Loading...
Resolution 097-1985 Jeff Fisher, Director Extension Service Office RESOLUTION NO. 097 -1985 A RESOLUTION OF THE BOARD OF COUNTY COMMISSION- ERS OF MONROE COUNTY, FLORIDA, AUTHORIZING THE MAYOR AND CHAIRMAN OF THE BOARD OF COUNTY COMMISSIONERS OF MONROE COUNTY, FLORIDA, TO EXECUTE AN AGREEMENT BY AND BETWEEN THE BOARD OF COUNTY COMMISSIONERS OF MONROE COUNTY, FLORIDA, AND THE STATE OF FLORIDA DEPARTMENT OF NATURAL RESOURCES CONCERNING THE BOATING IMPROVEMENT FUND PROJECT KNOWN AS LAKES CHANNEL MARKERS II. BE IT RESOLVED BY THE BOARD OF COUNTY COMMISSIONERS OF MONROE COUNTY, FLORIDA, that the Mayor and Chairman of the Board of County Commissioners of Monroe County, Florida, is hereby authorized to execute an Agreement by and between the Board of County Commissioners of Monroe County, Florida, and the State of Florida Department of Natural Resources, a copy of same being attached hereto, concerning the boating improvement fund project known as Lakes Channel Markers II. PASSED AND ADOPTED by the Board of County Commissioners of Monroe County, Florida, at a regular meeting of said Board held on the 12th day of April, A.D. 1985. BOARD OF COUNTY COMMISSIONERS OF MONROE COUNTY, FLORIDA \'s"~~--; ~~ __ ~ By "- ,- C . ayor airman / (Seal) Attest: DANNY L. KOLHAGE, Clerk //) ,. ~. I//;~Y:: i< '~L{;(;cveu {/', ifer'~I~; k;/ AP"'~OV: D AS TO FOHM AND /~ L. SUFFlCli;;C()1~ --L--L.,(L.~ ~t' t BY Attorney's Office STATE OF FLORIDA DEPARTMENT OF NATURAL RESOURCES AGREEMENT NO: t 2. 77 D FLORIDA BOATING IMPROVEMENT PROGRAM DEVELOPMENT PROJECT AGREEMENT The State of Florida Department of Natural Resources, hereinafter referred to as the DEPARTMENT, and MONROE COUNTY. I h~~eina~ter referred to as the COUNTY, in pursuance of an approved recreational boating project-;-hereby agree to the following. -"--'_.. .~-_._~- terms and conditions: 1. This agreement shall be performed in accordance with Chapter 127.28, Florida Statutes, and Chapter l6D-5, Part III, Florida Administrative Code. 2. The COUNTY agrees to implement the recreational boating improvement project known as LAKES CHANNEL MARKERS II (FBIP proj ect No. B85004 ), and as described in the proj ect 'application ap?roved by the DEPARTMENT and attached to-this agreement 'as EXHIBIT A. 3. The COUNTY agrees to begin the project on or before June 15, 1985 , and complete the project on or before ,Tllnp 1 c; 1 qRh If the project is not begun by the specified ,date. the COUNTY agrees to return to the . DEPARTMENT, any unexpended funds which may have been advanced to the COUNTY including any interest accrued on the funds while in the possession of 'the COUNTY.' If the project is not completed by the specified date, the DEPARTMENT may withhold further payments, and deny any further requests 'for project approvals until the project has been completed _ .. 4. The COUNTY shall provide the DEPARTMENT quarterly progress reports on the project, specifying the percentage of completion of each project element. 5. The DEPARTMENT agrees to obligate and make available to the COUNTY the approved project amount of $ 14,377.52 to be used for the project authorized by this agreement. The funds will be released by the DEPARTMENT in installments and upon request by the COUNTY. Page I of 4 . I " 6. Payment request and expenditure documentation shall be submitted in accordance with the FBIP Grants Accountability Policy attached to and made' a part of this agree~ent as EXHIBIT B. , I The DEPARTMENT may withhold requested installments if previously released funds have not been properly expended. 