Loading...
HomeMy WebLinkAboutGranite Inlinerinliner. 76028 Forest Boulevard N.- Box 353 Hugo, MN 55038 ly c1cry cry of Wffcrlou c1ri fta 11 �kl Fa: t Y LULU Ur r did �DpIC � Ttl'nt: 1 11 i Ptlin�h0►St iIAurcl�l, MY a� iota fk BID BOND KNOW ALL MEN BY THESE PRESENTS, that we, as Principal, and Travelers Vasua�� Q"" CITY OF WATERLOO Iowa, hereinafter called as Surety are held and firmly bound unto the Five Percent (5%) of Bid Amount "OWNER." In the penal sum of the United States, for the payment of which sum will and Dollars ($ 5°/ of Bid Amount ) lawful money jointlyand of this obligation is such that whereas the Principal has be made, we bind ourselves, our heirs,execxecutors, administrators, and successors, truly these presents. The con severally, firmly by the accompanying bid dated the 3h day of A l submitted Y , 9 for FY 2020 CIP PI ellnin Phase IVA NOW, THEREFORE, (a) If said Bid shall be rejected, or in the alternate, ment of all a contract in (b) lu If said Bid shall be accepted and the Principal malnceexecute of saidand con tact, and for the pal tres e s specified and shall furnish a bond for his faithful pe or s performing labor or furnishing materials in connection therewith, and shall in all of her person p the acceptance of said Bid, perform the agreement created by expressly Surety for any and all claims hereunder shall, in no event, this obligation shall be void, otherwise the same shall remain in force and effect; it being Then d that the liability of the Y understood and agreeunt of this obligation as herein stated. exceed the penal amo i al fails to execute the contract and provide By virtue ofthe statutory authority, the full amount of this bid i p bond shall be forfeited to the Owner in nt liquidation of damages she ained in the specifications or by laws the bond as provided in the specifications and its stipulates and agreeIs of the timthat the le within which igations of theuOwner may The Surety, for value received, hereby p waive notice of any such bond shall be in no way impaired or affected by any accept such Bid or execute such contract; and said Surety does hereby extensions an or orate seals to be hereto affixed and these S WHEREOF, the Principal and the Surety, have hereunto set their hands 2� seals, IN WITNES A.D. 20_ 0. such of them as are corporations, have caused the day of A rilINN ents to be signed by their proper officers this 2n _(S 1 t InIJ e LLC z Granite Witness princip I By (Title) Area Manager Daniel J. Ban en (� ) grs Casualty and Sure Surety !�� �, By rrn `,PNaasi suRF Maria Gomez ,�ti, •..�A, sQ =a? HARTFORD,';� CONN. o N CONTRACT NO. 10'1;4j' •. saa' Company of America n-fact Isabel Barron Page BB-1 OF 1 FY 2020 CIP Pipelining Ph IVA BID BOND AECOM 60620183 A notary public or other officer completing this certificate verifies only the identity of the individual AC KN OW LEDG M EN who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State %J CaliSanta Cruz County of Maria Gomez, Notary Public On April 2, 2020 before me, (insert name and title of the officer) personally appeared Isabel Barron who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is are subscribed to the within instrument and acknowledged hhis/her/their signature(s) hey executed the on the instrument the in his/her/their authorized capaclty(les), Y person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. MARIA GOMEZ WITNESS my hand and official seal. �"/ Signature Maria Gomez, Notary Public COMM. #2259567 � Notary Public-Californiao (Seal) TRAVELERS Travelers Casualty and Surety Company of America Travelers Casualty and Surety Company St. Paul Fire and Marine Insurance Company POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company are corporations duly organized under the laws of the State of Connecticut (herein collectively called the 'Companies"), and that the Companies do hereby make, constitute and appoint Isabel Barron of WATSONVILLE California , their true and lawful Attorney -in -Fact to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. IN WITNESS WHEREOF, the Companies have caused this instrument to be signed, and their corporate seals to be hereto affixed, this 3rd day of February, 2017. 4r L9� WATFWAi HWFM, + cmata come'S CONK o KU For State of Connecticut By: y �?;; _ Tf City of Hartford ss. Robert L.Raney, Se or Vice President On this the 3rd day of February, 2017, before me personally appeared Robert L. Raney, who acknowledged himself to be the Senior Vice President of Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company, and that he, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. In Witness Whereof, I hereunto set my hand and official seal. �.7�� C �� My Commission expires the 30th day of June, 2021►, * p���ps* Marie C. Tetreault, Notary Public 0<F This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company, which resolutions are now in full force and effect, reading as follows: RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys -in -Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her; and it is FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary; and it is FURTHER RESOLVED, that any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary; or (b) duly executed (under seal, if required) by one or more Attorneys -in -Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is FURTHER RESOLVED, that the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys -in -Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. I, Kevin E. Hughes, the undersigned, Assistant Secretary of Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company, do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies, which remains in full force and effect. �puu W nry�*Its got* 016 Dated this 2f1d day of April u U\M7,e '�t• AryOC 2020 S U RFry �Qv' AZ y __ ¢ HARTFORD, ; j ONE � X,OF a §(evin E. Hughes, To verify the authenticity of this Power ofAttorney, ple�t�sti�"k^�00-421-3880, please refer to the above -named Attorney -in -Fact and the detai/s o?H4e„¢,q(hd4&\wh1ch the power is attached, Secretary FORM OF BID OR PROPOSAL FY 2020 CIP PIPELINING PHASE IVA CONTRACT NO. 1014 CITY OF WATERLOO, IOWA Honorable Mayor and City Council Waterloo, Iowa Gentlemen: 1. The undersigned, being a Corporation existing under the laws of the State of Indiana , a Partnership consisting of the following partners: , having familiarized (himself) (themselves) (itself) with the existing conditions on the project area affecting the cost of the work, and with all the contract documents listed in the Table of Contents and Addenda (if any), as prepared by AECOM now on file in the office of the City Clerk, City Hall, Waterloo, Iowa, hereby proposes to furnish all supervision, technical personnel, labor, materials, machinery, tools, appurtenances, equipment, and services, including utility and transportation services required to construct and complete this FY 2020 CIP PIPELINING PHASE IVA, CITY CONTRACT NO. 1014, all in accordance with the above -listed documents and for the unit prices for work in place for the following items and quantities: FY 2020 CIP PIPELINING PHASE IVA CITY OF WATERLOO, IOWA rITV CONTRACT