Loading...
Resolution 156-1984 Jeff ~.. . ~r, Director Exten<:>-,-vu Service ".. RESOLUTION NO, 156~1984 RESOLUTION AUTHORIZING THE CHAIRMAN OF THE BOARD OF COUNTY COMMISSIONERS OF MONROE COUNTY, FLORIDA, TO EXECUTE A PROJECT AGREE- MENT BY AND BETWEEN THE STATE OF FLORIDA DEPARTMENT OF NATURAL RESOURCES AND THE BOARD OF COUNTY COMMISSIONERS OF MONROE COUNTY, FLORIDA FOR BOATING IMPROVEMENT FUND PROJECT, KEY COLONY BEACH CHANNEL MARKER REPAIR. BE IT RESOLVED BY THE BOARD OF COUNTY COMMISSIONERS OF MONROE COUNTY, FLORIDA, as follows: That the Mayor and Chairman of the Board of County Commis- sioners of Monroe County, Florida, is hereby authorized to execute a project agreement by and between the State of Florida Department of Natural Resources and the Board of County Commissioners of Monroe County, Florida, a copy of same being attached hereto. PASSED AND ADOPTED by the Board of County Commissioners of Monroe County, Florida, at a regular meeting of said Board held on the 1st day of June, A.D. 1984. BOARD OF COUNTY COMMISSIONERS OF MON~ COUNTY, FLORIDA \_1/ . V B X J2-.--/L.-- , ~:/\ )f'~ _ /'J.. )~~ '-=---= ' Cnairman-- - (Seal) Attest : DANNy L. KOLHAGE Cla "/,,'J "/} ',',' dk // /, ~/, " lLc;;.:df,~n . . //~~U:'~ /t!~ /'C er / BY '. --, .G/Af2.~:t.~. STATE OF FLORIDA DEPARTMENT OF NATURAL RESOURCE$ FLORIDA BOATING IMPROVEMENT PROGRAM DEVELOPMENT PROJECT AGREEMENT The State of Florida Department of Natural Resources, hereinafter referred to as the DEPARTMENT, and Monroe Countl-l . , hereinafter referred to as the COUNTY, in pursuance of an approved recreational boating project, hereby agree to the following terms and conditions: l. This agreement shall be performed in accordance with Chapter 327.28, Florida Statutes, and Chapter l6D-5, Part III, Florida Administrative Code. 2. The COUNTY agrees to implement the recreational boating improvement project known as Key Colony Chn1. Marker Repair (FBIP Project No. B84035 ), and as described in the project application approved by the DEPARTMENT and attached to this agreement as EXHIBIT A. 3. The COUNTY agrees to begi~ the project on or before July 1, 1984 July 1, 1985 , and complete the project on or before . 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 $ 3.059.92 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 1 of 4 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 agreement as EXHIBIT B. 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 expenditure made prior to the execution of the agreement with the exception of $ 0 for the following: N/A 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 period. 9. Following receipt 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. lO. If it 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 DEPARTMENT 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 other material made or received in conjunction with the contract pursuant to the provisions of Chapter l19, Florida Statutes. l2. 