7. The DEPARTMENT and COUNTY understand and agree that there shall be no reimbursement of funds by the DEPARTMENT for any expendi ture mad,e prior to the execution of the agreement with the --~,._._._.. exception of $', 177.52 for the following: Bid advertising 8. The COUNTY agrees that the project when completed will be operated and maintained In satisfactory condition for public recreational boating purposes for twenty five (25) years from the date of project completion. The COUNTY further agrees to return to the DEPARTMENT all funds tendered for the project in the event , '. the project becomes utilized for other than boating related purposes during this periQd. 9. Following ~eceipt of an audit report identifying any reimbursement due the DEPARTMENT, the COUNTY will be allowed a maximum of sixty (60) days to submit additional documentation to offset the amount identified, or to return the amount due. 10. If i,t becomes necessary for the DEPARTMENT to demand a refund of any or all funds tendered pursuant to Paragraph 5 of . . this agreement, the COUNTY agrees to return said funds to the DEPARTMEN~ within sixty (60) days. If not returned within sixty days, the COUNTY understands and agrees that any further COUNTY requests for funding from the DEPARTMENT shall be denied until the funds have been returned. 11. The DEPARTMENT reserves the right to inspect the project as well as the right to audit any and all financial records pertaining to this project at any reasonable time. This contract can be unilaterally cancelled by the. DEPARTMENT should the"COUNTY refuse to allow public access to all documents, papers, letters Page 2 of 4 . . or 6ther material mau~ ~r receiveq in conjunction with th 1tract pursuant to the provisions of Chapter 119, Florida Statutes. 12. For any year in which this contract extends beyond the end of the DEPARTMENT fiscal year (June 30), performance by the DEPARTMENT under this contract shall be subject to and contingent , , upon the availability of monies lawfully appropriated to the DEPARTMENT for the purpose of this contract and program. 13. The COUNTY agrees to hold the DEPARTMENT harmless from any liability o~ claim that-may-result from the implementation of the project or, f~omalleged negligence in maintenance or operation, to the extent allowed by law. 14. If at any time a user fee system is implementedfor.any of the facilities funded under the' Florida Boating Improvement Program, such,fees shall be imposed unformly, regardless of the political jurisdiction in which the user may reside. IS. For the purpose of this contract, ChrysSullivan, 'Grants ~pecialist-, or successor is designated as the DEPARTMENT ,Contract Manager and shall be responsible for insuring contract performance, approving al~ payments prior to payment, and serving as liaison with the COUNTY. 16. The following special terms and conditions are included in this agreement: . Within 60 days after receipt of payment request, the Contract Manager shall delegate to DNR staff any required site inspections to examine work accomplished, and shall review subm~tted project documentation and, if complete and in order, approve the request for payment. 17. This agreement shall become effective on the date of signatur~ by the Executive Director of the DEPARTMENT or his assignee. Page 3 of 4 IN WITNESS THERETO, the parties hereto have causec.. _u_se presents to be executed by the qfficer or agents thereunton law- fully authorized. EXECUTIVE BOARD OF THE DEPARTMENT OF NATURAL RESOURCES Attest: By: Elton J. Gissendanner Executive Director Its Agent for this Purpose ....