RES 2000-1101 - Bid from Cornhusker International for truck cab and chassis _ r _
0/A Ali A,
Administrative Services Department
v rtir- Omaha/Douglas Civic Center
1819 Farnam Street,Suite 706
®'���� ;. ;.� April 18, 2000 � P —� P
Omaha,Nebraska 68183-0706
or
�, ry .,,.,
R f _ (402)444-3814
o Pa
► Ci E r�s �� FAX(402)444-5903
FEt3 0 HA A `r E t ? i Patrick J.McPherson
City of Omaha
Hal Daub,Mayor 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 Cornhusker International for the purchase of three (3) 25,500 GVW
Truck Cab and Chassis' to be utilized by the Street Maintenance Division. The vehicle which
would have been supplied by the apparent low bidder, Omaha Truck Center, did not meet the
minimum specifications in several areas. Attached is a more complete explanation of the
problems with that bid.
The following bids were received on March 1, 2000.
Base Bid
Contractor Per Unit
Omaha Truck Center $43,225.00
CORNHUSKER INT'L $44,072.00 (LOWEST BID WITHIN SPECIFICATIONS)
Wick's Sterling Trucks $44,395.00
The total for all three units is $132,216.00. A copy of the bid documents is on file and available
for inspection and review in the City Clerk's Office.
The contractor has on file a current Annual Contract Compliance Report Form (CC-1). As is
City policy, the Human Relations Director will review the contractor to ensure compliance with
the contract Compliance Ordinance. •
The finance Department is authorized to pay the cost for the purchase of the three (3) 25,500
GVW Truck Cab and Chassis from the year 2000 Street Maintenance Organization 1422, Street
& Highway Allocation Fund 103 in the amount of$132,216.00.
Honorable President
and Members of the City Council
Page -2-
The Public Works Department requests your consideration and approval oaf the attached
Resolution. •
Respectfully sub • d,
Pat cPherson ate
Approved: Referred to City Council for Consideration:
Don W. Elliott, P.E. ize Date Mayor's Office/T. Date
Public Works Director
Approved as to Funding: Approved:
ee-44(;4--)
Stanley P. mm V^� Date Kellie Paris-Asaka ate
Acting Finance Director XV' Human Relations Director
P:\PW 1\9247sap.doc
Interoffice
MEMORANDUM
Dedicated To Excellence
To: Pat Burke,Purchasing Agent
From: Wayne Reed
Subject: Bid Award,25/5 GVW Cab&Chassis(Street)
Date: March 17,2000
The Administrative Services Department,Vehicle Maintenance Division recommends acceptance of
the bid by: Cornhusker,to supply three(3)25/5 GVW Cab& Chassis for a bid price of $44,072.00
each and a total bid price of$132,216.00.
Low bid by Omaha Truck Center is being rejected due to not meeting the following specifications:
1. Engine
2. Cab Size
The cost difference between the two is$847.00 per truck.
Please Proceed with writing the resolution for the City Council.
Attachment
Cc: Pat McPherson
Don Elliott
Harry Owen
Sue Frank
Tom McDonald
Dave North
Bid Award,25.5 gvw c&c,street
• � l� ■■■■.■■■■■■
�= U
Z �
� a.
11111111111111111111111111111111"
1.11 II
111011111
/IIIP �� : its Z Ea
1E
-- ---- -t_, ...), D 0_
Allailligli
_a- . i i INIMINE
----2.-- L':-:,S ) t C)
c___.___(,___<_,z ! E MIN
ei;?)---)
-- -- ---.'
• ans
simiitrtriiii' i.i.ij
immi1_ Lij
c::::::5=—e,_ . A D eL if ..„„,
: -...,_ munown,
••• .._ • ...inglimmirs.s
. ,_ LL1
liP
N
Fr) CZ a) I J p
p w o N o m
N 0mU m f
.1011�1` d I !IIUIIU
(i. 8 fi - „44- z o_ 111
O U N U S < 0 o v
LYII
woI % II : It
tn
c
O F-
L
r U
II
ai
J = h ..li\
N
k-CM (13 U
D
4
- CITY OF OMAHA P.y•
REQUEST FOR BID AND BID SHEET
ON DUMP BODIES-INSTALLED 1ST HALF-2000
FROM: P. M. Burke - Published February 16, 2000
• City Purchasing Agent
1003 Omaha-Douglas Civic Center NOT AN ORDER - Page 1
1819 Farnam Street
Omaha, Nebraska 68183-0011
BID BOND OR CERTIFIED CHECK REQUIRED IN THE
AMOUNT OF 5% IF THE TOTAL AMOUNT
FOR THE ITEMS OkteERED IS $20,000 OR MORE
Bid Closing Date March 1, 2000
11:00 A.M.
