HomeMy WebLinkAbout1990-0862651L-1/3689
N0. 90 _ash
AN ORDINANCE ACCEPTING COMPETITIVE BIDS AND AWARDING A CONTRACT
FOR THE PURCHASE OF MATERIALS, EQUIPMENT, SUPPLIES OR SERVICES;
PROVIDING FOR THE EXPENDITURE OF FUNDS THEREFORE; AND PROVIDING
FOR AN EFFECTIVE DATE.
WHEREAS, the City has solicited, received and tabulated
competitive bids for the purchase of necessary materials, equip-
ment, supplies or services in accordance with the procedures of
state law and City ordinances; and
WHEREAS, the City Manager or a designated employee has
reviewed and recommended that the herein described bids are the
lowest responsible bids for the materials, equipment, supplies or
services as shown in the "Bid Proposals" submitted therefor; and
WHEREAS, the City Council has provided in the City Budget for
the appropriation of funds to be used for the purchase of the
materials, equipment, supplies or services approved and accepted
herein; NOW, THEREFORE,
THE COUNCIL OF THE CITY OF DENTON HEREBY ORDAINS:
SECTION I. That the numbered items in the following numbered
bids for materials, equipment, supplies, or services, shown in the
"Bid Proposals" on file in the Office of the City's Purchasing
Agent filed according to the bid number assigned thereto, are
hereby accepted and approved as being the lowest responsible bids
for such items:
BID
ITEM
NUMBER
NO.
VENDOR
AMOUNT
1112
1
Consolidated Traffic Controls
366.00
1112
2
Brooks Products
3,029.60
1112
3
Consolidated Traffic Controls
1,881.00
1112
4
Consolidated Traffic Controls
7,440.05
1112
5
Sandy's Signals
6,206.40
1112
6
ASI Traffic Controls
480.00
1112
7
Traffic Parts, Inc.
101.04
1112
8
ASI Traffic Controls
7,584.00
1112
9
ASI Traffic Controls
1,297.00
1112
10
Sandy's Signals
904.15
1112
11
ASI Traffic Controls
272.00
1112
12
ASI Traffic Controls
3,540.00
1112
13
ASI Traffic Controls
92.00
1112
14
T.W. Communication
12,032.30
1112
15
Traffic Engineering
5,880.00
1114
lA
Davis
Concrete
3.50
sack
1114
1B
Lake
Cities
Concrete
$48.00
ton
1114
2A
Lake
Cities
Concrete
S42.00
cy
1114
2B
Lake
Cities
Concrete
S41.00
cy
1114
2C
Lake
Cities
Concrete
140.00
cy
1114
3
Gary
Stevens
Trucking
3.95
cy
1114
4
Gary
Stevens
Trucking
7.70
ton
1114
5
Gary
Stevens
Trucking
6.60
ton
1114
6
Gary
Stevens
Trucking
8.00
ton
1114
7
Gary
Stevens
Trucking
8.00
ton
1114
8
Gary
Stevens
'Trucking
6.90
ton
1114
9
Gary
Stevens
Trucking
6.50
ton
1114
10
Gary
Stevens
Trucking
5.00
cy
1114
11A
No Bidders
1114
11B
No Bidders
1115
1
Mahaney
International
37,764.00
1115
2
Altec
Industries
$59,664.00
SECTION II. That by the acceptance and approval of the above
numbered items of the submitted bids, the City accepts the offer
of the persons submitting the bids for such items and agrees to
purchase the materials, equipment, supplies or services in accor-
dance with the terms, specifications, standards, quantities and
for the specified sums contained in the Bid Invitations, Bid
Proposals, and related documents.
SECTION III. That should the City and persons submitting
approved and accepted items and of the submitted bids wish to
enter into a formal written agreement as a result of the accep-
tance, approval, and awarding of the bids, the City Manager or
his designated representative is hereby authorized to execute the
written contract which shall be attached hereto; provided that
the written contract is in accordance with the terms, conditions,
specifications, standards, quantities and specified sums contained
in the Bid Proposal and related bid documents herein approved and
accepted.
SECTION IV. That by the acceptance and approval of the above
numbered items of the submitted bids the City Council hereby
authorizes the expenditure of funds therefor in the amount and in
accordance with the approved bids or pursuant to a written
contract made pursuant thereto as authorized herein.
SECTION V. That this ordinance shall become effective
immediately upon its passage and approval
PASSED AND APPROVED this L1_ day of �, 1990.
