price adjustment along with appropriate supporting documentation demonstrating the cost to the Contractor. Renewal prices shall be firm for the term of the renewal period and may be adjusted 2017025 Page 26 of 41 Page 1153 of 1406 EXHIBIT 1 DRAFT CONTRACT thereafter as outlined in the previous section. There is no guarantee the City will accept a price adjustment. 5.4 Invoices. Payment will be made to Contractor following the City's receipt of a properly completed invoice. Any issues regarding billing or invoicing must be directed to the City Department/Division requesting the service or material from the Contractor. A properly completed invoice should contain, at a minimum, all of the following: a. Contractor name, address, and contact information; b. City billing information; c. City contract number as listed on the first page of the Agreement; d. Invoice number and date; e. Payment terms; f. Date of service or delivery; g. Description of materials or services provided; h. If materials provided, the quantity delivered, pricing of each unit, and freight charges (as applicable); i. Applicable Taxes j. Total amount due. 5.5 Payment of Funds. Contractor acknowledges the City may, at its optionandwhere available use a Procurement Card/e-Payables to make payment for orders under the Agreement. Otherwise; payment will be through a traditional method of a check or Electronic Funds Transfer (EFT) as available. 5.6 Disallowed Costs, Overpayment. If at any time the City determines that a cost for which payment was made to Contractor is a disallowed cost, such as an overpayment or a charge for materials/service not in accordance with the Agreement,the City will notify Contractor in writing of the disallowance; such notice will state the means of correction which may be, but is not limited to, adjustment of any future claim/invoice submitted by Contractor in the amount of the disallowance, or to require repayment of the disallowed amount by Contractor. Contractor will be provided with the opportunity to respond to the notice. 6. Insurance. 6.1 Contractor must obtain and maintain at its expense throughout the term of Contractor's agreement, at a minimum, the types and amounts of insurance set forth in this Section 6 from insurance companies authorized to do business in the State of Arizona; the insurance must cover,the materials/service to be provided by Contractor under the Agreement. For any insurance required under the Agreement, Contractor will name the City of Mesa, its agents, representatives, officials, volunteers, officers, elected officials, and employees as additional insured, as evidenced by providing either an additional insured endorsement or proper insurance policy excerpts. 6.2 Nothing in this Section 6 limits Contractor's responsibility to the City. The insurance requirements herein are minimum requirements for the Agreement and in no way limit any indemnity promise(s)contained in the Agreement. 6.3 The City does not warrant the minimum limits contained herein are sufficient to protect Contractor and subcontractor(s) from liabilities that might arise out of performance under the Agreement by Contractor, its agents, representatives, employees, or subcontractor(s). Contractor is encouraged to purchase additional insurance as Contractor determines may be necessary. 2017025 Page 27 of 41 Page 1154 of 1406 EXHIBIT 1 DRAFT CONTRACT 6.4 Each insurance policy required under the Agreement must be in effect at or prior to the execution of the Agreement and remain in effect for the term of the Agreement. 6.5 Prior to the execution of the Agreement, Contractor will provide the City with a Certificate of Insurance (using an appropriate "ACORD" or equivalent certificate) signed by the issuer with applicable endorsements. The City reserves the right to request additional copies of any or all of the policies, endorsements, or notices relating thereto required under the Agreement. 6.6 When the City requires a Certificate of Insurance to be furnished, Contractor's insurance is primary of all other sources available. When the City is a certificate holder and/or an additional insured, Contractor agrees no policy will expire, be canceled, or be materially changed to affect the coverage available without advance written notice to the City. 6.7 The policies required by the Agreement must contain a waiver of transfer rights of recovery (waiver of subrogation) against the City, its agents, representatives, officials, volunteers, officers, elected officials, and employees for any claims arising out of the work of Contractor. 6.8 All insurance certificates and applicable endorsements are subject to review and approval by the City's Risk Management Division. 6.9 Types and Amounts of Insurance. Contractor must obtain and retain throughout the term of the Agreement, at a minimum, the following: 6.9.1 Worker's compensation insurance in accordance with the provisions of Arizona law. If Contractor operates with no employees, Contractor must provide the City with written proof Contractor has no employees. If employees are hired during the course of this Agreement, Contractor must procure worker's compensations in accordance with Arizona law. 6.9.2 The Contractor shall maintain at all times during the term of this contract, a minimum amount of $1 million per occurrence/$3 million aggregate Commercial General Liability insurance, including Contractual Liability. For General Liability insurance, the City of Mesa, their agents, officials, volunteers, officers, elected officials or employees shall be named as additional insured, as evidenced by providing an additional insured endorsement. 6.9.3 Automobile liability,;bodily injury and property damage with a limit of$1 million per occurrence including owned, hired and non-owned autos. 7. Requirements Contract. Contractor acknowledges and agrees the Agreement is a requirements contract; the Agreement does`not guarantee any purchases will be made (minimum or maximum). Orders will only be placed when the City identifies a need and issues a purchase order or a written notice to proceed. The City reserves the right to cancel purchase orders or a notice to proceed within a reasonable period of time of issuance; any such cancellation will be in writing. Should a purchase order or notice to proceed be canceled, the City agrees to reimburse Contractor for any actual and documented costs incurred by Contractor. The City will not reimburse Contractor for any avoidable costs incurred after receipt of cancellation including, but not limited to, lost profits, shipment of product, or performance of services. 8. Notices. All notices to be given pursuant to the Agreement will be delivered to the Contractor as listed on Page 1 of this Agreement. Notice will be delivered pursuant to the requirements set forth the Mesa Standard Terms and Conditions that is attached to the Agreement as Exhibit C. 9. Representations of Contractor. To the best of Contractor's knowledge, Contractor agrees that: 2017025 Page 28 of 41 Page 1155 of 1406 EXHIBIT 1 DRAFT CONTRACT a. Contractor has no obligations, legal or otherwise, inconsistent with the terms of the Agreement or with Contractor's undertaking of the relationship with the City; b. Performance of the services called for by the Agreement do not and will not violate any applicable law, rule, regulation, or any proprietary or other right of any third party; c. Contractor will not use in the performance of Contractor's responsibilities under the Agreement any proprietary information or trade secret of a former employer of its employees (other than City, if applicable); and d. Contractor has not entered into and will not enter into any agreement, whether oral or written, in conflict with the Agreement. 10. Mesa Standard Terms and Conditions. Exhibit C to the Agreement is the Mesa Standard Terms and Conditions as modified by the Parties,which are incorporated by reference into the Agreement as though fully set forth herein. In the event of any inconsistency between the terms of the Agreement and the Mesa Standard Terms and Conditions, the language of the Agreement will control. The Parties or a Party are referred to as a"party" or"parties" in the Mesa Standard Terms and Conditions. The Term is referred to as the"term" in the Mesa Standard Terms and Conditions. 11. Counterparts and Facsimile or Electronic Signatures. This Agreement may be executed in two (2)or more counterparts, each of which will be deemed an original and all of which, taken together, will constitute one agreement. A facsimile or other electronically delivered signature to the Agreement will be deemed an original and binding upon the Party against whom enforcement is sought. 12. Incorporation of Recitals and Exhibits. All Recitals and Exhibits to the Agreement are hereby incorporated by reference into the Agreement as if written out and included herein. In the event of any inconsistency between the terms of the body of the Agreement and the Exhibits, the language of the Agreement will control. Exhibits to this Agreement are the following: • (A)Scope of Work (B) Pricing (C) Mesa Standard Terms and Conditions • (D) National IPA Documents 13. Attorneys'Fees. The prevailing Party in any litigation arising out of the Agreement will be entitled to the recovery of its reasonable attorney's fees, court costs, and other litigation related costs and fees from the other Party. 14. Additional Acts. The Parties agree to execute promptly such other documents and to perform such other acts as may be reasonably necessary to carry out the purpose and intent of the Agreement. 15. Headings. The headings of the Agreement are for reference only and will not limit or define the meaning of any provision of the Agreement. 2017025 Page 29 of 41 Page 1156 of 1406 EXHIBIT 1 DRAFT CONTRACT By executing below, each Party acknowledges that it understands, approves, and accepts all of the terms of the Agreement and the attached exhibits. IN WITNESS WHEREOF, the parties have executed this Agreement as of the date first above written. CITY OF MESA, ARIZONA CONTRACTOR NAME By: By: Printed Name Printed Name Title Title Date Date RECOMMENDED BY: By: 2017025 Page 30 of 41 Page 1157 of 1406 EXHIBIT 1 DRAFT CONTRACT EXHIBIT A SCOPE OF WORK The Scope of Work and Vendor Response will be added here when Agreement is finalized. 2017025 Page 31 of 41 Page 1158 of 1406 EXHIBIT 1 DRAFT CONTRACT EXHIBIT B PRICING Attachment A Pricing will be added here when Agreement is finalized. 2017025 Page 32 of 41 Page 1159 of 1406 EXHIBIT 1 DRAFT CONTRACT EXHIBIT C MESA STANDARD TERMS AND CONDITIONS 1. INDEPENDENT CONTRACTOR. It is expressly understood that the relationship of Contractor to the City will be that of an independent contractor. Contractor and all persons employed by Contractor, either directly or indirectly, are Contractor's employees, not City employees. Accordingly, Contractor and Contractor's employees are not entitled to any benefits provided to City employees including, but not limited to, health benefits, enrollment in a retirement system, paid time off or other rights afforded City employees. Contractor employees will not be regarded as City employees or agents for any purpose, including the payment of unemployment or workers' compensation. If any Contractor employees or subcontractors assert a claim for wages or other employment benefits against the City, Contractor will defend, indemnify and hold harmless the City from all such claims. 2. SUBCONTRACTING. Contractor may not subcontract work under this Agreement without the express written permission of the City. If Contractor has received authorization to subcontract work, it is agreed that all subcontractors performing work under the Agreement must comply with its provisions. Further, all agreements between Contractor and its subcontractors must provide that the terms and conditions of this Agreement be incorporated therein. 3. ASSIGNMENT. This Agreement may not be assigned either in whole or in part without first receiving the City's written consent. Any attempted assignment, either in whole or in part, without such consent will be null and void and in such event the City will have the right at its option to terminate the Agreement. No granting of consent to any assignment will relieve Contractor from any of its obligations and liabilities under the Agreement. 4. SUCCESSORS AND ASSIGNS, BINDING EFFECT. This Agreement will be binding upon and inure to the benefit of the parties and their respective permitted successors and assigns. 5. NO THIRD PARTY BENEFICIARIES. This Agreement is intended for the exclusive benefit of the parties. Nothing set forth in this Agreement is intended to create, or will create, any benefits, rights, or responsibilities in any third parties. 6. NOW EXCLUSIVITY. The City, in its sole discretion, reserves the right to request the materials or services set forth herein from other sources when deemed necessary and appropriate. No exclusive rights are encompassed through this Agreement. 7. AMENDMENTS. There will be no oral changes to this Agreement. This Agreement can only be modified in a writing signed by both parties. No charge for extra work or material will be allowed unless approved in writing, in advance, by the City and Contractor. 8. TIME OF.THE ESSENCE. Time is of the essence to the performance of the parties' obligations under this Agreement. 9. COMPLIANCE WITH APPLICABLE LAWS. a. General. Contractor must procure all permits and licenses, and pay all charges and fees necessary and incidental to the lawful conduct of business. Contractor must stay fully informed of existing and future federal, state, and local laws, ordinances, and regulations that in any manner affect the fulfillment of this Agreement and must comply with the same at its own expense. Contractor bears full responsibility for training, safety, and providing necessary equipment for all Contractor personnel to achieve throughout the term of the Agreement. Upon request, Contractor will demonstrate to the City's satisfaction any programs, procedures, and other activities used to ensure compliance. b. Drug-Free Workplace. Contractor is hereby advised that the City has adopted a policy establishing a drug-free workplace for itself and those doing business with the City to ensure the safety and health of all persons working on City contracts and projects. Contractor will require a drug-free workplace for all Contractor personnel working under this Agreement. Specifically, all Contractor personnel who are working under this Agreement must be notified 2017025 Page 33 of 41 Page 1160 of 1406 EXHIBIT 1 DRAFT CONTRACT in writing by Contractor that they are prohibited from the manufacture, distribution, dispensation, possession, or unlawful use of a controlled substance in the workplace. Contractor agrees to prohibit the use of intoxicating substances by all Contractor personnel, and will ensure that Contractor personnel do not use or possess illegal drugs while in the course of performing their duties. c. Federal and State Immigration Laws. Contractor agrees to comply with the Immigration Reform and Control Act of 1986 (IRCA)in performance under this Agreement and to permit the City and its agents to inspect applicable personnel records to verify such compliance as permitted by law. Contractor will ensure and keep appropriate records to demonstrate that all Contractor personnel have a legal right to live and work in the United States. i. As applicable to Contractor, under the provisions of A.R.S. § 41-4401, Contractor hereby warrants to the City that Contractor and each of its subcontractors will comply with, and are contractually obligated to comply with, all federalimmigration laws and regulations that relate to their employees and A.R.S. § 23-214(A) (hereinafter "Contractor Immigration Warranty'). ii. A breach of the Contractor Immigration Warranty will constitute as a material breach of this Agreement and will subject Contractor to penalties up to and including termination of this Agreement at the sole discretion of the City. iii. The City retains the legal right to inspect the papers of all Contractor personnel who provide services under this Agreement to ensure that Contractor or its subcontractors are complying with the Contractor Immigration Warranty. Contractor agrees to assist the City in regard to any such inspections. iv. The City may, at its sole discretion,conduct random verification of the employment records of Contractor and any subcontractor to ensure compliance with the Contractor Immigration Warranty. Contractor agrees to assist the City in regard to any random verification performed. v. Neither Contractor nor any subcontractor will be deemed to have materially breached the Contractor Immigration Warranty if Contractor or subcontractor establishes that it has complied with the employment verification provisions prescribed by Sections 274A and 2746 of the Federal 'Immigration and Nationality Act and the E-Verify requirements prescribed by A.R.S.§23-214 (A). d. < Nondiscrimination. Contractor represents;and warrants that it does not discriminate against any employee or applicant for employment or person to whom it provides services because of race, color, religion, .sex, national origin, or disability, and represents and warrants that it complies with all applicable federal, state, and local laws and executive orders regarding employment. Contractor and Contractor's personnel will comply with applicable provisions of Title VII of the U.S. Civil Rights Act of 1964, as amended, Section 504 of the Federal Rehabilitation Act, the Americans with Disabilities Act (42 U.S.C. § 12101 et seq.), and applicable rules in performance under this Agreement. e. State Sponsors of Terrorism Prohibition. Per A.R.S. § 35-392, Contractor must not be in violation of section 60) of the Federal Export Administration Act and subsequently prohibited by the State of Arizona from selling goods of services to the City. 10. SALES/USE TAX, OTHER TAXES. a. Contractor is responsible for the payment of all taxes including federal, state, and local taxes related to or arising out of Contractor's services under this Agreement, including by way of illustration but not limitation, federal and state income tax, Social Security tax, unemployment insurance taxes, and any other taxes or business license fees as required. If any taxing authority should deem Contractor or Contractor employees an employee of the City, or should otherwise claim the City is liable for the payment of taxes that are Contractor's responsibility 2017025 Page 34 of 41 Page 1161 of 1406 EXHIBIT 1 DRAFT CONTRACT under this Agreement, Contractor will indemnify the City for any tax liability, interest, and penalties imposed upon the City. b. The City is exempt from paying certain federal excise taxes and will furnish an exemption certificate upon request. The City is not exempt from state and local sales/use taxes. 11. AMOUNTS DUE THE CITY. Contractor must be current and remain current in all obligations due to the City during the performance of services under the Agreement. Payments to Contractor may be offset by any delinquent amounts due the City or fees and charges owed to the City. 12. PUBLIC RECORDS. Contractor acknowledges that the City is a public entity, subject to Arizona's public records laws (A.R.S. § 39-121 et. seq.) and that any documents related to this Agreement may be subject to disclosure pursuant to state law in response to a public records request or to subpoena or other judicial process. 12.1. If Contractor believes document related to the Agreement contains trade secrets or other proprietary data, Contractor must notify the City and include with the notification a statement that explains and supports Contractor's claim': Contractor also must specifically identify the trade secrets or other proprietary data that Contractor believes should remain confidential. 12.2. In the event the City determines it is legally required to disclose pursuant to law any documents or information Contractor deems confidential trade secrets or proprietary data, the City, to the extent possible, will provide Contractor with prompt written notice by certified mail, fax, email or other method that tracks delivery status of the requirement to disclose the information so Contractor may seek a protective order from a court havingjurisdiction over the matter or obtain other appropriate remedies. The notice will include a time period for Contractor to seek court ordered protection or other legal remedies as deemed appropriate by Contractor. If Contractor does not obtain such court ordered protection by the expiration of said time period, the City may release the information without further notice to Contractor. 13. AUDITS AND RECORDS. Contractor must preserve the records'related to this Agreement for six (6)years after completion of the Agreement. The City or its authorized agent reserves the right to inspect any records related to the performance of work specified herein. In addition, the City may inspect any and all payroll, billing or other relevant records kept by Contractor in relation to the Agreement. Contractor:will permit such inspections and audits during normal business hours and upon reasonable notice by the City.' The audit of records may occur at Contractor's place of business or at City offices, as determined by the City. 14. BACKGROUND CHECK. The City may conduct criminal, driver history, and all other requested background checks of Contractor personnel who would perform services under the Agreement or who will have access to the City's information,data,or facilities in accordance with the City's current background,check policies. Any officer, employee, or agent that fails the background check must be replaced immediately for any reasonable cause not prohibited by law. 15. SECURITY CLEARANCE AND REMOVAL OF CONTRACTOR PERSONNEL. The City will have final authority, based on security reasons: (i) to determine when security clearance of Contractor personnel is required; (ii) to determine the nature of the security clearance, up to and including fingerprinting Contractor personnel; and (iii)to determine whether or not any individual or entity may provide services under this Agreement. If the City objects to any Contractor personnel for any reasonable cause not prohibited by law, then Contractor will, upon notice from the City, remove any such individual from performance of services under this Agreement. 16. DEFAULT. a. A party will be in default if that party: i. Is or becomes insolvent or is a party to any voluntary bankruptcy or receivership proceeding, makes an assignment for a creditor, or there is any similar action that affects Contractor's capability to perform under the Agreement; 2017025 Page 35 of 41 Page 1162 of 1406 EXHIBIT 1 DRAFT CONTRACT ii. Is the subject of a petition for involuntary bankruptcy not removed within sixty(60)calendar days; iii. Conducts business in an unethical manner as set forth in the City Procurement Rules Article 7 or in an illegal manner; or iv. Fails to carry out any term, promise, or condition of the Agreement. b. Contractor will be in default of this Agreement if Contractor is debarred from participating in City procurements and solicitations in accordance with Article 6 of the City's Procurement Rules. c. Notice and Opportunity to Cure. In the event a party is in default then the other party may, at its option and at any time, provide written notice to the defaulting party of the default. The defaulting party will have thirty(30)days from receipt of the notice to cure the default; the thirty (30)day cure period may be extended by mutual agreement of the parties, but no cure period may exceed ninety(90)days. A default notice will be deemed to be sufficient if it is reasonably calculated to provide notice of the nature and extent of such default. Failure of the non- defaulting party to provide notice of the default does not waive any rights under the Agreement. d. Anticipatory Repudiation. Whenever the City in good faithhas reason to question Contractor's intent or ability to perform, the City may demand that Contractor give a written assurance of its intent and ability to perform. In the event that the demand is made and no written assurance is given within five (5) calendar days, the City may treat this failure as an anticipatory repudiation of the Agreement. 17. REMEDIES. The remedies set forth in this Agreement are not exclusive. Election of one remedy will not preclude the use of other remedies. In the event of default: a. The non-defaulting party may terminate the Agreement, and the termination will be effective immediately or at such other date as specified by the terminating party. b. The City may purchase the services required 'under the Agreement from the open market, complete required work itself, or have it completed at the expense of Contractor. If the cost of obtaining substitute services exceeds the contract price, the City may recover the excess cost by: (i) requiring immediate reimbursement to the City; (ii) deduction from an unpaid balance due to Contractor; (iii) collection against the proposal and/or performance security, if any; (iv) collection against liquidated damages (if applicable); or (v) a combination of the aforementioned remedies or other remedies as provided by law. Costs includes any and all, fees, and expenses incurred, in obtaining substitute services and expended in obtaining reimbursement, including, but not limited to, administrative expenses, attorneys' fees, and costs. c. The non-defaulting party will have all other rights granted under this Agreement and all rights at law or in equity that may be available to it. d. Neither party will be liable for incidental, special, or consequential damages. 18. CONTINUATION DURING DISPUTES. Contractor agrees that during any dispute between the parties, Contractor will continue to perform its obligations until the dispute is settled, instructed to cease performance by the City, enjoined or prohibited by judicial action, or otherwise required or obligated to cease performance by other provisions in this Agreement. 19. TERMINATION FOR CONVENIENCE. The City reserves the right to terminate this Agreement in part or in whole upon thirty (30) calendar days' written notice. 20. TERMINATION FOR CONFLICT OF INTEREST(A.R.S. §38-511). Pursuant to A.R.S. § 38-511, the City may cancel this Agreement within three (3) years after its execution, without penalty or further obligation, if any person significantly involved in initiating, securing, drafting, or creating the Agreement for the City becomes an employee or agent of Contractor. 2017025 Page 36 of 41 Page 1163 of 1406 EXHIBIT 1 DRAFT CONTRACT 21. TERMINATION FOR NON-APPROPRIATION AND MODIFICATION FOR BUDGETARY CONSTRAINT. The City is a governmental agency which relies upon the appropriation of funds by its governing body to satisfy its obligations. If the City reasonably determines that it does not have funds to meet its obligations under this Agreement, the City will have the right to terminate the Agreement without penalty on the last day of the fiscal period for which funds were legally available. In the event of such termination, the City agrees to provide written notice of its intent to terminate thirty(30)calendar days prior to the stated termination date. 22. PAYMENT TO CONTRACTOR UPON TERMINATION. Upon termination of this Agreement, Contractor will be entitled only to payment for those services performed up to the date of termination, and any authorized expenses already incurred up to such date of termination. The City will make final payment within thirty (30) calendar days after the City has both completed its appraisal of the materials and services provided and received Contractor's properly prepared final invoice. 23. NON-WAIVER OF RIGHTS. There will be no waiver of any provision of this agreement unless approved in writing and signed by the waiving party. Failure or delay to exercise any rights or remedies provided herein or by law or in equity, or the acceptance of, or payment for, any services hereunder, will not release the other party of any of the warranties or other obligations of the Agreement and will not be deemed a waiver of any such rights or remedies. 24. INDEMNIFICATION/LIABILITY. a. To the fullest extent permitted by law, Contractor agrees'`to defend, indemnify, and hold the City, its officers, agents, and employees, harmless from and against any and all liabilities, demands, claims,suits, losses,damages, causes of action,fines orjudgments, including costs, attorneys', witnesses', and expertwitnesses' fees, and,expenses incident thereto, relating to, arising out of, or resulting from: (i) the services provided by Contractor personnel under this Agreement; (ii) any negligent acts, errors, mistakes or omissions by Contractor or Contractor personnel; and (iii);Contractor or Contractor personnel's failure to comply with or fulfill the obligations established by this Agreement. b. Contractor will update the City during the course of the litigation to timely notify the City of any issues that may involve the independent negligence of the City that is not covered by this indemnification. c. The City assumes no liability for actions of Contractor and will not indemnify or hold Contractor or any third party harmless for claims based on this Agreement or use of Contractor-provided supplies or services. 25. WARRANTY. Contractor warrants that the services and materials will conform to the requirements of the Agreement. Additionally, Contractor warrants that all services will be performed in a good, workman-like and professional manner. The City's acceptance of service or materials provided by Contractor willnotrelieve Contractor from its obligations under this warranty. If any materials or services are of a substandard or unsatisfactory manner as determined by the City, Contractor, at no additional charge to the City, will provide materials or redo such services until in accordance with this Agreement and to the City's reasonable satisfaction. Unless otherwise agreed, Contractor warrants that materials will be new, unused, of most current manufacture and not discontinued, will be free of defects in materials and workmanship, will be provided in accordance with manufacturer's standard warranty for at least one (1) year unless otherwise specified, and will perform in accordance with manufacturer's published specifications. 26. THE CITY'S RIGHT TO RECOVER AGAINST THIRD PARTIES. Contractor will do nothing to prejudice the City's right to recover against third parties for any loss, destruction, or damage to City property, and will at the City's request and expense, furnish to the City reasonable assistance and cooperation, including assistance in the prosecution or defense of suit and the execution of instruments of assignment in favor of the City in obtaining recovery. 2017025 Page 37 of 41 Page 1164 of 1406 EXHIBIT 1 DRAFT CONTRACT 27. NO GUARANTEE OF WORK. Contractor acknowledges and agrees that it is not entitled to deliver any specific amount of materials or services or any materials or services at all under this Agreement and acknowledges and agrees that the materials or services will be requested by the City on an as needed basis at the sole discretion of the City. Any document referencing quantities or performance frequencies represent the City's best estimate of current requirements, but will not bind the City to purchase, accept, or pay for materials or services which exceed its actual needs. 28. OWNERSHIP. All deliverables, services, and information provided by Contractor or the City pursuant to this Agreement (whether electronically or manually generated) including without limitation, reports, test plans, and survey results,graphics, and technical tables,originally prepared in the performance of this Agreement, are the property of the City and will not be used or released by Contractor or any other person except with prior written permission by the City. 29. USE OF NAME. Contractor will not use the name of the City of Mesa in any advertising or publicity without obtaining the prior written consent of the City. 30. PROHIBITED ACTS. Pursuant to A.R.S. § 38-504, a current or former public officer or employee within the last twelve (12) months shall not represent another organization before the City on any matter for which the officer or employee was directly concerned and personally participated in during their service or employment or over which they had a substantial or material administrative discretion. Further, while employed by the City and for two (2) years thereafter, public officers or employees are prohibited from disclosing or using, without appropriate authorization, any confidential information acquired by such personnel in the course of his or her official duties at the City. 31. FOB DESTINATION FREIGHT PREPAID AND ALLOWED. All deliveries will be FOB destination freight prepaid and allowed unless otherwise agreed. 32. RISK OF LOSS. Contractor agrees to bear all risks of loss,;injury, or destruction of goods or equipment incidental to providing these services and such loss, injury,or destruction will not release Contractor from any obligation hereunder. 33. SAFEGUARDING CITY PROPERTY. Contractor will be responsible for any damage to City real property or damage-or loss of City personal property when such property is the responsibility of or in the custody of Contractor or its employees'. 34. WARRANTY OF RIGHTS. Contractor warrants it has title to, or the right to allow the City to use, the materials and services being provided and that the City may use same without suit, trouble or hindrance from Contractor or third parties. 35. PROPRIETARY RIGHTS INDEMNIFICATION. Without limiting the foregoing, Contractor will without limitation, at its expense defend the City against all claims asserted by any person that anything provided by Contractor infringes a patent, copyright, trade secret or other intellectual property right,and must, without limitation, pay the costs, damages and attorneys' fees awarded against the City in any such action,or pay any settlement of such action or claim. Each party agrees to notify the other promptly of any matters to which this provision may apply and to cooperate with each other in connection with such defense or settlement. If a preliminary or final judgment is obtained against the City's`use or operation of the items provided by Contractor hereunder or any part thereof by reason of any alleged infringement, Contractor will, at its expense and without limitation, either: (a) modify the item so that it becomes non-infringing; (b) procure for the City the right to continue to use the item; (c) substitute for the infringing item other item(s) having at least equivalent capability; or (d) refund to the City an amount equal to the price paid, less reasonable usage, from the time of installation acceptance through cessation of use, which amount will be calculated on a useful life not less than five (5) years, plus any additional costs the City may incur to acquire substitute supplies or services. 36. CONTRACT ADMINISTRATION. The contract will be administered by the Purchasing Administrator and/or an authorized representative from the using department. All questions regarding the contract will be referred to the administrator for resolution. Supplements may be 2017025 Page 38 of 41 Page 1165 of 1406 EXHIBIT 1 DRAFT CONTRACT written to the contract for the addition or deletion of services. Payment will be negotiated and determined by the contract administrator(s). 37. FORCE MAJEURE. Failure by either party to perform its duties and obligations will be excused by unforeseeable circumstances beyond its reasonable control, including acts of nature, acts of the public enemy, riots, fire, explosion, legislation, and governmental regulation. The party whose performance is so affected will within five (5) calendar days of the unforeseeable circumstance notify the other party of all pertinent facts and identify the force majeure event. The party whose performance is so affected must also take all reasonable steps, promptly and diligently, to prevent such causes if it is feasible to do so, or to minimize or eliminate the effect thereof. The delivery or performance date will be extended for a period equal to the time lost by reason of delay, plus such additional time as may be reasonably necessary to overcome the effect of the delay, provided however, under no circumstances will delays caused by a force majeure extend beyond one hundred-twenty (120) calendar days from the scheduled delivery or completion date of a task unless agreed upon by the parties. 38. COOPERATIVE USE OF CONTRACT. The City has entered into various cooperative purchasing agreements with other Arizona government agencies, including the Strategic Alliance for Volume Expenditures (SAVE) cooperative. Under the SAVE Cooperative Purchasing Agreement, any contract may be extended for use by other municipalities,school districts and government agencies in the State of Arizona with the approval of Contractor. Any such usage by other entities must be in accordance with the statutes, codes, ordinances, charter and/or procurement rules and regulations of the respective government agency. The City currently holds or may enter into Intergovernmental Governmental Agreements (IGA)with numerous governmental entities. These agreements allow the entities, with the approval of Contractor, to purchase their requirements under the terms and conditions of this Agreement. A contractor, subcontractor or vendor or any employee of a contractor, subcontractor or vendor who is contracted to provide services on a regular basis at an individual school shall obtain a valid fingerprint clearance card pursuant to title 41, chapter 12,article 3.1. A school district governing board shall adopt policies to exempt a person from the requirements of this subsection if the person's normal job duties are not likely to result in independent access to or unsupervised contact with pupils. A school district, its governing board members, its school council members and its employees are exempt from civil liability for the consequences of adoption and implementation of policies and procedures pursuant to this subsection unless the school district, its governing board members, its school council members or its employees are guilty of gross negligence or intentional misconduct. Additionally;,Contractor will comply with the governing body's fingerprinting policy of each individual school district and public entity. Contractor, subcontractors, vendors and their employees will not provide services on school district properties until authorized by the school district. Orders placed by other agencies and payment thereof will be the sole responsibility of that agency. The City is not responsible for any disputes arising out of transactions made by others. 39. FUEL CHARGES AND PRICE INCREASES. No fuel surcharges will be accepted. No price increases will be accepted without proper request by Contractor and response by the City's Purchasing Division. 40. NOTICES. All notices to be given pursuant to this Agreement must be delivered to the parties at their respective addresses. Notices may be (i) personally delivered; (ii) sent via certified or registered mail, postage prepaid; (iii)sent via overnight courier;or(iv)sent via facsimile. If provided by personal delivery, receipt will be deemed effective upon delivery. If sent via certified or registered mail, receipt will be deemed effective three (3) calendar days after being deposited in the United States mail. If sent via overnight courier or facsimile, receipt will be deemed effective two (2)calendar days after the sending thereof. 2017025 Page 39 of 41 Page 1166 of 1406 EXHIBIT 1 DRAFT CONTRACT 41. GOVERNING LAW, FORUM. This Agreement is governed by the laws of the State of Arizona. The exclusive forum selected for any proceeding or suit in law or equity arising from or incident to this Agreement will be Maricopa County, Arizona. 42. INTEGRATION CLAUSE. This Agreement, including all attachments and exhibits hereto, supersede all prior oral or written agreements, if any, between the parties and constitutes the entire agreement between the parties with respect to the work to be performed. 43. PROVISIONS REQUIRED BY LAW. Any provision required by law to be in this Agreement is a part of this Agreement as if fully stated in it. 44. SEVERABILITY. If any provision of this Agreement is declared void or unenforceable, such provision will be severed from this Agreement, which will otherwise remain in full force and effect. The parties will negotiate diligently in good faith for such amendment(s)of this Agreement as may be necessary to achieve the original intent of this Agreement, notwithstanding such invalidity or unenforceability. 45. SURVIVING PROVISIONS. Notwithstanding any completion, termination, or other expiration of this Agreement, all provisions which, by the terms of reasonable interpretation thereof, set forth rights and obligations that extend beyond completion, termination,,or other expiration of this Agreement, will survive and remain in full force and effect. Except as specifically provided in this Agreement, completion,termination, or other expiration of this Agreement will not release any party from any liability or obligation arising prior to the date of termination. 46. A.R.S. SECTIONS 1-501 and 1-502. Pursuant to Arizona Revised Statutes Sections 1-501 and 1- 502, any person who applies to the City for a local public benefit (the definition of which includes a grant, contract or loan) must demonstrate his or her lawful presence in the United States. As the Agreement is deemed a local public benefit,;if Contractor is an individual (natural) person or sole proprietorship, Contractor agrees to sign and submit the necessary documentation to prove compliance with the statutes as applicable. 2017025 Page 40 of 41 Page 1167 of 1406 EXHIBIT 2 MAILING LABEL (HARD COPY RESPONSE ONLY) CUT ALONG THE LINE AND AFFIX TO THE FRONT OF YOUR PROPOSAL CONTAINER ------------------------------------------------------------------------------------------------------------------------------------------------------------ SEALED PROPOSAL Submitted by: Company Name- Address- City, ame:Address:City, State, Zip: Solicitation#2017025 GROUNDS MAINTENANCE EQUIPMENT, PARTS, ACCESSORIES, SUPPLIES, RELATED SERVICES AND EQUIPMENT Due Date: December 14, 2016 at 3:00 p.m. local Arizona time City of Mesa Attn: Purchasing 20 E. Main St., Suite 400 Mesa, AZ 85201 ------------------------------------------------------------------------------------------------------------------------------------------------------------ 2017025 Page 41 of 41 Page 1168 of 1406 PRICING AND COMPENSATION Pursuant to all the contract specifications enumerated and described in this Solicitation, Respondent agrees to furnish GROUNDS MAINTENANCE EQUIPMENT, PARTS, ACCESSORIES, SUPPLIES, RELATED SERVICES AND RELATED EQUIPMENT to the City of Mesa at the price(s) stated below. SAMPLE EQUIPMENT PRICING This Section of the Price Page lists Sample Equipment (Attachment C) that will likely be purchased under the contract. This list is not all-inclusive. Offerors shall use the discounts provided in their Price Proposal to determine the price for the items below. ITEM # EQUIPMENT DESCRIPTION UNIT PRICE Bunker Rake, as per specifications 1 $ _ MANUFACTURER AND MODEL NUMBER Heavy Duty Utility Vehicle, as per specifications 2 $ _ MANUFACTURER AND MODEL NUMBER Surrounds Mower, as per specifications 3 $ _ MANUFACTURER AND MODEL NUMBER Triplex Greens Mower, as per specifications 4 $ MANUFACTURER AND MODEL NUMBER Wide Area Rotary Mower, as per specifications 5 $ _ MANUFACTURER AND MODEL NUMBER Fairway Mower, as per specifications 6 MANUFACTURER AND MODEL NUMBER EQUIPMENT TOTAL FOR ITEMS 1-6 $ - Page 1169 of 1406 SAMPLE PARTS PRICING This Section of the Price Page lists Sample Parts for the equipment listed above (Items 1 thru 6) that will likely be purchased under the contract. This list is not all-inclusive.Offerors shall use the discounts provided in their Price Proposal to determine the price for the items below. ITEM # PARTS DESCRIPTION UNIT PRICE 7 Air Filter for Bunker Rank(see item 1) MANUFACTURER AND PART NUMBER 8 Rake plate for Bunker Rank (see item 1) MANUFACTURER AND PART NUMBER 9 Hydraulic Filter for Utility Vehicle (see item 2) MANUFACTURER AND PART NUMBER 10 Oil Filter for Utility Vehicle (see item 2) MANUFACTURER AND PART NUMBER 11 Rotary Blade for Surrounds Mower(see item 3) MANUFACTURER AND PART NUMBER 12 Roller for Surrounds Mower (see item 3) MANUFACTURER AND PART NUMBER 13 Bed Knife for Triplex Greens Mower(see item 4) MANUFACTURER AND PART NUMBER 14 Hydraulic Filter for Triplex Greens Mower (see item 4) MANUFACTURER AND PART NUMBER 15 Bed Knife for Wide Area Rotary Mower (see item 5) MANUFACTURER AND PART NUMBER Page 1170 of 1406 16 Ful Filter for Wide Area Rotary Mower (see item 5) MANUFACTURER AND PART NUMBER 17 Fan Belt for Fairway Mower(see item 6) MANUFACTURER AND PART NUMBER 18 Water Pump for Fairway Mower(see item 6) MANUFACTURER AND PART NUMBER PARTS TOTAL FOR ITEMS 7-18 $ - DISCOUNT OFF LIST PRICE For each of the product categories, provide a listing of product lines and the proposed discount off list price. Offeror's may insert additional lines as needed. LIST CATEGORY DISCOUNT OFF A SPORTS FIELDS AND GROUNDS EQUIPMENT B GOLF COURSE MAINTENANCE EQUIPMENT C RELATED EQUIPMENT PARTS D USED EQUIPMENT Page 1171 of 1406 E BALANCE OF LINE The City will add any applicable sales tax or use tax. Sales/Use taxes should not be included in the bid prices. Vendors who will be charging a Mesa Transaction Privilege Tax(TPT)will have a 1.75% removed from the taxable item(s) for the purpose of award evaluation (i.25). DELIVERY: See Mesa Standard Terms and Conditions. Vendor Name Date: 10/25/2016 RFP#2017025 Page 1172 of 1406 'Ml REQUIRED RESPONSE FORMS mesaaz VENDOR INFORMATION Company Legal/Corporate Name: Doing Business As (if different than above): Address: City: State: Zip: Phone: Fax: E-Mail Address: Website: DUNS# State Where Business Entity Was Formed: Remit to Address (if different than above): Order from Address (if different from above): Address: Address: City: City: State: Zip: State: Zip: Contact for Questions about this bid: Name: Title: Phone: E-Mail Address: Day-to-Day Project Contact (if awarded): Name: Title: Phone: E-Mail Address: Sales/Use Tax Information (check one). F-1 Respondent is located outside Arizona and does NOT collect Arizona State Sales/Use Tax. (The City will pay use tax directly to the Arizona Department of Revenue.) El Respondent is located outside Arizona, but is authorized to collect Arizona Sales/Use Taxes. (Respondent will invoice the City the applicable sales tax and remit the tax to the appropriate taxing authorities.) State Sales Tax Number: City Sales Tax Number: City of: AZ Applicable Tax Rate: % El Respondent is located in Arizona. (Respondent will invoice the City the applicable sales tax and remit the tax to the appropriate taxing authorities) State Sales Tax Number: City Sales Tax Number: City of: AZ Applicable Tax Rate: % V7/14/2015 Required Response Forms-Page 1 of 5 2017025 Page 1173 of 1406 EXCEPTIONS &CONFIDENTIAL INFORMATION Exceptions (mark one). Respondents shall indicate any and all exceptions taken to the provisions or specifications in this Solicitation. Exceptions that surface elsewhere in the Response and that do not also appear under this section shall be considered rejected by the City, invalid and of no contractual significance. Other Forms or Documents: If the City is required by the awarded Respondent to complete and execute any other forms or documents in relation to this Solicitation, the terms, conditions, and requirements in this Solicitation shall take precedence to any and all conflicting or modifying terms, conditions or requirements of the Respondents forms or documents. *Special Note - Any material exceptions taken to the City's Specifications and/or Standard Terms and Conditions may render a Bid Non-responsive. El No exceptions El Exceptions Taken: Please describe exact sections to which exception is taken. If proposing new or modified language, your firm shall identify the requested language below or provide as additional attachment. The City reserves the right to accept or reject any requested exceptions listed in the below section or attached to the solicitation. Confidential/Proprietary Information (mark one). F-1 No confidential/proprietary materials have been included with this Response. F-1 Confidential/Proprietary materials included with Response. Respondent must identify below any portion of their Response deemed confidential or proprietary and attach additional pages if necessary (See Mesa Standard Terms and Conditions related to Public Records). Requests to deem the entire bid as confidential will not be considered. The disclosure by the City of information deemed by Respondent as confidential or proprietary is governed by City of Mesa Procurement Rules. V7/14/2015 Required Response Forms—Page 2 of 5 2017025 Page 1174 of 1406 GENERAL QUESTIONNAIRE 1. Compliance with Applicable Laws. Respondent complies with Exhibit 1, Draft Agreement, Exhibit C, Mesa Standard Terms &Conditions, 9. "Compliance with Applicable Laws"? n Yes n No 2. Delivery. Delivery, as stated in Detailed Specifications, can be met. n Yes n No If no, specify number of days for delivery 3. Payment terms. Payment Due (Not less than net 30 days): Payment Discount of % if invoices are paid within days of receipt. 4. Procurement Card. Does Respondent allow payment of invoices using a Procurement Card? F-1 Yes n No (Marking a "no" answer will not disqualify your Response.) Discount for Procurement Card Purchases? % 5. Cooperative Purchasing. The use of this Agreement as a cooperative purchasing agreement available to other governmental agencies is described in the Mesa Standard Terms and Conditions. The use of this Agreement as a cooperative purchasing agreement is subject to approval by the Respondent as designated below. 6. Does Respondent agree to extend the prices, terms and conditions of the Agreement to other agencies as specified in the Standard Terms and Conditions? El Yes n No (Marking a "no" answer will not disqualify your Response.) Addenda. Respondents are responsible for verifying receipt of any addenda issued by checking the City's website at www.mesaaz.gov/business/purchasing or the Vendor Self Service portal prior to the Response Due date and time. Failure to acknowledge any addenda issued may result in a response being deemed non- responsive. Failure to review addenda does not negate Respondent's initial offer and holds Respondent for any changes prior to Response Due date and time. Acknowledgement of Receipt and Consideration of Addenda (if applicable): Addenda# 1 n 2 n 3 n 4 n V7/14/2015 Required Response Forms—Page 3 of 5 2017025 Page 1175 of 1406 LAWFUL PRESENCE AFFIDAVIT F-1 CHECK HERE AND SKIP THIS AFFIDAVIT IF: Respondent is an LLC, a Corporation or a Partnership as indicated on your W-9. (Please include a copy of your W-9) COMPLETE THIS AFFIDAVIT IF: Respondent is an Individual (Natural Person) or a Sole Proprietor as indicated on your W-9. (Please include a copy of your W-9) ARS § 1-502 requires any person who applies to the City for a Local Public Benefit (defined as a Grant, Contract or Loan) must demonstrate through the presentation of one (1) of the following documents that he/she is lawfully present in the United States (See the Solicitation Instructions for more information). Please place a check mark next to the applicable document and present the document to the City employee. If mailing the response, attach a copy of the document to this Affidavit. (If the document says on its face that it may not be copied or you know for reasons of confidentiality that it cannot be copied, you will need to present the document in person to the City for review and signing of the affidavit.) L1 1. Arizona driver license issued after 1996. Print first 4 numbers/letters from license: L1 2. Arizona non-operating identification license. Print first 4 numbers/letters: F-1 3. Birth certificate or delayed birth certificate issued in any state, territory or possession of the United States. Year of birth: Place of birth: F-1 4. United States Certificate of Birth abroad. Year of birth: Place of birth: F-1 5. United States passport. Print first 4 numbers/letters on Passport: F-1 6. Foreign passport with a United States Visa. Print first 4 numbers/letters on Passport: Print first 4 numbers/letters on Visa: F-1 7. 1-94 form with a photograph. Print first 4 numbers on 1-94: F-1 8. United States Citizenship & Immigration Services Employment Authorization Document (EAD). Print first 4 numbers/letters on EAD: F-1 9. Refugee travel document. Date of Issuance: Refugee Country: F-1 10. United States Certificate of Naturalization. Print first 4 digits of CIS Reg. No.: F-1 11. United States Certificate of Citizenship. Date of Issuance: Place of Issuance: F-1 12. Tribal Certificate of Indian Blood. Date of Issuance: Name of Tribe: F-1 13. Tribal or Bureau of Indian Affairs Affidavit of Birth. Year of Birth: Place of Birth: In accordance with the requirements of Arizona law, I do swear or affirm under penalty of perjury that I am lawfully present in the United States and that the document I presented to establish this presence is true. Signature Business/Company Name Print Name Verification of Attachment by City Staff: Date Signature Date V7/14/2015 Required Response Forms—Page 4 of 5 2017025 Page 1176 of 1406 RESPONDENT CERTIFICATION By submitting the Response and signing this Certification, the Respondent understands and certifies to all of the following: a) The information provided in Respondent's Response it true and accurate to the best of Respondent's knowledge. b) Respondent is under no legal prohibition that would prevent Respondent from contracting with the City of Mesa. c) Respondent has read and understands the Solicitation packet as a whole (including attachments, exhibits, and referenced documents) and: (i) can attest that Respondent is in compliance with the requirements of the Solicitation packet; and (ii) is capable of fully carrying out the requirements of the Solicitation as set forth in Respondent's Response. d) To Respondent's knowledge, Respondent and Respondent's employees have no known, undisclosed conflicts of interest as defined by applicable law or City of Mesa Procurement Rules. If Respondent or Respondent employees have a known conflict of interest, Respondent has disclosed the conflict in its Response. e) Respondent did not engage in any anti-competitive practices related to its Response or the Solicitation. The prices offered by Respondent were independently developed without consultation or collusion with any other Respondents or potential Respondents. f) No gifts, payments or other consideration were made to any City employee, officer, elected official, agent, or consultant who has or may have a role in the procurement process for the services/materials covered by the Solicitation. g) Respondent grants the City of Mesa permission to copy all parts of its Response including,without limitation, any documents and materials copyrighted by Respondent: (i) for the City's use in evaluating the Response; and (ii) to be disclosed in response to a public records request under Arizona's public records law (A.R.S. § 39-121 et. seq.)or other applicable law, subpoena, or other judicial process provided such disclosure is in accordance with City of Mesa Procurement Rule 6.13. h) If a contract is awarded to Respondent as a result of the Response submitted to the Solicitation Respondent will: i. Provide the materials or services specified in the Response in compliance with all applicable federal, state, and local statutes, rules and policies; ii. Honor all elements of the Response submitted by Respondent to the City including, but not limited to, the price and the materials/services to be provided; and iii. Enter into an agreement with the City based on the terms and conditions of the Solicitation and the Response, subject to any negotiated exceptions and terms. i) Respondent is current in all obligations due to the City including any amounts owed the City and any licenses/permits required for the general lawful conduct of business. Respondent shall acquire all licenses/permits necessary to lawfully conduct business specific to the Solicitation prior to the execution of a contract with the City pertaining to the Solicitation. j) The signatory of this Certification is an officer or duly authorized agent of Respondent with full power and authority to submit binding offers for the goods/services specified herein. Respondent intends by the submission of this Certification to be bound by the terms of the Certification, Solicitation, and Response, subject to any negotiated terms/exceptions. ACCEPTED AND AGREED TO BY RESPONDENT: Company Name: Signature: Printed Name: Title: Date: V7/14/2015 Required Response Forms—Page 5 of 5 2017025 Page 1177 of 1406 This sheet is to be completed and used in conjuction with the pricing page (Attachment A). BUNKER RAKE SPECIFICATIONS Item 1 VENDOR ITEM/MINIMUM REQUIREMENT I COMPLY? EXCEPTION/ALTERNATIVE ENGINE V-Twin cylinder, 4-cycle, CHV. Y N 18 hp (13.4 kW) @ 3600 rpm. Y N Displacement: 34.8 cu. in. (570 cc) Y N Oil capacity: 1.75 quart (1.8 liter) Y N Cooling: Air(high flow blower) Y N Air cleaner system: Remote mounted 3-phase Y N Donaldson° air cleaner TRACTION Drive: Direct driven hydrostatic variable speed displacement piston pump to 3 hydraulic motors for Y N 3WD, hydraulic traction system. Brakes: Dynamic braking through the hydrostatic Y N transmission, hand actuated brake lever. Hydraulic oil: 5.0 gallon (18.9 liter). 10 micron replaceable cartridge. Y N Main frame: Welded rectangular tubular steel frame Y N construction. Controls: Hand operated choke,throttle, and hydraulic Y N control for raising/lowering with float. GROUND SPEED Infinitely variable 0-10 mph (16 km/h)forward;4.3 Y N mph (6.9 km/h) reverse. ELECTRICAL Battery: 12 volt, 15 amp., 300 CCA @ 0 F Y N Starter: 12 volt electric Y N Light kit Y N STEERING Hydraulic Power Steering I Y N OTHER CHARACTERISTICS Rear Rake and Frame Y N Ground Clearance: 6.0" Y N HEAVY DUTY UTILITY VEHICLE SPECIFICATIONS Item 2 VENDOR ITEM/MINIMUM REQUIREMENT I COMPLY? EXCEPTION/ALTERNATIVE ENGINE Page 1178 of 1406 v-twin 4-cycle, OHV gas, liquid-cooled,gasoline Y N powered engine Horsepower- 28 HP Y N Torque 40.8 Y N Displacement—69 cu. in. (747 cc) Y N Oil Capacity—2 qts. Y N Governor type—Mechanical centrifugal Y N Lube Oil Filter—Full flow with spin-on oil filter Y N Lubrication— Full-pressure lubrication Y N Starting System—12-volt starter Y N In Line Fuel Filter Y N PAYLOAD CAPACITY Rated Capacity—approx. 