Loading...
HomeMy Public PortalAboutORD13492 BILL NO. 2002-125 SPONSORED BY COUNCILMAN Olsen ORDINANCE NO. AN ORDINANCE OF THE CITY OF JEFFERSON, MISSOURI, AUTHORIZING THE MAYOR AND CITY CLERK TO EXECUTE AN AGREEMENT WITH WIRELESS USA FOR BASE RADIO UPGRADE. BE IT ENACTED BY THE COUNCIL OF THE CITY OF JEFFERSON, MISSOURI, AS FOLLOWS: Section 1. The Mayor and City Clerk are hereby authorized and directed to execute an agreement with Wireless USA for Base Radio Upgrade. Section 2. The agreement shall be substantially the same in form and content as that agreement attached hereto as Exhibit A. Section 3. This Ordinance shall be in full force and effect from and after the date of its passage and approval. \ _ Passed: � , � ,y� ,.'7.. � f;j�::. -> Approved: 1, 1nd i 6 wl,4 Presiding Officer Mayor ATTEST: APPROVED AS TO FORM: 1;J City Clerk ity Coii �s'�l CITY OF JEFFERSON RADIO REPLACEMENT/UPGRADE AGREEMENT 4 THIS AGREEMENT made and entered this .i 1. day of January, 2003, by and between the City of Jefferson, Missouri, a municipal corporation; hereinafter referred to as "City," and Wireless USA, hereinafter referred to as "Contractor." WHEREAS, the City is desirous of obtaining and installing radio equipment compatible with recently installed equipment, WHEREAS, Contractor is willing to enter into this Agreement with respect to the services upon the terms and conditions herein set forth. NOW, THEREFORE, be it agreed as follows: 1. Scope of Services. The work of this Agreement consists of the purchase and installation of radio equipment as described on Exhibit A. All equipment supplied must be fully compatible with recently installed equipment. Equipment shall be installed in the Jefferson City Police Department and will required a two week test period to ensure that the system is fully functional. There shall be no period of time that the department is without adequate communication ability as determined by the Police Department. All equipment being replaced shall be removed by the contractor. 2. Manner and Time for Completion_ ® Contractor agrees with the City to furnish all supervision, labor, tools, equipment, materials and supplies necessary to perform, and to perform, said work at Contractor's own expense in accordance with the contract documents and any applicable City ordinances and state and federal laws, within thirty (30)working days from the date Contractor is ordered to proceed, which order shall be issued by the City Administrator of the City of Jefferson within ten (10) days after the date of this contract. 3. Prevailing Wages. To the extent that the work performed by Contractor is subject to prevailing wage law, Contractor shall pay a wage of no less than the"prevailing hourly rate of wages" for work of a similar character in this locality, as established by Department of Labor and Industrial Relations of the State of Missouri, and as established by the Federal Employment Standards of the Department of Labor. Contractor acknowledges that Contractor knows the prevailing hourly rate of wages for this project because Contractor has obtained the prevailing hourly rate of wages from the contents of Annual Wage Order No.9, Section 026, Cole County rates as set forth. The Contractor further agrees that Contractor will keep an accurate record showing the names and occupations of all workmen employed in connection with the work to be performed under the terms of this contract. The record shall show the actual wages paid to the workmen in connection with the work to be performed under the terms of this contract. A copy of the record shall be delivered to the Fiscal Affairs Supervisor of the Jefferson City Finance Department each week. In accordance with Section 290.250, RSMo, Contractor shall forfeit to the City Ten Dollars ($10.00) for each workman employed, for each calendar day or portion thereof that the workman is paid less than the stipulated rates for any work done under this contract, by the Contractor or any subcontractor under the Contractor. flN.w1r.u'1 USA'J'U marsh 21M.-IA 4. Insurance, Contractor shall procure and maintain at its own expense during the life of this contract: A. Workmen's Compensation Insurance for all of its employees to be engaged in work under this contract. Q. Contractor's Public Liability Insurance in an amount not less than$2,000,000 for all claims arising out of a single occurrence and $300,000 for any one person in a single accident or occurrence, except for those claims governed by the provisions of the Missouri Workmen's Compensation Law,Chapter 287,RSMo,and Contractor's Property Damage Insurance in an amount not less than $2,000,000 for all claims arising out of a single accident or occurrence and $300,000 for any one person in a single accident or occurrence. C. Automobile Liability Insurance in an amount not less than$2,000,000 for all claims arising out of a single accident or occurrence and $300,000 for any one person in a single accident or occurrence. D. Owner's Protective Liability Insurance. The Contractor shall also obtain at its own expense and deliver to the City an Owner's Protective Liability Insurance Policy naming the City and the City as the insured,in an amount not less than$2,000,000 for all claims arising out of a single accident or occurrence and $300,000 for any one person in a single accident or occurrence,except for those claims governed by the provisions of the Missouri Workmen's Compensation Law, Chapter 287, RSMo. No policy will be accepted which excludes liability for damage to underground structures or by reason of blasting, explosion or collapse. ® E. Subcontracts. In case any or all of this work is sublet, the Contractor shall require the Subcontractor to procure and maintain all insurance required in Subparagraphs (a), (b), and ©) hereof and in like amounts. F. Scope of Insurance and Special Hazard. The insurance required under Sub- paragraphs (b) and O) hereof shall provide adequate protection for Contractor and its subcontractors,respectively,against damage claims which may arise from operations under this contract, whether such operations be by the insured or by anyone directly or indirectly employed by it,and also against any special hazards which may be encountered in the performance of this contract. NOTE: Paragraph (f) is construed to require the procurement of Contractor's protective insurance(or contingent public liability and contingent property damage policies) by a general contractor whose subcontractor has employees working on the project, unless the general public liability and property damage policy(or rider attached thereto)of the general contractor provides adequate protection against claims arising from operations by anyone directly or indirectly employed by Contractor. 