Loading...
RES 2015-0016 - PO of pickups from Husker Auto Group RECEIVED o1-r c� � 2014 DEC 23 VI9: 08 �, o `gip,.�; t. �ATPDFEBR�P4 CITY CLERK 41 811 City of Omaha nMAHG Nt' BRASc k, Jean Stothert,Mayor Todd R.Schmaderer Chief of Police Omaha Police Department "To Serve and Protect" 505 South 15th Street Omaha,Nebraska 68102-2769 Honorable President (402)444-5600 fax(402)444-5898 and Members of the City Council, www.opd.ci.omaha.ne.us Transmitted herewith is a Resolution authorizing the payment to Husker Auto Group in the amount of $56,798.00 for two 2015 Chevrolet Silverado pickup trucks for the Omaha Police Department Bomb Dog Squad. Husker Auto Group has provided Nebraska State Contract pricing #14129 OC, which is allowed pursuant to Omaha Municipal Code Sec. 10-111. Funds of $56,798.00 have been appropriated in the Year 2014, General Seized Assets Fund 12156, Organization 177772, Account 47031 Vehicles Small/Law Enforcement Only. The Finance Department is authorized to pay the cost from this account. Respectfully submitted, �isr�l e /L Todd R. Schmaderer Date Chief of Police Approved as to Funding: Referred to City Council for Consideration: /44/6tt �. 1 Stephen B. Curtiss H Mayor's Office Date / / Finance Director S:\OPD\1388ddr An Internationally Accredited Law Enforcement Agency tate STATE OF NEBRASKA CONTRACT AWARD 1526 K Street,Purchasing Bureau Lincoln,Nebraska 68508 OR PAGE ORDER DATE P.O.Box 94847 Lincoln,Nebraska 68509-4847 1 of 8 10/21/14 Telephone:(402)471-6500 BUSINESS UNIT BUYER Fax:(402)471-2089 9000 DIANNA GILLILAND(AS) CONTRACT NUMBER VENDOR NUMBER: 500864 14129 OC VENDOR ADDRESS: Primary Award HUSKER AUTO GROUP E85 Award 6833 TELLURIDE DR LINCOLN NEBRASKA 68521-8981 CNG Award AN AWARD HAS BEEN MADE TO THE VENDOR NAMED ABOVE FOR THE FURNISHING OF EQUIPMENT, MATERIAL, OR SUPPLIES AS LISTED BELOW FOR THE PERIOD: 2015 Production Year NO ACTION ON THE PART OF THE VENDOR NEEDS TO BE TAKEN AT THIS TIME. ORDERS FOR THE EQUIPMENT OR SUPPLIES WILL BE MADE AS NEEDED BY THE VARIOUS AGENCIES OF THE STATE. THIS CONTRACT IS NOT AN EXCLUSIVE CONTRACT TO FURNISH THE EQUIPMENT OR SUPPLIES SHOWN BELOW, AND DOES NOT PRECLUDE THE PURCHASE OF SIMILAR ITEMS FROM OTHER SOURCES. THE STATE RESERVES THE RIGHT TO EXTEND THE PERIOD OF THIS CONTRACT BEYOND THE TERMINATION DATE WHEN MUTUALLY AGREEABLE TO THE VENDOR AND THE STATE OF NEBRASKA. Original/Bid Document 4800 OF 2015 or Current Production Year, 1/2 TON CREW CAB 4X4 4 DOOR PICKUP TRUCK,as per the attached specifications, terms and conditions for the 2015 Production Year. See attached Terms and Conditions page for approximate units to be purchased.The Unit Price is equal to the Base Price for items before the Option Bid List. Make/Model: Chevrolet Silverado 1500 Delivery: 35- 125 Days ARO. Quantities shown are estimates only and are not to be construed to mean firm quantities. The State of Nebraska reserves the right to increase or decrease any quantities shown. The State may request that payment be made electronically instead of by state warrant.ACH/EFT Enrollment Form can be found at: <http://www.das.state.ne.us/accounting/forms/achenrol.pdf> The Contractor is required and hereby agrees to use a federal immigration