IMPORTANT 4.If Federal Excise Tax applies,show amount of same and deduct.
Exemption certificates will be furnished. Do not include tax in bid.
1. Bid must be in the office of the CITY CLERK,LC-1, OMAHA-DOUGLAS
CIVIC CENTER,1819 Famam Street,Omaha,NE 68183-0011 by the 5.BID MUST INCLUDE ANY DELIVERY OR SHIPPING CHARGES.
closing date and time indicated,in sealed envelope marked BID ON 6.When submitting bid on items listed,bidder may on a separate sheet,
DUMP BODIES-INSTALLED 1ST HALF-2000 make suggestions covering reduction in costs wherever this is
2. As evidence of good faith a bid bond or certified check must be possible through redesign,change of material or utilization of standard
submitted with bid. FAILURE TO DO SO IS CAUSE FOR REJECTION. items or quantity change.
3. Right is reserved to accept or reject any or all bids in their entirety and 7.If you do not desire to bid,return sheets with reasons for declining.
the bidders shall have the right to appeal any decision to the City Failure to do so will indicate your desire to be removed from our
Council. Right is also reserved to accept or reject any part of your bid mailing list. If you desire a copy of tabulation check( J.
unless otherwise indicated by you. Please do not call for this information.
Quote your lowest price, best delivery and terms,F.O.B. delivery point on the items(s) listed below:
QUANTITY DESCRIPTION UNIT PRICE EXTENSION
Estimated Asphalt Hopper Fetcher - "slide-in" type - per attached
4 each specifications (3 pages) dated September, 1999. Estimated
purchase of this equipment will be made in first half - 2000.
MAKE & MODEL OF HOPPER OFFERED
BID/each $•
$
2 each Platform dump body with electric crane to be installed on City of
Omaha furnished 14,500 GVW cab &chassis per attached speci-
fications for platform dump body (4 pages,2 drawings) and 2000 lb.
electric crane (2 pages), dated September 1999. Estimated
purchase of this equipment will be made in first half - 2000.
MAKE & MODEL OF PLATFORM BODY OFFERED
MAKE & MODEL OF ELECTRIC CRANE OFFERED
BID/each $ $
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
Relations Department the Annual Contract Compliance Report(Form CC-1).This report shall be in effect for 12 months from the date received by the
-Human Relations Department.Any questions regarding the Contract Compliance Ordinance should be directed to Contract Compliance Officers Rita
Vlademar at(402)444-5067 or Tony Acosta at(402)444-5053;however,please refer any questions regarding the REQUEST FOR BID or
SPECIFICATIONS directly to the Purchasing Department(402)444-5400 or as shown on bid.
(Please Print Legibly or Type)
Payment Terms % Firm Incorporated in
•
Delivery(or completion) Name Signature
calendar days following award Title Phone Fax
Address -
HP-8B (94) Street/P.O.Box City State Zip
CITY OF OMAHA
REQUEST FOR BIDS
ON: DUMP BODIES-INSTALLED 1ST HALF-2000
NOT AN ORDER Page 2
QUANTITY DESCRIPTION UNIT PRICE EXTENSION
Estimated •
3 each Dump Bodies with Hydraulics, slide-in spreader and plow, to be installed
on City of Omaha furnished 25,500 GVW Cab and Chassis per attached
Specifications for Dump Body.(6 pages, 1 drawing); Sand & Salt
Spreader (2 pages); and Trip Blade Snow Plows (3 pages, 1 drawing)
dated September, 1999. Estimated purchases of this equipment will
be made in first half - 2000.
