Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Agenda 06/24/2025 Item #16C1 (Award of Bid to Powerserve Technologies for SCRWTP Electrical Reliability Project Phase IIA in the amount of $4,765,400 (Project No. 70069) and Budget Approval)
6/24/2025 Item # 16.C.1 ID# 2025-1496 Executive Summary Recommendation that the Board of County Commissioners, as the ex officio Governing Board of the Collier County Water-Sewer District, award Invitation to Bid No. 25-8338 to Powerserve Technologies, Inc., for the SCRWTP Electrical Reliability Phase IIA project, in the amount of $4,765,400, authorize an Owner’s Allowance of $100,000, approve the necessary Budget Amendment, and authorize the Chairman to sign the attached Agreement. (Project No. 70069) OBJECTIVE: The public purpose is to maintain the water system’s reliability and sustainability. This action is to replace aging electrical equipment at the South County Regional Water Treatment Plant (SCRWTP). CONSIDERATIONS: The SCRWTP consists of two treatment processes, lime softening and reverse osmosis. The lime softening improvements were completed in 1986, and the reverse osmosis improvements were completed in 2007. The lime softening process has a total permitted capacity of 12 million gallons per day of potable water. The reverse osmosis process has a total permitted capacity of 20 million gallons per day of potable water. The scope of this project includes the removal and replacement of existing lighting panels, power panel surge protection, and control panels. The project includes the installation of new equipment such as electrical motor disconnects for the reverse osmosis feed pumps and emergency stops for the high-service pumps. The existing electrical equipment being replaced is aging, with many components nearing or exceeding their expected service life. Completing regular maintenance on this electrical equipment has become increasingly challenging due to the limited availability of replacement parts. New electrical equipment is needed to replace the existing equipment, allowing Plant staff to safely maintain these critical electrical assets and ensure the water plant maintains a reliable and sustainable potable water service for the benefit of the public. On November 16, 2023, the Procurement Services Division issued Construction ITB Solicitation No. 24-8201, South County Regional Water Treatment Plant Electrical Reliability Phase 2 project to 34,297 vendors. Fifty-two vendors viewed the bid package, but the County did not receive any bids by the January 4, 2024, deadline. On January 24, 2024, the Procurement Services Division issued Construction ITB Solicitation No. 24-8201R, South County Regional Water Treatment Plant Electrical Reliability Phase 2, to 36,056 vendors. Sixty-two vendors viewed the bid package, and the County received one bid by the March 7, 2024, submission deadline. In this second solicitation effort, the sole bid, totaling $8,500,000, significantly exceeded the County’s budgetary estimate. Due to the high cost and limited vendor participation, the County elected to cancel the solicitation and resolicit at a later date. To promote competition and attract additional vendors, the project was restructured into two smaller deliverables: SCRWTP Electrical Reliability Phase IIA and Phase IIB. On December 9, 2024, the Procurement Services Division issued Invitation to Bid No. 25-8338, SCRWTP, Electrical Reliability Phase IIA. The County advertised the solicitation for forty-five days and received one bid by the January 23, 2025, submission deadline as summarized below: Company Name City County State Amount Responsive/ Responsible Powerserve Technologies, Inc. Jupiter Palm Beach FL $4,765,400.00 Yes/Yes Staff reviewed the bid and found Powerserve Technologies, Inc., to be responsive and responsible. Staff recommends that the attached Agreement be awarded to Powerserve Technologies, Inc., for its low bid amount of $4,765,400. In addition to the total bid amount, staff have allocated $100,000 as an Owner’s Allowance to address potential