Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAboutC04-139 Fire Sprinkler Services Inc~ v c.~ - (,~ ~t - ~t-7
AGREEMENT REGARDING PROVISION OF PROFESSIONAL SERVICES
FOR
Fire Sprinkler Systems Test, Inspection and Repair Services
This Agreement Regarding Provision of Professional Services For Fire Sprinkler Systems Test,
Inspection and Repair Services dated as of ~ ` 'Z , 2004, is between the County of Eagle,
State of Colorado, a body corporate and politi , by and through its Board of County Commissioners
("County"), and Fire Sprinkler Services, Inc., a Colorado corporation ("Contractor").
A. Contractor has submitted to County a Proposal for performing the Services (defined in section 1) and
represented that it has the expertise and personnel necessary to properly and timely perform the
Services.
B. Contractor and County intend by this Agreement to set forth the Scope of the responsibilities of the
Contractor in connection with the Services and related terms and conditions to govern the relationship
between the Contractor and County in connection with the Services.
AGREEMENT
Therefore, for good and valuable consideration, including the promises set forth herein, the parties agree
to the following:
Scope of the Services: Contractor's Services consists of those services performed by the
Contractor, Contractor's Employees and Contractor's subcontractors. The Contractor shall
provide all labor, materials and equipment necessary to perform and complete the Services, test
and inspection (T&I) and repair described herein, according to the specific requirements and
procedures contained in National Fire Protection Association (NFPA) Standard 13, and as follows
("Services") at the following locations: all locations which contain fire sprinkler systems and/or
back flow prevention devices shown in attached Eagle County Buildings, Exhibit "B". The
"General Conditions" and "Requirements and Procedures for Contractors and Vendors working at
Eagle County Facilities" are incorporated m this agreement and are attached hereto.
a) Services described in Contractor's proposal which is attached hereto as Exhibit "A". Iri
the event of any conflict between this Agreement and the provisions of Exhibit "A", the
terms of this Agreement shall prevail over the others.
b) The contractor shall, upon commencement of services, provide a list of fire sprinkler and
protection system devices, including flow switches, tamper devices and back-flow
prevention devices for each facility, showing their type and location The county
reserves the right to purchase repair services and labor under the terms and rates
established in the agreement.
c) The contractor hereby acknowledges that he/she is able to service and repair all fire
sprinkler and protection systems equipment currently installed at the county facilities
covered by the agreement.
1
G \61AIN'[\Fire Sprinkler SystemsMire sprinkler sett ices agreement wpd
d) The Parties hereto recognize that the scope of the Services may change. When the
Contractor believes that the scope of the Services has been changed or that by reason of a
decision of County it will be required to redo properly completed Services, the Contractor
shall immediately advise County of such belief and shall also provide a statement of the
maximum additional charges for such Services. The Contractor shall not be entitled to be
paid for any such additional Services unless and until County agrees in writing that the
scope of the Services has changed and accepts the statement of the maximum additional
charges.
Contractor's Professional Level of Care: The Contractor shall be responsible for the
completeness and accuracy of the Services, including all supporting data and other documents
prepared or compiled in performance of the Services, and shall correct, at its sole expense, all
significant errors and omissions therein. The fact that the County has accepted or approved the
Contractor's Services shall not relieve the Contractor of any of its responsibilities. The
Contractor and its professional consultants shall perform the Services in a skillful, professional
and competent manner and in accordance with the standards of care, slap and diligence
applicable to telecommunications equipment services providers with respect to similar Services.
Time of Performance and Termination:
a) The initial term of this Agreement is from the date the contract is executed by County to
December 31, 2004. The term shaI1 automatically renew for an additional one year term
commencing January 1 of each consecutive year for four (4) additional years unless one
of the parties gives notice in writing to the other, at least 90 days before the anniversary,
of its intention not to renew. The parties recognize that County is a governmental entity
and that all obligations beyond the current fiscal year are subject to funds being budgeted
and appropriated. Services shall consist of fire sprinkler and protection systems test,
inspection and repair. The rates of compensation provided hereunder shall not change
during a renewal period unless approved in writing by County and Contractor before the
commencement of the renewal term.
b) If the Term of this Agreement is renewed, at any time thereafter, Contractor may
terminate this Agreement by giving the County written notice of its intention to
terminate, specifying the effective date of the termination, at least 90 days before that
effective date.
c) County may terminate this Agreement immediately, in whole or in part, for its
convenience upon providing notice to the Contractor. Such termination shall be effective
upon receipt of the notice by Contractor or upon such other date as specified by County.
d) Notwithstanding anything to the contrary contained in this Agreement, no charges shall
be made to County nor shall any payment be made to Contractor for any Services done
after December 31, 2004, without the written approval of the County in accordance with
a budget adopted by the Board of County Commissioners in accordance with the
provisions of Article 25 of Title 30 of the Colorado Revised Statues and the Local
Government Budget Law (C.R.S 29-1-101 et seq.).
e) The Contractor shall provide a schedule showing dates for test and mspect~on of each
facility as set forth m Exhibit "A".
4. Compensation and Payment: In consideration of its performance of the Services, the Contractor
shall be paid as follows:
2
G \MAIN"I\F~re Sprinkler SystemsMire sprinkler services agreement wpd
a) County will pay according to the fixed dollar amount per building for annual fire
sprinkler system T&I and backllow device T&I as set forth in Exhibit "A". Services for
test and inspection will be billed at the time performed according to the rates and
schedule established in Exhibit A.
b) Rates established in the agreement shall remain in effect during the duration of the
agreement and shall apply to all services rendered under the agreement including repair
services. Any change in rates will only occur at the beginning of a renewal period if
previously agreed to by the County and Contractor in writing.
c) Invoices shall describe the Services performed. Upon request, Contractor shall provide
County with such other supporting information as County may request.
d) All invoices will be sales tax free because County is a government exempt from such
taxes.
e) The Contractor shall maintain comprehensive, complete and accurate records and accounts of
its performance relating to this Agreement for a period of three (3) years following final
payment hereunder, which period shall be extended at County's reasonable request. County
shall have the right within such period to inspect such books, records and documents upon
demand, with reasonable notice and at a reasonable time, for the purpose of determining, in
accordance with acceptable accounting and auditing standards, compliance with the
requirements of this Agreement and the law.
f) Contractor shall set forth hourly rates for extra test, inspection and repair services above and
beyond services provided in the base test and inspection contract
g} Contractor shall provide a unit price amount per backflow device T&I should additional
inspections be required.
