Loading...
ST9902-CN130618 T H E • C I T Y • O F COPPELL r 0 F ,r „ '"7,'-4.- 9 X q s 1 8 CONSTRUCTION SPECIFICATIONS AND CONTRACT DOCUMENTS FOR West Sandy Lake Road, Phase 2A & 2B (North Coppell Road to Denton Tap Road) Bid No. Q-0413-01 FOR THE CITY OF COPPELL March 2013 k t CASEY R.McBR00M / 3/2/2a13 '"j of. d' ANDREW R. LUCE l /-6. 110104 1 a1 04 ���� Eiji' 110084 /4., �l�s!©NAL � + 11 iV \-0,-,07,-,` � pate; MARCH 28, 2013 S ADDENDUM NO. 1 RECONSTRUCTION PLANS FOR WEST SANDY LAKE ROAD, PHASE 2A & 2B (NORTH COPPELL ROAD TO SOUTH COPPELL ROAD) Addendum No. 1 Issue Date: April 16th, 2013 Original Bid Receipt Date: April 25th, 2013 @ 10:00 a.m. This addendum forms part of the contract documents referenced above and modifies the original Contract Documents. Acknowledge receipt of this addendum by signing and attaching it to the Contract Documents (inside). Note receipt of the Addendum in the Bid Proposal and on the outer envelope of your bid. PLEASE MAKE NOTE OF THE FOLLOWING CLARIFICATION: General Items: • The City will accept bid tabulations in alternate formats (computer generated printouts) as long as they are neat, legible, and clearly present all of the requested information contained on the original bid proposal in the specifications. Phase 2A & 2B quantities must still be broken out separately, with the bid items zeroed out (where applicable) as presented in the original bid proposal form. Bid items must not be renumbered as both phases correspond to one specification book containing the pay item descriptions. Unit prices must contain a written numerical value for each bid item (i.e. $187.25 written as one hundred eighty- seven and twenty-five cents). It is the contractor's responsibility to ensure that there are no rounding errors contained in the proposal form, weather original or computer generated. Regardless of proposal format, all bidders are required to complete the original Bid Summary, page 1-25, to be read at the bid opening. • Additional questions may be submitted in writing no later than 5 p.m. on Thursday April 18th, 2013 to Jennifer Cook (jenniferc(a coppelltx.gov), or through the bidsync website. A second final addendum will be issued on Monday April 22nd 2013 which will address questions received up to the deadline. • Please note that the trail or sidewalk pavement directly in front of the cast in place retaining walls shall be paid for under the Bid Item 1-40 as part of the wall footing. This sidewalk and trail is not included in the plan quantities for sidewalk and trail. • The traffic control plans for both phase 2A and 2B are for reference only. Any item callouts or quantities are suggested and not definite. The contractor is responsible for developing their own traffic control plans, and for estimating the lump sum cost based on their own individual methods and materials used. 1 ADDENDUM NO. 1 Bid Items: • Bid Item 1-19 — In the Contract Specifications under Unclassified Excavation, delete the language, "Any excess excavation will be used on-site for fill area or stockpiled in locations as directed by the Engineer for future use on the project." • Bid Item 1-27 to 1-29 — In the Contract Specifications for each of these items, the revised paragraph below shall read: "Contractor shall pay close attention to NCTCOG Item 303.5.4.3 "Contraction Joints" regarding sawing of joints. In general, joints shall be sawed into the completed pavement surface as soon after initial concrete sets as possible in order for the sawing process to prevent uncontrolled shrinkage cracking. Failure to perform the work in compliance with these requirements and those in Item 303.5.4.3 will subject the slab to rejection. All joints shall be typically spaced 15 feet (a maximum of 18 feet) apart." • Bid Item 1-80 — Work performed under this item is exploratory in nature and the exact scope of work required is unknown. It is recommended that a subcontractor familiar with pond liners and/or pond rehabilitation be contacted to estimate costs associated with the possible scope of work as detailed in the Contract Specifications, Item 1-80. • Bid Item 1-122 to 1-124 — Please note that the City has opted to provide to the contractor 3 each of the following: o 16 Position Base Mount Cabinet, TS-1, with a 980 TS-2 Type 2 Signal Controller with Ethernet, Version 61.X, Flashing Yellow Arrow MMU- 516LE, a TS-1 Cabinet Power Supply, Pedestrian Isolation Card, 1 NEMA Flasher, 6 Flash Transfer Relays, 16 Load Switches and 1 day of turn on assistance (per cabinet) References in the plans and specifications to differing component items (cabinets, controllers, etc.) shall be replaced with those listed above. • Bid Item 1-136 — The banner pole assemblies shall be double 24" banner arms spread 60" apart, with fixed mount at the top and adjustable clamp mount on the bottom. The banner poles and arms shall have acorn style caps. All other provisions of the plans, specifications and contract document for the project which are not expressly amended herein shall remain in full force. Failure to return a signed copy of the addendum with the Proposal shall be grounds for rendering the bid non-responsive. A signed copy of this addendum shall be placed into the Proposal at the time of bid submittal. Receipt Acknowledged: By: Title: 2 ADDENDUM NO. 1 Bid#Q-0413-01 W.SANDY LAKE ROAD TRANSMITTAL OF ADDENDUM 2 INSTRUCTIONS: 1. ACKNOWLEDGE RECEIPT OF ADDENDUM IN PROPOSAL, ON OUTER ENVELOPE OF BID. I Acknowledge the receipt of Addendum No. 2 City of Coppell PROJECT NAME: W. Sandy Lake Road April 22,2013 Contractor's Signature Company Name JEROD ANDERSON PURCHASING DEPARTMENT (972) 304-3643 Page 1 of 2 CITY OF COPPELL• 255 PARKWAY BOULEVARD •COPPELL,TEXAS 75019 Bid#Q-0413-01 W.SANDY LAKE ROAD REVISED BID OPEN DATE FOR W. SANDY LAKE ROAD PLEASE MAKE NOTE OF THE FOLLOWING CLARIFICATION: General Items: * The bid opening has been moved to April 30, 2013 @ 10:00 a.m. All other provisions of the plans, specifications and contract document for the project which are not expressly amended herein shall remain in full force. Failure to return a signed copy of the addendum with the Proposal shall be grounds for rendering the bid non-responsive. A signed copy of this addendum shall be placed into the Proposal at the time of bid submittal. Page 2 of 2 CITY OF COPPELL* 255 PARKWAY BOULEVARD *COPPELL,TEXAS 75019 4.4 t npl League nail&perkins www.mpinccom engineers ADDENDUM NO. 3 I surveyors architects RECONSTRUCTION PLANS FOR WEST SANDY LAKE ROAD, PHASE 2A & 2B (NORTH COPPELL ROAD TO SOUTH COPPELL ROAD) Addendum No. 3 Issue Date: April 24, 2013 Original Bid Receipt Date: April 30, 2013 @ 10:00 a.m. This addendum forms part of the contract documents referenced above and modifies the original Contract Documents. Acknowledge receipt of this addendum by signing and attaching it to the Contract Documents (inside). Note receipt of the Addendum in the Bid Proposal and on the outer envelope of your bid. PLEASE MAKE NOTE OF THE FOLLOWING CLARIFICATION: General Items: • Note 1 on Sheet 99 (2B) shall now read "(4) VIDEO VEHICLE DETECTORS ARE EXISTING ONSITE AND MOUNTED TO THE EXISTING TRAFFIC SIGNAL MAST ARMS. EXISTING VIDEO VEHICLE DETECTORS AND INTERFACE PANEL SHALL BE SALVAGED FROM THE EXISTING TRAFFIC SIGNAL AND RETURNED TO THE CITY. • The V4LT signal heads shall be all arrow type. The detail on sheet 99 (2B) has been revised to show red arrow,steady yellow arrow,flashing yellow arrow,and green arrow. • The phasing numbers will be changed for the traffic signal at Denton Tap and Sandy Lake. The revised numbering sequence will be shown on the plans that are issued for construction. This is a record keeping change only,and will have no impact on the materials or equipment needed for construction. • Pay Items 1-98, 1-103, 1-156, 1-157, 1-183, 1-184, 1-191, 1-194, 1-195, 1-196, and 1-200 (new) have revisions in quantities. Please see attached revised proposal forms for both phase 2A and 2B. Plan Sheets: • Please see the following attached revised sheets for phase (2A): 65, 66, 69,70,71,78,79, 86, 87, 88, 112A These plan sheets shall replace the previous sheets in the bidding plan set. • Please see the following attached revised sheets for phase (2B): 110A These plan sheets shall replace the previous sheets in the bidding plan set. 1 Addendum No. 3 Specifications:(changes in language are underlined) *New,revised specifications will be provided for construction. • Pay Item 1-20—All borrow material shall originate from borrow areas/sources approved by the OWNER. Borrow material shall be a select sandy-clay to clayey-sand with a Liquid Limit less than 45 and a Plasticity Index between 6 and 20, unless otherwise approved by the Engineer. Also, borrow material shall have less than 1000 ppm soluble sulfates. Native fill material does not have to meet the specific requirements for Liquid Limit and Plasticity Index that borrow material must meet as long as the material is clean, free from debris, and complies with NCTCOG 203.6 and 203.7. • Pay Item 1-28 & 1-29—All joints shall be sealed with self-leveling grey silicone joint sealant. • Pay Item 1-30 — 6" Reinforced Concrete Curb & Gutter shall consist of 6" curb and 12" wide gutter section. • Pay Item 1-40 — The cast-in-place walls shall include the use of a form liner pattern and integral wall color to be determined by the City. • Pay Item 1-46 to 1-58—Where leads or pipe/box culvert terminate into an existing system, this work shall include construction of a steel reinforced concrete collar at the junction to form a watertight connection. • Pay Item 1-81 & 1-82 —This work includes the furnishing and installation of 6" & 8" PVC C- 900 DR-14 water line at the locations shown in the plans as per NCTCOG Items 506 & 502.4 and the City of Coppell Standard Construction Details. • Pay Item 1-98 to 1-100—The cost to repair such damage shall be the sole responsibility of the Contractor. There shall be no splices under street paving. Any water services running longer than supplied lengths of Type K copper,under paving,and reauiring splices shall be installed in schedule 40 PVC pipe for the entire length of service beneath paving. • Pay Item 1-122 to 1-124 and 1-177 — This work includes the furnishing and installation of new highway traffic signals including installation of City furnished traffic signal controllers and cabinets in accordance with the appropriate details and specifications, including City of Coppell "TS2-Type 2 Cabinet Specifications" and "Specification for Fully-Actuated Solid State Controller unit (NEMA TS-1 Type 2) with Time-Based Coordination, Preemption, and Closed Loop Operation" as well as Item 680 in TxDOT's 2004 Standard Specifications for Construction and Maintenance of Highways,Streets and Bridges. removal, rc installation and rc usc of the cxisting Vidco Imaging Vehicle Dctcction System currently in usc at this intersection The City has opted for the contractor to furnish and install a new Video Imaging Vehicle Detection System at the Denton Tap intersection in lieu of re-using existing Video Imaging Vehicle Detection System. Existing video detectors and interface panel shall be salvaged from the existing traffic signal and returned to the City by the Contractor. 2 Addendum No.2 • Pay Item 1-144 — This work shall include the furnishing and installation of uni-directional infra-red Model 721 Opticom detectors, or approved equal, to sufficiently operate with the Opticom Detector Multi-mode 4 Channel Phase Selector System with GPS in accordance with the appropriate details and specifications. ' References in the plans and specifications to differing component items shall be replaced with those listed above. • Pay Item 1-156 — Type A Ground Boxes shall be used for the Fiber Optics conduit runs, connection of bridge lighting conduit on the northeast side of Sandy Lake, and for signal conduit runs at Coppell Road South,Whispering Hills Drive. and Denton Tap Road (except at/near the signal controller). • Pay Item 1-157—Type C Ground Boxes shall be used at/near traffic signal controllers. • Pay Item 1-158 — ONCOR Type Ground Boxes shall be used for termination of conduit at electrical service points at utility poles. • Bid Item 1-173—Opticom Detector Multi-mode 4 Channel Phase Selector System: This work shall include the furnishing and installation of a GTT Opticom system. or approved equal, to allow emergency vehicle detection in each direction. This item shall include components: Model 764 Multi-mode 4 Channel Phase Selector, Model 768 Auxiliary Interface Panel,Model 1010 GPS Radio Unit,Mast Arm Mount, and Model 1070 GPS Communications cable to sufficiently operate infra-red detectors Model 721 in accordance with the appropriate details and specifications. ' References in the plans and specifications to differing component items shall be replaced with those listed above. • Pay Item 1-174 — This work shall include the furnishing and installation of an uninterrupted power supply system, Clary Corporation, Model SP-1250PD-N. or approved equal. with Ethernet port for remote status viewing and a six battery accessory cabinet in accordance with the appropriate details and specifications, including TxDOT Specification. This item shall include the installation of the externally mounted cabinet to house the system. References in the plans and specifications to differing component items shall be replaced with those listed above. • Pay Item 1-177 — During the widening construction of Sandy Lake Road, this equipment, with the exception of the VIVDS dctcctors, illuminated street name signs and communication cable equipment,will be replaced. The Contractor shall plan and maintain signal operations throughout construction until the widening is complete and the new signal is in operation. Existing video detectors and interface panel shall be salvaged from the existing traffic signal and returned to the City by the Contractor. • Pay Item 1-200 — This work includes the construction of the Cottonwood Creek Bridge located between Station 65+50 and Station 67+50 on Sandy Lake Road. All bridae construction shall be in accordance with the construction plans, "Standard Specifications for Construction of Highways, Streets and Bridges", 2004 Edition by the Texas 3 Addendum No. 2 Department of Transportation (TxDOT) and Standard Construction Specifications by the City of Coppell. Measurement and payment for work performed shall be in accordance to the TxDOT Standard Specifications. Specific Contractor Questions: • Is a slip form paving machine required to place the concrete? - Yes,a slip form paving machine will be required to place the roadway paving. • Sheet 4 (2B)—The typical section for Cottonwood Drive refers to City Standard 2110. This spec requires a lime treated subgrade. Should the section for this street be cement treated? - Yes, this should also be cement treated per the recommendations of the geotechnical report. • NCTCOG section 103.4.2 requires Owners Protective Liability Insurance to be provided in addition to the General Liability. Is this policy required? - Yes,this is required. • The notes regarding temporary paving in the plans for Phase 2A calls for 2" Type D on 6" of compacted subgrade. 2B calls for 4" Type D on 8"flex base.The specs call for 2" Type B on 6" flex base.Which is correct? - All temporary paving shall be a minimum of 2"Type D HMAC over 6"of flex base. • Is a steel tine finish acceptable for the finish of the bridge slab in lieu of mechanical grooving? - Yes,steel tine finish is acceptable. • The bridge plan shows the location of large pedestals for the bridge rail but I did not see any detailed information for rebar at the slab extension or at the abutment wing walls. Will any additional information be provided? - Yes, please see sheet 88 (2A) for additional information. • Can pre-stressed concrete panels be used where sidewalk dowels are to be inserted in the bridge slab? See details B & C on sheet 69 (2A). - Yes, pre-stressed concrete panels can be used. • There is not a bid item for sidewalk expansion cover plates. I did not see a TxDOT sheet provided for them. Are sidewalk expansion cover plates required? - Yes they are required; pay item 1-200 has been added for sidewalk expansion joint cover plates. • Epoxy coated rebar is required for the bridge slab. Are there any other bridge items that require epoxy coated rebar? Examples:sidewalks, rails, rail dowels,etc. - The sidewalk and rail dowel bars are also to be epoxy coated. • The drill shaft rebar called out on sheet 71 (2A) does not match the TxDOT (FD) sheet provided. Which one is correct? - The TxDOT standard sheet(FD) is correct. 4 Addendum No. 2 • Sheet 24 (2A) shows the bicycle rail from the bridge to extend beyond the wingwall and onto the modular concrete block retaining wall. Is the rail shown on this sheet correct? If so, there is not a bid item for this rail. - Bid Item 1-191 —The bid quantity shall be 355 linear feet to account for the bridge rail extension. • On sheet 89 (2A), approach slabs,it appears that the concrete quantity in the sidewalks on grade(detail E) are included in the approach slab bid item quantity and sidewalk at detail F are part of the sidewalk and median bid item. Is this correct? - Yes,this is correct. • Sheet 53 (2A) shows a mow strip at top of retaining wall. Does this condition only occur where there is a concrete flume shown on the plan? - Correct;this only applies to Retaining Wall 'D'. • Bottom of wall is shown below grade on retaining walls B & D. This is shown on sheets 3, 20, 22 & 23 (2A). If the retaining wall is on top of the sidewalk or trail, is the bottom or wall shown incorrectly? - The bottom of wall represents the bottom of the footing at the centerline of the wall, with the dashed line representing the top of sidewalk or trail. Please refer to the wall details on page 53 (2A) only and disregard the walls shown on page 3 (2A). They are for reference only. • I did not see an item for the monolithic median noses?Are they incidental? - Median nose pavement shall be considered subsidiary to street paving. • Why is there an item for remove and replace temporary concrete barrier in the bridge items?Where and what is it for? - Pay Item 1-194 shall have a zero (0) quantity for both phase 2A and 2B proposal forms. • There is an item to relocate pipe fence, but not one for the other fencing that is called out to be relocated. Please clarify. - Due to the size and scope of the pipe rail fence relocation, it was determined that this work shall be paid under a separate pay item (1-14). All other fence relocation shall be considered subsidiarity to right of way preparation. • General note 23 calls for temp paving to be 2" HMAC and 6" flex base. Sheet 85 calls for temp paving to be 4"hmac and 8" flex base. Please clarify. - All temporary paving shall be a minimum of 2" Type D HMAC on 6" flex base. • When driveways are removed and temp material may be needed for temp maintenance, can that material be flex base or will it need to be asphalt? - Temporary repair at driveways shall be a minimum of 2" of HMAC on 6" flex base, except where imminent follow up construction is to occur. Imminent construction are those activities that are to resume the following day where flex base is used to fill a trench for overnight protection, or where the activities to follow are of a short enough timeline that flex base will provide reasonable protection. Coordination and determination of said timeline shall be left to the City Inspector. • Will precast structures be allowed for the 2' x 2',4' x 4' & 5' x 5'manholes? - Junction boxes, manholes, and inlet structures (not found in or adjacent to paving) may be precast structures. 5 Addendum No. 2 • Is there a special detail for the 9' x 9' manhole? This is more of a junction structure and not a typical manhole. - Please see sheet 110A(2B) for details regarding this manhole. • Where is the 24" safety end section located in phase 2B, I see the headwall w/ flared wings on sheet. - The 24" safety end treatment is at the end of SD LAT F-7a on the west side of South Whispering Hills. It is shown in plan view on sheet 59 (2B) and its profile is on sheet 62 (2B). • What is the difference between bid items 1-98 and 1-103? Please clarify the quantity on 1- 103; plans seem to indicate 2, but the bid tab shows 4. - Pay item 1-98 shall have a revised quantity of 6 for phase 2B. Pay item 1-103 shall have a zero(0) quantity for both phases. • The traffic control calls out low profile barrier(CTB).Can we use the F-Shape TY 1 (CTB)? - All means and methods are to be developed by the contractor, and must meet M.U.T.C.D.criteria. • Temporary shoring is needed during fill operation on Ph. 2A. Are you going to quantify and add a bid item? - Per addendum no. 1, "The traffic control plans for both phase 2A and 2B are for reference only. Any item callouts or quantities are suggested and not definite. The contractor is responsible for developing their own traffic control plans, and for estimating the lump sum cost based on their own individual methods and materials used." Since method, materials, and material quantities may vary for each contractor, no additional pay items will be provided. • Note 24 on sheet 66 (2A) indicates sidewalk and curb on bridge are incidental to bridge slab, but the bid form includes a bid item of 122cy.Which will govern? - Note 24 on sheet 66 (2A) has been modified. • Mechanical couplers are shown for abutment reinforcing steel at stage construction joints. Does this also apply to bents, bridge slab,and approach slabs? - Mechanical couplers are required for the bents and abutments; the transverse steel in the bridge & approach slabs is small enough that the steel projecting from the slab for lap length should be short enough not to interfere with traffic. • Bid item 1-1 1 1 - 20" bore casing for the 8" sanitary sewer. There is also 31' of 20" bore casing required for the 6" sanitary sewer, will you be adding another bid item or will this be considered as incidental to bid item 1-116? - The 20" bore casing for the 6" sanitary sewer service shall be considered incidental to pay item 1-116. • Sheets 15 & 25 (2A) show an apparent conflict at SW corner of the bridge between drill shaft and existing 24in waterline. Does the drill shaft move or the waterline, if the waterline moves how is it paid for?Also what type of waterline dip, pvc, rccp or? - Additional field study indicates that the 24" water line will not be in conflict with the proposed bridge abutment (although contractor must verify prior to drilling). If a 6 Addendum No.2 conflict is discovered once construction has begun, an appropriate design change will be issued at that time. • There is a bid item for HMAC (1757 sy). I know it was intended for placement if the projects were bid separate.Will you take it out of the bid proposal? - Since there is also a sizable quantity of HMAC transition on side streets (Cottonwood, Oak Trail, Shadydale), this quantity shall remain. Payment will be made on the basis of quantity installed. All other provisions of the plans, specifications and contract document for the project which are not expressly amended herein shall remain in full force. Failure to return a signed copy of the addendum with the Proposal shall be grounds for rendering the bid non-responsive. A signed copy of this addendum shall be placed into the Proposal at the time of bid submittal. Receipt Acknowledged: By: Title: 7 Addendum No. 2 * tnp teague nail&perkins West Sandy Lake Road,Phase 2A Project No.CPL00243 City of Coppell ITEM ESTIMATED UNIT DESCRIPTION OF ITEMS WITH UNIT TOTAL NO. QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT BID I-1 1 LS Mobilization ,complete in place,for the sum of Dollars and Cents per lump sum. $ $ 1-2 2 EA Project Sign ,complete in place,for the sum of Dollars and Cents per each. $ $ 1-3 1 LS Right of Way Preparation ,complete in place,for the sum of Dollars and Cents per lump sum. $ $ 1-4 1 LS Furnish,Install,Maintain,and Remove Temp.Traffic Control Devices ,complete in place,for the sum of Dollars and Cents per lump sum. $ $ 1-5 1 LS Furnish,Install,Maintain,and Remove Erosion Control Devices ,complete in place,for the sum of Dollars and Cents per lump sum. $ $ 1-6 5127 SY Remove and Dispose Asphalt Pavement ,complete in place,for the sum of Dollars and Cents per square yard. $ $ Phase 2A Bid Proposal-Page 1 of 34 *tnp teague nail&parkins West Sandy Lake Road,Phase 2A Project No.CPL00243 City of Coppell ITEM ESTIMATED UNIT DESCRIPTION OF ITEMS WITH UNIT TOTAL NO. QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT BID 1-7 2401 SY Remove and Dispose Concrete Roadway Pavement ,complete in place,for the sum of Dollars and Cents per square yard. $ $ 1-8 221 SY Remove and Dispose Concrete Driveways&Sidewalks ,complete in place,for the sum of Dollars and Cents per square yard. $ $ 1-9 183 SY Remove and Dispose Brick Pavers ,complete in place,for the sum of Dollars and Cents per square yard. $ $ 1-10 1 LS Remove and Dispose Bridge ,complete in place,for the sum of Dollars and Cents per lump sum. $ $ I-11 1 EA Remove and Replace Neighborhood Monument Sign ,complete in place,for the sum of Dollars and Cents per each. $ $ 1-12 0 EA Salvage&Relocate City Way Finding Sign ,complete in place,for the sum of Dollars and Cents per each. $ $ Phase 2A Bid Proposal-Page 2 of 34 tnp tongue nail&parkins West Sandy Lake Road,Phase 2A Project No.CPL00243 City of Coppell ITEM ESTIMATED UNIT DESCRIPTION OF ITEMS WITH UNIT TOTAL NO. QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT BID 1-13 0 LS Salvage&Relocate Decorative Sign at Arbor Manors ,complete in place,for the sum of Dollars and _Cents per lump sum. $ $ 1-14 0 LF Pipe Rail Fence ,complete in place,for the sum of Dollars and Cents per linear foot. $ $_ 1-15 0 EA Relocate Gate at 101 Cottonwood Drive ,complete in place,for the sum of Dollars and Cents per each. $ $ 1-16 0 EA Replace Mailbox ,complete in place,for the sum of Dollars and Cents per each. $ $ 1-17 17.9 STA Restore Parkways and Disturbed Areas ,complete in place,for the sum of Dollars and Cents per station. $ $ 1-18 0 SY Turf Reinforcement Matting w/Hydromulch Seeding ,complete in place,for the sum of Dollars and Cents per square yard. $ $ Phase 2A Bid Proposal-Page 3 of 34 *tnp teague nail&parkins West Sandy Lake Road,Phase 2A Project No.CPL00243 City of Coppell ITEM ESTIMATED UNIT DESCRIPTION OF ITEMS WITH UNIT TOTAL NO. QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT BID 1-19 7070 CY Unclassified Excavation ,complete in place,for the sum of Dollars and Cents per cubic yard. $ $ 1-20 4415 CY Borrow/Embankment ,complete in place,for the sum of Dollars and Cents per cubic yard. $ $ 1-21 0 SY 4"Gravel Driveway ,complete in place,for the sum of Dollars and Cents per square yard. $ $ 1-22 0 SY 6"Asphalt(HMAC)Pavement ,complete in place,for the sum of Dollars and Cents per square yard. $ $ 1-23 7588 SF 4"Reinforced Concrete Sidewalk ,complete in place,for the sum of Dollars and Cents per square foot. $ $ 1-24 7605 SF 6"Reinforced Concrete Trail(8-foot Wide) ,complete in place,for the sum of Dollars and Cents per square foot. $ $ Phase 2A Bid Proposal-Page 4 of 34 *tnp Teague nail&perkins West Sandy Lake Road,Phase 2A Project No.CPL00243 City of Coppell ITEM ESTIMATED UNIT DESCRIPTION OF ITEMS WITH UNIT TOTAL NO. QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT BID 1-25 0 SY 6"Reinforced Concrete Driveway ,complete in place,for the sum of Dollars and Cents per square yard. $ $ 1-26 0 SY 6"Reinforced Concrete Driveway-Exposed Aggregate Surface ,complete in place,for the sum of Dollars and Cents per square yard. $ $ 1-27 11039 SY 8"Reinforced Concrete Pavement with 6"Integral Curb ,complete in place,for the sum of Dollars and Cents per square yard. $ - $ 1-28 255 SY 6"Reinforced Stamped Concrete Pavement(Medians&Driveways) ,complete in place,for the sum of Dollars and Cents per square yard. $ $ 1-29 172 SY 8"Reinforced Stamped Concrete Pavement ,complete in place,for the sum of Dollars and Cents per square yard. $ $ 1-30 0 LF 6"Reinforced Concrete Curb&Gutter ,complete in place,for the sum of Dollars and Cents per linear foot. $ $ Phase 2A Bid Proposal-Page 5 of 34 np League nail 8 perkins West Sandy Lake Road,Phase 2A Project No.CPL00243 City of Coppell ITEM ESTIMATED UNIT DESCRIPTION OF ITEMS WITH UNIT TOTAL NO. QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT BID 1-31 1 EA Pedestrian Ramp-5'wide(Type 5) ,complete in place,for the sum of Dollars and Cents per each. $ $ 1-32 0 EA Pedestrian Ramp-5'wide(Type 6) ,complete in place,for the sum of Dollars and Cents per each. $ $ 1-33 3 EA Pedestrian Ramp-5'wide(Type 7) ,complete in place,for the sum of Dollars and Cents per each. $ $ 1-34 1 EA Pedestrian Ramp-8'wide(Type 5) ,complete in place,for the sum of Dollars and Cents per each. $ $ 1-35 1 EA Pedestrian Ramp-8'wide(Type 7) ,complete in place,for the sum of Dollars and Cents per each. $ $ 1-36 11954 SY 8"Cement Treated Subgrade ,complete in place,for the sum of Dollars and Cents per square yard. $ $ Phase 2A Bid Proposal-Page 6 of 34 *tnp teague nail&parkins West Sandy Lake Road,Phase 2A Project No.CPL00243 City of Coppell ITEM ESTIMATED UNIT DESCRIPTION OF ITEMS WITH UNIT TOTAL NO. QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT BID 1-37 191 TON Cement(32 LBS/SY)for Subgrade Treatment ,complete in place,for the sum of Dollars and Cents per ton. $ $ 1-38 186 SY Reinforced Concrete Flume ,complete in place,for the sum of Dollars and Cents per square yard. $ $ 1-39 3990 FF Retaining Wall-Modular Concrete Block ,complete in place,for the sum of Dollars and Cents per face foot. $ $ 1-40 7182 FF Retaining Wall-Cast-in-Place Concrete ,complete in place,for the sum of Dollars and Cents per face foot. $ $ 1-41 998 LF Pedestrian Rail ,complete in place,for the sum of Dollars and Cents per linear foot. $ $ 1-42 64 LF Thermoplastic White Striping(All Widths) ,complete in place,for the sum of Dollars and Cents per linear foot. $ $ Phase 2A Bid Proposal-Page 7 of 34 4Atnp teogue nail&parkins West Sandy Lake Road,Phase 2A Project No.CPL00243 City of Coppell ITEM ESTIMATED UNIT DESCRIPTION OF ITEMS WITH UNIT TOTAL NO. QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT BID 1-43 0 EA Permanent Pavement Marking Symbols(Turn Arrow&Only) ,complete in place,for the sum of Dollars and Cents per each. $ $ 1-44 414 EA Permanent Traffic Buttons ,complete in place,for the sum of Dollars and Cents per each. $ $ 1-45 7 EA Misc.Roadway Signs ,complete in place,for the sum of Dollars and Cents • per each. $ $ 1-46 237 LF 18"Reinforced Concrete Pipe(Class III) ,complete in place,for the sum of Dollars and Cents per linear foot. $ $ 1-47 0 LF 18"Reinforced Concrete Pipe(Class IV) ,complete in place,for the sum of Dollars and Cents per linear foot. $ $ 1-48 353 LF 21"Reinforced Concrete Pipe(Class Ill) ,complete in place,for the sum of Dollars and Cents per linear foot. $ $ Phase 2A Bid Proposal-Page 8 of 34 * tnp league nail 8 perkins West Sandy Lake Road,Phase 2A Project No.CPL0O243 City of Coppell ITEM ESTIMATED UNIT DESCRIPTION OF ITEMS WITH UNIT TOTAL NO. QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT BID 1-49 218 LF 24"Reinforced Concrete Pipe(Class III) ,complete in place,for the sum of Dollars and Cents per linear foot. $ $ 1-50 180 LF 30"Reinforced Concrete Pipe(Class III) ,complete in place,for the sum of Dollars and Cents per linear foot. $ $ 1-51 0 LF 36"Reinforced Concrete Pipe(Class III) ,complete in place,for the sum of Dollars and Cents per linear foot. $ $ 1-52 0 LF 42"Reinforced Concrete Pipe(Class III) ,complete in place,for the sum of Dollars and Cents per linear foot. $ $ 1-53 0 LF 48"Reinforced Concrete Pipe(Class Ill) ,complete in place,for the sum of Dollars and Cents per linear foot. $ $ 1-54 22 LF 4'x 2'Reinforced Concrete Box ,complete in place,for the sum of Dollars and Cents per linear foot. $ $ Phase 2A Bid Proposal-Page 9 of 34 *tnp teague nail&parkins West Sandy Lake Road,Phase 2A Project No.CPLO0243 City of Coppell ITEM ESTIMATED UNIT DESCRIPTION OF ITEMS WITH UNIT TOTAL NO. QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT BID 1-55 0 LF 6'x 3'Reinforced Concrete Box ,complete in place,for the sum of Dollars and Cents per linear foot. $ $ 1-56 0 LF 8'x 3'Reinforced Concrete Box ,complete in place,for the sum of Dollars and Cents per linear foot. $ $ 1-57 0 LF 8'x 4'Reinforced Concrete Box ,complete in place,for the sum of Dollars and Cents per linear foot. $ $ 1-58 0 LF 10'x 8'Reinforced Concrete Box ,complete in place,for the sum of Dollars and Cents per linear foot. $ $ 1-59 0 EA 10'Non-Recessed Curb Inlet ,complete in place,for the sum of Dollars and Cents per each. $ $ 1-60 0 EA 15'Non-Recessed Curb Inlet ,complete in place,for the sum of Dollars and Cents per each. $ $ Phase 2A Bid Proposal-Page 10 of 34 *tnp League nail&perkins West Sandy Lake Road,Phase 2A Project No.CPL00243 City of Coppell ITEM ESTIMATED UNIT DESCRIPTION OF ITEMS WITH UNIT TOTAL NO. QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT BID 1-61 0 EA 20'Non-Recessed Curb Inlet ,complete in place,for the sum of Dollars and Cents per each. $ $ 1-62 8 EA 10'Recessed Curb Inlet ,complete in place,for the sum of Dollars and Cents per each. $ $ 1-63 0 EA 15'Recessed Curb Inlet ,complete in place,for the sum of Dollars and Cents per each. $ $ 1-64 0 EA 20'Recessed Curb Inlet ,complete in place,for the sum of Dollars and Cents per each. $ $ 1-65 3 EA 2'x 2'Catch Basin ,complete in place,for the sum of Dollars and Cents per each. $ $ 1-66 2 EA 4'x 4'Storm Drain Manhole ,complete in place,for the sum of Dollars and Cents per each. $ $ Phase 2A Bid Proposal-Page 11 of 34 *tnp teague nail&parkins West Sandy Lake Road,Phase 2A Project No.CPL00243 City of Coppell ITEM ESTIMATED UNIT DESCRIPTION OF ITEMS WITH UNIT TOTAL NO. QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT BID 1-67 0 EA 5'x 5'Storm Drain Manhole ,complete in place,for the sum of Dollars and Cents per each. $ $ 1-68 0 EA 9'x 9'Storm Drain Manhole ,complete in place,for the sum of Dollars and Cents per each. $ $ 1-69 0 EA Safety End Treatment(6:1)for 24"RCP ,complete in place,for the sum of Dollars and Cents per each. $ $ 1-70 2 EA Concrete Headwall with Parallel Wings for 18"RCP ,complete in place,for the sum of Dollars and Cents per each. $ $ 1-71 2 EA Gabion Concrete Collar for Storm Drain ,complete in place,for the sum of Dollars and Cents per each. $ $ 1-72 0 EA Concrete Headwall for 24"RCP ,complete in place,for the sum of Dollars and Cents per each. $ $ Phase 2A Bid Proposal-Page 12 of 34 *tnp teary*nail&perkins West Sandy Lake Road,Phase 2A Project No.CPL00243 City of Coppell ITEM ESTIMATED UNIT DESCRIPTION OF ITEMS WITH UNIT TOTAL NO. QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT BID 1-73 2 EA Concrete Headwall with Straight Wings for 4'x 2'RCB ,complete in place,for the sum of Dollars and Cents per each. $ $ 1-74 0 EA Concrete Headwall with Flared Wingwalls for 6'x 3'RCB ,complete in place,for the sum of Dollars and Cents per each. $ $ 1-75 1010 LF Trench Safety for Storm Drain(RCP&RCB) ,complete in place,for the sum of Dollars and Cents per linear foot. $ $ 1-76 0 CY Channel Grading ,complete in place,for the sum of Dollars and Cents per cubic yard. $ $ 1-77 0 SY 18"Thick Rock Riprap ,complete in place,for the sum of Dollars and Cents per square yard. $ $ I-78 27 CY 18"Gabion Mattress ,complete in place,for the sum of Dollars and Cents per cubic yard. $ $ Phase 2A Bid Proposal-Page 13 of 34 tnp teague null&perkins West Sandy Lake Road,Phase 2A Project No.CPL00243 City of Coppell ITEM ESTIMATED UNIT DESCRIPTION OF ITEMS WITH UNIT TOTAL NO. QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT BID 1-79 626 CY Gabion Wall ,complete in place,for the sum of Dollars and Cents per cubic yard. $ $ 1-80 1 LS Pond Liner ,complete in place,for the sum of Dollars and Cents per lump sum. $ $ 1-81 0 LF 6"PVC Water Line ,complete in place,for the sum of Dollars and Cents per linear foot. $ $ 1-82 320 LF 8"PVC Water Line ,complete in place,for the sum of Dollars and Cents per linear foot. $ $ 1-83 0 LS Lower 24"RCCP Water Line ,complete in place,for the sum of Dollars and Cents per lump sum. $ $ 1-84 0 EA Lower Existing Water Line(all sizes except 24"RCCP Water Line) ,complete in place,for the sum of Dollars and Cents per each. $ $ Phase 2A Bid Proposal-Page 14 of 34 tnp teases nail&perkins West Sandy Lake Road,Phase 2A Project No.CPL00243 City of Coppell ITEM ESTIMATED UNIT DESCRIPTION OF ITEMS WITH UNIT TOTAL NO. QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT BID 1-85 0 EA 6"Blow-off Assembly for 24"RCCP Water Line ,complete in place,for the sum of Dollars and Cents per each. $ $ 1-86 0 LF Bore,Furnish and Install 20"Casing for 8"PVC Water Pipe ,complete in place,for the sum of Dollars and Cents per linear foot. $ $ 1-87 2 EA 8"x 8"Tapping Sleeve w/8"Valve ,complete in place,for the sum of Dollars and Cents per each. $ $ 1-88 0 EA 24"x 8"Tapping Sleeve w/8"Valve ,complete in place,for the sum of Dollars and Cents per each. $ $ 1-89 0 EA 24"x 6"Tapping Sleeve w/6"Valve ,complete in place,for the sum of Dollars and Cents per each. $ $ 1-90 0 EA 6"Gate Valve ,complete in place,for the sum of Dollars and Cents per each. $ $ Phase 2A Bid Proposal-Page 15 of 34 Ato tnp teague nail&perkins West Sandy Lake Road,Phase 2A Project No.CPL00243 City of Coppell ITEM ESTIMATED UNIT DESCRIP11ON OF ITEMS WITH UNIT TOTAL NO. QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT BID 1-91 0 EA 8"Gate Valve ,complete in place,for the sum of Dollars and Cents per each. $ $ 1-92 2 EA Connect to Existing Water Line ,complete in place,for the sum of Dollars and Cents per each. $ $ 1-93 1 LS Abandon Existing Water Line complete in place,for the sum of Dollars and Cents per lump sum. $ $ 1-94 1 EA Remove and Salvage Exist FH Assembly ,complete in place,for the sum of Dollars and Cents per each. $ $ 1-95 2 EA Remove and Salvage Exist Water Valves ,complete in place,for the sum of Dollars and Cents per each. $ $ 1-96 0 EA Fire Hydrant Assembly ,complete in place,for the sum of Dollars and Cents per each. $ $ Phase 2A Bid Proposal-Page 16 of 34 *tnp teague nail&parkins West Sandy Lake Road,Phase 2A Project No.CPL00243 City of Coppell ITEM ESTIMATED UNIT DESCRIPTION OF ITEMS WITH UNIT TOTAL NO. QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT BID 1-97 0 LS Remove and Replace Detector Check Valve and Vault for 6"Water Service w/meter ,complete in place,for the sum of Dollars and Cents per lump sum. $ $ 1-98 0 EA 1"Copper(Type'K')Water Service(Various Lengths) ,complete in place,for the sum of Dollars and Cents per each. $ $ 1-99 2 EA 1.5"Copper(Type'K')Water Service(Various Lengths) ,complete in place,for the sum of Dollars and Cents per each. $ $ 1-100 1 EA 2"Copper(Type'K')Water Service(Various Lengths) ,complete in place,for the sum of Dollars and Cents per each. $ $ 1-101 0 LF Bore for 1"and 1.5"Water Service ,complete in place,for the sum of Dollars and Cents per linear foot. $ $ 1-102 5 EA Adjust Exist.Valve Stack to Grade ,complete in place,for the sum of Dollars and Cents per each. $ $ Phase 2A Bid Proposal-Page 17 of 34 *tnp teague nail&perkins West Sandy Lake Road,Phase 2A Project No.CPL00243 City of Coppell ITEM ESTIMATED UNIT DESCRIPTION OF ITEMS WITH UNIT TOTAL NO. QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT BID 1-103 0 EA Relocate Existing Water Services at Oak Trail and Shadydale Drive ,complete in place,for the sum of Dollars and Cents per each. $ $ 1-104 1 EA Replace Water Meter Can and Setter ,complete in place,for the sum of Dollars and Cents per each. $ $ 1-105 1 EA Remove and Relocate Exist.Water Meter,Meter Can,and Setter ,complete in place,for the sum of Dollars and Cents per each. $ $ 1-106 260 LF Trench Safety for Water Line ,complete in place,for the sum of Dollars and Cents per linear foot. $ $ 1-107 0 LF 8"PVC SS Line(SDR-35)All Depths ,complete in place,for the sum of Dollars and Cents per linear foot. $ $ 1-108 0 LF 10"PVC SS Line(SDR-35)All Depths ,complete in place,for the sum of Dollars and Cents per linear foot. $ $ Phase 2A Bid Proposal-Page 18 of 34 * tnp Tongue null&parkins West Sandy Lake Road,Phase 2A Project No.CPL00243 City of Coppell ITEM ESTIMATED UNIT DESCRIPTION OF ITEMS WITH UNIT TOTAL NO. QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT BID 1-109 0 LF 8"Pressure-Rated(min.150 PSI)Sewer Pipe w/cement stabilized backfill ,complete in place,for the sum of Dollars and Cents per linear foot. $ $ 1-110 0 LF 10"Pressure-Rated(min. 150 PSI)Sewer Pipe w/cement stabilized backfill ,complete in place,for the sum of Dollars and Cents per linear foot. $ $ 1-111 0 LF Bore,Furnish and Install 20"Casing for 8"PVC Sewer Pipe ,complete in place,for the sum of Dollars and Cents per linear foot. $ $ 1-112 0 EA 4'Diameter Sanitary Sewer Manholes(All Depths) ,complete in place,for the sum of Dollars and Cents per each. $ $ 1-113 0 EA 4'Diameter Sanitary Sewer Outside Drop Manhole ,complete in place,for the sum of Dollars and Cents per each. $ $ 1-114 0 EA Concrete Bridge for Sanitary Sewer Line ,complete in place,for the sum of Dollars and Cents per each. $ $ Phase 2A Bid Proposal-Page 19 of 34 *tnp league nail&perkins West Sandy Lake Road,Phase 2A Project No.CPLO0243 City of Coppell ITEM ESTIMATED UNIT DESCRIPTION OF ITEMS WITH UNIT TOTAL NO. QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT BID 1-115 0 EA 4"Sanitary Sewer Service(Various Lengths) ,complete in place,for the sum of Dollars and Cents per each. $ $ 1-116 0 EA 6"Sanitary Sewer Service(SDR-35),All Depths ,complete in place,for the sum of Dollars and Cents per each. $ $ 1-117 0 EA Remove Exist.Sanitary Sewer Manhole ,complete in place,for the sum of Dollars and Cents per each. $ $ 1-118 0 EA Minor Adjustment of Exist.Manhole Rim to Grade ,complete in place,for the sum of Dollars and Cents per each. $ $ 1-119 0 EA Major Adjustment of Exist.Manhole Rim to Grade ,complete in place,for the sum of Dollars and Cents per each. $ $ 1-120 2 EA Adjust Cleanout to Grade ,complete in place,for the sum of Dollars and Cents per each. $ $ Phase 2A Bid Proposal-Page 20 of 34 *tnp League nail&parkins West Sandy Lake Road,Phase 2A Project No.CPL00243 City of Coppell ITEM ESTIMATED UNIT DESCRIPTION OF ITEMS WITH UNIT TOTAL NO. QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT BID 1-121 0 LF Trench Safety for Sanitary Sewer ,complete in place,for the sum of Dollars and Cents per linear foot. $ $ 1-122 0 EA Highway Traffic Signal-South Coppell Road Intersection ,complete in place,for the sum of Dollars and Cents per each. $ $ 1-123 0 EA Highway Traffic Signal-Whispering Hills Intersection ,complete in place,for the sum of Dollars and Cents per each. $ $ 1-124 0 EA Highway Traffic Signal-Denton Tap Road Intersection ,complete in place,for the sum of Dollars and Cents per each. $ $ 1-125 0 EA Traffic Signal Pole w/32-Foot Mast Arm ,complete in place,for the sum of Dollars and Cents per each. $ $ 1-126 0 EA Traffic Signal Pole w/36-Foot Mast Arm ,complete in place,for the sum of • Dollars and Cents per each. $ $ Phase 2A Bid Proposal-Page 21 of 34 *tnp Teague nail&perkins West Sandy Lake Road,Phase 2A Project No.CPL00243 City of Coppell ITEM ESTIMATED UNIT DESCRIPTION OF ITEMS WITH UNIT TOTAL NO. QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT BID 1-127 0 EA Traffic Signal Pole w/48-Foot Mast Arm ,complete in place,for the sum of Dollars and Cents per each. $ $ 1-128 0 EA Traffic Signal Pole w/52-Foot Mast Arm ,complete in place,for the sum of Dollars and Cents per each. $ $ 1-129 0 EA Pedestal Signal Pole-5-Foot ,complete in place,for the sum of Dollars and Cents per each. $ $ 1-130 0 EA Pedestal Signal Pole-8-Foot ,complete in place,for the sum of Dollars and Cents per each. $ $ 1-131 0 EA Pedestal Pole Foundation(24-A) ,complete in place,for the sum of Dollars and Cents per each. $ $ 1-132 0 EA Pole Foundation(30-A) ,complete in place,for the sum of Dollars and Cents per each. $ $ Phase 2A Bid Proposal-Page 22 of 34 s)► tnp teepee nail&perkins West Sandy Lake Road,Phase 2A Project No.CPL00243 City of Coppell ITEM ESTIMATED UNIT DESCRIPTION OF ITEMS WITH UNIT TOTAL NO. QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT BID 1-133 0 EA Pole Foundation(36-A) ,complete in place,for the sum of Dollars and Cents per each. $ $ 1-134 0 EA Pole Foundation(48-A) ,complete in place,for the sum of Dollars and Cents per each. $ $ 1-135 7 EA Roadway Light Foundations ,complete in place,for the sum of Dollars and Cents per each. $ $ 1-136 4 EA Bridge Banner Pole Assembly ,complete in place,for the sum of Dollars and Cents per each. $ $ 1-137 6 EA Bridge Illumination Pole ,complete in place,for the sum of Dollars and Cents per each. $ $ 1-138 6 EA Antique Luminaire-Type ZP26 ,complete in place,for the sum of Dollars and Cents per each. $ $ Phase 2A Bid Proposal-Page 23 of 34 *tnp teague nail&parkins West Sandy Lake Road,Phase 2A Project No.CPL00243 City of Coppell ITEM ESTIMATED UNIT DESCRIPTION OF ITEMS WITH UNIT TOTAL NO. QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT BID 1-139 0 EA Traffic Signal Controller Foundation ,complete in place,for the sum of Dollars and Cents per each. $ $ 1-140 0 EA 3-Section Signal Head w/Backplates ,complete in place,for the sum of Dollars and Cents per each. $ $ 1-141 0 EA 4-Section Signal Head w/Backplates ,complete in place,for the sum of Dollars and Cents per each. $ $ 1-142 0 EA Pedestrian Signal Heads Count Down Type ,complete in place,for the sum of Dollars and Cents per each. $ $ 1-143 0 EA Accessible Pedestrian Signal(APS)Pushbutton Station ,complete in place,for the sum of Dollars and Cents per each. $ $ 1-144 0 EA Uni-Directional Opticom Detector ,complete in place,for the sum of Dollars and Cents per each. $ $ Phase 2A Bid Proposal-Page 24 of 34 *tnp Teague null&parkins West Sandy Lake Road,Phase 2A Project No.CPL00243 City of Coppell ITEM ESTIMATED UNIT DESCRIPTION OF ITEMS WITH UNIT TOTAL NO. QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT BID 1-145 0 EA Traffic Signal Confirmation Lights ,complete in place,for the sum of Dollars and Cents per each. $ $ 1-146 0 EA Video Imaging Vehicle Detection System ,complete in place,for the sum of Dollars and Cents _ per each. $ $ 1-147 0 EA Cabinet Mounted Communication Equipment(S.Coppell&WH) ,complete in place,for the sum of Dollars and Cents per each. $ $ 1-148 0 LS Remove&Reinstall Cabinet Mounted Communication Equipment ,complete in place,for the sum of Dollars and Cents per lump sum. $ $ 1-149 1680 LF 2"PVC Sch.40 Conduit(Trench) ,complete in place,for the sum of Dollars and Cents per linear foot. $ $ 1-150 80 LF 2"PVC Sch.40 Conduit(Bore) ,complete in place,for the sum of Dollars and Cents per linear foot. $_ $ Phase 2A Bid Proposal-Page 25 of 34 *tnp Teague nail&parkins West Sandy Lake Road,Phase 2A Project No.CPL00243 City of Coppell ITEM ESTIMATED UNIT DESCRIPTION OF ITEMS WITH UNIT TOTAL NO. QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT BID 1-151 1805 LF 3"PVC Sch.40 Conduit(Trench) ,complete in place,for the sum of Dollars and Cents per linear foot. $ $ 1-152 110 LF 3"PVC Sch.40 Conduit(Bore) ,complete in place,for the sum of Dollars and Cents per linear foot. $ $ 1-153 0 LF 4"PVC Sch.40 Conduit(Trench) ,complete in place,for the sum of Dollars and Cents per linear foot. $ $ 1-154 0 LF 2"PVC Sch.80 Conduit ,complete in place,for the sum of Dollars and Cents per linear foot. $ $ 1-155 0 LF Conduit Bank for 2"and 3"PVC Conduit ,complete in place,for the sum of Dollars and Cents per linear foot. $ $ 1-156 5 EA Type'A'Ground Box ,complete in place,for the sum of Dollars and Cents per each. $ $ Phase 2A Bid Proposal-Page 26 of 34 *tnp tongue nail&perkins West Sandy Lake Road,Phase 2A Project No.CPL00243 City of Coppell ITEM ESTIMATED UNIT DESCRIPTION OF ITEMS WITH UNIT TOTAL NO. QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT BID 1-157 0 EA Type'C'Ground Box ,complete in place,for the sum of Dollars and Cents per each. $ $ 1-158 1 EA Oncor Ground Box ,complete in place,for the sum of Dollars and Cents per each. $ $ 1-159 0 LF 3 Conductor#6 Gauge Wire ,complete in place,for the sum of Dollars and Cents per linear foot. $ $ 1-160 0 LF 1 Conductor#8 Gauge Bare Wire ,complete in place,for the sum of Dollars and Cents per linear foot. 1-161 670 LF 1 Conductor#10 Gauge Bare Wire ,complete in place,for the sum of Dollars and Cents per linear foot. $ $ 1-162 670 LF 1 Conductor#10 XHHW Wire-Red ,complete in place,for the sum of Dollars and Cents per linear foot. $ $ Phase 2A Bid Proposal-Page 27 of 34 *tnp league nail&perking West Sandy Lake Road,Phase 2A Project No.CPL00243 City of Coppell ITEM ESTIMATED UNIT DESCRIPTION OF ITEMS WITH UNIT TOTAL NO. QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT BID 1-163 670 LF 1 Conductor#10 XHHW Wire-Black ,complete in place,for the sum of Dollars and Cents per linear foot. $ $ 1-164 0 LF 1 Conductor#12 XHHW Wire ,complete in place,for the sum of Dollars and Cents per linear foot. $ $ 1-165 0 LF Opticom Cable ,complete in place,for the sum of Dollars and Cents per linear foot. $ $ 1-166 0 LF Video Cable ,complete in place,for the sum of Dollars and Cents per linear foot. $ $ 1-167 0 LF 3 Conductor#14 Gauge Wire ,complete in place,for the sum of Dollars and Cents per linear foot. $ $ 1-168 0 LF 5 Conductor#14 Gauge Wire ,complete in place,for the sum of Dollars and Cents per linear foot. $ $ Phase 2A Bid Proposal-Page 28 of 34 tnp league nail&parkins West Sandy Lake Road,Phase 2A Project No.CPL00243 City of Coppell ITEM ESTIMATED UNIT DESCRIPTION OF ITEMS WITH UNIT TOTAL NO. QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT BID 1-169 0 LF 7 Conductor#14 Gauge Wire ,complete in place,for the sum of Dollars and Cents per linear foot. $ $ 1-170 0 LF 20 Conductor#14 Gauge Wire ,complete in place,for the sum of Dollars and Cents per linear foot. $ $ 1-171 2225 LF 12 Strand Corning AnyLan Pre-terminated Fiber ,complete in place,for the sum of Dollars and Cents per linear foot. $ $ 1-172 1 EA Power Service and Pedestal Equipment complete in place,for the sum of Dollars and Cents per each. $ $ 1-173 0 EA Opticom Detector Phase Selector ,complete in place,for the sum of Dollars and Cents per each. $ $ 1-174 0 EA UPS System ,complete in place,for the sum of Dollars and Cents per each. $ $ Phase 2A Bid Proposal-Page 29 of 34 *tnp League null&parkins West Sandy Lake Road,Phase 2A Project No.CPL00243 City of Coppell ITEM ESTIMATED UNIT DESCRIPTION OF ITEMS WITH UNIT TOTAL NO. QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT BID 1-175 0 EA Illuminated Street Name Signs ,complete in place,for the sum of Dollars and Cents per each. $ $ 1-176 0 EA Remove and Reinstall Illuminated Street Name Signs at Denton Tap Intersection ,complete in place,for the sum of Dollars and Cents per each. $_ $ 1-177 0 LS Temporary Signal at Denton Tap ,complete in place,for the sum of Dollars and Cents per lump sum. $ $ 1-178 0 LS Temporary Signal at Whispering Hills ,complete in place,for the sum of Dollars and Cents per lump sum. 1-179 1 LS Temporary Signal at Coppell Road North ,complete in place,for the sum of Dollars and Cents per lump sum. $ $ 1-180 530 CY Bridge-Flexible Base,Type D,Grade 1,Measurement Class C(TxDOT Item 247) ,complete in place,for the sum of Dollars and Cents per cubic yard. Phase 2A Bid Proposal-Page 30 of 34 *tnp teepee nail&perkins West Sandy Lake Road,Phase 2A Project No.CPL00243 City of Coppell ITEM ESTIMATED UNIT DESCRIPTION OF ITEMS WITH UNIT TOTAL NO. QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT BID 1-181 166 LF Bridge-Drilled Shaft-18"(TxDOT Item 416) ,complete in place,for the sum of Dollars and Cents per linear foot. $ $ 1-182 1197 LF Bridge-Drilled Shaft-36"(TxDOT Item 416) ,complete in place,for the sum of Dollars and Cents per linear foot. $ $ 1-183 97 CY Bridge-Class'C'Concrete for Abutments(TxDOT Item 420) ,complete in place,for the sum of Dollars and Cents per cubic yard. $ $ 1-184 117 CY Bridge-Class'C'Concrete for Bents(TxDOT Item 420) ,complete in place,for the sum of Dollars and Cents per cubic yard. $ $ 1-185 177 CY Bridge-Class'S'Concrete for Approach Slab(TxDOT Item 420) ,complete in place,for the sum of Dollars and Cents per cubic yard. $ $ 1-186 122 CY Bridge-Class'S'Concrete for Sidewalk and Median Curbs(TxDOT Item 420) ,complete in place,for the sum of Dollars and Cents per cubic yard. $ $ Phase 2A Bid Proposal-Page 31 of 34 tnp teague nail&parkins West Sandy Lake Road,Phase 2A Project No.CPL00243 City of Coppell ITEM ESTIMATED UNIT DESCRIPTION OF ITEMS WITH UNIT TOTAL NO. QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT BID 1-187 18 CY Bridge-Class'B'Concrete for Paver Base(TxDOT Item 420) ,complete in place,for the sum of Dollars and Cents per cubic yard. $ $ 1-188 12150 SF Bridge-Class'S'Concrete for Slab(TxDOT Item 422) ,complete in place,for the sum of Dollars and Cents per square foot. $ $ 1-189 1633 LF Bridge-Prestressed Concrete I-Girders Type TX-28(TxDOT Item 425) ,complete in place,for the sum of Dollars and Cents per linear foot. $ $ 1-190 393 LF Bridge-Combination Rail 42"High(TxDOT Item 450) ,complete in place,for the sum of Dollars and Cents per linear foot. $ $ 1-191 355 LF Bridge-Combination Rail 54"High(TxDOT Item 450) ,complete in place,for the sum of Dollars and Cents per linear foot. $ $ 1-192 120 LF Bridge-Sealed Expansion Joint(4 IN)(SEJ-A)(TxDOT Item 454) ,complete in place,for the sum of Dollars and Cents per linear foot. $ $ Phase 2A Bid Proposal-Page 32 of 34 °,"tnp tongue nail&parkins West Sandy Lake Road,Phase 2A Project No.CPL00243 City of Coppell ITEM ESTIMATED UNIT DESCRIPTION OF ITEMS WITH UNIT TOTAL NO. QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT BID 1-193 200 LF Bridge-Temporary Concrete Traffic Barrier(TxDOT Item 512) ,complete in place,for the sum of Dollars and Cents per linear foot. $ $ 1-194 0 LF Bridge-Remove&Replace Temporary Concrete Traffic Barrier ,complete in place,for the sum of Dollars and Cents per linear foot. $ $ 1-195 535 LF Bridge-Electrical Conduit 2"Dia(TxDOT Item 618) ,complete in place,for the sum of Dollars and Cents per linear foot. $ $ 1-196 200 LF Bridge-Electrical Conduit 3"Dia(TxDOT Item 618) ,complete in place,for the sum of Dollars and Cents per linear foot. 1-197 1 LS Landscaping ,complete in place,for the sum of Dollars and Cents per lump sum. $ $ 1-198 1 LS Irrigation for Landscape ,complete in place,for the sum of Dollars and Cents per lump sum. $ $ Phase 2A Bid Proposal-Page 33 of 34 *tnp teague nail&perkins West Sandy Lake Road,Phase 2A Project No.CPL00243 City of Coppell ITEM ESTIMATED UNIT DESCRIPTION OF ITEMS WITH UNIT TOTAL NO. QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT BID 1-199 1 LS Repair,Replace and/or Modify Existing Irrigation Systems ,complete in place,for the sum of Dollars and Cents per lump sum. $ $ 1-200 442 LB Sidewalk Expansion Joint Cover Plate(TxDOT Item 442) ,complete in place,for the sum of Dollars and Cents per pound. $ $ TOTAL $ Phase 2A Bid Proposal-Page 34 of 34 * tnp teague nail&perkins West Sandy Lake Road,Phase 2B Project No.CPL00243 City of Coppell ITEM ESTIMATED UNIT DESCRIPTION OF ITEMS WITH UNIT TOTAL NO. QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT BID I-1 1 LS Mobilization ,complete in place,for the sum of Dollars and Cents per lump sum. $ $ 1-2 2 EA Project Sign ,complete in place,for the sum of Dollars and Cents - per each. $ $ 1-3 1 LS Right of Way Preparation ,complete in place,for the sum of Dollars and Cents per lump sum. $ $ 1-4 1 LS Furnish,Install,Maintain,and Remove Temp.Traffic Control Devices ,complete in place,for the sum of Dollars and Cents per lump sum. $ $ 1-5 1 LS Furnish,Install,Maintain,and Remove Erosion Control Devices ,complete in place,for the sum of Dollars and Cents per lump sum. 1-6 14602 SY Remove and Dispose Asphalt Pavement ,complete in place,for the sum of Dollars and Cents per square yard. $ $ Phase 2B Bid Proposal-Page 1 of 34 4'' tnp feague nail&perkins West Sandy Lake Road,Phase 2B Project No.CPL00243 City of Coppell ITEM ESTIMATED UNIT DESCRIPTION OF ITEMS WITH UNIT TOTAL NO. QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT BID 1-7 3860 SY Remove and Dispose Concrete Roadway Pavement ,complete in place,for the sum of Dollars and Cents per square yard. $ $- I-8 1944 SY Remove and Dispose Concrete Driveways&Sidewalks ,complete in place,for the sum of Dollars and Cents per square yard. $ $ 1-9 170 SY Remove and Dispose Brick Pavers ,complete in place,for the sum of Dollars and Cents per square yard. $ $ 1-10 0 LS Remove and Dispose Bridge ,complete in place,for the sum of Dollars and Cents per lump sum. $ $ 1-11 0 EA Remove and Replace Neighborhood Monument Sign ,complete in place,for the sum of Dollars and Cents per each. $ $ 1-12 1 EA Salvage&Relocate City Way Finding Sign ,complete in place,for the sum of Dollars and Cents per each. Phase 2B Bid Proposal-Page 2 of 34 *tnp league nail&parkins West Sandy Lake Road,Phase 2B Project No.CPL00243 City of Coppell ITEM ESTIMATED UNIT DESCRIPTION OF ITEMS WITH UNIT TOTAL NO. QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT BID 1-13 1 LS Salvage&Relocate Decorative Sign at Arbor Manors ,complete in place,for the sum of Dollars and Cents per lump sum. 1-14 484 LF Pipe Rail Fence ,complete in place,for the sum of Dollars and Cents per linear foot. $ $ 1-15 1 EA Relocate Gate at 101 Cottonwood Drive ,complete in place,for the sum of Dollars and Cents per each. $ $ 1-16 2 EA Replace Mailbox ,complete in place,for the sum of Dollars and Cents per each. $ $ 1-17 55 STA Restore Parkways and Disturbed Areas ,complete in place,for the sum of Dollars and Cents per station. $ $ 1-18 200 SY Turf Reinforcement Matting w/Hydromulch Seeding ,complete in place,for the sum of Dollars and _Cents per square yard. Phase 2B Bid Proposal-Page 3 of 34 * tnp league nail&perkins West Sandy Lake Road,Phase 2B Project No.CPL00243 City of Coppell ITEM ESTIMATED UNIT DESCRIPTION OF ITEMS WITH UNIT TOTAL NO. QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT BID 1-19 28000 CY Unclassified Excavation ,complete in place,for the sum of Dollars and Cents per cubic yard. $ $ 1-20 0 CY Borrow/Embankment ,complete in place,for the sum of Dollars and Cents per cubic yard. 1-21 50 SY 4"Gravel Driveway ,complete in place,for the sum of Dollars and Cents per square yard. $ $ 1-22 1757 SY 6"Asphalt(HMAC)Pavement ,complete in place,for the sum of Dollars and Cents per square yard. 1-23 2460 SF 4"Reinforced Concrete Sidewalk ,complete in place,for the sum of Dollars and Cents per square foot. $ $ 1-24 2800 SF 6"Reinforced Concrete Trail(8-foot Wide) ,complete in place,for the sum of Dollars and Cents per square foot. $ $_ Phase 2B Bid Proposal-Page 4 of 34 " tnp teague nail 8 perkins West Sandy Lake Road,Phase 28 Project No.CPL0O243 City of Coppell ITEM ESTIMATED UNIT DESCRIPTION OF ITEMS WITH UNIT TOTAL NO. QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT BID 1-25 1448 SY 6"Reinforced Concrete Driveway ,complete in place,for the sum of Dollars and Cents per square yard. $ $ 1-26 33 SY 6"Reinforced Concrete Driveway-Exposed Aggregate Surface ,complete in place,for the sum of Dollars and Cents _ per square yard. $ $ 1-27 30557 SY 8"Reinforced Concrete Pavement with 6"Integral Curb ,complete in place,for the sum of Dollars and Cents per square yard. $ $ 1-28 1164 SY 6"Reinforced Stamped Concrete Pavement(Medians&Driveways) ,complete in place,for the sum of Dollars and Cents per square yard. $_ $ 1-29 585 SY 8"Reinforced Stamped Concrete Pavement ,complete in place,for the sum of Dollars and Cents per square yard. $ $ 1-30 40 LF 6"Reinforced Concrete Curb&Gutter ,complete in place,for the sum of Dollars and Cents per linear foot. $ $ Phase 2B Bid Proposal-Page 5 of 34 *tnp teepee nall&perkins West Sandy Lake Road,Phase 2B Project No.CPL00243 City of Coppell ITEM ESTIMATED UNIT DESCRIPTION OF ITEMS WITH UNIT TOTAL NO. QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT BID 1-31 2 EA Pedestrian Ramp-5'wide(Type 5) ,complete in place,for the sum of Dollars and Cents per each. $ $ 1-32 1 EA Pedestrian Ramp-5'wide(Type 6) ,complete in place,for the sum of Dollars and Cents per each. $ $ 1-33 13 EA Pedestrian Ramp-5'wide(Type 7) ,complete in place,for the sum of Dollars and Cents per each. $ $ 1-34 3 EA Pedestrian Ramp-8'wide(Type 5) ,complete in place,for the sum of Dollars and Cents per each. $ $ 1-35 10 EA Pedestrian Ramp-8'wide(Type 7) ,complete in place,for the sum of Dollars and Cents per each. $ $ 1-36 31835 SY 8"Cement Treated Subgrade ,complete in place,for the sum of Dollars and Cents per square yard. $ $ Phase 2B Bid Proposal-Page 6 of 34 * tnp 'sagas nail&parkins West Sandy Lake Road,Phase 28 Project No.CPL00243 City of Coppell ITEM ESTIMATED UNIT DESCRIPTION OF ITEMS WITH UNIT TOTAL NO. QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT BID 1-37 510 TON Cement(32 LBS/SY)for Subgrade Treatment ,complete in place,for the sum of Dollars and Cents per ton. $ $ 1-38 0 SY Reinforced Concrete Flume ,complete in place,for the sum of Dollars and _Cents per square yard. $ $ 1-39 835 FF Retaining Wall-Modular Concrete Block ,complete in place,for the sum of Dollars and Cents per face foot. $ $ 1-40 0 FF Retaining Wall-Cast-in-Place Concrete ,complete in place,for the sum of Dollars and Cents per face foot. $ $ 1-41 62 LF Pedestrian Rail ,complete in place,for the sum of Dollars and Cents per linear foot. $ $ 1-42 1320 LF Thermoplastic White Striping(All Widths) ,complete in place,for the sum of Dollars and Cents per linear foot. $ $ Phase 2B Bid Proposal-Page 7 of 34 * tnp feague nail&perkins West Sandy Lake Road,Phase 28 Project No.CPL00243 City of Coppell ITEM ESTIMATED UNIT DESCRIPTION OF ITEMS WITH UNIT TOTAL NO. QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT BID 1-43 10 EA Permanent Pavement Marking Symbols(Turn Arrow&Only) ,complete in place,for the sum of Dollars and Cents per each. $ $ 1-44 2219 EA Permanent Traffic Buttons ,complete in place,for the sum of Dollars and Cents per each. $ $ 1-45 27 EA Misc.Roadway Signs ,complete in place,for the sum of Dollars and Cents per each. $ $ 1-46 578 LF 18"Reinforced Concrete Pipe(Class III) ,complete in place,for the sum of Dollars and Cents per linear foot. $ $ 1-47 52 LF 18"Reinforced Concrete Pipe(Class IV) ,complete in place,for the sum of Dollars and Cents per linear foot. $ $ 1-48 372 LF 21"Reinforced Concrete Pipe(Class III) ,complete in place,for the sum of Dollars and Cents per linear foot. $ $ Phase 2B Bid Proposal-Page 8 of 34 tnp League nail&perking West Sandy Lake Road,Phase 28 Project No.CPL00243 City of Coppell ITEM ESTIMATED UNIT DESCRIPTION OF ITEMS WITH UNIT TOTAL NO. QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT BID 1-49 1681 LF 24"Reinforced Concrete Pipe(Class III) ,complete in place,for the sum of Dollars and Cents per linear foot. $ $ 1-50 320 LF 30"Reinforced Concrete Pipe(Class 111) ,complete in place,for the sum of Dollars and Cents per linear foot. $ $ 1-51 476 LF 36"Reinforced Concrete Pipe(Class III) ,complete in place,for the sum of Dollars and Cents per linear foot. $ $ 1-52 582 LF 42"Reinforced Concrete Pipe(Class III) ,complete in place,for the sum of Dollars and Cents per linear foot. $ $ 1-53 63 LF 48"Reinforced Concrete Pipe(Class 111) ,complete in place,for the sum of Dollars and Cents per linear foot. $ $ 1-54 0 LF 4'x 2'Reinforced Concrete Box ,complete in place,for the sum of Dollars and Cents per linear foot. $ $ Phase 2B Bid Proposal-Page 9 of 34 *tnp teepee nail&perkins West Sandy Lake Road,Phase 2B Project No.CPL00243 City of Coppell ITEM ESTIMATED UNIT DESCRIPTION OF ITEMS WITH UNIT TOTAL NO. QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT BID 1-55 36 LF 6'x 3'Reinforced Concrete Box ,complete in place,for the sum of Dollars and Cents per linear foot. $ $ 1-56 995 LF 8'x 3'Reinforced Concrete Box ,complete in place,for the sum of Dollars and Cents per linear foot. $ $ 1-57 169 LF 8'x 4'Reinforced Concrete Box ,complete in place,for the sum of Dollars and Cents per linear foot. $ $ 1-58 24 LF 10'x 8'Reinforced Concrete Box ,complete in place,for the sum of Dollars and Cents per linear foot. $ $ 1-59 5 EA 10'Non-Recessed Curb Inlet ,complete in place,for the sum of Dollars and Cents per each. 1-60 2 EA 15'Non-Recessed Curb Inlet ,complete in place,for the sum of Dollars and Cents per each. $ $ Phase 2B Bid Proposal-Page 10 of 34 * tnp teague nail&parkins West Sandy Lake Road,Phase 2B Project No.CPL00243 City of Coppell ITEM ESTIMATED UNIT DESCRIPTION OF ITEMS WITH UNIT TOTAL NO. QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT BID 1-61 1 EA 20'Non-Recessed Curb Inlet ,complete in place,for the sum of Dollars and Cents per each. $ $ 1-62 11 EA 10'Recessed Curb Inlet ,complete in place,for the sum of Dollars and Cents per each. $ $ 1-63 6 EA 15'Recessed Curb Inlet ,complete in place,for the sum of Dollars and Cents per each. $ $ 1-64 3 EA 20'Recessed Curb Inlet ,complete in place,for the sum of Dollars and Cents per each. $ $ 1-65 0 EA 2'x 2'Catch Basin ,complete in place,for the sum of Dollars and Cents per each. $ $ 1-66 4 EA 4'x 4'Storm Drain Manhole ,complete in place,for the sum of Dollars and Cents per each. $ $ Phase 2B Bid Proposal-Page 11 of 34 * tnp league nail&parkins West Sandy Lake Road,Phase 2B Project No.CPL00243 City of Coppell ITEM ESTIMATED UNIT DESCRIPTION OF ITEMS WITH UNIT TOTAL NO. QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT BID 1-67 2 EA 5'x 5'Storm Drain Manhole ,complete in place,for the sum of Dollars and Cents per each. $ $ 1-68 1 EA 9'x 9'Storm Drain Manhole ,complete in place,for the sum of Dollars and Cents per each. $ $ 1-69 1 EA Safety End Treatment(6:1)for 24"RCP ,complete in place,for the sum of Dollars and Cents per each. $ $ 1-70 0 EA Concrete Headwall with Parallel Wings for 18"RCP ,complete in place,for the sum of Dollars and Cents per each. $ $ 1-71 0 EA Gabion Concrete Collar for Storm Drain ,complete in place,for the sum of Dollars and Cents per each. $ $ 1-72 1 EA Concrete Headwall for 24"RCP ,complete in place,for the sum of Dollars and Cents per each. $ $ Phase 2B Bid Proposal-Page 12 of 34 tnp teague nali&parkins West Sandy Lake Road, Phase 2B Project No.CPL00243 City of Coppell ITEM ESTIMATED UNIT DESCRIPTION OF ITEMS WITH UNIT TOTAL NO. QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT BID 1-73 0 EA Concrete Headwall with Straight Wings for 4'x 2'RCB ,complete in place,for the sum of Dollars and Cents per each. $ $ 1-74 1 EA Concrete Headwall with Flared Wingwalls for 6'x 3'RCB ,complete in place,for the sum of Dollars and Cents per each. $ $ 1-75 5348 LF Trench Safety for Storm Drain(RCP&RCB) ,complete in place,for the sum of Dollars and Cents per linear foot. $ $ 1-76 560 CY Channel Grading ,complete in place,for the sum of Dollars and Cents per cubic yard. 1-77 20 SY 18"Thick Rock Riprap ,complete in place,for the sum of Dollars and Cents per square yard. $ $ 1-78 0 CY 18"Gabion Mattress ,complete in place,for the sum of Dollars and Cents per cubic yard. $ $ Phase 2B Bid Proposal-Page 13 of 34 *tnp league nail&perkins West Sandy Lake Road,Phase 28 Project No.CPL00243 City of Coppell ITEM ESTIMATED UNIT DESCRIPTION OF ITEMS WITH UNIT TOTAL NO. QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT BID 1-79 0 CY Gabion Wall ,complete in place,for the sum of Dollars and Cents per cubic yard. $ $ 1-80 0 LS Pond Liner ,complete in place,for the sum of Dollars and Cents per lump sum. $ $ I-81 150 LF 6"PVC Water Line ,complete in place,for the sum of Dollars and Cents per linear foot. $ $ 1-82 1023 LF 8"PVC Water Line ,complete in place,for the sum of Dollars and Cents per linear foot. $ $ 1-83 1 LS Lower 24"RCCP Water Line ,complete in place,for the sum of Dollars and Cents per lump sum. $ $ 1-84 1 EA Lower Existing Water Line(all sizes except 24"RCCP Water Line) ,complete in place,for the sum of Dollars and Cents per each. $ $ Phase 2B Bid Proposal-Page 14 of 34 * tnp teague nail&perkins West Sandy Lake Road,Phase 2B Project No.CPL00243 City of Coppell ITEM ESTIMATED UNIT DESCRIPTION OF ITEMS WITH UNIT TOTAL NO. QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT BID 1-85 1 EA 6"Blow-off Assembly for 24"RCCP Water Line ,complete in place,for the sum of Dollars and Cents per each. $ $ 1-86 260 LF Bore,Fumish and Install 20"Casing for 8"PVC Water Pipe ,complete in place,for the sum of Dollars and Cents per linear foot. $ $ 1-87 3 EA 8"x 8"Tapping Sleeve w/8"Valve ,complete in place,for the sum of Dollars and Cents per each. $ $ 1-88 2 EA 24"x 8"Tapping Sleeve w/8"Valve ,complete in place,for the sum of Dollars and Cents per each. $ $ 1-89 1 EA 24"x 6"Tapping Sleeve w/6"Valve ,complete in place,for the sum of Dollars and Cents per each. $ $ 1-90 5 EA 6"Gate Valve ,complete in place,for the sum of Dollars and Cents per each. $ $ Phase 2B Bid Proposal-Page 15 of 34 * tnp tongue nail&parkins West Sandy Lake Road,Phase 28 Project No.CPL00243 City of Coppell ITEM ESTIMATED UNIT DESCRIPTION OF ITEMS WITH UNIT TOTAL NO. QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT BID 1-91 5 EA 8"Gate Valve ,complete in place,for the sum of Dollars and Cents per each. $ $ 1-92 21 EA Connect to Existing Water Line ,complete in place,for the sum of Dollars and Cents per each. $ $ 1-93 1 LS Abandon Existing Water Line ,complete in place,for the sum of Dollars and Cents per lump sum. $ $ 1-94 4 EA Remove and Salvage Exist FH Assembly ,complete in place,for the sum of Dollars and Cents per each. $ $ 1-95 12 EA Remove and Salvage Exist Water Valves ,complete in place,for the sum of Dollars and Cents per each. $ $ 1-96 5 EA Fire Hydrant Assembly ,complete in place,for the sum of Dollars and Cents per each. $ $ Phase 2B Bid Proposal-Page 16 of 34 tnp teague nail&perkins West Sandy Lake Road,Phase 2B Project No.CPL00243 City of Coppell ITEM ESTIMATED UNIT DESCRIPTION OF ITEMS WITH UNIT TOTAL NO. QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT BID 1-97 1 LS Remove and Replace Detector Check Valve and Vault for 6"Water Service w/meter ,complete in place,for the sum of Dollars and Cents per lump sum. $ $ 1-98 6 EA 1"Copper(Type'K)Water Service(Various Lengths) ,complete in place,for the sum of Dollars and Cents per each. $ $ 1-99 2 EA 1.5"Copper(Type'K')Water Service(Various Lengths) ,complete in place,for the sum of Dollars and Cents per each. $ $ 1-100 5 EA 2"Copper(Type'K')Water Service(Various Lengths) ,complete in place,for the sum of Dollars and Cents per each. $ $ 1-101 66 LF Bore for 1"and 1.5"Water Service ,complete in place,for the sum of Dollars and __Cents per linear foot. $ $ 1-102 6 EA Adjust Exist.Valve Stack to Grade ,complete in place,for the sum of Dollars and Cents per each. $ $ Phase 2B Bid Proposal-Page 17 of 34 * tnp teague nail&perkins West Sandy Lake Road,Phase 2B Project No.CPL00243 City of Coppell ITEM ESTIMATED UNIT DESCRIPTION OF ITEMS WITH UNIT TOTAL NO. QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT BID 1-103 0 EA Relocate Existing Water Services at Oak Trail and Shadydale Drive ,complete in place,for the sum of Dollars and Cents per each. $ $ 1-104 6 EA Replace Water Meter Can and Setter ,complete in place,for the sum of Dollars and Cents per each. $ $ 1-105 0 EA Remove and Relocate Exist.Water Meter,Meter Can,and Setter ,complete in place,for the sum of Dollars and Cents per each. $ $ 1-106 1198 LF Trench Safety for Water Line ,complete in place,for the sum of Dollars and Cents per linear foot. $ $ 1-107 1287 LF 8"PVC SS Line(SDR-35)All Depths ,complete in place,for the sum of Dollars and Cents per linear foot. $ $ 1-108 1275 LF 10"PVC SS Line(SDR-35)All Depths ,complete in place,for the sum of Dollars and Cents per linear foot. $ $ Phase 2B Bid Proposal-Page 18 of 34 *tnp teague nail&parkins West Sandy Lake Road,Phase 28 Project No.CPL00243 City of Coppell ITEM ESTIMATED UNIT DESCRIPTION OF ITEMS WITH UNIT TOTAL NO. QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT BID 1-109 80 LF 8"Pressure-Rated(min. 150 PSI)Sewer Pipe w/cement stabilized backfill ,complete in place,for the sum of Dollars and Cents per linear foot. $ $ 1-110 80 LF 10"Pressure-Rated(min.150 PSI)Sewer Pipe w/cement stabilized backfill ,complete in place,for the sum of Dollars and _Cents per linear foot. $ $ 1-111 246 LF Bore,Furnish and Install 20"Casing for 8"PVC Sewer Pipe ,complete in place,for the sum of Dollars and Cents per linear foot. $ $ 1-112 14 EA 4'Diameter Sanitary Sewer Manholes(All Depths) ,complete in place,for the sum of Dollars and Cents per each. $ $ 1-113 1 EA 4'Diameter Sanitary Sewer Outside Drop Manhole ,complete in place,for the sum of Dollars and Cents per each. $ $ 1-114 2 EA Concrete Bridge for Sanitary Sewer Line ,complete in place,for the sum of Dollars and Cents per each. $ $ Phase 2B Bid Proposal-Page 19 of 34 * tnp league nail&parkins West Sandy Lake Road,Phase 2B Project No.CPL0O243 City of Coppell ITEM ESTIMATED UNIT DESCRIPTION OF ITEMS WITH UNIT TOTAL NO. QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT BID 1-115 6 EA 4"Sanitary Sewer Service(Various Lengths) ,complete in place,for the sum of Dollars and Cents per each. $ $ 1-116 1 EA 6"Sanitary Sewer Service(SDR-35),All Depths ,complete in place,for the sum of Dollars and Cents per each. 1-117 13 EA Remove Exist.Sanitary Sewer Manhole ,complete in place,for the sum of Dollars and Cents per each. $ $ I-118 3 EA Minor Adjustment of Exist.Manhole Rim to Grade ,complete in place,for the sum of Dollars and Cents per each. $ $ 1-119 1 EA Major Adjustment of Exist.Manhole Rim to Grade ,complete in place,for the sum of Dollars and Cents per each. $ $ 1-120 0 EA Adjust Cleanout to Grade ,complete in place,for the sum of Dollars and Cents per each. $ $_. Phase 2B Bid Proposal-Page 20 of 34 tnp teague nail&parkins West Sandy Lake Road,Phase 2B Project No.CPL00243 City of Coppell ITEM ESTIMATED UNIT DESCRIPTION OF ITEMS WITH UNIT TOTAL NO. QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT BID 1-121 2989 LF Trench Safety for Sanitary Sewer ,complete in place,for the sum of Dollars and Cents per linear foot. $ $ 1-122 1 EA Highway Traffic Signal-South Coppell Road Intersection ,complete in place,for the sum of Dollars and Cents per each. $ $ 1-123 1 EA Highway Traffic Signal-Whispering Hills Intersection ,complete in place,for the sum of Dollars and Cents per each. $ $ 1-124 1 EA Highway Traffic Signal-Denton Tap Road Intersection ,complete in place,for the sum of Dollars and Cents per each. $ $ 1-125 2 EA Traffic Signal Pole w/32-Foot Mast Arm ,complete in place,for the sum of Dollars and Cents per each. $ $ 1-126 5 EA Traffic Signal Pole w/36-Foot Mast Arm ,complete in place,for the sum of Dollars and Cents per each. $ $ Phase 28 Bid Proposal-Page 21 of 34 *tnp teague nail&parkins West Sandy Lake Road,Phase 2B Project No.CPL00243 City of Coppell ITEM ESTIMATED UNIT DESCRIPTION OF ITEMS WITH UNIT TOTAL NO. QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT BID 1-127 2 EA Traffic Signal Pole w/48-Foot Mast Arm ,complete in place,for the sum of Dollars and Cents per each. $ $ 1-128 2 EA Traffic Signal Pole w/52-Foot Mast Arm ,complete in place,for the sum of Dollars and Cents per each. $ $ 1-129 7 EA Pedestal Signal Pole-5-Foot ,complete in place,for the sum of Dollars and Cents per each. $ $ 1-130 1 EA Pedestal Signal Pole-8-Foot ,complete in place,for the sum of Dollars and Cents per each. $ $ 1-131 8 EA Pedestal Pole Foundation(24-A) ,complete in place,for the sum of Dollars and Cents per each. $ $ 1-132 2 EA Pole Foundation(30-A) ,complete in place,for the sum of Dollars and Cents per each. $ $ Phase 2B Bid Proposal-Page 22 of 34 * tnp teague nail&parkins West Sandy Lake Road,Phase 28 Project No.CPL00243 City of Coppell ITEM ESTIMATED UNIT DESCRIPTION OF ITEMS WITH UNIT TOTAL NO. QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT BID 1-133 7 EA Pole Foundation(36-A) ,complete in place,for the sum of Dollars and Cents per each. $ $ 1-134 2 EA Pole Foundation(48-A) ,complete in place,for the sum of Dollars and Cents per each. $ $ 1-135 21 EA Roadway Light Foundations ,complete in place,for the sum of Dollars and Cents per each. $ $ 1-136 0 EA Bridge Banner Pole Assembly ,complete in place,for the sum of Dollars and Cents per each. $ $ 1-137 0 EA Bridge Illumination Pole ,complete in place,for the sum of Dollars and Cents per each. $ $ 1-138 0 EA Antique Luminaire-Type ZP26 ,complete in place,for the sum of Dollars and Cents per each. $ $ Phase 2B Bid Proposal-Page 23 of 34 tnp Teague nail&parkins West Sandy Lake Road,Phase 2B Project No.CPL00243 City of Coppell ITEM ESTIMATED UNIT DESCRIPTION OF ITEMS WITH UNIT TOTAL NO. QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT BID 1-139 3 EA Traffic Signal Controller Foundation ,complete in place,for the sum of Dollars and Cents per each. $ $ 1-140 25 EA 3-Section Signal Head w/Backplates ,complete in place,for the sum of Dollars and Cents per each. $ $ 1-141 10 EA 4-Section Signal Head w/Backplates ,complete in place,for the sum of Dollars and Cents per each. $_ $ 1-142 18 EA Pedestrian Signal Heads Count Down Type ,complete in place,for the sum of Dollars and Cents per each. $ $ 1-143 18 EA Accessible Pedestrian Signal(APS)Pushbutton Station ,complete in place,for the sum of Dollars and Cents per each. $ $ 1-144 11 EA Uni-Directional Opticom Detector ,complete in place,for the sum of Dollars and Cents per each. $ $ Phase 2B Bid Proposal-Page 24 of 34 * tnp teague nail&perkins West Sandy Lake Road,Phase 2B Project No.CPL00243 City of Coppell ITEM ESTIMATED UNIT DESCRIPTION OF ITEMS WITH UNIT TOTAL NO. QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT BID 1-145 11 EA Traffic Signal Confirmation Lights ,complete in place,for the sum of Dollars and Cents per each. $ $ 1-146 3 EA Video Imaging Vehicle Detection System ,complete in place,for the sum of Dollars and Cents per each. $ $ 1-147 2 EA Cabinet Mounted Communication Equipment(S.Coppell&WH) ,complete in place,for the sum of Dollars and Cents per each. $ $ 1-148 1 LS Remove&Reinstall Cabinet Mounted Communication Equipment ,complete in place,for the sum of Dollars and Cents per lump sum. 1-149 310 LF 2"PVC Sch.40 Conduit(Trench) ,complete in place,for the sum of Dollars and Cents per linear foot. $ $ 1-150 95 LF 2"PVC Sch.40 Conduit(Bore) ,complete in place,for the sum of Dollars and Cents per linear foot. $ $ Phase 2B Bid Proposal-Page 25 of 34 4"• tnp league nail&perking West Sandy Lake Road,Phase 2B Project No.CPL00243 City of Coppell ITEM ESTIMATED UNIT DESCRIPTION OF ITEMS WITH UNIT TOTAL NO. QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT BID 1-151 530 LF 3"PVC Sch.40 Conduit(Trench) ,complete in place,for the sum of Dollars and Cents per linear foot. $ $ 1-152 980 LF 3"PVC Sch.40 Conduit(Bore) ,complete in place,for the sum of Dollars and Cents per linear foot. $ $ 1-153 70 LF 4"PVC Sch.40 Conduit(Trench) ,complete in place,for the sum of Dollars and Cents per linear foot. $ $ 1-154 40 LF 2"PVC Sch.80 Conduit ,complete in place,for the sum of Dollars and Cents per linear foot. $ $ 1-155 4130 LF Conduit Bank for 2"and 3"PVC Conduit ,complete in place,for the sum of Dollars and Cents per linear foot. $ $ 1-156 24 EA Type'A'Ground Box ,complete in place,for the sum of Dollars and Cents per each. $ $ Phase 2B Bid Proposal-Page 26 of 34 tnp League nail&parkins West Sandy Lake Road,Phase 28 Project No.CPL00243 City of Coppell ITEM ESTIMATED UNIT DESCRIPTION OF ITEMS WITH UNIT TOTAL NO. QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT BID 1-157 3 EA Type Ground Box ,complete in place,for the sum of Dollars and Cents per each. $ $ 1-158 1 EA Oncor Ground Box ,complete in place,for the sum of Dollars and Cents per each. $ $ 1-159 72 LF 3 Conductor#6 Gauge Wire ,complete in place,for the sum of Dollars and Cents per linear foot. $ $ 1-160 1346 LF 1 Conductor#8 Gauge Bare Wire ,complete in place,for the sum of Dollars and Cents per linear foot. $ $ 1-161 0 LF 1 Conductor#10 Gauge Bare Wire ,complete in place,for the sum of Dollars and Cents per linear foot. $ $ 1-162 0 LF I Conductor#10 XHHW Wire-Red ,complete in place,for the sum of Dollars and Cents per linear foot. $ $ Phase 2B Bid Proposal-Page 27 of 34 • ''Atnp feague nail&parkins West Sandy Lake Road,Phase 2B Project No.CPL00243 City of Coppell ITEM ESTIMATED UNIT DESCRIPTION OF ITEMS WITH UNIT TOTAL NO. QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT BID 1-163 0 LF 1 Conductor#10 XHHW Wire-Black ,complete in place,for the sum of Dollars and Cents per linear foot. 1-164 1740 LF 1 Conductor#12 XHHW Wire ,complete in place,for the sum of Dollars and Cents per linear foot. $ $ 1-165 2117 LF Opticom Cable ,complete in place,for the sum of Dollars and Cents per linear foot. $ $ 1-166 2173 LF Video Cable ,complete in place,for the sum of Dollars and Cents per linear foot. $ $ 1-167 1436 LF 3 Conductor#14 Gauge Wire ,complete in place,for the sum of Dollars and Cents per linear foot. $ $ 1-168 531 LF 5 Conductor#14 Gauge Wire ,complete in place,for the sum of Dollars and Cents per linear foot. $ $ Phase 2B Bid Proposal-Page 28 of 34 tnp tongue nail&perkins West Sandy Lake Road,Phase 2B Project No.CPL00243 City of Coppell ITEM ESTIMATED UNIT DESCRIPTION OF ITEMS WITH UNIT TOTAL NO. QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT BID 1-169 785 LF 7 Conductor#14 Gauge Wire ,complete in place,for the sum of Dollars and Cents per linear foot. $ $ 1-170 1941 LF 20 Conductor#14 Gauge Wire ,complete in place,for the sum of Dollars and Cents per linear foot. $ $ 1-171 4230 LF 12 Strand Corning AnyLan Pre-terminated Fiber ,complete in place,for the sum of Dollars and Cents per linear foot. $ $ 1-172 2 EA Power Service and Pedestal Equipment ,complete in place,for the sum of Dollars and Cents per each. $ $ 1-173 3 EA Opticom Detector Phase Selector ,complete in place,for the sum of Dollars and Cents per each. $ $ 1-174 3 EA UPS System ,complete in place,for the sum of Dollars and Cents per each. Phase 28 Bid Proposal-Page 29 of 34 *tnp league nail&perkins West Sandy Lake Road,Phase 28 Project No.CPL00243 City of Coppell ITEM ESTIMATED UNIT DESCRIPTION OF ITEMS WITH UNIT TOTAL NO. QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT BID 1-175 7 EA Illuminated Street Name Signs ,complete in place,for the sum of Dollars and Cents per each. $ $ 1-176 4 EA Remove and Reinstall Illuminated Street Name Signs at Denton Tap Intersection ,complete in place,for the sum of Dollars and Cents per each. $ $ 1-177 1 LS Temporary Signal at Denton Tap ,complete in place,for the sum of Dollars and Cents per lump sum, $ $ 1-178 1 LS Temporary Signal at Whispering Hills ,complete in place,for the sum of Dollars and Cents per lump sum. $ $ 1-179 0 LS Temporary Signal at Coppell Road North ,complete in place,for the sum of Dollars and Cents per lump sum. $ $ 1-180 0 CY Bridge-Flexible Base,Type D,Grade 1,Measurement Class C(TxDOT Item 247) ,complete in place,for the sum of Dollars and Cents per cubic yard. $ $ Phase 2B Bid Proposal-Page 30 of 34 .ratnp teague nail&parkins West Sandy Lake Road,Phase 28 Project No.CPL00243 City of Coppell ITEM ESTIMATED UNIT DESCRIPTION OF ITEMS WITH UNIT TOTAL NO. QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT BID 1-181 0 LF Bridge-Drilled Shaft-18"(TxDOT Item 416) ,complete in place,for the sum of Dollars and Cents per linear foot. $ $ 1-182 0 LF Bridge-Drilled Shaft-36"(TxDOT Item 416) ,complete in place,for the sum of Dollars and Cents per linear foot. $ $ 1-183 0 CY Bridge-Class'C'Concrete for Abutments(TxDOT Item 420) ,complete in place,for the sum of Dollars and Cents per cubic yard. $ $ 1-184 0 CY Bridge-Class'C'Concrete for Bents(TxDOT Item 420) ,complete in place,for the sum of Dollars and Cents per cubic yard. $ $ 1-185 0 CY Bridge-Class'S'Concrete for Approach Slab(TxDOT Item 420) ,complete in place,for the sum of Dollars and Cents per cubic yard. $ $ 1-186 0 CY Bridge-Class Concrete for Sidewalk and Median Curbs(TxDOT Item 420) ,complete in place,for the sum of Dollars and Cents per cubic yard. $ $ Phase 2B Bid Proposal-Page 31 of 34 * tnp teague nail&parkins West Sandy Lake Road,Phase 2B Project No.CPL00243 City of Coppell ITEM ESTIMATED UNIT DESCRIPTION OF ITEMS WITH UNIT TOTAL NO. QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT BID 1-187 0 CY Bridge-Class'B'Concrete for Paver Base(TxDOT Item 420) ,complete in place,for the sum of Dollars and Cents per cubic yard. $ $ 1-188 0 SF Bridge-Class'S'Concrete for Slab(TxDOT Item 422) ,complete in place,for the sum of Dollars and Cents per square foot. $ $ 1-189 0 LF Bridge-Prestressed Concrete I-Girders Type TX-28(TxDOT Item 425) ,complete in place,for the sum of Dollars and Cents per linear foot. $ $ 1-190 0 LF Bridge-Combination Rail 42"High(TxDOT Item 450) ,complete in place,for the sum of Dollars and Cents per linear foot. $ $ 1-191 0 LF Bridge-Combination Rail 54"High(TxDOT Item 450) ,complete in place,for the sum of Dollars and Cents per linear foot. $ $ 1-192 0 LF Bridge-Sealed Expansion Joint(4 IN)(SEJ-A)(TxDOT Item 454) ,complete in place,for the sum of Dollars and Cents per linear foot. $ $ Phase 2B Bid Proposal-Page 32 of 34 * tnp teague nail&perkins West Sandy Lake Road,Phase 2B Project No.CPL00243 City of Coppell ITEM ESTIMATED UNIT - DESCRIPTION OF ITEMS WITH UNIT TOTAL NO. QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT BID 1-193 0 LF Bridge-Temporary Concrete Traffic Barrier(TxDOT Item 512) ,complete in place,for the sum of Dollars and Cents per linear foot. $ $ 1-194 0 LF Bridge-Remove&Replace Temporary Concrete Traffic Barrier ,complete in place,for the sum of Dollars and Cents per linear foot. $ $ 1-195 0 LF Bridge-Electrical Conduit 2"Dia(TxDOT Item 618) ,complete in place,for the sum of Dollars and Cents per linear foot. $ $ 1-196 0 LF Bridge-Electrical Conduit 3"Dia(TxDOT Item 618) ,complete in place,for the sum of Dollars and Cents per linear foot. $ $ 1-197 1 LS Landscaping ,complete in place,for the sum of Dollars and Cents per lump sum. $ $ 1-198 1 LS Irrigation for Landscape ,complete in place,for the sum of Dollars and Cents per lump sum. $ $ Phase 2B Bid Proposal-Page 33 of 34 * tnp league nail&perkins West Sandy Lake Road,Phase 2B Project No.CPL00243 City of Coppell ITEM ESTIMATED UNIT DESCRIPTION OF ITEMS WITH UNIT TOTAL NO. QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT BID 1-199 1 LS Repair,Replace and/or Modify Existing Irrigation Systems ,complete in place,for the sum of Dollars and Cents per lump sum. $ $ 1-200 0 LB Sidewalk Expansion Joint Cover Plate(TxDOT Item 442) ,complete in place,for the sum of Dollars and Cents per pound. $ $ TOTAL $ Phase 28 Bid Proposal-Page 34 of 34 TABLE OF CONTENTS Page # Section 1 - Bidding Documents 1-3 Notice to Bidders 1-6 Instructions to Bidders 1-8 Bid Form/Proposal/Bid Schedule 1-22 Prevailing Wage Rates 1-27 Bid Affidavit 1-28 Conflict of Interest 1-30 Section 2 - Contract Documents 2-1 Standard Form of Agreement (Contract) 2-2 Certificate of Insurance 2-8 Instructions for Bonds 2-9 Performance Bond 2-10 Payment Bond 2-12 Maintenance Bond 2-14 For this project, the Standard Specifications for Public Works Construction — North Central Texas Council of Governments Fourth Edition, the City of Coppell Standard Construction Details (Ord.