Loading...
12-119 Ross Recreation Equipment Agreement for Playground Equipment and Installations AGREEMENT BETWEEN THE CITY OF CUPERTINO AND ROSS RECREATION EQUIPMENT FOR PLAYGROUND EQUIPMENT AND INSTALLATION po loao-?. 90 / v_ TH ' EEMENT, for reference dated October31,2012, is by and between CITY OF CUPERTINO, a municipal corporation (hereinafter referred to as "City"), and "Ross Recreation Equipment", a California corporation whose address is 100 Brush Creek Road #206, Santa Rosa, CA hereinafter called the Contractor, and is made with reference to the following: RECITALS: A. City is a municipal corporation duly organized and validly existing under the laws of the State of California with the power to carry on its business as it is now being conducted under the Constitution and the statutes of the State of California and the Cupertino Municipal Code. B. City and Contractor desire to enter into an agreement for Playground Purchase and Installation at Wilson Park in accordance with the proposal dated "See Addendum" NOW, THEREFORE, it is mutually agreed by and between the undersigned parties as follows: 1. TERM: The Contractor shall begin work within thirty (30) calendar days after receiving notice from the Grounds Supervisor to commence the work, and shall diligently prosecute the work to completion before the expiration of thirty(30) consecutive working days from the date of receipt of notice to begin work. 2. SERVICES TO BE PERFORMED: Contractor agrees, at its own cost and expense, to furnish all labor, tools, equipment, materials, except as otherwise specified, and to do all work strictly in accordance with the proposal dated September 26, 2012 hereby referred to and expressly made a part hereof with the same force and effect as if the same were fully incorporated herein. 3. COMPENSATION TO CONTRACTOR: Contractor shall be compensated for services performed pursuant to this Agreement in the amount and manner set forth in Contractor's proposal, which is attached hereto as Exhibit "A" and incorporated herein by this reference. Payment will be made in the same manner that claims of a like character are paid by the City, with checks drawn on the treasury of the City, to be taken from the general fund. The sum compensation for services shall not exceed $64,777.72. 1 4. TIME IS OF THE ESSENCE: Contractor and City agree that time is of the essence regarding the performance of this Agreement. 5. STANDARD OF CARE: Contractor agrees to perform all services hereunder in a manner commensurate with the prevailing standards of like professionals in the San Francisco Bay Area and agrees that all services shall be performed by qualified and experienced personnel who are not employed by the City nor have any contractual relationship with City. 6. INDEPENDENT PARTIES: City and Contractor intend that the relationship between them created by this Agreement is that of employer-independent contractor. The manner and means of conducting the work are under the control of Contractor, except to the extent they are limited by statute, rule or regulation and the express terms of this Agreement. No civil service status or other right of employment will be acquired by virtue of Contractor's services. None of the benefits provided by City to its employees, including but not limited to unemployment insurance, workers' compensation plans, vacation and sick leave are available from City to Contractor, its employees or agents. Deductions shall not be made for any state or federal taxes, FICA payments, PERS payments, or other purposes normally associated with an employer-employee relationship from any fees due Contractor. Payments of the above items, if required, are the responsibility of Contractor. 7. IMMIGRATION REFORM AND CONTROL ACT (IRCA): Contractor assumes any and all responsibility for verifying the identity and employment authorization of all of its employees performing work hereunder, pursuant to all applicable IRCA or other federal, or state rules and regulations. Contractor shall indemnify and hold City harmless from and against any loss, damage, liability, costs or expenses arising from any noncompliance of this provision by Contractor. 8. NON-DISCRIMINATION: Consistent with City's policy that harassment and discrimination are unacceptable employer/employee conduct, Contractor agrees that harassment or discrimination directed toward a job applicant, a City employee, or a citizen by Contractor or Contractor's employee on the basis of race, religious creed, color, national origin, ancestry, handicap, disability, marital status,pregnancy, sex, age, or sexual orientation will not be tolerated. Contractor agrees that any and all violations of this provision shall constitute a material breach of this Agreement. 9. HOLD HARMLESS: Contractor shall, to the fullest extent allowed by law, indemnify, defend, and hold harmless the City and its officers, officials, agents, employees and volunteers against any and all liability, claims, stop notices, actions, causes of action or demands whatsoever from and against any of them, including any injury to or death of any person or damage to property or other 2 liability of any nature, arising out of, pertaining to, or related to the performance of this Agreement by Contractor or Contractor's employees, officers, officials, agents or independent contractors. Contractor shall not be obligated under this Agreement to indemnify City to the extent that the damage is caused by the sole negligence or willful misconduct of City, its agents or employees. Such costs and expenses shall include reasonable attorneys' fees of counsel of City's choice, expert fees and all other costs and fees of litigation. Contractor agrees to obtain executed indemnity agreements with provisions identical to those set forth here in these sections from each and every subcontractor or any other person or entity involved by, for, with, or on behalf of Contractor in the performance of this agreement. If Contractor fails to obtain such indemnity obligations from others as required here, Contractor agrees to be fully responsible according to the terms of this section. 10. INSURANCE: On or before the commencement of the terms of this Agreement, Contractor shall furnish City with certificates showing the type, amount, class of operations covered, effective dates and dates of expiration of insurance coverage in compliance with paragraphs 10A, B, C and D. Such certificates, which do not limit Contractor's indemnification, shall also contain substantially the following statement: "Should any of the above insurance covered by this certificate be canceled or coverage reduced before the expiration date thereof, the insurer affording coverage shall provide thirty (30) days' advance written notice to the City of Cupertino by certified mail, "Attention: City Manager." It is agreed that Contractor shall maintain in force at all times during the performance of this Agreement all appropriate coverage of insurance required by this Agreement with an insurance company that is acceptable to City and licensed to do insurance business in the State of California. Endorsements naming the City as additional insured shall be submitted with the insurance certificates. A. COVERAGE: Contractor shall maintain the following insurance coverage: (1) Workers' Compensation: Statutory coverage as required by the State of California. II Employers' Liability$1,000,000 per occurrence. II (2) Liability: Commercial general liability coverage in the following minimum limits: Bodily Injury: $2,000,000 each occurrence $4,000,000 aggregate - all other Property Damage: $500,000 each occurrence $1,000,000 aggregate If submitted, combined single limit policy with aggregate limits in the amounts of $4,000,000 will be considered equivalent to the required :3 minimum limits shown above. (3) Automotive: Comprehensive automobile liability coverage in the following minimum limits: Bodily injury: $1,000,000 each occurrence Property Damage: $1,000,000 each occurrence or Combined Single Limit: $1,000,000 each occurrence B. SUBROGATION WAIVER: Contractor agrees that in the event of loss due to any of the perils for which it has agreed to provide comprehensive general and automotive liability insurance, Contractor shall look solely to its insurance for recovery. Contractor hereby grants to City, on behalf of any insurer providing comprehensive general and automotive liability insurance to either Contractor or City with respect to the services of Contractor herein, a waiver of any right to subrogation which any such insurer of said Contractor may acquire against City by virtue of the payment of any loss under such insurance. C. FAILURE TO SECURE: If Contractor at any time during the term hereof should fail to secure or maintain the foregoing insurance, City shall be permitted to obtain such insurance in the Contractor's name or as an agent of the Contractor and shall be compensated by the Contractor for the costs of the insurance premiums at the maximum rate permitted by law and computed from the date written notice is received that the premiums have not been paid. D. ADDITIONAL INSURED: City, its City Council, boards and commissions, officers, employees, and volunteers shall be named as an additional insured under all insurance coverages, except worker' s compensation insurance. The naming of an additional insured shall not affect any recovery to which such additional insured would be entitled under this policy if not named as such additional insured. An additional insured named herein shall not be held liable for any premium, deductible portion of any loss, or expense of any nature on this policy or any extension thereof. Any other insurance held by an additional insured shall not be required to contribute anything toward any loss or expense covered by the insurance provided by this policy. E. SUFFICIENCY OF INSURANCE: The insurance limits required by City are not represented as being sufficient to protect Contractor. Contractor is advised to consult Contractor's insurance broker to determine adequate coverage for Contractor. 11. BONDS: Contractor is required to provide faithful performance bond and material / labor bond, each at 100% of contract price. 12. PROHIBITION AGAINST TRANSFERS: Contractor shall not assign, sublease, hypothecate, or transfer this Agreement, or any interest therein, directly or indirectly, by operation of law or otherwise, without prior written consent of City. Any attempt to do so without said consent shall be null and void, and any 4 assignee, sublessee, hypothecate or transferee shall acquire no right or interest by reason of such attempted assignment, hypothecation or transfer. However, claims for money by Contractor from City under this Agreement may be assigned to a bank, trust company or other financial institution without prior written consent. Written notice of such assignment shall be promptly furnished to City by Contractor. The sale, assignment, transfer or other disposition of any of the issued and outstanding capital stock of Contractor, or of the interest of any general partner or joint venturer or syndicate member or cotenant, if Contractor is a partnership or joint venture or syndicate or cotenancy, which shall result in changing the control of Contractor, shall be construed as an assignment of this Agreement. Control means fifty percent (50%) or more of the voting power of the corporation. 13. SUBCONTRACTOR APPROVAL: Unless prior written consent from City is obtained, only those people and subcontractors whose names are listed in Contractor's bid shall be used in the performance of this Agreement. Requests for additional subcontracting shall be submitted in writing, describing the scope of work to be subcontracted and the name of the proposed subcontractor. Such request shall set forth the total price or hourly rates used in preparing estimated costs for the subcontractor's services. Approval of the subcontractor may, at the option of City, be issued in the form of a Work Order. In the event that Contractor employs subcontractors, such subcontractors shall be required to furnish proof of workers' compensation insurance and shall also be required to carry general and automobile liability insurance in reasonable conformity to the insurance carried by Contractor. In addition, any work or services subcontracted hereunder shall be subject to each provision of this Agreement. 14. PERMITS AND LICENSES: Contractor, at its sole expense, shall obtain and maintain during the term of this Agreement, all appropriate permits, certificates and licenses, including a City Business License, that may be required in connection with the performance of services hereunder. 15. REPORTS: Each and every report, draft, work product, map, record and other document reproduced, prepared or caused to be prepared by Contractor pursuant to or in connection with this Agreement shall be the exclusive property of City. Consultant may retain a copy of any report furnished to the City pursuant to this Agreement. No report, information nor other data given to or prepared or assembled by Contractor pursuant to this Agreement shall be made available to any individual or organization by Contractor without prior approval by City. Contractor shall, at such time and in such form as City may require, furnish reports concerning the status of services required under this Agreement. 5 16. RECORDS: Contractor shall maintain complete and accurate records with respect to sales, costs, expenses, receipts and other such information required by City that relate to the performance of services under this Agreement. Contractor shall maintain adequate records of services provided in sufficient detail to permit an evaluation of services. All such records shall be maintained in accordance with generally accepted accounting principles and shall be clearly identified and readily accessible. Contractor shall provide free access to such books and records to the representatives of City or its designees at all proper times, and gives City the right to examine and audit same, and to make transcripts there from as necessary, and to allow inspection of all work, data, documents, proceedings and activities related to this Agreement. Such records, together with supporting documents, shall be kept separate from other documents and records and shall be maintained for a period of three (3) years after receipt of final payment. If supplemental examination or audit of the records is necessary due to concerns raised by City's preliminary examination or audit of records, and the City's supplemental examination or audit of the records discloses a failure to adhere to appropriate internal financial controls, or other breach of contract or failure to act in good faith, then Contractor shall reimburse City for all reasonable costs and expenses associated with the supplemental examination or audit. 