----. ----............._r. .._~~ Effective Date: BOARD OF COUNTY COMMISSIONERS Attest: By:' Its Agent for this Purpose ~D@~ ,DNR ntract Administrator ~Q DNR ., Page 4 of 4 " , I ST~TE Of fLORID~ DEP,\r-T:-C:::NT OF ~IT,TUI~\L RESOlJP.CES F1o~ida Soating Improvement Progr~m ?~oject ~Dplication p~oject Identification 1. Types of Project: Acq~isition Development x Planning Launch Site New. For Office Use Only Date Received ~/s-IFS'-- 't), - \ Project Nu:nber f,) ~\jC-C;:'t- Docking Facility Expansion Channel :-1ar:dng Renovation x Other - (specify) County Honro.e 2. project Title: Lakes Waterway Modifications (PhtlJe. ^) 3. Project Location: "Lakes" passage Key West to Boca Grande, Key West, FL 4. Brief Description of Project: to improve and modify existing channel markers with additional markers 5. Grant Requested: $ 14377.52 Source of Other Funds: $ 0 Estimated Total Project Cost $ 14377.52 6. Applicant Identification: Applicant County: Monroe Located in,City of: Key West, FL (if applicable) Liaison Agent : Jeffrey A. Fisher Appointed Representative of Monroe Name of County County, Board of County Commissioners Address: ..Monroe County Boating Improvement Fund P. O. Box 2545 Key West, FL 33045 7. Signature: 305/294-4641 x 160 .- rl;/h~~ .~ / - /L{- ~S- Phone No. Date: " I 1 s ~ .; : ::: -' :. :'" -r ~ -: - ~ .... __'....,I!,,__.... ::?:'-::~I.:'~.~:;:' CF ~;4:"~':'t;l;.: ?"':::30C::.I:::::; ::''"'''-.;-=~ - --- -"'-- ~ ' =.02.-:':''::-:; ;_......--,..:::jI""'""~'I"""'I- _...':"_-.....,J' _.._....'- ? :-~S'= 2-~ ~-~~~r- ~--,~-~-~~~ __-...J'___ _.......J____.......___.... ::J = C e'le 1::;:;:: 2:'..':' 1 - . 0',..r:: :2 = S :: ~ ? ,...:: '-'- - ' =:'~2: ='2.:'2=2.: 5::2.-:2 x - . __CC2..:. 2 . ......,-....._"'! -....... _...::.~ :::.s~2.=.2--:'2-==' C::s-:,: $ 14500 3. r;:::.::: e 2.':: C. ":"-.....:-'=t~cr _.::J '-_._ ___ C:l S ~-'S:: ;J,.=:::::c s ec. I:e"le.l.a E=-::'.e:: t (:3 :! .......... .:-~~ 1....._ -i : ?. c.:. 2.':" -:..." '" ..a . Gr.:":. a= 2..."1c/ or ~'!2=.S~9 ?29t: =:.s-:~::2. ~;d Cos-.: Q1.:.2...r..-'::"-:'Y S!?ec:...::.r 2.::C Contractor I Frank Keevan and Son I I , I 64.52 I I 80.00 , /14377.52, , , ; I 14200 I I key West Citizen INewspaper ads for Notice of '-Call for Bids I INews a er ads for Notice of Call for Bi s INewspaper ads for Notice of Call for Bids ~ (10% m 2 X::"::: '.lW ) 33.00 --.-- I I e noter geporter ., -~ I C..........~ ~ge,.,c.,' . -.. '--. ...... 1m.........::> 1 - - '--- 4. ~y?e 2.~d Stat~s 0= ~eq~=ed Pe~its, 3asene~t:s ar ~e=.ses T'I;;e: Coast Guard Stat-..:.s ok '5. ~e~i=9d Attac~e~ts a. vicini:.y ma? enclosed 'b. S~..o .1..- develop~ent plan N/A c. coo;es or' re~';""er ""'e...-....;..- _ ~ _ '"':. -....- .- ~ .....---- l.-..:l I stati::g none az-e ',requi=ed easa~ents or leases or letters enclosed d. p=00f of count.y/local owne=shi? or et...~e= :o=:n af S:..t9 central N/. e. P=e-cons~=uc~iOG ce=ti:icat~cn ( . - , - -.. ap91ic2.;:2.e) enclosed * *UNITS include: Boa t .~af.1::J E'loaciny Dock Per:Tlanent Dock Slips Hoists Rest Rooms Palkinq ;y' aCe r :'1 a y S i g n s ( 5 a f e t y, R:3 g. , Channell Navaqational ~arkin~s Dredging Nav. Channels Utilities (Sewer, Elect.Water) Landscaping r1ccess .C?oads Liqhtir.q ~ .c ...n.:..O. C:;? ~:-IJ3: " , " FLORIDA BOATING IMPROVEMENT PROGRAM 'Grants Accountability Policy I. Purpose and Accountability This grants accountability policy establishes uniform guide- lines and procedures to be utilized to account for grants funds disbursed by the Department of Natural Resources under the Florida Boating Improvement Program. It sets forth principles