Loading...
HomeMy WebLinkAboutUtilities 2012-01-24 Item 2C - Interlocal Agreement - GIS Aerial Photos Funding from King County for $31,915.69City of Tukwila Jim Haggerton, Mayor INFORMATIONAL MEMORANDUM TO: Mayor Haggerton UTILITIES COMMITTEE FROM: Bob Giberson, Public Works Directo DATE: January 20, 2012 SUBJECT: GIS Aerial Photos 2012 Regional Aerial Mapping Funding Agreement ISSUE Approve an interlocal funding agreement with King County for the 2012 Regional Aerial Mapping Project. BACKGROUND Detailed, accurate and up to date aerial photos and related GIS data are city -wide resources which aid City staff, Council Members, Planning Commissioners and the public in analyzing existing conditions and proposed changes such as re- zones, private development proposals and infrastructure projects. They are used daily in mapping, design work, the NW Maps application, and public presentations. As the City continues to develop, there is a need for updated information especially with the recent Tukwila South annexation and projects like the Southcenter Pkwy Extension and TUC Access (Klickitat). In past years, the City has independently purchased aerial photography and GIS data. In 2000, the City originally purchased aerial photos and other GIS data (building footprints, edge of pavement, sidewalks, driveways, etc) for a total of approximately $80,000.00 and, in 2005, we had new photos taken, as well as had our GIS data updated for $34,000.00. In 2009, photos were purchased through King County (without GIS data updates) for approximately $3,000.00. For 2012 it has been decided to obtain higher quality photos (0.25 ft pixel resolution) as well as update our building footprints, pavement, and digital elevation models through the E- CityGov Alliance (a consortium of cities for web -based applications). Early in discussions, the E- CityGov Alliance learned that King County was also interested in a 2012 flight for aerial photos. In the interest of efficiency and a substantial cost savings, the E- CityGov Alliance made the decision to partner with King County. Other jurisdictions in the Puget Sound region were contacted and there are now over 45 agencies that are participating in the 2012 aerial flight. The specifications for the flight and GIS data were approved by all agencies. Council approval is required for all Interlocal agreements. ANALYSIS King County opened 5 bids on January 5, 2012 ranging from $841,554.10 to $1,755,485.92. With the 45 agencies, Tukwila's share ranges from $9,069.69 to $27,752.77, with the lowest bid from I -Ten. To date, King County has not selected the final responsive bidder, but requests that the Interlocal be approved with payment by February 29, 2012. The aerial flight must be completed by April 30, 2012 for optimal results (with "leaf off' tree conditions). Due to these time constraints, we are asking Council approval for the highest bid with a "not to exceed" total of $31,915.69 (aerial photos /data $27,752.77 15% contingency of $4,162.92). With five bidders, we believe that this amount will be less, but the budget is sufficient to cover the highest bid. Bid Results 2012 Budget King County Contract Tukwila's portion) $9,069.69 $27,752.77 $35,000.00 RECOMMENDATION Council is being asked to approve the interlocal funding agreement with King County for the 2012 Regional Aerial Mapping project in the amount not to exceed $31,915.69 and consider this item at the February 13, 2012 Committee of the Whole meeting and subsequent February 20, 2012 Regular Meeting. Attachments: King County Regional Aerial Mapping Funding Agreement King County Bid Tabulation WAPW EngQTHER1Roman Linsao12012 Regional Aerialsllnfo Memo 2012 Regional Aerial Photos.doc 131 I 2012 Regional Aerial Mapping Funding Agreement This Funding Agreement (Agreement) is entered into by and among: the City of Algona, the City of Auburn, the City of Bainbridge Island, the Bainbridge Island Fire Department, the Bainbridge Island Land Trust, the Bainbridge Island Metro Park and Recreation District, the City of Bellevue, the City of Bothell, the City of Bremerton, the City of Burien, the City of Clyde Hill, the City of Covington, the City of Des Moines, the City of Enumclaw, the City of Federal Way, the City of Issaquah, the King County Water District 125, the City of Kenmore, the County of King, the City of Kirkland, the County of Kitsap, the