5. Contractor's Responsibility for Subcontractors. It is further agreed that Contractor shall be as fully responsible to the City for the acts and omissions of its subcon tractors, and of persons either directly or indirectly employed by them,as Contractor is for the acts and omissions of persons it directly employs. Contractor shall cause appropriate provisions to be inserted in all subcontracts relating to this work, to bind all subcontractors to Contractor by all the terms herein set forth, insofar as applicable to the work of subcontractors and to give Contractor the some power regarding termination of any subcontract as the City may exercise over Contractor under any provisions of this contract. NP.ComrncU9loL.ru, rucUadllirclra USAM)u,ulrwl 2(01.,pi - 2 - Nothing contained in this contract shall create any contractual relations between any subcontractor and the City or between any subcontractors. G. liquidated Damages. ® The City may deduct One Hundred Dollars ($100,00) from any amount otherwise due under this contract for every day Contractor fails or refuses to prosecute the work, or any separable part thereof, with such diligence as will insure the completion by the time above specified, or any extension thereof, or fails to complete the work by such time, as long as the City does not terminate the right of Contractor to proceed. It is further provided that Contractor shall not be charged with liquidated damages because of delays in the completion of the work due to unforeseeable causes beyond Contractor's control and without fault or negligence on Contractor's part or the part of its agents. 7. Termination. The City reserves the right to terminate this contract by giving at least five (5) days prior written notice to Contractor, without prejudice to any other rights or remedies of the City should Contractor be adjudged a bankrupt,or if Contractor should make a general assignment for the benefit of its creditors, or if a receiver should be appointed for Contractor or for any of its property, or if Contractor should persistently or repeatedly refuse or fail to supply enough properly skilled workmen or proper material,or if Contractor should refuse or fail to make prompt payment to any person supplying labor or materials for the work under the contract, or persistently disregard instructions of the City or fail to observe or perform any provisions of the contract. 8. City's Right to Proceed. In the event this contract is terminated pursuant to Paragraph 7,then the City may take over the work and prosecute the same to completion, by contract or otherwise, and Contractor and its sureties shall be liable to the City for any costs over the amount of this contract thereby occasioned by the City. In any such case, the City may take possession of, and utilize in completing the work such materials, appliances and structures as may be on the work site and are necessary for completion of the work. The foregoing provisions are in addition to, and not in limitation of, the rights of the City under any other provisions of the contract, city ordinances, and state and federal laws. 9. Indemnity: To the fullest extent permitted by law, the Contractor shall indemnify, defend and hold harmless the City,its elected and appointed officials,employees,and agents,from and against all claims, damages,and expenses, including but not limited to attorneys' fees arising out or resulting from the performance of the Work, provided that any such claim, damage, loss or expense attributable to bodily injury, sickness, disease or death or to injury to or destruction of tangible property (other than Work itself) including the loss of use resulting therefrom and is caused in whole or in part by any negligent act or omission of the Contractor, any Subcontractor, anyone directly or indirectly employed by any of them or anyone for those acts any of them may be liable, regardless of whether or not it is caused in part by a party indemnified hereunder. Such obligation shall not be construed to negate, abridge, or otherwise reduce any other right or obligation of indemnity which would otherwise exist as to any party or person described in this Paragraph. H;16nilrud Fil�h'umlrucliva\N'vdmv U5,\NU 1IV1111KI 21NII,M�MI — 3— 10. Payment for labor and Materlals. Contractor agrees and binds itself to pay for all labor done, and for all the materials used in the construction of the work to be completed pursuant to this contract. Contractor shall furnish to the City a bond to insure the payment of all materials and labor used in the performance of this contract. 11. Supplies. The Contractor is hereby authorized and directed to utilize the City's sales tax exemption in the purchase of goods and materials for the project as set out in Section 144,062 RSMo 1994 as amended. Contractor shall keep and maintain records and invoices of all such purchases which shall be submitted to the City. 12 Payment. The City hereby agrees to pay Contractor the work done pursuant to this contract according to the payment schedule set forth in the Contract Documents upon acceptance of said work by the City Administrator of the City of Jefferson, and in accordance with the rates and/or amounts stated in the bid of Contractor dated November 26, 2.002, which are by reference made a part hereof. No partial payment to Contractor shall operate as approval or acceptance of work done or materials furnished hereunder. The total amount of this contract shall not exceed Forty-Nine Thousand Two Hundred Thirty-Two Dollars and Sixty-Six Cents ($49,232.66). 13. Contract Documents. The contract documents shall consist of the following: a. This Contract f.. General Provisions b. Addenda g. Special Provisions c. Information for Bidders h. Technical Specifications d. Notice to Bidders I. Drawing and/or Sketches e. Signed Copy of Bid This contract and the other documents enumerated in this paragraph, form the Contract between the parties. These documents are as fully a part of the contract as if attached hereto or repeated herein. 14. Nondiscrimination. Contractor agrees in the performance of this contract not to discriminate on the ground or because of race, creed, color, national origin or ancestry, sex, religion, handicap, age, or political opinion or affiliation,against any employee of Contractor or applicant for employment and shall include a similar provision in all subcontracts let or awarded hereunder. 