#2006-1129), and Appendix `C' Design Criteria and Standards in the City of Coppell Subdivision Ordinance (Ord.#94-643) shall govern all work to be done, together with any additional Supplementary Conditions, Specific Project Requirements, General Notes, Description of Pay Items and/or Technical Specifications included herein. Section 3 - City of Coppell's Supplementary Conditions 3-1 to the NCTCOG General Provisions Section 4 - Specific Project Requirements 4-1 Section 5 - Description of Pay Items 5-1 Section 6 - Technical Specifications 6-1 City of Coppell Project Sign 6-2 TS2-Type 2 Cabinet Specifications 6-3 Fully-Actuated Solid State Controller Unit 6-18 Specification for Mast Arm Pole Assembly 6-19 Polycarbonate Resin Traffic Signal Heads 6-22 1-3 Bidding Documents Underground Traffic Signal Requirements 6-27 Conduit, Ground Boxes, Concrete Cabinet Foundation and Installation Procedures Multiple Conductor and Single Conductor Traffic 6-32 Signal Cable and Wire Power Service and Service Equipment/ 6-44 General System Wiring Procedures Decomposed Granite 6-47 Planting Irrigation 6-50 Plants 6-62 Form Liner Specifications 6-76 Gabion Walls 6-79 Modular Concrete Block Retaining Wall 6-83 Scourstop Transition Mats 6-90 Section 7 - Geotechnical Report 7-1 1-4 Bidding Documents SECTION 1 BIDDING DOCUMENTS T H E • C I T Y • O F COPPELL , ,v :„ v tZP,4i- 1-5 Bidding Documents NOTICE TO BIDDERS The City of Coppell is accepting bids for the construction of West Sandy Lake Road, Phase 2A & 2B (North Coppell Road to Denton Tap Road) (Project No. ST99-02). The work shall consist of the installation of 42,000 S.Y. of 8" concrete pavement, 200-foot bridge crossing Cottonwood Creek, retaining walls, related drainage and utility improvements, traffic signal installations at three (3) intersections, the removal of existing pavement, and all appurtenant work necessary to complete construction of the project. Bidding documents, including Construction Plans, Construction Specifications and Contract Documents, may be obtained for a non-refundable cost of $400.00 from the office of Thomas Reprographic, Inc., 600 N. Central Expressway, Richardson, Texas, 75080, telephone (972) 231-7161, contact: Todd Rohani. Digital copies of the bidding documents can be downloaded at www.BidSync.com. Bidding documents also may be examined free of charge at the offices of the City Engineer, City of Coppell, 255 Parkway Boulevard, Coppell, Texas or Teague Nall and Perkins, Inc., 17304 Preston Road Suite 1340, Dallas, Texas, 75252. To ensure proper notification of Addendums, make sure that you are a registered plan holder on the plan holder's list. Sealed bids addressed to the Purchasing Agent, City of Coppell, Texas, for the construction of West Sandy Lake Road, Phase 2A & 2B (Project No. ST99-02) will be received in the Purchasing Office at the City of Coppell Town Center, 255 Parkway Boulevard, until 10:00 a.m., April 25, 2013, and then publicly opened and read aloud. Each Bidder shall submit two identical copies of this bid with the City of Coppell Bid No. Q-0413-01 designated clearly on the exterior of the bid envelope. A Pre-Bid Conference has been scheduled for this project at the Coppell City Hall in the Engineering Department (255 Parkway Boulevard) at 10:00 a.m. on April 11, 2013. The conference is not mandatory; however, all interested bidders are strongly encouraged to attend. This project will be awarded on the A+ B bidding format with an incentive of up to $400,000 for early completion. Further details will be available in the plan specifications. The Owner reserves the right to reject any or all bids and to waive formalities. Unreasonable or unbalanced unit prices will be considered sufficient cause for rejection of any bid or bids. NO BID TRANSMITTED BY FAX WILL BE ACCEPTED. Bidders are expected to inspect the site of the work and to inform themselves regarding local conditions and conditions under which the work is to be done. Complete sets of bidding documents must be used in preparing Bids; the City of Coppell assumes no responsibility for errors or misinterpretations resulting from the use of incomplete sets of Bidding Documents. 1-6 Bidding Documents NO SALES TAX ON TANGIBLE PERSONAL PROPERTY INCORPORATED INTO OR MADE A PART OF THE PROJECT. The bidder shall not include or provide for sales tax on tangible personal property to be incorporated into the project. (Note: This procedure may not be used, however, for materials which do not become a part of the finished product, such as, equipment rental or purchase, form materials, etc.). In order to be exempt from the sales tax on such tangible personal property, the contract shall separate and provide separate charges for materials to be incorporated into the project from charges for labor. The City will provide the Contractor with an exemption certificate for the materials. The contractor is expected to issue a resale certificate in lieu of paying a sales tax at the time of purchase. The bidder shall show the cost of materials (tangible personal property) in the space provided on the bid form. The successful bidder's bid form will be used to develop a separated contract and determine the extent of the tax exemption. 1-7 Bidding Documents BIDDING AND CONTRACT DOCUMENTS INSTRUCTIONS TO BIDDERS 1. Defined Terms. Terms used in these Instructions to Bidders which are defined in the Standard Specifications for Public Works Construction - North Central Texas Council of Governments Fourth Edition and the Supplementary Conditions of Agreement have the meanings assigned to them in these General Conditions. The term "Bidder" means one that submits a Bid directly to Owner, as distinct from a sub-bidder, who submits a bid to a Bidder. The term "Successful Bidder" means the lowest, qualified, responsible Bidder, as determined after review of calendar days, overall price, and qualifications, to whom the Owner (on the basis of the Owner's evaluation as hereinafter provided) makes an award. The term "Bidding Documents" includes the Notice to Bidders, Instructions to Bidders, the Bid Form, the Construction Plans and Specifications, and the proposed Contract Documents (including all Addenda issued prior to receipt of bids). Specific defined terms are: Owner: Wherever the word "Owner" or "OWNER" is used in the specifications and Contract Documents, it shall be understood as referring to the City of Coppell, Texas. Engineer: Wherever the word "Engineer" or "ENGINEER" is used in the Specifications and Contract Documents, it shall be understood as referring to the City Engineer or his authorized representative, City of Coppell, P.O. Box 9478, Coppell, Texas 75019. Consulting Engineer: Wherever the word "Consulting Engineer" or "Design Engineer" is used in the Specifications and Contract Documents, it shall be understood as referring to the Design Engineer or his authorized representative, Teague Nall and Perkins, Inc., 17304 Preston Road Suite 1340, Dallas, Texas 75252. Inspector: The authorized representative of the City of Coppell assigned to observe and inspect any or all parts of the work and the materials to be used therein. 2. Scope of Work. Phase 2A This work shall consist of the reconstruction of existing West Sandy Lake Road, from N. Coppell Road to S. Coppell Road. West Sandy Lake Road is currently a two-lane asphalt street with bar ditches. The street shall be reconstructed as a four-lane divided roadway, comprised of a minimum 25-foot (b/c-to-b/c) concrete pavement section in each direction, and the construction of concrete trail and sidewalk (with ADA accessible ramps & roadway crossings) as indicated on the plans. This work will also include an approximate 200-foot long bridge crossing Cottonwood Creek. Construction and/or installation of various storm drainage, water line improvements, 1-8 Bidding Documents signage, pavement markings, foundations & conduit for roadway illumination, and other related improvements within the project limits as shown on the plans are also included as part of the scope of work. This portion of West Sandy Lake Road is a heavily traveled arterial street serving as a connector street for the residents of the City of Coppell to & from State Highway 121 to the west, and Denton Tap Road to the east. Therefore, appropriate traffic control and construction sequencing must be considered and implemented throughout the project, as part of this scope of work, in order to maintain safe & effective: a) Two-way traffic flow along every street & roadway at all times (unless shown otherwise on the plans or directed otherwise by the Engineer); and b) Access to &from adjoining streets, neighborhoods & properties (unless shown otherwise on the plans or directed otherwise by the Engineer). The overall scope of work shall include all components necessary for the "turnkey" construction of the project as shown in the plans for the West Sandy Lake Road, Phase 2A — North Coppell Road to South Coppell Road (Project No. ST99-02, Phase 2A). The Contractor for this project shall be responsible for coordinating with the residents regarding driveway access, mail/trash pickup (as applicable) and available street parking within the project. Phase 2B This work shall consist of the reconstruction of existing West Sandy Lake Road, from S. Coppell Road to Denton Tap Road. West Sandy Lake Road is currently a two- lane asphalt street with bar ditches. The street shall be reconstructed as a four-lane divided roadway, comprised of a minimum 25-foot (b/c-to-b/c) concrete pavement section in each direction, and the construction of a concrete trail and sidewalks (with ADA accessible ramps & roadway crossings) as indicated on the plans. Construction and/or installation of various storm drainage; water and sanitary sewer line improvements and relocations; signage; pavement markings; traffic signals (see below); foundations & conduit for roadway illumination; and other related improvements within the project limits as shown on the plans are also included as part of the scope of work. This portion of West Sandy Lake Road is a heavily traveled arterial street serving as a connector street for the residents of the City of Coppell to & from State Highway 121 to the west, and Denton Tap Road to the east. Therefore, appropriate traffic control and construction sequencing must be considered and implemented throughout the project, as part of this scope of work, in order to maintain safe & effective: a) Two-way traffic flow along every street & roadway at all times (unless shown otherwise on the plans or directed otherwise by the Engineer); and b) Access to &from adjoining streets, neighborhoods & properties (unless shown otherwise on the plans or directed otherwise by the Engineer). 1-9 Bidding Documents The scope of work includes the installation of the following traffic signal improvements: • The installation of new traffic signals at the intersection of West Sandy Lake Road and South Coppell Road. The proposed intersection will be three-legged. • The installation of new traffic signals at the intersection of West Sandy Lake Road and Whispering Hills Drive. The proposed intersection will be four-legged. • The installation of new traffic signals at the intersection of West Sandy Lake Road and Denton Tap Road. The existing intersection is four- legged and will not be reconstructed with this project. The traffic signal work at the above intersections shall include all components necessary for the "turn key" construction of the proposed traffic signals as shown in the plans, including but not limited to: signals/signal heads; controllers and cabinets, opticom, wiring, pole/mast arms with foundations, electrical hookup, video detection, traffic pull boxes and conduit, etc. In general, this work shall consist of all necessary work required to produce operational traffic signals at each location. The overall scope of work shall include all components necessary for the "turnkey" construction of the project as shown in the plans for the West Sandy Lake Road, Phase 2B — South Coppell Road to Denton Tap Road (Project No. ST99-02, Phase 2B). The Contractor for this project shall be responsible for coordinating with the residents regarding driveway access, mail/trash pickup (as applicable) and available street parking within the project. 3. Copies of Bidding Documents. 3.1 Bidding documents, including Construction Plans, Construction Specifications and Contract Documents, may be obtained for a non-refundable cost of$400.00 from the office of Thomas Reprographic, Inc., 600 N. Central Expressway, Richardson, Texas, 75080, telephone (972) 231-7161, contact: Todd Rohani. Digital copies of the bidding documents can be downloaded at www.BidSync.com. Bidding documents also may be examined free of charge at the offices of the City Engineer, City of Coppell, 255 Parkway Boulevard, Coppell, Texas or Teague Nall and Perkins, Inc., 17304 Preston Road Suite 1340, Dallas, Texas, 75252. The following general requirements pertain to the Bidding Documents: A) No bidding documents will be issued later than two (2) days prior to the bid opening date. B) After award of the Contract, the successful Bidder will be furnished five (5) sets of Contract Documents at no charge. Additional sets over five (5) will be furnished for$400.00 per set. 1-10 Bidding Documents 3.2 Complete sets of Bidding Documents must be used in preparing Bids; the City of Coppell assumes no responsibility for errors or misinterpretations resulting from the use of incomplete sets of Bidding Documents. No partial sets of plans, specifications or proposal forms will be issued. 3.3 The Owner, in making copies of Bidding Documents available on the above terms, does so only for the purpose of obtaining Bids on the Work and does not confer a license or grant for any other use. 4. Qualifications of Bidders. The Bidder shall submit within five (5) days of the Owner's request such evidence as the Owner may require to establish his financial responsibility, experience and possession of such equipment as may be needed to prosecute the work in an expeditious, safe and satisfactory manner. Submissions will be made to City Engineer, City of Coppell, 255 Parkway Boulevard, Coppell, Texas. The required information to be submitted shall consist of, but shall not necessarily be limited to, the following: A. Current Project Experience (must be submitted within five (5) days if requested): A list of all projects presently under construction by the bidder including approximate cost and completion date shall be submitted upon request. B. Past Project Experience (must be submitted within five (5) days if requested): A list of comparable projects completed within the previous five years including approximate cost(s), quantities, and completion date(s). C. Equipment (must be submitted within five (5) days if requested): A list of equipment, which will be used on this project. The Bidder shall demonstrate that he has adequate equipment to complete this project, properly and expeditiously and shall state what additional equipment, if any, that he must rent/lease as may be required to complete this project. D. Financial (must be submitted within five (5) days if requested): Each Bidder shall be prepared to submit upon request of the Owner a balanced financial statement with no evidence of threatening losses as evidenced by an audited certified financial statement (current within the last six (6) months of bid date). This information will be used to confirm that the Bidder has suitable financial status to meet obligations incidental to performing the work. E. Technical Experience (must be submitted within five (5) days if requested): The Bidder shall demonstrate to the satisfaction of the Owner that he has the technical experience to properly complete this project. F. Proof that the bidder maintains a permanent place of business (must be submitted within five (5) days if requested). 1-11 Bidding Documents 5. Conflict of Interest. City Charter states that no officer or employee of the City shall have a financial interest (direct or indirect) in any contract with the City, nor shall be financially interested (directly or indirectly) in the sale to the City of any land, or rights or interest in any land, materials, supplies or services. This prohibition does not apply when the interest is represented by ownership of stock in a corporation involved, provided such stock ownership amounts to less than one percent (1%) of the corporation stock. Any violation of this prohibition will constitute malfeasance in office. Any officer or employee of the City found guilty thereof should thereby forfeit his office or position. Any violation of this prohibition with the knowledge, expressed or implied, of the persons or corporations contracting with the City shall render the contract voidable by the City Manager or the City Council. By submitting a bid, the Contractor represents that no employee or officer of the City has an interest in the Contractor. 6. Examination of Contract Documents and Site. 6.1 Access to the site shall be from West Sandy Lake Road, South Coppell Road, North Coppell Road or Denton Tap Road. It shall be the Contractor's responsibility before submitting a Bid, to (a) examine the Contract Documents thoroughly, (b) visit the site to become familiar with local conditions that may affect cost, progress, performance or furnishing of the Work, (c) consider federal, state and local Laws and Regulations that may affect cost, progress, performance or furnishing of the Work, (d) study and carefully correlate Bidder's observations with the Contract Documents, and (e) notify Engineer of all conflicts, errors or discrepancies in the Contract Documents. Failure to make these examinations shall in no way relieve any Bidder from the responsibility of fulfilling all of the terms of the contract, without additional cost to the OWNER. 6.2 Information and data reflected in the Contract Documents with respect to Underground Facilities at or contiguous to the site is based upon information and data furnished to the Owner by Owners of such underground Facilities or others, and the Owner does not assume responsibility for the accuracy or completeness thereof. All existing structures, improvements, and utilities shall be adequately protected, at the expense of the Contractor, from damage that might otherwise occur due to construction operations. Where construction comes in close proximity to existing structures or utilities, or if it becomes necessary to move services, poles, guy wires, pipe lines, or other obstructions, it shall be the Contractor's responsibility to notify and cooperate with the utility or structure owner. The utility lines and other existing structures shown on the plans are for information only and are not guaranteed by the City to be complete or accurate as to location and/or depth. It shall be the Contractor's responsibility to verify locations and depths sufficiently in advance of construction such that necessary adjustments may be made to allow for the proper installation of proposed improvements as indicated in the plans. The Contractor shall be liable for damage to any utilities resulting from the construction of this project. 6.3 Before submitting a Bid, each Bidder will, at Bidder's own expense, make or obtain any additional examinations, investigations, explorations, tests and studies and obtain any additional information and data which pertain to the physical conditions 1-12 Bidding Documents (surface, subsurface and underground facilities) at or contiguous to the site or otherwise which may affect cost, progress, performance or furnishing of the Work and which Bidder deems necessary to determine its Bid for performing and furnishing the Work in accordance with the time, price and other terms and conditions of the Contract Documents. 6.4 On request in advance, the Owner will provide each Bidder access to the site to conduct explorations and tests as each Bidder deems necessary for submission of a Bid. Bidder shall fill all holes, clean up and restore the site to its former conditions, according to the City standards, upon completion of such explorations. 6.5 The lands upon which the Work is to be performed, rights-of-way and easements for access thereto and other lands designated for use by Contractor in performing the Work, are identified in the Contract documents. 6.6 The submission of a Bid will constitute an incontrovertible representation by Bidder that Bidder has complied with every requirement of this Article 6, that without exception the Bid is premised upon performing and furnishing the work required by the Contract Documents and such means, methods, techniques, sequences or procedures of construction as may be indicated in or required by the Contract Documents, and that the Contract Documents are sufficient in scope and detail to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. 7. Interpretations and addenda. 7.1 All questions about the meaning or intent of the Contract Documents are to be directed to the Purchasing Agent. Interpretations or clarifications considered necessary by the Purchasing Agent in response to such questions will be issued by Addenda mailed or delivered to all bidders recorded as having received the Bidding Documents. Questions received less than two days prior to the date for opening of Bids may not be answered. Only questions answered by formal written Addenda will be binding. Oral and other interpretations or clarifications will be without legal effect. Each Bidder shall acknowledge on the bid proposal that all Addenda issued have been received. 7.2 Addenda may also be issued to modify the Bidding Documents as deemed advisable by the Owner. 8. Contract Time. 8.1 The time of completion of the project will be set through the bidding technique used in the Proposal Form. A more detailed explanation of the bidding technique and completion time is given in Item 1.7 of the Specific Project Requirements (Section 4). Completion time will be a strong factor in the awarding of a contract for this project. 8.2 Prior to the issuance of the Notice to Proceed by the Owner, the Contractor shall submit a detailed Progress and Schedule chart to the Owner for approval. 1-13 Bidding Documents 8.3 Extension of the contract time shall be based on a Change Order or written amendment as specified in Item 108.8 of the General Provisions. 9. Liquidated Damages. Provisions for liquidated damages are set forth in the Contract and Item 1.7 of the Specific Project Requirements. 10. Substitute or"Or-Equal" Items. The Contract, if awarded, will be on the basis of materials and equipment described in the Drawings or specified in the Specifications without consideration of possible substitute or "or-equal" items. Whenever it is indicated in the Drawings or specified in the Specifications that a substitute or "or-equal" item of material or equipment may be furnished or used by Contractor if acceptable to Engineer, application for such acceptance will not be considered by Engineer until after the Effective Date of the Agreement. No substitutions should be considered during the bidding process. 11. Subcontractors, Suppliers, and Others. 11.1 If the Owner requests the identity of any Subcontractors, Suppliers, or other persons or organizations to be submitted to the Owner in advance of the specified date prior to the Effective Date of the Agreement, the apparent Successful Bidder, and any other Bidder so requested, shall within seven (7) days after the request submit to the Owner a list of all such Subcontractors, Suppliers and other persons and organizations proposed for those portions of the Work for which such identification is requested. Such list shall be accompanied by an experience statement with pertinent information regarding similar projects and other evidence of qualification for each such Subcontractor, supplier, person or organization if requested by the Owner. If the Owner, after due investigation, has reasonable objection to any proposed Subcontractor, Supplier, other person or organization, Owner may, before the Notice of Award is given, request the apparent Successful Bidder to submit an acceptable substitute in which case the apparent Successful Bidder shall submit an acceptable substitute. Bidder's Bid price may be increased (or decreased) by the difference in cost occasioned by such substitution, and the Owner may consider such price adjustment in evaluating Bids and making the contract award. If the apparent Successful Bidder declines to make any such substitution, the Owner may award the contract to the next lowest Bidder that proposes to use acceptable Subcontractors, Suppliers, other persons and organizations. The declining to make requested substitutions will not constitute grounds for sacrificing the Bid security of any Bidder. 11.2 No Contractor shall be required to employ any Subcontractor, Supplier, other person or organization against whom Contractor has reasonable objection. 1-14 Bidding Documents 12. Bid Proposal. 12.1 Two (2) completed Bid Proposals must be submitted in a sealed envelope as described in Item 15 of these Instructions to Bidders. The blank spaces in the Bid Form shall be filled in for each item for which a quantity is given and the Bidder shall state the price for which he proposes to do each item of work. All blanks on the bid form must be completed in ink or typed. No substitutions, revisions, or omissions from the plans and/or specifications will be accepted unless authorized in writing by the Owner. 12.2 The legal status of the Bidder, that is, as a corporation, partnership, or individual, must be stated on the Bid Form. A corporation Bidder must name the state in which the organization is chartered. Bids which are signed for a corporation shall have the correct corporate name thereof, its post office address, and the signature of the president or other authorized officer of the corporation, manually written below the corporate name in the following manner: "By (name) - (corporate title) ." If the bid is made by a firm or partnership, the name and post office address of the managing member of the firm or partnership shall be given or the bid may be signed by an attorney-in-fact. If signed by an attorney-in-fact, there shall be attached to the bid a power of attorney evidencing authority to sign the bid, executed by the members of the firm or partners. If the bid is made by an individual, his post office address shall be given. Bids which are not signed by the individuals making them shall have attached thereto a power of attorney evidencing authority to sign the bid in the name of the person for whom it is signed. 13. Provision Concerning Escalator Clauses. Bids containing any condition which provides for changes in the stated bid prices due to increase or decrease in the costs of materials, labor, or other items required for this project, may be rejected and returned to the Bidder without being considered. 14. Estimates of Quantities. The quantities listed in the Bid Form will be considered as approximate and will be used for the comparison of bids, unless stated otherwise in the description of pay items. Payments will be made to the Contractor only for the actual quantities of work performed or materials furnished in accordance with the contract. The quantity of work to be done and the materials may be increased or decreased as provided for in the Contract Documents. If an item is noted as a "Plans Quantity" then only the quantity shown in the unit bid price schedule will be paid. 1-15 Bidding Documents 15. Submission of Bids. Bids will be received by the Purchasing Agent, and shall be submitted to the Purchasing Agent, City of Coppell, at the Town Center, 255 Parkway Boulevard, P.O. Box 9478, Coppell, Texas 75019 until, 10:00 a.m., April 25, 2013, and then publicly opened and read aloud. Two identical copies of the bid enclosed in an opaque sealed envelope and marked with the Project title, City of Coppell Bid No. Q- 0413-01 and the name and address of the Bidder shall be submitted. If the Bid is sent through the mail or other delivery system the sealed envelope shall be enclosed in a separate envelope with the notation "BID ENCLOSED Construction of: West Sandy Lake Road, Phase 2A & 2B (Project No. ST99-02) on the face of it and addressed to the Purchasing Agent, City of Coppell, Texas. Bid submission shall include Bid Form, Bid Affidavit, Bid Bond and Conflict of Interest Form. 16. Modification and Withdrawal of Bids. 16.1 Bids may be modified or withdrawn by an appropriate document duly executed (in the manner that a Bid must be executed) and delivered to the place where Bids are to be submitted at any time prior to the opening of Bids. 16.2 If, within twenty-four hours after the Bids are opened, any Bidder files a duly signed written notice with the Owner and promptly thereafter demonstrates to the reasonable satisfaction of Owner that there was a material and substantial mistake in the preparation of the Bid, that Bidder may withdraw his bid. Thereafter, that Bidder will be disqualified from further bidding on the work. 17. Rejection of Bids. Bids may be rejected if they show alterations of form, additions not called for, conditional bids, incomplete bids, erasures or irregularities of any kind. The Owner reserves the right to waive any irregularities in the bids as received and to reject any and all bids without qualification(s). More than one bid from an individual, firm or partnership, corporation or association, under the same or different names, will not be considered. Reasonable grounds for believing that a Bidder is interested in more than one such bid may cause the rejection of all bids in which said Bidder is interested. Bids in which prices are obviously unbalanced may be rejected. Bids submitted without a Proposal Guaranty, per NCTCOG's Item 102.5 of the Standard Specifications for Public works will be rejected. Bids with more than 400 Calendar Days for the time of completion will be rejected. 18. Bids to Remain Subject to Acceptance. All Bids will remain subject to acceptance for ninety (90) calendar days after the day of the Bid opening, but the Owner may, in its sole discretion, release any Bid prior to that date. 1-16 Bidding Documents 19. Award of Contract. 19.1 For the purpose of award, each bid submitted shall consist of two parts whereby: Base Bid (A) = The correct summation of the products of the estimated quantities shown in the proposal, multiplied by their bid unit prices. Time Bid (B) = (CD x Daily Value) = the product of the number of calendar days (CD) provided by the Contractor and the Daily Value established by the Owner. For the purposes of this Contract, the Daily Value is $3,500.00. The lowest evaluated bid (Total Bid) will be determined by the Owner as the lowest sum of the Base Bid (A) plus the Time Bid (B) according to the following formula: Total Bid = Base Bid (A) + Time Bid (B) Time Bid (B) from the preceding formula will not be used to determine the final payment to the Contractor. All payments will be based on actual quantities and bid unit prices. The Owner desires to expedite construction on this contract to minimize the inconvenience to the traveling public and to reduce the time of construction. In order to achieve this, an incentive/disincentive provision is established for this contract. The total incentive payment shall not exceed $400,000.00. A more detailed explanation of the incentive/disincentive provision is given in Item 20 (below). A bid with more than 400 calendar days will be considered non-responsive and will be rejected. 19.2 The Owner reserves the right to reject any and all Bids, to waive any and all informalities except for the time of submission of the Bid and to negotiate contract terms with the Successful Bidder. The Owner also reserves the right to reject all nonconforming, non-responsive, unbalanced or conditional Bids. Also, the Owner reserves the right to reject the Bid of any Bidder if the Owner believes that it would not be in the best interest of the Project to make an award to that Bidder, whether because the Bid is not responsive or the Bidder is unqualified or has doubtful financial ability or fails to meet any other pertinent standard or criteria established by the Owner. Discrepancies in the multiplication of units of Work and unit prices will be resolved in favor of the unit prices. Discrepancies between the indicated sum of any column of figures and the correct sum thereof will be resolved in favor of the correct sum. 19.3 In evaluating Bids, the owner will consider the qualifications of the Bidders, whether or not the Bids comply with the prescribed requirements, and such alternates, unit prices, and other data, as may be requested in the Bid form or prior to the Notice of Award. Time of completion will be a consideration in the award of the bid. 19.4 The Owner may consider the qualifications and experience of any Subcontractors, Suppliers, or other persons or organizations proposed for those portions of the Work 1-17 Bidding Documents as to which the identity of Subcontractors, Suppliers, and other persons and organizations must be submitted as requested by the Owner. The Owner also may consider the operating costs, maintenance requirements, performance data and guarantees of major items of materials and equipment proposed for incorporation in the Work when such data is required to be submitted prior to the Notice of Award. 19.5 The Owner may conduct such investigations as the Owner deems necessary to assist in the evaluation of any Bid and to establish the responsibility, qualifications and financial stability of Bidders, proposed Subcontractors, Suppliers and other persons and organizations to perform and furnish the Work in accordance with the Contract Documents to the Owner's satisfaction within the prescribed time. 19.6 If contract is to be awarded, it will be awarded to the lowest and best qualified Bidder whose evaluation by the Owner indicates to the Owner that the award will be in the best interests of the Project. 19.7 If the contract is to be awarded, the Owner will give the Successful Bidder a Notice of Award within ninety (90) calendar days after the date of the Bid opening. 20. Incentive/Disincentive. The Owner desires to expedite construction on this contract to minimize the inconvenience to the traveling public and to reduce the time of construction. In order to achieve this, an incentive/disincentive provision is established for this contract. The total incentive payment shall not exceed the amount listed below. However, there shall be no maximum disincentive. • The maximum time of completion that will be allowed for the construction of West Sandy Lake Road, Phase 2A & 2B is 400 calendar days. A contract time bid of more than 400 days will be considered nonresponsive and, therefore, rejected. • An incentive of $3,500 per calendar day is available for early completion of the project prior to the expiration of the "Original Contract Time" as set forth in Item 1.7 of the Specific Project Requirements (Section 4). The maximum incentive available is $400,000. • A disincentive of $3,500 per calendar day shall also apply to this project for any work that exceeds the "Original Contract Time". There is no maximum disincentive. • Additional provisions for the incentive/disincentive are set forth in Item 1.7 of the Specific Project Requirements (Section 4). 1-18 Bidding Documents 21. Execution of Agreement. Within fifteen (15) days after written notification of award of the contract, the Successful Bidder shall execute and furnish to the Owner three (3) original signed contracts and a Certificate of Insurance. 22. Affidavit of Bills Paid. Prior to final acceptance of this project by the Owner, the Contractor shall execute an affidavit that all bills for labor, materials, and incidentals incurred in the project construction have been paid in full, and that there are no claims pending. 23. Bid Compliance. Bid must comply with all Federal, State, county and local laws. Contractor shall not hire nor work any illegal alien. 24. Notice to Proceed. Upon execution of the Contract, the Owner will issue a written Notice to Proceed to the Contractor requesting that he proceed with the construction. The Calendar day count for the project shall commence within ten (10) calendar days after the date of the Notice to Proceed or when the contractor begins work, whichever occurs first. 25. Sales Tax. The bidder shall not include or provide for sales tax on tangible personal property to be incorporated into the project. In order to be exempt from the sales tax on such tangible personal property, the contract shall separate and provide separate charges for materials to be incorporated into the project from charges for labor. The City will provide the Contractor with an exemption certificate for the materials. The contractor is expected to issue a resale certificate in lieu of paying a sales tax at the time of purchase. The bidder shall show the cost of materials to be incorporated into the contract (tangible personal property) in the space provided on the bid form. The successful bidders bid form will be used to develop a separated contract and will determine the extent of the tax exemption. Upon execution of the construction contract, the successful bidder shall provide a per item breakdown of: a) materials incorporated into the project; and b) labor, equipment, supervision and materials not incorporated into the project. 26. Silence of Specification. The apparent silence of these specifications as to any detail or to the apparent omission from it of a detailed description concerning any point, shall be regarded as meaning that only the best commercial practices are to prevail. All interpretations of these specifications shall be made on the basis of this statement by Owner or their authorized representative. 1-19 Bidding Documents 27. Change Orders. No oral statement of any person shall modify or otherwise change, or affect the terms, conditions or specifications stated in the resulting Contract. All change orders to the Contract will be made in writing by the Owner. 28. Assignment. The Successful Bidder shall not sell, assign, transfer or convey this Contract, in whole or in part, without the prior written consent of Owner. 29. Venue. This agreement will be governed and construed according to the laws of the State of Texas. This agreement is performable in Dallas County, Texas. 30. Maintenance Bond. The Contractor shall provide a two-year Maintenance Bond in the amount of 50% of the value of the work at the completion of the project. The bond must be provided prior to final payment by the City. 31. Testing Requirements. The Owner shall make arrangements with an independent laboratory acceptable for testing as required by the construction plans and standard specifications. The Contractor shall bear all related costs of retests or re-inspections. The Contractor shall notify the ENGINEER in a timely manner of when and where tests or inspections are to be made so that they may be present. One copy shall be provided to the Contractor of all reports and laboratory test results. Testing by the City does not alleviate the contractor's responsibility for his own quality assurance/quality control testing. Contractor shall replace any deficient construction items at his own expense. 32. Overtime. Hours worked before 8:00 a.m. or after 5:00 p.m., all weekends and holidays are subject to overtime. Overtime request or scheduled testing must be made in writing and approved by the City of Coppell. Seventy-two hours advance-notice is required. All overtime incurred by the City for inspection services and any overtime incurred by the testing laboratory shall be paid by the Contractor. If not paid, such cost may be deducted from partial payments. The pay rate for Inspector overtime charges will be $54/hr. 1-20 Bidding Documents 33. Payment. Contractor shall submit Applications for Payment in accordance with Item 109.5 of the General Provisions. Applications for Payment will be processed by Engineer as provided in the General Provisions. 34. Documentation of Existing Conditions. Contractor must prepare a video and provide a copy to City of existing conditions within entire work area prior to the start of construction. This is subsidiary to the pay item for Right-of-way Preparation. 35. Bid Security. Contractor must submit a bid security in the amount of five (5%) percent of the amount of the maximum total bid as a guarantee that the Bidder will promptly enter into a Contract and execute a Performance, Payment and Maintenance Bonds on the forms included in the Contract Documents if awarded the contract. Acceptable Bid Security are: a) Certified or cashier's check made payable to the Owner. b) An approved Bidder's Bond underwritten by a surety named in the current list of "Surety Companies Acceptable on Federal Bonds" as published in the Federal Register by the Audit Staff Bureau of Accounts, U.S. Treasury Department. 36. Bonds Performance, Payment and Maintenance Bonds are required for this project and shall be provided in accordance with the General Conditions. 1-21 Bidding Documents BID FORM PROJECT IDENTIFICATION: West Sandy Lake Road, Phase 2A&2B (North Coppell Road to Denton Tap Road) Project No. ST99-02 Coppell, Texas BID OF \i SAC} AN 1 .06 • DATE 114° 13 (NAME OF FIRM) THIS BID IS SUBMITTED TO: City of Coppell (hereinafter called OWNER) do Purchasing Agent 255 Parkway Boulevard P.O. 9478 Coppell, Texas 75019 CITY OF COPPELL BID NO: Q-0413-01 1. The undersigned BIDDER proposes and agrees, if this Bid is accepted, to enter into an agreement with OWNER in the form included in the Contract Documents to perform and furnish all Work as specified or indicated in the Contract Documents for the Contract Price and within the Contract Time indicated in this Bid and in accordance with the other terms and conditions of the Contract Documents. 2. BIDDER accepts all of the terms and conditions of the Advertisement or Notice to Bidders and Instructions to Bidders. This Bid will remain subject to acceptance for ninety (90) days after the day of Bid opening. BIDDER will sign and submit the Agreement with other documents required by the Bidding Requirements within fifteen (15)days after the date of OWNER's Notice of Award. 3. In submitting this Bid, BIDDER represents, as more fully set forth in the Agreement, that: (a) BIDDER has examined copies of all the Bidding Documents and of the following Addenda (receipt of all which is hereby acknowledged): No: I 3 Date: Li ` , _ 'J i.� •��_ I3 � 15 Recd: ` /YP 1-22 Bidding Documents (b) BIDDER has familiarized itself with the nature and extent of the Contract Documents, Work, site, locality, and all local conditions and Laws and Regulations that in any manner may affect cost, progress, performance or furnishing of the Work. (c) BIDDER has studied carefully all reports of exploration and tests of subsurface conditions contained in the contract documents and which have been used in preparation of the contract documents. CONTRACTOR may rely upon the accuracy of the technical data contained in such reports, but not upon nontechnical data, interpretations or opinions contained therein or for the completeness thereof for CONTRACTOR's purposes. Except as indicated in the immediately preceding sentence, CONTRACTOR shall have full responsibility with respect to subsurface conditions at site. BIDDER has studied carefully all drawings of the physical conditions in or relating to existing surface or subsurface structures on the site, which are contained in the contract documents and which have been utilized in preparation of the contract documents. CONTRACTOR may rely upon the accuracy of the technical data contained in such drawings, but not for the completeness thereof for CONTRACTOR's purposes. Except as indicated in the immediately preceding sentence, CONTRACTOR shall have full responsibility with respect to physical conditions in or relating to such structures. (d) BIDDER has obtained and carefully studied (or assumes responsibility for obtaining and carefully studying) all such examinations, investigations, explorations, tests and studies (in addition to or to supplement those referred to in (c) above) which pertain to the subsurface or physical conditions at the site or otherwise may affect the cost, progress, performance or furnishing of the Work as BIDDER considers necessary for the performance or furnishing of the Work at the Contract Price, within the Contract Time and in accordance with the other terms and conditions of the Contract Documents; and no additional examinations, investigations, explorations, tests reports or similar information or data are or will be required by BIDDER for such purposes. (e) BIDDER has reviewed and checked all information and data shown or indicated on the Contract Documents with respect to existing Underground Facilities at or contiguous to the site and assumes responsibility for the accurate location of said Underground Facilities. No additional examinations, investigations, explorations, tests, reports or similar information or data in respect of said Underground Facilities are or will be required by BIDDER in order to perform and furnish the Work at the Contract Price, within the Contract Time and in accordance with the other terms and conditions of the Contract Documents. (f) BIDDER has correlated the results of all such observations, examinations, investigations, explorations, tests, reports and studies with the terms and conditions of the Contract Documents. 1-23 Bidding Documents (g) BIDDER has given ENGINEER written notice of all conflicts, errors or discrepancies that it has discovered in the Contract Documents and the written resolution thereof by ENGINEER is acceptable to BIDDER. (h) This bid is genuine and not made in the interest of or on behalf of any undisclosed person, firm or corporation and is not submitted in conformity with any agreement or rules of any group, association, organization or corporation; BIDDER has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid; BIDDER has not solicited or induced any person, firm or corporation to refrain from bidding; and BIDDER has not sought by collusion to obtain for itself any advantage over any other Bidder or over OWNER. (i) It is understood and agreed that the following quantities of work to be done at unit prices are approximate only, and are intended principally to serve as a guide in evaluating bids. (j) It is understood and agreed that the quantities of work to be done at unit prices and materials to be furnished may be increased or diminished as may be considered necessary in the opinion of the OWNER to complete the work fully as planned and contemplated, and that all quantities of work, whether increased or decreased, are to be performed at the unit prices set forth, except as provided for otherwise in the Contract Documents. 4. BIDDER understands that the work for each street will be completed in multiple phases. Plans for phasing or move-ins by utility and paving contractors will require approval by the Engineer. It is understood and agreed that all work under this contract will be completed within the bid calendar days. Completion date will be established in the Notice to Proceed. It is understood that time of completion will be a consideration in the award of the bid. 5. It is understood and agreed that the contractor's experience in this type of work will be a strong consideration in the award of the bid. 6. It is strongly recommended that each BIDDER visit the site prior to submitting a bid. Construction constraints exist, including heavy traffic volume along the roadway and accessibility requirements to & from adjacent streets, neighborhoods and properties, which could affect productivity. 7. BIDDER will complete the Work for the following price(s): 1-24 Bidding Documents T'II-ice: ME PAVING COMPANY Mailing Address: P.O.Box 270040 Dallas,TX 75227 Physical Address: 419 E,Hwy.80 Mesquite,TX 75150 Tel:(972)289-0723 Fax:(972)216-5637 To: CITY OF COPPELL Ann: PURCHASING Re: SANDY LAKE ROAD PHASE 2A&213 We propose to furnish all labor,materials and equipment necessary to construct,as an Independent contractor, the following described work: SANDY LAKE ROAD PHASE 2A ITEM, UNIT QTY UNIT DESCRIPTION UNIT PRICE TOTAL PRICE WRITTEN IN WORDS -1 1 LS MOBILIZATION(5%MAX) $ 321,000.00 $ 321,000.00 Three Hundred Twenty One Thousand Dollars and No Cents -2 2 EA PROJECT SIGN $ 500.00 $ 1,000.00 Five Hundred Dollars and No Cents -3 1 LS RIGHT OF WAY PREPERATION $ 175,000.00 $ 175,000.00 One Huhdred Seventy Five Thousand Dollars and No Cents -4 1 LS FURN,INST,MAIN,AND REMOVE TEMP TRAFFIC CONTROL DEVICES $ 338,000.00 $ 338,000.00 Three Hundred Thirty Eight Thousand Dollars and No Cents -5 1 LS FURN,INST,MAIN,AND REMOVE EROSION CONTROL DEVICES $ 12,500,00 $ 12,500.00 Twelve Thousand Five Hundred Dollars and No Cents -6 5,127 SY REMOVE AND DISPOSE ASPHALT PAVING $ 3.60 $ 18,457.20 Three Dollars and Sixty Cents -7 2,401 SY REMOVE AND DISPOSE CONCRETE ROADWAY PAVEMENT $ 7.26 $ 17,407.25 Seven Dollars and Twenty Five Cents -B 221 SY REMOVE AND DISPOSE CONCRETE DRIVEWAY AND SIDEWALKS $ 11.00 $ 2,431.00 Eleven Dollars and No Cents -9 183 SY REMOVE AND DISPOSE BRICK PAVERS $ 12.00 $ 2,198.00 Twelve Dollars and No Cents -10 1 LS REMOVE AND DISPOSE BRIDGE $ 15,500.00 $ 15,500.00 Fifteen Thousand Five Hundred Dollars and No Cents -11 1 EA REMOVE AND REPLACE NEIGHBORHOOD MONUMENT SIGN $ 8,800.00 $ 8,600.00 Eight Thousand Slx Hundred Dollars and No Cents -12 EA SALVAGE AND RELOCATE CITY WAY FINDING SIGN ?ffi`''--;m"4,.F .Yn"t+: $ No Dollars and No Cents - -13 LS SALVAGE AND RELOCATE DECORATIVE SIGN AT ARBOR MANORS $ s `2;1 ;; $ - No Dollars and No Cents -14 LF PIPE RAIL FENCE g;$Y .nai'.". .. $ - No Dollars and No Cents -15 EA RELOCATE GATE AT 101 COTTONWOOD DRIVE fAlei -?.:0.ifft, $ - No Dollars and No Cents -18 EA REPLACE MAILBOX q$4o.4twA,.:-„ $ - No Dollars and No Cents -17 1 .9 STA RESTORE PARKWAYS AND DISTURBED AREAS $ 800.00 $ 10,740.00 Six Hundred Dollars and No Cents -18 SY TURF REINFORCEMENT MATTING WITH HYDROMULCH SEEDING .i$o*xdi-r:.e4g.,' $ - No Dollars and No Cents -19 7, 70 CY UNCLASSIFIED EXCAVATION $ 12.40 $ 87,668.00 Twelve Dollars and Forty Cents -20 4, 15 CY BORROW/EMBANKMENT $ 3.97 $ 17,527.55 Three Dollars and Ninety Seven Cents -21 SY 4"GRAVEL DRIVEWAY s$ m Mi:t v4u $ - No Dollars and No Cents -22 SY 6"ASPHALT PAVEMENT 2$ • q;f: 3"z iiy $ • No Dollars and No Cents -23 7, 88 SF 4"REINFORCED CONCRETE SIDEWALK $ 3.82 $ 28,988.16 Three Dollars and Eighty Two Cents -24 7, 05 SF 6"REINFORCED CONCRETE TRAIL(8 FOOT WIDE) $ 4.40 $ 33,462.00 Four Dollars and Forty Cents -25 SY 8"REINFORCED CONCRETE DRIVEWAY :iffi: fir.,f ;4:-'f $ - No Dollars and No Cents -26 , SY 6"REINFORCED CONCRETE DRIVEWAY-EXPOSED AGGREGATE SURFACE ,,Sii isa.+=,c:. ..=e-.:>E. $ - No Dollars and No Cents -27 11, 39 SY 8"RIENFORCED CONCRETE PAVEMENT WITH 6"INTEGRAL CURB $ 34.75 $ 383,605.25 Thirty Four Dollars and Seventy Five Cents -28 2 5 SY 6"RIENFORCED STAMPED CONCRETE PAVEMENT(MEDIANS AND DRIVEWAYS) $ 68.50 $ 17,467.50 Sixty Eight Dollars and Fifty Cents -29 1 2 SY 8"RIENFORCED STAMPED CONCRETE PAVEMENT $ 84.00 $ 14,448.00 Eighty Four Dollars and No Cents -30 LF 8"REINFORCED CONCRETE CURB AND GUTTER Ati‘,,,,, i,4,014$ No Dollars and No Cents - -31 1 EA PEDESTRIAN RAMP(5'WIDE)(TYPE 5) $ 1,200.00 $ 1,200.00 One Thousand Two Hundred Dollars and No Cents -32 0 EA PEDESTRIAN RAMP(5'WIDE)(TYPE 6) . a"+. $ - No Dollars and No Cents -33 3 EA PEDESTRIAN RAMP(5'WIDE)(TYPE 7) $ 1,000.00 $ 3,000.00 One Thousand Dollars and No Cents -34 1 EA PEDESTRIAN RAMP(8'WIDE)(TYPE 5) $ 1,800.00 $ 1,800.00 One Thousand Eight Hundred Dollars and No Cents -35 1 EA PEDESTRIAN RAMP(8'WIDE)(TYPE 7) $ 1,200.00 $ 1,200.00 One Thousand Two Hundred Dollars and No Cents -36 11,954 SY 8"CEMENT TREATED SUBGRADE $ 3.95 $ 47,218.30 Three Dollars and Ninety Five Cents -37 191 TN CEMENT(32LBS/SY)FOR SUBGRADE TREATMENT $ 190.00 $ 38,290.00 One Hundred Ninety Dollars and No Cents -38 186 SY REINFORCED CONCRETE FLUME $ 47.00 $ 8,742.00 Forty Seven Dollars and No Cents -39 3,990 FF RETAINING WALL-MODULAR CONCRETE BLOCK $ 25.00 $ 99,750.00 Twenty Five Dollars and No Cents -40 7,182 FF RETAINING WALL-CAST IN PLACE $ 39.15 $ 281,175.30 Thirty Nine Dollars and Fifteen Cents -41 998 LF PEDESTRIAN RAIL $ 68.00 $ 67,864.00 Sixty Eight Dollars and No Cents -42 64 LF THERMOPLASTIC WHITE STRIPING(ALL WIDTHS) $ 5.15 $ 329.60 Five Dollars and Fifteen Cents -43 0 EA PERMANENT PAVEMENT MARKING SYMBOLS(TURN ARROW AND ONLY) 4 ei +...:'3:'4: $ - No Dollars and No Cents -44 414 EA PERMANENT TRAFFIC BUTTONS $ 3.00 $ 1,242.00 Three Dollars and No Cents -45 7 EA MISC ROADWAY SIGNS $ 500.00 $ 3,500.00 Five Hundred Dollars and No Cents -48 237 LF 18"RIENF CONC PIPE(CLASS III) $ 53.80 $ 12,703.20 Fifty Three Dollars and Sixty Cents -47 0 LF 18"RIENF CONC PIPE(CLASS IV) $^ss'c:r7 * s: $ - No Dollars and No Cents -48 353 LF 21"RIENF CONC PIPE(CLASS III) $ 63.00 $ 22,239.00 Sixty Three Dollars and No Cents -49 218 LF 24"RIENF CONC PIPE(CLASS III) $ 89.10 $ 15,083.80 Sixty Nine Dollars and Ten Cents -50 180 LF 30"RIENF CONC PIPE(CLASS III) $ 84.00 $ 15,120.00 Eighty Four Dollars and No Cents -51 0 LF 36"RIENF CONC PIPE(CLASS III) )tffi .« $ No Dollars and No Cents -52 0 LF 42"RIENF CONC PIPE(CLASS III) 4,,t, $ - No Dollars and No Cents -53 0 LF 48"RIENF CONC PIPE(CLASS III) $$. " """ $ - No Dollars and No Cents -54 22 LF 4'X 2'REINF CONC BOX $ 140.00 $ 3,080.00 One Hundred Forty Dollars and No Cents -55 0 LF 6'X 3'REINF CONC BOX h$'o" a€'. $ - No Dollars and No Cents -56 LF 8'X 3'REINF CONC BOX L:$r. *10.,W4vf $ - No Dollars and No Cents -57 LF 8'X 4'REINF CONC BOX E$ 0 : $ - No Dollars and No Cents -58 LF 10'X 8'REINF CONC BOX ffi§} *. ! _ $ - No Dollars and No Cents -59 _ EA 10'NON RECESSED CURB INLET $$"xtAtImai:? ' $ - No Dollars and No Cents -60 EA 15'NON RECESSED CURB INLET s$ $ - No Dollars and No Cents -61 EA 20'NON RECESSED CURB INLET $F- ,*J $ - No Dollars and No Cents _ -62 EA 10'RECESSED INLET $ 3,200.00 $ 25,600.00 Three Thousand Two Hundred Dollars and No Cents -83 EA 15 RECESSED INLET Y$ "` "s . $ - No Dollars and No Cents -64 EA 20'RECESSED INLET '$ a-'`'Y.: $ - No Dollars and No Cents -65 EA 2'X 2'CATCH BASIN $ 2,100.00 $ 6,300.00 Two Thousand One Hundred Dollars and No Cents -66 EA 4'X 4'STORM DRAIN MANHOLE $ 4,400.00 $ 8,800.00 Four Thousand Four Hundred Dollars and No Cents -67 EA 5'X 5'STORM DRAIN MANHOLE „$2=A,"' $ - No Dollars and No Cents -68 EA 9'X 9'STORM DRAIN MANHOLE ?$$ $�7 ; V: $ - No Dollars and No Cents -69 EA SAFETY END TREATMENT(6:1)FOR 24"RCP f$ ' 3-s ; $ No Dollars and No Cents -70 EA CONCRETE HEADWALL WITH PARALLEL WINGS FOR 18"RCP $ 3,000.00 $ 8,000.00 Three Thousand Dollars and No Cents -71 EA GABION CONCRETE COLLAR FOR STORM DRAIN $ 2,400.00 $ 4,800.00, Two Thousand Four Hundred Dollars and No Cents -72 EA CONCRETE HEADWALL FOR 24"RCP k$ f .,! s� $ No Dollars and No Cents -73 EA CONCRETE HEADWALL WITH STRAIGHT WINGS FOR 4'X 2'RCB $ 5,500.00 $ 11,000.00 Five Thousand Five Hundred Dollars and No Cents -74 EA CONCRETE HEADWALL WITH FLARED WINGWALLS FOR 8'X 3'RCB -$'0,g,..,,,-.4-,!,=4,,;,,:, $ - No Dollars and No Cents -75 1, 10 LF TRENCH SAFETY FOR STORM DRAIN(RCP AND RCB) $ 1.05 $ 1,080.50 One Dollar and Five Cents -76 CY CHANNEL GRADING e$r x °-J'vu!a $ - No Dollars and No Cents -77 SY 18"THICK ROCK RIPRAP -$ v`y' -.$s:-tr.`. $ - No Dollars and No Cents -78 7 CY 18"GABION MATTRESS $ 350.00 $ 9,450.00 Three Hundred Fifty Dollars and No Cents -79 6 6 CY GABION WALL $ 185.00 $ 115,810.00 One Hundred Eighty Five Dollars and No Cents -80 LS POND LINER $ 12,500.00 $ 12,500.00 Twelve Thousand Five Hundred Dollars and No Cents -81 LF 6"PVC WATER LINE $ Sc, f ;+a`.' $ No Dollars and No Cents , -82 3 0 LF 8"PVC WATER LINE $ 105.00 $ 33,600.00 One Hundred Five Dollars and No Cents -83 LS LOWER 24"RCCP WATER LINE "•r"x $ - No Dollars and No Cents -84 EA LOWER EXISTING WATER LINE(ALL SIZES EXCEPT 24"RCCP WATER LINE) d$ c" ?'-�*`°^ $ No Dollars and No Cents - -85 EA 8"BLOWOFF ASSEMBLY FOR 24"RCCP WATER LINE ?:$ ,-'?-.i,AY. $ - No Dollars and No Cents -86 LF BORE,FURNISH AND INSTALL 20"CASING FOR 8"PVC WATER PIPE ,:$- ' ,yt; $ - No Dollars and No Cents -87 EA 8"X 8"TAPPING SLEEVE WITH 8"VALVE $ 2,700,00 $ 5,400.00 Two Thousand Seven Hundred Dollars and No Cents -88 EA 24"X 8"TAPPING SLEEVE WITH 8"VALVE AC K,' .",,,: =a. $ - No Dollars and No Cents -89 EA 24"X 6"TAPPING SLEEVE WITH 6"VALVE $5't" },w,•,,- $ No Dollars and No Cents -90 EA 8"GATE VALVE 4$ ( =. $ No Dollars and No Cents - -91 EA 8"GATE VALVE 13,,,,J.4,;1,,,,,Te.4k,i $ - No Dollars and No Cents -92 EA CONNECT TO EXISTING WATER LINE $ 950.00 $ 1,900.00 Nine Hundred Fifty Dollars and No Cents -93 LS ABANDON EXISTING WATER LINE $ 4,200.00 $ 4,200.00 Four Thousand Two Hundred Dollars and No Cents -94 EA REMOVE AND SALVAGE EXIST FH ASSEMBLY $ 220.00 $ 220,00 Two Hundred Twenty Dollars and No Cents -95 EA REMOVE AND SALVAGE EXIST WATER VALVES $ 220.00 $ 440,00 Two Hundred Twenty Dollars and No Cents -96 EA FIRE HYDRANT ASSEMBLY $: x :.,..?" . $ - No Dollars and No Cents REMOVE AND REPLACE DETECTOR CHECK VALVE AND VAULT FOR 6"WATER 1 ,";.;",. -97 LS SERVICE WITH METER pct.,.".> $ No Dollars and No Cents -98 EA 1"COPPER TYPE K WATER SERVICE(VARIOUS LENGTHS) $. *x#:,4>t%; $ - No Dollars and No Cents -99 EA 1.5"COPPER TYPE K WATER SERVICE(VARIOUS LENGTHS) $ 4,400.00 $ 8,800.00 Four Thousand Four Hundred Dollars and No Cents -100 1 EA 2"COPPER TYPE K WATER SERVICE(VARIOUS LENGTHS) $ 5,300.00 $ 5,300,00 Flve Thousand Three Hundred Dollars and No Cents -101 0 LF BORE FOR 1"AND 1.5"WATER SERVICE a$PK' 4k^ ' Sv' $ - No Dollars and No Cents -102 5 EA ADJUST EXIST VALVE STACK TO GRADE $ 315.00 $ 1,575.00 Three Hundred Fifteen Dollars and No Cents -103 0 EA RELOCATE EXISTING WATER SERVICES AT OAK TRAIL AND SHADYDALE DRIVE$$ .-� tv„?$s * $ - No Dollars and No Cents -104 1 EA REPLACE WATER METER CAN AND SETTER $ 1,600.00 $ 1,600.00 One Thousand Six Hundred Dollars and No Cents -105 1 EA REM AND REL EXIST WATER METER,METER CAN,AND SETTER $ 515.00 $ 515.00 Five Hundred Fifteen Dollars and No Cents -106 2 0 LF TRENCH SAFETY FOR WATER LINE $ 2.10 $ 548.00 Two Dollars and Ten Cents -107 LF 8"PVC SS LINE(SDR-35)ALL DEPTHS 400J4,.,S=k€ (=e $ - No Dollars and No Cents -108 LF 10"PVC SS LINE(SDR-35)ALL DEPTHS $?a:: $ - ::� No Dollars and No Cents -109 LF 8"PRESSURE RATED(MIN 150 PSI)SWER PIPE WITH CEMENT STABILIZED BACIF ,r $ - No Dollars and No Cents -110 LF 10"PRESSURE RATED(MIN 150 PSI)SWER PIPE WITH CEMENT STABILIZED BA($ °( '4<. $ - No Dollars and No Cents -111 LF BORE,FURNISH AND INSTALL 20"CASING FOR 8"PVC SEWER PIPE $ta6'"?3.f- t} $ - No Dollars and No Cents -112 EA 4'DIAMETER SANITARY SEWER MANHOLES(ALL DEPTHS) ':$'. °.;*0%,,, z $ - No Dollars and No Cents -113 EA 4'DIAMETER SANITARY SEWER OUTSIDE DROP MANHOLE $ "" - $ - No Dollars and No Cents -114 EA CONCRETE BRIDGE FOR SANITARY SEWER LINE 7$ 7o4, -4? $ - No Dollars and No Cents -115 EA 4"SANITARY SEWER SERVICE(VARIOUS LENGTHS) ''$:1u' m'°,k�:*),, $ - No Dollars and No Cents -116 EA 8"SANITARY SEWER SERVICE(SDR 35)ALL DEPTHS £$a. , ,""'? $ No Dollars and No Cents - -117 EA REMOVE EXISTING SANITARY SEWER MANHOLE P$.)•x's P les:4 $ - No Dollars and No Cents -118 EA MINOR ADJUSTMENTS OF EXISTING MANHOLE RIM TO GRADE ?$ w $ No Dollars and No Cents - -119 EA MAJOR ADJUSTMENTS OF EXISTING MANHOLE RIM TO GRADE '$T g'ms's^5$ - No Dollars and No Cents -120 EA ADJUST CLEANOUT TO GRADE $ 310.00 $ 620.00 Three Hundred Ten Dollars and No Cents -121 LF TRENCH SAFETY FOR SANITARY SEWER '$9+ =^F*a.1 $ - No Dollars and No Cents -122 EA HIGHWAY TRAFFIC SIGNAL-SOUTH COPPELL ROAD INTERSECTION 4$ 'a.--, 4" $ No Dollars and No Cents - -123 EA HIGHWAY TRAFFIC SIGNAL-WHISPERING HILLS INTERSECTION ($' •_}p, q: ^E. $ - No Dollars and No Cents -124 EA HIGHWAY TRAFFIC SIGNAL-DENTON TAP ROAD INTERSECTION $ n'd;.-`a- $ - No Dollars and No Cents -125 EA TRAFFIC SIGNAL POLE WITH 32 FOOT MAST ARM $ :"•*K-4"!�w" $ - No Dollars and No Cents -126 EA TRAFFIC SIGNAL POLE WITH 36 FOOT MAST ARM s$ k'u,",/,,,,iA $ - No Dollars and No Cents -127 EA TRAFFIC SIGNAL POLE WITH 48 FOOT MAST ARM .v $ ;Kwa; %-2'.•w.,? $ - No Dollars and No Cents -128 EA TRAFFIC SIGNAL POLE WITH 52 FOOT MAST ARM ., ,%0,0,.�;k= = $ - No Dollars and No Cents -129 EA PEDESTAL SIGNAL POLE-5 FOOT ¢$v1* v*`; c8--*,. $ No Dollars and No Cents - -130 EA PEDESTAL SIGNAL POLE-8 FOOT 1.$'ti4,S*,.11.' $ - No Dollars and No Cents -131 EA PEDESTAL POLE FOUNDATION(24-A) ,..$ r V- ga, $ - No Dollars and No Cents -132 EA PEDESTAL POLE FOUNDATION(30-A) a$w ,_. .. .,-,=:: $ - No Dollars and No Cents -154 40 LF 2"PVC SCH 80 CONDUIT $ 6.00 $ 240.00 Six Dollars and No Cents -155 4,130 LF CONDUIT BANK FOR 2"AND 3"PVC CONDUIT $ 8.25 $ 34,072.50 Eight Dollars and Twenty Five Cents -156 24 EA TYPE A GROUND BOX $ 475.00 $ 11,400.00 Four Hundred Seventy Five Dollars and No Cents -157 3 EA TYPE C GROUND BOX $ 550.00 $ 1,650.00 Five Hundred Fifty Dollars and No Cents -158 1 EA ONCOR GROUND BOX $ 410.00 $ 410.00 Four Hundred Ten Dollars and No Cents -159 72 LF 3 CONDUCTOR#6 GAUGE WIRE $ 3.20 $ 230.40 Three Dollars and Twenty Cents -160 1,346 LF 1 CONDUCTOR#8 GAUGE BARE WIRE $ 0.95 $ 1,278.70 No Dollars and Ninety Five Cents -181 0 LF 1 CONDUCTOR#10 GAUGE BARE WIRE $:. ., $ - No Dollars and No Cents -162 0 LF 1 CONDUCTOR#10 XHHW WIRE-RED St - .. .Y $ - No Dollars and No Cents -163 0 LF 1 CONDUCTOR#10 XHHW WIRE-BLACK $ - _. $ - No Dollars and No Cents -164 1,740 LF 1 CONDUCTOR#12 XHHW WIRE $ 0.42 $ 730.80 No Dollars and Forty Two Cents -165 2,117 LF OPTICOM CABLE $ 1.15 $ 2,434.55 One Dollar and Fifteen Cents -166 2,173 LF VIDEO CABLE $ 1.65 $ 3,585.45 One Dollar and Sixty Five Cents -167 1,436 LF 3 CONDUCTOR#14 GAUGE WIRE $ 1.00 $ 1,436,00 One Dollar and No Cents -168 531 LF 5 CONDUCTOR#14 GAUGE WIRE $ 1.10 $ 584.10 One Dollar and Ten Cents -169 785 LF 7 CONDUCTOR#14 GAUGE WIRE $ 1.40 $ 1,099.00 One Dollar and Forty Cents -170 1,941 LF 20 CONDUCTOR#14 GAUGE WIRE $ 3.76 $ 7,298.18 Three Dollars and Seventy Six Cents -171 4,230 LF 12 STRAND COMING ANYLAN PRE-TERMINATED FIBER $ 4.12 $ 17,427.60 Four Dollars and Twelve Cents -172 2 EA POWER SERVICE AND PEDESTAL EQUIPMENT $ 4,700.00 $ 9,400.00 Four Thousand Seven Hundred Dollars and No Cents -173 3 EA OPTICOM DETECTOR PHASE SELECTOR $ 7,100.00 $ 21,300.00 Seven Thousand One Hundred Dollars and No Cents -174 3 EA UPS SYSTEM $ 7,500.00 $ 22,500.00 Seven Thousand Five Hundred Dollars and No Cents -175 7 EA ILLUMINATED STREET NAME SIGNS $ 2,600.00 $ 18,200.00 Two Thousand Six Hundred Dollars and No Cents _ -178 4 FA REMOVE AND REINSTALL ILLUMINATED STREET NAME SIGNS AT DENTON TAP $ 165.00 $ 660.00 One Hundred Sixty Five Dollars and No Cents -177 1 LS TEMPORARY SIGNAL AT DENTON TAP $ 5,000.00 $ 5,000.00 Five Thousand Dollars and No Cents -178 1 LS TEMPORARY SIGNAL AT WHISPERING HILLS $ 15,000.00 $ 15,000.00 Fifteen Thousand Dollars and No Cents -179 LS TEMPORARY SIGNAL AT COPPELL ROAD NORTH $ - .*:;. $ - No Dollars and No Cents -180 CY BRIDGE-FLEXIBLE BASE,TYPE D,GRADE I,MEASURMENT CLASS C $ $ - No Dollars and No Cents -181 LF BRIDGE-DRILLED SHAFT-18" _$ $ - No Dollars and No Cents -182 LF BRIDGE-DRILLED SHAFT-36" - No Dollars and No Cents -183 CY BRIDGE-CLASS C CONCRETE FOR ABUTMENTS - No Dollars and No Cents -184 CY BRIDGE-CLASS C CONCRETE FOR BENTS - No Dollars and No Cents -185 CY BRIDGE-CLASS S CONCRETE FOR APPROACH SLAB $ $ No Dollars and No Cents -188 CY BRIDGE-CLASS S CONCRETE FOR SIDEWALK AND MEDIAN CURBS - No Dollars and No Cents -187 , CY BRIDGE-CLASS B CONCRETE FOR PAVER BASE No Dollars and No Cents -188 SF BRIDGE-CLASS S CONCRETE FOR SLAB -5 $ - No Dollars and No Cents -189 LF BRIDGE-PRESTRESSED CONCRETE I-GIRDERS TYPE TX-28 $. $ No Dollars and No Cents -190 LF BRIDGE-COMBINATION RAIL42"HIGH No Dollars and No Cents -191 LF BRIDGE-COMBINATION RAIL 54"HIGH - No Dollars and No Cents -192 LF BRIDGE-SEALED EXPANSION JOINT(4 IN)(SEJ-A) - $ No Dollars and No Cents -193 LF BRIDGE-TEMPORARY CONCRETE TRAFFIC BARRIER No Dollars and No Cents -194 LF BRIDGE-REMOVE AND REPLACE TEMPORARY CONCRETE TRAFFIC BARRIER $ .:, $ - No Dollars and No Cents -195 LF BRIDGE-ELECTRICAL CONDUIT 2"DIA - No Dollars and No Cents -196 LF BRIDGE-ELECTRICAL CONDUIT 3"DIA 1/i./ No Dollars and No Cents -197 LS LANDSCAPING $ 90 000.00 $ 90,000.00 . Ninety Thousand Dollars and No Cents -198 LS IRRIGATION FOR LANDSCAPING $ 75,000.00 $ 75,000.00 Seventy Five Thousand Dollars and No Cents -199 LS REPAIR,REPLACE AND OR MODIFY EXISTING IRRIGATION SYSTEMS $ 7,000.00 $ 7,000.00 Seven Thousand Dollars and No Cents -200 LB SIDEWALK EXPANSION JOINT COVER PLATE(TXDOT ITEM 442 $ - $ - No Dollars and No Cents Four Million Nine Hundred One Thousand Eight Hundred Sixty Nine BID TOTAL WEST SANDY LAKE PHASE 2B $ .44194,668e94 Dollars and Ninety One Cents 11,4,9qi, ?6q.cii j/Zn BID PROPOSAL SUBMITTED BY: TISEO PAVING CO. 419 E.HWY.BO MESQUITE,TX 75150 (//) (972)289-0723 4.------ 4/30/2013 LOUIE TISEO,SECRETARY/TREASURER DATE • SANDY LAKE ROAD PHASE 2B ITEM UNIT OTY UNIT DESCRIPTION UNIT PRICE TOTAL PRICE WRITTEN IN WORDS -1 1 LS MOBILIZATION(5%MAX) $ 282,000.00 $ 282,000.00 Two Hundred Eighty Two Thousand Dollars and No Cents -2 2 EA PROJECT SIGN $ 500.00 $ 1,000.00 Five Hundred Dollars and No Cents -3 1 LS RIGHT OF WAY PREPERATION $ 134,000.00 $ 134,000.00 One Hundred Thirty Four Thousand Dollars and No Cents -4 1 LS FURN,INST,MAIN,AND REMOVE TEMP TRAFFIC CONTROL DEVICES $ 338,000.00 $ 338,000.00 Three Hundred Thirty Eight Thousand Dollars and No Cents -5 1 LS FURN,INST,MAIN,AND REMOVE EROSION CONTROL DEVICES $ 16,500.00 $ 16,500.00 Sixteen Thousand Five Hundred Dollars and No Cents -6 14,602 SY REMOVE AND DISPOSE ASPHALT PAVING $ 3.60 $ 52,567.20 Three Dollars and Sixty Cents -7 3,860 SY REMOVE AND DISPOSE CONCRETE ROADWAY PAVEMENT $ 7,25 $ 27,985.00 Seven Dollars and Twenty Five Cents -8 1,944 SY REMOVE AND DISPOSE CONCRETE DRIVEWAY AND SIDEWALKS $ 6.50 $ 12,638.00 Six Dollars and Fifty Cents -9 170 SY REMOVE AND DISPOSE BRICK PAVERS $ 11.00 $ 1,870.00 Eleven Dollars and No Cents -10 0 LS REMOVE AND DISPOSE BRIDGE r'$ v $ - No Dollars and No Cents -11 0 EA REMOVE AND REPLACE NEIGHBORHOOD MONUMENT SIGN ':$ .. ! - -;: $ - No Dollars and No Cents -12 1 EA SALVAGE AND RELOCATE CITY WAY FINDING SIGN $ 1,300.00 $ 1,300,00 One Thousand Three Hundred Dollars and No Cents -13 1 LS SALVAGE AND RELOCATE DECORATIVE SIGN AT ARBOR MANORS $ 18,500.00 $ 18,500.00 Eighteen Thousand Five Hundred Dollars and No Cents -14 484 LF PIPE RAIL FENCE $ 39.00 $ 18,876.00 Thirty Nine Dollars and No Cents -15 1 EA RELOCATE GATE AT 101 COTTONWOOD DRIVE $ 600.00 $ 600.00 Six Hundred Dollars and No Cents -18 2 EA REPLACE MAILBOX $ 1,100.00 $ 2,200.00 One Thousand One Hundred Dollars and No Cents -17 55 STA RESTORE PARKWAYS AND DISTURBED AREAS $ 550.00 $ 30,250,00 Five Hundred Fifty Dollars and No Cents -18 200 SY TURF REINFORCEMENT MATTING WITH HYDROMULCH SEEDING $ 2.10 $ 420.00 Two Dollars and Ten Cents -19 28,000 CY UNCLASSIFIED EXCAVATION $ 5.90 $ 185,200.00 Five Dollars and Ninety Cents -20 0 CY BORROW/EMBANKMENT _$ rt =r"=-: $ No Dollars and No Cents • -21 50 SY 4"GRAVEL DRIVEWAY $ 50.00 $ 2,500.00 Fifty Dollars and No Cents -22 1,757 SY 8"ASPHALT PAVEMENT $ 34.15 $ 60,001.55 Thirty Four Dollars and Fifteen Cents -23 2,460 SF 4"REINFORCED CONCRETE SIDEWALK $ 3.82 $ 9,397.20 Three Dollars and Eighty Two Cents -24 2,800 SF 8"REINFORCED CONCRETE TRAIL(8 FOOT WIDE) $ 4.40 $ 12,320.00 Four Dollars and Forty Cents -25 1,448 SY 8"REINFORCED CONCRETE DRIVEWAY $ 42.50 $ 61,540.00 Forty Two Dollars and Fifty Cents -28 33 SY 6"REINFORCED CONCRETE DRIVEWAY-EXPOSED AGGREGATE SURFACE $ 49.00 $ 1,617.00 Forty Nine Dollars and No Cents -27 30,557 SY 8"RIENFORCED CONCRETE PAVEMENT WITH 6"INTEGRAL CURB $ 34.75 $ 1,061,855.75 Thirty Four Dollars and Seventy Five Cents -28 1,164 SY 8"RIENFORCED STAMPED CONCRETE PAVEMENT(MEDIANS AND DRIVEWAYS) $ 88.50 $ 79,734.00 Sixty Eight Dollars and Fifty Cents -29 585 SY 8"RIENFORCED STAMPED CONCRETE PAVEMENT $ 84.00 $ 49,140.00 Eighty Four Dollars and No Cents -30 40 LF 6"REINFORCED CONCRETE CURB AND GUTTER $ 35,00 $ 1,400.00 Thirty Five Dollars and No Cents -31 2 EA PEDESTRIAN RAMP(5'WIDE)(TYPE 5) $ 1,200.00 $ 2,400.00 One Thousand Two Hundred Dollars and No Cants -32 1 EA PEDESTRIAN RAMP(5'WIDE)(TYPE 8) $ 1,000.00 $ 1,000.00 One Thousand Dollars and No Cents -33 13 EA PEDESTRIAN RAMP(5'WIDE)(TYPE 7) $ 1,000.00 $ 13,000.00 One Thousand Dollars and No Cents -34 3 EA PEDESTRIAN RAMP(8'WIDE)(TYPE 5) $ 1,800.00 $ 5,400.00 One Thousand Eight Hundred Dollars and No Cents -35 10 EA PEDESTRIAN RAMP(8'WIDE)(TYPE 7) $ 1,200.00 $ 12,000.00 One Thousand Two Hundred Dollars and No Cents -36 31,835 SY 8"CEMENT TREATED SUBGRADE $ 3.95 $ 125,748.25 Three Dollars and Ninety Five Cents -37 510 TN CEMENT(32LBS/SY)FOR SUBGRADE TREATMENT $ 190,00 $ 98,900.00 One Hundred Ninety Dollars and No Cents -38 0 SY REINFORCED CONCRETE FLUME '$ ,..,',,,;r•F:"tsw; $ - No Dollars and No Cents -39 835 _ FF RETAINING WALL-MODULAR CONCRETE BLOCK $ 25,00 $ 20,875.00, Twenty Five Dollars and No Cents -40 0 FF RETAINING WALL-CAST IN PLACE -:'$ ,e.. ` x..`. $ - No Dollars and No Cents -41 62 LF PEDESTRIAN RAIL $ 68.00 $ 4,216.00 Sixty Eight Dollars and No Cents -42 1,320 LF THERMOPLASTIC WHITE STRIPING(ALL WIDTHS) $ 2.80 $ 3,896.00 Two Dollars and Eighty Cents -43 10 EA PERMANENT PAVEMENT MARKING SYMBOLS(TURN ARROW AND ONLY) $ 250.00 $ 2,500.00, Hundred Fifty Dollars and No Cents -44 2,219 EA PERMANENT TRAFFIC BUTTONS $ 3.00 $ 8,857.00- Three Dollars and No Cents -45 27 EA MISC ROADWAY SIGNS $ 500.00 $ 13,500.00 Five Hundred Dollars and No Cents -46 578 LF 18"RIENF CONC PIPE(CLASS III) $ 52.50 $ 30,345.00 Fifty Two Dollars and Fifty Cents -47 52 LF 18"RIENF CONC PIPE(CLASS IV) $ 51.00 $ 2,652.00 Fifty One Dollars and No Cents -48 372 LF 21"RIENF CONC PIPE(CLASS III) $ 58.50 $ 21,762.00 Fifty Eight Dollars and Fifty Cents -49 1,681 LF 24"RIENF CONC PIPE(CLASS III) $ 83.90 $ 107,415.90 Sixty Three Dollars and Ninety Cents -50 320 LF 30"RIENF CONC PIPE(CLASS III) $ 78.25 $ 25,040.00 Seventy Eight Dollars and Twenty Five Cents -51 476 LF 38"RIENF CONC PIPE(CLASS III) $ 100.00 $ 47,800.00 One Hundred Dollars and No Cents -52 582 LF 42"RIENF CONC PIPE(CLASS III) $ 142.00 $ 82,644.00 One Hundred Forty Two Dollars and No Cents -53 63 LF 48"RIENF CONC PIPE(CLASS III) $ 162.00 $ 10,206.00 One Hundred Sixty Two Dollars and No Cents -54 0 LF 4'X 2'REINF CONC BOX :$ . ?'•,- 6 $ - No Dollars and No Cents -55 36 LF 6'X 3'REINF CONC BOX $ 235.00 $ 8,480.00 Two Hundred Thirty Five Dollars and No Cents -58 995 LF 8'X 3'REINF CONC BOX $ 315.00 $ 313,425.00 Three Hundred Fifteen Dollars and No Cents -57 169 LF B'X 4'REINF CONC BOX $ 345.00 $ 58,305.00 Three Hundred Forty Five Dollars and No Cents -58 24 LF 10'X 8'REINF CONC BOX $ 600.00 $ 14,400.00 Six Hundred Dollars and No Cents -59 5 EA 10'NON RECESSED CURB INLET $ 3,200.00 $ 16,000.00 Three Thousand Two Hundred Dollars and No Cents -60 2 EA 15'NON RECESSED CURB INLET $ 4,200.00 $ 8,400.00 Four Thousand Two Hundred Dollars and No Cents -61 1 EA 20'NON RECESSED CURB INLET $ 5,400.00 $ 5,400.00 Five Thousand Four Hundred Dollars and No Cents -62 11 EA 10'RECESSED INLET $ 3,200.00 $ 35,200.00 Three Thousand Two Hundred Dollars and No Cents -83 6 EA 15'RECESSED INLET $ 4,200.00 $ 25,200.00 Four Thousand Two Hundred Dollars and No Cents -84 3 EA 20'RECESSED INLET $ 5,400.00 $ 18,200.00 Five Thousand Four Hundred Dollars and No Cents -85 0 EA 2'X 2'CATCH BASIN :$ ' <' ' $ - No Dollars and No Cents -86 4 EA 4'X 4'STORM DRAIN MANHOLE $ 3,300.00 $ 13,200.00 Three Thousand Three Hundred Dollars and No Cents -67 2 EA 5'X 5'STORM DRAIN MANHOLE $ 5,250.00 $ 10,500.00 Five Thousand Two Hundred Fifty Dollars and No Cents -68 1 EA 9'X 9'STORM DRAIN MANHOLE $ 15,200.00 $ 15,200.00 Fifteen Thousand Two Hundred Dollars and No Cents -69 1 EA SAFETY END TREATMENT(8:1)FOR 24"RCP $ 1,300.00 $ 1,300.00 One Thousand Three Hundred Dollars and No Cents -70 0 EA CONCRETE HEADWALL WITH PARALLEL WINGS FOR 18"RCP v$ ?.'. :':' ,••••, *: $ No Dollars and No Cents -71 0 EA GABION CONCRETE COLLAR FOR STORM DRAIN ,$ ,'.+a=^-«"x $ - No Dollars and No Cents -72 1 EA CONCRETE HEADWALL FOR 24"RCP $ 2,200.00 $ 2,200.00 Two Thousand Two Hundred Dollars and No Cents -73 0 EA CONCRETE HEADWALL WITH STRAIGHT WINGS FOR 4'X 2'RCB -.$ -,,14"f,,,,.,. $ - No Dollars and No Cents -74 1 EA CONCRETE HEADWALL WITH FLARED WINGWALLS FOR 6'X 3'RCB $ 5,400.00 $ 5,400.00 Five Thousand Four Hundred Dollars and No Cents -75 5,348 LF TRENCH SAFETY FOR STORM DRAIN(RCP AND RCB) $ 1.05 $ 5,815.40 One Dollar and Five Cents -78 580 CY CHANNEL GRADING $ 15.50 $ 8,680.00 Fifteen Dollars and Fifty Cents • -77 0 SY 18"THICK ROCK RIPRAP $ 110.00 $ 2,200.00 One Hundred Ten Dollars and No Cents -78 CY 18"GABION MATTRESS :$xr- '1,40 ;;AW $ - No Dollars and No Cents -79 CY GABION WALL $ 4', P+., $ No Dollars and No Cents -80 LS POND LINER v.4.4,,,, $ - No Dollars and No Cents _ -81 1 0 LF 6"PVC WATER LINE $ 85.00 $ 9,750.00 Sixty Five Dollars and No Cents -82 1, 23 LF 8"PVC WATER LINE $ 85.50 $ 87,468.50 Eighty Five Dollars and Fifty Cents -83 LS LOWER 24"RCCP WATER LINE $ 24,800.00 $ 24,800.00 Twenty Four Thousand Six Hundred Dollars and No Cents -84 EA LOWER EXISTING WATER LINE(ALL SIZES EXCEPT 24"RCCP WATER LINE) $ 6,200.00 $ 6,200.00 Six Thousand Two Hundred Dollars and No Cents -85 EA 6"BLOWOFF ASSEMBLY FOR 24"RCCP WATER LINE $ 4,850.00 $ 4,850.00 Four Thousand Eight Hundred Fifty Dollars and No Cents -86 2 0 LF BORE,FURNISH AND INSTALL 20"CASING FOR 8"PVC WATER PIPE $ 250.00 $ 65,000.00 Two Hundred Fifty Dollars and No Cents -87 EA 8"X 8"TAPPING SLEEVE WITH 8"VALVE $ 3,900.00 $ 11,700.00 Three Thousand Nine Hundred Dollars and No Cents -88 EA 24"X 8"TAPPING SLEEVE WITH 8"VALVE $ 10,700.00 $ 21,400.00 Ten Thousand Seven Hundred Dollars and No Cents -89 EA 24"X 6"TAPPING SLEEVE WITH 6"VALVE $ 9,400.00 $ 9,400.00• Nine Thousand Four Hundred Dollars and No Cents -90 , EA 6"GATE VALVE $ 1,000.00 $ 5,000.00 One Thousand Dollars and No Cents -91 EA 8"GATE VALVE $ 1,400.00 $ 7,000.00 One Thousand Four Hundred Dollars and No Cents -92 21 EA CONNECT TO EXISTING WATER LINE $ 975,00 $ 20,475.00 Nine Hundred Seventy Five Dollars and No Cents -93 LS ABANDON EXISTING WATER LINE $ 5,200.00 $ 5,200.00 Five Thousand Two Hundred Dollars and No Cents -94 EA REMOVE AND SALVAGE EXIST FH ASSEMBLY $ 210.00 $ 840.00 Two Hundred Ten Dollars and No Cents -95 1 EA REMOVE AND SALVAGE EXIST WATER VALVES $ 220.00 $ 2,640.00 Two Hundred Twenty Dollars and No Cents -96 EA FIRE HYDRANT ASSEMBLY $ 2,800.00 $ 14,000.00 Two Thousand Eight Hundred Dollars and No Cents REMOVE AND REPLACE DETECTOR CHECK VALVE AND VAULT FOR 8"WATER -97 , LS SERVICE WITH METER $ 21,000.00 $ 21,000.00 Twenty One Thousand Dollars and No Cents -98 EA 1"COPPER TYPE K WATER SERVICE(VARIOUS LENGTHS) $ 2,200.00 $ 13,200.00 Two Thousand Two Hundred Dollars and No Cents -99 EA 1.5"COPPER TYPE K WATER SERVICE(VARIOUS LENGTHS) $ 4,700.00 $ 9,400.00 Four Thousand Seven Hundred Dollars and No Cents -100 EA 2"COPPER TYPE K WATER SERVICE(VARIOUS LENGTHS) $ 4,900.00 $ 24,500.00 Four Thousand Nine Hundred Dollars and No Cents -101 8 LF BORE FOR 1"AND 1.5"WATER SERVICE $ 110.00 $ 7,260.00 One Hundred Ten Dollars and No Cents -102 EA ADJUST EXIST VALVE STACK TO GRADE $ 130.00 $ 780.00 One Hundred Thirty Dollars and No Cents -103 EA RELOCATE EXISTING WATER SERVICES AT OAK TRAIL AND SHADYDALE DRIVE,t, :=.,v,,R,:' $ No Dollars and No Cents - -104 EA REPLACE WATER METER CAN AND SETTER $ 2,900.00 $ 17,400.00 Two Thousand Nine Hundred Dollars and No Cents -105 EA REM AND REL EXIST WATER METER,METER CAN,AND SETTER .$x ` -:i. $ - No Dollars and No Cents -106 1, 98 LF TRENCH SAFETY FOR WATER LINE $ 1.05 $ 1,257.90 One Dollar and Five Cents -107 1, 87 LF 8"PVC SS LINE(SDR-35)ALL DEPTHS $ 42.15 $ 54,247.05 Forty Two Dollars and Fifteen Cents -108 1, 75 LF 10"PVC SS LINE(SDR-35)ALL DEPTHS $ 45.00 $ 57,375.00 Forty Five Dollars and No Cents -109 0 LF 8"PRESSURE RATED(MIN 150 PSI)SWER PIPE WITH CEMENT STABILIZED BACI $ 74.00 $ 5,920.00 Seventy Four Dollars and No Cents -110 0 LF 10"PRESSURE RATED(MIN 150 PSI)SWER PIPE WITH CEMENT STABILIZED BAC $ 80.00 $ 6,400.00 Eighty Dollars and No Cents -111 2 8 LF BORE,FURNISH AND INSTALL 20"CASING FOR 8"PVC SEWER PIPE $ 265.00 $ 65,190.00 Two Hundred Sixty Five Dollars and No Cents -112 1 EA 4'DIAMETER SANITARY SEWER MANHOLES(ALL DEPTHS) $ 3,700.00 $ 51,800.00 Three Thousand Seven Hundred Dollars and No Cents -113 1 , EA 4'DIAMETER SANITARY SEWER OUTSIDE DROP MANHOLE $ 4,000.00 $ 4,000,00 Four Thousand Dollars and No Cents -114 EA CONCRETE BRIDGE FOR SANITARY SEWER LINE $ 2,600.00 $ 5,200.00 Two Thousand Six Hundred Dollars and No Cents -115 EA 4"SANITARY SEWER SERVICE(VARIOUS LENGTHS) $ 1,200.00 $ 7,200.00 One Thousand Two Hundred Dollars and No Cents -116 • EA 6"SANITARY SEWER SERVICE(SDR 35)ALL DEPTHS $ 7,200.00 $ 7,200.00 Seven Thousand Two Hundred Dollars and No Cents -117 13 EA REMOVE EXISTING SANITARY SEWER MANHOLE $ 710.00 $ 9,230.00 Seven Hundred Ten Dollars and No Cents -118 EA MINOR ADJUSTMENTS OF EXISTING MANHOLE RIM TO GRADE $ 515.00 $ 1,545.00 Five Hundred Fifteen Dollars and No Cents -119 EA MAJOR ADJUSTMENTS OF EXISTING MANHOLE RIM TO GRADE $ 2,500.00 $ 2,500.00 Two Thousand Five Hundred Dollars and No Cents -120 EA ADJUST CLEANOUT TO GRADE >$. ' ". $ - No Dollars and No Cents -121 2, 89 LF TRENCH SAFETY FOR SANITARY SEWER $ 1.05 $ 3,138.45 One Dollar and Five Cents -122 EA HIGHWAY TRAFFIC SIGNAL-SOUTH COPPELL ROAD INTERSECTION $ 5,200.00 $ 5,200.00 Five Thousand Two Hundred Dollars and No Cents -123 EA HIGHWAY TRAFFIC SIGNAL-WHISPERING HILLS INTERSECTION $ 7,100.00 $ 7,100.00 Seven Thousand One Hundred Dollars and No Cents -124 EA HIGHWAY TRAFFIC SIGNAL-DENTON TAP ROAD INTERSECTION $ 5,200.00 $ 5,200.00 Five Thousand Two Hundred Dollars and No Cents -125 EA TRAFFIC SIGNAL POLE WITH 32 FOOT MAST ARM $ 6,800.00 $ 13,600.00 Six Thousand Eight Hundred Dollars and No Cents -128 EA TRAFFIC SIGNAL POLE WITH 36 FOOT MAST ARM $ 6,900.00 $ 34,500.00 Six Thousand Nine Hundred Dollars and No Cents -127 EA TRAFFIC SIGNAL POLE WITH 48 FOOT MAST ARM $ 9,000.00 $ 18,000.00 NIne Thousand Dollars and No Cents -128 EA , SIGNAL POLE WITH 52 FOOT MAST ARM $ 10,300.00 $ 20,600.00 Ten Thousand Three Hundred Dollars and No Cents -129 EA PEDESTAL SIGNAL POLE-5 FOOT $ 850.00 $ 5,950.00 Eight Hundred Fifty Dollars and No Cents -130 EA PEDESTAL SIGNAL POLE-8 FOOT $ 900.00 $ 900.00 Nine Hundred Dollars and No Cents -131 EA PEDESTAL POLE FOUNDATION(24-A) $ 820.00 $ 4,960.00 Six Hundred Twenty Dollars and No Cents -132 , EA PEDESTAL POLE FOUNDATION(30-A) $ 2,100.00 $ 4,200.00 Two Thousand One Hundred Dollars and No Cents -133 EA PEDESTAL POLE FOUNDATION(36-A) $ 2,600.00 $ 18,200.00 Two Thousand Six Hundred Dollars and No Cents -134 EA PEDESTAL POLE FOUNDATION(48-A) $ 5,900.00 $ 11,800.00 Five Thousand Nine Hundred Dollars and No Cents -135 2 EA ROADWAY LIGHT FOUNDATIONS $ 800.00 $ 18,800.00 Eight Hundred Dollars and No Cents -138 0 EA BRIDGE BANNER POLE ASSEMBLY - 4a-&-i+5i" $ - No Dollars and No Cents -137 0 EA BRIDGE ILLUMINATION POLE $ g4rAlo'„-uz?,,,w $ - No Dollars and No Cents -138 0 EA ANTIQUE LUMINAIRE-TYPE ZP26 4.4.e.,.,',?l=*,. $ - No Dollars and No Cents -139 3 EA TRAFFIC SIGNAL CONTROLLER FOUNDATION $ 1,700.00 $ 5,100.00 One Thousand Seven Hundred Dollars and No Cents -140 25 EA 3 SECTION SIGNAL HEAD WITH BACKPLATE $ 650.00 $ 16,250.00 Six Hundred Fifty Dollars and No Cents -141 10 EA 4 SECTION SIGNAL HEAD WITH BACKPLATE $ 800.00 $ 8,000.00 Eight Hundred Dollars and No Cents -142 18 EA PEDESTRIAN SIGNAL HEADS COUNT DOWN TYPE $ 450.00 $ 8,100.00 Four Hundred Fifty Dollars and No Cents -143 18 EA ACCESSIBLE PEDESTRIAN SIGNAL(APS)PUSHBUTTON STATION $ 1,025.00 $ 18,450.00 One Thousand Twenty Five Dollars and No Cents -144 11 EA UNI-DIRECTIONAL OPTICOM DETECTOR $ 650.00 $ 7,150.00 Six Hundred Fifty Dollars and No Cents -145 11 EA TRAFFIC SIGNAL CONFIRMATION LIGHTS $ 180.00 $ 1,980.00 One Hundred Eighty Dollars and No Cents -146 3 EA VIDEO IMAGING VEHICLE DETECTION SYSTEM $ 21,800.00 $ 64,800.00 Twenty One Thousand Six Hundred Dollars and No Cents -147 2 EA CABINET MOUNTED COMMUNICATION EQUIPMENT(S.COPPELL&WH) $ 3,000.00 $ 8,000.00 Three Thousand Dollars and No Cents -148 1 LS REMOVE AND REINSTALL CABINET MOUNTED COMMUNICATION EQUIPMENT $ 260,00 $ 260.00 Two Hundred Sixty Dollars and No Cents -149 310 LF 2"PVC SCH.40 CONDUIT(TRENCH) $ 5.15 $ 1,598.50 Five Dollars and Fifteen Cents -150 95 LF 2"PVC SCH.40 CONDUIT(BORE) $ 12.50 $ 1,187.50 Twelve Dollars and Fifty Cents -151 530 LF 3"PVC SCH.40 CONDUIT(TRENCH) $ 7.75 $ 4,107.50 Seven Dollars and Seventy Five Cents -152 980 LF 3"PVC SCH.40 CONDUIT(BORE) $ 17.80 $ 17,444.00 Seventeen Dollars and Eighty Cents -153 70 LF 4"PVC SCH.40 CONDUIT(TRENCH) $ 14.00 $ 980.00 Fourteen Dollars and No Cents -154 40 LF 2"PVC SCH 80 CONDUIT $ 6.00 $ 240.00 Six Dollars and No Cents -155 4,130 LF CONDUIT BANK FOR 2"AND 3"PVC CONDUIT - $ 8.25 $ 34,072.50 Eight Dollars and Twenty Five Cents -156 24 EA TYPE A GROUND BOX $ 475.00 $ 11,400.00 Four Hundred Seventy Five Dollars and No Cents -157 3 EA TYPE C GROUND BOX $ 550.00 $ 1,650.00 Five Hundred Fifty Dollars and No Cents -158 1 EA ONCOR GROUND BOX $ 410.00 $ 410.00 Four Hundred Ten Dollars and No Cents -159 72 LF 3 CONDUCTOR#6 GAUGE WIRE $ 3.20 $ 230.40 Three Dollars and Twenty Cents - -160 1,346 LF 1 CONDUCTOR#8 GAUGE BARE WIRE $ 0.95 $ 1,278.70 No Dollars and Ninety Flve Cents -161 0 LF 1 CONDUCTOR#10 GAUGE BARE WIRE $ - No Dollars and No Cents -162 0 LF 1 CONDUCTOR#10 XHHW WIRE-RED $r - $ - No Dollars and No Cents _ -163 0 LF 1 CONDUCTOR#10 XHHW WIRE-BLACK $ $ - No Dollars and No Cents-164 1,740 LF 1 CONDUCTOR#12 XHHW WIRE $ 0.42 $ 730.80 No Dollars and Forty Two Cents -165 2,117 LF OPTICOM CABLE $ 1.15 $ 2,434.55 One Dollar and Fifteen Cents -168 2,173 LF VIDEO CABLE $ 1.65 $ 3,585.45 One Dollar and Sixty Five Cents -167 1,436 LF 3 CONDUCTOR#14 GAUGE WIRE $ 1.00 $ 1,438.00 One Dollar and No Cents -168 531 LF 5 CONDUCTOR#14 GAUGE WIRE $ 1.10 $ 584.10 One Dollar and Ten Cents -169 785 LF 7 CONDUCTOR#14 GAUGE WIRE $ 1.40 $ 1,099.00 One Dollar and Forty Cents -170 1,941 LF 20 CONDUCTOR#14 GAUGE WIRE $ 3.76 $ 7,298.18 Three Dollars and Seventy Six Cents -171 4,230 LF 12 STRAND COMING ANYLAN PRE-TERMINATED FIBER $ 4.12 $ 17,427.60 Four Dollars and Twelve Cents -172 2 EA POWER SERVICE AND PEDESTAL EQUIPMENT $ 4,700.00 $ 9,400.00 Four Thousand Seven Hundred Dollars and No Cents -173 3 EA OPTICOM DETECTOR PHASE SELECTOR $ 7,100,00 $ 21,300.00 Seven Thousand One Hundred Dollars and No Cents -174 3 EA UPS SYSTEM $ 7,500.00 $ 22,500,00 Seven Thousand Five Hundred Dollars and No Cents -175 7 EA ILLUMINATED STREET NAME SIGNS $ 2,600.00 $ 18,200,00 Two Thousand Six Hundred Dollars and No Cents -176 4 EA REMOVE AND REINSTALL ILLUMINATED STREET NAME SIGNS AT DENTON TAP $ 165.00 $ 660.00 One Hundred Sixty Five Dollars and No Cents -177 1 LS TEMPORARY SIGNAL AT DENTON TAP $ 5,000.00 $ 5,000.00 Five Thousand Dollars and No Cents -178 1 LS TEMPORARY SIGNAL AT WHISPERING HILLS $ 15,000.00 $ 15,000.00 Fifteen Thousand Dollars and No Cents -179 LS TEMPORARY SIGNAL AT COPPELL ROAD NORTH . No Dollars and No Cents -180 CY BRIDGE-FLEXIBLE BASE,TYPE D,GRADE I,MEASURMENT CLASS C $:. _•: $ - No Dollars and No Cents -181 LF BRIDGE-DRILLED SHAFT-18" - No Dollars and No Cents -182 LF BRIDGE-DRILLED SHAFT-36" _ No Dollars and No Cents -183 CY BRIDGE-CLASS C CONCRETE FOR ABUTMENTS - No Dollars and No Cents -184 CY BRIDGE-CLASS C CONCRETE FOR BENTS . No Dollars and No Cents -185 CY BRIDGE-CLASS S CONCRETE FOR APPROACH SLAB - No Dollars and No Cents -186 CY BRIDGE-CLASS S CONCRETE FOR SIDEWALK AND MEDIAN CURBS - No Dollars and No Cents -187 CY BRIDGE-CLASS B CONCRETE FOR PAVER BASE - No Dollars and No Cents -188 SF BRIDGE-CLASS S CONCRETE FOR SLAB - No Dollars and No Cents -189 LF BRIDGE-PRESTRESSED CONCRETE I-GIRDERS TYPE TX-28 $ - $ No Dollars and No Cents -190 LF BRIDGE-COMBINATION RAIL 42"HIGH No Dollars and No Cents -191 LF BRIDGE-COMBINATION RAIL 54"HIGH - No Dollars and No Cants -192 LF BRIDGE-SEALED EXPANSION JOINT(4 IN)(SEJ-A) - No Dollars and No Cents -193 LF BRIDGE-TEMPORARY CONCRETE TRAFFIC BARRIER No Dollars and No Cents -194 LF BRIDGE-REMOVE AND REPLACE TEMPORARY CONCRETE TRAFFIC BARRIER .'$ :--<.:. $ _ No Dollars and No Cents -195 LF BRIDGE-ELECTRICAL CONDUIT 2"DIA - `/ /� No Dollars and No Cents -196 LF BRIDGE-ELECTRICAL CONDUIT 3"DIA > lL_I No Dollars and No Cents -197 LS LANDSCAPING $ 90,000.00 $ 90,000.00 Ninety Thousand Dollars and No Cents -198 , LS IRRIGATION FOR LANDSCAPING $ 75,000.00 $ 75,000.00 Seventy Five Thousand Dollars and No Cents -199 LS REPAIR,REPLACE AND OR MODIFY EXISTING IRRIGATION SYSTEMS $ 7,000.00 $ 7,000.00 Seven Thousand Dollars and No Cents -200 LB _SIDEWALK EXPANSION JOINT COVER PLATE(TXDOT ITEM 442 $, .. $ - No Dollars and No Cents Four Million Nine Hundred One Thousand Eight Hundred Sixty Nine BID TOTAL WEST SANDY LAKE PHASE 28 $ -48G1184"4- Dollars and Ninety One Cents $4,4RI, ?69.R/ K1Zn BID PROPOSAL SUBMITTED BY: TISEO PAVING CO. 419 E.HWY.80 MESQUITE,TX 75150 6.) (972)289-0723 t"-- 4/30/2013 LOUIE TISEO,SECRETARY/TREASURER DATE *e® P Z Z q ®fir® s . ' y, 4 3 :7 CO 0 o ^ �' � m 5 0 0 v E p _I � Q o r r , o� `c 7 3 o m a = Zg oo * O O pp >O 0 M C7 t- > > m W 7 a 2 - rn v 5- O —a � - c . - D O ay � 0 0 a> Q0 Q �0 o m m- v pp rn m 73 D D 0 C t m * v nn Q o 0 En x to Cl) cn C:p ma) ° 8 ? 5' c jO S- "' Z O i= n� Cr I M n g ro — v o 07 '0 'O D c I (` O ^C m fA O = = ZC D p c . c Q U o " 0, c m = Nc CD ( � Q - rm `o xi D = X b a) p,-. 5- co oo m �Rz� Q �" n n, m a m (� O 0 I " N ► D o 0 O7 m ua o s m N -. 0 = o . !xi in rn • co 7 N 0 C 4 cn 0 m m r Q oX = n o ^oQ = n m � pZ -c Cl) mr v � Cl)o job v D co o � Q N 0_ w_ � � RaQ o �° %Lcl an r -..r v O co m o co cn� ~, m c 40 4n. 40 > k ID FY ,C4 0 it a no 03 0 CT) o m r- ‘.r :< a m m m CD mC o m m O i t1 v C CD cn m O 0 Z ` • �0. �0) 0) vv co m a N I $CD ...