17. NOTICES: All notices, demands, requests or approvals to be given under this Agreement shall be given in writing and conclusively shall be deemed served when delivered personally or on the second business day after the deposit thereof in the United States Mail, postage prepaid, registered or certified, addressed as hereinafter provided. All notices, demands, requests, or approvals from Contractor to City shall be addressed to City at: City of Cupertino 10555 Avenue Cuperti o CA 95014 Attention Chris 0 All notices, demands, requests, or approvals from City to Contractor shall be addressed to Contractor at: Ross Equipment Co., Inc. 100 Brush Creek Road #206 Santa Rosa, CA 95404 Attention: Ewing Philbin 18. URBAN RUNOFF MANAGEMENT: The Contractor shall avoid creating excess dust when breaking asphalt or concrete and during excavation and grading. If water is used for dust control, contractor shall use as little as necessary. Contractor shall take all steps necessary to keep wash water out of the streets, gutters and storm drains. The Contractor shall develop and implement erosion and sediment control to prevent 6 pollution of storm drains. Such control includes but is not limited to: A. Use storm drain inlet protection devices such as sand bag barriers, filter fabric fences, block and gravel filters. (Block storm drain inlets prior to the start of the rainy season (October 15), in site de-watering activities and saw-cutting activities; shovel or vacuum saw-cut slurry and remove from the site). B. Cover exposed piles of soil or construction material with plastic sheeting. All construction materials must be stored in containers. C. Sweep and remove all materials from paved surfaces that drain to streets, gutters and storm drains prior to rain as well as at the end of the each work day. At the completion of the project, the street shall be washed and the wash water shall be collected and disposed of offsite in an appropriate location. D. After breaking old pavement, Contractor shall remove all debris to avoid contact with rainfall or runoff. E. Contractor shall maintain a clean work area by removing trash, litter, and debris at the end of each work day. Contractor shall also clean up any leaks, drips, and other spills as they occur. The objective is to ensure that the City and County of Santa Clara County-Wide Clean Water Program is adequately enforced. These controls should be implemented prior to the start of construction, up-graded as required, maintained during construction phases to provide adequate protection, and removed at the end of construction. These recommendations are intended to be used in conjunction with the States Best Management Practices Municipal and Construction Handbooks, local program guidance materials from municipalities, Section 7.1.01 of the Standard Specifications and any other appropriate documents on storm water quality controls for construction. Failure to comply with this program will result in the issuance of noncompliance notices, citations, project stop orders or fines. The fine for noncompliance of the above program is two hundred and fifty dollars ($250.00) per occurrence per day. The State under the Federal Clean Water Act can also impose a fine on the contractor, pursuant to Cal. Water Code ' 13385. 19. TERMINATION: In the event Contractor fails or refuses to perform any of the provisions hereof at the time and in the manner required hereunder, Contractor shall be deemed in default in the performance of this Agreement. If such default is not cured within a period of two (2) days after receipt by Contractor from City of written notice of default, specifying the nature of such default and the steps necessary to cure such default, City may terminate the Agreement forthwith by giving to the Contractor written notice thereof. City shall have the option, at its sole discretion and without cause, of terminating this Agreement by giving seven (7) days' prior writi;en notice to Contractor as provided herein. Upon termination of this Agreement, each party shall pay to the other party that portion of compensation specified in this Agreement that is earned and unpaid prior to the effective date of termination. 20. COMPLIANCES: Contractor shall comply with all laws, state or federal and all ordinances, rules and 7 regulations enacted or issued by City. 21. CONFLICT OF LAW: This Agreement shall be interpreted under, and enforced by the laws of the State of California excepting any choice of law rules which may direct the application of laws of another jurisdiction. The Agreement and obligations of the parties are subject to all valid laws, orders, rules, and regulations of the authorities having jurisdiction over this Agreement (or the successors of those authorities.) Any suits brought pursuant to this Agreement shall be filed with the courts of the County of Santa Clara, State of California. 12. ADVERTISEMENT: Contractor shall not post, exhibit, display or allow to be posted, exhibited, displayed any signs, advertising, show bills, lithographs, posters or cards of any kind pertaining to the services performed under this Agreement unless prior written approval has been secured from City to do otherwise. 23. WAIVER: A waiver by City of any breach of any term, covenant, or condition contained herein, shall not be deemed to be a waiver of any subsequent breach of the same or any other term, covenant, or condition contained herein, whether of the same or a different character. 24. INTEGRATED CONTRACT: This Agreement represents the full and complete understanding of every kind or nature whatsoever between the parties hereto, and all preliminary negotiations and agreements of whatsoever kind or nature are merged herein. No verbal agreement or implied covenant shall be held to vary the provisions hereof. Any modification of this Agreement will be effective only by written execution signed by both City and Contractor. 25. SAFETY REQUIREMENT All work performed under this Agreement shall be performed in such a manner as to provide safety to the public and to meet or exceed the safety standards outlined by CAL-OSHA. City reserves the right to issue restraints or cease and desist orders to Contractor when unsafe or harmful acts or conditions are observed or reported relative to the performance of the work under this Agreement. Contractor shall maintain the work sites free of hazards to persons and/or property resulting from his or her operations. Any hazardous condition noted by Contractor, which is not a result of his or her operations, shall immediately be reported to City. 8 26. HOURS OF OPERATION Contractor shall be allowed to operate only for the hours of 8:00 a.m. to 4:30 p.m. unless prior written approval has been secured from City to do otherwise. 27. REQUIREMENT TO PAY PREVAILING WAGES Consistent with the City's policy to pay prevailing wage rates, Contractor shall comply with the City's Labor Compliance Program and all other requirements set forth in Labor Code section 1770 et seq. The City shall require payment of the general rate of per diem wages or the general rate of per diem wages for holiday and overtime work. Contractor will submit (monthly or biweekly) certified payroll records to the City for all employees and subcontractors in a preapproved format or a City provided form. Any delay in remitting certified payroll reports to the City upon request from the City will result in either delay and/or forfeit of outstanding payment to Contractor. 