BOB CASTLEBERRY, MAY R
PAGE TWO
ATTEST:
JENNIFER WALTERS, CITY SECRETARY
BY•
APPR VED AS TO LEGAL FORM:
DEBRA ADAMI DRAYOVITCH, CITY ATTORNEY
BY:
PAGE THREE
DATE: JUNE 19, 1990
CITY COUNCIL REPORT
TO: Mayor and Members of the City Council
FROM: Lloyd V. Harrell, City Manager
SUBJECT: BID# 1112 - TRAFFIC SIGNAL CLOSED LOOP SYSTEM
RECOMMENDATION: We recommend this bid be awarded to the lowest
bidder meeting specification for each item as follows:
Item/Description Vendor
1)
Detector Racks
Consolidated Traffic Controls
2)
Pull Boxes
Brooks Products
3)
Power Supplies
Consolidated Traffic Controls
4)
Detector Modules
Consolidated Traffic Controls
5)
Signal Heads
Sandy's Signals
6)
Load Switches
ASI Traffic Controls
7)
Nema Flashers
Traffic Parts, Inc.
8)
Ped. Signal Heads
ASI Traffic Controls
9)
Backplates
ASI Traffic Controls
10)
Visors
Sandy's Signals
11)
Ped. Push Buttons
ASI Traffic Controls
12)
Astro Brackets
ASI Traffic Controls
13)
Ped. Signal Signs
ASI Traffic Controls
14)
Wires
T.W. Communications
15)
Ped. Signal
Bracket
Traffic Engineering
Amount
$ 366.00
3,029.60
1,881.00
7,440.05
6,206.40
480.00
101.04
7,584.00
1,297.00
904.15
272.00
3,540.00
92.00
12,032.30
5,880.00
All of these vendors are the low bidder except for Item 4 in
which the lowest bidder, Traffic Engineer's Detector Modules,
are not compatible with our present system.
SUMMARY: This bid is for equipment to be used by the Traffic
Department. This Equipment will computerize traffic signals in
the downtown square area in coordination with the Carroll
Boulevard closed loop signal system.
BACKGROUND: Tabulation Sheet, Memorandum, Jerry Clark.
Bid #1112
Page 2 of 2
June 19, 1990
PROGRAMS, DEPARTMENT OR GROUPS AFFECTED: Transportation
Engineering Division
FISCAL IMPACT: 1989 Bond Funds #436-020-GO89-9105
Respe ully submitted:
v I�
Llo V. Harrell
City Manager
Prepared by:
Name: Denise Manning
Title: Senior Buyer
Approved:
Name: Tom D. Shaw, C.P.M.
Title: Purchasing Agent
031.DOC
X- 30 3> 3> 3P 10 M 30 3> n> T> Un, X.
1 1
M
CD so
tv
a) t� wn m a) i:i�I m m 'm m, m m i:II m
rn I'l T" m m m rm m "I m m "I m m m
I I
I 1
I= X.
-0 11
P-i J,J III I'll
I ITt
1 —11
111
r1l
III ap
I ml
-Z
=1
I
cz,
'43 111 �III Q1
-4 -.7 M MP IW
I I
LO
III do 113 " -1 to III
"m
nX3 I
;v 6 6 ;w u1 6 6 6 dD
do to w CD KW do w w
to do to do do to do m w to
I I
Ja
17
C)
Inn, 1
m.-,4
—
-4 U,
do
W,
-4
I= InnI
-1 .11
to I'l) —j N) —4 JYs
.Mn M,
w 40 to 1�
I nunl I
yl
n
UI
. . . . . .•. . . . . . . . .
I,J ap CO do W Iul do I-I'l do �n m do 111) to
I I
I I
IXI
I All
r'l
do
L7,
M
IE
I I I I I I I I I I I I I I
G4
TV luXI
I'l do
M! 1
do I
I ICY I
03 CC)
I I
2m
-CI
to
I I
14
O M;
1
1`0
1 m I
O L,
IM I M I W LA 01 -J 11-1 1
IXI KI 1�j �j M -A 44
1 1
I I
M
X,
to 4 -0 .-j III do do III
I I
cl)
do IV 'n" w CP m do to do do
ED w w dQ to to ap do e;7 do to
I I
do do 19 do do do do to Co do do
iIll
mI
ml
X,
-W
III
I
I
CAM on
IZt Cj
a- to to do w
do CD
'Cc "do
m to m I� do w do
ISM do do do to do do
m
m 1
70
CD m
ILd a- �4 do do, to
I ml
so �l
a) do do co do
I
rri
. . . . .
