Loading...
HomeMy WebLinkAbout6.i. MnDOT Municipal Cooperative Agreement Funding for Trunk Highway 3 (143rd to 145th) Street and Signal Improvements, City Project #421ROSEMOUNTEXECUTIVE SUMMARY CITY COUNCIL City Council Meeting: April 6, 2010 AGENDA ITEM: MnDOT Municipal Cooperative Agreement Funding for Trunk Highway 3 AGENDA SECTION: (143" to1451") Street and Signal Consent Improvements, City Project #421 PREPARED BY: Andrew J Brotzler, PE, Director of Pu i ' AGENDA NO. I , Works /City Engineer ATTACHMENTS: Resolution; Letter from MnDOT; APPROVED BY: Agreement RECOMMENDED ACTION: Motion to Adopt a Resolution Authorizing Entering into an Agreement with the Minnesota Department of Transportation for Trunk Highway 3 (143rd to 145th) Street and Signal Improvements, City Project 421 for a Lump Sum Payment and Authorizing the Necessary Signatures. BACKGROUND: As previously discussed with Council, the Trunk Highway (TH) 3 (143`d to 145`) Street and Signal Improvements project includes turn lane improvements to 143`d Street and signal improvements at 145th Street. The attached Cooperative Agreement outlines the responsibilities of MnDOT and the City for the construction, maintenance, and operations of the turn lane and signal system. The terms of the Agreement are consistent with other roadway and /or traffic control signal maintenance agreements for existing roadways and signals within the City. The Agreement has been reviewed by the City Attorney. SUMMARY: Staff recommends Council adoption of the above resolution. G: \ENGPROJ \421 \20100406 CC MNDOTCoopAgree143rd- 145thLumpSum.doc CITY OF ROSEMOUNT DAKOTA COUNTY, MINNESOTA RESOLUTION 2010 - A RESOLUTION AUTHORIZING ENTERING INTO AN AGREEMENT WITH THE MINNESOTA DEPARTMENT OF TRANSPORTATION FOR TRUNK HIGHWAY 3 (143" to 145th) STREET AND SIGNAL IMPROVEMENTS CITY PROJECT #421 IT IS RESOLVED that the City of Rosemount enter into Mn /DOT Agreement No. 96161 with the State of Minnesota, Department of Transportation for the following purposes: To provide for payment by the State to the City of the State's share of the costs of the grading, surfacing, traffic control signal systems, signing, and appurtenant construction and other associated construction to be performed upon, along and adjacent to Trunk Highway No. 3 from 145th Street west to 500 feet north of 143rd Street West within the corporate City limits in accordance with City - prepared plans, specifications and special provisions designated by the City as City Project No. 421 and by the State as State Aid Project No. 208 - 010 -007 and State Project No. 1921 -89 (T.H. 3 =001). IT IS FURTHER RESOLVED that the Mayor and the City Clerk are authorized to execute the Agreement and any amendments to the Agreement. ADOPTED this 6th day of April, 2010. ATTEST: Amy Domeier, City Clerk CERTIFICATION William H. Droste, Mayor I hereby certify that the foregoing is a true and correct copy of a resolution presented to and adopted by the City Council of Rosemount at a duly authorized meeting thereof, held on the 6th day of April, 2010, as disclosed by the records of said City in my possession. (SEAL) Subscribed and sworn to before me this 7th day of April, 2010 Notary Public My Commission Expires 1 -31 -2015 (Notary Stamp) Amy Domeier, City Clerk ��NtsOr4 T OF Minnesota Department of Transportation Metro District Office of State Aid 1500 West County Road B2 Roseville, MN 55113-3174 March 10, 2010 Mr. Morgan Dawley City of Rosemount 2875 1451h Street West Rosemount, MN 55068 -4997 Subject: Proposed Cooperative Construction Agreement No. 96161 City of Rosemount S.P. 1921 -89 (T.H. 3 =001) TH 3 from 1450' St. to 500 ft N of 143rd St. in the City of Rosemount S.A.P. 208 - 010 -007 City Project No. 421 Lump sum based on bid Dear Mr. Dawley: Office Tel: 651 - 234 -7760 Office Fax: 651 - 234 -7765 Attached are four copies of a proposed roadway /signal agreement between the City of Rosemount and the State of Minnesota. This agreement provides for payment to the city of the state's share of the costs of the construction to be performed by the city on TH 3 from 145th