3,295 lbs I Y N DRIVETRAIN Auto Transmission w/ Electric Differential Lock Y N ELECTRICAL SYSTEM Lights—Two seated high/low-beam headlights; Y N stoplight/taillight Fuel Injected w/ Electric Choke Y N Hydraulic System—6.8 gal. (25.7) capacity; 25- micron, full-flow filtration; biodegradable fluid; oil cooler Y N standard STEERING Automotive power steering I Y N BRAKES Hydraulic disc brakes, self-adjusting on all wheels, mechanical cable actuated caliper parking brake on Y N rear wheels SURROUNDS MOWER SPECIFICATIONS Item 3 VENDOR ITEM/MINIMUM REQUIREMENT I COMPLY? EXCEPTION/ALTERNATIVE ENGINE Fuel = Diesel Y N Size=Approx. 52 Cubic Inches Y N Power=Approx. (Gross) 35 Hp Y N Air Cleaner= Dual-Stage With Restriction Indicator Y N Cooling= Liquid Y N Oil Filter= Full Flow Filter Y N Cylinders=3 Y N Displacement=67.1 Cubic Inches Y N CAPACITIES Page 1179 of 1406 FUEL= 11 Gal Y N ENGINE OIL=3 Qt Y N HYDRAULIC OIL=3.5 Gal Y N DRIVE SYSTEM Traction Drive = Full time 3 Wheel Drive Reduce Slip Y N System (RSS), 2-pedal foot controlled; or equivalent BRAKES 2-wheel Disc Y N Hand controlled Park Brake Y N Closed loop traction system. Y N OTHER STANDARD EQUIPMENT Drive Wheels=Hydraulic, Standard 3 Wd Y N Traction Drive =Three-Wheel Drive Reduce Slip Y N System, 2-Pedal Controlled CUTTING UNITS Number=3 Reel Cutting Units Y N SIZE =Approx. 26" Y N Number Of Blades=8 Y N Backlapping=Standard Y N CLIP FREQUENCY=0.126-In/Mph Y N Front Rollers=Grooved Y N Reel Diameter=7" Y N BEDKNIFE ADJUSTMENT= Reel-To-Bedknife Y N Rear Rollers=Solid Y N ELECTRICAL AND SAFETY INTERLOCKS DIAGNOSTICS=On board Diagnostics with the White Box Controller and (SOS) Sit on Sit Diagnostics; or Y N equivalent Neutral start switch Y N Operator presence switch (in seat) Y N Mow/Transport switch Y N Park brake set switch. Y N TRIPLEX GREENS MOWER SPECIFICATIONS Item 4 VENDOR ITEM/MINIMUM REQUIREMENT I COMPLY? EXCEPTION/ALTERNATIVE ENGINE Power= 18 HP Y N Type =Gas (Unleaded) powered Y N CAPACITIES Fuel Capacity= 7.0 gal Y N Page 1180 of 1406 Hydraulic Oil =7.5 gal primary, and 1.0 gal auxiliary tank Y N I I DRIVE SYSTEM Traction Drive = Hydrostatic piston pump closed loop system. Foot pedal forward and reverse; infinitely Y N variable IMPLEMENT DRIVE Hydraulic drive, individual pump and valve sections Y N operating three reels CUTTING UNITS Number=3 Y N Type = 11 Blade Y N BEDKNIVES= Lo-Cut, 1/8" Y N Height Of Cut Range= 0.125"—0.750" Y N Reel Frame Y N Reel Diameter=5" Y N Blades Shall Be High Carbon Steel Y N OTHER STANDARD EQUIPMENT STEERING Power Y N Gas Shock Y N CONTROLS Y N LED Light Kit Y N Raise/lower mow lever (joystick) Y N WIDE AREA ROTARY MOWER SPECIFICATIONS Item 5 VENDOR ITEM/MINIMUM REQUIREMENT I COMPLY? EXCEPTION/ALTERNATIVE ENGINE AND CAPACITIES ENGINE 55 HP, Liquid Cooled Turbo Charged Diesel Y N AIR CLEANER Dry, replaceable primary and safety elements Y N RADIATOR Rear-mount cross-flow, 7-row, 5-fins per inch, 13 quart Y N FUEL CAPACITY Approx. 22 gallon (72 liter) diesel fuel/biodiesel B-20 I Y N DRIVE SYSTEM TRACTION DRIVE Page 1181 of 1406 Full time bi-directional hydrostatic, closed-loop,4wd transmission, variable displacement piston pump with servo controls powers fixed displacement piston motors which drive single action reduction planetary Y N gear assemblies at each front wheel. Parallel hydraulic flow powers fixed displacement piston motor,which drives mechanical axle in rear. 2wd in forward (transport) range. HYDRAULICS/COOLING 12 gallon capacity 2 micron remote spin-on filter. 19 Y N row, single pass cooler with tilt out for cleaning. OTHER CHARACTERISTICS DIAGNOSTICS Diagnostics pressure test ports:forward and reverse traction, left, center, and right decks. Reverse 4WD, Y N lift, and steering. Charge and deck counterbalance circuits. INTERLOCKS Prevents engines from starting unless traction pedal is in neutral and deck is disengaged. If operator leaves seat with deck engaged, engine stops. Mowing only Y N permitted in low range. Engine stops if parking brake engaged and traction pedal not in neutral. Deck transport latches. CUTTING UNITS WIDTH OF CUT Overall approx. 109" . Center deck 54".Two 37" Wings Y N all upfront MOWING RATES Mows up to 6.5 acres/hr at 7 Mph assuming no Y N overlaps or stops OTHER STANDARD EQUIPMENT Light Kit Y I N Canopy Y I N FAIRWAY MOWER SPECIFICATIONS Item 6 VENDOR ITEM/MINIMUM REQUIREMENT I COMPLY? EXCEPTION/ALTERNATIVE ENGINE AND CAPACITIES ENGINE Page 1182 of 1406 3 Cylinder 36.8 hp Diesel, Liquid Cooled Y N Pressurized Lubrication System w/5.0 Qt Y N FUEL CAPACITY Approx. 14 gallon diesel fuel/biodiesel B-20 Y N HYDRAULIC CAPACITY 15 Gallon Capacity w/Spin on 10 Micron Filter Y N CONTROLS Single foot operated pedal with speed limiter Y N Foot Activated parking brake Y N Hand operated key switch,throttle, isochroous engine Y N speed control. Hand operated raise/lower joystick for reel raise and Y N lower, headlight switch and pivoting control console. ELECTRICAL 12 Volt, 570 CCA battery w/55 Amp alternator, Y N electronic control unit that is microprocessor based. Solid State with diagnostic capabilites for all safty Y N switch and operator present switches. CUTTING UNIT Y N 5- 22 11 blade cutting units with edgemax bed knives 100" width of cut w/3" grooved front roller and Y N smooth rear roller OTHER EQUIPMENT Rear roller Powered brushes Y N Air-ride seat Y N Sun Shade Y N Page 1183 of 1406 Attachment D ,a} NATIONALIPA Requirements for National Cooperative Contract To be Administered by National Intergovernmental Purchasing Alliance Company The following documents are used in evaluating and administering national cooperative contracts and are included for Supplier's review and response. National IPA Exhibit A—NATIONAL IPA RESPONSE FOR NATIONAL COOPERATIVE CONTRACT National IPA Exhibit B — NATIONAL IPA ADMINISTRATION AGREEMENT, EXAMPLE National IPA Exhibit C —NATIONAL IPA MASTER INTERGOVERNMENTAL COOPERATIVE PURCHASING AGREEMENT, EXAMPLE National IPA Exhibit D—NATIONAL IPA PRINCIPAL PROCUREMENT AGENCY CERTIFICATE, EXAMPLE National IPA Exhibit E— NATIONAL IPA CONTRACT SALES REPORTING TEMPLATE National IPA Exhibit F — NATIONAL IPA ADVERTISING COMPLIANCE REQUIREMENT Page 1184 of 1406 NATIONAL INTERGOVERNMENTAL PURCHASING ALLIANCE COMPANY EXHIBITS EXHIBIT A-RESPONSE FOR NATIONAL COOPERATIVE CONTRACT 1.0 Scope of National Cooperative Contract 1.1 Requirement The City of Mesa, AZ (hereinafter defined and referred to as "Principal Procurement Agency"), on behalf of itself and the National Intergovernmental Purchasing Alliance Company ("National IPA"), is requesting proposals for Grounds Maintenance Equipment, Parts, Accessories, Supplies, Related Services and Related Equipment.. The intent of this Request for Proposal is that any contract between Principal Procurement Agency and Supplier resulting from this Request for Proposal (hereinafter defined and referred to as the "Master Agreement")be made available to other public agencies nationally, including state and local governmental entities, public and private primary, secondary and higher education entities, non-profit entities, and agencies for the public benefit ("Public Agencies"), through National IPA's cooperative purchasing program. The Principal Procurement Agency has executed a Principal Procurement Agency Certificate with National IPA (an example of which is included as Exhibit D) and has agreed to pursue the Master Agreement. Use of the Master Agreement by any Public Agency is preceded by their registration with National IPA as a Participating Public Agency in National IPA's cooperative purchasing program. Registration with National IPA as a Participating Public Agency is accomplished by Public Agencies entering into a Master Intergovernmental Cooperative Purchasing Agreement, an example of which is attached as Exhibit C. The terms and pricing established in the resulting Master Agreement between the Supplier and the Principal Procurement Agency will be the same as that available to Participating Public Agencies through National IPA. All transactions,purchase orders, invoices,payments etc., will occur directly between the Supplier and each Participating Public Agency individually, and neither National IPA, any Principal Procurement Agency nor any Participating Public Agency, including their respective agents, directors, employees or representatives, shall be liable to Supplier for any acts, liabilities, damages, etc., incurred by any other Participating Public Agency. This Exhibit A defines the expectations for qualifying Suppliers based on National IPA's requirements to market the resulting Master Agreement nationally to Public Agencies. Each section in this Exhibit A refers to the capabilities, requirements, obligations, and prohibitions of competing Suppliers on a national level in order to serve Participating Public Agencies through National IPA. These requirements are incorporated into and are considered an integral part of this RFP. National IPA reserves the right to determine whether or not to make the Master Agreement awarded by the Principal Procurement Agency available to Participating Public Agencies. 1.2 Marketing, Sales and Administrative Support During the term of the Master Agreement National IPA intends to provide marketing, sales and administrative support for Supplier pursuant to this section 1.2 that directly Requirements for National Cooperative Contract Page 2 of 24 Page 1185 of 1406 NATIONAL INTERGOVERNMENTAL PURCHASING ALLIANCE COMPANY EXHIBITS EXHIBIT A-NATIONAL IPA RESPONSE FOR NATIONAL COOPERATIVE CONTRACT promotes the Supplier's products and services to Participating Public Agencies through multiple channels, each designed to promote specific products and services to Public Agencies on a national basis. The National IPA marketing team will work in conjunction with Supplier to promote the Master Agreement to both existing Participating Public Agencies and prospective Public Agencies through: A. Marketing collateral (print, electronic, email,presentations) B. Website development and support C. Trade shows/conferences/meetings D. Advertising E. Social Media F. Sales Team Support The National IPA sales teams will work in conjunction with Supplier to promote the Master Agreement to both existing Participating Public Agencies and prospective Public Agencies through: A. Individual sales calls B. Joint sales calls C. Communications/customer service D. Training sessions for Public Agency teams E. Training sessions for Supplier teams The National IPA contracting teams will work in conjunction with Supplier to promote the Master Agreement to both existing Participating Public Agencies prospective Public Agencies through: A. Serving as the subject matter expert for questions regarding joint powers authority and state statutes and regulations for cooperative purchasing B. Training sessions for Public Agency teams C. Training sessions for Supplier teams D. Regular business reviews to monitor program success E. General contract administration Suppliers are required to pay an administrative fee of 2%of the greater of the Contract Sales under the Master Agreement and Guaranteed Contract Sales under this Request for Proposal. Supplier will be required to execute the National IPA Administration Agreement(refer to Exhibit B). Capitalized terms not otherwise defined herein shall have the meanings given to them in the Master Agreement or in the National Intergovernmental Purchasing Alliance Company Administration Agreement between Supplier and National IPA (the "National IPA Administration Agreement") 1.3 Estimated Volume The dollar volume purchased under the Master Agreement is estimated to be approximately $35 annually. While no minimum volume is guaranteed to Supplier, the estimated annual volume is projected based on the current annual volumes among the Principal Procurement Agency, other Participating Public Agencies that are Requirements for National Cooperative Contract Page 3 of 24 Page 1186 of 1406 NATIONAL INTERGOVERNMENTAL PURCHASING ALLIANCE COMPANY EXHIBITS EXHIBIT A-NATIONAL IPA RESPONSE FOR NATIONAL COOPERATIVE CONTRACT anticipated to utilize the resulting Master Agreement to be made available to them through National IPA, and volume growth into other Public Agencies through a coordinated marketing approach between Supplier and National IPA. 1.4 Award Basis The basis of any contract award resulting from this RFP made by Principal Procurement Agency will be the basis of award on a national level through National IPA. If multiple suppliers are awarded by Principal Procurement Agency under the Master Agreement, those same suppliers will be required to extend the Master Agreement to Participating Public Agencies through National IPA. Utilization of the Master Agreement by Participating Public Agencies will be at the discretion of the individual Participating Public Agency. Certain terms of the Master Agreement specifically applicable to the Principal Procurement Agency are subject to modification for each Participating Public Agency as Supplier, such Participating Public Agency and National IPA shall agree. Participating Agencies may request to enter into a separate supplemental agreement to further define the level of service requirements over and above the minimum defined in the Master Agreement (i.e. invoice requirements, order requirements, specialized delivery, diversity requirements such as minority and woman owned businesses, historically underutilized business, governing law, etc.). Any supplemental agreement developed as a result of the Master Agreement is exclusively between the Participating Agency and the Supplier(Contract Sales are reported to National IPA). 1.5 Objectives of Cooperative Program This RFP is intended to achieve the following objectives regarding availability through National IPA's cooperative program: A. Provide a comprehensive competitively solicited and awarded national agreement offering the Products covered by this solicitation to Participating Public Agencies; B. Establish the Master Agreement as the Supplier's primary go to market strategy to Public Agencies nationwide; C. Achieve cost savings for Supplier and Public Agencies through a single solicitation process that will reduce the Supplier's need to respond to multiple solicitations and Public Agencies need to conduct their own solicitation process; D. Combine the aggregate purchasing volumes of Participating Public Agencies to achieve cost effective pricing. 2.0 REPRESENTATIONS AND COVENANTS As a condition to Supplier entering into the Master Agreement, which would be available to all Public Agencies, Supplier must make certain representations, warranties and covenants to both the Principal Procurement Agency and National IPA designed to ensure the success of the Master Agreement for all Participating Public Agencies as well as the Supplier. 2.1 Corporate Commitment Supplier commits that(1) the Master Agreement has received all necessary corporate authorizations and support of the Supplier's executive management, (2) the Master Agreement is Supplier's primary "go to market" strategy for Public Agencies, (3) the Master Agreement will be promoted to all Public Agencies, including any existing customers, and Supplier will transition existing customers, upon their request, to the Requirements for National Cooperative Contract Page 4 of 24 Page 1187 of 1406 NATIONAL INTERGOVERNMENTAL PURCHASING ALLIANCE COMPANY EXHIBITS EXHIBIT A-NATIONAL IPA RESPONSE FOR NATIONAL COOPERATIVE CONTRACT Master Agreement, and (4) that the Supplier has read and agrees to the terms and conditions of the Administration Agreement with National IPA and will execute such agreement concurrent with and as a condition of its execution of the Master Agreement with the Principal Procurement Agency. Supplier will identify an executive corporate sponsor and a separate national account manager within the RFP response that will be responsible for the overall management of the Master Agreement. 2.2 Pricing Commitment Supplier commits the not-to-exceed pricing provided under the Master Agreement pricing is its lowest available (net to buyer)to Public Agencies nationwide and further commits that if a Participating Public Agency is eligible for lower pricing through a national, state, regional or local or cooperative contract, that the Supplier will match such lower pricing to that Participating Public Agency under the Master Agreement. 2.3 Sales Commitment Supplier commits to aggressively market the Master Agreement as its go to market strategy in this defined sector and that its sales force will be trained, engaged and committed to offering the Master Agreement to Public Agencies through National IPA nationwide. Supplier commits that all Master Agreement sales will be accurately and timely reported to National IPA in accordance with the National IPA Administration Agreement. Supplier also commits that its sales force will be compensated, including sales incentives, for sales to Public Agencies under the Master Agreement in a consistent or better manner compared to sales to Public Agencies if the Supplier were not awarded the Master Agreement. 3.0 SUPPLIER QUALIFICATIONS Supplier must supply the following information in order for the Principal Procurement Agency to determine Supplier's qualifications to extend the resulting Master Agreement to Participating Public Agencies through National IPA. 3.1 Company A. Brief history and description of your company. B. Total number and location of sales persons employed by your company. C. Number and location of support centers (if applicable). D. Annual sales for the three previous fiscal years. E. Submit your FEIN and Dunn & Bradstreet report. 3.2 Distribution, Logistics A. Describe how your company proposes to distribute the products/service nationwide. B. Identify all other companies that will be involved in processing, handling or shipping the products/service to the end user. C. Provide the number, size and location of your company's distribution facilities, warehouses and retail network as applicable. D. State any return and restocking policy and fees, if applicable, associated with returns. E. Describe the full line of products and services offered by your company. Requirements for National Cooperative Contract Page 5 of 24 Page 1188 of 1406 NATIONAL INTERGOVERNMENTAL PURCHASING ALLIANCE COMPANY EXHIBITS EXHIBIT A-NATIONAL IPA RESPONSE FOR NATIONAL COOPERATIVE CONTRACT 3.3 Marketing and Sales A. Provide a detailed ninety-day plan beginning from award date of the Master Agreement describing the strategy to immediately implement the Master Agreement as your company's primary go to market strategy for Public Agencies to your teams nationwide, to include, but not limited to: i. Executive leadership endorsement and sponsorship of the award as the public sector go-to-market strategy within first 10 days ii. Training and education of your national sales force with participation from the executive leadership of your company, along with the National IPA team within first 90 days B. Provide a detailed ninety-day plan beginning from award date of the Master Agreement describing the strategy to market the Master Agreement to current Participating Public Agencies, existing Pubic Agency customers of Supplier, as well as to prospective Public Agencies nationwide immediately upon award, to include, but not limited to: i. Creation and distribution of a co-branded press release to trade publications ii. Announcement, contract details and contact information published on the Supplier company website within first 90 days iii. Design, publication and distribution of co-branded marketing materials within first 90 days iv. Commitment to attendance and participation with National IPA at national (i.e. NIGP Annual Forum, NPI Conference, etc.), regional (i.e. Regional NIGP Chapter Meetings, etc.) and supplier-specific trade shows, conferences and meetings throughout the term of the Master Agreement V. Commitment to attend, exhibit and participate at the NIGP Annual Forum in an area reserved by National IPA for partner suppliers. Booth space will be purchased and staffed by your company. In addition, you commit to provide reasonable assistance to the overall promotion and marketing efforts for the NIGP Annual Forum, as directed by National IPA. vi. Design and publication of national and regional advertising in trade publications throughout the term of the Master Agreement vii. Ongoing marketing and promotion of the Master Agreement throughout its term (case studies, collateral pieces,presentations,promotions, etc.) viii. Dedicated National IPA internet web-based homepage on Supplier website with: • National IPA standard logo; • Copy of original Request for Proposal; • Copy of contract and amendments between Principal Procurement Agency and Supplier; • Summary of Products and pricing; • Marketing Materials • Electronic link to National IPA's website including the online registration page; • A dedicated toll free number and email address for National IPA C. Describe how your company will transition any existing Public Agency customers' accounts to the Master Agreement available nationally through National IPA. Include a list of current cooperative contracts (regional and national) your Requirements for National Cooperative Contract Page 6 of 24 Page 1189 of 1406 NATIONAL INTERGOVERNMENTAL PURCHASING ALLIANCE COMPANY EXHIBITS EXHIBIT A-NATIONAL IPA RESPONSE FOR NATIONAL COOPERATIVE CONTRACT company holds and describe how the Master Agreement will be positioned among the other cooperative agreements. D. Acknowledge that your company agrees to provide its company/corporate logo(s) to National IPA and agrees to provide permission for reproduction of such logo in marketing communications and promotions. Acknowledge that use of National IPA logo will require permission for reproduction, as well. E. Supplier is responsible for proactive direct sales of Supplier's goods and services to Public Agencies nationwide and the timely follow up to leads established by National IPA. All sales materials are to use the National IPA logo. At a minimum, the Supplier's sales initiatives should communicate: i. Master Agreement was competitively solicited and publicly awarded by a Principal Procurement Agency ii. Best government pricing iii. No cost to participate iv. Non-exclusive contract F. Supplier is responsible for the training of its national sales force on the Master Agreement. At a minimum, sales training should include: i. Key features of Master Agreement ii. Working knowledge of the solicitation process iii. Awareness of the range of Public Agencies that can utilize the Master Agreement through National IPA iv. Knowledge of benefits of the use of cooperative contracts G. Provide contact information for the person(s), who will be responsible for: i. Marketing ii. Sales iii. Sales Support iv. Financial Reporting V. Contracts H. Describe in detail how your company's national sales force is structured, including contact information for the highest-level executive in charge of the sales team. L Explain in detail how the sales teams will work with the National IPA team to implement, grow and service the national program. J. Explain in detail how your organization will manage the overall national program throughout the term of the Master Agreement, including ongoing coordination of marketing and sales efforts, timely new Participating Public Agency account set- up, etc. K. State the amount of your company's Public Agency sales for the previous fiscal year. Provide a list of your top 10 Public Agency customers, the total purchases for each for the previous fiscal year along with a key contact for each. L. Describe your company's information systems capabilities and limitations regarding order management through receipt of payment, including description of multiple platforms that may be used for any of these functions. M. Provide the Contract Sales (as defined in Section 10 of the National Intergovernmental Purchasing Alliance Company Administration Agreement)that your company will guarantee each year under the Master Agreement for the initial three years of the Master Agreement("Guaranteed Contract Sales"). Requirements for National Cooperative Contract Page 7 of 24 Page 1190 of 1406 NATIONAL INTERGOVERNMENTAL PURCHASING ALLIANCE COMPANY EXHIBITS EXHIBIT A-NATIONAL IPA RESPONSE FOR NATIONAL COOPERATIVE CONTRACT $ .00 in year one $ .00 in year two $ .00 in year three To the extent Supplier guarantees minimum Contract Sales, the administration fee shall be calculated based on the greater of the actual Contract Sales and the Guaranteed Contract Sales. N. Even though it is anticipated that many Public Agencies will be able to utilize the Master Agreement without further formal solicitation,there may be circumstances where Public Agencies will issue their own solicitations. The following options are available when responding to a solicitation for Products covered under the Master Agreement. i. Respond with Master Agreement pricing (Contract Sales reported to National IPA). ii. If competitive conditions require pricing lower than the standard Master Agreement not-to-exceed pricing, Supplier may respond with lower pricing through the Master Agreement. If Supplier is awarded the contract, the sales are reported as Contract Sales to National IPA under the Master Agreement. iii. Respond with pricing higher than Master Agreement only in the unlikely event that the Public Agency refuses to utilize Master Agreement(Contract Sales are not reported to National IPA). iv. If alternative or multiple proposals are permitted, respond with pricing higher than Master Agreement, and include Master Agreement as the alternate or additional proposal. Detail your strategies under these options when responding to a solicitation. Requirements for National Cooperative Contract Page 8 of 24 Page 1191 of 1406 NATIONAL INTERGOVERNMENTAL PURCHASING ALLIANCE COMPANY EXHIBITS EXHIBIT B-NATIONAL IPA ADMINISTRATION AGREEMENT,EXAMPLE NATIONAL INTERGOVERNMENTAL PURCHASING ALLIANCE COMPANY ADMINISTRATION AGREEMENT This ADMINISTRATION AGREEMENT(the"Agreement")is made this day of 20 between National Intergovernmental Purchasing Alliance Company ("National IPA"), and (herein "Supplier"). RECITALS WHEREAS, the (herein "Principal Procurement Agency") has entered into a Master Agreement effective , Agreement No , by and between the Principal Procurement Agency and Supplier, (as may be amended from time to time in accordance with the terms thereof, the "Master Agreement"), as attached hereto as Exhibit'A and incorporated herein by reference as though fully set forth herein, for the purchase of (herein "Product"); WHEREAS, said Master Agreement provides that any`orall public agencies, including state and local governmental entities,public and private primary, secondary and higher education entities, non-profit entities, and agencies for the public benefit ("Public Agencies"), that register (either via registration on the National IPA website or execution of a Master Intergovernmental Cooperative Purchasing Agreement, attached hereto as Exhibit B)(hereinafter referred to as a"Participating Public Agency")may purchase Product at prices stated in the Master Agreement; WHEREAS, Participating Public Agencies may access the Master Agreement which is offered through National IPA to Public Agencies; WHEREAS, National IPA serves as the contract administrator of the Master Agreement on behalf of Principal Procurement Agency; WHEREAS, Principal Procurement Agency desires National IPA to proceed with administration of the Master Agreement; and WHEREAS,National IPA and Supplier desire to enter into this Agreement to make available the Master Agreement to Participating Public Agencies and to set forth certain terms and conditions governing the relationship between National IPA and Supplier. NOW,THEREFORE, in consideration of the payments to be made hereunder and the mutual covenants contained in this Agreement, National IPA and Supplier hereby agree as follows: DEFINITIONS I. Capitalized terms used in this Agreement and not otherwise defined herein shall have the meanings given to them in the Master Agreement. Requirements for National Cooperative Contract Page 9 of 24 Page 1192 of 1406 NATIONAL INTERGOVERNMENTAL PURCHASING ALLIANCE COMPANY EXHIBITS EXHIBIT B-NATIONAL IPA ADMINISTRATION AGREEMENT,EXAMPLE TERMS AND CONDITIONS 2. The Master Agreement and the terms and conditions contained therein shall apply to this Agreement except as expressly changed or modified by this Agreement. Supplier acknowledges and agrees that the covenants and agreements of Supplier set forth in the solicitation and Supplier's response thereto resulting in the Master Agreement are incorporated herein and are an integral part hereof. 3. National IPA shall be afforded all of the rights, privileges and indemnifications afforded to Principal Procurement Agency by or from Supplier under the Master Agreement, and such rights, privileges and indemnifications shall accrue and apply with equal effect to National IPA, its agents, employees, directors, and representatives under this Agreement including, but not limited to, the Supplier's obligation to provide appropriate insurance. 4. National IPA shall perform all of its duties,responsibilities and obligations as contract administrator of the Master Agreement on behalf of Principal Procurement Agency as set forth herein, and Supplier hereby acknowledges and agrees that all duties, responsibilities and obligations will be undertaken by National IPA solely in its capacity as the contract administrator under the Master Agreement. 5. With respect to any purchases by Principal Procurement Agency or any Participating Public Agency pursuant to the Master Agreement,National IPA: (i)shall not be construed as a dealer, re-marketer, representative, partner or agent of any type of the Supplier, Principal Procurement Agency or any Participating Public Agency; (ii) shall not be obligated, liable or responsible for any order for Product made by Principal Procurement Agency or any Participating Public Agency or any employee thereof under the Master Agreement or for any payment required to be made with respect to such order for Product; and (iii) shall not be obligated, liable or responsible for any failure by Principal Procurement Agency or any Participating Public Agency to comply with procedures or requirements of applicable law or the Master Agreement or to obtain the due authorization and approval necessary to purchase under the Master Agreement. National IPA makes no representation or guaranty with respect to any minimum purchases by Principal Procurement Agency or any Participating Public Agency or any employee thereof under this Agreement or the Master Agreement. TERM OF AGREEMENT 6. This Agreement shall be in effect so long as the Master Agreement remains in effect, provided, however, that the provisions of paragraphs 3, 4 and 5 hereof and the indemnifications afforded by the Supplier to National IPA herein and in the Master Agreement, to the extent such provision survive the term of the Master Agreement, shall survive the term of this Agreement. NATIONAL PROMOTION 7. National IPA and Supplier shall publicize and promote the availability of the Master Agreement's products and services to Public Agencies and such agencies' employees. Supplier's failure to maintain its covenants and commitments contained in this Agreement or any action of the Supplier which gives rise to a right by Principal Procurement Agency to terminate the Master Agreement shall constitute a material breach of this Agreement and if not cured within thirty (30) Requirements for National Cooperative Contract Page 10 of 24 Page 1193 of 1406 NATIONAL INTERGOVERNMENTAL PURCHASING ALLIANCE COMPANY EXHIBITS EXHIBIT B-NATIONAL IPA ADMINISTRATION AGREEMENT,EXAMPLE days of written notice to Supplier shall be deemed a cause for termination of this Agreement at National IPA's sole discretion. Notwithstanding anything contained herein to the contrary, this Agreement shall terminate on the date of the termination or expiration of the Master Agreement. 8. Supplier shall require each Public Agency to register its participation in the National IPA program by either registering on the National IPA website, www.nationalipa.org, or executing a Master Intergovernmental Cooperative Purchasing Agreement prior to processing the Participating Public Agency's first sales order. 9. Upon request, Supplier shall make available to interested Public Agencies a copy of the Master Agreement and such price lists or quotes as may be necessary for such Public Agencies to evaluate potential purchases. In addition, Supplier shall provide such marketing and administrative support as set forth in the solicitation resulting in the Master Agreement, including assisting in development of marketing materials as reasonably requested by Principal Procurement Agency and National IPA. Supplier and National IPA shall provide each respective party with its logo ("Logo") and the standard terms of use for its general use in marketing the Master Agreement. Both parties shall obtain written approval from the other party prior to use of such party's Logo. Notwithstanding, the parties understand and agree that except as provided herein neither party shall have any right,title or interest in the other party's Logo. Upon termination of this Agreement, each party shall immediately cease use of the other party's Logo. MONTHLY REPORTING& FEES 10. Supplier shall pay National IPA an administrative fee in the amount of % of the total purchase amount paid to Supplier, less refunds, credits on returns, rebates and discounts, for the sale of products and/or services to Principal Procurement Agency and Participating Public Agencies pursuant to the Master Agreement(as amended from time to time and including any renewal thereof) ("Contract Sales"). Supplier shall provide National IPA with an electronic accounting report, in Microsoft Excel, in the format prescribed by National IPA, on a monthly basis summarizing all Contract Sales for the applicable month. A sample of the Contract Sales reporting format is provided as Exhibit C, attached hereto and incorporated herein by reference. 11. Reports of Contract Sales for Principal Procurement Agency and Participating Public Agencies in each calendar month shall be provided by Supplier to National IPA by the l oth day of the following month. Such reports shall be accompanied by an administrative fee payment in the amount indicated on the report as being due. Administrative fee payments are to be paid by the Supplier to National IPA via Automated Clearing House (ACH) to the National IPA designated financial institution identified in Exhibit D. Failure to provide a monthly report or payment of the administrative fees within the time and manner specified herein shall constitute a material breach of this Agreement and if not cured within thirty (30) days of written notice to Supplier shall be deemed a cause for termination of the Master Agreement, at Principal Procurement Agency's sole discretion, and/or this Agreement, at National IPA's sole discretion. All administrative fees not paid when due shall bear interest at a rate equal to the lesser of 1 1/2%per month or the maximum rate permitted by law until paid in full. 12. Supplier shall maintain an accounting of all purchases made by Participating Public Agencies under the Master Agreement. National IPA, or its designee, in National IPA's sole Requirements for National Cooperative Contract Page 11 of 24 Page 1194 of 1406 NATIONAL INTERGOVERNMENTAL PURCHASING ALLIANCE COMPANY EXHIBITS EXHIBIT B-NATIONAL IPA ADMINISTRATION AGREEMENT,EXAMPLE discretion, reserves the right to compare Participating Public Agency records with monthly reports submitted by Supplier for a period of four(4)years from the date National IPA receives such monthly report. National IPA may engage a third party to conduct an independent audit of Supplier's monthly reports. In the event of such an audit, Supplier shall provide all materials reasonably requested relating to such audit by National IPA at the location designated by National IPA. In the event an underreporting of Contract Sales and a resulting underpayment of administrative fees is revealed, National IPA will notify the Supplier in writing. Supplier will have thirty (30) days from the date of such notice to resolve the discrepancy to National IPA's reasonable satisfaction, including payment of any administrative fees due and owing, together with interest thereon in .accordance with Section 11, and reimbursement of National IPA's costs and expenses related to such audit. GENERAL PROVISIONS 13. This Agreement, the Master Agreement and the exhibits referenced herein supersede any and all other agreements, either oral or in writing, between the parties hereto with respect to the subject matter hereto and no other agreement, statement, or promise relating to the subject matter of this Agreement which is not contained or incorporated herein shall be valid or binding. In the event of any conflict between the provisions of this Agreement and the Master;Agreement, as between National IPA and Supplier, the provisions of this Agreement shall prevail. 14. If any action at law or in equity is brought to enforce or interpret the provisions of this Agreement or to recover any administrative fee and accrued interest, the prevailing party shall be entitled to reasonable attorney's fees and costs in addition to any other relief to which it may be entitled. 15. This Agreement and National IPA's rights and obligations hereunder may be assigned at National IPA's sole discretion,to an existing or newly established legal entity that has the authority and capacity to perform National IPA's obligations hereunder. Supplier may not assign its obligations hereunder without the prior written consent of National IPA. 16. All written communications given hereunder shall be delivered by first-class mail, postage prepaid, or overnight delivery on receipt to the addresses as set forth below. A. National Intergovernmental Purchasing Alliance Company National IPA Attn: President 2555 Meridian Blvd Suite 300 Franklin, TN 37067 B. Supplier 17. If any provision of this Agreement shall be deemed to be, or shall in fact be, illegal, inoperative or unenforceable, the same shall not affect any other provision or provisions herein Requirements for National Cooperative Contract Page 12 of 24 Page 1195 of 1406 NATIONAL INTERGOVERNMENTAL PURCHASING ALLIANCE COMPANY EXHIBITS EXHIBIT B-NATIONAL IPA ADMINISTRATION AGREEMENT,EXAMPLE contained or render the same invalid, inoperative or unenforceable to any extent whatever, and this Agreement will be construed by limiting or invalidating such provision to the minimum extent necessary to make such provision valid, legal and enforceable. 18. This Agreement may not be amended, changed, modified, or altered without the prior written consent of the parties hereto, and no provision of this Agreement may be discharged or waived, except by a writing signed by the parties. A waiver of any particular provision will not be deemed a waiver of any other provision, nor will a waiver given on one occasion be deemed to apply to any other occasion. 19. This Agreement shall inure to the benefit of and shall be binding upon National IPA, the Supplier and any respective successor and assign thereto; subject, however,,to the limitations contained herein. 20. This Agreement will be construed under and governed by the laws of the state of Delaware, excluding its conflicts of law provisions. Authorized Signature, Supplier NATIONAL INTERGOVERNMENTAL PURCHASING ALLIANCE COMPANY Signature Signature Ward H.Brown Name Name Chief Operating Officer Title Title Date Date Requirements for National Cooperative Contract Page 13 of 24 Page 1196 of 1406 NATIONAL INTERGOVERNMENTAL PURCHASING ALLIANCE COMPANY EXHIBITS EXHIBIT C-NATIONAL IPA MASTER INTERGOVERNMENTAL COOPERATIVE PURCHASING AGREEMENT,EXAMPLE MASTER INTERGOVERNMENTAL COOPERATIVE PURCHASING AGREEMENT This Master Intergovernmental Cooperative Purchasing Agreement (the "Agreement") is entered into by and between those certain government agencies that execute a Principal Procurement Agency Certificate ("Principal Procurement Agencies") with National Intergovernmental Purchasing Alliance Company ("National IPA") to be appended and made a part hereof and such other public agencies ("Participating Public Agencies") who register to participate in the cooperative purchasing programs administered by National IPA and its affiliates and subsidiaries (collectively the"National IPA Parties")by either registering on a National IPA Party website(such as www.nationalipa.org), or by executing a copy of this Agreement. RECITALS WHEREAS, after a competitive solicitation and selection process by Principal Procurement Agencies, a number of suppliers have entered into "Master Agreements" (herein so called) to provide a variety of goods, products and services ,("Products") to the applicable Principal Procurement Agency and the Participating Public Agencies; WHEREAS, Master Agreements are made available by Principal Procurement Agencies through the National IPA Parties and provide that Participating Public Agencies may purchase Products on the same terms, conditions and pricing as the Principal'Procurement Agency, subject to any applicable federal and/or local purchasing ordinances and the laws of the State of purchase; WHEREAS, in addition to Master Agreements, the National IPA Parties may from time to time offer Participating Public Agencies the opportunity to acquire Products through other group purchasing agreements; NOW, THEREFORE, in consideration of the mutual promises contained in this Agreement, and of the mutual benefits to result, the parties agree as follows: 1. That each party will facilitate the cooperative procurement of Products. 2. That the procurement of Products by Participating Public Agencies subject to this Agreement shall be conducted in accordance with and subject to the relevant federal, state and local statutes, ordinances, rules and regulations that govern Participating Public Agency's procurement practices. 3. That the cooperative use of Master Agreements and other group purchasing agreements shall be in accordance with the terms and conditions of such agreements, except as modification of those terms and conditions is otherwise allowed or required by applicable federal, state or local law. 4. That the Principal Procurement Agencies will make available,upon reasonable request and subject to convenience, Master Agreement information which may assist in improving the procurement of Products by the Participating Public Agencies. Requirements for National Cooperative Contract Page 14 of 24 Page 1197 of 1406 NATIONAL INTERGOVERNMENTAL PURCHASING ALLIANCE COMPANY EXHIBITS EXHIBIT C-NATIONAL IPA MASTER INTERGOVERNMENTAL COPERATIVE PURCHASING AGREEMENT,EXAMPLE 5. That the Participating Public Agencies (each a "Procuring Party") that procure Products through any Master Agreement or GPO Product supply agreement (each a "GPO Contract")will make timely payments to the distributor,manufacturer or other vendor (collectively, "Supplier") for Products received in accordance with the terms and conditions of the Master Agreement or GPO Contract, as applicable. Payment for Products and inspections and acceptance of Products ordered by the Procuring Parry shall be the exclusive obligation of such Procuring Party. Disputes between Procuring Parry and any Supplier shall be resolved in accordance with the law and venue rules of the State of purchase unless otherwise agreed to by the Procuring Parry and Supplier. 6. The Procuring Parry shall not use this Agreement as a method for obtaining additional concessions or reduced prices for similar products or services. 7. The Procuring Party shall be responsible for the ordering of Products under this Agreement. A non-procuring parry shall not be liable in any fashion for any violation by a Procuring Parry, and the Procuring Party,shall hold non-procuring party harmless from any liability that may arise from action or inaction of the Procuring Parry. Without limiting the generality of the foregoing, the National IPA Parties make no representations or warranties regarding any Product, Master Agreement or GPO Contract, and shall have no liability for any act or omission by a Supplier or other parry under a Master Agreement or GPO Contract. 8. This Agreement shall remain in effect until termination by a parry giving 30 days written notice to the other parry. The provisions of paragraphs 6, 7 and 8 hereof shall survive any such termination. 9.This Agreement shall take effect upon (i) execution of the Principal Procurement Agency Certificate or (ii) the registration on a National IPA Parry website or the execution of this Agreement by a Participating Public Agency, as applicable. Requirements for National Cooperative Contract Page 15 of 24 Page 1198 of 1406 NATIONAL INTERGOVERNMENTAL PURCHASING ALLIANCE COMPANY EXHIBITS EXHIBIT D-NATIONAL IPA PRINCIPAL PROCUREMENT AGENCY CERTIFICATE,EXAMPLE PRINCIPAL PROCUREMENT AGENCY CERTIFICATE In its capacity as Principal Procurement Agency for National IPA, NAME OF PPA agrees to pursue Master Agreements for Products as specified in the attached exhibits to this Principal Procurement Agency Certificate. I hereby acknowledge, in my capacity as of and on behalf of NAME OF PPA ("Principal Procurement Agency"),that I have read and hereby agree to the general terms and conditions set forth in the attached Master Intergovernmental Cooperative Purchasing Agreement regulating the use of the Master Agreements and purchase of Products that from time to time are made available by Principal Procurement Agencies to Participating Public Agencies nationwide through National Intergovernmental Purchasing Alliance Company ("National IPA") pursuant to the terms of the Administrative Agreement by and between National IPA and the applicable supplier. I understand that the purchase of one or more Products under the provisions of the Master Intergovernmental Cooperative Purchasing Agreement is at the sole and complete discretion of the Participating Public Agency. Authorized Signature, Principal Procurement Agency Signature Name Title Date Requirements for National Cooperative Contract Page 16 of 24 Page 1199 of 1406 NATIONAL INTERGOVERNMENTAL PURCHASING ALLIANCE COMPANY EXHIBITS EXHIBIT E—NATIONAL IPA CONTRACT SALES REPORTING TEMPLATE NATIONAL INTERGOVERNMENTAL PURCHASING ALLIANCE COMPANY EXHIBITS EXHIBIT C-NATIONAL IPA CONTRACT SALES REPORTING TEMPLATE (to be submitted electronically in Microsoft Excel format) National IPA Contract Sales Monthly Report Supplier Name: Contract Sales Report Month: Contract ID: Participating Agency# Transaction (Assigned Date Contract Admin Admin Participating Agency Name Address City State Zip Code by National (Date of Sales for Fee% Fee$ IPA and Sale) Month($) provided to Supplier) Report Totals Cumulative Contract Sales Requirements for National Cooperative Contract Page 17 of 24 Page 1200 of 1406 NATIONAL INTERGOVERNMENTAL PURCHASING ALLIANCE COMPANY EXHIBITS EXHIBIT F-NATIONAL IPA ADVERTISING COMPLIANCE REQUIREMENT Pursuant to certain state notice provisions,including but not limited to Oregon Revised Statutes Chapter 279A.220,the following public agencies and political subdivisions of the referenced public agencies are eligible to register with National IPA and access the Master Agreement contract award made pursuant to this solicitation,and are hereby given notice of the foregoing request for proposals for purposes of complying with the procedural requirements of said statutes: Nationwide: State of Alabama* State of Hawaii State of Massachusetts State of New Mexico State of South Dakota State of Alaska State of Idaho State of Michigan State of New York State of Tennessee State of Arizona State of Illinois State of Minnesota State of North Carolina State of Texas State of Arkansas State of Indiana State of Mississippi State of North Dakota State of Utah State of California State of Iowa State of Missouri State of Ohio State of Vermont State of Colorado State of Kansas State of Montana State of Oklahoma* State of Virginia State of Connecticut State of Kentucky State of Nebraska State of Oregon State of Washington State of Delaware State of Louisiana State of Nevada State of Pennsylvania State of West Virginia State of Florida State of Maine State of New Hampshire State of Rhode Island State of Wisconsin State of Georgia State of Maryland State of New Jersey State of South Carolina State of Wyoming District of Columbia Lists of political subdivisions and local governments in the above referenced states/districts may be found at http://www.usa.gov/Agencies/State and Territories.shtmlandhttps://www.usa.gov/local-goveniments. *Some public agencies and political subdivisions of these states may be restricted by state statutes that limit competition among cooperative purchasing organizations by only allowing use of purchasing cooperatives sponsored by certain National Associations. Certain Public Agencies and Political Subdivisions: CITIES,TOWNS,VILLAGES AND BOROUGHS CITY OF INDEPENDENCE,OR INCLUDING BUT NOT LIMITED TO: CITY AND COUNTY OF HONOLULU,HI BAKER CITY GOLF COURSE,OR CITY OF KENNER,LA CITY OF ADAIR VILLAGE,OR CITY OF LA GRANDE,OR CITY OF ASHLAND,OR CITY OF LAFAYETTE,LA CITY OF AUMSVILLE,OR CITY OF LAKE CHARLES,OR CITY OF AURORA,OR CITY OF LEBANON,OR CITY OF BAKER,OR CITY OF MCMINNVILLE,OR CITY OF BATON ROUGE,LA CITY OF MEDFORD,OR CITY OF BEAVERTON,OR CITY OF METAIRIE,LA CITY OF BEND,OR CITY OF MILL CITY,OR CITY OF BOARDMAN,OR CITY OF MILWAUKIE,OR CITY OF BONANAZA,OR CITY OF MONROE,LA CITY OF BOSSIER CITY,LA CITY OF MOSIER,OR CITY OF BROOKINGS,OR CITY OF NEW ORLEANS,LA CITY OF BURNS,OR CITY OF NORTH PLAINS,OR CITY OF CANBY,OR CITY OF OREGON CITY,OR CITY OF CANYONVILLE,OR CITY OF PILOT ROCK,OR CITY OF CLATSKANIE,OR CITY OF PORTLAND,OR CITY OF COBURG,OR CITY OF POWERS,OR CITY OF CONDON,OR CITY OF PRINEVILLE,OR CITY OF COQUILLE,OR CITY OF REDMOND,OR CITY OF CORVALLI,OR CITY OF REEDSPORT,OR CITY OF CORVALLIS PARKS AND RECREATION CITY OF RIDDLE,OR DEPARTMENT,OR CITY OF ROGUE RIVER,OR CITY OF COTTAGE GROVE,OR CITY OF ROSEBURG,OR CITY OF DONALD,OR CITY OF SALEM,OR CITY OF EUGENE,OR CITY OF SANDY,OR CITY OF FOREST GROVE,OR CITY OF SCAPPOOSE,OR CITY OF GOLD HILL,OR CITY OF SHADY COVE,OR CITY OF GRANTS PASS,OR CITY OF SHERWOOD,OR CITY OF GRESHAM,OR CITY OF SHREVEPORT,LA CITY OF HILLSBORO,OR CITY OF SILVERTON,OR Requirements for National Cooperative Contract Page 18 of 24 Page 1201 of 1406 CITY OF SPRINGFIELD,OR ELMO,UT CITY OF ST.HELENS,OR ELSINORE,UT CITY OF ST.PAUL,OR ELWOOD,UT CITY OF SULPHUR,LA EMERY,UT CITY OF TIGARD,OR ENOCH,UT CITY OF TROUTDALE,OR ENTERPRISE,UT CITY OF TUALATIN,OR EPHRAIM,UT CITY OF WALKER,LA ESCALANTE,UT CITY OF WARRENTON,OR EUREKA,UT CITY OF WEST LINN,OR FAIRFIELD,UT CITY OF WILSONVILLE,OR FAIRVIEW,UT CITY OF WINSTON,OR FARMINGTON,UT CITY OF WOODBURN,OR FARR WEST,UT LEAGUE OF OREGON CITES FAYETTE,UT THE CITY OF HAPPY VALLEY OREGON FERRON,UT ALPINE,UT FIELDING,UT ALTA,UT FILLMORE,UT ALTAMONT,UT FOUNTAIN GREEN,UT ALTON,UT FRANCIS,UT AMALGA,UT FRUIT HEIGHTS,UT AMERICAN FORK CITY,UT GARDEN CITY,UT ANNABELLA,UT GARLAND,UT ANTIMONY,UT GENOLA,UT APPLE VALLEY,UT GLENDALE,UT AURORA,UT GLENWOOD,UT BALLARD,UT GOSHEN,UT BEAR RIVER CITY,UT GRANTSVILLE,UT BEAVER,UT GREEN RIVER,UT BICKNELL,UT GUNNISON,UT BIG WATER,UT HANKSVILLE,UT BLANDING,UT HARRISVILLE,UT BLUFFDALE,UT HATCH,UT BOULDER,UT HEBER CITY CORPORATION,UT CITY OF BOUNTIFUL,UT HELPER,UT BRIAN HEAD,UT HENEFER,UT BRIGHAM CITY CORPORATION,UT HENRIEVILLE,UT BRYCE CANYON CITY,UT HERRIMAN,UT CANNONVILLE,UT HIDEOUT,UT CASTLE DALE,UT HIGHLAND,UT CASTLE VALLEY,UT HILDALE,UT CITY OF CEDAR CITY,UT HINCKLEY,UT CEDAR FORT,UT HOLDEN,UT CITY OF CEDAR HILLS,UT HOLLADAY,UT CENTERFIELD,UT HONEYVILLE,UT CENTERVILLE CITY CORPORATION,UT HOOPER,UT CENTRAL VALLEY,UT HOWELL,UT CHARLESTON,UT HUNTINGTON,UT CIRCLEVILLE,UT HUNTSVILLE,UT CLARKSTON,UT CITY OF HURRICANE,UT CLAWSON,UT HYDE PARK,UT CLEARFIELD,UT HYRUM,UT CLEVELAND,UT INDEPENDENCE,UT CLINTON CITY CORPORATION,UT IVINS,UT COALVILLE,UT JOSEPH,UT CORINNE,UT JUNCTION,UT CORNISH,UT KAMAS,UT COTTONWOOD HEIGHTS,UT KANAB,UT DANIEL,UT KANARRAVILLE,UT DELTA,UT KANOSH,UT DEWEYVILLE,UT KAYSVILLE,UT DRAPER CITY,UT KINGSTON,UT DUCHESNE,UT KOOSHAREM,UT EAGLE MOUNTAIN,UT LAKETOWN,UT EAST CARBON,UT LA VERKIN,UT ELK RIDGE,UT LAYTON,UT Requirements for National Cooperative Contract Page 19 of 24 Page 1202 of 1406 LEAMINGTON,UT RICHFIELD,UT LEEDS,UT RICHMOND,UT LEHI CITY CORPORATION,UT RIVERDALE,UT LEVAN,UT RIVER HEIGHTS,UT LEWISTON,UT RIVERTON CITY,UT LINDON,UT ROCKVILLE,UT LOA,UT ROCKY RIDGE,UT LOGAN CITY,UT ROOSEVELT CITY CORPORATION,UT LYMAN,UT ROY,UT LYNNDYL,UT RUSH VALLEY,UT MANILA,UT CITY OF ST.GEORGE,UT MANTI,UT SALEM,UT MANTUA,UT SALINA,UT MAPLETON,UT SALT LAKE CITY CORPORATION,UT MARRIOTT-SLATERVILLE,UT SANDY,UT MARYSVALE,UT SANTA CLARA,UT MAYFIELD,UT SANTAQUIN,UT MEADOW,UT SARATOGA SPRINGS,UT MENDON,UT SCIPIO,UT MIDVALE CITY INC.,UT SCOFIELD,UT MIDWAY,UT SIGURD,UT MILFORD,UT SMITHFIELD,UT MILLVILLE,UT SNOWVILLE,UT MINERSVILLE,UT CITY OF SOUTH JORDAN,UT MOAB,UT SOUTH OGDEN,UT MONA,UT CITY OF SOUTH SALT LAKE,UT MONROE,UT SOUTH WEBER,UT CITY OF MONTICELLO,UT SPANISH FORK,UT MORGAN,UT SPRING CITY,UT MORONI,UT SPRINGDALE,UT MOUNT PLEASANT,UT SPRINGVILLE,UT MURRAY CITY CORPORATION,UT STERLING,UT MYTON,UT STOCKTON,UT NAPLES,UT SUNNYSIDE,UT NEPHI,UT SUNSET CITY CORP,UT NEW HARMONY,UT SYRACUSE,UT NEWTON,UT TABIONA,UT NIBLEY,UT CITY OF TAYLORSVILLE,UT NORTH LOGAN,UT TOOELE CITY CORPORATION,UT NORTH OGDEN,UT TOQUERVILLE,UT NORTH SALT LAKE CITY,UT TORREY,UT OAK CITY,UT TREMONTON CITY,UT OAKLEY,UT TRENTON,UT OGDEN CITY CORPORATION,UT TROPIC,UT OPHIR,UT UINTAH,UT ORANGEVILLE,UT VERNAL CITY,UT ORDERVILLE,UT VERNON,UT OREM,UT VINEYARD,UT PANGUITCH,UT VIRGIN,UT PARADISE,UT WALES,UT PARAGONAH,UT WALLSBURG,UT PARK CITY,UT WASHINGTON CITY,UT PAROWAN,UT WASHINGTON TERRACE,UT PAYSON,UT WELLINGTON,UT PERRY,UT WELLSVILLE,UT PLAIN CITY,UT WENDOVER,UT PLEASANT GROVE CITY,UT WEST BOUNTIFUL,UT PLEASANT VIEW,UT WEST HAVEN,UT PLYMOUTH,UT WEST JORDAN,UT PORTAGE,UT WEST POINT,UT PRICE,UT WEST VALLEY CITY,UT PROVIDENCE,UT WILLARD,UT PROVO,UT WOODLAND HILLS,UT RANDOLPH,UT WOODRUFF,UT REDMOND,UT WOODS CROSS,UT Requirements for National Cooperative Contract Page 20 of 24 Page 1203 of 1406 TILLAMOOK COUNTY SHERIFF'S OFFICE,OR COUNTIES AND PARISHES INCLUDING BUT NOT TILLAMOOK COUNTY GENERAL HOSPITAL,OR LIMITED TO: UMATILLA COUNTY,OR ASCENSION PARISH,LA UNION COUNTY,OR ASCENSION PARISH,LA,CLEAR OF COURT WALLOWA COUNTY,OR CADDO PARISH,LA WASCO COUNTY,OR CALCASIEU PARISH,LA WASHINGTON COUNTY,OR CALCASIEU PARISH SHERIFF'S OFFICE,LA WEST BATON ROUGE PARISH,LA CITY AND COUNTY OF HONOLULU,HI WHEELER COUNTY,OR CLACKAMAS COUNTY,OR YAMHILL COUNTY,OR CLACKAMAS COUNTY DEPT OF TRANSPORTATION, COUNTY OF BOX ELDER,UT OR COUNTY OF CACHE,UT CLATSOP COUNTY,OR COUNTY OF RICH,UT COLUMBIA COUNTY,OR COUNTY OF WEBER,UT COOS COUNTY,OR COUNTY OF MORGAN,UT COOS COUNTY HIGHWAY DEPARTMENT,OR COUNTY OF DAVIS,UT COUNTY OF HAWAII,OR COUNTY OF SUMMIT,UT CROOK COUNTY,OR COUNTY OF DAGGETT,UT CROOK COUNTY ROAD DEPARTMENT,OR COUNTY OF SALT LAKE,UT CURRY COUNTY,OR COUNTY OF TOOELE,UT DESCHUTES COUNTY,OR COUNTY OF UTAH,UT DOUGLAS COUNTY,OR COUNTY OF WASATCH,UT EAST BATON ROUGE PARISH,LA COUNTY OF DUCHESNE,UT GILLIAM COUNTY,OR COUNTY OF UINTAH,UT GRANT COUNTY,OR COUNTY OF CARBON,UT HARNEY COUNTY,OR COUNTY OF SANPETE,UT HARNEY COUNTY SHERIFFS OFFICE,OR COUNTY OF JUAB,UT HAWAII COUNTY,HI COUNTY OF MILLARD,UT HOOD RIVER COUNTY,OR COUNTY OF SEVIER,UT JACKSON COUNTY,OR COUNTY OF EMERY,UT JEFFERSON COUNTY,OR COUNTY OF GRAND,UT JEFFERSON PARISH,LA COUNTY OF BEVER,UT JOSEPHINE COUNTY GOVERNMENT,OR COUNTY OF PIUTE,UT LAFAYETTE CONSOLIDATED GOVERNMENT,LA COUNTY OF WAYNE,UT LAFAYETTE PARISH,LA COUNTY OF SAN JUAN,UT LAFAYETTE PARISH CONVENTION&VISITORS COUNTY OF GARFIELD,UT COMMISSION COUNTY OF KANE,UT LAFOURCHE PARISH,LA COUNTY OF IRON,UT KAUAI COUNTY,HI COUNTY OF WASHINGTON,UT KLAMATH COUNTY,OR LAKE COUNTY,OR OTHER AGENCIES INCLUDING ASSOCIATIONS LANE COUNTY,OR BOARDS,DISTRICTS,COMMISSIONS,COUNCILS, LINCOLN COUNTY,OR PUBLIC CORPORATIONS,PUBLIC DEVELOPMENT LINN COUNTY,OR AUTHORITIES,RESERVATIONS AND UTILITIES LIVINGSTON PARISH,LA INCLUDING BUT NOT LIMITED TO: MALHEUR COUNTY,OR BANKS FIRE DISTRICT,OR MAUI COUNTY,HI BATON ROUGE WATER COMPANY MARION COUNTY,SALEM,OR BEND METRO PARK AND RECREATION DISTRICT MORROW COUNTY,OR BIENVILLE PARISH FIRE PROTECTION DISTRICT 6, MULTNOMAH COUNTY,OR LA MULTNOMAH COUNTY BUSINESS AND BOARDMAN PARK AND RECREATION DISTRICT COMMUNITY SERVICES,OR CENTRAL CITY ECONOMIC OPPORTUNITY CORP,LA MULTNOMAH COUNTY SHERIFFS OFFICE,OR CENTRAL OREGON INTERGOVERNMENTAL MULTNOMAH LAW LIBRARY,OR COUNCIL ORLEANS PARISH,LA CITY OF BOGALUSA SCHOOL BOARD,LA PLAQUEMINES PARISH,LA CLACKAMAS RIVER WATER POLK COUNTY,OR CLATSKANIE PEOPLE'S UTILITY DISTRICT RAPIDES PARISH,LA CLEAN WATER SERVICES SAINT CHARLES PARISH,LA CONFEDERATED TRIBES OF THE UMATILLA INDIAN SAINT CHARLES PARISH PUBLIC SCHOOLS,LA RESERVATION SAINT LANDRY PARISH,LA COOS FOREST PROTECTIVE ASSOCIATION SAINT TAMMANY PARISH,LA CHEHALEM PARK AND RECREATION DISTRICT SHERMAN COUNTY,OR DAVID CROCKETT STEAM FIRE COMPANY#1,LA TERREBONNE PARISH,LA EUGENE WATER AND ELECTRIC BOARD TILLAMOOK COUNTY,OR HONOLULU INTERNATIONAL AIRPORT Requirements for National Cooperative Contract Page 21 of 24 Page 1204 of 1406 HOODLAND FIRE DISTRICT#74 DALLAS SCHOOL DISTRICT NO.2 HOUSING AUTHORITY OF PORTLAND DAVID DOUGLAS SCHOOL DISTRICT ILLINOIS VALLEY FIRE DISTRICT DAYTON SCHOOL DISTRICT NO.8 LAFAYETTE AIRPORT COMMISSION,LA DE LA SALLE N CATHOLIC HS LAFOURCHE PARISH HEALTH UNIT-DHH-OPH DESCHUTES COUNTY SCHOOL DISTRICT NO.6 REGION 3 DOUGLAS EDUCATIONAL DISTRICT SERVICE LOUISIANA PUBLIC SERVICE COMMISSION,LA DUFUR SCHOOL DISTRICT NO.29 LOUISIANA WATER WORKS EAST BATON ROUGE PARISH SCHOOL DISTRICT MEDFORD WATER COMMISSION ESTACADA SCHOOL DISTRICT NO.1013 MELHEUR COUNTY JAIL,OR FOREST GROVE SCHOOL DISTRICT METRO REGIONAL GOVERNMENT GEORGE MIDDLE SCHOOL METRO REGIONAL PARKS GLADSTONE SCHOOL DISTRICT METROPOLITAN EXPOSITION RECREATION GRANTS PASS SCHOOL DISTRICT 7 COMMISSION GREATER ALBANY PUBLIC SCHOOL DISTRICT METROPOLITAN SERVICE DISTRICT(METRO) GRESHAM BARLOW JOINT SCHOOL DISTRICT MULTNOMAH EDUCATION SERVICE DISTRICT HEAD START OF LANE COUNTY NEW ORLEANS REDEVELOPMENT AUTHORITY,LA HIGH DESERT EDUCATION SERVICE DISTRICT NORTHEAST