for deter- ---mining eligible program costs, supporting documentation, minimum ~~~----~-"- reporting requirements and applies to all project sponsors re- ceiving funds through the program. Waiver or modification of the eligi?le costs, supporting documentation or reporting req?irements may be made by the Department's Executive Director, or his designee, . provided that the approval -for any such changes shall be evidenced by an,appropriate provision in the project agreement, or amendment thereto. II. Disbursement of Funds Grant'funds shall be disbursed by the Department directly.. - to the project sponsor in accordance with good cash management principles. A maximum of five payments may be requested for a single project. The initial payment may be advanced to the County, however, the amount advanced shall not exceed the " expected cash needs for the project within the initial three months. Thereafter, progress payments shall be made on a reimbursement basis. A retainage of 10% of the grant amount shall be reimburseed upon documented completion of the project. For completed prbjects approved for retroactive funding, the total project amount will be reimbursed upon documentation , of eligible expenses. III. Contract Classification Program project agreements are defined as Actual Cost con- contracts whereby sponsors are reimbursed for eligible project costs incurred in accomplishing the project required by the Department. ,\,D ~~'o\J( , ,/ . I IV. Purchases of Goods and/or Services All purchases of goods and/or services for the accomplishment of the project shall be negotiated, at a minimum, in accordance with the provisions of Chapter 287, Part I, Florida Statutes and related Rules of the Florida Administrative Code in effect at the time such purchases are made. v. Eligible and Ineligible Costs Eligible project costs include only those items necessary and reasonable ,for the design'and construction of a specific' project, and be directly allocable to the project pursuant to the State laws, rules and regulations. Costs must be incurred and work perf~rmed within the project period except for preagreement costs specifically identified in the project agreement. The following paragraphs identify eligible and ineligible costs for payment under the program: 1. Contractual Services a. Eligible - Costs of work performed by private or independent contractors that is directly related ,to the accomplishment of the project. b." Ineligible - Costs for work performed by contractors pursuant to cost-plus or contingency fee contracts. 2. Materials and Supplies a. Eligible - All costs of materials and supplies con- sumed or expended in accomplishing tpe project in- cluding direct purchases as well as withdrawals from grantee's stock. b. Ineligi~le - Costs of small tools, construction equipment, boats, motors, clothing or uniforms, office supplies, law enforcement and safety equipment, operating expendables or replacement parts for grantee owned equipment. 3. Salaries and Wages - Ineligible. 4. Employee Benefits - Ineligible 5. Equipment a. Eligible- Actual cost incurred ~or the rental of equip- ment by the grantee from iI1depen,~~nt sources for the , \ r. ~,;. ~'"~''' 'D , .. . . ,'I I, .~ - \, ...., .... ! \ ',\ ... .. " Ii I, time such equipment is used or required to be available to accomplish the project. b. Ineligible - Use of grantee owned equipment. 