< N(D a a o 1 NI v C %a -s? o- w `W a° cn cn « « @73 7:1 _ -0KK Krmmmmmm003939 / / cD ƒ / - t -0E & m > @23 m 0 0 E m = e -, 0< am § eooS (2nn � m m al = = o = = 0 02 = =A = I a <. m 0 G ƒ 7773 -, R ° ° ° G \ & & 22tG0G0GQQ277 / � E " " 11) ® 5 � 0 \ 0 "- � Q / ] \ \ \ E0 / / k / / \/ \J � -0o1:3 77 /' CC) u � � C 0 \ » I � __ � = = n (Di- 7D - m \ m " e@ � @ $ aO CD = o / e m E % oR % = � ne7 000cc2 ± am � Ek ° $ kS' eE co � a m c a x ® � fm � � q 7EE = 2ea2S J ° ° ® ° 5 = E - m � ] + m z 2 CD /� / / � � * oa \ S \ r r 2277 / g Z / y m K 0 < / a 7 \o ° k k - y § $ 0 I & m m k 8 ® & & m 5 H 0 m (7)--. 0 4 E o = o e m » @ _ i = = u o - _ D. G I I w ° 0 ® K co ° \ c o. - 0 k ) / < � � o_ . ( CD .c:, ƒ � . . m & / \ / 2 I X E c m \ a � « ¥ e9 � @9w � wa � ww % $ q / G R wao � @@ � � ¥ 90 © 6 / \� / r a a gaceooeoawa -- CD CC) a QACwow 6gwwo6 6 -h ¥ « = wee � = � weoe = mecowoowNJ e w = aa6NJ = Aee = o Ao o G 7 Z 0 § D $ ® / @@o Ea 0 0 In g = = = a 7J m § \ $0CD / E0 \ co‘.<m � � / 0. 41 ° a m > � - ^ ƒ g @ \ \ \ Cl) / \ -'33 \ / k \ 9 = \$ to 2. H Q. H2 \ \co o I E o _ < CD / f ¥ » » © m = / 2 2 $ % £ \ / \ -I -4A rig)y # _ ,.,, iiri ,T, ,, . #.4. . t pr„-- 2 , / * /i) 0•90 1 - . ____(„ 0 _,A, ..< CP o 11 r 0 Dom 55 �ly ZnZ 00m m * -1 > -o H 00 D O O Z _ 7 P. m O 0 ;; m- 0 O o CD = 0 0 0 � O 5 - . 0 5n) 5• c� m z _i c z � Z z rn - 7) c c c) zCD D 0 -a v E s , c o o x. 0 H H CD CD s m Q. iv 0 N' ( CD ° v 5. - 0 = 3 '17 = 0 FIT EA- °< m m o� �' � � � no cn n 0 v 0 m w 7 R• oD "5-.. m- Z v o - c• � X0 _.-ate a 6 m Q. H z - m m 0 v a a 0 z ' - 0 = CD ( v = < CD cn = 73 X -h 0 Z7 0 v - = CS ET m (D = eu)-0 3Q_ 03 v mU • oz m a z o ca 0 � - < a zm C' S o o a0 D zCO _. O r+ `< cQ --I-I v m H O m Q o° 0 ° �n C0 3 0 O m i * >, * 0 0 o = z- 05 cno m - < av cn v 5? = -0 p Z a MMZ � �. v -ha CAD o co5 � v 0 °o �' ° m v mz 0 _� C7 a- O Z o 6 r — BCD v; o v O 0 0 comC7 ° a) -0 7J ID 0 * a �' 0 CO -0 a- �- — Cp ( `.< `. 0 yzD O c)- (D = C) () _,, N o t a) cn -0 H 0 cn 0 c� a v-a v 0 a a - o Omcn Zm � D � 0cQ o- x o o o cn °- m 0Z0 = C z 2 CD o -I Q m - n 0 (Dm , , Q- < ° - o OT N oom5' z pZ ,� X � = = Qrtea � m , a = 0. D E N � � �? 0Oo O _ Q0 * , s�- = 2: 0, w ° yo cnz0 CD v -, = � -Ivp0 v L' 7 ai g o std = 0 0 ° fpm C (n CDC a W � 0 O 0 � — - � 0 ..c a3 RI ° C-• f�On m - _, o0 2 o a. o �' 0 0 2 of w m ..rr' a X00 . o 0 v R. I%) -1 3 v =' v = m' * a -f `< -Dl -zim 5 a = 5 a) m a) "0 0 au, ,, 0 0 m o m71 m TS NJ CD D 0 m E3 g m 0 - _ n m ° z0 = = a0i f?o 3 3 c! v o = ° 0 5• = 0 ( fn 7] 0z v G� v N 0 = = ' = 0 a o n) p xi -I Zvi O Cl) a O con -' O `< v 0 (7 0 m0 . � 0 0 ate_ v �, a � m N m � �' ai c°n v � 5' � a CD = o * TJ CD = n 0 cn cn 0 CD CO g 0 CD in"' m _-' rr CD Cp a v CD O fl? cn N O CD CD CD 0 �' -, = v < 0 0 C7 0 v v o 0 - �. o - �- �. cn �. - CD �' o o o �- . �co v v ° m 0) m � °= St-'• 0 3 m v 0 5. ES E3 O O `< v cn CD O' 5 00cl am v 0-. 0 a CD o m p >a. D a0 � o ca cD I o st cn o st 5- DcD Dpi a = =' —I --I Q-o 0 * 1'. O 5. • s —I 5' 0 w 00o W O Z Cy D 1 < D D = O O CD O = O =. ,_,: _, O CD S CC N O O _,O N . O = • - n _ O D 0 0 co 5- C C O C 5- 3 .O CD o 3 H > 0 ' � o O tort c�D < Z rn m D n- � -< 00 0 3 c m- 0 0 D -. -, m_ 0 a CD — o * m c 0 C -0 Om- • vn = - < O = v 5mO m O am OO E 5. — O , .- (aQnZ —I O Q = Q O * -I cD 70 � - o 0 C ( Co Q � o 5... co 0 _.-0 Q D C u, c= O - 0cn 0v m� Q ° ( vS rno C o D o 5' -, rnN o� - 067" oCo7 � � ° v v Q ° ( m � -i m m cD ° ----.1= v w O : `< o- C cn p rn =(0 3 ..< o ,.< _o •n = r � - a Q- mocha 3 _-- -aw C - 0 0 - -I v m m � zC O o c0 5O m . c = r - DC O .a 73 ° '� � 0 3 (71.7_� o D n � Q ' v m p N sll v D a D n O O -� c m 08 - t. -0 O c l) ° -0 D C o 0 O O m� N � C = u) (nx o • v� mn v a' n v cn= rt • o(D o ' o O 3 — v m Oam o ' a ° Qn ' Q fl <5 = 73 ° m `�5 5 cn c Z >� , mP 5:m 3 - a < -.. 07) 6 = m . C 9 _ H o h ' - : , m cno n om Cnv . . — � 0Qa 3 - (-13 m m m o = 05 Do 5 ° cD o O Q ='O D Cn CD D a O - 4 = C ' v O rt a w m-o •�v m ° my 0 OZ - `< ° � � Q = � � �' � �. 37 = 1 v c ° = < O CD CD O O H S = `< O Cn + a O v v a 0 CD cu -�' r' a o Q O CD '" -!� a O O ° cn = = 3 co 0 C CO 3 " 0 *. g CD 00 C ° a O N `G N 1 0 * a3 cn (D Q. Oo � 0. 0 = 3 = ° o 0 3 0 Q- vocr � � ocQ ° �' m o5 1o ° o oc = o = ° Qom ° sv = r' - a) o � ( � o � � (D (D10 = -% � Dm 130 N- Wc7ETS � 0 Q N m 5' o = O � � � O o . v c Cl)Q s= Q a -0 (D N cn 2. = O '2 v �< co Cv n Q = o = CD O O N 0- C) CD 0 5' Sv N 5- O 5' 0 (CDD C0) W 0 O a) Co COD rt v o a sll .< o Cn < o iu CD = = = a CD -' O = O 3 0 - Cn -� -, "a o Q c Os v o -0 - p , O 5 O v = O co O CD CD O Co N p -I fl) O cn 3 <-n• K O O m N a O < cb n � � 0 a0 rn. = O � n Z � r cQD CD O� ° O O =-7''' 25' o C (�� � 0 v m� o � 3 , E..' a) �' N m = -_. Q �. (h = ° o `� �' Q 3 m -� o (/) ~, cam 3 m o sy v a) CD sv a cn 3 w D- o (D Z Cn O Cl) �, 2, _, CD CD = = CD CD Cn CD CD f4- 0 5 A. o A Q � � O ' n m m CD— Wm -4 -05 0@ -00 -15-28@Q6 --] 2-, 0N027,1 (0 , ° � v O1 n Q � W Qo IV n n IV Q O n Q p O v H ' c m N O O o . 7 p0 54 o 3 < c0 ' — n a 0 Nm Q B o 5Q c C . Z g _. a T � C � Qc — � �' ° � o � � � avQ c ° c3mO mn v m D_, o - , ,,.. n _ (Dm w � n � Z � a . m n Z m e C) (1) X _,p Z N ° O c = c o � o �, c D 6 m W < 10O o p -I -0m- m cn = � _. v m n ' O m U ° 2)*cn Q te co D n O O 5 m D Q3 O On) . .I n ? mmo CD v o =9Oo5 0 O Dn ° OovnnO � Q z a c m 700 5N c : n o O � � = ° %7 m 3. = : m 0 m -0 7 � Q o � 3 om � mv nv m 3 � v x n � -a O n C_ v " =- (4- 9,- 0 N c p. O Z _ O ° 0 m aO= O a ( 1 -a = (w a N, o o vi - O a co = ' D O � v Q ° D 7 O O O n O < '' • -, O `< .i co n O v c o_ - m cn n v' rn+ cD * c (_ 0 _ 51) 0o5 , nv s , -0 * 2 CD v m Oxo _ —: 0- 0 3 . 0) mm ° ° o_ nmo n � v c �' z 3 ooa 3n � N5nwm woh . oc - oC 0N D cn cD N QO O z O o H N n 3 c m o Q m ,--- c "<. = � - > m o v m ° o * m5 = Q- m m N z3 v( n 0 I. OO 0Qrtc o D r o O = OO O ? n � o m- cn O fn r n co O -o O 0 n O fD n� =Q n _7 < C3 ? -' D m ' Q 3 m o ( O O , Q FL O O 0 = r oil) c .C < mm `Po 5Zmrn _ n3 � -, o o , — i vU i n mv =O- = � 0 v 0 — o �' cn O O v 0NO m Q � N 0 00 • = N fl. Q N - 3 m _, O CO W v _ � O ' OQ( = 0 Q <O Z 3 O W% (7 O = P- C30- - -12205" W5 op 0 CD 5mC� o �, 5' � poi = -D Qa ° 9.-6 (D( C 0 zN � m (° x � _ ° � o � 5 a. ° 0 ° : � 0 , Cl' a 00o_ Q -' co �' � =' o' O cmi � ' cmn ° m � � z <0 � si) mco m (D q - -, ON m m xW O m C V (no -6,3 -, —n ° ' — � ° ° -a o � � � ° c � uo � , n' CD mo� Q = 0�' � �, c , q 0 o , arn g c a v �• = O ( c o rn w cn .-I- N w m m < c m - _+ m S f m a < (D -0 < O O.= rt c D O O O m O m D ,7 0 o 3 D n cD -O • ,« D o -a v f3 0 -) .-1- 0 (/) 0) 0- _ N 7 7 ' O o m m 0 m O '► O m O 0 O C C a N N m 0 o ( w c .m 7 m n. 0 Q= O _ m ' ° = = O m �' m 'm mQ -t 7 0 Ei v ? n n O Dm- -, ,-,- ' v = o � nv � onv � n n� ° �acn vcn � 3QCn a o > z m 5. co co 0o co w co OD CO ° 0D CO co 8 co m _a v•- — .� CO Oo �I '9) .01 .l W N 3 '-I• cn ( C i N O 0 v C7 0 c000 CO m- • -, o o CD o x' H 0 0 Z o v p ca p 006Z -, o - -� c 0y o Z v, ° (-D m ° o z m ro � o v woo c0 -0 x � — c a ( a ° - _ C C -++ `� -0 ,+ Q C C CD -0 v C =i Q i 0 C)N = 1fO O° ° 0 m W 3 n n ° to ° 3 n p o • o0 D o 0 ° D B 5. ° v 0 w - v cn n N. 5 0 0' C -• 3 l Nn = ,-i- cn C Q Z 2.)m v 0 n-a' D c O Q v L0 C - = E p V, m 0 QC v o o O v7 o o �' c0 co m so O _ ° m m ° 0 Z m Q <2 N Q (� A = O O O Q cn 3 - - 'C ° O S O _ —H v (/) CD ' 0 0 ' N C '° Q D - 43 so C rt C _ s R p Q ,--.- � ( Z n O Q D ■ 3 ' c( D n v D p D n C C C— -O Q 0 C -N CO( G' D p CD `< C m - 3 0 O Q Z 0 o 0 O 5• m Ui W° r W Z O Q O O f _ Z J° C oo C 7)Q a. Q to. Z 7 m m� ° a. c �W o rnXa n m CO" a o m g o -, 7 Q m 0 _ oC m0 p < 0 ° 0 o < Q ° <' ° ° °mD v 0 ,. 0- 0- _ • m o 0 , n_ r n c0° o cn _ o m� H �° a. CAI� D = (/) m = cn •N o � ' 0 CD —I = 3 03 = ° D o N cn � u,�. CD DCD o o � QO D ° c _ D ro � ° � m O p � p ° v ! � � N° am n C D n c O C CD CD -0 —I N O G O C7 • Oy Q- CD 0 -0 3 co CO C CD C C) 0 CD O• co 3 DJ N = O CO CD n a = CD m NN O p = v z = Q 1 Ci O O) 0 Q. ' , ,„ `y Q Q ` lV \V o C °- (D CO �, I aim = C) 0 o 0 c m a O ° Q ° g CD . - O C CD cn �l O A (n( " D CD N D a 1 = CD O vN D -. p ci)c , CD CO CD S I - c Q C D a o 9 9 9 % Po y . E w 3 c o ,- E § q / ) B ƒ 0 o a CD 0 rn E • 9 g o » n - =. • 2 8 0 m � nE2 E _. - � � 7m - = <. ] m 3 § § R .. -• $ e § \ ƒ c E < 0 3 ° @ o F = = e. § o -an = / z $ ) . / / k § 2 § k 7 p = 0 ® ® E � � = = m- � C — 0 § /0 o - / 0 = ƒ E 2 = k (7 / 2 G5 Cr CD° H ƒ 7 — § D-'"' (7V ) » - J Cl) k ƒ = cn d 0 8 0 2 2 ƒ2 5 ¢ ƒ 2 o k 0 .-.,-h / a- k E 0 k » = 2 Cl) -' 0SaXI ] a® \ oo _ 5' 3 0-� � 2 = m \ o E 7 9 co o / -• m = ED ] S = c 2m- o = _ _ �'J / § m q@ 3 ƒ E 5 3 9'< o � � 2 c, = . C) — 0_ 0- 9cr / m cc, e• $ 7 7 \ ] @ o B k Q • @ — e e _ m m = - @ / / o 2, 6 o = 2m � 0_ 0 o2 a) R n / o — a 3 = » ] E q = 7 ? a / 2 o m » 7 m@ m m o = — » CD = m 0@ = ma) CD -0 0 _0- 3 m 0- @ m ° D _. j § \ /k ] -0 / CD � ] o o ea Fe 2) a ■ \ 3 » CL 2_ $ # -a 0 < < 0 c R \ 2 Z \ k9k2 $ � ] � a . @ 2 � = = - - CD / i - o $'� $ 0 / "/ ƒ J ® CD ) ' )(Dom 0FA 0- \ 5 . » 3 ® % _ ° E/ - m s - C J/ % \ 0 k 2 C , CD < � n 0 � • / eL o ° ° ° ? � — o = k \ - G) = - Cl) D ° - o _ = m 0 _ CD 0 7 = — » - — — m 7 ƒ CD � / / a $ / x' 7 7 / \ k c \ k — E & ? - > 0 0Z 2 � , � k o � 7 / ? m 2 / � / \ F_ Fi o =-1 o % q m / z ° S ° S e m = m m o 3 2j ) Q• 0k § S. - 0_ ' O % O 0 — a m 0 k E@ y. n n m 0 _ ° $ 2 \ $ / �'2 . o D 00_ — ƒ 2 o § § 4 0 C . c R �' & 7 70 k = 2 -0 E o 5'� e' ¥ 0 ° > 6 cD xi C0 c.< / x22 % qd � q O § k \ o ƒ R O Cl) 7 0 ® A S © g 0 i 09 / Z \ •< Qm- q Cn a z ,- a) § 0 § cr a \ > c me = 0 D m n M ~ 2 ? 0 a q H O ' o \ - ® U m Sk HU 0 0 2 , \ > 0 / E q ° 0 = 5 \ g �. % 7 $ 2 2 ® • \ ) g- § ma E s 0 h ® 7�� § 7 ° 7. o , - = n D- / % ƒ 0 0_ kJ � o k to 0H 7 \ a D \ n = � e 9 ° m ] 0 / � _ o 0- = _. & m- * o_ _ CD CD 5 k• & § $ . • b $ CT i « m m 2 o \ x o \ o ? $ CD § § - k. » \ j k o o o o o o a = CD ) a 0. g ° C a j 3 ? 0, 7 / 0 CD k / o = % 5cn E3 � k3j � � 0 -P k / o m C — k k a 9 k ( k " 7 ƒ ° \ % a E \ _ ] E ] 0 ai » 75 O2 = 3@ = 0 § \ crH 2 � & EA § 2E § \ = = o � = kO CD k �o - � oa) < 0 n E :7.!. k E R 7, E o r e = -• k. - ■ � = $ o03 ° -. _ = = -h k. m kcco ? ? o = m ® �� E kQ § 77 co ' ] � � k - � B CD N) = ƒ 0 Cr CO a g 7 o k ƒ 0 & o �_ §� O CD 2 -CD — E CD — Cn m = ( ( 0 ® ok Ca' ] O 5 ] ®_ i ] __ § 0 = P- 3 * § \ ' 0 09 � � C 7 [ � ) ° 09 / § a) � � a ƒ \ ) j • D / . � ƒ 0 -, = � / § ° CD - " = 6 ©0. � � J / m o •< " 9Ux 5k ? 0- E ® ° a ° » = o = $ f2 P- a) E / / ? 0 2 0 ƒ & = n — § 32 [ o / = E ƒ Z § 5 C o o § ) k i % 0 = k 0 = ( « % 0 ° § § ° ° 5 / = E \ n 0 ° k (D. � C cu 2 n • n o U) 0 / a » - j > - - o 2 ] E CD m @ a _ — CD cD_ % k i7) . / % wDg ri ro4tl ] e H0 z 0 7 ' ti Hn H < ° a 0 m m Hy a N n c r a z 1 r• O rroC m e m N pZ 7 3m ° o 1-. 025 -F73 m m.0`< ' T r- 0 H okm0 0 'a m• = ' ,o Wr P I m O fz t"0,--k-on n f k - % k k�k i k�D k 0 % k O -cn C . r W f• No w WOO N•m .1;21 1 C l W N m I'- z m A m ° 0 k 0 �_ H z c T D(n - o 'CI Cr 0 r fr 3 O ON o kx 0 O .< 3 ° 01 0.0 11 m7A O n Cm Z = N D > 3 m O m o--1 X a Hold a3 -a y. -m mpmmmZ3mm m k 3 ,.. O O r Z O D W o iOOm0 H < 00- H m N nx N o 0 .oY D Ma a 2 avgoFO°Z -I ° n a Z m r ° p a H-_a r m % J ~• 11 .0 O \�R13mr Nm C m A b O m O D 0 7 ' a O r Z-I• 0 N Z Z D A W o o bo br nm Z° gomZ<Od -1 y m O C r < Z d s m tnm O CO H to al HI.. m C XI W mzm mm ° r c m0 m Z m D3Zm 0 7 :1 .-IX -t?I to 0 o 0 m Q O. D mo w• r- = Y m Y 0 a 2 °m O m - m z l G rf 3 D Z O N n a CO W 0 n ■= y n " to I-. O W Z r y 5 x y .I .0 Cr 0 H q H c $ n Zy m m m r ° o r (n r m p D N 0 O m o w °D m 0 r 0 < m H r a 7 � < 0O�o m + EO r W N• N•m _I ,-,°05: myrz D N D D . H ri 0m ' Q < a x 7a mmmm.m AnNU H C 2r W�0 o Cl 0n0 < 0 a0 0 m ww z ',q �cz= O n0 O. H Zm P. _ °"•a) °-''IWZ y Vm a M CO r• � m Z C / �D "C m O O P.- -i D m-.o , p D H a O y m o tr P r N.O m z o x P' v II x m t0 m ° Ir H n b O m 0 rt k m P mo Z°p= a N ,n ODC p P P. a m C O 0 __ 0 to Zm 0 H a N 0 -I D m0 H n P.G ti cm r 0 N K tO 0 - N C mT0 n 01 Y- Y•Z O r.- n O 000-0 0 =0 Cr o m k a < m 0 0 mZ 0 P A 3 D r m y 0 m 0.-I y m _{ }} c <0 0 7 ° _ Wit 3 T n o nr � x z a =<mtmi� A o.5 Dy1D N N N Z 1-1. 0 a N. -S.-D m m O -I O C<3 P. Z o m 3 CO a O m D rr cr m N N ,_x c mm m m o 0'd D K�mZ3tn D N T3 mn{m 0�1 fl rt m tq s oZ Cn- m e m m�9 00 0�m 0 � / 0 m * BB D 10 $ al a a r1z� m • o m O a p m N 0 N ro 3m�n C 0 :O -I °M- 0 O O n o m 0 0 o N 0)-m:m- 3 m m �ImoZ C ro T' o .I o .t o W N 0 y D T 7 b H o w 00, a% Oa, loo =C 3 m W 3 D Z °3 r n a o N w0 O�O � 54 1< Z m O m O M w • n r. o w I.L. <Z730 . y r D 0 a ° .11 r -< �m00w " a C 00j0 73 a O nm _ to c DDZ� FN+ C'm rZDZ 0 Z N 3 <-n0O ,o m 0 ° y3 0 to 'tl o . Y z >°02 00 7 S . -1 Z Z a 'o N• o m0ZD m m C D r a n ▪ T m°�m z z z z z z 0°am-mzn co mmD co N -CI D-{t/r > 0 a m CO DM c c c Co Co c mOoD}0•+O3Z o n D•-I-I Z N' 0 omo C) a m ��<z A A z z A 3nyr?Ir�mmn m^. Z ° r. N N 0 a m H _ 3° m 2 0_ m O O co D F N k H m N °0 ° m O K p r 3 r H H H (n .. .... Z 3.a. Z• DAD y H e � o� OVZc H x a N 4 Wpm a n0/< -I m d o 0 0 0 o �� mOlm r A E a D= D m H H H H H <m D r 5 0 C m X1 P. co O N •N.• f7 D m� m• M H 0 O n � N � 1rw5D0 M NI H z H X' .. S try 7 W CD Z -Z- Z p, ui -_... N -.-___N - -.-1J _. -__� <r7.-1 p r d1 m N p co N m W m Z CO -°i.y a = m 0 a H H H H H 3°O D°�= N 'HY LZ+7 m 17 m 3 ma' m Z 0 V/ N 2DD p �oCOm in r Z < w r- m a —1 22 C Do « m o 0 0 0 o000OO 0 H H m 0. CO H » O = O 0� in -0m0 Hi 6 H H H H H �< �O=Z r0 '4 N 0 m N mm2 0 H.Q o < H \ \ \ \ \ <X -Amc H r o 0 0 m Z0-i X> n-4m Y w w H H w -° �ovm N vxi o A m 5 ' _i0 cn ED 0 Q <mm 'O rm m m l D ^m m m mO 'm 0 m 3 m°RI 0° W g _ W vm 0• r x 0 � m o °° o m .m m m ADD =OZ x o czi 5 o y mm A0 m O 0 0 m ° a H A = ° ° rm,m o m 0 m 3 D= C D to O C y Z 0 < m m m 0 mo 0 0 m A < < ^ z n z m m o m m m 0 n o y m Q N Z O r+tr a N Ca D ■j c m ? z -o c. D r ? N O c Z ° Z O m cl ° C = W r m ^.a C C =N O ,p w ZDm O �,�� m no ° 3c m plpl, cz o A o mzm v *o C a� Omm m N z D 13 m G 'm H Z C-i mn m C m z _ O O m -m m O ° _mo pp2� 3 j '- t°p p Z Q Z1 m a< v Cr, m, ml Ca ' ` a m°m I= om CO �" Z y� � fto _ 3 m Jr, �m om0 m px 7 CmT Z r-m o ��� � < m = �mx z � v0 to W o in W > co nz 6 �� � ;H � �ivl Y to I� 3 D-m � D inW<m 0 69 Ef4 69 v y �m� m N N 002 om o H H H o T. N H O o H X00 I '0 1 m >2 = �� CO m r • o 0 0 0 0 0 0 0 0 r - ' _- m O C m 0 H^I S r r o 0 0 0 !, oio o 0 0 0 10 0 -1< T N r -I 3 m o o'',0 0I o '.o ! 0 0 '..0 0 0 0 0 2=O A w H I,m S N -I 0 \3 I R <0 O. 0 0 11 O O m_< H - to i = m N m o 0 0 0 0 ,0 0 0 i 0 <Om ^> CO m w rn ff O °W o °a IA 11 m o',0 O I j0 0 10 0 o o to m I m IN too '00 z J m W �- H < N o m O I O 0 0 0 : 0 0 0 0 '0 Z1�:o �O iP O 0 N 0 -I w < m O 0 1 0 , I 3 2 0 u H st m m = °. , L. • 0 c' °v m co �D o o m a m a p a w m m.o �' m ° �' N p '3° N . 3 0 I (? m S- n m a3.•< m m a o o p tri o a '� v H y o nD > D oY an d •3 F.Qnc 'm d Z N � W c c cg Imo - a O v = 0mevc0 < c q w 3 m m 'o N. m o @ 3. S Z a o. c -z Z 01 w o- m 3 73 -I a•(I) m m c m 9-1 n m 4 cs2 4) a 'm R. Q3 @ CO 7 ° = 0 a o se) ° C7 mom. D = 3 ow 3 0 c oM' - v m � 2� mo O 3 0 o rA 3 0 co N p or� N o �� Q m N 2 aam o 3 m a= m ° ° 0 a _i z * m `< N ° '< o n N °.m3 4 ° s -, O sa, c ° 70O 0� 3 ° m D• 3 a° c o c0 ° ' m or u o 8 0 L a N > g m N v� Z c°-° y m m 0 c o m S f -0 * v g m 5� 3 ,°.- -0 m Z mg o`°•-°^�3 Z x y y CO Cr;A a r7 co N m O N N m N U < O 7 0 a 7? 0 O a C m co O < 3 co ^m.. _ Al 3 O N 5' 7 m C Z N y m 10 N m a Z 7 C r W C P. -, m C: m _ _ . N 7 N C _ Q W. r N• O N m O m ° o 5 N 0 7 "< c m N 0 N y.L N p O 7 r m o wv co .- ° a N v7 d a C n3 c m o o C m A Z 2a a �' a ° ° -o-0 m -cD m m Nmv o> > � m N W D a O y- D O C ? p Q N N 3 N 0 0 N ° y N N 0 -co r p TZ n•O m a m m fn N N (� m N o o-- Q.a° O N a Q /� D o. 3 cc a) o > >' o 2. o -, @ o- o m m 0 °1.Q -c m A p ' A - m Z Z 3 ? ='o `s 0 m ° a a m N 0 ,- m M.am 0 m "' m N m < c '^I m m N Ai m 0-m n Oa- w 7 7.d a • W C Q n. n O n O jf !1 ! i ; m n N ° .� W ,< 7°- y+O N Z m ° o w m m . f m y, a o 72TNvm ° a N Z n o -ix u°i 3o nm � co 0 cc tai m e a �oao03tin m cr m 0 O c io 3 ° c m m m a m a a y °_ a N 8 a * -i x n 3 0 o- 0 3. y o @ c a m m Fc. < ° m m D < 8 0 m + .o a o - m m °- n o�mcmc co • 7 N m O N E 3 m N co r • _N m m 2 -o N 3a• N 3 a C ° Z D c 2 a 3 a f0 3 C. -0 m N/o N m 3. 3. = CD c o � 0-. m FL O' O m m �,�D. a•7 N j m ( m 0 m N m �7 m c y 5m 3 N a1 m m arc-o.3 m D m -. A 'o m m A m m Q m v 3 c 0 m = `� p > c o o o 0 p ° - a a a o 7 G, � m o m . " o � 5 m ° N m a w o a o 0 0 0 -I `m v m N ° N n 3 a g 5 ° <a R m 177 n c cow 1 °— N ° m a a� � aNL o C C7 o rJ N Z D A ow ° 7' O fl. X o' 41 N m m Sx'(2 O C O' n N - Q M (D f0 m O N.�N aa> j m a 'n of c •°'• 0rt n1 Q° o3 �+ mFi• m 3 3 N < �• 3 acco o - cm aw31° cmo -I "< 0 n°i Cl) rr- y' m 0 .. N 0 O n N m 7 C d •{rn f0 0 N 3 fD 0 N v O O9 O� m E r m N+ co N co N -017:-, 3 a m 0 ° m 1703 c 7 `"° 3 m..< ° Z N a Ca a mom --c H N -, 7 0 CD C) A D , ° 8 5 3 O -, m d t) a tJl 88 N C N °a'` 3 tD m v Y �'N O n- N N 7 0.O S. C' m n O 0 O CD N W n C f11 CD O < 3 co a 7 co n ° 7 m 7 N c a'_'1 (n 0 -1 W o - _ (D •'p d w c.'i— C o 3 3 °—) W Ti) W Q a W o y c O o ° w tQ m S. n w a 7 3 mK d y sD 7_ co• 7-0 0 7 Z .W N 9 C o = N 7 N 3 (n a 7 O W O N CD ID 3 (D f 7 = o O"< ?. N �p 7 7 n q ,a Q S O W (D �p W.< 7 0 o .wi....<-O W o 0I 0 ,n-' <. N . y O a O.Q E w O Cp 3 01 7 a 8 0 7 N O O O' 7Z' W o d W a O `.. a N m w'O ° N D 7 .. .W7-. o N .7..W 7 w w C =y N W p 1.3.°- 7 :1 m � ° a (°(��' D 'D5 jo 'o ; R-=Er 3'� m v, 2 - ° ° "o v7, n3° c oo0 a' NC o n 3 tD 3 M .. 0. <,< 0 0 a 0-N n W W ?CD CD c w N 7 o W p• 7 C 0 y m ° 3 a-n o 7 Z ma m o O 3 fD N p o 3 mn c7i w 0 m .7 co cn 3 0), Cn * m a,,v 35 0 v�C ❑� moo. 3 7> (j w CD ni °.o m`° Ti) co w.. W 3(7 t0 O CD O0 C) O A W N a " g 0 W a N rt (� a 7 Co 'C+ (D 3 c v 7 C 7 < fin` o g m "—w m Q m 3 O o 0 c 3 0 �•w 3 w 2 8 N 7: 'a N n ? N 7 - S U N 7 ❑ w a A O ul N tD ro c N m 'a 7 °N (D N K 7 N 3 0 c r - '(n tQ O N .< c 3 0 9 t3. n a d y m 0 7 N N C a f? w N O 5 7_ 7. a w N O W N w t0 N U) < N Cu =i Q W 3 _.W W a W p w 7' N o CO CD 7`Z (Ti O m 3 a w G(D C) o m D W Z a m ofa 3 0 -..a,— 0 0=. W w N in S N O m 7 -w N w a _ W 0 7 0 r N 7_. -.W O < o c o 7 CD < � Xm §.2 o Tv W �;o = ° QNO y9' 0d• O Or _+W o: w7o 00c o 7C 3 D n a) .7-r ca �mj t0v 0 t�C,,' v c ° -+ 7 co o '�= z C z z W y chi,m ... �- °•m g° tin - y D o 7co 2 W = w 3 N N -IVl aW .7. N a 7 a' i' 9, W O N Cl)Q N a r. 0. mo yob Iv ia" and, oat m 7 C aU) K o0OW p 3 Q. 3 Wo^�8 � r m S)-c) roc CD O 0) a��i7 . n r '`o T. -0 ' O m ) 0, :4a� Ti)C man o ma o m 3 5'N W e acl ca co—n m .c c c 33 �� m r 3 'a0 y Fi7 c o to av o N w m w. 3 �C-' j C' 6:7 al N Q W Q 7 p y a S j S vim j D,. - W N W O W< 2 .N C - a) < O a a SnwN _ 1 p S 3 N C a -< N 3N _ . 6 m E nZ m w o w 7 - . yam 0 2 o o O �o N o L A -I 7 O m a o 3 O . ono v 7 W 3 m •7 O 3 S • fl. N �,C D 0 3 w " � w W p S w W 0) 7 7 0 2 3 [n w n Q .O a(t) 7 3 0) S 0 W D O 3 C. N� 3 3 a `Z/ C O7 1 D W a • .7`< N a N U N � W O 5 W r v 'n- O p< vm WC N d N n ll tQ 8 D p 'G D 3 �tQ j W w W m o. m V) 7 y `G m 6 ' coo Co- 3 R.0 o o d• o < N m s N ' 0M n Dm -I-a m oaa3 Roo' o0) -? 4 m m 57pj my < o 0 ti 5W n 2. O a a co m 5 N a mT m y W Hill n a v w 3 C c `0 2 v to Q j p, 7 Y o 6 c m 7 Q o 7 -`fl m d 0 7 y�. `c o A �'t" a °- y 5 73 0 CD .C,. 7- ` 7 tp S O N W y N o g w CD N a- . .00 _. 3.W 3 9 m7W O7 aa' N °7 0)7' 4 FD- O °� cpm ? 3 W 3 n a cm 7 5 co'O C N O N y `.< 7 S- 3 N C ID N fp W O = .w3i,y C W 7 n 0 w W 'O .a N -1 7 O 7 7'W w �'"W d co O co 7. 7 7 N W Q C * N V CD. 3 -. Q 7C `< '0 3 7 0 C o 7.w C) 7 - Q-O 7 j '•p O. w w n w , a. tO 3 S Q. .74 n C W -O O"7 N < to N w W W N O w W 7 7 3 N N N N C O 0 U m O DI CD D 0 0) W co 0 O a 3. in- Z . O o_w 0 C p N c O W N O N y 7 co (D' co 0 Cl) O a v ro 0 o a in n rr R K m 0 '^ 0 c 0 I-1 C V/ cr .70 C P 0. a r r O m ro o ug r• ro E Y• m N w Z 0 n • o w O • H m n • m H T ro 11 n rr 0 0 ro rn 0 0 m m n rr Y• Z CD a w m Z o C) 0 m Ii n rt 0• 0 n 0 ro O I-- N m O m m O w ro r• ro m F- ■ z 5 Z § 0 ( 0g � ` 222E Ca 5 p 01 a \ a` 0 § k03 S ° 1/ CO _ § ; 6 &( / co § 3 = o § � ,\ co co •'42 o 72 3 ; GI 2 $ ; f �i ,0] 0 m _� # � % ; ak > a 1 co J m , 22 $2 r- Z Cl) o 0) n of ca ° m m \in �k� / * ; m Z ICI @c mE Z - n —I X§ 0 (7 cn o X \ � ( k-g I < 0 \ \ ® 0 \ t) 0 M 2 < i M 2 }& m R k # m o m r C \[ § )) -n® D Z m \ $ 3 rn ,3 / 5 § 10 w \ ..... § o 0. \ 0 0 a 2 2 o 'p A W N 6' co ta D Q A N a 0 S XI G .. . N C Ill a ncm 3 < a y o N O - N N m c c.< Cm Cm O O g m m C a C a O m m O 7 ° j m X O1 m O N O N 0 0 O N 0 N " -Non �. V7 p% 3 `G '�' a C d y co to n - G) 0 c a a m CO t. O, ^n.. �, N J•O o O m m < <? ..< m n o O N O m m o 0 CU K 00 7 - 0n g * o 00 0 v J IDii z r 'qm - m o cm < < °cc -t O tSD = O w 0 7 ° b m S° m� O-7 — Co lD O 1' C X y D co m o m V m C7 m 9 ° m N 7 m m y N n r A N ° �< Q1 �+ y j m N O O X O 3 <m m n 00 19dJ a a13 °:0m CD o mof o - v o n 8 o r Z x ' 37° � � = s m m °_ 3 `<.< W m = Co 0cc) o m °< = y v m -- < � � w m o � c --. H a a s Cl ny 0 $ n CO m co ao , 3 w O � m N O< 3 3 7 0 y n Cl) ^.cam 3 ° > o m 0 m W o Td.. o c m to <.0� m ° C o v o .o c ? N N Bn N3' c 7pa 0 GI o m,< z, o n m ° c *a O 9 ° � < p>J' a m O N p N O N t0 �I m 0_. < O 3 7 x (0 -• � mo3 n1- TNO Doc 1- n �� 3a < m a oa m r -•o WNm � o m - c ; o 0 0 0 = c� ° rs ° m w cr 3 N i m - yco -m o• D c fD - y: D O s ° cm _, D r 3 '< o n O m -m - m ' v a a 5 vmm m3 m3m atom 3 m m W mac O C Fg N (tl m 3.0 < wo c 3 m 0 o 0 D -i Q 0 3 n fC m to 21 m 3'= Z <• o d `< �m m0 So ?cam 47 3 fD s m7 > °1n3 N 0 �. m ��' � ° m mQ oo m m gvyQ W z y `° � ooc' tv m o0 _ �• C7 N mm < m m `°cmc- m c o n • y `? �' f o m m , ° O rn.- yam O D vW dy X a o CO o 5. _ �n - °,N`C m 0.� S a m C o m �'a CO r = Q 'B . u'n 'Z CD c v ° c0. m v wdO N 0 ea m m mmo 7 0 CD $ m o C7 m w O N c m• �o O c 7'N 3 Z c a' m 7 ai P- = mom 3 )„ om oN D 4 ° �3f � m � a too ...9 m � �a li co W 7 3 N t0 ? O m C m W °�,' a .° C Q m N 0 co •O W• o 3 0R ° n N� fQ O C m 22o m N 3v � mu3i C Cl pa � N a O [D C W < rn --• 3 tD 03 CL d ?n W 0. 8 0 o g3? gm m � � � � A o 3 al 3 com m gv � � G1 c ° c PI ° 0 3 Wig ' ° a N K7 m y (° O m d o c 7 fA `� `•• @ IIl Ft; a m m m � m m Z m `° v m t° 1 c ? c a j x o m _ Cl) m C o m m f v N ° f1 �' CD CT N C m 41 N O ° { m N m d N 8 W ca p � � a ° o mN CD CD -P. m o 0 9 mom. ° c o aCA r o (.1' n �' �.zo m v N '� o ° CD m O -0 O ° W "m0 10 m O ° �F 0 O ° O' tD Dfy �° � � vim' on o , m ° m' 3 c• o --. 0 o CD CA N @ t0 << ° N m -0 6 ' n co n -7-, U N ° t0 O 7 d ? m N Q 0' m ° 7• m m N m < N m W n m N O en a O W ' Q Q N.3 m m N A m ai 7 ° < - 7 _ 41 m f� n N o co m ton co -o a ° m - o a t0 N 3 m < 7 A P P v r °' os° ran o p; < w 7 o n os OD -I y ro Z - o m A v D 0 E ,2 > 3 o << z ? ° C o p m r < CD CD y 0 °' m m d a CO 8rJ CD CD a O < W p C m d A n w_ m `� 0 O fl: C N ° o _,1 N N o v < m * o 3 -saa3c, £- m aZ co b c °3i - coo mca a me Z y �`� < 6OA D 3 an o < C7 (�to C w E V W N o X- C <m a o sp. co- a W V a°_ = m d c 0 N 3 `OG 2 a " N cF O <m C ...O.° -1 .c . N m aCD °gym 41 cy O o W �. ° m m u;O - a. y CD CI C O m,CO p m' o•° v X E N N 3 j W 7 o j ID 0 2 -0 �'< `< y a) < o > m C W .- 3 a _ W m co a a. Z ° 0 =W N 0 ace Z n y 3 m m 0t CD H a cA O a C ,_a/ w n 0. m o co n CD nm- m x nay fn N 0 -i 0( o W a o N p < Oi?o_ 7 m` •m` K Q W T C o 8 w m� o y a A -, o g 3 m m m Er 2, m e c — = us C r o m C o 7 3 N W N r 3 C °T) CD 7 r m ,g•C, 2 0 o 8 `< - co 3 a y n O m N CD O C p W m 3 m 3 '< m p J Z _ m W O Co 6 � ? �" � 0. -° a , n m � `< = n A m � 3v+ g � o m WN — G ar m �' cu j- W c v m o m m �m �'< W m <° vro c m n vm 3 0o0 3a ° m ° Cp N Co l7 7 7 < O- to 7 y 7 m �' 7 > '< co '< o v O A •< v N CL °1 m 0-a <' a. 0 a m a < m n u:v� a s G7 O m ° a, co F- C o 3 v ���aWV3 a n m ID n to W � -4; m Y.< a -, 0 W 3 � -. �c � 7- °� m E0 .< X °) C W CU r W Q C m O C W W ? CD C� `=G y yi N 3 Q-p.7 N 7 C a m y p m N m w O (7CCfl7 W 0 a t7 v CD O 2 x a m m m m�°m `� o m 'O m an d Y U m --< a - 0 CD y °_v Co oo � caoo ° � 5m co a c co co 7 0 ° m O CD .-•• ? c o 'i co of�CD c < .. s ts� W_ w m x m > 7 -0 RI v; m a O m m Jm W - N N O A N 7 CCD m 0 S`< a O9 N_O -m 0 m V) O 6�7 G �: n C p^ m O. W m 0 ° • N y CD Cn Cl - W a O a 5 0 O W m — = °- 0oo * 0 2 < a ym 0 cg �� F 8 W N 0 y 2 arc d m ° < m m m o m m m o W z O C 7 m m p 0 0 2 � oo. ma� °� ? ° 03 Ninny a n c o n < co o =C m m-� c o ru m n °� v 021 N Na 1D n Q 0) m CD[ r 3 -; F. 7 o- m O m �, npa+ O ° K a O a 7 b R1 ao 3 Gm W C! Co W 3 o 0 CO 0 C 0 --.., - m W m m m m a m cmi < a a (n 0 0' 0 ° 3 o a- n y O CD w O -s _ a on ovim �x y 0 f a m �, < xn .a m m p W �+ co` IA a m co m co 0 C) m .D W m co co 7 In O. 7 2 o+• C - < n n C,.. 0.0 V7i W m n� m � J $ m CS W m m d c W a c DNi c W p 3 u° a p a c co 'O 0 m 0 o 3 7 m O m a 7" O C N ■o m 3 g m Go < W � -a C -_f m � < n C y 3c W *. m T d 0 m-0 a 3 3 a s o cn x 3 O CC < O OF W n a co 3 3 ti' N C a m < m as m � c� 3 "' 3a nc ' i 3 8 0 tm.2 j * °a O o N 7 o o p n o m Cl) v m ya 7 c 2 N y _` ..< A a. Cfl CD g -C, t0 P +v CD Gn O C -♦ N A; Z m * 7 0 O CD G) P p C A 7 O ,xi Cl O. 0 ea 0. r a n oa 72 -' C n C) _( .-„ -i al -, Z ' a 7- 7 m W t!t 7 c o < FD. -. n w i 7 -, m a o co a �i r W o co ± a- ,. r > l cio m N f W o 3 C m w G W O =O °c .w3. TNri r c W in c 3 Cl) ,� h 3 w w C7 o = m m c��o 3 C7 n O p m O - m W m 0 0 o -1 y co e0i 9 cci n a - `Z 0 0 5. (D f 3 -00 4. d 5 O Q N a n W- -0 a corm o = -_i C W N o sa�W oai o m_Z O N * O.,• o� 2 a z co a c ? Q X 73 c W a W o Z m o.0 N 0 3 Q1 n(0 O x 7 < X C (D a`G U1 < N ' mm CA y a a W O N N d `y W E. w t et) N 7 a- 00 > N S N 0 .0 -O W Q�-n Cl 5 a W (D 7 N N 0 3 " w _ w 0. a = C + .-. 0 0 N.O Z D > c a N O 'o m 00 °- c0 0,W a o m ai 0C N ° N a •� C cwi � Oc 0 o•< -< 0 o r 7 w , x W N T O — W`� 3 7. 0 7r y y O * o n y -. co O 7 0 N m co m C i y a O O G O a N '� m Z '7[� N a ? 3 0 0. 0 Z m £•-t c� N D a N N 5 0 03 rn - v �, p 7 * (D O < C> m m a N O - W d o �N D m d m rn ,, 0 7 y 0 a CO m °'. o o N, 1 -1 ai a s No39 (Q -I 0 m D CO O C ro d �� a C s 0 •-•• o. -, 0 O 3 a 8 „ 0 , O of O =e C t7 a Q n fn W � m an D 0 W o ncN a D (-) cE m m _I m to , 0 3 g cc 3. < ?' W 0 < N y 7 O m A.:0) A O o n m CO a m !n m ID m C w co .=w. 6- v_ a N O, co 0' 0 y m m C 0 m O. y W 7 C7 O °' a 0 CO N c - m 3 O C st *0Oasf 7 _ a ` (0mOgg N 5a 0 n W x m Cu o mm° 3cofD m aZ u) a omy� m ET a w m co m c7 clI o� * . O 0 , 3 cm B (n C N Ny S ry N 69 in c-O0 m t� 0 O C 0] a N < n 0''O n- K m v O 0- N .a(D a y N -I ° D X (ND n W K m m D C O 0 N a U) N ig 03• o5o �m C ap C n (<D � c� � p Nw 0 a 'n-" w ? D Z SD W p = ?a 3 `G w -1 j a. a 'A a' 'O w 7 C m a a 0 co m m °'��7co ? mA O `< rtm3W °p' n Co N o s w m . N co C Q Z •O O fD p �_ 01 co m N ca a N d N W y a O a 'W 01 a m 0 Q - W m 7' 3 7 O_ m N 7 fD I W D Ca. 3(0 N CD O co Cl) D a = O = CD m =-• o f f0 N n n y m CCs 0 Vi O 7,a W 0 O W v CD al (C -. C. m .0.: '-` 0000 7 w O C. a N a n p W C N G 7 •.. a a 7 W < O�a � rt p a N 0 g 3 f 0 Q N a CO N O , c o 7 W 01 OT A 7 w C a O. _S N W �.0 6-• ^.O O,c O-� -a 0. m � 7 O' 0) 0) co n d Q < 7 O o 03 ? * co.W --3 w _ k co a•`Z =`G N. a 0 PI 3 0 Vj 3 * a C m 0. O CD m 0. -, O N 3 0) N O g -a A a W 5 a W O a a)D 359 0 3 -' m wa P (D N O-, m �? v? a. o �a7 O o to c0 V 7 N CD CO 3 N. `< O N 3 O c. s OS1 �J 0*7 a C ? C W m N 3 0 7 O' C C 00 N N aMy rt. o W O o `[• ~' N S .a 3 a O cC -4 N W G W .Si O cn CO co C 0 $g2Rƒg&// �JJ ;--- <� / 3 k��] �/ �2f \w« } $2 730 m al § 2 i° 7 ; ! ® 0; / : ' 5 ■ o o< J -< § , ��pRAa ; 2cQ£ E =Q o� R z ■ �2f \(J§ �\ 0�/ k �� �k k \ o - o § @- m ` � \\� �f�/ k) k [ /§ 3 0 - � �§ LA- 3� ® o -o I a \ § /�] } 8 § `i0 o §M 0) NJ NJ 0 • �•eL/k $ °* �o 0 ^ 0r- 5 . 1 � \/5 $3 � ` 2k / ¢ m§ § # o ■to #S7 7) co - , o ��\\k //} � w '� �4 \ K % m � kA�ea om , 9§ o Z E 170 . s) �2n ƒG c t r rm a; ,QED - ■ 5$ k M E ?#$ RRgE aq k 0 Fo { " m j10 \ 0 o 0 § q§ Ti / 0 m m f M 73 XI IMIN• \ i m \ g \ C--I\ 5_. k y CD § GI ET) 0 z m 0 M k� �k 0 2 o GE 2) 0 E :� mmoD 0 :.3.-1 y Iz '.> 0 O 0 p_:x. 'IO D. 1z rm- O -Ip-I m D ml 0 m ozo IFZZ n ~ N z rn D Iz fn C) D <x z m 0 x x z -._I__-�� O 0 "3 Co F.• m 10 1 0 0 D o In r c-,.„,� l .Z1 I RI -0b r f x m < m m r m z m x r { m E I p co A m N ro ° m< �o <ICI W lI 1 o C fp m z m 0 m m D ! > r 2 vi x o 0 0 O D C (D 0 3 r O � y !-, W o z V� o V m m 3 w m y < D c `� c a N m D { H 11 M N. Z °o m a r m x 5 O r x z ! m m 0 m N 3 °-° m '� ? N p O< y > m < y z a 0 0 o D m r 1�!.> 0 co W O 0 O K a ° y n c A < c1 r D c a, m 1C ro 0 O O XI 0 m m0E m 3 O D H O O n m m 73 0 �i0 b 0 rt.) W CY N 0 N D m m D Om m m 0 m O O ix, H 11-, H t" n I a m > m 0 Ir ° .0 1 0 a H W CO 7_ C] R1 T Ir_ y I m ID x g Om' A °m 0 elm — °I°I 0 v 3 0 0 O r _.-.------- v Po 1 M O m H 'W H a 1 73 N A O X J" F,. 0 > 11 N X co H N x1 OH m O O 0 Cl O r 0 t0 I c O C I 73 CO r 0 n o m m A m c , m ! - 1 C) nx ! 0 0 m z1 m D A w z 0 0 0 0 S a Z Z o m m co 'A o y ! y co a V/ 3 0 m m -0i m m T _ 0 w N m m 1' H C D O. 0 m H CO c CT a y 0 M 0 Z O m TO -I 0 a p z r !_ m m o 0 hi 'CI o O li n O1 0I0 1,1m y' N m Om A rr u. d U. A m 2 1\+ M D m W N N 0 { D 0 rt N 101• z x Z N m 0 < 0 ° O x m ' N O C Si m 13 m m 0 W O z xi 2 I1O N D al 3 m ti B H 1 w .1 m y ID O y •• O k �' m O v, T H T1 ip 0 0 w ''.�.--.-_ 0 0 Z N 0 t0 y C D H 1t ft y { c x1 G co M N m < -.... N. .. 0 u 0 < f1 0 o m 0 to 0 2 p� m N• m ! 0 0 ! - I I_�. 0 O W v C m v 1 1 11,9 N N n toj Z m r r ' 1 'm 3 m 1C) > Z 1m A 0 0 � IA c =m 0 C z co 2 ° A ° ° 0 o z A � Z O r ° 0 �3 D o Z IX : l A m D m N to m O IO x D Z 1 2 Fr! m W -I 0 z -1 m im n n m 0 I0 y O ] A 0 S H c Z Z m y r D I v ° C • b m 1d 1C T m C m O D D = m C > p m D I ! x D { > I 3 p m m m Z . 3 p D p O w p ro o m 0 � = 3 I P.0 Z Tp O A m O p c z m 3 < ' 7, m 3:,.:1 - ' O x � D m z O D 0 A D v v mm ?p ! O , m � O a C c m O O 3 -1 { m m m O 0 z < '-0 IN m I� h r 6 > z m, Pd O �Fil O zRm < m r_ z ! m O Z O y D ml 1 !m 3 m c N C - O oD O Z N -I D r, : 0 < r O 3 w o < N o W °1 Z E 3 Z r 0 z v m Z y N g m D m m IN 3 m ^ A T I 1 D m 1' C D En 0, » » e v » v v, » n e <n e» en sv sv v, IEA EA t» u, to 1 sv tn 0, e N N m N N o 3 o oe v n p • I p N 0 0 m > ro O .0. W m \ m &' ! z�H 0 n k o ! H CO o o z -‹y 0 0 y n IO W Z , 3 0 I f- < 0 j 0 1 0 1 a • 0 o Z 3 13 1 Z D -4O 0 o V N SN 5' -I o D -I C -1 5- °- m CD 0. O O 7-o -I N o --..4. O S C� 6 O �< -I O -I 0 O N S ,-0 7 S 7 S N C X 0 0 N 7 p S N "" 3 O`G f� S S O S . O c N 7 C_ `< co (nD CD 6 N CD y S N n-0 N C 7 S co 3 0 00 CD N _N O C -O 5 0 .D N fD c (D (D 7 c:,_ 7 S ""'0 3 (� Q N d N n. 7 a O O.O`< �'`•G O c y N O ? 7 �,7 a j 0 n j _.CD O n(D . N O N CD 3 N �G N W N'D O y. m D N s N D O o (- O nN(O y o CD v co O% - 7• `< N N a CD •O C f5D C n N N (D a,5" N 5. S 3 N 3 O. d o a) 0 0 Cr 7 1> N 6 0 0 5'C tT ID 0 O •Q 0-. _ CT 5 7 c N co N •N O C co 7 (� N ° S 7 O n (op N N N C 7 a Er n CD c ° 0 N -' N 'd 0 N 7'N CD v) O < O N M. y, n N n O N Cr N C (D S O' () N C 7 N -n CD CD o = 7 c S 0 O- 0 .71 u CD 0 7 `'� co 7 O) CD 7 00 N(O N. p °' `< 0 CT o N CD N O 3 CD co `.< N N X m 0 0'0 0 3 0 (OD a — Cl) 3 0 N'C CD CD 0 7c (D 7 n 0 n N a0 CD 0 s= n a -• O - (D 00 CD (D �'7 n o < a n s n CD p) 9 n Q o (D O CCD C c (D -., 0 0. 7 0 7 m m CO 7 N ° 0 c N O O 0 (U 0 CD'n N `.< W 0 c < +Q .n».Q a Ni a (D C CD `< N O0 O N -o CD 7 N n 0`7< .O Ft; n d 0 < 0 0 �, p 0 0(° .-O n C Cr lD 7 CD _ 7 0 S • -. CT'3 a) (D N 3 o I n a) N j,m`: °3 7 0 5' O N (D ^7 CD N tS (D 3 O `OG r37 (D °-�y07. 7' . Co. Cl) ? 3 _�� v'c C1 'a n m a) 3 m •N ° 0 m 3• CD m e(p CD 0 N N• N c v 7 n 7 7 7' a N 0 7 O N 0• n N (D CD -7 (U O S 0 Cr T O N (D o c a 0 7 N N (� 0 fD �. 6 7 0 o �' (D D 7• D o a 3 voi m 3 o > nm D _= 0 D ° 7 5 0 0 3 � 0 c-., 0c D m v (° a a D (� E. (Da0CDCDo a � N -0 CL CL C0 o a o o C 'a 9, a m c 0 "0 9 oa CD = d °-. a y, m a ° 7 a Cl) a' n c s •• O S n co 0 3 o 7 ° o 0' -I � -, o� m F m CD O C. d o 0 �•o SD � c � m � 7 ° a 7 o a a S 5' d CD nC * ya-- -) aS 3 a m N aT 3 � < 7 mn Z (a 0 0" - 7 0 a (D (D CD o c o a ° o m a ° 7 7 <D 3 ° co 3 0 a° N O CD O. 0 ? ° N (D CD N S 3 -9 5' Cp 3 _, 0 p O (D (D (� ,�O _ N .< CD Q 0 = �. 7 CO N (T N co < N fS = 7 3 7 O C 3 co 0 0 7 C) N fD CD 3 7 i0 3 v 0 N N 7 3 n•N' co O 7 0- Cll -.' S 7 W < N 5' E 0. E co m o. n) 3om •o n3 0 7o 0 0 m 7 m � D ro n 0 I; . 0 Z N 0 7 T1 0 -^ �' a) m <D (Q y) 0 o SU * o 0 0 oc,= N ° c n m 0 O (n c m (p 3 w Cr. S CD n m n - < < CD S `G 3 7 0 O a 7 (D N a) O S p O 5 co O co Z z ° v m o) n n o -I 0 n 7 Co cr. 3 < 0 N CT n 0 ° Q -00 0_° - — 0- ,(° d 3 3 A) -I co n5 a ° W C CD � o y m to 3 o C. v7 �� m o o n� m o 0 3 Oi �-�- .� (D C Cl) C) w 0 O o m m m v cro 5 m�o C o' ° nm m O CD N S < 7 N = n N co ° °' .a 3 o co co ° 3 000o .- = 5' y a 5� n -I m � ° o vNi c cDCm CD0 �• o (° o * 7 Do v � ° o (DO3 ca (DO v oCD3 » (D N ,C S co co < ,7•, .- < a)) SC O. 7 - as O `< N a 7 O < O CD o a)c 3 0 'd 0 0 (D O. 7 7 N 0 5 m 0 co 5 m v ; no o CD - cl� 0 O = o CL 5 0 7-« O n CD 0 0 ° n 7 0 0 O o CD �_-7 O 0 co -' 7 0 3 .< N C SU d o (') < j O c N O O N' W o co o co N N 7 ^°1'^.0 D. (p (D N (D O n 0 N C O all a (D co O CD N co (0 y v0 7 fD C c S N 00 _& 0• Q O Q y O(o fD D) O all 0 O n co 0 Q _. _. O 7 (D 0 0-. C 7 * `< 7 CD m *, 7.co o n 3 a) v) 3 3 Et (D0 o o n 0'SD g_ co 3 O 5'7 (Da o CD 0 C 0 o m� 3' < o m o m co 7 0 _ (D 0 7 N a N C 0 a o N CD N 7 .7-. O pc) (D 3 (D c N co C N -O O co 7 N N 7 N '^7 CD S fD .< N N CU FD.- N o O (° 0 0- Iv 'ON v 5co St3 ^' 7•� �7 N•7 -.. N CD N CD n-9 3 N (D (D CD CD CD n 5 co n 2 2 0 9 P 2 % m- $ /• ° $ 7 = 0 = co 5- ® /• m- J 0 - 51-- o m- o = 3' m a _. » Q CD 2 a 0 » _ ° ] \ 3 CD 0- a) m- o_ e m (1) -o o o •2 m k _E 5-. -o _ _ = E E / 0= E 9 n » ]• 7 » E 6 m * 7 ƒ m / j \• ) � c3 � k' £ / ® -, A0 CD ,-q- o "0 $ � z• _ 2 o § E o » k = CL 0. _ a) 2 0 = m 0 = 7 ° okq / 70_ 0 2 \ ° C % g £ § f @ CD E J \ § ƒ j k_ 5' � bo � �_ §_, � . � / � $ 2q cc= 6c_ _ o R k ° ). / ƒ % 7 @ < o o 0 5 cs 5' c ¥ k. S-3 »2 < 2 n- o = o w , = 7" % @ $ 3 7 & k = 2 2 @ = ( U 7 -t c 0 ) 0_ " } C/ - = m k C co o ] = / m E § 2 » E 9 g m �_ § � a cr � * g 2 � 6 6 6 E # CD &� o � - -0 a 3' % k § § _ 7 2 \ % k o = o. -0 m m CO 6 7 0- u a , 9 2@ 0 = < g - - C E m = 0 o g m m 0 _ ' = Q m = @ x - - C $ „ § -I \ /k. S P- m o \ k q C o �_ k ƒ / k \ � k � _ ± � j � � � ± _ 7 � CO \ E F la 9 Z. 0 ° 0-7. 0 2. -. 0- 0 § / = » $ , / 2 $ , eL E 3 k c d £ ƒ Q 0 Z co O. m n = E _ 2 a - 5. ] o F » = 0 5' cr o q k � ° / § X79 ° m » 7 £. § o _ E• -o E• ± a 3 - ' _ co 2 m - o 0 # 2 = , 2 7 _ - n- _ o C 5.-- D- 2 � a - -a = A $ / £ s< m o o a ) -0 -, m E 3 5' § _ co ? 0 q %2 2 w k R 3 9 C E Cr - / 9 o n Q 0 $ 7 _ $ ] % 0 ° C 0 0 CD m E o = \ 2 2 a n ». = Q = a = 0_ a) CD m 0 = -a 0 0 2. = �' � m i - 5- a 0 2 - @ 7 = CD —, 3: kk = CD CDC * = C 0 i - o� c o v Z 0-G m 5 , 3 m n6 no 5c R g -0 n ° -a 0 m , en _c � 0 -� a0 m o ° cm = ° ma - o - F -0 * zca D ° o mc m � -',` w - * . CD � x 0° - � m � � � a � -0 � c CD � d° m < " a = o -I cn -Io n ° o �` o ' � ° m` 3 �' g « O 0 = m = 30X K, X O O O n o o m Om 0 C O � p N N ..,-1 M O 0C - W aQO QC O M �' = m- m CO �Q0 a3 0 ` a � m O 7o o na m 0 � a c o r ° o CD r� ° m m D - v N r n O W Oc ` v X. a ,,.- �m Q U a "CD Q --I m_ O CO m CC 5' O a = 'a m m Cn ? t� O- m ° O N o m Z 3 m = s ' Q a N ° a m ER m m = �N in 5 --1 � .. O c 3 3 - m -Ip � m o v° m 3Tm 3 w =' m ° _" C� a = p 6 * 0 5= z cD -ON. X ao m �,rtir m m ,-+ O -� ,, =' X -p CD V, T A Z °ØUU 0- �' c =CD o ..< m v0 mm � EQocm � °' WOgn � Q3 0- = rn O 0 w � o 3 q - Sm �• 3c- m OD o v - a; °- ° 3 ° mxn ° a mo mW � � mm . ho m - * n � ° c c m g m * v � � o3 y P mss, 5E T - 0 = D S O u z p0 m m N m 35 ro ' a °c - m,-05'-0 (1) = = 0- 057;° -sQA , 57am ° •o = • m N m 2 8E—%o vo 0. 0 - p3 m N m? n o� n OIn - v sm m11) (04:11 = 5 * W (/) nN ° m N o 2 O_ aaN m = o cc w< = O_ = 0_ � c CD "" 171 -4, � ° ° v c , ° mo c 0"o o - X ..° O _ � Q ° ° v t° ° = o ° m v� = _ ° =, = m-= ro ac .-i0 m m 0 m0 3 -v m m .. Q m 0 0 (m= o c m m-� 0. o v a oo 3 ° N P. m � m ° � �Q u ° c m Z nvv 5 * aa o D N m 0020- Mg O av = m v m = ) . N m ' o O -, o im , v mQ0 - "''m ? O m 17 oO < NZ 0 c (D . � C Q Q - CD * n " � � 0 O 0 )5ON3 n = mom CD V a) m C-gofD '. N O Q a ° .. ` S O D a) . Z Q N ° N ( m m Q Q a N 'z CD7 N m O -' 'a N n 6 a CD CD• CD X v n p rtA C] � 043 Q , m m .S.n) 'O _ ° o � s, CD° u ° v -m ° ac= m -. ° ° ocm = mcQo. m O mmm mm ° ffv , m vena) � °o � Qa o Q sv - � � c pcv ° c �,c ? - ° � - o Q Q Z, V � -- FA- c .� oCQQNm � 3 ° =) mmm m �, mmv, 0 om ,� Qa, � N' °..' � Z D Z"a � a =1 W -I -17 CD 0CoBco 0 � g- a) oca < -UW T , m m ° Z c — � s O - c 0 c a=) m N •• D 'D = Z ca0. rn = � 7 ..: � ao0NA c rn `� .< o � � cn > � r a) * E.Z m w m Fn' CD= Z•`<• g � C) _ 0 su m co.` ° o o -1 p � CD a no 0 5 oc° v Q- � m n v v r . m 3� CL W aca. 03 �*CO " B' m CD = N CD o m - ? 0 OCei (1 � D °vNU) m fl.cQ ill rat I C CD CI n / p Ocn m Cz = v = O v n -1 13 0 o N — m -I = _ C2 O m =a 0' a? r ' p CD ao c a- . < 0 M p :. ) o X w `� � 0 a-n 0 •< m N O N 3 p 0 rt 3 = m f 0 C. y 5 c o -a p asi `3 o CD 0 =ti CL i N V N c 6 N ' _a O o a) Cs 0 N. < N CD 2.2• .G o- a) CD c D —I W 2 co co a w (.12. r► O 0) N CD O CD cc v O.15 o p CD ' C 73 `" -�' O N C O Cep -` O 3 N O * O QS 0 �� �i► N ? < C7 N -� O O O n p CD x v m p CD CD CC) a) cn Cn _i g N = Q n cn = CD X . ai O .C•► c .< 5 .< O' 0 `.. CC] .•o a) -z is CT 3 cD �' c N a) CS O O CD O CD O W = co n) O. 1 C2 = CD O N 0) CD O N N < a) CD CD ae m .,. 5' O a) 0 O C O CD CD•�. to C7 Q-5. o O CD 0 CD 0 _' Q O a)' a) m = CD w 3 a) Cs co O <n O O O 3 cn 0 `� O 3 to CNJt O p z- Q N r N << a) o 4 S O cn ,CD O W Cu c. O o o OW ,r n c 0.1 0 8 = maw 0 .Q-° N . c QD � R O ca. N' 1-_, F5 O CI_ O a CD O O O 3 0 (��--i1 `< cJ aj C O O O C2 �` CD C O a) O c m Cl) o to ao Q- o Cl) 5• Cl)O CD In U1) CIn CD 5 CO CD Mt CD � m v ° rn ° -� o fl m m n � n CO ,Cl) c � w m s Q ) 3 0' NcQ -o m CD .2' w _ N � 0 X o 0 * Z m 0 > cn '0 cA' cCD0 �. vZ 5. a� -.I cm73 ° @ o s ° a. °- 0a 0 r0 C7 = 0 ° cD v c 2 c - m °, am ? X x sa) 5-h(c2 m r O- -1 a _ < cQ ca-0 `o " �- 0 0 .,. c, � m ° N x s c = cn m v N °' v "° o -I o- cu W 3o u �' o c m 3 rn 0 c cn m 0 D c0 5 m o a ° `<. 3 = 0_ r- N -, Woo a �' c s — m m 0 pp m 0c,. 5 -0 m 3 D _. — 07cpy8 ° ", m a1 =• N -■ = m to Z N m < a1 u, ° � "'' XI ', prt0 o cco 0_.. 3 a. egtasv 3 �d cp W m DT mo= a-v1 ^ * < N � "D'1 Q.-0m S. a) .0 � ��—' 0 ° 3 o � co — 0 -I sm v ° 3 x 0 (/) O0 Z 3 0 —r`< -I u -1gy m -, o = �+ ° = CD o = CD m A. 0 CA a) m ° m 5' 3 - - - a) v, x m 0 =Z 3 a � a o ,�' 0D 7 � O �' *- ° ° s Q °�' om_ho sy co co m m a 5 = c 3 , - X"o C7 � o D CQ � rtN n c v 3 N 0) om X10 v -=ti CD 3 `< v = 0 ., rn NN CD =. a - Oc vm n CD •-c- cn o o c cam.� �. m XJ 3' = c n D.1 cl � 3o � Q S 3 m cau v m cD � Z -< o ° P.-- ES' � � o C) o T` � m D ncDi v, _ � o, 0 x 'i CD�., `< _-: o v - m m rn g cn c ° N'- J to m z _, 3 m cnoN ° ° cn pZm. 0 Eo °�-' m `2ND' 3 `< o 5.2. 0. o <� N ,-� --1 N o m 0 Q 59' L 000 0 = �-° csi• r � * 0 v m = 1:3 s A y0 o sm v, m -I. v = CD — s CA' a, to `- 3 s m o 0 -z ° O 3 -, cn O _ - Q fD o 0 ,. Q ° m -» o � 3 m $' 'iv o ccDn a Cho m Cho a 0 CD m a. ( o z 3 0 3cs5a ..,, in = 0 � � '0 ., � io � Q X00- 0- xo m C7 CD c ° 5' cr) 0 o a, 2 c3 D m ° o 5. �' c` c = - �' = a a, �D 'c+ = v'`< N N Q' - n« s'< `< CD • CO cn < o �`_Z ° fD o o ° 'a su m ai o n so m o o Q c g - a o � m ono ° � °- � D "V =.0o a)ID � a� Q.- -0 0 0 ° ° a s ° a, a m fiI o m m ° c 0 0 3 N ° c� a - 3 w < 0 ° cu cn s QN ° '. o -. o- < 0 to 5c c a Sa W 9, 0.) r. via ° c vW `J' CDa°io oh � mr* z� cDa`< °OV 0)i n "' N CD X O o O — ui = `-< N c5 0 N = (D ° - m 0 O n CO �'-0 0 s s 0 o 6-v o ° N 9r'. 0,01 - < Q. •ON 3 o o ° m n < 33 o. a' sQ- � o m cn 0 < v 3 0 cg o a) a0 �, sm ,. o �� X � o o v,• CD m m � c 3 CD _ 0c0 z , 3 � a N c �- ,. � p ry -* o 0 rn c rn Os v � ° : co m 3 N < 3g ) �. .... ao � � �7 m N• 0 3s <' ao ° m oos s m ° N ° � ooOn �p cn N a cn 0 N a, N cn -„ -„ 'r1 ,. Q. a 'C3Z D z 03 -I D _1 Co 'V m 0ch2co O a) a) ao o• m • —1 m ,.< s < a m ✓ � �• Q 'fl " � Z c m CI- 3 3 � 60 N o m cn Q. mm 1 D CD -�� mwCD � v—,' ° m ' m ,� u) m •h � - Overt S 3 r OH OcCDm = 0W DsP CD O 51-.2)> c m .-.''o m 8- Q, O ,c CD a) �CD cr, po, SD ? C7 § off' 0 �' � v_-3 -- 0 an o � 0 ° o ?ill a(ft N 0 r- 13 IV m m aO _ O CAD 0 < � m r O m m •co- X tn.' w c' O - aova ° -a oocno VPr M a _ • 0. �� N ' m e D 0CCDO Dcn0co co O .. n c o Cr co ..-4.- Q rt ? p c 6 . D `� 0 , C N a C m , O N o � �o c c cocra CD = o ^' n o 0 Q- 3 � 0 CD CD u w ° > -I CO = U) CD � ? � o m ° n - m ° � IC = (2) rtN c o z. O�" c a) Cr o Cl)m > x D. m 00 NCmm 0 (7 ,-, e1)'. CD =n -1 O -1 0 v ' = x R n N O O O = -i x 3 m co �• n N a1 C Cr —ti Cn O (Q CD y O`1` f) m �, - O c `G O `G at fn ° (D .0 = m ' M v Q mm o o m mm 0 O c v 3 O c m o O co f N _ = 0 Cl)n 0Q- m- 0 m ,., . X O O 7 CD a '-J 3 0. 5 � CD N ca. 0 CD v a, N N0- CD '' w O a o co m 4\ E.') � -, � rnW c3p0 z 8 03 CD a CD s O O n� CD. N �• �: C -� O O CD 0 -, ? E.; i 0 O Q O O C 7 O , -0 Ut WI. CD' x v tb O N N Ng 1 1 0 C 0I 71 C N NNn ° � Og � aOC 33 ° � 3 � o O cC ° N ° aam a � vw N n = = ; N W C D s � a ac v � a Q � n n moo Z 0 ° � a N O a q a) =� a ° (D m N rn O si)Ts 5 3- o a)(D R (D o o. D n y ,O p 0 0 T N W = — 0 _, -4 N N . g 0 B : • O O n = Q. -. . = O O 1v O Z N D + D O N ' 3 O. O O S . ' ON ,.. " ° O a CO n < 0 P ptD N O 11 " Z y m N . a a) ° G rt . N ` = Ill N O '''• C . 4) N . rt-5 x .i mo - � o� ° rt ° -, � v N v a � r 0 - O o r D�O � h 25 = Et o A a. 0 E. ( r r NV ° � ocv ° 3 - Q° p ( ' 'a� Cr`..< < ° O C 0) p u) 3 D rt 3 C D ,..,. * C (D (O CO -I- cn ag , O. N- ' s 0. () o a) a O a -' � 3 O. , 0) x s N fk. CD CD Z 0' =4- co w (D N < a m = N- C) v m v m4. a u ° o v a, 0 rn Prtc a ° < a)v � ° c Q N � � ° a-- Z (D ) i 7N p te a Q � Q , 0. rt ° N - °- n "a ° a. a) ° m ° 3 Fri 2, A- ° a- * Q. = o< " , O -I-- � C D ) O_ • 0 a p ,- T 0 I cr) EO N < O C a) n � o N° a n c 9 a N O N ? C Q O Q O O n ° Q ° ^ c a C a ► (D " inT Ov T Z N ° �. S; O S O = O C R. ' O . ( ° ° o = N► ° -I O' = ° ° ! O ° °s -: a Q O = -a m mp' � o 0 a 3 x c- ° v C N, Q N 0 a N t D o = =) a a) ° va N (D m a v � vaN = ° m m -, a - ° v m c0. arta ° c ° 0 ° -, = - o ,• ° ;N ° N 0 a n cm oil -I 0 RO � aN 11) O CO' ' • CO N O° O N ° Q Nc `< -• rt •< o a) --1 n 0 N (D , � (2°O v 3 D D v a) � o N � "" o gam-- � ° CD 3 ° n N Z N N co 3 � � 0 N N � Q' a ° a) N N O I FDI co CD Cc N ° Os .-7. D ° a ^ Q -i CO A 3-- 7 - D O -.- fl- O a o Q Cr° N N — (D < ° O ° O = ° C - co cO n N _, m- c N 2 (O 3 0 ° ° o -1, C u° ° v Q N D NN o O' m/ o s ° v Qo v c v =m O °, ma'3 N -I -1. O N v ° N °. 0O � 3 i 4-, -• .- O -`G Z O _ n ° (D° ' D Op rt O n O -0-- � O v N Q N O X O ° co_ a) N a) � O. p ,,, p ° (D S 5' ) = CD N " � N' 0 0 N ( ° O . , c O . ,o + a) Q 23 7 N N 5. 3 `O � A (Q C � n O rt N Q rt i E. (D C p (D O (D _ "C °0 v < N " fD � _ CD < < _ 0� ° O a O ° -' � O O aa s v - c , N Z N N D� -J co -0 N O Q. O. ° CO i• o• • 0 N n N D O O � O (D * O. - (D (D r II a C a) co co 0 o_ -w N )(n a N O N: c Q _,O (DK O Q rt n a1 O rt R. � rt `G D 5: ' a) n < QO O (D (D O D N o amOD -„ D D � O Qy, . . . . .. . . . . .. ... . . . . . . . w. . . . . . . . CO a '0 0 0 g g \ eCT � � , m / k \ a _ k k o k % 72@ y. @ * � = E $ z C2) e § � \ ' p } r \ 2 0 § 7 . / r C 2 s / Z lc (D = %/ R.? § 9 m % m \ ) ) % k ■ n — m _ ■ t _ $ » § % ° ] 7 ∎ ` J § X 0 \ c2 \ . ■ a ' 2 � m aea § / 0 i ® 7 ƒ $ 2 ° % » $ m — R % 2 z = cr. m J % » 2) « � � � < � \ ® k * ° � Z. � 0 R. 2 < c E » a m @ § U ƒ W \ cn a. —I-i 5 } 73 � § E � ƒ k % c & . 7 ( ~ ^m 2 R. 5- / § § /CL n 9 3._ f / » / 0 =;2: r. • 'n \ J ° CA 7k / k § ® = g ,C = a 0 . , 0 ƒ kE ] J CD m SD 0. D 7 m } c . co . 3 E % § m W m § 0 �" 5" � � 7o- -, @ £ 0 CD ] a o _ O. E -I ® / �� ' � z § R ` -a.= ..5.-- o m q § 9 - Z 0- -4, 3 CO CO3 - 0 \ f \ E &� $ 2 § k / m c07w C) -I ocN X(p6.Zmm � °1 2 7 v n� C D 0 ?m (I C 7 •+ _' O o ° 0 * 3= z -I nao Amy ^ Ocp f 11h. Q O �<.O T % ULLJ T n ,cc gE too'vn 43 ? � v ITI 7 z 3 7 a a a 0 co N N T 7.O f D ({Ip1 3 Q Q C co 'C •M `< a M O O 7• ffab a� 0 409 Ifl ! J 0 y tHE11 c) % cc 4' 3 m 4,m C7° p ao 7 7 7 0 - Q co a•c � a) r f ': n In 33X = • °- t0D c m c x - m cn•+f,: t (CUN c s,o • m of :;, % mcon, 0--o z n C) C) C) d a l 'm c v O ,-a 8 a N x 3 2 IV "'_y:i1 1t 7 W CD N 7 3 C n_' 0 O O o O 3 tl a C 0 xi t\'. 71 S C)m cu 2 N • CO co °- n •f, m � (= 3 3 3 3 a@ CD tmil \, r , 2 O a 0-_• O a 0) N ` , .r. -,/. c a u« 0 N n 8 m3 3N m C) c fD 0 0 m :�./ 0)-33 `< s a o a y ` L.- O -° a 7 N 7 N `G 3 3 o W 3 a 3 z ft N 0 Az j a C1 �'4•n �� a 3 O,Q N c y N O LU ! 1 { { ! I » `1 7.7,E O -y c _N x N` o N _ 7 7U Q\ ��7p, ci ° 0 w 4�yf Yfs+� 0 N W y -< `�1�*.Ybl�' 'V O s.C. °I r. O .t w °:, .... s O .C) �M. „ e o D, . a t0 O O co O N I O n O 7 �•; .-s -0 ma, od A.-aVt: FC)7o mcmN •< w o p O o �' a 7 0 d N F. I• "w; co 3 a 7 3 0 N U w S .w. d . G O ':, a� i N C 2 co O_. a 3'• :•: f U m s, M N n n ° .3 o E. o S s •-G sm. n Rl m • tur _.a ppTJ fvr $ CD. pp : !DI a a..G O p al o• `e ° ° `� o.a N N N ( 7 0 0 N tm 3 Q <D p t1 S' r .-< , RoyN _ r \ � �°Ld < o ° �9 3 O -1 ■ O a s a a XI 'L N O m 7. %Y 0 m °, �.0.n d Y � 1 Sa <� 4 / 3 °1 p 0007 p a N O) p1 a m O~ g O m•,< 7 7 N P N' P. a G. N_ tTl JI 1s �. V fy'a�1y 7 fY a O N p P' �.w„�.ti 7• o C' S. 7 �Kpl P. C : .. 01 lilt uu p�^ WUll 3 3 n °)e* ^f+ p '?r� ACT cD irrn,f m o E a'_ . m.... _ O 7 a w-u u C C) (O tC O O C 7 N 0 'y r. ,, N CT 0 5. b �• �..+�k ”co 3 co a O N r(n. OxOL�y N X °1 3 < V N O R "O� ■M (/� O p� ` = e W 7 - a m C)cr N "'B..) v�-m O 7 fo n, D `Q a o -"' °I "' Fo• n 0.c = y, a j a ., o m •n '�j a a 7 cp N. O i.y N 7 O ° CO• �p n a o c o CO �. iv � m x w ,, c v 2 co $ 7m (7pQ „•.�' N � <<° a� �• m v - w co r0 5 N 7• 7 tB N n N 3 �<j' Ncu My� N D D� co .0..�.' cy `G N 0 O n '..7 7 .C.. co O Q = M 5 ,it'e, `a P l y 7 6°O m `D t�.'e� ° m F-0 7•N O 3 O `' .. o p w W a eD f71 .-. ° P D a o O tl • .< o 3 co m a w '• y N n f cD N ,1, E o Q N m n ~ 3 p t � '6' o G �• fD Ca '`4 N G O•O 1`` „�s •-N V N a a O o w c R O -1 --I m 7 .Q O D O 7 7 0 N n n-0 4. T n 7 a a 7 G CO O C •N 1 .'a o 3 . a »c c o aD .C.° Sr 0. y co m �� Q d • m a CD c �� ] 3/, . o rn G .0 s m N3 o o � t7 ti o a N 7y N n co a a) co cD n V 0 g c n N N O - .co o 6 D O'fD �.a 7 •C . N a -O 7 N u< O N W 7�c n.7 C',z fD 7 S co m U 0' CD 7'7 a CD Cl) a CD Cl) 44 re) -I . . # _ M 0, i _ 4 117111 n if 1"IIIC, cn z -- TT -4 cp 9 r o n o o y -0m c) r- n rn ° z -I onoo z %/ zZ . Cn ' Cn w m X X 0 1 1 -0D v 5- o * 5 -00c0 m p a) coon 21 0 " __ < mmm0) mrn o a) o ct� j z ° 0 a o ° o 0 0 m -y .im n o O cnp � � m cn tSooa I Q cn � co0. j -1 Z c _ m �`� � � o m N O0 m o 0 zDmW � cnm moo mo xi rm = , -I n_� ID 0 0 cnKz5 -a Z , ' a) Oa) -8 O � Q-� -a = n0 rn m 0 � zcW < fl K 73 m �, - �, z rn mo° � c zrn 0 aao > = m n. =' o su -1 D- m = Z zmmOm 'I v —I _ 3 oa _: =hm � � axv m ooO ° z I m 0 0 m C = 0msvm worn• po Qomo N 0 � � � � m -Icn CJS c a m = 0 Z N � po � � o o `n � Q � � � � mcn �' cn � �',,Z -• 0 * o = o -0 ? o m -1 = Q 0 D -00ZQ m -+, cn o -" •-' o °- m mo 0) mac°- W < Z13 = _1z 0 -0 3 c o sv o %c° N' o m � " ,-1-- ° m - Zrn0C - m r C , ,rt = � (D0 cm = sv = (DQ- a) < o � z0 mm mC) a s2 o N a N W C o n D N C Z D Z "'" iv c� m Q� N (9 � -0 * m -o -. %, � 0 rr- -ICnz m 0 0 Qn m � � o o � � � Z -npZZD r to —I .Z.1 0 V) fl) na) � m� o NN00- ° b' m CD O o1 K � C� OD �7 _a. � � � cn � n cQ � cOcQ � 0m0 z � O � Xn � 0 conmmca �_ rn . CD0 _. = vrnoz mD -IOZa OZmn � St a 3 o a m n v m �0 o nm zzp -l = - n 013 su00- ccnm � ': -. � � � � � o - = rn r Zm c0 = mzoo r Cl) N aC' N m 5- ca a) N _ 0Z5' ' mi- 0 --I Z0 - r _ m Q � m Dm msv me m " Qvoi ° m acQ. iz Zm o < —ZIZ0 0 s. z a mcn 0 Z o rn a0 Qm 0 mm DpD - x < V1 (7) cp 0- m 5 � = vm rn � m � 0 � Xr o Rl _ �' � oy � o� Qoo � � = Dn � -ICn ate' 3C° o v� Sao �' 0 Z )' x E �, co rn zODn 3a �. 2 � � sv can sz ? / c) g& � - )- - k2 \ \ @ c = u \ % CL .� j E § E f 4 3 f 2 2 m ° q V _ § ® o P2 0 O _ _ @ @ o a @ _ CO 0 7k �� t � k � � � / \ \ @ 5 E g -a E o a) a. o o . $ co C / 2 o _a 4 g@ \ g o o m / o w \ / E \ -04- ) / - £ ck k Y ± ce § �� / k aL— Q / + d z § � @77 � ¢ a E 2 E ¢ cn u- o � � � � � � % \ � � ƒ \ 0 0 2 E 0 7 2 2 ® ® Z § 0 o O U o_/ ° 0 .c \ c 2 o b ¥ @oo ƒ u) > « tkL- m C E klq332 ¥ =@ o = ¢ a) % / 2 : 2 0 t -0 -0 ° w @ = w as 3 3 2 9 _ 2 ¢ > E £ 2 11 0 CI co c 2 q _E C 2 0 o 2 \ 0 cei - - f o £ •o \ -o / / ] / U ° m a � .¢� § � \ IS / � / / � k /a) Z E A vi ¢_ C o ® 2 •— § U) co 0 / 0 ® •2 ) « cp @ % 0� = 7 ' - oa) .� � - @ E @ ' co Q ° 4 £ E R \ & % 0 2 = d -o R § ) 2 c % '� ¢ § 5 2 .- U Cl) m - • 0- @ ® oCL £ E ± m �£ Qu) CC • as 0 2 2 ® ƒ 2 7 \ q J 2 0 � � 3 % 2 @ 0 w .. 5 U - U ° >® _ co R Z .§ 0 0 CO f 2 E k \ ƒ ƒ k � k ƒ § t J § m 9_ g 0) m § m,- z E � .§ m 2 H � � U k as C 2 ¢ 2 m , 2 2 2 0 2 � O o q / ) o _ / 0. rz o m _ E 0 § m ° - a.cOo •c 2 Uo_ o0-.coU 6 ° p E m 7 [ E Z o o 2 - Z t \ •M 0 0 2 > qt o / 4 co o / 4 q / \ co 0 0 E_ o _ _ 0 -o 2 C o ? 0 2 d U 2 / a U 2 2 U) < . .E 2 Cl) < . Cl) < 7 Cl) < 7 .' Cl) < - m m m 5- "a3 _ 3 3 0 0 Qm _° ° �' ° m3 CC)) o v m a CC)) c S4 a ,( 3 C) 8 w ° (17. ° 65 OCD cTi a 0 N �: 0 fp < a �p o O O `G O - _, p m (D a o m ° O -" 0 , O O 0 C a iu ° C O r " c C C 0 .9 * _ Z O CD k aiZ 0 om *. 3 :s vo �• �, I mm, CD •v � N �c(9QTm rn _ N _ N my ° � v _'� a0 = o — 0 ��• o - CD •_ 2 cc v ° C) C) a 7;X aCD my 0 QQ ° Z o m -807 > nQ -' HO C� � o o � N m o Z m 0mX -I 7 D 0 O O 7 O CD (D -a ma) ,�co O -n co c Q O re vZi �. cDv 0 = coi = Nsv C) co ° m a = m 0 = mCnZO 0 1 3 0 — =' p a8 -yicD 0co -I o — um a ° OH rn v _1 = � v om �� � v p m oo � a- oZ0 o ° x �' =y O o o ai cc°D 0 o o CD * CD O v 3 � mX Hi D o vym co 3m yo. � � p y � 0-- = 5' p o W � 3 -• , �. cn v -∎ 3 3 N p5 m = rt v m ° Cn o ° w O A- O-`< • o O .-k O 00 (D Z CD Q Cn CYI (D (D 0 Cl) Cl) a 0 _ C (D -I C CD c° -D-I m Q- ° N Z m O m <n p 'O N = I =i ' 0 g Q (p O O ° 0 C ' iu = p o N 7- C- r o v CA a_ Z ° ° -, sv CO o vQ Nm COO rn g 3 oDo � _ C C 01 c iu m Z a r O c 3 =- •• zs 0 o C) ��. C m QZ ° D � — n CD N (D N "'� R- c ° * cn (n m o sp 'a A- ccQ' Eli m a F = oo _ '"` = CO cn Q ° � � 73 v = � — ° �� = v Cn CD CD 4N• CD CD sZ. m _ a 3 n N ° N �' N O C O - cn CD 2 0 -, CS O C . . m _ v _ (D a O cD () in (D CD C2 N Ni O (D (D Q n = -, O C O CD fa) °N =4 ° p O N a 0 N = 0 = S co a m� CD N cD � ? i C A' - Q °Q O S O 3 (D ' co C O N Eii (D< D O n Q D C C gy• (D 4 v O 0 a N g S 6' "O v m Q � m m � � a � C� D to to CD • o a v n j = C i 0 (D CS S-0 N `G OO O O 1:5• 0 c) o cu' u) o a) 0Efa P ca ° �n +. ° ° oL F— 2 m N c � O_ N o_ ° o 'a >,C -0 cn U U N � V c L .,v"__ = °� a) O Q � a � `� � u ° o 0 o a�') c � � a) a0 E ~ U .c o_ o 0 -6M0 :0 _° c 0 Q " H m = � � o � ,� ' � o ° .-' 0) • c o ac -c X — Z ° a) � m O a) .-' cf) ° ° aQ �� p (ti .0 21_ > 9— ,.'.c T °' 2 - O ° 0U m zoo m =C Q0 1 ° 8 cci C >,cQ> � o o aa)) C.) I�— c� 3 � a •o Ha) owCEoo •( OMc4,.- •S � o _c — � o v) TD U � ° 0) E0N cUCU) 4- o ° s_ cam. c � o a) p N O C to M 'C to ' Cr; = > (...) U .0 -C Z �, Qo- o O1E c ° � (DE 4E M -04-. 2 ° W OC Y ) t5 '- ° W (6 - O � O W N O C a) OU 0 O = O O c6 H t f� "a C Q U O L "= U U "- W N ° ° w U Z 0 -c c o v a) E cn -- 2 ° 4- .0 c�a w W '� ;_. �- t o W 0 C >, o o _ 'E ° � aa) O a V o >,P ° ai 5 8 o o L L Q -0 N vi N ° U Q Q cB c O c o U p U H c C VCtUm4HC p o �� co oo �:Lao .Z' c _ ca -0 0ZC ,� ° ca _ a) ` Y O ° Z f6 N Q ° U N U Q fC C> C W ° C CI T° a) C } ° ° � ° vi ° ° c °�� �� Q ° U co ° O C � +- u) � -E a) � U a) C co 0 _) o � '' v � o o � .,- ° moo "= M co 6 — ° cca `— �- a O �. o .2Lcn . o ° oVa J ° ° > _ EQ ° > c cco Y ern— � � �. w o - � � v°i c c o "- o cn � E a Q E ° >z c°La c u°i o O °- '� o >, ° co � Z o ° � W ° = cV U -c )..,_c am . Q o_15ruw UO E O _c Z ° w � ° o Qa � o "� c ° c� � p J ai•0 ,... = z >-. w =w � 3 "= u. 3 5 0 •g >: v°) c " o oQ o � H p c Z a)co as a) o f U N .-B N O O O> op U ° H W Z ° co w 2 N W j o U -a a L Q > 7 co � � � 0) Z c oTD _c ° Z c Z E o -''� ' o E o ° o 0O UCl) - 0_ u) � Z O ° N ° U 0 o `o E .. ) < a) Q._ U 2U w -1--. c o 0 ce; a) 7 O a) U W- Zoo , a) N + • O a) N ° cn ° U c6 a) '� "-' M O M �' c N co 7 ° C ° U ° .. O ° C Q ~O ocn > V a) o m N 0 V _c � E3 �� �> Er) W rY U) 0 5 H w H m > Cl) 3 cv0- ° C BCD fl) 0 � C) cost-o ,�. c - O Cl C) o „ x 5: , m _o o Q -hc o m ? � . cn cnAJ v N �. m O Cn v -5 N X sv R. v c N cn m' w c0i CD 0 CD �)`. = x ,-.- O3 < cD `<_. svfl) pcQ = 5 ( m N CD C s O m 3 X ° (D (D (D Q N o =-,.. . m- o cc -0 v3 �-0 §. oQ � Q ° �° savfDi3 mocu 5 k) sv o m O -.,5. o -ap aQ_ sysv rsvv, o cn ° -I msv' a msv � 3o ohm ° o ° v C7 n 0 C7 cn cQ m .o O c ,� in v sv m cQ rn moNZ � � � oQ-a = 011) -63 n c• � � Crn �• vi �' � cmn � mvmi � �• Q- wx � CD O cQ , m O O " Z v c "� Q_ m �' (� ,� O sv — O a 3 Q � `< ,m x - v -,. °-a � � -, Z 0 " ----. 0 ,-,. W -0 o Q 3 cn m x sv o v; sCD 9. 6a) cn 3. a) sv CC) 7" O (DD CO n 7 0 cp 0 CD = 1 " m04 (7) * y, v n (n „ -ma m G o N `< Q O Ill n p cn v N < co v v 0 N wog 0 CO OM m m 0- 0 Q o ° 0- 0 = O 13 c m = 0 � 3 m w m a, o -* n < o Zti' m 5CQ O 0O ^O.2 — N 7 v m Q_ _*.-0 _, O =• QS — (—D - E' a0 7 m < Z Cn `< `� C ¢3 .n, Ui n • O 5' O� O ,_,, m . sv O cD 3 m O O sv -1 =. m O N O o m 0 m § O O 0 C° cn O = '(D O ) cn m -° 5 , = m0 O Q_ ca 0 - m 4 " O -0 Q 35 C7 o = 0 -, H > 0 CAD O �. O p Q -hv CD o) 0`< 0 p N O p co W O 0 C- Z v Z1 Z s) m 3 m sv n a 0 m- ^" CD 3 CO) m O Q• Ou) 03 � a) rn- 3 Z nm 3 0 ° -a m -o ° 'a svm " m - 6, o S'`Qv O -• m O 0 C7 3 Q- v n - -, n CD n - O ,-4- 3 6 M�« 2) � � NSm � —IcQZ735- sv m O C) svo8 moom � � � � ° m � cmn ° m o c) m o c o' Cn m � rn ��' m Q_ v m � sv ° `n m �' � � -+ 3 �cn v-: o m O woo 5 n3 Dm �n m om ° sv m �, � Q.� � Q o rn sv — SD -0 0, ,-,. � m Z e Q_ Lk) m Da. R, c o v n -, m sv• ° � � 3 O ° i O -, m sv 3 C� m `G sv O m CD p tv m to m m sv < ° 0 =, `G co Sv sv N i — a N p-a r2 0 C7 1090° 0 3C la O 5- W (1) -= m Q -. O sv CD -p, w m- v n' 5 CD O Q a n Q Sv N ^+ V1 R1 cD =„ u n — ,"r- -' .� C7 ss D X O -± c si O� 7C" Q 0 co O— = O T. O0 — O v 0- 0 O 3 Z 0 = Rm ..... Q_ m m vSv fD O m C7 °) ° Q_ c -� z tv um, ~) m- Q- y" m m m (�`< -o CD O fn n ° 0064. m -1 0 Q 5 O O n �_ _O m r. to • c O "O ` (D = " Z = = 0_ 012L0 (1) , 3° m m O N �13 0 n 7 v c -1 O -9 < O Q SU Eh y ° S) co 0 -6 0. 00 c7 m O m O O Q -« O c7 * 09 (q Q_ Sv O O Z (D m `G `G 0 co O. m o o_ (OD n cu -a cDD Q () v m v N c om )610 ELM =Zam . mm Q" m . 3F aQoCD p 'Zcn Q0 z 0 0 0 cn v. ° v Q 704. O cQ 0 O 73 p 3. m ° cp ° c 0 v c O �< m "a � � 0m � � � (Dog mv � 5 05 O ern �, Sy m e m o m a cow cQ :(l cQ N sZ m Q N h n Q. O a3 - m v = Er < m a sv " v m v m sv Z O -O CO. n Q_ n O o n 5" sv n. `< sv Q wc,, O m o rn FA. 0 0 - u3) --o m g0 �'.m o 0O c 0 m8 oho p N: � � n a cn o ' rn o o � m� � � m vii m can m 0a) c o Q, m s -, np) m ea g m �� - Q) a � cm v oX a rn ° _,,0 � o cc asmom'1am � m am = = sv sv .. sv �, cuv) Q_ m cn �, Q � - 3Em ° o. � o �' 0_, n � � �� m o 0 o mc0 vm) 0'<� °� = CD Cl) 5" o tai c Cl) � � v o C `n L C >, (1) a) O a) a) a) a) >+..., a) "N -° U >, O n a) a) h co Q c s) a) U L � o p O p fa C W C rna .0 U L - a) , : L C 0 N -0 U � 0 wa U O O p +� ca O ca 2 C N N O c- 4) co _ an - Z Q O a O a U- C O t C a) as_ c 18 ca p ca W O 92 a) ca W L 2 O c co N a) L 5 23 U Q. c m Ca'o - a) O a) L _ a) _c O fa 7 N c a_ w o .- 00• aa)i 0 E ~ Z a) W voi L 3 = F >> a) � Q L r5 `n a) p (n Q. 'a o ~ L ) +� yam+ Q N 0 U O a) Q >, C 3 L 4- CO O j Y L V ° c a) 0 0 9 •G Z M H a) `n as p U ° N a) a) N O ° a) E 0 U c H V C C O L co U c L I"- 4 E. ° ,t O O W o _c W Z >, - ° a) c Q D ° a) ` o 0) m a) O E c o ° w0 ° � �. � ° E Z ova U . a) c-0LEz0 ° 0 c°a cam . a a) 0 a) c u) .L o.5 Q o a 3 � - _QU c CZ 45 � Q L U N N � 8_ 8000 E c � a) Z ,. ° LO >; a) a) ° 'xp o _c ate) C) a) m EL U � c c� Z a= � ° ° H ° � y- > oQ rn_ . V c -Q � ° � E '° Q H oU m O m >, cW L c cu W U z c •. c p "0 Lo co >' — ° < •c >, > E1 cn U E -0 W 0 .c cZ L mo . a) E AV w a°i , a) c E a) 2 .o as W ca ca ° U ca x ca F- C rn ~ p ca •co L in OL a Z E a) L c a) "5 J c z `n c O aL W � Orn `n2m ° ooc 0 ° L :. NOooca oc — w a) o ° ca Esc � ,> w o V E m .n cU Q rn— rn� �' , w Z p o c6 �' E Q a) a LL •E a) a) 2 p U .2 a, L , a) W L C7 ..- L � - LW � •U = ca U) — � +-• Z.•.5 }' s `no ° Q- oo ()Ts W E ° c ° ca ca ax) 5 as W c`! -o Q 7 a) .cn c o ,H Q- W E w ° co (3o Eoo cc- ce c� ° pp ° E1E �. ° p ca `n .° 0 �� � -��, W N co o c co N ~ o aNQ-r • a) = = Z I- Z 0 >, a5 c ,c 0 cap° ° per co 0 o �= U cEaw a) c U 0-W _2 9, CD W o0 _ co 4? a +r c a) a) -c Z c ° : 2 ° >, 0 ca a)" ° Q O ° q E q c Q N L Q� U U Q L 0 V +, .__ C O LL = CL p N C C ~ N C o U N a Di) c `� o = • ca cH HU ° 3 � � v ° ° ° `n W an N c c •c6 .( c " Ua) c ° 00 � z01c. Z c •Xca) 22caa)) '' = a) c � W u°) c oco o U a) U U as U N W ca a) O O `+n N 3 0 W M O a) _ I N CV a e- • .0 c N O -c N 0 C O 1. 7 -0 0 r a) - cn Q o 1- V) Q ci) W W H F- o = m m < m m E NI W W Z O f Q C) 0 a) (1) 3 v c _ (D () 0 (n Q • 03 (7 = CD fD (D < cn (D (D l& 00 .V O -0 (D '-. O 00 ,O I Z '. Z st C cn D Q 0 - '. 00 I O m F w m o m = rn3. o °° m -I G) o 5. arn CD w• O �1 CO W 13 fD 3 y ° [ m S (D a) o _ w Z iv X °-o o- - H3. m � � m M N � a �cQ Cl) pr, X c o0 (n X .0 n CD E D m * oaf m omv m `nZ m O < 0 Z O • v -i _ (D= n -I C O O'0 (D (n Z n ° D xj 7m- a)-a << CD R m- o. C" (D O (D m c `< n () "O �J N rn � -� � 0 ° ° * D Z � v °o 0 H o C3Dmm c ° CN C (n O Q = 5 Z m -. .z: a_ r D p � � s a i O p D C 0 a CD (�D = � (n CD N w (n' •�� 0 (D 0) Z CD St O (D * St C mg cD CD v °m 0 � � � v ay v W 0 m o � Grn� � n O G7 5O� nz a mzm �, D� = (Dm ° fD = vZ ° m � o; cDnc v° vy - C � Cm° 0 3 rn �� � pXm CD ° ° D o v =(n n o Z a- Z v C D H * o r- c W m = CD v ° 5. a CD n� - O a D Q o 3-0o -,, 0_ (n m(7 < v �� Z ° -1 ° -° za. v El 5. O( rn o aa (D) CI' > Q O' a ° � m 0 0 oo 80005 ZQa ooh m 30Z ° � � = -I v, Co' �' a ' 3 -� my m o- c„ N -, v � m m o Q- m _ (n oo = Carn X �. , N Z •• 0 3 3 cn� � o� � QO (° = a � ° 000 -� CI- -0 a ° vm .< - c O E co Q cn .nom v O N . . CD = W 09 CO N• (n (D v v n.3 3Nomo om � vo' rn0- * m m w (D (D 5 c Co 0 < O rn Qs 5a- 3a) Rj < o m ° = o 1. °° °< v �' c �, � � �' 0- (71 ma co am oCD o ° (0 C C +r ca ~'' 'a O •O ~ co Q _0 ct O a) 0 O a) N v a ' a) a) Ti- O > •X C ' L O C a) C V 0 u) v N ca ,� � L - C O � L � L m _ C � 0 a0W 2 cad � 0 � c 0 L a) W cr) C -c a) a) 3 N co 0 U O ' a) 42a) N ° N-0 >° `= co 00 "= w N C a) `CO � � � LCD L U 'O c Qj 0 - = U .0 co Cl. C ca 6 C ' Cl) CV — a) Z p . . 0 0 ca a) Z (.6 CO M o f O u) cV o ° L c O O C U D 6 _ 0 a) a) M O a) -c -a as 0 "� M c•6 U � � M � � O co u) W 0 0 N N E M C _ Q— as >, a) C O -O = ca Cfl U L 0 t °-� Z `� L � Ocoo � a� cn u) 2UZ ai c .o > •g o13w cfi cam= ±' c4-' 0 > Ill -c _c o 7) a) 2 ° .� «� ° Z o ca .= — ca .� L C L _u) •tA O O •— U ° "O +' — M ° E cu 0 W a 0 ca ca Q- o a ° ° O E a a) u) a) a) 'L X O 0 Q 3 '~ Z C a C 2 0 o N Q 0 W cn = RS " W `� `� LU a) 2 ca C a) CU W 0 C N a) a) a) 0 a ca ca a ca a Z a Q a C 0 a)c • a) _- a ca O 0 a rt. a)cNi L C cp o ° ° ° a0 a) Q- a rn as M V = C N a a) u) J C V C 0 .0 o > .a) ca >+ C 0 >+ C M L p X la C O . a) N Z V L ja ° - L -0 0 ai_ O U Q t p H N O W a) " O 0 0 ( rn E T • co cp U t V O• W Q `O N a) O vi c 3 •0 _c t Q 00 Q- aa)) c22 0 °- aa)) Cri iri C W O o c� Q ° a) � � ° 3 � v � � ocacn > U) 0) L � a' � U O > -0 -0 . L 0 0 a) N a) -. N LL ca L ca 0. O• Z a) p n C a ca 0 N 0 o a) cn p cn p t%) O O p u)Z re cc NI. u) Q et "o ° � O ., u) a) a) (a a) c � � M i ca mp C a) RI >51-fa i5 _c C L a) C 0 3 0 M 0 ° N L 0 0 O a) L II M CO co Q w ° W -aC � r ° ±(1) *S Vc ° E v ti ca ° -es � � ° o 0 0 4W 0 � Q Qccaa 0. M I a) a o O O D M M 5 W W a F_ H O ( E m E (7) a a Z= k Z = k = . o 0 C CI o _ > CD 0 % 2 K: ƒ Cl) E ƒ cn o k 9 co m ° ° k o k = 7 CO 2 § o - E > ?. \ 3 Z > 0 m q > m §• / .?..12, % a 2 Q § c 5' R 9 O n .w m 6 • 2 m q m = » E A / o , ] @ c Z HI ( 2 7 = E § @ / m n 6 -, - o m _ 0 o a n _ C 2 9 Z o _ a w O K - x n m m , � - @ rj - i » o E / - 7 5 Q co m •n § 3 2 Z E ƒ CD Q < g g U k.� �• 2 ƒ 5. '< 0 % $ 73 Z Z 2 (70 c 3 "0 ® 2 ° 2 2 71 71 0 w R = n m m 5 § E $ -0 m ° -. = n -. - . 60 m E 0 r 0 m 5 = o 2 ] ® ° ' _ r P = ] -0 c 0 -, 37g # 5. °' 3a)2 k c Q '73 m - x @ ' _ = G. _ ° _ 9 ° 0 O n ƒ \ 9 ] aa) o ' 3 — -o O 3 / rn ] / k2 ° \ .CL 5 7 / E = Z m@ f g » @ Z E CO �� � � � j Cl) XI # O xi - 0 7 0 0 CT m -0 c �_ / � , kg � k_ ƒ / ƒ � d q < •6 0 � � � � / & 2 � Kco0 k 0 u o IP =- = r E c� o / ƒ ,< p. E m o 2• §' 7 0 . _-(0 6 m - Cl) O = -' : m <GO * 7 / ] COk * o > m 5 n ) 2 k_. i 2 D 0 3 / ° - R - 2 % � U � � � / 7 ° A / - q o ' � 5.� -• a) 3 m f m k n = S g -0 & . a @ $ 0" ° \ 2 A Z (IT \ = \ T J. ] 2 § 0) m _ & 2 q ` - b \ 7 3 R 9 2 iii D 2 7 E @ q ƒ § � , w 0 \ n § ] 7 ® _ k \ \ 0 § OS2a � £ § 0R k / E 7 G 6 % Q k o 2 § qq 3 $ S % CDE � U? 00" 0) _. ., � I si,,/, . -1 0 m , ''' a 11 '-' /..1110/I n - --- ,%418',,4 t..71 -4 1 '1‘t tl • ° 0 cn m0 coy mmFri m ° = 0 m Z cny4 O ° 5 O 0) co 0 - m ,, 2K = � DCD CD 71 / n 2 c 0) D 0 n- = a) =--. ƒ 0 / •b k D D D k ° o 9 9 § § \ ] • 0- = 0 .0 K 5 D 70/ ^ 77 = § 2 H / / H D » 2 k 0 0 ] 0 57,.. m 0 p Q • . . • D ? / * a) ƒ n = - o p z o 733 2 $ 9cD \ 2c) ƒ § 9 = _ / -0 § 0 --a ° » q § 0 � E0 § Y- 2 ƒ ?2 ƒ R o _I = e a ƒ o- = % 7st 2 -0 / @ m0) _ 0 0 2 CR @ CDm a 0- - % CO CD 2 ® = • 5 oa�,< ƒ a " $ q 7 R0) » a ƒ a 5 (ƒ• 7 - . f 0 f 0 ° -a - _ oa ° 2 -u $ 0 7 0 0 D = K 0 $ 2 k = 0) $ Q9aCn13 2 Cr CD ' - . / o -I c a)0 C = ] k-0@ 7 7 c m n ® § ? k 0 = 3a) 9 � 2 _C § ° R 0 / ® § 0 o (4 a m en CO 2 D 9 7 7 $ 7 R = ° o a a ) g E n) - ƒ c 7 ® _ > 3 E o 0 0- § = F ƒ n 5 = cp m CD a _ _ -0 * ] § Qo ° 0 @ ƒ 9 = - o S _o - C = § = - ° H 5 k § o 0 _k } o0 @ $ n \ m n a k 2 2 = _ _ ° o d �_ 2 0 = 0 % ® ® 0 9 ? 7 00 0 S ° § \ R 0 < a 2 ƒ 2 ° c m 0 2 Co 4 0 k / J 7 w @ K _ _ 0- / \ 3 - o u) ƒ u) A a 0 5 0 CO 2 C - $ \ CO Q O \ * 2 2 m 8 0 2 m 0 £ ¥ 2 K q -0 0 0 eD - ° C 0 = 2 5. � � k a CD a O - m o = - @ • - n Cl) § j k 7 ƒ k 2 6 7 7 0 0 7 U -•-0 - 0 sv 7 m 2 2 » _ _ $ a ƒk » 0 0 2. a 0 0 0 @ w d a a a ƒ o d co ' 2 �� > cV J � N U V � �_ N N COL > O � C � - .0 N ._ c U U U � aNi = oN W � a>i � .X � o � � ° 2a) .c -a co -0 oa) ccaO •LT � C E a) > p � can n. � ° � a = 0_ -C 4- Q � ca cL c � ca = U o NOS o m fu = u) a) N.- a � _ c � o u) 0 3 � c6 0 ° o .c Una. a) I- > a •N ai co = o .r au'i X 0 u' c a) Q O - - ' o ca a)w- a) o o c a- aa) U v �' • L H V Q = > O -a u) L c0 v) >' a) O G`•C o co i a_ u_ •_ Q C c Q U O O a) C 4- d) Q c ca O a) X U O L c a) ° N co O 3 vi u) O ° O O X — c ° CT) X — O N N N � � •am 'rnoa�i � ,soO � > 3 � co ° o 2co 0 o � -i°a .u) as "0 a•x Lc c � � a cv � °cc°a ° woo � o � c � ° oU '� o � caU3 � 'U O O V ° O W U o o V O 4= c� ^ O U) > a) Q o •� �• o O Z O C U Z U ~ Q N te+ M = U U N c6 Q ` ca N N '-, •— U U D i_ o U O > Q O O T O O — a) a) 1- O C i u) a) L N i=-6 C a) TD" co as H L- O. O_T L O L L a) a) " c . a) a o0eL Ch (0 � ucOCOc 8_ ° c .- oc ° OEa = o° ° -OE � E �Uc 8" a C Ea Oo � � o mo occ � "0 co _C ° _ UU a� � ca aOi -.F, U L O ° C (n L 0U 2 C o O w .- a) O c O "-' U >, LO a) L- 4. C 7 L O U V O ° N O V ° U Q (6 -a a-� Cl) O y- C C C ° U O ° oo C L -t U O z c N C N C c c (a (6 � ,L co Oar . 20 a) _ ° O Q P N O Z .0 a)"L O -N, C O O O O L C U >+"O aN� •'- �J O c � o0a) � O 3 O CO U E - �- cocoa a) comcC � � � a�i x ° c O .c c H O � " �' 3Wr O > ° c� ° C -0 r O_ _�0 EU '�� -C �_ O O O O O) O Q U L L- V) U O (a a..' CO a) a a) u) a cy)m N as C w Q Q 0 '(� s >'W cn o O ca �� 2 2i C. 0 ca O 4) C ' N O a) 4— �. L O O LL OL U U a) s O Z Y o ° .0 U L C W u) O c = O Q u) d N o as > c •0)'m W OL .� c g O O O Q'� U ° a) C E W S .� E 0 U E O . L- -0 f6 L '>,� `- `mom (pc) a a- m o — mow co i ° 'x c "- ca � � �' o c°) Z ° � O L � c? U > CO Q0 � Z � � � � � 7-1;) 0) � U o o as- c .' ° a) O U � O C c a) a) 000 v 'L C _ � (/) -C - ..0 i L � a. ate-+ ~ � `� N c0 C O «, a) O q O ° r+ � C "O L a) C •� (U 0 'O ,C "-' CO a) -g ° > •- O U ca LL P a) O U (U a) a)CD Et O O a) W O c O c C , a) O ° ca O a) t O co 0 a - m .0)a) •0 W cu). = o V a O > °- cm2 o7 cc Z g �' > z -0 o ° o cn W co O Q O Z c .c cm O Ce u) c N U a) o I- O E 3 .E +' ca ca c E OU 1 . >,•c N O Y ° z W O C7 L U c n a ce _o 2 C N U N w c a) Z ~ ^ o ° co Oa _cU -a Z 0 Q.. Z4 o ca Ts zE ca 0 ca a) 4- ` °� cY � ° 0 Ov c m o � (UV H O N W O 73 00 ° C =U c6 N O r N ° ° •+� o E a Z a) CO N O S 4- E . L _c O Z O N ca V E c - N co 0 u) u2i Q N �' c c O = 4- 0 .—E O c N 0 w as HN ei U : H _ c6 > '— E — •L4 j ca N Y O O (C6 — N Q 15 ° cn c N O O N 2: W ,_ O J oZ Q ° Q-U � H ux U � 2cc co u c � c Z > _ c o ° 0 W Q Z a) ma) V) a) Q C Q c a) c a) W C L L 3 a) -t a) a) Q a) ° a) L a) ZU 0 '� >, Z 'rn, c� Q •- � U •�-a H ca O -„>" — c a) = Q? � a -c .5 >,-0 E� T E E O o ww E ca 0w p - cn o. o0 � cnoo a. u) 3 c°) c°) 3 ccoo .� as W � O �'m ° c°) E ° °? T N M v. 10 co. ti T T T T T T T E � `< < * 0 < m 3 m Om - 0Q3 m = � v rn v rn * o o0 v -0 .' * p ' 0 0 m am ZZ ° °' - Zc m Zcn = n °o n�i ° cQ' CD 0 2 z0A- 4 -, m N rn = � c Oo c' riL, � cnmm -l ° Q -i (0m (n0 � mO °-� cn O % ° ° 0v ° a�.� zm 5 � o0 x o v axQ � DF_ m m z ,-.- -.m � � O � - 0 c17 ^ < m Qm73 - m 7z. co s O , 'O `Z O fn (') u 7D O =• O v O v Q O O o m< -1 o- v v `G m (D0- 2) `< -. -4-_ . Q ° m 0) N °' o 0 G cA 71 G -7 O 0 m —10 0 -10 a 5 ° m ° — °" nn3 (00 n 3 y m O Q m 0 Et 0 m O c0 0 ` m m -I m (-30-"< a) - (4000 _,cn • `� (15 -0X On vm0 m 0 �_ O (n ° �, ..,,,1 I mpcv � , Q = _,. 0 0 = p nx0Q 00m --I vzi - 5- w 0 0 p- (D 0 0 0. CD 0 `G o -� ,_,. 0 0 O 7c -�, (7 0 0 C 0 0 Q (p O o Q D cn m Q = v v ° O O v v o Q 5 0 g (n` < Q a O 0 m c0 0 m X m m O m (D ,,- cn =' 0 v m 17 ,-. " m S '-. v 0 r+ N' n .�•X -, o o 0 0 - Q n Q m O m Z c `< v .< 0 O ° Z0 5� 7, m O Qom' v o r• m ° v ..� -" 0 � —Iv 0 �, o — m < Q -_Iv m Q �� mo M m m a) C� COc m --ro m 0 0 0 071 0 fl' m Co p a a •, Qcn (n �-a ... R (R •G`< p c ° 7C' In 0 _ N m ° R v m o p' O m m non * b o o m m � 0 Oco m o m 0 m (n 0 -Z-I -0o• ° m° °) < ° o a � `< o 'e -'. v � w —1 O , o v ° * , 079 'S Q " o G ono 5 .9 o m ", 2, _ o ° cn Ov)' .. = 30 ° 0 .170 _IZ (7 -, = rn -v— ( v 5Oo G m m O7' m cn ° 5o — ° t• " " moan � m m ° = c ° (u � (nZ . 0 ° � ,Gm v ° my, �' * Xomc , = o 3m oo 0m0 -, (00 m " _ co mr 0 3y 0 a 3 c ° O � 00 < 5. 7, -' * 0 Oct ° 0 X0 S- ° 50 0m 1 � °- o 0- m m 0 `G m - Q (D 0 a O S Z m O �. ai Q Z7 0 -, m (D m p' Z v m m m v v ° 0 v v r 0 _ -, a r. - N - cn O 0 Q N -1 0- m o �, N x Q (<D a Q m m o m cn (D O Q� m 0p n O C7O • C O N < �� fn N 0 m 0 N• = -4- 0 (D 0' m n fCD -1 ° _ 0 ° (7 rt 0 m cn rt m -4 m (D —1 v Q m 0 -4- O a' O - 0 � CcQ = 0v 00 0 , o ,-0- M 07:3 m0 5 p O n QN SN m °- O c ° `< 5 �' 3 < 5' maj (' m cn _ m v ° 0 Z rn -' 0 0cn m m m m 0 Q ,°-, � 0 0 0 v 0 a < 0) 0- 0 0 7. m y .ZJ m x Q 0 g '"1 0 3 4. cmn =. C n 5 G O cn O 0 m -m m O m `G �. v = (DO O (3 %< 0a) c0 o 0 5 m Q P r. 0 CD 5 _° (n 0) 0 v �� 0m c0 v m m n0 m 0 m Q --1043) = -, 0 -o05 N . 0 0'_i o m 0) o 5 _ (n m 0' � m _= 0. — m Q ° v N 0 -� 0 m � = 0 m 0 O = c0 m 0 5m ,.., 5- (n m a a- � �: jaN5R ; (30 = 00- (3 Omxnc� ° o� -1or M 0 <' p ° m v < m 0) 0 • �. 3 ° a- c0. Q (D ° (n C7 0) v -' cn m 0. �' y Q m < c0 '< m HUB c0- av, -G c ° 0 m �. ° —1 � = o n' - wo po p -+ o- 5' -9 p — 0 0' (D (D 0 3 m° 0 0 O (D• 0 �• -A 0 co ° r 0 QQa su 2m �, °-� o v0m o o m a Z N a Z m 0 m n '-.-. a m N _I < . 1 0 13 m �- _-a 0 0 c -.- nu, m' (� O_ -I .. -{ � � p C� 0 0 Q o O' (D ,-. G = . m O O ._„. Q cn 5- O (D V) G' � cn O m X N Q 0 0- - 5 m n P mm - 00 0 fn o m (n 0 C N a 0 0 m 0 m m 0 ZN ? n o o m v (D - m ozw Om t!; ,-, 0c = ,-. - 0 _-, 2 - 0 (n 0 am m O us ac ., .m --Io 0. -1m7 -Oi ° N a m ,n�. v = � Q '« * �)• m (Dun v v � v CD (DC 0- T - 0 �. =' D-0 m �' � ° 0 OQ4 -Y, 0- ' w0 =0 Q � � " =1 � � r. m ° zm m m `0M -4. 0 m rn m 0 C - 00 .r7 5 -, Q O Q ."- 3 m 0• fn o Pr 3 ' �s< m -0) m * �n 0 v ° (D. 0O) (0D N -1 = ° cn `< v O m 0- -• m `G v 0 ... = 0 -. m fD , 0' m 0- m �. m m o O o -9 — 0 7 G 3 '. '. �- '• N m m S = 0 N (D ° C0 Q 0 0 m o r0-. 0) _• N m* 33 ti X cn m v m m a 0' -. s O v ID n' O (n -. v O 0 O p' k,•-• < z7 a N m (n m — O m `G =-•G `< = cn 0 (D OHO m v 0) 0 0-0 UO) o N N n 0 cD 0 O O O ° 0 o C a vi O c0 c 0) >. c0 uS ° v ( O ° °) RS p (0 c a a) ° ° CO c N a) ° a) Too= , c) (0 _0 ° c ° C ,rn C U >, p O C C C c0 c0 "' "' j p ', "' w E ° N N Cl) O ° Y Cl)° O ° >+ uj_C O O O C ° a U) O ° C $ � ° ° ° o O � EaEo � o .� c0 ° �NE E ° EAU) = C0 - aa) •,- _� Qx �,� O rno �' m c' a °- c0 � � 2 ° .� o ° p � �- ~ a o �0/' ° oU o oO x > ° c a N UI .,..r UI p fn V O ° L I..L (� L ° .E ° 4S IY�- p a U P ° m c0 >, A'= to L a (� L O C ,_ O o O O Q r 4- 5 = 0c U O •� 000 O C ° 0 U 0 cn - o ° c0 a o C a U) cn a) O •• o ° •� ° O �`� H N >,Q Q- c L co 0 O c c0 p N O N �' U o o U '� o a)0 o c a C Z cn Y ° — >•rL- ° ° woo - c0 O 3 „J L L ° ° O cn 0 ° _c O ° N ° ° ° + 3 L 4- > yL., c6 O ° I..L Z ° p - F"' E a 4� +-+ cc :•' o w O E . cn ° > O O o c0 o O O N L O > C C : L >+H 3 8 _c00 v W 3 0 -5 — ° — > 15, �,- ° Oc0 Co) '°) c >.= ZO a• ° ° ° ° a Z O N C U vi N >, C ° >9- "--0 — 'cut O c0 O ° ° 6 U o O U U ° ° -. F- co ao �C-- c U a — •y W o o o o c c ° U E °� . .cam- ° a) O o ° +> N U 8z -0 . U �- � � C ° (0 LZ> ° � a L >. ° ++ ° ° C °) O , ... ° �, +„ , Q ° El c0 Os C ° 3 "-, H cc) `� a a) L L ° C L c0 x c O c a o m -0 � C = "-' U c O U a c �Z m c OO L ° ° Y ° � __ ° c � _t a) >, a) o a) 4- ° a) .S 3 C ° >. Om- c0 �. 53 0) o ° a) -Y 3C a ° E � > �• ° � - Z U C U) L c0 a L N O cn "_ L > U) o c0 E C o >+.0 p a) a) ° U U }' c0 cn 00 U) W ° a c04- .0. o0 ,13 -6. o .2. �°- 'c6 a Y Q o _ E O Q p c0 a) "' C E L O U C O +' ° ° ° L to C � O ° E L ° ° ° ° cL pc ° o �c - � � Ca ° o a) c4 c > o ° c OO, a .._ ,D Q � ° E o L° oa x ,,.Q ° ,Q � � ° c `� a) a `� •5 Q.. O � 9 ° m ° c0 cr ° o 4- 0 = m = C ° c0 x ?Nx c c L ° ° b ° c L = s � ° *- � Q3 � c�a cU c � ° b o vi c0a ° ° a) a) L1 a) ° c o_n C oa 2 ° -c >' � O c0 � ° a O ° o 0 QC rn ° C ° O E O oO c > ° L o E ° ° "' ° �, c0 � c c°i N 1- c0 �� 1 3 v o L. ° � ° >, c0 0 ° c0 4.. :�. � �. -� o ° o U _ 7 E 4 a ' U ° U ° (� E ?i O Z C C L Q-Y E C O U) 282.82 U 4- 0713 -a o , c0 ° C to ° �, O ° p Q 0 0 ° E N > _ +• C c6 C o L E l g - c0 O C O a O i- ° O ° O — L L g .'"' O O c 49, (0 = o0�, 4 t. = •- c a) ' cn E w a L 0 Q > _ ° -c c o • — c0 E � o .0 U) — 00 = O H 0 , V V E 0_ ° N , U 6 C `~ = 0 O ,_ (0 .,=a O, 6 - 0 ~ Uo • 2U ° = ° O Rf �' g `o4 ? °- 3 - � � O Oc .> u- Ww c0 ° "-' p — ct E � 10 C C — off ° 2 > O2U p > ° ° = � jZ `m =' ° 4 c0 o ZOZ U)U o ° o Q2 OPH 6c ai O ° 0 .� O O a +r vi Q- vi cn ..° ° > ' •� 0 _ a � � � � ° c 0 ° >, O oY ° ° C U � ~ � ° �= E ° ° >, U Ua ca E ° c cap O ° ° �oU ° o c0 .:. 0—_c ° >, ° c O L . m4- 1- o o — , 0 C O ° O p L ° O L L -c ° ° O c0 0 a) a) C a) C a ° ° a°- .CQ-� E ° aE � ° 12 ° Eoo FT) -0 Ca_ .- O U ° • ° "- ACS cn ° a a) C O O cn c cis ~ c j _c ;_, .. :,_, cn • a) f- O — o o E0 ' c ° — N c -° o ° O ° . ° O O Z +., H .,.., O >,.15 > Q Z U O V CO � C E Q ° O L9_ - ..- co-0 E ° ° ° O >,Z >, ° -a cn C � = 1:1) � � c 0 _ C Z a°) 7 o w o -°a > m a cci cart , — Lc o - - 0 UmO � y ° O 0- 0 U cw "_ o 0>,— rn O ° O U) U ° O_ 0 0 '7) 1- O O c ° a) a) o ° c0 c ° o vi ° E ° c o ° =' ° ° ° ° — . a � U > ° rnW •- U L c0 U c0 a +, ,c_0 cn cn c L o ° m Q O N ° _ E ° U "_ c c c c0 — N +- �' i Z a ° ° O � cmc`� c -co 0 =L- EN -00 = L -° ' "0- ao) moo °_)l � c � � `~= c Q Q.-c H 4= O 0 co .! c0 c0 — O o .c — co O cif)a U O o- O U O U > �. Y ` Z C 00 -C N .0) • c.j U) c0 tin c0 c OU a c U) o O i& - — -a C 00 N - a)) 3ov � m m - off moo ° ° CC -"<C O • Q c * v31D mvN 0 ° cncn (D s`< ,- O m * (nn Z 0 0 0 cn sv = � 5C Oa)- 0 m y �' -• � c0 D o c 20 3 O (D y Sv sZ - 3 C' ' m =ti z- (D O O cD N < Z-0 r D.c0 = 00 C 0 Z1 * 0- fl? C a- -1, z O � Z 5'(O m0 0cnc 2 � -� n, o m -I --,o o5 cv � v � m o Qo (D svcnQ- mG) m0n D - .� sz3m CO .� �� Z -�,� v00O04 „ coo_ St 0 -I (D E o O = r- CL = E sv v v cD CD la < C7 n < sv sz' o O (D < D (AC-Di O- � g �< m sZc � ocn � ZD .gym Q(QCnN � �' Q � CD c = ?u) 4 a o ( Q = co '.< 0 N Cr v _ (D -,- _ amp O = --i 0 O• -1, a a Sv CQ m •G 6-a 0 --ti -. n, _ O = �- svCC 3 o cn �- � � sz - m � � rno5 m m � s p p3-0 0- m3 a - 0 0 cD ,, o_ um sv cn z s = c m- a) R. O CD D co 3 m �. O cn C=D CD (D 0 0 -I Z sv sZ 2 m- cn = v Z ?� O v — -: sv (CD fD Q c 0 -0 N O O O o o �� 3 p 0 a. = 0 an o = v O n `< aorn 0 -. O m a0 Z _ O o ,o Z cD cD Z o m cn Z con a `< 0 N n "i =: -0 sZ 0 a m (D 5 O Q _ -,• m -+, O v O cn = (D O -0 z cD - =' 0 1-, ca cn * -'. 0N m " o o a 0 fl) OvOG) <. QD j axmn) _ _• �'� 3 -l0 m xm �' O 3 0s< 7Z - 0 cnn cpcs� � � o o sy C� o v m (D sv cn z cn v c) _ O a r.`< 2 '"' _ -I m' - (D cn -0 < QQa) =' 3 O rn 0- `� O v n ACT c- N m m Q v ( , � � Q � m rn v CD CD o a--!.„:3"‹N c m 0 a3 � CD CD y p -1 csm 00- 0 •• Qv CD 5' � o 3 (D - Cn 0 T. co -. o � g2) n 3. v S m `< cn Zm m 3a- � o m (D O O p �' = Er- 6- . = O Q8 �' rn O a) 2 2 H D - cn < O 0' o ,.„ m o < 0. m00 cD N' .,• O c 0 CD w ' O cn N7a Qo ED c0 5' a c sv Ts O p -0 Q N n Z y O Q (D 0 (D C7 cn (D cn 3 v - = o sv 5 < N c sv 2) o Q D N (D cD omp � * cDOX p � c -0,, o) 00 moN � 0 � � Q- O3 � = n -0 m CD () cQ Z `< X O 2 -°-, Z 0_-0X (9 C n 7' 0-cs3 `Z (D —I O '"' 8 n S 7 o � � sv m 5m � o m m � o = o = y o zv T. Ov cc -0 0 � iD = � CD cn. CD m cn Z o O- CD to CD n co zmO (n ' = . wcn 000 a) - z C) u) '- m o0• cn c' v 3 ° o �' O c O = sZ O C -1 (D Z v 4. n < N 0 7, w (0 o C. O "CD tn' -'' 3. O. Xoi' = (D sv = 0� > 3 073 -h QCQ -Inc OC CD -�, 0 - O sZ -' 5 QUO (�D o' C5 -, Cr. CD- ( .� -, u) O fD > sv . �7o O = Q = CO - - (D (D n 0 D 5- cD cr m o "< 0 3% 0 - i' 4- O CD o W sv 5 , sv O m co o ---4-0 -i 3 (D v `< v O la CD , 0 (n c- O -I cn C 5 n .-. C O 0 N * O `< O (D �. O sv -, O (D 3 co „, = p- 0 = -0 W m my � sv < m m cn `< Oo O 0 m o = D 0 'U N Z - (D C O• _ -, cn 2 Q Z77 .� — `�' T. 7C- (D O Q _• 3,< v .0 sn o G) -, (0 o cD C Cl) N' a � � O 0 co Cl) �' fD �p ~, O — (D 0 O O O (D -0 3 �. (D O N (D c0 y v 5- CD Sv 0 C fl)3 c v mn) 0 O O �' Qa (D � ;�c:? rn �' O c o m O = o m, 5c M Q �-� o co O (D 0 -0 -E a 0 .n -a -0 = m v fD O N m cD cD .•-,- :U C fn �� , 3 (D (0 C O '� 0- .- !v O sz fn sv In -o TO N 0 0 0 - 3 tv cD C sv O - N N co = 0 ,_, -, O (D �, "a !y C7 O y (D a O . o- 5 (D cn CI- 5* c� _S � � =h � sZ C � _ Da '�' O O `ZC N (D + fn ti cn `G cu cn = m- (D cD fn • (�D cc 3 cD =-'• cD a N N 0 z (D- z O c o' O O O O CO (/) a) o C a) O "a O C c U �_ c• ... C .L r-+ 0 O L W +•. •^, U fo C '> 'a '� 'E .° co (o O O 'O a,E ++ (n O W V/ cn _c as L 0 L O N N "a a o a) ; Z C fo -0 N L ••p •— U (A (o U- (o L. � � ° � � _ c � 0wc0 ° � � � �° � Z Q''5o � .5 1% — � a) .as a) o = E •E o •E- o a�iW " z o o cow a) Q Q � 3 C a) c -00 L L o z ° w co0a) a) p Z' ` o00 � � o2 a) co coo >,a> ca� 00 0 ° W -� � p � uS� Nc _ a�'i Uoa�'i .N U °. 70 -I- � ti U a c °C a) - p Z — (o N U O L 0 L N L O p. p (n C 0 >, CO E _c - (n +•' fA co a) o — o •, to o a) p L o ca O 'co 0 O O NI w .� >, (6 X co U C (n U (n O >� 0 -E !1 �, co � 0 QE a c o � rn� 0 U •W a) }; a) � aa) -' N (o 13 � .'CI a) c •� a) N �O L o E ca coo m N (� QY E o U a CO o al a)C N -a W , � W 2 2 -0 _ O 0 '5 a) Q -c C p C - +- Y p WowZ 0 -- (:::; Z 0- o c "- '° c t 0-"C N C O O co O >,'— O v 1. 7 C a Z 0 N O 0E0- 0 o •L r-+ a) N L L a) �, U N L .Q A to U Z co O U ° a) o • •(n ° I— a) C E. o 8 ca ai c p O 0 co c> C ai "cu fo U 0 a) as N lfl� W _c L 'N W a) Z 7 'C fo .L Q U U N .� O U p (6 Co <I) a) O U .0 a) ) C a a) O H O Z 3 OU X.,«O- Q (o E L Q Q U - Q 00 Q o o u) O -C C 0 -73. a) a) ° O � 0 m ° coo (n — � (oa300 (n �o COc U O a) Q U O p (n C N t > '° W _ (o •— -a to L C H O >, oZ, _cXX C C ° a) � 1-• a) cts � a) Oca � ° u) asc � a) a) � U `� .. , C L 'C +. .• N p Co a) Q) Q 0)L U I— CO 0 a)co p p p O 0 O C () (6 QN "a O •(O-) L W C (On o O E Q (� co vJ U o � �-+ C Q °' 0 I..L co c (n 4= c (n U a) i U L 2 O C +� 'D O L co Q co O O �Z 0 = lc p O (6 01) L CO •E .S O C_' N X) O O (A O U W C 3 >, O L ca L o N U > 4O L a) a) o 'c — H O �' •-a O I— co >, c `' p o a) "' N O 0 E 4 ` >1 'L �--� O O (� • w--/ c)-r, Y Z -"'I ' o CC • E U H 4O C 9 . O U a.. (V, >>L O V C O _ N L C Z 8 0 L c U - O 0 .C L co � > a) ° � � 0io a) u, � � 0 c -0 � 5 0 0 0 p _ opO a) 0 2, � 3 � � �U, O U' >,"_' a) C N O L o Q N a) H (o O a> U U > ` a) U U N •U co C O 0 ui Ei O L (o W L O — _c 12 Q N !— ' a) 7 a) ° °-._ i- > o aS 0 ( W o c co 4— o O � � � N � �- ° �o c a) H cm ,s LH _ � 0 Co O O a) co c N O L O O > p a) 1- 0 o "_' L 0) 0 U (o a) c -a 0 c "- C O Z ._a) 0 O (n O , ;= Q O CO�• �' � oaa) Coo LL c"_au°i3oa � WO � Q >, � � � co Cc - o `o c�i — aa)) N (4 .c v) coa) O Oma) 0 - 0 O � c7cn caca c Wcooa) UOOC 0c) 3 (n - N c LL L = -c _8 a) O H a) U (n .c N a) LW Z o o � voi = 0 0 c 0 "0g ZO E '�H -. U C W ca Q- v o 0 .- -c 0 o ° 0H = (n0 Hr oQ- 4— P cop — 0 incU •� o 'LQ -c gUU u) _c o - -a Co > o @ o0 oz eructs -6 (n > tea) C� :a o 0 :a � 01` z o � a) C w � � Nom. Q Z . C ° H W o t 8 a) o w �a °� ooOU W cco E o c ID OY Z cw aCDw la) �- 'co 0 2 _ O 3 a) as H z a L a) �L Q o N > Q 7 L >, O O a) 0- o •j O 0_ W O w E O C C ° c O N N 0•c00 m -2600 . 0 c ce a) a) °) 0 ,970 (1) - (72 _ 3 Q c 3 c>o = a>i c, ca z ac) CO rn ° coUU Cl) 0 (0U 0 -c 0- 2 -c -a _a — (o 0 0 Q'15 .S .L H co co H 'C fl c) Tr U, CO r r r r r r r r V 7 v ow — p Q 3 m v X Q * O fl) , 0 , -. * . , Qn m a = ; p:o 3 (D (�=coo a0 m O vo ,� 0 � v v j- (D - c � Q < D o o v T o =v - ao m oco m �' � a 'o c 6 -' 5. m a ° 3 • 0 o - 13 ‘4 .-4- 5. com 00- - 0• 50) Q Z - , o ° < co co00 m 0 . sm. o ° 0 -1 m ° 0 Q -s r; ((D (D ° O N +n 7-155 O Q 1 N y O Z 3 co ZS = fD C 0 v X. •• C C " -h-00 ^1--0 -( c v v m ° O "Z0 -52) M & 2 %) .-1. = ' m U `� c 0 3 ° -I 0. n = ,-+ 0 < v occa r - 0 %., 11) t rn (° `� (n X _i - Z ° ° m m ° 0 n a ° 3 m nom ° o (° �' ° ° ' 50 0 �• 0 � 0 m "` �' 0 -10 ° 00 ° 0 Qp- (D - v X � v 3 X70 ° - v Q fD n v x N o m w O ' o r+ . Cl) a) N 0 (D O ° v ° -, O 0 Q om 0 3 0--0Z (no Q a-< - 0 -, 00 o : 0 - N 2) � Q (� v 00 —Z13 �' -' < n0i L. � 0 3. = 0 u3 � -0 < 0' 0 p m w CD O O n Q v v 0 ,=« M c O v o ((DD "0 N O Q y <O C 0 N rj 0 ( 0 -° ° �. '" (n C 7J 0' n -. (D (D ° c p Q O -1 O v-0 0 p- * . .=� o _ Z cn n K v ---I Q N O O 2 N N N E O m 0• 0 _ „ 0 (n ° O ° a). > 0 %-,"‹ ° - cn 3 -1 =r °0- v (D (D p O -o 0o 3 (D cn * (D -i cn C 5 - ,_, ?:1 -, 2, 09 = Q f v Z (n = ° n O Q-p (n 3 X ,� ° !y 3 ° O =. O 0- c ° v ,-. O'" O a) -, --. 7 C7 n � m o ° 3 0 v = V< �•� 0 g ,� m ° * 0-0 0 5' 0 cm 3 Q � Z o � � �� ° � `� .� Q`"y am � � v Za�. 3 < 0 N 0 0 -1 700 Z 0 - 0 aQ3 o rn 3 n`< m� -1, 0 0 3 H ° v 0 * m a) O 0 .� 3aZ 0ci � cm 0 0oOQVVVr► Q vO - �' kZ ma n ° CD 0CQ CD oa -1 m -, 50.7.C a36 -1 m Q 0 i-n D -, co m � c°n Fe —I � LOCO § m < -Io � � Z<< c. � o coo cn -a x -4• � m .?+ =i m - m 0 Eo � ° 6n c 00 ui m 0 � 7 a ° 0 O 0 y ° ON u5 = 00 —la) m � p =� 0 m m 05,, 000-s-a a � -� O Q 0cn ° v0 ° moo Oym� ° ,-• m " cn ° nC�,c (n v * y� Q S) --63 O < � mmam0 * � A- 0 �. � cu3,� m� -10'< C) m Q �. -• ° o rn m 3 0 0- ZO v o o 3 v 0- N m p = ,. = X13 *� 0. N 0 ° QmD m cn Qm o<< 05. �• v ,�`< -� -* ° CI � ° ° � ° o C CD 4 ° � rn a = o 1:3 . ° p-Qmm m ° ° 00 a 0 0. Z O s t no n n m cD 0 D Q D Zv 3 X O (D (D ,4- c-(a . (D ° ° 3 Q p ° - (n ° DZ a ° 3 D (Q = 2. O (D (n 0 Q ° . (D -I5 (D 73 D D N QNG p N cn N v O (Q co 0 ° cn -0a N N ° �' CD HO fn. n p p CD -0 ° Q p 0- ?. O v O ° p N p ° ° c N (D `G - < ° O O a n D O - p O v v O n v m O _« O CQ (Dr-' = " 1=15- C °( ( ( x O ,R QQOO- F _ D D O �0- 0 QQo ° 3 °`G Q (D 0 jQ c Q D D n °O -0 = „4W to a) as - a) a) -o0 a) a) a) C W `- a) a) v) =_ a) =_ 6- 00 a) E O cn W _c O a) .= 0 .1=,_ 'fq c6 O > L 0.= _C-+ N (B (nos V "O_ >, a O as N N a) � (� a c = Z ..—...,: o a O .0 N c c6 o m c6 (6 E a) rn co N N O w = O N c a m cc LP m >+ "a O a) _ >+ U U a C Z N = a) cn ui a) O 'C O N O f4 - a3 N a)- ,C 'C -a a) a) CL a) -a a) O t6 L ++ (DE ,- (�mw,u�i c " QN � � � c . 10 m E � Z O a) O o -O c~ E E 2 a) (15 " 005" a) ° Z o C o .� E > a) L � Q a ›...4-, ,-, C �� U ; Y � a) � � � � � � E , in z ca o a o � c � E 7:1106 = _Cc � a � � � wazu_I -0 •o �- MOo2 pow Cl) p a- L N L O m 2 m m a) a) °� � � z a o � - �- ai u, > � m axi - o �� m m Tow ° uoi � � � N `� pow v c > m O a) O a) ° a E N co c '� O U ° N N 4- a) c6 Q rnct aim N >, 06-)g -o c '5 WO , o o c4 co ° � -O C -1-' 5 X Ex) c c a a) - N c - I- rn-0 '� a) c6 .c 't W2 - cO ..,E ° L- a- � E � UQ = `- a 0 ZoCUJ � -50030- t� " .� a c� o o a) E cn O_ E N O c o a) -0 -a CO � el 17- o o L F- N cn o U � w E � o � � ��, J > c .(1./5 (D7) -° 2 c a o u T O CO O) ZOO, F- ca .n a2�i 4 ac) z C .c = � o .� op a.--1 > aci min Etc O >, U � c E �. ° �- 20 o L = - c o o N U to a) L C� c C .., , O co to O rn -c - o Oc4 c > >, O -ca c -a � � � � 0 -2-z� a) a) a) a) co o <r C O c c O p > C -a -co F 13 a) W E E 0-.52201- L o a) N o c0 U I- L Z C a) Q. Q C L ., �, Q � � o � � N °).' _ Z' E o- > > O L 3 o 000 .=, - -a _ - = � Q' C = c- z Q73 . x 'x a) ctSa) E wo U •• - ' a- a- N O o coOo Oao o N o 1- m U c - c o o poO � � ° 0cU Wo '-oa) Va) F- - cucnss- UFO Zo_ Z -ccn ccna) � � Lo " worn_0 H o cM U �aM p Q O 0 L Q o I- - _(:) .-r o 5 - c cca 3 O - c O '- o � -0 g o cn � o c - +, 00 Z o O :� o O N o co Y . o Q L > c� H ' ) c6 a) a) W E i o a) 'o Q vi O. a) c a) L > O a) a) E Z o Z CO - C a) o t �' > '5 _ a) a c N Z a) = o 4- O z C L - m H > z O U c6 �• a) E = U >, a) a c 0 N '5 L U a) O O P p O C Q 2 Q Q .5 .4=) 13 = o o c6 ca z = _ U c cL O E p c6 U (6 O !- > O Q- E CO - a) 0o -cum -0 C CVO a)O L E -c � Q-2 � � p 8 Q C9 c 1_ - -t5 N a o E o o QE 2 o = 0 -p =_ t " Q , O c"_n H ._ F- o N Hum Q m W c Z U - p ca p U v a) N c6 V) c z0 � Lp Q ca02 • mT _ Lo wca -. Z a) O a .a) o C L a) - Lo Q C a) �c o a3 1n EE Oc- a) J = oc ° 2710-Tu > o ZoaAoo Nmo (3 - 6 EE a2 UOgc� a i.� 5cau OO OCPoc clCO0 CO G) O r N T r Cl N N T r T T T - k Q 5 CD G) 773 o _- n ƒ > o = -- 30 22 0 2 , k \ k s 3 —I -0 o a @ ? _ _/ aA ! } % \. -0:73 H. q o — $ 2 n 9 n / g ° R 7 * O 5 o 0 a CD > k 2 k ° © & � 8 C X' J 7) a F O _ � 0 23 £ c o • � � cu 3 = • E / � = � � \ � � o_ n � o o ° ° / Z k $ ® a o " c n c _ " 5 2 O 7 222 O � -oe » k � \ 2 R 2 Z a o - m _ = _ - & @ k9 / § 2 « -2 n (' k � = 2 O ƒ � = � � q \ & 2 a/ 0_ 7 2'? R R. ® ' o• -0 0 5' e c 7 § _k CD a ko � 0 \ � 0 ci) 0 73 CD \ (D - -0 0 2 X 9 D \ / k � � o � � ® �tu � CD 2 m ° c ° - k 5- /c n b _ ° = C ° O 0 / $ k § 7 % _ \ E Jo - 2 a) % / ° ± cn7 a) O2 C @ _. m 2 7 \ k § § • 2 2 m m k 9 —h 0. o d) a) L (n >, L N C V O �+ .us co _c O as O c' o c c To a) _ = "i (o O U a) o W ° 3 U E co W .— C O O a) to �... a) p a Z — a N E 9 a) ca a w N � •� N -o - N U ft a v°i Z ° c°i — E _ ° aa)) c L W c c C p cc a C o N _c a) c a)'3 c cn ca co O a LIJ +6 p >i N 2 O a) U E iii o O a) N vU—_•J ca C O O To N L a) as C• C N U -0 Liz ai"= Q U V 2 = ca N 7 Q = E O cn C O -p X _ c04 - p co Cl) a - u) U a) -0 a) a) c o. a) o fn 0 OL Q N Q E C O ) a) 0 •`) C O Q CO L a)Z a N V N U .5 > -0 •.S LE -o — o_ O (o C as 6 O p C o.c -a as moo c U O U) U) co c 0 r-+ ca Q 3 c U - c6 'a (6 a) �' c L� 5 c E 0 ° CO a 0 ca ° 5 - � mca"= u) a) cU) Es p C - (n c6 C O O O O C) a) a) .L (B V L E U LR r 0 ''� L = U c - ,a W L 0 C) L V = RT V o °QC cy- 3 � ova) c"_a �co 0 _ o caE o. 0 U O a) (6 "0 N L V a) 0 Y i C W •� •yr L a) co 'O (n fa l_ a E o '— N3c3 J ca a) cEn d U a) E a — '_ Q •5 CU p c c -E p) a) co a) cn m (n E p L O C .O ca LO p O -Lp N ca O O C L O a) a) U L RS U U . c6 (a 'L c `� E (n 'a m m c'c, > (0 C C ct ° 5 a) E �� V p 5 (n E o E � cn a 73 °) O C) p � } c N ` c 3 � U o c c-- 3 p •2 6_.2 a E U p L -0 -0 f0 CL U � O mot ' > c x c H ° N -C � ° TD_ 0- o c a) a) rxi O � -0 ca) Z c � o -0 � .- o ca < 2 (1) cn � 2 c� c� m a ore pr- it U a) o � � a D as ` L I J Z '5 2 < co) N U o 0 o N 3 c N C N (~j CO Ou) (n o. c CU m -U N Q Q N (/) v Z r' N M 2 N J sY 0 r N CO w a o a z 0 < CO < m 0 a < m CO OU < CO r N M V. "I r r r r r n Po D cn m p 0 C w cflao � rncr � wry 3 w -.I. o z * K cn v T moo pn 3 3 _ A- — •=t a) z� 0 oO a m 0 3a � 5' c -, (./) m v° nTi c o c 0EQp Dx7Q � p- p) _1 —I —I m ,-+ mm Og O z m p z � cz SU f/> O' 0 m m c m m m s 3 7' O c 7 m O m 0 O' �• a O m m CD N z m CD m o = p Q fD v v O n n 0 n v v Z c N A o7 * N m O CL ;,_f1). — 0 — g2v a � rt3 v KCnC� 3 ° m v mm 0 s v C o v 0 a0 * 0 O w p m 5 v -a O m n 0 (� mC7 o a m 0-73 o � v - � � p � � � v 0 = C - � �' - -'' o � 0 � �- m 0 � 0 = a6� 0_ mCD0; � 00 vvg ° c�'i •• rnEv -1 * N ° 3 m ° . v a m a, rn v (D .0 m a0i = < m Qa cn CC �cQ m � � Z a I:3 5 O v Q O _, v 0 p r. cn p v 0 5 —I o a) O = -o C -a (D m Q Q O O O .(l Q Q" CAD Q O m •-~ o cn (Q Co cQ -, u v - c n Q = N 7 O =' 0, 0 S 0i !(D N O * Oo 00 O� Q -, O z- N = Q 7 C 0 0 S] - m CCD O� c N , O m ~' m n v = _3 g' O 0 co 6- 5.m ° 0- 0 O 2 Q v Q Q 3 O O m 3 N• CD v N jC O -hap. nq fl1 fmn O N C v C V1 co N 0 0 7 0 0 0 0 —1 O c 0 O = co c C 7 O O m cn -y+ 0 ~' =0 to O O O O Q O o Q Q 0 K = = v Cl) CD c. �. O Q ~' 0 O O C 0 - 0 23 o O. 0 O � 3 n O m `G + 0• O N — Co �' m m n C o- 3 fn -p (D m sv 0. m Q C7 O fD '� O O C 2r a n C Q0 = 5.• , C = N G O m (D O = m c 0 O 7c . Q O m v 3 0 m e m v O a = r-► C O v C 0 C m 00 ° 0 ° V) CD 0' v CT O 0 -I, cr)_ o 3 N co C < v fD N v (' )' N 0 3 m -a 0_ N _5. Q ' _• aoo .s 0 v '� m ='• cn 0 v cpa0 0 Ccn ( v v m = 0 �� .c c _c § k \ _ ¢ ƒ ° c3c 3 _ 'f / § \ 2 : 2 % 2 \ a) 2 $ $ @ E t » @ k 6 E E ® 2 E '5 -0 E .0 t co V 2 j � I a) o k ƒ § 2 o \ k � 2k � � 2 ) @ E 2 \ .k^ ¢ E E @ Q. c ¥ E ¢ £ . g 6 as ° © ° U) - E V LP E / f k ¢ / 2 c _a • 0 2 8 0 § 3 @ _ / � . Q 4 = Q x m c = > 0_ -0 ■ _ § = ƒ o § 2 % @ / 2 2 22 £ 7 ® ® % - $ CL 3 C2kCC t § 3 0 = = • c ca \ ••• 2 ƒ ' @ [ O 23 = .cUk � u) %V f = ao Z k '22U @ � a � ¢ _E3 o ._ c co - c _ a w > m £ 2 £ k a) \ 2 2 &Z 2 0 / H 2 E 2 @ o 2 0 2 •/ § 3 p 2 w ° z 4 § mko2kW � � E ) 22@ 5 / D £ CC) o k 5 co E c . o k g >, • 2 .§ / i- f .7 0 � ± % 2 2 2 § -0 z 8 cn @ V 2 O T k o / k k z § k ƒ \ / k k 0- •E % . a£ % -- E2 = = 3 W CC '- Eo = U) _ � & � 2 § 2 % -• oO / '22 2 �2 % \ � 5J 2E nm@co 2 £ ooccw 0 @ � L- w � E@ q wfk § 2 o - � E § 5 & a 03 2 � kw & � Q < 0Q p rz Q m z Q 6 0 cq _94 n --I ., 0 , . v 04 0 rft V,,,,,\ V m :A''m-4:s:\i -%-). .1:1 y 4,,,k, ,,....,„ cp AI (77K1 (--4 • zr Iii N 5: oicn 0- 3 0- K SU Qocn = a3 S �-�-1 � - .� to c cn � c O° N 8--0. 0nn o n ° v a a c c� v o a = v 3(D ma Z �_�(D N co* 2 `, o „ a 2 ° O c D� � �O aO n 'a v aQ- O y o_ 5-1Z . p 3v) o a) � r`cQ' o o, v. O rt , m ;- � c n Q-'a -1+ P O• CD k - O D '+; C a) 6 a ) (D O a (D _ = v 0 < (1) '-• n N 0 0 3 E _C• W ) N "0 N ° O O N 0 = ° D - a Q n cn = pj a 0 N "-- O D CO a � - cp " N O cD O C O C O-a O = 0 • N N cn c ... C c_ n O O O O N CD cn 3 * D a v y p cQ sy a p D __.' 0 5' a f. 'V `< a - Z n cn v — a < q v n cn Cu v = ° -0 o v O a --� O N D . p 0cn -h sy =co ° = o LT 0_("< v 0 -, cn `z - v �vo 3 CA m� �, — � z- o ° 3 = . . � 1 v < v `< ` 2. 5 c * `< , 5 5 cl 9) v v 1 0 me 5 Q x � " -� 0 (D 5' rn 3 * 2' m= ='1v-a m c m = = Z ' Q � a) y o N - 73 ° .< o - 1 G ° a)3 (T; c S _ Q Q .. Q v p O C ^ CD- 73 a) 3 rt (D 0 0 o_. (n 7 C Q (D 0 (n ”' 0. 3 co O a v •-. p - Z-a Q .r = D Q = O < c n `• a v a 0 . 0- O 0 a o 0 C m p n O O r« °. O D a),•h S o c (D D rt _•• () a) -, S y N °0 K O 0 O D N = ° a . O O -,-— O (D O • � _ 3 Q j = R- a) -0 c3 O 7 `< o O cQ (D fD Q -9 n . Q Q cO a ( n = cn v O (D m N - z- n 0 0 a- p C n S = -1 ° ,(D cn -I51) < N 0 ° v .--.- N Q n N v o (D O << CD O C D v v -0 Cv D : O Q' a N nD o ~. 3 v = � c O _ a CO 7:1(D al to Q p O " Q S 7 X cc. Q a v __• o s o O o D <O C =`� 'a�. ,Q o O _ (D N y -1 O N cn �; cn n v o. --1(D n • ED D a v (On o O S y ,n. ? n N O 0 a' D a.-a D O Q `< v O O O N C � ~ O D ....... O ' cn C CD o Z= . � O `< . cn <° ► ° O fn O rt ' -a • c rn Q 0 Wi c < � 0 m= = 005 ° O a oo� S v - o v v n) = v m cu m s si) a 13 ° �-, 3-n- < n) v m Ga) � u ocO . n rn* o -ao �; O = -0 * -a v N •"C o = (_ = a) o N _ `G fD N Q c(D C7 N -+, "a m fn D rt a — -, a O O ° ^ 0- co Q p Cr C D( = a a D 4-1. Q O_Ts LI ct � � � � CD � ?. (D � .. 