OREGON HOUSING AUTHORITY,OR HILLSBORO SCHOOL DISTRICT PORT OF BRANDON,OR HOOD RIVER COUNTY SCHOOL DISTRICT PORT OF MORGAN CITY,LA JACKSON CO SCHOOL DIST NO.9 PORTLAND DEVELOPMENT COMMISSION,OR JEFFERSON COUNTY SCHOOL DISTRICT 509-J PORTLAND FIRE AND RESCUE JEFFERSON PARISH SCHOOL DISTRICT PORTLAND HOUSING CENTER,OR JEFFERSON SCHOOL DISTRICT OREGON COAST COMMUNITY ACTION JUNCTION CITY SCHOOLS,OR OREGON HOUSING AND COMMUNITY SERVICES KLAMATH COUNTY SCHOOL DISTRICT OREGON LEGISLATIVE ADMINISTRATION KLAMATH FALLS CITY SCHOOLS ROGUE VALLEY SEWER,OR LAFAYETTE PARISH SCHOOL DISTRICT SAINT LANDRY PARISH TOURIST COMMISSION LAKE OSWEGO SCHOOL DISTRICT 7J SAINT MARY PARISH REC DISTRICT 2 LANE COUNTY SCHOOL DISTRICT 4J SAINT MARY PARISH REC DISTRICT 3 LINCOLN COUNTY SCHOOL DISTRICT SAINT TAMMANY FIRE DISTRICT 4,LA LINN CO.SCHOOL DIST.95C SALEM MASS TRANSIT DISTRICT LIVINGSTON PARISH SCHOOL DISTRICT SEWERAGE AND WATER BOARD OF NEW ORLEANS, LOST RIVER JR/SR HIGH SCHOOL LA LOWELL SCHOOL DISTRICT NO.71 SOUTH LAFOURCHE LEVEE DISTRICT,LA MARION COUNTY SCHOOL DISTRICT TRI-COUNTY METROPOLITAN TRANSPORTATION MARION COUNTY SCHOOL DISTRICT 103 DISTRICT OF OREGON MARIST HIGH SCHOOL,OR TUALATIN HILLS PARK&RECREATION DISTRICT MCMINNVILLE SCHOOL DISTRICT NOAO TUALATIN VALLEY FIRE&RESCUE MEDFORD SCHOOL DISTRICT 549C TUALATIN VALLEY WATER DISTRICT MITCH CHARTER SCHOOL WILLAMALANE PARK AND RECREATION DISTRICT MONROE SCHOOL DISTRICT NO.IJ WILLAMETTE HUMANE SOCIETY MORROW COUNTY SCHOOL DIST,OR MULTNOMAH EDUCATION SERVICE DISTRICT MULTISENSORY LEARNING ACADEMY K-12 INCLUDING BUT NOT LIMITED TO: MYRTLE PINT SCHOOL DISTRICT 41 ACADIA PARISH SCHOOL BOARD NEAH-KAH-NIE DISTRICT NO.56 BEAVERTON SCHOOL DISTRICT NEWBERG PUBLIC SCHOOLS BEND-LA PINE SCHOOL DISTRICT NESTUCCA VALLEY SCHOOL DISTRICT NO.101 BOGALUSA HIGH SCHOOL,LA NOBEL LEARNING COMMUNITIES BOSSIER PARISH SCHOOL BOARD NORTH BEND SCHOOL DISTRICT 13 BROOKING HARBOR SCHOOL DISTRICT NORTH CLACKAMAS SCHOOL DISTRICT CADDO PARISH SCHOOL DISTRICT NORTH DOUGLAS SCHOOL DISTRICT CALCASIEU PARISH SCHOOL DISTRICT NORTH WASCO CITY SCHOOL DISTRICT 21 CANBY SCHOOL DISTRICT NORTHWEST REGIONAL EDUCATION SERVICE CANYONVILLE CHRISTIAN ACADEMY DISTRICT CASCADE SCHOOL DISTRICT ONTARIO MIDDLE SCHOOL CASCADES ACADEMY OF CENTRAL OREGON OREGON TRAIL SCHOOL DISTRICT NOA6 CENTENNIAL SCHOOL DISTRICT ORLEANS PARISH SCHOOL DISTRICT CENTRAL CATHOLIC HIGH SCHOOL PHOENIX-TALENT SCHOOL DISTRICT NOA CENTRAL POINT SCHOOL DISTRICT NO.6 PLEASANT HILL SCHOOL DISTRICT CENTRAL SCHOOL DISTRICT 13J PORTLAND JEWISH ACADEMY COOS BAY SCHOOL DISTRICT NO.9 PORTLAND PUBLIC SCHOOLS CORVALLIS SCHOOL DISTRICT 509J RAPIDES PARISH SCHOOL DISTRICT COUNTY OF YAMHILL SCHOOL DISTRICT 29 REDMOND SCHOOL DISTRICT CULVER SCHOOL DISTRICT REYNOLDS SCHOOL DISTRICT Requirements for National Cooperative Contract Page 22 of 24 Page 1205 of 1406 ROGUE RIVER SCHOOL DISTRICT IRON SCHOOL DISTRICT,UT ROSEBURG PUBLIC SCHOOLS ITINERIS EARLY COLLEGE HIGH,UT SCAPPOOSE SCHOOL DISTRICT IJ JOHN HANCOCK CHARTER SCHOOL,UT SAINT TAMMANY PARISH SCHOOL BOARD,LA JORDAN DISTRICT,UT SEASIDE SCHOOL DISTRICT 10 JUAB SCHOOL DISTRICT,UT SHERWOOD SCHOOL DISTRICT 88J KANE SCHOOL DISTRICT,UT SILVER FALLS SCHOOL DISTRICT 4J KARL G MAESER PREPARATORY ACADEMY,UT SOUTH LANE SCHOOL DISTRICT 45J3 LAKEVIEW ACADEMY,UT SOUTHERN OREGON EDUCATION SERVICE LEGACY PREPARATORY ACADEMY,UT DISTRICT LIBERTY ACADEMY,UT SPRINGFIELD PUBLIC SCHOOLS LINCOLN ACADEMY,UT SUTHERLIN SCHOOL DISTRICT LOGAN SCHOOL DISTRICT,UT SWEET HOME SCHOOL DISTRICT NO.55 MARIA MONTESSORI ACADEMY,UT TERREBONNE PARISH SCHOOL DISTRICT MERIT COLLEGE PREPARATORY ACADEMY,UT THE CATLIN GABEL SCHOOL MILLARD SCHOOL DISTRICT,UT TIGARD-TUALATIN SCHOOL DISTRICT MOAB CHARTER SCHOOL,UT UMATILLA MORROW ESD MONTICELLO ACADEMY,UT WEST LINN WILSONVILLE SCHOOL DISTRICT MORGAN SCHOOL DISTRICT,UT WILLAMETTE EDUCATION SERVICE DISTRICT MOUNTAINVILLE ACADEMY,UT WOODBURN SCHOOL DISTRICT MURRAY SCHOOL DISTRICT,UT YONCALLA SCHOOL DISTRICT NAVIGATOR POINTE ACADEMY,UT ACADEMY FOR MATH ENGINEERING&SCIENCE NEBO SCHOOL DISTRICT,UT (AMES),UT NO UT ACAD FOR MATH ENGINEERING&SCIENCE ALIANZA ACADEMY,UT (NUAMES),UT ALPINE DISTRICT,UT NOAH WEBSTER ACADEMY,UT AMERICAN LEADERSHIP ACADEMY,UT NORTH DAVIS PREPARATORY ACADEMY,UT AMERICAN PREPARATORY ACADEMY,UT NORTH SANPETE SCHOOL DISTRICT,UT BAER CANYON HIGH SCHOOL FOR SPORTS& NORTH STAR ACADEMY,UT MEDICAL SCIENCES,UT NORTH SUMMIT SCHOOL DISTRICT,UT BEAR RIVER CHARTER SCHOOL,UT ODYSSEY CHARTER SCHOOL,UT BEAVER SCHOOL DISTRICT,UT OGDEN PREPARATORY ACADEMY,UT BEEHIVE SCIENCE&TECHNOLOGY ACADEMY OGDEN SCHOOL DISTRICT,UT (BSTA),UT OPEN CLASSROOM,UT BOX ELDER SCHOOL DISTRICT,UT OPEN HIGH SCHOOL OF UTAH,UT CBA CENTER,UT OQUIRRH MOUNTAIN CHARTER SCHOOL,UT CACHE SCHOOL DISTRICT,UT PARADIGM HIGH SCHOOL,UT CANYON RIM ACADEMY,UT PARK CITY SCHOOL DISTRICT,UT CANYONS DISTRICT,UT PINNACLE CANYON ACADEMY,UT CARBON SCHOOL DISTRICT,UT MUTE SCHOOL DISTRICT,UT CHANNING HALL,UT PROVIDENCE HALL,UT CHARTER SCHOOL LEWIS ACADEMY,UT PROVO SCHOOL DISTRICT,UT CITY ACADEMY,UT QUAIL RUN PRIMARY SCHOOL,UT DAGGETT SCHOOL DISTRICT,UT QUEST ACADEMY,UT DAVINCI ACADEMY,UT RANCHES ACADEMY,UT DAVIS DISTRICT,UT REAGAN ACADEMY,UT DUAL IMMERSION ACADEMY,UT RENAISSANCE ACADEMY,UT DUCHESNE SCHOOL DISTRICT,UT RICH SCHOOL DISTRICT,UT EARLY LIGHT ACADEMY AT DAYBREAK,UT ROCKWELL CHARTER HIGH SCHOOL,UT EAST HOLLYWOOD HIGH,UT SALT LAKE ARTS ACADEMY,UT EDITH BOWEN LABORATORY SCHOOL,UT SALT LAKE CENTER FOR SCIENCE EDUCATION,UT EMERSON ALCOTT ACADEMY,UT SALT LAKE SCHOOL DISTRICT,UT EMERY SCHOOL DISTRICT,UT SALT LAKE SCHOOL FOR THE PERFORMING ARTS, ENTHEOS ACADEMY,UT UT EXCELSIOR ACADEMY,UT SAN JUAN SCHOOL DISTRICT,UT FAST FORWARD HIGH,UT SEVIER SCHOOL DISTRICT,UT FREEDOM ACADEMY,UT SOLDIER HOLLOW CHARTER SCHOOL,UT GARFIELD SCHOOL DISTRICT,UT SOUTH SANPETE SCHOOL DISTRICT,UT GATEWAY PREPARATORY ACADEMY,UT SOUTH SUMMIT SCHOOL DISTRICT,UT GEORGE WASHINGTON ACADEMY,UT SPECTRUM ACADEMY,UT GOOD FOUNDATION ACADEMY,UT SUCCESS ACADEMY,UT GRAND SCHOOL DISTRICT,UT SUCCESS SCHOOL,UT GRANITE DISTRICT,UT SUMMIT ACADEMY,UT GUADALUPE SCHOOL,UT SUMMIT ACADEMY HIGH SCHOOL,UT HAWTHORN ACADEMY,UT SYRACUSE ARTS ACADEMY,UT INTECH COLLEGIATE HIGH SCHOOL,UT THOMAS EDISON-NORTH,UT Requirements for National Cooperative Contract Page 23 of 24 Page 1206 of 1406 TIMPANOGOS ACADEMY,UT SOUTHERN OREGON UNIVERSITY(OREGON TINTIC SCHOOL DISTRICT,UT UNIVERSITY SYSTEM) TOOELE SCHOOL DISTRICT,UT SOUTHWESTERN OREGON COMMUNITY COLLEGE TUACAHN HIGH SCHOOL FOR THE PERFORMING TULANE UNIVERSITY ARTS,UT TILLAMOOK BAY COMMUNITY COLLEGE UINTAH RIVER HIGH,UT UMPQUA COMMUNITY COLLEGE UINTAH SCHOOL DISTRICT,UT UNIVERSITY OF HAWAII BOARD OF REGENTS UTAH CONNECTIONS ACADEMY,UT UNIVERSITY OF HAWAII-HONOLULU COMMUNITY UTAH COUNTY ACADEMY OF SCIENCE,UT COLLEGE UTAH ELECTRONIC HIGH SCHOOL,UT UNIVERSITY OF OREGON-GRADUATE SCHOOL UTAH SCHOOLS FOR DEAF&BLIND,UT UNIVERSITY OF PORTLAND UTAH STATE OFFICE OF EDUCATION,UT UNIVERSITY OF NEW ORLEANS UTAH VIRTUAL ACADEMY,UT WESTERN OREGON UNIVERSITY VENTURE ACADEMY,UT WESTERN STATES CHIROPRACTIC COLLEGE VISTA AT ENTRADA SCHOOL OF PERFORMING WILLAMETTE UNIVERSITY ARTS AND TECHNOLOGY,UT XAVIER UNIVERSITY WALDEN SCHOOL OF LIBERAL ARTS,UT UTAH SYSTEM OF HIGHER EDUCATION,UT WASATCH PEAK ACADEMY,UT UNIVERSITY OF UTAH,UT WASATCH SCHOOL DISTRICT,UT UTAH STATE UNIVERSITY,UT WASHINGTON SCHOOL DISTRICT,UT WEBER STATE UNIVERSITY,UT WAYNE SCHOOL DISTRICT,UT SOUTHERN UTAH UNIVERSITY,UT WEBER SCHOOL DISTRICT,UT SNOW COLLEGE,UT WEILENMANN SCHOOL OF DISCOVERY,UT DIXIE STATE COLLEGE,UT COLLEGE OF EASTERN UTAH,UT HIGHER EDUCATION UTAH VALLEY UNIVERSITY,UT ARGOSY UNIVERSITY SALT LAKE COMMUNITY COLLEGE,UT BATON ROUGE COMMUNITY COLLEGE,LA UTAH COLLEGE OF APPLIED TECHNOLOGY,UT BIRTHINGWAY COLLEGE OF MIDWIFERY BLUE MOUNTAIN COMMUNITY COLLEGE STATE AGENCIES BRIGHAM YOUNG UNIVERSITY-HAWAII ADMIN.SERVICES OFFICE CENTRAL OREGON COMMUNITY COLLEGE BOARD OF MEDICAL EXAMINERS CENTENARY COLLEGE OF LOUISIANA HAWAII CHILD SUPPORT ENFORCEMENT AGENCY CHEMEKETA COMMUNITY COLLEGE HAWAII DEPARTMENT OF TRANSPORTATION CLACKAMAS COMMUNITY COLLEGE HAWAII HEALTH SYSTEMS CORPORATION COLLEGE OF THE MARSHALL ISLANDS OFFICE OF MEDICAL ASSISTANCE PROGRAMS COLUMBIA GORGE COMMUNITY COLLEGE OFFICE OF THE STATE TREASURER CONCORDIA UNIVERSITY OREGON BOARD OF ARCHITECTS GEORGE FOX UNIVERSITY OREGON CHILD DEVELOPMENT COALITION KLAMATH COMMUNITY COLLEGE DISTRICT OREGON DEPARTMENT OF EDUCATION LANE COMMUNITY COLLEGE OREGON DEPARTMENT OF FORESTRY LEWIS AND CLARK COLLEGE OREGON DEPT OF TRANSPORTATION LINFIELD COLLEGE OREGON DEPT.OF EDUCATION LINN-BENTON COMMUNITY COLLEGE OREGON LOTTERY LOUISIANA COLLEGE,LA OREGON OFFICE OF ENERGY LOUISIANA STATE UNIVERSITY OREGON STATE BOARD OF NURSING LOUISIANA STATE UNIVERSITY HEALTH SERVICES OREGON STATE DEPT OF CORRECTIONS MARYLHURST UNIVERSITY OREGON STATE POLICE MT.HOOD COMMUNITY COLLEGE OREGON TOURISM COMMISSION MULTNOMAH BIBLE COLLEGE OREGON TRAVEL INFORMATION COUNCIL NATIONAL COLLEGE OF NATURAL MEDICINE SANTIAM CANYON COMMUNICATION CENTER NORTHWEST CHRISTIAN COLLEGE SEIU LOCAL 503,OPEU OREGON HEALTH AND SCIENCE UNIVERSITY SOH-JUDICIARY CONTRACTS AND PURCH OREGON INSTITUTE OF TECHNOLOGY STATE DEPARTMENT OF DEFENSE,STATE OF OREGON STATE UNIVERSITY HAWAII OREGON UNIVERSITY SYSTEM STATE OF HAWAII PACIFIC UNIVERSITY STATE OF HAWAII,DEPT.OF EDUCATION PIONEER PACIFIC COLLEGE STATE OF LOUISIANA PORTLAND COMMUNITY COLLEGE STATE OF LOUISIANA DEPT.OF EDUCATION PORTLAND STATE UNIVERSITY STATE OF LOUISIANA,26TH JUDICIAL DISTRICT REED COLLEGE ATTORNEY RESEARCH CORPORATION OF THE UNIVERSITY OF STATE OF UTAH HAWAII ROGUE COMMUNITY COLLEGE SOUTHEASTERN LOUISIANA UNIVERSITY Requirements for National Cooperative Contract Page 24 of 24 Page 1207 of 1406 r � tGreensmaster," 3150-0 The next generation of the world's favorite riding greesrnower. �S t} z-i n�41 f I I r� d r i 1� 2011broCumnepicia.EppmentGuide 15DOST Rev,21115 49 Page 1 f 1406 Greensmaster"3150-0 Specifications' MMOMM 1 1 1 1 !1 1 leg ENGINE 10 he 03.4 IrVit @31600 rpm.,Briggs&Stratton'gasoline ongirse,governed to 2850 rpm high idle,1450 roar low idle,Air-cooled. unleaded "['oe� ..................... CA p Sys'd g'til poll 2 TY 7�- "Y" FUEL CAPACITY 7 gallon�26.5 liter)capacity;uneaded gascturie� .................... TRACTION DRIVE Hod.rauts piston.pump,closed loop e`star 2Wl]loardnA Hydrostatic or TOM Series Parallel piston Pump closed loop system.Foot pedal toward as;rl r8yerse,infinitely sardidr, Forward-mowing speed is variable from 2-5 migh,(3.2-8 kinnitl adjusted by step on latest mechanism.Mow speed setting does not iffIrt transport snood.Maximum GROUND SPEED 6.....reastrur 3150-0 transport speed is 0.8 mash(14.4 knife),may be reduced by adjusting stop in footrest pan without affecting mol speeds.Reverses 2.5 mill (4.0 kill maximum. TURF COMPACTION 8-19 psi(dependent on tire pressure)with operator and cutting units down. i .... ..........................- -............. ....... IMPLEMENT DRIVE Single gear pump,period valve block,series reel drive to 3 motors. STEERING Power steering.Adjustable steering wheel tilt and a 5-positil steering arm tilt. -—__-_........ CONTROLSIMAUGES RaGoillawer-clow[ever(joystick).Functional control[ever(neutral,mow,transport).Foot operated traction drive and brakes.Hour meter.Hand operated throttle and choke.Mechanical engine speed control. ELECTRIL FEATURES '2-volt tead acid,group size U`I,will 3CO minimum cold cranking amps at 0°F and 34 minutes reserve capacity at 85°F125 amps draw.16 amp alternator.1� inhirl,. CA switchlitri Seat switch.Planless terminals add fuse shcol,avareable for oplorl lights installatdr. ...........—'----L----- ­­--------............ Three thre:Three 18 x 115-8,4-ply pneumatic Wheless demountable and interchangeable with smooth tread. TIRESIWHEELSIPRESSURE V 2 psi front;8-15 psi rear,Options!Traction Tire(4-ply):PIN 11 P-3516. --—-­--­---- -------------- BRAKES Two 6"(15.2 cm,I drum type. HYDRAULIC OIL 7.5 gallon(20.4 life,,)tank with internal battle,J.il Cogan�t3.8 liter)auxiliary fork. LEAK DETECTION Equipped with Turf Guarciarl leak detection system. SOUND LEVEL 82 dB(A)at operator's ear under nortored conditions. OVERALL DIMENSIONS Wheel Tread:44.5`(1493 cm),Wheel Base:47'(119 red,Length:90'(229 crud,Width:697(177 car)w1reels,Height:XY(109 cpo;,Waight 1,087 tbs,(493 WIDTH OF CUT 59'(150 cm) REEL SPEED Approximately 1975 RPM at 2850 engine RPM,Adjustable, ...................... .................. BACK APING Standard equipment, CUTTING UNIT SUSPENSION Cutting units are completely free-floating,each attaching to the trader by direct putt links and lifted by a centered lift arm.Baskets are supported by carrier frames that are ground following.Cutting drift floatation is unaffected by basket content.Gross baskets are all interchangrabole and accessible from the front of the machine. ROSS Bell Over Protection System standard. .............. .............. .......... CERTIFICATION C,,rbf'r all at ANSI specification B71.4-2012 and European CE standards with appropriate kits installed. pt1 ------------- ............................................. .... ....... ...... WAR AN Two-year Ittinted warranty.Refer to the Operator's Manuel for further details, NEE= TRACTOR Fneso,utthng units%vi[i mil an any Toro riding nirperisinaster(excii;0.g Greensmaster Trylex"33xx/34xx series). I r r ............................_-1111-111111111 11111111111-1-1111111111.......................... .................. m. HEIGHT OF CUT III height is adjusted on front rellar bf hal vertd;ar screws and hold by two looking cap screws.Bench 110"range .G,167-37 01.6-7,5 sorn).With high HOC kif (HOCA RANGE range 1(73-25.4 men).Effective HOIC may vary depending So turf conditions and bodil ifletatled. REEL WELOMENT Reels are 5'lil 3 can)in diameter,21'1 cm, °in lonati.High camon steel blades are welded to 5 stamped steel spiders,and bear treated.The l is ground f2r diameter and concentricity,and relief ground. Two stainless sleg half bearings,30-1 i-A ol intode rRamoler side Ft outo rest shed retained by Infernally splined threaded inscl Lov,dreg seats!stegrers fcr added REEL BEARINGS luctaluflion will onscaled mal a,`a currfisrws�ghll.'Real postlial mznritahred by a wave instill wth eu adjusting nut. MAINTENANCE No grease zel-ks,sealed bearing design eliminates daily maintenance. —---—--------------...... -11111 1-1-........... ................. REEL DRIVE The rest wafidmisrot shaft is a 1.375"135 rni diameter tube with innI splifled threaded insert. FRAME Pralcisicir machined,die-cast aluminum cross merl with two bolt-on die-cast zhunrifflum side Mail ..............................................___. ........... AGGRESSIVENESS Aggressiveness stays constant thraughout the life of dre real.Polarized design. ..........._­­­___...____................................... .....__­------------- BED KNIFE Reptaceall single edged Edgirlill NI'Vocaut Soulkil iiters standard. ............._-_1---_._--_._. ................1—�............ BEDKNIFE ADJUSTMENT Poor screw,indexed'iAlck"adjustment to'!is reel;floterim cof.,osponefing'in bi]107'(.018 one) deaknifit movement for each position. ............____............................. .......... ------__ .........__------------------------- —--—--lac-- ........... ....................................... F�sunri,:�?t!etlnjc' ej with cutting-�nf�ourct�ased separately Or"flon between frill,narrow-spaced and while-spaced Wieh;R roller. Roar: to �u FRONT REAR ROLLERS t, (51 cm)diameter'with eimied bearings and monagh-shall. GRA SS SHIELD Ncn-a hurIumle snood with adjuMalsle cut-off be,,to improve grass discil from reel in wet conditions, 1 8-olail 72 Ll S2.7 )with dummum VilRoller.RtI 1-titail 75 tbs.(24 kg}with atunithourn Narrow Wichita Ruder. TOTAL WEIGHT I i4-blade:76 lbs.(35-1 with aluminum Wcd a Rcl'K *Specificadons and design subject to crae,..ga without notice.Products depicted In this literature are far demonstration purposes only.Actual products offered for sale may vary in use,design,required ifia0mens and safety features.Consult your local Toro Distributor. The(secisr-riaster 3159-0 is ilturcd Is 01111, 2015 Toro Commercial Equipirl Guide 15-003-T Rel so Tomah,N ISO 9002 Unified Pic P—age 1A�f 1406 Greensmaster' 3150-0 Accessories TRACTION UNIT ACCESSORIES CUTTING UNIT&REEL OPTIONS RFDKiFE REDRAR OPTIONS .a...... �..,,. 044 r 6 3-VI-heel Drive Ke 046'S lade CLIffing Url I 4 a 6-2 RlLrNe t 3-„zn€to 34414 Thatching Reel(Set at 1; ' ��� 9 Blade tw�a.,a}Ora€t tai63 "1 1 ; — - fr' a€�rsarae I Re3x to L 04494 Greens cg€3e�MR 04624 14-Blade Cuttra g Unit 93 4264 � Low ,a tigodkra°te _... — —. ......... 34495 "Greens 3, s`„1Ler Kit 11.4-4103 3 6€-3e'Feel(9dividuai') 94-6392 High Cy`6 3K sre - _ 1,r l _- Armrest Ki' 111-465,1 � 5-Ka(a4e RM,r,Navy Kar€,O f "victual) 6 3630 Fairwa.v'1eft.nite -- _ 6 1r�c,ticr�l r- ;9 & .¢., 3a ac Reel iF€G Ii Uat IC 3? C;,e„ 4. r3 c�epJr':'.e { ...... 14564 Light Kit 127-2202 14-Blade Raer(I€,6 ridua!", 115 411 vrra_e3 11„rnan onl 3e 'aeite tf 134-4524 '-v;ira�;LEr Qst Ca„ate€�Kit 11,�E R3C ggePreaxT1°Kiu,:=cu8 3evr.a re(5t� ,_,.�, 106-6472 racfic,r,Speed Control K€1 GROOMER OPTIONS ,..-1 31 a e,� x sr€ met 3e r:;1Belle �v ____._,.... ... _ �47H rnomer de �r 'Sol of 1 2...-r=iG .. tne4ax'7f Fairway3e 2.ttfrSpa,l,r€restar tpreae .... ....... ....... € Girt:�'aidin€ Shade, a 7'r2 u€Yi�'S.r#e'�t:��€`t4�SRs.e f"Gi C.�i 106-1648-0 i fi (Standard) ........ 1J11-64422WO9Yr:irt{1tKit �,. r,awteBrush a ete 1' 99-3794-03 4ggeersi e5e.3Erar �. 99-1645 3Wt11ta"e41 Kit 04V4 ;,revers Ps rior Bras! Scft 1115-47h4 I wk,62SS I;Yar meter 22; ee Es Per,eG..:r Eras. -511ff THATCHING REEL ACCESSORIES l0iii- x4;3 ( G,s nk.r a,.,L '[17-6824 =a , h ;3„ Ill(Sy€av �3t„s16??s€Iid3Sa'ea�"r; ROLLER OPTIONS 04744 Grooming Reel Thin,Made;`yet of 1, 114626 Front Kafiraw 'et;le Mie€Ise.at 3, 115�112R �v,.g.>kq;i � V'9 — SCRAPER OPTIONS 04627 Grant Wide Metro E Railer(set of at 3y�,a;,jw t461 125-5303 1 Narrow,1 a e PUNanerL ! riei 1 t t 2.:,c,:9L +, is 7<€r<te A'ieh.e 9,„ ar aS rax er 112-6849 ( �t€r`"7...!�t.t ^;^'tg t Oc,.3;�, ,"� 04628 an€#Steel Roller K€ R apse From ruiu -r 04624 I Anti Ele41rtnno Ra?ter i i " 7 Front.uuC,'h1;¢r`,e1le 4'Ct�€`r oae- 6€"vSh ^ a a,. 21 sN7 �t € F, 3 c F.,l 71- 0 sIran Rear Wr i ¢Roller zt'1€ e? ""1 PorF `K.J-r re; 9525 t eY Steel, , rr55 ..... a: t si i s 33°r Fr~l R�€,c 1,,rpa 1r€r�� - - - 12..6...4...7... E(r n.-.w..._d._ eh!e «11r 7 .uNa",CCfyTle 3pO-HYDRAtiIG FLUID HYDRAULIC FLUID l OIL?r 2 �cd€ " 34253 Extended Narrow Wiehle RoHer _..__. =6e fs ah gvlia„Sx.ra .”Carrie 119.213"7 G€e Hy draulis.luin^`gat (18,9 L"} 34267 Narrow Wiphte Ratter€tar pas a[ rcr1 7,32 °.o.{.ull Ro.r ,.aper Cs^�^x, 119 2 3R Bin Hydra tir Fbod,a e gat.°x3 11 3 1 11.2 11 1111-3513 Steel Narrow Wieir€Ea Roger ­15 x53 1esr R 'e raper 1r' 1178 Prrarktm lyrl€at € Fiord 5 gal`1(1.4 t.? 1123-°°?5915 SM Bei ¢tie (standard) 2 248 A t.sta le§1a a°Raller Scraper 11 08-1177 � Preno rn 6y6r2ulie l lai�t,s5 gal.(232.2 L) "25 3183 C1'4,1ear dotter Extens€an K Spdng Leaded 1.,a r 1nt;er Scraper 108-1197 Prennunn Engine Oil SAE 311,i ga1.113.9 111-9603High EEe€pht at Cut lisp 1,et.:t 3; ... c -. 1(,3-1146 Ptarmus Fngine Oil S49 30,rx gat,(2G3,t Ll 34249 Split Full Front Re l.er 1074561 4 t. tiob,i g Roo r Scraper e Kit ---- Farrow v� ehle Rollo t�f-ilia a,tn!.:n Rcaa Rolle 3rr_ia 1Ci�11Set of 1, 3233 SPrp s g TOOLS 04399 Turf Evaluator I2 61 Paper Reed. 2 :61 M6 shm:-keeE r'i, T1 .. Haigirt of Cut Bar Assembly "nnan'.-,u€, >ant r ,.ridurt ",c„N;ai?.gra,.ngrir.a e.at,�r,.raqin, 3„w«afls” a r.r-¢a=. 3,{i[n n;. N aa,, =.,.,,r wF L iprsgnr.€ttr,iGra-003-1 Rev,V15 51 �v*n,'aA Y ,�..,. 0f 1406 1301 NW3rd StreetQuotation E.sx 4913 O C)eeriieI�3 E"ea�'LFF 33442 Tel 954-429-3200 0 Fax 954-725-6701. Sold To: Date: 01/15/20 The Links at Boynton Beach Quote# Q29270-2 Attn: Mr. Glen Landgraf Terms NET30 Golf Course Superintendent 8020 Jog Road Boynton Beach, FL 33472 Via E-mail tapperrAbbsl.us The Links at Boynton Beach Qty. Model Description Sugg Price Unit Price Extension 2 04358 Toro Greensmaster 3150-Q $30,488.00 $ 23,841.62 $ 47,683.23 6 04654 11 Blade Cutting Unit $2,856.00 S 2,233.39 S 13,400.35 2 04626 Narrow Wiehle Roller(.200 Inch Spacing)(Set of 3) $1,207.00 S 943.87 S 1,887.75 6 1 04648 Universal Groomer Drive $1,930.001 S 1,509.26 S 9,055.56 6 04802 Twin Tip Groomer Blade Assembly(21 Inch) $764.00 S 597.45 S 3,584.69 2 138-4976 Pull Link Kit(Set Of 3) $760.65 S 594.83 S 1,189.66 2 04554 Light Kit-LED $641.00 S 501.26 S 1,002.52 Total Amount for(2)Toro Greensmaster 3150-Q $ 77,803.76 4 04358 Toro Greensmaster 3150-Q $30,488.00 $ 23,841.62 $ 95,366.46 12 04654 11 Blade Cutting Unit $2,856.00 S 2,233.39 S 26,800.70 12 120-9600 High HOC Kit $139.76 S 109.29 S 1,311.51 4 04626 Narrow Wiehle Roller(.200 Inch Spacing)(Set of 3) $1,207.00 S 943.87 S 3,775.50 4 04554 Light Kit-LED I S641.001 S 501.26 S 2,005.05 Total Amount for(4)Toro Greensmaster 3150-Q 129,259.22 Total Package Before Incentive $ 207,062.98 Smart Value Discount $ (45,715.16) Total Package After Incentive $ 161,347.82 Toro Pricing per National IPA Contract#2017025 http://www.nationalipa.orgNendors/Pages/TheToroCompany.aspx Terms: All prices quoted FOB Deerfield Beach unless otherwise indicated. The preceding pricing is valid for 30 Days. Prices and incentives based upon complete package purchase. Prices include assembly where applicable and accessability to parts and service manuals. Timing of delivery may vary and is subject to manufactures availability. Purchaser is responsible for applicable taxes and duties. No credit card payments on equipment purchases. Quotation Provided By: HECTOR TURF Thomas B DeYoung Senior Sales Representative Commercial Products Serving,South Florida for Over 100 Years Page 1211 of 1406 8.A. PUBLIC HEARING 1/21/2020 City of Boynton Beach Agenda Item Request Form Commission Meeting Date: 1/21/2020 Requested Action by Commission: Proposed Ordinance No. 20-002 - Second Reading -Approving the Boynton Beach Mall Rezoning from C-3, Community Commercial, to SMU, Suburban Mixed Use. Applicant: Bonnie Miskel, Esq., of Dunay, Miskel and Bachman, LLP. (The applicant has requested to continue this agenda item to the February 18, 2020 Commission Meeting.) Explanation of Request: The Boynton Beach Mall (the Mall) encompasses approximately 108 acres and currently has six owners. The four parcels that constitute the largest part of the area are owned by Washington Prime Group (Boynton Beach Mall LLC). Other property owners include Macy's Florida Stores, Regional Enterprises, Dillard's, Istar Florida 2015 Cinemas and Christ Fellowship Church. The Mall's main, single-story structure houses the anchor retail tenants of Macy's, Dillards and JCPenney as well as the Christ Fellowship Church. The other two buildings are the Cinemark Boynton Beach movie theater and Texas Roadhouse restaurant. The Boynton Beach Mall was built as a Development of Regional Impact (DRI) pursuant to the provisions of Chapter 380.06 of the Florida Statutes. The Development Order for the DRI expired in 2012, but the Mall retained the DRI future land use category until April 16, 2019 adoption of the FLUM amendment that changed the classification from DRI to Mixed Use Low(MXL). In a follow-up to this city-initiated action, the applicant submitted a request for rezoning of the mall from the current C-3 Community Commercial district to the SMU, Suburban Mixed Use district. It should be noted that the SMU is the only district corresponding to the MXL future land use classification for properties located west of Interstate 95, and hence the only option for the MXL-designated Mall. The Pine Preserve, a part of the Boynton Beach Mall LLC property located in the northwest area of the site, is not included in the rezoning. The preserve retained its Recreational (R) FLU category, and thus will also retain its recreational (REC) zoning. It is, however, a part of the Master Plan for the Mall, submitted concurrently with the rezoning application. The Planning & Development Board reviewed this request at its December 9th meeting and recommended it for approval. How will this affect city programs or services? No significant impact on either programs or services Fiscal Impact: None at this time, but the future redevelopment of the Mall will contribute to the City's tax base. Alternatives: None recommended Strategic Plan: Page 1212 of 1406 Strategic Plan Application: The subject item is located within an area subject to a planning study identified to be completed under Strategic Plan Project 2.6.1. Subject application represents a key component within the future Congress Avenue Corridor (Mall) District. Climate Action: No Climate Action Discussion: N/A Is this a grant? Grant Amount: ATTACHMENTS: Type Description D Ordinance Ordinance approving Boynton Mall Rezoning D Staff Report Staff report D Location Map EXHIBITAIL BB MALL Ownership D Location Map EXHIBITA2. BB MALLAerial D Location Map EXHIBIT B. BB MALL Current FLU D Location Map EXHIBIT C. BB MALL Current Zoning D Location Map EXHIBIT D. BB MALL Proposed Zoning Page 1213 of 1406 1 ORDINANCE NO. 20- 2 3 AN ORDINANCE OF THE CITY OF BOYNTON BEACH,FLORIDA, 4 AMENDING ORDINANCE 02-013 TO REZONE A PARCEL OF 5 LAND DESCRIBED HEREIN AND COMMONLY REFERRED TO AS 6 BOYNTON MALL FROM COMMUNITY COMMERCIAL (C-3) TO 7 SUBURBAN MIXED USE (SMU); PROVIDING FOR CONFLICTS, 8 SEVERABILITY,AND AN EFFECTIVE DATE. 9 10 WHEREAS, the City Commission of the City of Boynton Beach, Florida has adopted 11 Ordinance No. 02-013, in which a Revised Zoning Map was adopted for said City; and 12 WHEREAS, the property owner has made application to rezone land, said land being 13 more particularly described hereinafter, from Community Commercial (C-3) to SUBURBAN 14 MIXED USE(SMU); and 15 WHEREAS, the City Commission conducted public hearings as required by law and 16 heard testimony and received evidence which the Commission finds supports a rezoning for the 17 property hereinafter described; and 18 WHEREAS, the City Commission deems it in the best interests of the inhabitants of 19 said City to amend the aforesaid Revised Zoning Map as hereinafter set forth. 20 NOW, THEREFORE, BE IT ORDAINED BY THE CITY COMMISSION OF 21 THE CITY OF BOYNTON BEACH, FLORIDA, THAT: 22 Section 1. The foregoing Whereas clauses are true and correct and incorporated 23 herein by this reference. 24 Section 2. The land herein described be and the same is hereby rezoned from 25 Community Commercial (C-3) to SUBURBAN MIXED USE (SMU). A location map is 26 attached hereto as Exhibit "A" and made a part of this Ordinance by reference. Legal 27 Description: 28 29 A TRACT OF LAND LOCATED IN SECTION 19,TOWNSHIP 45 SOUTH,RANGE 43 EAST, 30 COUNTY OF PALM BEACH,FLORIDA,AND FURTHER DESCRIBED AS FOLLOWS: 31 32 A TRACT OF LAND LOCATED IN SECTION 19,TOWNSHIP 45 SOUTH,RANGE 43 EAST, 33 COUNTY OF PALM BEACH, FLORIDA, AND FURTHER DESCRIBED AS FOLLOWS: 34 BEGINNING AT THE SOUTHEAST CORNER OF SECTION 19, TOWNSHIP 45 SOUTH, 35 RANGE 43 EAST; THENCE N.0°59'39'W. ALONG THE EAST LINE OF SECTION 19, A 36 DISTANCE OF 1898.10 FEET TO A POINT;THENCE S.89°00'21"W.,A DISTANCE OF 60.00 37 FEET TO THE PRINCIPAL POINT AND PLACE OF BEGINNING OF THE FOLLOWING 38 DESCRIPTION: THENCE S.88°05'26"W., A DISTANCE OF 846.73 FEET TO A POINT; 39 THENCE S.43032'54"W.,A DISTANCE OF 57.02 FEET TO A POINT; THENCE S.0059'39"E., 40 A DISTANCE OF 258.27 FEET TO A POINT;THENCE S16°46'44"E.,A DISTANCE OF 199.60 S:\CA\Ordinances\Planning\Rezoning\Boynton Mall-Rezone-Ordinance.docx Page 1214 of 1406 41 FEET TO A POINT, THENCE S.0°59'39"E., A DISTANCE OF 102.20 FEET TO A POINT; 42 THENCE S.44046'34"E, A DISTANCE OF 14.45 FEET TO A POINT ON THE NORTHERLY 43 LINE OF BOYNTON WEST ROAD (FORMERLY OLD BOYNTON ROAD); THENCE 44 N.89046'34"W.,ALONG SAID NORTHERLY LINE,A DISTANCE OF 1684.28 FEET TO THE 45 POINT OF INTERSECTION WITH THE EASTERLY LINE OF JAVERT STREET; THENCE 46 N.0°51'51"W.,ALONG SAID EASTERLY LINE,A DISTANCE OF 1228.05 FEET TO A POINT; 47 THENCE S.87058'2I"W.,A DISTANCE OF 20.01 FEET TO A POINT;THENCE N.0°51'51"W., 48 A DISTANCE OF 85.00 FEET TO A POINT; THENCE N.87058'21'E.,A DISTANCE OF 55.65 49 FEET TO A POINT; THENCE N.25014'17"E., A DISTANCE OF 362.64 FEET TO A POINT; 50 THENCE N.0053'26"W.,A DISTANCE OF 362.94 FEET TO A POINT;THENCE N.32013'52"E., 51 A DISTANCE OF 315.12 FEET TO A POINT;THENCE N.000 1'27"E.,A DISTANCE OF 244.69 52 FEET TO A POINT ON THE SOUTH RIGHT-OF-WAY LINE OF BOYNTON CANAL; 53 THENCE N.88005'26"E., ALONG SAID SOUTH RIGHT-OF-WAY LINE, A DISTANCE OF 54 1801.04 FEET TO A POINT; THENCE S.0059'39"E, A DISTANCE OF 472.86 FEET TO A 55 POINT; THENCE N.88005'26"E., A DISTANCE OF 328.87 FEET TO A POINT ON THE 56 WESTERLY LINE OF CONGRESS AVENUE; THENCE S.0059'39"E., ALONG SAID 57 WESTERLY LINE, A DISTANCE OF 130.01 FEET TO A POINT; THENCE N.46027'06'W., A 58 DISTANCE OF 56.11 FEET TO A POINT; THENCE S.88005'26"W., A DISTANCE OF 430.00 59 FEET TO A POINT; THENCE S.0059'39"E., A DISTANCE OF 609.99 FEET TO A POINT; 60 THENCE N.88005'26"E.,A DISTANCE OF 430.00 FEET TO A POINT;THENCE N.43032'54"E., 61 A DISTANCE OF 57.02 FEET TO A POINT ON THE WESTERLY LINE OF CONGRESS 62 AVENUE;THENCE S.0059'39"E.,ALONG SAID WESTERLY LINE,A DISTANCE OF 170.01 63 FEET TO A POINT; THENCE N.46027'06"W., A DISTANCE OF 56.11 FEET TO A POINT; 64 THENCE S.88005'26"W.,A DISTANCE OF 608.00 FEET TO A POINT;THENCE S.0059'39"E., 65 A DISTANCE OF 230.00 FEET TO A POINT;THENCE N.88005'26"E.,A DISTANCE OF 340.00 66 FEET TO A POINT; THENCE S.0059'39"E., A DISTANCE OF 150.00 FEET TO A POINT; 67 THENCE S.88005'26"W,A DISTANCE OF 340.00 FEET TO A POINT;THENCE S.0059'3911E., 68 A DISTANCE OF 229.99 FEET TO A POINT;THENCE N.8800512611E.,A DISTANCE OF 608.00 69 FEET TO A POINT; THENCE N.4303215411E, A DISTANCE OF 57.02 FEET TO A POINT ON 70 THE WESTERLY LINE OF CONGRESS AVENUE; THENCE S.005913911E, ALONG SAID 71 WESTERLY LINE,A DISTANCE OF 130.01 FEET TO THE PRINCIPAL POINT AND PLACE 72 OF BEGINNING. 73 74 CONTAINING 4,796,896 SQUARE FEET, 110.121 ACRES,MORE OR LESS. 75 SUBJECT TO EASEMENTS,RESERVATIONS,AND/OR RIGHTS-OF-WAY OF RECORD. 76 77 78 Section 3. That the aforesaid Revised Zoning Map of the City shall be amended 79 accordingly. 80 Section 4. All ordinances or parts of ordinances in conflict herewith are hereby repealed. 81 Section 5. Should any section or provision of this Ordinance or any portion thereof be 82 declared by a court of competent jurisdiction to be invalid, such decision shall not affect the 83 remainder of this Ordinance. 84 Section 6. This ordinance shall become effective immediately upon passage. 85 FIRST READING this day of 2020. S:\CA\Ordinances\Planning\Rezoning\Boynton Mall-Rezone-Ordinance.docx Page 1215 of 1406 86 SECOND, FINAL READING and PASSAGE this day of , 2020. 87 CITY OF BOYNTON BEACH, FLORIDA 88 YES NO 89 90 Mayor— Steven B. Grant 91 92 Vice Mayor—Justin Katz 93 94 Commissioner—Mack McCray 95 96 Commissioner—Christina L. Romelus 97 98 Commissioner—Ty Penserga 99 100 VOTE 101 ATTEST: 102 103 104 105 106 Crystal Gibson, MMC 107 City Clerk 108 109 110 111 (Corporate Seal) S:\CA\Ordinances\Planning\Rezoning\Boynton Mall-Rezone-Ordinance.docx Page 1216 of 1406 DEVELOPMENT DEPARTMENT PLANNING AND ZONING DIVISION MEMORANDUM NO. PZ 19-030 STAFF REPORT TO: Chair and Members Planning and Development Board THRU: Ed Breese Planning and Zoning Administrator FROM: Hanna Matras, Senior Planner DATE: November 25, 2019 PROJECT: Boynton Beach Mall Rezoning (REZN 19-001) REQUEST: Approve Boynton Beach Mall Rezoning from C-3, Community Commercial, to SMU, Suburban Mixed Use. PROJECT DESCRIPTION Property Owners: Boynton Beach Mall, LLC (owned by Washington Prime Group, LLC)—four (4) parcels; remaining parcels owned by Macy's Florida Stores, LLC; Regional Enterprises, LLC; Dillard's, Inc.; Istar Florida 2015 Cinemas, LLC; and Christ Fellowship Church, Inc. (Exhibit "Al") Applicant: Bonnie Miskel, Esq. / Matthew Scott, Esq. / Beth Schrantz, Land Planner, of Dunay, Miskel and Bachman, LLP Location: Area bounded by Boynton Canal on the north, Old Boynton Road on the south, developed commercial properties/Congress Avenue on the east, LWDD L-23 Canal on the northwest and Javert Street on the southwest (Exhibit "A2") Future Land Use Mixed Use Low (MXL) (Exhibit "B") Current Zoning: C-3, Community Commercial (Exhibit "C") Proposed Zoning SMU, Suburban Mixed Use (Exhibit "D") Acreage: +/- 108.30 acres Page 1217 of 1406 Page 2 Boynton Beach Mall REZN 19-001 Adjacent Uses: North: Right-of-way for Boynton Canal; farther to the northwest, a mobile home community Sand and Sea Village in the unincorporated Palm Beach County, classified HR-8 High Residential and zoned RS, Residential Single Family; to the northeast, Savanah Lakes Apartments, classified Medium Density Residential (MeDR) and zoned PUD, Planned Unit Development, and farther east, Courtyard By Mariott Boynton Beach Hotel, classified Local Retail Commercial (LRC) and zoned C-3, Community Commercial; South: Right-of-way for Old Boynton Road, and farther south,Walmart and other developed commercial properties, classified Local Retail Commercial (LRC) and Office Commerical (OC) and zoned C-3, Community Commercial and C-1, Office Commercial; East: Developed commercial office and retail properties, then right-of- way for Congress Avenue; farther east-northeast, developed commercial outparcels of the the mixed use development of Boynton Village, classified Mixed Use Low (MXL) and zoned SMU, Suburban Mixed Use; to the southeast, commercial development of Town Center, classified Local Retail Commercial (LRC) and zoned C-3, Community Commercial; and West: To the southwest, right-of-way for Javert Street; farther west, developed single-family home subdivision of West Boynton in the unincorporated county, classified Medium Residential (MR) and zoned RS, Residential Single Family; to the northwest, LWDD L- 23 Canal and then a pine preserve area, classified Recreational (R) and zoned REC, Recreation. THE SITE The Boynton Beach Mall (the Mall) encompasses approximately 108 acres and currently has six owners. The four parcels that constitute the largest part of the area are owned by Washington Prime Group (Boynton Beach Mall LLC). Other property owners include Macy's Florida Stores, Regional Enterprises, Dillard's, Istar Florida 2015 Cinemas and Christ Fellowship Church. The Mall's main, single-story structure houses the anchor retail tenants of Macy's, Dillards and JCPenney as well as the Christ Fellowship Church. The other two buildings are the Cinemark Boynton Beach movie theater and Texas Roadhouse restaurant. The mall currently includes 1,074,939 sq. ft. GLA (gross leasable area) of retail and 79,500 sq.ft. GFA (gross floor area) of theater, for a total of 1,154,439 sq.ft.. 2 Page 1218 of 1406 Page 3 Boynton Beach Mall REZN 19-001 BACKGROUND AND REQUEST The Boynton Beach Mall was built as a Development of Regional Impact (DRI) pursuant to the provisions of Chapter 380.06 of the Florida Statutes. The Development Order for the DRI expired in 2012, but the Mall retained the DRI future land use category until April 16, 2019 adoption of the city-initiated FLUM amendment that changed the classification from DRI to Mixed Use Low (MXL). The action—undertaken in preparation for redevelopment of the Mall— did not include rezoning, expected to be applied for by a developer at a later date, concurrently with a master plan for the entire site. The pine preserve, a part of the Boynton Beach Mall LLC property located in the northwest area of the site, was not the included in the subject amendment. The preserve retained its Recreational (R) FLU category, and thus will also retain its recreational zoning (REC). The applicant submitted a request for rezoning from the current C-3 Community Commercial district to a SMU, Suburban Mixed Use district, and a five-phase Master Plan, which will guide redevelopment of the Mall. The Master Plan proposes a mix of uses including: • A maximum of 1,420 multi-family residential dwelling units; • A maximum of 400 hotel rooms; • Approximately 1,024,000 square feet of non-residential uses, comprising roughly: ■ 629,000 square feet of shopping center uses, ■ 123,000 square feet of existing Church use, ■ 20,000 square feet of fitness center use, ■ 10,000 square feet of restaurant use, ■ 65,000 square feet of general office, ■ 65,000 square feet of medical office, ■ 80,000 square foot existing theatre with 3,650 seats, and ■ 23.3 acres of Open Space Note that the Master Plan does include the approximately 7.4 acre Pine Preserve, although the latter is not a subject of rezoning. For more information on the Master Plan, see the corresponding staff report. REVIEW BASED ON CRITERIA The following analysis adresses all the criteria for review of Comprehensive Plan Map amendments and rezonings listed in the Land Development Regulations, Chapter 2, Article II, Section 2.13.3 and Section 2.D.3. It should be noted that the requested zoning district of SMU is the only district corresponding to the MXL future land use classification for properties located west of Interstate 95, and hence the only option for the MXL-designated Mall. For that reason, the responses to the criteria below will parallel—when appropriate— those provided for the review of the earlier future land use amendment for the site. 3 Page 1219 of 1406 Page 4 Boynton Beach Mall REZN 19-001 a. Demonstration of Need. A demonstration of need may be based upon changing conditions that represent a demand for the proposed land use classification and zoning district. Appropriate data and analysis that adequately substantiates the need for the proposed land use amendment and rezoning must be provided within the application. Criterion as intended is not applicable. The current C-3 zoning of the Mall is inconsistent with its new MXL future land use designation. As stated above, the SMU is the only zoning option for the MXL-classified site. b. Consistency. Whether the proposed Future Land Use Map amendment (FLUM) and rezoning would be consistent with the purpose and intent of, and promote, the applicable Comprehensive Plan policies, Redevelopment Plans, and Land Development Regulations. Consistency with the Comprehensive Plan was addressed in the staff's review of the future land use amendment to the MXL classification. To reiterate, the MXL classification and thus the proposed rezoning of the site to SMU, its only corresponding zoning district, is consistent with the intent of several Comprehensive Plan Future Land Use Element policies, including: Policy 1.3.1 d Mixed Use category shall provide for the vertical or horizontal mixing of land uses within a single site in order to allow development and redevelopment in specific geographic areas of the City that take maximum advantage of existing utility systems and services, and promote compact development, safe and pedestrian-friendly streets, and provide transportation choices. Policy 1.8.2 The City shall discourage urban sprawl by, A. Continuing to promote compact developments within the City's utility service areas, while requiring the maximization of all public services for each development in the most cost effective manner possible, and B. Requiring, in all future development and redevelopment in the City, land use patterns that are non-strip in nature and demonstrate the ability to attract and encourage a functional mix of uses. For the analysis of the consistency of the Master Plan with the LDRs, see the corresponding sfaff report. c. Land Use Pattern. Whether the proposed Future Land Use Map amendment(FLUM) and rezoning would be contrary to the established land use pattern, or would create an isolated zoning district or an isolated land use classification unrelated to adjacent 4 Page 1220 of 1406 Page 5 Boynton Beach Mall REZN 19-001 and nearby classifications, or would constitute a grant of special privilege to an individual property owner as contrasted with the protection of the public welfare. This factor is not intended to exclude FLUM reclassifications and rezonings that would result in more desirable and sustainable growth for the community. As argued in staff's review for the FLUM amendment, the now approved MXL future land use is not contrary to the established land use pattern, nor did it create an isolated FLU classification. The land use pattern in adjacent and nearby areas is eclectic. it incorporates commercial uses of small and large retail (including Walmart), offices, a hotel (Courtyard by Mariott), as well as residential uses consisting of single-family, multi-family and mobile homes. Given that the subject site contains about 108 acres, the MXL and the proposed SMU zoning district can hardly be considered "isolated"; moreover, the MXL and SMU designations extend over an 80 acre area of Boynton Village community on the east side of North Congress Avenue. Finally, the MXL and its attendant SMU district will very likely be recommended for other areas of the Congress Avenue Corridor District—for example, MXL will eventually replace the DRI classification of Renaissance Commons, which already carries SMU zoning. d. Sustainability. Whether the proposed Future Land Use Map amendment(FLUM) and rezoning would support the integration of a mix of land uses consistent with the Smart Growth or sustainability initiatives, with an emphasis on 1) complementary land uses,- 2) ses,2) access to alternative modes of transportation, and 3) interconnectivity within the project and between adjacent properties. The proposed SMU zoning district is intended to support a large mixed use project with uses complementary to those within the project as well as those in the surrounding areas. Interconnectivity is one of the top project design requirements. Visitors and residents willl have access to PalmTran bus service along Congress Avenue. For more information of the sustainability features proposed for the Master Plan, see the corresponding staff report. e. Availability of Public Services / Infrastructure. All requests for Future Land Use Map amendments shall be reviewed for long-term capacity availability at the maximum intensity permitted under the requested land use classification. Water and Sewer. Long-term capacity availability for potable water and sewer for the subject request has been confirmed by the Utilities Department (see attached letter). So/id Waste. The Palm Beach County Solid Waste Authority determined that sufficient disposal capacity will be available at the existing landfill through approximately the year 2046. Drainage. Drainage will be reviewed in detail as part of site plans, land development, and building permit review processes. 5 Page 1221 of 1406 Page 6 Boynton Beach Mall REZN 19-001 Trak. The traffic study has been submitted to the Palm Beach County Traffic Division. As underlined in the staff report for the Mall's FLUM amendment, the traffic impacts associated with the redevelopment of the propoperty are not expected to exceed the 3,306 PM Peak Hour trip cap established in the Boynton Beach Mall DRI Development Order for the approved 1,244,449 Sq. ft. Gross Leasable Area (GLA). Traffic generation associated with the uses proposed by the Master Plan was subject to the equivalency analysis. Schools. The School Capacity Availability Determination application has been submitted. f. Compatibility. The application shall consider the following factors to determine compatibility. (1) Whether the proposed Future Land Use Map amendment (FLUM) and rezoning would be compatible with the current and future use of adjacent and nearby properties, or would negatively affect the property values of adjacent and nearby properties, and (2) Whether the proposed Future Land Use Map amendment (FLUM) and rezoning is of a scale, which is reasonably related to the needs of the neighborhood and the City as a whole. The response to criterion "f' parallels the response provided in review for the FLUM amendment: the proposed rezoning would be compatible with the current and future use of adjacent and nearby properties. See response to criterion "c." The redevelopment of the Mall will have a positive effect on property values of surrounding properties. (The incoming site plans will implement the Master Plan's measures aimed at mitigating potential negative impacts of the development on the single-family neighborhood to the west of the site.) While expanding the "Urban Village" model with its emphasis on walkability and public spaces from the east side of Congress Avenue to the west side, the proposed amendment will assure that the Congress Avenue Corridor continues to grow and thrive as the City's main commercial hub. It would benefit both the neighborhood and the City as a whole. g. Direct Economic Development Benefits. For rezoning/ FLUM amendments involving rezoning to a planned zoning district, the review shall consider the economic benefits of the proposed amendment, specifically, whether the proposal would: (1) Further implementation of the Economic Development (ED) Program,- (2) rogram,(2) Contribute to the enhancement and diversification of the City's tax base,- (3) ase,(3) Respond to the current market demand or community needs or provide services or retail choices not locally available,- (4) vailable,(4) Create new employment opportunities for the residents, with pay at or above the county average hourly wage, 6 Page 1222 of 1406 Page 7 Boynton Beach Mall REZN 19-001 (5) Represent innovative methods/technologies, especially those promoting sustainability; (6) Be complementary to existing uses, thus fostering synergy effects, and (7) Alleviate blight/economic obsolescence of the subject area. As affirmed in the staff's review of the FLUM amendment, redevelopment of the Boynton Beach Mall is supported by the City's Strategic Plan 2018-2022 and the 2016-2021 Economic Development Strategic Plan and therefore the requested rezoning meets criterion "g(1)". The ensuing project has also a potential to: • Enhance the City's tax base, reversing the downslide of the Mall's "legacy" properties' taxable value. (Between 2016 and 2017, the value of properties owned by Boynton Beach Mall LLC declined from $46,339,832 to $33,517,168.) • Replace the economically obsolete shopping center—enclosed mall—with a mixed use project driven by market demand and promoting sustainability through design attributes pertaining to energy saving, public realm development, alternative transportation etc. (criteria "g3", "g5", and "g7"); • Create/strengthen synergy of land uses on-site and within the Congress Avenue Corridor area as a whole (criterion "g6"). • Contribute to the net job growth and/or replace some lost low-wage retail positions with better employment opportunities (criterion "g4") if uses such as professional offices are eventually included. h. Commercial and Industrial Land Supply, The review shall consider whether the proposed rezoning/FLUM amendment would reduce the amount of land available for commercial/industrial development. If such determination is made, the approval can be recommended under the following conditions: (1) The size, shape, and/or location of the property makes it unsuitable for commercial/industrial development, or (2) The proposed rezoning/FLUM amendment provides substantiated evidence of satisfying at least four of the Direct Economic Development Benefits listed in subparagraph "g"above, and (3) The proposed rezoning/FLUM amendment would result in comparable or higher employment numbers, building size and valuation than the potential of existing land use designation and/or rezoning. The FLUM amendment and the proposed rezoning of the Mall can potentially reduce the amount of land available for commercial development since the MXL and SMU encourage a mix of residential and commercial uses. Inclusion of residential uses supports the "live, 7 Page 1223 of 1406 Page 8 Boynton Beach Mall REZN 19-001 work and play" motto embodying the lifestyle of the "Urban Village." As noted above in response to criterion "g", the amendment has a potential to deliver all listed benefits, meeting condition "h(2)." L Alternative Sites. Whether there are adequate sites elsewhere in the City for the proposed use in zoning districts where such use is already allowed. Not applicable- the proposed rezoning follows the approved FLUM amendment. Master Plan and Site Plan Compliance with Land Development Regulations. When master plan and site plan review are required pursuant to Section 2.D.1.e above, both shall comply with the requirements of the respective zoning district regulations of Chapter 3, Article 111 and the site development standards of Chapter 4. For the analysis of the Master Plan compliance with LDRs, see the corresponding staff report (MPMD 19-004). CONCLUSION/RECOMMENDATION The request under consideration consitutes the follow up to the city-initiated reclassification of the Mall to the Future Land Use of Mixed Use Low (MXL), approved on April 16, 2019. Given that the SMU district is the sole zoning district corresponding to the MXL classification in the subject location, staff recommends approval of the proposed rezoning. ATTACHMENTS S:\Planning\SHARED\WP\PROJECTS\Boynton Beach Mall Redevelopment\REZN 19-001 BB Mall Rezoning\BB Mall Rezoning REZN 19-001.docx g Page 1224 of 1406 EXHIBIT Al BOYNTON BEACH MALL LOCATION MAP OWNERSHIP OF PROPERTIES I n t } i CHRIST ISTAR FELLOWSHIP r Boynton Beach Mall LLC 1 p� r DILLARDS Z MACYS REGIONAL ENTERPR. MOONRISEi oy o F- N LEGEND w E immin City boundary S Owners other than Boynton Mall LLC 062.5125 250 375 500 EXHIBIT A2 BOYNTON BEACH MALL LOCATION MAP J, E , v a Boynton Canal w.w @@ i R, U) k � f e e o- t 3 — tai � e r s � t �r � 1? 1� R r. Boynton Rd } ,o- N LEGEND w E mimm City boundary s 0 75150 300 450 600 �b6 EXHIBIT B BOYNTON BEACH MALL FLU CLASSIFICATION a x , f IIf r Mixed Use Low (ML) t _ ' 1 LEGEND: FLU classifications MEDIUM DENSITY RESIDENTIAL(MEDR); 11 D.U./Acre N MIXED USE LOW(MXL); 20 D.U./Acre DEVELOPMENT OF REGIONAL IMPACT(DRI) W E LOCAL RETAIL COMMERCIAL(LRC) S OFFICE COMMERCIAL(OC) 0 80160 320 480 640 RECREATIONAL(R) � 6 EXHIBIT C BOYNTON BEACH MALL CURRENT ZONING - f'tf t it ............ y ;sr {rr a fir' k ! s r r�sn FF LEGEND: ZONING DISTRICTS PUD Planned Unit Development 0 C1 Office Professional N C3 Community Commercial E PCD Planned Commercial Development s SMU Suburban Mixed Use,20 du/ac 0 80160 320 480 640 r','h REC Recreation � 6 EXHIBIT D BOYNTON BEACH MALL PROPOSED ZONING (g1 t r , - '# PROPOSED ZONING : SMU Sfirv �r � ' r }r SUBURBAN MIXED USE s � t t FF LEGEND: ZONING DISTRICTS PUD Planned Unit Development 0 C1 Office Professional N C3 Community Commercial E PCD Planned Commercial Development s SMU Suburban Mixed Use,20 du/ac 0 80160 320 480 640 REC Recreation � 6 8.B. PUBLIC HEARING 1/21/2020 City of Boynton Beach Agenda Item Request Form Commission Meeting Date: 1/21/2020 Requested Action by Commission: Approval of the Master Plan Modification (MPMD 19-004) for the Boynton Beach Mall allowing for the phased conversion to a mixed use or life style center with the reconfiguration of retail space, and the addition of residential, hotel and office uses to the existing movie theater, fitness center and church uses. (Tabled from the 1/7/2020 Commission Meeting. The applicant has requested to continue this agenda item to the February 18, 2020 Commission Meeting.) Explanation of Request: The Boynton Beach Mall, an approximately 116 acre site, was designed as an enclosed shopping center, under the Development of Regional Impact (DRI) regulations outlined in the provisions of Chapter 380.06 of the Florida Statutes. The Mall was approved as a DRI by Palm Beach County through issuance of Development Order dated May 7, 1974. In 1982, the City annexed the property and adopted a development order for the Boynton Beach Mall, which permitted 1,108,000 square feet of gross leasable retail space. The mall has had several modifications to the site since 1982. Staff had been working with the Washington Prime Group in an effort to strategize a viable solution to the depreciation of the Mall and a long term plan to revitalize and reinvigorate the property, as enclosed malls around the country were beginning to fail and their property values continued to decrease. Staff suggested that many malls around the country had been redesigned as mixed use developments, including residential components, entertainment venues and office space, fostering the concept of"live, work and play" on the same site. The applicant is requesting approval to amend the Master Plan to allow a mix of uses. The Mall property currently consists of approximately 1,285,700 gross square feet of buildings (1,154,439 square feet of gross leasable area), including the following uses and their approximate square footages: • Retail/ Commercial: 1,034,745 square feet • Church: 122,733 square feet • Theater: 80,000 square feet • Auto Repair: 20,761 square feet • Fitness Center: 19,883 square feet • Restaurant outparcel: 7,600 square feet The proposal would: • Reduce the existing Mall building square footage dedicated to Retail/ Commercial use from 1,034,745 square feet to 482,750 square feet, in conjunction with the construction of separate, new mixed use buildings with Retail/ Commercial use on the 1St floor and Residential units above. The combination of existing and new Retail/ Commercial space on site would not exceed 628,627 square feet. • Add a maximum of 1,420 residential units to the site along the north end, the southwest side, and internally as part of the new mixed use buildings. This number of residential units equates to approximately 12.9 dwelling units per acre. • Add a maximum of 400 hotel rooms. • Add a maximum of 65,000 square feet of medical office. • Add a maximum of 65,000 square feet of general office. • Add 35,000 square feet of new restaurant space. • Add a dedicated space for a Fire Station. Page 1230 of 1406 • Retain the Christ Fellowship Church, Fitness Center, Theater, and Roadhouse Grill Restaurant. • Add 291,000 square feet (6.7 acres) of new open space, dispersed thoughout the central portion of the site, to the existing 320,000 square feet (7.3 acres) of existing Pine Preserve. When added to the lakes and green areas around the lakes, the total open space is proposed to be 23.27 acres, or approximately 20% of the site. The Master Plan is designed to be constructed in five (5) phases (see attached exhibit). The Planning and Zoning Division recommends that this request for Master Plan Modification be approved subject to the comments included in "Exhibit D" - Conditions of Approval. Any additional conditions recommended by the Board or required by the City Commission shall be documented accordingly in the Conditions of Approval. How will this affect city programs or services? N/A Fiscal Impact: N/A Alternatives: None recommended. Strategic Plan: Strategic Plan Application: The subject property is located within, and would be a significant component to the Congress Avenue (Mall) District Plan. This is one of 4 city-wide district plans to potentially be completed as Strategic Plan projects. Climate Action: Climate Action Discussion: N/A Is this a grant? Grant Amount: ATTACHMENTS: Type Description Staff Report Staff Report Exhibit ExhibitA-1: Ownership Map Location Map ExhibitA-2: Location Map Letter Exhibit : Justification Statement Drawings Exhibit C: Project Plans Conditions of Approval Exhibit D: Conditions of Approval Development Carder Development Carder Page 1231 of 1406 DEVELOPMENT DEPARTMENT PLANNING AND ZONING DIVISION MEMORANDUM NO. PZ 19-034 STAFF REPORT TO: Chair and Members Planning and Development Board and City Commission THRU: Ed Breese Planning and Zoning Administrator FROM: Amanda Bassiely Principal Planner DATE: December 3, 2019 PROJECT NAME/NO: Boynton Beach Mall (MPMD 19-004) REQUEST: Master Plan Modification for the Boynton Beach Mall allowing for the phased conversion to a mixed use or life style center with the reconfiguration of retail space, and the addition of residential, hotel and office uses to the existing movie theater, fitness center and church uses. PROJECT DESCRIPTION Applicant: Bonnie Miskel, Esq. / Matthew Scott, Esq. / Beth Schrantz, of Dunay, Miskel and Bachman, LLP Location: Area bounded by Boynton Canal on the north, Old Boynton Road on the south, developed commercial properties/Congress Avenue on the east, LWDD L-23 Canal on the northwest and Javert Street on the southwest (see Exhibit "A") Existing Land Use: Mixed Use Low (MXL) Proposed Land Use: No change proposed Existing Zoning: Community Commercial (C-3) Proposed Zoning: Suburban Mixed Use (SMU) Proposed Use: Master Plan Modification of the Boynton Beach Mall, transforming the enclosed mall space and out-buildings to a mixed use type of development encompassing retail space, office space, residential units, restaurants and entertainment uses, within several buildings Page 1232 of 1406 Boynton Beach Mall MPMD 19-004 Staff Report Memorandum No. 19-034 Page 2 on the site. The application for Master Plan modification proposes a maximum of 1,420 residential units, 400 hotel rooms, and 1,024,000 square of non-residential uses, comprised approximately of 629,000 square feet of retail space, 123,000 of existing church use, 20,000 square feet of existing fitness center use, 80,000 square feet of existing movie theater use, 10,000 square feet of restaurant use, 65,000 square feet of medical office use , and 65,000 square feet of general office use. Also included is approximately 23 acres of open space, including approximately 7.3 acres of existing pine preserve. Adjacent Uses: North: Right-of-way for Boynton Canal; farther to the northwest, a mobile home community Sand and Sea Village in the unincorporated Palm Beach County, classified HR-8 High Residential and zoned RS, Residential Single Family; to the northeast, Savanah Lakes Apartments, classified Medium Density Residential (MeDR) and zoned PUD, Planned Unit Development, and farther east, Courtyard By Mariott Boynton Beach Hotel, classified Local Retail Commercial (LRC) and zoned C-3, Community Commercial; South: Right-of-way for Old Boynton Road, and farther south, Walmart and other developed commercial properties, classified Local Retail Commercial (LRC) and Office Commerical (OC) and zoned C-3, Community Commercial and C-1, Office Commercial; East: Developed commercial office and retail properties, then right-of-way for Congress Avenue; farther east-northeast, developed commercial outparcels of the the mixed use development of Boynton Village, classified Mixed Use Low (MXL) and zoned SMU, Suburban Mixed Use; to the southeast, commercial development of Town Center, classified Local Retail Commercial (LRC) and zoned C-3, Community Commercial; and West: To the southwest, right-of-way for Javert Street; farther west, developed single-family home subdivision of West Boynton in the unincorporated county, classified Medium Residential (MR) and zoned RS, Residential Single Family; to the northwest, LWDD L-23 Canal right-of-way and then a pine preserve area, classified Recreational (R) and zoned REC, Recreation. BACKGROUND The Boynton Beach Mall, an approximately 116 acre site, was designed as an enclosed shopping center, under the Development of Regional Impact (DRI) regulations outlined in the provisions of Chapter 380.06 of the Florida Statutes. The Mall was approved as a DRI by Palm Beach County through issuance of Development Order dated May 7, 1974. In 1982, the City annexed the property and adopted a development order for the Boynton Beach Mall, which Page 1233 of 1406 Boynton Beach Mall MPMD 19-004 Staff Report Memorandum No. 19-034 Page 3 permitted 1,108,000 square feet of gross leasable retail space. In 1989, the Master Plan was amended to allow for an increase in gross leasable retail space from 1,108,000 to 1,244,449 square feet to accommodate the addition of the Sears store. In 2005, the Master Plan was amendmended to provide for a conversion of 169,510 square feet of the existing retail space (through the demoliton of the Macy's store, which relocated to the former Burdines' space on the south end of the Mall) to a 79,500 square foot multi-screen movie theater with 3,650 seats, and the addition of 17,528 of new retail space. As a result, the overall square footage was reduced from 1,244,449 square feet to 1,154,439. In 2012, the Development of Regional Impact (DRI) development order expired. That same year, Christ Fellowship Church purchased one of the two Dillard's sites and began renovations to accommodate church services. In 2014, the Simon Property Group, the Mall's owner, spun off their lower-tier mall assets around the country, including the Boynton Beach property, to an entity known as the Washington Prime Group. Also in 2014, Texas Roadhouse Restaurant, a 7,420 square foot standalone restaurant building, was approved adjacent to the main Mall entrance drive off of Old Boynton Road. Staff had been working with the Washington Prime Group in an effort to strategize a viable solution to the depreciation of the Mall and a long term plan to revitalize and reinvigorate the property, as enclosed malls around the country were beginning to fail and their property values continued to decrease. Staff suggested that many malls around the country had been redesigned as mixed use developments, including residential components, entertainment venues and office space, fostering the concept of "live, work and play" on the same site. As these discussions were taking place, Washington Prime was then faced with the loss of the Sears anchor store, as a result of corporate closures around the country. Staff worked with Mall ownership to suggest a Land Use change to Mixed Use Low to foster the type of development envisioned for the site, and encouraged Washington Prime to begin working on a Master Plan that would not only stabilize it, but make it a desireable destination once again. The City Commission approved the Land Use change to Mixed Use earlier this year, after review by the State's Department of Economic Opportunity (DEO). Now that the new Land Use designation is in place, Washington Prime has brought forward a request to rezone the property to Suburban Mixed Use (SMU), along with the requisite Master Plan. Chapter 2, Article II, Section 2. D. 6., Master Plans, of the Land Development Regulations states that major changes in planned developments shall be processed through the Planning and Development Board and the City Commission. ANALYSIS The applicant is proposing to amend the Master Plan to allow a mix of uses. The Mall property currently consists of approximately 1,285,700 gross square feet of buildings (1,154,439 square feet of gross leasable area), including the following uses and their approximate square footages: • Retail / Commercial: 1,034,745 square feet • Church: 122,733 square feet • Theater: 80,000 square feet • Auto Repair: 20,761 square feet • Fitness Center: 19,883 square feet • Restaurant outparcel: 7,600 square feet The proposal would: Page 1234 of 1406 Boynton Beach Mall MPMD 19-004 Staff Report Memorandum No. 19-034 Page 4 • Reduce the existing Mall building square footage dedicated to Retail / Commercial use from 1,034,745 square feet to 482,750 square feet, in conjunction with the construction of separate, new mixed use buildings with Retail / Commercial use on the 1St floor and Residential units above. The combination of existing and new Retail / Commercial space on site would not exceed 628,627 square feet. • Add a maximum of 1,420 residential units to the site along the north end, the southwest side, and internally as part of the new mixed use buildings. This number of residential units equates to approximately 12.9 dwelling units per acre. • Add a maximum of 400 hotel rooms. • Add a maximum of 65,000 square feet of medical office. • Add a maximum of 65,000 square feet of general office. • Add 35,000 square feet of new restaurant space. • Add a dedicated space for a Fire Station. • Retain the Christ Fellowship Church, Fitness Center, Theater, and Roadhouse Grill Restaurant. • Add 291,000 square feet (6.7 acres) of new open space, dispersed thoughout the central portion of the site, to the existing 320,000 square feet (7.3 acres) of existing Pine Preserve. When added to the lakes and green areas around the lakes, the total open space is proposed to be 23.27 acres, or approximately 20% of the site. The Master Plan is designed to be constructed in five (5) phases (see attached exhibit). • Phase 1: The northern portion of the site where the Sears buildings and parking lots will be removed. This phase is intend to be developed with a maximum of 400 dwelling units, with a maximum building height of 55 feet. • Phase 2: The portion of the site immediately south of Phase 1 and located between the northern end of the remainder of the mall, including Christ Fellowship Church and Cinemark Movie Theater. The mixed use building(s) would be constructed between the church and the theater, with residential units constructed above the new retail space, with a maximum height of 75 feet. • Phase 3: This portion of the site encompasses the southwest quadrant, south of Christ Fellowship Church and also includes the Pine Preserve Area along the northwest perimeter of the property. This phase is intended to be developed with a maximum of 300 dwelling units, with a maximum height of 55 feet, the Fire Substation, a restaurant outparcel, and approximately 3 acres of open space / park area. • Phase 4: This portion of the site is immediately south of Phase 2 and east of the JC Penney Department Store. This phase is intended to include two more mixed use structures with residential units constructed above the new retail space, with a maximum height of of 55 feet in one building and 75 feet in the other. This phase also includes a proposed 200 room hotel and approximately 2 acres of open space, as well as the "Mainstreet" infrastructure improvements. • Phase 5: The final portion of the site is the remainder of the south section of the mall site, fronting Old Boynton Road, and includes another mixed use structure with residential units constructed above the new retail space, another 200 room hotel, and the remainder of the commercial / restaurant outparcels to line Old Boynton Road, with a maximum height of 55 feet. • The proposed office uses could be constructed in any of the Mixed Use phases. Page 1235 of 1406 Boynton Beach Mall MPMD 19-004 Staff Report Memorandum No. 19-034 Page 5 For comparison purposes, the Boynton Village & Town Center site to the east of the Mall, across Congress Avenue, is zoned a combination of SMU (Suburban Mixed Use), like that being proposed for the Mall site, and C-3 (Community Commercial). The site is 89.3 acres in size, compared to the 116.3 acre Mall site. Boynton Village & Town Center is approved for 1,115 dwelling units, resulting in a density of 12.5 dwelling units per acre, which is comparable to the 12.9 dwelling units per acre proposed by the Mall Master Plan submittal for 1,420 dwelling units. The Boynton Village & Town Center project was developed more in the style of horizontal mixed use, while the Master Plan for the Mall envisions more vertical mixed use for much of the new construction, especially at the center of the site, bordering the proposed "Mainstreet". "Mainstreet" acts as the direct vehicular connection from Congress Avenue to the site and includes an expanded amenity area along proposed buildings, street trees, and parallel parking. Pedestrian connectivity is proposed throughout the site and designed to link the site to both Congress Avenue and Old Boynton Road. Pedestrian paths are also proposed to allow access to and through the Pine Preserve. The building heights proposed are in compliance with the SMU zoning regulations and comparable to those constructed within the Boynton Village & Town Center project and Renaissance Commons development to the east, across Congress Avenue. Relative to the traffic circulation and vehicular trip generation associated with the proposed Master Plan design, two (2) new Mall entrances are proposed along the Old Boynton Road side of the property to better align with the proposed internal circulation pattern, while the westernmost existing driveway on Old Boynton Road will be eliminated. The applicant has submitted a traffic study for both County and City staff review. At time of preparation of this staff report, a traffic approval letter had not yet been received from the County. As such, the proposed development will be subject to any conditions contained in that letter. The traffic study submitted by the applicant indicates that, with the reduction in the amount of retail space, the overall daily traffic associated with the redevelopment of the Mall would decrease by 2,067 vehicular trips, from the existing 32,047 trips to 29,908. The AM Peak Hour vehicular trips however would increase from the current 945 trips to 1,414, an additional 469 trips, principally resulting from the addition of residential units to the site. The PM Peak Hour vehicular trips are projected to decrease by 611, from 2,977 trips to 2,366. The maximum square footage allowances depicted for the individual use types as outlined within the Traffic Study will be the limiting factor relative to the density and intensity of proposed uses depicted on the Master Plan. The applicant, in their justification statement, notes that the rise of online shopping has drastically reduced the demand for in-store shopping and that "over a third of the mall's storefronts are vacant'. As noted previously, staff acknowledged the decline of many enclosed malls around the country and began a dialogue with Mall ownership to discuss the best methods to revitalize and redevelop the property. It was determined that the use of the City's mixed use zoning and regulations would likely bring the best results, as demonstrated by the successes that occurred with the Boynton Village & Town Center and Renaissance Commons projects. The applicant goes on further to say "Approval of the proposed Rezoning will allow for the renovation and expansion of a complementary mix of land uses and will increase access to alternative modes of transportation by creating a compact mix of commercial, residential, and recreational uses providing a base to help support the efficient use of land and public services in the City". Staff agrees that large scale mixed use developments, like the one proposed, reduce the number of vehicular trips needing to leave the site and encourages walking / biking from the place of residence to shopping, eating, entertainment, and recreation, thus reducing the carbon footprint associated with the site from vehicle emmissions. Page 1236 of 1406 Boynton Beach Mall MPMD 19-004 Staff Report Memorandum No. 19-034 Page 6 RECOMMENDATION The Planning and Zoning Division recommends that this request for Master Plan Modification be approved subject to the comments included in "Exhibit D" - Conditions of Approval. Any additional conditions recommended by the Board or required by the City Commission shall be documented accordingly in the Conditions of Approval. S:\Planning\SHARED\WP\PROJECTS\Boynton Beach Mall Redevelopment\MPMD 19-004 BB Mall Master Plan\Staff Report\Staff Report MPMD 19- 004.doc Page 1237 of 1406 EXHIBIT Al BOYNTON BEACH MALL LOCATION MAP OWNERSHIP OF PROPERTIES I n t } i CHRIST ISTAR FELLOWSHIP r Boynton Beach Mall LLC 1 p� r DILLARDS Z MACYS REGIONAL ENTERPR. MOONRISEi oy o F- N LEGEND w E immin City boundary S Owners other than Boynton Mall LLC 062.5125 250 375 500 EXHIBIT A2 BOYNTON BEACH MALL LOCATION MAP J, E , v a Boynton Canal w.w @@ i R, U) k � f e e o- t 3 — tai � e r s � t �r � 1? 1� R r. Boynton Rd } ,o- N LEGEND w E mimm City boundary s 0 75150 300 450 600 �b6 DUNAY Gary Dunay Ete Zachariades Bonnie Miske€ Matthew H.Scott row MISKEL Scott Backman Christina Bilenki Hope Calhoun Lauren G.Odom BACKMANLLP Dwayne Dickerson Zach Davis-Walker Boynton Beach Mall Statement of Use and Justification for Rezoning and Master Plan SUBMITTED: November 19, 2019 Boynton Beach Mall, LLC, Regional Enterprises, LLC, Christ Fellowship Church, Inc., Istar Florida 2015 Cinemas, LLC, and Macy's Florida Stores, LLC, (collectively referred to herein as "Petitioner"), own the+/- 116.35 acre Boynton Beach Mall ("Property"), which is generally located at the intersection of North Congress Avenue and Old Boynton Road within the City of Boynton Beach, Florida ("City").The Property is comprised of nine (9) parcels, identified by parcel control numbers 08-43-45-19-05-015-0010, 08-43- 45-19-05-017-0020, 08-43-45-19-05-018-0010, 08-43-45-19-05-015-0011, 08-43-45-19-00-000-1090, 08- 43-45-19-05-028-0010, 08-43-45-19-00-000-3020, 08-43-45-19-05-021-0010 and 08-43-45-19-05-034- 0010. A +/- 110.12 acre portion of the Property is developed for use as the Boynton Beach Mall ("Mall Property") and the remaining+/-6.23 acres is set aside for preservation of the existing pine forest ("Pine Preserve"). The Mall Property is designated MXL, Mixed Use Low, on the City's Future Land Use Map ("FLUM") and the Pine Preserve is designated R, Recreational, on the City's FLUM. The Mall Property is located within the City's C-3, Community Commercial, zoning district and the Pine Preserve is located within the City's REC, Recreation, zoning district.The Mall Property and Pine Preserve are identified in the aerial image below: MAP LEGEND Mall Property ai Pitta Proierve A 14 S.E.4th Street,Suite 36,Boca Baton, FL 33432 Tel:(561)405-3300 Fax:(561)409-2341 www.dmbblaw.corn Page 1240 of 1406 The Mall Property is located between the heavily trafficked North Congress Avenue thoroughfare and provides a transition to the existing single-family community to the west. The properties that are contiguous to the east of the Property are commercial uses with primarily commercial/mixed use development located across North Congress Avenue to the east. The properties located to the northeast and south of the Property are also developed for commercial use,while the properties located to the west and northwest of the Property are developed as single family homes. DEMONSTRATION OF NEED Boynton Beach, a town of approximately 74,000 people, is a strong middle and upper income area with suburban growth areas to the west.The area's affluence is reflected in the existence of more than a dozen country clubs located within five (5) miles of the Property. The current use of the Property as an aging mall is in steady decline as it no longer meets the needs of the community and is slowly becoming a source of blight in the City. Two demographics that comprise a significant portion of the area's population, Millennials and the aging senior population, are growing in number and clout and are increasingly demanding more walkable, livable communities -a demand which the Property is able to satisfy with the appropriate regulatory framework allowing for mixed use development. Redevelopment of the Property will revitalize a persistently declining center and allow the City to better meet the community's needs by satisfying demand for housing by providing high-quality compact housing opportunities and introducing a vibrant lifestyle center to the area for current and future residents to enjoy. The Mall Property is developed as a +/- 1,285,722 square foot traditional shopping mall, including +/- 1,034,745 of retail use, +/-7,600 square feet of restaurant use, +/-20,761 square feet of auto repair use, +/- 19,883 square feet of fitness center use, a +/- 122,733 square foot church, and an +/-80,000 square foot theatre with 3,650 seats.The rise in online shopping has drastically altered the consumer market and the demand for in-store shopping has plummeted in recent years.The Boynton Beach Mall is no exception, having been hit by what is dubbed the "retail apocalypse." As mall activity has steadily declined, the existing mall is no longer viable due to the advent of online shopping and resultant decline of in-person shopping. This is evidenced in a significant decline in tenancy in recent years, with occupancy rates dropping by 11.6 percent between 2015 and 2019. At this time, over a third of the mall's storefronts are vacant as traditional retailers have gone out of business or scaled back the number of brick-and-mortar stores they maintain.This lack of demand for physical shopping opportunities in the area is in spite of the City's estimated population growth rate between 2% and 2.5% during this period (Census Bureau's Population Estimates). The City has recognized that the Mall Property's current C-3 zoning district is not conducive for redevelopment as it lacks the appropriate regulatory framework and does not provide for the creativity and flexibility in design necessary for the Property to be successfully redeveloped. In fact, redevelopment of the Property is identified in the City's Strategic Plan 2018-2022(item #18). Further,the City proactively initiated a Future Land Use Amendment for the Mall Property in recognition of the fact that the Mall Property has been declining for several years and has become a blighted area. On April 16, 2019 the City Commission approved Ordinance Number 19-004 amending the Mall Property's Future Land Use designation from the DRI, Development of Regional Impact, FLUM designation to the MXL FLUM designation. This FLUM designation provides the framework required to allow for a vibrant mixed-use redevelopment of the Property. Page 2 of 9 Page 1241 of 1406 DEVELOPMENT PROPOSAL AND REQUEST In accordance with the City's vision for the Property, Petitioner proposes to redevelop the Property as a mixed-use development with residential and commercial use components ("Project") to meet the increased demand for compact, walkable communities and higher density living opportunities. Specifically, Petitioner seeks to reinvent the Property as a vibrant, mixed-use"live-work-play" community with ample amenities, a variety of active and passive open spaces distributed throughout, retail, dining, church, and entertainment offerings. In order to create a vibrant community, Petitioner respectfully requests approval for the following requests: Rezoning of the Mall Property from the C-3 zoning district to the SMU,Suburban Mixed Use,zoning district consistent with the Mall Property's MXL future land use designation ("Rezoning"), and Master Plan Approval for the Property to allow a mix of uses including a maximum of 1,420 multi-family residential dwelling units, a maximum of 400 hotel rooms, +/- 628,627 square feet of shopping center uses (including +/- 482,750 square feet to remain and +/- 145,877 square feet of new development), +/- 122,733 square feet of existing Church use,+/- 19,883 square feet of fitness center use,+/-32,600 square feet of high turnover restaurant use, +/- 10,000 square feet of fast food restaurant use, +/- 65,000 square feet of general office,+/-65,000 square feet of medical office,+/-80,000 square foot existing theatre with 3,650 seats, event space, and+/-23.27 acres of Open Space("Master Plan"). Although the +/- 7.359 acre Pine Preserve is not included in the Rezoning request, the area is included within the Master Plan and is proposed to be made accessible for passive recreational opportunities in Phase 2 of the Project. DENSITY AND INTENSITY The Project includes development of a maximum of 1,420 multi-family residential dwelling units on +/- 110.12 acres for an overall density of approximately 13 dwelling units per acre. In addition, the Master Plan is designed to provide for a maximum of 400 hotel rooms,+/-628,627 square feet of shopping center uses (including +/-482,750 square feet to remain and +/- 145,877 square feet of new development), +/- 122,733 square feet of existing Church use, +/- 19,883 square feet of fitness center use, +/-32,600 square feet of high turnover restaurant use, +/- 10,000 square feet of fast food restaurant use, +/-65,000 square feet of general office,+/-65,000 square feet of medical office,+/-80,000 square foot existing theatre with 3,650 seats, event space, and +/-23.27 acres of Open Space. VEHICULAR AND PEDESTRIAN CONNECTIVITY The existing development includes a sea of parking with a striking lack of pedestrian connectivity, landscaping, and active recreation areas that speaks to the age and outdated nature of the current development. The Project is designed to create a vibrant mixed-use environment with walkability as a core principle and features a pedestrian circulation network providing safe, efficient, and enjoyable pedestrian connections throughout the entire Property.The Project's design offers residents and visitors ample active and passive open spaces and continuous pedestrian access to the cultural and shopping amenities. The proposed Main Street axis and east-west pedestrian circulation system will offer greater Page 3 of 9 Page 1242 of 1406 connectivity and a walkable environment for the Project's residents and visitors alike, while at the same time maintaining the sense of privacy and security for the residents in the multi-family components of the Project that is necessary for a high quality of life. The Project proposes gateways to the community through the existing North Congress Avenue entries, which will provide a strong sense of place. In addition, the proposed Main Street section provides for ample pedestrian access, bicycle infrastructure, and pedestrian landscape features. Provision of east-west pedestrian connections in each north-south quadrant of the Mall Property will promote placemaking within the central Main Street area by providing for linear parks and offering users active open green space throughout community. In addition, the northern access pedestrian circulation plan along the multi-family residences provide a more urban yet park-like setting with the provision of an amenity area including a street tree area, wide sidewalks, and active use area that significantly exceeds the code requirements for an SMU development. In all, the Project provides proximity to amenities and services, as well as creating a needed sense of a vibrant, diverse community that offers a space for the area's diverse demographics to come together. BUILDING MASSING AND HEIGHT The Project is designed in compliance with the City's SMU zoning regulations and provides a maximum building height of 55 feet for the stand-alone residential and commercial components and a maximum building height of 75 feet for the proposed vertically integrated buildings. PHASING The Project proposes development in five (5) phases with development occurring first in the northern portion of the Property as is shown on Sheet MP-5. Phase 1 is located in the northernmost portion of the Property and comprises a multi-family residential component and northern access from Congress Avenue. This phase is anticipated to be developed within the next 24 to 36 months. Phase 2 includes the vertically integrated mixed uses surrounding the existing Theatre and central driveway connection to Congress Avenue. Phase 3 includes stand-alone residential and commercial uses, activation of the Pine Preserve for passive recreational use, and provision of a pedestrian connection along the west side of the Property from the northern portion of the Property to Old Boynton Road. Phase 4 includes a combination of existing and new commercial uses, hotel, vertically integrated mixed uses, and open space in the area south of Phase 2. Phase 5 includes the remaining commercial and open space uses in the southeast portion of the Property. As detailed above, Phase 1 is anticipated to begin upon approval of this Rezoning and Master Plan with a Site Plan anticipated to be submitted concurrent with this request. The ultimate development of the remaining phases will be guided by changes in market demands over the course of the coming decade. It is important to note that each of the phases includes a portion of the proposed open space components such that they are equitably distributed throughout the Property. REZONING AND MASTER PLAN CRITERIA In accordance with the Section III.2.II.2.D of the City's Code, Petitioner will demonstrate below that the Rezoning and Master Plan: a) is needed; b) is consistent with the purpose and intent of the applicable Comprehensive Plan policies, Redevelopment Plans,and Land Development Regulations;c) is not contrary to the established land use pattern, nor would it create an isolated zoning district or land use classification unrelated to adjacent and nearby classifications or constitute a grant of special privilege to Petitioner as contrasted with the protection of the public welfare; d) supports the integration of a mix of land uses consistent with smart growth and sustainability initiatives with an emphasis on 1) complementary land Page 4 of 9 Page 1243 of 1406 uses, 2) access to alternative modes of transportation, and 3) interconnectivity within the project and between adjacent properties; e) does not exceed the availability of Public Services/Infrastructure; f) is compatible with the current and future use of adjacent and nearby properties, will not negatively affect the property values of adjacent and nearby properties and is of a scale that is reasonably related to the needs of the neighborhood and the City as a whole; g) furthers the implementation of the Economic Development(ED) Program, (2) contribute to the enhancement and diversification of the city's tax base, (3) respond to the current market demand or community needs or provide services or retail choices not locally available, (4) create new employment opportunities for the residents, with pay at or above the county average hourly wage, (5) represent innovative methods/technologies, especially those promoting sustainability, (6) be complementary to existing uses, thus fostering synergy effects, and (7) alleviate blight/economic obsolescence of the subject area; h) does not involve rezoning to a traditional zoning district and therefore is not subject to review for the conditions within this criterion for furthering the City's Economic Development Program; i) will not reduce the amount of land available for commercial development; j) no alternative sites are available elsewhere in the City in zoning districts that already allow the proposed use; and k)shall comply with the requirements of the SMU zoning district and the site development standards of Section 111.3.111.4.D. a. Demonstration of Need.Approval of the Rezoning Application is necessary in order to develop the Project. As described above, the Property is unique in size and nature as it is the location of a regional mall development. The Mall Property is developed as a +/- 1,285,722 square foot traditional shopping mall, including+/-1,034,745 of retail use, +/-7,600 square feet of restaurant use, +/- 20,761 square feet of auto repair use, +/- 19,883 square feet of fitness center use, a +/- 122,733 square foot church, and an +/-80,000 square foot theatre with 3,650 seats. The rise in online shopping has drastically altered the consumer market and the demand for in-store shopping has plummeted in recent years. The Boynton Beach Mall is no exception, having been hit by what is dubbed the "retail apocalypse." As mall activity has steadily declined, the existing mall is no longer viable due to the advent of online shopping and resultant decline of in-person shopping.This is evidenced in a significant decline in tenancy in recent years,with occupancy rates dropping by 11.6 percent between 2015 and 2019. At this time, over a third of the mall's storefronts are vacant as traditional retailers have gone out of business or scaled back the number of brick-and-mortar stores they maintain.This lack of demand for physical shopping opportunities in the area is in spite of the City's estimated population growth rate between 2%and 2.5%during this period (Census Bureau's Population Estimates). Concurrent with the decline of traditional mall development,two demographics that comprise a significant portion of the area's population, Millennials and the aging senior population, are growing in number and clout and are increasingly demanding more walkable, livable communities - a demand which the Property is able to satisfy with the appropriate regulatory framework allowing for mixed use development. The City has recognized that the Mall Property's current C- 3 zoning district is not conducive for redevelopment as it lacks the appropriate regulatory framework and does not provide for the creativity and flexibility in design necessary for the Property to be successfully redeveloped. In fact, redevelopment of the Property is identified in the City's Strategic Plan 2018-2022(item#18). Further,the City proactively initiated a Future Land Use Amendment for the Mall Property in recognition of the fact that the Mall Property has been declining for several years and has become a blighted area.On April 16, 2019 the City Commission Page 5 of 9 Page 1244 of 1406 approved Ordinance Number 19-004 amending the Mall Property's Future Land Use designation from the DRI, Development of Regional Impact, FLUM designation to the MXL FLUM designation. This FLUM designation provides the framework required to allow for a vibrant mixed-use redevelopment of the Property. Approval of Petitioner's Rezoning and Master plan requests will provide a zoning district consistent with the Property's MXL future land use designation. Considering the foregoing, approval of the Rezoning and Master Plan application is necessary in order to develop the Project. b. Consistency. The proposed Rezoning is consistent with the purpose and intent of the applicable Comprehensive Plan policies, Redevelopment Plans, and Land Development Regulations. As described above, the City recently changed the Mall Property's FLUM designation from DRI to MXL. The existing C-3 zoning is inconsistent with the mixed-use intent of the MXL FLUM designation. The requested Rezoning is consistent with the intent of the new MXL future land use designation as it will allow for the redevelopment of the Property to become a vibrant, mixed-use community that will better meet the needs of the City's current and future residents. The proposed Rezoning promotes Policy 1.3.1 of the City's Future Land Use Element ("FLUE") by promoting compact development and safe and pedestrian-friendly streets. The Project is also designed to comply with the dimensional requirements in the City's Comprehensive Plan and Land Development Regulations with a maximum height of fifty-five feet(55')for perimeter buildings, a maximum height of seventy-five feet (75') for interior vertically integrated mixed use buildings, and a maximum residential density of twenty(20) dwelling units per acre for the Property subject to approval of the SMU rezoning application. In addition to the foregoing,the Project furthers the following Comprehensive Plan objectives and policies: FLUE Objective 1.7: The City shall strive to improve blighted residential neighborhoods and business districts through the implementation of the Community Redevelopment Plan within the Community Redevelopment Area. Policy 1.7.2: The City shall encourage land assembly to promote large- scale redevelopment and infill projects. Policy 1.7.3: The City shall require that designs for redevelopment and infill projects encourage the use of public transit, pedestrian and bicycle travel as alternatives to the car and shall maximize personal safety. FLUE Objective 1.8 The City shall discourage urban sprawl by continuing to promote a compact urban development pattern that provides opportunities to more efficiently use of infrastructure, land, and other resources and services. Policy 1.8.2: The City shall discourage urban sprawl by: A) Continuing to promote compact developments within the City's utility service areas, while requiring the maximization of all public services for each development in the most cost effective manner possible; and B) Requiring, in all future development and redevelopment in the City, land use patterns that are non-strip in nature and demonstrate the ability to attract and encourage a functional mix of uses. Page 6 of 9 Page 1245 of 1406 FLUE Objective 1.18: The City shall encourage transit-supportive land development patterns to promote multi-modal transportation and increased mobility. c. Land Use Pattern.The proposed Rezoning is not contrary to the established land use pattern, nor will it create an isolated zoning district or land use classification unrelated to adjacent and nearby classifications or constitute a grant of special privilege to Petitioner as contrasted with the protection of the public welfare. In addition to the compatible future land use designation, zoning and existing use of surrounding properties, the physical scale of the Project is complimentary to the established land use pattern. Specifically, The Mall Property is located between the heavily trafficked North Congress Avenue thoroughfare and provides a transition to the existing single- family community to the west.The properties that are contiguous to the east of the Property are commercial uses with primarily commercial development located across North Congress Avenue to the east.The properties located to the northeast and south of the Property are also developed for commercial use, while the properties located to the west and northwest of the Property are developed as single family homes. The Project's perimeters will include significant open space and landscape buffers that will provide sufficient transition to the lower-intensity residential communities surrounding the Property. The existing use of the Mall Property is less compatible with the proposed use, as it currently stands as a largely underutilized commercial center with a "sea of parking"surrounding the mall. Considering the foregoing,the proposed Project will better serve the area as a live-work-play lifestyle center offering surrounding residents with ample cultural and open space amenities. d. Sustainability. Approval of the proposed Rezoning and Master Plan supports the integration of a mix of land uses consistent with smart growth and sustainability initiatives. In particular, approval of the Rezoning application promotes a mix of complementary land uses in the area, a smart growth principle that is a "critical component to achieving better places to live" according to the Smart Growth Network. As described above,the uses immediately surrounding the Property are primarily residential and commercial. Approval of the proposed Rezoning will allow for the renovation and expansion of a complementary mix of land uses and will increase access to alternative modes of transportation by creating a compact mix of commercial, residential, and recreational uses providing a base to help support the efficient use of land and public services in the City. In addition, the Project is designed to foster interconnectivity within the Project and between adjacent properties. The design of the Project also provides space for landscaping and a comprehensive pedestrian network throughout the community, and it will both satisfy demand for housing with the provision of efficient, high-quality and higher-density housing opportunities, and bring a vibrant lifestyle center to the area. Approval of the proposed Rezoning and Master Plan will allow for a complementary mix of uses that supports alternative modes of transportation and provides interconnectivity within the Project and between adjacent properties. e. Availability of Public Services/Infrastructure. Petitioner will ensure the provision of adequate public services and infrastructure necessary to support the Project through the Site Plan application process required in order to develop the Project. Page 7 of 9 Page 1246 of 1406 f. Compatibility.Approval of the proposed Rezoning and Master Plan is compatible with the current and future use of adjacent and nearby properties; will not negatively affect the property values of adjacent and nearby properties; and is of a scale that is reasonably related to the needs of the neighborhood and the City as a whole. The Mall Property is located between the heavilytrafficked North Congress Avenue thoroughfare and provides a transition to the existing single-family community to the west. The properties that are contiguous to the east of the Property are commercial uses with primarily commercial development located across North Congress Avenue to the east.The properties located to the northeast and south of the Property are also developed for commercial use, while the properties located to the west and northwest of the Property are developed as single family homes. As discussed in sections (c) and (d) above, the proposed Rezoning is compatible with the current and future use of the adjacent residential and commercially used properties. The proposed Rezoning will not negatively affect surrounding property values; rather,the Smart Growth Network advises that"siting commercial areas close to residential areas can [actually] raise property values". Considering the foregoing, the proposed Rezoning and Master Plan is consistent and compatible with the surrounding area, will not affect surrounding property values and is of a scale that relates to the needs of the neighborhood and City as a whole. g. Direct Community Sustainability and Economic Development Benefits. The approval of the proposed Rezoning and Master Plan will further implementation of the Economic Development (ED) Program, (2) Contribute to the enhancement and diversification of the city's tax base, (3) Respond to the current market demand or community needs or provide services or retail choices not locally available, (4) Create new employment opportunities for the residents, with pay at or above the county average hourly wage, (5) Represent innovative methods/technologies, especially those promoting sustainability, (6) Be complementary to existing uses, thus fostering synergy effects,and (7)Alleviate blight/economic obsolescence of the subject area.The proposed Project will promote the Economic Development Program by diversifying and reactivating the Mall Property as a strong commercial and community center for the City's residents. The Project proposes a mix of uses, including multifamily residential and a hotel component alongside +/- 1,023,843 square feet of non-residential uses. The existing mall use has +/-+/- 1,285,722 square feet of non-residential uses, 36.8 percent of which stands vacant. Redeveloping the mall as a mixed-use, live-work-play community with commercial uses integrated therein will better meet the needs of the City and reinvigorate the Mall Property's economic base.As such, the proposed Project will both enhance and diversify the city's tax base through new office, commercial, and residential uses,and in doing so will respond to the current market demand and community needs by providing new services, housing, and retail choices not otherwise locally available or captured by the existing mall use. Further,by reactivating the declining Mall Property with new commercial, office, and hotel uses, the Project will create new employment opportunities for the area's residents. Further, The Project will promote the use of innovative methods and technologies, specifically those contributing to sustainability through the development of a mixed-use community that drives efficient, new-urbanist lifestyle practices by providing a single place where users can enjoy a variety of services and amenities. In addition, by offering local residents a place for recreation,shopping, and leisure,as well as ample pedestrian circulation and open spaces,the Project will serve the community as a transition to the less intense residential communities to the Page 8 of 9 Page 1247 of 1406 west and northwest, and the commercial developments to the south and across North Congress Avenue to the east. As such,the Project will be complementary to existing surrounding uses and promote synergy effects throughout the area. Finally,an ailing mall in steady decline over the last decade,the redevelopment of the mall into a mixed-use community center will and alleviate the blight and economic obsolescence that the Mall Property currently faces, while better meeting the needs of the City's growing community. h. Economic Development Impact Determination for Conventional Zoning Districts. This criteria is applicable to applications requesting to rezone to a conventional zoning district only. Considering that the Rezoning Application seeks approval to rezone to an SMU planned zoning district, this criterion does not apply. That being said, the proposed Project will further the City's Economic Development Program by proving new housing opportunities and a mix of commercial uses. i. Commercial and Industrial Land Supply.Approval of the Rezoning and Master Plan will not reduce the net commercial land area in the City;rather,the proposed Rezoning and Master Plan will allow for the renewal of the existing Mall Property by revitalizing a persistently declining commercial center with a mix of both stand alone residential,commercial, hotel,theater, and church uses and vertically integrated mixes uses. The Project therefore increases the employment potential and valuation of the Property beyond what it provides in its current use. j. Alternative Sites. There are not sites available elsewhere in the City in zoning districts which already allow the desired use. As described above, the Mall Property is a unique property with no other like it in the City. The Mall Property is experiencing steady decline and no longer meets the community's needs. Petitioner wishes to revitalize the Property with uses that satisfy the demand and desires of the community, and the size of the Mall Property makes it most suitable for the scale of the proposed Project.Approval of the Rezoning and Master Plan will allow for the Project, which is only possible on the Property as there are no other existing sites of comparable size and suitability for redevelopment available in the City. k. Master Plan and Site Plan Compliance with Land Development Regulations.The Project complies with the site development standards of the Section 111.3.111.4.D. of the City's Code and will provide specific details through the required Site Plan Application approval process subsequent to the approval of the proposed Rezoning. Page 9 of 9 Page 1248 of 1406 CO co C) U) < Z Z < Z 0 LU 0 IL 2 < 0 N 0 0 0 z u)W 'WI Vo6 o'- tz LU 0, xN it Iflit, Al mHUMMu"'i .......... bNo"A mv,iv, va' ' Ile lk p tj 7"W& it -------------------- CO co Js QC Ofwww n, o CD o< x z C) C) L) C) Ln oe Ow DO OO 0 0 8 0. z> 0 0 i�f�,�, 0 0 0 0 0 � mo_o t. --- --------- 7'(Nmiimmwmwmnmnmmmmw mmmme ir 7 R It o o I PFF1 at ))j IN of EW 701R� io i R II ug, ioil! lot lit Id, a yrs o -won cSII, m iv a CO o� z o - a m U N o Iz= o No 3aV3`JNI(IIIna haz oNogp °�, I Q zz +'¢ LU r +w Ww m NooW WYZN. �I f v w z W r z w QYN a a woo�� �ffi ¢a w U) F W r W Wry z LU — g z Q tzQ 3OVd ONlalln9 9NIISIX3 \ a Z 30V3`JNlalln8 W 2 H O F¢ U) 4zw owe N<Q co +o QYfn lic ¢a w 30V=l ONlalln9 Z ¢ O w m � w w z z� "a oww ' s „ m O ww U Nw� �UFW J C Z N W S 0 0 LU „ w w o � �ww� a - if Q awx W N`c¢ k 2 °,0 ,. F +I W 30V3 9NIalln8 30V3`JNlalln8 - fit---- W w 3�t� 0 0 `�� z,0; W oil t15,11coz opt 41 pry I ;My [11 Rosily Mi ,J JlI In MEMO 1pg NMI I ?�_ � - �7i I ti � i ff ��jG .............. CO 0 co 0 To 0 73 2 1. -Qm Cn 55 Ew > lo > Q5 w 0 Z3 :s g E E In i6 2 Q, C) U) E U5 0- M �N; S2 CID co z Lu 2 . w f 3 11 .2" o. tz 0- z U) "LLI LU co c LZ Z 1. U) W 47 Lu LLI LU L� O U) F- < E w Q - > Z LL. 2 .2 E < '5 W -M J) 2 Q 2Z 0 1 7 75 Cl) 2 w 2 & E 2 5 6J U) 2 U) LLI F- CD Z - 0 . z X �6 z - T- 71 LU 0 LLJ 0 C) Z) E LLJ 31; -a CL > -0 )- :E 2 U) 'E x > C) 'o Ui < 0 L) R < Lij F- > 0 L) 2 Z 5 2 LL D, CL U) 5; z 55 R (D (D (D (D p 8 tiiw z't Z m:�2 LU 7D > 0 M A). a C,3 z 06 D <C jz 0- C) O co N CD z < LU S R 13 .6 C) z Z LU LU [if 0 C- z Z) IN Z<C u U)� cu xm 'Zo .0 cu 0 Q) I - C) -�2 -a-T _Ql� Q) Q) Z (D Q, alto co Q) C, mIn R Q mTny R, CL + LL LLJ C0 0- w ri< d w U) 0 10 U) D LU (13 E2, co LU ;l 71, z 11 < —i cu U) m w 0 co z 0 Uj C)o m m n Ir w C) C)--j -n In co�T a_ LU 0- Ir z EXHIBIT "D" Conditions of Approval Project Name: Boynton Beach Mall File number: MPMD 19-004 Reference: 31d review plans identified as a Master Plan Modification with a November 19, 2019 Planning and Zoning Department date stamp marking. DEPARTMENTS INCLUDE REJECT ENGINEERING / PUBLIC WORKS/ FORESTRY/ UTILITIES Comments: None FIRE Comments: None POLICE Comments: None BUILDING DIVISION Comments: None PARKS AND RECREATION Comments: None PLANNING AND ZONING Comments: 1. A traffic approval letter from Palm Beach County Traffic Engineering X is required prior to final approval of the Rezoning and Master Plan amendment. Should the approval letter require changes to the Master Plan, no permits shall be issued until those changes have been completed and approved by staff. 2. A school concurrency approval letter is required prior to final X approval of the Rezoning and Master Plan amendment. Page 1255 of 1406 Boynton Beach Mall (MPMD 19-004) Conditions of Approval Page 2 of 2 DEPARTMENTS INCLUDE REJECT 3. The maximum square footage allowances depicted for the individual X use types as outlined within the Traffic Study will be the limiting factor relative to the density and intensity of proposed uses depicted on the Master Plan. 4. The Plant Palette depicted on Sheet MP-6 is representative and not X comprehensive, and may be altered as a result of further staff review and comment as individual projects are reviewed. 5. Parking details will be reviewed within the individual phase approvals X and as part of any Shared Parking Study submitted in the future. 6. An update to the Master Sign Program for the Mall will be required X before any permanent sign permits are issued. 7. Further Departmental reviews and comments will be provided during X the analysis of site plan submittals associated with each phase. 8. It is the applicant's responsibility to ensure that the application X requests are publicly advertised in accordance with Ordinance 04- 007 and Ordinance 05-004 and an affidavit provided to the City Clerk COMMUNITY REDEVELOPMENT AGENCY Comments: N/A PLANNING & DEVELOPMENT BOARD CONDITIONS Comments: None CITY COMMISSION CONDITIONS Comments: To be determined. ADDITIONAL REPRESENTATIONS/COMMITMENTS S:\Planning\SHARED\WP\PROJECTS\Boynton Beach Mall Redevelopment\MPMD 19-004 BB Mall Master Plan\Staff Report\MPMD 19-004 COA.doc Page 1256 of 1406 DEVELOPMENT ORDER OF THE CITY COMMISSION OF THE CITY OF BOYNTON BEACH, FLORIDA PROJECT NAME: Boynton Beach Mall (MPMD 19-004) APPLICANT: Bonnie Miskel, Esq., Dunay, Miskel and Bachman, LLP APPLICANT'S ADDRESS: 14 SE 4th Street, Suite 36, Boca Raton, FL 33432 DATE OF HEARING RATIFICATION BEFORE CITY COMMISSION: January 21, 2020 APPROVAL SOUGHT: Request for Master Plan Modification for the Boynton Beach Mall consisting of retail, residential, hotel, restaurant and office uses in conjunction with existing church, fitness center and movie theater uses, in the SMU (Suburban Mixed Use) zoning district. LOCATION OF PROPERTY: 801 N. Congress Avenue DRAWING(S): SEE EXHIBIT "B" ATTACHED HERETO. THIS MATTER was presented to the City Commission of the City of Boynton Beach, Florida on the date of hearing stated above. The City Commission having considered the approval sought by the applicant and heard testimony from the applicant, members of city administrative staff and the public finds as follows: 1. Application for the approval sought was made by the Applicant in a manner consistent with the requirements of the City's Land Development Regulations. 2. The Applicant _ HAS HAS NOT established by substantial competent evidence a basis for the approval requested. 3. The conditions for development requested by the Applicant, administrative staff, or suggested by the public and supported by substantial competent evidence are as set forth on Exhibit "D" with notation "Included." 4. The Applicant's request is hereby _ GRANTED subject to the conditions referenced in paragraph 3 above. DENIED 5. This Order shall take effect immediately upon issuance by the City Clerk. 6. All further development on the property shall be made in accordance with the terms and conditions of this order. 7. Other: DATED: City Clerk S:\Planning\SHARED\WP\PROJECTS\Boynton Beach Mall Redevelopment\MPMD 19-004\DO.doc Page 1257 of 1406 11.A. NEW BUSINESS 1/21/2020 City of Boynton Beach Agenda Item Request Form Commission Meeting Date: 1/21/2020 Requested Action by Commission: Proposed Resolution No. R20-012-Approve and ratify the Collective Bargaining Agreement between the City and the Boynton Beach Fire Fighters and Paramedics, IAFF Local 1891 for the term October 1, 2019 through September 30, 2022. Explanation of Request: The City and the Union had an existing Collective Bargaining Agreement that was scheduled to expire on September 30, 2021. During negotiations regarding the provisions of the DROP Ordinance, the Parties mutually agreed to reopen the entire Collective Bargaining Agreement in order to make clarifications/improvements to existing language as well as add two new Articles: (1) Discipline and Performance Management and (2) Station Assignment. In so doing, the Parties agreed to terminate the Agreement expiring on September 30, 2021 and negotiate a new Agreement with the term of October 1, 2019 through September 30, 2022. How will this affect city programs or services? Having Collective Bargaining Agreements in place provides bargaining unit members and management with direction on the current terms and conditions of employment in effect. Fiscal Impact: The term of the Agreement provides for a continuation of the previously negotiated step plan and no cost of living increase (just a step increase) in year three (FY 2021/2022). Alternatives: Do not ratify the Agreement and return to bargaining. Strategic Plan: Strategic Plan Application: Climate Action: Climate Action Discussion: Is this a grant? Grant Amount: Page 1258 of 1406 ATTACHMENTS: Type Description D Resolution Resolution approving IAF F CBA 2019-2022 D Agreement IAF F Collective Bargaining Agreement Page 1259 of 1406 I RESOLUTION R20- 2 3 A RESOLUTION OF THE CITY OF BOYNTON BEACH, 4 FLORIDA, RATIFYING THE AGREEMENT BETWEEN THE 5 CITY OF BOYNTON BEACH, FLORIDA AND THE 6 INTERNATIONAL ASSOCIATION OF FIREFIGHTERS, LOCAL 7 1891 FOR THE PERIOD OF OCTOBER 1, 2019 THROUGH 8 SEPTEMBER 30, 2022; TERMINATING THE AGREEMENT 9 EXPIRING ON SEPTEMBER 30,2021; AND AUTHORIZING AND 10 DIRECTING THE CITY MANAGER TO SIGN THE I i AGREEMENT; AND PROVIDING AN EFFECTIVE DATE. 12 13 WHEREAS, the City of Boynton Beach and the International Association of 14 Firefighters, Local 1891 had an existing Collective Bargaining Agreement that was 15 scheduled to expire on September 30, 2021; and 16 WHEREAS, during negotiations regarding the provisions of the DROP Ordinance 17 the parties mutually agreed to reopen the entire Agreement in order to make clarifications 18 and improvements to existing language as well as add two new Articles; and 19 WHEREAS, the parties have agreed to terminate the Agreement expiring 20 September 30, 2021 and have successfully negotiated a new three (3)year Agreement from 21 October 1, 2019 through September 30, 2022; and 22 WHEREAS, the City Commission of the City of Boynton Beach deems it to be in 23 the best interests of the residents and citizens of the City to ratify the Agreement and execute 24 the same. 25 NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION 26 27 OF THE CITY OF BOYNTON BEACH, FLORIDA, THAT: 28 29 Section 1. The foregoing "WHEREAS" clauses are true and correct and hereby 30 ratified and confirmed by the City Commission. 31 Section 2. The City Commission of the City of Boynton Beach, Florida does S:ACA\RESO\Agreements\CBA Ratifications\UFF CBA 2019-22-Reso.docx Page 1260 of 1406 32 hereby ratify the Agreement between the City of Boynton Beach and the International 33 Association of Firefighters, Local 1891 for the period of October 1, 2019 through 34 September 30, 2022; terminate the current Agreement expiring on September 30, 2021 and 35 authorize and direct the City Manager to sign the Agreement, a copy of said Collective 36 Bargaining Agreement being attached hereto as Exhibit"A". 37 Section 3. This Resolution will become effective immediately upon passage. 38 PASSED AND ADOPTED this day of January, 2020. 39 40 CITY OF BOYNTON BEACH, FLORIDA 41 42 YES NO 43 44 Mayor— Steven B. Grant 45 46 Vice Mayor—Justin Katz 47 48 Commissioner—Mack McCray 49 50 Commissioner—Christina L. Romelus 51 52 Commissioner—Ty Penserga 53 54 55 VOTE 56 57 ATTEST: 58 59 60 61 Crystal Gibson, MMC 62 City Clerk 63 64 65 66 (Corporate Seal) 67 S:ACA\RESO\Agreements\CBA Ratifications\UFF CBA 2019-22-Reso.docx Page 1261 of 1406 COLLECTIVE BARGAINING AGREEMENT BETWEEN - CITY OF BOYNTON BEACH AND BOYNTON BEACH FIREFIGHTERS AND PARAMEDICS INTERNATIONAL ASSOCIATION OF FIREFIGHTERS, LOCAL 1891 LOCA 1 October 1, 2019 through September 30, 2022 Ratified by Union: Ratified by Commission: 06 TABLE OF CONTENTS Article Title Pape --- Preamble.......................................................... 1 1 Recognition............................................................. 2 2 Non-Discrimination............................................ 3 3 Payroll Deduction of Dues................................. 4 4 Union Time Pool.................................................... 5 5 Representation of the Union.............................. 6 6 Representation of the City.................................. 7 7 Modification of Conditions................................ 8 8 Hours of Work....................................................... 10 9 Working Conditions.............................................. 11 10 Uniforms and Safety Equipment....................... 12 11 Annual Occupational Fitness Evaluations....... 14 12 Group Insurance.................................................. 16 13 Legal Defense........................................................ 20 14 Wages.................................................................. 21 15 Call Back and Overtime........................................ 23 16 Exchange of Time ............................................. 24 17 Sick Leave............................................................... 26 18 Compassionate Leave........................................... 29 19 Vacation................................................................... 30 20 Personal Time..................................................... 32 21 Holidays.................................................................. 33 22 Court Time.............................................................. 34 23 Working Out of Classification............................ 35 24 Education................................................................ 37 25 Educational Supplemental Compensation..... 38 26 Assignment Pay................................................ 39 27 Licenses and Registration Fees.......................... 40 28 Seniority List.......................................................... 41 29 Vacancies and Promotions.................................. 42 30 Bulletin Boards...................................................... 46 31 Notification and Distribution.......................... 47 32 Grievance and Arbitration.................................... 48 33 Prevailing Rights................................................... 52 34 Savings Clause........................................................ 53 35 Appendices,Amendments,and Additions....... 54 36 Successors............................................................... 55 37 Compensatory Time......................................... 56 38 Management Rights.......................................... 57 39 Supplemental Retirement Insurance............... 58 40 Collateral Documents........................................ 60 41 Pension............................................................... 61 42 Drug Free Workplace........................................ 62 43 Wellness/Fitness Program............................... 63 Page 1263 of 1406 44 Modified Work/Light Duty............................... 65 45 Discipline and Performance Management...... 67 46 Station Assignment........................................... 72 47 Duration.............................................................. 73 Addenda "A" Drug Free Workplace Policy........................... 74 "B" Wages- Step Plan............................................ 87 "C" Career Ladder Requirements.......................... 89 "D" Mutual Consent Agreement-IPTR................. 93 "E" Tuition Assistance Program............................. 