Loading...
RES 2012-0728 - PO to Pumping Solutions Inc for rebuild of pump at Papillion Creek WWTP li otAAHA,^,�, l lir A, � s Public Works Department u ` ' FD � Omaha/Douglas Civic Center �1 � . ytJ. " a,' t r June 5, 2012 • z - h1819 Farnam Street,Suite 601 o'" -��' � 2 Y ` Ft{ Omaha,Nebraska 68183-0601 o4.1 �� (402)444-5220 ?A ry TED FESRJ� i i i #`"' Fax(402)444-5248 City of Omaha O k H,t= `U : Q Robert G.Stubbe,P.E. Jim Suttle,Mayor Public Works Director Honorable President and Members of the City Council, Transmitted herewith is a Bid Tabulation and a Resolution authorizing the Purchasing Agent to issue a Purchase Order to Pumping Solutions, Inca on the bid for the rebuild of a 30" Fairbanks Morse pump at the Papillion Creek Wastewater Treatment Plant. The following bid was received on May 2, 2012. A detailed bid tabulation is attached. Contractor Total Bid PUMPING SOLUTIONS, INC. $31,899.00 (LOW BID) Northwest Electric $33,250.00 The Contractor has on file a current Contract Compliance Report Form (CC-1). As is City policy, the Human Rights and Relations Department will review the contractor to ensure compliance with the Contract Compliance Ordinance. The Finance Department is authorized to pay the cost for the rebuild of a 30" Fairbanks Morse pump from the Sewer Revenue Fund 21121, Papillion Creek Plant Maintenance Organization 116614, year 2012 expenditures. The Public Works Department recommends the acceptance of the bid from pumping Solutions, Inc. in the amount of $31,899.00, being the lowest and best bid received, and requests your consideration and approval of this Resolution. Respectfully submitted, Referred to City Council for Consideration: -----.? `'-e4414/61—e—' .c- 102- Robert G. Stubbe, P.E. Date Mayor's Of ce Date Public Works Director Approved as to Funding: Approved: 5 1 C�ycr ��L�hJ S. O) is Pam Spaccarotella Date IIu namnRRights and Relations Date Finance Director Department 191312scp Soil/sediments - Non-significant evaporation and adsorption. www.soivayinterox.com 1-800-INTEROX(468-3769) Copyright 2000, Solvay Interox, Inc. All Rights Reserved. Revised 3-1-00 MSDS No.ZIH2O/60.001.02 Page 8 of 11 rox for the proper packaging material for specific grades of hydrogen peroxide. • Aluminum 99.5 % • Stainless steel 304 L and 316 L. • Approved grades of HDPE. www sole I x.ay ntero com 1-800-INTEROX(468-3769) Copyright 2000, Solvay Interox, Inc. All Rights Reserved. Revised 3-1-00 MSDS No. ZIF120/60-001-02 Page 5 of 11 h: combustible material Further information Measures for storing in tank installations.These should include at least: Compatible materials,adequate separation, adequate venting area,venting devices,temperature measurement,earthing(grounding),bund in case of leakage. • MSDSUS(P51/100)/1f21l2009 7:90 way. Keep out unprotected persons. Evacuate personnel to safe areas. With large-scale fire,violent decomposition or even explosion is possible. In case of fire, remove the endangered containers and bring to a safe place, if this can be done safely. In the case of fire,cool the containers that are at risk with water or dilute with water(flooding).or MSOSi1S(P51/100)/1/212000 7:30 )(% G.GG 4� ed n:J✓�i�l./T(Nj�/c-fi� Delivery(or completion) Name: �.4)( () N/)( �l/d ,Signal i / calendar days Following Title:�'lI�m16 -t3tts Sr&ci,ca l6 e:Tp4t''33 40 Fax. 4 -35 - Q 77 award-*/ ,,/ Address: g OD c 2� 1J 15 pIli)A f, 'L 3-301 frLwf4 �f' ' .3n? , Us PQI�+ l DG lil,K,cra�� Street/P.O.Box 1City wt StAte Zip }. A-S ,St�151�131hi 5 /A-( ti. 1C' Email Address: 4AiAit)�'Iwo G 11�00?,ee/�t PDF created with odfFactory trial version www.odffactorv.com e originated by since PROVIDER has no control over market conditions or other than PROVIDER. bidding procedures, PROVIDER cannot warrant that bids, 13. Assignments ultimate construction cost,or Project economics will not vary from these opinions. Neither party shall have the power to or will assign any of the duties or rights or any claim arising out of or related to this 6. Standard of Care AGREEMENT,whether arising in tort,contract or otherwise, The standard of care applicable to PROVIDER's services will be without the written consent of the other party.Any unauthorized the degree of skill and diligence normally employed by assignment is void and unenforceable. professional engineers or consultants performing the same or 14. Integration similar services at the time PROVIDER's services are performed. PROVIDER will re-perform any services not meeting this standard This AGREEMENT incorporates all previous communications and without additional compensation. negotiations and constitutes the entire agreement of the parties. 