Kitsap Public Utility District, the Lakehaven Utility District, the City of Lynnwood, the City of Maple Valley, the City of Medina, the City of Mercer Island, the Midway Sewer District, the Muckleshoot Tribe, the City of Newcastle, the City of Normandy Park, the North Kitsap Fire and Rescue, the City of Pacific, the City of Poulsbo, Puget Sound Energy, the City of Redmond, the City of Renton, the City of Sammamish, the City of Seattle, the City of Shoreline, the S'Klallam Tribe, the City of Snoqualmie, the Suquamish Tribe, the City of Tukwila, the Tulalip Tribe, the United States Geological Survey, the Valley View Sewer District, the West Sound Utility District, the City of Woodinville, the City of Yarrow Point, and other counties, cities and governmental service agencies that later join (hereinafter "Party" or Parties RECITALS WHEREAS, the Parties to this Agreement consist of a consortium of local governmental entities, including counties, cities, and governmental services agencies; and WHEREAS, this funding agreement is authorized by chapter 39.34 RCW, the Interlocal Cooperation Act, which allows local governmental entities to make efficient use of their resources by cooperating with each other on a basis of mutual advantage to meet the needs of local communities; and WHEREAS, the purpose of this Agreement is to permit the Parties to cooperate on the funding of a 2012 Regional Aerial Mapping Project (Project); and WHEREAS, the Project will utilize vendor services for the production of orthoimagery and related aerial mapping, and include a structure for funding, governance, technical and administrative management, and quality control /quality assurance (QC /QA) of deliverables from the selected vendor (Vendor); and WHEREAS, agencies throughout the Pacific Northwest region regularly engage in joint operations and provide mutual assistance through effective interagency cooperation. Jointly funding the Project will optimize the agencies' powers and resources, and ensure a standardized product for all participants; and Regionallmagery20l 2_Funding_Final.docx 132 2 WHEREAS, this Agreement will provide substantial benefit to the citizens of the participating governmental agencies; NOW THEREFORE, it is hereby agreed and covenanted among the undersigned as follows: I. PROJECT DESCRIPTION All Project details, technical specifications, and deliverable descriptions will appear in the Statement of Work (SOW) to be developed for inclusion in the Invitation to Bid (ITB). Bid submittals will be reviewed, including reference checks. Any bid failing to meet all requirements of the SOW will be rejected. All other bids will be considered accepted and will be ranked based on price. The lowest priced, accepted bid that fully meets all requirements of the SOW will constitute the contract between King County (as representative of the signatories of this Agreement), and the Vendor. The primary Project goal (Standard Deliverables) is 3 -inch, 6 -inch, and 12 -inch resolution orthoimagery, both natural color and near infrared, as well as stereo models, and supporting data. Project costs are shared where Areas of Interest (AOIs) overlap, in turn reducing each Party's financial commitment. A secondary Project goal (Supplemental Deliverables) is ancillary datasets such as transportation impervious, structure rooflines, other impervious surfaces, and detailed contours derived from the Standard Deliverables. These costs will be paid solely by those Parties providing an AOI for these products, discounted for any savings from overlap among the AOIs. II. PROJECT MANAGER King County shall appoint a King County Project Manager (PM) to manage the Vendor contract on a day -to -day basis. The PM shall report to and make recommendations to the Project Steering Committee (PSC) on the matters described in Section III.2 below, and shall be readily accessible via phone and e -mail by all Parties. The PM shall remain an employee of King County at all times, and King County shall retain the right and duty to supervise the PM at all times. King County will assume all personnel costs associated with project management for the Project. 