verification system to determine the work eligibility status of employees physically performing services within the State of Nebraska.A federal immigration verification system mean the electronic verification of the work authorization program authorized by the Illegal Immigration Reform and Responsibility Act of 1996, 8 U.S.C. 1324a, known as E-Verify Program, or an equivalent federal program designed by the United States Department of Homeland Security or other federal agency authorized to verify the work eligibility status of a newly hired employee. The contractor, by signature to the Invitation to Bid,certifies that the contractor is not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded by any federal department or agency from participating in transactions(debarred). The contractor also agrees to include the above requirements in any and all subcontracts into which it enters. The contractor shall immediately notify the Department if,during the term of this contract,contractor becomes debarred. The Department may immediately terminate this contract by providing contractor written notice if contractor becomes debarred during the term of this contract. BUYER++�lotyet_ /t AT IEL ADMIMtSIRA•T STATE OF N E B RAS KA CONTRACT AWARD State Purchasing Bureau 1526 K Street,Suite 130 Lincoln,Nebraska 68508 OR PAGE ORDER DATE P.O.Box 94847 of 8 Lincoln,Nebraska 68509-4847 Telephone:(402)471-6500 BUSINESS UNIT BUYER Fax:(402)471-2089 9000 DIANNA GILLILAND(AS) CONTRACT NUMBER VENDOR NUMBER: 500864 14129 OC If the Contractor is an individual or sole proprietorship,the following applies: 1.The Contractor must complete the United States Citizenship Attestation Form, available on the Department of Administrative Services website at: <http://das.nebraska.gov/lb403/attestation_form.pdf> 2. If the Contractor indicates on such attestation form that he or she is a qualified alien, the Contractor agrees to provide the US Citizenship and Immigration Services documentation require to verify the Contractor's lawful presence in the United States using the Systematic Alien Verification for Entitlements (SAVE)Program. 3.The Contractor understands and agrees that lawful presence in the United States is required and the Contractor may be disqualified or the contract terminated if such lawful presence cannot be verified as required by Neb. Rev. Stat.§4-108. The contract resulting from the Invitation to Bid shall incorporate the following documents: 1.Amendment to Contract Award with the most recent dated amendment having the highest priority; 2.Contract Award and any attached Addenda; 3.The signed Invitation to Bid form and the Contractor s bid response; 4.Amendments to ITB and any Questions and Answers;and 5.The original ITB document and any Addenda. These documents constitute the entirety of the contract. Unless otherwise specifically stated in a contract amendment, in case of any conflict between the incorporated documents, the documents shall govern in the following order of preference with number one(1)receiving preference over all other documents and with each lower numbered document having preference over any higher numbered document: 1)Amendment to Contract Award with the most recent