96 --- Signature Page..................................................... 103 Page 1264 of 1406 PREAMBLE This Agreement is entered into by the City of Boynton Beach, a municipal corporation (hereinafter referred to as the "City,") and the Boynton Beach Fire Fighters and Paramedics, Local 1891, of the International Association of Fire Fighters, (hereinafter referred to as the "Union,") which has as its purpose: The promotion of harmonious relations between the City and the Union; for the establishment of an equitable and peaceful procedure for the resolution of differences; the prevention of interruptions of work and interference with the operations of the City; to encourage and improve efficiency and productivity; to maintain the highest standards of personal integrity and conduct at all times; and the establishment of an entire agreement covering hours, wages, benefits, and terms and conditions of employment applicable to bargaining unit members. Therefore, in consideration of the mutual provisions and agreements contained in this Agreement, the City and the Union agree as follows: IAFF.October 1,2019-September 30,2022 1 Page 1265 of 1406 ARTICLE 1 RECOGNITION The City recognizes the Union as the sole and exclusive bargaining agent,for the purpose of establishing wages, hours, and terms and conditions of employment pertaining to the regular, full-time positions of Firefighter,Firefighter Operator/Engineer(0/E),Lieutenant,Captain,and Battalion Chief,which require possession and maintenance of Florida Firefighter Certification and Florida Emergency Medical Technician Certification or Florida Paramedic Certification. IAFF.October 1,2019-September 30,2022 2 Page 1266 of 1406 ARTICLE 2 NON-DISCRIMINATION 2_1 Neither the City nor the Union shall discriminate against any bargaining unit member in a manner prohibited by law based on race,age,religion,color,gender,gender identity or expression,sexual orientation, national origin, marital status, physical or mental disability, or any other unlawful factor. 2_2 Alleged violations of this Article shall not be subject to the grievance and/or arbitration procedure established herein. 2_3 No bargaining unit member shall be discriminated against,intimidated,restrained,or coerced in the exercise of any rights granted by this Agreement, or in the exercise of any Union and/or protected concerted activities. The sole remedy for charges in this section(2.3) is the filing of an Unfair Labor Practice (ULP). 2_4 Bargaining unit members have an affirmative duty to report any discriminatory conduct to the City's Director of Human Resources and Risk Management. IAFF.October 1,2019-September 30,2022 3 Page 1267 of 1406 ARTICLE 3 PAYROLL DEDUCTION OF DUES 3_1 The City will deduct, once each pay period, dues in an amount certified to be current by the Treasurer of the Union from the pay of those bargaining unit members who individually request in writing that such deductions be made. The total amount of deductions shall be remitted each month by the City to the Treasurer of the Union. This authorization shall remain in full force and effect during the term of this Agreement or for thirty(30)days after notification of the revocation of this authorization by the Union Treasurer. The Union will pay for this service in the form of a lump sum payment of one hundred dollars ($100.00)per contract year. 3_2 Any bargaining unit members may revoke their dues deductions to withdraw from membership by forwarding their intentions to the Union Treasurer in writing. The Union Treasurer shall be responsible for notifying the City's Finance Department of such revocation. IAFF.October 1,2019-September 30,2022 4 Page 1268 of 1406 ARTICLE 4 UNION TIME POOL 4_1 For the purpose of allowing officers of the Union or their designees to conduct Union business and attend Union functions, a Union Time Pool is established. Each contract year the City will credit the Union Time Pool with two hundred forty(240) hours of time to be used in increments of two (2) hours or more. 4_2 Between September 1st and September 15th of each contract year, bargaining unit members shall be permitted to donate hours of accrued vacation time to be banked and subsequently used to permit designated Union representatives to attend Union functions. Donations to this Union Time Pool shall be made by any bargaining unit member on a voluntary basis and on a designated submittal form. All donated time will be calculated and banked on an hour-to-hour basis. An accurate list of those bargaining unit members donating to this time pool shall be maintained by the Union President and the Fire Department's Administrative Payroll Associate; a copy of which will be provided to the Deputy Chief of Operations. Only those bargaining unit members donating time shall be eligible to work in the absence of a Union Representative who is benefiting from this Article. It shall be the Union President's responsibility to coordinate with the Deputy Chief of Operations (or Designee) the provisions of coverage and replacement of Union Representatives attending an approved function. 4_3 All requests to use this time are subject to daily staffing requirements and must be submitted for approval by the Deputy Chief of Operations (or Designee) at least forty-eight (48) hours in advance of the requested date of use. The on-duty Battalion Chief may consider verbal emergency requests by the Union President (or Designee). A maximum of four (4) Union Representatives may be allowed time off and each must follow departmental procedure when applying for time off using Union Time Pool hours. When scheduled use of Union Time Pool hours results in overtime for another bargaining unit member, the Union Time Pool will be charged at (drawn down by) time and one-half (1.5) so that a bargaining unit member's absence is cost neutral to the City. IAFF.October 1,2019-September 30,2022 5 Page 1269 of 1406 ARTICLE 5 REPRESENTATION OF THE UNION The membership of the Union shall be represented by the President of the Union or by a person or persons designated in writing to the City Manager by the President of the Union. The identification of representatives shall be made each year prior to April 1st. The President of the Union, or the person or persons designated by the Union President shall have full authority to conclude a collective bargaining agreement on behalf of the Union,subject to a majority vote of those bargaining unit members voting on the question of ratification. The Union representative or representatives are the official representatives of the Union for the purpose of negotiating with the City. Such negotiations entered into with persons other than those as defined herein, regardless of their position or association with the union, shall be deemed unauthorized, and shall have no weight or authority in committing or in any way obligating the Union. It shall be the responsibility of the Union to notify the City Manager in writing of any change in the designation of the President or any certified representative of the Union. IAFF.October 1,2019-September 30,2022 6 Page 1270 of 1406 ARTICLE 6 REPRESENTATION OF THE CITY The City shall be represented by the City Manager or a person or persons designated in writing to the Union by the City Manager. The person designated shall have full authority to negotiate a collective bargaining agreement on behalf of the City. The City representative or representatives are the official representatives of the City for the purpose of negotiating with the Union. Negotiations entered into with persons other than those as defined herein,regardless of their position or association with the City,shall be deemed unauthorized and shall have no authority or weight in committing or in any way obligating the City. IAFF.October 1,2019-September 30,2022 7 Page 1271 of 1406 ARTICLE 7 MODIFICATION OF CONDITIONS 7_1 Fire Rescue Operational Rules and Regulations: (a) Bargaining unit members shall comply with all Fire Rescue Operational Rules and Regulations, including those relating to conduct and work performance. The City may abolish, adopt, or amend Operational Rules and Regulations necessary for the safe,orderly,and efficient operation of the Fire Rescue Department A Committee on Rules and Regulations is established for the Fire Rescue Department This Committee is comprised of six (6) members: three (3) appointed by the City and three (3) members of the Union Executive Board. This Committee shall be charged with the duty of reviewing the published and proposed Fire Rescue Operational Rules and Regulations and issuing advisory opinions to the Fire Chief. This Committee shall meet as needed. (b) Except in instances of emergency situations, in which delaying a change would result in likely harm to others or impending liability to the City as a result of the exiting Rule or Regulation,the City will provide the Committee with at least fifteen(15)calendar days of prior notice,before the effective date of any changes to the department's Operational Rules and Regulations. Deviations from Operational Rules and Regulations required as a result of an emergency situation shall be reviewed by the Committee on Rules and Regulations within ninety (90) calendar days of the emergency. 7.2. Modification of Conditions: (a) When the City intends to make changes to City or Departmental Administrative Rules or Regulations, Policies, or Guidelines,the City will provide written notice to the Union. The notice will include a description of the change and an implementation date,which shall be no less than thirty(30) calendar days from the date of notice. (b) If the Union believes that the modification constitutes a change to wages,benefits, or terms and conditions of employment, then the Union will have fifteen (15) calendar days from the date of notice to advise the City in writing that the Union is requesting pre-implementation or post- implementation impact bargaining. Such written request shall identify with specificity the manner in which the modification affects the rights of bargaining unit members. The request shall also include three (3) dates and times when the Union is available to meet with the City to IAFF.October 1,2019-September 30,2022 8 Page 1272 of 1406 discuss/bargain the modification. When bargaining is requested, it shall begin no less than five (5) calendar days following the Union's request and shall be concluded within thirty (30) calendar days following the first bargaining session. Unless otherwise agreed to by the City and the Union during their bargaining,the implementation date of change shall take effect as initially announced by the City,subject to the Union's right to continue impact bargaining. (c) This provision is not a waiver,restraint,or limitation on the City's Management Rights,including to unilaterally determine the purpose of its departments,to set standards of services to be offered to the public, and to exercise control and discretion over its organization and operations, nor is it a waiver, restraint, or limitation on the Union's right to bargain pursuant to Chapter 447, Florida Statute. IAFF.October 1,2019-September 30,2022 9 Page 1273 of 1406 ARTICLE 8 HOURS OF WORK 8_1 Bargaining unit members are regularly scheduled to work twenty-four (24) hour shifts and may be referred to in this Agreement as "shift" members. A shift schedule for the term of this Agreement is defined as follows: a forty-eight (48) hour work week with one (1) shift on duty and two (2) shifts off duty and with a twenty-four (24) hour Kelly Day off during a twenty-one (21) day work schedule. The shift on duty is from 7:30 a.m. (0730) to 7:30 a.m. (0730) the following day. 8_2 Bargaining unit members assigned by the Fire Chief (or Designee) on a temporary basis to an alternate schedule in order to accomplish special projects or special assignments, may be placed on a forty (40) hour work week; however, in this case, the bargaining unit member must use Compensatory Time or Vacation Leave to supplement his/her weekly regular earnings. IAFF.October 1,2019-September 30,2022 10 Page 1274 of 1406 ARTICLE 9 WORKING CONDITIONS 9_1 Bargaining unit members may be needed at any time to fight fires and/or render emergency medical care, and,to do so effectively,they need to be constantly prepared. They must be ready to respond immediately to calls for service. Continual training and equipment maintenance are required to ensure that the desired response effectiveness is attained. 9_2 The Union supports and participates in training, equipment maintenance, fire prevention programs, emergency medical service programs, and public education programs,which have as their goal,the increased efficiency of the City's fire protection and emergency medical service. 9_3 Bargaining unit members will perform routine station maintenance. Routine station maintenance is defined as any type of maintenance that is required to be done on a scheduled basis, such as window cleaning,kitchens,living facilities,vehicles and safety equipment IAFF.October 1,2019-September 30,2022 11 Page 1275 of 1406 ARTICLE 10 UNIFORMS AND SAFETY EQUIPMENT 10.1 The City provides Fire Rescue Department personnel with uniforms, on an as-needed basis. The initial uniform allocation includes- Class"A"uniform,uniform shirts,uniform pants/shorts,ball caps, T-shirts, Belt, gym shorts, work jackets, job shirts, and patches as needed. Current placement of patches will apply. 10.2 Each bargaining unit member will receive a shoe allowance in the amount of one hundred fifty dollars ($150.00), less applicable taxes, in the second paycheck in January. Bargaining unit members are required to wear shoes/boots that comply with department safety and uniform guidelines and that are ASTM F2412 or ASTM F2413 certified. 10.3 Uniforms, excluding initial allocations, may be acquired on an "as-needed" basis through an allowance allotment system. Each fiscal year of this contract, bargaining unit members may receive up to four hundred dollars ($400.00) worth of uniforms, excluding shoes/boots. The Deputy Chief of Administration (or Designee) will publish the current price list of uniform items at the beginning of each fiscal year. 10.4 Initial allocations of uniforms, excluding shoes/boots, will be provided to bargaining unit members as determined necessary by the Fire Chief(or Designee). 10.5 The City shall provide members of the Technical Rescue and Dive Teams with any specialized uniform(s) and personal protective equipment (PPE) needed to perform the functions of those respective teams. 10.6 All Personal Protective Equipment(PPE),as outlined in the Fire Rescue Department regulations, shall be furnished as necessary to bargaining unit members by the City. The title to such equipment shall remain with the City, with the exception of a bargaining unit member who has retired, who has the option to keep his/her badges and structural helmet. If standards of fire- fighting safety equipment change, upon replacement of existing equipment, the replacement equipment will be National Fire Protection Association (NFPA) recommended. If a Firefighter needs a replacement of fire-fighting Personal Protective Equipment, (s)he shall submit such request in writing through the chain of command. The Fire Rescue Department Safety Officer shall make a determination as to the appropriateness of such replacement. Once it is determined IAFF.October 1,2019-September 30,2022 12 Page 1276 of 1406 that a replacement is needed, the City shall promptly initiate the replacement of the item. The City shall notify the bargaining unit member of the approximate time the replacement item will arrive and will notify the member if the arrival will be delayed due to extenuating circumstances. 10.7 The City will arrange for the repair or replacement of a bargaining unit member's uniform or work clothing that is damaged, at no fault of the member, during the member's performance of his/her job duties. In such instances, the facts and circumstances must be documented at the time of the incident 10.8 Damage to items such as prescription optical aids and dentures are considered"injuries"through Workers' Compensation only when the damage is shown to be part of, or in conjunction with an accident, in which the damage specifically occurred as the result of an accident in the normal course of employment. In such instances,the facts and circumstances shall be documented on a Supervisor Incident Report(SIR)with a copy to Risk@bbfl.us within forty-eight(48)hours of the incident. Otherwise, the City is not responsible for the loss or damage to a bargaining unit member's personal property,which (s)he elects to wear, carry,bring to, or leave at work. 10.9 Bargaining unit members may be responsible for expenses incurred in replacing lost, misplaced, and/or damaged safety gear and/or clothing due to personal negligence or intentional misuse, which is subject to review and recommendation to the Fire Chief by the Labor-Management Team. 10.10 All Fire Rescue department-issued uniforms and equipment will be used exclusively while on duty or at scheduled departmental sanctioned events as determined by the Fire Chief. IAFF.October 1,2019-September 30,2022 13 Page 1277 of 1406 ARTICLE 11 ANNUAL OCCUPATIONAL FITNESS EVALUATIONS 11.1 Physical Evaluation: Due to the importance of certification of fitness for duty,bargaining unit members are required to attend and participate in an annual occupational fitness evaluation as scheduled, which is conducted in accordance with the standards set forth in the most current edition of N.F.P.A. 1582 and as adapted and approved by the Labor-Management Team. Bargaining unit members will schedule this annual occupational exam on a seniority basis through the Fire Department's designated Administrative personnel. This annual evaluation is mandatory. The evaluation is performed off duty with compensation equaling three (3) hours at a rate of one and a half (1.5) times the bargaining unit member's hourly rate of pay. 11.2 It is the responsibility of the bargaining unit member to ensure that this annual physical evaluation and all follow-up testing required solely as a result of being found "unfit for duty" are completed in a timely manner and as scheduled. Efforts will be made to allow for the scheduling of this follow-up testing to be performed on duty. 11.3 Failure to attend, and/or participate in the annual occupational fitness evaluation as required will result in the bargaining unit member being placed on a "no work" status until the evaluation is complete. Compensation for time in a "no work" status will be through the use of only accrued and unused sick leave, compensatory time, and vacation leave (in that order). If all aforementioned leave time is exhausted,the bargaining unit member will be placed in an unpaid status until such time that the full evaluation and any required follow up is completed. 11.4 For the term of this Agreement,the City will contract with a qualified medical provider to perform the annual occupational fitness evaluation. October 1, 2019 through September 30, 2022, the City is using LifeScan as its provider for these services. Records associated with this physical evaluation and any follow up evaluations required solely in connection with the return to work of an employee who was found to be"unfit for duty"are provided to the Director of Human Resources and Risk Management,who will ensure the records are properly maintained in the employee's confidential medical file, which is separate from the employee's personnel file. Further,an employee who was found to be"unfit for duty," or who was recommended for referral to another medical provider, may be contacted by Human IAFF.October 1,2019-September 30,2022 14 Page 1278 of 1406 Resources and Risk Management regarding ADAAA, FMLA, and/or Workers' Compensation. 11.5 Immunization: Whenever any standard, medically recognized vaccine or other form of immunization or prophylaxis exists for the prevention of a communicable disease for which a presumption is granted pursuant to Florida Statute 112.181, if medically indicated in the given circumstances pursuant to immunization policies established by the Advisory Committee on Immunization Practices of the United States Public Health Service, the City may require bargaining unit members to undergo the immunization or prophylaxis unless the member's physician determines in writing that the immunization or other prophylaxis would pose a significant risk to the member's health. Absent such written declaration, failure or refusal by a bargaining unit member to undergo such immunization or prophylaxis disqualifies the member from the benefits of the presumption that the communicable disease was contracted while on duty. The City shall provide an immunization schedule during the term of this Agreement for all members as a means of protection from the following: • Hepatitis-Type B: Members who refuse to be immunized for Hepatitis Type B and who later contract that disease shall not be presumed to have contracted the disease while on duty. • Hepatitis-Type A: Offered to all bargaining unit members. Members who refuse to be immunized for Hepatitis Type A and who later contract that disease shall not be presumed to have contracted the disease while on duty. • The City shall offer flu shots for all members as a means of protection from contracting the flu while working during flu season. 11.6 Exposures: It shall be mandatory for the City to notify the bargaining unit member when documentation exists that the bargaining unit member was significantly exposed to a communicable disease in the line of duty only after such documentation is brought to the attention of the City. Certain exposures,pursuant to Florida Statute 112.181(2),shall be presumed to have a disability suffered in the line of duty,unless the contrary is shown by competent evidence;however,in order to be entitled to the presumption,the member must, by written affidavit as provided in Florida Statute 92.50 must verify information in such written declaration. IAFF.October 1,2019-September 30,2022 15 Page 1279 of 1406 ARTICLE 12 GROUP INSURANCE 12.1 Medical. Dental. and Vision Insurance: The sole medical benefit plan available to bargaining unit members is a High Deductible Health Plan (HDHP). The premium cost for "employee only" coverage for the HDHP medical, dental, and vision insurance premiums shall be paid for all bargaining unit members while employed by the City. Bargaining unit members will pay the full cost of HDHP medical, dental, and vision insurance for their dependents. The City Commission, through the Annual Budget process, may appropriate funds to subsidize employees' premium costs for employees who cover dependent children on their medical plans. Any subsidy offered does not extend beyond the plan year for which it is budgeted,and the offering of,and/or amount of, any such subsidy is not subject to negotiation. Types of coverage currently in effect during a plan year shall not be reduced during that same plan year. The Union may designate one (1) bargaining unit representative to participate on the evaluation committees for any RFPs related to employee group medical insurance. Plan Year One: October 1, 2019 -September 30, 2020 12.2 a HSA Contributions: The City will contribute an annualized total of one thousand dollars ($1000.00) into a bargaining unit member's Health Savings Account(HSA) on the first full pay check date following January 1, 2020. i. In order to be eligible for the HSA deposit above, a bargaining unit member must have been actively employed with the City before October 1, 2019. 12.3 a Leave Time Conversion to HSA: The City will provide opportunities to convert an annualized total of up to one thousand dollars ($1000.00), after pension deduction, of any combination of sick and vacation time at the 100% conversion rate to help fund their HSA. For Plan Year One,this conversion can be done at the following times: i. January 1, 2020 -January 31, 2020 (any amount up to an annualized total of$1,000.00). ii. April 1, 2020 -April 30, 2020 (any amount up to an annualized total of$1000.00). iii. For purposes of this Article, "annualized" means plan year/contract year/fiscal year IAFF.October 1,2019-September 30,2022 16 Page 1280 of 1406 October 1, 2019 through September 30, 2020. 12.4 a New Hires: Bargaining unit members hired on or after October 1, 2019, and who elect to be covered on the City's medical insurance, will accrue eighty-three dollars and thirty-three cents ($83.33) per active month of service for the City to deposit into their HSA through September 2020. This initial deposit will be made the first check of the month in which the member becomes enrolled in the City's group medical insurance. Plan Year Two: October 1, 2020 -September 30, 2021 12.2 b HSA Contributions: The City will contribute an annualized total of one thousand dollars ($1000.00) into a bargaining unit member's Health Savings Account(HSA) on the first full pay check date following January 1, 2021. i. In order to be eligible for the HSA deposit above, a bargaining unit member must have been actively employed with the City on September 30, 2020. 12.3 b Leave Time Conversion to HSA: The City will provide opportunities to convert an annualized total of up to one thousand dollars ($1000.00), after pension deduction, of any combination of sick and vacation time at the 100% conversion rate to help fund their HSA. For Plan Year Two,this conversion can be done at the following times: i. January 1, 2021 -January 31, 2021 (any amount up to an annualized total of$1000.00). ii. April 1, 2021 -April 30, 2021 (any amount up to an annualized total of$1000.00). iii. For purposes of this Article, "annualized" means plan year/contract year/fiscal year October 1, 2020 through September 30, 2021. 12.4(b) New Hires: Bargaining unit members hired on or after October 1, 2020, and who elect to be covered on the City's medical insurance, will accrue eighty-three dollars and thirty-three cents ($83.33) per active month of service for the City to deposit into their HSA through September 2021. This initial deposit will be made the first check of the month in which the member becomes enrolled in the City's group medical insurance. IAFF.October 1,2019-September 30,2022 17 Page 1281 of 1406 Plan Year Three: October 1,2021 -September 30, 2022 12.2 c HSA Contributions: The City will contribute an annualized total of one thousand dollars ($1000.00) into a bargaining unit member's Health Savings Account(HSA) on the first full pay check date following January 1, 2021. i. In order to be eligible for the HSA deposit above, a bargaining unit member must have been actively employed with the City on September 30, 2021. 12.3 c Leave Time Conversion to HSA: The City will provide opportunities to convert an annualized total of up to one thousand dollars ($1000.00), after pension deduction, of any combination of sick and vacation time at the 100% conversion rate to help fund their HSA. For Plan Year Three,this conversion can be done at the following times: i. January 1, 2022 -January 31, 2022 (any amount up to an annualized total of$1000.00). ii. April 1, 2022 -April 30, 2022 (any amount up to an annualized total of$1000.00). iii. For purposes of this Article, "annualized" means plan year/contract year/fiscal year October 1, 2021 through September 30, 2022. 12.4(c) New Hires: Bargaining unit members hired on or after October 1, 2 02 1, and who elect to be covered on the City's medical insurance, will accrue eighty-three dollars and thirty-three cents ($83.33) per active month of service for the City to deposit into their HSA through September 2022. This initial deposit will be made the first check of the month in which the member becomes enrolled in the City's group medical insurance. 12.5 Life Insurance: Bargaining unit members are provided with a thirty-five thousand dollar ($35,000) term life and accidental death policy with the premium paid by the City. 12.6 In the event a bargaining unit member is killed in the line of duty as per F.S.S. 112.191 (2)(0, as amended from time to time, or suffers a catastrophic injury, as defined in F.S.S. 440.02(37),as amended from time to time, and provided for in F.S.S. 112.191 (2)(g), as amended from time to time, or partially or totally disabled as provided for in F.S.S. 112.18, as amended from time to time, the City shall pay the IAFF.October 1,2019-September 30,2022 18 Page 1282 of 1406 entire COBRA premium for the member, spouse (until remarried) and/or dependents (until the end of the calendar year in which the dependent child reaches age 26) who elect to continue on the City's medical, dental, and/or vision plans. IAFF.October 1,2019-September 30,2022 19 Page 1283 of 1406 ARTICLE 13 LEGAL DEFENSE 13.1 The City will provide a bargaining unit member with a legal defense when a bargaining unit member is listed as a defendant in a civil action,provided the bargaining unit member was acting within the scope of employment at the time of the act or omission, which is the subject of the action accused. The scope of the City's responsibilities is asset forth in Florida Statutes 111.07 - Defense of civil actions against public officers, employees, or agents. The City will not provide a defense to an employee acting outside the scope of his/her employment who is charged with a criminal action. 13.2 Bargaining unit members who volunteer their off-duty time to participate in City-authorized events may be covered under Section 13.1 if a situation arises in which an off-duty bargaining unit member was required to render job-related emergency services while volunteering at the City-authorized event. IAFF.October 1,2019-September 30,2022 20 Page 1284 of 1406 ARTICLE 14 WAGES 14.1 Effective October 1, 2019, the charts in Addendum "B" contain the step plan in effect for bargaining unit members. 14.2 Bargaining unit members who are eligible for Assignment Pay pursuant to Article 26 will have the corresponding amount(s) added to their base hourly rates of pay. • Paramedic $3.75 over hourly base rate • Technical Rescue $0.75 over hourly base rate • Dive Rescue $0.75 over hourly base rate 14.3 The table in Addendum "B" will be used as an administrative guide to wage adjustments and/or promotions through the ranks. (a) Guideline percentage rate increases for Career Ladder promotions: Firefighter to Firefighter Operator/Engineer- 5% Firefighter Operator/Engineer to Lieutenant- 8% Lieutenant to Captain-5% Captain to Battalion Chief-5% (b) A member's regular hourly base rate must always be in an existing "step" rate pursuant to Addendum "B." Due to the starting step rate, rounding, and ending calculated rate with promotional percentage applied, the actual promotional percentage may deviate from the guideline above in order to ensure members are placed into the appropriate "step" upon promotion. 14.4 Step Plan: (a) Year One: October 1, 2019 - September 30, 2020 (b) Year Two: October 1, 2020 - September 30, 2021 (i) Each bargaining unit member will advance to the next step in his/her rank and will receive the corresponding hourly rate of pay. (ii) Bargaining unit members who are at the maximum step will receive compensation in a lump sum payment equal to three and a half percent(3.5%)of his/her current annualized IAFF.October 1,2019-September 30,2022 21 Page 1285 of 1406 step. (c) Year Three: October 1, 2021 - September 30, 2022 (i) Each bargaining unit member will advance to the next step in his/her rank and will receive the corresponding hourly rate of pay. (ii) Bargaining unit members who are at the maximum step will receive compensation in a lump sum payment equal to three and a half percent(3.5%)of his/her current annualized step. 14.5 No cost of living increases/base wage increases or step increases, except those resulting from a promotion or assignment, shall be paid beyond September 30, 2022 unless specifically negotiated in a successor Collective Bargaining Agreement or Memorandum of Understanding. IAFF.October 1,2019-September 30,2022 22 Page 1286 of 1406 ARTICLE 15 CALL BACK AND OVERTIME 15.1 Call Back: Call Back is defined as any time a bargaining unit member is called into work when (s)he is off duty, or when the work time is not contiguous with the member's shift In the event of Call Back,the bargaining unit member shall be paid for the actual time worked but not less than two (2)hours at a rate of pay one and a half(1.5)times the member's hourly rate inclusive of Certification Assignment Pay. The procedure for Call Back will be in accordance with Labor-Management Team guidelines. The Fire Chief can waive the above provisions for operational purposes. 15.2 Overtime: Overtime is defined as any time a bargaining unit member is required to stay longer than his/her assigned 24-hour shift by his/her officer. Overtime shall be paid at the rate of one and one-half (1.5) times the bargaining unit member's hourly rate inclusive of Certification Assignment Pay. Bargaining unit members who are in a duty status less than fifteen (15) minutes either before their shift or after their shift will not be eligible for overtime pay. Bargaining unit members who are in duty status for fifteen(15)minutes or more either before their shift or after their shift must be so only with their officer's approval in order to be eligible for overtime pay at the overtime rate. 15.3 Efforts are made to offer classes for renewing certificates on shift schedules. When these classes are offered on a shift schedule,and a bargaining unit member elects to attend classes outside of the shift schedule, (s)he will not be compensated. Additionally,bargaining unit members who attend classes that are not required by the Chief(or Designee) will not be compensated. 15.4 No bargaining unit members shall be eligible for overtime or Call Back following the use of more than twelve (12) hours of sick leave until they have reported to work for at least one (1) regularly scheduled shift. IAFF.October 1,2019-September 30,2022 23 Page 1287 of 1406 ARTICLE 16 EXCHANGE OF TIME 16.1 General Provisions: Bargaining unit members may exchange their working shift(s) and exchange their off-duty day(s) with other bargaining unit members in accordance with the following provisions: (a) The exchanging members shall assume responsibility for the exchange of time, including step-up pay. (b) The shift officers of the exchanging members shall not permit the exchange if it affects the normal operation of work, if Call Back is required, or if step-up pay is required. (c) Exchanges of time shall require at least twenty-four (2 4) hours of notice to the Battalion Chief, except in the event of an emergency to the bargaining unit member, when the exchange of that bargaining unit member does not affect the normal operation of that shift(s). (d) Exchanges of time submitted prior to eight (8) weeks (fifty-six (56) calendar days) in advance will be tentatively approved. On the fifty-sixth (56th) calendar day in advance of the scheduled exchange of time, the exchange of time will automatically receive final approval unless the bargaining unit member has been notified of a necessary cancellation. Any cancellation of an exchange of time will be in writing and received by the affected bargaining unit member prior to the fifty-six(56) day time frame. (e) No bargaining unit member may monetarily compensate another bargaining unit member for an exchange of time. (f) No bargaining unit member shall "owe" or be "owed" more than three hundred sixty (360) hours at any given time. All exchanges of time shall be reconciled within eighteen (18) months of use. (g) Exchanges of time totaling more than three (3) consecutive shifts shall not be used to circumvent any FMLA or ADA regulations. 16.2 Exchanges of Time Among Ranks: For the purposes of this Article, the ranks of Firefighter and Firefighter 0/E shall be referred to as "Firefighters" and Lieutenants, Captains and Battalion Chiefs shall be referred to as "Officers." IAFF.October 1,2019-September 30,2022 24 Page 1288 of 1406 (a) Firefighters may only exchange time with other Firefighters, with the exception of a Firefighter 0/E who may also exchange time with a Lieutenant providing the following: i. The City will not incur any costs of step-up pay(Working out of Classification) for an exchange between Firefighter 0/E's and Lieutenants. (b) Officers may only exchange time with other Officers as identified in the departmental Standard Operating Guidelines and with the exception stipulated in Section 16.2(a). IAFF.October 1,2019-September 30,2022 25 Page 1289 of 1406 ARTICLE 17 SICK LEAVE 17.1 Accrual: Bargaining unit members shall accrue sick leave at a rate of twelve (12) hours per month for a total annualized accrual amount of one hundred forty-four (144) hours. No bargaining unit member shall be entitled to use sick leave in excess of the amount of accrued and unused hours (s)he has available. There is no cap on the accumulation of sick time. 17.2 Notice of Use of Sick Hours: (a) Unscheduled Sick: A bargaining unit member shall notify the on duty Battalion Chief (or Designee), in a manner provided for by management, of his/her illness no later than 0700 hours,before the start of his/her scheduled shift. (b) Scheduled Sick: A bargaining unit member may request with a minimum of seventy-two (72) hours of advanced notice to use scheduled sick hours for a full shift for personal health, medical, dental, optical, appointments and/or procedures. Documentation to support payment under the "scheduled sick" pay code must be provided to the Fire Chief (or Designee) within fifteen (15) calendar days of the use of time. Unsubstantiated use of such time will result in the time being re-coded to "sick." Scheduled Sick may not be utilized on weekends,on the shift before,on the shift of,or on the shift after a City-observed holiday. 17.3 Documentation Required: (a) For any use of sick time in excess of two (2) consecutive scheduled shifts, a bargaining unit member is required to provide written medical certification to the Deputy Chief of Operations upon return to work. (b) Sick hours may be requested and/or utilized upon approval of the Fire Chief (or Designee) for the following reasons: (c) Member's health, or up to forty-eight (48) hours per fiscal year for illness of immediate family member: the member's parent, spouse,registered domestic partner, or child. (d) Personal health, medical,dental, or optical treatment (e) Quarantine due to exposure to contagious disease. IAFF.October 1,2019-September 30,2022 26 Page 1290 of 1406 (f) In connection with a member's Workers' Compensation case,where (s)he has declined a light duty assignment or where no such assignment is available. (g) In connection with an approved Family and Medical Leave Act(FMLA)leave for a serious medical condition of the member,or the member's immediate family member,as defined in (FMLA). 17.4 Bonus Hours for Unused Sick Time: (a) For every consecutive six (6) month period elapsing since the bargaining unit member's last sick occurrence, the bargaining unit member will receive twenty-four (24) hours of vacation time. 17.5 Payout of Sick Leave: (a) Bargaining unit members who have more than two hundred forty (240) hours of sick leave as of April 1St may request to transfer (no later than April 1St) up to one hundred (100) sick leave hours to vacation leave hours, provided that accumulated sick hours do not fall below two hundred forty (240) hours as a result of the transfer. Transfer of this time will be credited to the bargaining unit member's vacation bank during the month of April. (b) Bargaining unit members will have payment made for their accrued and unused sick hours, at the percentage specified in the table below, upon resignation, termination, retirement, change in status from full time to part-time, or death. (Retirement shall include normal retirement, disability retirement, or early retirement as defined in the Pension Plan). Continuous Years of Service Percentage of Sick Leave Payout Less than 5 full years 50% 5 years but less than 10 full years 50% More than 10 full years 50% Upon retirement from the City 50% 17.6 Bargaining unit members who call in sick,may return to work during the remainder of their shift if they feel capable of performing their work duties and are not contagious. A member who returns to work after calling in sick, must use a minimum increment of twelve (12) hours of sick leave before they IAFF.October 1,2019-September 30,2022 27 Page 1291 of 1406 may return to work. Members who leave work during shift due to illness must remain out for the remainder of the shift. 17.7 Bargaining unit members who have exhausted their accumulated sick leave and are still unable to return to work, may use accrued and available vacation leave. Members must make such requests to the Fire Chief. 17.8 Use of Sick Hours: (a) No more than two (2) working shifts, or forty-eight (48) hours, whichever is greater, in any fiscal year,may be taken for sick leave because of illness within the immediate family. For the purpose of this Section,the "immediate family"consists of the member's spouse, registered domestic partner, parents, children, or any overage dependent, who resides with the bargaining unit member,and for whom the member is the primary care giver. (b) In the case of a prolonged, serious illness of the bargaining unit member or an eligible family member, a bargaining unit member shall apply for FMLA as provided for in City policies. The City may designate any qualifying leave as FMLA in accordance with the law. Bargaining unit members requesting this family sick provision for other than an immediate family member shall provide Human Resources with verifiable proof of primary care giver status prior to the use of this provision. 17.9 Donating Sick Leave: Sick leave donations may be requested and used in accordance with City policy as amended from time to time. IAFF.October 1,2019-September 30,2022 28 Page 1292 of 1406 ARTICLE 18 COMPASSIONATE LEAVE 18.1 In the event of the death of a family member of a bargaining unit member, the member shall be granted one (1) shift day leave on a day of the member's choosing within two (2) weeks of the death. The bargaining unit member shall be granted two (2) consecutive shift days leave on the days of the member's choosing within two weeks of the death, if out of state travel for interment is required. 18.2 "Family member" is defined as the bargaining unit member's spouse, registered domestic partner,mother,father,stepfather,stepmother,foster parents,foster child,stepchild,mother-in- law, father-in-law, son-in-law, daughter-in-law, brother-in-law, sister-in-law, grandparents, spouse's grandparents, grandchildren, brother, sister, son, daughter, step-brother, step-sister, niece, or nephew. 18.3 Bargaining unit members utilizing this Article are responsible for providing a verifiable written notice of death (i.e. obituary or copy of death certificate), to the Deputy Chief of Operations, within thirty (30) calendar days of the last date of compassionate leave. Failure to do so will result in the rescission of previously paid leave. IAFF.October 1,2019-September 30,2022 29 Page 1293 of 1406 ARTICLE 19 VACATION 19.1 The following plan outlines the vacation leave policy for bargaining unit members. Vacations will be picked on a seniority basis and can be taken in increments of twelve (12) or twenty-four (24) hours, one shift at a time. 19.2 Each bargaining unit member shall earn vacation leave, accumulated in hours, for each full year of continuous service as outlined below. Vacation will be accrued in accordance with the following schedule: Years of Service Vacation Days Vacation Hours DOE until First Anniversary 5 120 Beginning of 2nd year until Fourth Anniversary 6 144 Beginning of 51h year until Eighth Anniversary 7 168 Beginning of 91h year until Eleventh Anniversary 8 192 Beginning of 12th year until Fifteenth Anniversary 9 216 Beginning of 16th year and after 10 240 19.3 In computing vacation leave earned,no increments will accrue for any twenty-one (2 1) day work period that includes four (4) or more days of leave of absence without pay. 19.4 Bargaining unit members may accrue vacation hours up to the Allowable Maximum: the total vacation hours (s)he accrued in his/her two (2) most recent years of employment During the fiscal year,vacation hours may accrue above the Allowable Maximum; however, any accrued and unused vacation hours exceeding the Allowable Maximum as of September 30th of each year will be forfeited,except for vacation hours earned during those fiscal year of this Agreement pursuant to Article 17.4 (Bonus Hours for Unused Sick Time). 19.5 For special "one time" type of events, bargaining unit members will be allowed to accumulate more than two years earned accrued vacation with the prior approval of the Fire Chief (or Designee). Such approval must be received at a time prior to the two (2)year maximum accrual that is equal to the extra accrual that is requested. Maximum accrual will be limited to three (3) IAFF.October 1,2019-September 30,2022 30 Page 1294 of 1406 years earned vacation. Example:A bargaining unit member may accrue twelve (12) shift days in two (2) years. The bargaining unit member requests two (2) additional days beyond the maximum. The member must submit his/her request for the two (2) additional days four (4) months prior to his/her 12-shift day maximum for approval to extend the 12 days to 14 days. 19.6 Bargaining unit members requesting vacation time on the same day may be approved, on a seniority basis at the time of request; however, it will not be approved if the issuing of the vacation time results in Call Back or overtime. IAFF.October 1,2019-September 30,2022 31 Page 1295 of 1406 ARTICLE 20 PERSONAL TIME 20.1 Bargaining unit members may request to use his/her vacation time or compensatory time at a minimum of two (2) hours and at a maximum of twelve (12) hours,providing that hours are not fractionalized, for personal reasons while on duty. 20.2 This privilege shall be available only when such use will not be detrimental to the efficient/normal operation of the Fire Rescue Department as determined by the Fire Chief (or Designee). 20.3 Efficient/normal operating levels shall be determined by minimum staffing as determined by the Fire Chief. 20.4 Seniority will be a factor in granting personal use of vacation time requests prior to 0730. Thereafter,documented time-stamped requests submitted at or after 0730 are considered in the order of receipt: on a first come, first serve basis. Verbal requests are not considered. No grievance procedures are available to any member regarding Section 20.4. IAFF.October 1,2019-September 30,2022 32 Page 1296 of 1406 ARTICLE 21 HOLIDAYS 21.1 The following days shall be considered holidays: New Year's Day, Martin Luther King Jr. Day, President's Day, Memorial Day, Independence Day, Labor Day,Veterans' Day,Thanksgiving Day, Day After Thanksgiving,Christmas Eve,and Christmas Day. The Parties agree to bargain over the inclusion of any additional holidays declared by the City during the term of this Agreement 21.2 Bargaining unit members who are in an active status on the date of a City observed holiday will receive twelve (12)hours of pay at straight time. 21.3 Bargaining unit members may elect to defer the payment in Section 21.2 for all of the holidays in Section 21.1 as Holiday Pay, at straight time, for which payment will be disbursed in the last paycheck in September. (a) Members must initiate an electronic form no later than October 15th. If an e-form is not received for a member by the deadline, the member forfeits his/her right to defer Holiday Pay for that year of the Agreement. IAFF.October 1,2019-September 30,2022 33 Page 1297 of 1406 ARTICLE 22 COURT TIME 22.1 Any bargaining unit member who is summoned or subpoenaed to appear in a court of law,while off duty, as a result of his/her employment as a bargaining unit member,will be paid for his/her court time at the rate of one and one-half(1.5)times his/her current hourly rate,excluding travel time,provided the Deputy Chief of Operations is given prior notification so that the Deputy Chief of Operations has the opportunity to schedule such appearance during regular duty hours. The bargaining unit member will receive a minimum of three (3) hours pay, and the member shall return all fees received from the Court to the City. This Section does not apply when the bargaining unit member is required to appear on a day that they are on duty. 22.2 A bargaining unit member who is required by a court of law to appear for jury duty during a day when they are on duty shall return all fees received from the court to the City, excluding travel expenses. The bargaining unit member shall notify the Battalion Chief through his/her Chain of Command upon receipt of a summons for jury duty. 22.3 A bargaining unit member who has been instructed to remain on standby for court appearance pursuant to section 22.1 during the member's off-duty hours shall be paid one-half (0.50) the straight time hourly rate for each hour on standby up to a maximum of eight(8)hours of standby duty in any one day. A minimum payment of one (1) hour straight time shall be paid for all standby assignments. When a bargaining unit member is required to standby for eight(8)hours, the bargaining unit member shall receive four (4) hours plus one (1) additional hour at straight time. If a bargaining unit member does go to court(s)he will be paid for the court time indicated in Section 22.1 and will not receive any standby time pay. IAFF.October 1,2019-September 30,2022 34 Page 1298 of 1406 ARTICLE 23 WORKING OUT OF CLASSIFICATION 23.1 A bargaining unit member who is assigned the duties and/or responsibilities of a range above his/her current classification in the absence of his/her direct Officer will be compensated an additional five percent(5%)of his/her hourly rate per rank for working out of classification,with the exception of working as a Lieutenant,in which case the Firefighter 0/E shall be compensated an additional eight percent(8%) of his/her hourly rate, except during the use of Exchange Time pursuant to Article 16. When assigned, the bargaining unit member shall accept the duties and responsibilities of the position. For purposes of this Article, the internal ranking of Firefighter and Firefighter 0/E shall be considered as one classification: Firefighter. In the absence of the Captain position assigned each day, one (1) Lieutenant will be assigned to step up for the shift For the stations' Captain positions, step up assignments shall not be utilized when a Captain is absent on leave or is performing an alternative assignment as scheduled by the Fire Chief (or Designee). 23.2 Higher classification assignment for acting Lieutenant(s) and Captain(s) shall be made on a rotating basis as described in Sections 23.2(a) and 23.2(b). All assignments shall be logged as part of daily permanent records. Assignments will not be changed to intentionally avoid payment (a) First, eligible members for acting Lieutenant and Captain assignments shall be chosen from the most current promotional eligibility list with respect to assigned shift(s). This provision is effective following ratification and upon the establishment of the Lieutenant eligibility list and of the establishment of the Captain eligibility list respectively. (b) If no one is available pursuant to Section 23.2(a),then eligible members for acting Lieutenant and Captain assignments shall be certified by the Department's Training Section and hold a valid State Fire Officer I certification. 23.3 Higher classification assignment for an acting Battalion Chief shall be determined by the Deputy Chief of Operations in conjunction with the assigned Battalion Chief,as described under Sections 23.3(a), 23.3(b),and 23.3(c) IAFF.October 1,2019-September 30,2022 35 Page 1299 of 1406 (a) Eligible members for an acting Battalion Chief assignment shall be chosen from the most current promotional eligibility list with respect to assigned shift(s). (b) Members who meet all of the requirements outlined in Addendum "C" (Career Ladder)and who are certified by the Fire Department's Training Division are eligible for an acting Battalion Chief assignment. IAFF.October 1,2019-September 30,2022 36 Page 1300 of 1406 ARTICLE 24 EDUCATION 24.1 Non-probationary bargaining unit members are permitted to attend schools or classes for Career Ladder requirements while on duty,using personal time,as defined in Article 20,for the purpose of obtaining the education required for advancement or the updating of skills and knowledge, provided that such leave will not reduce the manpower of any shift below acceptable limits or result in overtime, as determined by the Battalion Chief. Reimbursement rates are set and published each fiscal year by the Fire Chief(or Designee) and are not intended to exceed Florida In-State tuition rates. Course selection and attendance must be pre-approved by the Deputy Chief of Operations. 24.2 The City will reimburse eligible members for tuition pursuant to the City's Tuition Assistance Program,which is attached as Addendum"E". The provisions of this Section and Addendum"F" relate to the reimbursement assistance for General Education Core Courses and Degree Program Core Courses (other than those specified as required for Career Ladder advancement). For the term of this Agreement, Tuition Assistance is funded at twenty-five thousand dollars ($25,000) per fiscal year. 24.3 The City may provide an opportunity for sending bargaining unit members to approved out-of- town training classes, subject to budgeted funds. A list of classes will be posted so each bargaining unit member has the opportunity to request classes of his/her choice. Approved City travel pay is in accordance with City policy. 24.4 Bargaining unit members are allowed to use on-duty time, without loss of vacation time, for classes necessary to remain certified in their current classification,or for classes required by the City. IAFF.October 1,2019-September 30,2022 37 Page 1301 of 1406 ARTICLE 25 EDUCATIONAL SUPPLEMENTAL COMPENSATION 25.1. Bargaining unit members are eligible for a monthly education supplemental compensation payment not to exceed the supplemental compensation limits set forth in applicable Florida Statute, FSS 633.422, as amended from time to time, and the corresponding regulations in the Florida Administrative Code. 25.2. The City will match the supplemental compensation payment as provided in Section 25.1. 25. 3. In the event that the supplemental compensation payment, as referenced in Section 25.1, is discontinued or adjusted for any reason,the City's contribution will not change and will remain consistent with the amount provided throughout the term of this Agreement IAFF.October 1,2019-September 30,2022 38 Page 1302 of 1406 ARTICLE 26 ASSIGNMENT PAY 26.1 Bargaining unit members holding a valid and current Paramedic certificate in accordance with the Florida Statutes and who perform active Paramedic duties as assigned by the Fire Chief and Medical Director will receive an additional hourly rate of three dollars and seventy-five cents ($3.75),which is considered wages. 26.2 A bargaining unit member holding a valid and current Paramedic certificate in accordance with Florida Statutes who could perform the duties as assigned by the Fire Chief and the Medical Director, but who is inactivated, either by choice or administrative direction, as an active Paramedic and is not on assignment as a Paramedic by the Fire Chief, will no longer receive the Paramedic Assignment Pay in Section 26.1. 26.3 Bargaining unit members selected to serve as the Technical Rescue Team (TRT) in accordance with criteria set forth by the Department and who perform TRT duties as assigned by the Deputy Chief of Operations will receive an additional hourly rate of seventy-five cents ($0.75), which is considered wages. 26.4 Bargaining unit members selected to serve on the Dive Rescue Team in accordance with criteria set forth by the Department and who perform Dive Team duties as assigned by the Deputy Chief of Operations will receive an additional hourly rate of seventy-five cents ($0.75), which is considered wages. 26.5 At any time a bargaining unit member is no longer certified or is inactivated, either by choice or administrative direction, (s)he will no longer receive the corresponding Assignment Pay in Section 26.3 and/or Section 26.4. IAFF.October 1,2019-September 30,2022 39 Page 1303 of 1406 ARTICLE 27 LICENSES AND REGISTRATION FEES 27.1 The City shall pay the fee for any license required by the City for employment purposes, such as EMT renewals or certificates. 27.2 In the event of any changes required by law regarding driver's license requirements for firefighters,the City and Union agrees to reopen this Article for negotiations. IAFF.October 1,2019-September 30,2022 40 Page 1304 of 1406 ARTICLE 28 SENIORITY LIST 28.1 The Fire Rescue Department shall establish a seniority list and it shall be updated on January 1st of each year and within ten (10) calendar days of any change in membership. Such list shall be posted thereafter on the bulletin board at each Fire Station and shall be considered correct unless objection is raised within thirty(30)calendar days of the posting. After thirty(30)calendar days, it shall stand approved, unless documented evidence is presented to justify changes or adjustments. 28.2 A bargaining unit member's seniority is established from the date of employment by the City of Boynton Beach Fire Rescue Department. If two (2) or more members are employed on the same date, the seniority standing shall be determined by the member's Fire Rescue Department ID number. The lower the ID number,the higher the position on the seniority list. 28.3 Layoffs and staffing cutbacks for bargaining unit members shall be determined by the seniority list. The bargaining unit member with the highest fire department employee number on the seniority list will be laid off first and so on down the list. In the event of layoffs and/or cutbacks, the City agrees to notify the Union President in writing, no less than fifteen (15) calendar days prior to said action. Bargaining unit members who are laid off shall have recall rights for a period of twelve (12) months and shall be recalled in the reverse order in which they are laid-off, i.e., last laid off will be first recalled. No employees will be hired into any bargaining unit classification while a laid off member has recall rights. IAFF.October 1,2019-September 30,2022 41 Page 1305 of 1406 ARTICLE 29 VACANCIES AND PROMOTIONS 29.1 Budgeted promotional vacancies approved to be filled by the City Manager, will be announced within thirty (30) calendar days and selections will be made from the appropriate established eligibility list. 29.2 Minimum requirements for promotion eligibility are outlined in Addendum"C" (Career Ladder). In order to be eligible,a candidate must meet the minimum requirements of the desired position as of the specified closing date of the posting(last date/time applications will be accepted). 29.2(a) Promotional processes for the position of Firefighter Operator/Engineer (0/E) will occur semi-annually, and any associated testing will occur beginning the first week in February and the first week in September of each year. 29.3 The establishment of eligibility lists for the ranks of Lieutenant, Captain, and Battalion Chief will be through a competitive process,as determined by the Fire Chief(or Designee) and the Director of Human Resources and Risk Management(or Designee). 