unforeseen site conditions that might be encountered during construction, which will be included in the Purchase Order. The allowance will be used only as directed by the County, if necessary, with proper supporting documentation to be submitted by the contractor for any additional work that is authorized and actually performed. Page 1746 of 3580 6/24/2025 Item # 16.C.1 ID# 2025-1496 The County’s engineering consultant, Carollo Engineers, Inc., evaluated the bid and determined that Powerserve Technologies, Inc., met all the qualifications required for this project and submitted a responsive and responsible bid. Powerserve Technologies’ bid is approximately 2% lower than Carollo’s $4,853,118.58 opinion of probable cost for the work. Powerserve Technologies, Inc., has been registered to do business in Florida since 1982 and has performed work for other Florida public agencies. County staff recommends that the Board award Powerserve Technologies, Inc., Bid No. 25-8338, and approve the attached Agreement in the amount of $4,765,400, along with an Owner’s Allowance in the amount of $100,000. This item is consistent with the Collier County strategic plan objective to plan and build public infrastructure and facilities to effectively, efficiently, and sustainably meet the needs of our community. It is further in support of the Infrastructure and Asset Management Strategic Focus Area’s objectives to optimize the useful life of all public infrastructure resources through proper planning and preventative maintenance as well as use the Annual Update and Inventory Report (AUIR) and other planning tools to establish and implement plans that concurrently provide public infrastructure. FISCAL IMPACT: Funding in the total amount of $4,765,400 is needed for the SCRWTP Electrical Reliability Phase IIA project (Project No. 70069). A budget amendment is required to reallocate available funding within the Water User Fee Capital Fund (4012), from Project No. 70023 ($50,280.80), Project No. 70041 ($150,000), Project No. 70071 ($1,000,000), Project No. 70084 ($698,362.23), Project No. 70104 ($50,000), Project No. 70109 ($8,118.54), Project No. 70122 ($286,033.82), Project No. 70135 ($170,540.83), Project No. 70261 ($145,000), Project No. 70283 ($400,000), Project No. 70287 ($263,966.18), Project No. 71055 ($400,000), Project No. 71063 ($76,478.40), and Project No. 71065 ($600,000) to Project No. 70069 in the total amount of $4,298,780.80. GROWTH MANAGEMENT IMPACT: This project meets current Growth Management Plan standards to ensure the adequacy and availability of viable public facilities and to remain in compliance with all regulatory requirements. LEGAL CONSIDERATIONS: This item is approved as to form and legality and requires majority vote for Board approval. —SRT RECOMMENDATIONS: Recommendation that the Board of County Commissioners, as the ex officio Governing Board of the Collier County Water-Sewer District, award Invitation to Bid No. 25-8338 to Powerserve Technologies, Inc., for the SCRWTP Electrical Reliability Phase IIA project, in the amount of $4,765,400, authorize an Owner’s Allowance of $100,000, approve the necessary Budget Amendment, and authorize the Chairman to sign the attached Agreement. (Project No. 70069) PREPARED BY: Benjamin N. Bullert, P.E., Supervisor - Project Management, Public Utilities Engineering and Project Management Division ATTACHMENTS: 1. 25-8338 - Bid Tabulation 2. 25-8338 - COI 3. 25-8338 - DELORA 4. 25-8338 - NORA 5. 25-8338 - VendorSigned_Powerserve 6. BA - CIP 4012 - 70069 Well Plant Power System Page 1747 of 3580 Project Manager: Ben Bullert Procurement Strategist: Rita Iglesias Notifications Sent: 2,559 Viewed: 498 Bids Received: 1 Powerserve Technologies, Inc.ENGINEER Item No. Description Units QTY Total Total 1 Mobilization: Mobilization shall not exceed 5% of total bid item 1 LS $ 238,270.00 $ 125,000.00 2 Demolition: Include labor and materials to remove all existing equipment shown on the contract drawings and identified in the project specifications. Include disposal fees as required. 