dated amendment having the highest priority,2)Contract Award and any attached Addenda, 3)the signed Invitation to Bid form and the Contractor's bid response,4)Amendments to ITB and any Questions and Answers, 5)the original ITB document and any Addenda. Any ambiguity in any provision of this contract which shall be discovered after its execution shall be resolved in accordance with the rules of contract interpretation as established in the State of Nebraska. It is understood by the parties that in the State of Nebraska's opinion, any limitation on the contractor s liability is unconstitutional under the Nebraska State Constitution,Article XIII, Section III and that any limitation of liability shall not be binding on the State of Nebraska despite inclusion of such language in documents supplied by the contractor s bid response. Vendor Contact: Chuck Ames Phone: 402-610-0465 Fax: 402-479-7658 E-Mail: cames@vtaig.com (bl 10/22/14) Estimated Unit of Unit Line Description Quantity Measure Price 1 1/2 TON CREW CAB 4X4 20.0000 EA 28,399.0000 CHEVROLET SILVERADO 1500 2015 or Current Production Year 1/2 Ton Crew Cab 4x4 4 Door Pickup Truck GVWR: 7,200 Series, Code,Trim Level: 1500-CK15543-Base LT BUYS INITIALS State STATE OF N E B RAS KA CONTRACT AWARD 1526 K Street,Purchasing Suite 130 Lincoln,Nebraska 68508 OR PAGE ORDER DATE P.O.Box 94847 3 of 8 10/ Lincoln,Nebraska 68509-4847 Telephone:(402)471-6500 BUSINESS UNIT BUYER Fax:(402)471-2089 9000 DIANNA GILLILAND(AS) CONTRACT NUMBER VENDOR NUMBER: 500864 14129 OC Estimated Unit of Unit Line Description Quantity Measure Price Engine: L83 5.3L Ecotec3 Transmission No./Gear Ratio No.: MYC/GU4 3.08 The original manufacturer's statement of origin, a service authorization card, and a properly executed service and warranty policy shall accompany each vehicle when delivered. 2 E85 1/2 TON CREW CAB 4X4 20.0000 EA 28,484.0000 CHEVROLET SILVERADO 1500 2015 or Current Production Year E85 1/2 Ton Crew Cab 4x4 4 Door Pickup Truck E85(Units capable of operating on a fuel mixture of up to 85% Ethanol/15% Unleaded gasoline without additional change or conversion.) Engine: L83 5.3L Ecotec3 FHS Transmission No./Gear Ratio No.: MYC/GU4 3.08 GVWR: 7,200 Series Code,Trim Level: 1500-CK15543-Base LT The original manufacturer's statement of origin, a service authorization card, and a properly executed service and warranty policy shall accompany each vehicle when delivered. 3 CNG 1/2 TON CREW CAB 4X4 20.0000 EA 38,984.0000 CHEVROLET SILVERADO 1500 2015 or Current Production Year CNG 1/2 Ton Crew Cab 4x4 4 Door Pickup Truck Engine: : L83 5.3L Ecotec3 FHS CNG Transmission No./Gear Ratio No.: MYC/GU4 3.08 GVWR: 7,200 Series Code,Trim Level: 1500-CK15543-Base LT The original manufacturer's statement of origin, a service authorization card,and a properly executed service and warranty policy shall accompany each vehicle when delivered. OPTIONS: 4 ENGINE(OTHER GAS) LV3 20.0000 EA -467.0000 ENGINE SIZE:4.3L ECOTEC3 V6 5 CLOTH WITH VINYL TRIM 20.0000 EA 1,368.0000 BUCKET TYPE SEATS BUYE INITIALS STATE OF NEBRASKA CONTRACT AWARD State KStreetiSuite130 Lincoln,Nebraska 68508 OR PAGE ORDER DATE P.O.Box 94847 4 of 8 10121/14 Lincoln,Nebraska 68509-4847 