28. INSERTED PROVISIONS: Each provision and clause required by law to be inserted into the Agreement shall be deemed to be enacted herein, and the Agreement shall be read and enforced as though each were included herein. If through mistake or otherwise, any such provision is not inserted or is not correctly inserted, the Agreement shall be amended to make such insertion on application by either party. 9 1)0-7:1 S-7I0 29. CAPTIONS: The captions in this Agreement are for convenience only, are not a part of the Agreement and in no way affect, limit or amplify the terms or provisions of this Agreement. IN WITNESS WHEREOF, the parties have caused the Agreement to be executed on the day and year first above written. CONTRACTOR CITY OF CUPERTINO U sLO 1,0( 1105�j gui m L( A Municipal Corporation (� 7 By 4J, /k dt, . By /1i Title A Ottill 69PRIMIL a!' Title 's (rc`- . _ b c (,eb ck"' Date (o(1Q f j?- Date ( Soc. Sec. ##or Tax I.D.(0 gjt t D 3540 RECOMMEN I ''• FIR AFROVAL: By "° Tit fir. ,ez. it/c 4/ S APPRRVED AS TO FORM: t B Y City Attorney ATTEST: w m/ (L !Lt, ok , City Clerk Go"-1."44-4- 4wtov.n-l": it6t777. ?e1 #k: 110 - g31q - 9100 10 R • SS it F�.GIHpJ1icllr September 26,2012 Timm Borden Director of Public Works City of Cupertino Public Works Service Center 10555 Mary Avenue Cupertino, CA 95014 Re: Request for Proposals—Design, Supply, and Install Play Apparatus at Wilson Park, Hoover Park and Three Oaks Park Dear Timm, We are pleased to have the opportunity to provide a proposal for the new playgrounds at Wilson, Hoover, and Three Oaks Parks For each playground we are offering two design options with Landscape Structures play equipment. All designs meet current playground safety and ADA standards for the age group specified. We look forward to working with you on a successful project, should our designs be chosen for the new playgrounds. Sincerely, 1� U Ewing Philbin Owner/General Manager EP/jo Ross Recreation Equipment Co.,Inc. • 10U Brush Creek Road#206,Santa Rosa,CA 95404 • 707 538.3800 fax 707 538.3826 info@rossrec.com rossrec.com • yWw.rossrcc.com • Contractors License#520752 R • s ipilWIi'. HISTORY OF ROSS RECREATION Ross Recreation Equipment is the exclusive representative in Northern California and Oregon for a wide range of recreational equipment manufacturers. A licensed specialty contractor with expertise in public-use spaces and playground design, the company was founded in 1973 by Ross Cunningham, recreation director for the city of Los Angeles and an accomplished gymnast at the University of California, Berkeley. Originally focusing on gymnasium and outdoor athletic equipment, in 1974 the company became the first authorized sales representative for Landscape Structures, and playground design and construction became Ross Recreation's core business. In 1984, Ewing and Bonney Philbin purchased the company and diversified its operations and product lines to include civic furniture, playground surfacing and shade structures. Now with offices in two states, Ross Recreation Equipment remains true to the mission of its founder: To foster long-term relationships, sell premier products, offer outstanding service and support, and operate always with integrity Ross Recreation Equipment Co.,Inc. • 100 Brush Creek Road#206,Santa Rosa,CA 95404 • 707 538.3800 fax 707 538.3826 info@rossrec.com • vvyvw.rossrec.com • Contractors License#520752 ^t{ .4 t 0 pF ,ry.ry s ' '4°3 :1-7::,,,, E-17*- tti e.�f 4 a ak, it 4 .. .. ,. „.:::,,,,,7A, ,-,: i#. V ... _ N a) (/) fir $r aN) O G) T, 0 • , N O • �"� .0 a) • U n3 +C/ bA 1?' to a) 0 p �, in ul V c vOi O pust::: �4-.)bo ,-,'-94 p. CU ,...,,,, ,.., • AN PE E a) t).0 ~ U N PE n - . • N .p a d a) ,..4 ;:i ot.') iill"CI co ■ co- •N •O W a) r Cl) CO O � .- Cl) � c3 - ,C C 'd U t: v O =vbt^ ai A. )- a) O U U O = = �U O • � ., .bA 0:: . a)a)• y RS O 'C c.) U c5 ;Li; i 7.'\''' 41111 , iv t4 c g 3x4 t % ' - ,;-"-,:- ' -, '''':::--, *-;i:-:_::::...,,,'AV, il . ,,",5' #t � b S 'gyp ISM. r tr vii .x N i•• H tt CZ �, G� �, 4—). cu c� O N N Imm. .0!) O O U ''C N V) G) Cr w bi3 Cf2 .,-■ 0 ' •-� U o .i a o it....). 5. o .3 a4 O tn V �O O .� O cu "In.(no ItE H O w -~ = ''0 4 x 4 ms=s 4 fKg ■ f 4 N z. • r am'- 4 #s r " 3}b c ' O V CI) v) v) 0 ,� v) s.. 0 = G);-4 cn c:: o 0 0 0 " Cl.) i' o .V) 1 CZ Cr v a �° •o N o cu CI) t ^� O C vi ¢' a) O N au k �-' v, �' cU CZ/ C... a.) ci) ., $.-4 Z ;..i f::1-1 CZ v) v) �_ O i V) .= V) O cd O V 0 N ctl Cr ct u ^C3 - 9� �O w Cl) O is.) Cl) ct1 �, 'DA cC .0 0 F....(". 1 © , rz Cl) O w 0 AG 'd .-c-i-_, 0 ,=1 o a ON a .Z o ° > = cl.:1; Pit'l t ,-, „0„,,, 7 -16 - , v. e � t' �4*,,,, 4 )1 I 1r 4,14 ti `- 4 .4.16 a , r, -.. -4, , '' v , In . ,,...., .. 4 O .� N -) 1-7: 1 , ,, 1 t . 0 0 �...� ice-, U x�, �' al to G� �_CNI Ct 1 v) $_, N Et c� ct, 00 p cd 0 U it Rs O V) , $, Z O V co :� O CU E--� .co U aA C) a) .0 Cit ‘4. as 0 > 4-4 •—i CL) %,0 49 Q 44 •cg ;-.4 4_, cu .., 0 '14 v) 0 ct v) 4..) v-, to 'CS EU Ct cl.) &I ,-0 E u cu cc$ ‘.41 U T) FEi CU aZ CU vi .Q•' 't� c0 ti N a) 0•O v O cd .� v) Q" al O , O O H 0 J r fi 4 w 3 ' Std {? S y q � r Ea $ /.. = bi) 13)b� by 0 ,i G) W N CO O '"p O 'd • U G X cu N 111111m.1° Ti izs g(11411:) F.* Z 4'j.., tin k%. = "t.1 es 1 1>< a' 15% *4----1) '-lz U O 4..) 0O CU CU 0 21.4 co: 1.) 'a4 .L.) aS as .1.,J o , a) n, a.) ,.g p...: v) a) -ci tkp ....c) P.) as = rz4 bn (Ts Q . Cli to •-" , a) ^O • ,fl cb "=ct wcti .� 15-, a, �..� 00 = U 0 O C) �. c) ,.; O0 O 4-J by ct C) y › O Cit v U UQ., al b.')b j O 0 cti O" cn C.... 3 "'CS C.7 -cn vii O tO. C7 �1. O REFERENCE: River Oaks Park, San Jose 3300 Zanker Road Installed 2012 Scope of Work: Design and provide play equipment and rubber surfacing; install play equipment and surfacing • Contact: Sam Heritage, Landscape Architect EPT Design (949) 502-4500 sheritage@eptdesign.com 1r 5- r t1 f NAI :� .: `fir � � .. _ ' •wz:� ^,.,� N `;*tie i _ -� . fi 1' c '"'''','—'1'. , s , v zro: s c killl/t R•SS landscape llecrearion 1'c ui�men1 structures' 1 REFERENCE: Sedgwick School, Cupertino 19200 Phil Lane Installed 2011 Scope of Work: Design and provide play equipment and wood fiber surfacing; install play equipment and surfacing Contact: Toby Smith, Director of Maintenance & Transportation Cupertino U.S.D. (408) 252-3000 ext. 344 smith.toby@cusdk8.org •~i. • * ' N.