2. The duties of the PM shall include: a. Form subcommittees and workgroups as needed by the Project, and as directed by the PSC, including a Technical Work Group (TWG). b. In consultation with the TWG, work with, as necessary and as available, supplemental personnel resources as described in Section V. c. Prepare a cost allocation model for review and acceptance by the PSC. Upon acceptance, populate the model with required data to provide each Party with accurate cost estimates, and a final cost once a bid has been accepted. RegionalImagery2012 _Funding_Final.docx 133 d. Coordinate with King County Procurement to incorporate the SOW into an ITB; advertise the ITB; address any bid addendums; and evaluate, rank, and summarize bid submittals for review by the TWG and the PSC. e. Prepare written justification for all bids that are rejected. f. Manage the Vendor contract on a day -to -day basis and provide direction and guidance to the Vendor as requested by the PSC. g. Report to the PSC and the TWG frequently on the Vendor's progress. h. Account for delivery of all Standard and Supplemental Deliverables, including a defined, but limited, quality check, and coordinate the more detailed QC /QA reviews to be performed by the TWG. i. Submit Vendor change order requests to the TWG and the PSC for evaluation and determination of response. j. Submit Vendor invoices to the PSC and direct payment of such invoices by the Fiscal Agent upon approval of the invoice by the PSC. The PM will provide staff support for and participate in PSC meetings, but shall not be a voting member of the PSC. III. PROJECT STEERING COMMITTEE A Project Steering Committee (PSC) shall be formed and shall consist of one voting representative from each Party that is a signatory to this Agreement. The TWG will provide one voting representative to the PSC. The PM, as a non voting member of the PSC, will provide coordination among the PSC, the TWG, and the Vendor. The King County GIS Manager, as the King County representative, will serve as the Chair of the PSC. 2. The PSC shall direct the PM on all substantive decisions concerning the work and shall review and take final action on the following specific items: a. Approve the Project methodology and calculations for cost allocation developed by the PM. b. Approve the SOW jointly developed by the TWG and the PM prior to issuance of the ITB. The SOW will include a schedule for completion of the entire Project. c. Review and approve joint recommendations by the PM and the TWG on the lowest -cost bid submittal that meets all requirements of the SOW. d. Determine a contingency percentage to be applied to the cost allocation model in addition to the Vendor contract price as set forth in Section VII.2. e. Receive reports from the PM for management of the Vendor contract and deliverables. f. Approve the Quality Control /Quality Assurance (QC /QA) Plan developed jointly by the PM and the TWG. Review and approve RegionalImagery2012 _Funding_Final.docx 134 4 QC /QA results developed and submitted jointly by the PM and the TWG, including rejected deliverables and a timeline for redelivery. g. Evaluate and provide direction to the PM regarding change order requests whether initiated by the Vendor or by a member or members of the PSC. h. Authorize Vendor payments as submitted by the PM. i. Develop administrative policies necessary for proper functioning of the PSC, and provide direction for the TWG and other ad hoc groups as may be necessary. 3. Each representative of the PSC may appoint an alternate representative who shall be empowered to act on behalf of the primary representative. 4. The PSC will make decisions by consensus. However, if consensus cannot be reached, any PSC member may call for a vote. Matters must be approved either by a simple majority of all members present at a meeting, or if the matter is proposed by email in accordance with Section III.5, by a simple majority of the PSC members. 