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. l3. The COUNTY agrees to hold the DEPARTMENT harmless from any liability or claim that may result from the implementation of the project or from alleged negligence in maintenance or operation, to the extent allowed by law. l4. If at any time a user fee system is implemented for 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. l5. For the purpose of this contract, Chrys Sullivan, Grants [Specialist, or successor is designated as the Department Contract Manager and shall be responsible for insuring contract performance, approving all 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 conduct,or delegate to DNR staff, any required site inspections to examine work accomplished, review submitted project documentation and, if complete and in order, approve the request for payment. l7. This agreement shall become effective on the date of signature by the Executive Director of the DEPARTMENT or his assignee. Page 3 of 4 IN WITNESS THERETO, the parties hereto have caused these presents to be executed by the officer or agents thereunto lawfully authorized. Attest: Attest: Effective Date: I' /11 I.' ,/ '/ if 1 I /'--:>:\' ;: _ ( (/ /',~ f., I /' j_!;' / ( /; ///,-'f/ I, \...,. : V'./ .t.. ,,--.'....I.i~. /'",,'./ 1..,.0 " v DNR/~onbract Manager ~~,{U~ DNR Contract Adminis rator r.L'/ /1~ v:~dv/~ 11-/ / . ' '. S DNR Attorney Page 4 of 4 EXECUTIVE BOARD OF THE DEPARTMENT OF NATURAL RESOURCES By: Elton J. Gissendanner Executive Director Its Agent for this Purpose BOARD OF COUNTY COMMISSIONERS By: Its Agent for this Purpose STl\TE OF FLORIDl\ DEP:~T~~NT OF NATUPAL RESOURCES Florida Boating Improvement Progra~ Project l\pplication Project Identification 1. Types of Project: Acquisition Development x Planning Launch Site New For Office Use Only Date Recei~i C E rYE 0 D<6tf 0 ~ Project NumbEfWR 30 1984 Docking Facility Expans ion Channel Marking x Renovation Other (specify) County Monroe Office of RecreatIOn Services 2. Project Title: Key Colony Channel Marker repair 3. Project Location: Key Colony Beach, Oceanside, Monroe County, FL 4. Brief Description of Project: repair broken channel marker 5. Grant Requested: $ Source of Other Funds: $ Estimated Total Project Cost $ 3059.92 6. Applicant Identification: Applicant County: Monroe Located in City of: Key Colony Beach (if applicable) Liaison Agent : Jeffrey A. Fisher Appointed Representative of Monroe County, Board Name of County of County Commissioners Address: P. O. Box 2545 Key West, FL 33040 Phone No. 305/294-4641 x 160 /,) " " ~~ -:'- -l/ y //c(\~7 /.T.~_-.J~~)u, -7 - 2-{ - f( y , 7. Signature: Date: S:'.1..~'::: C? :r..O?,':::.\ OE?A?T~'E:l'l' OF ~1r.TC?J~ ?":SOC;;,C:::3 ?lo::ic.a 30a-::.i~<; L-:;?::ove..r:1e;;.t ?::-:Jg::2.."':\ P~8~ec~ Ao~li~2~~on ~ for Develcs;r..e:l":. ~.';::2=S:::'? ,.. - '-'- S:.t2: ~. , :: ece=2...:... c:.J...~-~ ...., 1..--- :"cC2.l x ., - . ~~~~: ~s~~at2c C~st: $ 3060 3. ~~~e a~c.~s-::.~~~tec Cost of ?::C90sec Cevela9~e~t , . , j' \ 3:1 c::.:...