0 O Q • Q ,-I- C S (D v Oay D O Q o -. -+, � O � 0 (D C/ - a v N N N v v 0) ° v v =a -- N .o0 Q' N n Q _a (D n 0 Q (D s () v C So 3 a- o �' O N O 0 C , CO Q Q '.a 3 Q v fD 7 (D ~' o O' 3 D a � N � 0 O L0 �O O � O O Q 7 N O y (D' -.v p O •' O gy � = _ O O 7.a (7). S a C D D = 3 (D p _ O V) O O v -. OO 0< � « a a NN 3 N O (D 3 Z" N ( ° - - = O O ca -^ fn 01 a D co CL Q O C C = DO ( S. C o �\ ' N N a m CO CD a < N ,CD 0 O s 3 3 p o a. v 0) (D (') -a - v a)� � a� * a o )aS � n y o o - � m � Do o v ' o =tiO Q a o ' v m 130= a3 Ornx ° am a � m,.. _R ° D v to O O N d to a) c .� c a) — c — c o — uS a) a) = N N N a) a) a) o h ° cnoc c _ �_ _c Qc .1 "-' Q '_ ° o Q .22Ica _Eg asp E ( a) y-' -a ( +' W a) C D) o 'c N Co 73 c N +. ' -0 — �-. U +, U > -.co c - o 0 'D p o E '4 a) N O cri >O - a) U co U p N ° - co - O - ° 4)ITC o o ooh ° o a) -Cu) o_c€i oaa) acic ° cc E � � c�cacccoaa)) ,� L O Q O V to .L a) coN a) co a) N ° O N o N Y (o N O N E 2 O o c _c -i- N = 'O U m c 0 (A — O_ "� Q•= ' Q N `� ._ p 0 4- L -sou.(1) N a) cA •C ° E - C � C i E O o E .� • --I 0 3 0 -00 ° _ N ate) a ' ° a 0 c cn >,4- — c� ° n n c °� a -0 o a) L L >,`~ `' O C C a) ,` E a) 3 N c0 _ O "4— 0 cn V N E N •a) v O N Q- y Ls ° 0 3 � ° ° � L - 3 E0 __ a� > U) a) Ems - c�ac '_ > L= E ° ° o E cn o o lc O 'O O O C ° +.Fi Z °U E Q• a) ° O co M ° f>C 3 co O N ° ° ° "' E a co +- O L «� O U O Ca rte•+ W 3 E O E ° ° N ° L _ U L > 0 O E O + 0 O (6 _ p L >, a) a) U -0 o L Q 4- L (a CO p C O _ a) O C -a co _ u) E a) (o U U ° N C L y_ V +- p �I) L ° ° (n `�- ° l) E X !A a) O p C C — — ° > .- O U Q o O C C > TS a) O O N N C E L (6 rn c c Q Q c ° 3 Q E Y , co c L a), p a) c = � O ma-. 20 .-0 ai QE coo -ca? _ a) E ° o �' c = � ,oc aEi � > ccacoo ° �a a� � >,.s .0 Q-._ ° O U 7 U yam+ ° L N > QL L C L fn = C Ol O EC/3 U O V C o N C� O > N >,t (a N .O ° ° "a Q C to ° E U o C aL, �. ° o C ° a) ° O E ° ° - N ° "a Q- ° W -. ° ° c o cn ° CH ° `� ° ° c � ° ° E aEi �` o a�i Z c � O = c coo L ° 7'(-6 (0 O " OV ~ O C O m U a) O L > (o o co .� N p -O a) O +, L +- U) V 'a u) O `�- N O O W -0 C > L O - y.-. N •> +. ° C "( Q- �-. N w e a) c E L N .L } Z W O D E U a) L i co . O O o U = ° co ° a) ° U o 7 '= co _c 0)L ° E - N ° ° Q- U N N o a -- o M - — ° c , a) 12 L C7'IS •1-+ C_ 0 L 2 ° L CO 0 01 0 O Ego -43) ° = o C —_ (6 C ° C (3 L U ° C L ��( >, >, i (n > �O -a > Q C C O ° L ° O ° L ++ te-+ a) p co ."- Co , N O W N -C _a m C OL ° ° ° 1O OL (� C > ,,_ `� (a m 3rnE3 on � c N dc) arc . 3 = Qa) vaEi a) CO i V c rn� v) ai n a°i �� c a •� ' ° m� �' ° o L ° ° o ,._ c co � E o Cl)a ca ca ca E 5 N 0 C ° ° a75 >,0i Q" c •c E a) . QE _c 0cc c 0) t- " N • 0 '3 ° ° c L c >, a c � o U � E E U m U ° C p m L c °- >, = c7 c ° >, c (DE v c f a°i -0 M ° � U OUW ' >" 0 ..G ° o c ° Q-c m >. CO °i E .C "� °-) C .c c . ° C)- aa) cm a) CO a) -0 N — , 0 Q L y.. ,;E Q- cd -0 c.> ° O4- c ° •m o c N E '0)-0 Q ° L 3 — E cn ° QN c co co a) — n� _ cn a) -a c m M ° w n � u°i � � 0 C 4) ° NLL > co a) a) cA O u) 3 (n . ° co ° c > O Q �_ ..= > 4- ° U L N c �_ ° N O to O O E O U O co — co co 0- ° — >. ° a E � � - ° c a) c � E cca u) i= ca E ° E � � U � � co- o m 3 o co m oc ° ° � ca .0 � c � 3 Q- � �a U) ° ° >, u L c N ° ° " -c a- 0 u; � v a) v) E — - 3 c ca c o ° o cad ° Q - (TS o E E Q as N o •N O Q•� ° Q N U cu d > N a) to 0 ,a)) a) 2 U O O ° (L ° a) O O u�i O) 0 yi Q \V L +, 'lam U. Q U L L Z O (o >,.w ca L o C C (0 -0 ° >,--(Q ° 3 O ° O N N C m E a) o c c E E Q� 0E4- 0o0 cam o o o o .C) ° c ° o -c — c a o _c c o _c -a -- -- E ° L ° o c E E CC E c o L E -c E d � C r+ y c/) f6 0. I-' CO O O � > 4-, r+ V H .O = � � rU ‹ ...r.., _ _ - N M I -1 cv * �' -° 0 0 c ° ° -• ° m � cu rn � � � D H v c aaa2 '< a) O ca (DR 2 - CD -0• N3 CD 0 `2 Fri % D 3 Q O • 3 v 0 `< N `�-' 7 3 D Q ..�. p O 0 3 ° • CD O O — O v n) 0 c cD O cn 0 - N - ° D ur Q 0 ° N �+ — cn n cn o Q 0 0 7 v3i' 0o ° v co oco -, D) CD ?. Cr < — n H -1, HcD D —I —I ° HHICn -1 v -Ia —IHH a ° � � � � � — a -0,cam ° _o _, O o = ,-. a) p "O co. (D 3 c a O cD < cD ,< CD cD O cD cD — v 0 O 0 O O- s a v ° my � o ° o � cn ° mQ- m mrnrn `. o 3 n N cc, N' ° c°n ° 5. , �. fD N cQ al (D N (D `� (D CD (p Fos oF o m ° 3 ._ fD Vim- Cnn * �`< c ,9_, m� o ,,,.• 0 ,� QO o o o nr) 0 m 0 Q3 0 0 0 I5--0 ° —'* 3 ° E°. ETU/ W (002 -. 0 U o c v ° ? < v < • m5' v 5t 5-'. < < . A- < -, < -, < < < c -� -. ' 3 — gl' o -_, rn ° � 0A- 0- �: = ° 30 � � �' c° m v m � mv vv co ° a a) • D �' � ° a Q- * 5 • — = 0 rn 3p cn -a ° 00000 0 0 ° o o o -a D ° ° o -a ) m ao• � o - v 2 = 0 m -ha 0 -°a 0 3 v N v cD ) Qv ° c CD m cn cD O O c O p p `< 3 3 F• 5 0 N O < v 0 "-O X Q 0- - Q- X X "O O -'' '. a) CD(D (D N O O O - ° ° .-� a N co .°--. (D (p Q- fD -, y• cn •A. cD CD cn v O' m- ° O , -, O O , 'O cn + D) 0 CD O 0 a X cD 0). X O N = .,- _ cD N v cD `� 3 (1:/- D cD p 5 = Q 5• O O < ° 0 v 0 ° cD = = . c fn' 0 _. v 0 c0 c0 v3 � Q -,, om � pQCO. o � mcD 5-- n) v - 0 my cQc3= � � C° -.- -, a)= m•v) Q mc, � 0cQ ~' � rnc -, — -, ( � ° �, ° < = cnm - 3O3 _v = `° 3 1 v CD 0 0 O .0 ° V ° CD < (D = X ah -0 v O = - cc, s O X ,nom O =14 Q cD O = y' (D R. 3 ,� S O O O i" O ° - O X. Op ° n ca v <' < 0_ Q al 'O 3 v cD c c v O O `< O .� _ . co c cD cD O a 0 . o (IT 0 - N 0 = "a O (D O '. cQ 0 0- cD N O O 3 < ° 'O O av o5 ,< � m0-'-- ai rnvno -h < CD i N x ° � � � �' 1• -• rn� 7 CD .. cD -i, 0_ cn O -' c) cn ° �, cD cD O- Cl) s .. O FP V) cn cD a) •(.`< a (D c FD' O Q .+ Q. a p. 0 -• CD CD c m (D ,o-t.< ° a .3. ° fn co v O n 3 3 _ _ , O ,-' c cD O p ° N cD 7 N 3 N °' CD < N O 2172) Z0 - *o cD n CD 0 (D CD cD c0 cD O ° v°i �' o � ° mO ° m m o m o < _, 3 * c 0 0 mwa,< a .. O c -n a N' `< O Cr N 3 p 3 c0 -0 cD ••a fD Q ° CO; ' c• Q N C c0 = r: (D (D cD cD O O a ° N 5 O 0 o a EDT O ° .. cD ° -* ° n o cD = ° O cn v m p cD n fDa 3f D0 0n) 00 v � 3. a y oc < 0: 0Nc ° c - 3 (D ° (is' O 5' ° c cD n . O N a) p ° _- ° ca < cD O S a_ � ' u=i3Q: � � ° mD3 � � m � � ° ° 0 3 ° ° in °NV ° m a a -a 0_ N 3 cn mQ = oo ° � � = ° � � a o o c ° °o rnv ° m 5 0 , - a- cD rn v Via ° rn �' 0 °. 0- � 0 v Si) Cl) o O o cD 0. 0. fD 3 cn 0_ * cD cD ° 3 cD cD O n) Q. ° Q O cci) an ,p°„ cn m O o C '- O a u) V1 $ N 0 0) o U o 0 0 u) E O ca C cu ° — u) 6).c 0 a5 ° ° a.) •C a) c O C v 05- 2). 1710 to .> 0 fa 0)"-' fa A N ° U N a) c a) a. O o O c � � mm °Q > Ems '= mac TDoa°') w2oc .- o4- .- - � `� = � �� E a o cmw n. a o o -0 o o f o o c o o ,� >, � °ao �a o c}a • o o � +, a�i ° o °- cca � o � `' c v may= ° � ` � U � 0 ui � c o a) = e Q , ca O o U 4? U c ca o -O " oO N .N 4E . U O O E Q- Q\ o N rij U O a_ 0) p �' U . : ca ca " o u) N o ca _ •Y L c 0 > u -a O (� i L "0 N C fa o c a. o '- o o N , u) a v) 0 O m C C O y Ta .0000L0 _c) 05 cL. ., ,.. w � � o 0 � .� c ca cam �a ° acc°iou' p 0 C V_ o t c ca > O "' �, o co En ca m O C '0 o o E cam E _c U O ca "� Q�O cL „sin c N cL E caw X c4- c4- _c o j O c o CO L Q � c � o � o > o o o ca ca M cA C O o .� 0) •O '0 -C ° a a E C o ca Q N ° N .� U E E a- j, O O ° O TO O ' o E ~ -c c o a- E -.c m U O E O c - U � � � 0 (a � CO o c� N C � c vi � QC U) c � oo -c c ca ca E Q Uoi 3c a� � uSEca � o cO .� � Ooca 0 -0 � � 0 O � 2mca I- E -- `oc c ca a� u' ( o. ca a- Uo 0 c E ;n o m � Qo o a" o U o - � Qo ca =caos ca E EE � `ncZE .Oc � caaE as a) < � EQ�a ° u' � y= o (00 .1 o _0 C ai 0 _c o cn coo w c c U "o o n 'oo I o -0 c o >,-co , BEa- E ° n = � Zco ° o � � oQ co °Qa)) • - a o �a4- -_ 4 o E 0 c o O U -° U T a om 0 i Dow ° m E a. a) ca o a- L ca o O U a .0 _ '= O U ca ,N ca o N v ca 0 OL c c - Q o . 0 Q Q O ;n O N ca � � � � Ec 3 - a L cH c o C o °) o o a) �a4- >' O ° a. O O a) y- � c E 0 Q (a -c -c O o a -(7; O E O ui O N -C TX > O U N C t >, I- t 3 L 0 m 0 = 0 Lc) . C — 03 •0 `, 0 C - -J .1+ a) ....= cn O- E .- O) N - C N y- Cl) O O — L_ E -0 a) a) a) E 6 = 4E .---S- 0 a) 1— U o u) ) -a � 2 8 .=C u) a) +, a) o .s Q C t .0 -D ca 6 0) E ° 4- Q � `a C2 0 o o 'va-i � � ) c � o � o s' � C >, T5 c .t ca C 0 a. 3 a c O •0 0 > - o E o a -c 0 O o o a o ca O •5 -C a. ca ca a - a- c O or a' U 0 — , 0 � o cnw � � - _ o > c a o ca c o o � o 0 M T o Q� „_, � c Eoes c>a2 o rn� - 'v� cn u°) 0 o •( E E oD o ) .N >, Eo 0 0 Eia - c''a E o Cl) o � oc - QQ � o �� cam o "_ QE as E c ac) 0 � ' c c ca Q > E ca U O c Lo o O t o L >,8 0 -a c - L (6 c e = o o Q 0 0 = cn a. o QLaoamo •= o '> 2a -0c_ cao00 ° cnEc�a �v) � m o � > co 'u�-ice = o � oo �a 0 "a U o L *-' L O "a o 0 ' L O ca L w' ca •� — C `, > a' c o Q fa ca ° o fa _c "'' ca 0 4- ccacmo -oo LL coE • 'ENo � c.s ,,, � 000 � v ccooc CN ° Q73 0 co -PE' Q N C I +`- 4? a " c4-, .=ca O c `*' "C ° 2 U ca U .-- -S .4=. — o "a U c morn; no ENoo -0cc"_ao coa• o0cNaoo coofC) 0 w -acu0) 5 a0isUca — C o _ . N d i U o _0 U E > o a."= U U 0 0 U C_ Q " 00c = c c !,= = -. 0' ca c o o o ,, r 0 3 U mo Nw � L ° o c0 0, Uo U o 0) E v0i o �o 0 = -Lm 0 oZ o E 7 o n o E >,4 N c o ca awi o-.c 0) 5 - 0 3 0 .? _c 0 2 0 a) E o o c a i ° o = -a � , .E O ca oE2 '0) c `o ua) 0 0 c .c (nU " 1- 01- 0 -6 o c E „ 0 -c o a O H .r Q E U ca ca cn I 1 it o "o o (n o ° (n �oo o o m c -I a) 0 > -0 v " 3 v -o � .-�, v "- o O ° 2 . O -0 y N ( = _1 w C Q _ NCc = Doom o c ° fD 3 C 3 D _ O N 1-' = O- (D D C. a . E 0 < Z (D 3 O O N Q a v p ' .< O Q 0 - g (D N N3o ( 8 D D v ° CD N C = (D CD O C (4 3 0 (D 0 () fD ° 0) � (D C = 3 nN .Q 0 .- (D O -, cn O (D .-' 0 • C - -<(D v _+ o Oo C ( O .. 3 C o = 0 O =1 O -% ° -. 1 p 3 O D - , = D D G o v C) O n D o a 3 O D v y. ° � � n - (D co C � o �. oa ' � � < � v-a -I3 3 n _momc - m 0 n ° - 0 o D fD p N X ( O* - c a p' `< O . -P < v 5t Q- ( * ( (D O o 3 Q E. ' �• c _ - `< a-0 m -o�. -, m o c a aim m ° �� O -I � o o v ? 0 �-� c o � ° ° o � O. o o v w � v c v N m m � � o � CO o y v (o C v v -, O CD --ti • N • (j ('-'D (n N a ' n O_ (D .C=• O o o. o v .� v m a (n CD • nrn � � °- � QQO m � ., � �, o c°n �°-5- �n ° _ � °" o � rn . � m o_ la = o 50- �' ° ° 0 < -' '�coo 91 s ° a a� o � - o ° o 5• o (n c 0. ,m ;� o ° o) Qm o 0- Q- oo -. _. = ° su rn y � o � (n N• N N = CD CD Q� v (nom � sv m v m � ^ n3 m �, �_ c�', o 3 c 3. Q -_ °' � 5 3 3 o m , n . m m -. -p0 3c2 c ono __ m ° m 3v c o c -' 0 !D cr v = fCD = a c p , °co (n N v ° �(DD cD 1:3 v v c v -a O cQ v v I v m o 0. � CD v c v � � a � 5' — -, •m o v -c) m C 0 � c0 Q. o a) v• o 5 ° n 3 m o m 3 = N o o ° 3 v ° - � 3 o v mN v o ° 73 �n coa ,, me 0. � � �� OOs+7_ ° NOr', " 0 -� -9 o � m c 3 c -03 � N c 0. m ° m v c -tip c' �`< s 3 so o° c o - yo- a v, o w0 c cn =. m ° = off ° � * v -. v; m v < ns no c° � � ° m m la) n ,� 0 (O - x 0 v °� �°. <� m � o c mo- o m o 3 0) (n• m = ,(Q• n • , Qa ° v °- � o Q 3 m -, O Cci (Q o -1Naf y .- °- 53 -0 - )o O0v N C o _ Q N O N o . -. =p 0 W D = -0 O -0 a y p Q c o 5-2 �' rn o = � � 0 3 0 �0-( -� 3 = o -I Cs - o P. s 3 ° 5 o cr$O „� ... s_ 0 S O O' (D f5D - .� o 0- (D r` C (D T O 3 fl) 0 O" (Q O v C m c v ° m a Cn -0 = °' ° � � � � w^ � o c m3 n a0 `C im o o fD C N N (D -o 0. = m CD = (D = - O 3 < " v o `�0) O p (D -, < o � o3 �' _ w CD C0 ° cnEDcnm (n -0 3occQmo m �. 3 w O C O c ' - a. cn * v 3 Cry * o -0 = 0 0- o- o y o� v v o � � 3 = m m aw�` m 2 m 3 °m m o co v 5n ai n-.-+(Q >, a) >, a) (a c a) o "a 45 L `~ a) >+-a o "- a) to 'a a) o O c "a a) O ai a) 3 5 C h _ •- _c O O O O Q CO - c CZ a) > c c (o c c• a) O H m Q cn c L _ ,_ a) c c as O a) cn c L "' >+N ° .-cn ,u ° `t ,� O E a)_a)� � vi � Q- co as ° c�) - a13o � a -i--,6 as o . C � ccc � � x'crn,. � ' ° a _ > C 3 O U a3 ?' O j `� •C }; ca CO a) 0 cn >'a) to =_ •- Q • ,,, c O O W V x (n .� a) "a L c c E c U �, c >,-.,_ C a) w 00 o• �1E ^ U fN� a_ cn c"� a o .� p2 ° ° o ° a I._�> <n o Q 2 ° p O ,O` A� , o > a +� O E p L L O c a) O >, co . -y. O O M a) 2 -0 p c .4 a � Q O "' � A a) N "� "' > � � c as a) O � co of ), -°a (-a U cn N � C N o U U N U y � � � � 0 c � 4- c �c 3 — > 8 coo Cl) E aa)) ((aa ,_ >. >. � � 4° c � � oU c°) a) c3 0 0 0 • Qo c _c ° "�' � �,`�0 _ ° c U � � � 3 3 o L Qm aa)) C3 tc ,n C (' >, E Ca c CO > .� cn o (o •`- o c (a -o a) O ° cn arc a)... ° x t ca 2 as > a)— cn � c ° = `~ >oa � � � (ten (' E oL °c) = c o � � o03cai iv ° Q-w ° -0 c) 0 -0 Z' c c�a •_ a) � 0 N (a (a .� C� as ° 4- •L O. • ° L a) p a) ° >, L (a o Z C .� p � � ° ° • Q x C a U ° o = 'x ° � co8 ascn o c°a ° � L � `o ° � (a ,_ a) = mm � 'N ° � 0U caa� � as a ° 5 -ca � ° E o "C ° Qo- a ° o � c � (`� o `) o � c2P- 2a0>< 13otco o•� � c 3 � a) ° _' ° ° o � -0 a) �a E Ec o N o o _ L -, t cnz as CD a a�i c cc (a c Q c a fA a) ° ° (a L c a) L ° -a O E V V N = ca U c a) L N = �° >i a _a _• u ° "a Q M p O c a) c Q "a C C cn O Q- p 3 O >' ° "� yr a) -0 N (a (a ..� (a Q ca *+ i+ "a o L co > a) to (6 N "a co = > ° a) O p — ,. Y (a as > M y Q t vi p L a) N 7 r� 'a c a) y ° 3 L (a O �+ U O c O w >- L I- O K 2 a) Q- O_ ca 8 :' E a) — a K a p E Ca N r_, L p co a Q >+ (a ?� _ E W W (a ca ° V c a) ` - O N ° cn d (a c - . _c 2 co g ° •O cu p Q p N V7 r-+ L C (a Y a) a) p ° ° Co L 06 U CD a3 a) a. 4- Y (a 2 O E (a •c N v- M (a 3 -c "a c = cn L Q•- L -a "Z E .a o O a o > p .,.. 7 > L ° a ... cn ,- t o > 0 . c ° -E o E coD (a ° — E L 3 L o 0 0 � � = o N ° c � � `t 3 o 0„ o -0 °, 3 o0Q v E p .2 a) ca aa)) > >, Lo a) .° N N E 3 " -a) co c") � co ° ai x v°) o � (a _c � O ° ° � — � co — ° � � ° 3 N N p ,,_, N E ca c 824o ,00; cn cn V a) _o j a- L E a a) a) 4- Q- p • L c ° 3 U , > a) �- - O ° °� ..c .. `) c aiU ai U o QC � .`. c �a � — m �> d m cn N a) ° o ° i `o ° o c > w -a -2C (1) > Z p cn c - a) .5 C "a Sr O Q (o > > cn ' "a .Q c >+-0 E Q Q N •N Oa) caaE = E -0 _ Yaa)) 03...- . ° O � cos_ 0) E = ooa) Eo — > a) � — ° c ED ° ° � ° � c � ,� Q- ° � � aw ca co ° coN EEc = � � mc co a) c -0 D cn (a > .c L p X cn > -0 • �.- Q U a a) - 00a) ° 0_ 00)- U O c O ° ° (a o ° O ca o Q o (>a c c ° (� O (a cn p a1 c Y Y ° � . o c C o o > a' a' as-0 E > ° � L > _ E ° Eoo ° c) .- ° (aa) c Eo (o (a ° O2Lvi 22 o0 (acn EE ° 2 ° o � a) s ° ( aia a) � 3 ° c _c ca E o i E 70 o - o 0 ° o 0 aa)i .= o u0i a) -- 3 c a) rn 24,7; 0 L a) c N u) — ao >..� � a) cn cn _c (a O a) _ CD v7 O_ Q as p as L \ ° c >+ >+.� (a a) L U L — �- (C L �, c x o U)) a) cU) al o -°c a) c E ,- ° N a) a) a) a) c N 3 (a (a c O c ° >, Q" O c "- 00 O c (h al— caw a) o < ° as �U H � o w (a 0 Ego 2 -c -c as c0 adf- owe cn .D .E 8CD .§ LL (n4* CD 0 co 2, 5K am oomovrnxaao -I � ° o -ao � °- � v a aco = ° 0 6. 0 a2 cn�< 9 m 5. SD m o - o = 0) O0 = ° = � o aO' --I m = o =« m •v • 0- �,'.< < 0 0_ a) m v ' CCD - m -a E 3 - o � � v 01- y o ° -� 0 * � � v m N ° � * rt = CD— ' C � v g - m 3 * CD °< 3 ommon� � s5' cm, cn ,-' = mccp °- om u) 0 -, -1. (n - (Dmcn om c°<Dov -0 v m � (7)-0 -1.m v , � � o I 3.- 2) v 3 74: Eu = � � ,-3 0 • o m � a0v 0 3 aO O C O �- (D C O a"O c0 0 ° * 0 m = CD = 0 -05 ° I -cs • fD (OD v N 5 0 3 `� (<D O< 3Win' -a � >< 0 -00 0 0 ° c �� o o m , a- p m r., = O v o a(D n. = 00 p cn N N m j c i 7 p RL o N Q a St a' o ° 3 N O O o w f O O °-I CD =. cn v o � � m � no < -.•-0 ,-,: m -h� oo mom Q„.<03 N .CD (-3'-+ O c-1- m 0 `< "O v = a 2 = (D -• (p v O -, 1 CD n, X v 0 "O (D �•� 3 3 `< ° n, (Do vvn) '< , mnmQO ( o -lama) 3 ° 65.`< o -, 055. a) a) Da -facn ND m � m3 n � O (Dq -0 3vvm <3 Ogrn5 (Dn -o p- .-. _ „0„ _7 , . 0 < u, 3 y N•.-. (D 0 a, 0 = m g a -a m p 5' m on). . =" 0 a: 2 o p cn `< D3 °- v c ° C ��' '" v � ° � ° g � << < - Xs * c° . ° c cn m v O p 5 0 = O to 0 co u) v 0 ° ° < O --- 0 0 (D -i, m ° p D N Vi a c„ �. CCCDD 0 FT) 0 0 n 0 cn = v o O O o '� cn N N (p (3D o < o (D O?� `b am a -- v o y 0 - �� a = - o o a) %-' 0 = 4-. 3 -im Coo a) 5- N a0 -+ 0 v ° -0 SD 0 ° mvaco (D °- Q � 0n0 a •• < ? �.-' ° -- Qom N. = IDN. mrnv -a m = = -, C cn • = y m -0 v m -0 m g cn • A' v o .. 0 8 << _ . o rn "a CT p a, = (n n CQ 3 "O - a (D y a C O O cp 7 O c) 0 .0,. ° X•-i5' cr O Q m N 0 3 cn n O cn fD 3 p O CD v°i < 3 .-. a o �, (? D cQ v am m e ° v CD 0 al. 3 N v m a °o aQ ° m o cl m ni cc a a 3 o 8 woo- = 0o0< m cn QO ,-.. v •5• m 3 0 .��. v �' °-' m m m =* aCD 8.- p o N 0 <O c a) (D O + O 0 , v n a D m - a a a X (D _O O cn C Cr � 0 N (D �' - O a O p cn v - a X p- (D m C- ° 5 -, a N 0 .-. �' a -a Cr = `n CT CD = a o3 v Q 73 Cr rn � om = -1-.x 5- 3 °`< CD CD 0 ° v - -I (D -s cn 0 m * N X (D `< ° 3 v �. cQ ° N• O a n m m. m O a S O (D O v, ,-,-co (D cn < v °- m cD3 � m5 * -. rnOmv � 7 v3 3 C� vim ° � � 2 v = m m � ° -, ° cn cnm ° ° v o ° "0 m � cn co o O - v' --. = Q' < o m o 5 =(° 3' 3 Imo' v 0 0 `"‹ 0 � (D ° o m m T aaam a-a m Q Qom cn �� " a � � _ �,' m �� a- o 0 m v � _, m a CD m rn C - 0 V Q =. o y � amma cn m m a 3 v 3 0_ (1) < � �••_ C7 �, = m 0 o ° CD � o� m m v v O O � 0) 0- a 3 -' ° 8 58 a -• m ° -I ° c' 3 D a p -p _—� =cO C ° �. N m O 5' v (N m S 3 c a a2 (n o 5' -« -� cn 5 (1) cmi 3 ° 5'73 m. 0 CD ? C Q- CD v � c°i ° O Q- CD m m CD �• � -0 v rn v m m � a� QQ � m aic� �°-, ao m n c � � •yam o c). ET a- m X << v rn � av v v o - o v 5: 3 m 3 cn n (mn 2 m ava .. � � y = ° mm = Om 3a (, Am ,i a ° v•Cl) cno mcOmm °- � m �n' cnm o ° mo mo3 cs � 5 °. � a) -. �< cn co in O Q o ° a o g p O •'-' t C -0 = Q^ -0 0 0 0 -0 -0 �j -o a) Fa O U) N " •-p u) .� N — U (C6 O as C_ C O X p L d O �. C a) a C t (O O1 E CO U L all .- — _a 0 as cm 0) M_ N O C U +-r C U t U N U a) cn (O "a w, L 0) c0 c •c D }, u� •c 4- i- Q .. ua) V 4. (o 5 U to N N Ct N N RS O V C N L O Y. C Q L Q c Q V N "a Q Q U) Q 0 L C Q 'Q O c ° C c ?' a) Q- '� U -a c O N as N N U -c C O Ct c .� C o CU_co 4- 4-, O N -0 O °5 E 0 To c a) CV 0 � Ct C o o -I a) Q al oca Uao � o CT coo .0 ) ° o ° �. 9- o (Op2 0 i � o °U° ov,� a) (/i oU) C � �' E cow ° � cNaN � 0)_c UU) 0 a"i cn p 'U O •C O U (O 0 .L -p •Q 8 U - -0 • U "- 0 U N U ' O C O U p c p 0 a) O L C f+ O C = �' C C Q"� -a C 0 (O (O U 4-' CO U as . N d U a) a ° Y O o `~ a) co N a) CCS E ^ N O L O C a) a U t C C C O U p 0 a) O O ° W c a .0 c a 0 J C Q U 0 Q o C a) f- > O U ca 3 co "p — O_ O cO +' "a ,_ 0 U O as > C O °• Q 0 c O L E r-. p E (O L 'U U - C O C O. O) a) U N Q O N CO O fO "O C 0 0 _C — +� C L C N (O (O t f6 (O (O U (O L cO X �. .a O .a) c 0 'a c a o 'C •C N .L v ` E C O C N C �''— N p U to a - p 0 O �• N iilI -EE >, 0 .°-'a) 0 �- E > o - ° o °- E 3 0a Q" °O V U L N Q :r+ QQ C —• .a E O (O •E U E Y Q L L E y� 2 L Q L O L' rta. -Fn p o Z N Ca) L C Q E ° 0 C (O O .,=•L Oa) O "• "J a) O •L O L a) U) W rn co- .O ) EJ = -c2 -0 "r) V cacn a) 0cOrn. � a) C1 -a a) - _c Lo O o 4- 00 -a O a) O L c N r ° >+ Q L (O 2 O N O � i fO O_ ca C _c C .0 (O vi ° � � ° aic �' ° v c�ia) ° ca ° N � vN +—. UO � ° a) � 4f!.V< `� � o o cO x.) Ou) o -0 `- c N c O . U) c - c O I a°) a c o a) .o - W c 4E' i c N CT) O •Q o U) C a) t 0 () C d 2 U - - --E-. 0 C C _ a) (O p CO E p U a, a, } L U a) (O U W C U E E oii ° U) cco .5 >. E-E oi � � cacn '5 °wW ,.. oF � a5 .co = w _ccO c as ° o 5 c� E _ L Y > Ct ,[ N Q. O N -S 8 "Q 673 ._E" a) n .(O L 00 O � (O 0 730- a .� L Y a/ :co V U fO i to O O E U a) L 2 N . —6 0 > C 'U C C O O > C .0 C 0 C 0 O 0 O Q.D Q C U) (O Q ca ) E0 C ° o c o E ° -2 c o ai in E •a) O o c2 c acct z - c°) c cw To 0 I O 4) L "= 3 a) I ° °U N �' '' 0 I ° V a) o I I I 's p O C p U c) o E ° - °"c � °, E >. o as a o c ° E >. oVg Q- E o c a? E E E o - � _c U aa) — g2 y0., QCQ � VC O _c C ; a C O aN ±) Ct U) ( O 4) .� 300L O Ili E' n ° o oD -0 >'•N o a°) c E E >'.0 own o aa)) c E E AA >+.E c 0t aa) c a) E a. 0 0 EL 07) can00 c°Oal aH20 Ev ° a � >,•••-.' Ecoio 0. 0. . HCt o °? T N M It 10 (.0 T T T '- r - I c V (D -0 n 0 v 5• -1 -0 0) C v • -h 0- .-. • 0 -0 °- ((DD 0 n 0 0 K 0 .= Q n g, c 1"' S �- 0 a) -9 O' N C c� O N cn -. 8 ° cn v v (Dx D n -a -1 y ° ,,°� 0o < a 0a (, fa -• -+ ° v)' ... v < a0 (7)- ? = � ° ° a) ovs < 0c • 0) =. - co 3z o ( = v co o (D 0 O v = o �' ° ° o v cQ 0 r. v (D cn O O 3- - ° 0 (D (D ° O° Q n o c) = ca --. cn v o c o cam• (DD o o_ ° n x v Cam) p fl) * lD CD' 3 - cD ,=- cn m =I ( 1 ° � (D cn m c 3 � � c7 c o a� � =. m -. ,�< v ° `< 0 3 a cn e `< O xr. s (°D 3 -.1 0 ° ° (D °• Q 3 0 . ° . O (p O " 0 O 0 r. (n ° o ~' N ° ,gig 0C "' c0m ° _ = 3 (0O cv ° � 05 -1 n ° CQ (pv ° T<< 1 -0 N v(pi (D 0- 7 �' o �' N ((Dn O o 3 = '0` N -..= = 3 0 y ° a g N• CD N Q ° Q 0 0 c a. a � ° � Q � m00 0 � aa O° 00 �. � vO aO O Q � � n � ° ,yy -D CD cr fl) � � — a) — 0 m r. ° � << . a - an 0 C rn m ,13 , 0- 5 0 0 N ° v cn Q 0 0 (D S a o Z (D c0 - ° N N -p 3 C ,0—). 0 —1 O- 0 -0 3 CD 0 (0 fl) y (c v o (D f c = C (D (D N Ica CDD— N ='O N N a �' 0-0 3. O Z = m , v N o v c ° 3 =- 3 Q- -ti co 0 (' 0 o 0a) 0- m < -0 -0 -, nN • < ° n 5 (D < "O y v (D v (D O ° n v .< Q (D to (D --I 3 O Q C cn hi. v < (D "0 0 °• 3 p9. �' a. co v v ° � Q 0 (D Q Z v ° r. 3 <O -. o C7 C a K — co 5 fD -I o C � Cr 0 `< _�� ° ADO .._1 o (D m O � O �' 0 3 rn �° Ica v � av ° �' * v .... m rn g ° (D x 0 v o G) m 3 o ao . (D Q- (n v w ° (n (D o =N 3 v (D 0 cn 0 (DD a 0 (D N ". —(Q N Q 0 = -0 cn Cn 3 0- N -to Q�. N < 0 0 `< 5 0 v (D •-► --I (p f) pr 3 .cn s r. 3 �' v N • .� 0 n CD o (D `< ° Z o (D v (D (D (D O O 5• ° (D 3 N N ,yy (n cn an m 3 � C° a o "- v 1,3 a m (n n � 3 m m 0 O � � ° N (nj (n (n c v• .� N — "0 (1 ° m v Q5'`< in v v o m o o °-- ° v°i ao QcQ k.) v QQ 0 3• m (Q 0 3 (° a -� acn ° 5 a O 3 voi � m aQC°) a � � 5' � Nn v D y o v (D (D ° . v ° .� N cD = ° = -1 v a) N (D cD O 0 N (D a) (.2 (D v 0 ° ° -0 ° 0 (D c 5 ° cQ O ° Q C N 3 c).° v -0 <` C 0 N o N ^' § Q 0 -" , _0 '7- 0 CD c v 01 * 0 v O -0 v — C ° = Q N v a v CAD w 3 ul' N y = — N (D 0 ° flj 0 Fr — o a) fn a) " 0 co 0 °- Fi' _ N �-. cn -1 -0 N C 3 0 °. t. 5. 5 y - 0 o cD CO N o -, CD (D - p fn N O v o a N p N y 0 o 0 0 -0 C ° CD fa co 'O O (n ° * g a o 0 0 n Q v .. n Da Q O (0 (� cD to p Q. Q C 2r = 0- 0 cD -• O C < O ° 3 a' (D n 0 v v (D ET) -I,-a 0 0 %< S �2 0- Q ° ,,.F C (D 0- ci O o 0 (D 0 CD -C3 15 ° O cQ 0 0 (D v 3 N ,-.-0 (D a) n N O (D ° a' D -0 CI) r. Z CO =. cn fD v cr. no la) ''' ° O ° Q ° ° (p 3 a, O N Z ° N sZ (D v (D S (D O '•` fl) ,-. 0 CT 3 o = Q °ID Q '-. N s.c° N ° a) O a. ° ••� Q " Q-0 `< CD cD N (D 0 `� 3 3 ° 0 Q v = 0 n as v 0 r. cr 3 av (D 3 CD mla N' 4 _ 0 N O ""' (D CD 0 CD 3 ti,° -" 00 A- = 5' (D -. o0_ Xv mmcDC ° ° Qo � o g0 yco •-• O ° .. - ° 5 3 C7 - ° x cn FA v co co N 0 f5D ,_ = v 5 DO °• 0 =, ,ma) Y v ri2y- 3 (7). , ,_. (D ° " v ON cr V(Di ;1C — fD ° (D Q co N O o Q cQ O p o 0 ' Q Q Q N v O v (D :(l ° Q = � O O (D avQ � (p y I L cn cn -aa) a) (,; ui� � a) 7a) E ago w �♦ N co c0 ° — c0 C t p ) O .�+ .� Q C y�j Q p a) co - 00 30 -To aa ° c .oa) C •- asc o 0 ° >,� Q E � � n co _0 � QC�naoi � i� N `� a -0a) (1) o E � -a ° o °o 0 ° a) � a a 0 a) -a 0 _ o ° m Owo a) U) + U) co N N L 0 C 4) ' ' N -a N (B a) O p �O � � � � � � � 0000c � � E 0-c ° � m � � v a) ca4_ c ° a- 13 o ° c6 ) 0 0 0 Q 7 .Q +- > `Y L cn >,o N O (6 y u) .. O U .� Y .p co U ° ° O O (06 L U j,N CO 'C O CO as �O N E U Q j p c O 0 C a) rn x c6 0 Q Q"'' = O -a > Z' as M 92 co , c� - o0_ o > ° '� a�i � 4- co N ° � � a) NE L L N ..-. U OO > — O O -a L N U) _ cn �' O _c -c CD c6 N N O a) O c ca c _ to E +- c6 U co as E O _ Q o L `N a) E 2 yr ( co cn C Q E _c L c cn L- = cn a) c '= cn a) cn .c _c a) .0 (a o O -a c6 •+� U N as C O U .4-� O ° c0 ° camp 307001= 0) o - ° a°io °) � � 0 co _= 3 � °) 0 - 3 -0 03•-- ° o ° Op � ° c o E � � a) ° � � ° � oc U) c � ca0 � a) E a O ° >, o o c _c L Q E L > Q O ,•,a) 0 0 ca N ca c 0 o L °-`� > 3 ° co ° � � � � `C no o � ti �° � E ° aa)) ~ ,a) `t a) ° ca co � .u) _ taco ,4? .., oQ ° ....o ° c � c� . a aoi ° 3 � � � Z � a) N Q L N O c0 p a) M o u) c c ca „ -a co t ° c ^ cn E O c O y.. O U) Q Q cn O c _c p ,c as 0 _ (,) _ c�n\ o N •�, p L O c VQ) O o c= O = N -di .a 0 - 3 3 0 - �,,; 0 , ..._c,° ,_ Q > ° c°.) N ca c '4 •,- 4' 0 c '?§ E cn a) C a) c p cD c VNJ a0i 2 p -0 H ct -0 IP o = a) ac) U) ° L .0 N > a ' x cn = ... cam a a o ca O(0 E _ off a-z c - ° ° co -c E o c oQrn7 > p xcna) cEcn ° � o cn � Y a) M L 0) as cam cCZ'CU Z a) a) x a) as - c�a � O E -0 _04- o � � 15 ID R > .al.c") E 0 o = a. o c o � Cr) (/) N - •N -0 ILA Na �,-°a0 c>a ? -a - o >,.�r♦ L ' ;a -0 �E♦♦ Q- P c - �_ ° E a o a) E c U '0 — a L U c L >, ca W a) L o E W N E E co c� 'L a >, = U 0 a) >,,t,_ .c d ca O °� O H 0- > (a _ a) d N Q o s W L N X — c •- 0 c cc 'C c a ° N N O ° c o coal •vi o c .6 c a3Y i - c o) _ Z o (D E Eu) f .E N TO c � ° o � � 2Q� .Cv)� °) � w � 3 oc ° oa) -a0U ° U a) 0 � a) O '� �oac) "� a) _ c Cc �ac .- SON N ) CtO0Q. Cc Oj .- I— � p ns0c6 CCcU _ .- 0 O p O c +-' p C m c 4— O) O 4— N m O O c6 m e O E m >+o CU c _ O 0 fr_E o c 10 c _ _ o .2 o c O >, 9 Q a., I ° Z N in c L o c C a) E L (TS o a) 'a•— 7 3 V O a3 O C _ p 0 E E — E O OL a) c V7 Ct 4-, .- cQ C c O a) E r 3 c cc Ew �-, N : axi a) cn a) o E +; 0 'c •— E .2 ° w — > a) .0_ 2 .-Pc co a) Q Q O N N O o a) a v) — ,Q p c •- .0 _0 Z .,_, OL .a 0E-5 c13 -0E -5 A.� -a p `t CD c Q _ >.. 9_) N 4- ... cn ca p A.- car) .-c' C "a — � E02 co = E c W c° ° a co L C L o O p cn p c • L O O (6 o a c4 L E C Q O a) o O c MEoa) dl- cacnQom. c0 =ao Q '5 I- � -,-. _a .ra) a - E ._ .� o QO _icacn F- a . o00 0) o N w ' N - 55• v -1mm mow - m ° � = sum cO � m � m � mvn �coIOOao -4 -D mcnr+- -•K .� .� cn o 3 �''`, `� a3 v m m o � 0, n � � c � � x p z ° m v a -I Q o m rr rt o -0 ;: 60 o m �, m m — a ' m m O 6".G c m O O m -a c o o m -o O m 3 m m o 0 o m m 32 N c w ° c = m um oR = 3 @ g rt ��• sc o = m o nm �'• arn y � ED m � ,� 33 mm mmarm , manws' mo3 mmmm@ m ...,. a < O(0 @000m -A= = - 5 o 5 o� p o 0 5 .=.1-. 0) ,-90 ~- 0 a) a-8 0 a2 I '"' 6 so 3 0_ __. obm O -0 m O 7� � mmNc " " a ° o o - m v - moo K5' w mmQom o = . m mooa _. I a73 � m -* o O m = -02. x. m � cD D `-' " = 0 -03 ,0 m m m 0 0 ° ,A - - 2)- (n5-6 m �D 0 m =1 = 0 =O 0 m o- Q m O r C7 Q y U . 1: a O N - 1 (D v O C o -i, p a "* m , cn m =. ai C) ci m . N nci �, m am- rn � in3 (n = m mm5 2m ogv ' 3 m z- y , m � mm m m m m �-o ,.., c a0. m �. % m O ° o � � a �c0 0 2 Qv m °-� v v -1 � 5' o n�i — p = 0 C) C) co �' -0 , 3 -o02) a ° 0 - ° = o m (:) ,< 5' m m - O m m _. 0 , �' = op •. 0 �c — _c L O a) a) a) "' 'N O 0 a a a) E L a) a) a) a) a a) > • C N U L p ,, "' C QC U) CL O LL cam, a) O o _c -0 .. N a) a _ u) t0 "-, � � Y N +, �, — cow � Q a w: C6 a) (� co c.) •_ -c C O O O co a O /r O c O co a >+ U u) Q- u) C ' O U CO 0 X U) 0 — O CO L 0 L 1p fl. ca uo) 2 c a) a) `t 3 > U EMc ° EEO 3 3 � o ° Q"c V O CO C ° a) V C U 7 0 0 — a `� > p co U a)t p 0 0 0 o c) QCI c a � � L � c v) N ° Q oc L c ,t EH c -.- � _c c .° � � Z >,,c a c CO u) 0 o x L a OU •U N ca 'c U 0 a 0 U 4) LO N ::8":o V —_ Q "� O co 0 C 0 U a) O L In ca C a N - •� a Z ^L, 0 O '� (n Q- ° a ""M X X C 7 co co Q L Lf) E C O X a) Q Q C L co �-+ C ��y. I. 0 .� 0 U '> C L , U O Q 0 .N O a) L ca L Q V .0 Q O �' (o-C 0 N Q O a U co M 0 C t 0 3 `p U L O U L Y co �? C +B 0 a) - +- co v) � - U o 0 E = a) ° o "- >' c 0 � p � N O O U t to 0 a)C >+ O . co (n C ,C Q 0 C > U (0 0 U a �+ +0+ 0 co Z' 0 N ._ -a a j ca 0 p L a N U U ° N N co co �' C U) N a N Q 0 co 0 0 C 0 3 a C c6 U +F a) 0 �. 0 0 >_ a co N C4 Z "a cn O 0 ,_ O C N C O - O ca N 0 U Q O �p `) L a O C U) �O U 7 4- to a Q U j U ,� p Q- C O C. 0 C U C C 0 O a 0 0 .0 0 L L co ° cn E j •� 7 0 c •� — (� u) C a) 0 x >,•- H o O a) 7 U m V = + .•. s/ c >+. 0 o a)0 c L- a) W a co E c W U v U E co "� 0 > 0 c c 3 N U) cn c N O_•E *- .c 0 C O p co 10 W Z ' >, cj C = 0 �+ c.= c�6 U Cop ca • 0 <n p Q- E a O . U 0 u0 U = > > .L 0 a)V E co °'6 C Q-^"- O c U c� co O N 0 "= o U o " co — 0 o aai U 3 3a - LE u`n) Ec aa)) Lo oo ccu , ° c E ac " c co _ � °U •� co ° U V a) Q o a 0 0 4? >, a ca .c H ` p a 0 -- c �_ 0 N . 0 'N ca ° c ca E C -a 4 ,> ,> 0 Q V a a U a) U > 0 Q c Q U �, a C 2 y0 a) co 0 Q-a Q L L L C E a U L co U E (/) Q 0 co � a E ° v o ° � D ° o .- a) c ° _c cam, c c ° m c a) o -c c 88' c a)Ca cv) cn _ cn o • ° vi� c . ° _c `� >� cn L 0_ r � UCC �acoE � - co +� Q ° � —_ - - •C 0 CO C U •C a L co 0 L i `_ ' ° L L a) _ 2 a m 0 i o �, n c'`) C co m "' E � C '> Q 0 t)._c p 0 0 ° c cn 0 ° rn L C co O_ ° C 'j i_ ,_ U Epp C— -C U a) Q a ° O L cn C C C U C „co a) a) (o o ° o a O V �' 'C o 3 U c • N U) c o 'C c a U) o o ° 0 'j ° O CU al E +C-"1) <n U C o + 0 O .c .2 -E 0 u) 0 .., L .o-• co out -0 0 a � �, 0 ° cL a 0 E CD U L C O ,_ V) axiEo aa)) Noa � mm �`a- 0a= n — N ° Eaaoa 08aa)) � `� o ° ° Oao CO Q F) N Q L L C a _C _ 0 -a L a) C i rte-, u) C -0 = _0 „' >. a� pH '5 -0 N o o L °_a >, � a c) a) a) CD = u) O p O L C C U) 0 — X a) ca 0 a) Q 0 0 p C ' o co U U — — L a) C Q U) fa `n 4- U ° co O a co a) ct O_ U _a •O 4- a) a3 3 j o _ a) _0 .3 Ft ca a _a co L Y ,C C co 0 0 V 0 3 0 N aj c a 0 = a' = 0 C u) cn a) E -C C U "-' Q a a C E 0 O L m 0 0 C - ca )e C +t-' "_' U a c .0 as 0 0 0 'p C '� N in 0 ca 0 co c > aa -c E ca 3 � � c as co O E b06 ,t 4, .( 0_ ccnn ui . c z aa) c 0_._c - a) - a co N- o c c c - - a) iom a > Z >, a aci E Da o 00 c .c-� ca ° Esc ° a) 0 0 0 co �_ •E 0 •L Q „(1) a 0 C p U p c a L U - o ca U) •u) N E N U) 0 a) 0 i �_, as a O >+ Q' co -0, — 0 cn co co- c +� co U �, 0 C C o Z U_ C D -a O c �., E = p c 'C LO +, co _ `t c 0 co O To E 0 C 'EL U s- _a C L O O ° < ° — w c coU a - - 3 N oa a? oo `n m a) .NCV = ° N a) � U -0 o < < o can 2 w a. z oc c8 aaH 0° c°9c uU) H ° cct 2 Ems ° E ai- ao ca0 EQ o.nH co N N N N N (0 CO o v � --I No o co o o nw u) -I ' -'' su -a .t o m0- a000 o0o -aa- a- a) - 0 0cooDD Ocno = g � 0 -ainn o0- c3a- a sv m a = o N = a a -0 O (75.<< << 3 o O cD CD -' O _ 'St O < < 00 O 3 Da c a- N o 7 n C o °° ° j '* cD �' ° Q o (/) N Q' n O—• (<D (D N El) 3 X" m m co cn 7 a o c -a m 2 a 'a O a•• a) N -1 00) c1000 -• -• 03o.-t R < 3 v cQ j a - 3 N 0 a m c , cQ ° = m ) cy ' sarn � orn ocaom � Iu) v, mm c3 c-3 as. WC av • sua- - m 0 = 5 5• 0 fl) C O cD fD -1 v — n u) u) N `G m O O o o .. I m cD �: `< CD — - - O .� ED o • cD su a- ( 2) o cD iv o a cn 3. co ( O a cD m o N �' c� m cn -a a - su 0 a- � fm a � � � m 3 cn r. o ° Za) -''-0 m2) um) cn m am 0`< 'a a' 0- = a• 9 a0 <-. o m m __ a) O 30 ,a7 .tom 0 — @ iu acQ m m am cn = ai . o m o a — a — 0 a m o m -I a- •`< - . v a a- 4 -, 0- c a) ao 0a m 3 ° al 0m 3 = o a — 5. O 5O < a) 0 ca m`< cov mo- 0o � = voioIz o o '. O Oh a) mmu) * a- cna00 m cD mm -0 m — ,gym ° a n„-. N a 3 ( a m .,: m 07" 0= o 'n o � su = o o aN 3cQOvo .t o � m 3 msuoa 0) g, a ,< � `< mv� c 3 ° v rn v v rv2; m c 3 a c o -,- ° ° uu)) 00- �' �� % m = = = 7c) no m cn -a a - o ° N a — W n "' — m 0 0 !2 a 0 m o - a- _� cD ca a a c (73 a 2, ;, fl) cQ CD a cD fl) a- iu 3 cD .t 3 0 O sv iu a' O .p < —• cn o a s m v a' O ,y; —• O cp. N CD v .t a O v O a `C O v o cD o a N `< 3 Er< - p (' —• a uci a m j c�D a CD a- W N -I 7c `� cD (D N N E. o �• CD .t c a m .. 3 cQ m a O m 3 C7 cD n �° o 0. ,...‘ 0 3 W a' c� O fD 2 °—• v •cQ us) n) v O N uJ Iu cep -� �` � 5CQ -• can a- � 3 m o OO (,) m4, 5- no oa m — 0 viv — o m5. 0 c (D 3 • 0 co cn`< cD, a r 3 3-. o �' N a) o a 't m Z O O —1 = a' a m o2 ° v Ci ' c D- a3p r C) rn = 0m m ° 0v c73 v, a0 5. n 0 0 v 0. 0 CD 0. 3 m 3 o _ o o v3 =' mQA) 0 al o-m m v ,-; a) wm FD 30 3 0 o m rn c g CD • 7 c° �� • -a � 7o 0 — = u, < 0 `) a--a - a 3 Cl) �~ °.,—) -, m m m ag 5. aco c cmn o -a r.9 - m rn >v 0 0 o v m ° 3 3 ° 0 3 ° gi N w v g o m rn Iv W. CD ma) cD ET t7 a c°n m `s rn aN an� m .ate, 'o `n m Qm m = o 0 X wo ov cn w o 3m a —• * n - a A a a a "a 3 " cn () al 0 .< <_. p cn v cn '‘.<su m O < m ° -a cn a' ° u) m 3 — ,, - a 3 c9 ' 11) 0 in co N N cn a- S 5' = N N o a W `< N 0 Z. Z0 � cQ � m �DC� O � a -ao -0 �i � rno CO Oc * cn05• c a'.`.< a O a o _,. a�Q . m o —, rt o c rn a 3 � o � 't < a �_ .ta € ac, 51) CL oo vmv 03. 0_ —. —a sum ,� =-arn .t3 vo c� co '� 5• m � � `< cn � -, o °, Q �' a ° c v = `< C - v o n o � 0 * W . � Q Uli am 0 N`0O O o so a O su 3 O (D cD ° cn fD al na 3 cn °o3 o Q � v y o 7.7 � y rn :v v�• U) cn -° o ° � osa can � � v• ( o CD 0- -3.- a N o � v o � � cn o m < �, m am u, Re -, -, =• u) o szo P o m o m au' co coup oco A >+ co N a M o Cl) 0 cj >, O "a N i V) a) 4C) 0 a) U O a) L :-D- -C3 tq co E a) :a C 0 a CD O 0 G N 0 cn 0 _ al -a N U �O � 0 ° 0) •— ) 0 E o O ca O Q � C o c°i aN � o � ca 0--° _ = o o o_ L_ U D _a ' ' `.cr 0 :c o c° a) cCa `a " a) ° ° a°)i o3 a�i � `' � vi LY > a�i � a_4_ e Z _a L a-O - rte-+ U O).� ", 4— L U +� Q- U O .,r .� O C OU L cn C O ., U c° a) as U N ca p cn a) a al U a) a V ._ ° r 4- ca U = O U = .E ca •- E a) u) p 0 co U U O U E C co O O To 0 •- 0 p u) ca as U a) O - a) p 0 p a) Q L _c = 0 C Q cn a) N co- L a) N E "- a) O m to--.). d• -c "-' a) 2 ,co E •U vi a) W C "p a) "a a) t COQ U CZ (4o 3 .X o > � ° o a) -0 � � a? � ui = o >, 0 4- oM ca o ca Q > .c C oN E ca (05 ca o El Y N M L d L O E L 00 >, U U (a N E O c O p a) 0 •L ca E — u) -2 O_to T ,O N -a a) .0 L 1- -0 — C •N as "-' "a 0 , a) -0 _c a) ° ° o a) Q"� Ca"00 O Z C a) E Q" Q" aa)) ca C ca � VEC -0C cU O a) O co p O N co ,� C O p a) 7 co C a) o ° E L - C T(3 4iii N �' U p ? E � a) ° o - U0) (.9 _2 c ° coo _Jul-4%- aWE2 .0 � ° H .50 LL —0 1.0 o Eve °? .0 � � 0 = 0_ C:)- ,trn.:: C") wwwww cn411. wn» v v ° ° v -0 0- 3 � < rn v o O c 3 . � off° m 3 m o o = o o � D � D co (n Co t7E � n- tgAsA �.cQ ,-� ca cD N 5 Q cn cc N'`4 N. v (D n co cD N -, cn -0 O sv = ,,. w Q = in''< '< '< '< ° vvcoo 3 ° m � c � � � m �-�' � � c X ° mm � cQm v°is ° v� a0•--h 0—. CO= (C3 ° 3 ca co Cl) � � � °� pyo D2 . _,0 3 3 3 3 3 csa N 0 o n a O n v m N = cn X. 00 N !v Q o N 0 7 Q- 0 m = v5' v o cD m o n` c-i ° v I I I I I si) O 3 cD Z 0-13 o- CCDD 0 Ni ar-007c C) O a N 73 CO (D - 0 O a 0 2 0 3 n p o i a a a 1 = a < —1 CD "a cn 2 �l CD cD p N cD cD c cD -' p CD cD cD cD lD cD cD cn fn rr p cn .T` .6 Q 3 CD a X si) at 0 Q'p cn ,p► . 0 -p �; =-r Q o = .' -. (D o_ el Cam) Q Sy `�' ea cn 0 -a 5. v N cn (D 5' N a sa ID y ° xi0- 3om 0o �-0 rn v D =' m I ai cn rn ° co v 8— � xxxx " =- Cn 0 R CD o � OQ � � ort' N"� o ova 0) 07 off' rn rn a � 3 � 5c�n 3 3 3 3 3 � m � < v; o a o o o � � c m � m CD -, m c� � � � � - CI--0 D - NOm °-c° 3N 0 0.. 0 Q-0 -9 � o ° Q � = 3 rn o c ° = -• oo03cI I I a g,. 0 a v 0 ,.� o cD C cn cn v O • ,_, 0 CD cn Q- c cQ p co o w = o_ coca m v-a ai = v o N 3 Q v V c°n� � o 0 - o - - - • � < cr cD Q v ° 3 CD at CD CD CD Ni .-2) 5' Dm ' "" ° = � 00- 9? � m a = -- cn o ° 5 CD fp ° � rn � rn v ° �? cQ am — � o -� Q' o ° v r+ m nmi � 0) c• = 3: = a -I -I -I ,-I —I ol = g m cQ. ED 0 -, 0 x CO = v Q z- v CD 3' * n• -I v ° n (D o -. -tea to cD (D Q ° -a Q c =- o ,.. 0 ,-r at cD ° a N o a 0 7 CD cD cD cD 07 ° � cn m = c°n rn -a° 2) 3C0 Q ° m. v ET� R. Q � ° ai m y Qm =. v = .ICnVC. tr N -°a CD n Q o -a CO n CD n CD CD 0 `< �, n v °aQ "' C 00 sl) SD CD cnv cDo ° ,max �v v ° cnm CD a v 0 3 o Z cp CD`� N' v v< N 0 v 0 p c 0' = m CD CC)) N tin o h v o3 m ° m o v °- � ma —h 3 n i C D -0 = 0- a- a �� m o v < � ° 3 0 cn CD ma o 0) -1 = 0 X ° ° � WC0 (n o . cD ° cD v 3 v 2 - cD (121'. •-h cn ° Si) v a• m ° o = v n ° N -. v N 0 ° �� o v -, m 7 =- v ai � � Fa' � � m � � Q � o D mo CD,-,. ' o lb o v v -0 cn Qa cnco � 3 ° -. O m ° CD o v rn co vo - o m � -' vcnQ- ° 5' . � � ° m = , � v w v m ovm 3 _in) m C° _(Q _ o a v o _ = . a3' �. o m -I � � o a _. ° v o -h y > m �n' o0- = Cn m<< o 00 0 ,T,, v 5. rn CD 0m ccnn° vii = .. o_ min- m o oo -aviuS CC2via a? o ° moo 2 O C coca -o a) o = v) cLa 4- V ca a) a) a) ca ° as (a "- +- o to Y .--• '_ (a ° ca 'n .fL a 3 ' a) a o C -O'a E E C V >' a) ) (D C N -v) O N "= U T -0 O M N "O Cr) _c 2 ca U m U U V. m c ca ° U) a) — 3 U 3 a) a) N O .0 a 2 'N � � E L — (nom � � p ° m • N � � °� Ea) � •� _ o Q c N L c -O capon co o 0 (6 v o o ° cW a) p °o ca 0 - • o CO L Cw a) E X a) m ° � � � `� � 0 o � c p N c2N v) -QY N cc) a) O a) u) a) j s 0 o s ° SD K 00 N 1D ) v -1N K o -1 0 --1I ) o -0 v ° a3 0 0 r* Qcn � v F-° v 0 v p N'`< O cD (Dan, n Q CD T3 o o- p N`< ci 3 0) v v p = a VOi o N 0 cry C p- Q O F. Q -. C 6 rn n cn * -, is ,rt o-0 u' (�D cn - rn (Q' O OO rn n3 oop � 0a) a' 0 3 7 0 5. 3 -, 0 Fp, coon. 7;8 � 0-0 O O CD O" 1 0 n) g c 8 5• = aF � 3 3 n rn C) ,- rn Q i fn O O r+ cn rn ' - 300 ° 3 N rn C) rn ST 0 Q- O• I CD O' cn 3 O 3 O n) - C) "C3 cn v -�, =F v -n .O-' ^ * O. n ') O CD o a -a O Q) * n o 0 Xi n O CD 3 7 O N (Q CD Q' cn D `� N N 13 QQ. _1 < r7,-) C an -1 ,-� (D * E a)) QO 'a. 5. ,--'- Ooo C) rnCQ V1 a Q 0 o- P.I. CD N X v 5 p- O a rn CDD Q O Q a_1 CD O o- v -, — = 'a VJ p cD O 3 v CD N CD 3 — 5 0 rn � ' 7. N c n O C O O , p n v CD n O fn rn N CQ Q ° o < 000- =- 3 O:`< C O O rn 7 CD v a Cn N N N < C "a a G -h• o v O ea n SD ` rn Q v N" QN -0 C _ . G Q Q coS ` n n � Q oas v o 3 Crnz3° 0. a ' Q 7 5 ( L o p O CD � i = ° a) o = — cn ° °cN - n ._ ° ° cn 5'4 1 (13 n) -h-a 3 0 '�5o � rn v v ° -. y Qo 0 CD n v N ° � ° 0 cn -ha) o ° co= _ a c (1) O rt o Q 3 Q v )-, wow -, N ° p — v _ a) . ° nO• ° n v N°3 Qp 'C v 0 (j)-- p CD p � 13 p O ° rn .--1---O O c v -' N y a)O o- N fl - yo N _ N o Q 0 ;F O N = o " r) 3 ? , ;a a =o CD O p NN ° 0 cji ' " fl? v— N o v ic CO O O` — v O� 3 3 o O n O .< 7' CI) O ° > O v v c. O c° 3 C O si)Q Q cQ cnp C mCD -1 Q - Q ' O C cQ n N C N (2 O . cn (D c p 0 v CD * O O o 0 D -s fl C O CD a 3 77 (7) CD v p O Q `v v rn a L,g,. rn 0 O a v v 0 * — v O v ° — CD O' O O Q rn O n - N m O nO < O Q a) ° -I n ) o O 0- O. 0 o p O a O n O , O 0 - CO `D - CQ° rnv . 3Q- * o 0 � — C 0m ° • ° 0 3 v . O ' CD O CD O rn CD "O N O 5 y * O O O v m v O ow rn ° " goo -3 '74. rn 0CD011) ap 35. 0 * = ° Q Z o- N ° v O n Q- -' ; E, rn o CD — O o v co (D v -O c 3 �7 a a o v Q --I . S•a � a � � aa0 o O = U, p -, = v v 3 y, 0 -1Q-� a. rnrna 3 � _ v cn -, 0 - n) — . rno .� 5 y rn rn rn v 0_kb,m O' Q o 0 n 0 = o Q- o m ° to v �cQ 0- c p O -0 Q O. m = CD ~, 0 0 ° cn w �, .. 'p rn rn '" 3000 Oco = m--a 0 0 -'� v 5rn Cl)o a * rn a � o o � vi � rn m -0vrno � � � n) ) ,,. o — rn � 3aa) v .Q = a3 a ovv -1co maw v rn — _ � � 3 ° 3 ° n' rn _earn CD v -0 — rn 5- fDCQ � cn Qa) v o 0 — o � = O c- — -a CD 0 � 0 � � rn y rn — � � � 5' crnn �' m = ; � o 000 . (D on? m � co o' rn3 0- ..: _ 5' 0 LO U o "Cs O 'O o LO N "O o O) to c LO a) O)-0 ;n L: LO 0 0 4O N O O �O ca u) O C 0 U ( (n _C c .0 `.' _c C _c C a o 9— C C a) N 4- -c ,(s f) N (a o (a Q (a �. cs c c =v ca Y o is 4 o c . 3 �., `. N `t c c O c cn c >, p L C V N v) a) N c p -p o C (n (a O a) �c u) -0 0 O -0 0 • a) to O c (a �c c 0 M (s O N (a L �, : � ca '� �U—_ � � o =) o o � � a� a� L � o � c ao o L � � c) 2 U a C Y CO -0 Q 6 c u) L O E a) t0 y0 E L . Q- (6 .= cn O c N O p L 0 0 L �t E o L O c L N N N t� c t� C ca N C Oca a� � = � o0 °-c No � N isE .�♦ 0 (tenE `� c � o CU0Ecn -0N ^° 3 c N Q ca m to — Y U O_ Y o o a) o U V (a — o L C v) c v O a) C O V C (n p _c o = u) .,� E -0 — C p O o 4- (q � E0Lc -ao— E 'X 3cn �a „ 3cnc72 cou) ° Lao � E (Da) -a oo a) o Q:6 C "'' a) o C o > cs o p "a — o 4-. 0 Q > a) ca u) O U_ >, O)•C 0 o to .0 Q fs N (a L (�4- uoi C c a_. c N o .0 O_ vo) I- a o O M C 0 a) N -O N E + . U a O u) '(a a) >, p Q c ca L '''r C .. = —_ C L O N a) o'4- .Q-_c N t U a) N c C r I. (6 O U (a cn o (� (a N�. ca "- N N Q to o C/) -p cs 0 >'"a E Q- cn c ca 2 o N N a is p 3 f N N �, o a) L "- N o m Q fs (q ca -p ;,_ N �' O o C 0- o (n c -a p O ?r H O "_ • O Vi p)"� O C .`� Q- (� ;�_ U to L o 1 Q CO C O >, O N 2 -0 (a Y O o N O N C o U ui N a. O O '5 C a) O (a -0 U Q j 3 >+ U p y uj U v O L, a) N +� N 0)u .— o ^ C "O C N (s ^ fa fat O (a O i (a C (n cn O C 4- o 4- = C C a) — L C 05-0 ca o L� E " a) u) O L -0 m u) o `� p p "a a)•— o 'Y o U CO 1 L O O �, L O o N N U O cs C '''' t� c6 p p 'p t/� t� o •a• 0 c uS ca CD 0 a //����'�,� �� T°- o �° a�i, °l � ��', _ �l, Q/c, /�� Tel o >, c� °- a�i (5 .- 0, •� CO U u) L o ., 0 L A, iL V jJ 2 c c +-, a) co a) a) V U U �y L Al N O • W •- — as a) N N CO (� (a (s o L to o (a N L (a O i m E C C .L N la C U C O C c aa)) c p a) 0) c aa)) aa) . c . 0) o � c m 3 E 'c = c - o � o �P, 2 crN c Q-� ui o � > U o .-6 E C .s O L D C +r L C C +' o L a5 0 U s N L (n o o C Q N .0 N o ca (a -o C w • U -U 0- a) N a) y= o 0 o L O L i 4- C o �' >,= C u) — E • W 'N N N 0. n E w ca o o c o E Q- O_ ca O E Q- o _a I— N ' o a) u7 ca cs m o a5 L >, C N 0 c c (C C N o — o 0 _0 - 0 > O .O a) cB O 0 o C -C 0 O c F— N o O c Q ai 0 as c 0 0 of N +�+ "a C Rf +� p U O Q U C N .0 (6 -p �_ — C N "o (a E _ —_ (a O a u) - 0 (s •— L > c "a o L cn "p p Q (a o > L = fa �_. — o o > , o i` 0 ca U E a) p U p cn O a) C o O p (n C N N 0 E "p N C o x O N E ( C o L 0 0 _c a) 6. o s .c 0 c N c n 0.-a 0 u) •L •.c—, co) d cp) _ O c ~ 0 ate) a) N N rn_ c 0_ N N o H0. _ �? c 0 --_ N '°-) N E o 0 c N E 0 0- •C O N C '� 0 -0 N� o .M 0 N O .p — � 2 N I I Y •Q O CO >, ca E 4- N E 9 Q I Y C '- L N C > Q-0 "1 C >, E U (a a) I E E L .L L fa u) " ' U U •C o (n ,- C ro o (n 4- 0 (a E O O o o N" C E (n • x o 0 . E >+ o a) O 7) a) U O 2 o N — = .(6 0 C = ,(a O L (n d 3 U NCO N Q 0 >, 0 0 0_ 7 .c •L +_• N Q 3 ) . V cs .- -o g to ,- (n .0 N to (n �O 2 — U o C Q a3 E C N 0) to Q cL6 - (s (Q (Q L 0 0 Q L N L O L) o (a ca L o o (a .ca C o (4 L (a (a •C o .N " p N U N o o .L o Q EO O .0 o) 0_ n. 1- _c ca (n 0 a9- .c cs 2 E $ 2 .= 2 E _o cs c 0- H : w - � ou) � ._ ca .. � � o O 0_ I— '(n 0) 5. c 0- 5: 5 � vmm -1 0000 < 0m0-. U) cnvcnvp -1 -0 -1 0pcn 3O � =. 0 (D � ai uliva. Cn = nrn � cu o O ',crn Q o c Q n C m N (D .-. W O cn 0 u n 3 -, 3 Q 0 O o N (D ) 5. O p v Q ° p x o cD 3 v C) 5• CD (D _ .n. 0 .3 n O -. o S 0 0 0 0 u) o "~ (D O (D Q Q O O O O 1 6 7. 7 0- CD v (D Q 0 (D D p 3 O v O" O _ Co.) O �. 0 3 p u) o ( O u) •' O Q O 5 5.73 Q v a (D n n — a) 0 n O (D O -) p p 0 v 0 — O (D o ai y v (D O O p a) (D O' o n -. 7 " - o 3 3 O n O N (D D O p (D 3 = v D D. n O O 0 O r ( P 8 o �, `G v N(D O O C ..(Q (D (D O , 3 tu O o N O o -a m (D Q n ° 3rn m 0 sg 30 0 = = 0- ( C0 o ua -. c Dc- 0 •c o � 2) o sg rn �' _rn v �_ ( C =EN)) � m .' ~ D0 rnaFra -032 � 3 - 0 (D = O v0 s to O y c0 n CD(D Q O v (D v r. S ( N O D -• D - O Q Q n .-.• o' rt ( ( Q si3 a) 0 = D 7. „ _1 O 0C � m3 o � cc- cncn5 Ox 0 , • v O o x 51)(D O o N' --1 0 � p (D -1 Si) O * Q 7). v -5 v, O o "�0 O O -h a - O^G O f Q v -, �. c , v .• r. O v ( S c p 0 7. p D o c O fD (Q o' G — ea v o D ( v b) O 0 (D ' (D O C =�n N ID a) Q 7. a nc O v O o g 0 o m N flD O � — O o X _ " O Ov � Q s-0 OXC nC C) (Q O o D Q D (n `G O Q � ' O C) o O O 0'O (D 0 -0 -a 0 7 O Q U) � , „Q S` 74- CD 0 Q N Q Q p N -0 N• O OO (D O ( `. O P a) n o O n V) O• D •A O .0 O CO O 0-a Q p U) O 0 C Q( Q p v . 3� N (D -� � O 0 CC v ' O' - D (D- D ea CD • o (D -• Co ofD 8 D n — 0 + O (D 3- 3oco 0 CD D) -a -0 (0 a 7"' O Q c = (D p O o m Q Q 2) (p -a n v * 3 D 3 O p `G (D - O 3 N Q fl) O C O O• (D O O ,. Q (D 0 + (D (D u) -, .•-. Q- < 5. a. 0) 0 O CD n O D n rn ( ' �mN-01 0mN 0_ rn� o� iN'' C o Z � QN c . .DO Q 0 r. Qm c G � -''0 o E O m -Q Q Q0 = �• QO 3 �CQ v 9 _ 3 - 3' m � v 3 � 0_ km; 5 a 3oom0. 3m (D nc � o c3 o — SD o 13- _ < ... cD O cn -. a3 (Q• 0 °, ivua) 0 ° _, � pa5 '73 coon) o = 3 () 5. = —I = 7. y o7 (1 aQ Q � .-. � _ v, � o cnc, � _� 3 v, 00 o O cn ... o = � ° o Fd ° -(5 V O * v eL • o c w -• ' nn)i al v � C = CO N 0 _ , O Q O o ,G (D (O O (D (D (D (D O `. Q 0 7,- °) 3 5 (D o (D (n Q S CO O O L Y C _ a'• a) i C " C7) a) >+ O O -p C i••• i Cn "O - CO o "O y = � C RS L o C �' o co � u) o o � CL � "' A\ .— o a� C < - �• ) E O -O 3 a) O C7) Ca as +. L O .✓ t C O "� �+ -O .•. � 0 C O CO _ c -0 V •w %7- ca ,Q a) CO f - - L �• CO 3 Q , }� •O J_ O O •� c6 O c� 0 O ct a) .0 C O U N O C6 >+ a) •� Q a) L- .—O v) 2 Q-�, (O C ... w O CO a) C - a L N c6 I- O C Q C .0 L Q p f6 in a) 0 io U a) V_ N > 'c C Q .Q i , U CO O 2 uQi — W C co Q-a _0 c aa)i la c L > a) C U 0- ° co co - _ -- N U 0 U Y �. O i -_ C m Ca CO a) N j CO o � L- CO f6 OU 0 j •. C/7 X a) O O C O Q- CO O p O N p a) L a) a) O C p O Co Co E co o "a w .C i C - Q C a) `� Cr 3 a) -0 (u C U 5 U CO O N N -a co 4- .O V) Q Q (Q W O 2 as ~ CO Q a) C u) L L CD Cr 0 CO Cn CO CO > _Q Q .0 i i L Q -_ _c Cn - p C c L Q N V ` CO 0 Q O a) =... C >' Ca O Ca r. O a) a) O O a) N C +• L "a a) C a) ), ,_ U O L > c p -a _c � >, O 0- tZ C o U Qa) _a c a) o .Q V ca OWN c '� U o CO C C co O- > o u) C i N a) `O c 4 O a) - tO p a) N C U a) . ^ La ._ a) is. to - +- .6 ,. as CI Off _ c Q- -6 V) Q i N C.: ix O C O a) a) OU O •� p N N .0 s -p c 'l U N N �'' ` p a) a) p �' >, RS N iZ O a) O Q a p CO N c6 co coj O - a) vi �•+ O +. � -p ca Ca "� a) rn O U �' N -a ._ C Cn a U C c) -0 a) 'C i Q O o O 00 2 C ,E c ,_-= a) +_, E .O Ca co J N _c ca +`- 0 o cc tz N "._ _O U) C Q- as •- ` 0 -(7) c) O a) CO O O U ` i V) O L ' = - C ` m O O C "=' E a) Ca C 'X 4 = a) -c C C1 N p Ca `F E L- C i C a) C a) U) 3 O V a _Q > O w a) p o U c u) > O O O CA C O Q p . . •- N K U O Ct - OL 2 a) co O U a) A +`. C) co ca H Q c - O O a) c U _O co rn Q,o sZ al � �, � w C1+. 4- � LC) � L A 0 -a CO C C Q C 0 Q O C 3 s- a) 0 O y c p y.; L CO as 4. 1 Q _ 3 -a to N L > (y p N C a) p �.. .0 U a) u) C O -0 O C v) a) 9- + p .•-- L5 +� +, C a) p to to .4 i p t +� ca as ca - •F• W O N V Co O to Ojai c � o o o � >, � sZ 3 Q o c 3 = n c o � o_ o > coy 0 0 "_ > � o o _ 0) E L .2 as � N N ° C 0 C 3 • 0 - o a) O o C L a) a) C CO - +- U) C L1 C Q U) O L L C v) +. .- V U t 3 -p ca > c U ca c c - OC aC) m o O o > o 0 o W c U aC) .Q � a) � m x 0 fl-� U � o a a� cai U c o0ovc cEZ,� � — >,V � Ho } mma) asaUc E = a) i -c o co O a) a) O C U U O Lf Q O Z O C �, c O a) U '5 _ _ _ U Q __ CO (O O O O co c) �_ N To p a_•_ C -p O i v) V) i,� oc\i cpj O -O U U LCD - o C C la CO L U I- C = N E O C C a) a) L N a) o p C C d p O U 4— N •- 'co O i CO (O CO C "- +� CO Q - - -0 0 3 Q a) fO o - - ca E +� .o E �- Va � ' o — +r 3 C a) V — c E — Co c a) a) a) a) } V) N Cn c _C L- F- c6 c0 —- CO C co I c •- •— ( c C O Lo I , C +' +- a) a) -p C c p 0 -O c .- E N 7 Q N - N O •- - - u) V C O c0 O c ,O O U N - . -S U N y 3 c U — •. b — u) LI00D= a) cEo a) 0Q- � _0 oc, v�) E � 0_•- a) c �' ( °c'c�a -a aYO2Swrn� 'cu) � c = 3 .-. COO _0 .c 0z aa)) M 2 � a8iw4 3 u`n) m o c `� as = v ,c � N 0 =+� o c o •c0 0. us o 3 � � U ca O a, N 'p)H 1- _ - U a) a c O U cn a) X cn u) cn tZ ca N c0i .c .a A.N rn - H -c O ((Bo U HG�. H .� WZZ tin us _o u WO > .0 O a.c3 I- C N — O N N M a •F .0 HdH LQ.UZ IoM C U u) - -0 C - Ca U _c E p C a) c 0) Tr in 17 co c co * st K ca o c —1 '0 -1 CD o o- K 3 c c-) 5' n) —1 -0 —1 O v O •- O C) fl) cD cD N 0 0 _� 0 S '+ 0 O 0 . O O '� m- a) S (D ,, 00 -000- m O cD o n — a .) CO O O K c "a' v F n 0 3 _ a-a n N. C 0 Q ? 0 N 0 = c -0 0 ('t< c N N O 0 (0D O n a * 30 = 0C 5' c �, (D O 0 * P _ (n O (D O 0 c 0 O (D - = 0 v 0 0 3 � 0 0 ° = � 0 0 0 o cQ N � ° C m a c c � c o S 3 o ? - c m m R0 0 0 I ' -0 7 = = C 3 � � v v � 3 s < � �• 3 3 5' � '�' o' N 5 7- = 3 = '=1-• I T n (D 0 O O ' 3 f0D 0 = N z (n �• = n C 11) = = c). = n 3 O Q (OOD 0 0 co o - 0 'n-f .07+ OO O n N • CO n�i c -015' Q5' a � o 0 c ? o N a6 o 5 Qc r,., 5 --is o v Qk a m C7 c7 CQ 0 O a -a O a 3 co 0 a CO 5 .-1 v = O N 0 -1-1-. fn O p O O Q`< (D cn g (D = v O -a (D 0 o = 0 '-. 0 v (D -''-0 a fl) (* a). 0 Cl) O 0 0 3 S?o `G O G) < 0 '. (D �, °- cn O cn D C O '. * -1 (D = -1 c7 O O a cn co 0 '+ (�) _, O O n 0 ' c5 S Q 2 5 O cD `C 0. cD _0 7 S 7 CD D3 D 0 ..< N O O v - N .�-f �. CD_co O 0 , 0 O 0 CD O " O c 3 < =-r 0 'O'F 0 5' 0 7 .+ 0 0 n 3 -++ O O v n O (D (D O m- o- 0 (D O o w 0 " o - 0 D 3 = m c o .- N . O Fe Fe ,, 0 O O O = 0, . 0 O = p — p 0 O W (Da .8' cn CD O ,,.....'1 cQ 13 v - M00 (D 01 O O'a ,--1- S o m N 0 n 0 O O N 'O-' N O 3 O a) v * o cD ? c N 7 cr O co O C -0 O C 3 D 5' 0 C) c cD m e 3' v tn' m iii N -00 o (�- � o < 0c° � � cu y (Dv o �, 0 0 � � N v o 0 5• � o su n 0 aA- * w 3 v 0 c o -� • = cn Z0 5 c 0 O o_-0 0 O- (D Sv ri -a = 0 -• 0 O a O O 0 0 < 0 " -C 0 0 cn = o v CD -1, 0- - ' < -o -0 aD aO a) 0 CD Em q, ((D — 0 0 O (n v O\ 5 5. O (OD N - 00 v = E 0 O O v H c v Q O °- � 3 c 0) Q0o co `� 0 3 3 oN•� v °o L-) a< w G) � F ' ° m a) G 0 (D O a) 0 0 N 0 0 = (D cD = 3 O v 0 y _co cr Q (3D O O =• 7 3 '"' O -O O a a Q O .7. (D 0 (D 0. = a a `r v O v co O (1). (D a O r. C7 (D es- -1 O -0 5 o = o � CDS n a) - v 6o aao ° � � o m v D 3 _am o h m co cn ° - a � � - � -I -0 = � cn a OD CD zcn a) 3 � c v a) o_ � c0. ai 3 = ss c0 °-^ 3 ,< cn �� cn Q ? 3. c o� 0 � co v cn c 0 0 5 � v � < v v av 3 0 3 N m ,-. �D Q - R _0 c w m = �`D 3 _ 0 ' `< Q = n =�; c�. 5' 0 0 0- v 3 �? c-1 0 a� m CD to cn O fl? N cD O c� o = G) v 0 3 3 O (� c a, '< Cl) '• o `. 0 ( c0 = y 0v00v �, 3O 0 v 3 3C) CD 0 y 0 �+ n �, O O cn -6)-- , O (D N O �- = cn (D cn 0 = O v 0 * a c0i IS O Q N o 0 v. c X 3 D cn �. • (gyp 0 V 7' Cr 0 ° c Q -• o o a c '� m cc a • ac =. = 0) a N -- CCD v. ° = Q <' =� ((DD N n o = '- tea) 0 0- off = _conN-0iD aD0CCme 0C � !D moa � 0 va v v -1 -• = a 0- o D v o 0( 0) 0- 3 (D cn -�, � �. 0 �' �.X in-Cl) N Q O C7 0 C- CD - p ccDD N v 5 0 a co c0i '.. 0 s _ 0 ,, a0 = -1a ( W fn (D ao Oa) (D 0 -, l) Cl) co Fri - 8 (D E. CD CD to (D L O 0 a) o a) a) (a — O L 0 'O 0 -0 0 C L ,C a) 13 a) .Ch W 0 4' te (a C _a -c � >s 0 3 y--' 0 a) - (n � •—-• 0 � •L .'O- -C C -c al Q G1 Z' � Lo (a � � ~ � ca .� (a '� a) a) > '(n ca 0- CIS O t � ° Cu ca C v- = J r_ -a Q C N L — O C a) Q (a > a) C "a �- .N •Q a) c�a O N (a U Q O N c `' N N a) a a) 4-ca a) c 7 ° ° c 0 c) F-_, a) 2 '0 0 O W U ca ca N U) 0 C O c a) a''- C :,_, C E (a E + a) c U _ O Q.c "'' 0 a)C N -0 0 . 'C 2 —O C O N N a) (L N _ ,- 0 "0 cU6 a) (a a) (a w 0 ca c _c i ca O to t Q E O U 0) Q , 0 a) a) 4- E U 0 O L Q O a) c c N a) Q ° p 0 7 U O O> cn as a) a- N al 4_ 3 co a) 4- 7 (a a) C - 0) a) N N 0 c c O ° "a N .= 0 L "� a) C ° 0 �) 0 o c a) 0 - 0 0 "4-' . C C 'C Y C O (a in- ca , C o��0 cad m ' cam 0aoao a? aOCa � -a o ° � Ea) � o Q• aL) 0o0_ u) 0 U O U N L ca cu .N 0) (a 0 a) c y��i -0 "O 0 0 E 0 ca O -C Ci N CO C -0 a 0 Q-'O - P C C o U o L 0 L c CL. O Q ° a) N = Z a) O ,_ -0 •- ) U 0)"O to ca > ca ca co- .L C �, — .Q co= U LO C Q N a 0 a) a) E a) c c .N U CO N ss c .� U W c Q a) U ca d 0 = 0 rn C a) N = +� +� c - L Q-: ' a x N E — •O N OL a) L C ,V +L.' Q = C ca a u) 0 0 -0 o L CO ° /0 L O 0 w y0� O ca 0 te-' 0 M — +O+ a) .� 0 >, 0 "'' 0 0 d C ca -0 E 0 O i 2 0 0 O 0) a) -0 `t U) E U LE >, U M 0 2 E C . a) " O CU = 'W C a) ° 0 - C O L ca 4- C O Q.� X s_-Y 4-. .Q .0 ap -C C N — i O as O 0 • 4- — ca ,a a) (a O Q ° 0 0 C a) ° O N Ts ° E _a -°a c E E o _c }, i3O -c a) °as (a � U -ac 4-- 3 3 w —_ � Q ° ° N L /� cn O ° ca C a) U a) O a) — N C 7 a) C 0 0 a) cn la C a) fa `J in 73 0 �� its o -C 0 a U � N ^ 3 (6 _c E 0 o N � >> ca a) co ._ (a �.� /Q/ ° . O �0 0)}' VL/ C (a ° 1- OL 0 U) ° V " L ° c E •c a) Ea) Q C Q- ce L a) I— (a � Q •ca w •i ••V O -0 = O Q- N co C 0 — R$ C N U (a N Ca N '— >s E Q L fB E 0 to (a 0 Z (a 0•LLJ ' QcL N fCa > ,L, N p O a) 0 (a ca Q ° O O O -0 -a x OL +- a) 0 c "a ca N +- L U '- MO U 'a .-. O O U C C (a w Q L ai C as = i t >, ca O 0_ •�_ N c N a) a) C L Y N c (a ca N c 0 E VO .O ca a) ' U 0_ ca a) 0 d - C — ca .g. U 0 L'' 0 _ca) _O cn > a) a) L°� t Cl) -0 (n t a) O a) -0 4- _ 0 �( ca to .— 0 U in L O L 0 a) c c - ,U _ U) .0 L C O m a) co o a) ° Q O rx ° C N Q., (a ca Q 0 op 0)0 (/)as za,a) LL c O (tea CO OL 0 0 t �_ 0 'C 0 0 C ° 01 >+ as U 00 _0 0 ca in.0 - O .1- - C .= L L "0 0 a) (a O C -2 0- O Q ° (n O O ° O a) C U ca 0 0 U C (6 N as . 0 +� I • ° 0 C ° U (6 0 ° c 0 N U O C � °_ - L C a) 2 (D c Q•— E (a Y 0 0 . (a - ° c6 0 0 Y r ' ca +•, (n _c O C ra) LO CO O 1= .' .(C6 < _° N Q N Q- to N E L C cn > co U L U . (tea E L (n .- U -0 ' U �a) N a) >i L ° 7 Q Q' N Q Q E J .O a) 3 ° U 0 .° 0 0 cn U L L C d C Q L a) O_ T. E _ m ° 0 o Z a) - 0 Q- a) '- •a) - O Z E a) >( ° ° Q a) — (� �' ca a) E >,.N '�_ U Q ° (a �,.0 L , a) cn _c _c V A.N Qc +� 0 oo dHn53Oc�a00a1- cc 2 -c co ° E O - o..Q E Q Imo- O0 -°- oc � t � Q- ° E = r--' 0 4- y--' y--' .Q 4- a � r-+ (a U = ti ti n C3 V V 0 CD 00 lill ° �c 'S 0- C n n o —I 2 x(1) -I' 5'a D D 3 ( 3 3 -+ - (° v ( ((D (D C aF C fl) 0 0 N _ `< a s ( `G `G n Q (D D D -a n CD C fn D U _ art O _ O C c 7 p ' if CT: C =• tt 7D M c i rt Vi O 3 " CD Cc a o rn ' ° o � ° ° CD cn ° D rn ° c 3 3 o D 3 mo Q -o -a ca ( cn 5 .Z .c o z Q cg 0—. 5. I ` m a)m 0 o N � O o ° E ° n 5• 5. 0 * I p 3 —. < 0 cc o � 2) 0 O Q— Q C • 51) < D D ' Q X o o 5 0 (0 = = Q -0 N ° . 0 c N' O C c (D Co cD= CQ co .« n C- O n n D Q a) cD N N t — n O p ' - - O O " " _ - 0.G (D _ O Q -a O a n `< = - a C cu _h p u) — c z n) c —• Q � O n O v N c iy CD C cc)N a) O - , O O rn =Qm ° n -0 ° sp0- * eLcD G) a0 ° � —w = � G) � n3 - D Pr 0 t - . (° m cO cQQ 4, • — p * N ( O < O =< ° � - v (p o CD ° -, v� cD ° CD BD = • (D ? � O -h m v - a ",C v Ho ° - _� ° o n a) ° pQ-a 0 Cn° � (° � ° 37 om -� (n CPCO * te -1� N 3 v cc D y O cn a * - O (D c < a) Q — N N � D - -<57_ (D �' — (D 0 (D CD (o ° ° -0 N c C7 p CO C " '-+ P 5 o--O O Cn = p ..a ? (D — O c cD (D a) N fD O -+,- a o (D < (D fD -., Q CD �` cD ° CS cD '� O Cn v ° cD c — -'' N cD `< P v 5 O rt v) a, � � Q Q O � , = - X, 0 v — O-, (D p n - - Cl) Q 0 0- 0 0 v 3 p n a • N � p n vi 3 5 - ° m c = m 0 ° 0- a) _ cD -, CD O cn N 0) < CD * O p ° CD (o a: (D o- c5' G) N (D 0 � 0 P. o cp 3 E' N o 5' � CO s CD — rn ° �` 3' oo < co _ m Q- 0 Q * _,; -• 7c 0 (n -, o -.• O O' 3 co p v it fD • O c fD ° -0 o c o CD ° * w = O -'• -0 p 3 a. _ -° ° �' v QM (D CD cD 0' 8 cn c Q N N ° v c r. ' Q. 3 N fn " •• A O1 C) 40. 0- O 0 cn N � 3 O. N -p' v Co 0- -' -°a Qom o 05 = CDNCnM -4 `< - G) ° � = 3 ° � � ,-s- 0 c -5. a c �' -< CDfl) c fD ° 3 ° o o- s � � _, a ° 3ts � CD CD� �' v m o ° ° 3 = c °- N ° o ° o ° m O3 � ° = cD0 va) roc°n to (D -h ° fl) C 'O—., ° O - ° = map ap .Q c CS * (D °. Cn Cn Cn ° Q U) N -�, c) c Q N = — (D < �, Q (D (D C C) v n _ --:-s a v 2• CD , O — p O CD ° O to N c n n O p (D a. N N O c co * "0 ) o - 0" v = < cD N ° O fl) (D -8 c E C , ° O R. ° (D a m s � < Q 5 (0 CD o v v ° ° z acp m QQ. 3 c� ..,, = o o Q * CO n ° = -. � 3 sz _. n co m �' m o � ° Fa v v v 05. co a � oocoa � * m cn ° �; sz� -• -• -hroQ- `'G CD `Z (_� �_ (Q (D cD 0 Q- a) (D CD fl) 5 fD iZ �_ - Q O0 7 o M (D p X O cD o- 7 3 O N. al.-cs f "a O cD Q 7 fn Ni N CD Q O CD C NCO Cn O O o 0) N CO Cl" In f6 U Cl) CO 0) O _ a) = as c CO uu) a c a)Q. �' cB Q-a O "' t6 >i _c c O 4— a, - c0 as 3 a) 0 ca N ca .�., _ a' 3 U L o U >, E 3 0 (B o a-) ca L °c' _ /l��1 N cn 0 c CT)o 0 o °� •� a N `� >, >,- a) c 'cs < a�i L c inY v ai o ac) U 000 � � 7 a c o• o o " In u) as fl Ts (B L O L L 2 �- Q' Co 0 _ a) _o � 0 a) a) c•7 Q+-• c V Co U u) 0 a a 4— 0 ,_ c -p a`~ c - U O. > - o .Q o c �' +-, x c p -a 0- .) a) 0) U c 03 f0 0 c6 N L U O Z CO C C6 Cn al 0 E C a) o Q c a) •c _c c 0 p 0 ` L O O N ca a) O m' a) O Q a) N a) L •'— t/) U _ O ca E O_ E i_ a) -Q "' l0 ca a) c -0 E C) u) .�.c •y=' V c 0 — E U a) -a .0 c6 = 2 C c > >'0 +' F 2 a) c L c • — Cl) O 0 a) v) U >+ c - — O "a u) . > I— p 0 Q c U p 0 •— :'_' ca c r O_ Q •— C> can c 00 O N U a) ' ' Co O a) ca _ } N O c 70 c — a) _0 . rr O N •7 Q +� c _c +� 0) O (' U 0_ ca a) X a) u) >, 2 Q- 0 .� 0 ~ u) C � 0 V0) Cca) n caO -6 aa) � ON .= 0 a) cLO � a) 'a • c V) L c J = a C U) — CD O L O •— Q L _a w p L p •�--� CD C t) 0 L 0 `~ E 0 ° rn ai Q- C a) > 0 c) O a) 3 0 c� c .-Cal p C) c Q t a) .Q CD- ca ;� 0 N cpj Q Co U p 0 +—, rn 0 U c ca = ••— 0 cn c c a.= 0- N O •c 4- O a) a c 0 E _H a) co v c c v ca L (a p c 7 a) 0 y, > 6 >, u) p c6 +r O Co L N c O U Q O U f6 >. c O c c ) 'p 0 0 c Q 0 N c6 � p O c E _O c0 O C +r 0 N 2 a) Q- N a) a) -0 > .L7) a c c 0 ca 0 CD 0•O c c Q c L (L N c a) * 'L ru O 0 p Ld 'c ,, E .— cd -0 c6 X C (B E 0 Q O O c a) U c0 �a 0 0 0 0 0 N Q>,U �, " ..L.=a c0 I- L to 0 c J O a) c0 p .c +, - C c6 U c u) O U 0 c .. as �• U a) ca N a) C a) c0 c W O-, a) + L N c a) = ca `o 0 c Q i L N O u) O — u) c -a U c c N 0 G Cl) c 'c Q C u) p Q) p r+ V) 0 rte+ c a) f0 _I:1 a CO f6 c Co Q L Cl) a) p aeL aiaiE � � 0a) 0)� � � 'cQ�� _c >, 0 � � � � � �o � o � N � = � o '> ^ � c c •N ° ca 0) E • co a v' CO cn -- _Q E cu > _2 u) •— a E. p a) c U CD aim R{ N J J C u) .c .—cn Q - E 0- C a a) -a > c as rr �' V U u) 1::3 U 0 CO c •c >' ui d a) 2 u) — CO .0 N p C = O c — N 0 C ca Q" C a) 0 V N (� cB .N c0 c6 •� _co *'' ++ c a) O '- O ca a) v ' —_ E c O_.S 0 0 CO O x +, L c en L 0 O - cQ Q c a) C'c L a) U = Co '" a) c4 c6 = c0 N a U a)—:- c6 U a) O -a 0 0), as u) U O f6 U as O c A'+. c p +, L r-, V) Q-'LO a) L a) N r� O c `~ c X 'p to U U 0 O (� rn•— N +' a c p a) p 0 N "p O L cn O �, ca to rn _ a) c » � c � Q— o U � � �,� o c � CO a) Cl) C > 0) U c 0 a) •� Om CL a 0 "-- = 0 U c •X a) >, u) cn E ca uS Q- 0 0 RS .>= CV O = a _c c � _c 0 a z L � _ a) c'� c c •cn 0 0 a0) 0 — cD 0 0 o c o x :~ ao .L N co 00 c B O N N .c _c ca c c O ~ c c ',_ ,- N a 0 _c a) .....1 c 'c 0 , 0 0 c a)._ .,.. Q- O a) O •— c 0 Q- I I i O U a) a) Cr) u) N Q-0 LO O O Y Z+ a) L O a) 0 c6 0) a) '7 I 0 OL a' Q a) Y c (n L ,[ E E p .c c .c c L Q. U O O N a) U a W �.-� L N p 7 N �_° o }' .1a L � ;� � 'c � N ." I- m v0im `� ca c o.. E 3 co O CO uCi -0 E 0 " N av) E ca >, >,.N 0 -a 'c 0 0 0 ;L -O p U aU) U x c a) u) 0 cn 0 aa)) >+.� U c O •` O w e a)0 cam0cLao0XcaU v0i c isv +. � � Ev a � c .Uv � � 2o Co icaa aal— as .4 aE a) ca E � � J c _ .� e- N M CO CO CO rn al il. H 0) 5a) ao -1 -0 * Iv-a � K a U) o H O v -0 cr (D a) - -0 a) o a ^- a. Fe -, r N D 0) o < O ( a) El) a)N CD Q (D N `< j O N • N O a) t.`< 3 o `< O o F z D Q- 3 CO s - n • — < 7 A O .+ -p 7 3 7 -n x 7 o -a 3 a V) =• F) • C 7 - N a pO n) D 3 N N O ( O , -p 0 n _ ' N = 2 s (D Q- n (D Caa . n O 5. D _, a) O O n R. C n 5 O .s- = v 5 v 1 �• v 3 � a(D 1 O 0 T CD 0 u) o cra--0 _co— 0v a w' O � cc, 5: 00 7 n cD D 5 p a) -i 0 CD a D a 5 v 3 1 .5•• o O CD • C a) O 0 c/ n a o 7 (D a) 5• a �TO a - - C 7 C m O � O O ,, a) 5- 0 �a O a n O o CA * Er - C CD -0 5- a 3 D — 1 ( C a -a ' v n O CD v nO K •= C EU 0 < O a p '+•D 3 v O S G Q- O _ n N, t• O. ai. (D a O ( D a� O3 5' (D _i Co w p (2O m m a O CD ' f3 3 O aO '5 m n a o o a 3 - D ' v N , . 5 o D D rn Q . v (a a) O CDs m p CD O v ° y Q- O � � Q v � m°° staa ) 2 �a Q5. Cz o < cD o Q y v rn � N °� � 3 o -o x, o 50 `-• Qo ° - = N � cn 0 = 0_ 0- y* ,. * EC s C ' 0. _ O (D O a v n a v N �. O-, (D CD 'O .O� — a) 0 a ° a) CD cD K 3 0 O O C �, n C. (D p (D a (D �_ O n 0) a) N c N O O p 7c G 3 -. n r" 5• * cc? cD -C3 r p 0 N) -I n r a _'D v a) CD n O (D 7c Fir c3D o CA -, m ° o-2 6 m cp (n as 4N m• , * con 0 M -D CD aim 0 tea = 3 _' 5 7 3 Np n = �• 3 . as N N D cD s y c,-r—D 0 Q- :U �, C• w CD N a CD CD �) 0) 0- 3 0 ' y a) v Eu o • c) 1= ° _ _a Csg m ? m - m a -a n ° -, m Q0 v (CD 73 Q- O_ (hD R• 5. 5U) CD 2 N n O Q O 5' a) N' a f" CD O 7 0 - n -a n ,FO m -0p . o � CZ = rn act s x � a� a N N o -, —1 C E 3 c) 73 CD 0 7 O SZ N N 5 a) (D ° a) 3 m C cD O N O Z. ,0 g. < Cn. y, vccn a) o aN Eu , 0.. CDCDn • 0 CnQ0 �' � * CD uCi ° (Q 3 v O N <D Q a cs • E v 3 O 7 C N NCO -`O_' v = N ( O a) a °° o S �. (D c ill a) a- = N a) p �, CD = . '0 3 co 0 3CZ � � �.`< � CD 7' m a)' aU) Q Cn3va? 5- � rOF' o � �' (� �, co um a' • C o -, 0_ cD C a N ,D C 5. C a n ,,• a Q C C N Q . 2 D r. p O p cn `< 5 4. 0 (n 3 D Z D C vi -) 0 c 4 O 9) Z an u a n N p a , N 0 -1 v N o • c .-i- 0 0 a n O CD o a o x p O O " O 0_ * (D • p a su a) � Q C rt cr 1:1 mOstg)) 05-1 r . n 7.,-:� a � m - =1. 0) o te a) C CD m 0) 0) g' cDQ O , D (D (D _ N cD _ a) a) C a) :,..9 a c O r • cD v • 0 C( G "O ° C D Q 0. D - v O' f CO 3 a Q C QQ C a `CD c - -+ O p. O a VOO 0C = , O . cD Ar.v a) C a) D p 000 =•• E ist N � CCO a) O - N •N a)as E ° a' a) o °' o co " �' 3 �3 aci d 'U n ° • n a �ca o •- cn c - oL o° ° p JD o Q:1-• f4 .+ C C (0 +� !Z N C C n� O O "a C O_ o 2 ca (a C c O L o .7) _ o)U c a) a) o • N V � la •c .0 C U "O ° Ts C •Q ° 0 Y N O .Q"O 0 - .4 LI oE4- 0j• N ° Wc 3 a) -6 a) -0— a) `ti co o > ,eco aa)) 0E � ca ° ova, U � � ° � � � a) � � ° � -a as O � JO o = W CO 0 •C a) 0 4— � cn � .5 a) o - � o of ° a) CLaa) c 0a) cn .0 W CO E � cca oc) -- c) Ea) a c ° a) Y Q � c0 cC C v) - a) � rzco � 415 in - a) �, ,_ a) .s= o -a 2 a) —O ,C d > > O C uj 0) °c) O o) o E o ? ,j - a) c o E U o � >,-c �Y ? � ca c v) c c _ca ° -0 c0 c .� .Ct o - -o rn3 v) - tnoL oc ° Y ° a) o oY cnp0 ° c � c c 7, a) .0 tili o > » ' O 6 O x O O O +• O o O •- 0 CO Q- ,N 7 00 00 CC (s O- N a) �+ E 6 EU-' Fir- a) �' N O p 4= ) L t Z N a) U _c -a (6 .-, U -p L (o J L X L 52 c c E a) r :Na 3 c c Q = rn co O ° c Z a) os E N O d Q ° a) -C o '- E t a) N '� -p ° C C c°i � -0 U) C U :,.. cat a) 4 o a) -0 'c rn sz d > > � v) Q c O a) m c 3 -p O) c > "- a) a) N - � �:-Eo a>immc � QE .- C ousicncoi o tE aco0) ci � c ° � 5 �' a co ca ° U dv) v) •� o wall = ca x c c _c ca x c p o t (6 L — L Q] .-d a) .-, a) U L p a) C L o 0) a) O O p) !Z C N -2 '— 0) Q C c C — !Z �- o arc c c = `� c = � a) - L c o - N c c U �' _ . . L N O .— C E ai E o a) '- a K c "p L �. � — a) O - a) d U E O •- .� E4- a) o N 'aaa r .-w O u 3 E U c > > ,�° Uo o E ° c w L L Q-c N a ca (0 N U — co a) c >+— •' ° c4 ca a) ca c — ca >+ cn . r a) O (0 a) ~ c a) co H I— _c co s > o as , L rn > > L .c 0 ca (6 .-+ L t� a� ■p ++ C) -o := U — I-- ^ .r > ID � a) o -o a) ,C .r .- v ° O �' O N f4 C 6 a0 co N (6 (6 CO C cn •= o a) Y Y (0 CO N C 2 ° C c a) O Y ` _ , N E LT5 cn C ow U x k > a) .— '5 C _ O ca c0 > . C _0 c O c c a) ca `) c `n ca x _ ° = -o ('`) •? a) co " ° - >. E ° - C9 = QN .> a) o - >. E o c co o a) �' N a) a r _0 U a) C J N L c o } m c 3 _ - U a) c co c c O CO U U a) C �_ E a C E. N N C 92 O U N a V O L O C ZD a0 C .2 ° U a) a) _c O ca) V U E a) c E as '' o ;o ca I I I •v T- •c N c0 a) E ° O I I Y c V c o p -o O . I Y >+ E �-0 c oc) m m m 3 ui °n n '4 0- U ° ) a) EEL- 0P.. 0 -3 c E E v ° d ° � 2 c as 3EvjaSL C � a) o m �, ca - o ) m C �. o c ° (/) 3 � - o Co .� o c E 0 a> a) > - a) LL O a) -E OL (a R (.0 o L `) _c = a) _a a) o CD (c C _ " a) Q c) o co L �, c>a a) 2 �c � o ca) aaal— cam u) o 1- 3 2 —� 72 U aaI- cn (n cn o 2 `. as a U CL I— ° > C/) L 0033 COO ° 03 C,DC cc°o co m w vo0- mv, .< .G a3cna) v �- `- m vo -oa- �.-�a _ 0,� v0o °oma) c0 0 3 D D P O Q O cp 0 cD su CD CD o a CD X cn D 0) Q(0 a- 0 .' 5. O O (D -a Z Q cn N x (D 3 .•�- N O to "a 5 D vi n c ° • � � � v om � GG � m � D � vDu,' rn � 0-° �. no 05• (DO " 5• = 0) 9)i ". I I (, co at 3 o rn 0— < v 0•m •�� ° ni m � m ' .=.1-. � 3 3 � ° _ m QaD 5xi xi 0vcp (° = a -0 c,,, mm — � v30 � cQ 0 0QCm0 I CD c 03 CO 3 Da o m 0 Q� 0 � g iQO cn me' cl ° 0 m- o m * � N0 ° 0 D v Q-� o. = o . 0- = a 3 3 0 � _. m v N o 0p. 2.) fl.) 0- CD 0 Iv >v CD -0 a3' 5' 3 CL Z. � CD o o momma 0- 0 `•� ; - = � 0 ' = Q0- - 0) o 0 Q- cn v. = Q- = CO m� = = = 0 � � m m c«D v x 'a E- w O A Q < — 0 O a = v C v ) O CD O fl? v•= v - 0- PO .• $ Q .< 0 - CD o 5' p C ccn v = N 3 0 0 O N N 0 , - = O1 � 3 O m 0 Qv 0- 0 — (t) a) orn 03 a) m0 � cN3acn0 _ ,=. = cn Q , oQ - m noxa ,< 0 r. m �, -, a) a) O ca — m _< 0 n o v w, Q v = 00 = cn y v m k. 0 Qo ° 0 3 O O N • = < < O = " m SU 5 C 5• N O v v c a �, N m 0 0- rt 0 o_ v v a) 0 3 (0 v -h m CD a- o_ O — co � m a- ° Q CD • --•-t 0 = • •- v m < v >v 3 O _ < c v O O m = O O (Q O cD Q$ : q o 0o m 5• a) QQR. y cr c m X m * = 5 -�o m ? ° x. = v Q , o 0 0 3 (D 0 5 3 _" a (o CD 0 3 -a Q = a) (0 o < c m 0 0 Q ,-r 0 — !y . Q m (0 a' o v m o_ v cs a s � v m a- < 0 m ca x. 0 . O m 13 m 0- '" n m ,-+ m =', oa) coco * -- c/ , ,—. m = a -, cow 300 -` a CDC -1CT — 0 QCD ,z FT; � v � m 3 �-a o -. sv o ? -0 co m �� 0 — a •< o a 3 3 -• ° Q 0 �- 5co m R' � v o CD CD 5-1- 0- mco = o „,— * Q ma) 5. 3 v 0 ° m °' � _.� m QQOco m cD rn m < m m � v, o--0 m v N o C0cn Coax 0 m 0 Ed •� 5- 0 ' � v• am Q =' o "0 m tD 00-0 m o ° O � c ? � �' m 0 o = a� Ga. Qo m -I, .� m 0- - o 0 -a -1 m5' 5a- 0 0 a) 3 cn cD N cn 0 cp 3 x 0 * — 0 m cn (D -a v 0 c0 (D 0 Q- G'o co� v Ery m3 ,rto CD •• v cu 0 Q 00s ma) 5 5 y > o � m. � c Q c� '�(° m Cr ate' ? a 0 � �, °: m `n � 0 0 m = N co (D 0 (� -1 Q = 0 0 n , sy w (Q (D C o m m �, _,, •� to —I ?13Q -,, cn m o. •< 00 5 03 — — = -�, o o ° m mm fDO � �' 3 = = a- �- 0m � a) vv * .� 05' mavconc CD0- X m- 3 - ° -I, o — o 3 0- � 0 x- 0000". 00) 5 � `< 0a—i' CD am5Q ;< �' 0 = c 5 co = 5- C oO m -' zmz0v ' 0 -a a Z � 3 � � 3 3 x 3 o m a- co (o �, — „max o v � 5 a cn o' ° °< 3 mQ r. � 0 O � 5QO v o ooco 0' a v m Ivcn < r r►a3m a N0 * 0 om c -+, cn � 0cn � fl+ 0a• 5 - 30x -0 O m 0 0 0_ m 0 3 cn a m 2) 0 0 O �, 0 0 5 x 3 v o_ n 3 ,. � -,, m !v — m ? -- m r1- = 0 oym0 r. m 0- o � 0m � � co X0. 3 QaO Qv m m os mm 0' Z cvvcn 0 i � 3 � vvmc0 < O = = N a °= 0 - ° co ? a) -0U) -1 = c�pm � mQ 0 �, O ° _� v ., m0. m ((n 00 con w CCD CD co O CD 0 Iv COP a. CD con a N CD (n SD O ° n ' N m N u) cap �n 0 sv a) ':-= .1- a) L O N a) L `- tl) a) "' N O a) `- `% to Qj a) C y E C 'i "� a --' as "a cn a) ca " T +� c6 �, ca a 'a ca = �+ C a co 0 .� a) d ° a a) > �- c a) > c O C - — (d 4.) E O O ;C > C c5 E O , v a) c O — p p E o > O ca 0) co (6 U O U R a) ` rn a) a) N "p rn >' ca (� c O ca c6 w 4? 73 c c 0 0 0) a vi ° ° o `� co cQ = o � m � �, L ° rn � � 0- t `o c `� 0 0 E a.c Y c6 L C a) a C C =a p >+ c cn O a) cB +' - .r :. o c 0).i a) cn12 _oEo c� c4- a �._ O U ° ,_ co0 _ ° `� o c cc E ° p Q 73 i5 ca o .0 � " >,— 0 a �' co N ` voi `~ o N U a p � � � v O N `�- "a O > L O •- _C U 4— N (p O N v 'a 0 C H O ayi > — a) X O C N U c0 Cr , a .,-, cn t N-p C N t6 a) 0 0 ca ca — N C — _c C c0 N O a) N U N OO 0 a) — V ° d 0 0 — to 0 > _c c6 C - O cn U as i .0 •- 4= p L a) C - C O O a) N U L o y-' "-' a) a y-' E a N a) N -U a N C > >as a) C cn C 'a > _ °) co co C N U ° fl" rn >, ° N co> O o c E o c6 ° a) 0 E O c cn CO > O O ) p .c >, c6 -a > 4- c > N 3 fn c -a a 0 C o 0 - - °� > ) a) o aa� a� cca c� � ° a? a � ° ca as7 cNac rn'Z � c m Ec � - 0 L 'E 0 > L E -a N o � T-- 0 >, a)� o L a ° c E , N >, � � C >, (� [6 CIE Q fB a) p O a) a C +_� .. a) -tn.' a) ��•+--. O to a) co u) c O c c 0) � � ° EY a ( m .0 o , E < a5 0 � � o � ca — ..0 C a) .L �- (� .-. O +-, w O N •U i U `t a) `. O al a) •C p •E a a) a) [a O f6 ° O (6 O < L: >i C - a a) a) L > r 1. � L 7•� ` -a cB C cn a) c6 a -1 w O a) _ > U 0 _c a p 0 0 a) W d 4_ a) •. a.•: o (Q -a U O -, a) U (6 '- >+ p Cl. C O Y N N '' -a 'K a) ca a) ° L N L a) C C >, C O E a 0 ,> a) U a) - ' la N a) _c a) o > L a) a) w 2 C 3 a) a) 0 CI N �>>, m 2 co N _0 3 -0 O a) f6 Q d p — p O > a f0 Q a c Q U• �' v0i c c N cn is o -a N vNi N L c c 8 C o " Q- 3 p --' a) ''' C .j N O -c > C L 7 C C O o_., 0 Q p 4? N p o c co +, U co a V Q-0 p > 3 C a N 'x w O O cn a) co o �,, CO C ca -a v) -a .2 a) aN) c6 O c W ' a) 0 C co ca ° E E • m o o_asc c >, a) c Q} ° ca 3 •� _C as as 0_ °a d o Q > E fn O O a) C C c0 ,a) — as O p �' p U C U ca -a p L. C a) tot 0- L C to Z V i a c6 U a) co 't3 C N U a >, a) c6 a) > L O C ° (6 c0 U O N U ° a) a > U ` N > O a) a) -0 -c -c ` co X 0 0 U a 0 U L_ Q o o co u) u) N 3 0) C aa) L c 0co o 0) ° c aa)i a) d � c L � o �oa re C C L O >, U U c C ca C L cp C II' N 0 O co cU C a) co ca C i= „ c c c c cts Y = i -a C C N > •- U I U C 2 N a) c co c6 I cC •- O 0 O .S _c o f ° > ` 4 >, a C •X N 0 O E a)H 0 �� ai N a)la C >, E Q ,` = U ca a) 4_ co U '> O a) a) a) o E C a) a.0 O U >, ) c O . as C C C r1., ° ca a) .S _0 0 I j, O c o cn U a) c O L_ as 4) — E cn 2 c ES c 0 0 ca - .co 0 3 > - — a) O i O o L 2 cn a O O cn c0 ` .0 R L U c0 re 0 p 0 a) fn C L U C cC cC t C C p .0 o � U ;c H ca co ° c6 0 ca _2(/) .� tLH .� a.� U ii U � � .g o .� .E m a > H ca o U p 0) 0) r o Co 0 co stCD a)�r (a a= 7 o A) 53 oa O � m 3 0 � -0 -1 m a-� � K o i -0-aa x 7 m rn vv = v (D = ( 0 C CD =0 c 0 m a C CD �'`< v a-5--0 v Z CL(0 v '< cn sa) fa a O m n) o . � a kV a ,-• o __CD o _. o 0 0 o rt° — a c " < ~; - ° v * o a. " c a c r m = m o m = o c m a C° ) am S- o a a .. n m a m a SR CD 0 a= c a m v � ' o 3 �N a m � rn CQ — m c ° Ca m C L o m v aoy � 3 CD o � Q a � � a n~o = O 0_ HI) —I a D n I = C ° m am -° a o = O m (7) r. O , O � O m O aO p 0 � � o ° mv a mvrn n(cc ° D- cnoN v CO — m o a 'vN= v _ * -0 - = v �- 3 a O O a -a a a 5 a O Q (D O o = O D a • a rn a a � -A- m v rn ° a 'm. o ca. Q m n n m v ter ,�" m 0 N Q nm a CD "I O _. m " m `n c m y 0m m - o o a D = v — n� � o Co m 5' o v �`<i rn < o =� m�< m � Q° � 3 v o o� � � , � * 6• mm3 6 . ID cz * � m A QO D X - O a " -. a0 a = O Of OO O 7 � = ( f m � r (D ,.F co CD m (n p N — tf v Q cn -' -, N M O a v 0 c Q s91 3 T) O 3Qm 0 n a a n -, m ao H m o m a p a . • O (n cn 0 v v N n N- v N -N 2 5 a a 0 - 0- O m a o W vm m � CO" " m = m 0 0o m 3 o � Q � o � 7, = 0 0 c ' CD� Q Qo 0- 'z � � ° m0 =. O • � n � a ° � � v ,�3 Q _ � * $ vnpas y � N o� Q mom'mvom ° m � 0 0, n 0 a) 5-1' m Q O a 5. O C) O m a 8 ° m = v a v v m 0 O O O m= Cd a -, (D O = O " m O 'b m a ao o ° � � 0 o -1 -CD 8 m N r 0 c7i -.•, 5- m Qa a) * -a 0- - 0- -F, ov � " — ° 0Winwa mm � y ` 5 6 = v m 0 � � 0 C Qom n0mo -0 ,� ° 0, � °" m o Er - a rn � Q' . O. v o o n o• N ac � 3 m �� QN� � o o a m3a tea o -- a CD ci, • • • — n 7, 0= 94 D m m* CO = =" c a v= m v m p -0 ( 7 m a O m ? Q m tnD(o Q -1, N () a- CD ao v Q -0 — � a) 7 D N a O m S o N mv =FD— = c �. fn •< o v z m 7-CO m 3 o a • 0 m < gm m „ a a a v � g 7m —lam v ) c a0 3 — a' a' QQ-0 m CO a 3 fn • O fl) r. 0CD O a < a n 0 D Q< (p m v 0) (D N 6 m v — I a (7.). re- v� z --till a o 5 � m CO 03 c I 3 CD a 3 no °m o � � 0 � < 0- m N 0_ c m o o � � 3 m - _ Q� m a � -cD v m m nVi ) o � v m °- O 3 � t D' < m � o `�c a o �mQQ w m avm 35. E� iv ac m cna noff O fl+0 , Q 0 'a CO .-. CD 0- (D ? N..< O O ( ^* CD( c , Q -,(nO a m m -, m a 7,a Q v [ O - _ O D ` O O� m m 0 -, N () CO O m (D cn N In LO "O- L C co L "C N C N a a) F v t c U Ott E C O as -a `J T ,c ca a) ca ca > 0 O "a O O •_' .O "-' O c •C ca +' +J w c• L° .Q a O 0) O > N .� O i 4? > N Q X O c 42 3 >+p O • ca O a) C •L L a u) Q 0 •E a) O Oa) . Q O (a L co Q c co N L a) a) D ca W ca E O n.— a ,1 a) C O D E a) = a.. "a (6 O Q i L O `� C c0 d O O O L _O L co (a O O _ 3 L v 0 co '� a, a) to ca "a L a) V u) Q ° 'a C - L 0 .- O O O) — • O C u) a. O N O E O L = ea L 4- cc i O O- a) Cl) cn O 0)Q O O ca c N G 15 Q C N t .? F O C O Y A >. E as N N O 0 O N O O = O O L ++ U •E Q O 0 0 a5 Q ca C a) cis E O as N (6 (06 N Q O -0 o (/) C.:4 In >' § c ' N O a) C N Q C .0 to j O W .0 ca O N 3 N .L > O O � oE � E 0 •= °_ - fa °tS � E �•� oE X a al ma) coaL) 3 +- c15o ° d > a) U O N a9 N E C i N N N Q v O Q a) V ° E 0 o 0 Z a C_ N Q a) 7 > a) a) O -p — (a L U O C L �" N O C O N '- L +• i 3 — 0 0 0) Ui 13 n � 0 * 73 -1 - 3 5' 0 � K � x 3 (D -1 C) m * 3 0 * v 0) —113 3 °' c 2 � K m 3mB -1 N Z 0 c ° N N•`< x Q c 3 N y a?CD (D fD =cQ. N N 00 (D O = N �G v Q _. Q (D v CD (c1 N N rt 0 O (D p m -, O -, " - -, = (O 7� v ' CD N• "a Da 2 O CA O cD E = O Q 3 c C3" N O 7 N ('D Q ,-1- * D 0 o (D (D C a) 0 O N O (") c"'D 0 7 = p N N Q O N O-. N-t N n O v (.0 ,•w, CD Q 7 CD-,. =. ,N_-..•a O' O v CD - O CD (D O' (ID 3 (D c'-'p ,-.10 X • I co = fD ( is v N O p — c °' -'1 co ° r+ CD —(Q - (n D -1 °- v m m `< n O_ c co ° 0 � m ° (° nom = = Qo ,-. ET = ° * cDO. a0 � ° (D ' o (7' Q * = CD fn(O 0 n -, (D O 0 O to CD(c1 v 2, O O O Q 3 n = CD m w N N N v O Q - St ID 00 .n-.(Q Q 3 o o O O (D O v (D (n (D p Q vOi 3 0 CD N O Q O N O N O 'n. -. p O cD O fD O N Q (7 (76 Cr(D "a) v `Z %-" N O N O N �' N N < (D N O O D j v = (D 0--- v -1 N ='a) N Q .-. o cD fD = c N . 5 cD v '�) 7 (D 3 O a- Q p N _ (D -,, O O O `< 3 O C• 3 O p O Q n (D O '-. O ,-.'O cD = v Q O ' -a CD -a -n O 3 (D 0 p' cS a) = 0 -p « (D `� cc, 3 (D `< C) c< 0 •-• Q N N = O cs) O O QL - (D 3 O cD O 7 O CD (D CI) �'O N p -. co (D '' (D C7 C) O " (D ~' O -, 7 o fD p 0 CD cD cD O 5 O !2 (D O" N * Q N -a O 3 (D Q O p p _h v r. ,-. O (D cn v p O fD c,-D 0 O O �, v O (� O O -0 -h 5"a_ -• n Z�• (CD 73 -p (D O ) n (T y, =p; s-.Q Q v O cQ n -1 v O CD Q) N O N v N = O N v r+ O O Cr O-1 S N C cn mapD = v ° • � 3 st * a'< * ms' c00CDo- N 'a - CD 3 — 3 rnm rn w n. ° am sv `o M• O' a O O * v O 0 O - QCO o 0 O Q° m Cam N .. ? O 0 0 = O_ CT cD CD _ Q N -, O . O" O v cD — _, cD ,• k (p v CD O� p -1 ((D 0 CD O cn 0 5' (D _o N r CD v -C) v (D (-I Q cD -� O v N Q O cD y' -• CS T` ,--s-O fD (D Sv C C3 cD N �. (D O 3 N CD N -• O = CD O () -a r+ C CD D .N. N O (D 7� '. 0 • -. (D 3 to cn p 5 o = v v cD v '' Q N N O (D n CD (D N 0 cD (D O C O p O N CO (p o- 0 O q' n+ • O -O Q m Z n r.. 0 �i CD ,-. (D (n (Q 7 i .-. 3 c a) 0- a) O O N — -z (Q Q O O ` O 3 S v 3 p N -, , cD CD O `< O. O (� 0 p. 0 C v.-. O g N o_ c1 CD a �' O �'^ cD Q 'p. O Q h .+ N Q N V>5. O rt (D Q' cD (D O O N CD O cc O C O O �• v v �_ (D �_ (D O (° . v v CD 'a N•(1,) 1:3 Zfnp-F � a � � p � QO 'n-. . (I a) p cD 0 QQO = E � fn O a) c0 On - fD 2 N Cl) Cn v 0. 000- 0 = C3 ---z6 • CD Q CAD Q (D C O �•a) D °- = O n .. Q Q 3 N v (D N O y O _. `< cn O X 7 p p p (D Q £) O 1 (D 0 v O N (D c p N CD '4 (D 3 c E C) ( 0 N 3 CS N' n O v N v = O = N 0 p .--s-`� (D 5 to v O C• CC) -a C o N a V) CDD O O 7' O C Q- N Q O _�' o N (8' 5. co co .-4-1:3 (Q = (n v w (D — 0 O -, o . fD m(° (a (° D N fD o O co C D <D r. CD -, p (D 0 -a N Q- cD O N (D O O to O 2 c N 0 a) 0 * O o c p �' N Q n _ N -, n OCT cQ O �' () p 0 O_ �. o %1 Q N 2) 0- 3 O ..a N c) v c -5. O < C 0- p -n a; Q cD c O CD N CD 22 n v CD O O Z 0 ED , O p p" p E 0 7.-,.- 0 -,'`< O O -000) - 0a) (3. " ', O CD 0 �_ N. is O Q o O _� 6 O o Q (Q _ vpi o 5- 5.(Q (On O _c 3 � Cr cD O (D N c .. O•O O N -� (D n N O Q ' O z_ CD O (D O W N (D c0 ,- _ -C3 CD V) a -.-a (D CD - O '' _, ~' = N CCD - O -. v = v -p (� " 7 C7 O CD Vi-i v f°n cD ° (D ' O O ? O O O N CD C N '. C = v M- (D o, CD o << Cr = -. -. CD o v — a CD ,.,. P O (� v O" o (D o v r. o O .-. O O' S • 5' . 5' n) O = o (D O" cr '.- M- O 0 O (D CD 9, CD CD O -, O — 0 = 0 0 0 cD CD 0 (D 5 co cn co O. = - CD O (D O cD co �' ` 4- C) L (n O ai O= o —O Q _c E 3 O O O L N O C O C (6 "p (0 = ._o_•-- U O O 4-, W N ° •� (Q O C O C a) a) E' 2 O V 0 (n N L CL a) r. (n to — O ca cB C L >+ 4-+ C X (a O 4- 2 �+ C (a L a) Q U _c .- 4_ ° E +-' C a) °� o a) a) t O p a) R N U Q- f4 a) co a) "a O1 a) ° 'O •` O c6 't N a) (a c a) �O (a t Q- a (6 C 0)_C L C O t0 C = 4- •- C 4-' E O U a, C + t6 +' (0 C O U ° Cr 4— a) >+,- C • N -a '' "p • L E o)= p• U "' l�6 C O ~ U v= Q o L `) ° a) ° a) U a, 0 co (0 Q-4- O U 0 a) U p L a) ca O . Y 'O L C — U C .- p ° — ° o a >. E O . Qa U C " U .O -O y4.., O A U — N — O a) a) ._ Q U o = `58- o E U �ri.? N o4. as m � >,� ° U _ - o � a) _c -c >, N "- L o ° o o fa ° a 'E ° U o C N C) o C •� L b) ° N cn oc ° " .. a ° `n -0 2oc8O U) cam c as:na -oc 'Q0oEcn o •C 4_ 1D 0 LO U = f6 ' U E c N E >+ C U C a) ca — 4- "- `- a) >+ O a) (6 ° as a' i M C c °? a) O O ' O U C a) S. as a) 3 O C L fB l 'N O al a) f fa — ° C O a) L O U C U o - C U U O O �O C = -p ca C C N d 0 rn c6 c C U O O (a - a) O_ Dr E L > a) — U - >+ O —• C as >, C a) as N rp+ (o 0-Q O _c -c E C a c O E ° X 0 0 .X a) L ,V C O O a Q E -.a, -o U a "a ,F co y CO N a) a) a) N Ur) O a) > O 4= Q. C _a a) +- ° C -o "a E c ° O - p C , >,U `) c (C6 U (� O O ' Q- _ as a) L (3 a) 4- C •L 2 (0 0 (6 C -p (6 U N ° ° L ca :5 E 'p O O E • r L C a) `c C � c � C - coOQ- � a) � c 0-o_-0 c as `� vi •� a, ° � � = o L � (a -o o (aE ° U >woo ''- ' E ° ccts ° 0oEa) o ° ° a) Q E "a ° (' -cE °- ° c� .0 d Q vi O ui'(a U L U as 4- U C o = a) a) ,-, -a .4' c ! flU EoOZ cv) Q) CsJo _,ai J ° ( = U a,voice ° . o c E o c C� 5a)O D U p O ?� (a 3 p � ca O O O_C U U O C ° O (a p .! ca U E C — "C C C _c ,., L C U (p d y+ a) C •i U ° a) O O O a) C U U U L t X Q- — t4 ((f C O a) U C C •- (6 0 N ° C 0 ° as a) a)-c >, Q O .0 ''= a) a) a) (a C a) U C a) -c (a L — a) L C (n L - C 4- C . O C H "C C C co p ;.E a) Q U (6 y� = E N a) O a) t'.c L as }, C yO, • O >+(a L U C = O E r ' .«. Ea) ,_ i > o >, L " 'a U 3 E U C 4 ° N (D O U L U U O >+ O (0 o a)-C 2... . a (a 'a Q„ C c a) O O L C a) 0 -0 7 as O r� U > O • o 3 �. c) O ' a co O (a ca a) 4- U a) O (o EUUfna) UU ° o N p .� CT (n N .-- (0 -p a) E O vi `) U N C O a. O ca a U N U — U •— c O O N _ C > a) L Q"U C — U C O E (B a) C X o -0 U _c — C o p -C (6 C o (n U) CD V ° U '� (a .Q a) •- (0 — ai — w U a) (n c' p o c U C ° a) C 'a o O ° a O 0 a U 7 12 -0 N N a-% O L •U C �' C O N (=6 U p O = C .a c C E •C L a) (6 rn C O r C ,°_ p O E X 4• C t U ,� ;«_ +� (a C = ° U U a) L O "O cu -g• L m m ''- _ I • L (6 O O O O N U �' U O C �' Y ° m Em ,� E5 = eL 2 a 2 aa)) U, � 'Ft Cr) ° (Ln = '>,, � � U m a) in C rnEn (°a a) 'a- 3 � (Un a) o = = 0)45 0- N •C L a) -0 c Q� o - 6 aa) ` Q0 = a_ Q� E 8 m E (a aN ° (a cc 3 U m c)—vi� H4-+ (D U 00 p t us f .Q- ° ° c C N 7 N/c�a a) .° (13 (B O O 0 . X U O ° ° J a) t 00 ° °c 2 (n 4 E HO. H n5U (a .- L U LIL C n-0 -vU � co I- a) as E � 2U �. .r ti 0 -1. r i j s 0 CD SD w CD —I13 0 v a) 3 1--= K 0- 3 O CD H 3 K ^) ° 3 c) -Iv CD ' — = sy Firo Cr -hsv 0 0 aCD 2 7� 0- Q- Q- = � � = = C) 7cn v X °° 3 °. = coon Q- � 00 0 .< ate' o 0 3 a � ( s< s< 5. 0 0 * 0 Q- = � o m Co ' o CD 0) (.0 o o m c = cQ °' m 0 O c`nn m cis cc ='' � 0 v r, rtCc n 51 O o 3 3 `G N (D■ co (D 0- (D cn O — O N N el- •-a c S O O _ 7 7 n 73 O N� 3 N• 3 cD 0 = -, 1 c o p >v 3 (D Q - cn -,moo -0 3 0 5 p ,_+ v ,z -� O —an c0 c0 `< v 0 0 if) 0 3 o Co O ,.f p- (D -1 0_ (D cn n 0 � 0 v v v ° <' � SD O v 0 .+ • ,-+ - o _ _ 0 (D w 1 O. 1 a = O 7 O (D n (� ,O. O O O cD n (Q O O fl) Q O O co j co•co N O C = y O (D ° O ° O N" N N ° ° =• ,_ Sl) — (D O CD �? C C C C7 0 n OD n • " Q O 7 (D X p 7 O O (D n (D Q 0 — Q �' ,=F �• n < 0_ 7C 05' a) 0 vn ° o ° °- v0rt -, m0 ° ,. 30 0_ tuX3a• 0 _0 ov0_o -00 ° �' 0 = �, cco �, O C n (D o c Q a `2 O .a) C 0 -p cc = s O fn 0 CD v O O O 0. = 'O 7- CD ,_,. - al (D ,--r '-► 0 5 (D * 0_ (D R O n '± O 0_ 0) Cn = CQ O (D cn v_ c ,-� -, F0 3 g D ,) c0 0 0 3 c 0 0 0 0 5 C•) 0- � ° -, c ° O o CD N S � � 7 (D — O � ,� � o � n � O (D c0 fn O (D � � 3 � C) (D (D � (D 0_ — � �, (D m C ° �' 0 cn ° � 3 30 — � ° ° r. 3 *• iv o � vcn o3 _ < _-' _ wi �� ° 0 c 3 = 0 m = v CD 0 n • CD ^' = co � � m „ �� ,o ,°-- a, ch rn<. co � =� 0 0 cn CO O O 0 v r,• 0 X m- -s 0 ,� — 0_ ,� 3 0 0 . N 023035. 0. O 0 (D ;,..-s• �? 73 0 O O 0 = C0D 0 0 0 0 0 O 0 O O < .0 0 v N O 5 n (D N 7 ° v ca 3 c0 v 5• N O, 'O., rt CD Q s 3 p = •< c v = (D p - - CD. (D O O c) 3 O e -. 0 cD (D (D cn 0- p- 0_ c 0 SD O 0_ (D CD co = v (D N �-CO 5 N fD o r. CD -I O — CD 0 3 -p_ 0 0 O O Q eL w CD CD -C7 ,-, () 0_ 3 — 0. O 0_ , S O O 0). 0. O (D 0 —'O '. sii �. 0 (D O O .� O (D n 0_ 0 (D _� �• p N 0 c 0 o 0 - -p o 5 c v v o 0 0 ° n O o — N O N C O (D 0_ ,.r .7 O �, 0 -1. N (D (p 0 n N p -' 0" O O = — c7 (D N O N 0 3 0 ° o � o• 0 0_ = ° . fin o 3wQ � o sn = = 3- 0 0 �' 0 0 0 C1 K s c 0. 30 3 O00 ° ,-+ = oo. 0 `< Om-`< O -0 0O 0O � V� o -a O Q 'O" (Oi) le o v o Qr' o ° � 0 '< 0 o ,.Z = — _. = ° 0 = c0 n ° Q = � cn CD O _' N 7 N y, 3 ((DD 'a — = O (D - O 0 r►`< = X. c -1 _ ,rt 0 s N N =, ..o < N o g rn ° 3 n ° o ° m c ° 0 Da ,, aQ0 = o ° O Q a 0 0 p = C.P.0 0o• oo pa.� CD m � ° Q tsN0 � iv � �, 0ac3 o ° v0 � � p � � EIT S. 0 0 CO = 0 Si) = O (p O O 0 0_ - 0 (D c = `< -0 -O — -s 0 -) = W , �n nF �� < ��, ° ° *• O CD 0 0 0, 3 LD Kap 0- 0 ,� 0 ,_,; ° v. 0_ �, _ v '� `� �' O — 0 (D X• n) X 0 o -h .+ (D O. co 7 .0 CD (D CT 0 (/� O n O (D (� C7 ° "p o p Q X cn O `� 5' (D Cs (D C� Q- Q o (D • O C O 13 0_ CD (D o 0 O � � y c N m 3 m -..° c.0 Q o� * rnm � ,� _7. onm p l3 fl? v c om c9 `< w o n g g• ac0 m � O o � o � a ,_,• 5 g ( 3_ D .,-_ , .., a) 0_ v 3 O 0-- _ 0 0 � 0 _. r - n 00 CO v ' v 'a•cQ N (gyp Q cQ Q tOn N 0 D „I N o O N (0D O O = N�. ,0•. 0 0 Cn Co 0 •-' o cn 3 0 (D () 0 -5 O O o, —1 0 0 p -a' 0 3 a- O -, _ 3: a- j• `< — s. m- .. ='• 74 5• sll 0 O -I 0 (D 0 < . Q O n3 con ° 3 n o ° m m � Q ° p 0. C �rn � -• o 5 � � — 01 m 0) p0 -ti 3 a) 2-1- 0 m a0 3 0 _ . 3 CD �, 0 cn ° � m ° m 0 0 0' o Q n C)cD �� o v m- v (. c-,•� E0 o • �- WD0 � Cr y, 3 0 3 Q3 N � 0 0 "' a- 0 3 3 co O sv iv p Q ° m o c0i -a' O O O w 0 � a o o = -. CD 0 0 c� Cl) O c cn 0 co cD v0i Q a) O O o - 0 0 K co O o`< Q . Q-.v O v p co N vi 0 cn �• Q.. (p v = O R. R. vi O O fx1 ,.. .ii_.) O a ca 0 U N O c N?r °O c °C U t Cl)O O _c O as . L W n Q'~C oO > Q «� L c6 '' cd E N N 0 -a -0 2 = L o 0 a) O 0 C C 0 CU O a (a (A 'c 0 co 0 a 0 a) •51 CD C -• N C .. O = a'— a a C X - c a) E 0 .L •C. D o c cn — L C C 'a O 0 a) — p c6 0 -p — E �, 0 0 U Q 0 p 0 N N N (Lf E (6 a L c •— •7. 0 0 u AE :0♦ L o +r�R /�� p To' ai "a 0) a) c o , L W a) N o N co N �_ -c a 0 N p p 0 .�O/� Wes } ._ 0 r- O r-+ o X /• d ca U cn a 0 Q Q a a) .0 a) 0 p a) c0 a U H y 0o coi � oEo N E p ° - _ ns ( u; a) - c ca U O • - _ .�- .0 �, O U c6 O O '_ C a) N O L 4) O O CO - ,,,.• N co � � p c. c >� c cnU' a) � _c ocn � 0 = o � ca) N � Z C C� 0 •0 �-' Q vi 5 = 0. 0 U > -0 o 2 c0 a) O) c , C O O N c6 c c 13 3 0 r o. c0 E 0 0 U Q OO L c 0 o -O a) _c— 0 c C c6 0 0 u) _c t 0 aL) U H L o a) c N p O N o Q Q 0 J Q'Es o o �, a 0 —� Q o• U •L L �� 0 Y a) a) cn C 0) •5 fB L C a) O _ N a cg N Z 0 0 ,-- S .a E r 0 ca cn O a) 0 0 cn lb Q) 0 O � .O M .- c 0_1-5 U C a) L c c0 N = 'L co f6 0 a) '+. 3 U ) fB p — C a) O O U 1- ct C W O +� cn E p 0 L cu •L C ,_ L •,C Q E L j 0 .- c U c a) a) 4-, >+ o E O o (B +� «r a) O '— — a) d d 0 — O .� �c `� O a) ca. c V d >+ U L a) «� O �_ 0 4- V . O U c0 L 0 4. U cD 0 ca v "- .2 N N 'C Q 0 a) C E N C O E C U a) C 4 0 N ( E 0 O C O M Iii coac tncnoC � 0m a? C..) a)-a CO aci cnN0 = �a � aciQ Na) 0 10 L o2 j a) � ,nc°) t' cu ac) � ccnn � o - as oaE) coca0 .- can — Eo d � 1 CO a) " O .- a) o c Imo- E = co d caa c 0 = C Cl) = �. dtea, L ... oo +-. Eo ,= "� CCcn . >+ Co �— o � Ccn �� m30 O 0 V L �+ R C (B a) L .— -a a e) L a a) 0 0 +� (� d C 0 C y-, E --+ p L L a) 4- C 0 >+ c6 a — m 0 0 C a) L >'.L cn a)a)co c a) V) ,FO "a Q ~ 0 0 = 0 d — O cn 0 O •0 a a) c� LO E a) Cl) U Cl) 0 —O -- c o c E . to 4-1 — C a , ai OS 0 Y E E a) 0 -a c 0- "a 0 p c0 3 0 L 0 O -0 'X O C ca -p 0 "' cp as c 0 cT3 Q v 0 C c C c c4 — -a Z 0 a)-4- -- CO cn p 0 Q c � Ct co 0 c6 a c6 vi o CO to = a a= — P P - 0 L L v 0 C O c3 c0 "- u) a) Q:c U L N -a �- cn 0 a) = O c 0 c C 4.... 0 C 0 .� 0 I U 0 0 U L C �_ C -a �' .4 .s a) c L C L C .0 a) v) V .� f6 06 O n3 a) U a) (� I CC C L O a) E ca4- O CD I I Y a0 C �0 E 0 ro 4-, O I (� c Q- = E c E I L c a o a�i -oa `) c - EEoa) Dcp) —' a) 2 -c g.Ea� Eor - 00 ,- -o ,_ H E _ EEpo o L m a) o a d a) 3 U � u) ca --, o O a) = >, >..a) c c a) E � Q U O 0 0 >,-- a) � o Q = c a) a o cc Gcl � 0 �.. 1E 0 W a) a) -c OL as as lE ca 0 0 0 0 a) ca .c c O m c 0 a) III O -C i75 H 2 - _o o a) aaH E cn c.) a 2W a) ° i5 aI— — U " 6. _ o � .�� 3 aaH cn NM d' 10 C0 T T T T T T T T T T ..i - 3 j CO me *• am = 3 -1 - - a) ° 3 -1K rnmvoaai5O -I -0 a) =- 3 -1 E � , -I vpse cno5• � ,mac - Q.(Q ( a �•`< `< o c 5m a (0 -0 o ° 0 v v v ( � ° c� v m m S) -E =. ac -= ° • mO m CT O O m- � _ � n N n -_7ch � ° g rt O 2 O N ,, fD — N Q N N co m O Q- ° O (D (D v 0' v O Q- m = ((D p — c c (D fl- �' v' O (0. = 0 C O (D O o � o m � N x3 3 0 Q 0 m s20 m -, v ° ° ° 3 ai m ‘o 0 � -0 c 5 v p p -ti 0 m -° - S' S' m m � a m o a . ca o 5 v " m m -. m rn � < no rn am rn v (76002) 0- CD- O E v O a = -4, 0_ =- 0 = 0 �? O 5' v 0 r+ , m O' C7 0 m v u) QQ0- mQ�. 3. =---0 0 � � 0- va' 0-c.0c m--, -0v 7m0 ° � m3 .(7)o 0 0 m (D O O n' -0 v o N O p m _ Q • o O 6_ a a m cn (D - -. C 1 m ° N s) N � c " ' 3X m m Q- — o a0- m v ay < c- m m m C . -5 - m 0 a s '" 5m DD m • o m m v 0 0 � � m12 0 c o m m�.--. ts fl) 0 0', � � v m � m -a v c c-v • c•< ccnn ,< o c , -1 0 Oo (D (0 5 (3D O O .-t. 3 r- o m a a m =- O 30 m-CD (D * cn 0 m a a ac- * `< N -Oa N 0 CS Q_ , Q , (D (D - '-'- - Cr) m y (� nh 3 Q m r` �: _ (� Q Q O Q-a CD S 3 O N m SD N rt (2 CI) m Sv ai m O m v O (/l S2 v m �. O (�D "O m 0 m Q cn a n O Q O O (n Q = c `'v �` v sv in Q - -�, m v m v rt, w m m O — Q cQ m m O ° m m `< (D a) (D p 3 ° O a .. v C v o (n rn �� o m .� vkK, 5' r? m 0. Sx. i 5. m ccp cn v �' cn' 0a = v aao a) m3m5 ° Qov 0- -.-7s: szpv � � a � vcn3v ED . 'D co = m O m `. cQ v ( N 0 m CL O. v ,-� c7 ai, v —C-17 mm 0 c °• ° � � �, v� o v � 0 m 3 65 � v-0 m m c r. p o ° • 0 _1 N p o -0 o , , , C N = 5: N v N N a Q N c 7) = a cvn v 0 v uvi o 0- ca o cn 0 Qm a con n- ". 0 o c°i> o m m m a) 3 ° 0 .: l c e - m D o m m xP �c� 3 0o 0 N v (OD 7 NcQ (D 0 N Q v c 3• — a m 5.. v S = v m � m v ° � n n � O mom- 3 O -, O � 3 5 � �' m � 0 3 �, cn 3. v X m `� O sZ � O ° c, (.0Q: o -. -. v0 ° 0) = sac- ° 00 �' (� ° y. m a)(1) (Du) o ° v 50. 5 m3 3 c� ,. .gyp m- � o 0 o m " m ,� .gyp _- m 0 v * 3 � v m 0 -0 0 c = X. E. o O r. m-0 m ° = w morn v' ,� m "' _ 0 m CD m 3Q (D 0 CD � 3rnv � Q- =' � � `nOC �' cnm � apm = � (/' o °' mom CDw - - 0si• c n � c .-� -0 O `< !?. Q. a O O• a _, Q- o_ m O O v a o Q• a m N " �. , m v to a' p 0 o. 3 v aD (D a 3 ` - 5 m moo sZ 3 Q (D Q N 3 m O p m 0 m 3 m _ O_ _ m X 0 N v'`< v .m+CO m = O (Xj 0- v v m v 'D m v 0- m (n-„ Q v °, v 7v a-000 ,� Xm 0 m Q < m C �' 0 ° ; ° m m `-' Cn 0 5' a v� v coNV2mp =1 ,—. 20 0 oc 0 =" s vv 3 .� fDC° ° m ' m � N a O - m C7 -. v o m = — m - 0 CD O �• = N o N Q y .. (OD = Q o • m _1 Q N �. CD Q Q m O _ [-1 [' — o '< pOD aQam. � NCmn � � OD "'` � X5' � aa � y -. 5' - ." `. QO 0_ (.7 m S2m N 5' 7�� `. O v 4.(Q4 CL CL L L -a (n y O W CS) co W W W O O f6 W O O • ti-) y co co O O O -c (6 a) f6 -O "� "6 ' ., ,_ c U p 1_ C "O 2. Q' O) a) 0 Ir 0) C a) p C •• O a) N "W C (n a) 'O O)O •� a) 'N } U — C E CI >. 0 c -o (6 (s V) Lf C to N -0 4- C u) O E C D O p c N U a) a) O ,a N N co p p LO - as C (6 U Q Q U p a) .c o p O 2a) cm a) C Q C) O L 43 "= C a) -c 0 +`-� +' .c — QO C co 2 �` c N ° 0 C o O ,c'� •E _0 O (Q C ~ >+ C E l6 a) O (a C. *_ c U Q U a) O co O U N N ,---, U >, O "' c N ci p ,� p a) b y 0.v N -C c C Ca N 3 Q a) `~ C Q co C O co U Gyi o-. •�_ p E O p - c _c co �, e` co_ Q (a .- Q N w co co p O N O (n c o D O L (n L p a) .� p 0 'C C }, O 4- "a O O a) .L,..- fn C � � La, c '> .QE = a> 000 = a) ,T) ' � �' a) �- � � (n �. (a (n (n LO O O O °i " — cc a`) i m a) cps N — ,4? co c co C o ca 0. v)c .�c ., p _c 0 03 -C 5 _ ,ca E _c — E c N co c c O ° a) -' E a) I3 c co a) a) �' CO .Q- a) as D c >+ a' c _c 4- a) t CU E "2 E C vi C co U U o a) a) (B 7 ° v -0 U - L N p -0 la as a) c LO ca co -a --, o(a E > a) a) L c p o �. ,) c �- a) (n o c .c >+p - 'U < s_ c U CO — ) c aj U L ' Q-c 0 .c_ o 5 c ( -0 a) .o L � 0) >,,D. a) cLu6 a) 0- EQ-� � U >, c� L � v� Ec � � o o , •- oE0 - " a) = N ° a' t �' CO ina) CU a) a) -- ocEao 4- a--, U (6 a) C > E O E Y u�i Q i i a) Q v t a) O (6 a) c = O ca 6-(a _ Q O p N c U c Lo co nit o �-0pa) 0Ea) `) ~ JD 4- 3 � �� Y (a pLN_0 cW c) 3 ) U) asa) OpNp 3L- _ _aaa) ou �, a) — o Lc) pw cnc3 .- "0Lc , a) o L0 E X � oca) — Q � o0Lco oo)� E � 1MCE � (an- + ,a? = ° � •� ° Q a) ` ` C v) .L (a E N U O C +_' N p p a) `~ L U- O (� .r +' O u) (� C U cn -c C Q (6 a) N U = a) O O a) x N O d Q p CO (a a) t — a) c ' E c o ca C E o a) a) 4- o _ c (a -oo E '" co (a E +r E >,y=-� L (6 *.+ a) -O C E C >, Q- — > (a L L CO CO a) C '... >, -0u) u) U ca O ca (6 .- a) �, a) a) W E fs f6 a) -a — N (n Q O ai O - "0 ., -a ca cO a) V) O x O 0_ as V Q.= o N = Q- �a o > s (n � �- (a U > � p ,� � � 0 Oc N cB N , ,� .co O u) y ±. 2 p U "a 4- a) E N () a) C c o c OL 2 -� O p lc oi c a as _ � � U U E �� O N C Q_ U4_ i = 0)U 2 0. H 4- 2 0 Q-� CO a) N � �, c m C a) C m Loo H C •c- L •,-. Q' f0 C ° "� C " ' u, J •L E c "' c a) N c C C Q CO a) E a) a) +' r- L C p (6 a) (a .� = U W U m C �� E `0a.� .SI- cz n , o co a,) EY o o 0`) > L° ° � N o c� Y Ea O � c AI 3 •c E = o ` co E CD ` U v " -C ai � .- = L- E � E o 17— (n m N (n a) a) L •U u) (3 U) O a) N O p — C (6 (6 u) a) O � c � � aa) a) as E (c- 3 � � o m aa)i a) (n ' U - >..-E o=' � c o, ED- a) aa)) a) � o �° m C O ` a) N Q (6 c a) -a C L ++ ' (0 C L a) >, C < (n (a (n 2 -c E 4_ .- a H co-a = us 2 .. as c CO a H o- 5 3 .J u) a) o_-a 2 •,. (n - F o N N 7 7 T - -� .,a r 0 o o N C mg > 5 -1 -0 1:3 (D ^ K K � < —13 � —I � v) -a C 7 °.Dv g a _7.i.%) 2.Dv co m _, _ ai `< 3 O ° 0 n C, 0 am ° 0 Z-0 a) c0i 7 - 07" Cl) — O — — -0 0 '. N C '� , O 0 = O = O cn 0 Fr') -i CD n-p Z n - N < `< C QFe m aQ 2 3 j Q � -, v o DcD � -a CD rn 3 -1 0 3 0 ° o > �' 5 0 Q0CD(0 3 = - mm cn 3 z- • f I Vn � I N ( Q = ' 7.( 3 = 0 _ = o v Q v c - v O 0 .O nQ n O0 g0O 0 _� 00 O c) =(D a) �fD -, N O O � v? O a�? O = x0" 0- Q--0 9 0- 0_ PE * 0. w 3a 03 '. : 0 � v0n, -- CD O .- CD 0 0n O (Q ,-r SD a 5 7 O 0 D3 0 (5 T a SD c t a 0 ''r c C 0� = v 0' o O v, 0_ cn 0. = 0 N rn u 3 a a n o - � � � - E <7 � v cn0 = �. " 3 r) - .3 ° � v CD � ° i to v rn u g -h. o 0 X tzt cn m ° n 3 n m - ° v � R = n�la • O 3 � • = * moo - ot v = m m3 - a -, � .= v = x30 ° 0 vmo v . i Q�, � � n ° � Nca) 6 CO(n = --•1 fn cn 0 = Z (D (n ,-+ a ° 0 - ' (D (n 0 W 0 3 s — ° CCD O• (D (D v 3 cr 0 —. v 0- * a 7 cD (D O, K .� ;. cD fD = c cu co 0 (0 C vo5' a _ ocnv C)- ) fl -n 0c�n3 O ° o w ov ° 0 ° p ? _° � � � ° Qoan O cD -,I (Q Q 0 o O O (p 0 0 0_ TI c0n0 v Q-a 07 a 0 CD a c c n 7 cn 3 _ O rt a O j v_ cn c 0 0 (D c O 3 O O ,� 0 O X O v •• n 'O. p S 7 -0 v (D p 3 Q a V* c/rt (a) Q c 3 ' —I 0 0 Q n O O. -0 fn cn fn c. cn 0. cn c 0 cn (D 0- _ _. _. 