6. Travel and Per Diem - Ineligible. " 7. Indirect Costs HInelig ible . VI. Supporting Documentation 1. Contractual Services - Services provided for project sponsors by private or independent contractors shall be evidenced by formal agreements or"contracts executed by all appropriate " parties specifying the exact terms and conditions. Competi- tive bid specifications and actual bids received shall be maintained by the project sponsor. Appropriate records (i.e. contracts or invoices, cancelled checks, etc.) shall be main- tained by project sponsors to support work and/or services performed through contractual services. 2. Materials and Supplies a. Direct Purchases - Vendor invoices shall be maintained " that include a description of the items and quantity purchased, unit cost and total cost, less applicable discounts. Invoices shall also contain the delivery date and signature of a project sponsor employee assigned to work on the project along with a description of the general use for such materials or supplies. Purchase orders, requisitions, cancelled checks and. competitive bid documentation as applicable, shall be maintained as evidence of payment for such purchases. b. Project Sponsor Stock - Materials or supplies taken from a project sponsor's stock or inventory shall be supported by material requisitions or other job order/project cost records signed by the storekeeper and the project sponsor employee assigned to work on the project. These source documents shall describe items in detail and identify the general use of such materials based upon the project sponsor's normal method of inventory evaluation. No warehouse or overhead charges by the project sponsor shall be allowed. ,/ 3. Real Property - Appraisals or other documentation as required by the Department shall be maintained and submitted for re- view to support values established for purchased real property. VII. Billing The Project,sponsor shall submit the program reimbursement request form, DNR Form 42-065, to the Department. This payment req~est form shall be accompanied by the documentation or schedules specified below for those~costs that-are to be made direc~ly to the project sponsor upon approval of the Department's project adrninis- trator and Office Chief or Division Director. I. Contractual Services - The Contractual Purchases Schedule, DNR Form 42-062, shall accompany payment requests for re- imbursement of contractual purchases. The contractor's name, check or voucher number, cpst and general descrip- tion of work performed shall be reported to the Departmen~. 2. Materials and Supplies. a. Direct Purchases - The Direct Material Purchases Schedule, DNR Form 15-034(16), shall accompany payment requests for reimbursement of direct material purchases. The vendor's name, check and voucher number, cost, and general description of items purchased shall be re- ported to the Department. b. Project Sponsor Stock - The Grantee Stock Material Cost . . Schedule, DNR Form 15-035(16), shall accompany payment requests for reimbursement of materials utilized from the proj~ct sponsor's stock or inventories. The material requisition data and number, general descrip- tion or materials used and applicable cost shall be reported to the Department. 