Street to 500 ft north of 143rd Street. The agreement also outlines the maintenance responsibilities of Mn/DOT and the city, and provides for payment to the state of the city's share of the state furnished materials; which are the cabinet and controller, and payment to the city of the state's share of the city furnished materials; which are the signal poles and heads. Kindly review the agreement and arrange to have it presented to the city council for their approval and execution. Please ensure that original signatures of the city council authorized officers are obtained on three copies of the agreement under the CITY OF ROSEMOUNT heading. The fourth copy is for the municipality's use and records. Also required for the agreement is a new resolution passed by the city council authorizing its officers to sign and execute the agreement. A suggested form of the resolution is enclosed with this letter along with copies of the agreement. Please provide original signature(s) and notarize three (3) copies of the resolution. Return these documents to our office along with the three (3) copies of the signed agreement. Please contact me if you have any questions or additional comments by telephone at 651- 234 -7776 or by e -mail at jim.m_ ers a dot.state.mn.us. An equal opportunity employer Mr. Morgan Dawley Page 2 March 10, 2010 Sincerely, Jim Myers Cooperative Agreements Project Manager Metro District, State Aid Enclosures: cc: Bob Vasek, Mn/DOT -Metro State Aid * Lynn Clarkowski, Mn/DOT -Metro Program Delivery Sheila Kauppi, Mn/DOT -Metro Program Delivery * Maryanne Kelly - Sonnek, Mn/DOT- Municipal Agreements Mike Gerbensky, Mn/DOT -Metro Traffic Engineering Chris Bosak, Mn/DOT -Metro Traffic Engineering * Al Espinoza., Mn/DOT -Metro Traffic Engineering * Buck Craig, Mn/DOT -Metro Permits Charles Rickart, WSB & Associates Rick Hauser, WSB & Associates Project File * Electronic copy only (hard copies available upon request) w/o attachments with attachments PRE - LETTING STATE OF MINNESOTA SERVICES DEPARTMENT OF TRANSPORTATION SECTION COOPERATIVE CONSTRUCTION AGREEMENT The State of Minnesota Department of Transportation, and The City of Rosemount Re: State lump sum payment for intersection improvement and traffic control signal system construction by the City on T.H. 3 Mn /DOT AGREEMENT NO. 96161 S.P. 1921 -89 (T.H. 3 =001) S.A.P. 208 -010 -007 State Funds ORIGINAL AMOUNT ENCUMBERED $289,900.00 AMOUNT RECEIVABLE (None) THIS AGREEMENT is made and entered into by and between the State of Minnesota, Department of Transportation, hereinafter referred to as the "State,, and the City of Rosemount, Minnesota, acting by and through its City Council, hereinafter referred tows the "City ". 1 96161 WHEREAS, the City is about to perform grading, bituminous surfacing and traffic signal construction and other associated construction upon, along and adjacent to Trunk Highway No. 3 from 145th Street West to 500 feet North of 143rd Street West within the corporate City limits in accordance with City - prepared plans, specifications and special provisions designated by the City as City Project No. 421 and by the State as State Aid Project No. 208 -010 -007 and State Project No. 1921 -89 (T.H. 3 =001); and WHEREAS, the City has requested participation by the State in the costa of the intersection improvement construction; and WHEREAS, the State is willing to participate in the costs of the intersection improvement construction.and associated construction engineering in a lump sum amount not to exceed $289,900.00 as hereinafter set forth; and WHEREAS, it is deemed to be in the public's best interest for the State to furnish a new cabinet and controller (State Furnished Materials) for the new traffic control signal system; and WHEREAS, the existing Traffic Control Signal System Maintenance. Agreement, No. 62009, between the State and the City, shall remain in full force and effect; and WHEREAS, Minnesota Statutes Section 161.20, subdivision 2 authorizes the Commissioner of Transportation to make arrangements with and cooperate with any governmental authority for the purposes of constructing, maintaining and improving the trunk highway system. 