5. Project Mana eg ment: Wayne Wagler and Al Stump shall be designated as Contractor's Project
Managers for the Services. County's Director of Facilities Management shall be County's
manager responsible for this Agreement. All correspondence between the parties hereto
regarding this project shall be between and among the project managers. Either party may
designate a different project manager by notice in writing.
6. Independent Contractor: It is expressly acknowledged and understood by the parties hereto that
nothing contained in this Agreement shall result in, or be construed as establishing, an
employment relationship. Contractor shall be, and shall perform as, an independent contractor.
No agent, subcontractor, employee, or servant of Contractor shall be, or shall be deemed to be,
the employee, agent or servant of County. The Contractor shall be solely and entirely responsible
for its acts and for the acts of Contractor's agents, employees, servants and subcontractors during
the performance of this Agreement.
No Subcontracting; No Assignment: The Contractor understands and hereby acknowledges that
County is relying primarily upon the expertise and personal abilities of Contractor. Contractor
may not subcontract or delegate any part of the Services or substitute subcontractors without
County's wntten consent, which consent County may exercise m its sole discretion. Neither
Contractor nor its subcontractors may assign its interest in the Agreement or m its subcontract,
including the assignment of any rights or delegation of any obligations provided therein, without
the prior written consent of County, which consent County may withhold m its sole discretion;
3
G UviAIN"t\F~re Spnn6ler SytitemsVire spnnkler services agrecmenl wpd
provided that County hereby consents to any assignment to a successor entity to Contractor and to
an assignment to an entity affiliated (by ownership) with Contractor. Except as so provided, this
Agreement shall be binding on and more to the benefit of the parties hereto, and their respective
successors and assigns, and shall not be deemed to be for the benefit of or enforceable by any
third party. Unless specifically stated to the contrary in any written consent to an assignment, no
assignment will release or discharge the assignor from any duty or responsibility under the
Agreement.
Ownership of Documents: Records of Service provided under this Agreement shall be given to
County at its request.
9. Insurance: At all times during the term of this Agreement, Contractor shall maintain the
following insurance:
a) Type of Insurance
b) Comprehensive Liability
c) Workers' Compensation
Covera;;e Limits
$1,000,000 minimum
As required by Colorado law
c) All insurance required hereby shall be issued by an insurance company or companies
authorized to do business in the State of Colorado. The Contractor shall deliver
certificates of required insurance to the County within fifteen (15) calendar days of
execution of this Agreement by the Board.
d) Before permitting any subcontractor to perform any Services under this Agreement,
Contractor shall either (1) require each of his sub-contractor to procure and maintain,
during the life of his subcontracts, insurance which meets the requirements for the
Contractor herein, or (2}provide for insurance of the subcontractor in Contractor's own
policies in the amounts required herein above.
10. Indemnification: Within the limits allowed by law, the Contractor shall indemnify, hold and
defend the County and its officials, boards, officers, principals and employees, harmless from all
costs, claims and expenses, including reasonable attorney's fees, arising from claims of any
nature whatsoever made by any person in connection with the acts, omissions or representations
by the Contractor in performing the services hereunder. This indemnification shall not apply to
claims by third parties against the County to the extent that the County is liable to such third party
for such claim without regard to the involvement of the Contractor.
1 1. Notices: Any notice and all written communications required under this Agreement shall be
given in writing by personal delivery, FAX or mail to the appropriate party at the following
addresses:
a) Contractor: Wayne Wagler
Fire Spr>nkler Services, Inc.
0241 Mel Ray Road
Glenwood Springs, CO 81601
970-928-9163
fax- 970-928-8714
4
G \MAIN`I\Fue Sprinkler SystemsMire sprinkler sen ices agreement wpd
b) County: Richard Cunningham
Director, Facilities Management Dept.
Eagle County
PO Box 850
Eagle, CO 81631
970-328-8880
fax- 970-328-8899
c) Notices shall be deemed given on the date of delivery if delivered by personal delivery or
delivery service such as Federal Express or United Parcel Service, or three days after the
date of deposit, first class postage prepaid, in an official depository of the U.S. Postal
Service.
12. Miscellaneous:
a) The Contractor shall not discriminate against any employee or applicant for employment
to be employed in the performance of this Agreement on the basis of race, color, religion,
national origin, sex, ancestry, physical handicap, sexual orientation, age, political
affiliation or family responsibility. The contractor shall require all consultants to agree to
the provisions of this subparagraph.
b) The making, execution and delivery of this Agreement by the parties hereto has not been
induced by any prior or contemporaneous representation, statement, warranty or
agreement as to any matter other than those herein expressed. This Agreement embodies
the entire understanding and agreement of the parties, and there are no further or other
agreements or understandings, written or oral, in effect between them relating to the
subject matter hereof. This Agreement may not be amended, including by any
modification or, deletion from or addition to the scope of the Services, except by a
written document of equal formality executed by both parties hereto.
c) This Agreement shall be governed by and construed in accordance wlth the internal laws
of the State of Colorado, without reference to choice of law rules. The parties agree that
venue in any action to enforce or interpret this Agreement shall be in the District Court in
the 5th District for the State of Colorado.
c) This Agreement does not and shall not be deemed to confer upon or grant to any third
party any right enforceable at law or equity arising out of any term, covenant, or
condition herein or the breach thereof.
[next page is signature page]
5
G ~biAINTIFire Spnnkler System4',tire ypnnkler aen ices agreement wpd
IN WITNESS WHEREOF, the parties hereto have executed this Agreement the
day and year first above written.
COUNTY OF EAGLE, STATE OF
COLORADO, By and Through Its
"' ~ ~4' ' BOARD OF COUNTY COMMISSIONERS
n~~~~:;~ <; ,,
~§ r~__ P "''o
ATTEST:. ~~~ :e
~-
Clerk to the Board of Tom C. Ston , Chat an
County Commissioners
Fire Spri ler Servic ,Inc. 1
By: ~
Title: ~~~' ~~~'~
STATE OF COLORADO ) )ss
County of ~.t )
The foregoing was acknowledged before me this ~~~ day of t ~ , 20U~- ..
by
o ~ ~~`~t~ti~ .
--- ~ ~ C C
~, _, r~-L commission expires: Z
Notary Public
6
G \MAINT,Fire Sprinkler Systems fire sprinkler services agreement wpd
GENERAL CONDITIONS
Contractor shall provide and pay for labor, materials, equipment, tools, utilities,
permits, licenses, transportation, and other facilities and services necessary for
proper execution and completion of the Work.