„if F • J1iz1 R OM landscape structures® Iyccscation Lquilm (Ilt REFERENCE: Amorosa Village, Santa Rosa 1300 Pebble Creek Drive Installed 2010-2011 Scope of Work: Design and provide play equipment and rubber surfacing for 2 phases; install play equipment and surfacing; provide and install site furnishings Contact: Volker Strifler, Facilities Manager Burbank Housing (707) 303-1023 vniker @burbankhousing.org #,/,01. - X ,��� .., , ,----- r .c,. ,,,„. ,,,,_ ,-,-,-,„ . , , ,-, 0 "‘„, ., , .,_ _ • I _ ,,_ , -- H 1, , i „ _. ,,,,,,,, i �tl 1 jam in JVz R•SS landscape IZecr�ation l�.c ui�mef�r structures® } R • s CITY OF CUPERTINO REQUEST FOR PROPOSAL PROPOSED PROGRESS SCHEDULE • START DATE: Receive fully executed contract, and approved colors • WITHIN 3 WORKING DAYS: Request bonding • WITHIN 3 WORKING DAYS: Place order for play equipment • WITHIN 5 WORKING DAYS: Place order for wood fiber • WITHIN 3-5 WEEKS: Build concrete ramp after City has confirmed existing equipment and surfacing have been removed and site is ready • WITHIN 4-5 WEEKS: Offload equipment • WITHIN 5-7 WEEKS: Complete equipment installation • WITHIN 5-7 WEEKS: Receive wood fiber delivery and install • • WITHIN 7-8 WEEKS: Schedule inspection of completed playground by CPSI *If we are chosen for two or three of the playgrounds, the schedule would follow as above, but the start dates would need to be staggered to allow the installation of the playgrounds one at a time. Ross Recreation Equipment Co.,Inc. • 10U Brush Creek Road#206,Santa Rosa,C 1 95404 • 707 538.3800 fax 707 538.3826 info G rossrec.com • svwvv.rossrcc.com • Contractors 1,icense#520752 I a 4 , - , 100-Year Limited Warranty J lth landsca a 2012 Play Equipment Warranty structures• You have our word. Landscape Structures Inc.warrants that all playstructures and/or equipment sold will conform in kind and in quality to the specifications manual for the products identified in the Acknowledgment of Order and will be free of defects in manufacturing and material.Seller further warrants: 15-Year Limited Warranty • All the warranties commence on date of Seller's invoice.Should any failure to conform to the above express warranties appear within the applicable warranty period, Seller shall, upon being notified in writing promptly after discovery of the defect and within the applicable warranty period, correct such nonconformity either by repairing any defective part or parts, or by• making available a replacement part within 60 days of written notification.• Seller shall deliver the repaired or replacement part or parts to the site 10-Year Limited Warranty free of charge,but will not be responsible for providing labor or the cost of labor for the removal of the defective part or parts and the installation of•'Il` any replacement part or parts.Replacement parts will be warranted for the balance of the original warranty. 8-Year Limited Warranty THIS WARRANTY IS EXCLUSIVE AND IN LIEU OF ALL OTHER °cd WARFIANTIES,WHETHER EXPRESSED OR IMPLIED, INCLUDING BUT NOT LIMITED TO ANY WARRANTY OF MERCHANTABILITY �l ,:����' OR OF FITNESS FOR A PARTICULAR PURPOSE.• The remedies hereby provided shall be the exclusive and sole remedies of the purchaser. Seller shall not be liable for any direct, indirect,special, inciderral or consequential damages. Seller neither assumes nor authorizes any employee, representative or 5-Year Limited Warranty 1'1' any other person to assume for Seller any other liability in connection �I. with the sale or use of the structures sold, and there are no oral agreements or warranties collateral to or affecting this agreement. The warranty stated above is valid only if the structures and or equipment are 3-Year Limited Warranty i I I" 'I ' erected in conformance with Landscape Structures'installation instructions 'i. ' "II,' and maintained according to the maintenance procedures furnished by In I ill J., , I . Landscape Structures Inc.; have been subjected to normal use for the purpose for which the goods were designed; have not been subject to hIi I I ' ' misuse, negligence, vandalism, or accident; have not been subjected to addition or substitution of parts; and have not been modified, altered, or repaired by persons other than Seller or Seller's designees in any respect which,it the judgement of Seller,affects the condition or operation of the structures. To make a claim,send your written statement of claim, along This warranty does not include any cosmetic issues with the original job number or invoice number to: Landscape Structures or wear and tear from normal use.It is valid only Inc.601 7th Street South,Delano,Minnesota, 55328 8605. if the playstructures and/or equipment are erected to conform with Landscape Structures' installation instructions and maintained according to the maintenance procedures furnished by /, Landscape Structures Inc. Signed: 1,..,..// /,.i// Chairman Date: 01/01/2012 •o uc our newes contribution to playground safety i ,, , .. .. , : .. - . may. FREE , , . ,, P AYG . ` s .. NCE � KIT noun m aurmpu� Buy a PlayboosterTM s stem and� get a FREE customized maintenance program. Over the years,we've discovered that at least 30%of all playground injuries are caused by inadequate maintenance.Without a detailed maintenance program,it's all too easy to overlook potential safety hazards that range from worn swing parts to chipped paint. That's why we've developed the PlayboosterTM'Maintenance Program—the industry's first project-specific user package for playground inspection and maintenance. We'll customize a maintenance program for your specific structure and ship a free kit to your Playground Maintenance Supervisor. The in we're providing is what some maintenance departments have spent LANDSCAPE thousands of dollars to develop.But we know that there is no one better to recommend equipment inspection and maintenance procedures than the equipment manufacturer. R,IS Plus we'll send you special tools and materials needed to maintain your new Playbooster. 1-800-328-0035 R , : fl SUSTAINABLE recreation equipment Park & Playground Solutions Green Products Ross Recreation develops sustainable solutions to meet LEED® program requirements and Environmentally Preferred Purchasing policies. VVecoffer products that,contain recycled material, which conserve natural resources and divert waste frpm�landfills. We also encourage the use of recyclable and biodegradable^packing;from our manufacturers.:Green product examples;include 41,0 444 4 11‘4 '144441:4fr 4^ Landscape Structures, Inc. Many of Landscape Structures' park and playground s�'', '`'" ! • equipment products contain pre- and post-consumer recycled `,' a - ,, material, including steel, aluminum, plastic and rubber. - ✓�• • The EVOSTM playsystem has a 30% smaller carbon 4 4 �� w footprint than other traditional playsystems. ''' �' Y . I III ' 're""i4 pry "� i�{y�, o rs F.�,`", Surface America Inc, S tur . ,aki, Surface America offers playground surfacing products made fro . from recycled material components, including rubber from g � �qf � Trr rw✓/n✓x"�r used tires. • products, Surface America's parent treads into durable � � �� k , In the process of converting pliable � p p rent company, ECC)RETM ! �° International, recycles 80 million pounds of scrap tire rubber each year, helping conserve more than one million barrels of oil. �.� TerraPave TerraPave is an all-weather surface made from pine tree resin, a natural by-product of the forest and paper products * t* industry (pre-consumer.recycled content). TerraPave is also o s t thus,- light in color and therefore helps minimize heat island effect. y�o"� 'vZ�F,'a' z far r" '` �"� �.✓ Fy�f� xH� � ��c DuMor, Inc. ry qa y: DuMor site furnishings contain recycled material, including ✓ 'z.,. r . ..�br���' d, .., plastic, steel and aluminum. Recycled plastic components are . a�1, * ` � ' �� *1 :• i molded polyethylene, derived from post-consumer plastic - 1% - �..,� `;, bottle waste. 4,' Classic Recreation Systems, Inc. .,, . , �. Classic Recreation provides innovative shade structure designs �% for the recreation industry that feature 45% recycled steel posts. 