-::.) ?ac.:..li,:v Q1.:ar..tity anC Uni': a:: ~'!easu=e SF?eci.:::-r No. a..~c/a= :ee':. ::"--~-'a-Q~ l -~ C;~t ---- I $2877.00 Reporte r \ I bids I I I \ \ 1 Channel marker repair one destroyed marker \ ! \ advertising of I . I I Key West Citizen I C-... -~ -'-'e'"'c'! - ~ _.. '-_.""'j ..... "':J Keynoter 36.00 75.00 71.92 182.92 ( lO % maxi.:n un) , :':: t~2. $3059.92 . 4. ~::e a~d Status of ~eq~red ?e~its, ~as~en-::.s 0:: ~eases "::.-;, e : Coast Guard S ta t".lS OK 5. ~e~~.:..=ed Att2.c~~ents a. v:ic':":lity map enclosed b. site develooment olan - . .. NA c. copies of required. per=ti ts ,eas e...rnents 0= leas es or let-:.ers' st.?ti~g none a=e required enclosed d. proof of county/local owne=ship or o~~er :o~ of site centrol Nt e. Pre-construction ce=t.:...::icaticn ( . - , - -.... a'""'o' ; ......"....., "'-) ::"'_...._"-_.-.J__ enclosed # *UNITS include: Boat Ram~ Floating Dock Permanent Dock Slips Hoists Rest Rooms Parking ;'1 ate r:-; a y S i g n s ( 5 a f e t y, Reg., In f 0 . Channell Navagational ~arkings Dredging Nav. Channels utilities (Sewer, Elect.Water) Landscaping Access Roads Lighting C~I?- ~~-035 .J" . ~ FLORIDA BOATING IMPROVEMENT PROGRfu~ 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 eligible costs, supporting documentation or reporting requirements 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 manageme~t 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 projects 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. 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 - Ineligible. VI. Supporting Doc~~entation 1. Contractual Services - Services provided for project spons9rs 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 an~ 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. provided such alternate records contain the same detailed information as required above in Section V. b. The project 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 ~he other specified Department 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 subunits 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. (l) 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 the 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. Dr:PAR'1'Mr::N'l' or l'li\TUI<AL nESO{]HCE~ FLORIDA BOATING IMPROVEMENT PROGRN1 GM~IT PAYI'1E~lT I<EQUEST PROJECT NA."1E: COUNTY: PROJECT NUt-mER: PAYMENT REQUEST NUMBER: lOne )Two )Three )Four )Five )Final TYPE OF P.i\YNENT: ) Adv2.nce ) Reimbursement PAYMENT. REQUEST PERIOD: PROJECT EXPENDITURES'SU~~i\RY Total to Date This Request Pre-construction Expenses Contractual Services Materials and Supplies Other Eligible Expenses Total $ $ FBIP FUNDS REQUESTED: FBIP FUNDS REQUESTED: $ A.~ount of Grant $ PBIP Funds Previously Disbursed ( Balance Available FBIP Funds Requested This Payment Balance Remaining ( ) Certification for Advance: I certify that work on the project has started or will begin within 60 days and that the amount requested does not exceed the project cash needs within the initial 3 months. ( ) Certification for Reimburesement: I certi:y 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 Financial Officer Date Reviewed and App~oved: ~ DNR Contract Manager Date Chief, Office or Rec. SerVlces Date DNR 42-066 "J - .