do to ISO ?A do do to
1
I I
.73
do to do do do 1 19 Im
m to do Im MP to do do
I I
I 1
CITY of DENTON / 215 E. McKinney / Denton, Texas 76201
MEMORANDUM
DATE: June 13, 1990
TO: Denise Manning, Assistant Purchasing Agent
FROM: Paul Iwuchukwu, Traffic Engineer Associate
SUBJECT: Bid 1112 Traffic Signal Closed Loop System
The attached list of low bids reflects two changes to our
previous recommendation:
1. Item No. 4, Detector modules, has been moved from Traffic
Engineering and Controls, Incorporated to Consolidated
Traffic Control at the price of $7,440.05 instead of
$6,460.00 - a net increase of $980.05, and;
2. The total amount of all low bids has changed from
$50,125.49 to $51,105.54 - a net increase of $980.05.
We have tested the Microsense M222TX detectors (samples) sent
to us by Traffic Engineering and Controls, Incorporated (TEC).
They performed very well to our specifications but their sizes
do not match existing racks which are already built into the
cabinets. I have contacted Mr. Kevin Byrne, president of TEC,
and he is satisfied with the change in the awards.
Please accept our new recommendation and let us know if you
need additional information.
Paul Iwuchukwu
attachment
xc: Rick Svehla, Deputy City Manager
Jerry Clark, Director of Engineering and Transportation
0876E
I I
VENDOR ( ITEMS I
(Low Bidder) I Item I Description I
I No. I I
A.S.I. Traffic Control System
P. O. Box 470728
Fort Worth, TX 76147
Traffic Engineering and
Controls, Inc.
P. 0. Box 7393
2100 Highway 75N
Huntsville, TX 77342
Sandy's Signals, Inc.
100 Congress Avenue,
Suite 1000
Austin, TX 78701
T. W. Comm. Corp.
923 Lone Star Drive
O'Fallon, MO 63366
Brooks Products
2001 W. Mayfield Road
Arlington, TX 76011
Consolidated Traffic Control
P. 0. Box 3461
Arlington, TX 76010
Traffic Parts, Inc.
P. 0. Box 837
Spring, TX 77383
TOTAL (All Low Bids)
1478o
AMOUNT
6
I I
I Load Switches I
$ 480.00
8
I Pedestrian Signal Heads I
7,584.00
9
I Backplates I
1,297.00
11
Pedestrian Push Buttons I
272.00
12
I Astro Brackets I
3,540.00
13
I Pedestrian Signal Signs I
I
92.00
I
I TOTAL 1
I I
113,265.00
15
I I
I Pedestrian Signal Brackets 1
I I
5,880.00
I I
I TOTAL I
$ 5,880.00
5
I I
Signal Heads I
$ 6,206.40
10
I Visors I
904.15
I I
TOTAL 1
$ 7,110.55
14
I I
1 Wires - TOTAL 1
I I
$12,032.30
2
I I
I I
I Pull Boxes - TOTAL I
1 I
$ 3,029.60
1
I I
I I
I Detector Racks 1
$ 366.00
3
1 Power Supplies I
1,881.00
4
I Detector Modules I
7,440.05
I I
I TOTAL I
$ 9,687.05
7
I I
I Nema Flashers - TOTAL I
I I
I I
101.04
I I I
I I I $51,105.54
I I I
CITY of DENTON, TEXAS
DATE: June 7, 1990
S
MUNICIPAL BUILDING / DENTON, TEXAS 76201 / TELEPHONE (817) 566-8200
MEMORANDUM
TO: Denise Maning, Assistant Purchasing Agent
FROM: Paul Iwuchukwa, Traffic Engineer Associate
SUBJECT: BID 1112 TRAFFIC SIGNAL CLOSED LOOP SYSTEM
We recommend that you award the bids to the vendors on the attached list.
Our staff has contacted these vendors to ensure they bid to our
specifications. Traffic Engineering and Control, Inc. will be sending us two
Microsense M222TX card and rack detectors for testing.
The bid items include:
4-Channel Detector Racks
Pull Boxes
Power Supplies
4-Channel Detector Modules
3 and 5-Section Signal Heads
Load Switches
Nema Flashers
Pedestrian Signal Heads
3 and 5-Section Backplates
Visors
Pedestrian Push Buttons
Astro Brackets
Pedestrian Signal Signs
Electric/Signal Wires and Communication
Cables, and Pedestrian Signals
These items will be used for a computerized traffic signal control in the
downtown square area as part of the Carroll Boulevard Closed Loop Signal
System.