If Contractor fails to obtain the tax exemption(s) applicable to public works
projects from sales, consumer, use and similar taxes, Contractor shall pay the
same. Owner (County) will cooperate with Contractor to obtain tax exemption
for this project.
3. Contractor shall be responsible for having taken steps reasonably necessary to
ascertain the nature and location of the Work, and the general and local conditions
which can affect the Work or the cost thereof. Any failure by Contractor to do so
will not relieve him from responsibility for successfully performing the Work
without additional expense to the Owner. Owner assumes no responsibility for
any understanding or representations concerning conditions made by any of its
officers, employees or agents prior to the execution of this Agreement, unless
such understanding or representations are expressly stated in the Agreement.
4. Before commencing activities, Contractor shall: (1) take field measurements and
verify field conditions; (2) carefully compare this and other information known to
Contractor with the Agreement; and (3) promptly report errors, inconsistencies or
omissions discovered to Owner.
Contractor shall supervise and direct the Work, using Contractor's best skill and
attention. Contractor shall be solely responsible for and have control over
construction means, methods, techniques, sequences and procedures, and for
coordinating all portions of the Work.
6. Contractor, as soon as practicable, shall furnish in writing to the Owner the names
of subcontractors and suppliers for each portion of the Work.
7. No charge shall be made by Contractor for hindrances or delays from any cause
whatever during the progress of any portion of the Work, unless such hindrance or
delay is caused in whole or in part by acts or omissions within the control of
Owner. In any event, Owner may grant an extension of time for the completion
of the Work, provided it is satisfied that delays or hindrances were due to causes
outside Contractor's control, e.g., weather, or to acts of omission or commission
by the Owner, provided that such extensions of time shall in no instance exceed
the time actually lost to Contractor by reason of such causes, and provided further
that Contractor shall have given Owner immediate (as determined by the
circumstances, but not exceeding 72 hours) notice in writing of the cause of the
detention or delay.
7
(. \MAINT\{=ire Sprinkler Systems~tire sprinkler servo es agreement w~pd
8. Contractor shall deliver, handle, store and install materials in accordance with
manufacturers' instructions.
9. Contractor warrants to Owner that: (1) materials and equipment furnished under
the Agreement will be new and of good quality; (2) the Work will be free from
defects not inherent in the quality required or permitted; and (3) the Work will
conform to the requirements of the Agreement.
10. Contractor shall comply with and give notices required by all federal, state and
Iocal laws, statutes, ordinances, building codes, rules and regulations applicable to
the Work. If the Contractor performs Work knowing it to be contrary to laws,
statutes, ordinances, building codes, rules or regulations without notice to Owner,
Contractor shall assume full responsibility for such Work and shall bear the
attributable costs. Contractor shall promptly notify Owner in writing of any
conflicts between the specifications for the Work and such governmental laws,
rules and regulations.
11. Contractor shall keep the premises and surrounding area free from accumulation
of debris and trash related to the Work.
12. Before permitting any of his subcontractors to perform any Work under this
contract, Contractor shall either (a) require each of his subcontractors to procure
and maintain during the life of his subcontracts, Subcontractor's Public Liability
and Property Damage Insurance of the types and in the amounts as maybe
applicable to his Work, which type and amounts shall be subject to the approval
of the Owner, or (b) insure the activities of his subcontractors in his own policy.
13. The performance of the Work maybe terminated at any time in whole, or from
time to time in part, by Owner for its convenience. Any such termination shall be
effected by delivery to Contractor of a written notice ("Notice of Termination"}
specifying the extent to which performance of the Work is terminated and the date
upon which termination becomes effective. After receipt of a Notice of
Termination, and except as otherwise directed by Owner, Contractor shall, in
good faith, and to the best of its ability, do all things necessary, in the light of
such notice and of such requests in implementation thereof as Owner may make,
to assure the efficient, proper closeout of the terminated Work (including the
protection of Owner's property). Among other things, Contractor shall, except as
otherwise directed or approved by Owner:
a. stop the Work on the date and to the extent specified in the Notice of
Termination;
b. place no further orders or subcontracts for services, equipment or
materials except as maybe necessary for completion of such portion of the
Work as is not terminated;
8
(~ ',M 4 Wl1F~re Sprinkler Systems~tire sprinkler services agreement wpd
c. terminate all orders and subcontracts to the extent that they relate to the
performance of Work terminated by the Notice of Termination;
d. assign to Owner, in the manner and to the extent directed by it, all of the
right, title and interest of Contractor under the orders or subcontracts so
terminated, in which case Owner shall have the right to settle or pay any
or all claims arising out of the termination of such orders and subcontracts;
e. with the approval of Owner, settle all outstanding liabilities and all claims
arising out of such termination or orders and subcontracts; and
f. deliver to Owner, when and as directed by Owner, all documents and all
property which, if the Work had been completed, Contractor would be
required so ac,e~ount for or deliver to C:wner, and transfer title to such
property to Owner to the extent not already transferred.
In the event of such termination, there shall be an equitable reduction of the Contract Price to
reflect the reduction in the Work and reflecting the costs incurred by Contractor to terminate and
demobilize, together with reasonable overhead and profit thereon, and no cost incurred after the
effective date of the Notice of Termination shall be treated as a reimbursable cost unless it relates
to carrying out the un-terminated portion of the Work or taking closeout measures.
9
G \MAINT~Fire Spnnkler SystemsMire spnnkler services agreement wpd
Eagle County, Colorado
Facilities Management Department
Requirements and Procedures for Contractors and Vendors
working at Eagle County Facilities
Revision 1, October 28, 2002; Revision 2, April 15, 2003; Revision 3, May 14, 2003
The following requirements apply to all county-owned and leased facilities.
Project Description:
Contractor /vendor name:
Delivered to and signed with contractor /vendor by:
1. Customer Service:
Date:
Date:
It is our job to maintain a customer service ethic, which means treating people with courtesy and communicating
efficiently. This means communicating with the building users ahead of time to get permission to work and to let
building users know what is planned, how it will effect each of them, what the interruptions will be and how long
the work will take. This policy applies to contractors and vendors working in all county facilities and sites.
2. Requirements and Procedures for Coordinating with Building Users:
Work in buildings: Before entering a county facility; and in particular the Eagle County Building which houses
the commissioners, elected officials and county administration, arrangements must be made for work during
regular business hours and for work after-hours which will create noise, dust or odors. Check with the department
director of the effected area, beforehand, to get permission to work in the area during business hours. There is to
be no work in the Eagle County Building- Administration office during business hours of 7:QOam to 5:30pm,
Monday through Friday. This includes entering to inspect or coordinate the work to be done, moving furniture,
delivering or removing materials used in the work and making post-completion punch-list inspections.