5. Meetings of the PSC shall be held on an as- needed basis. Meetings may be scheduled at the request of the Chair of the PSC, the PM, or by a majority of the PSC members. The Chair shall be responsible for the logistics of scheduling PSC meetings. Attendance may be in person or via teleconferencing. When required, voting by email will be acceptable. IV. TECHNICAL WORK GROUP 1. The responsibilities of the Technical Work Group (TWG) shall include: a. Create a SOW for the Project and submit the SOW to the PSC for its approval. b. Review bid(s) ranked by the PM and provide a recommendation to the PSC on ranked bid(s), if any. c. Perform necessary QC /QA for Project deliverables and report results to the PM for communication to the Vendor. d. Execute any other tasks as may be required by the PSC. 2. The TWG will provide one voting representative to the PSC. 3. The TWG shall consist of one voting representative from each Party that is a signatory to this Agreement. A Party's PSC representative may also represent the Party on the TWG. 4. The TWG will make decisions by consensus. However, if consensus cannot be reached, any TWG member may call for a vote. Matters must be approved either by a simple majority of all members present at a meeting, or if the RegionalImagery2012 _Funding_Final. docx 135 matter is proposed by email in accordance with Section IV.5, by a simple majority of the TWG members. 5. Meetings of the TWG shall be held on an as- needed basis. Meetings may be scheduled at the request of the chair of the PSC, the PM, or by a majority of the TWG members. The PM shall be responsible for the logistics of scheduling TWG meetings. Attendance may be in person or via teleconferencing. When required, voting by email will be acceptable. V. SUPPLEMENTAL RESOURCES 1. The PM, in consultation with the TWG, may work with, as necessary and as available, supplemental resources with demonstrated technical expertise related to the project. Contemplated supplemental resources include a registered photogrammetrist (or equivalent expertise); and supplemental project management with proven production and regional project experience. 2. Supplemental resources, when provided, will be beneficial to the project participants. All project costs associated with a registered photogrammetrist (or equivalent expertise) shall be borne by King County; and all supplemental project management costs shall be borne by the Party providing the support. VI. FISCAL AGENT King County, acting as fiscal agent for the Project, shall: a. Enter into a Vendor contract. b. Validate the cost for each Party. c. Invoice each Party in accordance with this Agreement. d. Maintain Project funds in the King County Imagery Reserve, a separate, non interest bearing fund managed by King County GIS Fund 5481, to be disbursed as provided in this Agreement. e. Pay Vendor invoices approved by the PSC. f. Refund excess funds, if necessary. 2. King County shall perform and maintain an accounting of payments received from all Parties including: billings received from the Vendor, payments made to the Vendor, and unspent funds. King County shall provide a statement of this accounting to all Parties in email or writing quarterly or upon written (including e-mail) request. 3. Upon receipt of a notice of any record keeping dispute, King County shall notify all Parties and meet jointly with all interested PSC members within two (2) weeks to resolve any record keeping dispute. Regionallmagery2012 _Funding_Final.docx 136 6 VII. CONTRIBUTIONS BY PARTIES 1. By executing Counterparts, Section XIX of this Agreement, each Party agrees to pay its required monetary contribution, as stated on the signature page, for all Standard and Supplemental Deliverables for its AOI. 2. The actual contribution for each Party (exclusive of grant funds) shall be calculated once the Vendor contract price is set, using the cost allocation model set forth below, which will include a contingency percentage to be determined by the PSC. Cost allocation model for Standard Deliverables (imagery and supporting data): Each Party's funding commitment will be factored as the cost per full 3000 -ft x 3000 -ft tile (Tile) that intersects its AOI, discounting for significant areas of water. For Tiles where AOIs overlap, the cost will be prorated equally among the affected Parties. Cost allocation model for Supplemental Deliverables: Each Party's commitment will be factored as the deliverable unit cost times the area of the Party's AOI for that deliverable. Where AOIs overlap for the same deliverable, the cost will be prorated equally among the affected Parties. It is the sole responsibility of any affected Party to define the SOW requirements for its Supplemental Deliverables and to pay full costs, if not prorated with another Party. 3. By signing this Agreement, each Party commits to paying its full contribution to the King County Imagery Reserve Fund by 4 p.m., January 31, 2012. Any qualifications to this commitment will be stated in Counterparts, Section XIX, for that Party. An invoice will be generated for each Party. 