2 96161 IT IS, THEREFORE, MUTUALLY AGREED AS FOLLOWS: ARTICLE I - CONSTRUCTION BY THE CITY Section A. Grant of Limited Rights The State hereby grants to the City (and its contractors and consultants) the right to occupy trunk highway right -of -way as necessary to perform the work described in the State- approved plans, specifications and special provisions for the project designated as State Project No. 1921-89. This right is granted for the limited purpose of constructing the project, and administering such construction, and may be.revoked by the State at any time, with or without cause. Cause for revoking this right of occupancy includes, but is not limited to, breaching the terms of this or any other. agreement (relevant to this project) with the State, failing to provide adequate traffic control or other safety measures, failing to perform the construction properly and in a timely manner, and failing to observe applicable environmental laws or terms of applicable permits. The State will have no liability to the City (or its contractors or consultants) for revoking this right.of occupancy. Section B. Contract Terms The City's contract.with its construction contractor(s) must include the following terms: (1) A clause. making the State of Minnesota, acting through its Commissioner of Transportation, an intended third -party beneficiary of the contract with respect to the portion of work performed on the State's right -of -way; and (2) A clause requiring the State to be-named as an additional insured on any insurance coverage which the contractor is V 96161 required to provide; and (3) A clause stating that any warranties provided by the contractor, for the work performed on the trunk highway, will flow to, and be enforceable by, the State as the owner of such improvements. Section C. State Access; Suspension of Work; Remedial Measures The State's District Engineer or assigned representative retains the right to enter and inspect the trunk highway right -of -way (including the construction being performed on such right -of -way) at any time and without notice to the City or its contractor. If the State determines (in its sole discretion) that the construction is not being performed in a proper or timely manner, or that environmental laws (or the terms of permits) are not being complied with, or that traffic control or other necessary safety measures are not being properly implemented, then the State may direct the City (and its contractor) to take such remedial measures as the State deems necessary. The State may require the City (and its contractors and consultants) to suspend their operations until suitable remedial action plans are approved and implemented: The State will have no liability'to the City (or its contractors or consultants) for exercising its rights under this provision.. Section D. Traffic Control; Worker Safety While the City (and its contractors' and consultants) are occupying the State right -of -way, they must comply with the approved traffic control plan, and with applicable provisions of the Work Zone Field Handbook (http: / /www. dot. state. mn. us /trafficeng /workzone /index.html). All City, contractor, and consultant personnel occupying the State's 4 . 96161 right -of -'way must be provided with required reflective clothing and hats. Section E. State Ownership of Improvements The State will retain ownership of its trunk highway right -of -way, including any improvements made to such right -of. -way pursuant to this Agreement. The warranties and guarantees made by the City's contractor with respect to such improvements (if any) will flow to the State. The City will-assist the State, as necessary, to enforce such warranties and guarantees, and to obtain recovery from the City's consultants, and contractor (including its sureties) for non- performance of contract work, for design errors and omissions, and for defects in materials and workmanship. Upon request of the State, the City will undertake such actions as are reasonably necessary