MAKE & MODEL OF DUMP BODY OFFERED
MAKE& MODEL OF HYDRAULIC SYSTEM
MAKE & MODEL OF SAND & SALT SPREADER
MAKE&MODEL OF.SNOW PLOWS
BID/each $ $
1 each Dump body with hydraulics and plow to be installed on City of Omaha
furnished 35,000 GVW Cab & Chassis per attached specifications for
Dump Body (6 pages, 5 drawings) and Trip Blade Snow Plows (3 pages,
1 drawing) dated September, 1999. Estimated purchases of this
equipment will be made in first half-2000.
MAKE & MODEL OF DUMP BODY OFFERED
MAKE&MODEL OF HYDRAULIC SYSTEM
MAKE& MODEL OF PLOW
BID/each $ $
SIGN ALL COPIES Firm
By
Title
P1-4-8C (91) CONTINUATION SHEET
CITY OF OMAHA
REQUEST FOR BIDS
ON: DUMP BODIES -INSTALLED 1ST HALF-2000 •
NOT AN ORDER Page 3
QUANTITY DESCRIPTION UNIT PRICE EXTENSION
Estimated Spreader/Dump Body, Plow and Body Interchange System to be installed
5 each on City of Omaha furnished 35,000 GVW Cab and Chassis per attached
Specifications for Spreader/Dump Body/Snow Plow/Interchange System
(8 pages, 1 drawing); Trip Blade Snow Plow (3 pages, 1 drawing); Dump
Body (4 pages, 1 drawing); and Sand &Salt Spreaders (5 pages)
dated September, 1999.
MAKE & MODEL OF SPREADER/DUMP BODY OFFERED
MAKE & MODEL SNOW PLOW OFFERED
MAKE&MODEL OF DUMP BODY OFFERED
MAKE & MODEL OF SAND & SALT SPREADER OFFERED
BID/each $ $
9 each Spreader/Dump Body and Plow to be installed on City of Omaha
furnished 35,000 GVW Cab and Chassis per attached Specifications
for Spreader/Dump Body and Snow Plow(8 pages,2 drawings)dated
September, 1999, and Trip Blade Snow Plows (3 pages,
1 drawing) dated September, 1999.
MAKE& MODEL SPREADER/DUMP BODY OFFERED
MAKE&MODEL HYDRAULIC SYSTEM OFFERED
MAKE & MODEL OF TRIP BLADE SNOW PLOW OFFERED
BID/each $ $
NOTE: Quantity of the above two 35,000 GVW spreader dumps, etc.
is 14 units. It is estimated that 1/2 (7) will be purchased in 1st
half and 1/2 (7) will be purchased in 2nd half. Bid prices will
remain firm through 12/31/2000.
TOTAL OF ITEMS BID $
(5% Bid Bond to be based on this amount.)
SIGN ALL COPIES Firm
By
Title
PH-8C (91) CONTINUATION SHEET
r. CITY OF OMAHA
REQUEST FOR BIDS
ON: DUMP BODIES -INSTALLED 1ST SALE -2000
NOT.AN ORDER Page 4
QUANTITY DESCRIPTION UNIT PRICE EXTENSION
Contact Wayne Reed at(402)444-4934 for questions.
Bidder to furnish two copies of descriptive literature for units
offered with bid. Cab and chassis to be delivered
approximately 60-90 days after award (estimated only).
All exceptions to specifications to be detailed on the
attached "Exceptions to Specifications" sheet attached.
Liquidated damages will be assessed at a rate of 1% of
purchase order total per calendar day that satisfactory
delivery has exceeded 45 days from the date of delivery
of chassis-cab to successful vendor awarded this bid.
The amount will be deducted from any monies due the
Contractor by the City.
Books and manuals will be required for each vehicle as
indicated in specifications. City will retain 10% on
invoices until all manuals are delivered.
Separate awards will be made on each item. The City.
reserves the right to adjust order quantities at time of
order according to budget consider
ations.
Unit prices are required.
NOTE: REQUIREMENT FOR BID BOND
The surety company issuing said 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.
SIGN ALL COPIES Firm
By
Title
PH-8C (91)
CONTINUATION SHEET
September, 1999
SPECIFICATIONS r
FOR DUMP BODY _
(w/Hydraulic Systems)
Slide in Spreader and Plow •
GENERAL:
Dump body shall be designed for use with single axle, 25,500 G.V.W. chassis and cab with cab to
axle measurement of 84 inches. Body,hoist, hydraulic pump,hydraulic power drive and controls to
be of the latest current models manufactured. Bidders are to supply description and descriptive
materials on unit bid with the proposal.