0 cD O a -* 7D a m ° (o (D su 0_ o_ ° � 0. SD 0 zi n O (D O N Q 5 E3 al o 0I 0 c (D -, O W (D N 20` a Oa ~' acn � � �cQV'• '� ° 3m ° o 3 ~' co Q� rn -17- en la O v N (Q' O (D v CD a O (D v O 0 c 0 s<n-0 0`G = 0 3. 0 v v to cn ' 0 < ° .•Co 0 • -a- 0 CD (D O• °, = 00 v (D y;-0 IV 0 Q(= n O fD = N 0 v 3 � -I% 2) 3 -o 000 -n a3vmv � (oa? � a � 2 su 0 cD O m 0 v m ,_+: m o 0 v 0 acn - _ - o -a ° �. CD Q- (D ° cn ° v(pi a 0- (<D 0 0 C7 v ° O M cD O O v 0 c� O y, 0 v ,� 3 C O _0 _ii) ° ° ° o cn ° o v - v -, '1_2. �• ° n a O rn z 0 v v 0) CI -, _ � 3 5R- 5' mcD cna amcn u) N a) V L ui l/) 0 -0 V L uj a) a) !.-.. C - ca u) 6) C _c _c C '- C U C C U ° U L cn U +' ca E o ''-' - ca ca ca as a O .O as c0 as ca C ■0 -p C CO O G) .- L 12 a) 'C �, L -0 a) c p' fa ca C O U) �' C ca a) ._ N L V O (a L i, "2 a) c0 -O a) cp 0. O (A Q' Q(n Q C U Q- o u) != O--- c p +- a) a) p a) CO O C +, C V a) O 0 ca 'p cn U L �' (a (� U L O O a) 4--, N ca a) ° a) G fn U O •L O � p p L o m _ L p -o C o Q O_ "� C•cu .�_ c -, N co- + -_p as (7)....• N �+ -0 as a) -O C O_t C E N :P- — c6 Q .(n •C O •�_C O O 0 L �_ y 3u) 0_ u, 0 ° Ws as � o � - �aa) ° u) c U 2H � �a 3F- � all m u ° ° � c=a ° N p o Q O_p � -0 a) O � .� 0) C _c - O) ° -� -0 E• rig , v �� = o �Y o co x = o � - o a) aa) o C C � .� ° as .- `� N �— Cl) LE ° L (a H V7 L ° _a Q- N a) O O O p N O -a O to ?� O — U cn E o C p a C H a) _ •O 'C O O C o 'L 4) o fa O •O C O_ o (6 a) Cl) ,O •� a) O 0 a) U ,� c0 C a) O O C U u O C fn �= _ L 0 as ca cap C Q w ca u) O a) a) a) O (6 L Q•ca +:r fa ca C 3 In C O U) C C u) +� O a) 0 U uj C V C cn N all O_ ° GO U) C O_ CO •— a) C C a C O c0 — C _ .c a) C U V C O 0 E C 2 E C 'O ° 0 E >, O' O ° Q'� ui O Q ca LL � � � � � � � � o oc � � � N c�a � o EcavoE ° � a3 P_ aE O_ V O ca N m 0)-es ° om � E � `" }, Via - E 0 "_ N ° E E ai C - E -c _O O .S ° ° ca 'C CO .- Y ca a) a ai .. O O .0 a) o O rn_c ca _a °i G. IC CO o ca _ E u) _ lE O = o _ N Q ca ' —_ = d. C u) — O — cn U O_ — O u) E —= 0u) a) .u) — C ca _ •C C UA) C TO U U) , O C "O moo C O- al ca `�O —re L = 1E 2 �, f4 L c \F _ •^, W V c + a= a •O V a) a) Q- O >. O ° 1 0 .0) .- TD O E O V/ �+ L "- -I-' _a � 3 �a LV io- E CCD 0a) 0 •- +� 0 �O fn Cr) O • co- Ea co� cn Is a) ,C -0 a) E Ca) _ .' 4C-ii N u°j E a) o- "-' Q - - 0)1-15 E a) :° J ° CCq E a) c�a c _ -° c E 0 -co) E a) .0 E_c c ca a°i c � U � � � cav U � al 4- m C as ca m S 0_ a) 4- a) U a) N a) a) •- N4 O_ d O O_ -a .c °� aa)) Y .S o c � c -a c a") o ° c - C a)— c Q � QO E .a'= cam � Q-2 E O_ o �a •- O_ ca 4_ o y.., ca o m - Q as ca _ O_ ca — '— r' G. �a ' ° ° o - .0 V) p 4, -0 � - cn O }, ° C U = ca u� - .., 4? C U �"� � � p � � � � � C � C m N cao C r) 00 m -C 0 3 C a) 0 O CO U ch O p ° � cn O c o N Y v7 ° Q O v ° a o "'E� YQOacao a) � a) EYO � � � a) � m Eoa' � a) ENCa EY � c ° OCCa of 06 '.7, U 0 ui C E a) p 0 �0 U) t- (a E o 3 +-' ° m N a) ° L = o a) u)a)7i 3co - F- . a) _ 3 -a v) o = EU ° <n _ 3 m L cn o >.N CD ca a°i a°) -0 mQ'� �+.N .S a°i -a � Q'� >,.� N , � Q E �+.� C c°� � Q E v Z OS .0 o- C — Q Q L w a as _C V) a) Q'C 1 i 1 cr la -c cn •- uj 0 a) cat O U w V C HaH . . O_ cnU) m •a `- a) CL I— ca -VV) m . Lim a) af- as 3 2 .... 0 C aHm ca ID Co ti M CO M M T r r -1. - - - 1 - W CW N p CO CO (Q' - zu -0 mcp CD-a"0 N Z" A) m0 NO 5(p' Ya) a) CD m0 0 0 D O 0- � CD O m ( 05._ A) = v, < C. a � (D Q - c D (D v 0 (D = W � � o — - O co (1) �• — "O N n -0 7∎— _ — -5 cn Q 0 -O-i; - O -a ci n cD c c) cpg Svc =- (15. =- 8 rncr 3 (Dc v (D o rt O (DC) C nv8E ; , 3 (Dc rn • o_ v (D arn N 2 3 (Dg m a0 n0i cu 0 3 9 0 o a) ,c (D O 77- I Q O 7c ,7r 3 m o v 7c = Q 3 O .< v -) 3 o -. 0) cn v u) (D (n (n c �' (n (D o Q I I cn (D 0 0 -h I ,� -- (D �, �' O I v n = = = �• v cn cn v o = v Q.. O w A W c v _ O (n -1 O O CD 0 n ,r O- y 'a - n 0_ CD O ,.+0 - CD 0_ v v N (�/� Q- v a c 0" n O (D O 3N =it CO 5• e O O a CD O O 0 � 7 0_0 ca a o o - ...n% =' 7 a � 0 = 'a o•m- 0 N o N Q S ^ E n r* n CCD �_ N n rt _rt (� N Q N �_ O a (�D v C ca c Q S (D -. O v N -. - Q !y' (D 5-- 0 rn = Q v 0 O O N _ a T co O o Cl) (D c O O u N R <D C2 7 7 7 c O v (7-) O Qr► (D QN U) (D c = o_7 ..- O 'K = O ,, _ rn 0 p (n cn rn c.'a O v C(t? co (n r+ (D Q 0 (D (D O ,.., _= -4, 0. O r X (D (Q (D O '. rn 7 Oh O Q" + • v = , , O. 7 rn c (D CD v — Q p �. c 3 (D O v — N ,, CD 91 N O ,_•. a- v 5 0 * 0 O. n a A) 0 O. cn (OD O A (D O 7 - N o o 0- n (D j 2 2 (OD n n- = A) n rn 7 - CD co -• �. cn - 33. m _, o 5 � 0 _ 0:1 WO — H _•• aD � � crni v0 , cn 3 QC 0 ?� -0- = A) 9 I a r. �, � � o � o �. Q �, � �' �, ? aa SD a v � v c — 2- � o 5. —I N �' ca' oa, 3 ° 3c(Diwv occn � 1:$0. 15- � � oc�n � c (D _. T o � 3 (Dcn �� n a = n 2) Q o a n a0 n O Q v ..° — - = 2. n O 0_ 7 - (_ c = Q v Q) 5. N c - OocD crn (D = 0 0- (D 0rn � = Q- 0000 o c �' X 3 (D (D = �•� � N D -O O Q (D O ' =_ Z 3 (D• v = n C') v .Q c Q- O Q (D 02 0. v v y mom < u) DT,-,CD 5- v O rn o m H = v o �'a'a ° 3 0 �' nQo m - 3 m .. —— c rt -, 7-p _. '. -h nom' — c v ,rt -hrn K O cn (n (D 5.co•Q CD O y (D O. N A) 2 N c _1 rn 3 a) O0 70 Q- 5. R. to N N 3. ai o rn O N O. (D cn �' c. O K to (D cQ p ""' v _0 • U) cn rn cQ c O Cf O (D N < CD -00�+D O - Cl) N O N n 5 c (D o -p (n =• O c ?C 0 `,< p 3- O •• ?c Oh = n 7 W 7c Q n p 7 n• O n O 112 (D o n O O rn = -a O CD = n O' (q fn n "O n a v = (D -I v s n v CD CD Q co �, O 0- (D CD 0 (Q 0 0" (D O �• -3 Cr --.. A O • V1 — ,...F ,� co CD .(-•F a• O N A) Q - v O O Q (� O o O Q Q O . S 0--a V) a (D 6� (n CD O � (D � (p O , N CD O O cQ m e p O O v Q -� N (D o- N -4 CD 7 0. O r+ O n' QO 7 an 00 E CD� m � � � rn � v (n 3 °v3N � m (D Z = vim 5' rn (D a3 7" Q i 'a a- -3 n o ,-1- v O. all CT o n °- �'•3 m c" CD 0 � m o m Ham ) cn CD a � 0 R m C O c. rn -ham c. (D v � n c. (D C) o c � (D rn rn cn n o � p a—i n O0 = = v o Q. N To N C L vi L in C N a) vi �+ 4) vi ui N E U C U O C 2 O Ti 7 ca ca O = ca �_ �_ ca ca ca ca a) N 0 co f1 'L O L N N •L N O •L L •• ca ca V5 N I L L Q L o E O 7 .0) L rO+ N > 2 i) co O () c >` C a) p ° C a) (o O Z co N Q p N O Q p O Q a a) .a) C _ o � � ° ° E �:0 ° — c�c a) c yam-+ �, ° N 0 s. C N U L U E U L >, N U L d to O c N O a) •L O ° O C .L O a — O •L o C O N .Q ° a o N U � O -O U N Q j +. p °- O a) ° C C °- Q .— -a -O 0 0 +� U Q 3 a) (a N (a •+- -0 0 c U 0 N v ) C — 0 ca a) C a) i 4-, CI- ° � L c) ca � — a) o — . 0 caia -0 — C � N y C N Q a) ca -° U a) ca U N a) ca L N O N ca •C — 'u) ca N � c 0- aa)) a) Cl) 3 > c) • 0 L Q C C U p o N 0 .c p o 45c • 0 p "a O .S L d O O c O L O L a) -0 a) _c O E c� a) C N :Co) C — N N N — V a) N N .0 a) > •N N a) E o C y U N — N ca ca N >i O -0 > +. . C U -2 (� E °' O U ca i a) Q E Q O E d ° ca a) C V a) -a Q 0 as .0 = 4- (0 a) _0 _c p c6 ca ca 0 (1) ca N 0 'C Q ' •C O a) C L[) J a) L N a) L a) (6 •� N N a) L Q >, Q- (6 O L a) W V +r µa, C•Ts co as N - O i E O a) as E N P �' 4p E LE c N Q O O = y c O Cap N L C Q o '— (1) -to' C C C) O 'j O C U ..--,- -0c012 O C C E 0 Q•U ° Q-a w O 0 CD 0 C O U J 'O ca ° U a) U s O o 0 = g _0 _0 _ _c � *; as 0 — 0 � ° � ° (0 ° E "ac ° D0 a) E c o 0 as (1) 0 E C '. d a W E c ° a > Q 0) o -0 ca a) UQ a) ECac a) EP al 0am. ° a) , C 0 0) O o 'Dam a O -- a ° Q Q' C C rn Q" N d .3 °- Q" ca V N v (1) Q- >�� _ Ev) vCo � _ EN E � � COQ ESQ 0 •NOo EN 0 — 'E •E u) a) N ca 0 O =. Ea) a) p °U N .N O ca o p 0 U N t E 0 (/) moo O O -a (-) (1) 2 c m � — � N U = E � p E a) can ca) � L C o N U Vic° '� E `— O 'U C - C O 0 a) V "' U _ N a) of a) Q c O C 0 a),= a) O a) ca a) § en 0 O O N c a)CO O a) a) L O L a) ca 7 E +' O N N c ,C d U Ccnmoo Eo : o a) c Ea) cu = Ua) 0C E0cc •� ° o . E ° � O0 � 0L - -0 I. o � a- ca-' "1 u 5 c as �' o a) a) ' E .5 co47 0 EO = ca ca a 2 N U) T A d 7 a) — 0 c a_ tq — = N — �, O "- a) Q a) U i U 'a a) ' 2) C a) U O U •— O S > U C C p op o "e' -° c i5 .S o2 _c -a c c 3 0 ° c .0 .E - p .0 N - -cam c C � p — cris a) O C O IX ca C 0 U V i ca •3 >, C ca % L 2 N "E' -cc . oo - o >' L T CL ca Mt C CL H - Q � � C6 C +- N a) N N C N Co co a) co N N >+ > O N ca V = �; CO Cr - o o � NE � 3 NO 0I0 �c ° Z'15 — a) E C � � � � N � � a) EoL " NON Eov) � (0 -cs � ccmo EooQ- � 2a) E ° EELo7o (0 r..9. ca 0_ c Q ca E °r ° E Q ca E °3 3 ca CN O ca E u� - >, 2 E Q ca E °3 N +—O' Q. � c. oc) -0 v 0Q'5 >,.� aa) n, CO .';:--c— >+.u) � .�o cNaQ•0m >, NaU) ( CO Q Q_ >.arascNoc 0D am 2w a) aF- -0 �o., . w a cu —)-00) � w a m a � � cn � W m a _= dWH E T T T T T 7 " j al .1:• CA CO rn -0 o K n� o -I13 3-1- E c o o K Z0 -0 -I -a -I < V1i K oo - 1(p 3 3 5 0 (D C7 " v 0__c m O O O • v -1 p 0 %< O (p c. D v *0 > -, c O ° 3 0 C 0 r+ = O -z p -p' _, CO (D -p = r p- cn 0 0 co m 8 N fD - 3 F CO CO .�. (D Q Z (�D fD O (D 0_ N O O p n 0 O 0- I 2) 0 `< 7 (D W X v 0 ...a O .+ 3 (D (D -0 N 5 n 3 co rn • n v 7 Cy �. � n) Q- � = - -- v < 4 = m a QQ °< v 0_ <" x C0 =_co 3 a 3 o = � rt � m c rt �� rn � n Qc O cn o m 0 v v - � my � x = " CD � 0- a) `< oo � 000 SD co mo rna 3anoCTQ- ok< m 0W = cDOo = = - eL = p 3= m 0 0 � 3 m v o 5rt m o ,- m _ 3 * * m c 0c tu o * v 0 p er+ _� ° �, v rn co (D v = ((DD �,0 N '• N 5- C ,O=-,. o 0 m 3 ° N 0) m CD cn Q c. - 0 0 �' " _0 - • p v = 0 0_ _� �' N 0- o cQ (� K- N 4. ° wo ( Wv? 0 =0 �' c � orn T � ° � c m �' � oC° o � 3 � c°oo � 3 � � CD 53 0.0 co_ 0- 3 3 5-. 3 ccC° (�C° Es � rn� 3 rn3 3 o moo � �' CD 0' 0 o 9=) j 02 W (D ('c0 'O v C O O (CD 0_ ,, -0 3 3 c CD < N •co (D m 5• � 0 o = 0_ y a ° = ° 0 x c n CD rn W ° 3 D v =' O �7 (D 'D v 7' cD p (D a) 0 . R (D o �n ZIT• (D cn = O cn et- (R (D - _o `2 '-. 0 0. v =• D p _, , 0 _ �• 3 O O - v c (-D C (n 0• —h (D O (D O (D v O C) 0- -": (D v o v Q (D (D �, C� Q (p L O 0 -0 5,:r N C Q m -•co O v 0_ (n n O ° m O Q v c 'p n (D p 0 p c = p -h CA 5 o p cD < st c p'-Q o m -0 co 0 up) 3 cD N N O v) O 0 - v v O fn' p = 0- 0 co o CD 0 -I (D c _N• = 3 m 0 , - p C) - o cD Div w _ -, 0• p e v = No w• p * �• K3 o p npi m �' m p2 M CD O < �' � c o o CD 03 � � v N w c� cn C ° = 0 Q N y (D (D 0_ W o c cQ (D O < = v v c0 p -� �- m 0- ,-.h n" -0 0_ � o cn c m N 30 a c � o `< v (CD m CT c�D N p �� - a. o c0 -' a _ cn c p Q -0 (D ' 0_ p o _= 0 0 - (D FIT ¢ 3 5 -i, �� a) G--) voc° Q� o3C� � a3W0 � CioivA o o = p. 0 °" c = 0 pc0p5p Q ,� = D13 � 0 g = o -" 3 �' �� z � v rn cn c `n o �- rn o 3 m � � �'. cu '< 5 o = _. 0. o cr � v -a p o 3 c c -, p- = =51i 0 u 0 � 5 nX -0 X �.c0 5• - Q-°p a ago . � � m 0-8 (n 3 m Q) m Om o � .• CD v c -o � o � v -. v ° ° = o v p S Fr) 0 0- p G��' 0 C� m cn rn � v p =, 0 -p 0- 3 m— o o � -' 0 0- p z CD o_- _ ° (D Cn m = 3 =- a)�) 7 m (Cp o_ * C U s i C L — -Co co- a) C "CI c`a C "0 — c c Cis O N to a y c v c a a a a s O c -4- ca � a (a o � a) N L p a) •L N a) •L c Ca g. .L • •_ L U a) +-1:--. a CO L a) O O 6 O O � L a) o O O a as O a s c = Q E sue Q E 0- E O v c O O a) ca a) _ O_ a) _o c a) as — ) o C i LL O O .L L C `= 0 L a co O V O ca U p O)_ c o n + C O a a O a o,O a a) - O Q O (a O-O CTS N � -C C-C C a la c o) • .Q O - O _ O) Q _ O 0 L V ,F- D CO a) (a 4- O a) (a co 12 /co a) O 0p O U a) O T, 0 ~ 0 -c C D (I)) C — C"L c0 0 O L CO p C Y V H p L ... U U +� (a rte- co O �. u) O s o 4- (a C (A O L co O 4_ 0 O caO � � � .N3 ca -a O •� 3 07) a u *L3 0 0 •� .E. osC O C �— (a L a) fa (0 O E a) C —^`` fn ca O O c U O ca O N C O co a) 0 0 4- -1-'' (/) 4- }' O W 0 L •y - s L O a)Q O O C co O +- 0 0 C N - +- O O O O (d + O a) to O +. O a) L. (a C 0) C C a) .- c `~ Q / Cl)- C Q NU1- c o a a) V C o 0- N ( c ca oO OcE CAE OcE c � O E -(7.; 6' o E � .c -2 cn - a) O O O O O o O O a) ca O ca O) as ca o a) O ova m .Q U O) >_ j -O o U d U -O c 0 a) C -a c co 0 co C U C � c� c ° Vic ° mac) E co o � UV m o_ co o-0 E Q° miasmal LE,,, (L) °- 9 � � Oaf fl.- as of " rnOC a) EE m � co M k L r te+ L fa ' E2 L o O _� E co CDs U .0 O CO or s (a O O s j d • 0 0 7 — O to O L '4 O co co 3 — V O m co - L — V O c4 .N cD as uj CO CO �: c L o a) K `~ o^, O U a) ca C a) N ca a) ca .c �. O O ca - a) C� E •p c 'D Q) •— co U O W U L V s • U L (") U -p -c r-+ V L C Cla 13 13 a) eL O _ C — o m a) — O — a) O c c co o a) O as O L O O a) C O C = , Q-2 = 4E, 4- C 4- w '--' - C co `~ co .— +-' +- C Co 4- -(5. 0' (a +•' C 4- Q-U 7 O C to C O "a C O a) O fn C a) u) � a) L C 73 C a) O � a) 0 a) O O O o U U O E ca -, N o E (a O 4 O D E m p - O_ o ca E ca 0 o_U' L. L. 'O a) .' -0 U a) �' 4., 0 C , �, a) U 4- ++ rr 4 . 0 . . a) (3 U c ca+�-. V CO N V 4 a) Cl) ca N t) V O O 0 c O C9 c0 o a -a 3 L ui a- "O 0 ' QC� a - -0 7 O OMI- a� d - U a.) .4._ cs c O - = V . c = c •� v ca C , .= o c CO ()� cc .= o .c o cZ c3. aos a) c ca — ' v a) ca — c O a ca CO c• >l >+s � o 4-' CTS = s § � +, �a � U � 3CC C V � o � U ta � c UCa0oC Ca f- H � aa)) �� a) C � 0N0D a) in ca (� NSO n a) cca � � vcZ a) cns r � � vns I I - v I Y O I v� U cam. I O o "0 E (a c I Y o4= _ - EEo2 � � 2caa)) Eo � � 22caa)) CLOCa—) 0 2' � E Eoas (9o1 2 a) Eoaa2 Itr 3 -a �a c c Q °r 3 � ,E CO ca o. ; 3 0 °-0 comma :r - 4= C � a - = a> co co• >,.u) U .�c N w a ( ...co 0 [I] a) w a ca_E 0 .s 0 CO) O a os t O Q •`) aai 0 a C4.c C C n. a l- ca cn co 2 `. a) a I- ca = 2 - a) a l- - = z 24.Y. a) a I- E co S .a � a) a l— .— ca ca M) CO camD U) CD CO ' r r r r - :, - T a) 0) UT . w iv N C = 11)3 'QOM n 0 -aL ,-• OO � (5 n) N. (�,< C) O (D C v v 3 A C O (D ( v ((D ? N M CD OM (D Sv p O to SD O O 0 ( '< sv O O Q fn `< C. r+- n 't3 - "a .-. (n -, 3 rt ---, U v Q — =C. a .-. U) tv Q 7c "O .-.. U) Q � ° 3 rC Q * (D 3 I- C ID °' , if 3 s— C A) * '* rC v v . � m 3 s— c C O9 3 (D � (D = 3 O B (D (D O a 3 O-, 3 (D , O 3 3 1l ,• O TI al o .O. p) o 7� v cu N C `� Sv O 7r `� sv (D O . (D 0 O I O = (D (D Q I Si) 0 (D Cr p ._� (n I v p _ I -" sv a I v•v < = Q ,-1- '• Q. 3 O Q •O� O 0-- N _ Q .�. (D O 3 7 Q (D '� Q SD 0 _ 0 a n) 3 Da 33.i. Q3 ° m o rn = C) QN SV w0- 3E0 0- 0 2) QC V C) 0- (n p 5' rnrn a- = n sv ° °-26 0 5' ° 5' � ° Q (n ° 5' 3 ° Q (n ,_. • ° 5' = O 0 = n. . p 0 = Q m ° o ° o v - Cle , 5' 3 o Q 5 ° o v D- oor) si 5 taa- - � o ID 0- sz < 0 -0 a fl. — � (D ° O. — °- a- M (D .0 0 rn C 0 O c—D .G (D 0 0 (D ,nr 7 CD < (D -�, cD Q n = n) Sv ( 0 O c (D a• s) fD '� + -1, Q '� S _ - v 0 — ° v ,, - = n (D ' .— (D `< (D O O N 6. .O-. (D .0 rn -� `° N srn n ow �' ° .. — 0 v 0 .� 1 ° � 3 v ° � -1 v_ _ 3 -a 5 (D a p () .-4- 0 0 (D 0 (D (D 2) sv O' U (D v .'; Sv O-, (D = r. .-► -0 A CD = O0 .?-. Q = .�. a „} ' Q O ... — -. - "• rn O (D CD�, .a 7 O 0. O Q O 0 s 0 rh •-,-F (D C 0 CD 0 5 3 (D (D O =- Z (D 3 N 0 a 3 Z - C C C O a (n Z , Va) -I, O (D O O -' _a a) w_ — ° C al p fv 0 — G) (D v sv O k 3 x (D v v C) 3 �C N v ° 5. 0 0 o — ( 0 -, co n a- �• o C (n 0 — —I c' O ro• _ gi cl — --I C o y• _ 0 v 4' sv � 3m Qm � � � fD O � � co � � 3m 0 3 * . 3 ° Q • worn oo .+ID 3 ° , 5. .. ° 3 C) C) - sv x -.P 3 G) ° o (° .-.D 3 05-73 fDO - � F O Sv , O (n v O O O 'a C O p p (D O� c 0 w Q 0 5'(° 0 Q - = O Q _= 0 en Q N-. C7 , sv -1 0 Q .(n-. n 0 ca O O sv Q 3 o sv �' ° ° O ° c c°i 0 () aim 7 O gip' ° (D o (D ° = CD Q 0 Da (D CL ° o ° 30 3 ° O Q08 (n `2 3 o RE- CD . I o QQ ° . I 3 = o (Op �' (�—D a .�. °- Q "a ° "a c " ai Oo O O c - -a ° a * v morn co 773. 0'1. -1,-' c� v v fl; q' morn ( o ° v 2) m o 3 ( o °• v FILM. c° �, � r. -' CDC (n ,mac ° ° � C) n rn , sv (DOCD ,=,: o rnC v v rn3• a- Qa) = m C a- sv o v " � Ehrn SD 0 h). D- �, � .• " 0 o v fn' O• (n 0 , (n ° p O (D -1 ° O O (D C, CD � ° * °. 0' A) 0 : * z- N' 0 -• * °. Fn• QQ0 * ° c• QQ ° * ° rn. mo - 3p o ' er � o o � C) ° 3o Cn � O 030 Cn = O - 3o•o' 1 o � corn .�°' (°no vrn 0A: U (Q = C0 (°D0 7(0 = ( CT) x(05 3p v � oo sys � oN v �CD o � �? a- ° 4* va a m � vQ �� ° Q c00 � °' o ' o ° o c o n o' = < a-� 3n � � a c a-� ° n0 �� = C) � sy � Q o 0 o "0 c° 0 � � Z v (QD � � ° 3 � rn - � m ° � c � � n' Cam ° 9, 0.5. O ., -1 (D lD o C (D 0 3 sv ,-, , C Cr sv — = ,•. , C) X v -1 n r 1 ° a rn — 0m cn5' ° m — —1 O = C — � 0X m , (fin (D O O -, 5' a)) a 7 sv (n v a) sv o O C 73 -0 R-3 cii 73 Ct3 Q) C ,O co c c 0 .O a) ca as c .� a) (a ca c .to C O a) 0 2 16 L L �n a) a) •L co a) a) u) p a) a) u) 0 _ as 3 12 E aL) c�a -2 _o m 'To' 3 '2 _a a) c •L -a a) a 45 QE �� U QE �� U QE rn-0U QE � � c Q� c 0 0 � c o ac a) rrac a) � CCU a)) E 7 .-L _a a) 0 c •L _a o)11) c •L _0 V V) C .-L _0 O CI AC ref y.t Q wee ti.L Q we Q 1- as V a) aV TF Q U_ aV TF Q U_ a Ti Q V ^` Q U -v to E tea) U ° tea) U ° � rn U ° ern ° � � o E C chU � .' C in Um � c N- Uc� «- c 0 o p t i 5 I— 0 -c u) 0 L 0 p H O u) O O ° ~ 0 to O O .f.. co 4... Y N O H 0 L u) ' L co t N 3 C ., W E C C N E 3 O O •tn ,0 Q � ' L OV = _o -c OU = ..Q4- OV 7 C `� 'C c U O E � L +- as t -a L +� (aL � L ca � � L O � � r� +� _C O a) *= 00 O f6 '-' 00 t O crs "= 00 t crs "= C L +)• a) 4.' N y U .N C 4) N 3 0 C a) V -�' C a) - 3 0 :' O 0 C 0 Q C a) 0 0 0- C a) 0 co. C a) 0 CO. +� ° U 0 Q ° - E c ° c ° c ° - E aic a) ° oE 95 a) a0 ai � (aa) oao ai � ca5) a) o0 WWVcaC a) aO L Rs 7:1') a) •_- o 73 0) 0 a) (13 0 L a) C (rs L (a C (a moo -- C L (a u) EQ� CO0 E �w � a)0 E �� § a) 0 E �w y (a ° cn ECo _cE -oo (a C.)t (0a _oo (a a).Ecars -ooca a) coca .Qoca m.C (°aC Qis Lo 0 0 (n 7 to c L _ 0 u) 3 (n c L _ 0 u) = cn c L O N CU L C O V) 6 w fa o 'E L a 5 c rte' 0 = o o -0 0 0 = 0 0 c 0 ' .E 0 3 c U 0 _c N O a) d' 0 0 O L u) ° — C) V) `~ O a) d' `� a) L O O a) `�- a) L v) p 4) r L u) (a a) y N C .. C r 0 .0-0 (a � +--, C ' O •p-0 , w, "'' C 0 .0-a � � .�.' C qt '5-0C c O C 4t E v a) ° N -c Q 0 c a) °) � � Q c a) c a) N C a) 0 lA a) c C N (A as a > E ca `o ° ca E ± o ° ca E o a) °- O Ca E ca ° a) 0 Ca E E . "' a) >. ° c *, -0 � Un >, a) c "-' -0 __ Un >, ° c :2- a) >, ° c = a) _c n >,-� C °) o d � � a QC� 11— a a � a) a3� � °a a � �O cu _o QU � � � O as W -0 To p _ C 7U _C _c .c p _ C 7U C � .0 00 '- C 7U -0 73 C ° C C 0U C � .0 ca u) � H crs � � H cam gH cu � H ca a) -a U o -a U o -a V o -a — o 0 (n -a a) Q N C (0a M o (a C Z ( C ca o cu c z a) C (ca ti 0 ca c Z ac) c coo N C ca c Z 0 C ca u) ca I ° O al +- I ° ° -a E ca c II iC O ° V ca c I . p O -a E a c U a) ^ a) E ° (a C a) ^ a) E ° ca c a) ^ a) E L (a c a) ^ a) E Y ca c a) ^ a) L LL 0 0 V crs L LL 0 0 V (rs L LL O p V (rs L LL O a) U O L LL • a a _r E .°3 3 ;� _ _ = _1E °3 c= _ - a _, E L 3 c_ _ - = _1E °, o Qom _ _ a . E C ¢ (a r-' 'Q fn Q.V to — Q Q•V (n " Q Q U N � Q ' U ln .� Q (a a) a) O ct L 0 a) a) ° s c L 0 Q•- a) ° S 0 L 0 Q'L a) ° 0 L O 23_,`) a) O E 2oa) aHEu) Zi ° a) a. HEo > ° a) ILHEo > 20 a) aHEo S 2 ° a) ti co 0) 0 CO c0 t0 t- r r r r _l j r - W V N s CD mK CD 5• C c - -0 as ' � Q3 -1 -0 CD mK � ° -I -0 3 ca o m o - CD ,h0 us '.t -1 -0 (D X 0 R. (D '< (�D 0 0- 0 O o 0- 0 0 -C3 O D" < D- O O -'D � � ao� N rt �'D09 m DI 0 0-.m �•D0 o n m N•< rn�' o 0 �cg 3 CD V O 3 29 v�i•,c 3v = 35-‹ — git Svc 30 . 3vc C C' - * o 1- c m nom = no (D Q (D -co n to ° 3 (D O (D ° 0 E 0 c v v o = N , 0 �° -; O • v 0 v 0 rn 3 > cn I 0 cn CD CD av 0 I 0 0 CD C Fe 0 (D 3Q) Dv ai 0 — Q- � 0050 = C n � p �- 3 � rn v Q0 '< ,c c 0 z- -1. o.. a) c _ 351)_ -0 Q. 0 v' N 0 v � Qa? v ' c o � 0 - o m I`) N �. — w 0 p ,� _ — 0 �. — � cn N cD — rt — 0 0 0"C3 5 0 O. 0 0 n � co 0 � � (n . � 0 : m v � �, 0- - 0_ Q °' (nO v - � a - Q m -0 = 0 -' a Zm m 5' " �' 0 v Q QnOi m st = 0 * 5' .4 CD '� 0 n0i 0 ,. Q rt (D r+ v �; v v c CD ,� 0 C7 3_ n N o Q a 'U 0 0 N-0 ( 0 , O c 3 `< 0- O 0 0 (D = 5,•< C) 0 Q = 3`< -I Cn . Q (D (D a) •< o v Q0 .-h. v _. 0 Qa v CD 3 0' o o 3 O CD 3 v o fD a 0 CD 3 0CD 5 m < Pa- g= � 3 5' (Oi> 3 (DCQ O O 00 ( o CD CD o Q0 v, ocD can (n - D EN. -+ m O ‹ ten' O (D �. � 5-1- � o o � a) _i3 m 0 ,� = ° rn m 0 0 '4' 00 0 � M 0 �, — o _ . 0 rn Cl)� COD v 0 o O' n 0 0 O v 0 • n c O O a) fn O CD (D pt c o cis a)c -4, CD `< C"0 3 CD -.,, 7 if; ol (n CD o O 0 O = fn v -, c O CD 0 c < o O O O O to N 0 — Q Q- a700 _ 00 = 0 = X. ...,. = -. > v rn v F 0 CD 3 5 v N 0 5. v m 0 fa) N 0 a-i' Q (p vi O 0 0 (n N cD 3 0 3 7• `. O (p ` O CO + O (D Q C) O -� 3 O O o ,�.,. O 0 . o (A a) 0 O Loa) o cOn - 3 0 (On a 0• CDcoy O Z m 3 m - (fl _ m � Hcn Ali o v rn m al m n o a) 0 (D0QQ o ' Q a) * P -' oo a a) (' mom 0 rn m O �, 3 0 0 -0 O o m = 0 m v 0 0 CD . 2. Cp 0 0_ 11 0 0 0 � CA 5' 0 m � 5' .p 0 0 -0 � Q� crO O O 0 3 �' 0 = °' a) o -+ 300 � � CD 0 .- 35' 0 (To ca c m30 nCD '< v � orCnr F6- -s 0 v -0 — O ° N O v v 0- o -. 0- 3 C? cn .a' -O 0 0 - @ N v (D (D -g -n —Et) •N 0 , C) 3 ,-. �, O (D `< 3 O cD (D ,=F ,�- — s s 0 su - c 0• 5 ,-, (n - c s Cl) 0 c 0- 0 as < Cl) _,, 0 < 0 CD .� . rnOV Ornoo CD Ooo = m -" v _ cv `< m -hCD 0 O Q O N p (D N O 0 0 rt Q O O. (n = O O Q = _ (D X5. 0 (DVZO X5. 0 = -' = ;raQ ° nO v � � moms = OCDCD • (0 S .. _ O rt Cu (D 07 co G) 0 Q 0 7 .� _, O = TI m O (D O O c O (D O * n (D O (D n N • 7- (D O (D N CD =' 3 O Cr (D 0 — v -, = = (Q ,• — cD O v = 'a m (") (D 0 3 ^', -1 O (D CT (D o fn CS - - 0 - - n 0 a N 0 . O a 0Q NQ� o 57a 3 -, - v � � (n � u) TJ � Q voDO 0- 5 -0 0 0� v0 o� CD 5." o� cno � m �� (� c� .� vN �C° —� � 0 c 0 - 0 Q3 0 �. O 0 3 0 (1D0 °. .� v vm 0 3Q vD 0 -0 v 3a - m ' 3 �, p0 � s m N C 0 (� CO O - cQ v N ci 5 0•3 ( cOD St N0' m vOwo cn ((flC 0' = = Cr— Cr 7 = Cr ovmo W (D _ 7<' ( _ 0- CD O T' _ 0- (0 Q 0 0 _ (D 3 CD O 7 cn (D Q) =-_ LA � uS ca c .c ^c 13 1-11 O)0 U � c_ a) a v, t o ca ca ca W ca a) �' c U a) N °= "� a a E CZ • co 0-O C a) .L C .. O U O C fa C cn E .- rn U >, c 5. O O .1- .0) L G ) 0 U C O)� �Q (a C -C Q �' o cam -0 C C+• aoi -0 °'° a° o ° aE c oCD acaiE ui � � c°�iao � °' .5 (t2 — ° •� a) (n > (/) -c ` a) a) a) i L ,O- o ._ p x i V a) -c O o +� 3 0 0 V) C O "- O U i U O a) = p >. a) a) .0 U a O o �_� _ a�ic6a® � ° Qo +-. CD_ CS °--'c ma� � Na°i cEc = > o a) p a)' a) _ 2 4 - ~ a) a) O_, N a) 1g- .O_, °' L ,Q, as as'a L �../L� L _ �a N as ° _ (n •N N +�+ V r. o a) O) o mi O a) O O Q-•0 +� U ,-C C O 0 O)+-- a) U S y Eal .c oo E _ o N v � � � ea .Na. 3NOEE crnoc o v p 3 w ,� Y m ° Q ca Ew ° aESEE n .S ti; co Q N 4- � a) .0 0 — a) ° � o cca � o f o ~ a) U a) o ° ax) o c Q E o E .� ° ' — c — L •- cn ea CD ° L a� ° cE ' Q- U ° E .o) 4... m a? c c rn u U o o is a) co .E ? S o O cn a) a) c •0 p ° 0 fa ) a) Fn- t ac) aai a) a) o ca — ca CO s- a) as "a oo C a) , , a) a) a) = a) 0 "a 0 a) a c O O) C ca V �- 8.,' _ o - ° '7) � c ca o a) Cl) co 0 5 3p � .NcTo' a o C ° = o 5� 3 `o c2 ° _ �• _ N '� E N O O C tea) o to O O > o U a) co N C E a) o Q E co C (�6 '- Q =+O- - OU =RI Q C -0 a) L ~' a p 0 O -c c O c N p)-a Q•' o n3 a) ca U 3 *' O L m N O _� ca C 'c o = a) C CU ,O O �_ Q l C C� m !4= -2 Eac) 4- a a) � .o) E = > c0 LL • MwV) , 000a'73 o c) a� ou) E �a c a) = (I) as oLm m ° Ya) o � UUCUCac Val N. _C Q. C ° E cn ca E a� o +. ca U a L O (a o o U Z to cn E o a) U a) O cn — > ca — c o_) c J J Q U O o c 0 - N Q >+ 4 , -.% _t T y co 0 OD 0~0 3 a- 0 X a -p a-p 0 N a- a) S O fD -°a 5 a 3 0 - 0 o m ° 3 (D 3 -I O O -I (D -1 a 0 79< r2 (D O ° n (D n c (0D 2 FD''c0 0 ° =cc 2 0 0 an 0 �' n v 0 m n v 7. rt rr (3D 0 0 3 v Q ao - (3n s n0 ? cg 3 0 3o m y = n aQ 3 o cQ Q 0 cn c 0 3 CD CD 3 CD 8 N = 0, a u) Q O 5. I t Q o v 0 ° c 3 N a s N a- o vcQ -I -I ) Ea � = �v ° 2 � Q_ a � QarnoQ- fD my (a = � � cn v � v, ° v � 33 cn aDi n 0- 3 C7 = (D CO O o -. (D N -* 0 v Q ea 5 c c "0 p) -0 CD 3 0 CA cn (D 0 -, -9 (D fn cn Z- 0 (D p? y O Q Q O O O ^� co_) n O O N + -� ' O n " 0 O (3D (D O — c0) C 0 0 0 w m= O. =h K ' ' O (�D (D O N (D -3 (DD C 00 (3D X c -0 O N (D n (D 3 Q Q co 3 3 c5 3 o v � 3m �, ,-(R. (7). (Q0 acn -a . -h " ( (D O O C) 0 o N C O CD 0 0 .� p (1D =+: (D (D < a) o(Q' 0 O _N N• ,..,- 3 0 "} n O 0 Q 0 .. 0 Q 0 0 ) (D - C) (Q 6 c N cD O 0 O O c = = 3 N• fn p O O n `� CD ~' 3 0 (D ,c a- p) cn �< O 0- = O (D C O• fU p) a- -0 0 O ° cC ► n (Q 0 - fD (Q CD 3 0 ~' _' _► N N(Q Ai 0 91 0 5.w 0 c° o =o Q o O 0 0' 0 0 O 3 to 0 C7 O c N (D , O 3 v -0 O =- o O O 3 v O 0 (D * C 0 O S' ' . =+; O N (OD ° c ? o -a a) < a � � � � ° � o c = n m � 3m � = = � � 3 � y n+ CD O 0 ~, (D (D p) 3 _. o ~ Q O p O c0 r-. -� ,� v) (D -a O co C ° '<< +nom" o � O C•(° v g go ° �. a) c o v 3 " O �' ° p FT _ _ SO o (D (n cn (D 0 L,c �_C° --I 0) mconmQCn� � afDO -' � ,� � ° a� 0) ca vv Q- OQrn � o � vo � (� -av � c3 mm � � rn' g � rn � �• sz = N a cn n v) o ° = 5 `< _ Da v � v = � CD(I) Q ° a Q- O Z � 5' `� 0 0 0 0 fn N 3(a •G (D 0 n N O 0 O w 0 7 Q- `< O (D fl (D N N S , 0 7c 0 O 0 co • o N QCOC ro. nN .� N 3 - O O (C N N (D v 0 ° (Q (nQ_ 0- 0 m. a`Z • N s' Q0 CD C N 0 Q �2 C) (n O y 0 o 0 CDD C7 N 3 - -1, fD O O v = N O N •N . p N (D 0 0 a N 0 -c/ 0 �• O O 0- (a�• Fr). (D o 0 ° °o (mn a � "�com a Zo =SI) 3 . v,• 0" Cl) 0 � � p, 3 E 0 0 .p.- ca 3 v . (D Q O (D O 0 v ' v o c5Q � ro) co � � acDNcD N * a- a 0 (n (cnv 0 (D CO CD D o < ama ° —� Ov v cna v D0 ° Q_ a) �� V a) L O a) 0) a) a c a L ~ Cl) c a L 0 Q 'D Cl) ID c O 0.. (n- 0 ca E c C L O c -0 a 2 _c ca 0 O a) O Oa a a o O c ~ a a) O .= Q c a) J N o ca c Q- U E c c F- a c - M a R— _c U a a S a) O � S (a a) L c N Q C . O Q W V • La L L E O c aQ «- c c cu C O _ O O O U t _c U 0 ca U L fa a) `~ 0 co c O V O O -c O c O c "c a) U ca a) a) O 0 _ O c as C_ a 0 N O C Q O O N O a) v U a) ca as — O a) N ca a H u) •c c — A— a) c F. L p Q�O N O O a) V Q a) Cc V Q- CO • .N +r V c� l6 f4 `- o_ (E E Z "� "� N as a) O O a) c �. U CU a) �! O L p O U L U' O �' a) O C ca 4' C) O Ts 3 a0i _ (D (D c.., a) > o c di 0 -o , ris L- 4- -c _c u)c a) 4,..7 N c CO E � 4O4- f *k c -. (ate N 'O O O• ca "O .u) a) c ca O 'L � C ca .� L O a) X13 - O >, � ca ) co8 c E 2 E .u) o E � E as . a) -c_ c O a (0 E a) 2 a) U a) ca o)•— O ca a) -a (0 4_ 0 4 (a a) a) -a -a L a) H >. L " V N� CU c c t O c O N L d � � O Q = '� c O N CD O co -C o a) a) 3 n— ca 4- E a) .L a) •— a ca m N o �� ns E m Q- c O � •O c o U �_ � � a Lai ca a)) a 0 .�' a) E (6 u) U) a) O m ca a) o o a) ns _cr Ecca o U 3a) - 7' oL � -c a) ca F- a -cU ccc OoO ° Q-,8 LO o � OE as CO a) `- , ' O a) • > O ca .3 C a) m O O t a) a) c ca c8 L — Q U E E con N ° 2 o_ CU E 1 — ate) 1- cca > Q'- E u0) Y E 0 as a) �^U C .� "' O C C U L L N Y (a O Q. fa .3 Q 3 L O Z' v Q O U z,�, (a N O L U �. as a) ca O O > " 0 O _c U U AA,� (n O� O O .e O a) C 4— Q Q Q L L co L V W a) E (V O 2 - M " '5 a �, U) a) a) Ts :° °c) a) a) CU -C$cV off ° e0'o as = o "voi • N c = a) p O .S _a_a 2 O "E) v) o -a >+ ' • —, '-a w cC 'N c •. cn Cl) c C E E O N c U L ,C a) .O O O 2 0. O E c C 0 O O L_ :� J E O t V a) C _ O CO CIS E — o Ea) � .0 >, a) Eo � -c O � a) � o c EOa) ac) p va0i �o E O TA a) c �- OV � � � }' _c -0 L Q � �a � .a� o a) O H �C0H < o - � ". t ca I— c>a 0)_ aci pc Ecnc >, _ O � 0 = s- 0 t0OO � tcoo ° � = c o " S Q- Q 'c = �_ U cA 0 0 ' (6 O O c co .L 't- V O ' ++ co O _c N L L .0 �- 000 . 3 ca cL m a) a) caE coc caaC �- cn = - 0) C ~ O > O (a O -0 Q L Q Q L ` V ca O V cr)1 ca ca CO O . U L — z'-'45 O a) _ X O �. ▪ 0 0 O N M c -p C 'i O Q L .,., c 'O -0 Z y H L U E • Q- rn 3 4O U c O c '-, L c O C (a i U W- 0 c o C c 0 C L • fn C N L c C t O (Q a) N a) a) 4- co — c C O a) %. ca ca _, Q cozTr3 c o ,-, 0 .4-5), a) ,5 - E c E E `o -1c � ,c S � E � •.•c V O > f Cr) a) -O c •X O c 0 _ 3 c .,>' N ca (n a) E 0 U ca N N To J a) C a) O a) 0 a) 2 a) 7 0 N O p .O O ca c = O O U Oa 0a) aseV . > , F. L_ U � (� L12 Oc QQ- = 3 +L- - E COQ E -c rr c0 '0 fa a5 C E CO C U O N ca O a) a) = 0- U alt c a) U 4) = c 4- .5 Q � cca .SO_ Q2UQca0 Ha) 4a) HEM 2 U) a) ca dHc0UUV c CO a) co co 1-199 Pay Item —Repair, Replace and/or Modify Existing Irrigation Systems: This work includes repairing, replacing reconstructed and/or modifying any existing irrigation system or system component within the limits of the work area that is damaged or whose function/operation is adversely impacted by the construction of the proposed improvements, in a manner satisfactory to the adjacent property owners or HOAs to whom they belong, and the Engineer. This work includes repairing or replacing any damaged pipes, sprinkler heads or other system components (i.e., valves, controllers, valve boxes, etc.), as well as adding additional lines and/or heads necessary to properly irrigate landscape or turf areas that are adjusted, modified, or reconfigured as a result of this project. All existing irrigation systems will be assumed to be in good condition and fully operational unless the CONTRACTOR has inspected, noted and documented some specific damage to a system that exists, prior to construction beginning. It would, therefore, be advisable for the CONTRATOR to contact adjacent property owners and/or system owners/operators prior to construction to determine the limits of all existing irrigation systems, the location of sprinkler heads and other system components, and to identify and document any existing damage. All repairs should be completed as soon as possible after the damage is discovered. Any damage to existing grass, trees or landscaping resulting from a lack of water during construction because of damage to irrigation systems or irrigation systems that become inoperable will be the sole responsibility of the CONTRACTOR to replace. The exact number and location of sprinkler heads, valves, controllers, etc. on this project is unknown. The CONTRACTOR is, therefore, advised to visit the project site for himself and make his own determination of where existing irrigation systems may be located and to what extent those systems and system components may be damaged or impacted during construction. Measurement and payment for work performed and materials furnished related to the repair, replacement and/or modification of existing irrigation systems, as provided herein, shall be made on the basis of the price bid per lump sum (LS) and shall be total compensation for furnishing and/or operating all labor, materials, tools, equipment and other incidentals necessary to complete the work, including replacing any sod, trees or landscaping damaged during the course of construction due to the lack of adequate watering or the inability to properly operate an existing irrigation system resulting from the construction. 5-50 Description of Pay Items CITY OF COPPELL PROJECT SIGN a,_a. 3— 1' &. 3-,.... 4-OW EWE SACK-MOUND D min EE't3EN5 C[TY OF COPPELL I In 1,,r:-- COPPELL FOR INFORMATION Ct ACT: oN1 cTOR's M °d' 1 INSPECTORS NAME,INSPECTOR 111 ONE NUMBER: ( 72)3 4)*{ EiE1r N M FR ] NUMBER ' _ . 1 1/2" - CONTRACTOR: CONTRACTOR'S( MANE Q' :. , C O I'RACTOS PI' E N FABER D '-4- SE 1 COPL TIO DATE: BEGSOK/Y NR d l°-) ' 4 IM ,...... 1 .1/24 f`- WIEBOFCCR. l y(y. __. (MAMMAL 4ROJND Jr dr 4, S' 4,...L Ile +4 NOTES: 1) LETTERING SHOULD BE BOLD TYPE 2) SIGN PANEL WILL BE 3/4" EXTERIOR PLYWOOD PAINTED AS SHOWN ON DETAIL 3) FRAME WILL BE 2"X4" STOCK— REINFORCED BEHIND SIGN PANEL AT APPROX. 2' CENTERS 4) ALL PAINT TO BE "OUTDOOR TYPE" 5) COPPELL LOGO TO BE PROVIDED BY THE CITY ,XAMPLE: f G El ,, COPPELL FOP INFOR I ATM CONTACT': ' cola OACTOR s )t'$c$X .$'$$*$\Q IP,SPEt TOR PRONF � : 972.304" �� SANDY LAKE ROAD ( T9-O2) CONTRACTOR: MX KM (000) 000-0000 (MEWED riAt�,£ NOIICE co NV Pp IG-) COMPLETION DATE: YJOLla 2011( 6-2 Technical Specifications TS2-TYPE 2 CABINET SPECIFICATIONS TS2 CABINET ASSEMBLY 1.1 This specification describes the minimum acceptable requirements for a TS2-Type 2 cabinet assembly to house a NEMA TS 1 Type 2 solid state full actuated controller unit. The cabinet assembly shall be configured by NAZTEC to City of Coppell specification, or approved equal. 1.2 Cabinet Design Requirements 1.2.1 Vertical shelf support channels shall be provided to permit adjustment of shelf location in the field. The channels shall have a single continuous slot to allow shelves to be placed at any height within the cabinet. Channels with fixed notches or holes are not acceptable. 1.2.2 Each cabinet shall be equipped with an extra set of unistrut channels or a keyhole panel on either side of the front section of the cabinet to permit the purchaser to mount additional equipment as necessary. 1.2.3 Shelves shall be at least 330 mm deep and be located in the cabinet to provide a 12.5 mm clearance between the back of the shelf and the back of the cabinet. A 38-mm drawer shall be provided in the cabinet, mounted directly beneath the controller support shelf. The drawer shall have a hinged top cover and shall be capable of storing documents and miscellaneous equipment. This drawer shall support to 22.5 kg in weight when fully extended. The drawer shall open and close smoothly. Drawer dimensions shall make maximum use of available depth offered by the controller shelf and be a minimum of 600 mm. 1.2.4 Two shelves shall be provided in the cabinet and shall be at minimum 305 mm apart in height. There shall be sufficient shelf space to accommodate a controller unit 330 mm high, an MMU, one 8 position card rack and external power supply. An additional space at least 305-mm high, 325 mm wide, and 305 mm deep shall be provided. The controller unit, MMU, card racks, and power supply shall be placed on the shelves in such a manner that sufficient ventilation is provided to all components. Labels showing the proper placement of each component shall be provided along the shelves to ensure proper placement. 1.2.5 The cabinet shall be vented and cooled by 2 thermostatically controlled fans. The fans shall be a commercially available model with a capacity of at least 2.7m 3/min. The thermostats shall be adjustable range of 20°C to 43°C. A press-to-test switch shall be provided to test the operation of the fans. 1.2.6 The cabinet shall be provided with a unique five digit serial number which shall be stamped directly on the cabinet or engraved on a metal or metalized mylar plate, 6-3 Technical Specifications epoxied or riveted with aluminum rivets to the cabinet. The digits shall be at least 5 mm in height and located on the upper right sidewall of the cabinet near the front. 1.3 Cabinet Door 1.3.1 The cabinet shall be provided with one door in front that will provide access to the cabinet. The door shall be provided with three hinges with non-removable stainless steel pins, or a full-length piano hinge with stainless steel pins spot welded at the top of the hinge. The hinges shall be mounted so that it is not possible to remove them from the door or cabinet without first opening the door. The bottom of the door opening shall extend at least to the bottom level of the back panel. The door and hinges shall be braced to withstand a 74-kg per vertical meter of door height load applied to the outer edge of the door standing open. There shall be no permanent deformation or impairment of any of the door or the cabinet body when the load is removed. 1.3.2 The cabinet door shall be fitted with a Number 2 Corbin lock and a stainless steel handle with a 16 mm (minimum) diameter shaft (or equivalent cross-sectional area for a square shaft) and a three point latch. The lock and latch design shall be such that the handle cannot be released until the lock is released. One key shall be provided for each cabinet. A gasket shall be provided to act as a permanent dust and weather resistant seal at the controller cabinet door facing. The gasket material shall be of a nonabsorbent material and shall maintain its resiliency after long term exposure to the outdoor environment. The gasket shall have a minimum thickness of 6.25 mm. The gasket shall be located in a channel provided on the cabinet or on the door(s). An "L" bracket is acceptable in lieu of this channel if the gasket is fitted snugly against the bracket to insure a uniform dust and weather resistant seal around the entire door facing. Any other method is subject to purchaser approval during inspection of an order. 1.3.3 A locking auxiliary police door shall be provided in the door of the cabinet to provide access to a panel that shall contain a signal shutdown switch, a signal flash switch, a manual automatic switch, and a manual advance push-button switch on a six foot retractable cord. Manual control of the controller unit from the police door shall override any external control (external logic, etc.) in effect when the Manual Automatic switch is in the manual position. Each actuation of the manual advance push-button switch shall advance the controller to the next interval. Manual control shall not override any calls for preemption. The police door shall be gasketed to prevent entry of moisture or dust and the lock shall be provided with one brass key. 1.3.4 The intake for the vent system shall be filtered with a permanent air filter. The minimum filter dimensions shall be 406.4 mm wide by 304.8 mm high by 25 mm thick. The filter shall be securely mounted so that any air entering the cabinet must pass through the filter. The cabinet opening for intake of air shall be large enough to use the entire filter. The air intake and exhaust vent shall be screened to prevent entry of insects. The screen shall have opening no larger than 8.1 mm2. The total free air opening of the exhaust vent shall be large enough to prevent excessive back-pressure on the fan. 6-4 Technical Specifications 1.4 Wiring 1.4.1 All wiring within the cabinet shall be neat and routed such that opening and closing the door or raising or lowering the back panel will not twist or crimp the wiring. All wiring harnesses shall be either braided, sheathed in nylon mesh sleeving, or made of PVC or polyethylene insulated jacketed cable. Wiring leading to the cabinet door shall be sheathed in nylon mesh sleeving or be PVC jacketed cable only. 1.4.2 Size A. All conductors between the main power circuit breakers and the signal power bus shall be a minimum size 10 AWG stranded copper. All conductors carrying individual signal lamp current shall be a minimum size 14 AWG stranded copper. All AC service lines shall be of sufficient size to carry the maximum current of the circuit or circuits they are provided for. Minimum cabinet conductor wire size shall be 22 AWG stranded copper. All wiring and insulation shall be rated for 600 V or greater. B. Conductors for AC common shall be white. Conductors for equipment grounding shall be green. All other conductors shall be a color different than the foregoing. C. No P.C. boards will be allowed on the back panel of the cabinet. All wiring must be done from the ABC Harnesses to the Back Panel using standard 19-gauge wiring. 1.4.3 A barrier terminal block with a minimum of three compression fitting terminals designed to accept up to a #4 AWG stranded wire shall be provided for connection of the AC power lines. The block shall be rated at 50 Amperes. 1.4.4 All terminals shall be permanently identified in accordance with the cabinet wiring diagram using an anodized silk screening process on the aluminum panel. Where through panel solder lugs or other suitable connectors are used, both sides of the panel shall have the terminals properly identified. Identification shall be placed as close to the terminal strip as possible. A. Each controller input and output function shall be distinctly identified with no obstructions, at each terminal point in the cabinet, with both a number and the function designation. The same identification must be used consistently on the cabinet wiring diagrams. The back panel shall be wired and labeled according to the TS2-1992 specification MODE 6 — User defined I/O which converts existing unused TS1 inputs to extra vehicle detectors and preempts. B. Each load switch socket shall be identified by phase number, overlap number, and pedestrian phase number as applicable. No cabinet equipment, including the load switches themselves, may obstruct these identifications. 6-5 Technical Specifications C. Each flash transfer base and power relay base shall be properly identified with no possible obstructions. D. Each harness within the cabinet shall be distinctly identified by function on the connector end. E. The flasher socket shall be distinctly identified with no possible obstruction. F. All other sockets needed within the cabinet to fulfill the minimum requirements of the Invitation to Bid, or attachments thereof, shall be distinctly identified. 1.4.5 The controller unit harnesses (ABC plugs) shall be long enough to reach any point 400 mm above the timer shelf. The conflict monitor harness and any required auxiliary harness shall reach 600 mm from the conflict monitor shelf. 1.4.6 An unused, spare terminal block providing ten terminals shall be provided. This block shall be double 8 32 X 5/16" binder head screw design with shorting bars. These terminal strips shall be located on the lower third of either side of the cabinet. 1.4.7 Copper ground buses shall be provided for both the power supply neutral (common) and chassis ground. Each bus bar must provide a minimum of ten unused terminals with 8 32 X 5/16" or larger screws. The AC neutral and chassis ground buses shall be jumpered together with a minimum #10 AWG wire. 1.4.8 A 20 Ampere and a 50 Ampere thermal type circuit breaker shall be mounted and wired in the cabinet. The 20 ampere breaker shall protect the base light, trouble light, GFCI receptacle, modem duplex receptacle, and fans. The 50 ampere breaker shall protect the signal load circuits, controller circuits, conflict monitor, flasher, and card rack detector power supply. The breakers shall be Square "D" QUO 150 Series, no other brand will be allowed. 1.4.9 The circuit breakers shall be equipped with solderless connectors and installed on the right side wall (facing the cabinet) or lower right hand side of the back panel inside the cabinet. The breakers shall be easily accessible. The breakers shall be positioned so that the rating markings are visible. 1.4.10 A Ground Fault Circuit Interruption (GFCI) type duplex receptacle shall be mounted and wired in the lower right side wall of the cabinet. An additional duplex receptacle (for use with communications modems) shall be mounted and wired in the upper left side of the cabinet behind the preempt/interconnect panel. These receptacles shall be wired on the load side of the 20 Amp circuit breaker. 1.4.11 The above breakers are in addition to any auxiliary fuses which may be furnished with the controller to protect component parts, such as transformers, etc. 6-6 Technical Specifications 1.4.12 The load side of the main circuit breaker shall be protected by a two stage lightning surge suppresser, equivalent to the EDCO ACP340 (with LED indication along with a set dry contacts for alarm capabilities to indicate proper operation). 1.4.13 The suppresser ground connection shall be connected to the cabinet by means of a short, heavy copper ground strap. The strap shall be bonded to the cabinet. 1.4.14 The suppresser shall be connected to the line filter as recommended by the manufacturer. Number 10 AWG or larger wire shall be used for connections to the suppresser, line filter and load switch bus. 1.4.15 A fluorescent light, with switch and a rapid start ballast, shall be installed in the cabinet. This light shall be turned on when the cabinet door is opened, and turn off when the cabinet door is closed. An MOV or other such transient suppression device shall be placed across the AC power input to the light. 1.4.16 A radio frequency interference (RFI) suppresser shall be provided and installed on the load side of the signal circuit breaker and shall be protected by the surge protector. This filter shall be rated at 50 amperes and shall provide a minimum attenuation of 50 decibels over the frequency range of 200 Kilohertz to 75 Megahertz. 1.4.17 Transient suppression devices shall be placed on the coil side of all relays in the cabinet. DC relay coils shall have, as a minimum, a reversed biased diode across the coil. AC relays shall have MOV's or equivalent suppression across their coils. RC networks are acceptable. One suppression device shall be supplied for each relay. 1.4.18 Except where soldered, all wires shall be provided with lugs or other approved terminal fittings for attachment to binding posts. Insulation parts and wire insulation shall be insulated for a minimum of 600 volts. 1.4.19 The outgoing traffic control signal circuits shall be of the same polarity as the line side of the power source. 1.4.20 A switch shall be provided on the inside face of the cabinet door that shall be labeled Test Normal. When the switch is in the Normal position, call for flashing operation shall remove the power from the controller unit. When the switch is in the Test position, the call for flashing operation shall permit the controller unit to continue to run so that its operation can be observed. 1.4.21 A switch shall be provided near the Test Normal switch to cause the controller unit, and any auxiliary equipment, to stop timing. It shall be labeled "STOP TIMING". 1.4.22 The cabinet shall be wired so that activation of the MMU will cause the controller unit, and any auxiliary equipment, to stop timing. 1.4.23 Conflict and manual flash shall be wired for all red. 6-7 Technical Specifications 1.4.24 The cabinet shall be designed and equipped with enough transfer relays for the purchaser to change any main street indications (movements 2, 6, and/or 1, 5) to amber for the conflict and/or manual flash operation on the face of the back panel or a side panel, using only simple tools. 1.4.25 Transfer relays shall be the plug in type manufactured by Magnecraft or equivalent. The relays shall have contacts a minimum of 3/8" diameter in size and shall be rated at a minimum of 30 Amps 102/240 VAC, 20 Amps 28 VDC. 1.4.26 The red enable and remote reset from the conflict monitor shall be terminated on the face of the back panel. 1.4.27 A 75 Amp, solid state relay shall be wired between the RFI filter output and the load switch power bus. The relay shall be controlled by the signal shutdown switch and the flash switch. The relay shall be mounted to a heat sink designed to allow maximum current flow at 74 C without damaging the relay. 1.4.28 All exposed AC wiring points, including the RFI filter, surge suppresser, and solid state relay shall be covered with a clear non-conductive plastic cover to prevent accidental contact. Unless otherwise noted in this specification, wiring at terminal strips is exempt from this requirement. 1.4.29 An input point shall be provided on the back panel to allow external reset of the Malfunction Monitoring Unit. 1.4.30 The load switch outputs shall be brought out through posted 10 32 X 5/16" binder head screw terminals. Field wiring for the signal heads shall be connected at this terminal strip.The cabinet shall be equipped with an auxiliary power connector to plug in a generator for electrical service. The circuit shall be activated by the presence of 120 VAC generator line voltage that will supply a relay to transfer the supply source to generator power. The connector shall be located inside an accessible panel on the rear of the cabinet and shall allow a plug to be present with the access door closed and locked. 2 VIDEO DETECTOR PANEL AND CARD RACK SYSTEM 2.1 The detection system shall be an AutoScope Encore Video Imaging Vehicle Detection System (VIVDS) or approved equal; that monitors vehicles on a roadway via processing of video images and provides detector outputs to a traffic controller or similar device. 2.2 Definitions VIVDS Processor Unit. The electronic unit that converts the video image provided by the cameras, generates vehicle detections for defined zones and collects vehicular data as specified. 6-8 Technical Specifications VIVDS Processor System. One or more VIVDS processor modular units required to handle the number of camera inputs. Central Control. A remotely located control center, which communicates with the VIVDS. The VIVDS operator at the central control has the ability to monitor the operation and modify detector placement and configuration parameters. The equipment that constitutes central control is comprised of a workstation microcomputer along with the associated peripherals as described in this special specification. Field Setup Computer. A portable microcomputer used to set up and monitor the operation of the VIVDS processor unit. If required to interface with the VIVDS processor unit, the field setup computer with the associated peripherals described in this special specification and a video monitor, also described in this special specification, must be supplied as part of the VIVDS. Field Communications Link. The communications connection between the camera and the VIVDS processor unit. The primary communications link media may be coaxial cable or fiber optic cable. Remote Communications Link. The communications connection between the VIVDS processor unit and the central control. Camera Assembly. The complete camera or optical device assembly used to collect the visual image. The camera assembly consists of a charged coupled device (CCD) camera, environmental enclosure, sun shield, temperature control mechanism, and all necessary mounting hardware. Occlusion. The phenomenon when a vehicle passes through the detection zone but the view from the sensor is obstructed by another vehicle. This type of occlusion results in the vehicle not being detected by the sensor. Or when a vehicle in one lane passes through the detection zone of an adjacent lane. This type of occlusion can result in the same vehicle being counted in more than one lane. Detection Zone. The detection- zone is a line or area selected through the VIVDS processor unit that when occupied by a vehicle, sends a vehicle detection to the traffic controller or freeway management system. Detection Accuracy. The measure of the basic operation of a detection system (shows detection when a vehicle is in the detection zone and shows no detection when there is not a vehicle in the detection zone). Live Video. Video being viewed or processed at 30 frames per second. 6-9 Technical Specifications Lux. The measure of light intensity at which a camera may operate. A unit of illumination equal to one lumen per square meter or to the illumination of a surface uniformly one meter distant from a point source of one candle. Video Monitor. As a minimum must be a 9-in. black and white monitor with BNC connectors for video in and out. 2.3 Functional Capabilities The system software must be able to detect either approaching or departing vehicles in multiple traffic lanes. A minimum of 4 detector outputs per video processor module card and each card must have a minimum of 24 detection zones. Each zone and output must be user definable through interactive graphics by placing lines and/or boxes in an image on a video or VGA monitor. The user must be able to redefine previously defined detection zones. The VIVDS must provide real time vehicle detection (within 112 milliseconds (ms) of vehicle arrival). The VIVDS processor unit must be capable of simultaneously processing information from various video sources, including CCTV video image sensors and video tape players. The video sources may be, but are not required to be, synchronized or line-locked. The video must be processed at a rate of 30 times per second by the VIVDS processor unit. The system must be able to detect the presence of vehicles in a minimum of 12 detection zones within the combined field of view of all cameras (a minimum of 12 detection zones per camera input to the VIVDS processor unit). Detection zones must be provided that are sensitive to the direction of vehicle travel. The direction to be detected by each detection zone must be user programmable. The VIVDS processor unit must compensate for minor camera movement (up to 2% of the field of view at 400 ft.) without falsely detecting vehicles. The camera movement must be measured on the unprocessed video input to the VIVDS processor unit. The camera must operate while directly connected to VIVDS Processor Unit. Once the detector configuration has been downloaded or saved into the VIVDS processor unit, the video detection system must operate with the monitoring equipment (monitor and/or laptop) disconnected or on-line. When the monitoring equipment is directly connected to the VIVDS processor unit, it must be possible to view vehicle detections in real time as they occur on the field setup computer's color VGA display or the video monitor. 6-10 Technical Specifications Vehicle Detection. Detection Zone Placement. The video detection system must provide flexible detection zone placement anywhere within the combined field of view of the image sensors. Preferred presence detector configurations must be lines or boxes placed across lanes of traffic or lines placed in line with lanes of traffic. A single detector must be able to replace one or more conventional detector loops. Detection zones must be able to be fully overlapped. In addition, detection zones must have the capability of implementing "AND" and "OR" logical functions including presence, extension and delay timing. These logical functions may be excluded if provisions are made to bring each detector separately into the controller and the controller can provide these functions. Detection Zone Programming. Placement of detection zones must be by means of a graphical interface using the video image of the roadway. The monitor must show images of the detection zones superimposed on the video image of traffic while the VIVDS processor is running. The detection zones must be created by using the mouse or keypad to draw detection zones on the monitor. The detection zones must be capable of being sized, shaped and overlapped to provide optimal road coverage and detection. It must be possible to upload detector configurations to the VIVDS processor unit and to retrieve the detector configuration that is currently running in the VIVDS processor unit. The mouse or keypad must be used to edit previously defined detector configurations so as to fine tune the detection zone placement size and shape. Once a detection configuration has been created, the system must provide a graphic display of the new configuration on its monitor. While this fine-tuning is being done, the detection must continue to operate from the detector configuration that is currently called. When a vehicle occupies a detection zone, the detection zone on the live video must indicate the presence of a vehicle, thereby verifying proper operation of the detection system. With the absence of video, the card must have an LED that will indicate proper operation of the detection zones. Detection zones must be provided that is sensitive to the direction of vehicle travel. The direction to be detected by each detection zone must be user programmable. The vehicle detection zone should not activate if a vehicle traveling any direction other than the one specified for detection occupies the detection zone. Cross-street and wrong way traffic should not cause a detection. Design Field of View. The video detection system must reliably detect vehicle presence in the design field of view. The design field of view must be defined as the sensor view when the image sensor is mounted 24 ft. or higher above the roadway, when the camera is adjacent (within 15 ft.) to the edge of the nearest vehicle travel lane, and when the length of the detection area is not greater than 10 times the mounting height of the image sensor. Within this design field of view, the VIVDS processor unit must be capable of setting up a single detection zone for point detection (equivalent to the operation of a 6 ft. by 6 ft. inductive loop). A single camera, placed at the proper 6-11 Technical Specifications mounting height with the proper lens, must be able to monitor up to and including 5 traffic lanes simultaneously. Detection Performance. Detection accuracy of the video detection system must be comparable to properly operating inductive loops. Detection accuracy must include the presence of any vehicle in the defined detection zone regardless of the lane, which the vehicle is occupying. Occlusion produced by vehicles in the same or adjacent lanes must not be considered a failure of the VIVDS processor unit, but a limitation of the camera placement. Detection accuracy (a minimum of 95%) must be enforced for the entire design field of view on a lane by lane and on a time period basis. When specified in the plans, furnish up to 24 continuous hours of recorded video of all installed intersection cameras within the 30 day test period for verification of proper camera placement, field of view, focus, detection zone placement, processor setup and operation. The video from each camera must show vehicle detections for all zones. Equipment failure, either camera or VIVDS processor unit, must result in constant vehicle detection on affected detection zones. VIVDS Processor Unit. Cabinet Mounting. The VIVDS processor unit must be rack mountable. Environmental Requirements. The VIVDS processor unit must be designed to operate reliably in the adverse environment found in the typical roadside traffic cabinet. It must meet the environmental requirements set forth by the latest NEMA (National Electrical Manufacturers Association) TS1 and TS2 standards as well as the environmental requirements for Type 170, Type 179 and 2070 controllers. Operating temperature must be from -30°F to +165°F at 0% to 95% relative humidity, non condensing. Electrical -The VIVDS must have a modular electrical design. The VIVDS must operate within a range of 89 to 135 VAC, 60 Hz single phase. Power to the VIVDS must be from the transient protected side of the AC power distribution system in the traffic control cabinet in which the VIVDS is installed. Serial communications to the field setup computer must be through an RS 232, USB or Ethernet port. This port must be able to download the real time detection information needed to show detector actuations. A connector on the front of the VIVDS processor unit must be used for serial communications. The unit must be equipped with RS 170 (monochrome) or RS170A (color) composite video inputs video inputs, so that signals from image sensors or other synchronous or asynchronous video sources can be processed in real time. BNC connectors on the front of the VIVDS processor unit or video patch panel must be used for all video inputs. The unit must be equipped with a single RS 170 composite video output. This output must be capable of corresponding to any one of the video inputs, as selected remotely via the 6-12 Technical Specifications field setup computer or front panel switch. Multiple video outputs requiring external cable connections to create a combined single video output must not be acceptable. A BNC or RCA connector must be used for video output on the front of the processor unit. Any other video formats used must prior approval by TxDOT TRF Signal Operation Engineer. Software upgrades and/or changes MUST be presented to and approved by TXDOT TRF-TM division, before being used. Failure to do so will be grounds for termination of contract and probation for responsible party(s). The unit software and the supervisor software must include diagnostic software to allow testing the VIVDS functions. This must include the capability to set and clear individual detector outputs and display the status of inputs to enable setup and troubleshooting in the field. Camera Assembly. Camera. The video detection system must use medium resolution, monochrome image sensors as the video source for real time vehicle detection. The cameras must be approved for use with the VIVDS processor unit by the supplier of the VIVDS. As a minimum, each camera must provide the following capabilities: Images must be produced with a Charge Coupled Device (CCD) sensing element with horizontal resolution of at least 480 lines for black and white or 470 lines for color and vertical resolution of at least 350 lines for black and white or color. Images must be output as a video signal conforming to RS170. Useable video and resolvable features in the video image must be produced when those features have luminance levels as low as 0.1 lux for black and white, and as low as 1.0 lux for color, for night use. Useable video and resolvable features in the video image must be produced when those features have luminance levels as high as 10,000 lux during the day. The camera must include an electronic shutter or auto-iris control based upon average scene luminance and must be equipped with an electronic shutter or auto-iris lens with variable focal length and variable focus that can be adjusted without opening up the camera housing to suit the site geometry. The variable focal length must be adjustable from 6 mm to 34 mm. Camera and Lens Assembly. The camera and lens assembly must be housed in an environmental enclosure that provides the following capabilities: The enclosure must be waterproof and dust tight to the latest NEMA 4 specifications. The enclosure must allow the camera to operate satisfactorily over an ambient temperature range from -30°F to +165°F while exposed to precipitation as well as direct sunlight. The enclosure must allow the camera horizon to be rotated in the field during installation. 6-13 Technical Specifications The enclosure must include a provision at the rear of the enclosure for connection of power and video signal cables fabricated at the factory. Input power to the environmental enclosure must be nominally 115 VAC 60 Hz. A thermostatically controlled heater must be at the front of the enclosure to prevent the formation of ice and condensation, as well as to assure proper operation of the lens's iris mechanism. The heater must not interfere with the operation of the camera electronics, and it must not cause interference with the video signal. The enclosure must be light colored or unfinished and must include a sun shield to minimize solar heating. The front edge of the sunshield must protrude beyond the front edge of the environmental enclosure and must include provision to divert water flow to the sides of the sunshield. The amount of overhang of the sun shield must be adjustable to block the view of the horizon to prevent direct sunlight from entering the lens. Any plastics used in the enclosure must include ultra violet inhibitors. The total weight of the image sensor in the environmental enclosure with sunshield must be less than 10 lb. When operating in the environmental enclosure with power and video signal cables connected, the image sensor must meet FCC class B requirements for electromagnetic interference emissions. The video output of the cameras must be isolated from earth ground. All video connections for the cameras to the video interface panel must also be isolated from earth ground. Use waterproof, quick disconnect connectors to the image sensor for both video and power. A camera interface panel capable of being mounted to sidewalls of a controller cabinet must be provided for protection of the VIVDS processor unit, camera video and power inputs/outputs. The panel must consist of, as a minimum, 4 Edco CX06 coax protectors, a Edco ACP-340 for the cameras and VIVDS processor unit power, a 10 amp breaker, a convenience outlet protected the ACP-340 and a terminal strip with a minimum of sixteen 8-32 binder head screws. The terminal strip must be protected by a piece of 1/8 in. Plexiglas. When the connection between the image sensor and the VIVDS processor unit is coaxial cable, the coaxial cable used must be a low loss, 75 ohm, precision video cable suited for outdoor installation, such as Belden 8281 or TxDOT approved equal. Camera mounting hardware must allow for vertical or horizontal mounting to the camera enclosure. Pelco AS-0166-4-62 or equivalent is acceptable. Field Communication Link. The field communications link must be a one way communications connection from the camera to the equipment cabinet. The primary communications link media may be coaxial cable or fiber optic cable accompanied by a 3 conductor minimum 18 AWG, 24 VDC or 115 VAC camera power cable, or appropriate cable as approved. 6-14 Technical Specifications The following requirements must govern for the various types of field communications link media described on the plans: Coaxial Cable. In locations where the plans indicate coaxial cable is required as the primary communications link, this cable must be of the RG 59 type with a nominal impedance of 75 ohms. All cable must have a polyethylene dielectric with copper braid shield having a minimum of 98 percent shield coverage and not greater than 0.78 dB attenuation per 100 ft. at 10 MHz with a minimum 18 AWG external 3 conductor power cable or approved equivalent as directed by the Engineer. Fiber Optic Cable. If specified by the plans, furnish fiber optic cable in accordance with the special specification for fiber optic cable. Twisted Wire Pairs. Must be Belden 9556 or equivalent 18 AWG TWP control cable. All connection cables must be continuous from the equipment cabinet to the camera. No splices of any type will be permitted. Install lightning and transient surge suppression devices on the processor side of the field communications link to protect the peripheral devices. The suppression devices must be all solid state. Lightning protection is not required for fiber optic communication lines. The devices must present high impedance to, and must not interfere with, the communications lines during normal operation. The suppression devices must not allow the peak voltage on any line to exceed 300% of the normal operating peak voltage at any time. The response time of the devices must not exceed 5 nanoseconds. 2.4 Detector Card Rack 2.4.1 The card rack shall have 12 positions (10 slots for vehicle, 2 slots for Opticom preemption). The detector card rack shall have a rigid frame and shall be fabricated from aluminum and shall have slots set in a modular fashion such that the PCB edge connectors shall plug into the rear while sliding between top and bottom card guides for each module. Mounting flanges shall be provided and be turned outward for ease of access. The detector card rack shall be bolted to a cabinet shelf. It shall be possible to unbolt the rack using simple tools. 2.4.2 All wiring to the rack shall be labeled and neatly run to other parts of the cabinet and detector termination panel. 2.4.3 The slots shall be numbered 1 to 10 for loop amplifiers and 1 to 2 for preemption left to right when viewed from the front of the rack. A flange shall be provided on the top and the bottom of the rack to label each individual channel. 2.4.4 The Detector DC Supply shall be bussed to a common point and wired to the Intersection Detector Panel. 6-15 Technical Specifications 2.4.5 The Chassis Ground shall be bussed to a common point and wired to the Detector Panel. 2.4.6 The Logic Ground shall be bussed to a common point and wired to the Detector Panel. 2.5 Detector Panel 2.5.1 The Detector Panel shall provide all connections between the detector loops and the detector amplifiers as well as all necessary preemption inputs and hardwire communications terminals. 2.5.2 The panel shall be constructed of 3.2 mm aluminum. 2.5.3 The panel shall contain a 76 mm horizontal slot in each corner to accommodate 6.3 mm mounting bolts. 2.5.4 All inputs from the loops shall be brought through posted 10-32 X 5/16 inch binder screw terminals or 8-32 X 5/16 inch binder screw terminals. 2.5.5 Each loop pair shall be protected by lightning surge suppresser. The suppressers must be mounted behind the panel using feed through screw terminals to attach the suppressers. 2.5.6 Each detector will have a test switch such that when the switch is closed, a call is placed upon that detector input. The test switch will have three positions; no effect, permanently on, and momentarily on. 2.5.7 A chassis ground bus bar shall be provided on the panel and connected to the cabinet by an insulated braided copper ground strap. The strap shall be bonded to the cabinet. 3 PREEMPT/COMMUNICATION PANEL 3.1 A preempt / communication panel shall be part of the detector panel and provide all interface circuits and wiring for preemption and communication functions. The panel shall be located on the left side of the cabinet interior. 3.2 Three input relay circuits, with 120 VAC coil and contacts rated for the application, shall be provided on the preempt panel. These circuits shall be used to isolate the incoming preempt commands from the controller unit logic circuitry. The circuits shall be programmable to operate with either a normally open or normally closed relay contact by jumpers on a terminal strip. A barrier strip protected from accidental contact by service personnel shall be supplied to connect the external input. It shall be possible to use either a neutral or hot 120 VAC input. Relays used shall be plug in Potter Brumfield K10P series/Magnecraft W 78 series or interchangeable equivalent. The relays shall be mounted in relay sockets. 6-16 Technical Specifications 3.3 Adequate protection of the input relay circuits as well as the preemptor circuitry shall be provided to eliminate damage or false preemption commands caused by line transients or lightning surges. The devices shall have a minimum rating of 20 Joules. 3.4 Three momentary test switches, one for each preempt circuit, shall be provided on the preempt panel. The operator shall not be exposed to hazardous voltages during operation of the test switches. 3.5 All necessary interconnection cables and mounting hardware shall be provided. 3.6 There shall be a switch on the preempt/communication panel, which shall release the local controller to operate in an isolated, full actuated manner, when necessary for maintenance purposes. The switch positions shall be labeled "SYSTEM" and "FREE". 3.7 Terminal connections for 3 twisted pair communication lines and one telephone line shall also be provided. The protection will consist of series 25 ohm resistors, 15 volt transorbs, and other devices, which allow protection including primary overvoltage protection, resettable overcurrent protection, secondary clamping voltage protection, and fast transient filtering. The secondary overvoltage stage shall allow peak voltages of no more than 250 volts. The fast transient filtering stage shall provide no less than 40 dB/decade of attenuation to transients above the required pass band. The protection shall be provided in an integrated closure with eight (8) input/output terminations and ground connection. 4 POWER SUPPLY 4.1 The power supply shall be a shelf mounted, enclosed, 24 VDC power supply in accordance to Clause 5.3.5 of the NEMA Standards Publication TS 2-1992. 4.2 One power supply cable per power supply shall be furnished and installed in each cabinet. The wires shall be terminated to bus bars, terminals on the front of the back panel, detector panels, or connector as appropriate. The connections shall be with forked spade lugs or otherwise as needed. Each individual wire shall be cut to the length required to reach the point at which it is to be connected. 4.3 Power supply should be adequate, and compatible with Autoscope Terra video detection system. 6-17 Technical Specifications 5 SHAFT BASE 5.1 Steel shaft bases shall be fabricated and constructed with an opening of a size and shape to receive the shaft and shall be welded to the shaft by continuous welds which develop strength of the base and of the adjacent shaft section. Four mounting holes shall be provided in the shaft base with a bolt circle pattern compatible with transformer base. Transformer base mounting bolts and four nuts shall be provided for securing shaft base to transformer base. Ornamental casting covers are required to cover exposed base mounting bolts. 6 TRANSFORMER BASE A transformer base of the size and design shown in the plans shall be provided for each pole assembly. The base shall be of fabricated steel and shall develop the strength of the respective adjacent base and shaft. A handhole with cover of the minimum dimensions shown on the plans shall be provided. The cover shall be securely held in place with a non-corrosive holding device such as one or more galvanized bolts. One or more corrosion resistant steel plates, conforming to ASTM Designation A 123, shall be furnished as necessary where the base is subject to abrasive action due to the rotating capabilities of the assembly. The location is generally considered to be the supporting ring on the bottom of the transformer base. The interior side of the hand hole cover shall have a multi terminal (12 min.) compression CV6 Terminal block mounted to it for all signal conductor connections. This is the only point that the splices are to be made. 7 ANCHOR BOLTS AND SHIMS Four steel anchor bolts, and template for proper alignment of bolts in foundation, shall be furnished for each pole assembly. Allowable unit stress for each anchor bolt shall be as provided in AASHTO Specifications mentioned in Section 1.4. Transformer base installations require each anchor bolt to be top threaded and fitted with one nut and one flat washer. A set of six (6) "U" shaped galvanized steel shims (3 each, 1/8 inch thick and 3 each, 1/16 inch thick) shall also be furnished with each transformer base. Shoe base poles require that each anchor bolt be top threaded and provided with two (2) nuts and two (2) flat washers. The embedded end of anchor bolts shall have a 90° bend as shown on the Plans, and have a minimum elongation in 2 inches of 16 percent, or in 8 inches of 14 percent. 8 SIGNAL HEAD AND LUMINAIRE MAST ARMS Mast arms shall be of the design shown in the Plans and arm and attaching hardware shall meet strength requirements of Section 1.0. Fastening the mast arm assemblings to the shaft by use of set screws (which would cut into or groove the shaft) guys, rods or sway braces will not be acceptable. 6-20 Technical Specifications 9 FINISH Painted Finish - All surfaces at the time of paint application shall be in accordance with the requirements of Brush-Off-Blast-Cleaning as specified in Steel Structures Painting Council Specification SSPC-SP7. When shipped, the outside of each assembly shall be coated in a manner that will assure all surfaces, at the time of erection, will be coated with a dry, smooth, continuous, uniform, tightly adhering, nonchalking film that is a minimum of two (2) mils thick measured over the peaks of the anchor pattern. The dried film shall contain, on a weight basis, a minimum of 20% binder solids and a minimum of 25% pigment capable of chemically inhibiting corrosion. A minimum of 12% of the film shall be a chromate type corrosion inhibiting pigment. The inside of each assembly may either be coated in the same manner as the outside or may coated by an acceptable red lead primer. After erection of the assembly, the shop coat shall be touched up with shop primer. After the touch up coat is thoroughly dry, each pole assembly shall be provided with a one (1) mil (dry) thick film of paint specified and approved by the Engineer: a. Color Product name and#: Super OGF Black; 8-400 b. Cure: 400E- 10-12 MIN PMT c. Control #: 8-400 d. Resin Type: Super polyester resin e. Gloss Level: 70-80% f. "or equivalent". 10 CERTIFICATION REQUIREMENTS The Contractor shall submit for approval by the Engineer, five (5) prints of drawings which show all pertinent information and data required for verifying structural adequacy, and all fabrication and erection details. a. The drawings shall be prepared on sheets 24 x 36 inches in size, with 1 1/2 inch left margin and other margins of 1/2 inch. b. Each sheet shall have a title in the lower right hand corner which includes the names of the Contractor, Fabricator and sheet numbering. c. All material of each component shall be referenced to ASTM Specifications, or to other specifications provided minimum yield points or yield strength and elongations are shown. d. Drawings for only one assembly need be submitted for two or more which are of identical design and dimensions. e. Approval of the drawings shall not relieve the Contractor of the responsibility for correctness and completeness of the drawings, shop fit field connections and proper galvanizing designs when galvanizing is required. f. The drawings shall bear a fully descriptive, detailed certification thereon that the assemblies were structurally designed in accordance with criteria specified in Section 1.0 and specified in the Plans. g. The drawings shall be submitted to and approved by, the Engineer prior to fabrication. 6-21 Technical Specifications POLYCARBONATE RESIN TRAFFIC SIGNAL HEADS 12 INCH, EXPANDABLE, ADJUSTABLE TYPE 1 GENERAL 1.1 The Traffic control signal heads shall be in accordance with TxDOT section 682 Vehicle and Pedestrian Signal Heads. 1.2 Each traffic signal face shall consist of a number of identical signal sections rigidly fastened together in such a manner as to present a continuous pleasing appearance. 1.3 All signal heads shall be of the LED variety. 1.4 All signal head housings and back plates shall be black in color. 2 SIGNAL FACES AND SIGNAL HEADS 2.1 Signal faces and signal heads shall be as shown in the Plans, and installed per requirements in these specifications. 2.2 All housing cases of signal heads shall be rigidly attached, at top and bottom to 1 1/2" (inside diameter) standard pipe supporting arms or similar hardware, radiating from hubs at the vertical central axis of the head and rigidly attached there to in a manner that will assure permanent alignment of the separate housings. The hub shall be designed to conform to the type of mounting attachment specified and provision shall be made for carrying the leads from each housing enclosed in the supporting arms to a single outlet in the mounting attachments. All units of the assembled head shall be of adequate strength for the purpose intended and shall be constructed of materials not affected by continuous exposure to sunlight or corrosive atmospheres. 2.3 All traffic signal heads are to be equipped with rigidly-mounted, standard 5-inch backplates, of sectioned aluminum or of polycarbonate. Backplates are to be mounted so that signal section door hinging movement is not inhibited, and are to be black in color. Polycarbonate backplates are to have the black color impregnated during the manufacturing process, and painting will not be acceptable. 3 HOUSINGS, DOORS, VISORS AND LENSES 3.1 The housing of each section shall be a one piece polycarbonate resin material with sides, top and bottom integrally molded. The housing shall be at least .090" (2.3 mm) thick and shall be ribbed so as to produce the strongest possible assembly consistent with light weight. Two or more sets of internal bosses shall be provided in each section for mounting of a terminal block. Terminal blocks shall be securely mounted (see Section 10). 3.2 The top and bottom exterior of the housing shall be of such shape to assure perfect alignment of assembled sections. The top and bottom of the housing shall have an opening two inches (50.8 mm) in diameter to permit entrance of 1 1/2" (38.1 mm) pipe brackets. 6-22 Technical Specifications 3.3 Individual signal sections shall be fastened together either with at least 4 machine screws between each section or by the bolt and washer method. Complete signal faces shall provide positive locked positioning when used with serrated brackets, mast-arm or span-wire fittings. 3.4 Provision shall be made for accommodation of the particular type of mounting specified and attachment of doors, optical units and such other accessories as may be specified for the particular installation. Cases shall be designed for adequate strength. Fittings and accessories shall be of rust resistant materials capable of withstanding constant exposure to sunlight and corrosive atmospheres, including salt air. All traffic signal housing cases when assembled, together with doors, lenses and mounting attachments, shall comprise a dust-and-moisture-proof housing for the optical units, and shall be of such construction as to assure permanent alignment of all lenses in the signal faces. Portions of cases providing for attachment to supporting arms shall be molded with large bosses for the supporting arms. Each housing case shall be so attached to its supporting hardware that it will be adjustable by rotation about its horizontal axis, and may be rigidly clamped in position required. Provision shall be made for carrying the signal leads enclosed in the mounting attachment. 3.5 Traffic control signal housing cases shall be of the sectional adjustable expandable type. The assembled housings for each signal face shall consist of three or more individual sections each designed for housing a single complete optical unit, rigidly connected by means of bolts extending through each section or by individual connectors between sections and forming a single "Signal Face". Both the top and bottom of each section shall be provided with an opening to accommodate 1 1/2" pipe brackets. A locking ring shall be integrally molded around the bottom opening Around the top opening shall be either an integrally molded locking ring or a separate splined locking ring designed to fit into notches. The locking rings shall have a minimum of 46 evenly spaced teeth and shall be so designed that top and bottom rings will mate to provide a perfectly aligned signal head with flush connection between the outer circumference of the sections. Individual units shall be so manufactured that all units are interchangeable. 3.6 "Top" and "Bottom" as used in this section refer to the head assembly in vertical orientation. All heads are to be mounted horizontally. 4 HOUSING DOOR 4.1 The housing door of each signal section shall be a one piece polycarbonate resin material. The door shall be attached to the housing by means of two stainless steel hinge pins, or by polycarbonate hinge pins which are an integrally molded part of the housing door. 4.2 Two stainless steel wing screws are to be installed on the side of the door to provide for opening and closing the door without the use of any special tools. Wingscrews shall have a flat-bearing surface or stainless steel flat washer to prevent gouging of the housing door by the wingscrews. Wingscrews shall remain captive in the housing door when the door is open. 4.3 As an alternate to 4.2, a positive latching mechanism, integrally molded into the housing and housing door, is acceptable. 6-23 Technical Specifications 4.4 Design of door, housing, and visor shall be such that no light is visible in the profile view of the signal face. 5 OPTICAL SYSTEM 5.1 Each optical system shall be provided with an optical unit consisting of a reflector assembly with leads to the terminal block (which is to be furnished in each complete housing) together with all bolts, nuts, screws, clips, hinges, lugs and incidentals necessary for mounting the various parts of the optical assembly. 5.2 Optical system shall consist of a yellow or yellow arrow, green or green arrow lens with a nominal size of 8 3/8 " (200 mm) or 12" (300 mm) as specified. All indicators (red, yellow & green, including PED) shall be LED assemblies. Lenses shall be glass and shall be permanently marked, in an inconspicuous manner, indicating the top of the lens and the name or trademark of the manufacturer. When installed, each lens shall be properly "top" oriented in the horizontally mounted head. 6 REFLECTORS (Not applicable) 7 LAMP RECEPTACLE (Not applicable) 8 WIRING 8.1 Each LED assembly shall be provided with two flexible insulated color coded leads not smaller than No. 18 American Wire Gauge. These leads are to be securely fastened to the lamp socket and connected to a terminal block in the same section by means of solderless wire connectors or binding screws and spade lugs. Color coding for the identification of the different leads shall be individual so that each lead can be identified separately by coding alone. In general, the coding for the identification of the leads shall be as follows: Lens Hot Wire Neutral Wire Red Red White w/R Tracer Yellow Arrow Red w/Y Tracer White w/R & Y Tracer Yellow Yellow White w/Y Tracer Green Green White w/G Tracer St. Arrow Blue White w/B Tracer Lt. Arrow Blue w/R Tracer White w/B & R Tracer Rt. Arrow Blue w/Y Tracer White w/B &Y Tracer 9 VISORS 6-24 Technical Specifications 9.1 Each signal door shall be equipped with a detachable standard tunnel (unless otherwise shown in the Plans), polycarbonate resin visor fastened at four or more points to the door. 9.2 The visor shall have a downward tilt of 3 1/2 to 5 degrees and shall encompass approximately 300 degrees of the lens. Heads may be shipped with visors detached. If heads are shipped with visors attached, visors shall be easily removed and replaced without damage to visor or signal head. 10 TERMINAL BLOCKS 10.1 Each optical unit (or section) of each signal head shall be wired to a terminal block mounted near the bottom inside of the unit. The terminal block shall be securely mounted in an accessible position, be of molded weatherproof construction, and be equipped with identified terminals for signal (interior) and field wires. Binding screws shall be provided for field wires. Solderless connectors or binding screws shall be provided for interior wiring to the optical unit. 10.2 In addition to individual terminal blocks described above, each multiple section signal (head) will be provided with a common terminal block mount in the top section of each signal head. Each assembled signal head shall be wired by the supplier to the common terminal block. 10.3 If specified, an additional terminal block located within a compartment shall be provided for common wiring of multiple signal heads located on a single pole or pedestal. The terminal compartment shall be weatherproof with cover and molded-construction terminal block with separate, identified terminals for signal and field wires. A sufficient number of terminals shall be provided to handle all optical unit wires. A minimum of twelve connector sets shall be provided. Color coding of leads shall be maintained, individually, from each optical unit lamp holder to respective terminal in the compartment. Commons from each housing shall be grouped and carried to one terminal in the compartment. 10.4 Use of terminal compartment described in 10.3 does not eliminate the requirements for those specified in 10.1 and 10.2. 11 MOUNTING AND ATTACHMENTS 11.1 All mounting attachments shall be of adequate strength for the purpose intended and shall be constructed of materials not affected by continued exposure to sunlight or corrosive atmospheres, particularly salt air. Provisions shall be made for carrying the signal leads enclosed in the mounting attachment. The mounting attachment, together with supporting arms and assembled housings, shall comprise a dust-and-moisture- proof enclosure for optical units and lead wiring. Mounting attachments shall be as specified for the particular head on the Plans. 11.2 The signal heads, vertically mounted on the signal mast arms shall be installed so that door hinges are on the bottom edge, and all doors open downward. 12 MATERIAL 6-25 Technical Specifications All material used in construction of major signal components shall be of polycarbonate resin. This material shall be such that it will withstand 70 foot-pounds of impact without fracture or permanent deformation. 13 COLORS The color of signal heads and hardware shall be black. The underside of visors shall be painted a flat black. Color as specified shall be integrally impregnated in the polycarbonates resin in the molding process. 