to transfer or assign contract rights to the State and to permit subrogation.by the State with respect to claims against the. City's consultants.and contractors. Section F. Contract Award and Construction The City shall receive bids and award a construction contract to the lowest responsible bidder, subject to concurrence by the State in that award, in accordance with State - approved City plans, specifications and special provisions designated by the City as City Project No. 421 and by the State as State Project No. 1921 -89 (T.H. 3 =001). The contract construction shall be performed in accordance with State - approved City plans, specifications and special provisions that are on file in the office of the City's Engineer, and are incorporated into this Agreement by reference. 5 96161 Section G. Documents to be Furnished to the.State The City shall, within 7 days of opening bids for the construction contract, submit to the State's State Aid Agreements Engineer at Roseville a copy of the low bid and an abstract of all bids together with the City's request for concurrence by the State in the award of the construction contract. The City.shall not award the construction contract until the State advises the City in writing of its concurrence therein. Section H. Rejection of Bids The City may reject and the State may require the City to reject any or all.bids for the construction contract. The party rejecting or. requiring the rejection of bids must provide the other party:written notice of that rejection or requirement for rejection no.later than 30 days after opening bids. -Upon the rejection of all bids pursuant' to this section, a party may request, in writing, that the bidding process be repeated. Upon the other party's written approval of such request, the City will repeat the bidding process in a reasonable period of time, without cost or expense to the State. Section I. Direction, Supervision and Inspection of Construction The contract construction shall be under the direction of the City and under the supervision of a registered professibnal.engineer; however, the State cost participation construction covered under this Agreement shall be open to inspection by the State District Engineer's authorized representatives. The City shall give the State Aid Agreements Engineer at Roseville five days notice of its intention to start the contract construction. I- 96161 Responsibility for the control of materials for the State cost participation construction covered under this Agreement shall be on the City and its contractor and shall be carried out in accordance with Specifications No. 1601 through and including No. 1609 as set forth in the State's current "Standard Specifications for Construction ": Section J. Completion of Construction The City shall cause the contract construction to be started and completed in accordance with the time schedule-in the construction contract special provisions. The completion date for the contract construction may be extended, by an exchange of letters between the appropriate City official and the State District Engineer's authorized representative, for unavoidable delays encountered in the performance thereof. Section K. Additional Construction, Plan Changes, Etc. All changes in the plans, specifications and special provisions for the State cost participation construction covered under this Agreement and all addenda, change orders and supplemental agreements entered into by the City and its contractor for State cost participation construction covered under this Agreement must be approved in writing by the.State District Engineer's authorized representative. Section L. Compliance with Laws, ordinances and Regulations The City shall, in connection with the award and administration of the construction contract and the performance of the contract construction, comply and cause its contractor to comply with all Federal, State and Local laws, and all applicable ordinances and 7 96161 regulations. with respect only to that portion of work performed on the State's trunk highway right -of -way, the City will not