29.3(a) Promotional processes will occur biennially pursuant to the schedule below,and any associated testing will occur beginning during the first week of October: • Lieutenants: Even Year Cycle (e.g. October 2020, 2022, etc.) • Captains: Odd Year Cycle (e.g. October 2019, 2021, etc.) • Battalion Chiefs: Odd Year Cycle (e.g. October 2019, 2021,etc.) 29.4 Announcements for promotional processes will be sent via e-mail to the Fire Department distribution list at least sixty (60) calendar days prior to the initial exam for the process. The announcement will include at a minimum the following information: (a) Reference to source material in a non-editable format and/or links obtainable through the Fire Department's shared network. All non-editable format source material shall be provided in its entirety or provided in one (1)hardcopy for each station. (b) Weight and components of promotional process. (c) The minimum passing score for each exam component. IAFF.October 1,2019-September 30,2022 42 Page 1306 of 1406 (d) The specification and allotment of any additional points as outlined in Section 29.5 Within thirty(30) calendar days prior to a written exam,the date,time, and location of the exam will be secured and provided to candidates. Efforts will be made to provide five (5) calendar days between the written exam and practical exam components. 29.5 Additional Points (a) Seniority,educational, and/or certification points are awarded as follows: Seniority Points: 0.25 points per continuous year of service as of the closing date of the posting. (No maximum) Education Points: Associate's Degree: 0.25 points Bachelor's Degree: 0.50 points Master's Degree: 1.00 points (Points issued for highest level of degree only) Certification Points: Fire Officer I: 0.25 points Fire Officer II: 0.50 points (Points issued for highest level of certification achieved) (b) Upon successful completion of the promotional process, Additional Points are added to the scores to establish the final ranking of the eligibility list. 29.6 A candidate must achieve a minimum passing score on each exam component in order to be considered for the eligibility list Scores will be rounded to the hundredths decimal point 29.7 Written Exam.Review and Challenges Written Exam: (a) Written exams are proctored by a minimum of one representative from Fire Administration, one representative from Human Resources,and one non-testing representative of the Union. (b) The written exam consists of one hundred ten(110) questions taken directly from the source materials. One hundred of the questions will be graded and worth one (1) point each. The IAFF.October 1,2019-September 30,2022 43 Page 1307 of 1406 ten additional questions contained within the exam (and determined by Human Resources prior to testing) are designated as"alternate questions"and will only be used for scoring if a question is removed due to a challenge. Review and Challenges: (a) Candidates will be given an opportunity to review the written exam immediately following the last exam submission. Source materials will be made available to candidates for the purpose of refuting the validity of any question on the exam. In the event a candidate decides to challenge a question, the candidate will write down his/her challenge question number and reason for challenge on the designated form. This form will be submitted to the exam proctors. The merits of each challenge will be evaluated and a final decision as to whether the challenge will be upheld will be determined prior to scoring of the exams. If a challenge is upheld, the question will be thrown out (as if it never existed) and the first of the pre- determined ten alternate questions will be substituted to replace the question that had been removed due to the upheld challenge. (b) Candidates will participate in a post-promotional process debriefing during which all incorrect answers will be reviewed. 29.8 Exam Results: The ranking of all successful candidates shall be certified by the Director of Human Resources and Risk Management(or Designee) and posted in the form of an eligibility list. The eligibility list remains active for two (2)years from the date of establishment or until the list is depleted,whichever is sooner. 29.9 Selection Process: (a) The Fire Chief may select for promotion any candidate in the top three (3) of the position's established eligibility list. (b) Selected candidates are required to undergo a background check, which requires the candidate to have their fingerprints processed at a facility authorized by Human Resources. Upon successful completion of the background check (as determined by the Director of Human Resources and Risk Management) the City Manager will then review the promotion selection and approve the promotion. (c) Once the promotion is made from the top three,the remaining candidates move up on the list. IAFF.October 1,2019-September 30,2022 44 Page 1308 of 1406 (d) A bargaining unit member who is not selected for promotion may request a meeting with the Fire Chief. 29.10 Floating Lieutenant Selection Procedure: (a) The Fire Chief(or Designee) shall establish a"Time in Grade"ranking list for all Lieutenants. i. Date of Promotion establishes the official "Time." Article 28.2 governs "seniority" for purposes of this list if two (2) or more Lieutenants were promoted on the same date. ii. Position of Lieutenant is recognized as"Grade." iii. As staffing levels dictate, "floating"Lieutenants are recognized. iv. The "floating" Lieutenant pool is comprised of Lieutenants in "Time in Grade" order, meaning, the last promoted Lieutenant will first be designated as the "floating" Lieutenant. V. If an "assigned station" Lieutenant becomes available (vacant), the Lieutenant with the longest"Time in Grade"of the "floating"Lieutenants'pool will have the option to accept the assigned station or remain in the "floating" Lieutenant pool until the next assigned station Lieutenant becomes available (vacant). vi. The Fire Chief(or Designee) will maintain and update the"Time in Grade"ranking list to include any modifications based on promotions or other staffing changes within the Lieutenant rank,consistent with Item"i"above, vii. The Fire Chief(or Designee) will promptly forward any updates to the list to the Union Secretary. viii. The Fire Chief, in consultation with the Director of Human Resources and Risk Management, has the right to adjust any assignment pursuant to this section (29.10) based on any matter that would necessitate two (2) or more employees not working on the same shift together. IAFF.October 1,2019-September 30,2022 45 Page 1309 of 1406 ARTICLE 30 BULLETIN BOARDS The City shall furnish at each fire station a minimum of 3' x 4' space for bulletin boards for the purpose of Union notices. Any notice or item placed on the bulletin board shall bear on its face the legible designation of the person responsible for placing such notice or item on the board. The Union supplies the bulletin boards. The Union holds the City harmless for any content posted on its bulletin board. IAFF.October 1,2019-September 30,2022 46 Page 1310 of 1406 ARTICLE 31 NOTIFICATION AND DISTRIBUTION 31.1 The Union's Legislative Vice President shall receive notification of the agendas and minutes of all regular and special meetings of the City Commission. 31.2 The Union will be provided with a copy of departmental Rules and Regulations, Standard Operating Guidelines, Policies, and Procedures. The Union will be provided with updates pursuant to Article 7 of this Agreement. IAFF.October 1,2019-September 30,2022 47 Page 1311 of 1406 ARTICLE 32 GRIEVANCE AND ARBITRATION 32.1 A grievance is defined as a dispute or disagreement involving the application or interpretation of the express provisions of this Agreement Issues or disputes, which are not grievances as so defined, shall not be subject to arbitration but maybe processed through the grievance procedure. The Parties agree that the grievance procedure shall be the sole and exclusive method for resolving any dispute involving the application or interpretation of the Agreement. 32.2 Grievance Procedures: (a) Intent to Grieve -Petition Notice An aggrieved employee shall submit in writing a signed Petition to the Union Grievance Committee,which is comprised of the Union Executive Board,on or by the fifteenth(15th) calendar day of the occurrence or on or by the fifteenth (15th) calendar day of when the member knew or should have known of the occurrence. Within fifteen(15)calendar days of receipt of the Petition,the Union Grievance Committee will make a determination as to whether or not a grievance has merit to be advanced to Step One. The determination of the Union Grievance Committee is final and not subject to grievance,arbitration,or other review. The Union reserves the right to represent or not represent employees are not members of the Union as provided by law. (b) Step One -Fire Chief(or Designee) The Union Grievance Committee shall submit in writing(via electronic e-mail to the Fire Chief with a CC: to the Director of Human Resources and Risk Management) a Step One grievance on behalf of an individual member or group of members on or by the thirtieth (30th) day of the occurrence or of when the bargaining unit member(s) knew or should have known of the occurrence. (i) All Step One grievances shall include the following: a. Statement of the grievance and the facts and circumstances upon which it is based; b. Name and job title(s) of grievant(s); IAFF.October 1,2019-September 30,2022 48 Page 1312 of 1406 c. The Article(s) and Section(s) of the Agreement alleged to have been violated; and d. The remedy requested. (ii) All Step One class action grievances shall also include: a. Statement indicating the grievance is a class action; and b. Signature of an IAFF Union Official. (iii) In the event a Step One grievance does not contain the required information listed above, the Fire Chief (or Designee) may return the grievance to the Union by electronic mail with a written notification identifying the missing information and deeming the grievance as"incomplete." (iv) An"incomplete"grievance mustbe returned to the Union on or by the tenth(10th) calendar day of receipt of the grievance. The Union will then have ten (10) calendar days from the date of receipt of the incomplete grievance to resubmit a complete grievance. If a complete grievance is not resubmitted on or by the tenth (10th) day of receipt, it will be deemed "withdrawn," and the Union will not be able to resubmit it The Fire Chief's detailed Step One response shall be transmitted to the Union via electronic mail on or by the tenth (10th) calendar day of receipt of a complete grievance. (c) Step Two- City Manager(or Designee) If no agreement is reached at Step One, the Union may file a Step Two written grievance on behalf of grievant(s) by electronic mail to the City Manager with a CC: to the Director of Human Resources and Risk Management on or by the tenth (10th) calendar day of receipt of the Step One response. The Step Two written grievance shall describe with specificity the information on which the Union is relying to establish why it believes the Fire Chief's Step One response is not agreeable. The City Manager (or Designee), at his/her discretion, may conduct interviews with the grievant(s), the Union representative(s), members of the bargaining unit, and/or management to discuss the grievance. The City Manager (or Designee) must notify the Union within ten (10) calendar days of receipt of the Step Two appeal if(s)he intends to conduct an interview IAFF.October 1,2019-September 30,2022 49 Page 1313 of 1406 with the grievant(s). Once such notification is made, the time period for the City Manager's (or Designee's) Step Two response is tolled until the interviews can be scheduled and conducted. The City Manager(or Designee) shall respond in writing to the Step Two grievance by electronic mail on or by the thirtieth (301h) calendar day of receipt of the Step Two grievance or on or by the thirtieth (30th) calendar day following an interview with the grievant(s), or regarding the grievant(s),if an interview occurred. (d) Step Three -Arbitration If no agreement is reached at Step Two, the Union may refer the grievance on behalf of the grievant(s) to Arbitration by notifying the City Manager with a CC: to the Director of Human Resources and Risk Management by electronic mail on or by the fifteenth (15th) calendar day of receipt of the Step Two response. The City may also request Arbitration by notifying an IAFF Union Official by electronic mail on or by the fifteenth(15th)calendar day of submitting the Step Two response. 32.3 The Parties agree to the aforementioned step procedure outlined in this Article and acknowledge that the Parties can only extend stated deadlines by written agreement that matters are temporarily(not to exceed ten (10) calendar days) being held in abeyance. Extensions shall never be inferred by the conduct of a Party and shall always be in writing. If the Union or Grievant fails to timely file or timely advance a grievance to the next step,the grievance is deemed"withdrawn"and cannot be refiled. If the City fails to timely respond at any step,the Union or Grievant may proceed to the next step. Grievances at all steps shall be submitted by electronic mail and shall include the Director of Human Resources and Risk Management as a copied recipient For the purpose of this Article, "of receipt"shall mean the date the electronic mail message was sent The Union reserves the right to represent or to not represent employees who are not members of the Union as provided by law. 32.4 Arbitration Procedures: The Party requesting arbitration shall initiate arbitration on or by the tenth (10th) day of receipt of Arbitration notice as referenced in Section 32.1.4.a. by filing a request with the Federal Mediation and Conciliation Service (FMCS) for a panel of seven (7) arbitrators with a business office in the State of Florida. A copy of this request shall be served on the other Party. (a) Arbitrator Selection IAFF.October 1,2019-September 30,2022 50 Page 1314 of 1406 Each Party retains the right to reject one arbitrator panel in its entirety and request that a new panel be issued. The Party requesting arbitration shall strike the first name with each Party alternating strikes thereafter until only one arbitrator's name remains. The person remaining shall be the arbitrator. The arbitrator shall determine the date(s) and time(s) of the hearing subject to the availability of the Union and the City. Arbitration will be conducted at a location determined by the Parties. (b) Arbitration Fees and Expenses All fees and expenses of the arbitrator shall be divided equally between the Union and the City, however, each Party shall fully bear the expense of preparing and presenting its own case, including the cost of witnesses and other people it requires to attend the arbitration. (c) Arbitrator Authority and Award The power of the arbitrator shall be limited to the interpretation and application of the written terms of this Agreement In no event shall the terms and provisions of this Agreement be deleted, modified,or amended by the arbitrator. The arbitrator shall consider and decide only the specific issues raised by the grievance when it was submitted in writing to the City at Step One and the arbitrator shall have no authority to make his/her decision on any issue not submitted to him/her. The arbitrator shall submit his/her decision in writing with a statement of findings and reasons within thirty(3 0) calendar days of the receipt of briefs,if any,or receipt of the transcript if Parties have agreed to submit the arbitration transcript in lieu of briefs. In the event the arbitrator finds a violation of the Agreement, the arbitrator shall determine an appropriate Award. The arbitrator's Award shall not be greater than the restoration of the bargaining unit member to his/her most recent position held and the monetary value of the employee's back wages and benefits to make the employee"whole." (d) Other Provisions A transcript of the Hearing will be made, unless waived by both Parties. Briefs, if any, must be filed with the arbitrator no later than thirty(30)days after the close of the Hearing or after receipt of the transcript, if a transcript is requested by either Party. Settlement of a grievance prior to the issuance of an arbitration Award shall not constitute precedent nor shall it constitute an admission that the Agreement has been violated. IAFF.October 1,2019-September 30,2022 51 Page 1315 of 1406 ARTICLE 33 PREVAILING RIGHTS All job rights and benefits authorized or permitted by the City Manager or Fire Chief and continuously enjoyed by bargaining unit members and not specifically provided for or abridged by this Agreement shall continue in full force or effect for the term of this Agreement. Except as specifically provided in this Agreement,this Agreement should not be construed to deprive any bargaining unit member of benefits or protections granted by the Laws of the State of Florida or Ordinance and Resolutions of the City of Boynton Beach. Provided, however, nothing in this Agreement shall obligate the City to continue practices or methods which are unlawful or unsafe. IAFF.October 1,2019-September 30,2022 52 Page 1316 of 1406 ARTICLE 34 SAVINGS CLAUSE 34.1 If any provision (Article or Section) of this Agreement is found to be invalid, unlawful, or unenforceable, by any court having jurisdiction or by reason of any existing or subsequently enacted legislation or judicial authority,the remaining provisions of this Agreement shall remain in full force and effect 34.2 In the event of such finding, either Party may request to open negotiations for a substitute provision by notifying the other Party in writing within thirty (30) calendar days of the date the provision was invalidated. IAFF.October 1,2019-September 30,2022 53 Page 1317 of 1406 ARTICLE 35 APPENDICES.AMENDMENTS AND ADDITIONS All appendices, amendments and additions to this Agreement shall be numbered or lettered, dated and signed by the responsible parties, and shall be subject to all other provisions of this Agreement IAFF:October 1,2019-September 30,2022 54 Page 1318 of 1406 ARTICLE 36 SUCCESSORS This Agreement shall be binding upon the successors and assigns of the Parties hereto,and no provisions, terms, or obligations herein contained shall be affected, modified, altered or changed in any respect whatsoever by any change of any kind in the ownership or management of either Party hereto. IAFF.October 1,2019-September 30,2022 55 Page 1319 of 1406 ARTICLE 37 COMPENSATORY TIME 37.1 Bargaining unit members maybe eligible for compensatory time atthe discretion of the Fire Chief (or Designee) for participating in required educational and/or required training activities, special projects, and/or events as approved by the Fire Chief(or Designee). All compensatory time will be earned at the rate of one and a half (1.5) hours for each one (1) hour worked [in quarter (0.25) hour increments] and with a maximum cap of one hundred twenty(12 0)hours. 37.2 If a bargaining unit member's compensatory time balance is between ninety-six (96) and one hundred twenty (120) hours, the bargaining unit member is no longer eligible to earn compensatory time until the balance falls below ninety-six(9 6)hours. A bargaining unit member who reaches the maximum compensatory time threshold must schedule and take a minimum of twenty-four (24) compensatory leave time within ninety (90) days of accruing time to the maximum threshold. In the event the bargaining unit member fails to schedule and take twenty- four (24) hours of compensatory time during the ninety (90) day period,the first available date after the ninety (90) day period will be assigned by the Fire Chief(or Designee) as a mandatory twenty-four(24)hour scheduled compensatory time day. During this referenced ninety(90)day period of time,the bargaining unit member is not allowed to accrue any additional compensatory time. IAFF.October 1,2019-September 30,2022 56 Page 1320 of 1406 ARTICLE 38 MANAGEMENT RIGHTS 38.1 The Union and the bargaining unit members recognize and agree that the City has the exclusive right to manage and direct the various departments of the City. Accordingly, the powers and authority which the City has not specifically abridged, delegated, or modified by the express provisions of this Agreement are retained by the City. 38.2 Therefore, the City specifically, but not by way of limitation, reserves the exclusive right to determine the mission of the City and its various departments, divisions and other units of organization. The City specifically reserves the sole and exclusive right(s) to decide the scope and method of service; to hire,promote, and/or otherwise determine the criteria and standards of selection for employment, and to terminate, demote, suspend,or otherwise discipline for just cause. Any right or privilege of the City not specifically relinquished by the City in this Agreement shall remain with the City. 38.3 The City Manager and City Commission, in accordance with the City Charter have the authority to determine the purpose and mission of the City and the amount of budget to be adopted. 38.4 If,at the discretion of the City Manager,it is determined that civil emergency conditions exist,i.e., riot, civil disorder or natural disaster, the provisions of this Agreement may be suspended for good cause by the City Manager during the time of such emergency, provided that the Union is notified as soon as is practical and further provided that wage rates and monetary fringe benefits shall not be suspended. IAFF.October 1,2019-September 30,2022 57 Page 1321 of 1406 ARTICLE 39 SUPPLEMENTAL RETIREMENT INSURANCE 39.1 Boynton Beach Firefighters Retirement Insurance Fund: The Union established its own retiree insurance benefit fund (hereinafter referred to as "the Fund") to provide full or partial health and welfare insurance premiums on behalf of employees of Boynton Beach Fire Rescue (The Department) who retired on or after October 1, 2005, and who met certain other established eligibility requirements. Any and all eligibility requirements and benefits provided will be determined solely by the board of Trustees of the Boynton Beach Firefighters Retirement Insurance Fund. All employees covered by this Agreement shall be eligible to participate in the Fund as are non-covered members who participate in the Firefighter's Pension Plan. 39.2 City Contribution of Funds: Effective October 1, 2010,the City increased on behalf of each employee, a contribution equal to one-half(0.5%) percent of the current gross annual payroll of active department members (for an accumulative total of 3.0%per year). The base pay rate is set forth in the Collective Bargaining Agreement between Local 1891 and the City of Boynton Beach and in the Boynton Beach Pay Plan at the time the contribution is made. 39.3 In subsequent years, throughout the term of this Agreement, the City will contribute an amount derived from the cumulative amount not paid to employees from the inception of the Fund on October 1, 2005 on behalf of each employee in a pay status before ratification of this Agreement. 39.4 Annual Payment of Funds: In subsequent years, the annual contribution, an amount derived from the cumulative amount not paid to employees shall be remitted to the Fund by October 15th, and each October 151h thereafter,provided that the department has received a written invoice for said benefits. Failure to submit a written invoice shall not bar the Union from receipt of said funds,but shall allow the City thirty(3 0)days to provide the funds,which shall be retroactive. The City shall pay the annual contribution on October 1St of each fiscal year of this Agreement on behalf of each employee who was in an active pay status on October 1, 2018. Accompanying the contribution, the City shall provide a list of all department members for whom payment was made. IAFF.October 1,2019-September 30,2022 58 Page 1322 of 1406 39.5 Termination of Fund: Contribution to the Fund, as provided in this Article was negotiated and agreed to by the Parties in lieu of a wage increase. In the event of termination of Fund,the wage increase specified in this Article shall be added to each active employee's then current base annual pay, as such base pay rate is set forth in the Collective Bargaining Agreement and the City of Boynton Beach Pay Plan at the time of termination of the Fund. 39.6 Indemnification: The Union shall indemnify,and hold the City harmless against any claim,demand,suit,or liability, and for all legal costs arising in relation to the implementation, or administration, of the Fund, except to the extent that the City's acts or omissions give rise to its own liability. IAFF.October 1,2019-September 30,2022 59 Page 1323 of 1406 ARTICLE 40 COLLATERAL DOCUMENTS 40.1 The collective bargaining agreement does not exist in a void. Provisions, as amended from time to time, of the City's Personnel Policy Manual (PPM), the City's Administrative Policy Manual (APM), Department Rules and Regulations, and other policies established by Resolution or Ordinance (collectively referred to as collateral documents), are applicable to bargaining unit members unless the terms of said collateral documents conflict with the terms of this Agreement, in which case the terms of this Agreement shall control. Specific applicable collateral documents will be discussed and approved by the Labor-Management Team. 40.2 The City will provide draft revisions of collateral documents to the union for review to ensure that said documents are not in conflict with,and do not impact policies relied upon by the Union and absent in this Agreement. 40.3 Nothing herein shall be interpreted to preclude the right of the Union or City to impact bargain, subject to applicable law. IAFF.October 1,2019-September 30,2022 60 Page 1324 of 1406 ARTICLE 41 PENSION 41.1 Recent Historical Changes: • The City and the Union conformed to the statutory requirement to negotiate provisions of SB 172, codified as Laws of Florida 2015-39 by entering into a Mutual Consent Agreement, which is attached as Addendum"D". • The City and the Union amended provisions of the pension as outlined in the Pension Agreement, which is attached as Addendum"E". 41.2 Agreed Changes During Bargaining: (a) The City agrees to amend Article IV. Pensions for Firefighters as follows: • Effective October 1, 2019 - Sec. 18-180. Monthly retirement income: The maximum benefit cap will be increased annually beginning on the first day of October 2020 (and on each October 1 thereafter) by one and a half percent(1.5%). • Effective October 1, 2019 - Sec. 18-182. Disability retirement benefits (g) Survivor's benefit: The benefit shall equal three percent (3%) of average final compensation for each year of continuous service. • Incorporate language referencing Florida Statute regarding cancer presumption that went into effect on July 1, 2019. (b) The Union agrees to the provisions of the City's DROP Ordinance 18-300 of Article XI of Chapter 18 of the Code of Ordinances. IAFF.October 1,2019-September 30,2022 61 Page 1325 of 1406 ARTICLE 42 DRUG FREE WORKPLACE 42.1 Both the City and the Union recognize that substance abuse is a widespread problem within our society. The Union will assist bargaining unit members in obtaining assistance and treatment, if alcohol and/or substance abuse are apparent The Union endorses the Drug Free Workplace Policy of the City of Boynton Beach and will cooperate fully with the City to continue with the implementation and enforcement of the policy. 42.2 The Drug-Free Workplace Policy and procedures for Post-Accident and Random Drug and Alcohol testing is in effect and outlined in the attached Addendum"A". IAFF.October 1,2019-September 30,2022 62 Page 1326 of 1406 ARTICLE 43 WELLNESS/FITNESS PROGRAM 43.1 To support a healthy workforce,the Union and the City commit to developing and implementing a voluntary Wellness and Fitness Program based on the recommendations of the IAFF / IAFC Joint Labor-Management Initiative. 43. 2 The Wellness/Fitness Program will be offered in such a way that each fire fighter is encouraged to obtain a level of wellness/fitness consistent with the duties (s)he performs and his/her individual abilities. The wellness/ fitness program is intended as a positive program and is not punitive in design. 43. 3 The Fire Department's Health and Safety Officer promotes a supportive, safe, and productive atmosphere to all bargaining unit members participating in the program. The program shall consist of physical and mental fitness and nutritional components.The Department's Health and Safety Officer will also compile and maintain individuals' fitness data for eligibility of annual assessment performance. 43. 4 A Wellness/Fitness Pool(hereinafter referred to as"WFP")will be established for bargaining unit members to use for the purpose of participating in Wellness and Fitness resources. Any and all eligibility requirements and benefits provided shall be determined by the committee comprised of the Union Executive Board in consultation with the Fire Chief(or Designee),Director of Human Resources and Risk Management (or Designee) and the Union President (or Designee). All bargaining unit members are eligible to utilize available resources provided, in accordance with the Standing Procedures. 43.4.1 The City contributed eight (8) hours per active bargaining unit member to the Wellness/Fitness Pool "WFP" in December 2019. Bargaining unit members are able to fund the pool with donations as needed. Sick time donations are at a fifty percent (50%) conversion rate and vacation and compensatory time donations are at a one hundred percent (100%) conversion rate. 43.4.2 Wellness/Fitnees Pool ("WFP") time must be used in a minimum of two (2) hour increments. When scheduled use of WFP time results in IAFF.October 1,2019-September 30,2022 63 Page 1327 of 1406 overtime for another bargaining unit member, the WFP time will be charged at(drawn down by)time and one-half(1.5)to minimize the cost to the City of a member's absence. 43.5 Participating bargaining unit members, after successful completion of an annual assessment performance,in accordance with the standards set forth by the Committee,are eligible to convert up to five hundred dollars ($500.00), after pension deductions, of any combination of vacation and/or sick time ata 100%conversion rate into their H.S.A.within sixty(60)days of completion. The provisions in Section 43.5 expire on September 30, 2022. IAFF.October 1,2019-September 30,2022 64 Page 1328 of 1406 ARTICLE 44 MODIFIED WORK f LIGHT DUTY 44.1 Modified Work/Light Duty Assignments (Workers' Compensation),: A bargaining unit member who has been released to work with restrictions may be accommodated with a modified work/light duty assignment at the discretion the Director of Human Resources and Risk Management and the Fire Chief. A bargaining unit member may choose to accept or decline the modified work/light duty assignment. If a bargaining unit member declines an offer of a modified work/light duty assignment, the bargaining unit member is required to remain off work until released to full duty with no restrictions,and during this time, (s)he will be required to use accrued and available leave time in the following order: sick and vacation. Additionally, a bargaining unit member who declines an offer of a modified work/light duty assignment and who meets the eligibility requirements for leave under FMLA, will have his/her time off automatically designated as FMLA. 44.1.1 Bargaining unit members who accept a light/restricted duty assignment in connection with a Workers' Compensation claim and are,accordingly,temporarily unable to discharge their duties as a regular shift employee,but are otherwise able to work a"full time"schedule, shall be placed on a forty(40) hour workweek. 44.1.2 Bargaining unit members who are placed on light/restricted duty in connection with a Workers' Compensation claim shall report to the Fire Chief (or Designee) for their daily assignments. While on such restricted duty, the member's rate of pay shall not be adjusted; however, the City will provide up to eight (8) hours of straight time in each workweek so that members who are working a forty (40) hour weekly schedule will have the opportunity to maintain forty-eight(48)hours of pay in the workweek. 44.1.3 Bargaining unit members,prior to the start of their light/restricted duty,must select and maintain one of the following schedules for the duration of their light/restricted duty (unless their Workers' Compensation provider indicates a required reduction in working hours): a. Five (5) -Eight(8)hour days (Monday through Friday) i. Forty(40) hours per week plus up to eight(8) hours of pay code: FW b. Two (2) - Twenty (20) hour days (generally Monday and Thursday) from 1130 hours to 0730 hours IAFF.October 1,2019-September 30,2022 65 Page 1329 of 1406 ii. Forty(40)hours per week plus up to four(4)hours each shift of pay code: FW. 44.2 Modified Work/Light Duty Assignments (Other): The City complies with the Americans with Disabilities Act Amendments Act (ADAAA) to provide reasonable accommodations to bargaining unit members who request them and are qualified. A bargaining unit member may request an accommodation and/or more information by contacting the Human Resources and Risk Management Department. Due to federal laws surrounding leave and accommodations,all Modified Work/Light Duty requests must be made directly to the Human Resources and Risk Management Department and are subject to approval by the Director of Human Resources and Risk Management (or Designee). Human Resources may consult with the Fire Chief (or Designee) regarding a bargaining unit member's work restrictions in order to assist in evaluating the feasibility of an accommodation. IAFF.October 1,2019-September 30,2022 66 Page 1330 of 1406 ARTICLE 45 DISCIPLINE AND PERFORMANCE MANAGEMENT 45.1 COACHING Officers provide information,guidance,and directives on a day-to-day basis. Beyond such standard communication,Coaching is an opportunity for members and Officers to discuss work-related progress and concerns. During coaching,Officers provide feedback relating to day-to-day conduct, behavior, and/or overall performance and/or other instructive and constructive communications intended to identify performance deficiency in an informal and constructive way before it reaches a level necessitating documented disciplinary action. Coaching does not constitute discipline. Although coaching is encouraged, is not required prior to the imposition of discipline. 45.2 PROGRESSIVE DISCIPLINE The City endeavors to maintain productive and mutually beneficial employment relationships with bargaining unit members. No bargaining unit member shall be disciplined without just cause. When a member violates an established policy,procedure, or rule, or when performance deficiencies are identified, Officers address these issues with the member with the intent to have the member correct the behavior and/or improve his/her performance. Progressive discipline allows for the imposition of an appropriate level of discipline depending on the facts and circumstances of each case coupled with consideration of the member's overall employment and disciplinary history. No two circumstances are identical; therefore, individual members may have different progressive discipline outcomes. Violations are categorized as Misconduct, Serious Misconduct,or Extreme Misconduct A non-exhaustive list of examples of different types of violations by category is referenced in the City's Personnel Policy Manual. Progressive discipline does not apply to the following categories of conduct: • Workplace Violence • Harassment • Criminal Activity 45.3 DISCIPLINE PROCESS 45.3.1 Incident Report When an Officer identifies a possible policy, procedure, rule violation and/or other performance deficiency of a member, the Officer will prepare an Incident Report and submit it to the member's Accountability Officer. IAFF.October 1,2019-September 30,2022 67 Page 1331 of 1406 45.3.2 Accountability Officer-Disciplinary Memo Upon receipt of an Incident Report, an Accountability Officer will research the particulars of the situation and may discuss the incident or issue with the member to ensure that(s)he has gathered the facts and circumstances from the member's perspective. Once the Accountability Officer has sufficient information, (s)he will prepare a Disciplinary Memo,which shall include the following: • Details regarding the incident/issue; and • Additional information(if any)provided by the member; and • Policy(ies), procedure(s), rule(s), etc... that are alleged to have been violated and/or performance standards that have been alleged to not meet expectations. The Disciplinary Memo will be submitted to the member's assigned Battalion Chief for further action. 45.3.3 Battalion Chief-Discipline Form The Battalion Chief shall promptly review the information submitted by the Accountability Officer and shall prepare a Discipline Form (if discipline is determined to be warranted) for review by the Fire Chief (or Designee) or prepare a memo to the Fire Chief (or Designee) as to why discipline is not determined to be warranted. Battalion Chiefs shall submit via e-mail the completed Discipline Form and all back up documentation (or memo to Fire Chief) to the Fire Chief and to the Director of Human Resources and Risk Management for finalization. 45.3.4 Pre-Disciplinary Meeting Once a Discipline Form has been approved for issuance, the Fire Chief (or Designee)shall conduct a Pre-Disciplinary Meeting with the member prior to final recommendation. 45.3.5 Disciplinary Meeting If, after the Pre-Disciplinary Meeting has been conducted, it is determined that discipline will be issued, a Disciplinary Meeting shall be held with the member. The purpose of a Disciplinary Meeting is to issue already determined discipline. A member will not be expected to answer any questions at this meeting. IAFF.October 1,2019-September 30,2022 68 Page 1332 of 1406 45.4 TYPES OF DISCIPLINARY ACTION The following disciplinary actions shall be utilized, and, depending on the severity of the offense, the first disciplinary action may be at any appropriate level, up to and including termination of employment Minor Discipline: A. Written Counseling B. Written Notice C. Written Notice in Lieu of Suspension, D. Unpaid Suspension of less than twenty-four (24)hours Major Discipline: A. Unpaid Suspension of twenty-four (24) hours or more B. Disciplinary Demotion C. Termination of Employment 45.5 PERFORMANCE IMPROVEMENT PLAN (PIP) Performance Improvement Plans (PIP) are most commonly used in the following circumstances: • To extend a member's probationary period; • When a member receives a performance evaluation, which indicates the member is not meeting expectations; • When a member's performance, related to deficiencies in their knowledge, skills, abilities, and/or competencies (K.S.A.C.), has deteriorated over a period of time; or • When a member's performance, related to deficiencies in their knowledge, skills, abilities, and/or competencies (K.S.A.C.), falls below standard following a newly implemented system, process, and/or procedure. A Performance Improvement Plan describes the member's current performance issues, states the performance expectations for required area(s) of improvement, and provides an action plan to guide the member toward improving his/her performance within a defined time period. a. A Performance Improvement Plan may be issued at any time and/or in conjunction with any disciplinary action. IAFF.October 1,2019-September 30,2022 69 Page 1333 of 1406 b. Any "Major Discipline" resulting from the unsuccessful completion of a Performance Improvement Plan is subject to a Predetermination Conference. 45.6 TYPES OF APPEALS/RESPONSES TO DISCIPLINARY ACTION 45.6.1 Minor Discipline Appeal/Response Options: a. Written Counseling or placing a member on a Performance Improvement Plan may be appealed to the Fire Chief within ten (10) calendar days of issuance. The Fire Chief's determination is final and not subject to further review or appeal. b. Written Comments Members may submit written comments in response to any Minor Discipline for inclusion in their personnel files. C. Administrative Appeal Members may request to have an Administrative Appeal with the Director of Human Resources and Risk Management(or Designee)by making such request in writing or by electronic mail directly to the Director of Human Resources and Risk Management within ten(10) calendar days of receipt of a Written Notice, Written Notice in Lieu of Suspension, or Unpaid Suspension of less than twenty-four (24) hours. Within thirty(3 0) calendar days of conducting an Administrative Appeal, the Director of Human Resources and Risk Management (or Designee) will provide the member with a written response of his/her determination. This determination is final and not subject to further review or appeal. 45.6.2 Major Discipline Appeal/Response Options: a. Written Comments Members may submit written comments in response to any Major Discipline for inclusion in their personnel files. b. Predetermination Conference (i) Prior to the imposition of any Major Discipline, members are entitled to participate in a Predetermination Conference with the City Manager or IAFF.October 1,2019-September 30,2022 70 Page 1334 of 1406 Designee. Members will be provided a letter explaining their eligibility to participate in the Predetermination Conference. If a member wishes to participate, (s)he must timely elect to do so by completing and returning the Election of Rights form to the Director of Human Resources and Risk Management by the deadline stated in the letter, and (s)he must attend the Predetermination Conference as scheduled. A member may have a representative attend the Conference with him/her. As soon as practical after the Predetermination Conference, the member will be notified in writing of the City's Manager's decision. (ii) If no agreement is reached following the City Manager's response to the Predetermination Conference, the Union may refer the matter on behalf of the member to Arbitration by notifying the Director of Human Resources and Risk Management and the City Manager by electronic mail on or by the tenth (101h) day of receipt of the City Manager's response. Referrals to Arbitration related to this section begin at Step Three of the Grievance Procedure. Employees who are not members of the Union, and whom the Union refuses to represent as a result of such non-membership in the Union,may proceed to Arbitration on their own and at their own expense. All costs associated with Arbitration will be at the expense of the employee. In such instance, and if the employee receives an arbitration Award entirely in the employee's favor, the employee will be reimbursed by the City for fifty percent(50%) of the cost of the arbitrator's fees/expenses. IAFF.October 1,2019-September 30,2022 71 Page 1335 of 1406 ARTICLE 46 STATION ASSIGNMENT 46.1 Station assignment preference will be offered to bargaining unit members through a bid process. The preference is an administrative method,which provides bargaining unit members to indicate their preference for station assignment from the available slots biennially (every other year) based on seniority. The Fire Chief (or Designee) will consider members' preferences on their respective shifts in consideration with departmental objectives as set forth by the Labor- Management committee. 46.2 Although it is the intent of this Article to provide bargaining unit members the opportunity to indicate preference in station assignment, members may be assigned to another station based upon legitimate departmental objectives, including, but not limited to, staffing and specialty needs of the department as determined by the Fire Chief. 46.3 The provisions of this Article do not constitute a waiver by the City of its right to determine the mission of the Fire Rescue Department or its rightto determine the number and type of personnel allocated to any particular shift,station, or specialty team. 46.4 The provisions of this Article may be amended or modified by written mutual agreement between the Union and the City. IAFF.October 1,2019-September 30,2022 72 Page 1336 of 1406 ARTICLE 47 DURATION 47.1 This Agreement shall be in force and effective upon ratification by both parties and remain in full force and effect until September 30, 2022. If all issues are not resolved by September 30, 2022, this Agreement remains in force and shall constitute the status quo during any period of negotiations for a successor Agreement 47.2 Negotiations for a successor Agreement shall begin no later than April 1, 2022 upon written notice from either Party to the other. IAFF.October 1,2019-September 30,2022 73 Page 1337 of 1406 UNION CONTRACT-ADDENDUM"A" DRUG FREE WORKPLACE POLICY 1.1 PURPOSE The City of Boynton Beach is committed to providing a safe work environment for its employees and our community. Drug and alcohol abuse is national problem that is prevalent in society and impairs the health and safety of employees, promotes crime and harms our local community. Moreover, the illegal possession, use, sale, and distribution of controlled drugs are criminal acts that directly threaten the integrity of all employees in the City. The City is addressing this problem through its DRUG FREE WORKPLACE Program. Substance abuse is a complex, yet treatable disease. The ultimate goal of this policy is to balance our respect for individual privacy with our need to keep a safe and productive drug and alcohol free environment. We encourage those who use drugs or abuse alcohol to seek help in overcoming their problem. The City considers substance abuse to be an unsafe and counterproductive work practice. 1.2 SCOPE This policy applies to all employees of the City of Boynton Beach. 1.3 DEFINITIONS 1. "Chain of Custody" refers to the methodology of tracking specified materials or substances for the purpose of maintaining control and accountability from initial collection to the final disposition for all such materials or substances and providing for accountability at each stage in handling,testing,and strong specimens and reporting test results. 2. "Confirmation Test", "confirmed test" or "confirmed drug test" is a second analytical procedure used to identify the presence of a specific drug or metabolite in a specimen,which test procedure used to identify the presence of a specific drug or metabolite in a specimen, which test must be different in scientific principle from that of the initial test procedure and must be capable of providing requisite specificity,sensitivity, and quantitative accuracy. 3. "Drug"means alcohol, including distilled spirits, wine, malt beverages, and intoxicating liquors; amphetamines; cannabinoids; cocaine; phencyclidine (PCP); hallucinogens; methaqualone; opiates; barbiturates; benzodiazepines; synthetic narcotics; designer drugs; or a metabolite of any of the substances listed herein. Threshold detection levels are established by Florida regulations. Therefore activities participated in while off duty may result in positive drug tests. For DOT covered employees, alcohol includes any intoxicating agent in beverage alcohol, ethyl alcohol,or other low molecular weight alcohols. Consumption of a preparation including alcohol (beverages or medicines) A list of the most common medications which may alter or affect a IAFF.October 1,2019-September 30,2022 74 Page 1338 of 1406 drug test are found in Section 1.5, Letter I of this policy. Employees and job applicants should review this list prior to submitting to a drug test 4. "Drug test" or "test" means any chemical, biological, or physical instrumental analysis administered for the purpose of determining the presence or absence of a drug or its metabolites. S. "Employee"means an individual who works for salary,wages,or other remuneration for the City and is covered by the workers compensation act. 6. "Employee Assistance Program" (EAP) is an established program for employee assessment, counseling,and referral to an alcohol and drug rehabilitation program. 7. "Employer"means an agency within state governmentthat employs individuals for salary,wages, or other remuneration. 8. "Implementation Period"means October 1, 2015 through September 30, 2018. 9. "Initial drug test" means a screening procedure of the blood and/or urine of employees and job applicants for the presence of alcohol and illegal drugs in accordance with the Florida Drug Free Workplace Program and appropriate Florida administrative rules. 10. "Job Applicant"means a person who has applied for a position with the City and has been offered employment conditioned upon successfully passing a drug test. 11. "Mandatory-testing position/Safety-sensitive position"means with respect to a public employer, a job assignment that requires the employee to carry a firearm, work closely with an employee who carries a firearm, perform life-threatening procedures, work with heavy or dangerous machinery, work as a safety inspector, work with children, work with detainees in the correctional system, work with confidential information or documents pertaining to criminal investigations, work with controlled substances, or a job assignment that requires an employee security background check,pursuant to F.S. 110.1127,or a job assignment in which a momentary lapse in attention could result in injury or death to another person. 12. "Medical Review Officer (MRO)" means a licensed physician with knowledge of prescription drugs, pharmacology and toxicology of drugs, who may be responsible for receiving and reviewing all positive confirmed test results and who may be responsible for contacting all individuals who test positive in a confirmation test to inquire about possible medications which could have caused a positive result The MRO need not be an employee of the City. 13. "Prescription or Nonprescription Medication"means a drug or medication obtained pursuant to a prescription as defined by F.S. 893.02 or a medication that is authorized pursuant to federal or state law for general distribution and use without a prescription in the treatment of human diseases,ailments,or injuries. IAFF.October 1,2019-September 30,2022 75 Page 1339 of 1406 14. "Reasonable Suspicion Drug Testing" means drug testing based on a belief that an employee is using or has used drugs in violation of the employer's policy drawn from specific objective and articulable facts and reasonable inferences drawn from those facts in light of experience. Reasonable suspicion drug testing may not be required except upon the recommendation of a supervisor who is at least one level of supervision higher than the immediate supervisor of the employee in question.Among other things,such facts and inferences may be based upon: a. Observable phenomena while at work, such as direct observation of drug use or of the physical symptoms or manifestations of being under the influence of a drug. b. Abnormal conduct or erratic behavior while atwork or a significant deterioration in work performance. c. A report of drug use, provided by a reliable and credible source, which has been independently corroborated. d. Evidence that an individual has tampered with a drug test during employment with the current employer. e. Information that an employee has caused, or contributed to, an accident while at work: i. If a bargaining unit member is involved in an accident in which the member was driving a City owned vehicle, and any one of the following occurs: an individual dies, an individual suffers a bodily injury and immediately receives medical treatment away from the scene of an accident, one or more vehicles incurs "disabling damage"as the result of the occurrence and is transported away from the scene by a tow truck or other vehicle and under any circumstances when the bargaining unit member is issued a traffic citation. ii. "Disabling damage" means damage that precludes departure of any vehicle from the scene of the occurrence in its usual manner. Disabling damages includes damage to vehicles that could have been operated but would have been further damaged if so operated. Disabling damage does not include damage that could be remedied temporarily at the scene of the occurrence without special tools or parts; a flat tire with no spare available, minor scrapes/scratches to the exterior of the vehicle; or damage to headlights, taillights, turn signals, horns or windshield wipers that make them inoperative. iii. An order to submit to post accident testing can be made by a Battalion Chief or any chief officer within the division. Any bargaining unit member ordered for a post-accident drug test may, at the member's option, be accompanied to the testing by an available Union Representative. The Union Representative shall act IAFF.October 1,2019-September 30,2022 76 Page 1340 of 1406 as a quiet observer to the testing procedure and shall not interfere with the testing procedures. iv. Refusal to submit to an order for post-accident drug testing, or intentionally delaying a post-accident drug test can result in termination; however, nothing herein shall abrogate a bargaining unit member's right to challenge the results of the drug test f. Evidence that an employee has used,possessed,sold,solicited,or transferred drugs while working or while on the employer's premises or while operating the employer's vehicle, machinery,or equipment 15. "Special-Risk Position"means a position that is required to be filled by a person who is certified under Chapter 633,Fire Prevention and Control or Chapter 943,Department of Law enforcement 16. "Specimen"means a tissue or product of the human body including blood,urine,or saliva capable of revealing the presence of alcohol and/or illegal drugs or their metabolites. 17. "Stepping Forward" means that an employee comes forward and requests assistance for substance abuse during the Implementation Period and prior to being selected for a random drug test, or prior to being ordered to submit to a reasonable suspicion drug test, fitness for duty evaluation,or prior to being involved in an accident requiring drug testing. 1.4 POLICY A. It is the policy of the City that an employee found with the presence of alcohol, illegal drugs, or prescription medication in levels exceeding prescribed dosage in his/her system, in possession of, using, selling, trading or offering for sale illegal drugs or alcohol during working hours, may be subject to disciplinary action up to and including termination. A refusal to submit to a drug test is grounds for immediate termination. An employee reporting for work visibly impaired and that is unable to properly perform required duties, will not be allowed to work. The supervisor should first attempt to seek another supervisor's opinion of the employee's status. Then the supervisor should consult privately with employee with the observation,to rule out any problem(s)that may have been caused by prescription drugs. If, in the opinion of both supervisors, the employee is considered impaired, the employee should be drug tested by an authorized provider and then provided safe transportation home. An impaired employee must not be allowed to drive and if necessary can be transported home by a supervisor or another employee. It is the responsibility of the City's supervisors to counsel with an employee whenever they IAFF.October 1,2019-September 30,2022 77 Page 1341 of 1406 see changes in performance that suggest a potential employee problem. The supervisor may suggest that the employee voluntarily seek help from the employee assistance program or decide that the severity of the observed problem is such that a formal referral to the EAP should be made. B. USE OF PRESCRIPTION MEDICATIONS/DRUGS WHILE ON DUTY 1. Prescription drugs prescribed by the employee's physician, who is licensed to practice medicine in the United States, may be taken during working hours in strict accordance with the provisions of the Policy. Employees should never use intoxicants or drugs that could cause impairment during work hours. An employee who is using a prescription medication while on the job shall do so in strict accordance with medical directions. 2. It is the employee's responsibility to notify the prescribing physician of his/her job requirements/functions to ensure that the physician approves the use of the prescription medication while the employee is performing his/her job duties. It is recommended that the employee provide his/her physician with a copy of the N.F.P.A. standards for firefighters so the physician is aware of the physical requirements of the position. 3. It is the employee's responsibility to immediately notify the Director of Human Resources and Risk Management or designee when (s)he is prescribed any medication that is considered a controlled substance on Schedules II,III,or IV as defined and amended from time to time in Florida Statutes 893.03. Failure to disclose this information may result in disciplinary action up to and including termination of employment The Director of Human Resources and Risk Management may require the employee to provide a note from his/her prescribing physician stating that the employee is able to perform the functions of a firefighter while taking the medication as prescribed. 4. The employee shall notify the Director of Human Resources and Risk Management or designee if the use of his/her properly prescribed medications/drugs (other than those considered a controlled substance on Schedules II,III,or IV as defined and amended from time to time in Florida Statutes 893.03) will affect the employee's work performance. S. If the prescribing physician determines that the employee cannot perform his/her job duties without impairment while taking the prescribed medication, then the employee will be required to use his/her sick and/or FMLA leave, or unpaid leave if his/her leave pools are exhausted,until (s)he can return to work. If the employee reports to work,the City will presume that the employee is not impaired. 6. Abuse of prescription drugs will not be tolerated. A. Conditions of Pre-Employment IAFF.October 1,2019-September 30,2022 78 Page 1342 of 1406 The City will conduct a pre-employment screening examination designed to prevent hiring individuals who use drugs. 