VENDOR
ITEMS
AMOUNT
(Low Bidder)
Item
Description
No.
A.S.I. Traffic Control System
6
Load Switches
$ 480.00
P. 0. Box 470728
8
Pedestrian Signal Heads
7,584.00
Fort Worth, TX 76147
9
Backplates
1,297.00
11
Pedestrian Push Buttons
272.00
12
Astro Brackets
3,540.00
13
Pedestrian Signal Signs
92.00
TOTAL
13 265.00
Traffic Engineering and
4
Detector Modules
6,460.00
Controls, Inc.
15
Pedestrian Signal Brackets
5,880.00
P. 0. Box 7393
2100 Highway 75N
Huntsville, TX 77342
TOTAL
12 340.00
Sandy's Signals, Inc.
5
Signal Heads
6,206.40
100 Congress Avenue,
10
Visors
904.15
Suite 1000
Austin, TX 78701
TOTAL
7,110.55
T. W. Comm. Corp.
14
Wires - TOTAL
J12,032.30
923 Lone Star Drive
O'Fallon, MO 63366
Brooks Products
2
Pull Boxes - TOTAL
3,029.60
2001 W. Mayfield Road
Arlington, TX 76011
Consolidated Traffic Control
1
Detector Racks
366.00
P. O. Box 3461
3
Power Supplies
1,881.00
Arlington, TX 76010
TOTAL
2,247.00
Traffic Parts, Inc.
7
Nema Flashers - TOTAL
101.04
P. 0. Box 837
Spring, TX 77383
TOTAL (All Low Bids) I
I
I
450,125.49
1478o
DATE: JUNE 19, 1990
CITY COUNCIL REPORT
TO: Mayor and Members of the City Council
FROM: Lloyd V. Harrell, City Manager
SUBJECT: BID# 1114 - CEMENT, CONCRETE, LIME, AND AGGREGATE
RECOMMENDATION: We recommend this bid be awarded to low bidders
as follows:
Item/Description
1A) Portland Cement
1B) Bulk Cement
2A) 5-Sack Ready Mix
Cement
2B) 3000 PSI 4.5 WRA
Concrete
2C) 3000 PSI W/Fly Ash
Concrete
Truck Time
Small Load
Sack Adjustment
3 Field Sand
4. Pit Sand
5. Manufactured Sand
6. Concrete Agg. 3/4"
7. Concrete Agg. 3/8"
down
8. Flex Base
9. Crushed Stone #6-20
10. Screened Sand
11A)Bulk Hyd Lime
11B)Bulk Slurry Lime
Vendor Amount
Davis Concrete 3.50 sack
Lake Cities Concrete 48.00 ton
Lake Cities Concrete 42.00 cy
Lake Cities Concrete 41.00 cy
Lake Cities Concrete 40.00 cy
Lake
Cities
Concrete
N/C
Lake
Cities
Concrete
N/C
Lake
Cities
Concrete
-2.60
Gary
Stevens
Trucking
3.95
cy
Gary
Stevens
Trucking
7.70
ton
Gary
Stevens
Trucking
6.60
ton
Gary
Stevens
Trucking
8.00
ton
Gary Stevens
Trucking
8.00
ton
Gary Stevens
Trucking
6.90
ton
Gary Stevens
Trucking
6.50
ton
Gary Stevens
Trucking
5.00
cy
No Bidders
No Bidders
All items are awarded to the low bidder except in the case of
Item 1B which was a tie and decided by the drawing of lots.
Item 2A, 5-Sack Ready Mix Concrete was also a tie, but Lake
Cities Concrete gave a higher discount on fewer sacks per cubic
yard concrete mix, making them low bidder. We did not have any
response for lime and will re -bid these items.
Bid# 1114
Page 2 of 2
June 19, 1990
SUMMARY: This bid is for the purchase of cement, concrete, and
aggregate for use by the Street, Electric Distribution, Water,
and Sewer Departments for the next year with an extension clause
for an additional one (1) year.
BACKGROUND: Tabulation Sheet
PROGRAMS, DEPARTMENT OR GROUPS AFFECTED: Warehouse, Street,
Electric Distribution, Water, and Sewer Field Service
Departments.
FISCAL IMPACT: Budgeted funds from many Divisions of the City
of Denton.
