Loading...
HomeMy WebLinkAboutBlack Hawk Roof Company 3 BLACK HAWK a �Ii �tiTELi ROOF COMPANY CFI Y CLERK'S DIFF ICE 619 E St Cedar Falls, IA 50613 MAY 20 2021 PH, 1154 08 Bid Security For BLACK HAWK u = HRa00 HOOF COMPANY g 619 E St t • Q. a , ii � = - Cedar Falls , IA 50613 'r �— S OFtl .,It Mw ZSR 021NM11 : 5qf3ft _ 69 Bid Proposal For MERCHANTS BONDING COMPANY,V MERCHANTS BONDING COMPANY ( MUTUAL) P.O. Box 14498, DES MOINES , IOWA S0306-3498 Bid Bond PHONE : (800) 678-8171 FAX: ( S IS ) 243-3854 Bond Number: 399350 CONTRACTOR : SURETY : (Name, legal status and address) (Nance, legal status and principal place of business) Black Hawk Roof Company, Inc. Merchants Bonding Company (Mutual) 619 E 19th Street A Corporation Cedar raps, IA 50613 6700 Westown Parkway, West Des Moines, IA 50266 OWNER : (Name, legal status and address) City of Waterloo This document has important legal 715 Mulberry Street consequences. Consultation with Waterloo, IA 50703 an attorney is encouraged with BOND AMOUNT: Five Percent of Bid Amount respect to its completion or 5 % modification. PROJECT: Any singular reference to [Name location or address, and Project number if any) Contractor, Surety, Owner or Y20`21 Young Arena Southeast and Southwest hoof Replacement Project, Contract No . 1040 other party shall be considered plural where applicable , The Contractor and Surety are bound to the Owner in the amount set forth above, for the payment of which the Contractor and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, as provided herein . The conditions of this Bond are such that if the Owner accepts the bid of the Contractor within the time specified in the bid documents, or within such time period as may be agreed to by the Owner and Contractor, and the Contractor either ( 1 ) enters into a contract with the Owner in accordance with the terms of such bid, and gives such bond or bonds as may be specified in the bidding or Contract Documents, with a surety admitted in the jurisdiction of the Project and otherwise acceptable to the Owner, for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof, or (2) pays to the Owner the difference, not to exceed the amount of this Bond , between the amount specified in said bid and such larger amount for which (lie Owner may in good faith contract with another party to perform the work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. The Surety hereby waives any notice of all agreement between the Owner and Contractor to extend the time in which the Owner may accept the bid. Waiver of notice by the Surety shall not apply to any extension exceeding sixty (60) days in the aggregate beyond the time for acceptance of bids specified in the bid documents, and the Owner and Contractor shall obtain the Surety's consent for an extension beyond sixty (60) days. If this Bond is issued in connection with a subcontractor's bid to a Contractor, the term Contractor in this Bond shall be deemed to be Subcontractor and the term Owner shall be deemed to be Contractor. When this Bond has been furnished to comply with a statutory or other legal requirement in the location of the Project, any provision in this Bond conflicting with said statutory or legal requirement shall be deemed deleted herefrom and provisions conforming to such statutory or other legal requirement shall be deemed incorporated herein. When so furnished, the intent is that this Bond shall be construed as a statutory bond and not as a common law bond. Signed and sealed this l8th day of May, 2021 Black Hawk Roof Company, Inc. (Principal) (Seal) (THIness) Mike Kerker Senior Project Manager (Title) Merchants Bonding m (Mutual) 4 (Surely (Seal) L,( Tit ess) Lori Frerichs V4t , (Title) Katie A McGlaun Attorney-in-Fact CON 0657 (2/ 15 ) Printed in cooperation with American Institute of Architects (AIA). The language in this document conforms exactly to the language used in AIA Document A310-Bid Bond-2010 T S Bond #: 399350 T qi BONDING COMPANY, POWER OF ATTORNEY Know All Persons By These Presents, that MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC. , both being corporations of the State of Iowa (herein collectively called the "Companies") do hereby make, constitute and appoint, individually, Katie A McGlaun their true and lawful Attomey(s)-in-Fact, to sign its name as surety(fes) and to execute, seal and acknowledge any and all bonds, undertakings , contracts and other written instruments 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. This Power-0f-Attomey is granted and is signed and sealed by facsimile under and by authority of the following By-Laws adopted by