Telephone:(402)471-6500 BUSINESS UNIT BUYER Fax:(402)471-2089 9000 DIANNA GILLILAND(AS) CONTRACT NUMBER VENDOR NUMBER: 500864 14129 OC Estimated Unit of Unit Line Description Quantity Measure Price ARM RESTS RIGHT AND LEFT SIDE OF SEATS IF AVAILABLE FROM MANUFACTURER 6 40-20-40 OR 60-40 20.0000 EA 354.0000 BENCH WITH DRIVER POWER CONTROLLED SEAT IF AVAILABLE FROM MANUFACTURER 7 ELECTRONIC COMPASS 20.0000 EA 497.0000 TEMP DISPLAY 8 HEAVY DUTY HIGHEST OUTPUT 20.0000 EA 557.0000 ALTERNATOR FROM STANDARD EQUIPMENT DEALER AMPS:220 9 SLIDING REAR VISION WINDOW 20.0000 EA 798.0000 (DEALER INSTALLATION ACCEPT*BLE) 10 INCREASED PICKUP BOX LENGTH 20.0000 EA 399.0000 OF APPROXIMATELY 8 FEET WITH CORRESPONDING WHEELBASE 6.5' BX WB= 153" BOX SIZE: 78.81" LENGTH, 64.6" WIDTH, 51.03"WIDTH BETWEEN WHEEL WELLS 11 TRAILER TOWING PACKAGE 20.0000 EA -247.0000 (DEDUCT) 12 CARGO LIGHT 20.0000 EA 109.0000 13 STANDARD PAINT 20.0000 EA 0.0000 14 FOR DEPARTMENT OF ROADS USE 20.0000 EA 0.0000 YELLOW COLOR OF CHEVROLET/GMC#WA-253A CODE(9W3) 15 EXTRA COST PAINT 20.0000 EA 397.0000 DEEP OCEAN BLUE METALLIC RAINFOREST GREEN METALLIC 16 ADDITIONAL FULLY FUNCTIONAL 20.0000 EA 67.0000 KEY THAT ENTERS AND OPERATES THE VEHICLE 17 ADDITIONAL REMOTE FOB 20.0000 EA 159.0000 IF EQUIPPED WITH REMOTE KEYLESS ENTRY BUYS" INITIALS STATE OF N E B RAS KA CONTRACT AWARD State Purchasing Bureau 1526 K Street,Suite 130 Lincoln,Nebraska 68508 OR PAGE ORDER DATE P.O.Box 94847 of 10/ 4 Lincoln,Nebraska 68509-4847 5 Telephone:(402)471-6500 BUSINESS UNIT BUYER Fax:(402)471-2089 9000 DIANNA GILLILAND(AS) CONTRACT NUMBER VENDOR NUMBER: 500864 14129 OC Estimated Unit of Unit Line Description Quantity Measure Price 18 NON STANDARD GEAR RATIO(S) 20.0000 EA 110.0000 GU6 3.42 19 TWO WHEEL DRIVE MODEL 20.0000 EA -1,097.0000 (TO INCLUDE ALL SEASON TIRES) (DEDUCT) 20 ON OFF ROAD MUD AND SNOW ALL 20.0000 EA 397.0000 TERRAIN TIRES AND SPARE (CAN BE STEEL RIMS).TIRE SIZE MUST MEET THE MINIMUM WHEEL SIZE. SIZE AND PLY RATING: P265/70R-17 4 PLY 21 ON OFF ROAD MUD AND SNOW ALL 20.0000 EA 574.0000 TERRAIN TIRES AND SPARE (CAN BE STEEL RIMS).TIRE SIZE MUST MEET THE MINIMUM WHEEL SIZE. SIZE AND PLY RATING: LT265/70R-17C 6 PLY 22 INTEGRATED BRAKE CONTROLLER 20.0000 EA 276.0000 SYSTEM DEALER INSTALLED IF NOT STANDARD 23 REARVIEW CAMERA 20.0000 EA 597.0000 DEALER INSTALLED 24 FACTORY BED LINER 20.0000 EA 575.0000 FOR VEHICLE BOX 25 REVERSE SENSING ALARM SYSTEM 20.0000 EA 599.0000 DEALER INSTALLATION IS ACCEPTABLE IF NOT AVAILABLE FROM THE MANUFACTURER 26 FRONT END ATTACHED TOWING 20.0000 EA 99.0000 HOOKS IF NOT STANDARD FROM FACTORY 27 SERVICE REPAIR MANUAL 20.0000 EA 499.0000 EQUIPMENT AND ENGINE 28 CD ROM SERVICE REPAIR MANUAL 20.0000 EA 899.0000 EQUIPMENT AND ENGINE WHEN AVAILABLE 29 CD ROM PARTS MANUAL 20.0000 EA 399.0000 EQUIPMENT AND ENGINE 30 ADDITIONAL COSTS FOR 20.0000 EA 0.0000 BUYE INITIALS STATE OF N E B RAS KA CONTRACT AWARD State Purchasing Bureau 1526 K Street,Suite 130 Lincoln,Nebraska 68508 OR PAGE ORDER DATE P.O.Box 94847 of 8 10/21/14Lincoln,Nebraska 68509-4847 6 BUSINESS UNIT BUYER Telephone:(402)471-6500 Fax:(402)471-2089 9000 DIANNA GILLILAND(AS) CONTRACT NUMBER VENDOR NUMBER: 500864 14129 OC Estimated Unit of Unit Line Description