-0 0 ,-W ::: U'l 0 ~'O 0.. U C) :l ill i-4 .c ..... -W U :l ..... 0"'0 '0 ill .... ...; 0 ill ~ c-a ....., ....., .....,U'l \..1 ill N ill ru 0 -W CO~ U1 U u.. c-a ~ 0 c: 4J 0 c: :::'0 0 -rl Q) rc QJ QJ .CO ,J r: u c ....., '<T' l:l IV ..... ~ .-I QJ .,) ,-I I '. ill nJ >.0" ~. 'II U'l-W U ....., III c-a U) 1-J Q) ::: ..... :::e.. 'rl U U..... ru 0 Q) ..... ru > 'n 0 E c-a r-i 0 III ~I > :-< p. C C ill Q) ..... (l) \..1 c:'1:J ill 10 .:J Q) c: .w.D l:J (lj U I'd '0 (l) .c Q) c ~ .w > I'd 10 i-4 >,.::: ill c... u.. > ..... c 0 -w 0..0 \..1 E \..1..... rc Q) rj (l) .w - U = ~ U c-a'O ..... V"\ .w QJ ~ V"\ 0 >,C-W ..... C i-4 ..0 QJ ~ a t:J ,,~ c... Q) E 0 ,..J ....., \..1 .... 0.. ....., ...; U'l:J ....., ~ Q) u Q) rj ~o .~ - .::: 0 ~ .~ U~ ~ 0 '0 U .c::: = H ~~ C ::JU O".w rj aU'l ::: U'l ::: Cfl .. ..... 0 .... ~U'l C U'l u r.... C:~ 0 10 Cfl ..... .c (l) .w ...::< .w u.c: u' <::: rj ~.w Q) ~U .wI u :l .n ::JC: Q) U'l ..... Q,.w .w 0 E-<::J .:J 81 u.. \..1 U1 \..1 <c... rc ..... \..1 0 QJ Ie.. - ':::J \ \ -w Q) Q.:l , ~...= c'0" ..... r....< Q)-W :l QJ a~ u 0 Ul \..1 c::::: E-< C:.J </} ~ E-< W < ..- - - "'- ::-' C:::::c-. ,::: U c.. W C:.J c::::: c ~ :::: ~ 0" Q) C ..a Q) ..... ;::.J.-l .c :l rc ...:: Ul 20 < ..... CJ ~'O c-. ....., .w a OJ 0. rj CJ U ::: E-< .c E a QJ OJ rc .w 0 .:J .c u ::: '0 U .w u rc 0 rj c-a '-' ..... C ,.. ..... ,:.J \..1 0 .w C 1- Q) ..., ..... I e.. Ul >, ..... 1.1-<'0 :J" > ..... CJ I ,.. ..., -W Ul .~ 0 \..1 :l ....., CJ I ....., c::::: u Q) ..... ::: ~ ::::: :::: >'CJ 1\..1 ..0 :> Q) 0 ~I \..1 (l) -W CJ > rc ,.. 0 ~ - .D .w Z H rc U'l ..... i-4 '0 C 0 .. Q) ..... "0 ,.. J..J E .... ~\ 0 0 '0 ..., C J..J < ;;- -W U Lf') rc U'l Q) .:J ~ U Q) 'n U 0 ..., U'l 0 Q) I ~-< nl >-.4 'n N .,....( .r: D. 0 "'7' ,l.) U ~ N >-.4'>-.4 Q) c... ~co 0.1 ,J. ~ ,.. .. j r.-' ~ :... ., - 'M .J-l 0 0 , 0 .J-l"-' 0 r ~ II Q)'O'd Q) N .. c: Q)..-i CO\i.4 .w t1J ...D Q) Cj\ 0 (fJ ~ .,.., t1J .w ..... 0 I t1J (fJ :l..-i t1J ,0"\ U I .,.., '1J C"''''' Cl ~ .. ' , Q) ill r-i Q) ! ... ..-i CJ 0 ~ > ,.,0' ro .J-l U t1J III cO .,.., ro Q) U) ~~ ~ E .. cO Q) Q) .. -W '1J C'd cO ro Q) 0 Q) ..... ..-i .,.., C'd ...:.. .,.., -W.,.., c: ro t1J rJ C1J ifI" -W U.w Q) 0 C ~J '0 ..-i .,.., > . ..-i I1j 0 .w C1J c: n ....- I1j rll ,C.w C -W (fJ Q)'d 0 Q) QJ >,U.D E !-4 l+-i .,.., -< .,.., , Q) ro E-< .w (fJ >..-i 0 ~.w rll U E-< Q) Q),C U Q) U) ,C C .w l-l >,(fJ 0 U) Q) .D .,.., 0 U Q) U).w u ,.., W .w ~ -W rll \i.4 , U Q) U).w~ \i.4 ..... CJ .c 0 C rll 0 :::> Cl '" U Q) .,.., .w w 0 H E l-l U) ~ ~ .. :l Q) Q) rll .~ ':.J ~ c: Q) U .;J :l ,.., " ...... .:.J (fl .. C1J "'0 0 C1J V' U '..J - :... C ~'1J E Q) C ~/ E-< -. 0 0 ~ rtl v' ::J (f) ::;"\0 C .,.., Q) Q) C ~ 0 ::: ... 0 .w.Q.J-l.c C ,.., ~ -n U. .,.., C- .,.., rtl 0 rll-l-l 0 !::..o - .