7. Termination If CITY issues a Purchase Order in conjunction with performance of the Services,general or standard terms and conditions on the This AGREEMENT may be terminated for convenience on 30 Purchase Order do not apply to this AGREEMENT. days written notice or if either party fails substantially to perform 15. Force Majeure through no fault of the other and does not commence correction of such nonperformance within 5 days of written notice and If performance of the Services is affected by causes beyond diligently complete the correction thereafter.On termination, PROVIDER's reasonable control, project schedule and PROVIDER will be paid for all authorized work performed up to compensation shall be equitably adjusted. the termination date plus termination expenses,such as, but not 16. Dispute Resolution limited to, reassignment of personnel,subcontract termination The parties will use their best efforts to resolve amicably any costs,and related closeout costs. dispute, including use of alternative dispute resolution options. 8. Payment to PROVIDER 17. Changes Monthly invoices will be issued by PROVIDER for all Services CITY may make or approve changes within the general Scope of performed under this AGREEMENT. CITY shall pay each invoice Services in this AGREEMENT. If such changes affect within 30 days. Interest at a rate of 1-1/2 percent per month will PROVIDER's cost of or time required for performance of the be charged on all past-due amounts. services,an equitable adjustment will be made through an In the event of a disputed billing,only that disputed portion will be amendment to this AGREEMENT. withheld from payment, and the undisputed portion will be paid. CITY will exercise reasonableness in disputing any bill or portion FORM 124 1 REVISED: 11/09 1 H W 2 0 a I- w Z0 a I- W 2 U_ a I-- W Z0 n. m 0 c c ai a.9 ci ~ a., a u a I m N •U I-- LL O. CO a o € . ca E mQ oQ _1 rn pa o a. C OO m �_ F- -aZ co } a. c R a cnI a u) z, O to Q W to I UN m c O ii- Y co Z Q tai O m o 01 ce c� O c J ti 'c p Qco ON E C co m H G N r ea W 0 a) a n. a (NI IT, n 2 o _ t 30090dIm H.H. DOUGLAS COUNTY • REQUEST FOR BID AND BID SHEET ON: CITY OF OMAHA 30" Fairbanks Morse Pump Rebuild RETURN BIDS TO: Published: April 18,2012 Page 1 CITY CLERK,LC-1,OMAHA-DOUGLAS CIVIC CENTER 1819 Farnam Street BID BOND OR CERTIFIED CHECK REQUIRED IN THE AMOUNT 5% Omaha,Nebraska 88183-0011 IF THE TOTAL AMOUNT FOR THE ITEM OFFERED IS$20,000 OR MORE. BID BOND OR CERTIFIED CHECK SHALL BE MADE PAYABLE TO "CITY OF OMAHA" NOT AN ORDER Bid Opening Time&Date: 11:00 a.m.CST on Wednesday,May 02,2012 IMPORTANT 1. Bid must be in the office of the CITY CLERK,LC-1,OMAHA-DOUGLAS CIVIC CENTER, 4. If Federal Excise Tax applies,show amount of same and deduct. 1819 Famam Street,Omaha,NE 68183-0011 by the closing date and time indicated Exemption certificates wit be furnished. Do not include tax in bid. in a sealed envelope marked: BID ON:CITY OF OMAHA 30'Fairbanks Morse Pump Rebuild 5. BID MUST INCLUDE ANY DELIVERY OR SHIPPING CHARGES. 2. As evidence of good faith a bid bond or certified check must be submitted with bid. 6. When submitting bid on items listed,bidder may on a separate sheet,make Bid bond or certified check shall be made payable to'City of Omaha' suggestions covering reduction in costs wherever this is possible through FAILURE TO DO SO IS CAUSE FOR REJECTION. redesign,change of material or utilization of standard items or quantity change. 