14 MEASUREMENT AND PAYMENT 14.1 Measurement: Traffic signal heads and backplates of the types specified on the Plans will be measured per each unit. Materials required and used in installation, such as LED's, attachment pipe and brackets, hardware, internal head wiring, paint, etc., will not be measured directly, but will be considered subsidiary to the Item "Traffic Signal Sections". 14.2 Payment: Traffic signal head and backplate units, provided, installed and in place, will be paid for at the unit price bid for respective types specified in the bid item list. Said prices shall be full compensation for providing and installing heads and backplates, and for furnishing and installing all described attachment hardware, signal lamps, internal wiring, and paint and for all labor, tools, materials, equipment and incidentals necessary to complete the work. 6-26 Technical Specifications UNDERGROUND TRAFFIC SIGNAL REQUIREMENTS CONDUIT, GROUND BOXES, CONCRETE CABINET FOUNDATIONS AND INSTALLATION PROCEDURES 1 CONDUIT 1.1 Description 1.1.1 This item shall govern for the furnishing and placing of conduit of the types and sizes indicated on the plans, including ground boxes, fittings, expansion joints, attachments and incidentals. 1.1.2 Unless otherwise shown on the Plans, all conductors shall be in conduit except when in metal poles. All conduit and fittings shall be of the sizes and types shown on the plans. 1.1.3 The Contractor may, at his own expense, use conduit of larger size than specified on the Plans providing that the larger size is used for the entire length of conduit run. 1.2 Materials 1.2.1 All conduit and fittings shall meet the requirements of the National Electrical Code and shall be listed by Underwriters Laboratories, and shall be marked in accordance with the applicable requirements of the NEC. 1.2.2 Ground boxes, expansion joints and conduit fittings shall be fabricated from a material similar to the connecting conduit unless indicated otherwise on the plans and shall be listed by Underwriters Laboratories. 1.2.3 Rigid metal conduit shall be steel, hot-dipped galvanized inside and outside. When tested in accordance with ASTM designation: A 90 zinc coating shall be a minimum of 1.5 ounces per square foot. Electrical metallic tubing and intermediate metal conduit shall be steel, hot-dipped galvanized on the outside and protected on the inside with a suitable corrosion resistant material. Fittings shall be rain-tight. Set screw and pressure cast fittings will not be permitted. 1.2.4 Polyvinylchloride and high-density polyethylene conduit shall meet the requirements of NEMA Standard TC-2 and UL 651, and the requirements of NEC for Rigid Nonmetallic Conduit. Unless otherwise noted on the plans, PVC conduit shall be heavy-wall (Schedule 40). 1.2.5 Flexible conduit shall be liquid-tight metal meeting requirements of NEC and shall be UL- listed. Where conduit system is metallic, all lengths of flexible metal conduit shall be fitted with bonding jumpers. 1.3 Construction Methods 6-27 Technical Specifications 1.3.1 The conduit, ground boxes, fittings and incidentals shall be placed in accordance with the lines, grades, details and dimensions shown on the plans, or as directed by the Engineer. Installation of conduit shall be in accordance with the requirements of NEC. Conduit placed for concrete encasement shall be secured and supported in such a manner that the alignment will not be disturbed during the placement of the concrete. No concrete shall be placed until all of the conduit ends have been capped and all box openings closed. 1.3.2 Where conduit is threaded in the field, a standard conduit cutting die with a 3/4 inch tape per foot shall be used. Conduit placed on structures shall be firmly fastened within 3 feet of each outlet box, ground box or fitting and at other locations as required by the NEC. 1.3.3 When required by the Engineer, immediately prior to installation of conductors or final acceptance, a spherical template having a diameter of not less than 75 percent of the inside diameter of the conduit shall be drawn through the conduit to insure that the conduit is free from obstruction; then all conduit ends shall be closed using permanent type caps. 1.3.4 Conduit terminating in controller cabinet shall extend vertically, approximately two inches above the concrete foundation. Field bends in rigid metal conduit shall have a minimum radius of 12 diameters of the nominal size of the conduit. 1.3.5 Each length of galvanized rigid metal conduit where used, shall be reamed and threaded on each end and couplings shall be made up tight. White-lead paint or equal shall be used on threads of all joints. PVC conduit shall be joined by solvent-weld method in accordance with the conduit manufacturer's recommendations. No reducer couplings shall be used unless specifically indicated on the Plans. 1.3.6 All conduit and fittings shall have the burrs and rough places smoothed and shall be clean and free of obstructions before the cable is installed. Ends of conduits shall be capped or plugged until starting of wiring. A nylon or non-metal pull tape shall be used in pulling cables and conductors through PVC conduit. Metal tapes will not be permitted in PVC conduit. The conduits shall be placed as shown on the Plans or as directed by the Engineer. 1.3.7 PVC conduit which is to be placed under existing pavement, sidewalks, and driveways shall be placed by first providing a void through which the PVC conduit shall be inserted. The void may be accomplished by either boring or jacking a mandrel. If it is determined by the Engineer that it is impractical to place the conduit as outlined above due to unforeseen obstructions, written permission may be granted by the Engineer for the Contractor to cut the existing pavement. Pits for jacking or boring shall not be closer than two feet to the back of the curb or outside edge of the shoulder unless otherwise directed by the Engineer. The jacking or boring method used shall not interfere with the operation of street, highway, or other facility, and shall not weaken or damage any embankment, structure, or pavement. Heavy jacks are to be used for jacking. Boring is to be done by mechanical means providing a maximum one-inch cover cut for the conduit to be placed, and use of water or other fluids in connection with the boring operation will be permitted only to the extent to lubricate cuttings. Water jetting will not be permitted. Where conduit is to be placed under existing asphaltic pavement, the jacking method is to be used unless written approval is given by the Engineer for placement of conduit by boring. 6-28 Technical Specifications 2 GROUND PULL BOX 2.1 General 2.1.1 The purpose of this specification is to describe a precast concrete, ground (pull) box with cover and extension (if required) for use in underground traffic signal systems. The box shall be used for terminating and beginning conduit runs of various sizes and also for accessibility when pulling signal or interconnect cable. 2.2 Description 2.2.1 This item shall govern the construction, furnishing and installation of precast ground boxes in accordance with locations and details shown on the plans. Unless otherwise noted on plans, ground boxes shall be precast concrete. 2.2.2 The assembly shall consist of box, cover, and extension (if required). The box and extension shall be precast concrete. The cover shall be galvanized steel. The cover shall be fabricated so as to fit properly in a recessed lip for full and stable contact on the box and be secured thereon with at least two stainless steel bolts. The legend "Traffic Signals" shall be integrally cast into the top surface of the cover, and the cover shall be provided with a sturdy, stainless steel drop handle to facilitate removal. 2.2.3 The ground boxes shall have the minimum outside dimensions (LWH) of 19" x 13" x 12". The bottom portion of each will be open, with sturdy flange around the perimeter so that the box seats firmly on the top of extension. A minimum of four knockouts, to accept three inch duct, one on each end and side, shall be provided in each box and extension section. 2.3 Materials 2.3.1 Concrete used for constructing the precast concrete ground boxes shall be Class A conforming to the requirements of the Standard Specifications for Public Works Construction North Central Texas, "Concrete For Structures". Reinforcing steel used in the construction of the ground boxes shall conform to the requirements of the "Steel Reinforcement". 2.4 Construction Methods 2.4.1 The construction and installation of the ground boxes shall be carried out in compliance with the requirements herein stated and in conformity with the details shown on the plans. Upon completion of the work, each installation shall present a neat and workmanlike finished appearance. 3 CABINET FOUNDATIONS 3.1.1 All concrete materials and their preparations shall be in accordance with the requirements contained in Standard Specifications for Public Works Construction North Central Texas, "Drilled Shaft Foundation," and the additional requirements herein. 6-29 Technical Specifications 3.1.2 All concrete used in the project shall have the following mix proportions and characteristics: A. Minimum Sacks of Cement (Type 11 Portland) per cubic yard - 5.0 B. Maximum Water- Cement Ratio - 6.5 C. Maximum Size of Aggregate - 1 inch D. Minimum Compressive Strength (28 day cure at 70 F.) 3000 psi E. Slump Range in inches - 3 to 5 Use of a cement dispersing agent is permissible, but not required when the temperature of ambient air or of the concrete mix is above 85 F. 3.2 Excavation for all required foundations shall be done in accordance with lines and depth indicated on the Plans. All loose material shall be removed from the excavation before the concrete is placed. Any water shall be removed by pumping or bailing. The use of explosives will not be permitted. 3.2.1 Foundations shall be constructed to the dimensions shown on the Plans or directed by the Engineer. Care shall be used to insure that the top of the finished foundation is exactly level. Anchor bolts and conduits shall be held rigidly in place by a template until the concrete is set. A mechanical vibrator shall be used for compacting and working the concrete. After the concrete has been placed and the top struck off, it shall be covered with wet cotton or burlap mats, for not less than ninety-six (96) hours. 3.2.2 Backfill shall be tamped with mechanical tamps in 6-inch layers to the density of the surrounding ground. Where excavation is made in the surfaced shoulder, the shoulder shall be replaced with material equal to the original construction. 3.2.3 All excavated material not required for backfill shall be promptly removed and disposed of by the Contractor outside the limits of the project. 3.2.4 No concrete shall be placed when the atmosphere temperature is at or below 40 F. (taken in shade away from artificial heat) unless permission to do so is given by the Engineer. 4 MEASUREMENT AND PAYMENT 4.1 Cabinet Foundation A. Measurement. Foundations will be measured per each unit. Materials required and used in installation, such as reinforcing steel, ground rods and forms will not be measured directly but will be considered subsidiary to the Items "Drilled Shaft Foundation" and "Cabinet Foundation". 6-30 Technical Specifications B. Payment. Foundations installed in place, will be paid for at the unit price bid for respective types specified in the bid item list. Said prices shall be full compensation for furnishing and installing all required materials, such as reinforcing steel, concrete, ground rods, anchor bolts, and for all labor, materials, tools, equipment, all backfilling, and incidentals necessary to complete the work. 4.2 Ground Boxes A. Measurement. Ground boxes will be measured per each unit. Materials required and used in installation, such as bedding gravel, will not be measured directly, but will be considered subsidiary to the Item "Ground Boxes". B. Payment. Ground boxes, provided and installed in place as shown on the Plans will be paid for at the unit price bid specified in the bid item list. Said prices shall be full compensation for furnishing and installing and for all labor, tools, materials, equipment and incidentals necessary to complete the work. 4.3 Conduit A. Measurement. Conduit of the respective sizes and material type specified on the Plans, will be measured per lineal foot. Materials required and used in installation, such as couplings and connecting hardware, will not be measured directly, but will be considered subsidiary to the Item "Conduit". B. Payment. Conduit, provided and installed in place will be paid for at the unit price bid for respective size and type specified in the bid item list. Said prices shall be full compensation for furnishing and installing all described connecting hardware, for cleaning existing conduit sections (those to be reused) and for all labor, tools, materials, equipment and incidentals necessary to complete the work. 6-31 Technical Specifications MULTIPLE CONDUCTOR AND SINGLE CONDUCTOR TRAFFIC SIGNAL CABLE AND WIRE 1 GENERAL This specification covers polyvinylchloride compound jacketed polyethylene-insulated multi-conductor cable, and polyvinylchloride compound-insulated single conductor wire, rated 600 volts, for use in signal systems in underground conduit, as aerial cable supported by a messenger or for induction loop detector wire. 2 GENERAL CONSTRUCTION Cable under this specification shall be composed of uncoated copper conductors individually insulated with heat stabilized polyethylene (multi conductor) or with polyvinylchloride compound (single conductor) as specified herein. Multiple insulated conductors shall be laid up in a compact form, bound with suitable tape, and jacketed with polyvinylchloride compound. 3 CONDUCTORS 3.1 The copper conductors shall, before insulating, conform to the requirements of ASTM Designation B-3, latest revision for soft annealed copper wire, and ASTM B-8 for concentric lay, stranded copper wire. 3.2 The conductors shall be stranded unless otherwise specified in the plans and specifications. 3.3 The number and size of the conductors shall be as specified in the plans and specifications. 4 INSULATION 4.1 Multi-Conductor Cable The insulating compound before application to the conductors shall be heat-stabilized polyethylene conforming to the requirements of ASTM Designation DI 248, 63T, Type 1, Class B, Grade 4. The insulation shall be applied concentrically about the conductor. Insulation after the application to the conductors shall meet the following requirements when tested in accordance with the procedures given in ASTM Designation DI 351, latest revision, and ASTM Designation D470, latest revision. 6-32 Technical Specifications Physical Properties of Polyethylene Insulation a. Initial Properties: Tensile strength, lbs. per sq. in., minimum 1400 Elongation at rupture, percent, minimum 350 b. After 48 hours in air oven at 100°C: Tensile strength, lbs. per sq. in., minimum 75 Elongation at rupture, percent of original, minimum 75 c. Cold Bend Test, 1 hour at -55°C; plus or minus 1 degree no cracks (Mandrel diameter 2.5 times insulation diameter). 4.2 The nominal thickness of the insulation shall be not less than that specified in Table 1. The minimum thickness of the insulation shall be not less than 90 percent of the nominal value. 4.3 Moisture Absorption A. After a twenty-four hour immersion in tap water at 50°C plus or minus 1°C, the specific indicative capacity of the insulation shall be not more than 2.5. After a continued fourteen day immersion, the specific inductive capacity shall be not more than 1.5 percent higher than the value determined at the end of the first day, nor more than 1.0 percent higher than at the end of the seventh day. B. The moisture absorption tests shall be conducted in accordance with methods specified in IPCEA S-61-402, NEMA WC5, latest revision. 4.4 Electrical Properties A. Dielectric Strength Each processed length of insulated conductor before cabling shall withstand the test voltage specified in Table 1 for a period of 5 minutes after immersion in water for not less than 6 hours and while still immersed. B. Insulation Resistance Each processed length of insulated conductor, after withstanding the Dielectric Strength Test, and while still immersed, shall comply with the insulation resistance requirements of Table I. C. The Dielectric Strength and Insulation resistance Tests shall be conducted in accordance with the requirements of ASTM Designation D470, latest revision. 6-33 Technical Specifications TABLE I INSULATION THICKNESS, TEST VOLTAGE AND INSULATION RESISTANCE Conductor Insulation Insulation Size AWG Thickness Test Voltage Resistance at 60°F. Inches Megohms - 1000 Feet 20 .025 2500 15,000 19 .025 2500 15,000 18 .025 2500 15,000 17 .025 2500 15,000 16 .025 2500 14,800 15 .025 2500 13,700 14 .025 2500 12,600 13 .030 3000 13,200 12 .030 3000 12,100 11 .030 3000 11,000 10 .030 3000 10,100 9 .030 3000 9,200 8 .030 3000 8,300 4.5 Single Conductor Cable The insulation shall be tough, durable, stabilized polyvinylchloride compound meeting the requirements of Underwriter's Laboratories Type THW. 4.6 The physical characteristics of the insulation shall be as given in Table II. Tests of these characteristics shall be made in accordance with ASTM designation D-470, latest revision. TABLE II INSULATION THICKNESS, TEST VOLTAGE AND INSULATION RESISTANCE a. Initial Properties: Tensile strength, lbs. per sq. 2300 inch, min. Elongation, percent, min. 250 b. After 120 hours in Air Oven at 100°C: 85 Tensile strength, percent of original, min. 60 Elongation at rupture, percent of original, min. c. Cold Bend Test. 1 Hour at-55°C, no cracks (Mandrel Diameter 2.5 times covering diameter) d. Flame Test, self-extinguishing in minutes, max. 1 6-34 Technical Specifications 4.7 Thickness, Diameters and Weights A. The completed conductor shall conform to the requirements of Table III. B. The thickness of the insulation shall be not less than 90% of the nominal value in Table Ill. C. The minimum spot thickness shall be not less than 70% of the nominal thickness. TABLE III Conductor Nominal Approx. Approx. Size AWG Thickness O.D. Weight of Covering Inches Lbs/M Ft. 4 .045" .300 131 6 .045" .260 85 8 .045" .220 56 10 .030" .174 34 12 .030" .140 23 5 CONDUCTOR COLOR CODING 5.1 Multi-Conductor Cable Standard color coding for cables shall be in accordance with Table IV. When permitted by the purchaser, the conductor coding may be numerals and words printed on the conductor insulation. Base colors shall be obtained by the use of colored insulation. Tracers shall be colored stripes or bands which are part of, or firmly adhered to, the surface of the insulation in such a manner as to afford distinctive circuit coding throughout the length of each wire. Tracers may be in continuous or broken lines, such as a series of dots or dashes, and shall be applied longitudinally, angularly, spirally or in other distinctive patterns. 6-35 Technical Specifications TABLE I CONDUCTOR COLORS AND SEQUENCE Conductor Base Color Fist Tracer No. 1 Black 2 White 3 Red 4 Green 5 Orange 6 Blue 7 White Black 8 Red Black 9 Green Black 10 Orange Black 11 Blue Black 12 Black White 13 Red White 14 Green White 15 Blue White 16 Black Red 17 White Red 18 Orange Red 19 Blue Red 20 Red Green 21 Orange Green 5.2 The color sequence may be repeated as necessary. Color code sequence applies when cable is composed of mixed sizes. 5.3 Special color coding, when specified in unpaired conductor cables, shall consist of black for all conductors except that one conductor shall be identifiable conductor in each layer. 5.4 For combination cables consisting of pairs with single conductors, color code sequence given in Table IV, shall be used for pairs, repeated as necessary. 5.5 Single Conductor Cable Black covering shall be used for.signal and power circuit positive. White covering shall be used for signal and power circuit common. Red covering shall be used for detector positive. Blue covering shall be used for detector circuit common. Covering colors shall be obtained by use of colored polyvinylchloride. 6-36 Technical Specifications 6 CONDUCTOR ASSEMBLY(MULTI-CONDUCTOR CABLE) 6.1 Two-Conductor Cable A. Two-conductor cables shall have a maximum length of lay not more than 30 times the installed conductor diameters. B. Two-conductor cables shall be of the round, twisted type. C. Fillers shall be used where necessary to form a two-conductor round twisted cable. 6.2 Multi-Conductor Cables Having More Than Two Conductors A. In multi-conductor cables having more than two conductors, the single conductors shall be laid up symmetrically in layers with lay not exceeding the following: Number of Maximum Conductors Length of Lay 3 35 times insulated conductor diameter 4 40 times insulated conductor diameter 5 or more 15 times assembled core diameter B. Each layer of conductors in the cable shall be laid in a direction opposite to that of adjacent layers. When permitted by the purchaser, unidirectional lay may be used. The outer layer shall be left-hand lay. 6.3 Fillers shall be used, where necessary, to secure a uniform assembly of conductors of a firm, compact cylindrical core. Fillers shall be of a nonmetallic moisture-resistant material which has no injurious effect on adjacent components. 6.4 The conductor assembly shall be covered with a spiral wrapping of a moisture-resistant tape applied so as to lap at least 10 percent of its width. 6-37 Technical Specifications 7 JACKET (MULTI-CONDUCTOR CABLE) 7.1 Over the taped conductor assembly there shall be applied a tightly fitting polyvinylchloride compound jacket which shall meet the following requirements when tested in accordance with ASTM Designation D-,1047, latest revision. PHYSICAL PROPERTIES OF POLYVINYL CHLORIDE JACKET a. Initial Properties: 1800 Tensile strength, lbs. per sq. inch, min. Elongation at rupture percent, min. 250 b. After 5 days in air oven at 100°C: 85 Tensile strength percent of original, min. Elongation at rupture 60 percent of original, min. c. Head Shock Test, Air Oven, 1 hour at 121°C: no cracks d. Heat Distortion Test, Air Oven, 1 hour at 121°C: 50 Decrease in thickness, percent, max. e. Cold Bend Test, 1 hour at-40°C: no cracks 1. Flame Test, minutes burning, max. 1 g. After 4 hours in ASTM No. 2 oil at 70°C: Tensile Strength, percent of original, min. 80 Elongation at rupture, percent of original, min. 60 7.2 The nominal thickness of the jacket shall be as specified in Table V. The average thickness shall be not less than 90% of the specified thickness. The minimum thickness shall be not less than 70% of the nominal thickness. TABLE V Calculated Diameter of Cable Jacket Under Jacket, Inches Thickness 0.425 and less 45 0.426 - 0.700 60 0.701 - 1.500 80 1.501 -2.500 110 2.501 and larger 140 6-38 Technical Specifications 8 IDENTIFICATION 8.1 Each shipping length of multi-conductor cable shall have a tape showing the name of the manufacturer and the year in which the cable is manufactured, placed over or under the tape covering the conductor assembly before the application of outer coverings. As an alternate method of identification, the above information may be applied to the outer surface of the jacket. 8.2 Each shipping length of single conductor shall have indented printing on a tape or other permanent identification showing the name of the manufacturer and the year in which the conductor is manufactured. 9 SAMPLING, INSPECTING AND ACCEPTANCE 9.1 Inspection and tests shall be made prior to shipment and at the place of manufacture. 9.2 The Contractor shall furnish the Engineer in suitable form, a certified report of the tests made on the cable to show compliance with this specification. 9.3 Tests on Entire Cable - The individual conductors of each length of completed cable shall meet the voltage and insulation resistance requirements of Section 4, except that the final electrical test on multiple conductor cables may be made without immersion in water. Each conductor of a multiple conductor cable shall be tested against all other conductors and shield if present. 9.4 Sample Tests - One sample for establishing conformity to this specification shall be taken from each 10,000 feet or fraction thereof, of each type and size of cable except that for the physical dimensions and the visual inspection a sample shall be taken from each reel. In case that these samples fail to meet the requirements of this specification, two additional samples shall be selected from new cable lengths and the lot shall be accepted if retests are both satisfactory. However, in case of any failure on the retest, the lot shall be rejected. 10 PACKING AND MARKING FOR SHIPMENT Reels for multi-conductor cable shall be substantially constructed and in good condition. The cables shall be suitably protected. Each end of the cable shall be available for testing, properly sealed, and protected against injury. Each reel shall be plainly and permanently marked with manufacturer's full description of the cable, giving the length of the cable on the reel, the number of conductors in the cable and the date of shipment from the factory. 6-39 Technical Specifications 11 INSTALLATION OF CABLE 11.1 General 11.1.1 The cables shall be installed in the conduit. The conduit must be continuous, reasonably dry, completely free of debris, and without any sharp projections, edges, or short bends. The conductors shall be installed in such manner and by such methods as to insure against harmful stretching of the conductor or damage to the insulation and shall conform to the recommendations of the cable manufacturer. The Contractor shall furnish, at the request of the Engineer, at least two copies of the manufacturer's recommendations, including methods of attaching pulling tension per conductor size and per radius of conduit bend, and the type of lubricant to be used. 11.1.2 All cables in a given conduit run shall be pulled at the same time and the conductors shall be assembled to form one loop in such a manner that the pulling tension is distributed to all the cables. Long, hard pulls will necessitate the use of pulling eyes. For short runs, the cables may be gripped directly by the conductors by forming them into a loop to which the pull wire or rope can be attached. The insulation on each conductor shall be removed before the loop is formed. The method used will depend on the anticipated maximum pulling tension in each case. 11.1.3 In many instances, existing conduits which contain signal cable are to be used for the installation of new cables. In such locations, the existing cable(s) may be used to pull in the new cables. Should the Contractor desire to install new cables without removing the existing cables, the new installation shall be done in such a way as to prevent damage to the existing and/or new cables. In the event of damage, the Contractor shall bear the responsibility of replacement of defective cables. 11.1.4 The manufacturer's recommended maximum pulling tensions shall not be exceeded under any circumstances. If so required by the Engineer, the Contractor shall insert a dynamometer in the pull wire as the cables are being pulled into the conduit to demonstrate that the maximum tensions are not being exceeded. The cable shall be fed freely off the reel into the conduit without making a reverse curve. At the pulling end, the pull wire and or other suitable devices shall be used as required to reduce any hazards to the cable during installation. The cables shall be adequately lubricated to reduce friction and further minimize possible damage. Such lubricants shall not be the grease or oil type used on lead sheathed cables but shall be one of several commercially available wire pulling compounds that are suitable for these kinds of cables. They shall consist of soap, talc, mica, or similar materials and shall be designed to have no deleterious effect on the cables being used. 11.1.5 The cables shall be neatly trained to their destinations in manholes, cabinets, pole bases, pullboxes, and all other terminations. The cable manufacturer's recommended values for the minimum bending radii to which cables may be bent for permanent training during installation shall be adhered to. These limits do not apply to conduit bends, sheaves or other curved surfaces around which these cables may be pulled under tension while being installed. Larger radius bends are required for such conditions. 6-40 Technical Specifications 11.2 Wire and Cable 11.2.1 All wire and cable shall conform to the requirements shown on the plans, except wire and cable specifically covered by other items of this contract. The minimum size of conductors shall be as indicated on the plans. 11.3 Controller Cabinet Wiring 11.3.1 Wiring for the controller shall consist of connecting to its terminals (1)wires to signals (2) wires to detectors (3) wires to pedestrian push buttons (4) the power wires, (5) the ground wires, and (6) the interconnect wires. At the controller all conductors from the field shall be stripped back and an eye hook formed in the wire. These "hooks" shall be inserted under the binder head screw and tightened securely. Other wiring for the controller shall be as required by the wiring diagrams and instructions furnished with the controller by the manufacturer. 11.3.2 All field wiring in cabinets shall be neatly done. Incoming cables shall be trained to their destination and neatly laced together. Communication and detector lead-in cables shall be clearly identified by use of metal or plastic tags. For example: Eastbound Right Lane. 11.4 Signal Head Wiring 11.4.1 Wiring for the signal head shall consist of connecting the terminal block in each signal section to the common terminal block in each signal face and where applicable, connecting the common terminal block in each signal face to the terminal block in the signal-head terminal compartment. All such connecting wires shall be number fourteen (14) American Wire Gauge. All conductors running from any terminal points located in the pole or transformer base to the signal head terminals shall likewise be number twelve (12) A.W.G. The Contractor shall furnish the NO. 12 A.W.G. for this work. 11.5 Terminals and Splices 11.5.1 Except for controllers, the ends of all wires which are to be attached to terminal posts shall be provided with soldered terminals that meet the requirements of the National Electrical Code. 11.5.2 Unless otherwise called for in the plans, splices will be permitted in the wires of signal conductors only in the base of each signal pole at terminal points called for in the plans. If lead-in conductors from detectors to controller are of different type than the detector leads, a water-tight splice, acceptable to the Engineer, may be made in ground box adjacent to the detector location. Splices at points other than as stated above may be made only with the written permission of the Engineer. All splices shall be water tight. Splicing methods shall be in accordance with good electrical practice and the cable manufacturer's recommendations. All materials used shall be high quality and specifically intended for these purposes. The cables shall be trained to their final position and cut to proper lengths. The jacket and insulation shall be removed as required. In doing this, use proper care to insure against nicking the conductors. The connector shall be soldered. Heat shall be applied by the use of hot solder. Heating the connection with a direct flame will not be permitted. Care shall be used to protect the insulation when soldering. The entire surface shall be cleaned taking special care in cleaning outside jacket in order to remove the wax finish. Before the first layer of tape is wrapped, the entire area shall be coated with an electric grade rubber cement. After this solvent has dried, the connection shall be insulated with electrical grade rubber splicing compound 6-41 Technical Specifications tape to proper thickness. This tape requires a pressure and thus must be stretched to 2/3 width when applied. The completed splice shall be covered with a half-lap layer of vinyl plastic electrical tape. This wrapping shall be smooth but the tape shall not be stretched more than necessary. 11.5.3 Splices in communication cables shall include the shield. Splices between cable pairs shall be made with Scotchlock solderless connectors designed for this specific application. The completed splice shall be insulated with a re-enterable plastic splice case. Splices at points other than those shown on the plans may be made only with the written permission of the Engineer. 11.5.4 The Engineer shall select at random at least 5 splices to be thoroughly inspected. The Contractor shall, in the presence of the Engineer, sectionalize the splice to expose the various layers of materials and the connector. The splice shall be thoroughly checked for compliance to these special provisions. The splice shall then be remade by the Contractor. This work shall not require extra payment, but is considered subsidiary to other items in the contract. All of the splices selected for this inspection shall conform to the requirement of these special provisions. If any splices fail to meet these requirements, ten (10) more splices shall be selected to random by the Engineer for inspection. 11.6 Enclosed Wiring 11.6.1 Except for span wire suspended cables and electrical wiring within steel signal poles, all cables and single conductor wire above the ground surface shall be enclosed in approved metal conduit up to but no closer than one foot of the lowest power conductor. The power entrance to the controller may be made through underground polyvinyl- chloride conduit. 11.7 Identification of Signal Wires 11.7.1 MSA color coded signal cable shall be used to wire bases, pullboxes and controllers. Colors shall be continuous from the point of origin to the point of termination. Splices will be permitted if same colors are spliced. 12 GROUNDING AND BONDING 12.1 There shall be a properly installed and connected ground rod for each controller cabinet and power drop to reduce any extraneous voltage to a safe level. The location of the ground rod shall be such as to minimize the length of the grounding-conductor run. All grounding circuits shall be substantial and permanent and shall be electrically continuous with an ohms-to-ground resistance not to exceed 10 ohms when tested by a volt-ohm-meter. 12.2 Signal and Controller 12.2.1 The signal pole housing, controller housing, signal common and service common shall be grounded. All groundings shall be as shown on the plans and/or may be indicated in the manufacturer's specifications and wiring diagrams. All grounding devices used shall conform to the requirements of the National Electrical Code. The service common at the pole from which the power is taken shall be grounded. 6-42 Technical Specifications 12.3 Conduit and Signal Posts 12.3.1 Metal conduit and metal signal posts or pedestals shall be bonded to form a continuous system and shall be effectively grounded. Bonding jumpers shall be No. 8 copper- wire or equal. 12.4 Grounding Connectors and Electrodes 12.4.1 The grounding conductor shall be a No. 8 A.W.G. stranded copper wire. The conductor shall be bonded to ground rods. Ground rod electrodes shall be copper-bonded steel being at least 5/8 inch in diameter and shall be driven into the ground to a depth sufficient to provide the required resistance between electrodes and ground (10 ohms). All ground rods shall be a minimum of six feet long. When the location precludes driving a single ground rod to a depth of six feet or when a multiple ground rod matrix is used to obtain the required resistance to ground, ground rods shall be spaced at least six feet apart and bonded by a minimum No. 8 A.W.G. copper wire. Connections to underground metallic conduit shall not be considered sufficient for grounding requirements. Connection of grounding circuits to grounding electrodes shall be by devices which will ensure a positive, fail-safe grip between the conductor and the electrode (such as lugs or pressure connectors). No splice joint will be permitted in the grounding conductor. 13 MEASUREMENT AND PAYMENT Single and multi-conductor cable, installed and in place, and of the size and number of conductors specified on the Plans, will be paid for at the unit prices bid as specified in the bid item list. Said payment shall be full compensation for furnishing and installing cable with proper grounding, and for all labor, tools, materials, equipment and incidentals necessary to complete the work. 14 GUARANTY If it is the normal trade practice for the manufacturer to furnish a guaranty for the work provided herein, the Contractor shall turn this guaranty over to the Engineer for potential dealing with the guarantor. The extent of such guaranty will not be a factor in selecting the successful bidder. 6-43 Technical Specifications POWER SERVICE AND SERVICE EQUIPMENT/ GENERAL SYSTEM WIRING PROCEDURES 1 POWER SERVICE AND SERVICE EQUIPMENT 1.1 Power Service Connection 1.1.1 The Contractor shall make all arrangements for connection to the power service, shall obtain meter and meter socket from the Power Company when they are required and install them in accordance with the Plans, and shall furnish and install all other materials necessary to make the power connection which are not furnished by the Power Company. Coordination with the correct service provider and/or TXU for all service related issues will be the requirement of the Contractor. 1.1.2 Unless otherwise called for in the Plans, the power connection shall be made to a 115- 125 volt, single-phase, 60 cycle A.C. supply. The wire used for the power connection shall be a minimum size as indicated on the Plans and shall be insulated for six hundred (600) volts. The common wire shall be white-coded and the power positive shall be black-coded. 1.1.3 The Contractor shall coordinate with the City of Coppell's Building Inspection Department for permitting issues related to electrical connections. A 'No Cost' permit will be required for this service. Please call 972/304-3500 to make the necessary arrangements. 1.2 Power Service Equipment Requirements Power service equipment shall meet the following requirements: (a) Lightning arrestor will be required. It shall be of the valve type, 0-650 volt with bracket for cabinet mounting and shall be connected between hot leg and ground, per drawing in Plans. (b) Circuit breakers will be required. They shall be 125 Ampere Frame, single pole, 120 volt, 5000 IAS meeting Federal Specification W-C-375A, installed as shown on the appropriate TxDOT detail sheets. (c) All miscellaneous hardware, i.e., conduit, conductors, pedestal cabinet and weatherhead, shall be installed as shown on the appropriate TxDOT detail sheets. Conductors shall be of the size indicated and be type THW meeting applicable ASTM specifications. 1.2.1 Power service shall be provided by underground service with pedestal service type PS, as indicated on TxDOT standard detail ED (8)-03 or approved equal. 2 SYSTEM WIRING METHODS 2.1 Controller Wiring for the controller shall consist of connecting to its terminals (1) wires to signals, (2) wires to detectors, (3) the power wires and (4) the ground wires. Other wiring for the controller shall be as required by the wiring diagrams and instructions furnished with the controller by the manufacturer. 6-44 Technical Specifications 2.2 Signal Heads Wiring for the signal head shall consist of connecting the terminal block in each signal section to the common terminal block in each signal face to the terminal block in the signal head terminal compartment. All such connecting wires shall be of the size and type indicated in the plans, or appropriate details. 2.3 Splices Unless otherwise called for in the Plans, splices will be permitted in the wires of signal conductors only in the transformer base or handhold of each signal pole at terminal points called for on the Plans. Splices at points other than as stated above may be made only with the written permission of the Engineer. All splices shall be watertight. 2.4 Terminals Except for controllers, the ends of all wires which are to be attached to terminal posts shall be provided with solderless terminals that meet the requirements of the National Electrical Code. 2.5 Wire and Cable All wire and cable shall conform to the requirements shown on the Plans, except wire and cable specifically covered by other items of this contract. The minimum size of conductors shall be as indicated on the Plans. 2.6 Enclosed Wiring Except for span wire suspended cables and electrical wiring within steel signal poles, all cables and single conductor wire within twenty-one (21) feet above the ground surface shall be enclosed in approved metal conduit. Power-tap lines carried down poles shall be placed in metal conduit. The power entrance to the controller shall be made through underground polyvinylchloride conduit only. 2.7 Identification of Signal Wires Numbered identification tags of metal, plastic or tape shall be placed around each wire adjacent to wire ends in the controller cabinet, signal head and signal-pole-base terminal boxes. 2.8 Signal and Controller The signal poles, controller housing, signal common and service common shall be grounded. All grounding shall be as shown on the Plans and/or as may be indicated in the manufacturer's specifications and wiring diagrams. All grounding devices used shall conform to the requirements of the National Electric Code. The service common at the pole or service pedestal from which the power is taken shall be grounded. 2.9 Conduit and Signal Poles Metal conduit and metal signal poles or pedestals shall be bonded to form a continuous system and shall be effectively grounded. Bonding jumpers shall be No. 8 copper wire or equal. 6-45 Technical Specifications 2.10 After the signal cable connecting the signal and the controller is in place, the unfilled portion of the conduit openings shall be sealed with a sealing compound in accordance with the National Electrical Code. 2.11 The sealing compound used shall have a melting point of not less than two hundred (200) degrees Fahrenheit, and shall not be adversely affected by the surrounding atmosphere or moisture. 3 MEASUREMENT AND PAYMENT 3.1 Wire and cable referred to in Section 1.0 is covered by other parts of this specification. Payment for wire and cable is per respective items in the bid item list. 3.2 Power Service A. Measurement. The power service will be measured per each unit. Materials required in installation, such as lightning arrestor, circuit breaker, enclosure, foundation, and incidentals will not be paid for directly, but will be considered subsidiary to the Item "Power Service Pedestal and Equipment". B. Payment. Power service, installed in place, will be paid for at the unit price bid as specified in the bid item list. Said payment shall be full compensation for furnishing and installing, circuit breakers, weatherheads, lightning arrestor and required incidentals and for all labor, tools, equipment, materials and incidentals necessary to complete the work. 6-46 Technical Specifications SECTION 32 1540 DECOMPOSED GRANITE PART I—GENERAL 1.1. GENERAL CONDITIONS A. Requirements of "General Conditions of the Contract" and of Division I, "General Requirements", apply to work in this Section with same force and effect as though repeated in full herein. 1.2 SCOPE OF WORK A. Furnish materials, labor, transportation, services, and equipment necessary to install decomposed granite paving as indicated on Drawings and as specified herein. B. Work related in other Sections: 1. Irrigation System: Coordination of irrigation spray heads (see Irrigation plans and notes). 2. Section 32 9300 — Plants: Coordination of planting along edges of decomposed granite paving and composite header. 1.3 REFERENCES A. ASTM C 136— Method for Sieve Analysis for Fine and Coarse. 1.4 SYSTEM DESCRIPTION A. Decomposed granite paving 1.5 SUBMITTALS A. In accordance with Division 1. B. Submit specification data Cut Sheets for products specified under this Section. C. Products: Five pound sample and sieve analysis for grading of decomposed granite material. 1.6 TESTS A. Perform gradation of decomposed granite material in accordance with ASTM C 136. 1.7 MOCK-UPS A. Install a 4-foot wide x 10-foot long mock-up of decomposed granite paving with compacted with a vibrating plate at location as directed by Owner's Authorized Representative. B. This mock-up will be the standard from which future work will be judged. C. Remove Mock-up completely prior to Final Payment. 6-47 Technical Specifications 1.8 ENVIRONMENTAL CONDITIONS A. Do not install decomposed granite paving during rainy conditions. 1.9 PRODUCT DELIVERY, STORAGE AND HANDLING A. In accordance with Division 1. 1.10 COORDINATION A. Notify contractors related to installation of his work in ample time, so as to allow sufficient time for those contractors to perform their portion of work. 1.11 QUALITY ASSURANCE A. Installer: Provide evidence to indicate successful experience in providing decomposed granite. 1. Experience: Minimum 5 years. 1.11 INSPECTION OF SITE A. Verify conditions at site that affect Work of this Section, and take field measurements as required. Report major discrepancies between Drawings and field dimensions to Owner's Authorized Representative prior to commencing Work. 1.12 EXCESS MATERIALS A. Provide Owner's Authorized Representative with the following excess materials for use in future decomposed granite paving repair: 1. Four, 40 lb. Bags of decomposed granite screenings with source location provided. PART 2—PRODUCTS 2.1 DECOMPOSED GRANITE SCREENINGS A. Washed, natural-colored crushed granite stone, free of clay, friable materials and debris and graded in accordance with ASTM C 136 within the following limits: 1. Gradation: As determined by ASTM C 136 methodology. ISieve Size Percent Passing 1/2" 95- 100 3/8" 90- 100 No. 4 50- 100 No. 30 25 to 55 No. 100 10 to 20 No. 200 5- 18 2. Sand Equivalent: As determined by ASTM D-2419 methodology. 6-48 Technical Specifications Shall have a minimum of 30. 3. R-Value: As determined by ASTM D-2488 methodology. Shall have a minimum of 70. PART 3—EXECUTION 3.1 SURFACE PREPARATION A. Verify that gradients and elevations of subgrade are correct. Ensure that a minimum of 2% of cross slope will be provided. Contact Owner's Authorized Representative if this minimum percentage will not be maintained. B. Verify that weed barrier or plastic sheeting will extend to edge of decomposed granite paving. C. Remove loose material from compacted subbase surface immediately before placing decomposed granite screenings. D. Wet surface prior to placing decomposed granite screenings. 3.2 PLACEMENT OF DECOMPOSED GRANITE SCREENINGS A. Place decomposed granite screenings in two inch lifts to a depth of four inches, applying moisture and compacting with a vibratory plate after each lift. B. Grade and smooth decomposed granite paving per approved Owner's Authorized Representative mock-up. C. Apply water until moisture penetrates to full depth of decomposed granite screenings. It is critical that full section of decomposed granite screenings receive water at this time. D. Upon thorough moisture penetration, compact decomposed granite screenings to within 90% relative compaction by using a vibrating plate. E. Take care in compacting decomposed granite screenings when adjacent planting and irrigation systems. F. Allow the finished surface enough time to dry completely before allowing traffic. 3.3 REPAIRS AND PROTECTION A. Remove and replace decomposed granite paving that is damaged, defective, or does not met requirements of this Section. B. Protect decomposed granite paving from damage until Final Payment. 3.4 CLEANUP A. Upon completion of Work under this Section, remove rubbish, waste and debris resulting from Contractor's operations. Leave work area in a neat and clean condition. END OF SECTION 6-49 Technical Specifications SECTION 32 8400 PLANTING IRRIGATION PART I -GENERAL 1.01 GENERAL CONDITIONS A. The requirements of the"General Conditions of the Contract" and of Division 1, "General Requirements", shall apply to all work of this Section with the same force and effect as though repeated in full herein. 1.02 SCOPE OF WORK A. Provide all labor, materials, transportation, and services necessary to furnish and install Irrigation Systems as shown on the drawings and described herein. B. Related work in other sections: 1. Landscape Planting C. The term of"LANDSCAPE ARCHITECT" shall refer to Teague Nall and Perkins, Inc., 100 Macon Street, Fort Worth, Texas 76102. 1.03 QUALITY ASSURANCE & REQUIREMENTS A. Permits and Fees: The Contractor shall obtain and pay for any and all permits and all observations as required. B. Manufacturer's Directions: Manufacturer's directions and detailed drawings shall be followed in all cases where the manufacturers of articles used in this contract furnish directions covering points not shown in the drawings and specifications C. Ordinances and Regulations: All local, municipal, and state laws, and rules and regulations governing or relating to any portion of this work are hereby incorporated into and make a part of these specifications, and their provisions shall be carried out by the Contractor. Anything contained in these specifications shall not be construed to conflict with any of the above rules and regulations or requirements of a better quality, higher standard, or larger size than is required by the above rules and regulations, the provisions of these specifications and drawings shall take precedence. D. Explanation of Drawings: 1. Due to the scale of drawings, it is not possible to indicate all offsets, fittings, sleeves, etc., which may be required. The Contractor shall carefully investigate the structural and finished conditions affecting all of his work and plan his work accordingly, furnishing such fittings, etc., as may be required to meet such conditions. Drawings are generally diagrammatic and indicative of the work to be installed. The work shall be installed in such a manner as to avoid conflicts between irrigation systems, planting, and architectural features. 2. All work called for on the drawings by notes or details shall be furnished and installed whether or not specifically mentioned in the specifications. 3. The Contractor shall not willfully install the irrigation system as shown on the drawings when it is obvious in the field that obstructions, grade differences or discrepancies in area dimensions exist that might not have been considered in engineering. Such obstructions or differences should be brought to the attention of the Landscape Architect immediately. In the event this notification is not performed, the Irrigation Contractor shall assume full responsibility for any revision necessary. 6-50 Technical Specifications 1.04 SUBMITTALS A. Material List: 1. The Contractor shall furnish the articles, equipment, or processes specified by name in the drawings and specifications. No substitution will be allowed without prior written approval by the Landscape Architect. 2. Complete material list shall be submitted prior to performing any work. Material list shall include the manufacturer, model number, and description of all materials and equipment to be used. 3. Equipment or materials installed or furnished without prior approval of the Landscape Architect may be subject to rejection, and the Contractor required to remove such materials from the site at his own expense. 4. Approval of any item, alternate, or substitute indicates only that the product or products apparently meet the requirements of the drawings and specifications on the basis of the information or samples submitted. 5. Manufacturer's warranties shall not relieve the Contractor of his liability under the guarantee. Such warranties shall only supplement the guarantee. B. Record and As-Built Drawings: 1. The Contractor shall provide and keep an up-to-date and complete "as-built" record set of blue line ozalid prints which shall be corrected daily and show every change from the original drawings and specifications, the exact"as-built" locations, sizes, and kinds of equipment. Prints for these purposes may be obtained from the Landscape Architect at cost. This set of drawings shall be kept on the site and shall be used only as a record set. 2. These drawings shall also serve as work progress sheets and shall be the basis for measurement and payment for work completed. These drawings shall be available at all times for inspection and shall be kept in a location designated by the Landscape Architect. Should the record blue line as-built progress sheets not be available for review or not up-to-date at the time of any inspection (refer to Section 3.09-Observation Schedule), it will be assumed no work has been completed and the Contractor will be assessed the cost of that site visit at the current billing rate of the Landscape Architect. No other observations shall take place prior to payment of that assessment. 3. The Contractor shall make neat and legible notations on the as-built progress sheets daily as the work proceeds, showing the work as actually installed. For example, should a piece of equipment be installed in a location that does not match the plan, the Contractor must indicate that equipment has been relocated in a graphic manner so as to match the original symbols as indicated in the irrigation legend. The relocated equipment and dimensions will then be transferred to the original as-built plan at the proper time. 4. Hand drawn: In lieu of electronically drawn, before the date of the final inspection, the Contractor shall transfer all information from the"as-built" prints to a sepia Mylar, or similar Mylar material, procured from the Landscape Architect. All work shall be in waterproof India ink and applied to the Mylar be a technical pen made expressly for use on Mylar material. Such pen shall be similar to those manufactured by Rapidograph, Kueffell & Esser, or Faber Castell. The dimensions shall be made so as to be easily readable, even on the final controller chart(see Section C). The original Mylar"as-built" plan shall be submitted to the Landscape Architect for approval prior to the making of the controller chart. 5. Electronically drawn: In lieu of hand drawn, before the date of the final inspection, the Contractor shall transfer all information from the"as-built" prints to an AutoCAD electronic file procured from the Landscape Architect. All work shall be documented on a unique and separate layer. The electronically drawn "as-built" plan shall be submitted to the Landscape Architect for approval prior to the making of the controller chart. 6. The Contractor shall dimension from two(2) permanent points of reference- building corners, sidewalks, road intersections, etc. -the location of the following items: a. Connection to existing water lines 6-51 Technical Specifications b. Connection to existing electrical power c. Gate valves d. Routing of irrigation pressure lines(dimension maximum 100' along routing). e. Irrigation control valves. f. Routing of control wiring. g. Quick coupling valves. h. Road and sidewalk borings Other related equipment as directed by the Landscape Architect 7. On or before the date of the final inspection, the Contractor shall deliver the corrected and completed sepias to the Landscape Architect. Delivery of the sepias will not relieve the Contractor of the responsibility of furnishing required information that maybe omitted from the prints. C. Controller Charts: 1. As-built drawings shall be approved by the Landscape Architect before controller charts are prepared. 2. Provide on (1)controller chart for each controller supplied. 3. The chart shall show the area controlled by the automatic controller and any area under a manual irrigation. The chart shall be the maximum size which the controller door will allow. 4. The chart is to be a reduced drawing of the actual as-built system. However, in the event the controller sequence is not legible when the drawing(s) is reduced, it shall be enlarged to a size that will be readable when reduced. 5. The chart shall be a black line print. A different color shall be used to indicate the area of coverage for each station. 6. When completed and approved, the chart will be hermetically sealed between two (2) pieces of plastic, each piece being a minimum 10 mils thickness. 7. These charts shall be completed and approved prior to final inspection of the irrigation system. D. Operation and Maintenance Manuals: 1. Prepare and deliver to the Landscape Architect within ten (10) calendar days prior to completion of construction, two (2) hard cover binders with three (3) rings containing the followings information: a. Index sheet stating Contractor's address and telephone number, list of equipment with name and addresses of local manufacturer's representative b. Catalog and parts sheets on every material and equipment installed under this contract. c. Guarantee statement. d. Complete operating and maintenance instructions on all major equipment, i.e. the automatic controller(s). 2. In addition to the above mentioned maintenance manuals, provide the Landscape Architect with instructions for major equipment and show evidence, in writing, to the Landscape Architect at the conclusion of the project that this service has been rendered. E. Equipment to be Furnished: 1. Supply as a part of this Contract the following tools: a. Two (2) sets of special tools required for removing, disassembling and adjusting each type of irrigation head and valve supplied on this project. b. Two (2)four foot valve keys for operation of the ball and remote control valves. c. Two (2) keys for each automatic controller. d. One(1) quick coupler key and matching hose swivel ell for every five (5), or fraction thereof, of each type of quick coupling valve installed. 1.05 PRODUCT DELIVERY, STORAGE AND HANDLING A. Handling of PVC Pipe and Fittings: The Contractor is cautioned to exercise care in handling, 6-52 Technical Specifications loading, unloading, and storing of PVC pipe and fittings. All PVC pipe shall be transported in a vehicle which allows the length of pipe to lie flat so as not to subject it to undue bending or concentrated external load at any point. Any section of pipe that has been damaged will be discarded and, if installed, shall be replaced with new piping. 1.06 SUBSTITUTIONS A. If the Contractor wishes to substitute any equipment or materials for those equipment or materials listed on the drawings and specifications, he may do so by providing the following information to the Landscape Architect for approval: 1. Provide a statement indicating the reason for making the substitution. Use a separate sheet of paper for each item to be substituted. 2. Provide descriptive catalog literature, performance charts, and flow charts for each item to be substituted. 3. Provide the amount of cost savings if the substituted item is approved. B. The Landscape Architect shall have the sole responsibility in accepting or rejecting any substituted item as an approved equal to those equipment and materials listed on the irrigation drawings and specifications 1.07 GUARANTEE A. The guarantee for the planting irrigation system shall be made in accordance with the attached form. The general conditions and supplementary conditions of these specifications shall be filed with the Owner and the Landscape Architect prior to acceptance of the irrigation system. B. A copy of the guarantee form shall be included in the operations and maintenance manual. C. The guarantee form shall be re-typed onto the Contractor's letterhead and contain the following information: 6-53 Technical Specifications GUARANTEE FOR PLANTING IRRIGATION SYSTEM We hereby guarantee that the planting irrigation system we have furnished and installed is free from defects in materials and workmanship, and the work has been completed in accordance with the drawings and specifications, ordinary wear and tear and unusual abuse, or neglect excepted. We agree to repair or replace any defects in material or workmanship which may develop to repair or replace any damage resulting from the repairing or replacing of such defects at no additional cost to the Owner. We shall make such repairs or replacements within a reasonable time, as determined by the Owner, after receipt of written notice. In the event of our failure to make such repairs or replacement within a reasonable time after receipt of written notice from the Owner, we authorize the Owner to proceed to have said repairs or replacements made at our expense and we will pay the costs and charges therefore upon demand. This guarantee is for a period of twenty-four(24) months after the date of final acceptance. PROJECT: LOCATION: SIGNED: COMPANY: ADDRESS: PHONE: ( ) -- DATE OF ACCEPTANCE: 6-54 Technical Specifications PART 2 -PRODUCTS 2.01 MATERIALS A. General: Use only new materials of brands and types noted on drawings, specified herein, or approved equals. B. PVC pressure main line pipe and fittings: 1. Pressure main line piping for sizes 2 1/2"and smaller shall be PVC Class 200 with solvent welded joints. 2. Pipe shall be make from NSF approved Type I, Grade II PVC compound conforming to ASTM resin specification D1784. All pipes must meet requirements as set forth in Federal Specification PS-22-70. 3. PVC solvent-weld fittings shall be Schedule 40, 1-2, II-I NSF approved conforming to ASTM test procedure D2466. 4. Solvent cement and primer for PVC solvent-weld pipe and fittings shall be of type and installation methods prescribed by the manufacturer. 5. All PVC pipe must bear the following markings: a. Manufacturer's name b. Nominal pipe size c. Schedule or class d. Pressure rating in P.S.I. e. NSF (National Sanitation Foundation)approval f. Date of extrusion 6. All fittings shall bear the manufacturer's name or trademark, material designation, size, applicable I.P.S. schedule and NSF seal of approval. C. PVC Non-Pressure Lateral Line Piping: 1. Non-pressure buried lateral line piping shall be PVC class 200 with solvent-weld joints. 2. Pipe shall be made from NSF approved, Type I, Grade II PVC compound to ASTM resin specification D1784. All pipes must meet requirements set forth in Federal Specification PS-22-70 with an appropriate standard dimension ratio. 3. Except as noted in paragraphs 1 and 2 of Section 2.01B, all requirements for non- pressure lateral line pipe and fittings shall be the same as for solvent-weld pressure main line pipe and fittings as set forth in Section 2.01 B of these specifications. D. Copper Piping and Fittings: 1. Copper piping shall be type"K" hard-drawn with "sweat"type fittings. 2. Pipe and fittings shall be assembled with 50/50 soft solder and non-erosive flux. Solder shall take up capillary action and joints shall be made tight without build-up head. 3. Pipe ends shall be squared, reamed to remove burrs, and cleaned bright with fine sandpaper and steel wool. E. Ball Valves: 1. Ball valves shall be similar to those manufactured by Lasco, or approved equal, with threaded ends and equipped with a hand lever. 2. All ball valves shall be installed per installation detail and the manufacturer's recommendations. F. Gate Valves: 1. Gate valves shall be manufactured out of bronze, pressure rated to 125 psi WSP, 200 psi WOG nonshock. Valves shall be resistant to rust and moderate atmospheric corrosion. Valves shall be the same size as the mainline. Valve shall have threaded IPS bonnet and non-rising stem, with female threaded inlets and equipped with a"Sure Grip"type handle. Similar to those manufactured by Watts Regulator Company Series GV, or approved equal. 2. All gate valves shall be installed per the manufacturer's recommendations. 6-55 Technical Specifications G. Quick Coupling Valves: Quick coupling valves shall have a brass two-piece body designed for working pressure of 150 p.s.i. operable with quick coupler. Key size and type shall be as shown on the plans. H. Backflow Prevention Units: 1. Backflow prevention units shall be of size and type indicated on the drawings. Install backflow prevention units in accordance with irrigation construction details. 2. Wye strainers at backflow prevention units shall have a bronzed, screwed body with 60 mesh monel screen and shall be similar to Bailey#100B, or approved equal. I. Automatic Drain Valves: 1. Automatic drain valves shall be plunger type, duty virgin PVC construction, with small thread inlet. 2. Drain valve shall be installed at an angle of 30 to 45 degrees horizontal, in a direction to facilitate pipe drainage. 3. Provide sump pit for drainage. J. Control Wiring: 1. Connections between the automatic controllers and the electric control valves shall be made with direct burial copper wire, AWG-U.F. 600 volt. 2. Pilot wires shall be a different color wire for each automatic controller. 3. Common wires shall be white with a different color stripe for each automatic controller. 4. Install in accordance with valve manufacturer's specifications and wire chart. In no case shall the wire size be less than#14 gauge. 5. Wiring shall occupy the same trench and shall be installed along the same route as pressure supply or lateral lines wherever possible. 6. Where more than one (1)wire in placed in a trench, the wiring shall be taped together at intervals of ten (10) feet. 7. An expansion curl shall be provided within three(3)feet of each wire connection. Expansion curl shall be of sufficient length at each splice connection at each electric remote control valve, so that in case of repair, the valve bonnet may be brought to the surface without disconnecting the control wires. Control wires shall be laid loosely in the trench without stress or stretching of control wire conductors. 8. All splices shall be made with Scotch-Lok#3576 Connector Sealing Packs, Rain Bird Snap-Tite wire connector, or approved equal. Use one (1) splice per connector sealing pack. 9. Field splices between the automatic controller and electrical control valves will not be allowed without prior approval of the Landscape Architect. All approved field splices shall be placed in a Control Valve Box and labeled appropriately. K. Automatic Controllers: 1. Automatic controllers shall be of size and type shown on the plans. 2. Final location of the automatic controller shall be furnished by others. 3. Unless otherwise noted on the plans, the 120 volt electrical power to each automatic controller location shall be furnished by others. The final electrical hook-up shall be the responsibility of others. L. Electrical Control Valves: 1. All electric control valves shall be the same manufacture as the automatic controller. 2. All electric control valves shall have a manual flow adjustment. 3. Furnish and install one(1)control valve box for each electric control valve. M. Control Valve Boxes: 1. Use 12"X 16 1/2"X 12" ht. standard rectangular box for all gate valves and quick coupler valves, Oldcastle Enclosure Solutions 1015, bolt down lid cover, or approved equal. Extension sleeves shall be 6" PVC minimum size. 6-56 Technical Specifications 2. Use 10"X 10 1/4" round box for all field splices, Oldcastle Enclosure Solutions Model 910 with green cover, or approved equal. Extension sleeves shall be 6" PVC minimum size. 3. Use 10 1/2"X 16"X 12"jumbo rectangular box for all electric control valves, as manufactured by Oldcastle Enclosure Solutions with green, "Drop-N-Lock" lid cover, or approved equal. N. Irrigation Heads: 1. All irrigation heads shall be of the same size, type, and deliver the same rate of precipitation with the diameter(or radius) of throw, pressure, and discharge as shown on the drawings, or specified in these special provisions. 2. Spray heads shall have a screw adjustment. 3. Riser units shall be fabricated in accordance with the details shown on the plans. 4. Riser nipples for all irrigation heads shall be the same size as the riser opening in the irrigation body. 5. All irrigation heads of the same type shall be of the same manufacture. PART 3 -EXECUTION 3.01 INSPECTION A. Site Conditions: 1. All scaled dimensions are approximate. The Contractor shall check and verify all size dimensions and receive the Landscape Architect's approval prior to proceeding with work under this section. 2. Exercise extreme care in excavating and working near existing utilities. The Contractor shall be responsible for damages to utilities which are caused by his operations or neglect. Check existing utilities drawings for existing utility locations. 3. Coordinate installation of planting irrigation materials including pipe, so there shall be NO interference with utilities or other construction or difficulty in planting trees, shrubs, and ground covers. 4. The Contractor shall carefully check all grades to satisfy himself that he may safely proceed before starting work on the planting irrigation system. 3.02 PREPARATION A. Physical Layout: 1. Prior to installation, the Contractor shall stake out all pressure supply lines, routing and location of irrigation heads. 2. All layout shall be approved by the Landscape Architect prior to installation. B. Water Supply: 1. Planting irrigation system shall be connected to water supply points of connection as indicated on the drawings. 2. Connections shall be made at approximate locations as shown on the drawings. The Contractor is responsible for minor changes caused by actual site conditions. 3. The point of connection shall be as shown on the drawings and shall be furnished by the Contractor, unless otherwise specified. C. Electrical Supply: 1. Electrical connections for the automatic controller shall be made to electrical points of connection as indicated on the drawings. 2. Connections shall be made at approximate locations, as shown on the drawings. The Contractor is responsible for minor changes caused by actual site conditions. 3.03 INSTALLATION 6-57 Technical Specifications A. Trenching: 1. Dig trenches straight and support pipe continuously on bottom of trench. Lay pipe to an even grade. Trenching excavation shall follow layout indicated on the drawings, and as noted. 2. Provide for a minimum of eighteen (18)inches cover for all pressure supply lines. 3. Provide for a minimum cover of twelve (12) inches for all non-pressure lines. 4. Provide for a minimum cover of eighteen (18) inches for all control wiring. B. Backfilling: 1. The trenches shall be backfilled a maximum of 50%with all joints exposed until all required tests are performed. Trenches shall be carefully backfilled with the excavated materials approved for backfilling, consisting of earth, loam, sandy clay, sand, or other approved materials, free from clods of earth or stones larger than one-half(1/2) inch. Backfill shall be mechanically compacted landscaped areas to a dry density equal to adjacent undisturbed soil in planting areas. Backfill will conform to adjacent grades without dips, sunken areas, humps, or other surface irregularities. 2. A fine granular material backfill will be initially placed on all lines. No foreign matter larger than one-half(1/2) inch in size will be permitted in the initial backfill. 3. Flooding of trenches will be permitted only with approval of the Landscape Architect. 4. If settlement occurs and subsequent adjustments in pipe, valves, irrigation heads, lawn or planting, or other construction are necessary, the Contractor shall make all required adjustments without cost to the Owner. C. Trenching and Backfill Under Paving: 1. Trenches located under areas where paving, asphaltic concrete or concrete, will be installed shall be backfilled with sand (a layer of six[6] inches below the pipe and three [3] inches above the pipe)and compacted in layers to 95% standard proctor, using manual or mechanical tamping devices. Trenches for piping shall be compacted to equal the compaction of the existing adjacent undisturbed soil and shall be left in a firm, unyielding condition. All trenches shall be left flush with the adjoining grade. The Contractor shall set in place, cap, and pressure test all piping under paving prior to the paving work. 2. Generally piping under existing walks is done by jacking, boring, or hydraulic driving, but where any cutting or breaking of sidewalks or concrete is necessary, it shall be done and replaced by the Contractor as part of the contract cost, to the satisfaction of the Construction Manager. Permission to cut or break sidewalks or concrete shall be obtained from the Construction Manager. NO hydraulic driving will be permitted under concrete paving. 3. Provide for a minimum cover of eighteen (18) inches between the top of the pipe and the bottom of the aggregate base for all pressure and non-pressure piping installed under asphaltic concrete paving. D. Assemblies: 1. Routing of planting irrigation lines as indicated on the drawings is diagrammatic. Install lines(and various assemblies) in such a manner as to conform to the details per plans. 2. Install NO multiple assemblies in plastic lines. Provide each assembly with its own outlet. 3. Install all assemblies specified herein in accordance with the respective detail. In the absence of detail drawings or specifications pertaining to specific items required to complete the work, perform such work in accordance with the best standard practice, with the approval of the Landscape Architect. 4. PVC pipe and fittings shall be thoroughly cleaned of dirt, dust, and moisture before the installation. Installation and solvent welding methods shall be as recommended by the pipe and fitting manufacturer. 5. On PVC to metal connections, the Contractor shall work the metal connections first. Teflon tape, or approved equal, shall be used on all threaded PVC to PVC, and on all threaded PVC to metal joints. Light wrench pressure is all that is required. Where threaded PVC connections are required, use threaded PVC adapters into which the pipe 6-58 Technical Specifications may be welded. E. Line Clearance: All lines shall have a minimum clearance of six(6) inches from each other and from lines of other trades. Parallel lines shall not be installed directly over one another. F. Automatic Controller: Install the automatic controller(s) in accordance with the manufacturer's instructions. Remote control valves shall be connected to the controller in the numerical sequence as shown on the drawings. G. High Voltage Wiring for Automatic Controller: 1. 120 volt electrical service for the automatic controller shall be the responsibility of the Contractor. The Contractor shall be responsible for permitting and getting the electrical utility service company to install the appropriate electrical service and meter base necessary to operate each automatic controller. The final location of the electrical meter base shall be approved by the Landscape Architect. 2. 120 volt electrical service connection to the automatic controller shall be provided by the Contractor. 3. All electrical work shall conform to local codes, ordinances, and union authorities having jurisdiction. H. Remote Control Valves: Install remote control valves where shown on the drawings and per the detail. When valves are grouped together, allow at least twelve (12) inches between valves. Install each remote control valve in a separate valve box. Each valve number(per the drawings) shall be stenciled on the valve box lid with exterior paint. Paint color shall be flat black. Stencil number size shall be 3" in height. I. Gate Valves: Install gate valves where shown on the drawings. When valves are grouped together, allow at least twelve (12) inches between valves. Install each gate valve in a separate valve box. Each gate valve shall have stenciled on the valve box lid, "GV"with exterior paint. Paint color shall be flat black. Stencil letter size shall be 3" in height. J. Ball Valves: Install ball valves where shown on the drawings and per the detail. When valves are grouped together, allow at least twelve (12) inches between valves. Install each ball valve in a separate valve box. Each ball valve shall have stenciled on the valve box lid, "BV"with exterior paint. Paint color shall be flat black. Stencil letter size shall be 3" in height. K. Quick Coupler Valves: Install where shown on the drawings and per the detail. Install each quick coupler valve in a separate valve box. Each quick coupler valve shall have stenciled on the valve box lid, "QC"with exterior paint. Paint color shall be flat black. Stencil letter size shall be 3" in height. L. Flushing of the System: 1. After all new irrigation pipe lines and risers are in place and connected, all necessary diversion work has been completed, and prior to installation of the irrigation heads, the control valves shall be opened and full head of water used to flush out the system. 2. Irrigation heads shall be installed only after flushing of the system has been accomplished to the complete satisfaction of the Landscape Architect. M. Irrigation Heads: 1. Install the irrigation heads as designated on the drawings. Irrigation heads to be installed in this work shall be equivalent in all respects to those itemized. 2. Spacing of heads shall not exceed the maximum indicated on the drawings. In NO case shall the spacing exceed the maximum recommended by the manufacturer. N. Field Splices: Install field splices of control valve wiring in a valve box(see Section 2.01 M.2). Each field splice valve box lid shall have stenciled "Field Splice"on it with exterior paint. Paint color shall be flat black. Stencil letter shall be 3" in height. 6-59 Technical Specifications 3.04 TEMPORARY REPAIRS The Owner reserves the right to make temporary repairs as necessary to keep the irrigation system equipment in operating condition. The exercise of this right by the Owner shall not relieve the Contractor of his responsibilities under the terms of the guarantee as herein specified. 3.05 FIELD QUALITY CONTROL A. Adjustment of the System: 1. The Contractor shall flush and adjust all irrigation heads for optimum performance and to prevent overspray onto walks, roadways, and buildings as much as possible. 2. If it is determined by the Landscape Architect that adjustments in the irrigation equipment will provide proper and more adequate coverage, the Contractor shall make such adjustments prior to planting. Adjustments may also include changes in nozzle sizes and degrees of arc as required. 3. Lowering raised irrigation heads by the Contractor shall be accomplished within ten (10) calendar days after notification by the Landscape Architect. 4. All irrigation heads shall be set perpendicular to finished grades unless otherwise designated on the drawings. B. Testing of Irrigation System: 1. The Contractor shall request the presence of the Landscape Architect, in writing, at least 24 hours in advance of the testing. 2. Test all pressure lines under hydrostatic pressure of 150 pounds per square inch, and prove watertight. Note that the testing of pressure main lines shall occur prior to installation of the electric remote control valves. 3. All piping under paved areas shall be tested under hydrostatic pressured of 150 pounds per square inch, and proved watertight, prior to paving. 4. Sustain pressure in lines for not less than four(4) hours. If leaks develop, replace joints and repeat the test until the entire system is proven watertight. 5. All hydrostatic tests shall be made only in the presence of the Landscape Architect. NO pipe shall be completely backfilled until it has been inspected, tested, and approved in writing. 6. Furnish necessary force pump and all other test equipment. 7. When the planting irrigation system is completed, perform a coverage test in the presence of the Landscape Architect, to determine if the water coverage for planting areas is complete and adequate. Furnish all materials and perform all work required to correct any inadequacies of coverage due to deviations from plans, or where the system has been willfully installed, as indicated on the drawings, when it is obviously inadequate, without bringing this to the attention of the Landscape Architect. This test shall be accomplished before any ground cover is planted. 8. Upon completion of each phase of work, the entire system shall be tested and adjusted to meet site requirements. 3.06 MAINTENANCE A. The entire planting irrigation system shall be under full automatic operation for a period of seven (7) calendar days prior to any planting. B. The Landscape Architect reserves the right to waive or shorten the operation period. 3.07 CLEAN-UP Clean-up shall be made daily as each portion of the work progresses. Refuse and excess dirt shall be removed, all walks and paving shall be broomed or washed down, and any damage sustained on the 6-60 Technical Specifications work of others shall be repaired to the original condition. 3.08 FINAL OBSERVATION PRIOR TO ACCEPTANCE A. The Contractor shall operate each system in its entirety for the Landscape Architect, at the time of the final observation. Any items deemed not acceptable by the Landscape Architect shall be re-worked to the complete satisfaction of the Landscape Architect. B. The Contractor shall show evidence to the Landscape Architect that the Owner has received all accessories, charts, record drawings, and equipment as required before final inspection can occur. 3.09 OBSERVATION SCHEDULE A. The Contractor shall be responsible for notifying the Landscape Architect, in advance, for the following observation meetings, according to the time indicated: 1. Pre-Job Conference-7 days. 2. Pressure supply line installation &testing -48 hours 3. Automatic controller installation -48 hours 4. Control wire installation -48 hours 5. Lateral line and irrigation installation -48 hours 6. Coverage test-48 hours 7. Final inspection -7 days B. When observations have been conducted by other than the Landscape Architect, show evidence, in writing, of when and by whom these observations were made. C. NO site observations will commence without as-built drawings. In the event the Contractor calls for a site visit without as-built drawings, without completing previously noted corrections, or without preparing the system for the said visit, he shall be responsible for reimbursing the Landscape Architect at his current billing rates per hour, portal to portal (plus transportation costs) for the inconvenience. NO further site visits will be scheduled until this charge has been paid and received. END OF SECTION 6-61 Technical Specifications SECTION 32 9300 PLANTS 1.0 GENERAL 1.1 RELATED DOCUMENTS Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section Includes: 1. Plants. 2. Planting soils. 3. Tree stabilization. 4. Landscape edgings. B. Related Sections: 1. Division 01 Section "Temporary Tree and Plant Protection" for protecting, trimming, pruning, repairing, and replacing existing trees to remain that interfere with, or are affected by, execution of the Work. 2. Division 12 Section "Site Furnishings"for exterior unit planters. 3. Division 31 Section "Site Clearing" for protection of existing trees and plantings, topsoil stripping and stockpiling, and site clearing. 4. Division 31 Section "Earth Moving" for excavation, filling, and rough grading and for subsurface aggregate drainage and drainage backfill materials. 5. Division 32 Section "Turf and Grasses" for turf (lawn) planting, hydromulching (BFM), and erosion-control materials. 6. Division 33 Section "Subdrainage" for below-grade drainage of landscaped areas, paved areas, and wall perimeters. 1.3 ALLOWANCES A. Allowances for plants are specified in Division 01 Section "Allowances." B. Perform planting work under quantity allowances and only as authorized. Authorized work includes work required by Drawings and the Specifications and work authorized in writing by Landscape Architect. C. Notify Landscape Architect weekly of extent of work performed that is attributable to quantity allowances. D. Perform work that exceeds quantity allowances only as authorized by Change Orders. 1.4 UNIT PRICES A. Work of this Section is affected by unit prices specified in Division 01 Section "Unit Prices." B. Unit prices apply to authorized work covered by quantity allowances. C. Unit prices apply to additions to and deletions from Work as authorized by Change Orders. 1.5 DEFINITIONS A. Backfill: The earth used to replace or the act of replacing earth in an excavation. B. Balled and Burlapped Stock: Plants dug with firm, natural balls of earth in which they were grown, with ball size not less than diameter and depth recommended by ANSI Z60.1 for type and size of plant required or size specified; wrapped with burlap, tied, rigidly supported, and drum laced with twine with the root flare visible at the surface of the ball as recommended by ANSI Z60.1. C. Balled and Potted Stock: Plants dug with firm, natural balls of earth in which they are grown and placed, unbroken, in a container. Ball size is not less than diameter and depth recommended by ANSI Z60.1 for type and size of plant required or size indicated. 