NO- IMA Item I Description Unit Estimated Quantiles Unit Price Total Amount BASE BID 1 8" Diameter CIP Pipe Lining LF 8,387.00 $ =�` $ 2 10" Diameter CIP Pipe Lining LF 350.00 $ ;'0-- $ 5C1C `v 3 12" Diameter CIP Pipe Lining LF 975.00 $ S (— $ 4 18" Diameter CIP Pipe Lining LF 574.00 $ 76_ o� $ 4&1-� 5 Lateral Reinstatement EA 156.00 $ cc— $ 11- 6 3-FT Lateral Grouting EA 156.00 $ $AOO 7 Pipe Televising - 8" LF 16,774,00 $ — $ =� 8 Pipe Televising - 10 LF 700.00 $ -� $ 010 9 Pipe Televising - 12" LF 11950,00 $ — $ 00 _ 10 Pipe Televising - 18" LF 1,148.00 $ $'J 11 Type A Pipe Cleaning - 8" LF 81387,00 $ —� $ 12 Type A Pipe Cleaning - 10" LF 350.00 $ $ i 030 13 Type A Pipe Cleaning - 12" LF 975.00 $ S'"' $ �{ 75-- 14 Type A Pipe Cleaning - 18" LF 574.00 $ $ 70 15 Type C Root Removal - 8"-10" LF 4,368.00 $ 16 Type C Root Removal - 12"-15" LF 487.00 $ $ i! 17 Type C Root Removal - 18" LF 287.00 $ s^` $ ss 18 Type D Lumberjack - 8"-10" LF 41368,00APA 19 Type D Lumberjack - 12"-15" LF 487.00 $ , 5'0 FORM OF BID CONTRACT NO. 1014 Page BF-1 OF 4 AECOM 60620183 FY 2020 CIP Pipelining Ph IVA Item Description Unit Estimated Quantiles Unit Price Total Amount 20 Type D Lumberjack - 18" LF 287.00 $ S _ $ S '- 21 Protruding Taps Removal EA 100.00 $ 5p;p $ $ 000 22 Internal Chimney Seal EA 54.00 $ 0r $ S'OG cp 23 Manhole Barrel Joint Leak Repair EA 29.00 $ 0C %- $IYCJLYOO co 24 Manhole Lining EA 28.00 $ cjSr -- $ Go C% 25 Grout Work EA 12.00 $ 0000 $ 11 000 26 Box Outs EA 4.00 1 $ afG� — $ W 6 00 -- TOTAL BASE BID $ 5' g g G Item Description Unit Estimated Quantit Unit Price Total Price BID ALTERNATE NO. 1 - SERVICE AREA NO. 23 WMSD 100 42" Diameter CIP Pipe Lining LF 881.0 $ ��10 $ )06 1 LPN 101 Pipe Televising - 42" LF 1,762.0 $ -- $ >y 010 102 Type A Pipe Cleaning - 42" LF 881.0 $ ( 0 Is La ZF10 103 Type C Root Removal - 42" LF 220.3 $ to — $ �. >O 104 Type D Lumberjack .42" LF 220.3 $ ,-O $ L Yoco 105 By -Pass Pumping LS 1.0 $ ?3'OG 6 $ 9 000 106 Traffic Control LS 1.0 $ S 4G' $ %00 0 _ BID ALTERNATE NO. 1 TOTAL $ Item Description Unit Estimated Quantity Unit Price Total Price BID ALTERNATE NO. 2 - SERVICE AREA NO 11 FARM FIELD 200 18" Diameter CIP Pipe Lining LF 758.0 $ 70� $ S3 06C^ 201 21" Diameter CIP Pipe Lining LF 394.0 $ G �c $ S (pa o 202 Pipe Televising - 18"-21" LF 2,304.0 $ "' $ 5)-0�° 203 Type A Pipe Cleaning - 18"-21" LF 1,152.0 $ GS' = $ g' o 204 Type C Root Removal - 18"-21" LF 100.0 $ (✓ " $ t 000-' 205 Type D Lumberjack- 18"-21" LF 100.0 $ — $ - BID ALTERNATE NO. 2 TOTAL $ 177 q,;L O FORM OF BID CONTRACT NO. 1014 Page BF-2 OF 4 AECOM 60620183 FY 2020 CIP Pipelining Ph IVA 2. It is understood that the quantities set forth are approximate only and subject to variation and that the unit bid price for the work done shall govern in the actual payment to Contractor. The Contract shall be awarded based on the TOTAL BASE BID, 3. In submitting this bid, the bidder understands that the right is reserved by the Ciry of Waterloo, Iowa, to reject any or all bids. If written notice of the acceptance of this bid is mailed, telegraphed, or delivered to the undersigned within thirty (30) days after the opening thereof, or at any time thereafter before this bid is withdrawn, the undersigned agrees to execute and deliver an agreement in the prescribed form and furnish the required bond and certificate of the insurance within ten (10) days after the agreement is presented to him for signature, and start work within ten (10) days after "Notice to Proceed" is issued. 4. 5. 6. 7 Security in the sum of 5% of Bid Amount of Bid Amount ) in the form of Bid Bond accordance with the INSTRUCTIONS TO BIDDERS. Attached hereto is allon-Collusion Affidavit of Prime Contractor. is Dollars ($ 5°% submitted herewith in Attached hereto is the Bidder Status Form indicating Resident Bidder Certification ( ), or Non -Resident Bidder Certification ( ✓ ). (Mark one.) The bidder is prepared to submit a financial and experience statement upon request. 8. The Prime Contractor and Subcontractor(s), which have performed an aggregate of $10,000.00 in work for the City in the current calendar year, are prepared to submit an AAP or Update and an EOC, within ten (10) days of notification that the bid submitted is lowest and acceptable. E The bidder has received the following Addendum or Addenda: Addendum No. Date 10. The bidder shall list the MBE/WBE subcontractor(s), amount of subcontracts and bid items on the City of Waterloo Minority and/or Women Business Pre -bid Contact Information Form submitted with this Form of Bid or Proposal. The apparent low Bidder shall submit a list of all other Subcontractor(s) to be used on this Project to the City of Waterloo by 5:00 p.m. the business day following the day Bids on this Project are due along with the Non -Collusion Affidavits of All Subcontractor(s). The Contractor shall submit information on subcontractors on "SUBCONTRACTOR REQUEST AND APPROVAL" Form to be provided by City prior to approval of contract. The subcontractors listed on this proposal and/or submitted to the Contract Compliance Officer cannot be changed except for the following reasons: 1) The City of Waterloo does not approve the subcontractors. 2) The subcontractors submit in writing that they cannot fulfill their subcontracts. 11. The bidder has filled in all blanks on this proposal. Those blanks not applicable are marked "none" or "NA". 12. The bidder has attached all applicable forms. 13. The Owner reserves the right to select alternates, delete line items, and/or to reduce quantities prior to the award of a contract due to budgetary limitations. FORM OF BID CONTRACT NO. 1014 Page BF-3 OF 4 AECOM 60620183 FY 2020 CIP Pipelining Ph IVA BY: Granite Inliner, LLC Official Address: (Including Zip Code): 19. 2020 (Date) e Area Manager 16028 Forest Boulevard North, PO Box 353, Hugo, MN 55038 01-0684682 FORM OF BID CONTRACT NO. 1014 Page BF-4 OF 4 AECOM 60620183 FY 2020 CIP Pipelining Ph IVA INFORMATION NEEDED FOR IOWA CONSTRUCTION SALES TAX EXEMPTION CERTIFICATE CONTRACTOR NAME: ADDRESS: (Check One) Granite Inliner7 LLC 16028 Forest Boulevard North, PO Box 353, Hugo, MN 55038 PRIME X FEDERAL ID#: 01-0684682 SUBCONTRACTOR PROJECT NAME: FY 2020 CIP PIPELINING PHASE IVA PROJECT CONTRACT NO.: 1014 DESCRIPTION OF WORK: ❑ Brickwork ❑ Carpentry ❑ Concrete ❑ Drywall -Plaster -Insulation ❑ Electrical ❑ Excavation/Grading ❑ Flooring ❑ Heavy Construction ❑ Heating -Ventilating -Air Cond ❑ Landscaping ❑ Painting ❑ Paving ❑ Plumbing ❑ Roofing -Siding -Sheet Metal ❑ Windows ❑ Wrecking -Demolition 'Other (Please specify) CIPP Lining SALES TAX EXEMPTION CONTRACT NO. 1014 Page STE-1 OF 1 AECOM 60620183 FY 2020 CIP Pipelining Ph IVA THIS PAGE LEFT BLANK INTENTIONALLY NON -COLLUSION AFFIDAVIT OF PRIME BIDDER State of Minnesota ) )ss county of Washington ) Daniel J. Banken , being first duly sworn, deposes and says that: 1. He is (Owner, PartneL Officer, epresentative, orAgent) of Granite Inliner, LLC , the Bidder th mitted the attached Bid; 2. He is fully informed respecting the preparation and contents of the attached Bid and of all pertinent circumstances respecting such Bid; 