1 LS $ 810,118.00 $ 396,103.16 3 Project Management: Include all labor required for project management including scheduling, coordination of contractor suppliers and subcontractors, deliveries, planning, installation, testing, and all required duties stated in the project specifications and shown on the drawings. 1 LS $ 714,810.00 $ 110,000.00 4 Installation of New Equipment: Include all labor and material including not limited to the new equipment as shown on the contract drawings and identified in the project specifications. The new equipment includes but not limited to: a. Panel boards LD, LE, LF, LB, LC, LAB. b. Power Panel Surge Protection: 1iP1, 1PP-2ILP-3, 1PP-3 c. Fluoride Control panel and supporting/stanchion structure d. Reactor Clarifier Panels 1, 2, & 3. e. Two recirculation pump control panels. f. Existing surge tank control system and instrumentation g. Lime Plant East and West Odor Control system panel replacement. h. Electrical Motor Disconnects for RO Feed Pumps 1-10, RO Booster Pumps 1-4. i. Addition of Equipment Stop switches for High Service Pumps 1- 6. j. Updates to deep injection well control panel. k. RO east and west control panel fuse, relay, and power supply replacement 1 LS $ 2,430,354.00 $ 4,017,015.42 5 Testing: Include all testing requirements to verify a completely functional system as required.1 LS $ 238,270.00 $ 130,000.00 6 Final Documenatation: As built drawings, O&M's, and test results.1 LS $ 333,578.00 $ 75,000.00 4,765,400.00$ 4,853,118.58$ Powerserve Technologies, Inc. Yes/No Yes Yes Yes Yes Yes Yes* Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes * Minor Irregularity SCRWTP ELECTRICAL RELIABILITY PHASE IIA CONSTRUCTION ITB NO. 25-8338 BID TABULATION TOTAL BID AMOUNT: *Staff has allocated $100,000 in Owner's Allowance - for Owners Use as Directed. This Allowance will be used only at the Owner's direction to accomplish work due to unforeseen conditions and/or as directed by the Owner. Inclusion of the Allowance as part of the Contract Price is not a guarantee that the Contractor will be paid any portion or the full amount of the Allowance. Expenditures of Owners Allowance will be made through Change Order with proper documentation of Time and Materials supporting the change. Contractors Key Personnel Assigned to Project - (Form 2) Material Manufacturers (Form 3) List of Major Subcontractors (Form 4) Bid Schedule Bid Response Form (Form 1) Insurance and Bonding Requirements (Form 8) Conflict of Interest Affidavit (Form 9) Vendor Declaration Statement (Form 10) Statement of Experience of Bidder (Form 5) Trench Safety Act Acknowledgement (Form 6) Bid Bond (Form 7) W-9 SunBiz Electrical Contractor’s License or identify proposed electrical subcontractor and provide evidence of the electrical subcontractor’s license. Immigration Affidavit Certification (Form 11) Addendums (1) E-Verify Opened By: Rita Iglesias Witnessed By: Barbara Lance Date: 1/23/2025 3:00 PM EST Page 1748 of 3580 INSURANCE REQUIREMENTS COVERSHEET Project Name Vendor Name Solicitation/Contract No. Attachments Risk Approved Insurance Requirements Risk Approved Insurance Certificate(s) Comments Attachments Approved by Risk Management Division Approval: Page 1749 of 3580 Collier County Florida Insurance and Bonding Requirements Insurance / Bond Type Required Limits 1.Worker’s Compensation Statutory Limits of Florida Statutes, Chapter 440 and all Federal Government Statutory Limits and Requirements Evidence of Workers’ Compensation coverage or a Certificate of Exemption issued by the State of Florida is required. Entities that are formed as Sole Proprietorships shall not be required to provide a proof of exemption. An application for exemption can be obtained online at https://apps.fldfs.com/bocexempt/ 2. Employer’s Liability $_1,000,000___ single limit per occurrence 3.Commercial General Liability (Occurrence Form) patterned after the current ISO form Bodily Injury and Property Damage $_1,000,000_____single limit per occurrence, $2,000,000 aggregate for Bodily Injury Liability and Property Damage Liability. The General Aggregate Limit Shall be endorsed to apply per project. This shall include Premises and Operations; Independent Contractors; Products and Completed Operations and Contractual Liability. 