require the contractor to follow local ordinances or to obtain local permits. Section M. Right- of- Way,.Easements and Permits The City shall, without cost or expense to the State, obtain all rights -of -way, easements, construction permits and any other permits and sanctions that may be required in connection with the local and trunk highway portions of the contract construction. Prior to advance payment by the State, the City shall furnish the State with certified copies of the documents for those rights -of -way and easements, and certified copies of those construction permits and other permits and sanctions required for State cost participation construction covered under this Agreement. The City will convey to the State by quit claim deed, all newly acquired rights needed for the continuing operation and maintenance of Trunk Highway No. 3, if any, upon completion of State Project No. 1921 -89 (T.H. 3 =001) at no cost or expense to the State. The City is responsible for complying with and following Minnesota Statutes 216D.04, Subdivision la, for identification,.notification, design meetings and depiction of utilities affected by the contract construction. The City shall submit to the'State's Utility Engineer an original permit application for all City -owned utilities to be constructed hereunder that are upon and within the trunk highway right -of -way. 96161 Applications for permits shall be made on State form "Application For Utility Permit On Trunk Highway Right -of -Way" (Form TP2525). ARTICLE II - BASIS OF PAYMENT BY THE STATE Section A. SCHEDULE "I" A Preliminary SCHEDULE "I" is attached and incorporated into this Agreement. The Preliminary SCHEDULE "I" includes all anticipated- State cost participation construction items and the construction engineering cost share covered under this Agreement. Section B. State Cost Participation Construction The State shall, at the percentage indicated, participate in the following construction to be performed upon, along and adjacent to Trunk Highway No. 3' from 145th Street West to 500 feet .north of 143rd Street West within the corporate City limits under State Project No. 1921 -89 (T.H. 3 =001). The construction includes the State's proportionate share of item costs for mobilization and traffic control. 1. 100 Percent shall be the State's rate of cost participation in all of the turn lane construction. The construction includes, but is not limited to, those construction items as tabulated on Sheets No. 2 and No. 3 of the attached Preliminary SCHEDULE "I ". 2. 50 Percent shall be the State's rate of cost participation in the traffic control signal system construction. The construction includes, but is not limited to, those construction items as tabulated on Sheet No. 3 of the attached Preliminary SCHEDULE "I ". 01 96161 Section C. Construction Engineering Costs The State shall pay a construction engineering charge in an amount equal to 8 percent of the total cost of the State participation construction covered under this Agreement. ARTICLE III — PAYMENT BY THE STATE It is estimated that the State's share of the costs of the contract construction plus the 8 percent construction engineering cost share and a $24,321.70 contingency amount'is the sum of $289,900.00 as shown in the attached Preliminary SCHEDULE "I ". The attached Preliminary SCHEDULE "Ill was prepared using estimated unit prices. Upon receipt and review of the construction contract bid documents described in Article I, Section E. of this Agreement, the State shall then decide whether to concur in the City's award of the construction contract and, if so, prepare a Revised SCHEDULE "I" based on construction contract unit prices but not to exceed $289,,900.00. The contingency amount is provided to cover increased State costs when changing the SCHEDULE IIIII.from estimated unit prices to contract unit prices. After the following conditions have been met, the State shall advance to the City the State's full and complete lump sum cost share as shown in the Revised SCHEDULE "I": A. Encumbrance by the State of the State's full and complete