1. To determine the suitability of employees to work for the City the following pre- employment conditions are established: a) Job Applicants in mandatory-testing positions, safety-sensitive positions, and/or special-risk positions will be tested prior to employment for drug use and alcohol use. b) Any job applicant, as defined in the above-section, who refuses to submit to drug and alcohol testing as part of the pre-employment testing process will be refused employment c) Any job applicant who tests positive for drugs or alcohol use will be refused employment d) Confidentiality will be maintained pursuant to this policy. B. Employee Compliance It shall be a condition of continued employment for all employees to submit to drug and alcohol screening under the policy. If there is a conflict between this policy and the collective bargaining agreement, the collective bargaining agreement shall control. Refusal to submit to drug testing is grounds for immediate termination. Refusal to submit to drug testing is not a waiver of the employee's right to challenge both the order and the test outcome. C. Employee Assistance Program The City offers an Employee Assistance Program (EAP) which provides help to employees and their families who suffer from various difficulties including alcohol or drug abuse. In addition to the City's EAP Program, below is a list of local assistance programs and local drug and alcohol rehabilitation programs: a) Narcotics Anonymous Help Line : 561-848-6262 b) Drug Abuse Foundation of Palm Beach County : 561-278-0000 c) Palm Beach Al-Anon/AI-a-Teen Information : 561-882-0308 d) Alcoholics Anonymous (Palm Beach County) : 561-655-5700 e) Comprehensive Alcoholism Rehabilitation Program : 561-844-6400 It is the responsibility of each employee to seek assistance before drugs and alcohol lead to performance problems. IAFF.October 1,2019-September 30,2022 79 Page 1343 of 1406 1. Use of the employee assistance program, on a voluntary basis, will not affect the determination of appropriate disciplinary action. 2. An employee's decision to seek assistance from the Employee Assistance Program on a voluntary basis prior to any incident warranting disciplinary action will not be used as the basis for disciplinary action or in any disciplinary proceeding. On the other hand, using EAP will not be a defense to the imposition of disciplinary action where facts providing violation of this policy are obtained outside of the EAP. Accordingly, the purpose and practices of this policy and the EAP are not in conflict but are distinctly separate in their applications. 3. Through the EAP,the City will provide appropriate assessment,referral to treatment, and treatment of drug and alcohol abuse. 4. Upon successful completion of a drug and/or alcohol treatment program an employee may be released to resume work but will be subject to drug testing on a random, periodic basis,for up to two years thereafter as a condition of continued employment These stipulations may be incorporated in a Last Chance Agreement S. An individual's participation in the program will not be made part of any personnel records and will remain confidential to the extent necessary to comply with this policy. Medical and insurance records, if any, will be preserved in the same confidential manner as all other medical records and be retained in a separate file as provided by law. D. Management's Responsibility The City will maintain screening practices to identify employees who use illegal drugs or abuse alcohol. Department Heads are responsible for implementing this Drug Free Work Place policy. It is the responsibility of the supervisors to observe the behavior of employees on the job as a precaution against unstable or unreliable behavior which could threaten the safety and well-being of employees and the community. 1. Supervisors are responsible for maintaining a safe work environment by monitoring employees'behaviors and performance. 2. In the event a supervisor has a reasonable suspicion that an employee may be under the influence of drugs or alcohol,the employee must be sent for reasonable suspicion drug testing. A form for documenting cause for a reasonable suspicion drug test is attached. IAFF.October 1,2019-September 30,2022 80 Page 1344 of 1406 3. In all cases when an employee is to be removed from duty for drug testing, the Department Head and Human Resources&Risk Management should be immediately notified. E. Employee's Responsibility 1. It is each employee's responsibility to be fit for duty when reporting for work and to inform his/her supervisor if (s) he is under prescription or non- prescription medication which may affect job performance. 2. In the event an employee observes behavior in another employee, which raises a doubt as to that employee's ability to perform work in a safe,reliable and trustworthy manner,the employee should report this behavior to his/her supervisor. 3. Employees, who enter drug or alcohol treatment and/or rehabilitation program voluntarily at the request or insistence of the City or, as a condition of continued employment are required to fully participate in and complete the recommended treatment. Any employee who enters a drug or alcohol treatment and/or rehabilitation program will be responsible for payment of the treatment and/or program. If the employee fails to comply with the treatment and/or program, the employee will be subject to discipline,up to and including termination. F. Medical Review Officer's (MRO) Responsibilities 1. The MRO will review all information from the testing laboratory in the event of a positive,confirmed test The MRO will review any information from the employee or job applicant regarding the use of medication or other relevant medical information set forth in the form submitted prior to drug testing. 2. The MRO may request that the testing laboratory provide quantification of test results. 3. The MRO will provide confirmed test results to the Human Resources representative from the City. 1.5 PROCEDURE In order to maintain a drug and alcohol free work environment,the City will test for the presence of alcohol and drugs in the following circumstances: 1. Pre-employment. Job applicants who have been offered a position of employment and whose job requirements are that of a mandatory-testing, safety-sensitive, or special-risk position are required to take a drug and alcohol test IAFF.October 1,2019-September 30,2022 81 Page 1345 of 1406 2. Reasonable suspicion: Employees who are determined to be under reasonable suspicion of drug or alcohol use (as defined herein), are required to take a drug and alcohol test. 3. Post-incident: Employees are required to take a drug and alcohol test when the employee is involved in a job-related incident, which results in any of the following: (a)discernable property damage, (b)the employee receiving medical attention,or(c) the employee receiving a citation. [See 14.e. (i-iv)]. 4. Random Testing: Employees are subject to random drug testing. Random selection for testing is done by an independent third party, approved by both the IAFF and the City, by a random computer generated list. No more than one hundred percent (100%) of the IAFF population will be randomly tested during any one contract year: October 1St through September 30th. S. Fitness for duty: All employees who are subject to routine annual medical examinations are required to take a drug and alcohol test as part of their medical examination. 6. Follow-up: All employees who have been referred to an employee assistance program or rehabilitation program by the City for drug and/or alcohol abuse are required to take drug and alcohol tests on a quarterly basis for up to two (2) years after their return to work. These stipulations may be codified in a Last Chance Agreement B. Consequences of Refusing a Drug Test 1. An employee who refuses to submit to a drug and alcohol test will be subject to immediate termination. An employee who refuses to submit to a drug test forfeits his/her eligibility for all workers'compensation medical and indemnity benefits. 2. A job applicant, as defined in section 1.3, #16, who refuses to submit to a drug and alcohol test will not be hired. C. Actions Following a Positive Confirmed Test The City may administer disciplinary action, up to and including termination, for any employee who has a positive,confirmed drug or alcohol test D. Confidentiality Confidentiality of records concerning drug and alcohol testing will be maintained to the IAFF.October 1,2019-September 30,2022 82 Page 1346 of 1406 extent necessary to comply with this policy. All information, reports, memos and drug test reports,written or otherwise, received by the City through the drug testing program will be kept confidential as provided by law. The City's Employee Assistance Program, laboratories, drug and alcohol rehabilitation programs who receive or have access to information concerning drug test results shall keep all information confidential. No such information will be released unless there is a voluntary written consent, signed by an employee or job applicant, except where such release is compelled by a court pursuant to an appeal taken under this section, or where deemed appropriate by a professional or occupational licensing board in a related disciplinary proceeding. The City will maintain records concerning drug testing separate and apart from an employee's or job applicant's file. E. Reporting of Use of Medication Employees and job applicants may confidentially report the use of prescription or non- prescription medication both before and after having a drug test F. Notice of Common Medications A list of most common medications, by brand name or common name, as applicable, as well as by chemical name, which may alter or affect a drug test, is listed below in section I. Employees and job applicants should review this list prior to submitting to a drug test. G. Medication Information An employee or job applicant may consult with the testing laboratory for technical information regarding prescription and non-prescription information. H. Employee Assistance Program Refer to the Employee Assistance Program Policy for the name, address and telephone number of the City's current provider or contact the Human Resources and Risk Management Department I. Drugs to be Tested In accordance with F.S. 893.03 as amended from time to time, the following is an illustrative and non-exhaustive list of drugs that will be tested: 1. Alcohol, including distilled spirits, wine, malt beverages and intoxicating liquors, resulting in a 0.04 or higher. A positive Breath Alcohol Test will be confirmed by a IAFF.October 1,2019-September 30,2022 83 Page 1347 of 1406 Blood Alcohol Test. 2. Amphetamines 3. Cannabinoids 4. Cocaine S. Phencyclidine (PCP) 6. Hallucinogens 7. Opiates 8. Methaqualone 9. Barbiturates 10. Benzodiazepines 11. Synthetic Narcotics 12. Designer Drugs 13. A metabolite on any substance listed herein 14. Anabolic/Androgenic Steroids. A list of drugs by brand names or common names includes: Opium Dover's Powder, Paregoric, Parepectolin Morphine Morphine,Pectoral Syrup Codeine Tylenol with Codeine, Empirin with Codeine, Robitussan A-C, Hydrocodone, Coke Crack Heroin Diacetylmorphine,horse,smack Hydromorphone Dilaudid Meperidine Demerol,Mepergan Methadone Dolophine,Methadone,Methadose Other Narcotics Laam, Leritine, Numorphan, Percodan, Tussiones, Fentanyl, Darvon, Talwin, Lomotil, Lorcet, Vicodin, Percocet Chloral Hydrate Noctec, Sommos Barbiturates Phenobarbital, Tuinal, Amvtal, Nembutal, Seconal, Lotusate Benzodiazepines Atavan, Azene, Clonopin, Dalmane, Diazepam, Librium, Xanax, Serax, Tranxene, Valium, Verstran, Halcion, Paxipam,Restoril Methaqualone Quaalude Methamphetamine Methyl Ice Glutethimide Doriden Other Depressants Equanil,Miltown,Noludar,Placidyl,Valmid NEW DRUGS- New drugs will be added to the list of controlled substances based on amendments to the Florida Statutes and/or any federal law, rule, regulation or procedure after a review with the Labor- Management Committee. IAFF.October 1,2019-September 30,2022 84 Page 1348 of 1406 PRESCRIPTION DRUGS Many prescription drugs can alter or affect drug tests. Due to the large number of obscure brand names and the constant marketing of new products,this list is illustrative and not exhaustive. Alcohol: All liquid medications containing ethyl alcohol (ethanol). Read the label for alcohol content. Amphetamines: Pbetrol, Biphetamine, Desoxyn, Dexedrine,Didrex, Lonamine,Fastin. Cannabinoids: Marinol (Dronabinol,THC). Cocaine: Cocaine, HCI topical solution (Roxanne) Phencyclidine: Not legal by prescription Methaqualone: Not legal by prescription Opiates: Paregoric, Parepectolin, Donnagel PG, Norphine, Tylenol with Codeine, Emperine with Codeine,APAP with Codeine,Aspirin with Codeine, Robitussin AC, Guiatuss AC, Novahistine DH, Novahistine Expectorant,Diluadid(Hydromorphone),MS Contin and Roxano(morphine sulfate), Percodan,Vicodin,Tussiorganidine,etc. Barbiturates: Phenobarbitol, Tuinal, Amytal, Nembutal, Seconal, Lotusate, Fiorianl, Fioricet, Esgic, Butisol, Mebarel, Butabarbital, Butalbital, Phrenilin,Triad,etc. Benzodiazepine: Ativan, Azene, Clonopin, Dalmane, Diazepam, Librium, Xanax, Serax, Tanzene, Valium,Verstran,Halcion,Paxipam, Restoril, Centrax,etc. Methadone: Dolophone, Metadose,etc. Propoxyphene: Darvocet,Darvon N,Dolene,etc. ANABOLIC/ANDROGENIC STEROID TESTING Federal law placed anabolic steroids in Schedule III of the Controlled Substances Act (CSA) as of February 27, 1991. An employee or job applicant who is contacted by the MRO may confidentially report the use of prescription medication(s)because the presence of these medications in the body may have affected the outcome of the test. J. Challenge of Test Results 1. An employee who receives a positive confirmed test result may, within five (5) working days, submit information to the Director of Human Resources and Risk Management explaining or contesting the test result and explaining why the test result does not constitute a violation of the City's policy. An employee may provide a signed release authorizing the Director of Human Resources and Risk Management to provide the test result and his/her submitted information to the Union President(or Designee) and/or the Fire Chief. 2. If the explanation or challenge of the employee is unsatisfactory to the City, the City IAFF.October 1,2019-September 30,2022 85 Page 1349 of 1406 will provide a written explanation as to why the employee's explanation is unsatisfactory, and a copy of the report of positive confirmed test results will be provided to the employee. 3. An employee may further challenge the results of the test in a court of competent jurisdiction or, if the drug was administered due to a workplace injury, by filing a claim for benefits with a judge of compensation claims, pursuant to Chapter 440, Florida Statutes. 4. If an employee contests the drug test results (s)he must promptly notify the Medical Review Officer This policy has been adapted from the City of Boynton Beach policy and is specific to Boynton Beach Fire Fighters and Paramedics, IAFF Local 1891 of the International Association of Fire Fighters,AFL-CIO,CLC. IAFF.October 1,2019-September 30,2022 86 Page 1350 of 1406 UNION CONTRACT-ADDENDUM`B" WAGES-STEP PLAN October October October Probationary Annualized Hourly Probationary Annualized Hourly Probationary Annualized Hourly Step 1 $49,246.08 $19.7300 Step 1 $50,244.48 $20.1300 Step 1 $50,244.48 $20.1300 Firefighter Annualized Hourly Firefighter Annualized Hourly Firefighter Annualized Hourly Step 1 $51,717.12 $20.7200 Step 1 $52,765.44 $21.1400 Step 1 $52,765.44 $21.1400 Step 2 $53,539.20 $21.4500 Step 2 $54,612.48 $21.8800 Step 2 $54,612.48 $21.8800 Step 3 $55,411.20 $22.2000 Step 3 $56,509.44 $22.6400 Step 3 $56,509.44 $22.6400 Step 4 $57,832.32 $23.1700 Step 4 $58,980.48 $23.6300 Step 4 $58,980.48 $23.6300 Step 5 $59,879.04 $23.9900 Step 5 $61,052.16 $24.4600 Step 5 $61,052.16 $24.4600 Step 6 $61,975.68 $24.8300 Step 6 $63,198.72 $25.3200 Step 6 $63,198.72 $25.3200 Step 7 $64,122.24 $25.6900 Step 7 $65,395.20 $26.2000 Step 7 $65,395.20 $26.2000 Step 8 $66,368.64 $26.5900 Step 8 $67,691.52 $27.1200 Step 8 $67,691.52 $27.1200 Step 9 $68,689.92 $27.5200 Step 9 $70,062.72 $28.0700 Step 9 $70,062.72 $28.0700 Step 10 $71,111.04 $28.4900 Step 10 $72,508.80 $29.0500 Step 10 $72,508.80 $29.0500 Step 11 $73,582.08 $29.4800 Step 11 $75,054.72 $30.0700 Step 11 $75,054.72 $30.0700 Step 12 $76,177.92 $30.5200 Step 12 $77,675.52 $31.1200 Step 12 $77,675.52 $31.1200 Step 13 $78,823.68 $31.5800 Step 13 $80,396.16 $32.2100 Step 13 $80,396.16 $32.2100 Step 14 $81,594.24 $32.6900 Step 14 $83,216.64 $33.3400 Step 14 $83,216.64 $33.3400 Step 15 $84,439.68 $33.8300 Step 15 $86,136.96 $34.5100 Step 15 $86,136.96 $34.5100 Firefighter OE Annualized Hourly Firefighter OE Annualized Hourly Firefighter OE Annualized Hourly Step 1 $63,623.04 $25.4900 Step 1 $64,846.08 $25.9800 Step 1 $64,846.08 $25.9800 Step 2 $65,844.48 $26.3800 Step 2 $67,117.44 $26.8900 Step 2 $67,117.44 $26.8900 Step 3 $68,140.80 $27.3000 Step 3 $69,488.64 $27.8400 Step 3 $69,488.64 $27.8400 Step 4 $70,536.96 $28.2600 Step 4 $71,909.76 $28.8100 Step 4 $71,909.76 $28.8100 Step 5 $73,008.00 $29.2500 Step 5 $74,430.72 $29.8200 Step 5 $74,430.72 $29.8200 Step 6 $75,553.92 $30.2700 Step 6 $77,026.56 $30.8600 Step 6 $77,026.56 $30.8600 Step 7 $78,199.68 $31.3300 Step 7 $79,722.24 $31.9400 Step 7 $79,722.24 $31.9400 Step 8 $80,920.32 $32.4200 Step 8 $82,517.76 $33.0600 Step 8 $82,517.76 $33.0600 Step 9 $83,765.76 $33.5600 Step 9 $85,413.12 $34.2200 Step 9 $85,413.12 $34.2200 Step 10 $86,686.08 $34.7300 Step 10 $88,383.36 $35.4100 Step 10 $88,383.36 $35.4100 Lieutenant Annualized Hourly Lieutenant Annualized Hourly Lieutenant Annualized Hourly Step 1 $74,505.60 $29.8500 Step 1 $75,953.28 $30.4300 Step 1 $75,953.28 $30.4300 Step 2 $77,126.40 $30.9000 Step 2 $78,624.00 $31.5000 Step 2 $78,624.00 $31.5000 Step 3 $79,822.08 $31.9800 Step 3 $81,369.60 $32.6000 Step 3 $81,369.60 $32.6000 Step 4 $82,617.60 $33.1000 Step 4 $84,215.04 $33.7400 Step 4 $84,215.04 $33.7400 Step 5 $85,512.96 $34.2600 Step 5 $87,160.32 $34.9200 Step 5 $87,160.32 $34.9200 Step 6 $88,508.16 $35.4600 Step 6 $90,205.44 $36.1400 Step 6 $90,205.44 $36.1400 Step 7 $91,603.20 $36.7000 Step 7 $93,375.36 $37.4100 Step 7 $93,375.36 $37.4100 Step 8 $94,798.08 $37.9800 Step 8 $96,645.12 $38.7200 Step 8 $96,645.12 $38.7200 Step 9 $98,117.76 $39.3100 Step 9 $100,014.72 $40.0700 Step 9 $100,014.72 $40.0700 Step 10 $101,562.24 $40.6900 Step 10 $103,534.08 $41.4800 Step 10 $103,534.08 $41.4800 Captain Annualized Hourly Captain Annualized Hourly Captain Annualized Hourly Step 1 $84,314.88 $33.7800 Step 1 $85,937.28 $34.4300 Step 1 $85,937.28 $34.4300 Step 2 $87,260.16 $34.9600 Step 2 $88,957.44 $35.6400 Step 2 $88,957.44 $35.6400 Step 3 $90,330.24 $36.1900 Step 3 $92,052.48 $36.8800 Step 3 $92,052.48 $36.8800 Step 4 $93,475.20 $37.4500 Step 4 $95,272.32 $38.1700 Step 4 $95,272.32 $38.1700 Step 5 $96,744.96 $38.7600 Step 5 $98,616.96 $39.5100 Step 5 $98,616.96 $39.5100 Step 6 $100,139.52 1$40.1200 Step 6 1 $102,061.44 $40.8900 Step 6 $102,061.44 $40.8900 Step 7 $103,633.92 1$41.5200 Step 7 1 $105,630.72 $42.3200 Step 7 $105,630.72 $42.3200 IAFF:October 1,2019-September 30,2022 87 Page 1351 of 1406 UNION CONTRACT-ADDENDUM`B" WAGES-STEP PLAN October October October Battalion Chief Annualized Hourly Battalion Chief Annualized Hourly Battalion Chief Annualized Hourly Step 1 $94,823.04 $37.9900 Step 1 $96,670.08 $38.7300 Step 1 $96,670.08 $38.7300 Step 2 $98,142.72 $39.3200 Step 2 $100,039.68 $40.0800 Step 2 $100,039.68 $40.0800 Step 3 $101,587.20 $40.7000 Step 3 $103,559.04 $41.4900 Step 3 $103,559.04 $41.4900 Step 4 $105,131.52 $42.1200 Step 4 $107,178.24 $42.9400 Step 4 $107,178.24 $42.9400 Step 5 $108,825.60 $43.6000 Step 5 $110,922.24 $44.4400 Step 5 $110,922.24 $44.4400 IAFF:October 1,2019-September 30,2022 88 Page 1352 of 1406 UNION CONTRACT-ADDENDUM"C" CAREER LADDER- MINIMUM REQUIREMENTS As referenced in Article 24-Education (Section 24.1) Non-probationary members are permitted to attend schools or classes for Career Ladder requirements .... Reimbursement rates are not intended to exceed Florida In-State tuition rates. Course selection and attendance must be pre-approved by the Deputy Chief of Operations Bargaining unit members are "grandfathered in" the current positions in which they are placed upon ratification of this Agreement. Probationary, Fighter (Prob FFA, PREREQUISITES: • Certified Florida Firefighter; and • Certified Florida Emergency Medical Technician or Paramedic. Firefighter (FFA PREREQUISITES: • Successful completion of the Probationary Firefighter Manual ("Green Book"); • Successful completion of FF Performance and Written Examinations; and • Minimum of one (1)year of service with BBFRD. REQUIRED TO BE PROMOTED TO FIREFIGHTER: • Successful completion of all prerequisite requirements; and • Successful completion of the annual evaluation process for Probationary Firefighters; and • Selection by the Fire Chief with approval by the City Manager. PARAMEDIC REQUIREMENT TO ADVANCE AS A FIREFIGHTER: • Members hired after October 1, 2018 must be a Certified Florida Paramedic and be in"Active Paramedic"status within the Department to advance to Firefighter Step S. Firefighter Operator Engineer (O/E� PREREQUISITES: • Successful completion of all prerequisite requirements for a Firefighter; and • Minimum of four (4)years of service with BBFRD; and • Certified Florida Paramedic and Department"Active Paramedic"status; and • Successful completion of: • FFP 1302 Fire Apparatus Operator (or equivalent); and IAFF.October 1,2019-September 30,2022 89 Page 1353 of 1406 • FFP 1301 Fire Service Hydraulics (or equivalent); and • BBFRD-sanctioned Aerial Apparatus Course (40-hour minimum) or FSFC 703; and • FFP 2120 Building Construction for Fire Service; and • Firefighter Operator Engineer Manual ("Red Book"); and • State of Florida Certified Operator Engineer. REQUIRED TO BE PROMOTED TO FIREFIGHTER OPERATOR ENGINEER(0/E): • Successful completion of all prerequisite requirements; and • Successful completion of BBFRD Apparatus,Hydraulics, and Aerial Operation Performance and Written Examinations. REQUIRED TO SERVE AS AN ACTING LIEUTENANT (as referenced in Article 23): • Serving a minimum of one (1)year at BBFRD as Firefighter 0/E; and • Successful completion of: • FFP,ATPC or BFST 1810: Fire Service Strategy and Tactics 1; and • FFP,ATPC or BFST 2720: Company Officer Leadership; and • FFP,ATPC or BFST 1740: Course Delivery; and • Complete Fire Inspection/Prevention Packet with a BBFRD Assistant Fire Marshal or Complete FFP,ATPC or BFST 1505 Fire Prevention Practices and FFP,ATPC or BFST 1540 Private Fire Protection Systems 1; and • Complete a Pre-Incident Plan on a City Target Hazard(to be pre-approved); and • Successful completion of BBFRD Officer Candidate School including but not limited to: • Department Policies, EMS Protocols, SOG's,Rules and Regulations; and • Labor-Management Relationship and Collective Bargaining, and • The Changing Workforce and Dealing with Change; and • Diversity, Sexual Harassment, and Discrimination Training; and • Technical Report Writing and Report Quality Assurance; and • Performance Evaluation Training, and • Coaching, Counseling,and Disciplinary Action; and • Successful completion of BBFRD Performance and Written Examinations; and • Must be on current Lieutenant Eligibility List, or • State Certified Fire Officer I; and • NIMS 100, 200, 700,and 800 compliant. Lieutenant(LTA PREREQUISITES: (Eligibility Criteria necessary to test for Lieutenant Promotional Process) • Successful completion of all prerequisite requirements; and • Minimum of seven (7)years of service with BBFRD; and • Minimum of one (1)year serving as an Acting Lieutenant. IAFF.October 1,2019-September 30,2022 90 Page 1354 of 1406 REQUIRED TO BE PROMOTED TO LIEUTENANT: • Successful completion of all requirements; and • Promotion is based on successful completion of Lieutenant promotional examination/assessment process and selection by the Fire Chief with approval by the City Manager; and • NIMS 100, 200, 700,and 800 compliant, and • State Certified Fire Officer I; and REQUIRED TO SERVE AS AN ACTING CAPTAIN (Implemented as referenced in Article 23): • Successful completion of serving as a Lieutenant for a minimum of six(6) months; and • Must be on current Captain Eligibility List, or • State Certified Fire Officer I; and • NIMS 300 compliant. Captain (CAPT) PREREQUISITES: (Minimum criteria necessary to test for the Captain Promotional Process) • Must meet all requirements for Lieutenant, and • Successful completion of any 2000 or 3000 level Personnel Management Course (minimum of 40 hours); and • Minimum of nine (9)years of service with BBFRD; and • Minimum of two (2)years of service as a Lieutenant with BBFRD, following the first Captain's promotional process after ratification. REQUIRED TO BE PROMOTED TO CAPTAIN: • Successful completion of all requirements; and • Promotion is based on successful completion of Captain promotional examination/assessment process and selection by the Fire Chief with approval by the City Manager; and • NIMS 300 compliant. REQUIRED TO SERVE AS ACTING BATTALION CHIEF (Implemented as referenced in Article 23): • Successful completion of serving as Captain for a minimum of six (6) months; and • Must be on current Battalion Chief Eligibility List, or • Effective October 1, 2020: • State Certified Fire Officer II; and • NIMS 400 compliant. Battalion Chief(BC) PREREQUISITES: (Minimum criteria necessary to test for the Battalion Chief Promotional Process) • Must meet all requirements for Captain; and IAFF.October 1,2019-September 30,2022 91 Page 1355 of 1406 • Successful completion of Certified Incident Commander Course; • Completion of Human Resources Course at minimum level 3 00 0; and • Minimum of twelve (12)years of service with BBFRD; and • Minimum of three (3)years as a Captain with BBFRD. REQUIRED TO BE PROMOTED TO BATTALION CHIEF: • Successful completion of all prerequisite requirements; and • Promotion is based on successful completion of Captain promotional examination/assessment process and selection by the Fire Chief with approval by the City Manager; and • Effective October 1, 2020: • State Certified Fire Officer II; and • NIMS 400 compliant. IAFF.October 1,2019-September 30,2022 92 Page 1356 of 1406 UNION CONTRACT-ADDENDUM"D" MUTUAL CONSENT AGREEMENT (Use of Insurance Premium Tax Revenue) This Mutual Consent Agreement is entered into between the CITY OF BOYNTON BEACH,a Florida municipal corporation,whose address is 100 E.Boynton Beach Boulevard,Boynton Beach,FL 33435 (the "CITY") and the BOYNTON BEACH FIRE FIGHTERS AND PARAMEDICS,IAFF LOCAL 1891 ("IAFF"). WHEREAS, the 2015 Florida Legislature enacted legislation (Chapter No. 2015-39, Laws of Florida),hereinafter"Legislation" regarding the use of insurance premium tax revenue ("IPTR"); and WHEREAS,the City has a retirement pension plan and fund for firefighters known as the Boynton Beach Firefighters' Pension Fund ("Fund") that exceeds the minimum benefits and minimum standards established by the State of Florida for public employee firefighter pension plans as set forth in chapter 175,Florida Statutes; and WHEREAS, the Legislation provides that use of IPTR, including any accumulations of additional premium tax revenues which have not been allocated to fund benefits in excess of the minimum benefits, may deviate from the provisions of the Legislation by mutual consent of the members' collective bargaining representative (IAFF). NOW THEREFORE,the City and Unions agree as follows: 1. The foregoing Whereas clauses are true and correct 2. The total of$150,000.00 of IPTR,whether base premium tax revenue or additional premium tax revenue, received by the City will be used to reduce the City's unfunded liability to the Boynton Beach Firefighters'Pension Fund. Payment will be made in accordance with attached letter from the Pension Board to Chair, Matthew Petty,dated January 9, 2020. 3. This Consent Agreement takes effect when signed by IAFF and City. SIGNATURE PAGE FOLLOWS IAFF:October 1,2019-September 30,2022 93 Page 1357 of 1406 MUTUAL CONSENT AGREEMENT-SIGNATURE PAGE (Use of Insurance Premium Tax Revenue) THE CITY OF BOYNTON BEACH Lori LaVerriere, City Manager ATTEST: Crystal Gibson, City Clerk BOYNTON BEACH FIRE FIGHTERS AND PARAMEDICS, IAFF LOCAL 1891 IAFF President APPROVED AS TO LEGAL FORM: City Attorney Attach Pension Board Letter from Chair, Matthew Petty dated January 9, 2020. IAFF:October 1,2019-September 30,2022 94 Page 1358 of 1406 A BOYNTON BEACH FIREFIGHTERS & PARAMEDICS INTERNATIONAL ASSOCIATION OF FIRE FIGHTERS, LOCAL 1891 January 9, 2020 Matt Petty Chairman, Boynton Beach Firefighters Pension Dear Chairman Petty, The Boynton Beach Fire Fighters and Paramedics of Local 1891 has come to an agreement with the City of Boynton Beach regarding the use of IPTR for our CBA. As part of this agreement, we are requesting approval of IPTR totaling $150,000.00 over the proposed agreement, October 2019 - September 2022. The allocations would be as followed: -October 2020 ( $75,000.00) -October 2021 ($75,000.00) -October 2022 ($0.00) It is my understanding the above allocation would satisfy IPTR requirements under SB 172, as past practice of our Local and the City. Thank you in advance. Respectfully, sh'� wcz President, Local 1891, Shawn Weeks IAFF.October 1,2019-September 30,2022 95 Page 1359 of 1406 UNION CONTRACT-ADDENDUM"E" TUITION ASSISTANCE PROGRAM As referenced in Article 24-Education,bargaining unit members are eligible for tuition reimbursement pursuant to the City's Tuition Assistance Program, Policy No. 05-003, which is included in this Addendum. The City agrees to fund the Tuition Assistance Program for IAFF bargaining unit members in the amount of $25,000 each fiscal year of this Agreement. Funding for this program expires on September 30,2022 until renegotiated. CITY'S TUITION ASSISTANCE PROGRAM FOLLOWS IAFF:October 1,2019-September 30,2022 96 Page 1360 of 1406 Policy No.05-003 Tuition Assistance Program August 1,2018 Tuition Assistance Program 1.1 PURPOSE To provide financial assistance,when such funding is appropriated and approved in the City's Human Resources Department's annual budget,to eligible full-time regular employees, who are enrolled in an undergraduate or graduate degree program at an accredited college or university and when the attainment of such degree is determined by the City to be directly beneficial to the employee's current job or for an advanced job in the City within their career path. This program is at the sole discretion of the City and may be suspended or cancelled at any time. 1.2 SCOPE Employees who are eligible to participate in this program are full time, non-probationary, unrepresented (General) employees and full-time, non-probationary employees covered under the SEIU Blue Collar or White Collar Collective Bargaining Agreement Employees who have entered the DROP pursuant to a City pension plan are not eligible to participate in this program. Employees who are governed by a Collective Bargaining Agreement other than SEIU are not eligible to participate in this program. Employees must be"in good standing"with the City at the time of application through the time of reimbursement in order to receive reimbursement through this program. 1.3 DEFINITIONS a. Accredited college or university: A college or university that has attained accreditation as documented by inclusion in the U.S. Department of Education's Office of Post-secondary Education (OPE) Database of Accredited Postsecondary Institutions and Programs (hUps://ol2e.ed.gov/accreditation/Search.asl2 ). The Director of Human Resources and Risk Management reserves the right to consider and approve or deny any college or university that is not listed in this database. b. Full-time: An employee who is in a job classification designated as full-time and who is scheduled to work a minimum of thirty-six(3 6) hours per work week. c. "In good standing": An eligible employee who: 1. Is actively employed on the date of program enrollment and through the date of reimbursement, 2. Has not been in an unpaid leave status of more than sixteen (16) hours for any calendar week from the date of program enrollment through the date of reimbursement, and 3. For one (1) year prior to the date of program enrollment and through the date of reimbursement, has not received sustained discipline of an unpaid suspension for more than twenty-four (24) hours or three (3) days and has not been demoted for disciplinary reasons. d. Non-probationary: An employee who has successfully completed his/her initial one (1)year probationary period. Employees who are on a probationary period solely due to a promotion or reclassification and who have already been employed with the City in a full-time position for more than one (1)year are considered"non-probationary"for purposes of this policy. 1.4 POLICY IAFF.October 1,2019-September 30,2022 97 Page 1361 of 1406 Policy No.05-003 Tuition Assistance Program August 1,2018 A. This Policy supersedes and replaces Administrative Policy 04.01.03. The Tuition Assistance Program is coordinated by the City's Human Resources and Risk Management Department. In order to be considered for participation in this program, eligible employees must enroll, adhere to all applicable procedures, and sign a participation agreement to acknowledge program requirements and obligations. Each fiscal year that this program is funded, the Director of Human Resources and Risk Management will establish the current eligible reimbursement expenses and amounts and will set the fiscal year per person maximum reimbursable amounts. This information, titled Addendum: Tuition Assistance Program Current Reimbursement Year Expenses and Amounts, will be updated and maintained as part of this policy. Applications will be considered in the order in which they are received. Available funds will be reimbursed until the end of each funded fiscal year or until funds are exhausted,whichever comes first. The interpretation and administration of this policy shall be the responsibility of the Director of Human Resources and Risk Management Participation in the Tuition Assistance Program is voluntary, and no aspect of this policy or program is subject to any grievance or appeal process. B. The budgeted Tuition Assistance Program funding will be split into two separate pools so reimbursement opportunities can be fairly appropriated based on typical academic calendars. If funding remains available after processing all eligible and approved Period Two Reimbursements, applications for Period One Reimbursements that were eligible but not reimbursed will be reconsidered. • Reimbursement Period One: For course dates between August and December o Deadline for submitting Reimbursement Applications: January 31St o Final reimbursement issued in February • Reimbursement Period Two: For course dates between January and July o Deadline for submitting Reimbursement Applications:August 31St o Final reimbursement issued in September C. The following courses are ineligible for reimbursement under all circumstances, even if they are a requirement for obtaining a degree: 1. Course that is covered by any non-refundable financial aid, scholarship, or other governmental assistance; 2. Seminar; 3. Internship; 4. Course that earns only Continuing Education Credits (CEUs); 5. Exam preparation course or entrance exam; 6. Course taken as"audit only"; 7. Course graded only as"Pass/Fail",- 8. Pass/Fail";8. Course issuing credit only as"Life Experience"and/or"Portfolio"; 9. Course fulfilling only a physical education or sexual education requirement, 10. Course taken that is not part of an employee's approved undergraduate or graduate degree program; and 11. Course taken by an employee who is not enrolled in an undergraduate or graduate degree program. D. The letter grade an employee earns upon completion of an approved course determines the percentage of reimbursement that will be applied to eligible expenses. • A= 100% IAFF.October 1,2019-September 30,2022 98 Page 1362 of 1406 Policy No.05-003 Tuition Assistance Program August 1,2018 • B = 75% • C = 50% • D = 0% (ineligible for reimbursement under this policy) • F = 0% (ineligible for reimbursement under this policy) An employee who receives an "Incomplete" or who withdraws from a course is not eligible for reimbursement under this policy. E. Any tuition assistance provided to an employee pursuant to this policy up to a maximum of amount of$5,250.00 in any calendar year is excluded from tax;any amount received in excess of $5,250.00 in any calendar year will be treated as taxable income, as required by the Internal Revenue Service (IRS). F. An employee who separates employment for any reason other than a City-initiated layoff or termination within twenty-four (24) months of receiving any amount of financial assistance pursuant to this policy,authorizes the City to deduct the amount(s)of such reimbursement(s) from any amount of payout to which(s)he would have otherwise been entitled. An employee who is not eligible for payout or who does not have sufficient payout value from which to deduct the reimbursed amount(s) is obligated and required to repay the City. G. Deadlines are not negotiable and will not be extended. It is solely an employee's responsibility to timely submit enrollments, agreements, reimbursement applications, and other required documentation for participation in this program. No employee should expect or rely upon the City, Human Resources, or any other person to "remind" him/her of this program's requirements and/or deadlines. 1.5 PROCEDURES a. This program is at the sole discretion of the City and may be suspended or cancelled at any time. b. A Tuition Assistance Program Participation Enrollment Form and Tuition Assistance Program Agreement are required to be submitted by any eligible employee who is interested in seeking reimbursement pursuant to this policy. The purpose of the Participation Enrollment Form is for Human Resources and Risk Management to evaluate whether or not an employee meets participation requirements of the program. The purpose of the Agreement is to confirm that an employee understands the program and his/her obligations pursuant to enrollment and reimbursement The Participation Enrollment Form and the Program Agreement are required to be submitted each funded fiscal year in which the employee is interested in participating. No reimbursement will be considered without a current approved participation enrollment form and signed program agreement 1. Human Resources will log completed Participation Enrollment Forms and Program Agreements in the funded fiscal year's Tuition Assistance Program Tracking spreadsheet"Enrollments"tab. 2. Human Resources will review the Participation Enrollment Forms and will confirm, and log eligibility on the "Enrollments"tab. 3. Human Resources will notify employees in writing of their participation approval or denial. If an employee is denied,the reason for the denial will be included. IAFF.October 1,2019-September 30,2022 99 Page 1363 of 1406 Policy No.05-003 Tuition Assistance Program August 1,2018 c. A separate Tuition Assistance Program Reim b ursemen tApplica tion is required to be submitted for each course for which an employee is requesting reimbursement. These Reimbursement Applications are accepted on a rolling basis per Reimbursement Period, and all required documentation is required to be submitted with each Reimbursement Application. The submission of a Reimbursement Application does not guarantee reimbursement d. Completed Reimbursement Applications with required documentation must be submitted via electronic mail to: hr@bbfl.us with the subject line: Tuition Assistance Program. 1. Human Resources will assign each Reimbursement Application a tracking number based upon date and time of receipt: TAP-YYYY-MM-DD-###, wherein TAP means Tuition Assistance Program,YYYY means calendar year, MM means calendar month, DD means calendar day,and###indicates the number of the request received on the specified date. For example, the first request received on October 1, 2017 would be assigned the tracking number: TAP-2017-10-01-001. 2. Human Resources will review Reimbursement Applications in the order in which they are received. Incomplete Reimbursement Applications or Reimbursement Applications submitted without required documentation will be returned via electronic mail to the employee, who will need to resubmit a completed Reimbursement Application with supporting documentation in order to be considered for reimbursement A new tracking number will then be assigned based on the date of receipt of the completed Reimbursement Application with required documentation. 3. Human Resources will separately log each course Reimbursement Application in the funded fiscal year's Tuition Assistance Program Tracking spreadsheet"Applications" tab. i. Human Resources will reconfirm an employee's eligibility. The course Final Grade,Credit Hours,and Book(s)Cost will be logged on the"Applications"tab. ii. Human Resources will log the eligible reimbursement amounts for credit hours and textbook(s) and will calculate a total eligible reimbursement amount e. Reimbursement Processing will begin for the Reimbursement Period One following the January 31St deadline for submitting Reimbursement Applications. i. Human Resources will sort completed eligible Reimbursement Applications by Tracking Number order and reconfirm an employee's eligibility. ii. Human Resources will log each eligible Reimbursement Application in the funded fiscal year's Tuition Assistance Program Tracking spreadsheet "Reimbursements" tab up to the Maximum Per Person Allowable Reimbursement Amount (see Addendum for these Amounts). This process will be repeated for each eligible Reimbursement Application until the Program Budget Balance for Reimbursement Period One has been depleted. IAFF.October 1,2019-September 30,2022 100 Page 1364 of 1406 Policy No.05-003 Tuition Assistance Program August 1,2018 iii. Human Resources will complete a 121 for Tuition Assistance Program Reimbursement and route for approvals and processing by Finance. iv. Finance will process all approved Period One Reimbursements in February. v. If funds are remaining in the allocated Program Budget Balance following Period One Reimbursements, Human Resources will add this remaining balance to the beginning Program Budget Balance for Period Two Reimbursements. f. Reimbursement Processing will begin for the Reimbursement Period Two following the August 31St deadline for submitting Reimbursement Applications. i. Human Resources will sort completed eligible Reimbursement Applications by Tracking Number order and reconfirm an employee's eligibility. ii. Human Resources will log each eligible Reimbursement Application in the funded fiscal year's Tuition Assistance Program Tracking spreadsheet "Reimbursements" tab up to the Maximum Per Person Allowable Reimbursement Amount (see Addendum for these Amounts). This process will be repeated for each eligible Reimbursement Application until the Program Budget Balance for Reimbursement Period Two has been depleted. iii. If funding remains available after processing all eligible and approved Period Two Reimbursements, Human Resources will reconsider Period One Reimbursement Applications that were eligible but not reimbursed due to that period's allocated budget limitations. iv. Human Resources will complete a 121 for Tuition Assistance Program Reimbursement and route for approvals and processing by Finance. v. Finance will process all approved Period Two Reimbursements in September. IAFF.October 1,2019-September 30,2022 101 Page 1365 of 1406 Policy No.05-003 Tuition Assistance Program August 1,2018 Addendum: Tuition Assistance Program Current Reimbursement Year Expenses and Amounts FOR FISCAL YEAR REIMBURSMENT: October 1, 2018- September 30, 2019 Applications will be considered on a rolling basis for enrollment in courses in which classes began on or after August 1, 2018. In order to be eligible for reimbursement all documentation required to process a reimbursement must be received on or by the thirtieth (30th) day following the last date of the term/session for the course(s)for which reimbursement is being requested. In no case will reimbursements be processed outside of the fiscal year. ELIGIBLE REIMBURSABLE EXPENSES AND AMOUNTS: Copies of original receipts are required for reimbursement. Failure to provide proper documentation will result in ineligibility for reimbursement Tuition and Fees: (maximum per credit hour reimbursement based on course grade) Final Course Grade: A B C Associate Degree Course: $114.04 $ 85.53 $ 57.02 Bachelor Degree Course: $179.90 $134.93 $ 89.95 Graduate Degree Course: $336.77 $252.58 $168.39 Required Course Textbook(s): (maximum reimbursement per course based on course grade) Final Course Grade: A B C Per Course: $150.00 $112.50 $ 75.00 MAXIMUM PER PERSON ALLOWABLE REIMBURSEMENT PER FUNDED FISCAL YEAR No employee will be reimbursed for more than twelve (12) credit hours per funded fiscal year and are subject to the following fiscal year per person maximum credit hour reimbursement amount based on degree: • Associate Degree: $1,368.48 • Bachelor Degree: $2,158.80 • Graduate Degree: $4,041.24 No employee will receive more than$600.00 for textbook reimbursement per funded fiscal year. IAFF.October 1,2019-September 30,2022 102 Page 1366 of 1406 AGREEMENT SIGNATURE PAGE Agreed to this day of 2020, by and between the respective parties through the authorized representatives of the Union and the City. BOYNTON BEACH FIGHTERS AND PARAMEDICS, IAFF, LOCAL 1891: BY: Witness President Witness Secretary CITY OF BOYNTON BEACH BY: Witness Mayor Witness City Clerk Witness City Manager Approved as to Form and Correctness: City Attorney IAFF:October 1,2019-September 30,2022 103 Page 1367 of 1406 AGREEMENT SIGNATURE PAGE Agreed to this day of , 2020, by and between the respective parties through the authorized representatives of the Union and the City. BOYNTON BEACH FIGHTERS AND PARAMEDICS,IAFF,LOCAL 1891: BY: Witness President Witness Secretary CITY OF BOYNTON BEACH BY: Witness Mayor Witness City Clerk Witness City Manager Approved as to Form and Correctness: City Attorney Page 1368 of 1406 12.A. LEGAL 1/21/2020 City of Boynton Beach Agenda Item Request Form Commission Meeting Date: 1/21/2020 Requested Action by Commission: Proposed Resolution No. R20-013-Approve the standard form of contract for connection to the District Energy System (DES), authorizing the Utilities Director or his designee to sign the contracts on behalf of the City. Explanation of Request: The DES has been constructed to provide cooling water for HVAC needs for three new City buildings and several planned private developments. Each user is required to sign a contract that allows them to reserve capacity at the DES, and in turn the Utility provides certain guarantees to meet that demand. The contract also provides for agreement over the main operational needs of both the customer and the Utility to ensure a positive working relationship. Commission approved the rates for the current fiscal year at the December 17, 2019 meeting and this action will be the final step prior to signing up prospective customers. How will this affect city programs or services? This will enable the DES to become a fully operational entity and enable both City and private customers to plan their HVAC needs with a clear understanding of the financial structure surrounding their design and investment in the necessary equipment. Centralized district cooling systems provide for a lower overall cost due to the efficiency gains possible through the use of these large scale chillers. This also provides for a lower carbon footprint for the City. Fiscal Impact: Budgeted No immediate cost implication but this will allow the DES to formally sell the chilled water service and collect revenue accordingly. The DES has a budgeted revenue for the fiscal year. Alternatives: Strategic Plan: Strategic Plan Application: Climate Action: Climate Action Discussion: Is this a grant? Page 1369 of 1406 Grant Amount: ATTACHMENTS: Type Description D Resolution Resolution approving form of Agreement D Agreement Agreement Page 1370 of 1406 1 RESOLUTION NO. R20- 2 3 A RESOLUTION OF THE CITY OF BOYNTON BEACH, 4 FLORIDA, APPROVING THE STANDARD FORM OF 5 AGREEMENT FOR CONNECTION TO THE DISTRICT 6 ENERGY SYSTEM (DES) AND AUTHORIZING THE 7 SIGNING ON BEHALF OF THE CITY;AND PROVIDING 8 AN EFFECTIVE DATE. 9 10 11 12 WHEREAS, the District Energy System has been constructed to provide cooling water 13 for HVAC needs for three new City buildings and several planned private developments; and 14 WHEREAS, each user will be required to sign an Agreement that allows them to 15 reserve capacity at the DES and in turn the Utility will provide certain guarantees to meet that 16 demand; and 17 WHEREAS, this step will enable the DES to become a fully operational entity and for 18 both the City and private customers to plan their HVAC needs with a clear understanding of 19 the financial structure surrounding the design and investment in the necessary equipment. 20 NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF 21 THE CITY OF BOYNTON BEACH, FLORIDA, THAT: 22 Section 1. The foregoing "Whereas" clauses are hereby ratified and confirmed as 23 being true and correct and are hereby made a specific part of this Resolution upon adoption 24 hereof. 25 Section 2. The City Commission does hereby approve the standard form of 26 Agreement, a copy of which is attached hereto as Exhibit "A", for connection to the District 27 Energy System and authorizes the City Manager to sign the Agreements on behalf of the City. 28 29 S:ACA\RESO\Agreements\District Energy System(DES)Agreements(Chilled Water Service)-Reso.Docx Page 1371 of 1406 30 Section 3. This Resolution and fee schedule shall take effect immediately upon 31 passage. 32 PASSED AND ADOPTED this day of January, 2020. 33 CITY OF BOYNTON BEACH, FLORIDA 34 35 YES NO 36 37 Mayor— Steven B. Grant 38 39 Vice Mayor—Justin Katz 40 41 Commissioner—Mack McCray 42 43 Commissioner—Christina L. Romelus 44 45 Commissioner—Ty Penserga 46 47 48 VOTE 49 50 ATTEST: 51 52 53 54 Crystal Gibson, MMC 55 City Clerk 56 57 58 (Corporate Seal) S:ACA\RESO\Agreements\District Energy System(DES)Agreements(Chilled Water Service)-Reso.Docx Page 1372 of 1406 CHILLED WATER SERVICE AGREEMENT BETWEEN THE CITY OF BOYNTON BEACH AND FOR THE {00346877.3 306-9001821} Page 1373 of 1406 TABLE OF CONTENTS SECTION PAGE 1 DEFINITIONS.......................................................................................... 1 2 SERVICE..................................................................................................3 3 TERM........................................................................................................8 4 INITIAL DEPOSIT, RATES, AND CHARGES FOR SERVICE...........8 5 BILLING...................................................................................................8 6 METERING..............................................................................................9 7 PERMITS, EASEMENTS AND REGULATORY AUTHORITY.......... 10 8 WARRANTIES AND REPRESENTATIONS......................................... 12 9 LIMITATION OF LIABILITY................................................................ 12 10 INDEMNIFICATION............................................................................... 13 11 SUSPENSION OF SERVICE................................................................... 13 12 TERMINATION....................................................................................... 14 13 INSURANCE............................................................................................ 16 14 FORCE MAJEURE .................................................................................. 17 15 PLEDGE OR ASSIGNMENT.................................................................. 17 16 DISPUTE RESOLUTION........................................................................ 18 17 NOTICES.................................................................................................. 18 18 OTHER PROVISIONS............................................................................. 19 EXHIBITS EXHIBIT A CONTRACT CAPACITY AND SERVICE SPECIFICATIONS-22 EXHIBIT B CHARGES AND FEES FOR SERVICE .......................................23 Page 1374 of 1406 CHILLED WATER SERVICE AGREEMENT THIS CHILLED WATER SERVICE AGREEMENT ("Agreement") is entered into this day of 20 , and is by and between the City of Boynton Beach ("City" or "Supplier"), located at 124 East Woolbright Road, Boynton Beach, Florida 33435, and a corporation organized and existing under the laws of the State of Florida, with offices located at ("Customer"). WHEREAS, The City operatesa district energy system in the City of Boynton Beach,Florida (the"System") which provides chilled water service (the"Service"); and WHEREAS, Customer owns (the "Facility") and desires to obtain Service from the City; and NOW,THEREFORE,in consideration of the mutual covenants contained herein,the parties hereby agree as follows: 1. DEFINITIONS. 1.1. Except as otherwise expressly provided herein, all nouns, pronouns and variations thereof shall be deemed to refer to the singular or plural as the context may require, and any reference to a law or document shall mean such law or document as it may be amended from time to time. 1.2. "Demand" or "Actual Capacity Requirement" means the peak capacity for chilled water,in Tons,provided to Customer during any consecutive sixty(60)minute period during the billing cycle. 1.3. "Billing Demand" or "Monthly Capacity" means either the sum of the Contract Capacity and any Excess Capacity. 1.4. "BTU' means British thermal unit. 1.5. "Consumption"means the total thermal energy in ton-hours Provided to the Customer during the billing period. 1.6. "Contract Capacity" means the Service capacity set forth on Exhibit A. 1.7. "Effective Date" means the date of this agreement. (00346877.3306-9001821) Page I of 25 Page 1375 of 1406 1.8. "Excess Capacity" means the capacity in tons, provided to the Customer more than the Contract Capacity. 1.9. "Operation Date" means the date the City commences delivery of Service to Customer to a Facility. Unless otherwise agreed, each Facility will have its own Operation Date. 1.10. "Point of Delivery" or "Point of Service" means the physical location on Customer's supply line where the chilled water enters the facility and the City's metering equipment is installed. 1.11. "Projected Operation Date" means the date established by this Agreement for Service to the Customer. 1.12. "Interconnection Charge" means the cost established in Exhibit B required to establish chilled water service. 1.13. "Ton" means the rate at which heat is removed and is equivalent to 12,000 BTU per hour. 1.14. "Ton-Hour" means the amount of heat that is removed; for example, 3 Ton- Hours is equivalent to 36,000 BTU. 1.15. "Capacity Charge"means the billable value for Capacity Service as established in Exhibit B. 1.16. "Consumption Charge" means the billable value for Consumption Service as established in Exhibit B. (00346877.3306-9001821) Page 2 of 25 Page 1376 of 1406 2. SERVICE. 2.1. General. 2.1.1. Commencing on the Operation Date, the City shall provide Service to the Facility listed in Exhibit A, in accordance with the specifications set forth in Exhibit A, and subject to the terms and conditions of this Agreement. 2.1.2. Operation Date. The Operation Date shall not be earlier than the Projected Operation Date unless otherwise agreed in writing by Supplier and Customer. 2.1.2.1. If the Operation Date does not occur on or before the Projected Operation Date due to a delay caused by Customer, then Customer shall begin paying the Interconnection Charge as of the Projected Operation Date notwithstanding such delay. 2.1.2.2. If the Operation Date does not occur on or before the Projected Operation Date due to a delay caused by Supplier, then Supplier shall provide Customer with temporary substitute cooling reasonably acceptable to Customer within 10 business days after the Projected Operation Date, and Customer shall begin paying the Interconnection Charge and Capacity Charge as of the date such temporary cooling is provided. 2.1.3. Customer shall give the City reasonable notice of any intention to increase significantly its requirements for Service beyond Contract Capacity. If Customer's Actual Capacity Requirement is more than the Contract Capacity, the City shall use its best efforts to provide all of Customer's requirements for Service; however, the City has no obligation to provide such excess Service. The inability to deliver excess Service shall not be a breach of the City's obligations, and the City shall have the right to require Customer to reduce its usage to the Contract Capacity. If the City provides Excess Capacity to the Customer, the Customer shall be billed as set forth in Exhibit B. If all or a portion of the Excess Capacity represents a permanent change in Customer's requirements, the parties may agree in writing to amend the Contract Capacity, as provided in Exhibit A. 2.2. City's Responsibility. 2.2.1. The City, at its expense, shall be responsible for the design, furnishing, construction, and installation of all the equipment and piping necessary to produce and deliver to the Point of Delivery the Customer's Contract Capacity of chilled water supply and to receive the chilled water return. 2.2.2. The City shall install, in a location determined by the City to be reasonable, convenient and practicable, on its side of the Point of Service, all Service lines reasonably necessary to provide Service under this Agreement. The City reserves the right to reasonably determine the location of any of its Service lines and any future relocation of such lines. Except as otherwise provided in this Agreement, at its expense, the City shall operate, maintain, repair, and (00346877.3306-9001821) Page 3 of 25 Page 1377 of 1406 replace the Service lines, meters, and equipment furnished by the City, which shall remain the property of the City. 2.2.3. Although Service will normally be supplied to the Facility through a single supply line and a single return line, the City may, at its option, install more than one Service line, subject to Customer's approval, which approval shall not be unreasonably withheld. 2.2.4. After the City has already installed its equipment and facilities, any change requested by Customer in the location of one or more Point of Delivery, or location of the City's metering and other equipment, will be made at Customer's expense and only after prior written approval of the City and payment by Customer for such change. 