-' .w U .".,.., 0.. , ...:l ..-i c:: 0.. .,.., l-l.w :l +J .- .:::: .,.., "'- .,.., I.l-< ,o..~ U -J H C:::C l-l .,.., U) 0 O.w Q) .' n::: u .w C .. 0.. .,.., n -, W (fJ l-l 0 0.. 0.. '0 0 - I ::J E-< ~ Q) -Q) .,.., 0..:: :l ~ :-' .:::: 0 U .w cO U) C1J 0.. < - \ \ ~ ~ I1j --'-' u r I ~ :: 0 I Q) ~ CJ ..... (f) C) ;:: ::::: .\ 0 '- en .... .w ~ 0 U ::. c.. Q) ,~ (i1 (fJ ." Q) ..:: ~ 0 .w t-+ I1j ~ rll U .,.., 0.. Cl ::.J Q) l-l I""'J U QJ U) 0 .w .. .w'"" c:: C:'"Ci rll..c: c.. rJ 0 E+J ~ .,.., c:J .. Q) 0' - Q) ..c: C c.. .w'"" ::: ,C C'l0 +J U1 C.,.., cO .,.., .,.., U) .c..-i ..-i .,.., .;J 0.. ~ > E .,.., .,.., >,0 ::0 ~ l+-i U C GJ .,.., U 0 .D .w ro .r-1 E ~ .w :J Q) C .,.., U .,.., ~1 ,. ..... >''0 ::J .Q CJ C"' CJ U) CJ ~ :J l-l ::::: Q) 0 ..c: ill .w .-' l-l t1J rJ H Q) l-l .,.., ... .w .> ~ U1 CJ .. Q) .,.., .J-l C > C !C 0 0 .,.., 0::1' .:.. .,.., .D E 1..0 -l-l I1j 'D ON III ,~ I en ~\ U'd N I .,.., Q) .w ~l!'l !C I-l-l .;J CJ 0 .,.., .. Q) -W 0 'n >-1 0, 0 c:: <1J nJ \.1 .... "'-. 'U l-l 0.. 0 '. . 0 c U1 ~ a .. ~ ..... r:: () ::J ;:; ,:1 I..; ,.. .u -...... U - ...... -W -..I ...... ,-. '-' c: 'ti ~ 0 ::J - C.I CJ r;; i: :.... ..... Q) ,... .-; --i U1 :.... CJ . N ..... W CJ ~ .u 0 0 !:l - U "- l!:l C\ ~I c c. ,.-. 0 'W ro CJ CJ , ,... '0'1 u c .- '<:f ..... ..:J Q) ..., , ,.. ;'J C' c., 'V >. (,1 .- ,... .u J .", '01 ~J C ...... -- c.. cl !.J ..., 'v ~I ...... ro > 0 ,-;:: .sl > - c: c: Q) ~I ...... Q) :.... I .,., C.I 'V I !-J ... .u '" I Iv " !(J "CJ i ,:.; 1I1 ,.. () ;: .- I i......, QJ .u > I1j I ie c ,'":j 11..0 .-. >..:: CJ I~ ,-0 "'-' > ,- I~ '- ;.. ....; c 0 I C.I .u 0 .D I c IQ) I - ilJ ~...... ro ,'":j <.J CJ .:..J I.~ = :... I u r;; "CJ =' .:..J CJ ,"'-' I :-> c >.c .:..J 1"'-' c :.... I I .D ,':) '- j'"' ,..... ..., ~ 'J ,~ I,... ~ -- ~ - c.. ,- ...... :::: (J " CJ l!:l .... .. v r.' ~ '" :.... I.... '- '--' u ---, .::: ":i !~ ,,", .... U1 ::, ::J ,-,.:...J i~ 8 I l c: (,1 CJ1 ':.J .. ...... ,2 1.-1 C:.l (;1 C 01 U !~ ~ 0 '" i.u - I u; ..... ,.. Q) ....: ::..l ~I .:..J u iu -< '-11. I~ I1j :... .u 18 ::::. - C u If. .~ . I'", ::.J :..~ .u IV .... v ;~ "'-' ~ U1 < ~ 12 ....; :... 0 CJ ~ .u GJ 2- ::l I ~ :... I I I..; ::::- - , I ':J - - u ,...., . v 0 .^ :.... ..... ...... .. < ::l V} r, ; U 1- < ~ ::::: ...... < - ::J -.' U C. I ~ C' I U c i ..:J CJ - .:: I '":j ...:1 U1 I :::::: .... ~ ...... CJ - I ,... .u !~ ~'ti ~ CJ c.. ~ ICJ u c .:: C C I:!J CJ ,.. .:..J 0 .", - u 1-= .- .- U .u U v 1- ,~ rJ .", I~ c .:: 'U :.... 0 .:..J :: I ,- :J .... .... :... :.1 >. I ..... "-' .- I '... :-> > I I .... CJ ....; U1 I .::: I..; = , I ^' I I '-' , u 1) I ''-; ~ :... I :: >. ,:; 1 ~ ~ II..; ... .:J ,0 '- " I~ '-..I CJi ::; > =1 ..::: 0 :... I~ I .:.:; oW -, H ;(j 1'2 - I..; .- -..I 0 .. OJ ,...... r:; ... ....; 1= ;i c G I":: .... ,.. .:..J -< >1 -w U N .;j (,1 ,(I oW <J:l U CJ ......, U 0 U1 0 CJ I "'-' ro I..; .~ 1'1 ....; ..::: ~ 12 .,. ....; " N 'J '- .. :1 Ie.. c::: co oJ -. ,- I - ,. - - "::;" L.'"l r J --J