3. Such Bid is genuine and is not a collusive or sham Bid; 4. Neither the said Bidder nor any of its officers, partners, owners, agents, representatives, employees, or parties in interest, including this affiant, has in any way colluded, conspired, connived or agreed, directly or indirectly, with any other Bidder, firm or person to submit a collusive or sham Bid in connection with the Contract for which the attached Bid has been submitted or to refrain from bidding in connection with such Contract, or has in any manner, directly or indirectly, sought by agreement or collusion or communication or conference with any other Bidder, firm or person to fix the price or prices in the attached Bid or of any other Bidder, or, to fix any overhead, profit or cost element of the bid price or the bid price of any other Bidder, or to secure through any collusion, conspiracy, connivance, or unlawful agreement any advantage against the City of Waterloo, Iowa, or any person interested in the Proposed Contract; and 5. The pr�gi&%b .66tv4uoted in the attached Bid4areirdproper and are not tainted by any coll�sf�,,connivance or unlawful an the of the Bidder or any of its ag$r1 F �9wners, employees, orere t inclu ng t ' 'affiant. s 2p02. _ (Signed) do May ' Daniel J. Banken, Area M ager '��� �`•.!ND1P..•• ,�.` Title Subs cribeUMid%Aworn to before me this 9 day of April 2020 /( (}�//� � � Operational Support /,V1JW� Title My commission expires January 31, 2024 SARAANNE ROBINSON Notary Public `yr • Minne ota My Commission Expires Jan 31, 2024 NON -COLLUSION AFFIDAVITS CONTRACT N0.1014 Page NCA-1 OF 2 AECOM 60620183 FY 2020 CIP Pipelining Ph IVA EQUAL OPPORTUNITY CLAUSE (As provided in Executive Order No. 11246) All contractors, subcontractors, vendors and suppliers of goods and services doing business with the City and value of said business equals or exceeds ten thousand dollars ($10,000.00) annually agree as follows: 1. The contractors, subcontractor, vendor and supplier of goods and services will not discriminate against any employee or applicant for employment because of race, color, creed, sex, national origin, economic status, age, mental or physical handicap, political opinions or affiliations. The contractor, subcontractor, vendor and supplier will develop an Affirmative Action program to ensure that applicants are employed and that employees are treated during employment without regard to their race, creed, color, sex, national origin, religion, economic status, age, mental or physical disability, political opinions or affiliations. Such actions shall include but not be limited to the following: a. Employment b. Upgrading c. Demotion or Transfer d. Recruitment and Advertising e. Layoff or Termination f. Rates of Pay or Other Forms of Compensation g. Selection for Training Including Apprenticeship 2. The contractor, subcontractor, vendor and supplier of goods and services will, in all solicitations or advertisements for employees, state that all qualified applicants will receive consideration for employment without regard to race, creed, color, sex, national origin, religion, economic status, age, mental or physical disabilities, political opinion or affiliations. 3. The contractor, subcontractor, vendor and supplier or his/her collective bargaining representative will send to each labor union or representative of workers which he/she has a collective bargaining agreement or other contract or understanding, a notice advising said labor union or workers' representative of the contractor's commitment under this section. 4. The contractor, subcontractor, vendor and supplier of goods and services will comply with all published rules, regulations, directives, and order of the City of Waterloo Affirmative Action Program Contract Compliance Provisions. 5. The contractor, subcontractor, vendor and supplier of goods and services will furnish and file compliance reports within such time and upon such forms as provided by the Affirmative Action Officer. Said forms will elicit information as to the policies, procedures, patterns, and practices of each subcontractor as well as the contractor himself/herself and said contractor, subcontractor, vendor and supplier will permit access to his/her employment books, records and accounts to the City's Affirmative Action Officer, for the purpose of investigation to ascertain compliance with this contract and with rules and regulations of the City's Affirmative Action Program —Contract Compliance Provisions relative to Resolution No. 24664. 6. In the event of the contractor's non-compliance with the non-discrimination clauses of this contract or with any of such rules, regulations and orders, this contract may be canceled, terminated or suspended in whole or in part and the contractor may be declared ineligible for further contracts in accordance with procedures authorized by the City Council. 7. The contractor, subcontractor, vendor and supplier of goods and services will include, or incorporate by reference, the provisions of the non-discrimination clause in every contract, EQUAL OPPORTUNITY CLAUSE CONTRACT NO. 1014 Page EOC-1 OF 2 AECOM 60620183 FY 2020 CIP Pipelining Ph IVA subcontract or purchase order unless exempted by the rules, regulations or orders of the City's Affirmative Action Program, and will provide in every subcontract, or purchase order that said provisions will be binding upon each contractor, subcontractor, or supplier. 8. We, the undersigned, recognize that we are morally and legally committed to non-disyrimination in employment. Any person who applies for e ym nt with our comp s��yy will not be discriminated against because of race, creed, coo , s tional rigin, e mimic status, age, mental or physical disabilities. �� � �NLINF��i, (Signed) 00 •tia*.*�ND1 PaP• A, •.sees• %� Appropriate Official) Daniel J. Banken, Area Manager (Title) April 9, 2020 (Date) EQUAL OPPORTUNITY CLAUSE CONTRACT NO. 1014 Page EOC-2 OF 2 AECOM 60620183 FY 2020 CIP Pipelining Ph IVA TITLE VI CIVIL RIGHTS During the performance of this contract, the contractor (for itself), its assignees, and successors in interest (hereinafter referred to as the "contractor") agrees as follows: 1. Compliance with Regulations: The contractor shall comply with the Regulations relative to non- discrimination in Federally assisted programs of the DOT Title 49, Code of Federal Regulations, Part 21, as they may be amended from time to time, (hereinafter referred to as the Regulations), which are herein incorporated by reference and made a part of this contract. 2. Nondiscrimination: The contractor, with regard to the work performed by it during the contract, shall not discriminate on the grounds of race, color, national origin, sex, age, or disability in the selection and retention of subcontractors, including procurement of materials and leases of equipment. The contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations, including employment practices when the contract covers a program set forth in Appendix B of the Regulations. 