3. Insurance and Bonds:
A. All contractors and vendors must meet the minimum statutory insurance requirements before entering to
work on any county site. A valid commercial general habiIity insurance certificate must be received m the
Facilities Management office, and approved, before any mobilization or work commences on a county site.
Contractors and vendors under contract with the county should refer to the contract for applicable
insurance and bonding requirements. Contract insurance and bonding requirements may differ from those
indicated in this document.
B. Tlie minimum statutory insurance requirements are as follows: commercial general Liability coverage shall
be Gamed in the minimum amount of $150,000 per injury and $600,000 per occurrence for claims or
damages arising from activities conducted, including but not limited to personal injury, death, property
damage and other damages imposed by law. Contractors must carry worker's compensation insurance as
required by law.
4. Compliance with Federal, State and Locai Laws:
A. It is the responsibility of all contractors and vendors to he in compliance with all applicable Federal, State
and local taws while performing work on behalf of the county on county sites.
B Contractors and vendors must be aware of and be in compliance with the Occupation and Safety Act
(OSHA) All work procedures and any use of equipment on county sites must meet OSHA requirements
and equipment must be handled and operated m compliance with OSHA
Project Location:
Requirements anii Procedures for Contractors and Venders- Rc. isu,n 3. May ~-t, 2003 Page I
C. Contractors and ve,..,ors must be aware of Federal, State and to _ laws applicable to the procurement, use
and handling of hazardous substances. Contractors and vendors must receive written approval from the
Director of Facilities Management to bring a substance with a hazardous materials classification greater
than one (1) for health, fire or reactivity hazard and/or any specific hazard designation onto a county site.
D. The use of oil-based paints, lacquer finishes or thinners is prohibited inside or adjacent to County
buildings.
E. Contractors and vendors must have applicable MSDS documentation at hand, at all times, and be in
compliance with the labeled requirements.
5. Personnel:
A. Contractors and vendors are required to ensure that all personnel are qualified employees meeting all
Federal, State and local laws related to employment, and may be required to show verification upon
request.
B. Contractors and vendors act as an independent contractor on all projects, unless the contract specifies
otherwise, and are obligated to pay federal and state income tax on moneys earned. 'The personnel
employed by contractors and vendors are not and shall not become employees, agents or servants of the
County because of the performance of any contracted work.
C. Eagle County is a drug-free workplace. The possession or use of alcohol and drugs is prohibited while
on county sites. All personnel must amve for work at Eagle County sites completely sober and drug-free.
Any personnel violating this provision must be immediately removed from the site.
6. Coordination and use of facilities:
A. After hours work: Contractors and vendors must arrange, in advance, for any work to be performed
outside of the regular building operating hours of 7:OOam to 5:30pm Monday through Friday.
Arrangements must be made with the Facilities Management office by calling 328-8880. One key and one
access card maybe checked out. The contractor or vendor must sign for the key and/or card. There is a
$500 charge for lost keys or cards. Final payment wtlI not be made until keys and/or cards are returned.
Each time a contractor or vendor is working after hours, contact must be made with the Facilities
Management project personnel, ahead of time, to coordinate issues which may arise as a result of the
planned work. Certain facilities have security systems and restricted access and hours of access, so it is
imperative that access be arranged to advance. Only certain building entries may be used after-hours.
Eagle County Building Site- The main east entrance of the Eagle County building is the only
access point for the building after-hours. Enter and exit only through the east doors of the main
building, all other doors are alarmed.
Do not prop open any doors. Contractors and vendors may not prop doors open to allow extension
cords to be run through doors. Extenston cords must be connected to exterior outlets to power any
equipment used outdoors.
Contractors and vendors must arrange to meet their personnel at entrances to accompany them to
work sites and avoid propping open entry doors.
4. Contractor and vendor personnel must remain only m destgnated work areas and must not go tnto
other areas of the butldrng.
B. Facilittes Management contact: During regular business hours contractors and vendors should call 328-
8880 or come by the off ce at 590 Broadway m Eagle, next to the main county budding. After hours
contact can be made by calling the pager at 748-2223 or the cell phone at 47l -6228. Contractors and
Kequuements and Procedures for Contractors and Vendors- rtes sum 3, rvtay ta. zou3 pace ~
vendors must ma] re they have a specific plan for building :ss, a contact person and direct phone
number for that person prior to commencing any after-hours work.
C. Work which creates noise, vibration, dust, requires use of a volatile organic compound (VOC) containing
material or other hazardous substance or any physical disturbance of staff, such as furniture moving must
be coordinated with the Facilities Management Department prior to commencing work.
D. Smoking is not allowed in county facilities. Smoking is allowed outside buildings a minimum of fifteen
feet from the building. Certain county buildings have specific smoking areas assigned.
E. Parking: Vehicles may not be parked on grass areas. Contractors and vendors may use the paved county
parking areas. Contractors and vendors requiring special access must make specific arrangements through
the Facilities Management Department prior to commencing work.
F. Storage areas: Areas for storage of materials, tools or for work fabrication assembly must be arranged in
advance.
G. Contractors and vendors must notify the Facilities Management Department, in advance, before any
painting work is commenced.
7. Clean Up:
A. Contractors and vendors are responsible for clean up of immediate work areas. Disturbed areas must be
returned to their original condition at the completion of the work. Contractors and vendors must either
designate an area to be separated, and remain as work area for the duration of the project, or provide for
immediate work areas open to employees and the public to be cleaned every 24 hours prior to the
commencement of the next day's business hours and on weekends no later than Sunday night prior to the
commencement of business on Monday morning. Areas to be designated as work areas must be separated
from occupied business areas with partitions or plastic sheeting which will stop the transmission of sound,
dust and other disturbances.
B. Trash: Contractors and vendors are responsible for trash generated by work at county facilities. Minor
disposal in county trash receptacles is permitted. Contractors and vendors engaging in work requiring
seven days or longer or disturbing greater than 100 square feet of existing space must provide for their own
trash collection and disposal.
8. Sales Tax:
If Contractor fails to obtatn the tax exemption(s) applicable to publtc works projects from sales, consumer, use and
similar taxes, Contractor shall pay the same. Owner will cooperate with Contractor to obtain tax exemption for
any project.