3. Right is reserved to accept or reject any or all bids in their entirety and the bidders shall 7. If you do not bid,return sheets with reason for declining. Failure to do so will indicate have the right to appeal any decision to the City Council. Right Is also reserved to your desire to be removed from our mailing list.TABULATION SHEETS FOR THE BIDS accept or reject any part of your bid unless otherwise indicated by you. SUBMITTED ARE AVAILABLE ON THE DOUGLAS COUNTY WEBSITE AT www,douglascountvourchasing.orp. DO NOT CALL FOR THIS INFORMATION. Quote your lowest price,best delivery and terms,F.O.B.delivery point on the Items)listed below: QUANTITY DESCRIPTION UNIT PRICE EXTENSION The City of Omaha is requesting bids for the rebuild of a 30" Fairbanks Morse Pump, as per attached three(3) pages of specifications dated March 20, 2012. TOTAL BID: $ 3 I r g.e ao (5%Bid Bond is to be based • upon this amount) Questions regarding this bid should be directed to: Joe Dabbs by phone at(402)444-3922 or by email at josephdabbs©ci.omaha.ne.us -OR- David Sykora at(402)444-3922 REQUIREMENTS FOR BID BOND:The surety company issuing the bid bond or the performance bond should be licensed by the State of Nebraska and listed on the current edition of Circular 570 of the United States Department of the Treasury. A certified check,an official bank check,or cashiers check drawn on a national bank or a bank chartered under the laws of the state,payable to the city,or lawful money of the United States,or a United States Governement Bond(negotiable)are acceptable substitutes for bond requirements. All bidders awarded a contract in the amount of$5,000 or more must comply with the Contract Compliance Ordinance and have on file with the Human Rights& Relations Department the Contract Compliance Report(Form CC-1). This report shall be in effect for 24 months from the date received by the Human Rights& Relations Department. Any questions regarding the Contract Compliance Ordinance should be directed to the Human Rights&Relations Department at(402)444- 5055. (PLEASE PRINT LEGIBLY OR TYPE) Payment Terms % Mt} 30 Firm: Pcu� ^^�• Go(c74)onS .i nL. Incorporated In: 'X L Delivery(or completion) Name: trolo Cv4S ktV Signature: - calendar days following Title: V,P. f Phone:7o4-27i,I Eed, IFax: -?OP- 7./ -I F'?5 award Address: acr5a w. L 3/fl, a l vt =s(c.4 'rL 6 0 ‘ Street/P.O.Box City State Zip Email Address: 63 n1,) 1‘.CpM nditions or other than PROVIDER. bidding procedures, PROVIDER cannot warrant that bids, 13. Assignments ultimate construction cost,or Project economics will not vary from these opinions. Neither party shall have the power to or will assign any of the duties or rights or any claim arising out of or related to this 6. Standard of Care AGREEMENT,whether arising in tort,contract or otherwise, The standard of care applicable to PROVIDER's services will be without the written consent of the other party.Any unauthorized the degree of skill and diligence normally employed by assignment is void and unenforceable. professional engineers or consultants performing the same or 14. Integration similar services at the time PROVIDER's services are performed. PROVIDER will re-perform any services not meeting this standard This AGREEMENT incorporates all previous communications and without additional compensation. negotiations and constitutes the entire agreement of the parties. 7. Termination If CITY issues a Purchase Order in conjunction with performance of the Services,general or standard terms and conditions on the This AGREEMENT may be terminated for convenience on 30 Purchase Order do not apply to this AGREEMENT. days written notice or if either party fails substantially to perform 15. Force Majeure through no fault of the other and does not commence correction of such nonperformance within 5 days of written notice and If performance of the Services is affected by causes beyond diligently complete the correction thereafter.On termination, PROVIDER's reasonable control, project schedule and PROVIDER will be paid for all authorized work performed up to compensation shall be equitably adjusted. the termination date plus termination expenses,such as, but not 16. Dispute Resolution limited to, reassignment of personnel,subcontract termination The parties will use their best efforts to resolve amicably any costs,and related closeout costs. dispute, including use of alternative dispute resolution options. 