3. Solicitations for Subcontracts, Including Procurement of Materials and Equipment: In all solicitations either by competitive bidding or negotiation made by the contractor for work to be performed under a subcontract, including procurement of materials or leases of equipment, each potential subcontractor or supplier shall be notified by the contractor of the contractor's obligations under this contract and the Regulations relative to non-discrimination on the grounds of race, color, national origin, sex, age, or disability. 4. Information and Reports: The contractor shall provide all information and reports required by the Regulations or directives issued pursuant there to, and shall allow access to its books, records, accounts, other sources of information, and its facilities as may be determined by the Contracting Authority, the Iowa DOT, or FHWA to be pertinent to ascertain compliance with such Regulations, orders and instructions. Where any information required of a contractor is in the exclusive possession of another who fails or refuses to furnish this information the contractor shall so certify to the Contracting Authority, the Iowa DOT, or the FHWA as appropriate, and shall set forth what efforts it has made to obtain the information. 5. Sanctions for Noncompliance: In the event of the contractor's noncompliance with the nondiscrimination provisions of this contract, the Contracting Authority, the Iowa DOT, or the FHWA shall impose such contract sanctions as they may determine to be appropriate, including, but not limited to: a. Withholding of payments to the contractor under the contract until the contractor complies, and/or b. Cancellation, termination, or suspension of the contract, in whole or in part. 6. Incorporation of Provisions: The contractor shall include the provisions of paragraphs (1) through (6) in every subcontract, including procurement of materials and leases of equipment, unless exempt by the Regulations, or directives issued pursuant thereto. The contractor shall take such action with respect to any subcontract or procurement as the Contracting Authority, the Iowa DOT, or the FHWA may direct as a means of enforcing such provisions including sanctions for non-compliance: Provided, however, that, in the event of a contractor becomes involved in, or it threatened with, litigation with a subcontractor or supplier as a result of such direction, the contractor may request the Contracting Authority or the Iowa DOT to enter into such litigation to protect the interests of the Contracting Authority or the Iowa DOT; and, in addition, the contractor may request the United States to enter into such litigation to protect the interest of the United States, TITLE VI RIGHTS CONTRACT NO. 1014 Page TVI-1 of 1 AECOM 60620183 FY 2020 CIP Pipelining Ph IVA THIS PAGE LEFT BLANK INTENTIONALLY Bidder Status Form To be completed by all bidders Part A Please answer "Yes" or No for each of the following: ❑ Yes ❑ No My company is authorized to transact business in Iowa. (To help you determine if your company is authorized, please review the worksheet on the next page). ❑ Yes ❑ No My company has an office to transact business in Iowa. ❑ Yes R No My company's office in Iowa is suitable for more than receiving mail, telephone calls, and e-mail, ❑ Yes ❑ No My company has been conducting business in Iowa for at least 3 years prior to the first request for bids on this project. ❑ Yes No My company is not a subsidiary of another business entity or my company is a subsidiary of another business entity that would qualify as a resident bidder in Iowa. If you answered "Yes" for each question above, your company qualifies as a resident bidder. Please complete Parts B and D of this form. If you answered "No" to one or more questions above, your company is a nonresident bidder. Please complete Parts C and D of this form. To be completed by resident bidders Part B My company has maintained offices in Iowa during the past 3 years at the following addresses: Dates: / / to / / Address: City, State, Zip: Dates: / / to / / Address: City, State, Zip: Dates: / / to / / Address: You may attach additional sheet(s) if needed. City, State, Zip: To be completed by non-resident bidders Part C 1. Name of home state or foreign country reported to the Iowa Secretary of State: Indiana 2. Does your company's home state or foreign country offer preferences to resident bidders, resident labor ❑ Yes ❑ No force preferences or any other type of preference to bidders or laborers? 3. If you answered "Yes" to question 2, identify each preference offered by your company's home state or foreign country and the appropriate legal citation. See Attached You may attach additional sheet(s) if needed. To be completed by all bidders Part D certify that the statements made on this document are true anq,6mh'i bte,�j .,the best of my knowledge and I know that my failure to rovide accurate and truthful infor ion ma be a �a p rrFGxct rf�y bid. ,`� •0�1AB((�� j�CC� Firm Name: Gga�li$4 InIm er, ? :'�`� , •. ' Signature: =Date: April 9, 2020 Daniel J. Banken, Area Manager % •'••..,iNo�Pc' .� You must submit the completed form to the governmen{Ai,l�Pd•..�e�a��ting bids per 875 Iowa Administrative Code Chapter 156. This form has been approved ji te Iowa Labor Commissioner. 309-6001 (09-15) BSF-1 Sec. 19. (a) This section does not apply when the purchase description is limited to a fuel of which at least twenty percent (20%) by volume is soy diesel/bio diesel. (b) As used in this section, "soy diesel/bio diesel" includes fuels (other than alcohol) that are primarily esters derived from biological materials, including oilseeds and animal fats, for use in compression and ignition engines. (c) There is a price preference of ten percent (10%) for soy diesel/bio diesel. (d) The price preference under this section applies to a purchase of fuel of which at least twenty percent (20%) by volume is soy diesel/bio diesel. As added by P.L.49-1997, SEC.1. IC 5-22-IS-20 Preferences to Indiana businesses; rules Sec. 20. (a) This section does not apply to the state lottery commission created by IC 4-30-34. (b) As used in this section, "out-of-state business" refers to a business that is not an Indiana business. (c) A governmental body may adopt rules to give a preference to an Indiana business that submits an offer for a purchase under this article if all of the following apply: (1) An out-of-state business submits an offer for the purchase. (2) The out-of-state business is a business from a state that gives purchase preferences unfavorable to Indiana businesses. (d) Rules adopted under subsection (c) must establish criteria for detennining the following: (1) Whether an offeror qualifies as an Indiana business under the rules. (2) When another state's preference is unfavorable to Indiana businesses. (3) The method by which the preference for Indiana businesses is to be computed. (e) Rules adopted under subsection (c) may not give a preference to an Indiana business that is more favorable to the Indiana business than the other state's preference is to the other state's businesses. (f) Rules adopted under subsection (c) must provide that a contract shall be awarded to the lowest responsive and responsible offeror, regardless of the preference provided under this section, if: (1) the offeror is an Indiana business; or (2) the offeror is a business from a state bordering Indiana and the offeror's home state does not provide a preference to the home state's businesses more favorable than is provided by Indiana law to Indiana businesses. As added by P.L.494997, SEC.]