lump sum cost share as shown in the Revised SCHEDULE "I ". B. Receipt by the State from the City of certified documentation for all of the right -of -way and easement acquisition required for State cost participation construction covered under this 10 96161 Agreement, and the approval of that documentation by the State's Land Management Director at St. Paul. C. Execution and approval of this Agreement and the State's transmittal of it to the City along with a copy of the Revised SCHEDULE "I° and a letter advising the City of the State's concurrence in the award of the construction contract. D. Receipt by the State of a written request from the City for the advancement of funds. The request shall include certification by the City that all necessary parties have executed the construction contract. ARTICLE IV - CONSTRUCTION DOCUMENTS FURNISHED BY THE CITY The City shall keep records and accounts that enable it.to provide the State, when requested, with the following: A. Copies of the City contractor's invoice {s} covering all contract construction. B. A copy of the endorsed and canceled City warrant or check paying for final contract construction, or computer documentation.of the warrant issued certified by an appropriate City official that final construction contract payment has been made. C. Copies of all construction contract change orders and supplemental agreements. 11 96161 D. A certification form, provided by the State, signed by the City's Engineer in charge of the contract construction attesting to the following: 1. Satisfactory performance and completion of all contract construction in accordance with State - approved City plans, specifications and special provisions. 2. Acceptance and approval of all materials furnished for the State cost participation construction covered under this Agreement relative.to compliance of those materials to the. State's current "Standard Specifications for Construction ". 3. Full payment by the City to its contractor for all contract construction. E. City Engineer certified copies of material sampling reports and of material,testing results for the materials furnished for the State cost participation construction covered under this Agreement. F. A copy of the "as built" plan sent to the State Aid Agreements Engineer. ARTICLE V - GENERAL PROVISIONS Section -A. Maintenance by the City /State Upon completion of the traffic control signal system construction, the City and the State shall provide for the proper maintenance of the traffic control signal system in accordance with the provisions 12 96161 of Traffic Control Signal System Agreement #62009 which is the current agreement for the signal system at this location. Upon completion of the storm sewer facilities construction, the City shall provide for the proper routine maintenance of those facilities, without cost or expense to the State. Routine maintenance includes, but is not limited to, removal of sediment, debris, vegetation and ice from structures, grates and pipes, repair of minor erosion - problems, and minor structure and pipe repair, and any other maintenance activities necessary to preserve the facilities and to prevent conditions such as flooding, erosion, sedimentation -or accelerated deterioration of the facilities. Upon completion of the City -owned utilities construction, the City shall provide for the proper maintenance of those utilities, without cost or expense to the State. Upon completion of the walkways construction, the City shall provide for the proper maintenance of the walkways, without Cost or expense to the State. Maintenance includes, but is not limited to, snow, ice and debris removal, patching, crack repair, panel replacement, and any other maintenance activities necessary to perpetuate the walkways in a-safe and usable condition. Section B. Additional Drainage Neither party to this Agreement shall drain any additional drainage into the storm sewer facilities to be constructed under the construction contract that was not included in the drainage for which 13 96161 the storm sewer facilities were designed, without