Quantity Measure Price WARRANTIES FROM MANUFACTURER YEARS:5 MILES: 100,000 POWER TRAIN 31 DROP SHIPMENT CHARGES 20.0000 EA 500.0000 OUTSIDE THE LINCOLN AREA ADDITIONAL COSTS OF CHARGES FOR VEHICLE DROP SHIPMENT OUTSIDE THE LINCOLN AREA. DROP SHIPMENT CHARGES WOULD BE FOR VEHICLES BOUGHT BY POLITICAL ENTITIES AND OTHER DIVISIONS OF GOVERNMENT 32 PROTECTIVE VINYL BODY MOLDING 20.0000 EA 309.0000 DEALER INSTALLED IF NOT STANDARD EQUIPMENT 33 FACTORY OR DEALER DISCONNECT 20.0000 EA 327.0000 OF DAYLIGHT RUNNING LIGHTS IF FACTORY EQUIPPED (LAW ENFORCEMENT ONLY) 34 DISCONNECT OF FACTORY DOME 20.0000 EA 217.0000 LIGHT OR COURTESY LAMPS (LAW ENFORCEMENT ONLY) 35 ALTERNATOR WITH HIGHEST 20.0000 EA 399.0000 OUTPUT AVAILABLE DEALER AMPS:220 (LAW ENFORCEMENT ONLY) 36 ALTERNATING HEADLIGHT FLASHER 20.0000 EA 327.0000 WIG-WAG MODULE WITH FLASHER OVERRIDE FOR OPTIONAL OVERRIDE AT NIGHT INSTALLED WITH ACTIVATION LEAD TAGGED AS SUCH AND TERMINATING IN OR NEAR THE PASSENGER COMPARTMENT. (LAW ENFORCEMENT ONLY) 37 100 WATT SIREN SPEAKER 20.0000 EA 399.0000 INSTALLED BEHIND FRONT GRILL WITH LEAD TAGGED AS SUCH THAT TERMINATE IN OR NEAR THE PASSENGER COMPARTMENT (LAW ENFORCEMENT ONLY) 38 SETINA PB 400 PUSH BUMPER 20.0000 EA 799.0000 WITH INSTALLATION ON FRONT OF VEHICLE (LAW ENFORCEMENT ONLY) 39 ROOF MOUNTED ANTENNA 20.0000 EA 359.0000 LOCATION TO BE DETERMINED BUYER TIALS � � STATE ���� ������ N���� a��Purchasing�� u �� U �� ��u wnm������������w�& ��K�yWl[������'� A�Q@A���� 1m6xmoem.Su�e�1�� Lincoln,Nebraska 68508 OR PAGE P.O.�xmw�r | ORDERDATE 7o[8 Lincoln'woumo�naoon�o*r 1�2184 7" BUSINESS UNIT BUYER mp»»»* 1�«o» pux��no>4r1'conn | 8000 D|ANNAG|LL|LAND(\O) � / VENDOR NUMBER: �VV0O4 ��KDPAlFF�����l[ y00NYE�ER| | � 14139 OC � Estimated Unit of Unit � Line Description Quantity Measure Price � BY BUYER TO DEALER/OUTFITTER. NMO MOUNT WITH RG58 CABLE RAN INTO REAR SEATING AREA. (LAW ENFORCEMENT ONLY) � 40 ROOF MOUNTED BLUE TREE ANTENNA 2&0000 EA 358.0000 LOCATION TOBEDETERMINED � BY BUYER TO DEALER/OUTFITTER. CABLES RAN INTO CENTER CONSOLE AREA. MAKE:ANTENNAPLUIS, MODEL:AP85/18GPS-OG22.TR|-K4ODECELLULA BLACK ANTENNA.824-800 MHz. 1575MHz. ' CONNECTORS SMAONCELUPCS&SMIAONGP . FOAK4 PAD&THREADED 8OLT�VVEBSITE VYVYVV.ANTENNAPLU8.00k� � (LAW ENFORCEMENT ONLY) ` 41 BLUETOOTH HANDS FREE WIRELESS '' 2O�00OO EA 177�000O NETVVORKTO MAKE AND RECEIVE | PHONE CALLS ENABLED OYA PUSH BUTTON(}RBY VOICE COMMAND. (LAW ENFORCEMENT ONLY) ' ^ 42 AUXILIARY BATTERY(DUAL / � �� � ���/ 20.0080 EA 989.0000 PURPOSE AGM BATTERY)WITH DUAL BATTERY SEPARATOR FOR ACCESSORY EQUIPMENT. INSTALLATION ALSO TO INCLUDE � � ^ � BATTERY TRAY AND BRACKET, HEAVY DUTY FUSE,1 GAUGE OR LARGER CABLE. (LAW ENFORCEMENT ONLY) 43 DOME LIGHT 0RCOURTESY TO BE CENTERED NOT MORE THAN APPROXIMATELY 4"TO 8" FROM THE TOP OF THE WINDSHIELD TO LIGHT THE DRIVERS AREA. CONTROLLED BY ROTATING HEADLAMP SWITCH TO MAXIMUM POSITION OR BY A SEPARATE SWITCH. THIS MAY REQUIRE ADDING AN ADDITIONAL LIGHT. DEALER INSTALLATION IS ACCEPTABLE IF NOT AVAILABLE FROM THE FACTORY, (LAW ENFORCEMENT ONLY) 44 VERTICAL MOUNTED TWO(2) ` 20.0000 EA 428.0000 CLEAR/WHITE LED MODULES ( MOUNTED ATA45 DEGREE ANGLE TO FRONT OF VEHICLE ON PUSH BUMPER. BLACK BEZEL WITH � CLEAR