It is the intent of these specifications to provide a compatible unit with a Rexroth hydraulics system.
The system shall be capable of operating without loss of gain or power when the plow and dump
body are activated or deactivated at the same time. It is the successful bidder responsibility to
provide this type of unit. Unit furnished shall have the capability to lower box and plow without
engine running.
TYPE:
Dump Body shall be completely powered by hydraulics and shall be designed to dump to rear of
vehicle during normal operations.
BODY:
Length: 10 foot
Width Inside: 84 inch
Capacity: 3/4 cubic yards level at sides
Sides: 12 gauge smooth Steel with sideboard pockets minimum,top flange over
vertical stakes. Sides shall be welded to the floor with side board
brackets. Side boards to be 12"high.
Head: 18" square visibility window with shall mesh flattened expanded metal
screen with l cab shield.
Floor: 10 gauge smooth steel
Sub Frame: All steel constructed sub-frame to be fastened to truck frame at minimum of
our(4) locations on each side. NOTE: Wood sills between sub-frame and
truck frame are not acceptable.
Tailgate: 18" tall removable 12 gauge hi-tensile steel constructed. If single panel type
then it shall have ghree vertical braces. Shall have spreader chains,release
lever on left front corner of box, 3 minimum cubic yard design.
SPECIFICATIONS FOR
DUMP BODY W/HYDRAULIC
SYSTEMS
Page 2 -
WELDING:
All joints and seams shall be fully welded inside, outside of dump body, sub-frame and tailgate.
Skip welding not acceptable.
HOIST:
Under body conversion hoist, hydraulic cylinder with capacity in accordance with class D 12 ton
lift.
If needed,hoist shall be equipped with an automatic shut-off body and shall be adjustable.
HYDRAULIC SYSTEM:
The hydraulic system shall provide hydraulic power for the operation of dump body hoist,
hydraulically driven material spreader, snow plow lift and snow plow swing. The hydraulic system
shall be set to operate at 1500 to 2000 P.S.I. as required and shall be protected with a pressure relief
valve. All components of hydraulic system shall be rated to withstand all pressures encountered.
Must have manual hydraulic dump valve mounted on plow frame to release hydraulic pressure from
plow back to tank so you can hook and unhook hydraulic hoses.
HYDRAULIC PUMP DRIVE:
Hydraulic pump shall be front of engine crankshaft driven. Driveline from front of engine to
hydraulic pump shall be of tubular construction with slip yoke. It is very important that the
driveline be balanced and aligned properly to eliminate vibration.
HYDRAULIC PUMP:
Hydraulic pump shall be Rexroth Model A10v071/31pkc62n00 load sensing type or approved
equal, designed for continuous operation capable of delivering forty-two (42) GPM upon demand
contingent on pump R.P.M.
RESERVOIR:
Shall be combined assembly to be Component Technology part#CT-VM30S-LS to be mounted on
the left frame behind the cab.
CONTROLS:
Rexroth MP18ZFCSOL3-FCSOL3-SOL3Q valve (or equivalent to) with flow control on each
section priority flow on first section only. Plow lift manual plow button over rides on three
sections. Five (5) section valve assembly. Spreader control console to include spreader control
model Spread Right GL 400, plow switches, dump box switch, strobe light switch, print out port,
spinner light switch wiring harness with quick disconnects at console. Part#CTRSD2C000EL.
SPECIFICATIONS FOR
DUMP BODY W/HYDRAULIC
SYSTEMS
Page 3
Spreader control shall be automatic, coordinate conveyor speed with the speed of the vehicle and
sense differences in speed of vehicle and make corrections in the conveyor speed thereby regardless
of the vehicle speed.
The spreader control system must be capable of maintaining the desired amount of material delivery
from 200 pounds per lane mile up to 800 pounds per lane mile plus or minus five (5%)percent.
Spreader control console shall be dash mounted in cab of vehicle within easy reach of the operator.
(Not mounted on top of the dash.)
It shall be the responsibility of the successful bidder to install spreader control system and to
demonstrate compliance of these specifications.
Dump hoist and snowplow control valves shall be mounted be hydraulic oil tank side enclosure.
A panel to identify each switch function with one-quarter (1/4) inch letters shall be mounted in
truck cab within easy reach of operator. Switches shall be rocker style.