9. Acceptance: I have read and understand the above requirements and procedures and agree to abide by them.
For: ,... ~'~ Rl< ~ Q{2 ~,.>>cl,L-~ S E-R+.1'1cC-'S 1NC-
Con actor or vendo company name
Signature Print Name and Tttle
V \NIA[NT\procedures for contractors vendors.wpd
Requtrements and Procedures for Contractors and Vendors- Recis~~in 3. May i~, zuo3 Pace 3
EXHIBIT A
10
C. \MAIN71Fue Spnnt,ler Systems\fire sprinkler servues agreement wpd
FIRE SPRINKLER SEtc 1ICES
O 151 Ponderosa Drive
Glenwood Springs, CO 81601
Ph. (970) 928-9163
Fax (970) 928-8334
Proposal Submitted To:
Name Eagle County Facilities Management
Street PO Box 850
C,tY Eagle State CO 81631-0850
Awn: Rich
Phone 328-8880
P1~©POSAL
Street __. ___ __ ~_
City __.^ _ State _
Date of Plans __.-_
Architect -______
No..- - ~--- -
Oate _ _ 2-20-04=, - - ' __
Sheet No. 1
Work To Be Performed At:
We hereby propose to furnish the materials and perform the labor necessary far the completion of
_ Annual test and inspections (T&I) on auto fire sprinkler systems and
annual test and certifications of backflow preventers:
1) Eagle County Building/Government .Building_____,
T&I =_$450.00
--~ 5 B / F = 4 25.00 -~-~_ --- --~~-__ ~-
_ 2 Old Court House _
_ T&I = 375.00
2 B/F = 170.00
3) Senior Center
3 B/F = 255.00
4) Justice Center - __ _ __ ____ _
_ T&I = 330.00 __ _
1 B/F = 85.00 J
All material Is guaranteed to be as specified, and the above work to be performed in accordance with tea crawings and
specifications submitted for above work and completed In a substantial workmanlike manner fcr the sum of
Dollars t$ J.
with payments to be made as fellows:
Any ai[eration or dewac~on from above specificauon5 involving extra
casts wul be executed only upon wntten orders. and will become an
extra charge over ano aoove the estimate All agreements contingent ,
~p~r stnRes accidents or delays beyond our control owner Co carry
fire tornado ano other necessary insurance upon above work Work-
men s Compensation and Fubhc l~aomty Insurance on above work to be
ca<zn out b/
FIRE SPRINKLER SERVICES
Respectfully submitted ___._ ._--_ -_ - ___- ____ . ___._ ______ ___ _
Per----- - ~ - -- -- --- ------- -- ---
Note-This proposal may be withdrawn by 1s it roc accepted
within . __- _ days.
ACCEPTANCE OF PROPOSAL
Tr;e above prices specifications and condlt~ons are satlsfactor~/ and are hereby accepted. 1'ou are authorized to do tea r~r.. ~; -p~cif~ed
~a~ meet will be made as outlined above
Signature
Dale _ __Sinnature
FIRE SPRINKLER SEttVICES
0151 Ponderosa Drive
• Glenwood Springs, CO 81601
Ph. (970) 928-9163
Fax (970) 928-8334
Proposal Submitted To:
Name Eagle CountX Facilities Management
Street PO Box 850
City Eagle State CO 81631-0850
Awn; Rich
Phone 328-8880 _
PROPOSAL
Street._~ ___-__
City _._~. ____ State
Date of Pans __.- - _
Architect ____^
No. -- - ------ -
Date _ . _ 2-20-04: _: _ _
Sheet No. 2
Work To Be Performed At:
We hereby propose to furnish the materials and perform the labor necessary for the completion of
Annual T&I and Backflow Certifications:
_5) Joint Maintenance Facilities _
____ T&I's = $1230.00 _^
- 17 B F's =- 1445.00 - _ _~
T Breakdo~.Qf totals above: !~-_,~_,~ __
_ '1'01 - 4L5.UU
3 B/F - 255.00 _____
T&I = 475.00
6 B/F - 510.00
- T&~ __ X0.00 - - --- - - -- - -
S R1F L7S nn
__2 B/E_ __ 170.00 _
All material is guaranteed to be as specified, and the above work to be performed in accordance with the oraw~ngs and
specifications submitted for above work and completed in a substantial workmanlike manner fcr the sum of
Dollars [$ },
with payments to be made as fellows: __ _____ .__.._____
Anv aRera[ on or oev,auon from above speaf~cations invoivmg extra
costs wia be executed only upon wnccen orders. and will become an
ezcra charge over ano above [ne esumate Alf agreements contmgen[ ,
u0or s[nKes accidents or delays beyond our control Owner Co carry
hr?, tornado anb ocher necessarv~nsurance upon above work Work-
men s Co~npensauon and Public Liabn~ty Insurance on aoove work to be
ca~en out o~
FIRE SPRINKLER SERVICES
Respectfully submitted ---- .. -- --- - -_-- -,--- .-, - _ - --^___-- __- --
Per --_ _ _
Notes-This proposal may be w~chdrawn by us it not accepted
within - _ _- ._ days.
ACCEPTANCE OF PROPOSAL
The abe~e ar~ces specif~catians and candrticns are satisfactory and are hereby accepted. 1'ou are authonzec to do tha wcr, ~s ~ peune.i
Payment will to made as outlined above
Signature
Sate _ 5ionature -. _
TIRE SPRINKLER SEtc dICES
OlSI Ponderosa Drive
. Glenwood Springs, CO 81601
Ph. (970) 928-9163
Fax (970) 928-8334
Proposal Submitted To:
PROPOSAL
Name Eagle County Facilities Management
Street PO Box 850
C,ty Eagle State CO 81631-0850
Attn: Rich
Phone 328-8880
We hereby propose to furnish the materials and perform the labor necessary for the completion of
Annual T&I and Backflow Certifications:
____ 6) Annex Building __
V 1 B/F = $ 85.00 _~
- 7Z Fairground Buildings __ _____ _^
- 3~F = 255.00 ~ --~---_~-~_-~__ ~_ ---
Breakdown of 3 backflows:
_ 1) Exhibition Hall ~ ~~
1 B/F = 85.00 _
2) Concession Stand
1 B/F = 85.00 -
3) Grand Stand
1 B1F = 85.00 _
8) Animal Shelter _ _
T 2 B/F = 170.00
All material Is guaranteed to be as specified. and the above work to be performed in accordance w~ch the drawings and
specifications submitted for above work and completed in a substantial workmanlike manner for the sum of
Dollars [$ 1.