Res pectf y su mi t d:
Lloyd V. Harrell
City Manager
Prepared by:
Name: Denise Manning
Title: Senior Buyer
Approved
Name: Tom D. Shaw, C.P.M.
Title: Purchasing Agent
031.DOC
— b w I K I n .J+
X,
r�
m
rn
m
ml la co Cl co V3 r, -0 m
&A 04 W
I
I
=u
I.n ED — —
do w I
I
I
ME m
rh x>
so C= C= ME ME a) m
do m C.0
W.
I
I
m 1� m --
&I M= nn A) so Q0 W
m
C
-4
1
I
1
m
U, ME r" m "i 1� U) X�
ME
oz
ME ME
I
I
mf
m r" G
I
-=x I
r1l I
ME ME ME IM:.
I
do
17
1� M "I
rYi
M m
rn
m
4w C4
IT
I a,
-01
IT
do
W
ot
1
ME I
ml
ME
ME
on on ME ME
ME ME ME
I
Me I
--I
ul W
W m W
I
I
do a-
GN KN
do 1�
I
do 40 do do AD C=
MP am
I
ME ME ME ME ME ME ME ME ME ME
:M! ME
KED
co No m W.
cl 1
IT
Kl
-4 IJ)
do do 9
rN U,
ED do do
do do do
ME -.ZE ME ME ME ME ME
ME ME ME
ME ME
m I
i C-3
ul us .0 Ed W w IU
w Ed
Ec; CU
i
CD w
mrA
do 151 do
cm r-
ME
ME ME
MM :Mf
ME 1
CD M.
11
so 03
so,
m
�j M rat �.A .-,4 W
ED do do do dD .-zo
I
m
ME ME ME
ME ME
:2� ME
M, w -W w W
CO do
co w
ul Ed
tt, I
� I
IV I
Aa is
do do do do sm
I
ME-MIE M-- M,
I
rn 1
MI
ME
C7o Xa
v- W a, Ed
w
V,
i
E:
snD
M3 �4
1
s 1
-0 us
. .
do
I
I
m
MD
�j .�n 1-4 do
do do do
do do
I
I
do
ED do dP do ED ED
m do do
ED do
I
I
WE :2t
ME ME ME
ME Me
t
m 1
-4 w
M 'X�
.1
ED UD W sk He +A so 49 W w
--.- —
10 Iw M,
-- ---
Ed ca
I
I
M
Ln
201
ME
do do do do do do 40 w
I
I
ED do do do do do do w
I
ME m ME ME ME
I
zz i
cm -4 Xa
.W
W, W W -W w w
m m m
NI M
do VQ
M 'A
1
m 1
-.4
.. .
do IT
I
I
I
rn
r_ado
ED &M
do do Is
do C-n
i
I
9 do do
do do do
ED do
1
DATE: JUNE 19, 1990
CITY COUNCIL REPORT
TO: Mayor and Members of the City Council
FROM: Lloyd V. Harrell, City Manager
SUBJECT: BID# 1115 - TRUCK CAB/CHASSIS DERRICK LINE BODY
RECOMMENDATION: We recommend this bid be awarded to the lowest
bidder for each item.
1) Truck Cab/Chassis Mahaney Int'l. $37,764.00
Delivery in 60-90 Days
2) Derrick Line Body Altec Ind. $59,664.00
Delivery in 120 Days
TOTAL BID AWARD $97,428.00
SUMMARY: This bid is for the purchase of a 44,800 Lb. GVW
diesel powered truck cab/chassis and a 40 Ft. line derrick with
utility body. The unit is a motor pool replacement. It will be
utilized by the Electric Distribution Division in the
maintenance and construction of the overhead electric system.
The old unit will be sold at Public Auction.
BACKGROUND: Tabulation Sheet
PROGRAMS, DEPARTMENT OR GROUPS AFFECTED: Electric Distribution
and Fleet Services
FISCAL IMPACT: Funds for the purchase of this unit will come
from two accounts:
Motor Pool Replacement, Account #720-004-0020-8707 $78,000.00
Electric Distribution, 1989-90 Budget Account
#610-080-0252-9230 $19,428.00
TOTAL $97,428.00
Respect ly spb!�ed:
Lloyd V. Harrell
City Manager
PI pared by:
Name: Tom D. Shaw, C.P.M.