SUCTION LINE:
Suction line form oil reservoir to hydraulic pump shall be two (2)inch I.D. SAE-100-4 or approved
equal. Shall be clamped with heavy-duty bolt type clamps, shall be fastened to the truck frame at
three foot spacing with steel clamps and they shall not compress or kink hose.
HYDRAULIC PRESSURE HOSES:
All hydraulic pressure hoses shall be a minimum of(2) wire braid, with a bursting pressure of four
(4) times the operating pressure. All hydraulic hoses to have high pressure swivel couplings each
end.
Pressure hoses from control valves to snow plow lift and swing cylinders shall be one-half (1/2)
inch ID and shall extend twelve (12) inches beyond left exterior side of grille assembly and shall be
capped. Pressure hoses shall be securely fastened to inside of truck frame at three (3) foot spacing
with rubber covered steel clamps.
SUCTION LINE:
Suction line from reservoir to pumps shall be two inch (2") I.D. S.A.E.-100-r4 or approved equal.
Shall be clamped with heavy-duty bolt-type clamps, shall be fastened to inside of truck frame at
three foot(3') spacing with steel clamps and they shall not compress or kink hose.
SPECIFICATIONS FOR
DUMP BODY
W/HYDRAULIC SYSTEMS
PAGE 4
RETURN LIVE:
Control valves return line to oil reservoir shall be one and one quarter (1-1/4") inch I.D., one (1)
wire braid S.A.E.-100-R1 or approved equal.
HYDRAULIC HOSE FITTINGS:
All hydraulic hoses shall have :
JIC 37 degrees from valve bank to tank bulk head.
From tank bulk head to devices such as cylinders, drive motors, hydraulic tank, dump
valves and fittings to be JIC 37 degrees at bulk head and NTP at device end. All shall be
swivel at each end.
All hoses to be weather head 425. (NO EXCEPTIONS)
All fittings to be weather head (NO EXCEPTIONS)
FT.FCTRICAL:
All wiring for the Dump Box, Plow Controls and Spreader Controls are to be inside protective
covering with twist type locks at each end and wiring must be secured throughout the system.
All body clearance lights, cluster and reflectors to be furnished, installed, and connected to comply
with current provisions of Federal regulations. All wiring to be run in plastic loom and securely
fastened to dump body.
All plows and dump switches will be rocker style.
To have recessed strobe lights on the rear of the box. Both sides to be rubber mounted and keyed
switched in the cab to have one blue and one amber lens. To be approximately 7 5/8" long and 2"
deep. To be a"Nova type WIC-3#1 DEU" or approved equal. Shall include two box strobe lights,
1 (one) 360 degree Strobe light, 1 (one)-switch assembly, and 1 (one) power pack. To include all
wiring and installation.
Shall also include in rear strobe package, a 360-degree amber strobe light to be mounted on the cab
protector on a swivel bar as to tilt with the box. The 360-degree light shall be powered through the
rear box strobe light controller. The switch to control shall be installed in the spreader control
console.
MOUNTING:
Mounting of hydraulic pump drive, reservoir, dump hoist, dump body and hydraulic components to
truck chassis shall be accomplished by the successful bidder cost of which shall not be paid for
directly but shall be considered incidental to the bid price. Unit shall be mounted locally, within
thirty(30) days from delivery date of chassis and cab.
SPECIFICATIONS FOR
DUMP BODY W/HYDRAULICS
SYSTEMS
PAGE 5 ` '
All mounting bolts shall be heat-treated grade eight(8)minimum.-
To be equipped with flexible type and flaps at rear of vehicle.
PAINTING:
Dump body and hydraulic components shall be primed with two coats of Zinc chromate primer and
shall be painted to match color of vehicle.
MANUALS:
The following set of manuals shall be provided with units on all components when units are
delivered:
Two (2) copies of maintenance and operation manuals
Two (2) copies of parts list on all components of unit
Two (2)copies of hydraulic circuits
Or Softwear
ADDITIONAL REQUIREMENTS:
Hydraulic oil reservoir interior, exterior, and dump body shall be thoroughly cleaned and sand
blasted to remove weld slag, splatter, scale, and rust.
No dealer decals.
Shall have adequate clearance between body and tires for tire chains.