with payments to be made as follows:
i Any aiterat,on or deviation from above speafications invoiwng extra
~ costs w~;l be executed onty upon wr~cten orders, and will Uecome an
'I extra Charge Over and abOVe Che eSLlmaCe All agreements cont~ngenc ,
; ~aor stnxes acc;dencs or delays beyond our control Owner to carry
`ire tornado and other necessary mSUranCe uDOn above work Work-
men s Compensation and Public L~abn;ty Insurance on aoove work to be
taRen out oy
FIRE SPRINKLER SERVICES
Note-This proposal may be wicndrawn by us if not accepted
within . _ _- -_ days
ACCEPTANCE OF PROP05AL
The above paces spec~f~cat~ons and cond~t,ens are satisfactory and are hereoy accepted You are authorized to ao the r~or~ ,.s ~pacinej
Payment will be made as outlined above
Signature
No. __ _ ___.-_ __
pate _ _ . 2-20-04-_ ~ _ _
Sheet No. -..--_____3__~._____.___
Work To Be Performed At:
Street -___ __ _ __
City __.__ - State
Date of Pfans ~.. _
Architect ____._ _,
Respectfully submitted .___ _-._- _.. -__ .___ ._ -. ._ __~-____ ____ _-
Per.-- -- - - -_ .. - -- ------------
Date Signature
FIRE SPRINKLER SEtc'VICES
O 1 ~ 1 Ponderosa Drive
Glenwood Springs, CO 81601
Ph. (970} 928-9163
Fax (970) 928-8334
Proposal Submitted To:
PF~OPOSAL
Name Eagle County Facilities Management
Street PO Box 850
City Eagle State CO 81631-0850
gttn: Rich
Phone 328-8880
No. _..._
date._ _ 220.04" ~ ~ - _
Sheet No. ....___4__. _ .~_____
Work To Be Performed At:
Street .___ ___._._
City _-.-- _- State
Date of P4ans ___
Architect ____~_
we hereby propose to furnish the materials and perform the labor necessary for the completion of
Annual T&I and Backflow Certifications:
9) El Jebel Community Center _
_-_ T&I = $350.00 _ _____
-- 2 B~ = 170.00 _ ~~_.~~~
10) Golden Eagle Senior Center
3 B/F = 255.00
** All backflows for the length of this contract, shall be $85.00 per backflow. Any
changes will be discussed and adjusted.
All material is guaranteed to be as specified. and the above work to be performed In accordance with the drawings and
speafications submitted for above work and completed in a substantial workmanlike manner for the sum of
FuII payment due within 30 da _s of Dollars [$ }
with payments to be made as follows: _ _..___.__~____y___ completion
Any alteration or deviation from above spec+f+cat+ons +nvolv~ng extra
costs wdi be executed only upon wncten orders, and will become an
extra charge aver and above the est+mate All agreements contingent .
upon stakes accidents or delays beyond our contra) Owner to carry
lire tornado and other necessary insurance upon above work work-
mec s Compensation and Public l.+aoil+ty Insurance on above work to be
Callen out by
FIRE SPRINKLER SERVICES
Note-This proposal may be withdrawn by us If not accepted
within . _30 -_ days.
ACCEPTANCE OF PROPOSAL
'~-~e aoc~e paces specifications and conditions are satisfactory and are hereby accepted. You are authorizes to co the work as specified
+ Payment will be made as outlined above
Signature
Respectfully submitted ,___Wayne Wag~ler
Per - - - ~ -- - - - - - ---- - - ---
Da:E Sinnature
EXHIBIT B
11
G \MATNT\Ftre Sprinkler S~titems~fire sprtnkler sen Tres agreement wpd
are footage of owned /leased
i99~- - - - -- -
or
later
637 Adm-nstrat-on Bu
613
le County Buildings
Gross SF _ Yr c no s Cost _ __
or renov _
Total comple Replacement Cost
_112812004
Usef_uI Address
Lrfe
C
~01A 66,900 1990 $8,607,815 $128.67 50 500 Broadway Eagle 81631
01B 20,157 1998 $3,535,176 $175.38 50 550 Broadway Eagle 81631
O1C 1,900 1990 $247,854 $130.45 50 590 Broaddway Eagle 81631
603 Senor Center 01 E _ _4,359 1993 $282,012 $64.70 30 713 Broadway Eagle 81631
Joint Maintenance Facility 88,535 2000
* 2061 Adminstration__ _ 02A 8,891 __ _ $1,269,352 $142.77 30 3289 Cooley Mesa- - Gypsum 81637 _ _ __ _
* ~, 2060 Operations _ 026 6,523 $928,411 $142.33_ _ 30 3289 Cooley Mesa Gypsum 81637
* ~ 2068 Maintenance __ 02C 28,039 $4,017,485 $143.28 30 3289 Cooley Mesa Gypsum 81637
* 2059 Storage R&B 02G 13,484 -_ $1,236,667 $91.71 30 3289 Cooley Mesa Gypsum 81637 _
* 2058 Bus Storage 02D 20,706 $2,519,803 $121.73 30 3289 Cooley Mesa Gypsum 81637
* 2057 Shed 02F 9,427 $795,821 $84.42 30 3289 Cooley Mesa Gypsum 61637
--- -- ------ ---
* 2056 Fuel Island 02E 1,471 $208,258 $141.58 30 3289 Cooley Mesa (Gypsum 81637
---r-- - - - - -- --~ - --- -- -- ---- --+----- -
---- --------- -- -
j 617 Justice Center 03A 43,546 1985 $8,028,347 $184.36 30 0855 Chambers Ave Eagle_ 81631
~-- --
650 J.C. Annex 03B 5,0001 1995 $819,272 $163.85 30 955 Chambers_Ave. Eagle _ _8__1631 added 1.6_5 space illuminated_ _
-- -- -- -
_ __ _ _ _ ~___ _ parking lot in 2003_, _ _
Fa- rounds Bu-Idin s 46,381 __ _ ___
--, - ~~ - - 9 - -- - ---- ~ -- -- ~ --- - - --- - -- -- ---
619 Exhibition hall 04C 6,200 1965 _ $248,717 _ $40.12_ 1010426 Fairgrounds Rd_ Eagle _ 81631
_', 633 Fair I Extension office_ _ __ 046 1,008 ~_ 1975' $70,209 f $69.65 ~ _10; 0426 Fairgrounds Rd. - _ Eagle 81631