4. All payments to the King County Imagery Reserve Fund shall be made by check payable to King County Finance, and sent to King County GIS, 201 S Jackson St, Suite 706, Seattle, WA 98104, Attn: Katy Cressey. 5. By signing this Agreement each Party is committing to license the primary Standard Deliverables (orthoimagery and supporting data) for its AOI resulting from this Project. Default licensing terms will apply unless Party specific licensing terms are included in the SOW. Each Party requiring licensing language different than the default will provide such language for inclusion in the SOW. In contrast, Supplemental Deliverables will be purchased (owned outright) by each Party committing to this Agreement. 6. Except for a contingency amount, as determined by the PSC, King County shall not collect funds in excess of the Vendor contract price unless the contract price has been amended with a PSC- approved change order. All funds collected by King County shall be used solely to pay the Vendor for work completed under the Vendor contract. King County shall not collect, receive or retain any of these funds for project management, administrative fees, or other actions it performs under this Agreement. Should there be an excess of funds, King County will refund any excess if greater than $10, and if Region alImagery2012_Funding_Final. docx 137 the affected Party specifically requests the refund. Any excess not refunded shall remain in the Imagery Reserve Fund for use in subsequent regional imagery acquisitions, until this Agreement (or as amended) expires, at which time all remaining funds will be refunded to the affected Parties. 7. If a Party's contribution is made up in whole or in part of grant funds, the Party agrees to provide King County with a copy of the contract between itself and the grant funding agency in order to assist King County and the PSC in complying with the requirements of any such grant. The grant contract shall be provided as soon as possible after committing to this Agreement, and no later than when the Party deposits its funds with King County. 8. In addition to the fiscal commitment for funding the Standard Deliverables and optional Supplemental Deliverables, Parties may, but are not required to, contribute as follows: a. Participate as a member or alternate to the PSC. b. Participate as a member of the TWG or other committee. This may include assisting in establishing ground control, developing specifications for Supplemental Deliverables required by the Party, and developing QC /QA procedures for Standard and Supplemental Deliverables required by the Party. c. Perform all detailed QC /QA of Standard and Supplemental Deliverables (if any) for its AOI using a TWG defined plan and schedule. (The PM will perform limited, baseline assessment of the Standard Deliverables only). VIII. ADDITION OF PARTIES 1. An entity may be added to this Agreement as long as the entity signs this Agreement by 4 p.m. December 2, 2011, or by 4 p.m. on the fourteenth (14th) day after the PSC selects a winning bidder, if after December 2 2011. 2. A Party added to this Agreement shall make full payment to the King County Imagery Reserve Fund by 4 p.m. January 31, 2012. A Party may contribute its share from its budget for either FY 2011 or FY 2012. 3. Any entity who wishes to participate in the Agreement after the date established in VIII.1 may become a Party by contributing the required funds to the King County Image Reserve Fund. This contribution will be the full cost (not prorated if shared by other Parties) of a Tile, if a Standard Deliverable, or the applied unit cost, if a Supplemental Deliverable. Any funds due to a Party, whose cost would have otherwise been prorated due to the additional Party, will be managed per Section VII.6. IX. INDEPENDENT CONTRACTOR RegionalImagery20l 2_Funding_Final. docx 138 8 The services provided by King County under this Agreement are those of an independent contractor. Employees of King County are and will remain employees of King County. Employees of the other Parties are and will remain employees of their respective Parties. Nothing in this Agreement shall be construed to render the Parties partners or joint venturers. X. INDEMNIFICATION Each Party shall defend, protect and hold harmless the other Parties from and against