Body to be equipped with flexible type mudguards on rear of body. Flap not to touch the ground
when box is up.
To Ziebart rustproof entire Chassis and Cab and Dump body.
Built in safety dual bar to support dump body in up position while making repairs.
" No dealer decals
To have ladders on both sides of box. To be mounted so that you may enter the box without
interference of the tarp. (see print)
Must have easy cover tarp model 400 under springs assembly installed on box.
. SPECIFICATIONS FOR
e
DUMP BODY W/HYDRAULICS
SYSTEMS
PAGE 6
WARRANTY: -
Manufacturer's standard warranty to apply and to include one year total parts and labor warranty
and/or 12,000 miles after satisfactory acceptance of the vehicle.
The vendor will be responsible for providing all warranty work within the Metro area of Omaha.
If warranty work is not available within the Metro area, the vendor will be responsible for any cost
including transportation.
The vendor must be able to provide warranty work within 24 hours of the break down. If there is
no local dealer the vendor must locate and provide work within the 24-hour time frame.
If no local dealer, the vendor must be able to state how they will provide parts and the timetable.
This information must be included in the bid.
If the units are installed outside the Metro Area, a pre-delivery inspection to be completed prior to
shipping. The supplier to provide air fare and lodging to Vehicle Maintenance personnel and
provide ample time to complete the pre-delivery inspection.
DELIVERY:
Unit to be delivered to the City of Omaha, Vehicle Maintenance Facility, 2606 No. 26th Street,
fully serviced to recommended new vehicle specifications. If the vendor is not in the City of
Omaha area, the City will not be responsible for any cost from pickup or the delivery of any vehicle
or mounted equipment.
Bidder shall state delivery time with bid. Bid will not be considered if not listed.
Street 1
Dump Body with Hyd,25,500
r
Ladder
2 Ladders Required
16" !'1 14" P1
7 ^ Hinge
v v
To be 1" square tubing
•
EXCEPTIONS TO SPECIFICATIONS
Check One
The equipment offered meets all specifications as set forth in the bid.
Name (print)
Signed
Title
The equipment offered meets all specifications with the following exceptions:
(Use separate attached sheet if more room is needed.)
Failure to list exceptions may be cause for equipment to be rejected at time of delivery
Name (print)
Signed
Title
c-asA CITY OF OMAHA
LEGISLATIVE CHAMBER
Omaha,Nebr April 18, 2000
RESOLVED BY THE CITY COUNCIL OF THE CITY OF OMAHA:
WHEREAS, bids were received on March 1, 2000 for the purchase of three (3)
25,500 GVW Truck Cab and Chassis' to be utilized by the Street Maintenance Division; and,
WHEREAS, Cornhusker International submitted a base bid of$44,072.00, being
the lowest and best bid which met the specifications for the purchase of the trucks, a copy of the
bid documents is attached and by this reference made a part herein; and,
WHEREAS, the total for all three vehicles is $132,216.00.
NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE
CITY OF OMAHA:
THAT, the bid from Cornhusker International for the purchase of three (3) 25,500
GVW Truck Cab and Chassis' to be utilized by the Street Maintenance Division, being the
lowest and best bid which met the specifications is hereby approved.
BE IT FURTHER RESOLVED:
THAT, the Finance Department is authorized to pay in the amount of$132,216.00
from the year 2000 Street Maintenance Organization 1422, Street & Highway Allocation Fund
103.
APPROVED S TO F :
3/�QD
ITY ATTORNEY AT
P:WW1\9252sap.doc
By
Councilmember
P► 8 2000
-
je7a/
Adopted 'l..••••••• • ••
C."'Clerk
Aj4;Approved ; ,'�
Mayor
•
c4 ® g A A ƒ 5 U 7 .
/ 0 \ \ R b \
/ § § g rD
C 0 7 g 3 / =
. . . t \ \ CD Grg
'0 Hai• u § 0 ; O
k
E / 0 / / 7
\ tt Ca.& ` f \ �`� 2 \
r � P �
0 0 , 0
\ CD ra, P \
/ / ? §' \ n &
/ / § ƒ 707
2 0 _ E = _ o
2 ƒ \ J 0
AC cn
P \ E. / C / 7
•
, ' .\ Z
. § 2.,. '� >
\ » � \ /z ^ \{