_ 649 Livestoc barn _ 04G 10,000_ _ 1985 159,932 15.99 ~ -
- - '-- --Y ~ g - - - - -- -
- -- -! - - - g _- - - ---- --- -
~I 612 Barn! Chambers 04M 5 576 1900; $92,082 $16.51 ~ 20',0 624 Fairgrounds Rd. Eagle 81631
_ D 0955 Fair rounds Rd. Ea le 81631
634 Grain shed 04P 640 - 19007 $8,785 _ $13.73
~ _~_ _ 0,0426 Fairgrounds Rd. Eagle ~ 81631
- -- -
-----
- ~- - -
604 Log booth _ _ _ 040 100 1990 $2,550 $25.50 0 ~ 0426 Fairgrounds Rd. ~ Eagle ~ 81631
_ 626,White horse equip. shed- arena tic 04R 100 _ ~ 1990 _$2,550 _ $25.50__ 0 0426 Fairgrounds Rd. Eagle - ~ - 81631 __
614 Tin shed- Lar e _,04K 2,320 1970 $12,557 _ $_5 41 0 0426 Fair rounds Rd. Ea le 8163-T- _
-~ -- ~-- 9 - g - 9
- .04L -- - - - _ $7,069 g g - - --- --- ---
__611 ITinshed- small 1,200 1970 $5.89 0 0426 Fair rounds Rd. E_a_ le 81631
r ~ - -- -
E - -- --
623 East_restroom 04S 3.9.1 __ _ _ I 1970' $47,51_ ~ ~
0426 Fairgrounds Rd. Eagle 81631
-- - t - ---- $121.52 0
620, - _-- --~--- - --
622~Concession stand- food service bldp04A 465 1950 $9,519 $20.47 i 0 0426 Fair rounds Rd. ;'Eagle 81631,
625 Tool shed- red shed by aver i 192 i 1950 $3,_270 _ $17.03 0 0426 Fair rounds Rd. Ea le 81631 _ -__ ___ _ _
~ ~- - -- --- - -- g--- - ----~-- -- ---
'~04E ~ 1985 $45,760 ~ $242.12 ~ 10 0426 Fairgrounds Rd. Eagle__ _81631 _ _
2062 Grandstands restroom west 1040 j - 189 _ __ ~ _ ~ - ~ -----` -- 0426 Fair rounds Rd. Ea le ( 81631 ~ _ _ _
-Horse Stalls- - _ ~04H ~-_ _ 18,000 1985 - - ~ $160.27 50______g--__ _ g _+_-_
$ $$20,000 1 $50.00 10
0426 Fairgrounds Rd.
- 04D 2,400,
Arena, rows Nest, i n - 041 ~ 30,375 - ~ 1999 250,000 $8.23 20,
_ 0426 Fairgrounds Rd.
i ~ --
t-- g-- - ~- -- f
I ~ ~ - - - - ~ ~ - - - - - - ----
1840'Animal Shelter 04N
r - --
i
__
~ 1 29 14 Colorado River Rd.
^
_
629'iHouse 05A2
_
605,Pump ousehouseh _ _ 05A1
607~ Root Cellar 05A1
608 Garagelstorage-nld shop
~- 05A3
30265 Colorado River Rd._
630 House 05C~
631 Garagelstorage-nld shop 05C1
2053 Avon Center
Genos
-!Clerk & RecorderlHHS
- _ 06A
_ 06A
-_ O6A_
06A
4,800 1997~-
1
1,140 _ $78,540 $68.89
96 $2,230 $23.23
100 ~ _ _ $1,700 $17.00
864 $40,157 $46.48
1,662 _ ~ _
_
798 _ _ $51,161 $64.11
864 _ _ $11,724 $13_57
_
5,597 1990 $1,_323,183 $236.41
292 _ _ $0 $0.00
500 _ i $0 $0.00
1,187 _ $0 __
$0.00
-
3,618 - --
- ~ -
- $0
$0.00
__ ~ Sheriffs Sub Stations _ _ _ _
Eagle Vail Substation 06C 2,600 $390,000 $150.00
- - - --
1907fGun range- training facility _ - 2,500 $65,630 $26.25
--
Gunrange- shed 100 1 $2,500 $25.00
Gun range- shed 100 _$2,500 $25.00
Gypsum` ~~ _ 100 lease #VALUE!
Road and Bridge- old site , 28,152 -
_~ 638 Adminstration ~011A 2,240 _ __
606 Shed ! 1011E 120
609 East truck barn 0116 3,000
_610 Sign shop 011F _1,800_
627 Diesel shop 011C, __ 3,444 _
635 Gas shop 011 D 3,958
- - - -- ---- ! -- - -- - .~_ i-
- Landfill
t -- - - ,- -- --
- ~_.
615~Landfill office-oltl _ 09A 1,200 _ ~~
_ 2063'New Landfill- Landfill admin i09A 1,440; __ ~ 2000
_ ' _6.39' Landfill trailer- old 096 , 9.501
New Landfil{ Shop -- `09~- --- -- - -- -! -
----~-
New Landfill HHW_ facilit -future 09D
- - ~ --- - --- Y - - j - ----~----
Dowd - ~ - - ~ - - -- -~
6361Dowd shop - ~06D 3,200
---1 - ~ - I -- -
-$66,951 _ $29.8
$3,005 $25.04
__$_104,027 $34.68
_$31,743 _ $17.64
$189,696 $55.08
$191,093 ~ $48.28 -
I --
- --~ -
25 1400 Fairgrounds Rd. Eagle
- ~--
0 19214 Colorado River R~McCoy
0 19214 Colorado River Rd. McCoy
0 19214 Colorado River Rd. McCoy
0 19214 Colorado River Rd. McCoy
0 30265 Colorado River Rd. McCoy
0 30265 Colorado River Rd. -McCoy
20 28 E Beaver Creek Blvd. Avon
-- - ~ - -
25 - - -
20 -- ~-
20
20 10x10 -
- -
10x10
t ---
-- _
- -- - ~- _ _ _
- - - - -
_ _ _ ___ site is leased to four non-profits
10 712 CastleDrive _ ~ Eagle 81631 red cross _
5 712 Castle Drive Eagle
{ 81631 vail mtn. rescue
_
0 -
,712 Castle Drive Eagle _ ' 81631 _- - __
resource center
0
- -
- - - - - --- ---- -- habitat for humanit -
- -y --
0 712 Castle Drive Eagle _
0 712 Castle Drive Eagle
_- __ - _-
t
$60,594 $42.08 15 '
--- - -
- --- -
$30,3D9 --
$31.90
0
- - - Wolcott
_~
- -
-
-- - - - - --
~
-
6 --- ---
81
31
- --
$109,605_ _ -
-- ~ -
$34.25 ' ~ - -
~ _-- - -
0,41413 Highway 5 --
81631
Avon
- ~ - 81620 -
- -- ---- ----
- --
'
81631
81620
Northwest Mccoy area
_ _ _ _, _ _ _
651 Northwest shop 05B 4,800 $102,051 $21.26 20 30261 Colorado River Rtl. McCoy 80463 _
Basalt area ~
J
632 Basalt shoplR & B 07A 2,000 $63,974 $31.99 0 165 W Sopris _ Basalt _ 81621
, _ _ _
Mt. Sopris Tree Farm 53,797 124 acre site with active recreation
_
* Community Center 0101 15,305 __
$2,450,000 $160.08 30 0020 Eagle Co. Rd. EI Jebel _ lease to Crown Mtn. Rec District
_ 647 Garagelstorage 010C 4,267 $199,690 $46.80 _ 0 0020 Eagle Co. Rd. EI Jebel for active rec. areas including;
648 _ _ _ _
Seed extractory building 0108 __
3,220 _ _ _ _ $83,218 $25.84 _0 0020 Eagle Co. Rd. EI Jebel softball and baseball _