6-62 Technical Specifications D. Bare-Root Stock: Plants with a well-branched, fibrous-root system developed by transplanting or root pruning, with soil or growing medium removed, and with not less than minimum root spread according to ANSI Z60.1 for type and size of plant required. E. Container-Grown Stock: Healthy, vigorous, well-rooted plants grown in a container, with a well-established root system reaching sides of container and maintaining a firm ball when removed from container. Container shall be rigid enough to hold ball shape and protect root mass during shipping and be sized according to ANSI Z60.1 for type and size of plant required. F. Duff Layer: The surface layer of native topsoil that is composed of mostly decayed leaves, twigs, and detritus. G. Fabric Bag-Grown Stock: Healthy, vigorous, well-rooted plants established and grown in-ground in a porous fabric bag with well-established root system reaching sides of fabric bag. Fabric bag size is not less than diameter, depth, and volume required by ANSI Z60.1 for type and size of plant. H. Finish Grade: Elevation of finished surface of planting soil. I. Manufactured Topsoil: Soil produced off-site by homogeneously blending mineral soils or sand with stabilized organic soil amendments to produce topsoil or planting soil. J. Pesticide: A substance or mixture intended for preventing, destroying, repelling, or mitigating a pest. This includes insecticides, miticides, herbicides, fungicides, rodenticides, and molluscicides. It also includes substances or mixtures intended for use as a plant regulator, defoliant, or desiccant. K. Pests: Living organisms that occur where they are not desired, or that cause damage to plants, animals, or people. These include insects, mites, grubs, mollusks (snails and slugs), rodents (gophers, moles, and mice), unwanted plants (weeds), fungi, bacteria, and viruses. L. Planting Area: Areas to be planted. M. Planting Soil: Standardized topsoil; existing, native surface topsoil; existing, in-place surface soil; imported topsoil; or manufactured topsoil that is modified with soil amendments and perhaps fertilizers to produce a soil mixture best for plant growth. N. Plant; Plants; Plant Material: These terms refer to vegetation in general, including trees, shrubs, vines, ground covers, ornamental grasses, bulbs, corms, tubers, or herbaceous vegetation. Q. Root Flare: Also called "trunk flare." The area at the base of the plant's stem or trunk where the stem or trunk broadens to form roots; the area of transition between the root system and the stem or trunk. P. Stem Girdling Roots: Roots that encircle the stems (trunks) of trees below the soil surface. Q. Subgrade: Surface or elevation of subsoil remaining after excavation is complete, or the top surface of a fill or backfill before planting soil is placed. R. Subsoil: All soil beneath the topsoil layer of the soil profile, and typified by the lack of organic matter and soil organisms. S. Surface Soil: Soil that is present at the top layer of the existing soil profile at the Project site. In undisturbed areas, the surface soil is typically topsoil; but in disturbed areas such as urban environments, the surface soil can be subsoil. 1.6 SUBMITTALS A. Product Data: For each type of product indicated, including soils. B. Plant Materials: Include quantities, sizes, quality, and sources for plant materials. C. Pesticides and Herbicides: Include product label and manufacturer's application instructions specific to the Project. D. Plant Photographs: Include color photographs in 3- by 5-inch (76- by 127-mm) print format of each required species and size of plant material as it will be furnished to the Project. Take photographs from an angle depicting true size and condition of the typical plant to be furnished. Include a scale rod or other measuring device in each photograph. For species where more than 20 plants are required, include a 6-63 Technical Specifications minimum of three photographs showing the average plant, the best quality plant, and the worst quality plant to be furnished. Identify each photograph with the full scientific name of the plant, plant size, and name of the growing nursery. E. Samples for Verification: For each of the following: F. Trees and Shrubs: Three samples of each variety and size delivered to the site for review. Maintain approved samples on-site as a standard for comparison. G. Compost Mulch: 1-pint (0.5-liter) volume of each organic mulch required; in sealed plastic bags labeled with composition of materials by percentage of weight and source of mulch. Each Sample shall be typical of the lot of material to be furnished; provide an accurate representation of color, texture, and organic makeup. H. Mineral Mulch: 2 lb (1.0 kg) of each mineral mulch required, in sealed plastic bags labeled with source of mulch. Sample shall be typical of the lot of material to be delivered and installed on the site; provide an accurate indication of color, texture, and makeup of the material. I. Weed Control Barrier: 12 by 12 inches (300 by 300 mm). J. Qualification Data: For qualified landscape Installer. Include list of similar projects completed by Installer demonstrating Installer's capabilities and experience. Include project names, addresses, and year completed, and include names and addresses of owners' contact persons. K. Product Certificates: For each type of manufactured product, from manufacturer, and complying with the following: L. Manufacturer's certified analysis of standard products. M. Analysis of other materials by a recognized laboratory made according to methods established by the Association of Official Analytical Chemists, where applicable. N. Material Test Reports: For standardized ASTM D 5268 topsoil, existing native surface topsoil, existing in-place surface soil and imported or manufactured topsoil. O. Maintenance Instructions: Recommended procedures to be established by Owner for maintenance of plants during a calendar year. Submit before start of required maintenance periods. P. Warranty: Sample of special warranty. 1.7 QUALITY ASSURANCE A. Installer Qualifications: A qualified landscape Installer whose work has resulted in successful establishment of plants. B. Professional Membership: Installer shall be a member in good standing of either the Professional Landcare Network or the American Nursery and Landscape Association. C. Experience: Three years' experience in landscape installation in addition to requirements in Division 01 Section "Quality Requirements." D. Installer's Field Supervision: Require Installer to maintain an experienced full-time supervisor on Project site when work is in progress. E. Personnel Certifications: Installer's field supervisor shall have certification in one of the following categories from the Professional Landcare Network: F. Certified Landscape Technician - Exterior, with installation specialty area(s), designated CLT-Exterior. G. Certified Ornamental Landscape Professional designated COLP. H. Pesticide Applicator: State licensed, commercial. I. Soil-Testing Laboratory Qualifications: An independent or university laboratory, recognized by the State Department of Agriculture, with the experience and capability to conduct the testing indicated and that specializes in types of tests to be performed. J. Soil Analysis: For each unamended soil type, furnish soil analysis and a written report by a qualified soil-testing laboratory stating percentages of organic matter; gradation of sand, silt, and clay content; cation exchange capacity; sodium absorption ratio; deleterious material; pH; and mineral and plant-nutrient content of the soil. 6-64 Technical Specifications K. Testing methods and written recommendations shall comply with USDA's Handbook No. 60. L. The soil-testing laboratory shall oversee soil sampling; with depth, location, and number of samples to be taken per instructions from Landscape Architect. A minimum of three representative samples shall be taken from varied locations for each soil to be used or amended for planting purposes. M. Report suitability of tested soil for plant growth. N. Based upon the test results, state recommendations for soil treatments and soil amendments to be incorporated. State recommendations in weight per 1000 sq. ft. (92.9 sq. m) or volume per cu. yd. (0.76 cu. m) for nitrogen, phosphorus, and potash nutrients and soil amendments to be added to produce satisfactory planting soil suitable for healthy, viable plants. O. Report presence of problem salts, minerals, or heavy metals, including aluminum, arsenic, barium, cadmium, chromium, cobalt, lead, lithium, and vanadium. If such problem materials are present, provide additional recommendations for corrective action. P. Provide quality, size, genus, species, and variety of plants indicated, complying with applicable requirements in ANSI Z60.1. Q. Selection of plants purchased under allowances will be made by Landscape Architect, who will tag plants at their place of growth before they are prepared for transplanting. R. Measurements: Measure according to ANSI Z60.1. Do not prune to obtain required sizes. S. Trees and Shrubs: Measure with branches and trunks or canes in their normal position. Take height measurements from or near the top of the root flare for field- grown stock and container grown stock. Measure main body of tree or shrub for height and spread; do not measure branches or roots tip to tip. Take caliper measurements 6 inches (150 mm) above the root flare for trees up to 4-inch (100- mm)caliper size, and 12 inches (300 mm) above the root flare for larger sizes. T. Other Plants: Measure with stems, petioles, and foliage in their normal position. U. Plant Material Observation: Landscape Architect may observe plant material either at place of growth or at site before planting for compliance with requirements for genus, species, variety, cultivar, size, and quality. Landscape Architect retains right to observe trees and shrubs further for size and condition of balls and root systems, pests, disease symptoms, injuries, and latent defects and to reject unsatisfactory or defective material at any time during progress of work. Remove rejected trees or shrubs immediately from Project site. V. Notify Landscape Architect of sources of planting materials seven days in advance of delivery to site. W. Pre-Construction Conference: Conduct conference at site or location as determined by Client. 1.8 DELIVERY, STORAGE, AND HANDLING A. Packaged Materials: Deliver packaged materials in original, unopened containers showing weight, certified analysis, name and address of manufacturer, and indication of conformance with state and federal laws if applicable. B. Bulk Materials: C. Do not dump or store bulk materials near structures, utilities, walkways and pavements, or on existing turf areas or plants. D. Provide erosion-control measures to prevent erosion or displacement of bulk materials, discharge of soil-bearing water runoff, and airborne dust reaching adjacent properties, water conveyance systems, or walkways. E. Accompany each delivery of bulk fertilizers, lime, and soil amendments with appropriate certificates. F. Deliver bare-root stock plants freshly dug. Immediately after digging up bare-root stock, pack root system in wet straw, hay, or other suitable material to keep root system moist until planting. 6-65 Technical Specifications G. Do not prune trees and shrubs before delivery. Protect bark, branches, and root systems from sun scald, drying, wind burn, sweating, whipping, and other handling and tying damage. Do not bend or bind-tie trees or shrubs in such a manner as to destroy their natural shape. Provide protective covering of plants during shipping and delivery. Do not drop plants during delivery and handling. H. Handle planting stock by root ball. I. Store bulbs, corms, and tubers in a dry place at 60 to 65 deg F (16 to 18 deg C) until planting. J. Deliver plants after preparations for planting have been completed, and install immediately. If planting is delayed more than six hours after delivery, set plants and trees in their appropriate aspect (sun, filtered sun, or shade), protect from weather and mechanical damage, and keep roots moist. K. Heel-in bare-root stock. Soak roots that are in dry condition in water for two hours. Reject dried-out plants. L. Set balled stock on ground and cover ball with soil, peat moss, sawdust, or other acceptable material. M. Do not remove container-grown stock from containers before time of planting. N. Water root systems of plants stored on-site deeply and thoroughly with a fine-mist spray. Water as often as necessary to maintain root systems in a moist, but not overly-wet condition. 1.9 PROJECT CONDITIONS A. Field Measurements: Verify actual grade elevations, service and utility locations, irrigation system components, and dimensions of plantings and construction contiguous with new plantings by field measurements before proceeding with planting work. B. Interruption of Existing Services or Utilities: Do not interrupt services or utilities to facilities occupied by Owner or others unless permitted under the following conditions and then only after arranging to provide temporary services or utilities according to requirements indicated: C. Notify Landscape Architect or Client's representative no fewer than two days in advance of proposed interruption of each service or utility. D. Do not proceed with interruption of services or utilities without Landscape Architect or Client's representative written permission. E. Planting Restrictions: Planting schedule to be provided to Landscape Architect or Client's representative for approval. Coordinate planting periods with maintenance periods to provide required maintenance from date of Substantial Completion. F. Weather Limitations: Proceed with planting only when existing and forecasted weather conditions permit planting to be performed when beneficial and optimum results may be obtained. Apply products during favorable weather conditions according to manufacturer's written instructions and warranty requirements. G. Coordination with Turf Areas (Lawns): Plant trees, shrubs, and other plants after finish grades are established and before planting turf areas unless otherwise indicated. H. When planting trees, shrubs, and other plants after planting turf areas, protect turf areas, and promptly repair damage caused by planting operations. 1.10 WARRANTY A. Special Warranty: Installer agrees to repair or replace plantings and accessories that fail in materials,workmanship, or growth within specified warranty period. B. Failures include, but are not limited to, the following: C. Death and unsatisfactory growth, except for defects resulting from abuse, lack of adequate maintenance, or neglect by Owner, or incidents that are beyond Contractor's control. D. Structural failures including plantings falling or blowing over. E. Faulty performance of tree staking and edgings. 6-66 Technical Specifications F. Deterioration of metals, metal finishes, and other materials beyond normal weathering. G. Warranty Periods from Date of Substantial Completion: 1. Trees, Shrubs, Vines, and Ornamental Grasses: (24)Twenty-four months. 2. Ground Covers, Biennials, Perennials, and Other Plants: (24) Twenty-four months. 3. Annuals: (2)Two months. H. Include the following remedial actions as a minimum: 1. Immediately remove and replace dead plants unless Owner requires to plant in the succeeding planting season, in which case remove dead plants only. 2. Replace plants that are more than 25 percent dead or in an unhealthy condition at end of warranty period. 3. A limit of one replacement of each plant will be required except for losses or replacements due to failure to comply with requirements. 4. Provide extended warranty for period equal to original warranty period, for replaced plant material. 1.11 MAINTENANCE SERVICE A. Initial Maintenance Service for Trees and Shrubs: Provide maintenance by skilled employees of landscape Installer. Maintain as required in Part 3. Begin maintenance immediately after plants are installed and continue until plantings are acceptably healthy and well established but for not less than maintenance period below. 1. Maintenance Period: (12)Twelve months from date of Substantial Completion. B. Initial Maintenance Service for Ground Cover and Other Plants: Provide maintenance by skilled employees of landscape Installer. Maintain as required in Part 3. Begin maintenance immediately after plants are installed and continue until plantings are acceptably healthy and well established but for not less than maintenance period below. 1. Maintenance Period: (12)Twelve months from date of Substantial Completion. C. Continuing Maintenance Proposal: From Installer to Owner, in the form of a standard yearly (or other period) maintenance agreement, starting on date initial maintenance service is concluded. State services, obligations, conditions, and terms for agreement period and for future renewal options. 2.0 PRODUCTS 2.1 PLANT MATERIAL A. General: Furnish nursery-grown plants true to genus, species, variety, cultivar, stem form, shearing, and other features indicated in Plant Schedule or Plant Legend shown on Drawings and complying with ANSI Z60.1; and with healthy root systems developed by transplanting or root pruning. Provide well-shaped, fully branched, healthy, vigorous stock, densely foliated when in leaf and free of disease, pests, eggs, larvae, and defects such as knots, sun scald, injuries, abrasions, and disfigurement. B. Trees with damaged, crooked, or multiple leaders; tight vertical branches where bark is squeezed between two branches or between branch and trunk ("included bark"); crossing trunks; cut-off limbs more than 3/4 inch (19 mm) in diameter; or with stem girdling roots will be rejected. C. Collected Stock: Do not use plants harvested from the wild, from native stands, from an established landscape planting, or not grown in a nursery unless otherwise indicated. D. Provide plants of sizes, grades, and ball or container sizes complying with ANSI Z60.1 for types and form of plants required. Plants of a larger size may be used if acceptable to Landscape Architect, with a proportionate increase in size of roots or balls. 6-67 Technical Specifications E. Root-Ball Depth: Furnish trees and shrubs with root balls measured from top of root ball, which shall begin at root flare according to ANSI Z60.1. Root flare shall be visible before planting. F. Labeling: Label each plant of each variety, size, and caliper with a securely attached, waterproof tag bearing legible designation of common name and full scientific name, including genus and species. Include nomenclature for hybrid, variety, or cultivar, if applicable for the plant as shown on Drawings. G. If formal arrangements or consecutive order of plants is shown on Drawings, select stock for uniform height and spread, and number the labels to assure symmetry in planting. I. Annuals and Biennials: Provide healthy, disease-free plants of species and variety shown or listed, with well-established root systems reaching to sides of the container to maintain a firm ball, but not with excessive root growth encircling the container. Provide only plants that are acclimated to outdoor conditions before delivery and that are in bud but not yet in bloom. 2.2 INORGANIC SOIL AMENDMENTS A. Lime: ASTM C 602, agricultural liming material containing a minimum of 80 percent calcium carbonate equivalent and as follows: 1. Class: T, with a minimum of 99 percent passing through No. 8 (2.36-mm) sieve and a minimum of 75 percent passing through No. 60 (0.25-mm) sieve. 2. Class: 0, with a minimum of 95 percent passing through No. 8 (2.36-mm) sieve and a minimum of 55 percent passing through No. 60 (0.25-mm) sieve. 3. Provide lime in form of ground calcitic limestone. B. Sulfur: Granular, biodegradable, and containing a minimum of 90 percent sulfur, with a minimum of 99 percent passing through No. 6 (3.35-mm) sieve and a maximum of 10 percent passing through No. 40 (0.425-mm)sieve. C. Iron Sulfate: Granulated ferrous sulfate containing a minimum of 20 percent iron and 10 percent sulfur. D. Aluminum Sulfate: Commercial grade, unadulterated. E. Perlite: Horticultural perlite, soil amendment grade. F. Agricultural Gypsum: Minimum 90 percent calcium sulfate, finely ground with 90 percent passing through No. 50 (0.30-mm) sieve. G. Sand: Clean, washed, natural or manufactured, and free of toxic materials. H. Diatomaceous Earth: Calcined, 90 percent silica, with approximately 140 percent water absorption capacity by weight. I. Zeolites: Mineral clinoptilolite with at least 60 percent water absorption by weight. 2.3 ORGANIC SOIL AMENDMENTS A. Soil Conditioners: Nontoxic. Use singly or in combinations required to meet requirements for topsoil. B. Compost: Well-composted, stable, and weed-free organic matter, pH range of 5.5 to 8; moisture content 35 to 55 percent by weight; 100 percent passing through 1/2-inch (13-mm) sieve; soluble salt content of 5 to 10 decisiemens/m; not exceeding 0.5 percent inert contaminants and free of substances toxic to plantings; and as follows: C. Organic Matter Content: 50 to 60 percent of dry weight. D. Feedstock: Agricultural, food, or industrial residuals; biosolids; yard trimmings; or source-separated or compostable mixed solid waste. E. Sand: Clean and free of materials harmful to plants. F. Sphagnum Peat: Partially decomposed sphagnum peat moss, finely divided or granular texture, with a pH range of 3.4 to 4.8. G. Muck Peat: Partially decomposed moss peat, native peat, or reed-sedge peat, finely divided or of granular texture, with a pH range of 6 to 7.5, and having a water- absorbing capacity of 1100 to 2000 percent. H. Wood Derivatives: Decomposed, nitrogen-treated sawdust, ground bark, or wood waste; of uniform texture and free of chips, stones, sticks, soil, or toxic materials. 6-68 Technical Specifications I. In lieu of decomposed wood derivatives, mix partially decomposed wood derivatives with ammonium nitrate at a minimum rate of 0.15 lb/cu. ft. (2.4 kg/cu. m) of loose sawdust or ground bark, or with ammonium sulfate at a minimum rate of 0.25 lb/cu. ft. (4 kg/cu. m) of loose sawdust or ground bark. J. Manure: Well-rotted, unleached, stable or cattle manure containing not more than 25 percent by volume of straw, sawdust, or other bedding materials; free of toxic substances, stones, sticks, soil, weed seed, debris, and material harmful to plant growth. 2.4 FERTILIZERS A. Bonemeal: Commercial, raw or steamed, finely ground; a minimum of 4 percent nitrogen and 10 percent phosphoric acid. B. Superphosphate: Commercial, phosphate mixture, soluble; a minimum of 20 percent available phosphoric acid. C. Commercial Fertilizer: Commercial-grade complete fertilizer of neutral character, consisting of fast- and slow-release nitrogen, 50 percent derived from natural organic sources of urea formaldehyde, phosphorous, and potassium in the following composition: 1. Composition: 1 lb/1000 sq. ft. (0.45 kg/92.9 sq. m) of actual nitrogen, 4 percent phosphorous, and 2 percent potassium, by weight. 2. Composition: Nitrogen, phosphorous, and potassium in amounts recommended in soil reports from a qualified soil-testing laboratory. D. Slow-Release Fertilizer: Granular or pelleted fertilizer consisting of 50 percent water- insoluble nitrogen, phosphorus, and potassium in the following composition: 1. Composition: 20 percent nitrogen, 10 percent phosphorous, and 10 percent potassium, by weight. 2. Composition: Nitrogen, phosphorous, and potassium in amounts recommended in soil reports from a qualified soil-testing laboratory. E. Planting Tablets: Tightly compressed chip type, long-lasting, slow-release, commercial-grade planting fertilizer in tablet form. Tablets shall break down with soil bacteria, converting nutrients into a form that can be absorbed by plant roots. 1. Size: 5-gram tablets. 2. Nutrient Composition: 20 percent nitrogen, 10 percent phosphorous, and 5 percent potassium, by weight plus micronutrients. 3. Chelated Iron: Commercial-grade FeEDDHA for dicots and woody plants, and commercial-grade FeDTPA for ornamental grasses and monocots. 2.5 PLANTING SOILS A. Topsoil: Evaluate soil for use as topsoil in accordance with ASTM D 5268. B. Reuse surface soil stockpiled on the site. Verify suitability of surface soil to produce topsoil meeting requirements and amend as necessary. Clean topsoil of roots, plants, sods, stones, clay lumps, and other extraneous materials harmful to plant growth. Coordinate with Section 31 10 00 (02230) -Site Clearing. C. Contractor may supplement on-site source with imported or manufactured topsoil from off-site sources when quantities are insufficient. Obtain topsoil from naturally well-drained sites where topsoil occurs at least 4 inches in depth. Do not obtain from swamps or marshes. D. Suitable topsoil includes selectively excavated material that is representative of soils in the local vicinity that produces growths of grass or other vegetation and is reasonably free from underlying subsoil, clay lumps, objectionable weeds, litter, brush, matted roots, toxic substances or any material that might be harmful to plant growth or be a hindrance to grading, planting or maintenance operations. E. Topsoil shall not contain more than five (5) percent by volume of stones, stumps, or other objects larger than one inch in any diameter. F. Imported topsoil shall comply with the following Composition (by volume) 1. Organic material—minimum of 2%. 2. Silt—minimum of 15%. 6-69 Technical Specifications 3. Sand- 15to50%. 4. Clay-15to35%. 5. Foreign Materials—maximum of 1.0%. G. Soil pH shall be suitable for seed specified and be tested in accordance with ASTM D 4972. H. Transport imported topsoil directly from the source to final position unless approved by Engineer/Landscape Architect. I. Planting Soil: ASTM D 5268 topsoil, with pH range of 5.5 to 7, a minimum of 4 percent organic material content; free of stones 1 inch (25 mm) or larger in any dimension and other extraneous materials harmful to plant growth. J. Planting Soil: Existing, native surface topsoil formed under natural conditions with the duff layer retained during excavation process and stockpiled on-site. Verify suitability of native surface topsoil to produce viable planting soil. Clean soil of roots, plants, sod, stones, clay lumps, and other extraneous materials harmful to plant growth. K. Supplement with "Revitalizer" by Soil Building Systems, 972-831-8181, planting soil (or approved equal)when quantities are insufficient. L. Mix existing, native surface topsoil with supplement o produce complete planting soil: M. Planting Soil: Existing, in-place surface soil. Verify suitability of existing surface soil to produce viable planting soil. Remove stones, roots, plants, sod, clods, clay lumps, pockets of coarse sand, concrete slurry, concrete layers or chunks, cement, plaster, building debris, and other extraneous materials harmful to plant growth. N. Planting Soil: Imported topsoil or manufactured topsoil from off-site sources. Obtain topsoil displaced from naturally well-drained construction or mining sites where topsoil occurs at least 4 inches (100 mm) deep; do not obtain from agricultural lands, bogs, or marshes. O. Additional Properties of Imported Topsoil or Manufactured Topsoil: Screened and free of stones 1 inch (25 mm) or larger in any dimension; free of roots, plants, sod, clods, clay lumps, pockets of coarse sand, paint, paint washout, concrete slurry, concrete layers or chunks, cement, plaster, building debris, oils, gasoline, diesel fuel, paint thinner, turpentine, tar, roofing compound, acid, and other extraneous materials harmful to plant growth; free of obnoxious weeds and invasive plants including quackgrass, Johnsongrass, poison ivy, nutsedge, nimblewill, Canada thistle, bindweed, bentgrass, wild garlic, ground ivy, perennial sorrel, and bromegrass; not infested with nematodes; grubs; or other pests, pest eggs, or other undesirable organisms and disease-causing plant pathogens; friable and with sufficient structure to give good tilth and aeration. Continuous, air-filled pore space content on a volume/volume basis shall be at least 15 percent when moisture is present at field capacity. Soil shall have a field capacity of at least 15 percent on a dry weight basis. 2.6 MULCHES A. Organic Mulch: Free from deleterious materials and suitable as a top dressing of trees and shrubs, consisting of one of the following: 1. Type: Shredded hardwood as supplied by Soil Building Systems 972-831-8181, Fine Cut Hardwood Mulch or approved equal. 2. Size Range: 1/2 inch (13 mm) minimum. 3. Color: Natural. B. Compost Mulch: Well-composted, stable, and weed-free organic matter, pH range of 5.5 to 8; moisture content 35 to 55 percent by weight; 100 percent passing through 1- inch (25-mm) sieve; soluble salt content of 2 to 5 decisiemens/m; not exceeding 0.5 percent inert contaminants and free of substances toxic to plantings; and as follows: 1. Organic Matter Content: 50 to 60 percent of dry weight. C. Feedstock: Agricultural, food, or industrial residuals; biosolids; yard trimmings; or source-separated or compostable mixed solid waste. 2.7 WEED-CONTROL BARRIERS A. Nonwoven Geotextile Filter Fabric: Polypropylene or polyester fabric, 3 oz./sq. yd. (101g/sq. m) minimum, composed of fibers formed into a stable network so that 6-70 Technical Specifications fibers retain their relative position. Fabric shall be inert to biological degradation and resist naturally-encountered chemicals, alkalis, and acids. B. Composite Fabric: Woven, needle-punched polypropylene substrate bonded to a nonwoven polypropylene fabric, 4.8 oz./sq. yd. (162 g/sq. m). 2.8 PESTICIDES A. General: Pesticide registered and approved by EPA, acceptable to authorities having jurisdiction, and of type recommended by manufacturer for each specific problem and as required for Project conditions and application. Do not use restricted pesticides unless authorized in writing by authorities having jurisdiction. B. Pre-Emergent Herbicide (Selective and Non-Selective): Effective for controlling the germination or growth of weeds within planted areas at the soil level directly below the mulch layer. C. Post-Emergent Herbicide (Selective and Non-Selective): Effective for controlling weed growth that has already germinated. 2.9 TREE STABILIZATION MATERIALS A. Tree Staking Materials B. Tree support stakes shall be steel T-posts 6 feet in length. C. Wire stays for tree supports shall be pliable, No. 12 to 14 gauge galvanized wire. D. Hose for chafing guards shall be new or used two-ply fiber-reinforced garden hose of not less than 1/2 inch inside diameter. Factory seconds and rejects are acceptable. Use one color throughout job. E. Cable for guying trees shall be 3/16-inch diameter, 7 strand, and cadmium-plated steel. F. Cable clamps and turnbuckles shall be heavy galvanized, strong forged steel. Turnbuckles shall be 3/8-inch eye with 6-inch opening. G. Flags for marking guys shall be 18-inch sections of white 1 -inch diameter PVC pipe. H. Earth anchor kits may replace guying materials above. Earth anchors shall be cast alloy conforming to ASTIVI B26-72 with 1/8 inch x 7 x 7 galvanized high strength cable tag line. Holding power in normal soil shall be a minimum 1,100 pounds. Anchor shall be Duckbill Model 68 by Foresight Industries or approved equal. I. Root-Ball Stabilization Materials: J. Upright Stakes and Horizontal Hold-Down: Rough-sawn, sound, new hardwood or softwood, free of knots, holes, cross grain, and other defects, 2-by-2-inch nominal (38-by-38-mm actual) by length indicated; stakes pointed at one end. K. Wood Screws: ASME B18.6.1. L. Proprietary Root-Ball Stabilization Devices: Proprietary at- or below-grade stabilization systems to secure each new planting by root ball; sized per manufacturers written recommendations unless otherwise indicated. M. Products: Subject to compliance with requirements, available products that may be incorporated into the Work include, but are not limited to, the following: N. Border Concepts, Inc.; Tomahawk Tree Stabilizers. O. Foresight Products, LLC; Duckbill Rootball Fixing System. P. Tree Staple, Inc.; Tree Staples. 2.10 LANDSCAPE EDGINGS A. Steel Edging: General Landscape Edging by Joseph T. Ryerson & Son Co. In., Chicago, IL., complete with loops pressed from, or welded to face of setions to receive anchor stakes. B. Size: 3/16 x 4 inches deep C. Anchoring Stakes: Manufacturer's standard 16 inches tapered steel. D. Finish: Manufacturer's standard green-black painted finish on steel edging and anchoring stakes. 6-71 Technical Specifications 2.11 MISCELLANEOUS PRODUCTS A. Wood Pressure-Preservative Treatment: AWPA C2, with waterborne preservative for soil and freshwater use, acceptable to authorities having jurisdiction, and containing no arsenic; including ammoniacal copper arsenate, ammoniacal copper zinc arsenate, and chromated copper arsenate. B. Antidesiccant: Water-insoluble emulsion, permeable moisture retarder, film forming, for trees and shrubs. Deliver in original, sealed, and fully labeled containers and mix according to manufacturer's written instructions. C. Burlap: Non-synthetic, biodegradable. D. Planter Drainage Gravel: Washed, sound crushed stone or gravel complying with ASTM D 448 for Size No. 8. E. Planter Filter Fabric: Woven geotextile manufactured for separation applications and made of polypropylene, polyolefin, or polyester fibers or combination of them. F. Mycorrhizal Fungi: Dry, granular inoculant containing at least 5300 spores per lb (0.45 kg) of vesicular-arbuscular mycorrhizal fungi and 95 million spores per lb (0.45 kg) of ectomycorrhizal fungi, 33 percent hydrogel, and a maximum of 5.5 percent inert material. 3.0 EXECUTION 3.1 EXAMINATION A. Examine areas to receive plants for compliance with requirements and conditions affecting installation and performance. B. Verify that no foreign or deleterious material or liquid such as paint, paint washout, concrete slurry, concrete layers or chunks, cement, plaster, oils, gasoline, diesel fuel, paint thinner, turpentine, tar, roofing compound, or acid has been deposited in soil within a planting area. C. Do not mix or place soils and soil amendments in frozen, wet, or muddy conditions. D. Suspend soil spreading, grading, and tilling operations during periods of excessive soil moisture until the moisture content reaches acceptable levels to attain the required results. E. Uniformly moisten excessively dry soil that is not workable and which is too dusty. F. Proceed with installation only after unsatisfactory conditions have been corrected. G. If contamination by foreign or deleterious material or liquid is present in soil within a planting area, remove the soil and contamination as directed by Landscape Architect and replace with new planting soil. 3.2 PREPARATION A. Protect structures, utilities, sidewalks, pavements, and other facilities and turf areas and existing plants from damage caused by planting operations. B. Install erosion-control measures to prevent erosion or displacement of soils and discharge of soil-bearing water runoff or airborne dust to adjacent properties and walkways. C. Lay out individual tree and shrub locations and areas for multiple plantings. Stake locations, outline areas, adjust locations when requested, and obtain Landscape Architect's acceptance of layout before excavating or planting. Make minor adjustments as required. D. Lay out plants at locations directed by Landscape Architect. Stake locations of individual trees and shrubs and outline areas for multiple plantings. E. Apply antidesiccant to trees and shrubs using power spray to provide an adequate film over trunks (before wrapping), branches, stems, twigs, and foliage to protect during digging, handling, and transportation. F. If deciduous trees or shrubs are moved in full leaf, spray with antidesiccant at nursery before moving and again two weeks after planting. 6-72 Technical Specifications G. Wrap trees and shrubs with burlap fabric over trunks, branches, stems, twigs, and foliage to protect from wind and other damage during digging, handling, and transportation. 3.3 PLANTING AREA ESTABLISHMENT A. Loosen subgrade of planting areas to a minimum depth of 8 inches (200 mm). Remove stones larger than 1/2 inch (12.7 mm) in any dimension and sticks, roots, rubbish, and other extraneous matter and legally dispose of them off Owner's property. B. Apply superphosphate fertilizer directly to subgrade before loosening. C. Spread topsoil, apply soil amendments and fertilizer on surface, and thoroughly blend planting soil. D. Delay mixing fertilizer with planting soil if planting will not proceed within a few days. E. Mix lime with dry soil before mixing fertilizer. F. Spread planting soil to a depth of 8 inches (200 mm) but not less than required to meet finish grades after natural settlement. Do not spread if planting soil or subgrade is frozen, muddy, or excessively wet. G. Spread approximately one-half the thickness of planting soil over loosened subgrade. Mix thoroughly into top 4 inches (100 mm) of subgrade. Spread remainder of planting soil. H. Finish Grading: Grade planting areas to a smooth, uniform surface plane with loose, uniformly fine texture. Roll and rake, remove ridges, and fill depressions to meet finish grades. I. Application of Mycorrhizal Fungi: At time directed by Landscape Architect, broadcast dry product uniformly over prepared soil at application rate indicated by manufacturer. 3.4 EXCAVATION FOR TREES AND SHRUBS A. Planting Pits and Trenches: Excavate circular planting pits with sides sloping inward at a 45-degree angle. Excavations with vertical sides are not acceptable. Trim perimeter of bottom leaving center area of bottom raised slightly to support root ball and assist in drainage away from center. Do not further disturb base. Ensure that root ball will sit on undisturbed base soil to prevent settling. Scarify sides of planting pit smeared or smoothed during excavation. B. Excavate approximately three times as wide as ball diameter for balled and burlapped and/or container-grown stock. C. Excavate at least 12 inches (300 mm) wider than root spread and deep enough to accommodate vertical roots for bare-root stock. D. Do not excavate deeper than depth of the root ball, measured from the root flare to the bottom of the root ball. E. If area under the plant was initially dug too deep, add soil to raise it to the correct level and thoroughly tamp the added soil to prevent settling. F. Maintain required angles of repose of adjacent materials as shown on the Drawings. Do not excavate subgrades of adjacent paving, structures, hardscapes, or other new or existing improvements. G. Maintain supervision of excavations during working hours. H. Keep excavations covered or otherwise protected overnight, after working hours and when unattended by Installer's personnel. I. If drain tile is shown on Drawings or required under planting areas, excavate to top of porous backfill over tile. J. Subsoil and topsoil removed from excavations may not be used as planting soil. K. Obstructions: Notify Landscape Architect if unexpected rock or obstructions detrimental to trees or shrubs are encountered in excavations. L. Hardpan Layer: Drill 6-inch- (150-mm-) diameter holes, 24 inches (600 mm) apart, into free-draining strata or to a depth of 10 feet (3 m), whichever is less, and backfill with free-draining material. 6-73 Technical Specifications M. Drainage: Notify Landscape Architect if subsoil conditions evidence unexpected water seepage or retention in tree or shrub planting pits. N. Fill excavations with water and allow to percolate away before positioning trees and shrubs. 3.5 TREE, SHRUB, AND VINE PLANTING A. Before planting, verify that root flare is visible at top of root ball according to ANSI Z60.1. If root flare is not visible, remove soil in a level manner from the root ball to where the top-most root emerges from the trunk. After soil removal to expose the root flare, verify that root ball still meets size requirements. B. Remove stem girdling roots and kinked roots. Remove injured roots by cutting cleanly; do not break. C. Set balled and burlapped and/or container-grown stock plumb and in center of planting pit or trench with root flare 2 inches(50 mm) above adjacent finish grades. D. Use planting soil for backfill. E. After placing some backfill around root ball to stabilize plant, carefully cut and remove burlap, rope, and wire baskets from tops of root balls and from sides, but do not remove from under root balls. Remove pallets, if any, before setting. Do not use planting stock if root ball is cracked or broken before or during planting operation. F. Backfill around root ball in layers, tamping to settle soil and eliminate voids and air pockets. When planting pit is approximately one-half filled, water thoroughly before placing remainder of backfill. Repeat watering until no more water is absorbed. G. Place planting tablets in each planting pit when pit is approximately one-half filled; in amounts recommended in soil reports from soil-testing laboratory. Place tablets beside the root ball about 1 inch (25 mm) from root tips; do not place tablets in bottom of the hole. H. Continue backfilling process. Water again after placing and tamping final layer of soil. I. When planting on slopes, set the plant so the root flare on the uphill side is flush with the surrounding soil on the slope; the edge of the root ball on the downhill side will be above the surrounding soil. Apply enough soil to cover the downhill side of the root ball. 3.6 MECHANIZED TREE SPADE PLANTING A. Trees may be planted with an approved mechanized tree spade at the designated locations. Do not use tree spade to move trees larger than the maximum size allowed for a similar field-grown, balled-and-burlapped root-ball diameter according to ANSI Z60.1, or larger than the manufacturer's maximum size recommendation for the tree spade being used, whichever is smaller. B. When extracting the tree, center the trunk within the tree spade and move tree with a solid ball of earth. C. Cut exposed roots cleanly during transplanting operations. D. Use the same tree spade to excavate the planting hole as was used to extract and transport the tree. E. Plant trees as shown on Drawings, following procedures in "Tree, Shrub, and Vine Planting"Article. F. Where possible, orient the tree in the same direction as in its original location. 3.7 TREE, SHRUB, AND VINE PRUNING A. Remove only dead, dying, or broken branches. Do not prune for shape. B. Prune, thin, and shape trees, shrubs, and vines as directed by Landscape Architect. C. Prune, thin, and shape trees, shrubs, and vines according to standard professional horticultural and arboricultural practices. Unless otherwise indicated by Landscape Architect, do not cut tree leaders; remove only injured, dying, or dead branches from trees and shrubs; and prune to retain natural character. D. Do not apply pruning paint to wounds. 6-74 Technical Specifications 3.8 TREE STABILIZATION A. Staking: 1. Tree staking operations shall be completed as shown on the drawing details immediately after planting. 2. Tree stakes shall be removed by and become the property of the Contractor at the end of the warranty period. 3.9 GROUND COVER AND PLANT PLANTING A. Set out and space ground cover and plants other than trees, shrubs, and vines as indicated in even rows with triangular spacing. B. Use planting soil as specified for backfill. C. Dig holes large enough to allow spreading of roots. D. For rooted cutting plants supplied in flats, plant each in a manner that will minimally disturb the root system but to a depth not less than two nodes. E. Work soil around roots to eliminate air pockets and leave a slight saucer indentation around plants to hold water. F. Water thoroughly after planting, taking care not to cover plant crowns with wet soil. G. Protect plants from hot sun and wind; remove protection if plants show evidence of recovery from transplanting shock. 3.10 PLANTING AREA MULCHING A. Install weed-control barriers before mulching according to manufacturer's written instructions. Completely cover area to be mulched, overlapping edges a minimum of 6 inches(102 mm) and secure seams with galvanized pins. B. Mulch backfilled surfaces of planting areas and other areas indicated. C. Trees and Tree-like Shrubs in Turf Areas: Apply organic mulch ring of 4-inch (102- mm) average thickness, with 36-inch (900-mm) radius around trunks or stems. Do not place mulch within 3 inches (75 mm) of trunks or stems. D. Organic Mulch in Planting Areas: Apply 2-inch (50-mm)average thickness of organic mulch over whole surface of planting area, and finish level with adjacent finish grades. Do not place mulch within 2 inches (51 mm)of trunks or stems. 3.11 PLANT MAINTENANCE A. Maintain plantings by pruning, cultivating, watering, weeding, fertilizing, mulching, restoring planting saucers, adjusting and repairing tree-stabilization devices, resetting to proper grades or vertical position, and performing other operations as required to establish healthy, viable plantings. Spray or treat as required to keep trees and shrubs free of insects and disease. B. Fill in as necessary soil subsidence that may occur because of settling or other processes. Replace mulch materials damaged or lost in areas of subsidence. C. Apply treatments as required to keep plant materials, planted areas, and soils free of pests and pathogens or disease. Use integrated past management practices whenever possible to minimize the use of pesticides and reduce hazards. Treatments include physical controls such as hosing off foliage, mechanical controls such as traps, and biological control agents. 3.12 PESTICIDE APPLICATION A. Apply pesticides and other chemical products and biological control agents in accordance with authorities having jurisdiction and manufacturer's written recommendations. Coordinate applications with Owner's operations and others in proximity to the Work. Notify Owner before each application is performed. B. Pre-Emergent Herbicides (Selective and Non-Selective): Apply to tree, shrub, and ground-cover areas in accordance with manufacturer's written recommendations. Do not apply to seeded areas. 6-75 Technical Specifications C. Post-Emergent Herbicides (Selective and Non-Selective): Apply only as necessary to treat already-germinated weeds and in accordance with manufacturer's written recommendations. 3.13 CLEANUP AND PROTECTION A. Protect plants from damage due to landscape operations and operations of other contractors and trades. Maintain protection during installation and maintenance periods. Treat, repair, or replace damaged plantings. B. After installation and before Substantial Completion, remove nursery tags, nursery stakes, tie tape, labels, wire, burlap, and other debris from plant material, planting areas, and Project site. 3.14 DISPOSAL Remove surplus soil and waste material including excess subsoil, unsuitable soil, trash, and debris and legally dispose of them off Owner's property. END OF SECTION 6-76 Technical Specifications FORM LINER SPECIFICATIONS PART 1 GENERAL 1.01 DESIGN REQUIREMENTS A. Design and pattern of the concrete surface shall follow the manufacturer's standard drawing. If an actual stone surface or stone wall to be matched is available, the completed colored and formed concrete surface shall match the natural material as closely as possible. Patterning of simulated stone masonry shall appear natural and non-repeating. Seam lines or match lines caused from two of more molds coming together will not be apparent when viewing final wall. Final coloration of cast stone concrete surface shall accurately simulate the appearance of real stone including the multiple colors, shades, flecking, and veining that is apparent in real stone. It shall also demonstrate the colors that may be apparent from aging, such as staining from oxidation, rusting and/or organic staining from soil and /or vegetation. Note that in part 1, SUBMITTAL and part 3, EXECUTION, a sample and mockup are required. Upon approval by Architect/Engineer and Owner, mockup shall serve as quality standard for the project. 1.02 SUBMITTAL A. Sample Panel: Within 30 days of receiving the general contract, General Contractor is required to submit a 24" x 24" sample of the simulated stone masonry finish. Sample is to demonstrate the finish described in section 1.04, DESIGN REQUIREMENTS: Approval of sample panel is required by Architect/ Engineer and Owner. B. Shop Drawings: Plan, elevation, and details to show overall pattern, joint locations, form tie locations, and end, edge and other special conditions. C. Samples: Form ties, sample and description, showing method of separation when forms are removed. 1.03 QUALITY ASSURANCE A. Manufacturer of simulated stone masonry molds and custom coloring system: Five years of experience making stone masonry molds and color stains to create formed concrete surfaces to match natural stone shapes, surface textures, and colors. B. Pre-Installation Meeting: Schedule a conference with manufacturer representative to assure understanding of simulated stone masonry, molds use, color application, requirements for construction of mockup, and to coordinate the work. 1.04 PROJECT CONDITIONS A. Environmental requirements: Apply color stain when ambient temperatures is between 50 and 100 degrees F. Consult manufacturer if conditions differ from this requirement. 1.05 SEQUENCING A. Schedule color stain application with earthwork and back-filling of any wall areas making sure that all simulated stone texture is colored to the minimum distance below grade. Delay adjacent plantings until color application is completed. Coordinate work to permit coloring applications without interference from other trades. 6-77 Technical Specifications PART 2 PRODUCTS 2.01 MANUFACTURERS A. The specified system is based on the Custom Rock® Concrete Wall System, Custom Rock, St. Paul, Minnesota 55116, phone(651)699-1345, or equal as approved by the Department. 2.02 MATERIALS A. Simulated masonry molds: Reusable and made of high-strength urethane, easily attachable to forms. Molds shall not compress more than 1/4 in. when concrete is poured at rate of 10 vertical feet per hour. Molds shall be removable without causing deterioration of surface or underlying concrete. B. Release Agent: Compatible with simulated stone masonry molds and with color stain system to be applied to surface. Consult manufacturer. C. Form ties: Shall be made of either metal or fiberglass. Using metal ties, which result in a portion of the tie permanently embedded in the concrete, shall be designed to separate at least one inch back from finished surface, leaving only a neat hole that can be plugged with patching material. Contractor shall submit the type of form ties to the engineer, project designer, or Owner for approval prior to use in this work. D. Mortar Joints: Joints shall be colored to simulate real mortar. E. Color stain: Special stain mix as provided by manufacturer, shall achieve color variations present in the natural stone being simulated for this project, as required by Architect/Engineer and Owner as referenced in section 1.04 DESIGN REQUIREMENTS. Stain shall create a surface finish that is breathable (allowing water vapor transmission), and that resists deterioration from water, acid, alkali, fungi, sunlight or weathering. Stain mix shall be a waterborne, low V.O.C. material, less than 180 grams/liter. PART 3 EXECUTION 3.01 ACCEPTABLE INSTALLERS A. Formed concrete construction: five years of experience pouring vertically formed architectural concrete. Installer shall be trained in manufacturer's special techniques in order to achieve realistic surfaces. B. Color stain system application: Manufacturer or manufacturer's authorized representative. 3.02 CONSTRUCTION A. Mockup: Build on site sixty days before work starts, using same materials, methods and work force that will be used for the project. Architect/Engineer and Owner will determine specific requirements and location, and whether mockup shall be incorporated into the project. 1. Size: 50 sq. ft., or larger, if needed to adequately illustrate the pattern and texture selected. 2. Include an area to demonstrate wall mold butt joint and if appropriate, continuation of pattern through expansion joint. 3. If design includes stone texture across top of wall, include in mockup. 4. After concrete work on mockup is completed and cured for a minimum of 28 days, and after surface is determined to be acceptable for coloring, apply color stain system. 5. After coloring is determined to be acceptable by the Architect/Engineer and Owner, construction of project may proceed, using mockup as quality standard. 6-78 Technical Specifications 3.03 SPECIAL TECHNIQUES - FORMING TEXTURED CONCRETE A. Simulated Stone Masonry Molds preparation: Clean and make free of buildup prior to each pour. Inspect for blemishes or tears. Repair if needed following manufacturer's recommendations. B. Simulated Stone Masonry Molds attachments: Place stone molds with less than 1/4 inch separation between them. Attach molds to form securely following manufacturer's recommendations. C. Form release agent: Apply following manufacturers' recommendations. D. Form stripping and related construction shall avoid creating defects in finished surface. E. Where stone texture is to continue across top of wall, a finish to achieve a continuity of the formed pattern must be done by hand when concrete is being poured. Hand-carve and emboss the wet, pliable concrete, aligning rustication joints with those in the formed pattern. Great care must be taken to achieve intended relief and texture as per Architect/Engineer/Owners direction. F. If the pattern selected has molds connecting through the middle of the stones, carefully remove the seam line created by abutting molds. Match the texture and shape of the surrounding stone, avoiding visible seams or mold marks. G. Place form ties at thinnest points of molds (high points of finished wall). Neatly patch the remaining hole after disengaging the protruding portion of the tie so that it will not be visible after coloring the concrete surface. H. Where an expansion joint must occur at a point other than at mortar or rustication joints, such as at the face of concrete texture, which is to have the appearance of stone, consult manufacturer for proper treatment of expansion material. 3.04 SPECIAL TECHNIQUES -APPLYING COLOR STAIN SYSTEM. A. All Simulated Stone surfaces that are to be stained shall be at least 30 days old. B. Clean surface prior to application of stain materials to assure that surface is free of latency, dirt, dust, grease, efflorescence, paint, or other foreign material, following manufacturer's instructions for surface preparation. Do not sandblast. Preferred method to remove latency is pressure washing with water, minimum 3000 psi (a rate of three to four gallons per minute), using fan nozzle perpendicular to and at a distance of one or two feet from surface. Completed surface shall be free of blemishes, discoloration, surface voids, and unnatural form marks. 3.05 PROTECTION A. Where exposed soil or pavement is adjacent which may spatter dirt or soil from rainfall, or where surface may be subject to over spray from other processes, provide temporary cover of completed work. END OF SECTION 6-79 Technical Specifications GABION WALLS PART 1 GENERAL 1.01 Scope - Work in this section includes furnishing all labor, materials, equipment, and services required to construct, shape, and finish gabion structures for creek bank stabilization to the required lines, grades, and cross sections as specified herein and on the plans. 1.02 Description - Gabion structures consist of rectangular, compartmented wire baskets filled with stone used to build earth retaining and erosion control structures, such as retaining walls, channel linings, slope protection, headwalls for pipes, weirs, and flexible aprons. PART 2 MATERIALS 2.01 Gabions shall be prefabricated in accordance with ASTM A975-97 to the size called for on the plans, or as otherwise approved. Gabions shall consist of galvanized wire or galvanized wire with an additional PVC coating woven into a uniform, hexagonal-shaped double twist pattern with openings approximately 3-1/4" x 4-1/2". The mesh shall be fabricated in such a manner as to be non-raveling and to provide the required flexibility and strength. All wire used for gabions, including lacing wire, shall have a tensile strength of 54,039 P.S.I. to 68,259 P.S.I. in accordance with ASTM A641-98, Class 3, soft temper. The zinc coating shall meet the requirements of ASTM A641-98, Class 3, soft temper coating and shall be a minimum quantity of 0.70 oz/ft2 for wire 0.087" in diameter, 0.80 oz/ft2 for wire 0.106" in diameter, 0.85 oz/ft2 for wire 0.120" and 0.134"in diameter and 0.90 oz/ft2forwire 0.150" in diameter. Wire used for galvanized overlapping rings shall be 0.120" diameter wire per ASTM A641-98 with a tensile strength of 230,000 P.S.I.to 273,000 P.S.I. per ASTM A764-95. Wire used for stainless steel overlapping rings shall be 0.120"diameter stainless steel wire per ASTM A313-98,Type 302, Class I with a tensile strength of 222,000 P.S.I. to 253,000 P.S.I. Mesh wire, selvedge wire and lacing wire diameters for galvanized gabions and galvanized gabions with a PVC coating shall be in accordance with the nominal diameters as listed in Table 1. Tolerances of all wire diameters shown shall be +/- 0.004". All testing of wire diameters shall be prior to fabrication. TABLE 1 — NOMINAL GABION WIRE DIAMETERS Galvanized Wire Galvanized Wire with PVC Coating Mesh Wire 0.120" (US 11 gauge) 0.106" (US 12 gauge) Selvedge Wire 0.150" (US 9 gauge) 0.134" (US 10 gauge) Lacing Wire 0.087"(US13-1/2gauge) 0.087"(US13-1/2gauge) 6-80 Technical Specifications Polyvinyl Chloride(PVC) used to coat gabion wire shall meet the following specifications: Color-gray; Nominal Thickness-0.020 inches; Minimum Thickness-0.015 inches; UV Resistance- 3000 hours using apparatus Type E when tested according to ASTM D1499 and ASTM G23; Salt Spray Test-3000 hours when tested according to ASTM 8117;Abrasion Resistance-weight loss not more than 12% according to ASTM D1242. The PVC coating shall be uniformly applied and shall be free from cracks, splits, stretched or stressed areas. Assembled gabions will form a rectangular unit with a minimum thickness of twelve inches(12"). The base and sides are to be woven into a single unit. The bottom of the end panels shall be factory connected to the body in such a manner that the strength and flexibility at the point of connection is approximately equal to that of the mesh. The lid for specially fabricated gabions may be separate construction. The gabion shall be divided into cells of approximately equal size by factory connected diaphragm panels using mesh of the same type and gauge as the body of the gabion. The diaphragm panels shall be secured in proper position on the base in such a manner that no additional tying is necessary. The length of the cell shall not exceed its horizontal width. All perimeter edges of the wire mesh forming the body, end and diaphragm panels shall have a heavier gauge selvedge wire woven into the edge of the mesh panel. All cut edges of the mesh panels forming the body, tops of ends and diaphragms shall be securely attached to a heavier gauge selvedge wire by a minimum of two complete turns of the wire mesh around the selvedge wire. Lacing wire shall be supplied for securely fastening the gabions during all steps of assembly and construction. Lacing wire shall be included with the gabions in sufficient quantity for tying gabions in accordance with the specifications. No other wire except of the type supplied with the gabions may be used. High tensile overlapping rings may be used as an alternate fastening method in place of the tie wire lacing method when used in accordance with these specifications. Galvanized rings shall be used for galvanized gabions; stainless steel rings shall be used for PVC coated gabions. Interlocking fasteners and spiral fasteners may not be used. Gabions furnished by a manufacturer shall be of uniform size and subject to dimension tolerance limits of+/-5%. The gabions shall be certified by a notarized, sworn affidavit from the manufacturer showing compliance with the specification requirements. 2.02 Gabion Rock used to fill the gabions shall be clean, hard, durable, 4" to 8" well-graded crushed limestone. Not more than 15% of the rock(by weight) shall pass a 4"opening. For 12" gabions, 4"to 6" well-graded crushed limestone may be used. The rock shall be clean and shall be stored and handled in a manner to prevent contamination. 2.03 Geotextile Fabric for use as a filter media, when specified on the plans, shall be placed along the gabion structure as shown in the plans. The fabric to be used shall be a non-woven, polypropylene, needle punched geotextile such as Contech C45 or approved equal. 2.04 Granular Filter Media,when specified on the plans, shall be placed to the limits as shown on the plans. Granular filter media shall consist of 1-1/2"crushed stone in accordance with ASTM C33, size 467. 6-81 Technical Specifications PART 3 CONSTRUCTION 3.01 General-The gabions shall be installed in accordance with the size, type, and alignment as shown on the plans. The placement of the gabions shall be in close conformity to the lines and grades shown on the plans and shall be in strict accordance with these specifications. 3.02 Geotextile Fabric Placement - After excavation to the subgrade elevation has been performed and granular media has been placed to the limits specified on the plans, the geotextile fabric shall be placed to the limits shown on the plans. Care shall be taken not to place the fabric in a manner exceeding the limits shown on the plans. Where splices occur, adjacent pieces of geotextile shall be overlapped a minimum of eighteen inches(18"). Fabric shall be secured, when necessary, by pins or other suitable means before placing the gabions. Excess fabric protruding past the finished gabions shall be cut off. 3.03 Gabion Assembly-Gabions are assembled in the following steps: (1.) Unfold the baskets on a hard, flat surface and stamp out all kinks. (2.) Fold up the front, back, and end panels and fasten the panels together with the projecting heavy gauge selvage wire by twisting the selvedge wire around the selvedge wire of the other panel two complete turns. (3.) Fold the inner diaphragm panels up and secure in the same manner. (4.) Tie all edges of the diaphragms and end panels to the sides of the gabion by the tying method as specified below. 3.04 Tying Method - PROPER TYING OF GABIONS AT ALL STEPS IN THE ASSEMBLY AND CONSTRUCTION OF THE GABION STRUCTURE IS CRITICAL TO THE PERFORMANCE OF THE FINISHED GABION STRUCTURE. 1. Gabions must be tied in the specified manner at each step of construction: a.) Initial assembly d.) Tying of lid to top of b.) Tying to adjacent gabions along diaphragms all contacting edges e.) Re-tying of cut gabions c.) Tying of lid to sides 2. All tying of gabions shall be performed in the following manner (See Gabion Detail Sheet in Construction Plans): (1.) Cut a length of lacing wire approximately five feet long. (2.)Secure the lacing wire onto the gabion at the end by looping and twisting the tie wire together. (3.) Proceed tying with double loops (made at the same point) every five inches apart. The basket pieces should be pulled tightly together during the tying operation. (4.) Secure the other end of the lacing wire by again looping and twisting the wire around itself. No other wire except of the type supplied with the gabions may be used for tying the gabions. 3. Overlapping rings may be used as an alternate to the specified lacing wire method where at least one-half inch (%") overlap of the rings can be made. Spacing of the rings shall not exceed six inches(6"). In the event a one-half inch (%")overlap of the ring cannot be obtained, such as end- to-end attachment of gabions, the specified lacing wire method shall be used. 6-82 Technical Specifications 3.05 Gabion Placement-After each gabion has been assembled, it shall be placed in position empty and shall be tied to adjacent gabions along all contacting edges in order to form a continuously connected structural unit. 3.06 Filling Gabions - IT IS CRITICAL TO THE PERFORMANCE OF THE FINISHED GABION STRUCTURE THAT GABIONS ARE FILLED TO THEIR MAXIMUM DENSITY WITH VOIDS IN THE GABION MINIMIZED. When the assembled empty gabions have been installed and tied together, the gabions shall be filled in the following manner: 1. The gabions may be filled by machine, but shall be filled in layers or lifts not exceeding twelve inches(12"). Care shall be taken when placing the rock into the gabions to insure that the gabions are not damaged or bent. Do not drop rock from a height greater than three feet (3'). Suitable sized and appropriate machinery will help prevent damage to the gabions during the filling operation. Edges of gabions and diaphragms may be protected when necessary by tying steel reinforcement to the edges of the gabions or other suitable guard mechanisms to prevent damage or deformation of the gabions. 2. After a twelve inch (12") layer of rock has been placed in the cell, sufficient hand manipulation for the rock shall be performed to minimize voids and result in a maximum density of rock in the gabion. 3. Gabions that are three feet (3') high shall have a looped inner tie wire installed in each cell connecting the front and back faces of any unsupported or exposed face at the vertical third points, or 12" and 24" from the base of the gabions (See Gabion Detail Sheet in Construction Plans). Individual cells may not be filled to a height greater than twelve inches (12") above any adjacent cell unless looped inner tie wires are installed in both directions. Gabions that are eighteen inches(18") high that are installed with an exposed outer face such as a retaining wall shall have a looped inner tie wire installed connecting the front and back faces. The inner tie shall be installed at half the vertical height or 9" from the base of the gabion. Individual cells may not be filled to a height greater than nine inches (9") above an adjacent cell unless looped inner tie wires are installed in both directions. Inner tie wires are not required for 18"gabions installed as mattress applications. 4. Each gabion shall be filled to its maximum density, which is slightly higher than the sides and the surface smoothly leveled minimizing voids. 3.07 Closing Gabions- After the rock has been leveled, the lids shall be pried down and over with a bar or lid closing tool until the edge of the lid and the edge of the gabion are together. Care shall be taken so that the mesh is not deformed. It should require a light stretching in order to bring the two gabion pieces together. The heavy projecting selvage wire of the lid shall then be twisted around the heavy selvage wire on the sides two (2) complete turns. The lid shall then be tied to the sides of the gabions and the tops of the diaphragms in the specified tying method. The lids of the gabions shall also be tied to adjacent gabions along all contacting edges to insure the formation of a continuous, connecting structural unit. Special attention shall be given that all projecting sharp ends of wire are turned in on the completed gabion structure. 3.08 Cutting Gabions- Gabions may be cut to form curves or bevels. Overlap the cut pieces and re-tie in the specified manner. Re-tying shall be in a manner so as to produce a closed cell when completed. Excess mesh wire shall be cut off or shall be tightly and neatly laced down. Care shall be taken that all projecting wire ends are turned inwards or cut off. PART 4 QUALITY CONTROL 4.01 Proper tying of gabions during all steps of construction and gabions being filled to their maximum density with a minimum amount of voids is critical to the performance of the finished gabion structure. 6-83 Technical Specifications Therefore, compliance with the technical specifications will be closely and thoroughly inspected. Any work not meeting the implied quality will be rejected. END OF SECTION 6-84 Technical Specifications MODULAR CONCRETE BLOCK RETAINING WALL PART 1 —GENERAL 1.01 SECTION INCLUDES A. Concrete segmental retaining wall units B. Geosynthetic reinforcement C. Leveling pad base D. Drainage aggregate E. Reinforced backfill F. Drainage pipe G. Prefabricated drainage composite H. Geotextile filter I. Impervious materials J. Construction adhesive 1.02 REFERENCES A. American Association of State Highway Transportation Officials(AASHTO) 1. AASHTO M288 Geotextile Specification for Highway Applications 2. AASHTO Standard Specifications for Highway Bridges B. American Society for Testing and Materials(ASTM) 1. ASTM C140 Standard Test Methods for Sampling and Testing Concrete Masonry Units and Related Units 2. ASTM C1262 Standard Test Method for Evaluating the Freeze-Thaw Durability of Manufactured Concrete Masonry Units and Related Concrete Units 3. ASTM C1372 Standard Specification for Segmental Retaining Wall Units 4. ASTM D448 Standard Classification for Sizes of Aggregate for Road and Bridge Construction 5. ASTM D698 Standard Test Methods for Laboratory Compaction Characteristics of Soil Using Standard Effort(12,400 ft-Ibf/f3)(600 kN-m/m3) 6. ASTM D1556 Standard Test Method for Density and Unit Weight of Soil in Place by the Sand Cone Method 7. ASTM D1557 Standard Test Methods for Laboratory Compaction Characteristics of Soil Using Modified Effort(56,000 ft-Ibf/f3)(2700 kN-m/m ) 8. ASTM D2487 Standard Classification of Soils for Engineering Purposes(Unified Soil Classification System) 9. ASTM D2922 Standard Test Methods for Density of Soil and Soil-Aggregate in Place by Nuclear Methods(Shallow Depth) 10. ASTM D3034 Standard Specification for Type PSM Poly (Vinyl Chloride) (PVC) Sewer Pipe and Fittings 11. ASTM D4318 Standard Test Methods for Liquid Limit, Plastic Limit, and Plasticity Index of Soils 12. ASTM D4491 Standard Test Method for Water Permeability of Geotextiles by the Permittivity Method 13. ASTM D4595 Standard Test Method for Tensile Properties of Geotextiles by the Wide- Width Strip Method 14. ASTM D4873 Standard Guide for Identification, Storage and Handling of Geosynthetics 15. ASTM D5084 Standard Test Method for Measurement of Hydraulic Conductivity of Saturated Porous Materials Using a Flexible Wall Permeameter. 16. ASTM D5262 Standard Test Method for Evaluating the Unconfined Tension Creep Behavior of Geosynthetics 17. ASTM D5321 Standard Test Method for Determining the Coefficient of Soil and Geosynthetic or Geosynthetic and Geosynthetic Friction by the Direct Shear Method 6-85 Technical Specifications 18. ASTM D5818 Standard Practice for Obtaining Samples of Geosynthetics from a Test Section for Assessment of Installation Damage 19. ASTM D6637 Standard Test Method for Determining Tensile Properties of Geogrids by the Single-or Multi-Rib Tensile Method 20. ASTM D6638 Standard Test Method for Determining Connection Strength Between Geosynthetic Reinforcement and Segmental Concrete Units 21. ASTM D6916 Standard Test Method for Determining the Shear Strength Between Segmental Concrete Units 22. ASTM D6706 Standard Test Method for Measuring Geosynthetic Pullout Resistance in Soil 23. ASTM F405 Standard Specification for Corrugated Polyethylene (PE)Tubings and Fittings 24. ASTM G51 Standard Test Method for Measuring pH of Soil for Use in Corrosion Testing C. Federal Highway Administration 1. Elias, V., Christopher, B., and Berg, R., "Mechanically Stabilized Earth Walls and Reinforced Soil Slopes Design and Construction Guidelines," Federal Highway Administration Report No. FHWA-NHI-00-043, March 2001. 2. Elias, V., Christopher, B., and Berg, R., "Corrosion/Degradation of Soil Reinforcements for Mechanically Stabilized Earth Walls and Reinforced Soil Slopes," Federal Highway Administration Report No. FHWA-NHI-00-044, March 2001. D. National Concrete Masonry Association (NCMA) 1. NCMA Design Manual for Segmental Retaining Walls, Second Edition, Second Printing (1997)or Design Manual for Segmental Retaining Walls, Third Edition (2010). 1.03 DEFINITIONS A. Concrete Segmental Retaining Wall (SRW) Units: Dry-stacked masonry units used as the retaining wall fascia. B. Reinforced Backfill: Soil which is used as fill behind the SRW unit, and within the reinforced soil mass (if applicable). C. Drainage Aggregate: Material used (if applicable) within, between, and directly behind the concrete retaining wall units. D. Geotextile Filter: Material used for separation and filtration of dissimilar soil types. E. Foundation Soil: Soil mass supporting the leveling pad and reinforced soil zone of the retaining wall system. F. Geosynthetic Reinforcement: Polymeric material designed specifically to reinforce the soil mass. G. Prefabricated Drainage Composite: three-dimensional geosynthetic drainage medium encapsulated in a geotextile filter, used to transport water. H. Impervious Materials: Clay soil or low permeability geosynthetic used to prevent water percolation into the drainage zone and reinforced backfill behind the wall. I. Global Stability: The general mass movement of a soil reinforced segmental retaining wall structure and adjacent soil mass. J. Project Geotechnical Engineer: A registered engineer who provides site observations, recommendations for foundation support, and verifies soil shear strength parameters. 1.04 SUBMITTALS A. Submit the following in accordance with Section 01300: 1. Product Data: Material description and installation instructions for each manufactured product specified. 2. Shop Drawings: Retaining wall system design, including wall elevation views, geosynthetic reinforcement layout, pertinent details, and drainage provisions. The shop drawings shall be signed by a registered professional engineer licensed in the state of wall installation. 3. Design Calculations: Engineering design calculations prepared in accordance with the NCMA Design Manual for Segmental Retaining Walls, or the AASHTO Standard 6-86 Technical Specifications Specifications for Highway Bridges, Section 5.8 (whichever is applicable). Analysis of global stability must be addressed and incorporated into the shop drawings. 4. Samples a. Furnish one unit in the color and face pattern specified, if requested. b. Furnish 12-inch square or larger piece of the geosynthetic reinforcement specified. 5. Test Reports: Independent laboratory reports stating moisture absorption and compressive strength properties of the concrete retaining wall units meet the Project Specifications when tested in accordance with ASTM C140, Sections 6, 8 and 9. 1.05 DELIVERY,STORAGE AND HANDLING A. Concrete Retaining Wall Units and Accessories: Deliver, store, and handle materials in accordance with manufacturer's recommendations, in such a manner as to prevent damage. Check the materials upon delivery to assure that proper material has been received. Store above ground on wood pallets or blocking. Remove damaged or otherwise unsuitable material, when so determined, from the site. 1. Exposed faces of concrete wall units shall be free of chips, cracks, stains, and other imperfections detracting from their appearance, when viewed from a distance of 10 feet. 2. Prevent mud, wet cement, adhesives and similar materials that may harm appearance of units, from coming in contact with system components. B. Geosynthetics(including geosynthetic reinforcement, geotextile filter, prefabricated drainage composite) shall be delivered, stored, and handled in accordance with ASTM D4873. 1.06 EXTRA MATERIALS A. Furnish Owner with 3 replacement units identical to those installed on the Project. PART 2— PRODUCTS 2.01 MATERIALS A. Concrete Retaining Wall Units: Pavestone's"AnchorTM Diamond Pro Stone Cut® Retaining Wall Units" as manufactured under license from Anchor Wall Systems. 1. Physical Requirements a. Meet requirements of ASTM C1372, except the maximum water absorption shall be limited to 7 percent, and unit height dimensions shall not vary more than plus or minus 1/16 inch from that specified in the ASTM reference, not including textured face. b. Unit Face Area, Large Unit: Not less than 0.75 square feet. c. Unit Face Area, Medium Unit: Not less than 0.50 square feet. d. Unit Face Area, Small Unit: Not less than 0.25 square feet. e. Color: Selected by the OWNER from manufacturer's full range of blended colors. f. Face Pattern Geometry: Stone Cut®(coarse-split)face style g. Texture: Antiqued or distressed Split-Rock Face. h. Include an integral concrete shear connection flange/locator. B. Geosynthetic Reinforcement: Polyester fiber geogrid or geotextile, HDPE or polypropylene woven geotextile, as shown on the Drawings. C. Leveling Pad Base 1. Aggregate Base: Crushed stone or granular fill meeting the following gradation as determined in accordance with ASTM D448: Sieve Size Percent Passing 1 inch 100 No. 4 35to70 No. 40 10 to 35 No. 200 3 to 10 a. Base Thickness: 6 inches (minimum compacted thickness). 6-87 Technical Specifications 2. Concrete Base: Nonreinforced lean concrete base. a. Compressive Strength: 3000 psi (minimum). b. Base Thickness: At least 2 inches. D. Drainage Aggregate: Clean crushed stone or granular fill meeting the following gradation as determined in accordance with ASTM D448: Sieve Size Percent Passing 1 inch 100 3/4 inch 75 to 100 No. 4 O to 60 No. 40 Oto50 No. 200 0 to 5 E. Backfill: Soil free of organics and debris and consisting of either GP, GW, SP, SW, or SM type, classified in accordance with ASTM D2487 and the USCS classification system. 1. Soils classified as SC , ML and CL are considered suitable soils for segmental retaining walls with a total height of less than 10 feet unless the Plasticity Index(PI) is 20 or more. 2. Maximum particle size for backfill is 4 inches. 3. Unsuitable soils are organic soils and those soils classified as CH, OH, MH, OL, or PT. F. Impervious Material: Clayey soil or other similar material which will prevent percolation into the drainage zone behind the wall. G. Drainage Pipe: Perforated or slotted PVC or corrugated HDPE pipe manufactured in accordance with D3034 and/or ASTM F405. The pipe may be covered with a geotextile filter fabric to function as a filter. H. Construction Adhesive: Exterior grade adhesive as recommended by the retaining wall unit manufacturer. PART 3— EXECUTION 3.01 EXAMINATION A. Examine the areas and conditions under which the retaining wall system is to be erected, and notify the OWNER in writing of conditions detrimental to the proper and timely completion of the work. Do not proceed with the work until unsatisfactory conditions have been corrected. B. Promptly notify the wall design engineer of site conditions which may affect wall performance, soil conditions observed other than those assumed, or other conditions that may require a reevaluation of the wall design. C. Verify the location of existing structures and utilities prior to excavation. 3.02 PREPARATION A. Ensure surrounding structures are protected from the effects of wall excavation. B. Excavation support, if required, is the responsibility of the Contractor, including the stability of the excavation and its influence on adjacent properties and structures. 3.03 EXCAVATION A. Excavate to the lines and grades shown on the Drawings. Over-excavation not approved by the OWNER will not be paid for by the Owner. Replacement of these soils with compacted fill and/or wall system components will be required at the Contractor's expense. Use care in excavating to prevent disturbance of the base beyond the lines shown. 3.04 FOUNDATION PREPARATION A. Excavate foundation soil as required for footing or base dimension shown on the Drawings, or as directed by the Project geotechnical engineer. B. The Project geotechnical engineer will examine foundation soil to ensure that the actual foundation soil strength meets or exceeds that indicated on the Drawings. Remove soil not meeting the required strength. Oversize resulting space sufficiently from the front of the block 6-88 Technical Specifications to the back of the reinforcement, and backfill with suitable compacted backfill soils. C. The Project geotechnical engineer will determine if the foundation soils will require special treatment or correction to control total and differential settlement. D. Fill over-excavated areas with suitable compacted backfill, as recommended by the Project geotechnical engineer. 3.05 BASE COURSE PREPARATION A. Place base materials to the depths and widths shown on the Drawings, upon undisturbed soils, or foundation soils prepared in accordance with Article 3.04. 1. Extend the leveling pad laterally at least 6 inches in front and behind the lowermost concrete retaining wall unit. 2. Provide aggregate base compacted to 6 inches thick(minimum). 3. The Contractor may at their option, provide a concrete leveling pad as specified in Subparagraph 2.01.C.2, in lieu of the aggregate base. 4. Where a reinforced footing is required by local code official, place footing below frost depth. B. Compact aggregate base material to provide a level, hard surface on which to place the first course of units. C. Prepare base materials to ensure complete contact with retaining wall units. Gaps are not allowed. 3.06 ERECTION A. General: Erect units in accordance with manufacturer's instructions and recommendations, and as specified herein. B. Place first course of concrete wall units on the prepared base material. Use only 18-inch units for the first course. Check units for level and alignment. Maintain the same elevation at the top of each unit within each section of the base course. C. Ensure that foundation units are in full contact with natural or compacted soil base. D. Place concrete wall units side-by-side for full length of wall alignment. Alignment may be done by using a string line measured from the back of the block. Gaps are not allowed between the foundation concrete wall units. E. Place 12 inches(minimum) of drainage aggregate between, and directly behind, the concrete wall units. Fill voids in retaining wall units with drainage aggregate. Provide a drainage zone behind the wall units to within 9 inches of the final grade. Cap the backfill and drainage aggregate zone with 12 inches of impervious material. F. Install drainage pipe at the lowest elevation possible, to maintain gravity flow of water to outside of the reinforced zone. Slope the main collection drainage pipe, located just behind the concrete retaining wall units, 2 percent(minimum)to provide gravity flow to the daylighted areas. Daylight the main collection drainage pipe through the face of the wall, and/or to an appropriate location away from the wall system at each low point and at 50-foot(maximum) intervals along the wall. Alternately, the drainage pipe can be connected to a storm sewer system at 50-foot(maximum) intervals. G. Remove excess fill from top of units and install next course. Ensure drainage aggregate and backfill are compacted before installation of next course. H. Check each course for level and alignment. Adjust units as necessary to maintain level and alignment prior to proceeding with each additional course. I. Install each succeeding course using large, medium, and small units placed in a random pattern. Backfill as each course is completed. Pull the units forward until the locating surface of the unit contacts the locating surface of the units in the preceding course. Interlock wall segments that meet at corners by overlapping successive courses. Attach concrete retaining wall units at exterior corners with adhesive specified. J. Install geosynthetic reinforcement in accordance with geosynthetic manufacturer's recommendations and the shop drawings. 1. Orient geosynthetic reinforcement with the highest-strength axis perpendicular to the wall face. 2. Prior to geosynthetic reinforcement placement, place the backfill and compact to the elevation of the top of the wall units at the elevation of the geosynthetic reinforcement. 3. Place geosynthetic reinforcement at the elevations and to the lengths shown on the Drawings. 4. Lay geosynthetic reinforcement horizontally on top of the concrete retaining wall units 6-89 Technical Specifications and the compacted backfill soils. Place the geosynthetic reinforcement within one inch of the face of the concrete retaining wall units. Place the next course of concrete retaining wall units on top of the geosynthetic reinforcement. 5. The geosynthetic reinforcement shall be in tension and free from wrinkles prior to placement of the backfill soils. Pull geosynthetic reinforcement hand-taut and secure in place with staples, stakes, or by hand-tensioning until the geosynthetic reinforcement is covered by 6 inches of loose fill. 6. The geosynthetic reinforcements shall be continuous throughout their embedment lengths. Splices in the geosynthetic reinforcement strength direction are not allowed. 7. Do not operate tracked construction equipment directly on the geosynthetic reinforcement. At least 6 inches of compacted backfill soil is required prior to operation of tracked vehicles over the geosynthetic reinforcement. Keep turning of tracked construction equipment to a minimum. 8. Rubber-tired equipment may pass over the geosynthetic reinforcement at speeds of less than 5 miles per hour. Turning of rubber-tired equipment is not allowed on the geosynthetic reinforcement. 3.07 BACKFILL PLACEMENT A. Place reinforced backfill, spread and compact in a manner that will minimize slack in the reinforcement. B. Place fill within the reinforced zone and compact in lifts not exceeding 6 to 8 inches (loose thickness)where hand-operated compaction equipment is used, and not exceeding 12 inches (loose thickness)where heavy, self-propelled compaction equipment is used. 1. Only lightweight hand-operated compaction equipment is allowed within 4 feet of the back of the retaining wall units. If the specified compaction cannot be achieved within 4 feet of the back of the retaining wall units, replace the reinforced soil in this zone with drainage aggregate material. C. Compaction testing shall be done in accordance with ASTM D1556 or ASTM D2922. D. Minimum Compaction Requirements for Fill Placed in the Reinforced Zone 1. The minimum compaction requirement shall be determined by the project geotechnical engineer testing the compaction. At no time shall the soil compaction requirements be less than 95 percent of the soil's standard Proctor maximum dry density (ASTM D698)for the entire wall height 2. Utility Trench Backfill: Compact utility trench backfill in or below the reinforced soil zone to 98 percent of the soil's standard Proctor maximum dry density (ASTM D698) [modified Proctor maximum dry density (ASTM D1557)], or as recommended by the Project geotechnical engineer. If the height from the utility to finish grade is higher than 30 feet, increase compaction to 100 percent of the standard Proctor density [modified Proctor density]. a. Utilities must be properly designed (by others)to withstand all forces from the retaining wall units, reinforced soil mass, and surcharge loads, if any. 3. Moisture Content: Within 2 percentage points of the optimum moisture content for all wall heights. 4. These specifications may be changed based on recommendations by the Project geotechnical engineer. a. If changes are required, the Contract Sum will be adjusted by written Change Order. E. At the end of each day's operation, slope the last level of compacted backfill away from the interior(concealed)face of the wall to direct surface water runoff away from the wall face. 1. The General Contractor is responsible for ensuring that the finished site drainage is directed away from the retaining wall system. 2. In addition, the General Contractor is responsible for ensuring that surface water runoff from adjacent construction areas is not allowed to enter the retaining wall area of the construction site. F. Refer to Article 3.10 for compaction testing. 