8. Payment to PROVIDER 17. Changes Monthly invoices will be issued by PROVIDER for all Services CITY may make or approve changes within the general Scope of performed under this AGREEMENT. CITY shall pay each invoice Services in this AGREEMENT. If such changes affect within 30 days. Interest at a rate of 1-1/2 percent per month will PROVIDER's cost of or time required for performance of the be charged on all past-due amounts. services,an equitable adjustment will be made through an In the event of a disputed billing,only that disputed portion will be amendment to this AGREEMENT. withheld from payment, and the undisputed portion will be paid. CITY will exercise reasonableness in disputing any bill or portion FORM 124 1 REVISED: 11/09 • DOUGLAS COUNTY • REQUEST FOR BID ON: CITY OF OMAHA 30" Fairbanks Morse Pump Rebuild NOT AN ORDER Page 2 DESCRIPTION You are hereby on notice that as of October 1, 2009,Contractors are required to use E-Verify to determine work eligibility of new employees who are physically performing services within the State of Nebraska. If you have any questions go to the Department of Administrative Services website at www.das.state.ne.us New Employee Work Eligibility Status(Neb.Rev.Stat.§4-108-114) The Contractor is required and hereby agrees to use a federal immigration verification system to determine the work eligibility status of new employees physically performing services within Douglas County. A federal immigration verification system means the electronic verification of the work authorization program authorized by the Illegal Immigration Reform and Immigrant Responsibility Act of 1996, 8 U.S.C. 1324a, known as the E- Verify Program, or an equivalent federal program designated by the United States Department of Homeland Security or other federal agency authorized to verify the work eligibility status of a newly hired employee. 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 www.das.state.ne.us 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 required 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. SIGN ALL COPIES Firm 1 u� i^� c0( fionS� BY Pali 64 s& y yi � Title V.P• CONTINUATION SHEET NIT PRICE EXTENSION The City of Omaha is requesting bids for the rebuild of a 30" Fairbanks Morse Pump, as per attached three(3) pages of specifications dated March 20, 2012. TOTAL BID: $ 3 I r g.e ao (5%Bid Bond is to be based • upon this amount) Questions regarding this bid should be directed to: Joe Dabbs by phone at(402)444-3922 or by email at josephdabbs©ci.omaha.ne.us -OR- David Sykora at(402)444-3922 REQUIREMENTS FOR BID BOND:The surety company issuing the bid bond or the performance bond should be licensed by the State of Nebraska and listed on the current edition of Circular 570 of the United States Department of the Treasury. A certified check,an official bank check,or cashiers check drawn on a national bank or a bank chartered under the laws of the state,payable to the city,or lawful money of the United States,or a United States Governement Bond(negotiable)are acceptable substitutes for bond requirements. All bidders awarded a contract in the amount of$5,000 or more must comply with the Contract Compliance Ordinance and have on file with the Human Rights& Relations Department the Contract Compliance Report(Form CC-1). This report shall be in effect for 24 months from the date received by the Human Rights& Relations Department. Any questions regarding the Contract Compliance Ordinance should be directed to the Human Rights&Relations Department at(402)444- 5055. (PLEASE PRINT LEGIBLY OR TYPE) Payment Terms % Mt} 30 Firm: Pcu� ^^�• Go(c74)onS .i nL. Incorporated In: 'X L Delivery(or completion) Name: trolo Cv4S ktV Signature: - calendar days following Title: V,P. f Phone:7o4-27i,I Eed, IFax: -?OP- 7./ -I F'?5 award Address: acr5a w. L 3/fl, a l vt =s(c.4 'rL 6 0 ‘ Street/P.O.Box City State Zip Email Address: 63 n1,) 1‘.CpM nditions or other than PROVIDER. bidding procedures, PROVIDER cannot warrant that bids, 13. Assignments ultimate construction cost,or Project economics will not vary from these opinions. Neither party shall have the power to or will assign any of the duties or rights or any claim arising out of or related to this 6. Standard of Care AGREEMENT,whether arising in tort,contract or otherwise, The standard of care applicable to PROVIDER's services will be without the written consent of the other party.Any unauthorized the degree of skill and diligence normally employed by assignment is void and unenforceable. professional engineers or consultants performing the same or 14. Integration similar services at the time PROVIDER's services are performed. PROVIDER will re-perform any services not meeting this standard This AGREEMENT incorporates all previous communications and without additional compensation. negotiations and constitutes the entire agreement of the parties. 