first obtaining written permission to do so from the other party. Section C. Termination of Agreement Each party may terminate this Agreement, with or without cause, by providing the other party with written or fax notice of effective date of termination. The State'is not obligated to pay for services performed after notice and effective date of termination. Upon such termination, the City is entitled to payment for services satisfactorily performed under this Agreement prior to the effective date of.termination. The State immediately terminate this Agreement if it does not obtain funding from the Minnesota Legislature, or other funding source; or if funding cannot be continued at a level sufficient to allow for the payment of the services covered under this Agreement. Termination must be by written or fax notice to the City. The State, is not obligated to.pay.for services performed after notice and effective date of termination. Upon such termination, the City is entitled to payment for services satisfactorily performed under this Agreement prior to the effective date of termination, to the extent the funds are available. Section D. Examination of Books, Records, Etc. As provided by Minnesota Statutes Section 16C.05, subdivision 5, the books, records, documents, and accounting procedures and practices of each party relevant to this Agreement are subject to examination by each party, and either -the legislative auditor or the state auditor as appropriate, for a minimum of six years from final payment. 14 96161 Section E. Claims Each party is responsible for its own employees for any claims arising under the Workers Compensation Act. Each party is responsible for its own acts, omissions and the results thereof to the extent authorized by law and will not be responsible for the acts and omissions of others and the results thereof. Minnesota Statutes Section 3.736 and other applicable law govern liability of the State. Minnesota Statutes Chapter 466 and other applicable law govern liability of the City. Notwithstanding the foregoing, the City will indemnify, hold harmless, and defend (to the extent permitted by the Minnesota Attorney General) the State against any claims, causes of actions, damages, costs (including reasonable attorneys fees), and expenses arising in connection with the project covered by this Agreement, regardless of whether such claims are asserted by the City's contractor(s) or consultant(s) or by a third party because of an act or omission by the City or its contractor(s) or consultant(s). Section F. Nondiscrimination The provisions of Minnesota Statutes Section 181.59 and of any applicable law relating to civil rights and discrimination shall be considered part of this Agreement as if fully set forth herein. Section G. Agreement Approval Before.this Agreement becomes binding and effective, it shall be approved by a City Council resolution and executed by such State and City officers as the law may provide in addition to the Commissioner of Transportation or their authorized-representative. is 96161 ARTICLE VI - AUTHORIZED AGENTS The State's Authorized Agent for the purpose of the administration of this Agreement is Maryanne Kelly- Sonnek, Municipal Agreements Engineer, or her successor. Her current address and phone number are 395 John Ireland Boulevard, Mailstop 682, St. Paul, MN 55155, (651) 366 -4634. The City's Authorized Agent for the purpose of the administration of this Agreement is Dwight Johnson,- City Administrator, or his successor. His current address and phone number are 2875 145th Street West, Rosemount, MN 55068, (651) 423 -4411. THE REMAINDER OF THIS PAGE HAS BEEW INTENTIONALLY LEFT BLANK. 96161 IN TESTIMONY WHEREOF the parties have executed this Agreement by their authorized officers. STATE ENCUMBRANCE VERIFICATION individual certifies that funds have been encumbered as required by Minn. Stat. 55 16A.15 and 16C.05. By Date MAPS Encumbrance No. CITY OF ROSEMOUNT By Date By _ Title Date DEPARTMENT OF TRANSPORTATION Recommended for approval: By District Engineer Approved: By State Design Engineer Date Approved as to form and execution: By Contract Management Date COMMISSIONER OF ADMINISTRATION As delegated to Materials Management Division By Date 17 �� Oj I i ( ! � � I i ( 1 j C) 0 Im Cl 40 C) CD Co cli 0 C� Ct d WL m � ! � N N O N 4 OGpp 6M9 it f .