LENSES. SHOCK | � AS ' CENTER CONSOLE AREA. LED'8 MEET SAE J845. CLASS 1 SPECIFICATIONS. MINIMUM OF THREE(3)LED |N EACH MODULE. � (LAW ENFORCEMENT ONLY) 45 TWO(2)CLEAR/WHITE LED 20.0000 EA 428.0000 � MODULES MOUNTED ONEITHER SIDE OF REAR LICENSE PLATE ON A LICENSE PLATE BRACKET FOR TWO (2)LIGHT HEADS. BLACK BEZEL / WITH CLEAR LENSES. SHOCK AND WATER RESISTANT. LEADS TAGGED AS SUCH THAT TERMINATE IN CENTER CONSOLE AREA. LED'S MEET SAE J845. CLASS 1 SPECIFICATIONS. MINIMUM 0F THREE(3)LED |N EACH MODULE. � (LAW ENFORCEMENT ONLY) | � BUYEPINITIALS � ____ RESOLUTION—ORDINANCE BACKGROUND To: Department Directors From: Deputy Chief M. Elizabeth Davis Police Services Bureau Date: December 12, 2014 1. Chief Schmaderer [� 2. Law Department [� 3. Finance Department 4. Mayor's Office ❑ Please sign attached resolution and forward to the next Department for signature using this check sheet as a guide. Please call Daneen at x6158 after signature and when forwarding. Thank you. Subject: Resolution authorizing the payment to Husker Auto Group in the amount of$56,798.00. Initiated by: Sergeant Matt Manhart Reason: For two 2015 Chevrolet Silverado pickup trucks for the OPD Bomb Dog Squad. Contact Person: Captain Adam Kyle x5633, Sergeant Matt Manhart x3342, Connie Percosky x5615 Funding: General Seized Assets Fund Reviewed by Law: Assistant City Attorney, Michelle Peters CZ :6 WV 81 330i101 a-R At 30 c-ZSA CITY OF OMAHA LEGISLATIVE CHAMBER Omaha,Nebraska RESOLVED BY THE CITY COUNCIL OF THE CITY OF OMAHA: WHEREAS, Husker Auto Group submitted a quote for two 2015 Chevrolet Silverado pickup trucks for the Omaha Police Department Bomb Dog Squad; and, WHEREAS, Husker Auto Group submitted a quote of$56,798.00, being Nebraska State Contract pricing obtained through a competitive bidding process pursuant to state law and in compliance with Omaha Municipal Ordinance Sec. 10-111 and which constitutes the lowest and best bid; and, WHEREAS, the Mayor has recommended the authorization of this purchase and payment. NOW THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF OMAHA: THAT as recommended by the Mayor, the purchase based upon the quote of Husker Auto Group in the amount of$56,798.00, which represents Nebraska State Contract bid pricing, having been determined to be the lowest and best available current price, for two 2015 Chevrolet Silverado pickup trucks for the Omaha Police Department Bomb Dog Squad, is hereby approved. BE IT FURTHER RESOLVED; THAT the Finance Department of the City of Omaha is authorized to pay $56,798.00 for the cost of the Silverado pickup trucks from Year 2014, General Seized Assets Fund 12156, Organization 177772, Account 47031 Vehicles Small/Law Enforcement Only. APPROVED AS TO FORM: - ef/� CITY ATTORNEY DATE S:\OPD\1389ddr By ,�, Council member Adopted J 6 2015 'U ity f/1/13- .Clerk Approved . .. . ... Mayor o o � � c 0 po o O �] f ro 5 "• O c a CD 0 , C O' Z P Otk G. Q O t CD �. C CD OW . O O CD <p 00 n = n co4. o LA g C� v O cop -• G 5 `t CD n pus O 'ems O p• CD • " .r CD Z --r. U (D N r h C.J� On n_ W O O C) O CD cr O Ef3 O C7t.• • J k (I 0 CD CD cm, cn r p cr •O 4 S° A J C 'r].a � O ., rCA ,... . O O JCD C OZ '-, IN) '-r- A• ,'-t C R. O CD cn CD VI O.. �' O CD