2.2.5. The City shall, at its expense, furnish, install, own, operate, and maintain metering equipment in a mutually acceptable location within Customer's Facility, which shall remain the property of the City. The metering equipment will include a strainer, control valve, associated controls, sensors and instrumentation, and such metering equipment, as the City deems necessary and/or appropriate to measure and monitor the Service to the Facility. Customer shall, at its expense, provide the necessary connections to the metering equipment and paragraph 2.3.1 below. 2.2.6. The City shall supply chilled water to Customer through the City's distribution System from its district cooling system at approximately the typical operating pressure described in Exhibit A. 2.2.7. The City shall supply chilled water to Customer at the Design Supply Temperature given in Exhibit A, as measured at the supply valve of the Metering Equipment. If the chilled water supply temperature is significantly above the Design Supply Temperature for an extended period, billing adjustments may be applied as described in Exhibit B. 2.2.8. The City will maintain water quality and will employ such chemical treatment of its water as it determines to be adequate for the normal protection of its production and distribution equipment. The City will advise Customer of the chemical treatment it employs as well as any changes thereto. Customer is responsible for ensuring that its equipment is mechanically and chemically compatible with the City's System. Customer shall not perform any water treatment or add any chemicals or foreign substances into the water being used in its cooling system without the prior written consent of the City. The City may refuse to continue Service to Customer if chilled water is contaminated within the Customer's Facility. 2.2.9. Only authorized personnel or representatives of the City shall operate the Service isolation valves and electrical switches, except when necessary due to emergency circumstances that require immediate shutoff of Service. The City shall be notified immediately of any such shutoff. 2.2.9.1.Customer, and its agents and employees shall not be authorized or knowingly permit any person, except a duly authorized (00346877.3306-9001821) Page 4 of 25 Page 1378 of 1406 employee or representative of the City, to operate the City equipment (including the re-energizing of Service lines following emergency shutoffs or disconnections), to break or replace a the City lock, or to alter or interfere with the operation of the City meters or connections, or any item of Service equipment installed or furnished by the City on Customer's property. 2.2.9.2.To the extent permitted by law, Customer shall be liable for any loss or damage occasioned by any unauthorized re-energization of Service lines or any other unauthorized operation of the City's equipment by Customer, its agents or employees. 2.3. Customer's Responsibility. 2.3.1. Customer, at its expense, shall be responsible for the design, furnishing, construction, and installation of all internal and external piping, pumping, and equipment necessary for Customer to connect to the City's System at the Point of Service and to connect to the City's metering equipment. The City shall make the final connection to these points. At Customer's request and expense, the City may design, furnish, construct and install piping necessary for Customer to connect from the Point of Service to the metering equipment. 2.3.2. Except for the metering equipment, and except as may be specifically provided elsewhere in this Agreement, Customer shall, at its expense, furnish, install, operate, maintain, repair, and replace on Customer's side of the Point of Service, all such piping, pumps, valves, regulating devices and electrical switches and all other equipment and facilities required for Customer to utilize the Service and maintain Service in accordance with this Agreement. Such equipment and facilities shall remain the property of Customer. 2.3.3. Customer shall return one hundred percent(100%) of the chilled water volume delivered to Customer and subject to the terms and conditions of this Agreement. Notwithstanding the foregoing, reasonable operational losses are normal and expected, and allowance will be made for such. Customer shall not tap into, use, or otherwise interfere with the chilled water in any way that may diminish the flow or change its temperature beyond the limits stated in Exhibit A. 2.3.4. The Customer shall return the chilled water at a temperature no lower than the Design Return Temperature as determined in Exhibit A and measured at the return valve of the Metering Equipment. If the average chilled water return temperature is below the Design Return Temperature, billing adjustments may be applied as described in Exhibit B. 2.3.5. Customer shall give immediate notice to the City and its appropriate operating personnel of any contamination, leakage, spillage, or other discharge of chilled water known to Customer. If Customer's operations or equipment adversely affect the City's measurement of Service, Customer shall, at its expense, make changes in its operations (00346877.3306-9001821) Page 5 of 25 Page 1379 of 1406 or equipment as necessary to allow accurate measurement of such Service. 2.3.6. Customer shall install all such equipment, pumping, and piping both inside and outside the Facility in accordance with generally accepted industry practices. 2.3.6.1.The City retains the right to review the final design of equipment, pumping and piping to be installed by Customer inside or outside the Facility and to make recommendations thereto to ensure compatibility with the City's System. 2.3.6.2.The City also retains the right to inspect and review equipment, pumping and piping installation prior to commencement of Service. The City shall advise Customer within five working days if the City is of the view that any design of piping to be installed by Customer will not meet the City's standards or recommendations, and the City shall make recommendations to Customer to ensure compatibility with the System. 2.3.6.3.The City may inspect and review such piping installation prior to commencement of Service. 2.3.6.4.The City's rights of review and inspection hereunder shall not subject the City to any liability to Customer and shall not constitute any warranty or guarantee of performance or effectiveness. Customer hereby acknowledges that it is relying on its engineers and agents, and not the City, regarding the installation of Customer's equipment, pumping and piping. 2.3.7. Customer shall provide, without cost to the City, internal, enclosed, dry, adequately ventilated and secure space for the installation, inspection, protection and maintenance of the City's meters, and necessary Service equipment within the Facility, at a location mutually acceptable to the City and Customer. 2.3.8. Customer will physically connect the City furnished metering equipment in place and will physically connect the metering equipment to Customer's supply and return lines. 2.3.9. The City will complete the installation of the metering equipment including inspecting, testing, adjusting, calibrating and the start-up for the proper operation of the City equipment. Where electric service is required for the operation of the City's meters or meter regulating valves, Customer shall furnish, without cost to the City, all equipment necessary to provide such service and shall install wiring and piping to an outlet located conveniently near such meters or meter regulating valves. The City shall furnish and install wiring and piping from such outlet to its equipment at the City's expense. At a minimum, this shall include one (1) dedicated 120-volt, 20-amp circuit in a dedicated continuous 1.5" EMT conduit, terminated in a 12x12 metal junction box to the City control cabinet for each instance of Metering Equipment. (00346877.3306-9001821) Page 6 of 25 Page 1380 of 1406 2.3.10. After Service commences, Customer shall not alter its piping between the City's Point of Service and Metering Equipment in such a way so as to remove water volume or thermal capacity. To the extent allowed by law, if Customer fails to comply with this provision, Customer will be responsible for any damages,whether consequential, direct, indirect damages, interest, in addition to any other remedy at law or at equity, costs, expenses, including consultants' fees and expenses, attorneys' fees, including any appellate review, court costs, etc., for the enforcement of this provision. 2.3.11. At all times, Customer shall comply with all applicable laws, rules, regulations, and ordinances related to the Services. 2.4. The City's employees and authorized representatives shall have the right of access to the Facility during business hours and after business hours upon reasonable advance notice, and to all other portions of Customer's property at all reasonable times for the purposes of installing, inspecting, testing, protecting, maintaining, replacing, and removing the City's equipment and other equipment,to ascertain connected loads, or for any other proper purpose. Customer may temporarily restrict access as reasonably necessary to protect patient privacy. The City shall be accompanied by Customer's representative at all times in the Facility, except in the event of an emergency. 2.5. Compatibility of Customer's System. 2.5.1. Prior to, but no less than thirty (30) days before, the City's interconnection of its System with Customer's Facility, Customer shall submit for the City's review, mechanical plans and specifications of Customer's system and equipment for utilization of Service at the Facility. Additionally, Customer shall afford the City access for inspection of such system and equipment. After its inspection and review, the City shall decide whether Customer's system and equipment are mechanically and chemically compatible with the City's System. Customer shall make modifications to its system, as necessary, to assure compatibility with the City's System. The City shall not be required to commence Service: 2.5.1.1.If the City determines that Customer's system is unsuitable or incompatible unless and until Customer makes such changes in its system or equipment as the City deems reasonably necessary; and 2.5.1.2.Until Customer's installation shall have been thoroughly cleaned and flushed in accordance with Customer's plans and specifications as approved by the City,which approval shall not be unreasonably withheld or delayed. 2.5.2. The City's review of Customer's equipment is solely for the purpose of determining compatibility with the City's System as set forth herein and shall not be considered by Customer as any assurance or representation by the City that Customer's system will perform as intended or be considered as an approval of Customer's design. The City,by approving and accepting Customer's system and equipment as (00346877.3306-9001821) Page 7 of 25 Page 1381 of 1406 compatible, shall in no manner be deemed to have assumed any obligation as to the design, operation, or maintenance of Customer's system, nor to have relieved Customer in any way from accepting Service from the City as provided in this Agreement. 2.5.3. After commencement of Service, Customer shall not modify its system without the City's prior consent. If Customer modifies its system and the modification causes damage to the City's System or to any of the City's other customers' equipment or facilities, to the extent allowed by law, Customer is liable for all damages caused thereby, and the City may discontinue Service to Customer until Customer has corrected the situation and eliminated the damage. The City shall bear no responsibility for any deficiency in Service to Customer resulting from Customer's system or equipment. 2.6. City Sales to Other Customers. 2.6.1. The City may tap any of the City's Service lines or System lines to the Facility or on Customer's property for the purpose of extending service to other the City customers, subject to coordination and approval by Customer, which approval shall not be unreasonably withheld. 2.6.2. In such event, the City shall: (1)notify Customer of such plans; and(2) shall repair any damage caused by the City. 2.6.3. Also, in such event, the City shall not: (1) interfere with Customer's business; (2) adversely impact the value of the Facility; or (3) reduce customary Service levels. 3. TERM. 3.1. The "Term" of this Agreement will be effective as of the Effective Date and will remain in effect for a period of twenty (20) years from the earlier of the Projected Operation Date or the Operation Date, unless earlier terminated in accordance with the terms of this Agreement. 3.2. After expiration of the twenty-year period related to the newest Facility, this Agreement may be extended, by mutual written agreement of both parties. 4. INITIAL DEPOSIT, RATES, AND CHARGES FOR SERVICE. 4.1. Initial Deposit. Upon execution of this Agreement by Customer, Customer shall deliver to the City a performance bond, in form and substance acceptable to the City in its sole discretion, in the amount of$150,000.00 ("Bond"). The Bond will name the City as beneficiary and will have an expiration date no earlier than the initial Operation Date. If for any reason this Agreement terminates prior to the initial Operation Date, the City may draw against the Bond an amount sufficient to recover all costs incurred by the City pursuant to Section 2.2 of this Agreement. 4.2. A"Total Interconnection Charge" shall be determined by the City representing the costs of establishing the Service connection, including installation of Service lines, metering and district infrastructure modifications necessary to the execution of this Agreement. This Total Interconnection Charge shall by paid by the customer (i) in full or part prior to the commencement of construction activities and/or (ii) in amortized monthly payments (00346877.3306-9001821) Page 8 of 25 Page 1382 of 1406 ("Interconnection Charges") as agreed upon by the parties and described in Exhibit B. 4.3. Rates and Charges for Service. Customer shall pay for Service at the rates and charges as detailed in Exhibit B. 5. BILLING. 5.1. Billing and Payments. 5.1.1. The City shall bill Customer monthly based upon the rates, charges, surcharges, and fees for Service as provided in Exhibit B. 5.1.2. The billing period shall begin on the Operation Date or the Projected Operation Date, as provided in Exhibit A, whichever occurs first. 5.2. Taxes, Surcharges, and Fees. The City shall charge and Customer shall pay all taxes, surcharges, and fees including, but not limited to, any taxes imposed upon Customer's purchase of the Service that the City is required to collect and any surcharge or fee reflecting a portion of any tax, license, occupation, use, consumption,franchise fee or similar fee imposed by any federal, state, or local governmental authority on Service provided by the City,unless Customer is otherwise exempt from such obligations and provides proof thereof to the City. 5.3. Change in Law. The rates and charges for Service assume a continuation of present laws and regulations and the administration thereof in substantially the same manner as on the effective date of this Agreement. Should there be any change in any applicable law or regulation, or the administration or interpretation thereof by any governmental entity, the City may adjust the above charges in accordance with its ordinance provisions and applicable rate hearing, to reflect any change in costs associated with such change in the law including, but not limited to, changes in the City's labor, fuel, operating, maintenance, environmental, or other costs of providing the Service, and including the imposition of any new tax, fee, or surcharge from which Customer is not exempt. 6. METERING. 6.1. Supplier shall provide, install, operate and maintain: 6.1.1. Service lines connecting the Facility to the district chilled water System, in locations that are determined by Supplier to be convenient and practicable, up to Supplier's metering equipment; 6.1.2. Chilled water control and monitoring equipment as is reasonably necessary to measure and control Service to the Facility,including a control panel, control valves, flow meter, temperature and pressure sensors, and associated wire and conduit (collectively, the "Supplier Equipment" or"Metering Equipment"). 6.2. Supplier reserves the right to determine the location of any Supplier Equipment on the Facility, subject to Customer's approval, which approval shall not be unreasonably withheld or delayed. Supplier shall act reasonably in consultation with Customer with respect to any future relocation of Supplier Equipment. Should Customer request a change in the location of any Supplier Equipment after initial installation, any such change will be subject to Supplier's approval and will be made at the (00346877.3306-9001821) Page 9 of 25 Page 1383 of 1406 expense of Customer. Although Service will normally be supplied to the Facility through a single supply line and single return line, Supplier may install more than one Service line. All Service lines, heat exchangers and other Supplier Equipment shall remain the property of Supplier and shall not be considered a fixture on the property. 6.3. The Service valves, meters and electrical switches shall by operated only by personnel authorized by Supplier, except when necessary due to emergency circumstances that require immediate shutoff of Service; Customer shall notify Supplier immediately of any such emergency shutoff. 6.3.1. Customer, its agents and employees shall not authorize or knowingly permit any person, except Supplier's authorized personnel, to operate Supplier's equipment, break or replace any Supplier seal or lock, or to alter or interfere with the operation of Supplier's meters or connections, or any item of Supplier's Service equipment installed on Customer's property. 6.3.2. Customer shall be liable for any loss or damage caused by any equipment tampering or vandalism, unauthorized re-energization of Service lines or any other or unauthorized operation of Supplier's equipment on the Facility. 6.4. Customer Property. 6.4.1. Customer shall comply with the applicable requirements set forth in this Agreement. 6.4.2. Customer shall provide, install, operate and maintain all piping and other chilled water equipment, excluding the Supplier Equipment, that is necessary to receive Service at the Point of Service, utilize Service for cooling the building, and return Service at the Point of Service. 6.4.3. Supplier shall have no responsibility for any Service interruption that results from a defect, leak, breakage, malfunction or other condition of Customer-owned Service lines and equipment. Customer shall provide adequate space and clearance for the maintenance and safety of Supplier's facilities and equipment on the Facility and shall provide any necessary safety signage. 6.4.4. Customer shall provide and maintain a mechanical room on the Facility located against an exterior wall of the building at the foundation level. The mechanical room shall include: 6.4.4.1.Adequate clearance, unobstructed space, lighting and HVAC to protect all Service equipment and provide for safe maintenance and operation thereof, and 6.4.4.2.Electrical connections meeting the specifications set forth on in 2.3.9, which shall be provided and maintained in service at no cost to Supplier. 6.4.4.3.Customer shall provide Supplier with drawings of the mechanical room for review during development. The Supplier reserves the right to deny service when the (00346877.3306-9001821) Page 10 of 25 Page 1384 of 1406 mechanical room does not meet these minimum specifications or does not reasonably provide for the installation of Supplier Equipment. 6.4.4.4.Customer shall complete construction of the mechanical room no later than 45 days prior to the Projected Operation Date. 6.5. Throughout the term of this Agreement, the City will have, at the City's sole expense, the right to install and remove test meter(s) on Customer's property at locations approved by Customer, such approval shall not be unreasonably withheld;provided that such installation shall not materially affect the value of the Facility. 6.6. If Customer requests installation of any meter in addition to those determined to be appropriate by the City, Customer shall pay all expenses related to installation and shall pay a monthly charge for each such meter. 6.7. Testing. 6.7.1. Meters installed by either party hereto shall have an accuracy within accepted ANSI utility standards for such meters and shall conform to generally accepted engineering practices and standards applicable to utility metering. 6.7.2. At least once every year, the City shall test the flow and temperature sensing components of the City's meter(s)to confirm operation within manufacturer's specifications. If a test establishes that a City meter is not performing within the parameters established by the manufacturer's specifications, the City shall repair or replace the meter, at its option. 6.7.3. Customer may request an additional meter test of the City's meter at any time, provided that if the meter is found to be accurate, Customer will bear the cost of the test. Customer may also request that the City test Customer's meter(s), and in such event, the cost for such testing will be established by the City and paid by Customer prior to performing the test(s). 6.8. Bill Adjustments Based on Estimated Use. 6.8.1. If a meter is proven inaccurate, a billing adjustment shall be made from the date the meter inaccuracy began. 6.8.2. If the date any proven meter inaccuracy began cannot be determined, a billing adjustment shall be made (excluding any period of outage or other non-use of Service and taking into account price changes during the period)for one-half of the period between the date of the last prior successful meter test or recalibration and the date of the test disclosing the inaccuracy, but not for a period greater than six months. 6.8.3. If a meter fails to provide usable readings,the quantities of Service to be billed for such period will be estimated by Supplier based on best engineering practices,including one or more of the following: 6.8.3.1.Previous usage history, 6.8.3.2. 30-calendar-day system average, (00346877.3306-9001821) Page II of 25 Page 1385 of 1406 6.8.3.3.Comparable metered usage of other buildings, 6.8.3.4.Average daily use. 6.8.4. Customer shall pay for Service during such periods based on the estimated amount. All billings based on estimated usage shall be indicated on the bill as such. Customer may dispute such determination in accordance with the dispute resolution procedure provided in this Agreement. 7. PERMITS, EASEMENTS AND REGULATORY AUTHORITY. 7.1. Permits and Easements. 7.1.1. The City will use its best efforts to secure and maintain all necessary permits, easements, ordinances, and licenses over private and public property and any other approvals that may be required to construct and operate the district cooling System. The Parties agree that all obligations of the City to perform under this Agreement are contingent upon and subject to securing and maintaining all permits, easements, ordinances, licenses, and approvals referred to in the preceding sentence. 7.1.2. The City will have the right to terminate, without liability to the City, this Agreement in the event any such permit, easement, ordinance, or license is terminated for any reason. 7.1.3. Customer shall reasonably assist and cooperate with the City by allowing the running of service and distribution lines, as necessary, through Customer's property and by allowing the installation of all necessary equipment within and onto Customer's Facilities subject to Customer's prior review of plans or drawings. 7.1.4. The City shall provide Customer notice and coordinate the installation of the City's distribution lines, service lines and equipment. 7.1.5. Customer further agrees to execute such grants, deeds, or other documents as the City may require enabling it to gain access to and record access rights, easements, and licenses as appropriate. 7.1.6. Customer shall provide the City complete access to its premises as required for the City to perform its obligations under this Agreement. 7.2. Nothing contained in this Agreement shall be construed as divesting any applicable regulatory body of any of its rights, jurisdiction, powers, or authority conferred by law. This Agreement is expressly conditioned upon receipt of such regulatory approvals or authorization as may be required. 8. WARRANTIES AND REPRESENTATIONS. 8.1. Chilled water produced by the City and delivered to Customer under this Agreement is not potable,is intended only for typical HVAC applications, and shall meet the specifications set forth in Exhibit A attached hereto. No other warranties are applicable to this Agreement or to the Service provided herein. The City SPECIFICALLY DISCLAIMS ANY WARRANTIES, INCLUDING WITHOUT LIMITATION, THE IMPLIED WARRANTIES OF MERCHANTABILITY OR FITNESS FOR ANY (00346877.3306-9001821) Page 12 of 25 Page 1386 of 1406 PARTICULAR PURPOSE, OTHER THAN THOSE EXPRESSLY PROVIDED UNDER THIS AGREEMENT. 9. LIMITATION OF LIABILITY. 9.1. To the extent permitted by law, the City shall not be liable for any injury or damage resulting in any way from the use of the Service by Customer or by third parties except where injury or damage is directly attributable to the City's negligence. 9.2. The City shall have no responsibility within the Facility for environmental temperature comfort levels which are controlled and determined by Customer. Customer shall promptly notify the City in writing of any concerns about the quantity or quality of Service received. 9.3. Except as otherwise expressly provided for in this Agreement, it is specifically agreed and understood that neither party will be responsible to the other for any indirect, special, incidental, or consequential loss or damage whatsoever (including lost profits and opportunity costs) arising out of this Agreement or anything done in connection herewith, including but not limited to: 9.3.1. Customer's failure to accept, or the City's failure to deliver, Service at any time. 9.3.2. Any condition on the City's System or at Customer's Facility which is imminently likely to endanger life or property, unless it is held by a court of competent jurisdiction that the City knew or should have known about such condition. 9.3.3. The construction, engineering, repair, inspection, supervision, testing, protection, operation, maintenance, replacement, use or ownership of either party's equipment and/or Facility. 9.4. This Section shall apply whether any such indirect, special, incidental or consequential loss or damage is based on a claim brought or made in contract or in tort (including negligence and strict liability), under any warranty, or otherwise. 9.5. Nothing in this Agreement is to be considered as a waiver of sovereign immunity or limitation of liability of the City or Customer beyond any statutorily limited waiver of sovereign immunity or limits of liability which may have been adopted by the Florida Legislature in Section 768.28, Florida Statutes, or other State statute, and nothing in this Agreement inures to the benefit of any third party for the purpose of allowing any claim which would otherwise be barred under the Doctrine of Sovereign Immunity or by operation of law. 10. INDEMNIFICATION. 10.1. Except as limited in this Agreement, Customer hereby assumes all risk of and responsibility for, and agrees to indemnify, defend and hold harmless the City, its directors, officers, employees, and agents from and against any and all claims, demands, suits, actions, recoveries, judgments, costs and expenses (including without limitation reasonable attorneys' fees actually incurred, including all those incurred in all appellate actions), in connection therewith, made brought or obtained on account of loss of life or property, or injury or (00346877.3306-9001821) Page 13 of 25 Page 1387 of 1406 damage to the person or property of any person or persons, which arise out of or result from any negligent act or omission of Customer,its directors, officers, employees and agents in connection with the performance of its duties and obligations under this Agreement. 11. SUSPENSION OF SERVICE. 11.1. The City will endeavor at all times to provide a regular and uninterrupted Service on a twenty-four (24) hour a day basis in accordance with this Agreement. If Service is interrupted through its action or if Service is interrupted because of a failure of the City owned equipment, the City will make every reasonable effort to provide alternative service, at no additional charge to Customer, until normal Service is reestablished. The City shall have no liability for any Service interruption caused by Customer's actions or any failure of Customer owned or installed equipment. 11.2. In the event Customer's equipment, pumping, or piping is unsafe or not in material compliance with applicable laws, rules,regulations or ordinances, the City may immediately suspend the delivery of Service until the condition is corrected to the reasonable satisfaction of the City. 11.3. The City may suspend, without liability, Service, if necessary, to comply with any requirement of a governmental authority. The City will use its best efforts to provide prior notice in such cases and will use its best efforts to complete these services with minimal impact to Customer's Service. 11.4. The City may suspend, without liability, Service to maintain, repair, replace, or change its equipment on or off the Facility. Except in case of emergency, regular maintenance, repair, changing of equipment, or replacement shall be conducted at a time that will minimize the impact on Customer's ability to utilize the Facility. If such Service interruption is reasonably expected to exceed twelve (12) hours, the City shall provide alternative Service to Customer at no additional cost to Customer. The City will make reasonable efforts to schedule this work during times and for a duration that will allow for a normal operating environment. 11.5. Subject to the terms and conditions hereof, in addition to any and all other rights and remedies available at law or in equity,the City may suspend Service to Customer for a material default. In the event of suspension of Service by the City due to a material default by Customer, Service shall not be recommenced unless and until Customer shall: 11.5.1. Cure the material default; and 11.5.2. Pay all amounts due for Service supplied prior to discontinuance and the cost of disconnection and reconnection. 11.6. Notwithstanding any suspension of Service pursuant to this Section, Customer shall remain liable for the Capacity Charge for the Term of the Agreement unless otherwise expressly provided in this Agreement. 12. TERMINATION. 12.1. Termination for Default. 12.1.1. The City is in material default if: 12.1.1.1. The City fails to supply Service to the Facility(from the System or by any alternate service including, but not limited to, (00346877.3306-9001821) Page 14 of 25 Page 1388 of 1406 portable chillers) for a period of seventy-two (72) consecutive hours, and such failure is not otherwise excused under this Agreement; or 12.1.1.2. The City fails to comply with any other material provision of this Agreement. 12.1.2. Customer is in material default if: 12.1.2.1. Customer fails to pay any bill for Service rendered or other charges incurred under this Agreement in line with current Utility policy for late payment. 12.1.2.2. Customer fails to comply with any other material provision of this Agreement; or 12.1.2.3. Customer fails to comply with any other provision of this Agreement and fails to cure such provision within thirty (30) days after written notice of the default. 12.1.3. Either party may terminate this Agreement by written notice of termination for material default hand delivered to the other party or sent by certified mail return receipt requested. Upon delivery of such notice of termination, the defaulting party shall have ten(10) calendar days in which to provide the other party with a detailed plan to cure such material default. Upon receipt of any such plan, the terminating party shall review the plan and notify the defaulting party whether or not such plan has been approved. If the plan is approved, the defaulting party shall commence to cure the default within the time set forth in the approved plan for the default to be cured. A written notice to the defaulting party that (i) the plan to cure the default is rejected; or (ii) the defaulting party has failed to cure such default in accordance with an approved plan, shall constitute termination for default under this provision. 12.2. Termination for Convenience. 12.2.1.1. Customer may terminate for convenience if, at any time during the Term, a permanent cessation of Customer's business occurs. Customer may also convert the City's termination for material default into a termination for convenience as provided herein. In order to terminate for convenience, Customer must provide the City sixty (60) days written notice of its intent to terminate for convenience, and Customer must pay the City an amount equal to the present value of the remaining Contract Capacity payments for the Term of the Agreement. Said payment shall be one lump sum amount payable to the City in the form of a cashier's check, or other method of payment acceptable to the City, with such payment being made prior to the termination for convenience date. 12.2.2. The City may terminate this Agreement for convenience at any time, and without any further liability to Customer, by giving Customer twelve (12) months prior written notice. (00346877.3306-9001821) Page 15 of 25 Page 1389 of 1406 12.3. Termination for Bond Status. Upon written notice in advance to Customer,the City may terminate this Agreement, if the existence of this Agreement creates an adverse impact upon the City's tax-exempt bond status. Upon receipt of such notice, Customer shall have the right to review with the City and its bond counsel the reason(s)for the creation of such adverse impact and to determine, in concert with the City, whether the existence thereof can be eliminated by the amendment of this Agreement. In such event, the City shall, before the effective date of any termination, and if Customer so elects, negotiate in good faith with Customer to amend the Agreement to eliminate the adverse impact. Should the City become aware of any pending legislation or regulatory change which is likely to have an adverse impact upon the City's tax-exempt bond status due to the existence of this Agreement, the City shall promptly notify Customer thereof. Customer, at its sole cost and expense, may contest such legislation or regulatory action, including rights of legal challenge and appeal to effect elimination of such adverse impact, and the City shall support such activities of Customer at no cost or expense to the City. Notwithstanding the foregoing, the City retains the right to terminate this Agreement at any time if, in its sole judgment, this Agreement creates an adverse impact on its tax- exempt bond status; however, the City agrees not to terminate this Agreement until the latest reasonable date as determined by the City. 12.4. Removal of the City Equipment and Facilities. 12.4.1. In the event of termination for any reason, the City may enter Customer's Facility, at a reasonable time and upon giving reasonable notice, to cut and cap the City's piping at the Service supply valve and the return valve and to remove the City's equipment and facilities. Customer shall be responsible, at Customer's expense, for cutting and capping Customer's piping on either side of the City's Metering Equipment. Customer shall be responsible for any reasonable loss or damage to the City's equipment and facilities caused by Customer's cutting and capping. the City shall be responsible for any reasonable loss or damage caused by the City's removal of its equipment and facilities. Except as otherwise provided in Section 12.4.3, if the City does not remove its equipment and facilities within thirty (30) days of termination, or make other arrangements with Customer, then Customer may remove the City's equipment and facilities at Customer's own expense. 12.4.2. In the event the City terminates this Agreement due to Customer's default, or Customer terminates for convenience, the City may remove its equipment and facilities from Customer's Facility at Customer's reasonable expense and by giving reasonable notice. Customer shall reimburse the City, within thirty (30) days of written demand, for all documented reasonable costs incurred by the City associated with such removal. Alternatively, at its sole discretion, the City may abandon all or part of its equipment and facilities located within Customer's Facility with no further responsibility or liability for abandoned equipment and facilities. Rights to remove or abandon equipment and (00346877.3306-9001821) Page 16 of 25 Page 1390 of 1406 facilities are in addition to any other rights and remedies available at law or in equity. 12.4.3. In the event Customer terminates this Agreement due to the City's default, or the City terminates for convenience, Customer may require the City to remove its equipment and facilities from Customer's Facility at the City's reasonable expense and by giving reasonable notice. The City shall repair damage to Customer's Facility caused by the City's removal of its equipment and facilities. If the City does not remove its equipment and facilities within thirty (30) days of termination or such other time agreed to by Customer, then Customer may remove the City's equipment and facilities. The City shall reimburse Customer, within thirty (30) days of written demand, for all documented reasonable costs incurred by Customer associated with such removal. 12.5. Continuing Rights and Obligations After Termination. 12.5.1. Termination of this Agreement does not relieve either party from any obligations incurred under this Agreement prior to termination including,but not limited to, Customer's obligation to pay any amounts outstanding for Service supplied to Customer prior to termination. 12.5.2. After termination by either party, the City shall continue to have the right to access its distribution lines which may cross Customer's Facility and other property. 12.5.3. Indemnity obligations survive termination and the Term of this Agreement for events that occurred during the Term of this Agreement and prior to termination. 13. INSURANCE. 13.1. Customer and the City each agrees to maintain its own insurance or self- insurance for its own interest and expense. 13.2. This insurance or self-insurance includes, but is not limited to, workers' compensation, general liability (premises-operations), automobile liability, and all risk property damage for assets owned or in the care, custody or control of Customer or the City. 13.3. If any of the aforementioned insurance is purchased from insurance carriers, the purchasing party must obtain waivers of subrogation from its insurance carriers in favor of the other party, including the other party's employees, officers, directors, agents, successors and assigns. These waivers of subrogation will survive beyond the Term of this Agreement. 13.4. Customer agrees to provide the City with evidence of its insurance or self- insurance program in form and amount reasonably acceptable to the City. If Customer has insurance, Customer will have the City named as an additional insured. 14. FORCE MAJEURE. (00346877.3306-9001821) Page 17 of 25 Page 1391 of 1406 14.1. As used in this Agreement, "Force Majeure" means any event beyond the control of a party which results in the failure of some performance under this Agreement, including but not limited to the following: failure of facilities or equipment due to drought, flood, earthquake, hurricane, storm, fire, lightning, epidemic, war, riot, civil disturbance, sabotage, strike or labor difficulty, accident or curtailment of supply or equipment not caused or reasonably foreseen by the party; casualty to equipment or other unavailability of equipment or replacement equipment, inability to obtain and maintain rights- of-way permits, licenses and other required authorizations from any federal, state or local agency or person for any of the facilities or equipment necessary to provide or receive Service hereunder; and restraint, order or decree by any court or public authority. 14.2. Neither party shall be considered to be in default in respect of any obligation hereunder (other than the obligation to pay amounts due to the other party under or pursuant to this Agreement)to the extent such failure of performance shall be due to a Force Majeure event. The party affected by a Force Majeure event shall give written notice to the other party within five (5) days of the commencement of non-performance due to a Force Majeure event identifying the nature of the event, its anticipated duration, and any action being taken to avoid or minimize its effect. The non-performing party shall use reasonable efforts to remedy its inability to perform, but neither party shall be obliged to settle or resolve a labor difficulty or to hire substitute labor on terms unacceptable to that party. 15. PLEDGE OR ASSIGNMENT. 15.1. Except as herein provided, neither party may pledge or assign its rights hereunder without the prior written consent of the other party, which shall not be unreasonably withheld or delayed. 15.2. The City may, from time to time, may assign or pledge for the benefit of any lender, mortgagee and/or bond trustee, any or all of its rights hereunder, including its rights to receive payments. Customer shall cooperate as reasonably requested by the City to provide information in order for the City to secure financing and satisfy the City's lenders. 15.3. Upon prior written notice to the City, Customer may transfer and assign this Agreement to a purchaser of the Facility; provided that any and all assignees or successors in interest provide a written confirmation attesting to their agreement to the terms and conditions of this Agreement and their intent to abide and be legally bound hereby. If Customer fails to obtain said written agreement from any assignee or successor in interest, notwithstanding such assignment by Customer, Customer shall remain liable hereunder for the Term of this Agreement. 16. DISPUTE RESOLUTION. 16.1. Either party shall provide written notice to the other party within ten (10) business days of the occurrence of any claim, dispute or other controversy arising out of or relating to, or in connection with this Agreement(collectively (00346877.3306-9001821) Page 18 of 25 Page 1392 of 1406 referred to as a"Dispute"). Such notice shall provide a detailed description of the facts surrounding the Dispute in sufficient detail to identify the Dispute, its character and scope, any impact on the party initiating the Dispute, and any attempts by the initiating party to mitigate such impact. The initiating party shall provide to the other party documentation supporting its written notice within twenty(20)days of the initial written notice. Any Dispute not presented to the other party within the time specified herein and not documented within the time specified herein shall be deemed to have been waived. 16.2. Within ten (10) business days of receipt of a notice of dispute, the receiving party shall provide to the disputing party a written response. The parties should meet in an attempt to resolve the dispute prior to proceeding to the next step. If, after meeting, the parties are still unable to resolve the dispute, the parties shall follow the applicable contract dispute provisions in the City Purchasing Code, as amended. 16.3. The parties must attempt to resolve the dispute in accordance with the City Purchasing Code, and a decision must be rendered by the Procurement Appeals Board as a condition precedent to the party's instituting any other legal action. 17. NOTICES. 17.1. All notices provided for in this Agreement (other than notices designated for delivery to operating personnel,which shall be made in any manner reasonable under the circumstances), shall be made in writing and delivered in person or by registered or certified mail, return receipt requested, postage prepaid, addressed as follows: 17.1.1. To the City: City of Boynton Beach Utility Director 124 E. Woolbright Road Boynton Beach, Florida, 33435 17.1.2. To Customer: : 17.2. Notices shall be effective when received at the address specified above. Changes in the respective addresses to which such notice is directed may be made from time to time by written notice. 18. OTHER PROVISIONS. 18.1. Governing Law and Venue. This Agreement will be governed by and interpreted in accordance with the laws of the State of Florida. The venue of any legal action brought or filed relating to any matter arising under this (00346877.3306-9001821) Page 19 of 25 Page 1393 of 1406 Agreement will be exclusively in the federal and state courts sitting in Palm Beach County, Florida, having jurisdiction over such legal action. 18.2. Severability. The invalidity, illegality, or unenforceability of any provision of this Agreement, or the occurrence of any event rendering any portion or provision of this Agreement void, will not affect the validity or enforceability of any other portion or provision of the Agreement. Any void provision will be deemed severed from the Agreement, and the balance of the Agreement will be construed and enforced as if the Agreement did not contain the particular portion or provision held to be void. The parties further agree to reform the Agreement to replace any stricken provision with a valid provision that comes as close as possible to the intent of the stricken provision. The provisions of this section will not prevent the entire Agreement from being void should a provision which is of the essence of the Agreement be determined to be void. 18.3. Entire Agreement and Amendments. This Agreement, with all attachments and documents referenced hereto, constitutes the entire Agreement between the parties with respect to the scope of services and terms and conditions described herein and extinguishes and supersedes any and all prior agreements and any and all amendments and prior understandings between the parties with respect to same. Furthermore, there shall be no changes, modifications, or amendments to this Agreement except by written agreement signed by both parties and executed with the same formalities. 18.4. Nonwaiver and Remedies. Failure by either party at any time to require strict performance by the other party of any provisions hereof does not release that party from its obligations under the Agreement and does not affect the right of the party, thereafter, to enforce the same. Each remedy under this Agreement shall be cumulative and in addition to any other remedy provided by law. 18.5. Section Headings. Section and subsection headings appearing in the Agreement are inserted for convenience of reference only and will not be construed as interpretation of text. 18.6. Incorporation of Recitals and Appendices. The recitals, any appendices to the Agreement, and applicable federal, state and local laws, rules and regulations at the time of the Agreement's adoption, are incorporated into and constitute part of this Agreement. 18.7. Preparation of Agreement. Both parties acknowledge that they have had meaningful input into the terms and conditions contained in this Agreement; therefore, any doubtful or ambiguous provisions contained herein shall not be construed against the party who physically prepared this Agreement. 18.8. Execution in Counterparts. This instrument may be executed in any number of counterparts, each of which, when executed and delivered, constitutes an original, and such counterparts together constitute one and the same instrument. Signature and acknowledgment pages, if any, may be detached from the counterparts and attached to a single copy of this document to physically form one document. 18.9. Warranties. Each party represents and warrants that it is authorized to enter into this Agreement for the Service and to permit the System to be installed at the Facility, and that it has secured all necessary approvals for such action. (00346877.3306-9001821) Page 20 of 25 Page 1394 of 1406 18.10. Public Records and Sunshine Law. This Agreement and any related documents are considered public records under the "Public Records Law," Chapter 119,Florida Statutes, unless specifically exempted by law. Customer agrees to cooperate and comply with any request made for production of Public Records. Any meetings involving two or more members of the City at which official acts are to be taken are considered public meetings under the Florida "Government in the Sunshine Law," as contained in Chapter 286, Florida Statutes. [SIGNATURES APPEAR ON THE FOLLOWING PAGE] (00346877.3306-9001821) Page 21 of 25 Page 1395 of 1406 IN WITNESS WHEREOF,the parties hereto have caused this Agreement to be executed by their duly authorized representatives on the day and year first written above. WITNESS: CITY OF BOYNTON BEACH, FLORIDA By: Lori LaVerriere City Manager Form Approved: City Attorney By ,City Attorney WITNESS: By Its Approved as to form and legality Approved by: (00346877.3306-9001821) Page 22 of 25 Page 1396 of 1406 EXHIBIT A CONTRACT CAPACITY AND SERVICE SPECIFICATIONS Description of Facility: Name of Building(s): [ ] Projected Operation Date: [ ] Address: [ ] Contract Capacity. [ ] Tons Service Specifications: Typical Operating Pressure: [40] PSIG Design Supply Temperature: [45] Degree Fahrenheit. (The supply temperature may vary moderately during plant or Customer transitions.) Maximum Design Supply Temperature: [48] Degree Fahrenheit. Design Return Temperature: [57] Degree Fahrenheit (00346877.3306-9001821) Page 23 of 25 Page 1397 of 1406 EXHIBIT B CHARGES AND FEES FOR SERVICE (BASED ON RATES ESTABLISHED AND SUBJECT TO ANNUAL ADJUSTMENT BY CITY RESOLUTION) I. CHARGES FOR SERVICE A. INTERCONNECTION CHARGE: A Total Interconnection Charge of$[25,000] is due from Customer. The Customer agrees to provide an initial payment of$[ .Additionally,they agree to pay an Interconnection Charge of $[ monthly, for a period of [ ] months. B. CAPACITY CHARGE: The"Capacity Charge"is calculated monthly as the Monthly Capacity multiplied by the Capacity Rate, where (i) Monthly Capacity is the sum of the Contract Capacity and any Excess Capacity utilized during the billing period, in Tons; (ii) The Capacity Rate as of the Effective Date is $[30.00] per Ton and is adjusted annually each January during the term of this Agreement by increasing or decreasing the Capacity Rate then in effect by the CPI Adjustment; and (iii) The CPI Adjustment is based on the Consumer Price Index for All Urban Consumers (CPI-0: U.S. city average, all items index(CPI-U), and shall be the unadjusted percent change from January of the previous year, published by the U.S. Department of Labor, Bureau of Labor Statistics (or comparable successor index). C. CONSUMPTION CHARGE: The "Consumption Charge" is calculated monthly as the Monthly Consumption multiplied by the Consumption Rate, where (i) "Monthly Consumption" is the quantity (in Ton-Hours) of Service consumed during the billing period; (ii) The Consumption Rate as of the Effective Date is $[0.240] per Ton- Hour and is adjusted annually each January during the Term of this Agreement by increasing or decreasing the Consumption Rate then in effect by the Consumption Charge Adjustment; and (iii) The CPI Adjustment is calculated as described in Section B above; (00346877.3306-9001821) Page 24 of 25 Page 1398 of 1406 II. OTHER CHARGES A. RETURN TEMPERATURE ADJUSTMENT: Except as provided below, the Return Temperature Adjustment will be added to customer's invoice in any billing period in which the Weighted Average Return Temperature is less than the Designed Return Temperature. The Return Temperature Adjustment shall be calculated as the Consumption Charge multiplied by [12.5] percent for each degree, in Fahrenheit, that the Weighted Average Return Temperature falls below the Designed Return Temperature. For purposes of calculating the Return Temperature Adjustment: (i) The Weighted Average Return Temperature is the average temperature of chilled water returned by Customer and measured at the Point of Service during the billing period, weighted for volumetric flow rate(Gallons-per- Minute); and (ii) The Designed Return Temperature is provided in Exhibit A to this Agreement. The Return Temperature Adjustment will not be applied during the first three billing periods following the Operation Date. 111.OTHER ADJUSTMENTS B. SUPPLY TEMPERATURE ADJUSTMENT: Except as provided below, the Supply Temperature Adjustment will be credited to customer's invoice in any billing period in which the Weighted Average Supply Temperature is more than the Maximum Designed Supply Temperature. The Supply Temperature Adjustment shall be calculated as the Consumption Charge multiplied by [12.5] percent for each degree, in Fahrenheit, that the Weighted Average Return Temperature exceeds the Maximum Designed Supply Temperature. For purposes of calculating the Supply Temperature Adjustment: (i) The Weighted Average Supply Temperature is the average temperature of chilled water supplied to the Customer and measured at the Point of Service during the billing period, weighted for volumetric now rate (Gallons-per-Minute); and (ii) The Maximum Designed Supply Temperature is provided in Exhibit A to this Agreement. The Supply Temperature Adjustment will not be applied during the first three billing periods following the Operation Date. (00346877.3306-9001821) Page 25 of 25 Page 1399 of 1406 12.B. LEGAL 1/21/2020 City of Boynton Beach Agenda Item Request Form Commission Meeting Date: 1/21/2020 Requested Action by Commission: Approval of request for a private attorney-client session of the City Commission to discuss pending litigation in the following case: Renette Jean-Baptiste on behalf of Kevens Jean-Baptiste, a minor, Plaintiff, vs. Germaine Jones, and City of Boynton Beach, Defendants —Case Number: 9:18-cv 80740- Altman/Brannon, US District Court for the Southern District of Florida Explanation of Request: Pursuant to Section 286.011(8), Florida Statutes, the City Attorney is requesting a private attorney-client session of the City Commission to discuss pending litigation in the following case: RENETTE JEAN-BAPTISTE on behalf of KEVENS JEAN-BAPTISTE, a minor, Plaintiff, vs. GERMAINE JONES, and CITY OF BOYNTON BEACH, Defendants — Case Number: 9:18-cv 80740-ALTMAN/Brannon, US District Court for the Southern District of Florida In attendance will be the City Attorney James Cherof along with Assistant City Attorney Tracey DeCarlo, Assistant City Attorney Gal Betesh, City Manager Lori LaVerriere, a Court Reporter, the Mayor and City Commission. We will need approximately 30 minutes. The time and date of this private attorney-client session will be set at the January 21, 2020 City Commission meeting. How will this affect city programs or services? n/a Fiscal Impact: n/a Alternatives: Not approve attorney-client private session to discuss this litigation. Strategic Plan: Strategic Plan Application: Climate Action: Climate Action Discussion: Page 1400 of 1406 Is this a grant? Grant Amount: ATTACHMENTS: Type Description D Memo Memo requesting attorney-client private session to discuss litigation Page 1401 of 1406 CITY OF BOYNTON BEACH City Attorney's Office MEMORANDUM TO: Honorable Mayor and City Commission Lori LaVerriere, City Manager FROM: James A. Cherof, City Attorney DATE: January 10, 2020 RE: Request for Private Attorney-Client Session Pursuant to Section 286.011(8), Florida Statutes, I am requesting a private attorney-client session of the City Commission to discuss pending litigation in the following case: RENETTE JEAN-BAPTISTE on behalf of KEVENS JEAN-BAPTISTE, a minor, Plaintiff, vs. GERMAINE JONES, and CITY OF BOYNTON BEACH, Defendants — Case Number: 9:18-cv-80740-ALTMANBrannon, US District Court for the Southern District of Florida In attendance will be the City Attorney James Cherof along with Assistant City Attorney Tracey DeCarlo, Assistant City Attorney Gal Betesh, City Manager Lori LaVerriere, a Court Reporter, the Mayor and City Commission. We will need approximately 30 minutes. The time and date of this private attorney-client session will be set at the January 21, 2020 City Commission meeting. C:AProgram Files(X86)ANeevia.Com\DocconverterproATemp\NVDC\63DFB34C-13AB-48CF-8DBF-5EFE3E738063\Boynton Beach.19692.1.Request For Ex_Session_-_(Jean-Baptiste)_(012120).Docx Page 1402 of 1406 13.A. FUTURE AGENDA ITEMS 1/21/2020 City of Boynton Beach Agenda Item Request Form Commission Meeting Date: 1/21/2020 Requested Action by Commission: Discuss Local Septic Tank Inspection Program- February 18, 2020 Explanation of Request: How will this affect city programs or services? Fiscal Impact: Alternatives: Strategic Plan: Strategic Plan Application: Climate Action: Climate Action Discussion: Is this a grant? Grant Amount: Page 1403 of 1406 13.B. FUTURE AGENDA ITEMS 1/21/2020 City of Boynton Beach Agenda Item Request Form Commission Meeting Date: 1/21/2020 Requested Action by Commission: Discuss purchase and sale agreement for Nichols property - February 18, 2020. Explanation of Request: How will this affect city programs or services? Fiscal Impact: Alternatives: Strategic Plan: Strategic Plan Application: Climate Action: Climate Action Discussion: Is this a grant? Grant Amount: Page 1404 of 1406 13.C. FUTURE AGENDA ITEMS 1/21/2020 City of Boynton Beach Agenda Item Request Form Commission Meeting Date: 1/21/2020 Requested Action by Commission: Mayor Grant would like to invite the Central Palm Beach Chamber to a future Commission meeting to discuss their membership benefits- March 3, 2020 Explanation of Request: How will this affect city programs or services? Fiscal Impact: Alternatives: Strategic Plan: Strategic Plan Application: Climate Action: Climate Action Discussion: Is this a grant? Grant Amount: Page 1405 of 1406 13.D. FUTURE AGENDA ITEMS 1/21/2020 City of Boynton Beach Agenda Item Request Form Commission Meeting Date: 1/21/2020 Requested Action by Commission: Consider Vision Zero Resolution - TBD Explanation of Request: How will this affect city programs or services? Fiscal Impact: Alternatives: Strategic Plan: Strategic Plan Application: Climate Action: Climate Action Discussion: Is this a grant? Grant Amount: Page 1406 of 1406