3. Real Property - A copy of the closing statement, warranty deed and title insurance shall be submitted. VIII. Alternate Billing Procedures. a. The project sponsor may request advance written approval of the Department's proj ect administrator to ,s_~bmi t 'other available accounting records in lieu of the 'specif~ed Department forms, ",\.. ~>:\ I\: '\ . .. u ," \ \ ~. I.' . .... i 1/ .. , I provided such alternate records contain the same detailed information as required above in Section V. b. The proj~ct sponsor may request advance written approval of the Department's project administrator to engage independent 'Certified Public Accountants to provide a review and compila- tion of project costs presented in the same general cost categories as contained on the reimbursement request form, DNR 42-065. Such statements shall be accepted in lieu of the other specified Departnrent forms".required above for -Section V, only if payment requests are withheld by the project sponsor until completion of the project and submitted with the CPA's \ report. The additional cost incurred by the project sponsor for this alternate billing method shall not be eligible for reimbursement. IX. Services Provided by Affiliated Agencies. If services are obtained or materials purchased from subunit~ or divisions of the project sponsor, such costs shall be supported and billed in the same manner as required for the project sponsor and reimbursement shall be requested by and made to the project sponsor by the Department. X. Record Retentions and Audits. (1) Financial records, supporting documentation, statistical and " all other records pertinent to this contract shall be retained for a period of three years, except that such records shall .. be retained until final resolution of matters resulting from any litigation, claim, or audit that started prior to the expiration of t~e three year retention period. The retention period commences from the date of the submission of the final expenditure report, or for annual renewable grants or con- tracts, from the date of submission of the annual financial status report. (2) All records of the project sponsor in support of the project cost included in payment requests shall be subject to review by the Department, the Auditor General, Comptroller, or others who may be authorized to audit the records of the Department which involves the project sponsor. I " I XI. Forms. Described below and attached are grant forms available to the project sponsor from the Department. Copies may be obtained from the Department. There is no cost involved in procurring any of the,se forms: DNR 42-066 .................. .... Florida Boating Improvement Program Payment Request Form DNR 42-065 . ... ... ............ ... Direct Material Purchases Schedule DNR 42-064 .. ... ........... ...... Project Sponsor Stock Material Cost Schedule DNR-42-062 . . . . . . . . . . . . . . . . . . . . . . Contractual Purchase Schedule . . . . ,',.'\ \ ,~.. , ' ., :..\ '. ~:~, ;\ ' .\.... '- . ARTMENT OF NATURAL RESOURCES FLORIDA BOATING IMPROVEMENT PROGR~ GRANT PAYMENT REQUEST PROJECT NUMBER: ( ) Final ) Reimbursement Total to Date This Request Pre-construction Expenses Contractual Services Maberials and Supplies Other Eligible Expenses Total $ $ FBIP FUNDS REQUESTED: FBIP FUNDS REQUESTED: $ Amount of Grant $ FBIP Funds Previously Disbursed ( Balance ,Available FBIP Funds Requested This Payment Balance 'Remaining ( ) Certification for Reimburesement: I certify that the above expenses were incurred for the approved project and that the progress of the project is consistent with the amount requested. Project Administrator Date Fin~ncial Officer Date Reviewed and Approved: DNR Contract Manager Date Chief, Otf~ce of Rec. Services Date DNR 42-066 ., , r . ~ ,0 't:I /"'{ n, ~ . 'z HI CD CD '''. ;:0 " 0 '0 11 I..J. 0 rt 'CD 11 1-" I~ . lJ1 .t.. () ..- rtHl rt '. CD 1-" 'I N o.() CO I >' OJ NO 0. OJ rr 0\ 3 0' 1-" ::: .to 1-" 0 0 OJ ::l, < ::l rt 1-'- ro .. ro U) 11 rr ~ 1-" 11 ro H OJ OJ 11 I-' rt ro :r 0 ro '):j 11 C 11 ro U) (l) (l) 0" C o.