the Board of Directors of Merchants Bonding Company (Mutual) on April 23, 2011 and amended August 14, 2015 and adopted by the Board of Directors of Merchants National Bonding, Inc. , on October 16, 2015. "The President, Secretary, Treasurer, or any Assistant Treasurer or any Assistant Secretary or any Vice President shall have power and authority to appoint Attorneys-fn-Fact, and to authorize them to execute on behalf of the Company, and attach the seal of the Company thereto, bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof." "The signature of any authorized officer and the seal of the Company may be affixed by facsimile or electronic transmission to any Power of Attorney or Certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligations of the Company, and such signature and seal when so used shall have the same force and effect as though manually fixed." In connection with obligations in favor of the Florida Department of Transportation only, it is agreed that the power and aut hority hereby given to the Attomey-in-Fact includes any and all consents for the release of retained percentages and/or final estimates on engineering and construction contracts required by the State of Florida Department of Transportation. It is fully understood that consenting to the State of Florida Department of Transportation making payment of the final estimate to the Contractor and/or its assignee, shall not relieve this surety company of any of Its obligations under its bond. In connection with obligations in favor of the Kentucky Department of Highways only, it is agreed that the power and authority hereby given to the Attomey-in -Fact cannot be modified or revoked unless prior written personal notice of such intent has been given to the Commissioner- Department of Highways of the Commonwealth of Kentucky at least thirty (30) days prior to the modification or revocation . In Witness Whereof, the Companies have caused this Instrument to be signed and sealed this 18th day of May 2021 G , CO3�.0•. �p&6VY0 A * •� 4 'O •• PO 9 . MERCHANTS BONDING COMPANY (MUTUAL) ,��y000 00� R'4!�':�y; : OVVOR A9J�:yt; MERCHANTS NATIONAL BONDING, INC. t� ; p : • y; t+ R+ : • v - 2003 ; czi , : y , 1933 ' c: By .�tt% .;���, • ,J6,�. , `1,�Q • President STATE OF IOWA •,�" Ants%* • • ` • • • • COUNTY OF DALLAS ss. On this 18th day of May 2021 before me appeared Larry Taylor, to me personally known, who being by me duty swom did say that he is President of MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC. ; and that the seals affixed to the foregoing instrument are the Corporate Seals of the Companies; and that the said instrument was signed and sealed in behalf of the Companies by authority of their respective Boards of Directors . "�4/0vi SLIA4 S POLLY MASON o � Commission Number 750576 Z My Commission Expires OV anusJ07, 2023P � Notary Public (Expiration of notary's commission does not invalidate this instrument) I, William Warner, Jr., Secretary of MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC ., do hereby certify that the above and foregoing Is a true and correct copy of the POWER-OF-ATTORNEY executed by said Companies, which is still in full force and effect and has not been amended or revoked. In Witness Whereof, I have hereunto set my hand and affixed the seal of the Companies on this 18th day of May . • 2021 Ve ?o�ipoR •; :�o • oaPo9q qy; oft 00v': 2003 : 4 �y . 1933 ;080M 0 e: Secretary POA 0018 (1 /20) " " " "'' • • . . -. - ten • BLACHAW-01 K CG AU C CERTIFICATE OF LIABILITY INSURANCEDATE (MMIDD/YYYY)5118/2021 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(les) 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), PRODUCER CONTACT The Acce1 Group LLC AJCC o, Ext): (319) 352-2880 ac, No : (319) 365-6919 301 Oak Ridge Circle E-MAIL Waverly, IA 50677 ADORES CertS@acceladvantage.com INSURER(SI AFFORDING COVERAGE NAIC If INSURER A : West Bend Mutual Insurance Co . 