. Annended by P.L.66-2004, SEC.3. IC 5-2245-20.5 Indiana Code 2016 "Indiana business"; criteria, price preferences; awarding of contracts; exception Sec. 20.5. (a) This section applies only to a contract awarded by a state agency. (b) As used in this section, "Indiana business" refers to any of the foRowing: (1) A business whose principal place of business is located in Indiana. (2) A business that pays a majority of its payroll (in dollar volume) to residents of Indiana. (3) A business that employs Indiana residents as a majority of its employees. (4) A business that makes significant capital investments in Indiana. (5) A business that has a substantial positive economic impact on Indiana as defined by criteria developed under subsection (c)• (c) The Indiana department of administration shall consult with the Indiana economic development corporation in developing criteria for determining whether a business is an Indiana business under subsection (b). The Indiana department of administration may consult with the Indiana economic development corporation to determine whether a particular business meets the requirements of this section and the criteria developed under this subsection. (d) There are the following price preferences for supplies purchased from an Indiana business: (1) Five percent (5%) for a purchase expected by the state agency to be less than five hundred thousand dollars ($500,000). (2) Three percent (3%) for a purchase expected by the state agency to be at least five hundred thousand dollars ($500,000) but less than one million dollars ($1,000,000). (3) One percent (1%) for a purchase expected by the state agency to be at least one million dollars ($1,000,000). (e) If an Indiana business offers to provide supplies manufactured, assembled, or produced in Indiana, and if two (2) or more bids submitted were the same, the following price preference is available to the Indiana business, in addition to the price preference available under subsection (d): (1) Three percent (3%) for a purchase expected by the state agency to be less than five hundred thousand dollars ($500,000). (2) Two percent (2%) for a purchase expected by the state agency to be at least five hundred thousand dollars ($500,000) but less than one million dollars ($1,000,000). (3) One percent (1%) for a purchase expected by the state agency to be at least one million dollars ($1,000,000). The Indiana department of administration shall adopt rules under Indiana Code 2016 IC 4-22-2 to establish guidelines for determining when supplies are manufactured or assembled in Indiana. (f) A business that wants to claim a preference provided under this section must do all of the following: (1) State in the business's bid that the business claims the preference provided by this section. (2) Provide the following information to the department: (A) The location of the business's principal place of business. If the business claims the preference as an Indiana business described in subsection (b)(1), a statement explaining the reasons the business considers the location named as the business's principal place of business. (B) The amount of the business's total payroll and the amount of the business's payroll paid to Indiana residents. (C) The number of the business's employees and the number of the business's employees who are Indiana residents. (D) If the business claims the preference as an Indiana business described in subsection (b)(4), a description of the capital investments made in Indiana and a statement of the amount of those capital investments. (E) If the business claims the preference as an Indiana business described in subsection (b)(5), a description of the substantial positive economic impact the business has on Indiana. As added by P.L.66-2004, SEC.4. Amended by P.L.4-2005, SEC.33; P.L.123-2009, SEC-1; P.L.122-2011, SEC.3. IC 5-22-15-20.7 Repealed (As added by P.L.79-2008, SEC.6. Repealed by P.L.133-2012, SEC.41) IC 5-22-15-20.9 Price preferences for local Indiana businesses Sec. 20.9. (a) This section applies only to a contract awarded by a political subdivision if the political subdivision provides in the solicitation that this section applies to the purchase. (b) As used in this section, "affected county" refers to an Indiana county: (1) in which the political subdivision awarding a contract under this article is located; or (2) that is adjacent to the county described in subdivision (1). (c) As used in this section, "local Indiana business" refers to any of the following: (1) A business whose principal place of business is located in an affected county. (2) A business that pays a majority of its payroll (in dollar volume) to residents of affected counties. Indiana Code 2016 • • r This worksheet may be used to help complete Part A of the Resident Bidder Status form. If at least one of the following describes your business, you are authorized to transact business in Iowa. ® Yes ❑ No My business is currently registered as a contractor with the Iowa Division of Labor. ❑ Yes [� No My business is a sole proprietorship and 1 am an Iowa resident for Iowa income tax purposes. ❑ Yes 0 No My business is a general partnership orjoint venture. More than 50 percent of the general partners or joint venture parties are residents of Iowa for Iowa income tax purposes. ❑ Yes � No My business is an active corporation with the Iowa Secretary of State and has paid all fees required by the Secretary of State, has filed its most recent biennial report, and has not filed articles of dissolution. ❑ Yes ®No My business is a corporation whose articles of incorporation are filed in a state other than Iowa, the corporation has received a certificate of authority from the Iowa secretary of state, has filed its most recent biennial report with the secretary of state, and has neither received a certificate of withdrawal from the secretary of state nor had its authority revoked. ❑ Yes [� No My business is a limited liability partnership which has filed a statement of qualification in this state and the statement has not been canceled. ❑ Yes ❑ No My business is a limited liability partnership which has filed a statement of qualification in a state other than Iowa, has filed a statement of foreign qualification in Iowa and a statement of cancellation has not been filed. ❑ Yes Q No My business is a limited partnership or limited liability limited partnership which has filed a certificate of limited partnership in this state, and has not filed a statement of termination. ❑ Yes ®No My business is a limited partnership or a limited liability limited partnership whose certificate of limited partnership is filed in a state other than Iowa, the limited partnership or limited liability limited partnership has received notification from the Iowa secretary of state that the application for certificate of authority has been approved and no notice of cancellation has been filed by the limited partnership or the limited liability limited partnership. ❑ Yes ❑ No My business is a limited liability company whose certificate of organization is filed in Iowa and has not filed a statement of termination. ❑ Yes ❑ No My business is a limited liability company whose certificate of organization is filed in a state other than Iowa, has received a certificate of authority to transact business in Iowa and the certificate has not been revoked or canceled. 