0.,„ a, o , ' " l n S w, �; s @ r i a - ....,,-.L,414n,www,—*/wIrmilw,f,;h 7 ..Ss �r' . • Water consumption can serve as an indicator of water quality impacts, risks to aquatic ecosystems, and degradation of drinking water resources. • Conservation Activities: LSI has conserved 3,116,000 gallons of H2O through projects implemented since 1998. • Non-renewable resource consumption can serve as an indicator of acid rain, climate change potential, air pollution, and associated human health risks and risks to endangered species and fragile ecosystems. • Conservation Activities: LSI has conserved 495,890 therms of natural gas through equipment upgrades and process changes since 2003. • Renewable resource consumption can serve as an indicator of loss of biodiversity and increased erosion. In many cases, renewable resources are considered environmentally preferable to non-renewable resources. However, products made from renewable resources may also have negative environmental impacts (e.g., ethanol is derived from a renewable resource, yet its manufacture can lead to releases of Volatile Organic Compounds (VOCs)). • Conservation Activities: Landscape Structures has reduced the number of shipping pallets used, therefore reducing the overall amount of wood used. • Ecosystem impacts can include impacts on endargered species, loss of wetlands, fragile ecosystems, erosion, animal welfare, etc. • Conservation Activity: LSI has partnered with the Global ReLeaf program of American Forests to purchase trees to offset the CO2 generated by LSI in the manufacturing of a purchased playstructure. These trees will not only sequester the CO2, they will also help to filter water, remove air pollution, provide wildlife habitat and increase the beauty of our natural environment. LSI'S REDUCTION OF HUMAN HEALTH AND ECOLOGICAL STRESSORS • No bio-accumulative pollutants are used in our manufacturing process. • We eliminated aerosols in maintenance chemicals to reduce ozone-depleting global warming gases. • We have no chemical releases of Toxics Release Inventory (TRI) list chemicals that are above reportable levels. • Our ambient air releases are well below permitting requirements. • No hazardous materials are released indoors during our manufacturing process. • We complete waste water reporting quarterly. • We generate a very small quantity of hazardous waste. Sill/1- landscape Color Choices p structures® Vivid colors for lively play 0 ut t Z �„ G ', 7 O t� ` d I�m J� n , N -;: t e one er°wn y ` NEVd tang . Purple . - NEW Limon MarO°„ New Leaf *,-j { i H. se i 1 A4 0e C', h�in COP ite • I er s I, a �' 0 .x •. c .v• to d 3 A d i OA A ProShield° Colors For posts/arches and components,ProShield finish combines a specially formulated primer with a high-quality, architectural-grade,Super-Durable,TGIC polyester powder-coat.No lead-based paints.Custom colors available for an additional charge. Learn more about our color inspirations at playlsi.com/color-inspirations. playlsi.com 888.438.6574 • R SS `.c't1;' isiu J"C;:3ipnhf1 Wilson Park School-Age Playground: For Wilson Park, we have proposed two options for ages 5-12. Both options meet all current safety and ADA guidelines, and both include asset of three chinning bars at varied heights. Option r uses Landscape Structures Playbooster system, and includes a variety of the new Playbooster components that help build upper body strength and core fitness, while engaging problem solving and cooperative skills. It also includes a steep-sloped double slide with a fabric shade roof to provide shade to the slide and nearby play components. Option 2 also uses Playbooster in a more traditional deck and climber layout. This option includes two slides a long Clatterbridge, numerous climbers, including a GFRC rock climber—in addition to the unique "Vibe" style roof and panel accents. The playground is rounded out by the addition of two "saddle" spinners that utilize centrifugal force to activate. The earth-toned colors shown are representative only. Please see Landscape Structures Color Choices brochure for other options. Both options are shown in the modified circular area after the rocks have been removed from the border and the curb has been filled in on the border. However, since this is creates such a generously sized area, our designs - while meeting the budget target - do not fill the space entirely. So it might be possible to leave some --or all— of the border rocks in place and still fit either of the new structures; thus saving some time and cost to the City while keeping the interesting and unique border. Pricing includes play equipment, installed; plus a concrete ramp to allow wheelchair access to the play area, new wood fiber surfacing, and final inspection. Ross Recreation Equipment Co.,Inc. • 11N)Brush Creek Road 1206,Santa Rosa,C.1 95404 • 707 538.3800 fax 707 538.3826 info grossrec.com • www.rossrec.com • Contractors license#520752 R • s Park School-Age Playground Cost Summary - Option 1 September 26,2012 Play Equipment Plan #62716-1-1 $34,438.50 Tax $2,884.22 Freight $2,620.00 Subtotal, Equipment Delivered $39,942.72 Installation of Equipment $10,765.00 Concrete Access Ramp, Approx 5'x5' $735.00 Furnish & Install Playground Wood Fiber, Average 18" Depth $11,160.00 Final Inspection by CPSI $550.00 Bonding, As Required $1,625.00 Total $64,777.72 Notes: Labor is quoted at Prevailing Wage Rate Does not include Secuity Fencing City to remove equipment and remove surfacing to a depth of 18" City to remove rocks intruding into play area and repair curb Pricing expires 3/1/13 Ross Recreation Equipment Co.,Inc. • 100 Brush Creek Road#2U6,Santa Rosa,(:A 95404 • 707 538.3800 fax 707 538.3826 info@rossrec.com rossrcc.com • wvV' .rossrcc.ccm • Contractors License#520752 " - GINN. ■II. 0 4114 = ,. C CI. k ... . ft , . . ... n UI -, 410+ dri, c a tq.. m'ci ' ,,...4 en CD , . .. flk •-„..,s-, , . ,, ., . „ ,.. -,,.. - ---,,,, -,A,‘••- — ... , . . - — ) .. - _ t. < =, . - 4) 4 , ,... . L, t511. . 41".%Im.... 1. -.5111.15M 'Win 5 4711 ) —LI' _it . . --) . : . :. „...,, . . ......., ,. . ., , . ,„_. ..,_,„.„., ._. . 1 1 ''4;c",":',.,,,I,',:%-.4. .„, ---=I ei■ -_-=.^---•' lion • :,, ..,•. : -,,- . • - ,. it (1,, '1 ....--r.-,...7.7,..: , , ... .:.. _ -- ....„.._. \....I ‘1 , :...:AH z --,..:',...,,,,,A.:44•••',4% '7•• '11111L"-----77' ''''*4C1'•''''ikfiCty't '''7.'.•.il =II -7. ''t,g=o-:',- -,,,, .:•-•- •••:,t; ''',•,.. t. —17" Sr,— Ai ,.,, IIVILJ i . . IL RN 1 '116 \ -" .. i -r \Am." . .. INIRAIL '\ , ... 4... ________ •:.•-:•1 \ -o CO CO \\ i i a) (D (D !L '.< ! I r h (D CD I 4; 3 rn * 73 ., ) 0 CD rn< 1' • -% XI 1 0 1..!:* ( 1 5 C W1 .. __ . .w (1) = . a ( )-- ( ) 111 - \ a. .. _ .1 _. , - a . MOM ■11/1" , . i . -II ,,._ ,. , . . , -.1,.•.. II 11.1111.11% ''''''7..,:'•'''' ''''.41111111h"::, '''''''....'T . ,,,./.. .4, -I „,-;# , .,-..„ Wrii , 771011 ....—...—.,.,...,„ ,,...--.— tr - ....—. ..... ..L,,,,,,,,,,,,,,,,,,\anima ...r..' ( ,,, '....",.:;,---'7 ,„::,;,.:,.•„..„:,\mom= ',',.:,..,,!:,',6,,,INNIII■ „ - At' ;,' I, _,,.. _ ,. . — ' ' it , i'l, ,.,.,:',W.,:',,::::: •■■■ 73 %-- CD ..•,4'. Lt'' ',\‘'.:44,•:•';•.Il■ 'i-4•. =III ':'',.......:•.; 44^"NOMM■ •-•;1:- - -•-, ' LA:\1'''''''''' 4;•, k T;;;;',4,•`;,.:4,, imomita 0 , MillifiL , . ..„.... -0 * -1 11101r4111\i *-1.11L •. ; 0 c ,, a , , .. ,,,. a CD f A %or a i ,.. -0 — , • , .•-‹ , ---____ , s„ 1) -c; •' ,'::.-;•-. -4k .1.,_..., 3 cr ("D — co --, 1,01111; N.) glit_ -< r-r• cf\D) C1) CD .•:•,;„,,f1"'3/4'=:••• ••••: N.,... 0 Qs. •-•-•t,..1,•••-;;L.,- . (c1 ,: ,:,1#,:;-!•,:,..i cr c3" „ . c < = • 4 04.t•tr•A414444 ••••.1 • -. ,r,';',..-41,4r4"'.4.-(..,''...1'.•:1 /"...1 c:‘,TI ::'''..i.::■171.', ' —, 4,4 •.*-7::4'.4t44 4'4.. •,• • Pill •., . ..4.0 ,A4:40*.•'''';''''.1...:''' ',--, • -.'-'''''''.'L'A' •:14/4 TjllIlllirallL ,.v.",,ste',..!,-,:144'';'.'''' "1.i.. . 