4. Indemnification To the maximum extent permitted by Florida law, the Contractor/Vendor shall defend, indemnify and hold harmless Collier County, its officers and employees from any and all liabilities, damages, losses and costs, including, but not limited to, reasonable attorneys’ fees and paralegals’ fees, to the extent caused by the negligence, recklessness, or intentionally wrongful conduct of the Contractor/ Vendor or anyone employed or utilized by the Contractor/Vendor in the performance of this Agreement. 5. Automobile Liability $_1,000,000___ Each Occurrence; Bodily Injury & Property Damage, Owned/Non-owned/Hired; Automobile Included 6. Other insurance as noted: Watercraft $__________ Per Occurrence United States Longshoreman's and Harborworker's Act coverage shall be maintained where applicable to the completion of the work. $ __________ Per Occurrence Maritime Coverage (Jones Act) shall be maintained where applicable to the completion of the work. $__________ Per Occurrence Aircraft Liability coverage shall be carried in limits of not less than $5,000,000 each occurrence if applicable to the completion of the Services under this Agreement. $ __________ Per Occurrence Pollution $ __________ Per Occurrence Professional Liability $ ___________ Per claim & in the aggregate Project Professional Liability $__________ Per Occurrence Valuable Papers Insurance $__________ Per Occurrence Cyber Liability $__________ Per Occurrence Technology Errors & Omissions $__________ Per Occurrence Page 1750 of 3580 7.Bid bond Shall be submitted with proposal response in the form of certified funds, cashiers’ check or an irrevocable letter of credit, a cash bond posted with the County Clerk, or proposal bond in a sum equal to 5% of the cost proposal. All checks shall be made payable to the Collier County Board of County Commissioners on a bank or trust company located in the State of Florida and insured by the Federal Deposit Insurance Corporation. 8. Performance and Payment Bonds For projects in excess of $200,000, bonds shall be submitted with the executed contract by Proposers receiving award, and written for 100% of the Contract award amount, the cost borne by the Proposer receiving an award. The Performance and Payment Bonds shall be underwritten by a surety authorized to do business in the State of Florida and otherwise acceptable to Owner; provided, however, the surety shall be rated as “A-“ or better as to general policy holders rating and Class V or higher rating as to financial size category and the amount required shall not exceed 5% of the reported policy holders’ surplus, all as reported in the most current Best Key Rating Guide, published by A.M. Best Company, Inc. of 75 Fulton Street, New York, New York 10038. 9.Vendor shall ensure that all subcontractors comply with the same insurance requirements that he is required to meet. The same Vendor shall provide County with certificates of insurance meeting the required insurance provisions. 10. Collier County must be named as "ADDITIONAL INSURED" on the Insurance Certificate for Commercial General Liability where required. This insurance shall be primary and non-contributory with respect to any other insurance maintained by, or available for the benefit of, the Additional Insured and the Vendor’s policy shall be endorsed accordingly. 11. The Certificate Holder shall be named as Collier County Board of County Commissioners, OR, Board of County Commissioners in Collier County, OR Collier County Government, OR Collier County. The Certificates of Insurance must state the Contract Number, or Project Number, or specific Project description, or must read: For any and all work performed on behalf of Collier County. 12. On all certificates, the Certificate Holder must read: Collier County Board of Commissioners, 3295 Tamiami Trail East, Naples, FL 34112 13. Thirty (30) Days Cancellation Notice required. 