309-6001 (09-15) BSF-2 GRANITE INLINER, LLC CERTIFICATE OF SECRETARY RESOLVED, that, effective January 2 through December 31, 2020, the individuals named on the attached Exhibit 1 are authorized to negotiate, execute and/or attest electronic and paper documents and contracts necessary for the conduct of the Company's affairs with respect to the submission and execution of construction project bids, bid proposals, bid addenda and all other bid -related documents prepared and submitted on behalf of the Company not to exceed $100,000, relating to any and all domestic construction projects arising out of the Company's operations. RESOLVED, that, effective January 2 through December 31, 2020, the individuals named on the attached Exhibit 2 are authorized to negotiate, execute and/or attest electronic and paper documents and contracts necessary for the conduct of the Company's affairs with respect to the submission and execution of construction project bids, bid proposals, bid addenda and all other bid -related documents prepared and submitted on behalf of the Company not to exceed $500,000, relating to any and all domestic construction projects arising out of the Company's operations. RESOLVED, that, effective January 2 through December 31, 2020, the individuals named on the attached Exhibit 3 are authorized to negotiate, execute and attest electronic and paper documents and contracts necessary for the conduct of the Company's affairs with respect to the submission and execution of construction project bids, bid proposals, bid addenda and all other bid -related documents prepared and submitted on behalf of the Company not to exceed $2 million, relating to any and all domestic construction projects arising out of the Company's operations. RESOLVED, that, effective January 2 through December 31, 2020, the individual named on the attached Exhibit 4 is authorized to negotiate, execute and attest electronic and paper documents and contracts necessary for the conduct of the Company's affairs with respect to the submission and execution of construction project bids, bid proposals, bid addenda and all other bid -related documents prepared and submitted on behalf of the Company not to exceed $5 million, relating to any and all domestic construction projects arising out of the Company's operations. I, Ashley M. Stinson, do hereby certify that I am duly qualified as Secretary of GRANITE INLINER, LLC, an Indiana limited liability company (the "Company"); that the foregoing is a true and correct copy of resolutions duly adopted effective January 2, 2020, by unanimous written consent of the Management Committee; that the Managers acting were duly and regularly elected; and that the resolution adopted has not been modified or repealed and is still in full force and effect. Dated: January 2, 2020 OL1AB14 t� ::May 1' ' *00 �. '4r4e Ashley M. Stinson EXHIBIT 3 $2M Authority Area Managers District Managers General Managers GRANITE INLINER9 LLC AUTHORIZED SIGNERS Michael Chretien, Area Manager Nate Holmes, Area Manager Richard Cooper, Area Manager Tommy Robertson, Area Manager Jesse Cole, Area Manager Daniel Banken, Area Manager Max Gowdy, Area Manager Ian Blackburn, Area Manager John Rinehart, Area Manager Carl Smith, District Manager Mike Cannon, District Manager Brent Buckalew, General Manager Jim Oban, District Manager Mark Slack, District Manager Tyson Crandall, District Manager ATTESTORS Annastacia Tooke, Operational Support Debbie Brown, Operational Support Jean Gorey, Operational Support Marjorie Perdue, Operational Support Melissa Patch, Operational Support Melissa Zelaya, Operational Support Monica Bovis, Operational Support Debbie Butler, Operational Support Sara Robinson, Operational Support Stephanie Todd, Office Manager Linda Andry, Operational Support Dionna Johnson, Operational Support Eve Tinis, Operational Support Jenna Luz, Project Manager Shaina Holland, Project Administrator Diana Bolano, Proposal Coordinator Terri Ochocki, Office Manager Alicia Crandall, Controller Stephanie Taylor, Operation Finance Manager Allison Brown, Operation Finance Manager 6/18/2019 Certificate of Standing Issue Date: 6/18/2019 I )WA SECRETARY OF STATE PAUL D. PATE CERTIFICATE OF AUTHORIZATION Name: GRANITE INLINER, LLC (489FLC - 457241) Authorized Date: 5/13/2013 Duration: PERPETUAL State of Incorporation: INDIANA I, Paul D. Pate, Secretary of State of the State of Iowa, custodian of the records of incorporations, certify the following for the limited liability company named on this certificate: a. The entity is authorized to transact business in Iowa. b. All fees, taxes and penalties required under the Revised Uniform Limited Liability Company Act and other laws due the Secretary of State have been paid. c. The most recent biennial report required has been filed with the Secretary of State d. The Secretary of State has neither revoked the company's certificate of authority nor filed a notice of cancellation. Certificate ID: CS170430 To validate certcates visit: s o s. iowa. gov/ Va lid a to C e rtific a to Paul D. Pate, Iowa Secretary of State https://sos.iowa.gov/business/cent/Print.aspx?cs=VEAOjYjAlywQl FKnwN 1 _IYJii4Q7TXRdfY8bosbhjtE 1 &print=true 1 /1 mc Y p o O •C cn m � N + �- ++Law as Eem,mmU O DamO rno L cn ° rn p >, o m c c_ —� _Q cn u°i ° o w O m E L "O a) O U a) ~ a 3+ U "O cn C cn 0) C m U W a) U C C C— m O .0 N O cn C a) O 20*00 CL C O"� a)L c != O U) OLwo L O O N O O O w = 'o U)i +�' O O n Ift,ftal 4 U m U) z -o N N Iww,wa p E O O m L g U) N 00 O� a) U C a) � •U) Law � � = C 0 Law a) rn p p m >+ C O O m a) lIj � C a CL 0 a) o 7 .0 m 'J w j to O p �O Oa 70 N o Z m U O' N O ° L m w ° O a, o V E m + Lam m Qm ° Q m a) a) wU`'- me CD moo° °� g 2 cc om �� =0 wo o L c '� a L- ° ° �.0Iowa � Ow ° mowaa))E Law L)ao22! z °E� COm a) a)o > ... cn 0g a Z co O -o U v !- cn>N 0� tic a) Q a)c _ c:� m o� Ew ,�oo F- cc+po ai c0�� V cn c� Cammm, cn•c o o z fl N c°o•� � +-� ow O N V a Q m o c L cn ,, mo O O o Qm !1/ a�mmmm, L LI a wwwom W uc-iN s� m� ° Q Loomweaaaaa c �v m a)°cn E �g N� n c " o a) �c 0 ma Mamma E c ° �a L m Z wcn 3o m 0 m W OD 0 0 > mU�c W o ,�°_. p N m c W coo c o EFn n D o t W O mmti Ec �?� Y U) a 0 pomow o o cn vai 3 Z V' W a) Law btmma4- c m ° 3 twooma) w y mmmmm — m c WZ mmU) Cl)o ocog 3 n- W� off m �bwomb cW Og g� c „ W mw E cn.� a)� y—a)v7°�m ��� W N�a>) yE— o.cn (n O Un E Imo m z W� m U p m m e NW WQ � D.0 LL— U� W mW 3ma g �'c`m Z 0 m W z m O— cn U) g m O 0 a) m C o. m g ui o o pp a) a} "- m a) g 0 `P E m p c �O +'0� �� oN� ° W m °co rn ° 3omm m� °m Q� m�� E z E c> c c �.a� WZ m g� mom °o c°)�o � > �°c°�� w E0 E w >a) Lcn a) 0Ccm Q a) �- Z E a) U p m •� cn o m '� c o c O- o W N c .O >% m U C o O C ° o cn U a mZ Y`� Um ymommmm" o w who oW�CD Oo .