15. Notices. All notices required to be in writing may be given by first class mail addressed to City of Jefferson Police Department, 320 East McCarty,Jefferson City,Missouri,65101, and Contractor at Wireless USA, 2519 East McCarty Street, Jefferson City, Missouri, 65101. The date of delivery of any notice shall be the second full day after the day of its mailing. {iI�IN11fAll f11lTiYY41111 U:111N1\\1'lldta.USAU'U llMllltlll)INII Mi.i - 4 - „ 16. Jurisdiction. This agreement and every question arising hereunder shall be interpreted according to the laws, and statutes of the State of Missouri, IN WITNESS WHEREOF,the parties hereto have set their hands and seals on the day and year first above written, CITY OF JEFFERSON, MISSOURI CONTRACTOR r .4 � Ma or Title: j /9/,!Z r,i 41/U ATTEST: ATTEST: City C16fk —� Title: APPROVE AS TO FOR ,f City Counselor II:Caural fiia`cons1rW1i00%ftdcu USANUcmiriki 21a3.wpd - 5' �t EXHIBIT A JEFFERSON CITY PCs LICE DEPARTMENT 1311) SPECT11 iCATIONS For Upgrade and Replacement of Radio Equipment #1 1 each VHF Conventional Base Station 100 Watt For law enforcement ni>>tual aid Simplex Channel 1 Backup - must include transmit and receive card #2 leach VHF Conventional Base Station 100 Watt with Auxiliary Receiver with VHF Bank 4-way Receiver Power Splitter Base will be Sheriff's net and point to point #3 1 each VITF Conventional Base Station 100 Watt For law enforcement mutual aid Must include transmit and receive card #4 1 each VI-117 Continuous-Duty 100 Watt Conventional Repeater Includes power supply, power distribution panel and duplex tuned to proper frequency. Come installed into a 7' equipment rack and to include a Pilot Tone Generator #5 l each JPS Voter Camparitor Model 9SNV-12 VHF Frequency 156.03 w/channel.guard of 192.8 #6 4 each Site Voter Module - one per site- Model #SVM-1 Must interface with existing modular communication console Ultra-Com NT I each Modular Communications Voter Interface Card #7 1 each Model 973-38-01-2D-03 Combiner for tower at Police Department Combine Frequency 156.21, 1541.86 and 155.4175 48 Spare parts for JPS Comparitor, Voter Module and Interface Module 1 each Model I#CPM-I JPS Site Voter Module 1 each Model #CPM-I JPS CPU Module 1 each Model # PSM-1 JPS Power Supply Module I each Model #CIM-I JPS Console interface Module #9 1 each 19" cabinet or rack floor style, free standing No wall mount racks accepted, 7' tall, 19" wide, heavy duty durable steel, with adjustable shelviT1Q All equipment must be compatible and interface with an Ultra-Com NT system, fully digital dispatch consoles, or Ultracom 2000 E-911 digital NT system by Moducom. No substitution of equipment brand specified will he accepted. All items bid sliall include a two-year warranty minimum on parts and labor. 3 Bid Specifications: 100 Watt 'VHF Base Station Item 1 Base Station shall be a full featured, high specification unit with requirements as listed below. If bidder does not meet the minimum specification.,; below,the bidder shall make this known on the bid response. Station shall provide front panel programming and tuning with status LED's to display operational status, programming status, and fault conditions. Shall be programmable for Wide/Narrow Band operation, shnil have Continuous Duty RF Amplifier(with forced air cooling), all equipment shall be mounted in a 19" cabinet that Is provided, and shall carry a Two Year Parts and Labor Warranty, 100 Watt VHF General Specifications: Minimum 100 Waits RF Power Minimum 16 transmit channel simplex/full-duplex operation Tone Remote Control Multiple Tone Code Programming per Channel Priority Scan Station must include local speaker and test microphone Frequency Range, 146-174 MHz Channel Spacing 30, 25 kHz (wide band) 15, 12.5 kHz (narrow band) PLL channel steps , 2.5, 5, 6.25, 7.5 kHz Operating Voltage, 13.8 V DC plus or minus 15% Duty Cycle, Minimum requirement 100% Continuous Duty Cycle Frequency Stability, plus or minus 0.0002% (-22F—+140F) Operating Temperature Range, -22 degrees F - +140 degrees F Receiver Specifications: Sensitivity 12 dB SINAD - 0.35 microvolts ® Sensitivity 20 dB quieting - 0.45 microvolts Selectivity 85 dB at plus or minus 30 kHz (wide band) Selectivity 80 dB at plus or minus 15 kHz (narrow band) Selectivity 77 dB at plus or minus 12.5 kHz (narrow band) intermodulation 80 dS at plus or minus 30, 60 kHz (wideband) Intermodulatlon 75 dB at plus or minus 15, 30 kHz (narrow band) FM Hum & Noise, 50 dB (wide band) 45 dB (narrow band) Audio Output (External Speaker) 4 watts at 4 ohms, less than 5% distortion Spurious & Image Rejection, 90 dB Audio Distortion (External Speaker) less than 2.5% at 1000 Hz Transmitter Specifications: RF Power Output, Minimum 100 Watts VHF 100 % Continuous Duty Antenna Impedence, 50 ohms Spurious Response, Harmonics 80 dB, Others 80 dI3 FM Hum & Noise, 50dB (wide band) 45 dB (narrow band) Microphone Impedance, 600 ohms Audio Distortion, Less than 3% at 1000 Hz Band Spread 28 Mhz Connection to current City of Jefferson infrastructure: Base Station shall be come equipped with proper interface to existing Modular Communications Console, Ultra-Comm NT, A TRC needs to be provided for proper Interface to City of Jefferson Infrastructure. Price to include installation of this equipment as well as proper interface and programming of console. Bid Specifications: 100 Watt VHF Sane Station with Auxiliary Receiver and VHF Band 4-way Receiver Power Splitter Item 2 Base Station shall be a full featured, high specification unit with requirements as listed below, If bidder does not meet the minimum specifications below, the bidder shall make this known on the bid response. Station shall provide front panel programming and tuning with status LED's to display operational status, programming status, and fault conditions. Shall be programmable for Wide/Narrow Band operation, shall have Continuous Duty RF Amplifier (with forced air cooling), all equipment shall be mounted in a 19" rack that is provided, and shall carry a Two Year Parts and Labor Warranty, 100 Watt VHF General Specifications: Minimum 100 Watts RF Power Minimum 16 transmit channel slmplex/fuli-duplex operation Tone Remote Control Multiple Tone Code Programming per Channel Priority Scan Station must include local speaker and test microphone Frequency Range, 146-174 MHz Channel Sparing 30, 25 kHz (wide band) 15, 12.5 kHz (narrow band) PLL channel steps , 2.5, 5, 6.25, 7.5 kHz Operating Voltage, 13.8 V DC plus or minus 15% Duty Cycle, Minimum requirement 100% Continuous Duty Cycle Frequency Stability, plus or minus 0.0002% (-22F—+140F) Operating Temperature Range, -22 degrees F - +140 degrees F Receiver Specifications: • Sensitivity c@ 12 dB SINAD - 0.35 microvolts Sensitivity @ 20 dB quieting - 