all claims, suits and/or other actions arising from any negligent or intentional act or omission of that Parry's employees, agents and/or authorized subcontractor(s) while performing this Agreement. XI. AMENDMENT The Parties may amend this Agreement. Such amendments shall not be binding unless in writing and signed by personnel authorized to bind each of the Parties. XII. CHOICE OF LAW AND VENUE This Agreement shall be governed by the laws of the State of Washington, both as to interpretation and performance. Any action at law, suit in equity or other judicial proceeding for the enforcement of this Agreement shall be instituted only in a court of competent jurisdiction in King County. XIII. INTEGRATION CLAUSE This instrument embodies the entire agreement of the Parties with respect to funding of the Vendor contract. There are no promises, terms, conditions or obligations other than those contained in this Agreement. This Agreement supersedes all previous communications, representations or agreements, either oral or written, between any Party and King County. XIV. TERMINATION CLAUSE In the event that King County decides not to hire a Vendor, this Agreement will terminate and all Parties will receive a full refund of their contributed funds. XV. NO ASSIGNMENT The Parties shall not subcontract, assign, or delegate any of their rights, duties or obligations under this Agreement without the express prior written approval of King County. Regional Imagery20 l 2_Funding_F inal. docx 139 9 XVI. DISPUTES In the event that a dispute arises under this Agreement, the Parties shall endeavor to resolve the dispute in an amicable manner by direct discussions. The Parties may elevate the dispute to the PSC for resolution. If not resolved by the PSC by mutual agreement, then the Parties may engage in alternative dispute resolution by mutual agreement. No party waives its rights to seek legal remedy in the jurisdiction and venue stated in Section XII. XVII. NOTICES All notices and other communications shall be given to the PM and all notices and other communications to the other Parties shall be given to the PSC member for each Party. Notices shall be given in writing and shall be sufficiently given and shall be deemed given three (3) calendar days after the date by which the same has been (a) mailed by certified mail, return receipt requested, postage prepaid, to the mailing address shown adjacent to the signatures of the Party to whom it is addressed or (b) sent by email, with adequate proof of receipt retained by the sender, to the email address shown adjacent to the signatures of the Party to whom it is addressed. Any of the Parties may, by notice to all other Parties, designate any further or different addresses to which subsequent notices or other communications shall be sent. XVIII. EFFECTIVE DATE; TERM Notwithstanding when this Agreement is signed, this Agreement shall take effect following its execution by each Party and shall expire at the end of 2014 unless terminated sooner. This Agreement may be amended to allow it to be used for subsequent coordinated data collection efforts, including, but not limited to, future orthoimagery acquisitions. RegionalImagery2012_Funding_F inal. docx 140 10 XIX. COUNTERPARTS Comment: Each Party will be provided with its unique COUNTERPARTS page. Besides the signature block this page will contain: a. Cost generated by Cost Allocation Models for Standard Deliverables and Supplemental Deliverables, as well as the total of these two costs. b. Specific terms of payment for those Parties with requirements for meeting its financial contribution in a different manner than stated in the main body of the Agreement. For example: (as requested by Issaquah) This Agreement may be signed in several counterparts, each of which shall be an original, but all of which together shall constitute the same instrument. The Funding Commitment information from each Party will be summarized in a report distributed to all members of the PSC. Name of Party 1. Funding 2. Funding Funding Commitment: Commitment: Commitment: Standard Supplemental TOTAL Deliverables Deliverables (imagery) Enter name of Party> $1+2 Terms of payment for: City of Issaquah (Issaquah) 1. In lieu of payment into the King County Imagery Reserve Fund as outlined in Section VII.3 of this agreement, Issaquah agrees to pay <enter Funding Commitment. TOTAL> towards the project flight costs as its full contribution for the Standard and Supplemental Deliverables requested by Issaquah. King County shall generate an invoice for Issaquah's contribution no later than June 1, 2012. The invoice description shall state that the required payment is Issaquah's full contribution towards the overall project cost, including all Standard and Supplemental Deliverables for Issaquah, with all other project costs to be paid by other Parties. 