- UM�o �p o °» Q �� o m O a)i 9 coo c o° a C� 3cco0- I-c> EwU 2 c,U Na)>,op •� cc>moo G ccon 0-o° ao �mZ m maa(b u°)) Ec c3 c;o p O cn () cn m g va)i 3 c N >% (n N ° m c p N 0 N m c U c °o 6 >, W a cep 3wo a)ma ° ., a) W c°� m, L c m o L a+ E m N~ at C C ' m (n a) m CL g m p 0) 0 m C .E +' O d °oa m 3 W >m o>N c`o a) a cn- c� ��- E � aa)i (`D) aci a � a) O > c U t O WO 2 a) .0 0 0 cr > 0 0 0 a) U) dog S.�•vc m 0 �'o° .oW0.3vi3.c� a)-o�L cc m m w e° °> � 0 U E >,m rn0 E °) m N L m Co -o U) ° O>,o to m o O�cN>,p ELm.0 c wwwwo E o p m wU p c ma,mmc a) �zo t o �' `� a) °) o4m000� �a)� m��� Cl) >mm E0:;E3La)wo 0 �00aci°o += U aaaaa :3 C C W d .Q n NO CLaw W C U o Q O ac d'N U = U c E O C o N Z N ` CO •o �? a) m >omme N g cn o N — E c co a c ° m o Wo g N ° o c m ��'ac° ° cin 0 'in cco'� ° a'a0`) rn � O m rn� c 3 0 0 o 0 0 aEQ.o O 0 0 U)N vm L. W a) a) cLL o c c w U O a as w CO E a) y •6 U O m e O E o -o p U N o m cn wco cn m e g s c oz p m E p U T� .0 c o ° zo c cos °c c o "- 3 CL ��.0 c o m a d "-U U co o L 0 a= a) :3 m �o °,� mQ 3� E U� E w ° o mc 0 n+ p o m %ftampooO C E O O o) U O �— O W N o V ?� C O L i 0° 0 0) W d o E O m 0 O 0 c c}o V C C W z p m p •� �+ N O O () 0 O c 0 0 0 m 0 0 0 0 a? p 000`=!t= m�Z2 CL Co o mU m e 0 00 (0) am �cn`~O cm cn .0 gpcdm60ad ic°) g Ua-°i° V U m cn WU m c_ mac c� a) cn �m 0 E o �C) 0 m d a) °' O mmO E N Law oftomw 2 O° t c m U L 0 v O �L 0 O E E'tG� Sc o f cmn ammmp Q cra U ~•`n FmmmwFW W � v 0. d Lo Qcn•O �I.°L"p N� U MU 4.0 U) CL i— a 0 �- ca Q LL > O� �d � m � a CL D_ U 0 0 N w W 0 U) aZ W O FM W W y0 LL W z z F— m Fa— W Z m0 U ui mm W as �� ff o� f;;�y f Ili ai m 0 rn c aD J Cl) m L d c C Law d U 0 N O N i W U •o Elm N E Immw z O U cu C O U a) E O cn ° N U m N J C co N Y Q O C E C O � O 0)U U VWWW c a) c 3 ° An 3 m OW c m Q o o O N inV a) U OL C E O W m N O O to .` .O L U)co m L L C O O O +J O U cn C 7 7 ° O U O C L m ` Q N OImmm, to W a O 0 o N cu E o O L + W N U C) O OU) m C m O_ o) E Q O cr - � a cno Qc O E m U ° a) � Q >' ° CD � �, 0) U o m > 0) oL p o o 3: O c Q L cam"a fn fA 010 C m m L 7 `-- N O O tea) ca �'o E U mSomern Nc •N cn L L LL o cn c`a a E 0.6 co n i .0 0 0� a) c cn c E O= a O O O O Omc cn a) c ° o c -i cn `O N N •� 6 U O L c cno E cu E� �� cu c Wc ommm �S cm 0 o E o ,m V mommi a) U V in _ CD 0O N W o p,cn Imo cn 0) C 0 m V 0 Z:I Y 0 3~ O 3 m E mW >, 0 o cmi N rn � m ~ mc o ,MEWED in N a)cam E > > O a) cam cm v= (0 o cn c rn� oN ono Wo C d U .— mo (n N mt (n — cn C C a) H O a),. :3 �a acn o -O w KU5 cn ZV O A O .0 O m V N 6 .o � O W � o ° a mcn m c N O ID m of �E mCL _ CL O 0N � m ° J co �FWW 0: m c a Li mQ V N 0.0 W °c a) WOMEN d. Z cl p, � N a`) r � W5 O Q C I C N ci m y U� O "O -a ++ L :3 S� 00 o ma c «• cn N U C Foom (,i W U "O O N • n to `` O 0 � +_ m W m Immm,fn ��O ` 0 C O 7mmmop LU U O Z W C so N > C m=0 U 0m O CL N 7 O m a m 00 O m L c E ° m 0 � ) Z 3 U U °,U � E � cmo O ima a� o O o � 1� C� C O AO a 0 a� A a c� a y a� O a� Z Z Z Z Z AO o O o O CN N N N N V cj M co M M c W O C � N c W O I� v � V C cnImm U � O U U _ 0 = ` W � U _N W o O C N = m W Q co � Q (j o Wt CL c co w a U U 01 cD Q OL � a � o c a a a U O N 0 N } W N m O N m O J > Q Z co W H a U O� E (0O v W W Fmma w W NU. O an W O Imm W ND wLL Z Z N C� Fn Z w0 Fn U w m m W a N O N p rn a� J ca c d rn c c 75 a U 0 N O N um U �o d L Qi C F C 2 D ai E f6 Z L O U cu c O U W E d 0 o cvu co N J C N Q O c E o rn U coy rn C 3 (0 O O Ow mc a) O- N O X N U (D U N E C N ` W N O 'o U to O (n cn N n 0)N 4- L � to N O U fn O O O m i Q Litt, N O N W co.) a) O N E 0 0 0 O L O W a)U O � LP in m c N Q cm c �E Q (D � - 0 n O Q c 0E O >� c 0)o� p o o 3 5 c O O to co O L O U � C (Sf c6 »•m �� E U corn a? c N > o C � LL o `°n. � � u a)E cnQ �CD Da)ca cn N 20 c cn cE o (n Q o � O cn c J a) c cn ca c E c C N CaU O O C U O rO E c co U V a �0 O U cn a) �O c No N O LLio N pcn to cnrn mU 0 no >cY oo to cn ai Doc Q�3 aiE mW >>o oUo cnIttttt ma ocn ;(D a`Qito E .� > O n O cn _ rn� `per o o Wo Ncn � cv o :3 n c 4' N to cn y O N(n L) *00MORO m U a) a o W co O O w >, �E ��E mo. ate+ i 00 .ywomop U -Or W O O O J c .0 1— m O m C) cu a U N O .0 W s C QQ �, >. cn m ILca °E>, ca) Q C cn 'O N c a) ttrtt*E O a)C> c°�a' o o,aL a) O c 4) 3 �O 7 Oro �o 'co c »� cn N ww'Mm U c 0W� N 0,� � ccu C fn 0 Q' O F U O L O Q) «. W o Z m C ` 'o a>i .S O N a co � N m E :3 >, c CU ON mc UNU�>Z,E�� boa m aQ W z �O V m W U) z an w ui — Vi w 0 Cl) W U) OW Z m LL ?� � m J � Q F- 0 O O � i0i C� � a � 44 W AO a 0 Q b Q jA O U a� Z Z Z Z Z po W A O N N N N N U M M M dam" d' t tj d= d\' y it r0,, C� rW W O � CO C C O O U U U] ��— w W 0 U) WOMEN WZ O W INNER W U) O w? Z N V m H W Z CO U G LU OWNER mm W a N C c O O 6 U m m J C Q O ° o E 0) U 0 a' a c ° v —_ C 3 ` co 0 -a Q O Coo O X cn V a) 0 ° N c s-• C LEE. G a")W c p N p a En (� > N N U) m � c O O O+ ' -a wommo C 7 7 LO +°� 0 ° m L U Q a- N p CO W U N 3c ca N c6c 0 ° ° ° U w a0o(n m c a c`v a m c 0) E Q N O" I'wo a,hodult— 0 7 Q to O Q , C O E N �. U p N a Q O L o m m o c C U rn C i O 3 ca. L Q 0 cu D O° c m m E U cvcn Q?� c >_> `o vi m cn umom 0. ° .,_ »r 0 E c� n ° U a� co U O O c U) C E O 3 Q O O 0 ca c �° EEc Em C N m U m O MOW C U o %oP 0 0 E O c m 0 U —7 � �O N 0 N N 4- N N 0 11WC '' C a m 0 W O fII WINNOWa ,cn � co cn pn� 0 c� o"D FEW 0 0 0 rn m m Ammerww >� U)m o a) cy Fooffffooff CIE =0 An N c W Eoffa vow co c MEN >4 CD VZ cn c SEVEN � a � o a) a m a CIEc cn zV 7 >% a)O m V N a' offo O Low 0,,maO w c`a WWRIP LEE °� ° c m fl m} O. O O 0 C oN m� "E� w2 T of �cE mn. 4- ' n .a..mommv } co O y m fqMEV :a ;.0 W CD CD O J C .ob FEE O m C~i coo a UN p•omms oWMc c Q a) V o� vOim `O IL O � � Z Cl d w 0)a) +"-� E Orn C C N V 3 0 Oaf a 3 �0) � 0:w mob3 ��o Eo c U) U C Ci W U a O a)to tit m rn mp FE LEE N '= C L 0 c ° �jLow U O Z w Low\ c MoppmO a)> m m Z >, 0m` off000ff •m m�� EN o c E a ° U ,>U U) % E {- -ma m aQ W Z �O �V m za O F- W CO w CO) m OW zca Om J � Q h 0 O � Ov in" C O 0 a O po W � � A A � o •� v y o a� Z Z Z Z Z b A o N N N N N (M M cM M offokkhoff "o fdI• d dam• U c � — W °� U o w w O U) MINOR aZ OW Z w U)O w Z Z_ MMMMR IRWIN co m Z WO Ca L) WRONNIE m w a U J J c N C co p O cn co 0) a) N cu w N Y Q O C E o CD 0 °� N CV) =_ C 3 N O 'O cu Q L a) CL N ° X N V O U ° N E «C (D L W c N cn 2 cn cn as c c cB O O +J .O L W) fn C O 0 7 o ° (0).0 O a: -C m L O O m L) N 3 C N O E O C Q p L w N cm) O m L N ca. ° co � c CT L — O rnQ o O Q U Q C o E a) >' o Uri aQ a) U a) a)N > C C .. O O L O O U C O 'O to to N O U C co (6 0 3 0 a) '� E L) °) aoiCac O L- `o a �'cn E co cn U L COE 0 N 2a c 0 c o c Q -o � c o a a) Ccn .0 o Jit cn o _ �p U a) 0 +' W�dc 0o EEca C Ecu o C m U p O C U O c ° U L)O a) U a) N O c +' c:0 O O W O c0 m ,U -o o cn 0) m U '> C Y o a) �I— O p `p rnN ai Oc umm j `.0 °1� •` cn �w E > o ° �. O cn C rn� 20 ono W� cn a) C Lo ° — N C C O to O p C y IT O �o �cnE � Zap) o� :ac`t w me o o o c n m n ° o U E p c O c6 ` U w ` of .ncE ma —L >-w �o o 'y � ca v o !E W a)UJ a) L ++ + NOR U cu Q U N p O W L C J 4MMO0 ° ff�ORION d L W m a 0 ton I-coa E� ca) °- p Q c o cn � L ai ON 0:3 Imo �0 NorC .