0.45 microvolts Selectivity 85 dB at plus or minus 30 kHz (wide band) Selectivity 80 dB at plus or minus 15 kHz (narrow band) Selectivity 77 dB at plus or minus 12.5 kHz (narrow band) Intermodulation 80 dB at plus or minus 30, 60 kHz (wideband) Intermodulation 75 dB at plus or minus 15, 30 kHz (narrow band) FM Hum & Noise, 50 dB (wide band) 45 dB (narrow band) Audio Output (External Speaker) 4 watts at 4 ohms, less than 5% distortion Spurious & image Rejection, 90 dB Audio Distortion (External Speaker) less than 2.5% at 1000 Hz. Transmitter Specifications: RF Power Output, Minimum 100 Watts VHF 100 % Continuous Duty Antenna Impedence, 50 ohms Spurious Response, Harmonics 80 dB, Others 80 dB FM Hum & Noise, 50dB (wide band) 45 dB (narrow band) Microphone Impedance, 600 ohms Audio Distortion, Less than 3% at 1000 Hz Band Spread 28 Mhz 5 r . . Auxiliary Receiver Specifications: Receiver must be a high quality materials and workmanship, VHF, 100% duty cycle receiver that is capable of being mounted In a 19" rack that has frequency range of 146-174. Receiver must be capable of wide and narrow band channel bandwidth per channel. Operating temperature must be within normal ranges, —22 degrees F to 140 degrees F. Receiver must be able to be programmed with a Windows based software for programming and tuning. The programming software must be able to change the following parameters: Squelch, Receive audio signal output, Receive detector signal output, Receive frequency, Maximum deviation. General: Frequency Range -- 146-174 MHz Capable Number of Channels— 16 Channel Spacing 30, 25 kHz (wide band) Channel Spacing 15, 12.5 kHz (narrow-band) Operating voltage, 13.6 volts DC plus or minus 15%. Frequency Stability, plus or minus 0.0002% at (-22 degrees- +140 degrees F) Receiver: Receiver must have an antenna impedance of 50 Ohm. Sensitivity @ 12 dB SINAD 0.35 microvolts Sensitivity @ 20 dB quieting 0.45 microvolts. Intermodulatlon 80 dB at plus or minus 30, 60 kHz (wide-band) intermodulation 75dB at plus or minus 15, 30 kHz. (narrow band) FM Hum and Noise, 50 dB (wide band) FM Hum and Noise, 45 dB (narrow band) ®' Audio Output (Ext. Speaker), 4 watts at 4 ohms with less than 5% distortion Spurious and Image Rejection, 90dB, Audio Distortion (Ext. Speaker) must be less than 2.5% at 1000 Hz. VHF Band, 4 way Receiver Power Splatter: 132-174 MHz -6.4 db insertion loss dry load terminations, 2 each 12 low noise In-line bipolar preamplifiers, 6-25 dB systern gain VHF Receiver Pre-selector, 6 cavity Bid Specifications: 1010 Watt VHF Base Station *Item 3 Base Station shall be a full featured, high specification unit with requirements as listed below. If bidder does not meet the minimum specifications below, the bidder shall make this known on the bid response. Station shall provide frojit panel programming and tuning with status LED's to display operational status, programming status, and fault conditions. Shall be programmable for Wide/Narrow Band operation, shall have Continuous Duty RF Amplifler(with forced air cooling), all equipment shall be mounted in a 19" cabinet that Is provided, and shall carry a Two Year Parts and Labor Warranty. 100 Waft VHF General Specifications: Minimum 100 Watts RF Power Minimum 16 transmit channel simplex/full-duplex operation Tone Remote Control Multiple Tone Code Programming per Channel Priority Scan Station must include local speaker and test microphone Frequency Range, 146-174 MHz Channel Spacing 30, 25 kHz (wide band) 15, 12.5 kHz (narrow band) PLL channel steps , 2.5, 5, 6.25, 7.5 kHz Operating Voltage, 13.8 V DC plus or minus 15% Duty Cycle, Minimum requirement 100% Continuous Duty Cycle Frequency Stability, plus or minus 0.0002% (-22F—+140F) Operating Temperature Range, -22 degrees F - +140 degrees F Receiver Specifications: Sensitivity @ 12 dB SINAD- 0.35 microvolts Sensitivity @ 20 dB quieting - 0.45 microvolts Selectivity 85 dl3 at plus or minus 30 kHz (wide band) Selectivity 80 dB at plus or minus 15 kHz (narrow band) Selectivity 77 dB at plus or minus 12.5 kHz (narrow band) Intermodulation 80 dB at plus or minus 30, 60 kHz (wideband) Intermodulation 75 dB at plus or minus 15, 30 kHz (narrow band) FM Hum & Noise, 50 dB (wide band) 45 dB (narrow band) Audio Output (External Speaker) 4 watts at 4 ohms, less than 5% distortion Spurious & Image Rejection, 90 dB Audio Distortion (External Speaker) less than 2.5% at 1000 Hz Transmitter Specifications: RF Power Output, Minimum 100 Watts VHF 100 % Continuous Duty Antenna Impedence, 50 ohms Spurious Response, Harmonics 80 dB, Others 80 dB FM Hum & Noise, 50dB (wide band) 45 dB (narrow band) Microphone Impedance, 500 ohms Audio Distortion, Less than 3% at 1000 Hz Band Spread 28 Mhz Connection to current City of Jefferson infrastructure: Base Station shall be come equipped with proper interface to existing Modular Communications Console, Ultra-Comm NT, A TRC needs to be provided for proper Interface to City of Jefferson infrastructure. Price to include installation of this equipment as well as proper interface and programming of console. 7 Bid Specifications: 100 Watt VHF Repeater Station w/Dupiexer Item 4 Repeater shall be a full featured, high specification unit with requirements as listed below. If bidder does not meet the minimum specifications below, the bidder shall make this known on the bid response. Repeater shall provide front panel programming and tuning with status LED's to display operational status, programming status, and fault conditions. ,Shall be programmable for Wide/Narrow Band operation, shall have Continuous Duty RF Amplifier (with forced air cooling), all equipment shall be mounted In a heavy duty 19" equipment rack, and shall carry a Two Year Parts and Labor Warranty. General Specifications: Minimum 100 Watts RF Power Simplex/full-duplex operation Tone Remote Control Multiple Tone Code Programming per Channel Priority Scan Station must Include local speaker and test microphone Frequency Range, 146-174 MHz Channel Spacing 30, 25 kHz (wide band) 15, 12.5 kHz (narrow band) PLL channel steps , 2.5, 5, 6.25, 7.5 kHz Operating Voltage, 13.8 V DC plus or minus 15% Duty Cycle, Minimum requirement 100% Continuous Duly Cycle Frequency Stability, plus or minus 0.0002% (-22F,—-4.140F) Operating Temperature Range, -22 degrees F - +140 degrees F Receiver Specifications: Sensitivity @ 12 dB SINAD - 0,35 microvolts Sensitivity @ 20 dB quieting - 0.45 microvolts Selectivity 85 dB at plus or minus 30 kHz (wide band) Selectivity 80 dB at plus or minus 15 kHz (narrow band) Selectivity 77 dB at plus or minus 12.5 kHz (narrow band) Intermodulation 80 dB at plus or minus 30, 60 kHz (wideband) Intermodulation 75 dB at plus or minus 15, 30 kHz (narrow band) FM Hum & Noise, 50 dB (wide band) 45 dB (narrow band) Audio Output (External Speaker) 4 watts at 4 ohms, less than 5% distortion Spurious & Image Rejection, 90 dB Audio Distortion (External Sneaker) less than 2.5% at 1000 Hz Shall have the ability io produce a pilot tone of 1950. Transmitter Specifications: RF Power Output, Minimum 100 Watts VHF 100 % Continuous Duty Antenna Impedance, 50 ohms Spurious Response, Harmonics 80 dB, Others 80 dB FM Hum & Noise, 50dB (wide band) 45 dB (narrow band) Microphone Impedance, 600 ohms Audio Distortion, Less than 3% at 1000 Hz Band Spread 28 Mhz Repeater Features: Duplexer: Full Duplex Operation 150-174 MHz Built-in 16 QT/DQT Community Repeater Operation Pass-Reject Duplexer External Controller Interface 400 KHz Minimum Separation Repeat Enable/Disable 6- 6" Cavities CW Transmitter 1D Repeat Hold Timer(hang timer) Time Out Timer Bid Specifications: Voter for Admin Frequency Item 5 Voter for Admin Frequency The City of Jefferson is seeking bids to replace a voter comparator, being utilized by the Jefferson City Police Department on a VHF frequency of 156.03 with channel guard of 192.8. Voter needs to be able to vote the seven current sites and be capable of expanding to a total of 12 sites with 12 sites being the maximum capacity of the voter. Voter must be capable of being installed into a 19" rack with other equipment. Price to include removal of old voter system and installation of new as listed above. Bid Specifications: Connection to Modular Communications Dispatch Console Item 6 Connection to Modular Communications Dispatch Console Voter unit should be able to interface to existing Modular Communications Console, Ultra-Comm NT. An eight channel Voter Interface Card from Modular Communications, Model 11 130099, will also need to be provided for proper interface to the City of Jefferson infrastructure. Price to include installation. Bid Specifications; Combiner Item 7 The City of Jefferson is looking to combine three transmitters at the Police Station Tower Site, Combiner shall be of high-end performance features as listed below, If bidder does not meet the minimum specifications below, the bidder shall make this known on the bid response. Frequencies to be combined are 156,21, 154,86, 155,475, General Description: Must utilize three-port bandpass cavities and dual ferrite isolators Must be able to adapt to 132-174 MHz frequency Must be mounted in a rack that 65" High X 24" Wide X 36,9 " Deep, Must have a cavity type and diameter of Quarterwave 6.625" Must of an isolation load power of 5/100 Watts Must have minimum Transmit to Transmit separation <r Cavity Loss; 125 KHz @-1.5 dB 95 KHz @ -1.5 dB 75 KHz @ -2.5 dB 50 KHz. @ -2,5 dB Must have Transmit to Transmit isolation @ minimum -70dB separation Must have Antenna Transmit isolation @ -60 dB Nominal Input Impedence of 50 ohms Maximum Input Return Loss of—20 db (1.22;1) Must have Type N connectors, Input and Antenna ip r v Bid Specifications: Spare Voter Equipment for Existing Voter ,TI'S SNV-]2 Item 8 The City of Jefferson is requesting a bid price on the following equipment fbr spare parts. If bidder does not meet the minimum specifications below, the bidder shall make this known on the bid response. Spare parts for JPS Comparitor, Voter Module and Interface Module 1 each Model #CPM-1 JPS site voter Module I each Model #CPM-1 JAS CPU Module 1 each Model 4PSM-1 JPS Power Supply Module 1 each Model #CIM-1 JPS Console Interface Module Bid Specifications: Cabinet or Rack Item 9 The City of Jefferson is requesting a bid price on the following cabinet or rack. If bidder does not meet the minimum specifications below, the bidder shall make this known on the bid response. Nineteen inch (19") cabinet or rack, floor style, free standing -NO WALL MOUNT RACKS accepted. Rack shall be seven feet (T) tall, Nineteen inches (19") wide, heavy duty durable steel with adjustable shelving. EXHIBIT A JEFFERSON CITY POLICE DEPARTINm.NT BIT) SPECIFICATIONS For Upgrade and Replacement of Radio Equipment 91 1 each VIIF Conventional Base Station 100 Watt For law enforcement mutual aid Simplex Channel I Backup - must include transmit and receive card #2 1 each VHF Conventional Base Station 100 Watt with Auxiliary Receiver with Vi':-IF Bank 4-way Receiver Power Splitter Base will be Sheriffs net and point to point #3 1 each VIET Conventional Base Station 100 Watt For law enforcement mutual aid Must include transmit and receive card #4 1 each VHF Continuous-Duty 100 Watt Conventional Repeater Includes power supply, power distribution panel and duplex tuned to proper frequency. Come installed into a. 7' equipment rack and to include a Pilot Tone Generator #5 1 each JPS Voter Cain paritor Model #SNV-12 VFIF Frequency 156.03 w/channel.guard of 192.5 ® 46 4 each Site Voter Module - one per site -Model #SViv1-1 Must interface with existing modular communication console Ultra-Com NT 1 each Modular Communications Voter Interface Card #7 1 each Model 03-38-01-21D-03 Combiner for tower at Police Department Combine Frequency 156.21, 154.£6 and 155.475 #S Spare parts for JPS Cgrnparitor, Voter Module and Interface Module 1 each Model CPM-1 JPS Site Voter (Module 1 each Model #CPNI-1 JPS CPU Module I each Model # PSM-1 JPS Power Supply Module I each Model 4CLIv1-1 JPS Console Interface Module #9 1 each 19" cabinet or rack floor style, free standing; No wall mount racks accepted. 7' tall, 19" wide, heavy duty durable steel, with adjustable shelving, All equipment must be compatible and interface with an Ultra-Com NT system, fully digital dispatch consoles, or Ultracom 2000 E-911 digital NT system by Moducom. No substitution of equipment grand specified will be accepted. All items bid shall include a two-year warranty minimum on parts and labor. 3 Bid Specifications: 100 Watt VHF Base Station Item 1 Base Station shall be a full featured, high specification unit with requirements as listed below, if bidder does not meet the minimum specifications below, the bidder shall make this known on the bid response. Station shall provide front panel programming and tuning with status LED's to display operational status, programming status, and fault conditions. Shall be programmable for Wide/Narrow Band operation, shall have Continuous Duty RF Amplifier(with forced air cooling), all equipment shall be mounted in a 19" cabinet that Is provided, and shall carry a Two Year Parts and Labor Warranty. 