Title: Purchasing Agent
031.DOC
— — — — — — — — — — — — — —
— — — — — —
— — — — —
— —
�
HH
WNI'LT1
O
O n
�
O
d
ron
C
H
t7'
H
C�
x
cix
x
n
xFd
to
�n
z
z
n
C7 (n
t:ri
In
E O
O
m
�3
tC
cn
x �c
H >
yro
t� ro
t'
FC
N
— —
— — — — — — —
— — —
— — — —
— —
— — —
— — — —
H
o
H
H
to
vi
W
I
O
a>
w
o
H
oo
P C
io
hj TJ
O0
N
•
'ILIJ
HO
b
o
rn
o C
00
1.0
00
y
rn
oLIJ
w
o�
w
o
w
o
Ul
y
C
o
0
0
cn
o
0
0
— — — — —
— — —
O
— — —
—
CJ
— —
O
H
—
— — —
— — — —
— — —
O
O
H
vi
{/}
I
I
o
y
---7
to
H
H
m
F-] t+J
O
FTJ
Ll
OD
N
•
'�' ',X'
F3 O
0
o
O
w0
4�-
kD
Ln
O0
P
tD
o
co
H
�7
Ol
O
U1
cn
(n
o
0
0
-------------------------
0
0
0
00
l0
d
Ul
W
O
m
OD
H '�
l0
v+j KJ
kD
0
oC
i-30
C7
`3
0 �3
rn
�o
o
N
O trJ
m
O Cj
(TI
FC
o
H n
FP
o
rn
cn
FC
�7j
Uj
O
O
O
O
O
O
O
O
O
— — — — —
H
— — —
— — — —
— — —
— — —
— — —
— — — —
Ul
{/}
O
I
H
ro
J
H
W
N
H
ro H
W
iA 'z
J
H
Ul 13
•
l0 �3
o
H
o
w
o-
v
o
m
W
o C
m
d
n
z
00
O,
C
o
0
0
m
o
0
0
— — — — —
— — —
0
— — — —
— — —
0
— — —
— — —
0
— — — —
I
n
ry
H �
�3
Yk [�
z
�a C
l�
x n
n
•
Nnn
H
Cm
�o
H \
io
n
o
x
O cn
t7 H
w
H
C7
n
C
tij
Uj �
6
d�d
0
�C n
r
-------------
C
to
t7J
ci
�n
0
�3
-------------
H
t7
ico
3 H
O
xl t1i
xl
H n
t�J
10
-------------
C
t�J
t�1
>1
n
x
0
w
>
r
r
>
---------------------------
tzi
N
0
>
KD
(I
Fa
---------------------------
0
m
0
0
Lli
0
w
LIJ M
m to
C)
�
n
co n
n
t1i m
� 0
0
yro
FC
-------------------------
1-3
_V).
OD
H
rsya%
t.0
0.
CD
CD
�o
C) �4
(D
C:) 0
tZI
; D
C)
00
H
>
C)
Li
C:)
n
Lo
io
ri)
C:)
C)
C,
C)
C:)
— —
— — —
—
— — —
C)
— — —
— — — —
C)
— —
— — —
C)
— — — —
110
171
C)
1-3
to
1.0
1p:..
C) ij
CD
bi
o 0
CD
N
m
m
H
C)
to
CD
C)
-------------------------
H
to
110
C)
C)
H
lj)w
V).
C)
�3
--j
H
Lo
OD
CD
co
N
x x
%
C)
CD
N)
w 0
9P
C)
0)
g.
Lo
c) C
m
00
�D
co
to
CD
C)
C)
-------------------------
CD
C)
C:)
m
o
�
V)m
F-I
w
0
oy
>
CD
C:)
-------------------------
C)
-----------
0
III
0
-----------
td
171 C
0
� ci
W
w
rz
-----------
n
---------------------------
n
Lij
M
O
>
0
Cl
— —
— — —
— — —
— — — —
— — —
— — —
— — —
— — —
— — —
WNHLTJ
O
'd
H�3
O
O
C
H
CTJ m
7o
LIJ L=J
n
C
C
x
G x
w
Z
�
y
C)ro
y
x
til
>
> H
O
H
\
t7
znn
z
z
n
l�
d�
>
n
O
O
ca
H
F-3
uHi
H
O
y3
z
�b
� C
N
— —
— — —
— — — —
— — —
— — —
— — —
— — — —
— —
— — — —
—
H
„
N
�
W
C
N
N
b H
W
n
�10
tiJ
O
W
O
W
'ij :Fg
Ul
O
9�-
L=i
W
o n
o
o
Z
oo
(n
N
�i
C
o
0
0
Ln
o
0
0
-----------------------------
0
Cl
0