- cnFm o U C Cm W U "O O a) N U ° >1=0 ° L m C 6 0 C a U o zw `)p0 ao>ic ° O ° CL ca �N via M0 oar >, c momc E o��N tom, m I" CO) W Z 00 �V m w N SEEM za LLI O INNER W OCO) w MORRIS OW Zca LL Ow J� m H LL 0 40100 'C O O � CZa � p i.M Q O O � � O a O e O as' c o � A A � o y O o aun y' z z z z z b AO o O o 0 O N N N cy N U c1r) ce) M c) c� RIM d� t 0 0 U) NIMMEN W ° � ° c U o L 0 U ui W O U 0 0 U O U Q) 0 ,G C a N � C U C) E 0 L m cn C� a) V 4) N Q Y O O � _ c��6 Q m m m w N m O N m O J a zco Wi. � Q am O U U. E COo wW �a w W O am W O lom W O U) 0 W Z Z coH W Z m0 U LLI m m W a O N O N d' CL Q a) E cu Z 0 5 cu C: 0 U a) d O O (06 U N cu J m N a) Q 0 c E o rnU 0 � C An cu o -0 Q a) a' a) 0 x U a) U O` E c N C a) O "O to N a) cn � a) 4— 0 0 mo c o co c � cU6 ° O c0 c U «� +- O c Q� N 0rn W O C) +� m 3 c N cu c � O E O ° O , W O cm) Btf NIB O O t1 O (u C rn E Q a) cr — 0 0 Q 0o Q� 0 E a) o ° N -Oo Q >' ° BBC a) � , , 0) U c o� Q o o 3 o� L Q� vui totows to 010 cn C to t6 a �- 0 3 ° rn 'c E U o a? y c M>— > `0 ui N a) cu c o u- � o 5m o O cn co a E Co0.6 ca 0 .0 0 o cn Q v a 0 0 ° N a) C 2 w O C J y. (n O a)O c N 0 a) 0 c U) EEc�° E� 3 ca cO Ec C m V O O G 0 O +L—. c c o cu L2 o C i' c a) Co CU O cn W O w a .O "DOBB"B co rn Q Q C > cn M C O a :~ °MW O3 mE W W >, o o 0 0 CO L � m ~ BENUEo LP CL �E N>o °?� 0 o cn c 0)2 O(n o+ o W O AMMIS co a)`�- 0 0 a c H 3 �0 Ntn Zj O �, a) '� 0 m V a) a ` C MO't W � C a� c°)E� �m a) O cu of ��E mn. CL cq 3 L) o :c W O Z CO v CD m mommil C: Q �rn o.oW c >+ (n M Q a J od o cn o z CI °- N N p Q C C a) EBB, W Ci N CO)V � 0mo NL m0) OEM Sz0 ma N i c (m)w moo �m W t` m O `- T o ammom �_ C W L) o Z W c a)a > C 00 cu a ao g ua, a 02 a cu o:3 � of cD E E o ON a) mc Ua U}>C-ozco ,E�� a Co m � CO) FM aQ N W Z DO m w za w ui O 1— w ON W CO) OW Zm LU Om J � Q Ix LL 0 'C O � SOr C� PLO � @ O O � ftS � A O a O �A O y a� O a; Z Z Z Z Z a) Ao 0 0 C C N N N N U M M M M M NIB VIB mommomm C: O C) U Jommmoms C: O J oft W o O L W p N A O Bow com c°� v o O a) winom;O O � V CA O O c U Ucu cu c O cv � O c 06 c u' �cu a) U Loom 0 W C� = 2 W N m O Nm CD J Q zco wo O aCN o U U. E 200 Ww Q W w 0 aZ W FO Z W y0 wLL Z Z F.. CO m Fa- W Z op 0 U G LU m m W a O N O N d' Q �i m p rn c a J a) m s d c c MWOM MMMM d U 0 N O N >- w U 'o CL J J a`) c �c a) Pmow ca O O N U � m d) a) m J � N Q 0 C E o U 0 °) sr C a)M —_ C 3 m 0 p CL mc a) N O w N U o U c a) co 0)W m O O U to > m :cam cn c m o O +wo U U)MMMM, 00 O 7 O c c co 0 m U Q N o cn W v N 0 CDm 0 0 NE O *' Z) Od w a) U r O m � N CL 3 m C cm Q a)a - c Q Fn � Q c O E a� Uri �Q rn Cj N m > c c rn o� p o o U c a '' a +� 0 'O co to co O U N C (gyp m 7 � o ?� o +' (D mN� E U m m Q M Cc N o O (h m 4o N 0 � �. a) c0 cn 0 WW CO .0 0 om 2 2� c cn c E O: Q -O O o 0 wc Ma U) c �O c J a) cn ommmm C N OyO 'NU� a) ,O p€ ca c Ea) UOC 'Om U 0 a+ c c U V OQ �O m U y N Mo c C O m Q o 0) w 0 m :a U) �� °0O `�m cn ai O c CL o f W W "' >• O O U N U) IMMMM�m ~ oENNO o am N > > o � c w c Oin = 0 o N G 0)2 `occn ono wo S cn N 'C 0 — U) C kommm c� a) p^0 CD4 m O a C O �o U) c0 Z V O >+ a) ' o m U a) a cLt c o �pEn lommo G m a m }, CL 2C oU) �� co>EN w2 a) O m T of .coE ma MMMMMcn a 'N � m U p L W O N 2 N J c .0 N m D m rMMMC) N a U N O .M W L C Q a)U O U) m p O � 0 Ommm J�' . 0M O'ER a) 0) Z Cl + N N 7 E c Q c 'O co c () a) U � 0 �_ 'pspMMM .m. m� 0= M .c O o Mo O ENEM C ,: U U y MAMEWU m 0 W U "o 0 0 D cn MMMW >N Moo co 0 �= m scumv c C fn CD O C O wm0 pm m �'a� a>).� � cn 00N � 0 O m >. ZU) >, U ?o E "= � c moo G m W Z �0 GV m LV U) ui za O F— w OU) W U) Ow Zco LL Om J � a 0 O 'o 04V ,L0i C� PLO ^� c ,G w 0 ;moo PC 'd A O (f} a 0 O a) � eg e� imm) A u a M y o a40 Z Z Z Z Z a� A O N N N N N L� M M M M M U V O WMina C cu c — C�C MUMMIN C MENNEN U o V O O cu 'V N O MENNEN NUMMIN N U 7MENEM C Q C 06 MOMMIM c U m 0 O w 9 U °� U off$ E N 0 — � Y m Q c d a d d U 0 N 0 N LL W N m O Nm O J Q O Zo W O Q 0o U U. E U)O WO. W W �Q w LLI 0 U) aZ OC O LLI W w ca U)LL O W Z Z G=O la- W Z Co 0 �v LLI m o0 w a o� . s m ❑ rn c a) J a) cm c d CD c a U 0 N O N L}L U .O 0 a 04mmm U) 0 m � m n J C N a)Q O E 0� o rn U c°' c c a)MOMMM c 3 °co3 ca O Q Oc a) a a) O X cn V O U O a) c cu N ` W N O O En to > to ROOM,N N to v a3 p c O O V4- coc � D 4O m� ° ° m L U Q „- N 0 fin W U a) 3 c N cu 0 Oc "' 210 E O O Omm,d O U 0 w O r O m N a C O cu c E Q a) cr cn o - t 0 0 Q +� c 0, E a) ��o is moQ 0) U o POOR a) m > c rn o� ❑ o o 3 0 c Q ` amp 0 7e cn fn O O U O C tp f0 O O � O 3 0 a) cu a) .c E U (p O7 a) u) > 0) ommmkcli a) a) a) cu c o LL o E c`Oc� a maa) c0)a) c cn cE o Q a� c o o n0 ao`� .cn O O U a) �- c we Etc.° Ea) c E c }, c N m OC Lo ) m a c c0.> O c c as U V a) � O U cn Nwo " mommeC N O c N c� 0 � c c a) cp p cnw o mg cn a 00000 oa E- 210 O o) M cn 3 m E mw �' °.0 Oao (n� m j_ ` '� & t �= 0 E O c� a s 4 . 6 a) c E > 0 a) �M a)� (nOrn c3 o ai o 1 o W O °a) w � E� a) H 0 0)) ,� Ons :3a cM �- a 73 O �O �(n 00 Z a) Oa ct W `m o o c a m� O y cu U E N a) O M 00E -o�E ma �. i'tn O ' a CO 3 -O *z W a) a) Or 0 Ci fOQ Q U N O .Fn 0 W ma F-o a.L) ' 0E� Ca) z Cl IL 2 a) o E mc QLo c i wo co N a) 0) 7 O O O C O 'O O 0) &MOOR U C Fi W ('F. a O a) .y O L!J 0000 N m0 >'m ;� c Cc:fn a) a) C O w` W Z •0 >c ) 0 �(n 2 d2a ma)0 a)E >, c m Q E 70 N Z 3 U to >,U � E�4 two m av W Z 00 �U m W za O F- tA W OU) W m OW zclo W Om J2 m LL 0 +910 PC 0 o o o � Ole y LO ;moo Pic N A N � � a 0 a � z b as A o •� v 0 o a U) U) Z z Z Q A p N O N N N N v � � � d= d' ti m c c W O U m U c W C� O N OMEN 'U a V AMMON Q�Q v i O (2 COS � U) LOO MINEOP o O O C7 U � O U O aOtt U_ � cu z C c (n c in O O OMEN v 0 c fn � F- Z W N m O Nin 2 O J Q Z� W O ao U O� E U)o W W �Q w W U) 0 aZ W O z W CO) O U. UJ Z Z H m H W Z 00 O cl ui m m w a r 9 m E N z O U c O U a) E L o cn m N J N Q O c E o a) U 0 co C U) 3 m 0 pco Q O Q a)O X co V O U O a) c N C N a)p a N y ca •C as t c �° O O + p C 7 � LO o ° U }N m m Cl)W O Q o o m L) a) 3 c o c 0 o a) `O W a) co c c 0 co c - O cn E = Q. 0 O 0 0 ai �Q >' o a) cm U N (o > C +. O 0 O p c Q Q + O N -o fn to cn O co co C N co � � 0 3 0 �o aim E U m0) °? m .� > O to a) En °� a� c O o E0 a0 na°�i 0 a) 2.0 c cn c E o to O 0 O O O 'D � C p c cn a) cn O c 0 »� 0 O -pp '� N U a) O cu 3 c E c E o »� otr. 0 0 c 0 0 U E C O 0 c cp U V w O a) 0 (n a) wo wo WO Co O C "�' C N O O Cl)WC: .o .U) � O Q cn m m U .Omc CY 41 >_ ;� C� 3 a) E pWp W >+ O o 0 p cn cn p C � CL An > a) w- a)c W p E N> 0 oU) c3 p cn O c0 W O CL a � cn = cnc E� 0O aa):3 ns a c �� �( (nN O o En C O m V a) a) O O O W c`a a) ° c O o. m� o� m� c°)E�m a) O (o > o0E �cE CO } n. ++ _ M N 3 v p r W a) a) a) J C .a E- Im O op c Q U N p O W L_ C v- J 0 N m O ° E > c a) z Cl n- L. N a) .0 +_ E Q C aC: 0) 70 O C n O "O O cn y U C i) W .tFi V N O O N W M >% _� m O w C C U) a) O• c C O 0 «� W L) $ Z W c `) .0 N > c 00 O O CO co a) a co a) . co a) 0 a a) a) >, c moE ODa) 0 Z3 U c= 5% 0 >o E '*- 4 c 0 m aQ W Z �O ov m W za w LLJ O I— Vi W CO CO w co OW Z m LL ?� Om J � Q CD 0 O � a a A d � � 0 a O >1 z a, A � o y O O a� co b Q +' a o cd Asa A N o i U y Yr C� 0 it W 0 o Vco i rA cn C O co c NLL W N m O Nm O J > Q Z00 Wo O do U O� E (0o W W FQ