15350 INSURED INSURER B : Evanston Insurance Company 35378 Black Hawk Roof Co INSURER C 619 E 19th Street INSURER D : Cedar Falls, IA 50613 INSURER E INSURER F COVERAGES CERTIFICATE NUMBER : REVISION NUMBER: 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, INSR LTRTYPE OF INSURANCE ADDL SUER om POLICY NUMBER POLICY EFF POLICY EXP LIMITS '... A X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 1 ,000,000 CLAIMS.IVIADE FX occuR A406701 3/112021 311 /2022 DAMAGE TO RENTED 300,000 PREMISES „RLSddltlEllffi $ MED EXP (Any one person) S 10,000 PERSONAL & ADV INJURY $ 1 '000'000 GEMLAGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 2$0000000 X I POLICY ❑X JECoT F1 LOC PRODUCTS - COMP/OP AGG $ 290009000 OTHER: $ A COMBINED SINGLE LIMIT 19000,000 AUTOMOBILE LIABWTYBODILY INJURY $ ...... erp, X ANYAUTO A405701 3/112021 311/2022 (per person $ OWNED SCHEDULED AUTOS ONLY AUTOSBODILYBRORDILY INJURY Per accident $ AUTOS ONLY ROM Pea dent AMAGE $ $ A X UMBRELLA LIAB X I OCCUR EACH OCCURRENCE $ 10'000'000 EXCESS LIAR El CLAIMS-MADE A405701 3/1 /2021 3/1/2022 AGGREGATE $ 10'000'000 X DED RETENTION $ 0 $ A WORKERS COMPENSATION X PER O7H- AND EMPLOYERS' LIABILITY STATUTE ANY PROPRIETOR/PARTNERIEXECUTIVE Y / N A423036 3/1 /2021 3/1 /2022 E.L. EACH ACCIDENT $ 110001000 OFFICER/MEMgT, EXCLUDED? a N / A "Ylandalory In NH) E. L. DISEASE - EA EMPLOYE $ 1 .000,000 If as, describe under 1000000 DESCRIPTION OF OPERATIONS below E.L. DISEASE - POLICY LIMIT S ' ' B Pollution CPLMOL105500 311 /2021 3/1 /2022 Ea . Occ/Agg Limit 2,000,000 DESCRIPTION OF OPERATIONS f LOCATIONS f VEHICLES (ACORD 101, Additional Remarks Schedule, maybe attached N more space Is required) CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE Ci of Waterloo THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN City ACCORDANCE WITH THE POLICY PROVISIONS. 715 Mulberry Street Waterloo, IA 50703 AUTHORIZED REPRESENTATIVE ACORD 25 (2016/03) © 19884015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD CITY OF WATERLOO , IOWA WATERLOO LEISURE SERVICES COMMISSION REVISED BID FORM For FY2021 Young Arena Southeast and Southwest Roof Replacement Project, Contract No . 1040 BIDDER : Black Hawk Roof Company COMPANY NAME ADDRESS : 619 East 19th Street Cedar Falls IA 50613 PHONE : ( 319 ) 277-9355 1 . The undersigned , being a Corporation existing under the laws of the State of Iowa ., a Partnership consisting of the following partners : having been familiarized with the existing conditions on the project area affecting the cost of the work , and with all the Contract Documents now on file in the offices of the City Clerk , City Hall , Waterloo , Iowa , and the Waterloo Leisure Services Commission , 1101 Campbell Ave . , Waterloo , Iowa , hereby proposes to furnish all supervision , technical personnel , labor , materials , machinery , tools , equipment , and services , including utility and transportation services required to complete the proposed FY2021 Young Arena Southeast and Southwest Roof Replacement Project, Contract No . 1040 in accordance with the contract documents and for the total price for work in place for the following amount : Base Bid No. 1 : Southeast Roof Section Install new roof system as specified . FIFTY EIGHT THOUSAND NINE HUNDRED dollars ( $ 58 , 900 ) Base Bid No . 2 : Southwest Roof Section Install new roof system as specified . SIXTY SIX THOUSAND NINE HUNDRED dollars ($ 669900 ) Alternate Bid No . 1 : ®to or deduct from Base Bid No . 1 : Remove existing skylights and curbs , cover opening with matching type and gauge of steel deck , install tapered polyisocyanurate to match slope and thickness of existing tapered insulation , and install specified roof system . SIX HUNDRED dollars ($ 600 ) Alternate Bid No . 2 : Add to or from Base Bid No . 1 : In leu of mechanically fastening the new insulation and adhering the gypsum cover board , loose lay the new insulation and mechanically fasten the gypsum cover board per detail AD - 1 /R2 . 01 . FOUR THOUSAND FOUR HUNDRED dollars ($ 41400 ) Alternate Bid No . 3 . Add to or t from Base Bid No . 2 : In leu of mechanically fastening the new insulation and adhering the gypsum cover board , loose lay the new insulation and mechanically fasten the gypsum cover board per detail AD - VR2 . 01 . FIVE THOUSAND dollars ( $ 5 ) 000 Unit Pricing 1 . For changing specified quantities of work from those required by the Contract Documents , upon written instructions of the Owner, the following unit prices shall prevail . The proposed unit prices include all labor , overhead , profit , materials , equipment , taxes , and freight . 2 . Only a single unit price shall be given , and it shall apply for either more or less than the quantity required by the Contract Documents . 3 . Refer to the Summary of Work for a description of stipulated quantity allowances to be included in the bid , where applicable . 4 . In the event of more or less units than so required , change orders shall be issued for the increased or decreased amount . Description Unit Price Add/delete wood nailer $ 2 . 50 Per Board Foot Remove and replace wood nailer $ 3 . 00 Per Board Foot Add/delete plywood $ 2 . 50 Per Square Foot Remove and replace plywood $ 3 . 00 Per Square Foot Install walkway as specified or as $ 18 . 