7. Termination If CITY issues a Purchase Order in conjunction with performance of the Services,general or standard terms and conditions on the This AGREEMENT may be terminated for convenience on 30 Purchase Order do not apply to this AGREEMENT. days written notice or if either party fails substantially to perform 15. Force Majeure through no fault of the other and does not commence correction of such nonperformance within 5 days of written notice and If performance of the Services is affected by causes beyond diligently complete the correction thereafter.On termination, PROVIDER's reasonable control, project schedule and PROVIDER will be paid for all authorized work performed up to compensation shall be equitably adjusted. the termination date plus termination expenses,such as, but not 16. Dispute Resolution limited to, reassignment of personnel,subcontract termination The parties will use their best efforts to resolve amicably any costs,and related closeout costs. dispute, including use of alternative dispute resolution options. 8. Payment to PROVIDER 17. Changes Monthly invoices will be issued by PROVIDER for all Services CITY may make or approve changes within the general Scope of performed under this AGREEMENT. CITY shall pay each invoice Services in this AGREEMENT. If such changes affect within 30 days. Interest at a rate of 1-1/2 percent per month will PROVIDER's cost of or time required for performance of the be charged on all past-due amounts. services,an equitable adjustment will be made through an In the event of a disputed billing,only that disputed portion will be amendment to this AGREEMENT. withheld from payment, and the undisputed portion will be paid. CITY will exercise reasonableness in disputing any bill or portion FORM 124 1 REVISED: 11/09 C-25A ° CITY OF OMAHA LEGISLATIVE CHAMBER Omaha,Nebraska RESOLVED BY THE CITY COUNCIL OF THE CITY OF OMAHA: WHEREAS, bids were received on May 2, 2012 for the rebuild of a 30" Fairbanks`Morse pump at the Papillion Creek Wastewater Treatment Plant; and, U " • 0, WHEREAS, Pumping Solutions, Inc. submitted a bid of$31,899.00,being the lowest and best bid received within the bid specifications, for the rebuild of a 30" Fairbanks Morse pump at the Papillion Creek Wastewater Treatment Plant. • NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF OMAHA: THAT, as recommended by the Mayor, the Purchasing Agent be authorized to issue a Purchase Order to Pumping Solutions, Inc. for the rebuild of a 30" Fairbanks Morse pump at the Papillion Creek Wastewater Treatment Plant in the amount of$31,899.00; and, that the Finance Department is authorized to pay this cost from the Sewer Revenue Fund 21121, Papillion Creek Plant Maintenance Organization 116614, year 2012 expenditures. 191412scp APPROVED AS TO FORM: CITY ATTORNEY DATE ,11077,244 By 1• cilmember Adopted JU — -Q f C'ty Clerk /Wl4 Approved... . Mayor must complete the United States Citizenship Attestation Form, available on the Department of Administrative Services website at www.das.state.ne.us 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 required 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. SIGN ALL COPIES Firm 1 u� i^� c0( fionS� BY Pali 64 s& y yi � Title V.P• CONTINUATION SHEET NIT PRICE EXTENSION The City of Omaha is requesting bids for the rebuild of a 30" Fairbanks Morse Pump, as per attached three(3) pages of specifications dated March 20, 2012. TOTAL BID: $ 3 I r g.e ao (5%Bid Bond is to be based • upon this amount) Questions regarding this bid should be directed to: Joe Dabbs by phone at(402)444-3922 or by email at josephdabbs©ci.omaha.ne.us -OR- David Sykora at(402)444-3922 REQUIREMENTS FOR BID BOND:The surety company issuing the bid bond or the performance bond should be licensed by the State of Nebraska and listed on the current