100 Watt VHF General Specifications: Minimum 100 Watts RF Power Minimum 16 transmit channel simplex/full-duplex operation Tone Remote Control Multiple Tone Code Programming per Channel Priority Scan Station must include local speaker and test microphone Frequency Range, 146.174 MHz Channel Spacing 30, 25 kHz (wide band) 15, 12.5 kHz (narrow band) PLL channel steps , 2.5, 5, 6.25, 7.5 kHz Operating Voltage, 13.8 V DC plus or minus 15% Duty Cycle, Minimum requirement 100% Continuous Duty Cycle Frequency Stability, plus or minus 0.0002% (-22F—+140F) Operating Temperature Range, -22 degrees F - *140 degrees F Receiver Specifications: Sensitivity g 12 dB SINAD - 0.35 microvolts Sensitivity c@ 20 dB quieting- 0.45 microvolts Selectivity 85 dB at plus or minus 30 kHz (wide band) Selectivity 80 d8 at plus or minus 15 kHz (narrow band) Selectivity 77 d8 at plus or minus 12.5 kHz (narrow band) Intermodulation 80 d8 at plus or minus 30, 60 kHz (wideband) Intermodulation 75 dB ai plus or minus 15, 30 kHz (narrow band) FM Hum & Noise, 50 dB (wide band) 45 dB (narrow band) Audio Output (External Speaker) 4 watts at 4 ohms, less than 51,10 distortion Spurious & Image Rejection, 90 dB Audio Dislortlon (External Speaker) less than 2.5% at 1000 Hz Transmitter Specifications: RF Power Output, Minimum 100 Watts VHF 100 % Continuous Duty Antenna Impedence, 50 ohms Spurious Response, Harmonics 80 dB, Others 80 dB FM Hum & Noise, 50dB (wide band) 45 dF3 (narrow band) Microphone Impedance, 600 ohms Audio Distortion, Less than 3% at 1000 Hz Band Spread 28 Mhz Connection to current City of Jefferson infrastructure: Base Station shall be come equipped with proper interface to existing Modular Communications Console, Ultra-Comm NT, A 'rRC needs to be provided for proper interface to City of Jefferson Infrastructure, Price to include installation of this equipment as well as proper intejfacr�, and programming of console. Bid Specifications: 100 Watt VHF Base Station with Auxiliary Receiver and VI•!F Band 4-way Receiver Power Splitter ,*item 2 Base Station shall be a full featured, high specification unit with requirements as listed below, If bidder does not meet the minimum specifications below, the bidder shall make this known on the bid response. Station shall provide front panel programming and tuning with status LED's to display operational status, programming status, and fault conditions. Shall be programmable for Wide/Narrow Band operation, snail have Continuous Duty RF Amplifier (with forced air cooling), all equipment shall be mounted in a 19" rack that is provided, and shall carry a Two Year Parts and Labor Warranty. 100 Watt VHF General Specifications: Minimum 100 Watts RF Power Minimum 16 transmit channel simplex/full-duplex operation Tone Remote Control Multiple Tone Code Programming per Channel Priority Scan Station must include local speaker and test microphone Frequency Range, 146-174 MHz Channel Spacing 30, 25 kHz (wide band) 15, 12.5 kHz (narrow band) PLL channel steps , 2.5, 5, 6.25, 7.5 kHz Operating Voltage, 13.8 V DC plus or minus 15% Duty Cycle, Minimum requirement 100% Continuous Duty Cycle Frequency Stability, plus or minus 0.0002% (-22F— +140F) Operating Temperature Range, -22 degrees F - +140 degrees F Receiver Specifications: Sensitivity 12 dB SINAD - 0.35 microvolts Sensitivity 20 dB quieting - 0.45 microvolts Selectivity 85 dB at plus or minus 30 kHz (wide band) Selectivity 80 dB at plus or minus 15 kHz (narrow band) Selectivity 77 dB at plus or minus 12.5 kHz (narrow band) Intermodulation 80 dB at plus or minus 30, 60 kHz (wideband) Intermodulation 75 dB at plus or minus '15, 30 kHz (narrow band) FM Hum & Noise, 50 dB (wide band) 45 dB (narrow band) Audio Output (External Speaker) 4 watts at 4 ohms, less than 5% distortion Spurious & Image Rejection, 90 dB Audio Distortion (External Speaker) less than 2.5% at 1000 Hz Transmitter Specifications: RF Power' Output, Minimum 100 Watts VHF 100 % Continuous Duty Antenna Impedance, 50 ohms Spurious Response, Harmonics 80 dB, Others 80 dB FM Hum & Noise, 50dB (wide band) 45 dB (narrow band) Microphone Impedance, 600 ohms Audio Distortion, Less than 3% at 1000 Hz Band Spread 28 Mhz r Auxiliary Receiver Specifications: Receiver must be a high quality materials and workmanship, VHF, 100% duty cycle receiver that Is capable of being mounted in a 19" rack that has frequency range of 146-174, Receiver must be capable of wide and narrow band channel bandwidth per channel. Operating temperature must be within normal ranges, —22 degrees F to 140 degrees F. Receiver must be able to be programmed with a Windows based software for programming and tuning. The programming software must be able to change the following parameters: Squelch, Receive audlo signal output, Receive detector signal output, Receive frequency, Maximum deviation. General: Frequency Range — 146-174 MHz Capable Number of Channels— 16 Channel Spacing 30, 25 kHz (wide band) Channel Spacing 15, 12.5 kHz (narrow-band) Operating voltage, 13.6 volts DC plus or minus 15%, Frequency Stability, plus or minus 0,0002% at (-22 degrees - +140 degrees F) Receiver: Receiver must have an antenna Impedance of 50 Ohm. Sensitivity @ 12 dB SINAD 0.35 microvolts Sensitivity @ 20 dB quieting 0,45 microvolts, Intermodulation 80 dB at plus or minus 30, 60 kHz (wide-band) intermodulation 75dB at plus or minus 15, 30 kHz. (narrow band) FM Hum and Noise, 50 dB (wide band) FM Hum and Noise, 45 d8 (narrow band) Audio Output (Ext. Speaker), 4 watts at 4 ohms with less than 5% distortion Spurious and Image Rejection, 90dB. Audio Distortion (Ext. Speaker) must be less than 2,5% at 1000 Hz. VHF Band, 4 way Receiver Power Splitter: 132-174 MHz -6,4 db insertion loss dry load terminations, 2 each 12 low noise in-line bipolar preamplifiers, 6-25 dB system gain VHF Receiver Pre-selector, 6 cavity Bid Specifications: 100 Watt VHF Base Station 1911tem 3 Base Station shall be a full featured, high specify ration unit with requirements as listed below. If bidder does not meet the minimum specifications below,the bidder shall make this known on the bid response. Station shall provide front panel programming and tuning with status LED's to display operational status, programming status, and fault conditions. Shall be programmable for Wide/Narrow Band operation, shall have Continuous Duty RF Amplifier (with forced air cooling), all equipment shall be mounte 1 in a 19" cabinet that Is provided, and shall carry a Two Year Parts and Labor Warranty, 100 Watt VHF General Specifications: Minimum 100 Watts RF Power Minimum 16 transmit channel simplex/full-duplex operation Tone Remote Control Multiple Tone Code Programming per Channel Priority Scan Station must include local speaker and test microphone Frequency Range, 146-174 MHz Channel Spacing 30, 