50 directed by Owner Per Linear Foot Tear off existing wet or damaged tapered insulation , $ 1 . 00 and infill with specified insulation to match Per Board Foot thickness and slope of existing insulation Replace broken drain clamping rings $ 250 Per Each Remove and replace steel decking $ 10 Per Square Foot Wire brush , clean and prime paint surface $ 3 . 50 rusted steel decking Per Square Foot 3 . Security in the sum of 5% AIA A310 dollars ( $ ) In the form of 5% AIA A310 is submitted herewith in accordance with NOTICE TO BIDDERS . 4 . Attached is a Non - Collusion Affidavit of Prime Contractor . 5 . The Bidder is prepared to submit a financial and experience statement upon request . 6 . 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 . 7 . The Bidder has received the following Addendum or Addenda : Addendum No . 1 Date : 5 / 13 / 21 8 . The Bidder shall list the MBE/WBE subcontractors , amount of subcontracts and bid items listed on the City of Waterloo Minority and /or Women Business Pre- bid Contract Information Form submitted with this Bid Form . 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 subcontractors listed on this proposal and/or submitted to the Contract Compliance Officer cannot be changed except for the following reasons . a ) The City of Waterloo does not approve the subcontractors . b) The subcontractors submit in writing that they cannot fulfill their subcontracts 9 . The Bidder has filled in all blanks on this proposal . Those blanks not applicable are marked " none" or " NA" . 10 . The bidder has attached all applicable forms . 11 . The owner reserves the right to select alternatives , delete line items , and/or to reduce quantities prior to the Award of Contract due to budgetary limitations . CONTACT PERSON : Mike Kerker Please Print PHONE : 319-277-9355 SIGNED : le, � DATE : 5 / 20 / 21 NON -COLLUSION AFFIDAVIT OF PRIME BIDDER State of Iowa ) County of Black Hawk ) being first duly sworn , deposes and says that : 1 . He is ( Owner) , ( Partner) , ( fficer , ( Representative ) , or (Agent) of Black Hawk Roof Co . the Bidder that has submitted 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 price or prices quoted in the attached Bid are fair and proper and are not tainted by any collusion , conspiracy , connivance or unlawful agreement on the part of the Bidder or any of its agents , representatives , owners , employees , or parties in interest , including this affiant . 0 Project Manager/ Estimator Signature ' Title Subscribed and sworn to before me this ZU Day of 1/tfyk� 20 Z4 Signature Title My commission expires ��� 1 , APs RYAN BARENZ o * * COMMISSION NO. 813074 gown My (GO/ MMSSjON EXPIRES 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 contractor , 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 C4 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 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 , 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 - discrimination in employment . Any person who applies for employment with our company will not be discriminated against because of race , creed , color , sex , national origin , economic status , age , mental or physical disabilities . Signed : Appropriate Official Sr Project Manager/ Estimator Title 5/20/21 Date E . 3 ° o 4 ° E ° o ` o �EN L m MEMEM low O 0 cci no_ N Ify Oc m o _ PC LO Q ° N c Q vU O E �oN ow U) o� w a LO + E c a o C: aa) a) ° o C u o U to .Q C _N a) > >' U c o O O D ami L) m -a o ro ° °' o o v 3 . 0 o 4)mc ro ata ° � ma m 0 3 ai U C E a 0 WO 0 Lu CO O ° 3 ° 0-' a@ CL ° maC: (D )o � aN H C: )WQ c oQ Z p o O c a � w Z.0 LL O U C: 1� � a) WOmt� u a. BOO a ° 4- c PO � W W ° m W C OC p > O O) P a oC G U . O C o o E o W 2 >,,m 0 a)m a . N G ca o m Z atto - � � U) o f .. a) a) c E W cA > a) iutta 0 a) FORM > +, M LL v w c -j =LU ZY @ Z Z � ' o m � � n � 3 0 � W U � UCL maoiFtPtmF � o � .rottr o ° pcii ami (D 4 U) M�i W 0 m ~ > a > o ` 4-- o WZ o a ° v � � � � � 4a z° '� d) m CO m a' crn am N � w Q! } U) " Ern a (n Om 3 aU) o mC Um mm0 F - E a) � crn m c E S N m •� Z ° o c M a °_ N p N co o o m a -O a. � ro vU cEo m OW m (0 N `p F. U .0 O m O W m U o cI p o J o s� o -p p � U � wo m � O N } c c o .0w Ed c Q U a) E� O) J . a 1. 0 m ~ L �c O '�, m E ` > O U u) O p `t U "r a) 00 o Um o . � � Ln 3 f' U a c 2 a a) o cv Qc7 oz c 0 m O OO � U v to ornc� m m E o a) c� U � ai o ° E ° o 00 +� c o C) Oo -O cn °� � O Cl) Y o uJ 0 v) V p c v O K N Ca N Nef) CZ Co 9 J 2 c ° O ct C +�-' F- J "O O- U C fU0 r o ° •- o z Q a) (D a) ° a w — ca U C: C: c� Oma � ' � c`a � a>im ?� o U °) 0 mac a)M w U ma LL O ° OtE x p o 0 o c > ,n m C..t z o a U rn U) (n >- ui co E E U)