6-90 Technical Specifications 3.08 CAP UNIT INSTALLATION A. Apply adhesive to the top surface of the unit below and place the cap unit into desired position. B. Cut cap units as necessary to obtain the proper fit. C. Backfill and compact to top of cap unit. 3.09 SITE CONSTRUCTION TOLERANCES A. Site Construction Tolerances 1. Vertical Alignment: Plus or minus 1-1/2 inches over any 10-foot distance,with a maximum differential of 3 inches over the length of the wall. 2. Horizontal Location Control from Grading Plan a. Straight Lines: Plus or minus 1-1/2 inches over any 10-foot distance. b. Corner and Radius Locations: Plus or minus 12 inches. c. Curves and Serpentine Radii: Plus or minus 2 feet. 3. Immediate Post Construction Wall Batter: Within 2 degrees of the design batter of the concrete retaining wall units. 4. Bulging: Plus or minus 1-1/4 inches over any 10-foot distance. 3.10 FIELD QUALITY CONTROL A. Installer is responsible for quality control of installation of system components. B. The Owner or General Contractor, at their expense, will retain a qualified professional to perform quality assurance checks of the installer's work. C. Correct work which does not meet these specifications or the requirements shown on the Drawings at the installer's expense. D. Perform compaction testing of the reinforced backfill placed and compacted in the reinforced backfill zone. 1. Testing Frequency a. One test for every 2 feet(vertical) of fill placed and compacted, for every 50 lineal feet of retaining wall. b. Vary compaction test locations to cover the entire area of the reinforced soil zone, including the area compacted by the hand-operated compaction equipment. 3.11 ADJUSTING AND CLEANING A. Replace damaged units with new units as the work progresses. B. Remove debris caused by wall construction and leave adjacent paved areas broom clean. 3.12 MEASUREMENT AND PAYMENT A. Measurement of segmental retaining wall shall be on an installed face foot basis computed on the total face area of wall installed. Wall face area includes the bottom of the base course to the top of the wall, and the entire length of the wall. B. Payment for the wall will be made on a face foot basis at the agreed-upon Contract Unit Price. 1. Payment should be considered full compensation for labor, materials, equipment and testing required to install the wall in accordance with these specifications and the Drawings. 2. Quantities may vary from that shown on the Drawings depending on existing topography. Change to the total quantity of wall face area will be paid or withheld at the agreed-upon Contract Unit Price. END OF SECTION 6-91 Technical Specifications SCOURSTOP TRANSITION MATS 1 GENERAL 1.1 SECTION INCLUDES A. Permanent Transition Mats used in conjunction with integral soil anchors and the appropriate soil cover(s) provide scour and erosion protection preventing soil and vegetation loss resulting from excessive water flow(velocity and shear stress). 1.2 RELATED SECTIONS A. Section [02200]—[Site Preparation] B. Section [02300]—[Earthwork] C. Section [02900]—[Planting] 1.3 UNIT PRICES A. Method of Measurement: By the square yard (or square meter-as indicated in contract documents) including seams, overlaps, and wastage. B. Basis of Payment: By the square yard (or square meter-as indicated in contract Documents) installed. 1.4 REFERENCES A. American Society for Testing and Materials (ASTM): 1. D 792, method A—Standard Test Methods for Density and Specific Gravity (Relative Density)of Plastics by Displacement 2. D 4355—Standard Test Method for Deterioration of Geotextiles by Exposure to Light, Moisture and Heat in a Xenon Arc Type Apparatus 3. D 4595—Standard Test Method for Tensile Properties of Geotextiles by the Wide- Width Strip Method 4. D 6460 -Standard Test Method for Determination of Rolled Erosion Control Product (RECP) Performance in Protecting Earthen Channels from Stormwater-Induced Erosion 5. D 6525 -Standard Test Method for Measuring Nominal Thickness of Permanent Rolled Erosion Control Products 6. D 6566-Standard Test Method for Measuring Mass Per Unit Area of Turf Reinforcement Mats 7. D 6818—Standard Test Method for Ultimate Tensile Properties of Turf Reinforcement Mats B. Geosynthetic Accreditation Institute (GAI) - Laboratory Accreditation Program (LAP). C. American Association of State Highway and Transportation Officials(AASHTO) D. National Transportation Product Evaluation Program (NTPEP). 6-92 Technical Specifications 1.5 DEFINITIONS A. Minimum Average Roll Value(MARV): Property value calculated as typical minus two standard deviations. Statistically, it yields a 97.7 percent degree of confidence that any sample taken during quality assurance testing will exceed the value reported. B. Typical Value: Physical property value referred to as average, mean or"target" value. Also referred to as the statistical average value. 1.6 SUBMITTALS A. Submit under provisions of Section [1300] [Submittals]: 1. Certification: The contractor shall provide to the Engineer a certificate stating the name of the manufacturer, product name, style number, chemical composition of the filaments or other pertinent information to fully describe the Transition Mat(TM). The Certification shall state that the furnished TM meets or exceeds the MARV requirements of the specification as evaluated under the Manufacturer's quality control program. A person having legal authority to bind the Manufacturer shall attest to the Certification. 2. The contractor shall submit five (5)copies of the manufacturer's data, specifications, samples and a list of previous project installations of a TM. 3. The contractor shall submit a manufacturer's certification that the proposed material complies with the requirements specified herein and are suitable for the intended purpose. 4. No material shall be shipped to the Project Site until the manufacturer certification is submitted to and approved by the Engineer. 5. The contractor and/or the engineer shall meet with a manufacturer's representative on site prior to beginning installation. A letter shall be submitted prior to installation that this meeting has occurred and any concerns about the installation procedures have been addressed. 6. Alternative products to be submitted as an equal to the specified product within this specification will require the following minimum documentation: Performance data (Permissible Velocity and Permissible Shear Stress)for full scale flume testing along with corresponding soil loss data in a day one and fully vegetated state. Said data must be developed by independent third party testing from a recognized testing facility. For culvert applications, demonstrated prototype culvert outfall testing with appropriate velocities shall also be provided. A written statement describing any noncompliance items of the alternative product should be included in the submittal. 1.7 QUALITY ASSURANCE A. Manufacturer Qualifications: Manufacturer's shall maintain a written Quality Assurance policy/manual and make said policy/ manual available to the Engineer at his request. 1.8 DELIVERY,STORAGE,AND HANDLING A. Product labels shall clearly indicate the manufacturer or supplier name and product name. B. Each TM pallet shall be wrapped with a material covering that will protect the TM from damage due to shipment, sunlight, and storage. 6-93 Technical Specifications C. During storage, TM panels shall be adequately covered to protect them from the following: site construction damage, extended ultraviolet radiation, chemicals that are strong acids or strong bases, flames including welding sparks, excessive temperatures, and any other environmental conditions that may damage the physical property values of the TM. 2. PRODUCTS 2.1 MANUFACTURERS A. Leggett& Platt, Inc dba Landmark Earth Solutions Number 1 Leggett Rd. Carthage, MO 64836 1-877-997-2687 www.scourstop.com B. Substitutions: Manufacturers others than those noted above should be a member of the International Erosion Control Association (IECA)and gain engineer approval 30 days prior to bid date. 2.2 MATERIALS A. Transition Mat: 1. The TM shall be Scourstop manufactured for the purpose of permanent scour protection and erosion control in high stress or flow areas. The TM shall be made from 100% synthetic material (high density polyethylene) and contain no biodegradable or photodegradable components or materials. The TM shall contain a minimum of 15% HDPE recycled content as measured by mass per unit area. 2. The TM shall be a dimensionally stable and resilient mat providing mechanical protection for soil covers that hold soil particles and sediment in place. The TM shall provide permanent, uniform adherence of the soil covers to the soil profile. It shall have 50%open space available for vegetative establishment. 3. The TM shall be a semi-rigid mat which provides impact resistance and high tensile strength. When anchored the TM maintains intimate soil contact while providing a minimum of 40 lbs of holding capacity per square foot to resist uplift forces due to high velocity. 4. The TM shall meet the requirements of Table 1. Proposed equals must be approved by the engineer a minimum of 30 days prior to bid date. Test results documenting that the transition mat has been tested under controlled flow conditions for hydraulic performance characteristics in accordance with ASTM D-6460 must be submitted along with the manufacturer's certification that the TM's design and components meet or exceed all of the requirements set forth in this specification. 6-94 Technical Specifications TABLE 1 —PERMANENT TRANSITION MAT Property Test Method Units Value(MARV or Typical) Physical Mass/Unit Area ASTM D 6566 lb/sf 0.93 MARV Thickness ASTM D 6525 inches 0.437 MARV Wide Width ASTM D 4595 lb/ft 2600 MARV Tensile(MD/TD) Percent Open Calculated % 50 Typical Area Density/Specific ASTM D 792 g/cm3 0.938 MARV Gravity Method A UV Stability ASTM D 4355 % 90 MARV Performance Velocity Flume Testingl ft/sec 19.0 Day 1 ASTM D-6460 31.0 Performance Fully Vegetated Shear Flume Testingl lb/ft2 13.0 Day 1 ASTM D-6460 16.0 Performance Fully Vegetated Culvert Outfall Prototype fps 16 Test cfs 90 Exit Velocity Discharge 2.3 ACCESSORIES A. Anchoring Devices 1. The anchoring devices for the TM are an integral component of the Scourstop system. The soil anchors shall be a polymer material molded into a bullet tip. It shall be 2 inches long by 1 inch wide with a .0495 inch diameter opening lengthwise through the anchor. The anchors shall be connected with a pre-attached tether extending up to 36 inches. 2. Tether strapping material shall be % inch wide polypropylene material with a minimum tensile strength of 700 pounds. 3. Double Lock Washers shall be a flanged bushing type device with a diameter of 2.75 inches. The washer shall be .5 inches in height and fully recess into the TM openings leaving only 0.125 inches above the transition mat. The washer shall also employ a double lock mechanism that attaches to the tether and bullet anchor. B. Soil Covers 1. Soil covers utilized underneath the transition mat shall be in accordance with the soil cover(s) manufacturer's recommendation and shall be appropriately selected for the given application and soil conditions present. Typical soil covers may be turf reinforcement mats, geotextiles, sod or a combination of these materials. 6-95 Technical Specifications 3.0 EXECUTION 3.1 PREPARATION A. The installation site shalt be prepared by clearing, grubbing, and excavating or filling the area to the design grade. B. The surface to receive the soil cover(s) and TM shall be prepared to relatively smooth conditions free of obstructions, depressions, debris and soft or low density pockets of material. The material shall be capable of supporting a vegetative cover. C. Erosion features such as rills, gullies, etc. must be graded out of the surface before the soil cover(s)and TM deployment. Smooth roll drum compaction may be required before deploying the soil cover and TM to make sure they maintain intimate contact with the soil. D. Anchor trenches, termination trenches and longitudinal anchor trenches for the chosen soil cover material shall be installed per manufacturer's recommendations. E. Where appropriate, use 1'wide transition mat strips for intermediate check slots at 20-25 ft intervals perpendicular to channel flow direction along the soil cover(s)apron past the termination of the TMs. The TM check slot panels should be anchored on 1' centers with the 36" bullet anchors. F. Prior to final placement of the transition mat and soil cover(s)the prepared surface should be inspected and approved by the Engineer. 3.2 INSTALLATION A. Soil cover(s)and TMs are shown on the drawings to depict the locations and portions of the work where they are to be installed. The transition mats shall be placed on the soil cover(s) in such a manner as to produce a relatively planar surface. B. Each transition mat shall be placed longitudinally end to end (overlapped when appropriate) in the configuration specified so as to incur minimal waste. All placement of TM panels shall be in accordance with the manufacturer's recommendations and the Contractor's approved shop drawings unless otherwise specified by the Engineer. C. When overlapping successive TM panels, the panels shall be overlapped upstream over downstream, and/or upslope over downslope. Each TM panel shall be secured to the soil cover(s)and ground with bullet anchors driven 12"to 36"deep as per manufacturer's recommendation. D. Install bullet anchors at the recommended rate based upon manufacturer's requirements for engineered hydraulic events and different soil types (cohesive or non cohesive). Always anchor through both panels at the edges when overlapping panels. Additional anchors may be needed to fully conform the mats to the soil profile. E. Care shall be taken during installation so as to avoid damage occurring to the soil cover(s) and the TM as a result of the installation process. Should the soil cover(s) material be damaged during installation, a soil cover(s) patch shall be installed extending 3' beyond the perimeter of the damaged area. New TM panels and anchors shall be placed over the damaged area when the damaged TM material cannot be reused. F. The designated soil cover(s) material shall always be installed under the transition mats and may extend downstream of the TM panels the distance and width specified for each location in the plans. Soil cover(s)shall be installed both per the manufacturer's specifications and per the transition mat specifications. 6-96 Technical Specifications G. Alternative installation methods must be approved by the Engineer prior to execution. H. Broadcast seed and fertilizer over and under the soil cover(s)and TMs when appropriate. I. Apply supplemental water over the area as directed by site personnel during the initial germination stage to help ensure vegetative establishment and cover. J. The soil cover(s) apron should not be mowed until there is dense vegetation and should be mowed to no less than a 6"depth in the initial growing season. END OF SECTION 6-97 Technical Specifications Coppe11,Texas, Code of Ordinances » -CODE>> Chapter 12-ZONING?>ARTICLE 23.-."C" ._. COMMERCIAL DISTRICT REGULATIONS >> ARTICLE 23. -"C"COMMERCIAL DISTRICT REGULATIONS Sec. 12-23-0.-General purpose and description. Sec. 12-23-1.-Use regulations. Sec. 12-23-2.-Height regulations. Sec. 12-23-3.-Area regulations. Sec. 12-23-4.-Parking requirements. Sec. 12-23-5.-Type of exterior construction. Sec. 12-23-6.-Landscape requirements. Sec. 12-23-7.-Outside storage and display. Sec. 12-23-0. - General purpose and description. The "C"commercial district is intended predominately for commercial activities of service nature. (Ord. No. 91500-A-333, § 1, 8-13-02) Sec. 12-23-1. - Use regulations. 1. Any use permitted in the"0" office and "R" retail district. 2. Building material sales. 3. Carpentry, painting, plumbing or tinsmithing shops. 4. Automobile and truck rental. 5. Equipment sales. 6. Funeral services. 7. Limited warehousing and distribution shall be limited to a maximum of 20 percent of the floor area of the building. 8. Boarding or rooming house. 9. Radio, television or micro-wave tower or micro-wave receiving dish. 10. Motorcycle sales and service. 11. Auto parking lot or garage (commercial). 12. Tire dealership. 13. Bus terminal. 14. Heating and air conditioner shop. 15. Newspaper printing. 16. Trailer rental. 17. Special use permits according to sections 12-30-7, 12-30-8, 12-30-9 and 12-30-10 (Ord. No. 91500-A-318, §4, 3-19-02) Sec. 12-23-2. - Height regulations. Height regulations will be: 35 feet nor more than two and one-half stories high. Sec. 12-23-3. - Area regulations. 1. Minimum size of yards: (A) Front yard: 30 feet, with no front yard parking. If front yard parking is utilized, then the 60 feet front yard setback shall be observed. (B) Side yard: (Adjacent to a street or property line): 30 feet. (C) Rear yard: Minimum required, 20 feet. 2. Minimum size of lot: (A) Lot area: None. (B) Lot width: None. (C) Lot depth: None. 3. Lot coverage: In no case shall more than 40 percent of the lot area be covered by buildings. 4. Floor area ratio: Maximum F.A.R. 1.0 to 1. Sec. 12-23-4. - Parking requirements. Off street parking requirements shall be provided in accordance with article 31. In addition, no parking area shall be allowed within ten feet of the front property line or within five feet of the rear property line. Along existing or future divided arterials which have been identified as primary image zones in the streetscape plan, no parking will be allowed within 15 feet of the property line except under conditions specified in article 34. At all intersections, the no parking areas shall include a nine feet by nine feet triangle whose sides coincide with the ten or 15 feet no parking lines adjacent to the right-of-way lines. (See figure 13 of the Coppell Streetscape Plan) These no parking areas shall be landscaped in accordance with standards established in article 34. Sec. 12-23-5. - Type of exterior construction. Exterior wall construction in districts permitting non-residential uses shall be of such material that is required to conform with the City of Coppell Building Code for the particular non-residential use or occupancy or as approved by city council. All structures shall be 80 percent masonry exterior exclusive of doors and windows. 1. Masonry is further defined as brick and stone of earth tone colors, other brick colors shall be permitted as accent provided that, in combination, accent materials and non-masonry materials do not exceed the 20 percent non-masonry benchmark on any one facade. 2. Flat roofs and parapet walls around flat roofs shall have a cornice, cap or other detail with a vertical dimension equal to at least 3 percent of the height of the building. Where as architectural feature extends above the roof line, and is visible from a public right-of-way, then the back side of this feature shall be finished of a material that is of the same or similar material as the front of this feature, i.e. brick. Pitched roofs shall have roofing material of a lusterless neutral/earth tone or green color. Green colors shall be limited to dark forest greens, gray greens, pale bluish-gray greens, slate greens and copper patina. Metal roofs may be standing seam either with a baked-on lusterless finish or made of copper. 3. Exterior wall surfaces should consist of no more than three colors-a base color, and/or a trim color, and/or an accent color. The base color may be utilized on up to 100 percent of the surface area of any one facade of a building. Another color, other than a base color, shall be permitted on up to only 5 percent of the surface area of any one facade, and an accent color on up to only 1 percent of the surface area of any one facade. For calculation purposes, wall surfaces should include eaves, gables and parapets, but should exclude roofs, awnings, or signs. 4. Glass should not exceed 50 percent of the total area of any one facade of a building. 5. Awnings are limited to canvas, or a lusterless, non-metal material that closely resembles canvas, at least 98 percent of which is a single deep or neutral solid color. The remaining up to 2 percent, if different, shall be contrasting. Awnings shall not be backlit. Lettering and logos should be limited to a monogram, not exceeding 20 percent of the sign area. (Ord. No. 91500-A-319, §§ 1, 2, 3-19-02) Sec. 12-23-6. - Landscape requirements. Landscaped areas shall be provided according to article 34. Sec. 12-23-7. - Outside storage and display. No owner, occupant or operator shall cause, permit, suffer or allow outside storage and/or display of goods and/or services as defined in this chapter, unless screened from public view from an adjacent street, except for the incidental or secondary use as a garden center or conducting a special event permitted under article 6-5 of the Code of Ordinances. (Ord. No. 91500-A-551, § 1, 5-11-10) SECTION 7 GEOTECHNICAL REPORT T H E • C I T Y • O F COPPELL • T -4,i ; ,i �. q A S 1 a GEOTECHNICAL ENGINEERING STUDY WEST SANDY LAKE ROAD REFURBISHING S.H. 121 TO DENTON-TAPP ROAD COPPELL, TEXAS Presented To: Teague Nall and Perkins, Inc. April 2001 • • • • • • • • • • • PROJECT NO. 131-01-02 CMJENGINEERING, INC. April 16, 2001 Report No. 131-01-02 Teague Nall and Perkins, Inc. 1 100 Macon Street Fort Worth, Texas 76102 Attn: Mr. Jed Sulak, P.E. GE WEST EOT SANDY LAKE CHNICAL ENGINEERING ROAD REFURBISHISTUDY NG S.H. 121 TO DENTON-TAPP ROAD COPPELL, TEXAS Gentlemen: Submitted here are the results of a geotechnical engineering study for the referenced project. This study was performed in general accordance with our Proposal No. 01-040 dated February 6, 2001 . The geotechnical services were authorized by Mr. Michael A. Jones of Teague Nall and Perkins, Inc. on February 28, 2001 . Engineering analyses and recommendations are contained in the text section of the report. Results of our field and laboratory services are included in the appendix of the report. We would appreciate the opportunity to be considered for providing geotechnical engineering services for any future projects. We appreciate the opportunity to be of service to Teague Nall and Perkins, Inc. and their consultants. Please contact us if you have any questions or if we may be of further service at this time. Respectfully submitted, �, ,OF•7-Al CMJ EN INEERING, INC. �*o •' �� '•.,;5' iI% r . e•a.e•i•0•00•••BA..asl.:0 .w a CHARLES M.JACI{SO e, r40;515:; 46088 wQ s James A. McDaniel, E.I.T. +5!p 4 ibis Charles M. Jackson, P.E. President JAM/amm Texas No 46088 copies submitted: (3) Mr. Jed Sulak, P.E.; Teague Nall and Perkins, Inc. 7636 Pebble Drive Phone:(817)284-9400 Fort Worth,Texas 76118 Metro:(817)589-9992 www.cmjengr.com Fax:(817)589-9993 TABLE OF CONTENTS Page 1 .0 INTRODUCTION 1 2.0 FIELD EXPLORATION AND LABORATORY TESTING 3 3.0 SUBSURFACE CONDITIONS 6 4.0 PAVEMENTS 8 5.0 BRIDGE FOUNDATIONS 11 6.0 EARTHWORK 15 7.0 LATERAL EARTH PRESSURES 18 8.0 CONSTRUCTION OBSERVATIONS 22 9.0 REPORT CLOSURE 23 APPENDIX A Plate PLAN OF BORINGS A.1 UNIFIED SOIL CLASSIFICATION SYSTEM A.2 KEY TO CLASSIFICATION AND SYMBOLS A.3 LOGS OF BORINGS A.4-A.25 LIME SERIES TEST RESULTS A.26 APPENDIX B Plate PAVEMENT THICKNESS CALCULATIONS B.1-B.2 1 .0 INTRODUCTION 1.1 Project Description This report presents the results of a geotechnical engineering study for the proposed widening and refurbishing of approximately 11 ,000 feet of West Sandy Lake Road from S.H. 121 to Denton-Tapp Road in Coppell, Texas. In addition, approximately { 1,300 feet of Royal Lane south of Sandy Lake Road will be refurbished. The project will include a new bridge over Cottonwood Creek and typical drainage improvements. The vertical alignment of the new road will be 2 to 5 feet below existing pavement grade. 1.2 Purpose and Scope The purpose of this geotechnical engineering study has been to determine the general paving and subsurface conditions, evaluate the engineering characteristics of the subsurface materials encountered, develop recommendations for the type or types of pavement subgrade preparation and stabilization, provide pavement thickness recommendations, and recommend foundations suitable for the proposed bridge. To accomplish its intended purposes, the study has been conducted in the following phases: (1) drilling sample borings to determine the general subsurface conditions and to obtain samples for testing; (2) performing laboratory tests on appropriate samples to determine pertinent engineering properties of the subsurface materials; and (3) Report No. 131-01-02 CMJ ENGINEERING,INC. 1 performing engineering analyses, using the field and laboratory data, to develop geotechnical recommendations for the proposed construction. The design is currently in progress and the locations and/or elevations of structures could change. The recommendations contained in this report are based on data supplied by Teague Nall and Perkins, Inc. during February and March 2001 . Once the final design is near completion (80- to 90-percent stage), it is recommended that CMJ Engineering, Inc. be retained to review those portions of the construction documents pertaining to the geotechnical recommendations, as a means to determine that our recommendations have been interpreted as intended. 1.3 Report Format The text of the report is contained in Sections 1 through 9. All plates and large tables are contained in Appendix A. The alpha-numeric plate and table numbers identify the appendix in which they appear. Small tables of less than one page in length may appear in the body of the text and are numbered according to the section in which they occur. Units used in the report are based on the English system and may include tons per square foot (tsf), kips (1 kip = 1,000 pounds), kips per square foot (ksf), pounds per square foot (psf), pounds per cubic foot (pcf), and pounds per square inch (psi). Report No. 131-01-02 CMJ ENGINEERING, INC. 2 2.0 FIELD EXPLORATION AND LABORATORY TESTING 2.1 Field Exploration Subsurface materials at the project site were explored by twenty-two borings drilled to depths of 8 to 55 feet in and near the existing pavement areas. The borings were drilled using continuous flight, hollow-stem, and hand augering methods at the approximate locations shown on the Plan of Borings, Plate A.1 . Due to water and caving soils encountered in Borings B-14 and B-15, hollow-stem auger drilling methods were used for these borings. Also, due to poor accessibility due to moist surface soils, 12 borings were drilled using hand-augering methods. The method of drilling for each boring is denoted in the boring logs. The boring logs are included on Plates A.4 through A.25 and keys to classifications and symbols used on the logs are provided on Plates A.2 and A.3. Undisturbed samples of cohesive soils were obtained with nominal 3-inch diameter thin-walled (Shelby) tube samplers at the locations shown on the logs of borings. The Shelby tube sampler consists of a thin-walled steel tube with a sharp cutting edge connected to a head equipped with a ball valve threaded for rod connection. The tube is pushed into the soil by the hydraulic pulldown of the drilling rig. The soil specimens were extruded from the tube in the field, logged, tested for consistency with a hand penetrometer, sealed, and packaged to limit loss of moisture. Report No. 131-01-02 CMJ ENGINEERING,INC. 3 Disturbed samples of the noncohesive granular or stiff to hard cohesive materials were obtained utilizing a nominal 2-inch 0.D. split-barrel (split-spoon) sampler in conjunction with the Standard Penetration Test (ASTM D 1586). This test employs a 140-pound hammer that drops a free fall vertical distance of 30 inches, driving the split-spoon sampler into the material. The number of blows required for 18 inches of penetration is recorded and the value for the last 12 inches, or the penetration obtained from 100 blows, is reported as the Standard Penetration Value (N) at the appropriate depth on the logs of borings. To evaluate the relative density and consistency of the harder formations, a modified version of the Texas Cone Penetration test was performed at selected locations. Texas Department of Transportation (Tx-Dot) Test Method Tex-132-E specifies driving a 3- inch diameter cone with a 170-pound hammer freely falling 24 inches. This results in 340 foot-pounds of energy for each blow. This method was modified by utilizing a 140-pound hammer freely falling 30 inches. This results in 350 foot-pounds of energy for each hammer blow. In relatively soft materials, the penetrometer cone is driven 1 foot and the number of blows required for each 6-inch penetration is tabulated at respected test depths, as blows per 6 inches on the log. In hard materials (rock or rock-like), the penetrometer cone is driven with the resulting penetrations, in inches, recorded for the first and second 50 blows, a total of 100 blows. The penetration for the total 100 blows is recorded at the respective testing depths on the boring logs. Report No. 131-01-02 CMJ ENGINEERING, INC. 4 The consistency of cohesive soil samples was evaluated in the field using a calibrated hand penetrometer. In this test a 0.25-inch diameter piston is pushed into the relatively undisturbed sample at a constant rate to a depth of 0.25 inch. The results of these tests, in tsf, are tabulated at respective sample depths on the logs. When the capacity of the penetrometer is exceeded, the value is tabulated as 4.5+ . 2.2 Laboratory Testing Laboratory soil tests were performed on selected representative samples recovered from the borings. In addition to the classification tests (liquid limits, plastic limits, and percent passing No. 200 sieve), unconfined compressive strength, unit dry weight, and moisture content tests were performed. Results of the laboratory classification tests, strength tests, unit dry weight, and moisture content tests conducted for this project are included on the boring logs. Two Eades and Grim Lime Series tests were performed on specimens from selected samples of the proposed roadway areas. The results of the Lime Series tests are presented on Plate A.26. The above laboratory tests were performed in general accordance with applicable ASTM, PCA, or U.S. Army Corps of Engineers procedures, or generally accepted practice. Report No. 131-01-02 CMJ ENGINEERING,INC. 5 3.0 SUBSURFACE CONDITIONS 3.1 Subsurface Stratigraphy Specific types and depths of subsurface strata encountered at the boring locations are shown on the boring logs in Appendix A. The generalized subsurface stratigraphy encountered in the borings is discussed below. Concrete and asphaltic paving was encountered in Borings B-1 though B-8, B-14 and B-15.The concrete and asphalt paving ranged in thickness from 71/2 to 8 inches, and 5 to 9 inches, respectively. The paving was underlain by flex base which varied from 6 inches to 18'/2 inches thick in most borings. Near-surface soils consist of dark brown, brown, light brown, tan, dark gray, gray, reddish brown, and reddish tan clayey sands, sandy clays, clays, and sand of low to high plasticity. The clayey soils are generally firm to very stiff (soil basis) with pocket penetrometer values ranging from 1 .25 to 3.75 tsf. Tested liquid limit and plasticity index values varied from non-plastic to 59, and non-plastic to 40, respectively. Percent passing the no. 200 Sieve ranged from 17 to 63 percent. Unit dry weight and unconfined compressive strength values varied from 99 to 127 pcf and 2,750 to 3,900 psf, respectively. The overburden soils were underlain by gray shale and sandy shale. The shale was encountered in Borings B-14 and 8-15 at depths of 33 feet. The shale encountered Report No. 131-01-02 CMJ ENGINEERING,INC. 6 was hard to very hard with THD Cone Penetrometer values of 1 Y4 to 1 Y2 inches of penetration per 100 blows. The sandy shale was encountered at depths of 37 to 38 feet in Borings B-14 and B- 15. The sandy shale was very hard with THD Cone Penetrometer values of %4 to 1/2 inch of penetration per 100 blows. 3.2 Ground-Water Observations All borings were advanced using auger drilling methods in order to observe ground- water during and after drilling. All borings were dry at completion of drilling except Boring B-16 and B-20 which experienced seepage during drilling of 7 and 3 feet respectively and Borings B-14 and B-15 which experienced seepage at depths of 12 to 13 feet. Subsequent readings in Borings B-14 and B-15 included water at 12 1/2 feet, and caved to 16 to 19 feet at completion. Fluctuations of the ground-water level can occur due to seasonal variations in the amount of rainfall; site topography and runoff; hydraulic conductivity of soil strata; and other factors not evident at the time the borings were performed. The possibility of ground-water level fluctuations should be considered when developing the design and construction plans for the project. The possibility exists that perched water may occur atop clays through more granular seams, particularly after periods of heavy or extended rainfall. Report No. 131-01-02 CMJ ENGINEERING,INC. 7 Due to the variable subsurface conditions long-term observations would be necessary to more accurately evaluate the ground-water level. Such observations would require installation of piezometers or observation wells which are sealed to prevent the influence of surface water. 4.0 PAVEMENTS 4.1 General It is our understanding that the new pavement will be 2 to 5 feet below existing pavement grade. At this depth, the average subgrade soil varies from non-plastic sands to highly plastic clays. The general trend is for more clayey soils west of Boring B-10 and more clayey sandy soils east of Boring B-10. The success of the pavement subgrade is subgrade soil strength and control of water. Adequate subgrade performance can be achieved by stabilizing existing soils. Stabilization of the subgrade { soils can be accomplished with the addition of Portland cement in sandy soils and hydrated lime in clayey soils. 4.2 Subgrade Improvement A cement-treated subgrade east of Boring B-10 or lime-treated subgrade west of Boring B-10 are appropriate options for the variable subgrade soils. Utilization of 7 percent Portland cement or hydrated lime to stabilize these materials at a minimum application rate of 32 pounds of Portland cement/lime per square yard of surface area Report No. 131-01-02 CMJ ENGINEERING,INC. 8 for the 6-inch subgrade thickness is recommended. The estimated application rate is based on a soil unit dry weight of 100 pcf and 7 percent Portland cement/lime. The treated subgrade should extend a minimum of 12 inches outside the curb line or pavement edge. This will improve the support for the edge of the pavement and also lessen the "edge effect" associated with shrinkage during dry periods. The use of sand as a leveling course below pavement in expansive clay areas should be avoided. The sand can pipe out through joints or at the pavement edge by erosive action and leave cavities beneath the pavement. Construction of the lime-treated or cement-treated subgrade should follow items 262 or 275, respectively, of the Texas Department of Transportation (TxDOT) Standard Specifications for Construction of Highways, Streets, and Bridges (TxDOT Standard Specifications) or equivalent specification. The treated subgrade should be compacted to a minimum of 95 percent of Standard Proctor density (ASTM D 698) at a moisture content ranging from optimum to 4 percentage points above optimum. The moisture content and density of the completed subgrade section should be maintained until the paving is complete. If the subgrade will be exposed for a period of time in excess of 7 days or during very dry weather, an asphalt emulsion should be applied to the subgrade to limit moisture loss and to help protect the surface from loss of material due to traffic. Report No. 131-01-02 CMJ ENGINEERING,INC. 9 4.3 Pavement Thickness Calculations 4.3.1 General The following data has been assumed in the pavement thickness calculations. • Traffic (95% passenger vehicles and 5% trucks) • 95% passenger cars/light trucks (one 2.0-kip single-axle load and one 4.0-kip single-axle load each) • 1 % garbage trucks (one 8-kip single-axle load and one 34-kip tandem-axle load each) • 1 % school buses (one 8-kip single-axle load and one 20-kip tandem-axle load each) • 2% 80-kip multi-axle trucks (one 8-kip single-axle load and two 34-kip tandem axles) • 1 % delivery trucks (one 6-kip single-axle load and one 1 2-kip single axles) • 80 percent of traffic travels in the design lane • No growth factor. • Fair drainage. • A 7-day, 52-week year for the determination of the equivalent single axle load (ESAL) traffic repetitions. • A 20-year service life. • initial serviceability, po of 4.5 and a terminal serviceability, pt of 2.0. • An assumed CBR value of 3 for subgrade soils and an assumed CBR value of 15 for the treated subgrade. The assumed two-way traffic of 14,000 vehicles per day equates to 2,646,000 equivalent 18-kip single-axle loads for a 20-year design life in the design lane. Report No. 131-01-02 CMJ ENGINEERING,INC. 10 4.3.2 Pavement Thickness Pavement thickness calculations utilized the American Association of State Highway and Transportation Officials (AASHTO) method and the above assumptions. The following minimum pavement sections laid over the prepared subgrade soil should provide 20 years of service. 7.5 inches Portland Cement Concrete (flexural strength=550 psi) (15-foot joint spacings) 6.0 inches Compacted Lime or Portland Cement Stabilized Subgrade If traffic volumes increase to over 2,736,000 equivalent 18-kip single-axle loads, concrete pavement thickness needs to increase to 8 inches. 5.0 BRIDGE FOUNDATIONS 5.1 Drilled Piers Auger excavated, reinforced concrete straight-sided drilled shafts (piers) will provide a suitable means of transmitting structural loads to the bearing material. The piers should be founded in the gray very hard sandy shale occurring at depths of approximately 37 to 38 feet below the surface. The drilled piers may be designed for an allowable end bearing capacity of 40.0 ksf. In addition, an allowable side friction for compression loads of 6.0 ksf of pier shaft side area in direct contact with the sandy shale, below a minimum penetration depth of three feet, may be used in design. Report No. 131-01-02 CMJ ENGINEERING,INC. 1 1 Regardless of loads, all piers should penetrate a minimum of 3 feet or 2 pier diameters, whichever is greater into the sandy shale. The end-bearing and side friction values include a factor of safety of 3 for dead loads plus live load with respect to shear failure. Piers proportioned for these values should experience 1 inch or less of settlement after construction. The weight of the pier below the final ground surface may be neglected in determining the design loads. A lateral load analysis of the drilled pier foundations was not included in the scope of services for this study. These services can be provided as additional services upon request. Expansive soil movement relative to pier foundations is discussed in Section 5.3. 5.2 Drilled Pier Construction Drilled pier construction should be monitored by a representative of the geotechnical engineer to observe, among other things, the following items: • Identification of bearing material. • Adequate penetration of the shaft excavation into the bearing layer. • The base and sides of the shaft excavation are clean of loose cuttings. • If seepage is encountered, whether it is of sufficient amount to require the use of temporary steel casing. If casing is needed it is important that the field representative observe that a high head of plastic concrete is maintained within the casings at all times during their extraction to prevent the inflow of water. Report No. 131-01-02 CMJ ENGINEERING,INC. 12 Precautions should be taken during the placement of reinforcing steel and concrete to prevent loose, excavated soil from falling into the excavation. Concrete should be placed as soon as practical after completion of the drilling, cleaning and observation. Excavation for a drilled pier should be filled with concrete before the end of the workday, or sooner if required to prevent deterioration of the bearing material. Prolonged exposure or inundation of the bearing surface with water will result in changes in strength and compressibility characteristics. If delays occur, the drilled pier excavation should be deepened as necessary and cleaned, in order to provide a fresh bearing surface. Ground-water seepage will be encountered in some areas of the site during drilled pier construction and the use of casing should be anticipated. If this occurs, good results have been achieved in areas of comparable subsurface conditions by scheduling the concrete placement to closely follow the drilling operation, to help in minimizing the seepage. Rapid placement of reinforcing steel and concrete will be required under these conditions. The complete installation of a drilled pier should be accomplished as rapidly as possible in order to limit seepage problems and deterioration of bearing surfaces. The concrete should be placed in a manner to prevent the concrete from striking the reinforcing cage or the sides of the excavation. Concrete should be tremied to the bottom of the excavation to control the maximum free fall of the plastic concrete to less than 10 feet. Report No. 131-01-02 CMJ ENGINEERING,INC. 13 A drilling rig of sufficient size and weight will be necessary for drilling and/or coring through the hard layers to reach the desired bearing stratum and achieve the required penetration. In addition to the above guidelines, the specifications from the Association of Drilled Shaft Contractors, Inc. "Standards and Specifications for the Foundation Drilling Industry as Revised 1999 or other recognized specifications for proper installation of drilled shaft foundation systems should be followed. 5.3 Expansive Soil Considerations for Foundations The drilled piers for the bridge will be subjected to uplift pressures and tensile forces caused by expansion within the surrounding soils, as the soils undergo seasonal moisture changes. Accordingly, each shaft should include reinforcing steel to counteract these tension forces. Uplift pressures are estimated to be approximately 0.7 ksf of pier shaft side area for a depth of 12 feet. For straight sided piers, the allowable side friction of 4.5 ksf of shaft side area below the 3-foot penetration depth, may be used to counteract the uplift pressures. The dead load of the pier also may be considered for resistance to uplift. The dead load of the super structures should not be considered for counteracting the uplift pressures because the uplift could occur during construction, prior to the full dead load of the structures being applied. Report No. 131-01-02 CMJ ENGINEERING, INC. 14 6.0 EARTHWORK 6.1 Site Preparation The subgrade should be firm and able to support the construction equipment without displacement. Soft or yielding subgrade should be corrected and made stable before construction proceeds. The subgrade should be proof rolled to detect soft spots, which if exist, should be reworked to provide a firm and otherwise suitable subgrade. Proof rolling should be performed using a heavy pneumatic tired roller, loaded dump truck, or similar piece of equipment. The proof rolling operations should be observed by the project geotechnical engineer or his/her representative. Prior to fill placement, the subgrade should be scarified to a minimum depth of 6 inches, its moisture content adjusted, and recompacted to the moisture and density recommended for fill. In areas of perched water or pumping subgrade atop shallow rock, it may be necessary to install sub-pavement drains or edge drains. This decision should be made during construction to verify the need. 6.2 Placement and Compaction Fill material should be placed in loose lifts not exceeding 8 inches in uncompacted thickness. The uncompacted lift thickness should be reduced to 4 inches for structure backfill zones requiring hand-operated power compactors or small self-propelled compactors. The fill material should be uniform with respect to material type and moisture content. Clods and chunks of material should be broken down and the fill material mixed by disking, blading, or plowing, as necessary, so that a material of Report No. 131-01-02 CMJ ENGINEERING,INC. 15 uniform moisture and density is obtained for each lift. Water required for sprinkling to bring the fill material-to.the proper moisture content should be applied evenly through each layer. The fill material should be compacted to a minimum of 95 percent of the maximum dry density determined by the Standard Proctor test, ASTM D 698. In conjunction with the compacting operation, the fill material should be brought to the proper moisture content. The moisture content for general earth fill should range from 2 percentage points below optimum to 5 percentage points above optimum (-2 to +5). These ranges of moisture contents are given as maximum recommended ranges. For some soils and under some conditions, the contractor may have to maintain a more narrow range of moisture content (within the recommended range) in order to consistently achieve the recommended density. Field density tests should be taken as each lift of fill material is placed. As a guide, one field density test per lift for each 5,000 square feet of compacted area is recommended. For small areas or critical areas the frequency of testing may need to be increased to one test per 2,500 square feet. A minimum of 2 tests per lift should be required. The earthwork operations should be observed and tested on a continuing basis by an experienced geotechnician working in conjunction with the project geotechnical engineer. Report No. 131-01-02 CMJ ENGINEERING,INC. 16 Each lift should be compacted, tested, and approved before another lift is added. The purpose of the field density tests is to provide some indication that uniform and adequate compaction is being obtained. The actual quality of the fill, as compacted, should be the responsibility of the contractor and satisfactory results from the tests should not be considered as a guarantee of the quality of the contractor's filling operations. 6.3 Excavation The side slopes of excavations through the overburden soils should be made in such a manner to provide for their stability during construction. Existing structures, pipelines or other facilities, which are constructed prior to or during the currently proposed construction and which require excavation, should be protected from loss of end bearing or lateral support. Temporary construction slopes and/or permanent embankment slopes should be protected from surface runoff water. Site grading should be designed to allow drainage at planned areas where erosion protection is provided, instead of allowing surface water to flow down unprotected slopes. Trench safety recommendations are beyond the scope of this report. The contractor must comply with all applicable safety regulations concerning trench safety and excavations, including, but not limited to OSHA regulations. Report No. 131-01-02 CMJ ENGINEERING,INC. 17 6.4 Erosion and Sediment Control All disturbed areas should be protected. from erosion and sedimentation during construction, and all permanent slopes and other areas subject to erosion or sedimentation should be provided with permanent erosion and sediment control facilities. All applicable ordinances and codes regarding erosion and sediment control should be followed. 7.0 LATERAL EARTH PRESSURES 7.1 General The exterior walls of below grade structures will serve as earth retaining walls, as backfill is placed. Therefore, the wall must be designed for lateral pressures including, but not necessarily limited to, earth, water, surcharge, swelling, and vibration. In addition, the lateral pressures will be influenced by whether the backfill is drained or undrained, and above or below the ground-water table. 7.2 Equivalent Fluid Pressures The following equivalent fluid pressures {triangular distribution) may be used for the horizontal backfill, non-surcharged condition. The geotechnical design parameters for non-expansive earth fill are provided in Table 7.2-1 . The geotechnical design parameters for general earth fill are provided in Table 7.2-2. The earth pressure values given for general earth fill site do not include potential swell pressures. The active condition occurs when the structure moves away from the soil by tiling or translation. Report No. 131-01-02 CMJ ENGINEERING,INC. 18 A lateral movement of approximately 0.008 times the height of the structural member . (e.g., wall, foundation, etc.) in direct contact with the earth fill may be required to achieve active pressure. The at-rest condition occurs for a rigid structure where essentially no relative movement occurs between the structure and the soil. The passive condition occurs when the structure moves toward the soil by tilting or translation. A lateral movement of approximately 0.05 times the height of the structural member in direct contact with the earth fill may be required to develop full passive pressure. An angle of internal friction of 26 degrees, a cohesion value of zero, a wet unit weight of 125 pcf, and a saturated unit weight of 130 pcf have been assumed for the non-expansive earth fill, compacted as recommended in Section 6.0 EARTHWORK. An angle of internal friction of 20 degrees, a cohesion value of 200 psf, a wet unit weight of 120 pcf, and a saturated unit weight of 128 pcf have been assumed for the general earth fill from the site compacted as recommended in Section 6.0 EARTHWORK. The use of clay backfill, not meeting the requirements for non- expansive fill, can cause excessive swell pressures against below-grade walls, and should therefore be avoided. TABLE 7.2-1 Non-Expansive Earth Fill - Lateral Earth Pressure Coefficients Equivalent Fluid Pressure psf/ft of Backfill Depth Condition Coefficient Above Water Table* Below Water Table Drained Saturated Active K,,=0.39 49 51 89 At-Rest K0=0.56 70 73 100 Passive Kp=2.56 320 333 236 * Refer to subsection 7.5 for drainage requirements. Report No. 131-01-02 CMJ ENGINEERING,INC. 19 TABLE 7.2-2 . General.Earth Fill - Lateral Earth Pressure Coefficients Equivalent Fluid Pressure psf/ft of Backfill Depth Condition Coefficient Above Water Table* Below Water Table Drained Saturated Active KA=0.49 59 63 96 At-Rest K0=0.66 79 85 106 Passive Kp=2.04 816** 832** 767** * Refer to subsection 7.5 for drainage requirements. ** Includes cohesion 7.2 Additional Lateral Pressures The location and magnitude of permanent surcharge loads (if present) should be determined, and the additional pressure generated by these loads such as the weight of construction equipment and vehicular loads that are used at the time the structures are being built must also be considered in the design. The equivalent fluid pressures, given here, do not include a safety factor. Analysis of surcharge loads (if any) should be performed on a case-by-case basis. This is not included in the scope of this study. These services can be provided as additional services upon request. 7.4 Passive Earth Pressure and Friction Factor for Wall Foundations Passive earth pressures acting against the toe of wall foundations, keys or similar structural members should not be considered when designing the wall; however, friction on the base of the wall foundations may be considered to provide resistance to lateral forces tending to cause translational sliding. Report No. 131-01-02 CMJ ENGINEERING,INC. 20 Passive earth pressures on the toe of wall foundations, keys or similar structural members should be considered for counteracting lateral forces only if the member is placed in direct contact with undisturbed stiff to hard cohesive soils in a "neat cut" excavation. If the foundation is constructed by using forms, lean concrete may be placed between the footing and the undisturbed wall of the adjacent excavation (after removal of the forms) in order to provide the direct contact required to consider passive pressure for counteracting lateral movement. The lean concrete should have a minimum depth of 3 feet below the lowest adjacent grade. An allowable passive { pressure 200 pounds per square foot (psf) per foot of depth can be used in design calculations for undisturbed stiff to hard cohesive soil. A safety factor has been applied to the full passive pressure such that the lateral movement required to mobilize the allowable passive pressure of 200 psf per foot of depth is reduced to approximately 0.02 times the height of the structural member in full contact with the undisturbed stiff to hard cohesive soil. A friction factor of 0.4 for mass concrete on undisturbed stiff to hard cohesive soils can be used in design for those portions of the foundation. Only long-term dead loads should be considered in calculating the available friction on the foundation base. 7.5 Below-Grade Drainage Requirements In order to achieve the "above water table" condition for lateral earth pressure for low- permeability walls (concrete, masonry, etc.), a vertical drainage blanket or geocomposite drainage member must be installed adjacent to the wall on the backfill side. The drainage must be connected to an outlet drain at the base of the wall, or a Report No. 131-01-02 CMJ ENGINEERING,INC. 21 sufficient number of weep holes must be provided in the wall. Design or specific recommendations for drainage member is beyond the scope for this .study. These services can be provided as an additional service upon request. Pervious wall, (e.g., gabion walls, etc.) will not require the drainage member, but will require a geotextile for separation between the backfill and the back face of the wall. In order to achieve the "drained" condition, the entire backfill material must be free draining, or the backfill-wall geometry must be such that the backfill will not become saturated from rainfall, ground water, adjacent water courses, or other sources. It should be noted that non-expansive earth fill and general earth fill are not-free draining 8.0 CONSTRUCTION OBSERVATIONS In any geotechnical investigation, the design recommendations are based on a limited amount of information about the subsurface conditions. In the analysis, the geotechnical engineer must assume the subsurface conditions are similar to the conditions encountered in the borings. However, quite often during construction anomalies in the subsurface conditions are revealed. Therefore, it is recommended that CMJ Engineering, Inc. be retained to observe earthwork and pavement installation and perform materials evaluation during the construction phase of the project. This enables the geotechnical engineer to stay abreast of the project and to be readily available to evaluate unanticipated conditions, to conduct additional tests if required and, when necessary, to recommend alternative solutions to unanticipated conditions. Report No. 131-01-02 CMJ ENGINEERING,INC. 22 It is proposed that construction phase observation and materials testing commence by the project geotechnical engineer at the outset of the project. Experience has shown that the most suitable method for procuring these services is for the owner or the owner's design engineers to contract directly with the project geotechnical engineer. This results in a clear, direct line of communication between the owner and the owner's design engineers and the geotechnical engineer. 9.0 REPORT CLOSURE The borings for this study were selected and staked by CMJ Engineering, Inc. using approximate taping methods from existing topographic features. The actual boreholes were placed as close as practical to the staked locations by CMJ Engineering, Inc. The locations and elevations of the borings should be considered accurate only to the degree implied by the methods used in their determination. The boring logs shown in this report contain information related to the types of soil encountered at specific locations and times and show lines delineating the interface between these materials. The logs also contain our field representative's interpretation of conditions that are believed to exist in those depth intervals between the actual samples taken. Therefore, these boring logs contain both factual and interpretive information. Laboratory soil classification tests were also performed on samples from selected depths in the borings. The results of these tests, along with visual-manual procedures, were used to generally classify each stratum. Therefore, it should be understood that the classification data on the logs of borings represent visual estimates of classifications Report No. 131-01-02 CMJ ENGINEERING,INC. 23 for those portions of each stratum on which the full range of laboratory soil classification tests were not performed. It is not implied that these logs are representative of subsurface conditions at other locations and times. With regard to ground-water conditions, this report presents data on ground-water levels as they were observed during the course of the field work. In particular, water level readings have been made in the borings at the times and under conditions stated in the text of the report and on the boring logs. It should be noted that fluctuations in the level of the ground-water table can occur with passage of time due to variations in rainfall, temperature and other factors. Also, this report does not include quantitative information on rates of flow of ground water into excavations, on pumping capacities necessary to dewater the excavations, or on methods of dewatering excavations. Unanticipated soil conditions at a construction site are commonly encountered and cannot be fully predicted by mere soil samples, test borings or test pits. Such unexpected conditions frequently require that additional expenditures be made by the owner to attain a properly designed and constructed project. Therefore, provision for some contingency fund is recommended to accommodate such potential extra cost. { The analyses, conclusions and recommendations contained in this report are based on site conditions as they existed at the time of our field investigation and further on the assumption that the exploratory borings are representative of the subsurface conditions throughout the site; that is, the subsurface conditions everywhere are not significantly different from those disclosed by the borings at the time they were Report No. 131-01-02 CMJ ENGINEERING,INC. 24 completed. If, during construction, different subsurface conditions from those encountered in our borings are observed, or appear to be present in excavations, we must be advised promptly so that we can review these conditions and reconsider our recommendations where necessary. If there is a substantial lapse of time between submission of this report and the start of the work at the site, if conditions have changed due either to natural causes or to construction operations at or adjacent to the site, or if structure locations, structural loads or finish grades are changed, we urge that we be promptly informed and retained to review our report to determine the applicability of the conclusions and recommendations, considering the changed conditions and/or time lapse. Further, it is urged that CMJ Engineering, Inc. be retained to review those portions of the plans and specifications for this particular project that pertain to earthwork and pavements as a means to determine whether the plans and specifications are consistent with the recommendations contained in this report. In addition, we are available to observe construction, particularly the compaction of structural fill, or backfill and the construction of pavements as recommended in the report, and such other field observations as might be necessary. The scope of our services did not include any environmental assessment or investigation for the presence or absence of wetlands or hazardous or toxic materials in the soil, surface water, ground water or air, on or below or around the site. The Report No. 131-01-02 CMJ ENGINEERING,INC. 25 scope of services also did not include any assessment of the site for suitability for the proposed construction or use, related to items or conditions other than those specifically addressed in this report. This report has been prepared for use in developing an overall design concept. Paragraphs, statements, test results, boring logs, diagrams, etc. should not be taken out of context, nor utilized without a knowledge and awareness of their intent within the overall concept of this report. The reproduction of this report, or any part thereof, supplied to persons other than the owner, should indicate that this study was made for design purposes only and that verification of the subsurface conditions for purposes of determining difficulty of excavation, trafficability, etc. are responsibilities of the contractor. This report has been prepared for the exclusive use of Teague Nall and Perkins, Inc. and their consultants for specific application to design of this project. The only warranty made by us in connection with the services provided is that we have used that degree of care and skill ordinarily exercised under similar conditions by reputable members of our profession practicing in the same or similar locality. No other warranty, expressed or implied, is made or intended. * * * * Report No. 131-01-02 CMJ ENGINEERING, INC. 26 1 CMJ ENGINEERING.INC / r 1 ti o O ti`ti CC Q O 1�` J CC a Q / U /// 4 i .z p SANDY LAKE ROAD O 2 Z /8-1 B-5 B-6 B-7 10 A0 w 8-9 B- B-12 / B2 _ B8 'L8148-13 A. / B-3 : B-15 B-22 8-19 B-20 B 4 t :: :; _ r. L..--1 8-16 w 8-17 8-18 B-21 Q -J F- I Cl) o W Z O CL ! Q W Q C J ta 1 CC O., O. O U a ` ,. 1 i I NORTH SCALE: 1"=2000' WEST SANDY LAKE ROAD REFURBISHING -COPPELL, TEXAS PLAN OF BORINGS 131-01-02 PLATE A.1 Major Divisions Sym. Typical Names Laboratory Classification Criteria `w Well-graded gravels, gravel- D„ to 2 �" GW sand mixtures, little or no CO Cu -- greater than 4: Cc '°� between 1 and 3 �, "' fines N o,° D„x Ds,. o c a) c N a U fl 2 .� .N m a°i Poorly graded gravels,gravel., 2 v� E N ro v v = GP sand mixtures, little or no m co cn v', Not meeting all gradation requirements for GW d N th n ' fines v d v m > > m 0 12 C.D U -a a) o v o CS) • U a d �, C ° 2 c Liquid and Plastic limits 00 o z a, o Silty gravels,gravel-sand-silt t7 C7 := q Liquid and plastic limits , N 2 ° . E GM N a below ate line or P.I. plotting in hatched zone to m .c ° mixtures ai '6 greater than 4 zc w a) c > N g between 4 and 7 are c N m -_ O . a) borderline cases r a) > ` ° Clayey gravels,gravel-sand- ., o CO Liquid and Plastic limits requiring use of dual �°, ` o m ci GC y y g g "' m above"A"line with P.I. Q clay mixtures c o c symbols P. Q y 2 z '� greater than 7 c ra o) c a cv eTs N Er ° c a—' a Well-graded sands,gravelly 9 06° (D„)2 N �, Os c SW Ti) m Cu greater than 6: Ca= between 1 and 3 CO m sands,little or no fines y pt0 010 x o„ U .to co c m o o 6-0 Poorly graded sands; a c ° m "Nj U = SP gravelly sands,little or no Not meeting all gradation requirements for SW O s ° ° > fines N P ° w a) °-c C °c ;n ' o o in r m tra 2 cn c°, o N c ,m 00 m n Liquid and Plastic limits `o o z c o SM Silty sands,sand-silt mixtures c g .. cv below"A"line or P.I.less Liquid and plastic limits • s L s m 2 a o m o o than 4 plotting between 4 and 7 c m m a c o -J In are borderline cases - _ c V) - c m Liquid and Plastic limits requiring use of dual a, Clayey sands, sand-clay E f, a> ymbols o SC mixtures a, v :N above"A"line with P.I. 2 u) m 2 greater than 7 ❑ fl v Inorganic silts and very fine sands, rock flour,silty or L ML clayey fine sands,or clayey a silts with slight plasticity >...c 60 coInorganic clays of low to a_> o ° CL medium plasticity,gravelly 0 V) .E clays, sandy clays, silty clays, 50 , c\I rr-- = and lean clays d 7 CH 2 0- c ! Organic silts and organic silty 40 .c OL clays of low plasticity X o io Cl) m 30 m 0 Inorganic silts, micaceous or i� m `� inn MH diatomaceous fine sandy or d OH and MH m y a) silty soils, elastic silts 20 .P _ m Co Li E m CL 0 a CH Inorganic clays of high as rn plasticity,fat clays 10 c - E 7 4 CL-ML ML a id OL ca P.2 v 0- OH Organic clays of medium to o Do 10 20 30 40 50 60 70 80 90 100 2 high plasticity, organic silts Liquid Limit o LE g N Pt Peat and other highly organic Plasticity Chart °' ° soils O UNIFIED SOIL CLASSIFICATION SYSTEM PLATE A.2 SOIL OR ROCK TYPES *Si.s GRAVEL ,��LEAN CLAY 1 II LIMESTONE •�• _•• •• • *SAND • • • • SANDY --SHALE :_ •,4. • •SILT SILTY '�. SANDSTONE HIGHLY Shelby Split Rock Cone No �CLAYEY ■■.■ . CONGLOMERATE Auger PLASTIC CLAY Tube Spoon Core Pen Recover} 1 TERMS DESCRIBING CONSISTENCY, CONDITION, AND STRUCTURE OF SOIL Fine Grained Soils (More than 50%Passing No.200 Sieve) Descriptive Item Penetrometer Reading, (tsf) 1 Soft 0.0 to 1.0 Firm 1.0 to 1.5 Stiff 1.5 to 3.0 i Very Stiff 3.0 to 4.5 I Hard 4.5+ Coarse Grained Soils (More than 50%Retained on No.200 Sieve) i Penetration Resistance Descriptive Item Relative Density (blows/foot) 0 to 4 Very Loose 0 to 20% 4 to 10 Loose 20 to 40% 10 to 30 Medium Dense 40 to 70% 30 to 50 Dense 70 to 90% Over 50 Very Dense 90 to 100% Soil Structure Calcareous Contains appreciable deposits of calcium carbonate; generally nodular Slickensided Having inclined planes of weakness that are slick and glossy in appearance Laminated Composed of thin layers of varying color or texture Fissured Containing cracks, sometimes filled with fine sand or silt Interbedded Composed of alternate layers of different soil types, usually in approximately equal proportions i TERMS DESCRIBING PHYSICAL PROPERTIES OF ROCK Hardness and Degree of Cementation Very Soft or Plastic Can be remolded in hand; corresponds in consistency up to very stiff in soils Soft Can be scratched with fingernail Moderately Hard Can be scratched easily with knife; cannot be scratched with fingernail Hard Difficult to scratch with knife Very Hard Cannot be scratched with knife Poorly Cemented or Friable Easily crumbled Cemented Bound together by chemically precipitated material; Quartz, calcite, dolomite,siderite, and iron oxide are common cementing materials. Degree of Weathering Unweathered Rock in its natural state before being exposed to atmospheric agents Slightly Weathered Noted predominantly by color change with no disintegrated zones Weathered Complete color change with zones of slightly decomposed rock t Extremely Weathered Complete color change with consistency,texture, and general appearance approaching soil KEY TO CLASSIFICATION AND SYMBOLS PLATE A. cmj ENGINEERING INC — Project No. Boring No. Project West Sandy Lake Road 131-01-02 B-1 Coppell,Texas Location Water Observations See Plate A.1 Dry at completion Completion Completion Depth 8.0' Date 3-8-01 Surface Elevation Type , Auger 0 0 c) A- ii e .. 0 . 0 Stratum Description , e a. ...,Z.., T5 i•2 Ill yC_.). E 0, 2 =c..!--: A.CA —2-I '4:.:5 E-E. O a u c., 1 —.ASPHALT,6"thick ,--- - - ...- FLEXBASE, 18"thick 5 ."' CLAY,dark gray,w/some sand and gravel,very stiff 3.0 59 19 40 24 _ - _ (fill to 4') 3.0 23 -dark gray,4'to 7 5' 3.0 24 3.25 26 - - —brown 7.5'to 8' _- I I 6, N I- 0 o 3 0 -, 0_ ,..; 9 g 0 Z E 0 co 0 g LOG OF BORING NO. B-1 PLATE A.4 Project No. Boring No. Project West Sandy Lake Road CMJ ENGIN FERING INC. - 131-01-02 B-2 Coppell,Texas Location Water Observations See Plate A.1 Dry at completion Completion Completion Depth $.0, Date 3-8-01 a Surfacg Elevation Type i Auger cL: o V o 0 I c > ro n^$ ro t cn ° g 3 u o ... cn Stratum Description e a o v 0 p F c ._ o 3� X QU Q a-2 '`4;a _.,CONCRETE.8"thick _ CLAY,dark gray w/some brown,stiff (possible fill 2.0 �___®- ///% to 4') 2.5 ���= 28 99 —_ 2.0 57 18 39 29 il5 dark gray wl reddish brown and brown,4'to 8' 2S 29 -- — — — — _ 2.5 29 0 N Q a 0 i U V a' ca N 9 Z E 0 co u. 0 8 LOG OF BORING NO. B-2 PLATE A.5 Project No Boring No. Project West Sandy Lake Road CMJ ENGINEERING INC 131-01-02 B-3 Coppell,Texas Location Water Observations See Plate A.1 Dry at completion Completion Completion Depth $01 Date 3-8-01 { Surface Blevation Type Auger L• p d O u.n N Stratum Description o e �r;g o o E e .= a Q� � ✓a \ 0' R✓. Q- ca c� c a 3 c7pF c.v rl� nJ _FLEXBASE, 16.5"thick _� NP ® NP =gm CLAY,dark brown,brown,and reddish brown,firm 1.5 --11.11.111 26 to stiff (possible fill) 1.5 — �-w/abundant sand lenses. to 4' 10 1111111_ —5— SAND,reddish brown — — SHALY CLAY,brown and reddish brown,w/some r 1.75 �_�_®�_ \_limestone fragments,_stiff i 0 N � P F- O U U s 0 U 9 Q Z 0 u. 8 LOG OF BORING NO. B-3 PLATE A.6 Project No. Boring No. Project West Sandy Lake Road CMJ ENGINEERING INC 131-01-02 B-4 Coppell,Texas Location Water Observations See Plate Al Dry at completion Completion Completion Depth 8.0' Date 3-8-01 Surface Elevation Type Auger 75 6, 1 •d 42. 0. = 1, • :•5 Z ° " Stratum Description .2 brie e e — ° .• E `f E3 F. •C.)8 72 ^r° CONCRETE,8"thick ---- LIME-TREATED CLAY,dark gray,stiff 2.0 11111111111111111111.1111011110 CLAY,dark gray,stiff 2-0 IIIM=IIII111111191111•11 -tv/sand lenses,3'to 4' 2.25 =1111E11 19 38 MEM —5 -brown,gray,and dark gray,4'to 8' 2.0 11111111=== 29 I= 1111110.111111111111111111111111111 2-5 30 01111 1 1 1 V t-q 0 2 o 9 0:1 u. o (ci LOG OF BORING NO. B-4 PLATE A.7 . Project No. Boring No. Project West Sandy Lake Road CMJ ENGINEERING INC - 131-01-02 B-5 Coppell,Texas Location Water Observations See Plate A.! Dry at completion Completion Completion Depth 8.0' Date 3-8-01 Surface Elevation Type Auger et o o EOA N '.SL 4 V) up Stratum Description o f _ 3` b .q .g y' Ci la.s2 :C^ 2.-E* 2.-,,,i O p .L " O O .1...E.-. r- ') �a a-, a.a ,GL) ....) ova W _ -- ASPHALT,6"thick y- ( FLEXBASE,18"thick _—®__ 4 __ SAND,brown,w/clay,asphalt,and flexbase (fill) _ 4.0 IMMIMMINIMBEEINLIII CLAY,brown,reddish brown,and gray,w/some 4.0 _1111111_— Igravel and sand,stiff to very stiff 2.75 inniimilllionsini54imum1u6 38 ®_�_ — — -- — — -___ __ ---... —_ _ 3.25 _��� 20 �� } 0 N P I- 0 Sv P N 4 1 0 Z 0 a U. 8 LOG OF BORING NO. B-5 PLATE A.8 1. Project Na. Boring No. Project CMJ ENGINEERING INC. - J g J West Sandy Lake Road 131-01-02 B-6 Coppell,Texas Location Water Observations J See Plate A.1 Dry at completion Completion Completion Depth 8.0' Date 3-8-01 } Surface Elevation Type Auger u: o la O t P o , Stratum Description o �_ 3 a . b 2 . .^ L 0 3ac� � v -� .� � x C '- V ..yam o .. . D z u G .6e''.E-F i in - a F..---.) c ca :� vc. ASPHALT,5.5"thick FLEXBASE, 18.5"thick _ ___-- 4 - i f SANDY CLAY,brown and reddish brown,w/ 4.0 �®®®_ i _ calcareous nodules,very stiff 4.5+ ��__ 14 -_ _5 4.5+ 111111111111111•11111 14 IIM� -,I1 ������i N CLAY,dark gray,somewhat shaly,stiff -- 2.0 ����®�� a 1 I i i F a Q Q t 1- 0 0 i f U } 0 (V 9 P 0 2 F 0 to u. o LOG OF BORING NO. B-6 PLATE A.9 Project No, Boring No. Project West Sandy Lake Road C1V1J ENGINEERING INC - 131-01-02 B-7 Coppell,Texas Location Water Observations See Plate A.1 Dry at completion Completion Completion Depth 8 0, Date 3-8-01 Surface Elevation Type Auger w o S:. a O O o O Stratum Description o _ �o o i :47; a � iT o1 = 2 .3 .3 23 D..- c.)A." 1 — ASPHALT,7"thick FLEXBASE,w/some clay, 17"thick 6 CLAY,gray w/some reddish brown,stiff 2.0 23 SANDY CLAY,brown,dark brown,and gray,w/ 3.0 30 14 16 15 _5 some sand deposits,stiff to very stiff 1.75 ����®� CLAY,brown to light brown,w/abundant calcareous — nodules and ironstone nodules,very stiff 3.0 f ;S- r v a. Q I- M U ri 0 0 z 0 o J LOG OF BORING NO. B-7 PLATE A.10 Project No. Boring No. Project CMJ ENGINEERING INC. - g j West Sandy Lake Road 131-01-02 B-8 Coppell,Texas Location Water Observations See Plate A.1 Dry at completion Completion Completion Depth 8.0' Date 3-8-01 Surface Elevation Type Auger o I o f Stratum Description z 3 .y v Lei ._ -' .E s �o o . cL w pa E= c v� �:} c a i✓° fit) a 1 BUG WPM —,ASPHALT.5"thick —�FLEXBASE, w/some clay,13"thick CLAY,dark brown,brown,and reddish brown,w/ Z,5 —MII'— lb sand deposits,stiff(possible fill to 3') 3 18 ME -brown and gray wl some reddish brown,w/abundant 3.25 47 � =5 calcareous nodules,very stiff,3'to 7' ® 11111 18 — 1.11111.111111111.011111111111. ®111115.11111_111.1111.111 011 -light brown,w/abundant ironstone nodules,7'to 8' 3.75 —_-_ 18 — I c 0 0L U 0 . } t7 Z Q1 8 LOG OF BORING NO. B-8 PLATE A.11 Project No. Boring No. Project West Sandy Lake Road CMJ ENGINEERING INC • 131-01-02 B-9 Coppell,Texas Location Water Observations See Plate A.1 Dry at completion Completion Completion Depth 8.0, Date 3-31-01 Surface Elevation Type Hand Auger w o ;, o Q, c. A �s C ^� Q `� Stratum Description o �. v° J a � � v � � x , v p� 8F. W O' o vi � 8 - v € "000 = 3 I — SAND/CLAYEY SAND,brown and light reddish 16 brown CLAY,dark gray and reddish brown,w/roots _5 18 � 45 ®® 18MOE —5 A IIIMUMENIM11111111 18 MI SANDY CLAY,light gray and reddish brown, somewhat silty —___®� cv 11111.11111111111111.11 10 IIIIIIII � O 8 U C7 O M 1 2 C CO U. O o LOG OF BORING NO. B-9 PLATE A.12 Project No. Boring No. Project CMJ ENGINEERING INC. — g West Sandy Lake Road 131-01-02 _ B-1O Coppell,Texas Location Water Observations See Plate Al Dry at completion Completion Completion Depth 8.0f Date 3-31-01 Surface Elevation Type Hand Auger o w o o E " DD N ^ ^ L N Q tn Stratum Description o v 4 _ Lt] C? o =.E C -8 O _ c Cac"E c". c? .a:; e7:.3 ,__ BU BUR. - SAND/CLAYEY SAND.grayish brown 19 CLAYEY SAND/SANDY CLAY,light brown, r lb reddish brown,and grayish brown,w/roots _ 39 ® 24 ®— SANDY CLAY,reddish brown / EMMEN 16 MI 5 ) CLAYEY SAND/SAND,reddish brown ®___�_ -reddish tan,5'to 8' __—__—_ _ I — _— �_ _. �����®� � I (� N t- 0 0 U CL e � O cc o m LOG OF BORING NO. B-1O PLATE A.13 Project No. Boring No. Project West Sandy Lake Road CMJ ENGINEERING INC — 131-01-02 B-11 Coppell,Texas Location Water Observations See Plate A.1 Dry at completion Completion Completion Depth 8 0, Date 3-31-01 Surface Elevation Type Hand Auger w o ' • 0 O o 'D O Q ( Stratum Description o w z o 0 0 v n a c in a.a e'.'a c S Vic) j c.) P _ SANDY CLAY,light brown and dark brown 35 12 23 17 — — ' SAND/CLAYEY SAND,grayish brown,w/roots 16 14 CLAY/SANDY CLAY,light brown and reddish 17 brown 18 CLAYEY SAND,brown and tan _ K%1 _SANDY SILTY CLAY,light brown,reddish brown, 15 ._and gray — — — a 1 O v a c� CI 0 LL o LOG OF BORING NO. B-11 PLATE A.14 Project No. Boring No. Project West Sandy Lake Road CMJ ENGINEERING RING INC - 131-01-02 B-12 CoppeIl,Texas Location Water Observations See Plate A.1 Dry at completion Completion Completion Depth 8.0' Date 4-2-01 Surface Elevation Type Hand Auger O V C } Stratum Description o o w a � p o > 3 .N 0, oavi yt Er* E w:tg .o: E _ _ /. SILTY CLAYEY SAND,brown and dark gray,w/ 18 sandy clay deposits and roots 35 22 15 7 17 -brown and gray,2.5'to 4' 16 _5 -tan and gray,4'to 7' 13 _ _ _ SAND,reddish tan,w/trace of clay g } 0 5 N C9 q 2 U fV 9 t7 z 0 o m 0 O 8 LOG OF BORING NO. B-12 PLATE A.15 Project No. Boring No. Project West Sandy Lake Road CMJ ENGINEERING INC 131-01-02 B-13 Coppell,Texas Location Water Observations See Plate A.1 Dry at completion Completion Completion Depth 8_0, Date 4-2-01 Surface Elevation Type Hand Auger w o kl o o . a E E N cw a `4 V) Stratum Description z , o , 3 P e o I�. r, cn� - o f4 7.: �. ^i;y c R 'g ; ai o_` _ x y_° L�tJ o O 7 0' oFr �� c1 ^ ig-o o3 " v 1 ' 7// SILTY CLAY,brown and light brown,w/calcareous 17 —— I nodules and sandy deposits —IIIIII 40 ®®®11111. _ ,I 1111111mian1111111 IIII•MEMIIIII —5 ,i,21 16 I SILTY CLAYEY SAND,light brown and brown,wt 14 calcareous nodules _—_____ — 1 -- -- — — ___ __ __ __ _ �_ .IIIII.IIIIIIIII. 1 { ,1 O E N .'ii. 0 m 0 a iD n7 0 ro i z 0 0 to ti , 0 8 LOG OF BORING NO. B-13 PLATE A.16 Project No. Boring No. Project West Sandy Lake Road CMJ ENGINEERING INC - 131-01-02 B-14 Coppell,Texas Location Water Observations See Plate A.1 Seepage at 13'during drilling; water at 12.5' and caved to 19' at Completion Completion completion Depth 55.0' Date 3-10-01 Surface Elevation Type Hollow-Stem Auger o 6 .d ti g- o C N C O 6) 14 ' Stratum Description °-`� 0• 3 ASPHALT,9"thick _ CLAYEY SAND,brown and reddish brown,w/ 4.0 —__—©- —_, gravel,very stiff (possible fill) 3.0 ____®® 3890 SANDY CLAY,brown and reddish brown,w/gravel, very stiff(possible fill) 4.2) —___®_ 5 wl wood fragments,4'to 9' 3 0 ����M� - _—__��stiff,7'to 13' 21111111M111111111111111— — 18 _ -dark brown,w/sand seams,9'to 13' 2.0 —_—_ 18 10 _MIIIIIII OMMEMEMEMIUMNIIMMUMEMI A:4 MIIIIIIIMII•11111=111111111111•111M _IIMMIIIMIIIMI_ - CLAY,gray and reddish brown,w/gravel,asphalt, _IINII _--___ 15 / and sandstone,very stiff(possible fill to 16') 3.75 ____ 16 -- IIIIIIIIIMMOIIIIIIIIIIIIIIIIIII MIIIIIIIIIIMIIIIIMMINIMI 20 2.75 mummEmmlip 119 3270 _ CLAYEY SAND,light brown,w/gravel,loose/soft -25 7 39 ®®®_� __--- Yil 1.111.1111.1 —30 . 7 .�■�- SHALE,gray,hard - � �� -3s--,: ,- 100/1.5"����� — __ SANDY SHALE,gray,very hard ■■111.111.- —40--------1 100/0.5"____—__ MIMMIIIOMIIIIIIM —45 100/0.25' __--= Q= 4== MIMINIMINIIIMIMI (..)-50—t-- -y 10010.5"���_��� _ _ z°-55--,_ — 100/0.5" o m O LL o LOG OF BORING NO. B-14 PLATE A.17 - Project No. Boring No. Project West Sandy Lake Road CMJ ENGINEERING INC 131-01-02 B-15 Coppell,Texas Location Water Observations See Plate A.1 Seepage at 12' during drilling; water at 12.5' and caved to 16' at Completion Completion completion Depth 55.0' Date 3-10-01 Surface Elevation Type Hollow-Stem Auger ,-,' 2 is ■ i i ,. " 0 c 0 „. —, i n 3 • Stratum Description o-' ^i:i g,Z e "LIZ' til W.' ...,.,, ,.,. •7•31 '• 1"-: ,&:::': 4- Ert-,-, Y, a ,'S ,.2. R co a'!,E--: 4 Ez :4•,_] i.--.:3 E. _`'.' 2(5 Efi sul. ii........a -..ASPHALT,6"thick ,r- , \\FLEXBASE,6"thick 7- 4.5 1.11111=111111111...0111. - IMIN ---\SANDY CLAY,gray and reddish brown,w/ 4.5+ Immummil 6 127 3900 , - VA \ abundant sand and gravel deposits,very stiff(fill) r i.25 11111111111111111•1111•1111111=11 SAND/CLAYEY SAND,brown and reddish brown, ,, IIIIIEM=IIIIIIIIIIIIIIIIIII•1 14 111111 - Eundsant grDavel,very stdiff (possible fill) vii -\CLwAl aNbl Y AN .brown an gray.firm I 11.111111U1111111110.111.111 - , 1 SANDY CLAY,brown and dark brown,stiff 1.110111111.111.1111111111.11. , 2-25 11111=1111111 16 MI Al II MIMIIIMIIIEMMIIIIMIIII -w/sand seams and deposits,9'to 12' MthallIMMIEM11111111 18 109 2750 -10 - /:, MINIMMEM1111.1111111 IIMIIIIIIIIIMIIIIIIIIMMIIIE . 7 - .44 IIMM1111111.111111111M1 : e _light gray and reddish brown, 12'to 16' M1111.11.111111111111111111 2.25 IMMIIIMMEMIII 8 111111 -15 Al 11111111111111.11111=== I -_-__ r, CLAYEY SAND,light brown,w/gravel,loose/soft 111111111111=111011=1.1 .11110111111=1.1111111MMIUME 1111111111.M.1.111.11 11- OA 6 IMIIIIIIIIIIIIIIIIIIIM 18 -20 el 111111111111111111 I _.-1 r/olid 111111111111MMIIIIIIIIIIIIII IMMI111111111111111111111= IN111111111111111111•1111111111111M1111 N 5 41 26 MN 14 wiimmims 125 0#1°.° i 11•11111=11111111111111111111111•1111 111111=111111111111M111111111111111111111 - 11==1111111111111111111MIN - M11111111111=1111111111111=1111 - 1/1 04; 7 MI11111.111111111111111111111111.11 -30 - - ,e ................ ... .......... SHALE,gray,hard to very hard M.11111111111111=1.111 --35 il 4 100/1.25'..1111111111111111111111101111 1111111111111111111111.11.11111111111111111.1.11111M - 1111.111.1111111111111111.1.1 , IIIIMIMIIIIIMIMIIIIIIM : __ SANDY SHALE,gray,very hard IMEMMIIIIIIIIIIMIIII i 100/0.5' 41 IIIIIIMMEINIII _- I -40 __ 111111111111111111111111111=1111111111 i -- - -- IIIIIIIIIMMIIIIIIIIIIIIIIIIII IIIIIIIIIIIIIIMIIIIHIIIMIIIM -- ---- - IMIE11111111111111111•11111111111 -- -45 100/0-5"101111MMIIMINIIIIIMMEIN —5 7 _ '15 MIIIIIMIMIIMIIIIIIIIIIIIMIII cv- -7 -- 11111111111.11111111111111111.11.1 , .=. MI111111111111111IMMIIIIII (9 —— 1.1111111111.11.1111111111.111 -7L.—— 100/015'MIUIIIIOIIIIIMIIIIIIIIMIIIIIIIIMIIIII 1 o2-50 _-_7 L I IIMIMEIIIMIIIIIIIIIIMIIIII I a. • -- 111111111111111111111111111=111111 -- .1111111111M=1.1111.1111 —— —— IIIIMMINIONIEMIIIIII -_-_-: i = .-= 100 0.25'11111111111111111.M111111.111 0-55 -L:7_I -- -- .— _ — ____ z ec - o - m 8 8 LOG OF BORING NO. B-15 PLATE A.18 i Project No. Boring No. Project West Sandy Lake Road CMJ ENGINEERING INC - 131-01-02 B-16 Coppell,Texas Location Water Observations See Plate A.1 Seepage at 7 during drilling; dry at completion Completion Completion Depth 8.0' Date 3_31_01 1 1 Surface Elevation Type -1 1 Hand Auger 8 ._;. c'' ....; -0 o • ....„..._ 2 e ..--,, 0-,-,; .- Stratum Description L=. . we e e 2'• Ill r7, g :q.-E, co a 0 =ci) 12.t, Q-.F. 11.E F,'.8 •5 g- .5.2; 1-2 .2 ,,g ce E-1 .&i--: 4 cZ 25.15 E::.-j E."..1-..4 u ..-1 50 p".• 1 SILTY SANDY CLAY,brown and dark gray,w/ 13 : 4 gravel and roots (fill) 1111 26 IIEI 14 MIMI ,41 _ ...45 11:11""11.1.V.611: -w/sand deposits,gravel,and roots,2'to 4' _ 1 —5 IIII SILTY SAND,light brown and tan,w/some clay IMINIMIIIIIIIIM 14 OM .3- --,,, (fil MIIIMIIIMIIIIIIIIIIIIIIIIIIIIIIIIIMIII ..--- _ -- v_ ___,SANDl)Y CLAY.brown and gray ,— 11111=11.111111111.1.11111111111 Foriii SILTY CLAYEY SAND,light brown and gray,w/ 1111•1111111111111111111111111110111111 - --_abundant gravel fir __.. i i i i i i J , 1 "A i - i• 1,-, R 9 0 -, i ° Z; t C.9 1 Z i cc 0 11:1 LI- - 0 i 8 LOG OF BORING NO. 11-16 PLATE A.19 1 -- Project No. Boring No. Project CMJ ENGINEERING INC - � g � West Sandy Lake Road 131-01-02 B-17 Coppell,Texas Location Water Observations See Plate A.1 Dry at completion Completion Completion Depth 8.0' Date 3-31-01 Surface Elevation Type Hand Auger t -6 3 - o Q Stratum Description z 3` Q ▪ X 7 Qu fl _ pc° F a to 7 a • c ° U ^Uc° — SANDY CLAY,brown i 21 CLAY,light brown and grayish brown,w/calcareous 24 nodules and roots 21 � -reddish brown,light brown,and gray,2'to 8' 19 —5 20 1 -w/sand seams,b.5'+ — — 40 13 27 18 0 7 N 3 e 0 2 0- Csi 4 U' z 0 m LL O g LOG OF BORING NO. B-17 PLATE A.20 7 cmj ENGINEERING INC - Project No. Boring No. Project West Sandy Lake Road 131-01-02 B-18 Coppell,Texas Location Water Observations See Plate A.1 Dry at completion Completion Completion Depth 8.0t Date 3-31-01 Surface Elevation Type Hand Auger ...; c, Stratum Description }o 7■3S. .".5.4.. 0''.1''. it.;,''o 7•4" 1 g rt'•''g:*°-.''.^3 la.-..i..,<it=)-'. 5 , .s.T.E :4.5., .7 ,c; 2 .4(-) a- / , CLAY/SANDY CLAY,brown,reddish brown,and 63 19 dA _ i dark gray,w/roots INIIIIM1111111111 19 IIIII _ dfl 1111111 36 lips 24 NOME I 1 iri41 SANDY CLAY,brown,reddish brown,and gray 111111111111111MMIEMINI 3 111111111.1111.1111111 19 ME CLAY,brown and gray,w/trace of sand IIIMIIIINIMMIMIIUIIIIIIIEIIIIIIIIMIIIIMIIIIIIIIIII .., iI/i 11.11111111.11111.11INIMEM ) I i i g7 1 17 1 15 (D. R 0 1 t 1.3 ) 1 C'D 1 g 1111 U. .. 0 1 8 LOG OF BORING NO. B-18 PLATE A.21 i �,'MJ ENGINEERING INC — Project No. Boring No. Project West Sandy Lake Road 131-01-02 B-19 Coppell,Texas Location Water Observations € See Plate A.1 Dry at completion Completion Completion Depth $0, Date 3-31-01 i Surface Elevation Type a Hand Auger w .o a E -. a cv _ cc.0 Q Nu) Stratum Description z° o . y° 3` C VI 8 op n Or. U .:I -' E5 oU sa'1• \ G y ' ^ .1z C .� y C _ // CLAYEY SAND/SANDY CLAY,brown,light 19 brown.and dark gray r 12 SAND,brown and reddish brown,w/gravel and trace 40 13 27 20 pi AAA�) \ of clay / 21 — rr� —,SILTY CLAY,brown and gray,w/some sand ,�— 22 —5 ���' SANDY SILTY CLAY,brown and gray /I 23 c N zi- b 0 ii 0 9 Co Z a 0 m 0 0 o LOG OF BORING NO. B-19 PLATE A.22 cm.i. ENGINEERING INC - Project No. Boring No. Project West Sandy Lake Road 131-01-02 B-20 Coppell,Texas Location Water Observations See Plate A.1 Seepage at 3'during drilling; dry at completion Completion Completion Depth 8.0, Date 3-31-01 Surface Elevation Type Hand Auger 7-„ 6 Of) C.4 Ta% 0 0 e Stratum Description z >, v, e 514)11 'e c ‘ Eff; v." -F. fl v?, = = o az 0-,H o- w 4 4 4 ---,SILTY CLAY,dark gray 19 \ SANDY CLAY,gray,grayish brown,and reddish 19 AVAI brown 41 15 26 21 1 — CLAY,brown and dark gray SILTY CLAY,brown and dark gray,w/some sand 23 23 23 a — 0 2 1 C-) q z a 0 0 LOG OF BORING NO. 13-20 PLATE A.23 - Project No. Boring No. Project West Sandy Lake Road CMJ ENGINEERING INC - 131-01-02 B-21 Coppell,Texas Location Water Observations See Plate A.1 Dry at completion Completion Completion Depth 8.0 I Date 4-2-01 Surface Elevation Type • Hand Auger - 1 Stratum Description wo o Q y p o vi ow Z cE .E � SANDY CLAY,brown and dark brown,w/sand 30 10 20 16 _ — deposits 9 SAND,brown to light brown —®__- g MI — �I ����� 9 8 MI CLAYEY SAND/SANDY CLAY,mottled brown, 1 --- _light brown,and reddish brown,w/sand seams_ _.,. MI 16 __ } 0 CJ } U C7 N M Z 0 O O 8 LOG OF BORING NO. B-21 PLATE A.24 CMJ ENGINEERING INC Project No. Boring No. Project West Sandy Lake Road 131-01-02 B-22 Coppell,Texas Location Water Observations See Plate A.1 Dry at completion Completion Completion Depth 8.0' Date 4-2-01 Surface Elevation Type Hand Auger 1 — 00 0 "0.0 (1) Stratum Description z 2 ,4 . e ma-E- u SILTY CLAYEY SAND,dark brown,w/gravel 18 18 18 27 12 15 17 -brown,light brown,and gray,4'to 6.5' 15 -—5 -w/sand deposits,5.5'+ 11111111111.11111111.1111.1111.111 -light brown,tan,and reddish brown,6.5'+ 1111111111111111111111 $ 5. 9 CT) 2 E 0 U. 0 LOG OF BORING NO, B-22 PLATE A.25 LIME SERIES TEST RESULTS Boring No. B-3 Depth: 3' - 4' Percent PH Hydrated Lime 0 7.6 2 12.2 4 12.4 6 12.5 8 12.5 10 12.5 Boring No B-9 Depth: 2' - 3' Percent PH Hydrated Lime 0 7.1 2 12.4 4 12.5 6 12.5 { 8 12.5 10 12.5 PLATE A.26 1 WinPAS Pavement Thickness Design According to 1993 AASHTO Guide for Design of Pavements Structures American Concrete Pavement Association Rigid Design Inputs Project No. : 131-01-02 Project Name: West Sandy Lake Road Location: Coppeil,Texas Date : April 11,2001 Comments : Assumes Traffic equals 14,000 vehicles per day Rigid Pavement Design/Evaluation PCC Thickness 7.47 inches Load Transfer,J 2.70 Design ESALs 2,646,000.00 Mod.Subgrade Reaction,k 150 psi/in Reliability 85.00 percent Drainage Coefficient,Cd 1.00 Overall Deviation 0.35 Initial Serviceability 4.50 Modulus of Rupture 550 psi Terminal Serviceability 2.00 Modulus of Elasticity 3,400,000 psi CMJ Engineering, Inc. Plate B.1 WinPAS Pavement Thickness Design According to 1993 AASHTO Guide for Design of Pavements Structures American Concrete Pavement Association xt Rigid Design Inputs Project No. : 131-01-02 Project Name: West Sandy Lake Road Location: Coppell,Texas Date: April 11,2001 Comments: Assumes Traffic equals approximately 14,500 vehicles per day Rigid Pavement Design/Evaluation PCC Thickness 8.00 inches Load Transfer,J 2.70 Design ESALs 2,736,300.00 Mod.Subgrade Reaction, k 150 psi/in Reliability 85.00 percent Drainage Coefficient,Cd 1.00 Overall Deviation 0.35 Initial Serviceability 4.50 Modulus of Rupture 550 psi Terminal Serviceability 2.00 Modulus of Elasticity 3400,000 psi { {{t CMJ Engineering, Inc. Plate B.2