2. If the aerial flight does not occur by the end of the flight window date stated in the project Statement of Work, Issaquah reserves the right to cancel this Agreement due to non availability of funding after June 30, 2012. A commitment by Issaquah to participate in a potential deferred project in 2013 would be made by December 15, 2012. Regional Imagery2012_Funding_Final. docx 141 11 Party By Name Name Title Title Address Address Date Date Project Steering Committee Representative: Name E -Mail Phone Regional Imagery2012_Funding_Final. docx Approved as to Form Only: 142 m OI.O O O,� m'N N O OINK M NIO N'.�10 O O O Im10 N;NIN N 0 O O N.O m O NOIM 0 N1N V N N N N M NN..O m.m N A M'. N mr I m m M m W OI.. m mIQ m tO 1 m p m0 m Q,N ...0 O O' N m r�� N't0 N OO VIA m 0 N m m m V'.N ml ai V m O O O N mII N m N Q) IO O M M M M M O 'mjN mil M IW A N 'm m N mIV N O (0 r.A r A m.N M I.-, Q M Q M N N M m 'N m NjM M m N N V M NV M..Q M V N..m N m 0 N'rjN N N mw d ContUgettty 1 1 m o o 0'o m m o�m o 0 0 0 olm o 0 o mIo 0 0 0 o'a, oio ol,0 0 0 0 0 0.Q N'o 0 0 o m o 0 0 0.0 O'O 010 O N 0 0 0 Q,O O D O h N 0 O 010'0 0 0 0 0 OIh 0 0 0 m0 0 0 O n Total image,.,. 0 0 0 0 o m I M p NIo o' m r a N N!.� c Q m n m rn!m rlN .1 Q v rn m c Q f V D lm'.v l r n i d bEM Vector w mww m n..-;o v N m rn m ovn Nim'.� N N N nlao m Q m VIo N ,o m m o o vao V m m M V N wj� N•w� `w S w �'M N N f9 1 w WI'19 WIww �iM m mlw PioduCt $et NIm m O N NIm m'm N m! t N 0 t O N mII O N V v M mIN t° °I Of Ci N W,n r O 61,6 O N ci Q< Q m m Q sT N m O Q'. S6 m A m m N N_ N N m mVIGD O� n d7IN.m T Q, N m n m'O N °1.01 Aim m'mI m Q m O).M N m m A N N M V N N 'M Q N m Q O N N O V IM M O M m m m V N N N N m w »,www Ni Njw w w w.rnl �l N v o of 6 M w w e ,mo w N in �.i e'1 ri 1»'» ,gyp en w d Contingency C er•. wl w, Iw en w V w wIw Iw w ''en U I w w CL n o 0 ojo m NIo 0 o n o 0 0.0 o m o 0 0 0 0 0 0' m o o mIo o o to mo 0 o Q o10 N o 0 010;0 0' 0 MN oio o',o o a r ojo 0 0 0.0 0l 0 o1m ryIQ o 0 o; rn'o 0 0 0 0 Total: Image. A m NlpliM I n!.r v N, 9�'!n'rn m u a Vim w'N In OA r M m m [9 O) IN M IO m A ml- N Q 'm,` t M c r M R Z DEM, Vector w o N.m o� M m Q o ao', wl°O IN N N o o minl� r m. �'w m m N Im vi N I olm NIN m'o NO� I, yl«n O N N:IV MIe- n m m N 'w�w w. !wA N NI w ww w wl� ww wwr wwl,wrV wwl Product Sets w I O O O N O.,N r O N N O N 0 0 O O O N�.r n m M o m m m MIM m 1� m O N m m m m N m m Q N rN NIm V C O m QIC n N GG'N n m Q0)I O m N VIM O M Of m N'm m N M m O Q :r O.O 8 O Nln N O,N1A m N r N Q N l,m N Q Nln r Q m'm m ml0 r M'M M m A Q N GO O Q N N N C Contmgeri N N N N m A N M `II �IM M r w' 1 'w1 N 010 11 Q m n V,�,wl V N; M'A M m V N N N NIA w mew N N N N 1N M Nm Q f"1I wNM O wj I I ww `wwwww y R o 0 0 o mM oV o olo�o o N o 0 0 0 0 0 0 oa N o 0 oio o° o�o o N m N o 0 0 0 0 0 0 0 Z N O O OIO V' m O' V m 0 0 O1 0 0 O O O r 0 0 0 O O n O O O'O O O 0,0 O N mII O O N O O O O O In Total lmage:,v M C7 1° m r m O W O O 61 1 I II V O_ .m N m mIm r m m',m N O N N WIN M.r a N N,m O N OIX G M M M M! V M r M m M,M :O m V O m'' m .1 '�m m Q m m'.M M m 21M J g pEM, Vect I� m p� n N NIN N Q N fd�] M m N,N m V M ;N' "i N <N!M m Q 6 hIA Q 10'w v Prod uct Sets w wlwlw A MT w w Aw wI N �w� ww w!Iw�w w M w w w w'.1 N w w Iw w i l l w �Iw w w w� wIw ,n a1 O N.Nm NN VIp V NOONOOINO NnmmO NOO j O o Q;u) m m m N Q m M N Q Q m m mQ m N m m mlrn mI m: Q'o Q m m o N m °o Q l Y n H H M p.N mV �'INA O y mW'am-- Qi°. A mIm M N N N �,O V W mw O m N N N w C ontingency M I N w w w w w NI 'n N wl Z d t OO O O O O O m 0. 0 O O O'O O O OO OO m Olm O O Om O OO O O,O N O n m OHO O o O N 0 0 0 m 0 O O O o 0 Io 0 0 0 0 0 0 n m O O O m O O O O O E Total; Image, v: N N�N m'ro N m!cc vi MIN O N Q m m m v m !M Q N Q,v M m of aim M m',m m o'o;)d m N N m Nlr M m m N.m N m N M A O'. m.0 n V tO m m V -1M V m DEM, Vector N mIV V N m.m n m t0 Io'm m M M V m N IV O m m m M N "I A N N'O V N A m Q M N NIm io A m O m mlim NIM O 9 w w w',,w N mjw'nIN 'n 'Im r m'n� m "'N m'. vi lm m'O Q r n,N N w w w' I w w Iw M N w w w!,w w w'. -I.w NIA w N Product Sets w wen 1 j wl w w; w,w w w R N N M V O.m m NIN O V N O NIo N O O O' IN A O E O O O O O N N O'N M N M '.m m V O.