14. Collier County shall procure and maintain Builders Risk Insurance on all construction projects where it is deemed necessary. Such coverage shall be endorsed to cover the interests of Collier County as well as the Contractor. Premiums shall be billed to the project and the Contractor shall not include Builders Risk premiums in its project proposal or project billings. All questions regarding Builder’s Risk Insurance will be addressed by the Collier County Risk Management Division. GG – 11/4/24 ______________________________________________________________________________________________ Vendor’s Insurance Acceptance By submission of the bid Vendor accepts and understands the insurance requirements of these specifications, agrees to maintain these coverages through the duration of the agreement and/or work performance period, and that the evidence of insurability may be required within five (5) days of notification of recommended award of this solicitation. Page 1751 of 3580 ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? INSR ADDL SUBR LTR INSD WVD PRODUCER CONTACT NAME: FAXPHONE (A/C, No):(A/C, No, Ext): E-MAIL ADDRESS: INSURER A : INSURED INSURER B : INSURER C : INSURER D : INSURER E : INSURER F : POLICY NUMBER POLICY EFF POLICY EXPTYPE OF INSURANCE LIMITS(MM/DD/YYYY)(MM/DD/YYYY) AUTOMOBILE LIABILITY UMBRELLA LIAB EXCESS LIAB WORKERS COMPENSATION AND EMPLOYERS' LIABILITY DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) AUTHORIZED REPRESENTATIVE EACH OCCURRENCE $ DAMAGE TO RENTEDCLAIMS-MADE OCCUR $PREMISES (Ea occurrence) MED EXP (Any one person)$ PERSONAL & ADV INJURY $ GEN'L AGGREGATE LIMIT APPLIES PER:GENERAL AGGREGATE $ PRO-POLICY LOC PRODUCTS - COMP/OP AGGJECT OTHER:$ COMBINED SINGLE LIMIT $(Ea accident) ANY AUTO BODILY INJURY (Per person)$ OWNED SCHEDULED BODILY INJURY (Per accident)$AUTOS ONLY AUTOS HIRED NON-OWNED PROPERTY DAMAGE $AUTOS ONLY AUTOS ONLY (Per accident) $ OCCUR EACH OCCURRENCE CLAIMS-MADE AGGREGATE $ DED RETENTION $ PER OTH- STATUTE ER E.L. EACH ACCIDENT E.L. DISEASE - EA EMPLOYEE $ If yes, describe under E.L. DISEASE - POLICY LIMITDESCRIPTION OF OPERATIONS below INSURER(S) AFFORDING COVERAGE NAIC # COMMERCIAL GENERAL LIABILITY Y / N N / A (Mandatory in NH) SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). COVERAGES CERTIFICATE NUMBER:REVISION NUMBER: CERTIFICATE HOLDER CANCELLATION © 1988-2015 ACORD CORPORATION. All rights reserved.ACORD 25 (2016/03) CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) $ $ $ $ $ The ACORD name and logo are registered marks of ACORD 2/14/2025 (561) 721-3746 38318 Powerserve Technologies, Inc 15074 PARK OF COMMERCE BLVD Jupiter, FL 33478 27847 NA A 1,000,000 X 1000090763251 2/21/2025 2/21/2026 300,000 10,000 1,000,000 2,000,000 2,000,000 EMPLOYEE BENEFI 2,000,000 1,000,000A X 1000679538251 2/21/2025 2/21/2026 5,000,000A 1000095611251 2/21/2025 2/21/2026 5,000,000 10,000 B WFL502424211 8/1/2024 8/1/2025 1,000,000 N 1,000,000 1,000,000 C Contractor Pollution B0621PPOWE002825 2/21/2025 Each Claim 2,000,000 For any and all work performed on behalf of Collier County Collier County Board of County Commissioners, or Board of County Commissioners in Collier County, or Collier County Government or Collier County are Additional Insured with respect to General Liability & is primary and non-contributory when required by written contract per form #OG242, OG243 & OG023 and Additional Insured with respect to Auto Lability & is primary and non-contributory per form #SICA-1016 & CA0449 Collier County Board of County Commissioners 3295 Tamiami Trail E Naples, FL 34112 POWETEC-04 CANHAML Insurance Office of America Abacoa Town Center 1200 University Blvd, Suite 200 Jupiter, FL 33458 Dianne Klaus Dianne.Klaus@ioausa.com Starr Indemnity & Liability Company Insurance Company of the West Lloyd's X 2/21/2026 X X X X X X Page 1752 of 3580 Page 1753 of 3580 Page 1754 of 3580 Page 1755 of 3580 Page 1756 of 3580 Page 1757 of 3580 Page 1758 of 3580 Page 1759 of 3580 Page 1760 