4tiiit:*-4STiiirt:. • ',;:it.:4444.'4,-,,-,k,,,,L,:-, -,,,, ,,„,•,..... I ..c 4=4• iiil .,,,,,,',.t.,,,,fk..,,,,"%'.>:.:4.'•-,-,\'''; '' I.- CI; r-r /\ \ // / \ \ / / \ \ / 1 \ *I 0@: 1 1 1 _y-- =p 1 _ c4@.* *-.-1 IP \ i / \ \ / / ili \ / 11 \ \ f/I \ i 1 '= I I �i I L _ • I // / pm )- A\ 3E11 / 4\1; % / , . / , ,, 2 1 , )k A ggi Af., \ :11 ' iiiiiro 7, ..1 1 I I N g] .. % 11 93 \ i.4_Rail CA I0) / • I1i1 / 0 Ilg 0 ifi < s VI 7 ng..... • - l 7 ,ci . _ io _...........■ 114( 01%st, IIIP 1 I ID --'....64$7 9 "P/OP 14111 .-11161.4 . . I' 1, FA- � III 4 1 li a IP iii PHI I \ s q // / CJi cD I 7 /111._ ›. cl ›. N 0 -U PPPPP o P iiiii z o Ii hpaw aw o (Amato ill N I WWao > \*.....i ■.........- 777.............. .\ // / ' ` /�--____-- --J A • /' di ,I / II i ./ i „) 1!I (A 1.1 IA i I / C IMP I l'I MI 1111 2 0 1 a r lo \p � i I O.C ;11 Ili " til II i $ e/ 1I .0 u . r.7 driP2 1 ( m 1.7 icol - b I \ II '� '��• . ,. , . . / IV ��---�' \. i �' a °o�° II, j 4 ow 1y0 `. p 1 11 RI 1 I r r.1+.7! I 01 I iii0 g 1 /11W11111 140 41 It..A.--%' •.. lir § 1 adINIIIII 11! Ill 1111� a II� _ 11 10151 g 111 I III III ... . ,, ,,, ‘,. ,. .. ....... 1 � � ' � 3 ...._,,,,,,i w ry'-onnd � z oo o . Mi . C� O O rr p X w 2_ cD Q f rr k,a1 CD CD ,-. I... ■-:::. kcir3 ,1-1 e W p c a ,�D - - an -. rr °` n x � � 0 -0 0 eD n U4 d �- o < , (n 7-1 2 rD cm 0-1 �, x O O ' ' CTI A Cr 0 a N cn rD rp - 0 r. F CD pa N 1 z F Uq A ,.1 O F•, rtei- w N O N ° 's N ag fi w Po -EP -EA 0 g 0- O 0. -ER :' { ► N N N N a\ 01 -+ �I t 4P W Co N 0 'O N 01 ON W 00 U7 C\ 01 00 WO Ul O O CJI V N U7 \O 00 O O b C) b O a Ul 01 O O O O O CTI © U7 O x i„ x N , . vi Er .,:.., . mlim 1.1 M C ci, -,,,,, ,... n u) ,-. ',.:!Will` ..4. ri .-.'r.' C CI .91 );,:,',., •_ --- CD ID CA m ,Airriort 7 , ,-- , . i,z,,,iL i -,t........ , t. i ',/ ,, 1 I If . 11) ..:.•__ .. ... ... .• ... , ,, , . ? d ::5. 1- 77/. _ - I ....-... ,k,.... , ,,:-‘1, i.I.,.. „_L „. MI \ --( " ,.,. 044- „i.. 4c 4 , . . .,• ._ • ' aill , uiliil mi, ..,. ,...... AssmstimpPAIIII_ , .., ,k,t, A i• 4 ..., ,.,,. A -4 1, *, X , r ' 1 \ ' . it. 1: ' l'''.'.'-' rn , l 1 '`'''- "..'-,-4r 41:,:', ,'t:' wwwwir. 1.41.° +1.41111T rn 71) --,-,. . .... miamemplIm■ (1) \ .. . NIN■ m Z CO 03 137, m (1) ,..t. r.p (,n rj• et" H. h M (D o -it -I 3 "Ci :7,..„ ow ..., , au) • -it . , . . _ . _ .4"111.7:,„ .' 6: •,•,.., = ,.. . , a .. . ... . , „ .. , 0 ..,„ „.., ... , i,:.. , ,,,:... ..• .. ..,,, r , , ..," q , ..." ; i, / pi Mk iniN .,.:-.„...17: ..fs, ,..., .. .. i •.. — waif saw ,, . . , , ...... _ e, . .: I F ' 1 I ' . ., . .0 ...." o,.., 0 .0. ...N. ..... • IL....41A ,,.., , . . ...„ „is.„.■,.. s?. ,* . Ilidra I 1101bot_ .i..-- I) '11' lir Via/lia i C/)II. ,,..,z...r............................._„,,,,,,,,asimir,-mixig (1) Cf) -1 ..........._ 0 . -.4 -a C _--, -.......-M-1.1.1111.----1.....m (t) 0 a i ---- - 3 cZ :_. . ,, ''''• , :7---7= -----,....--wimill I I. Cr ..Z CD '--,... . Jim- -, 73 .... - -% INNINENNEogam ,,„:,,, , 0) "t1 (1) ..,,, .. . , willimmingigirs- ' (i) .., c__ (c) ,.. . .., c --1 "'- c_ --" 41p.' rr ..< (i) . o a / : ' a ' 01 ,.... .... co r.) cr CY Vy Saa .....-I . ._., = . Cr) 14...) • '",r'-,', . ,, - ,-.L --..air at -AIM/ :t......,,,1;.°4 ,.,,,.rt,"--7:,.... ! - • , .... e^' v..4 ea ''41'.,:•.9,1,4',,,-,,,!,,i',1, --; Zi r-T.1 40 .....• = tit ■-•+ r.: :-I r-t N V _ — —` , 1 / / N / o \\ // a' `\ / iiPi . \ / U 1 / I / / / d_ _ / / Iii / I I18° // • m=om / s y �� z� 1 � o, .■ Q I / A I // e a : Q C I* - lip 0- . / --,D \ 11 E-; c \ �� E.= %1F � 8 8 8 VP \ s- \ li I I- ) fil- . . . WI -� tos / l r N r Re r p \ 2 � fa \ V is...., ,J if [�(CIC(� p \\ �/ \ ` W / N /i \ \� � i \ //// 10 ; r I§m I �r r I z CT \ §j /I/ Iz \ / g \ / \ / N lid D D D M ir c--Th 00000 a. g iiiii cn z 9iii o l!iii pit N C WCl 40 , . WOO ,'-��-�� / \\ > \ / i<\ �' I `x ■ i E> \ 1 i I i i \\ / / `\ �'��_��i.' --tea`` / r , 10 % • I 11 � • ; - BI L . S. ■ 2 0 I ' L\ � t 1 1 B / . 111 h �� i i It 1 q II* It* is ..■I l % / 1__ ms.. fp ,,_\ i ;p A ., _ S. ■ \ \∎ r. „_ S. ■ q0��l - 11161 I►>•? -',. (UN. 0 I f- S114�b I %EI LIII ' �ii i I !IP I !top ill'i u._:,A4,_. i orl I li I ih,Il iiii i ip II! rill) . M ie 1 as 1 J 5• b ° °.° `'r� r r-i OG c'O Rs?, O E• t=1 i a) ir 0 Bt rD +• �P ' C P✓ 7 � C< b D t rcr• C) 0 O z C ►+ CD et) ' *, p, I cr r.• b 5•�" 0 0. x O n p CD 0 CD cn el) •.-O co O O 0 e t () rna C " 4 (" r.t •,• R' .4 " 0 rD A) O ' .. C O n c- ' 'o o. ,, o. 01--, P O FF-Jr.00 14. _..., tn .l� iii. '° n a- CM o CD 4 0 O E. ¢I • c9" O+' PT y d b F•� CD � � M a �cao �L� yon.. eD (D � 0 rla y b y rt C� - y t't C y O O ^ O ►•s DC •`"' ►'! fn O G. (D co H 'L1 r O O CO Q: O 01 p c. rf, C 0 J 17• 'y ' ro ► 7 l J 3 n O � n 3 y (J O 1"Ci r cD T � 5' °, o (D 1 O- as o = a C � /`'y� 2. r CD Ft , a y ,� 'd 'C� n Cr nj °' V n) v' CD . c CD A p, O y O P r' ►•d 0 • ' � ' O O ca.. O Qn ,. 0 � � : a � ' � 0iy C �, °� :1A o • OCD ; CA r't s w c ~ CD � y n co 0—%? '6;* C � rd a r7 �. rD �' O b c o `" a. co CDeri W Cro " b 0 IV co •.• CD 1-3.:4 1 rt w CD co 0 '� ►-E oC 0 0 , © w a � � y �' tcr coy a co cD <,. P� x c y rD x o rt O . ... c ►h x A. N 7 Xi'inn r - CC n -0 -- • 0 C.), q q rD cr s;i= " g .... H. (I) 0 CD It Oa ,--' n a) t-1 )—] CP 1—,. r+ :"..;. 83 JZ Hill C cn n O CD cn ,.r, tr1 �D CD a' C �, 0 4 `C FBI W ■—.. � '1 C C/] fD CD a l M 5 in Crg= r-r ~ oo '0 rri d ONVO 0 0 CA . x n rD aq d '1 C' W Cn rD 4,3 0_ o CD 1 X X T • rD 5 r N lai 3 N a) G .-1 P—n ' jJ 0 pa O rr O it N J ,,,, V to S O 7% -' { V7 -' �V O N N ON N & O Ul N V N 000 W N 00 GO O O N (A O H-+ CTl V i--k O O O C O O O V O O O C O V O V O x x N C = N C n Q 1 am H. C7 O o -g C 3 o CD 0 Iry 0 O ,,,',. CD O i Ilk o C "IV- - - - k. , 4 . � 4$ N T V CO i ry co 0 ; .� W of i r!. ' 0 � ~ = , 1...,,,4'.",. „„__ , cp_ ,, c) . ;4 lir 3 / © E,. ID co 03 cl o ��4 o VI el.. � 3 " ? " ., �-' y n ,. :::: .. ,.. O p) t ,. ss wp s :..) G i4° .�: 'G-'1f-.`',1 i4. E 4, s C r a ° , ...... St '''' ) i ;1''514.71gt:',;:eq 3 cD —4` a D ja co Q O +�. cr Au �" n rA- .e r; d ; 3 ;-, = ,. x z r-17". 40 v '(,,'t tttt•-vt.,•,-,,, I, v € x Mo D-u 0 m mxl 73 N_ mG) P r • m N M 0) t D� \/I Z V• / \ NWN �N N m m hiii �-o u)0 J N W 0 oo o m o N v 0 00 m ''� G')mom \0- `, m`°e,t 1- N ACRD / - •' N ._ ,�ry -P ITIV / CO C) Q7 T J m r- C DD x ran7 I m O ..-._� O v v• ~ v. J � _. , C ' ') � _.� 1.1 N 9 a , N -0g 0 r / Z\p r W iN � cn rom rn co x (\ --..„.. \% \ ---� -o _ I N / F I m I my / DN \ / \ / o \ \ / CI o�� \ •\ — --- / I I I 01 N -I MF -I x' F I o —L oaccv vcc- r % O 12iN g1t I Z � Z I G7 N 0 N _. N <D CO IN rc / 1 PPPPP 0 t7 c 0 qi 't u) 3 - ! illr `'191 1' C N ° _o ill r3 i 04 a.amo G CO t0 RN cD32 N N" a.a41,o I CD \....--../ III I� — Is V ..„....___ /, - I , 01 \ yfi I \/ • _ / `\�i� 1 m I iiii , " 1 \1 t \: hie Is 1 q 0 o rn ■ P e* ∎— \ 1 _ --� I' „ N pi , \ 11 /I ILI E. �/ 1- `\ `� // / t , '. i/ ......i/I LI I I/ -- I. ... ,:, 1\ co 0.0`"'d m \ / 51 RE m ♦ P • / I,Nzzi,,, =0 5 ? o Lip lP---- 1 0 �'p �7 A ~ 70 11 Nil i wi ,I 1, Ilt. 1 di A 1 1 a !ii 1 gii 1 1I!I1 I l��x� '!x e Iii .— . or Ile' b _ I hid it ill . - 14' ie hi li o = =� � J r 711) R at? O O �„ O A- 2. X rt I Q. ("D .•-•• 0: Op -- til Q° O til r• _, P.5 o n Cr) r* CCD `� 0 J• W yr n C ¢' C2 `C Z C ) CD CD a l ` d C O0 m .0 0- r• X rCDD N fD Mme!i-t 2 z CD A) J o x A Z) N 1 It y o o `L3 `C V 0 N o N - - {R w �.` o O_ gO [A. .1 .CT1 �►-.1 O_ �O W N .,c N N V 0 ", 01 0I V O O 00 . 00 01 O O N 01 O Oo O Oo O O b O b O 41. O 41. O x x N N -t 0 ii C' vs,i Av , I . i I r ,.'