edition of Circular 570 of the United States Department of the Treasury. A certified check,an official bank check,or cashiers check drawn on a national bank or a bank chartered under the laws of the state,payable to the city,or lawful money of the United States,or a United States Governement Bond(negotiable)are acceptable substitutes for bond requirements. All bidders awarded a contract in the amount of$5,000 or more must comply with the Contract Compliance Ordinance and have on file with the Human Rights& Relations Department the Contract Compliance Report(Form CC-1). This report shall be in effect for 24 months from the date received by the Human Rights& Relations Department. Any questions regarding the Contract Compliance Ordinance should be directed to the Human Rights&Relations Department at(402)444- 5055. (PLEASE PRINT LEGIBLY OR TYPE) Payment Terms % Mt} 30 Firm: Pcu� ^^�• Go(c74)onS .i nL. Incorporated In: 'X L Delivery(or completion) Name: trolo Cv4S ktV Signature: - calendar days following Title: V,P. f Phone:7o4-27i,I Eed, IFax: -?OP- 7./ -I F'?5 award Address: acr5a w. L 3/fl, a l vt =s(c.4 'rL 6 0 ‘ Street/P.O.Box City State Zip Email Address: 63 n1,) 1‘.CpM nditions or other than PROVIDER. bidding procedures, PROVIDER cannot warrant that bids, 13. Assignments ultimate construction cost,or Project economics will not vary from these opinions. Neither party shall have the power to or will assign any of the duties or rights or any claim arising out of or related to this 6. Standard of Care AGREEMENT,whether arising in tort,contract or otherwise, The standard of care applicable to PROVIDER's services will be without the written consent of the other party.Any unauthorized the degree of skill and diligence normally employed by assignment is void and unenforceable. professional engineers or consultants performing the same or 14. Integration similar services at the time PROVIDER's services are performed. PROVIDER will re-perform any services not meeting this standard This AGREEMENT incorporates all previous communications and without additional compensation. negotiations and constitutes the entire agreement of the parties. 7. Termination If CITY issues a Purchase Order in conjunction with performance of the Services,general or standard terms and conditions on the This AGREEMENT may be terminated for convenience on 30 Purchase Order do not apply to this AGREEMENT. days written notice or if either party fails substantially to perform 15. Force Majeure through no fault of the other and does not commence correction of such nonperformance within 5 days of written notice and If performance of the Services is affected by causes beyond diligently complete the correction thereafter.On termination, PROVIDER's reasonable control, project schedule and PROVIDER will be paid for all authorized work performed up to compensation shall be equitably adjusted. the termination date plus termination expenses,such as, but not 16. Dispute Resolution limited to, reassignment of personnel,subcontract termination The parties will use their best efforts to resolve amicably any costs,and related closeout costs. dispute, including use of alternative dispute resolution options. 8. Payment to PROVIDER 17. Changes Monthly invoices will be issued by PROVIDER for all Services CITY may make or approve changes within the general Scope of performed under this AGREEMENT. CITY shall pay each invoice Services in this AGREEMENT. If such changes affect within 30 days. Interest at a rate of 1-1/2 percent per month will PROVIDER's cost of or time required for performance of the be charged on all past-due amounts. services,an equitable adjustment will be made through an In the event of a disputed billing,only that disputed portion will be amendment to this AGREEMENT. withheld from payment, and the undisputed portion will be paid. CITY will exercise reasonableness in disputing any bill or portion FORM 124 1 REVISED: 11/09 • I •,111 §_ ,- E1! I `2. \` � n U § ?. » o n o o z = Cr / Cr\ / \ � & / § . . . c ° r m 5 7 § ; fa. CD e o p § ! 7 \ /. \fr Rco % C. 7 m \ / ' `'.c \._ } / ‘ a » ) § / ] §. 8 - o 0 cs §' § d ƒ 0 7 ƒ � f 1_1 0c) 7 « n § § n m n R M k a K \ a g p 7 - ' : 7- /2`' : } . 3 \. „ t •. .. . S - u' - z.. o _ t 30090dIm