� O N m M�CJ Q V:m' m V m, V V O n m 'i A O m N m N m m N m V A!,m m "M O'i '.NI AI.m N O M mIN M M'.V'10 N m c, Im O N E N m O V M M IM I� m m'.m M m m O 'V m M AIA O m'm m n mIm ISN N N O'IN V m m' ,.V M N.V. m m m'N N N Contingency O m Q V m m lm N N M N N mM V V O w'. NIN n N V M N N Q N A Njm w m'm.M wl n w w w w m �l wIw w wl r w'w1I.Q m fh'M w'li. M w w w iw,� N N m IN 'O w w iw w w w.w w N•�Vw I m 0 0 0 0 0^ 0 0 0 0 0 0 O!O 1 918 1 M m. 010 O O O OO 0 'O M N N O O O 010 0 0 0 V mN O O O1 V O'O O'O!O f M m 0 0 0 O NIN O N 0 0 0 0 mI0 O�.! NI O O O O O O ,O O O m O O O O m O O O'O TotaL•Image, M. '010 O.O IN N N m''aD N N'' N I m 0 .6 ,t Ito t9 :W N m MI.A N N 4 A 1 2 M 0 I rim M.m 1I,( m 1 V DEM, Vector m w.w w'm m N N om M O A m o N A:A rn of m,n o m M M m m,� o o) N Q,m N m m m N N_lh M N 16 VV 'W m 'M M N N N O m m n m 6 n. 0,. <..'m t� NmwlV ww wI..V wm)o NN w w. Nw N ww`w WI w.w Nm.M ww Nmww'w c .Product Sets wiwll w w wl w l w w w n w ww w w V oionV V MO' OIV m O N 000 1 0 m 0 ON N10 T m NIN NI O N M m N N m N h M N m n '.m N m O m Mlm m O m o m mIV m mIm r m. m m N m rn m Q IV N OO OI, n m N 'm V 'N N M N M N'IQ V V QO a N, 1 N m Ni N'O O M N'm Om Q fV O m m M:O 6 r C m 0 0 �O O m',; NIM V N r rl V'�V M M O N N N m O m V m O M n V NIN N N m V M N ,g PROJECT „.m NIV mj V,N N m M M m,m N "N m N m SIN N N m'� mj MM'V.m mIm N M m1 O m' U wen'env n« w�' a �I w o o N N A w l en�� A w °w'l, Iv 9gr `oNwwi w oVi� t) N'N N Q NI" N O O N N N N N 1 O N O N O Ni0 0 O m O O M O O N N N N C N m m'm m m 0 mIr m mIN m N m m IS M N, M n NIp1'. m N.N m m m N m N m N O N NIY�IN O m aD m m vi NIQ O 'N V M 'm n O N N N N I� m m IN C) M O ai M m.Q O V PROJECT m m,m m m m !.Q r u c c e' m w m N1N N rim o'�a 1 M C14 mIN m a a NIm a V` N N v'n r O o m,m LL a TOTAL ai wl w w,w m acai m V'Nlm ooi 'n m V A m N o �'n jo Flo r ai N'O m n r N N vi!'A O lO N,NIN w. wow f9 wIw w wl N O �w A w.ww ul w I wIw',. I I w w II w w'I w. w I I w Iw "'I, vi w w in es w, w N w j I O N c O O O O l m O N N N N O O m N O O m m V Q O O N OIN m C ;M N A A n m O r m rn 1p M Om m m r mM'.O A m.A m 0 NM l0 m Vm1V m m V V A N N m1Q R atk N m m m1m m o 64 r� N m r N I M M A m "Im N V m'oi1A O m m m N OIV d 'tf 1. NI M V m m.m N r m mIM r mIN m m O!m M V V Vjm j M m m N!•-'V m M'm r m N m PROJECt.'.Q N o V IN m' V r A A �;n Vp m m M v N V N m m o M O m m rn o N. 'MI Q m N Q O M N N oJIN m N m N M N V N m m m. M I� r m N''. M N M V .m N N n mI A Q M N. W R Q w w w' w I V N w N w ".w w w N. N w w m m M M 'w w w M w w w w N w N— N M TOTAL w w w w w w'Iw w w w!w en N I w E z ?4 y M r Alr NIO.N m mIN V m m N,A N Q m c'1 mb O �I p1,N t n 1 (O O Im O t0 N' N m 0i 10 V Z Oi m'ml,m m M m' m m fhlV O �'b fV o> N O.O mlo N''�.< r1 66'a1 mIV N 61 1fJ. N m GO A IL PROJECT u Aw.. w! Aw d m' N m e �O A w a N a c °o n!m �Ic vl,,m h o' `v a °'.o oM n �'wl'� t' TOTAL M r m Nl �I"' d NIm A ',N N m a of M V N w w w w w'w w w w N M w wIw MIS- w w w w.w m' w wIM w w w'. N N N NIN O m 0 M� V O N O m N N O N 0 O O N F- 0 0 0.0 o r m m'. N o M Q Q m I N O O Q m.Q,o n V V o m l m j n Vlo nl N N m;� m M M V n N''N V 4 .6 O m m'iri V m m.V V M O N 16 V m m'O m m AIA N V m N m,lV W PROJECT O O O O t Imo rl� m alb'. NIN O NIIT m N IS w m r 0 N'. m m .N N O N mII N m. m''m A t �jn t A N N 1O d O� I` V N ai; V t` V�'N. m10 Nfn M �,m m r NN1N m N N I� mm t0 V n m NI'r m N N N.w TOTAL M Nwl�ww ,w wl�N, wV :N N ww w.-wl w wl�.- NNVww' w M w w w w www N w w�w M o1 I I i I p y m Party Name Y. mmo' �o o m N!.m °0 v o v mN tea "y IE Ic E' 3 0 tea E `°t6 O °U �i o. cmcv s vm oE ='.d I E a I I� E E c� I, m -?5 v v 3 3 tc o° a I E m o A o v s N o m, 1 10 o'',m v �U�m. v v'9 v E v v m v O `m Q mom m m,m m mIm U' U, O,IL LL Y�Y Y YIY Y J �'.F Z Z 2 d'1(1 K RIi4' y SIN 5) 1- �'.1 Pally Number o N. O' N. N !.o VI n nIM NIM N VIo m'IM'� ^.o Pia m m',o rn!Im Q m A w G M m',m N m' NIm M!n mIm a a'ala. :L a. o.Ia ala a a'a ala'a a s 21 a'..a Q a a a a a''la a a', a'la c a a�a a ala a. a. a a s NI MIV N m A m m 0 r N M V N m N m m 0 N M V N m A m m 0 N M V 10 m r m m 0 N M V N m A m m 0 r N N N N N N N N N N M M M M M M M M M M Q V V Q V V V V Q V LL] N N O a O U O U N O N N Q 143