25 kHz (wide band) 15, 12.5 kHz (narrow band) PLL channel steps , 2.5, 5, 6.25, 7.5 kHz Operating Voltage, 13.8 V DC plus or minus 15% Duty Cycle, Minimum requirement 100% Continuous Duty Cycle Frequency Stability, plus or minus 0.0002% (-22F —+140F) Operating Temperature Range, -22 degrees F - • 140 degrees F Receiver Specifications: Sensitivity c@ 12 dB SINAD- 0.35 microvolts Sensitivity c@ 20 dB quieting - 0,45 microvolts Selectivity 85 dB at plus or minus 30 kHz (wide band) Selectivity 80 dB at plus or minus 15 kHz (narrow band) Selectivity 77 dB at plus or minus 12.5 kHz (narrow band) Intermodulation 80 dB at plus or minus 30, 60 kHz (wideband) Intermodulation 75 dB at plus or minus 15, 30 kHz (narrow band) FM Hum & Noise, 50 dB (wide band) 45 dB (narrow band) Audio Output (External Speaker) 4 watts at 4 ohms, less than 5% distortion Spurious & Image Rejection, 90 dB Audio Distortion (External Speaker) less than 2,5% at 1000 Hz Transmitter Specifications: RF Power Output, Minimum 100 Watts VHF 100 % Continuous Duty Antenna Impedence, 50 ohms Spurious Response, Harmonics 80 dB, Others 80 dB FM Hun & Noise, 50dB (wide band) 45 dB (narrow band) Microphone Impedance, 600 ohms Audio Distortion, Less than 3% at 1000 Hz Band Spread 28 Mhz Connection to current City of Jefferson infrastructure: Base Station shall be come equipped with proper interface to existing Modular Communications Console, Ultra-Comm NT. A -CRC needs to be provided for proper interface to City of Jefferson infrastructure. Price to include installation of this equipment as well as proper interface and programming of console. 7 Oern Bid Specifications: 100 Watt VHF Repeater Station w/Duplexer 4 Repeater shall be a full featured, high specification unit with requirements as listed below. If bidder does not meet the minimum specifications below, the bidder shall make this known on the bid response. Repeater shall provide front panel programming and tuning with status LED's to display operational status, programming status, and fault conditions. Shall be programmable for Wide/Narrow Band operation, shall have Continuous Duty RF Amplifier (with forced air cooling), all equipment shall be mounted in a heavy duty 19" equipment rack, and shall carry a Two Year Parts and Labor Warranty. General Specifications: Minimum 100 Watts RF Power Simplex/full-duplex operation Tone Remote Control Multiple Tone Code Programming per Channel Priority Scan Station must Include local speaker and test microphone Frequency Range, 146-174 MHz Channel Spacing 30, 25 kHz (wide band) 15, 12.5 kHz (narrow band) PLL channel steps , 2.5, 5, 6.25, 7,5 kHz Operating Voltage, 13.8 V DC plus or minus 15% Duty Cycle, Minimum requirement 100% Continuous Duly Cycle Frequency Stability, plus or minus 0.0002% (-22F.—+140F) Operating Temperature Range, -22 degrees F - +140 degrees F Receiver Specifications: Sensitivity @ 12 dB SINAD - 0.35 microvolts Sensitivity @ 20 d8 quieting - 0.45 microvolts Selectivity 85 d8 at plus or minus 30 kHz (wide band) Selectivity 80 d8 at plus or minus 15 kHz (narrow band) Selectivity 77 dB at plus or minus 12.5 kHz (narrow band) Intermodulation 80 dB at plus or minus 30, 60 kHz (wideband) Intermodulation 75 dB at plus or minus 15, 30 kHz (narrow band) FM Hum & Noise, 50 dB (wide band) 45 dB (narrow band) Audio Output (External Speaker) 4 watts at 4 ohms, less than 5% distortion Spurious & Image Rejection, 90 d8 Audio Distortion (External Speaker) less than 2.5% at 1000 Hz Shall have the ability to produce a pilot tone of 1950. Transmitter Specifications: RF Power Output, Minimum 100 Watts VHF 100 % Continuous Duty Antenna Impedence, 50 ohms Spurious Response, Harmonics 80 d8, Others 80 dB FM Hum & Noise, 50dB (wide band) 45 dB (narrow band). Microphone Impedance, 600 ohms Audio Distortion, Less than 3% at 1000 Hz Band Spread 28 Mhz Repeater Features: Duplexer: Full Duplex Operation 150-174 MHz Built-in 16 QT/DQT Community Repeater Operation Pass-Reject Duplexcr External Controller Interface 400 Kliz Minimum Separation Repeat Enable/Disable 6 - 6" Cavities CW Transmitter ID Repeat Hold Tinier(hang tinier) Time Out Timer Bid ,Specifications: 'Voter for Admin Frequency Item 5 Voter for Admin rrcquency The City of Jefferson is seeking bids to replace a voter comparator, being utilized by the Jefferson City Police Depailment on a VHF frequency of 156.03 with channel guard of 192.8. Voter needs to be able to vote the seven current sites and be capable of expanding to a total of 12 sites with 12 sites being the maximum capacity of the voter. Voter must be capable of being installed into a 19" rack with other equipment. Price to include removal of old voter system and installation of new as listed above. Bid Specifications: Connection to Modular Communications Dispatch Console Item 6 Connection to Modular Communications Dispatch Console Voter unit should be able to interface to existing Modular Communications Console, Ultra-Comm NT. An eight channel Voter Interface Card from Modular Communications, Model it 130099, will also need to be provided for proper interface to the City of Jefferson infrastructure. Price to include installation. Bid Specifications: Combiner Item 7 The City of Jefferson is looking to combine three transmitters at the Police Station Tower Site, Combiner shall be of high-end performance features as listed below, If bidder does not meet the minimum specifications below, the bidder shall make this known on the bid response. Frequencies to be combined are 156,21, 154,86, 155,475, General Description: Must utilize three-port bandpass cavities and dual ferrite isolators Must be able to adapt to 132-174 MHz frequency Must be mounted in a rack that 65" High X 24" Wide X 36.9 " Deep. Must have a cavity type and diameter of Quarterwave 6.625" Must of an isolation load power of 51100 Watts Must have minimum Transmit to Transmit separation @ Cavity Loss: 125 KHz @-1,5 dB 95 KI-iz @ -1,5 dB 75 KHz @ -2.5 dB 50 KI-1z @ -2,5 dB Must have Transmit to Transmit isolation @ minimum -70dB separation Must have Antenna Transmit isolation @ -60 dB Nominal Input Impedence of 50 ohms Maximum Input Return Loss of-20 dl) (1,22:1) Must have Type N connectors, Input and Antenna (n Bid Specifications: Spare Voter Equipment for Existing Voter JPS SNV-12 Item 8 The City of Jefferson is requesting a bid price on the following equipment for spare parts. If bidder does not meet the minimum specifications below, the bidder shall make this known on the bid response. Spare parts for JPS Comparitor, Voter Module and Interface Module 1 each Model #CPM-1 JPS site voter Module I each Model #CPM-I JPS CPU Module 1 each