� I C3 � °z� c �o A CO3 44 rn tn 44. El 0 0 ch C, A 0? 00 C-4 Qa �z o a Q .. ^a N �O�d O l0 O O I d O 0 dId I O vi O W O O O 0�0 O C�C'y yl O O C O O 6 O OIOi0 !yj;0;0. Old did 5! O O C5 d O O O d C O O O O O O 010 0 v1 `O 0 O o0 0 0 did 010 0 O O 0 d Vi 0 0 OIO co IO- O O OIL O O O O O O O Old O OI V O N i t- V O 00 yn •-+ I M O .. y1 M l t` O 1 Cn M' O "old C x' -- [ � m 1 0 \o O O �n O 00 [C I Cl y� 00 �o N O I O' Cll ."r O y ! '"I N -" M +n ' O M N I M cnii� I' Mj I O 'n V) t�� MI vi -{ M fV V -• NI l w O O O C 0 O 0 O 0 O 0 O C O 0 nlq O O O C'0 CIO O�OIO OIOjO 0 0 0 0 0 0 0 0 0 0 0 0 O 0 O C O q 010{0 O CIO CkO �ni0 0 O 0 C 0 O 0 W, U SraLy O OC W N yi 00 N N N O O -- O M y1 I t� I tt M! V I d �6 N C N M yi �O O tq \G N O N C N C � y'i j N P! (`I I O ! N y1 to O N O rl M � i i lam' ND O O O O O O O O OO O O O O O O d O O O O O d O O O O O O O O C� d O O O O O O O O O Cl O O O I O O Co O C O O O O N O O O O O O O O „y O O O d O �O d W) + •-+ M p V7 V1 O � t` V1 N + V$ t- O M 0 h O 0% r- O cis It O h C V1 N O O �O *A Cn t M 00 00 mt N N to N V1 O O M M M NC N .. C O ^' N. .-� I � •: N a ` I Nt,-t��Pxxx��P UUU z �� z xxxxPxxx U UUU UUU zaaa¢¢ UH�v,IE~ w.zcn a�¢¢ oa WCn&nww �.a v O N O AW a W > w CA 3 >3 a °z o� p�4QQ �2 a w Q y C4 w M v 3wQ o � �, ��.. cG �VaGoDOpOq�.�- zpv V) to �C7�W U UU�vO to C7 �p QW p >¢¢���`���A���w�¢ WWx� U ¢� ¢¢o 904 ¢3� >w w4 zA 03 °�a¢ �}�3]�yWVaaaWa��}WCcn F- o UX u W wl N cn w��.o ��vH o �w00000000o » »j » »VC7OCG�C7C�,..,a,GaJc. zAO¢¢ pw�a m55U a, y.E,,Uaa zqq t" 3° ztn� ° 0 0a >WW wW wu7W�WXWxWWxWwW aicai� oa,aC7(7,a tai �dQ z pU"'— C-)dOU ApUUQpU a4x�c��4ws�a4c a+ .• 0 Vl N 0 V1 0 In 0 VY C. V1 0 V1 v1 Co V1 in Co n a% 0 VZ CR 0 V) Cn 0 In .. Vl M V) . - O V7 t` O Wi N N •• 0 V) M 0 V) 0 Vi r, 0 V) n 10 V1 - "It W! N 0 �O N Co �O N 0 "O rl 0 �O d 0 . oo Cl . - 0 V. %D y1 N N In N O IO - O V) W R r: N o N N O N �f O .. N d O_ N d O N O_ N d O_ N N v O N . N O_ r N N .. N h _O N yi _O N h O -• N r: *- N N -+ N N fV M N N C 'D M N -� - d N ri O V1 N M O N N V O V1 N O h N �f O +n N d O V1 N O V1 N O V) N % 0 O to N %D O V7 N �O O to N N V1 N N .r d O cn Z c a ° II a v .. M O�O C) O O O CIO O O 01010 010 0 0 0 0 0 0 0 0 0 0 0 OI C> 0 0 0 0 T OI O 0 0 O O o C M 0 O N 0 00 00 0 0V CD 0 Vl C{ ,-; 0 O 0 0 0 O O 0 0 O O 0 OIO C) 0 0 O O 0 O O 0 C C v1 O O, O vl ; 0 CV T V1 cf r- 00 to O C- 0 kn r-I O 0 O to O lc ! N i ', 01; f`l T O � N I N �O V) -- .--� G; 00 10 OIM DD ! M M O O O O 0 •-; tr •-: Oi10 V1 I Olvl •.._• 1 N MIN N r i d� ' 00 : to Q U O O -n t-{ C) 0 40 0 0 0 0 0 0 0 a�0 0 1 0 O O O O O O (D O! C> O 0 0 0 to {O 10 O O O O to N 01 V1 knI0 N w tn�0 N V. 1 O vt O O }O to o O ¢ �? I N C .. � 00 0M0 N - O O O O V) O O O a fV G O 4 O VN i V, NI w N O C I a d s N - - • �O ' Ln a CO I i M O O d 0 0 0 0 Co t` V1 0 to 0 to 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 O V1 1* � N ON b M W 00 Cq N 1� to O h Vt N O N � O d� O d' t7� N ON N N �--� N ^" 0 V 0 V 0 O � � 1 COO I i CA aooa¢aa.aa iu�iw��a M cn A 00 Cl`. n w n � 0 co zz A En `F z w� w 0 . � ��,. ¢ oAZ 00 AO a w z ZO .CA o as C4 y >01 t a CA d 0`aw o ¢ zcn OO�w �H�o�, C7C7wv,�,o Ux �w a www ¢¢¢.`�aa aa33 oo o � ��°��caocQi Aw C�0A �°�° E, aHwa¢UUVV��a� UU Aa zOa 4 „� rn.�.���vv cn�C za ONE p � to p U= tq �000xo�d�d� U zzZ04 U U I- Q w x� F'OA A » ¢¢¢_ W w >mAoCGUcncncnAO p O o4 04 0 0 0 0 `" >• F _ �N000 la. t-+cn W4WEnCnMA40<. -o - e� W !r O Vi o \O 0 V1 0 V1 N d, V i o0 lO t� 0 v1 ll6 r+ O NO M vl -+ V1 - O 1.0 N O In O M v1 to 0 v1 M 0 �q + 0 vl 0 v1 r 0 IA N 0 v1 N 0 Vi N 0 VI N 0 Vi N 0 Vl N to O N 0 vl N 0 v1 M 0 v1 W r-I - N to •-+ N Vt -- M h M . •� M to •+ M to M M to et h v� M 10 Vt �} �O to Vt 1D Vl h 1D N M t- Vt M" t- Vt (- to O 00 V1 N 00 In N 00 to N 00 In N 00 Vl N 00 tn N 00 to N 00 In N 00 to N 00 Vl N 00 to N 00 to N 00 N N N N N 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