646 _ _ _
Utility shed 0100 _
821 __ _ $17,212 $20.96 0 0020 Eagle Co. Rd. EI Jebel _ soccer
645 Pump house 010E 665 $14,432 $21.70 0 0020 Eagle Co. Rd EI Jebel __ future skatepark
644 Gas and chemical storage 010E 368 $16,768 $45.57 0 0020 Eagle Co. Rd. EI Jebel parking, gardens, bmx track
643 Tree processing building ~ 010A 17,391 _ _
$397,245
~ _ _ _
$22.84 0 0020 Eagle Co. Rd. _ EI Jebel _ _ concession stand and toilets in
- -
641
Cone storage #1 X
010
5,880 _
-
$69,071 - --
$11.75
0 _
0020 Eagle Co. Rd.
EI Jebel
future _
642
Cone storage #2
010H
5,880
_ _ -
$69,071 --
~ $11.75
0
0020 Eagle Co._Rd.
EI Jebel
i -
Irrigation system pump building 010J j _
1 - -- - -
- - -
Airport -
84,216 - -- -- _ _ - __
640 Airport Administration 12A 13,915 $1,112,811 $79.97 30 0519 Eldon Wilson Rd. _ _ Gypsum 81637 _ _
* 652 Airport Terminal 12B 62,000 $17,130,770 $276.30 30 217 Elden Wilson Rd Gypsum _816 _
Ambulance Building
12C
900
$54,000
$60.00
15
_ _ _
Gypsum . _
Nottingham Hangar 120 1,000 $60,000 $60.00 15 ___ ___ Gypsum
TVORSite 12E 1 $270,000 $270,000.00 Gypsum
--
AirTerminal Control Tower 12F 5,500 , _ _ 0215 Airport Road _ Gypsum
Electrical Vault Building 12G 900 ~ 0205 Airport Road Gypsum
___
t V Echo Ranch 2,600 _ _; site is leased to resource center
* 2054 House 12C 1,500 $195,047 , $130.03 15 2421 Cooley Mesa Rd. Gypsum 81637
2055 Barn 120 1,000 $25,126 $25.13 0 2421 Cooley Mesa Rd. Gypsum 8163 7
~ Shed ~12E _
100
I $500 $5.00
- 0 2421 Cooley Mesa Rd. '
- -
- Gypsum r
- --
-- --- -
_
- -- -- - ~
-~
- -- -
~ - - - --- ----
i
Pavilionreek Fifth Filin 0140 #REF.
~ - 9 -
-_ _ 600-_ _ `_
Pum house on miller ranch road 014H; 150 -
_ - -
- -~ - - -
~
__
~
~
- - ~ ---T
1
- - -- -- - -
0450 Edwards Access Rd I Edwards t
0450 Edwards Access Rd Edwards ~
____ _ __ __ _ --- - -------
-
recreation site is 35.8 acres
is leased to western eagle county
recreation district for active rec.
__ __ ____
_ _
f
__
p - - ~ - I
Pond Pu_ m__house 014_ I 150
Tool Shed 014J I 800
_ _ _
~
r
~ 0450 Edwards Access Rd Edwards i
_ _ _ _ _
0450 Edwards Access Rd ,Edwards ~ _
site has four soccer fields and will
have kid's play area in future
_ _ _
--- -- --- - - _i__..
Grand Total _ 1 _ ~ #REF.
---- - - t--
---
removin : I
Ex-sbng Road and Bridge Site ~ ~ 14,562
__
--
_
~
62,292,760
-
i, _
-
.
-- -r- - ~ -
-
i _ _
~ Y Partnership for Education Site is
~ - -- -
adjacent to rec site is jointly owned
-
with school district 16ac
CMC building site will be removed
from the 16 acres and owned
N
~ ~
, I I I
I
~I ~ i ~
'
o , ' ~
,,.
a~'
~
,
~
~
~
~
~ I
~ a
U E
'
y, c
~ ~
o ~ o
M N N N
tD
r Cfl
r CO
r CO
r
i ~ ~ ~ ~
i .~ ' I
I N
~ N
fo ~ I fo fo
W Q , WSW
O
U
~ I
Q
~
3 ~
~ o
> ~
3
~ ,
~ 3 ~
Ii I m m ~ m I ~
,
~
~ ,
~
N M
i
i i
,
~
~
0 0 0 0 0 0 O ct O
0 0 0 0 0 0 f~ N O
0 0 0 0 0 0 O ~ O
EH d~ (A EA ffJ ER O O O
N N ~ '
i Efl 69 d9
i
' CI O N ~!
i lf') ~ r- f'7 00
I
r 0 ~
~ h
- f~
~
I~ ~
~ I
~
~ ti
' I
i ~
i W
~ i
~ '
~
t #
0 N O O K O ~
'
d ~ O lf') I
N r O O ~ O O In f~
N M ~- M M ~ 00 ~
i r r (D
~ '
I d
~ l '~ ~
I i H O; i
~ f C y
' Z
~ ~ I
a~ ~ o
2 O
i '
c Icyo ~ ~ Q
,
N
J
~
Q o_
C
~
~
~
~
~
d
N
~ J
Q
i "
~ ~
i
C
I~ ~I~ ~
v Q
L
p
3 '~ !~ ~ coo F-
o i
N _
R
' ~~
~~ ? W U
y i L L a
+ -~ ; J ~ C J
N C ~ N 0 a U i F'
N
'~ t fo .~ .~ fo .Q
~ 0
(o > .
>+ L~
fo ~ O
'
Q(nW fn ~ U' tq WQ U' W C~ H
O ~ I
rn ~
~ 1 i
I