Model #PSM-I JPS Power Supply Module I each Model #CIM-I JPS Console Interface Module Bid Specifications: Cabinet or Rack Item 9 The City of Jefferson is requesting a bid price on the following cabinet or rack. If bidder does not meet the minimum specifications below, the bidder shall make this known on the bid response. Nineteen inch (19") cabinet or rack, floor style, free standing -NO WALL MOUNT RACKS accepted. Rack shall be seven feet (T) tall,Nineteen inches (19") wide, heavy duty durable steel with adjustable shelving. I FINANCE DETA RTMENT PURCHASING DIVISION SU13.11?C.T: Bid 2035 - IZaclio IZeplaceinc ilt IJpPraclu Police Department, Opened on November 2G, 2002 BIDS RIaC:f?IVED: Wireless USA, Columbia, RIO $49,232.66 Chariton Valley/•I'riStar Corllnlunicatlon, .Icl'I'c1,solI City, MO $66,413.00 f?nhanccd Electronics, Rockport. MO $09,573.00 Five additional bidders received specifications but did not respond. I"ISCA1, NOTE: 3501-9900-7350-2005 9-I-I Improvements 21002-2001 Midge, 1145,005,55 Bid No. 2035 49,232.66 Balance $ 95,772.89 PAST 11FIRFORMANCI : The City has purchllSed IlroductS 11.0111 II11S vendor in the past. Staffbelieves this vendor will provide the products as speciIIC(I 1111d hid. RE'-COMMENDATION: Staff recommends the award of the bid to the lowest and best bidder mecting specifications, Wireless USA ofColunlbia Missouri in the amount ol'$49,232.66. ATTACI IMLNTS - SUPPORTING' DOC11MF-N'I'ATTON Tabulation of 13ids, Departmental Reco111nlen(lation Si};naturc ' � 1r~`-Y�j�l —_ Liu )1 Purc lasi1 b 1� C hrel I Ir« 0 ;161; JEFFERSON un, POLICE DEPARTMENT . To: Terry Stephenson, Purchasing Agent From Captain Ray Bledsoe Subiect: . Radio - Bid, Replacement Upgrade Date: December 17, 2000 After review and evaluation of the bids for upgrade rand replacement for radio base stations and associated equipnlent, we have determined that Wireless USA is the lowest bid and best and meets the requirements set forth in the speeil ications. The one exception of how the base is programed depends on what company manufacture the product. It in no way effects the operation or service 0i'the base radio system. We recommend that the bid be awarded to Wireless USA. i -4 Irr'w I I(nl I 'AI i Ic')� ; NI i j-\I I (A NC7jo'a (D'U) j(D ml�• iv!�!�I Ii�j� 2} I� (v N Z;m, iN' IniI2 Ni I0)Im{ 'C pl. ;(7 w -, 3 (n 3 �. 3 (3;-n, 31(D -nI mI �3 rrl r1 3; =I c n'ml I'"131cuI�l Io N N cr v < I vi'rlj< o l�l n; �! o'I 0 LIJ �, I'�I 0 3 j� cA z C) I -, hi a o Cal CL a o ° Ia oI (alto o. IGi -� o!c`il I IoM Iri o I� , 3 j co •» N NI iw m I -� m m m. 151 I_ , y�:3 I ,17 _ ° (7 �I I -�' N,C'. Im 1 <. (D -< < I ml n < 0 T j I cola dim I ll I�I�, �' m ( N (D -% 3 c (��!3 Iol �a, ! �� I`ai 11 (D i i`{'0) 1, I INI I j 13,cu !(D MIK I I 1p_ 0) N p N I I jNj ].I I I(D c 'IrnI I I I°'j�I I N WI I m) Ul [rO] ro N ! p c�•I,K i I 1.U °) io N I ; I CL N WI 4 I �[T� I I I ]:I�i I ! I �Np rol; I I I I n'Iml o (D I I nI� I I°I I i Nn! I O,9I I v 9I I (" j a lob 1 I .; I .I i ' ro I I <j j Io CL QI. I I I ! I_,i � I I_,' ( I !o.iN• I I I jam! I I i IQI ip1 j I I CD mI Iml ! IM! !NI I o)I nmil I ej QI N' N I I IN, { 1 (/�1 . UtI . i I ?I v dI CO ce pa (n I j(A in cn! A. w l IW,(iti I I C O (pl rn� I 1_ N N 1 wi . i — �,0 1 �I o f wi I 3 N (a ��44� J� .NOS I (C' U)I 'I �{ 1n1 W•IN; I Ofp)pppp,WI' I 'NI �� Imo' I. 1'�1 I ^!.' , S; IroI N C 1 U)I3 A IU)I i I IN. V , ff iA I� NI�• ' I In)• I I I IN I 1 } I I NI ! { I I I I I O �I o Ni NI I N' D o I ° y 1 ' V o' vl o W 0 NI N I i i I 'A,'i ! WI I I IO; I'' °f I I iaoi I i IpI -uU', (w m -1 �0 (al CD 1 N 1 •i �a V• I I I O� Iin AI IA 1 I I f w ,V I IAI I I I IAI I ,N; I i I NI ! !t cn j I I Uf j I X (o. i IkI O7' I -iI-i' ; #I co n CD W �. C II(nnl-4 NI V� I X � !'"\I�I I ? I� C) (�! 101 I ( 1 ��;U� 10 C) I cD j gm (n (n NI (n i ° o' 1° °, y (�);X11 W I of o �I � N1 v) 1 Wi�o�(f) lol I ;c°n'C)' 1(01 oIo'°'� ; C), (A°°I O � N N A O� I I IW pnI n I O, I .O 1 I 1 N to �;-\1 ! I ;-a, I(O� 4 1�1 cn, ( I_� ` < CD 0 W a o o I o �+';n o! o (nI o' �I a! (D n� I ( of oI Cn, f ! I In1 I I I InI CA CA (A CA (/� 1 1�J AI I iUtlO! j ItDI 1 I IQI l ICA� I jo 1 Np J, I iceWI I I i Ip 0�1I `p 9 I io I Oj , i i CG1 (n K cn 31 0)jcni �;'-4 10: -1 x', Ij 01 I I ?' 01-11 I X m m cD' NI p d OI �I-v' D I I-' N' I-'; d I_-. !,o• '' } O 7 c) to alalcn IN:W' I w`oI w' c, al WI a d IC !- j -t'-\ ( IO•I _a1(D ;..a IO j N IOM 1 S N, I�, m I�I i NI � Uli"�()) CA 1 p (A ;p Vl, (A N a m (n xl'(n I (n' C) (n o o. ° (n I (n! of -. n N VI C O O' W!'a I Co! I N N 137' O co Ln j- I N -{I N C1 0 O C jV N�01p) 7 Oi0 IIN O7! Wia:3n 13i 3 N N � LO1A O 7i ! DI Iou ' NiQ7'W p 5 WI:: W WI Tp W ` •(D' U7,W, N N W I N(J n1 W q N A 4)10 O In I�ICD 1'1(i I \'. I 'U)I jN�(TI (N17�N Q,• I U)' � m II O O O p I•,I v o I o 1010 1 ^I i O p ro'I j C ' 1 (D I I I I�cn,O ( � ( I° ! 010�1 to o o ol oIL-rI M -a T CD m l I I O n,o aI p� I f Iii<I i I I I I ! � l i ' j I °I 1 I�; ! I ;N !(WI N N, (Jl 11 O' Nj IN N� I I ! i01 fJ I IV• Ut' i p UI N I (JI m I I I I(O itrl j I � O) IQI U); -• N• , I • In IQI jOj 1 j ( I 14j I i I 1 1C) I I ipj I I I I IQI ! I 0 0 cn ED n o f rr (1) M (D l M a 4) 'a a' CL tr 4 Z 0 co 9 CIO 0 -u CJ!o' -4 --1' (n m M :3. 6 0 @1 0 R!- 0 0 2, M la 0 ID 'I) �g !m R; �o C: . :3 n _0 31:3f 3 ai 3'a. B =1 FL w - M qL a CL 0 Blo 0 En m a_- w LT. :1 cr cr a,—, CL a (P CD m =s LT 0 C cri zi 5� 0. -0 U.0 a CL CL 0 cl. 0); I- CIO: -0 NJ C 0 219 6i 5T I I CD w C a) o C: El� F -;- EP al ft 6 M, 1 3 al 10 Olo -3 'co3 C- U3 9, c ;o A Z, Tj 0 C/) m -3;3 (n @ .11 -o 0 ch M 101 (nI ch u)l in (,D -pi c) cn 0 M 0 (D CY 12� 0 m 0 m (D 3 U) n) m 0 0 :3, 1 1 m 1@ m cn 0 m;3 I 0 m cl., (D ID (D (1) w ICE -g ( � ! jrn) I I ! � I I � ! ; Im, ICI jam, I`°i i$,' I � I I I i i M, a) fu ICI ;,< co!L-3;(A X aj (D 0 -0i -ut -U' CLI rx ch Ml (W cn ft) m (n (A� C) -1) (A n (n Cn (A; CL W ch -4 -U a):< (3) =1 m ct>(n I c l�� ut I 3. ri LT ch LIP (n M =r � I I I I i t � � i I ! iN�D� � j I � ° D (n I (Al 1.1 I co L-1 Ul (1) nJ M K) P; ;moo P, p CD In I Oil -4 w 1 10 cn cn =3 n!(Dj cn, ! 1 ! :, :x* I i 51. 1-0 r) w a- r(D 0i 1:�� I ! . (n! CL,Cn i i 1 1 1 (D (D (D U) CL E; En a (A I co CD fl) (.n C, ) C 4Ai C. -4� c') 0) CID Lo , Ln 10 Ln C) C� 161 16 0 0,C); C) Oi of 10 0 i w i (71 Lh Ln L" rn j I f I I I i I I 'j I I ola`'i<�wN'I' l! l I j l i j(D (D co CL) (D' to (D (D w fi) (h (n CA Ul 1 on :r -All�i - , ,, =r a) !- 3 H, I Lu.1 61 0 (D M 1-3 i 0 In (n 0 (n!0 (.n Oj(, a 0 m 0 MIO 0 -1 0 c m 0 0) 9) Ul ml :3 In I C) C) C:) C; C) L.) o, I of i!2!s (ni U) W. o Cn I -41 p ml 1!X M I C) 0 0 I , I i � i i , I I I � t I , ! ! I 1 ! � I I I I i�— I I ` I 1 1 1 1 � ! ' � j I l I I 1 1 1 � I l I I ! I I ( I I i I l I l