-4-"..9,--t,.._ , , . . .. ,�s. \ . . ,,, _ . n ,,,,,,,,,,,,,,,,, / . , ,„,,„ -„.-,, , ,,,„...„ve, 4 4 ,,,..IV'."-rT,m- s,. .. V I' Fd Q. i m \ • I . y - ,-- O'I i F.�__ ' AI rn illIk‘ , 4,'z, ,.,10.!,. 1 . ,, H1 / • •,,,v,'-"-t;.1 . '—.....%‘—'"''''Millill'i))1 , '',: i.?), )1',1 '',,V, r ' if t V' • iy _ klei t.:r, 1.!,,:.114''' e rim' Nil I _ I ,'n R i t D ^'_1 II fD nay m° Q. ■ 0 PmF t `, . ` •.1 Q Qrt CO ry a & . ' 0)L, 6 co . fel :::::„ W N -- O . t ti : fT O • ry sa=mig • t011 MJ N N - I / * \ c)°-. co o j r .-- 41 I-*CO _1>' \ O j 0 7C °m -a° co �m m j 6m O ^iti • -m� � i \ f, 6 � \ D / i• eQ • • • 1 i 0 \ .1.-13 xr_. 0 I O o c.) c7) \\. 400" *_AR7:1 ......,_ 5 n r � �O�m O / °000 w ♦ ZN V -I A■, co ! \ rrl *orm.... *N � *4144 N � I\ W2 m V�°og °=o8� • \ co xi I S / z0NV p=vK� co mmV m 31 zlo•cnC CO e m m 6 C, co O�o I cn _. Z m r m al --...,,,. .0\ m -0 1 0 c) ....... � - --" � N tZm I I \ °x / m I vcn I N / "'v G7 �z V ) 0 V Z w 2w r z • \c) 1 . I CTS I / 01 XI�� T 731 T MF � oF / � ° o , 0 o V 1 E CV � 0o �i �° ° o° r ` ) 2 N I � N _J \ Pa V VI -' :-. m N x — X m -o • M CP iiiii I 1 Iiii 411cp RNWW 4 hil w. 0 iiii P3 N N w Col 4..o V 7 V - iii ii _ 1 .,( • AtirteZI 111 Ilii --, ... ■ .. •o • I Iii'I el_ i& • .m ( pig ION, . P _ ,,'' 498 1 0 0 41 II0 0®° IN r 4 40 4 ro ill 1111 0 \ At 11- 1M1 s• V fiz PP NI o e+ m / gi r -- Z\ � x ;.5. r D 1 I S! °o < I �.. �i E. fTl l � i■/ / Ill �1 r I I=_,_._, I �.on °m / s co A•� � \ V2e111- / Eil ftc�m j 0 1 jil lit J < �p Z7 . D X g 1 WI Ill 1 L .r.1 v. 1 ig' I p � a ill I pi 1 i M�� r opdioliti "glad:ill! _19, rill!! 11 1I II -v O b r (4- 0 � n'(y P O d H 0 0-a r: n v pC rD'U r. rb 'b ► v . C O --..1-1,:: 0 0 0 F , IQ ,,1 o z cD Q. ... 4 o O O O p p O rr R- CD s•-• 0 1:1) 5 A) 1-,. '1" 0•• 0.• 1%) .C) (A" ".1 0-4 0.0 pa rrl •Pn ti (D O v, .. '+ O � n .. O •i-, 0 ... tr3 ,..,_. tn o � � CD � � yap �= A' � G� onyr* a•� CA w �.. y ., p p 1- • cn y C r-r �' 0 ccn O '73 Q. 1s O n 't 0 P co ,`�' �,o 0 ny irn 9a � :va rJ-pi cD �. p O y y 'v �r 0'� - y• � �• 'i• (D 5' o o fD FS, rwr o-' c 0 -. '� �' • Y �, cD iv a" n a a 'Y cm a p p, ►mss cAD CDDD ' p `� cD �, rb 0 cr •-t `C rP n O n n ". r ►`• r) w 0 " " (- (D C) K 0-'• y O et 0 y p, cn ',s' r-r r... 1 ''U 3 U C CCDD fD �� ,�.1 b c1. 0 ,�� •� A▪ O n) • � a, o a o �CD Div A. o � � •-I W •-- �'o a- `C C `C (D A' b a y (D Sv y• CD CD cri fft 0�i � r r � r t C O C ► r r y n 0•-t n O O d cA to a- y y 0 (D p 0 0' 'q - a CI., ,0 a ft 0 n a.0 A) y n . . '�? O 0 ac) a- ~' a a b cD 0:1 P� �' �' p O O .. cD W p rrr O �. ccn 0 rt P) cD 0 b n ro 09 �-• rr ; -. N� b y rr3. i -• P, CD x O a.. ,...%) N 1-1.1 l� `-o n n d o 0 G O �s r.h i UQ p r• �. O �. fi fi 4i.ri fD 0 O6 .,_,rt, --: s. C C E •—.. rri Po 'Z3 J O `� C ) - fD —+ rn rD r W O , t.. v rD n •—• O 0 - r Crg d 00 cia c •_ N n C Q' O V) D CD �+ fp S fa. T rD � 1 I00 N 0 - IL N p ag w hg r-r {A ff? ffl w GO - -ER {fP -ER NJ NJ o O N {R CJ1 ON �P N N N lj:o 00 o 1-' 00 O 01 N V O 41. N ON ON 00 1/40 O O N CII O N O F.P. 00 FP O b O b b FP O ;P O 01 O O O O O 01 O 01 O x S N Nf MI 3 . .. .WENN n � Rl ci r ` , rn HcD X rn w ...:W _ 4 ,, Welcome . rL ..... • - u. j T rt . a X11-: ,..z. . 1 I:: 4, • • 41 II .. • .- . • , Air A .4 iii i ji 4 •_,• •_1• ♦ \ ,a—<r, . r ' rr i_n ) 1 • h tD 1 , o o • mit^ 3 O • a • � /,. , W. I • .41 —I k ,' n c O II 11.\ 1164 . op P.: ...r_ m, 0 CL)�.' 3y ,' ,: ►' k. E. co 0 C . Q N 0 CD xr(D p. N rF V) x.: cD T d V co rt cm N Ca Cr CT C 0 t"'''y CI / P111/1 r f • r till/ ■ ■ r°T N N) I rn V 1 / // Z \ / P I \ J 1 // 1111r*' -0- z I ' �Ate Q r � � P / / =� / 2 / I z z UV, / i 1r .ii,-. ..a C.6� 4► CS CJV T• 1\ % �\ N 0 177 '4\ �� / � / / ,����, � � �7 K, / ITV: 0 / 1 q / g / / :iz:. I ��I 8 � !ii. 1 i° i / - - - \ / \` r\ / P \ / / ) \ i / / . _ - � y) 7 fc N / 1 P�PPP MN _ 1 MN P 1 q!!° hr MO 00 iiii COO 00 t N I* CA • H - .� ,�� , �--„� 1`\� / I \\ III \\ 1/ , VW 1 ft • 1 iji 41 I p ' '/ \ �' m \\ • —' .1 �,\ i cn,,, IP,1\ : ) i i .— 4' / ) / 4b.. PI . E. Z /// / \ i / co N. \ 111 ) , / tri at aabm I 'ate 00 0 i°1 = gip m o D C,I II 11 1 ilk �_r �I!. pimilliCd q �, y_ � � � II .......,9 � nndrz y ti r., tin 7, " 0 C/3 qg C/3 Cl. r, (t) 0: gri. at? ... ,-;---:' in E. el W �p Q' �� A' co; Pi- Fes, o '� �C � w 67' n pa pa fp G� v rr 'T oo d fD Oo co P Ch T Q• n. fD o fD .r i-i A (Pa X 0-.x ; ,�. CIl o CD 14 kl i i. z n N I 0 °'� c� � It -11 N • va U4 J � N �Or Co IA O O N 01 Coil N (11 O CN J J O O O O O .O O vO O w x a N c X) u) =NM m■=411 0 7 ...,. -I z C...--) C et. ...,.. ..... o, ','.i:li4, , — — 0) "RI XI -■ V) (D T- * j 1111111MIIum ( .47 --....-- '..,..-:; -'41'.;.;\ # welcome .... nag, .,, 4 , ,.`. ' I' tj;'-'+I')\!,''I .1••■■ :•1111•111•1111■111 ••••••••■ ■IIMIll ''riiiiitriii5,5'4 — ',1:'-'f!,rieI,:4 AIN ' t:;.;., ' '''.., ",'-*',i pr‘lks tic' , \ t 'II"- ' '''' 4 ..,, , 'i' iii'''',kA-,' , „,.....„... ' to-iga , ..„ L ' '‘,,41, .,,..i, ,,,„ \, , e2::::PP 1„14:;:':'_'''"!:s '',„,--, tl - ' 0. ..., . ,. N *,- ----j-- , ....,.. , .. _ ..., t .,.....,,,, '''44ttit, _ , .. • -•• ' - ‘. ,;•4' '.,:',',*,:liii.(f+.,'q:,.•,,41/ets:,--,),NT,, .,.4-,,,,i, .......: :::i;i::i:1::,:-,:;,';', :,',4::-!-I,'1' ;'• i ;„,, ....,%%• , —.... 1.% ” . . . - • • . • .''' '--,''.:;-...i,'•fk.c.... , , ......11.- '! '.',!':, .„. 1 I IIIII—P *t .tl.'- .0 I it- ., t"i. \ -.:‘,,, . ,....„...,--,.....„,..=.7 • rill) 'N 11111 \ -.' ,1,---,,,-*,:., •. A ,......, '-. --....;,. P CO CO ET (D M '.< '7,,,::.1,.. .. ....... .% 7,7 et t-I- -. rt ell• h (D M ';',:i!:-. ' 0 .../ ...I 10,-.Z4.-,::, 3 -,A..,M.,- , = ,0.- %, ..C3 0 II) CI(S3 .1■1. 1•■••1•110111 "t i< Vil••IMI•M•INIII•L . ',..::t'Ve' 1•101■■ 0 ,n,...-. ".. ' e-,, t 1 ■C ,;, -------- / • • • • • .. . . a = ' •,,',‘;',' li ,o.,,'",' , . . . . Q. -..g,,,, .. , ,... / ip■ . 0 • .'''. , • • • • CA ,00 .r<e,.1 ''',''.-:',, ..e7 1 , • • . 'ilUtCp..4A :'.e'!. . '''''.0,' *r ‘Vdti::,;;,00°Ir''.':' : i', ',.:.; .,e, i % ■ . ill. 4,,,..„ 0,11 1 ,1 .,,,., . ,,.. .,,., ,, ,. =_. .A1k.°41,411:46.*1 '...:::' / , ,.....1 it' / CD N, „::___-; ifoi. --,, ,..);„, CD. .. 0‘, ,• , .., =' ■ ..................._—, ' 6' — Q) zr.. ,, OF ......,, i = 1111---1 c) ..L.- C) > (/)I . ..-..- ci) 7:1 ---... momiNewm, ',., CI)i • ■ 6 Now 3 1 -a .t cr -A— co „ 1,,,, , ,, ,k,...„ _,,,,,,,-,k;,,,,,,-,,•;:,kr,,.3;,ksh,:',. t■' "..""1 0 ,.',i.‘.4,.. C f":,,'-..,.ff,,4-2..A.* =ma tv 0 ----.,,:,,,,,,...-,--,-Ar--' c> a `'*1-NcOr-44'.'- - _.... 'D :,..-... ...',..1,t..1.::.,1:'' lift ry 111 —C-41 c7, CD N oo c .;.....- „- a —.•" • , ..ef ry L (CD 0 CL (0 4 . a- CI 4' ...?" Min.• ',.' 0 = k< ko... , ,-..--, = ,,--, n, --,^• .0/ A, , ? .41 ,—t --c till v ,, / __, It/ v ,... __, r: .... .- , / � � � � \ N / N / \ v / g- \\ rn / n N 1 J N / S' 8 � E i o \ I 00 1 I r gN (r1 N u �I ; : Pi 09g / ak 1 � � / 8m Z4N iZ \ P�� \ 4 ice ' �cN v Pp / / _ /I F_g I I 4.1- / x 1 I *8-- I I II I 41- [7 8 J _,,,,,,,, i I �a 8 I I l l I l §i b i I- p \ / PV N c, - I 00 \ \ W�c / Si w � - - - - - / i // m g ) --- __ _- o o • Cr 1 cTh li OM 1WWID lir C,I w 40 U!! ��_-- N ...� N / / `\ O, / L_ la ,.■ I 0 7.0 y \ / . iii o ■ ir)))-uamor, il 1 A / di 0 ,. , 01 al i , s ,oh 1 I4 i le Ili III P le P el-b "' I iii i$ ii mss' i:/1-1 11 a „ .-----, IN I , , , , , , . , ,_____, si„ 114/) .§.2 cn.. bmrA 11 CD 1 F,a 1:nm P OD R tn i W i N * 1 I I -. . t go 1 1 iii 101 . 10.91 ” p PP,.,,..,-ffa ..-. 1 Iiii I I dr, 111 =-, 9 1 oh d 4 �, x i rit71(;47cifi,:': lir] ' 0 ' ui1 ii g� slide ..._,,,,, _ _