of 3580 Notice of Recommended Award Solicitation: 25-8338 Title: SCRWTP Electrical Reliability Phase IIA Due Date and Time: January 23, 2025, at 3:00 PM EST Respondents: Company Name City County State Total Bid Amount Responsive/Responsible Powerserve Technologies, Inc. Jupiter Palm Beach County FL $4,765,400.00 Yes/Yes Utilized Local Vendor Preference: Yes No N/A Recommended Vendor(s) For Award: On December 9, 2024, the Procurement Services Division issued Construction Invitation to Bid (ITB) No. 25- 8338, SCRWTP Electrical Reliability Phase IIA, to two thousand five hundred and fifty-nine (2,559) vendors. The solicitation was advertised for a total of forty-five (45) days. Four hundred and ninety-eight (498) vendors viewed the bid package, and the County received one (1) bid by January 23, 2025, the submission deadline. Staff reviewed the bid received, and the bidder was deemed responsive and responsible as shown above. Staff determined that Powerserve Technologies, Inc., is the lowest responsive and responsible bidder. Staff recommends the contract be awarded to Powerserve Technologies, Inc., the lowest responsive and responsible bidder, based on the award of the total bid amount of $4,765,400.00. In addition to the total bid amount, staff has allocated $100,000.00 in Owner’s Allowance, for Owner’s use as directed. Contract Driven Purchase Order Driven Required Signatures Project Manager: Procurement Strategist: Procurement Services Director: __________________________________ _________________ Sandra Srnka Date Docusign Envelope ID: 5875D47C-CD9A-424D-B34D-8F3346200C19 3/4/2025 3/4/2025 3/4/2025 Page 1761 of 3580 Page 1762 of 3580 Page 1763 of 3580 Page 1764 of 3580 Page 1765 of 3580 Page 1766 of 3580 Page 1767 of 3580 Page 1768 of 3580 Page 1769 of 3580 Page 1770 of 3580 Page 1771 of 3580 Page 1772 of 3580 Page 1773 of 3580 Page 1774 of 3580 Page 1775 of 3580 Page 1776 of 3580 Page 1777 of 3580 Page 1778 of 3580 Page 1779 of 3580 Page 1780 of 3580 Page 1781 of 3580 Page 1782 of 3580 Page 1783 of 3580 Page 1784 of 3580 Page 1785 of 3580 Page 1786 of 3580 Page 1787 of 3580 Page 1788 of 3580 Page 1789 of 3580 Page 1790 of 3580 Page 1791 of 3580 Page 1792 of 3580 Page 1793 of 3580 Page 1794 of 3580 Page 1795 of 3580 Page 1796 of 3580 Page 1797 of 3580 Page 1798 of 3580 Page 1799 of 3580 Page 1800 of 3580 Page 1801 of 3580 Page 1802 of 3580 Page 1803 of 3580 Page 1804 of 3580 Page 1805 of 3580 Page 1806 of 3580 Page 1807 of 3580 Page 1808 of 3580 Page 1809 of 3580 Page 1810 of 3580 Page 1811 of 3580 Page 1812 of 3580 Page 1813 of 3580 Page 1814 of 3580 Page 1815 of 3580 Page 1816 of 3580 Page 1817 of 3580 Page 1818 of 3580 Page 1819 of 3580 Page 1820 of 3580 Page 1821 of 3580 Page 1822 of 3580 Page 1823 of 3580 Page 1824 of 3580 Page 1825 of 3580 Page 1826 of 3580 Page 1827 of 3580 Page 1828 of 3580 Page 1829 of 3580 Page 1830 of 3580 Page 1831 of 3580 Page 1832 of 3580 Page 1833 of 3580 Page 1834 of 3580 Page 1835 of 3580 Page 1836 of 3580 Page 1837 of 3580 Page 1838 of 3580 Page 1839 of 3580 Page 1840 of 3580 Page 1841 of 3580 Page 1842 of 3580 Page 1843 of 3580 Page 1844 of 3580 Page 1845 of 3580 Page 1846 of 3580 Page 1847 of 3580 Page 1848 of 3580 Page 1849 of 3580 Page 1850 of 3580 Page 1851 of 3580 Page 1852 of 3580 Page 1853 of 3580 Page 1854 of 3580 Page 1855 of 3580 Page 1856 of 3580 Page 1857 of 3580 Page 1858 of 3580 Page 1859 of 3580 Page 1860 of 3580 Page 1861 of 3580 Page 1862 of 3580 Page 1863 of 3580 Page 1864 of 3580 Page 1865 of 3580 Page 1866 of 3580 Page 1867 of 3580 Page 1868 of 3580 Page 1869 of 3580 Page 1870 of 3580 Page 1871 of 3580 Page 1872 of 3580 Page 1873 of 3580 Page 1874 of 3580 Page 1875 of 3580 Page 1876 of 3580 Page 1877 of 3580 Page 1878 of 3580 Page 1879 of 3580 Page 1880 of 3580 Page 1881 of 3580 Page 1882 of 3580 Page 1883 of 3580 Page 1884 of 3580 Page 1885 of 3580 Page 1886 of 3580 Page 1887 of 3580 Page 1888 of 3580 Page 1889 of 3580 Page 1890 of 3580 Page 1891 of 3580 Page 1892 of 3580 Page 1893 of 3580 Page 1894 of 3580 Page 1895 of 3580 Page 1896 of 3580