~ 1-" Ul 1-" () Z 1-" ::l ro c rt 11 3 1-" OJ rt 0" 0 () 1-" ro ::l () HI 11 00 0'< 1-" 1-" 3. < ~ '"0 r1' 1-" I-' ~,::T Ul 1-'- I-'.OJ I-"::l Ul rr 01.0 - ::l oJ I-'.rr '" ::l ::T ro 1.0 ro t-l GJ rr3 1-'-11 't:I 0 OJ ::TOJ o.::l - ~ I-'.rt rt '0 . U) ro ro c.., 11 ro tIl 0 '0 1-" n OJ 11 OJ >-3 rr 0 ~ ro u. Ul Ul ro 't:I (). 0 rr z Ul 0 '):j GJ Ul ro ::l ~ ro 0 11 n OJ " ~ .;.. '" OJ Ul OJ rtn 0 :::- t-l CC'O I-'.ro ro ...::: 0 0. '0 '0 0 11 Ul t::1 U 1-" '1J 11 ::l rt () ~ ro rrOOUl 1-'. 11 Ot::l ~ () 11"0' HI 1-" Z 1-'- :::- rr C rrt-l 1-" '0 '):j~ t"' '0 I-'.U. () rt ~ "TJ 0 rr OJ 0 OJ 1-" 't:I 1-" n I-' ::l:rrtO'r.- 0 1-0; ::l C ::l 'ro ro 1-" ::l OI.Q Ul OJ 11 0 0 \.Q t--3 ::l ro'3 0.11 ::l 11 = () ..a OJ 00... OJ .. - Ul I-' Crt()ro 3 '" r, OJ ro ro C 11 11 :::: ~ Ul 11 ::3 H 0 t'1 rr 1-" ro () u. C 0 . OJ ::l O':r ro C HI I-'rtUl,ro () t" HI OJrrl1 iT t':1 .1-' () rr Ul ro () o 1-" 0' ro U)OUl~ t-l rr::l:r Ul ro () ::rro ro >-3 () OJ rrt-l 0 ~<Ul rr' --3 OJ ro " 1-" >- 1-" HI t'i 30"()~ ro ro 0 o.roUl rr ::lrt:r OJ OJ 0'3 OJ rt 0 OJ ~ < 1-'- ~ 0. ro ::l 0 ro rt() rt -<J) OJ OJ OJ OJ ::l 1-" rt 1-" o.::l 1-" ~ ? ..... ro 0 ro OJ OJ o.::l 0. rt 11 ro ",::: ro OJ t-l 3 t-l Ul ro OJ 1-" OJ III OJ () rt OJ 1.0'< < t-l 0 ro I-' (I) ~ OJ CD 11 t-l "'" 0 1-" ..a 0. 1-" n 1.0" OJ ~CUl OJ 0 O~ rt OJ 1-" I-' Ul ro O"t-lOJ rt HIm ~ro::l t-l IV roo.o.ro ~ ..a ' . 0 MIrtO C I o 0 rt 1-" 1"\ :rUl ro 1-" I' t-l I -~._-_.._- ---.-- --- ....,3: OJ ;u o..Q"< (1) ~ .:;. Q~ o ~ ..,..;i N i-' o "~ I, _ " Q;:::l 'N ~ NI I o ~ ",1 o CJ il' (1) ~ l-l o '.,.; (1) a il' ..., ,... :;, CJ :;, a '"' :lJ ;--0 o ~ ~ I-' n ro l-l c CJ il' (1) I '"= "'l o ..... ro n il' ~ C. :i :;, en il' l-l OJ il' o l-l l-l (,'1 0 (1 (1) c: (1" (1) ..a "0 :r l-l C:"OC'O(1" CD 0 l-l 1-'- (JJl-l ..,.. r.- il' "0 ,...- c: n r.-l-lCJ :rail' ro:rl-'- CJ 0 n en :J o 1-'-'. en :;, (1"o..Q (JJ H C. l-lo:r Ii) a CD """=r-, o 3 (1) "'l ro 0- (1":;''''<: (1) r.- c.CJn il'ro CJ ~ l-l o-ar.- O:JI-'- <: M\ (1) :r "'<: CJ CJ <: r.-, :;,ro:r c. OJ o-il' CJ ro l-l ill ...- (1) :J :;, <: CJ :3 a <: OJ ...- OJ .... n .... ::: ro i-' (1" ':n OJ OJ.. 0" .... i-':;,a ro (0 OJ c..:J ~ n o CJ ro l-l (JJ i-' i-' OJ "'l ro c: ro c. c...a ...- c a il' ...-:r l-lro c ('J n 'tl Co ~ o (JJ = \1"'''' a (~ ro "'l "'l n rT' "0 :r.... "'lOJ,.." o (JJ ,.... 1....1. ro n ro (JJ OJ n rT' (T' ~ ~4 a a rT':J ro .. 0.. OJ H 0- o :r <: ro (1) l-l ill ~ 0" (j"<: l-l ill n ill C l-l (JJ r.- ro .... 0....,.. '< I-'- :Ji1" - .... OJ CJ nil' a a r.- :3 :r "0 CD i-' I-'- en :r I-'- :J o..Q CJ - .... c. ~ o ~ ~ t;-t "..I) <: ro :J 0.. a l-l z CJ 3 (1) n - .... OJ ro ::: n o..~ oz OJ C rT'3 ro 0- ro l-l, !g .. Ir.- ill C) ::l 11) 0. ::l 11) 'r:1 11 11 OJ o I-' w. 11) 0 n ,... ('T(fJ n' CD 11 I-' ,... CD'O 3 ('T (D ,... ::l 0 ('T ::l Ul J o c::l Z ,",. ;:: ~ i-' '0 ,.... 1-\ :;, o <.C o..Q 1-\ '* OJ :i o c::l Z I-'- :::J i-' i-' o .... .... ::: <: <.C I-'- :0 '0 I-'- ro ' o 1-\ C':l :J .... l-l a OJ c. :;, il' ro (1) "':J l-l a u (1) n rT' r:::; H :. - - '" . t::]' n :: ~ ,~ 3: : ~ ~ ~. t::l ~ :::::l H ' ~,:: I:"i "";. c::... ;:::lC n' ~ c en t::] en Cfl n :: t::l o c:: C'"' c:J --'-.--.-..--.---...- ~ .-. - - I I I ! - I - .. " :::J -;'1 I: ~ I ~ "I " I 1\,). .'\ I I r- -,j;... : c'! -: =- ..... I .....J ; \-j'1 I ., ~ ..,., I I I 0 1fI .... I l':l: I '0 (), .....' l':l () 0, nl 11' 1fI D. N I r. r- I I~ ~I r- - .... I I 0 '" 1= r-:: ~ ;'1 CD .. ,I I: c.. .... ~~ ~, ..... I I- i" '-' I~ '"I C - ::.' <: r. I 10 r- r. .., I I 01 c:' '"II :: :- I I r:, "< I r- :::: I ... - I'C r. i I :::: r:: I I = '"I i:; 1fI ;- - .-:: <: ...:; ~"'"'" .... '<