HomeMy WebLinkAbout27860 / 75-10�
,_ 1 ?. Ui„�,1
#].0 RESOLUTION
.
, ;, ;.
�:�,,.�-
WHERFAS, �he Ci�.y of Oshkosh has hereta�are advertised fo�
bids for refuse removal ser�ice fo� University o�� �r?iscan�ir-C�shkosh
campus for the yea.ac 1976, an.d
WHEREAS, ugon the apen�.ng anG ta.l��ilatior� of bids , i� appears
that th� following a.s the lawest ar�d most advar��tageou� bid:
D�J. DIS�OSAIa CU,
418 f3oyd Stxeet
Oshkosh, W�.�con�in S4Q01
$5$99�a95 .
NOW, TEiER�FORE, BE I'� RESOLVED hy t�ie Cor.unan Council caf the
Ci�y of Ci�hkasl� tl�at the said ?ai�3 :is herek�y accep�Led and the px�per.
City of�icials are hereby �uthorized anc� directed to enter int<� an
appropria�e a_qr�ement;, for the purrose af sam.e, all according to
plans, specifications, and bi.c] �n �al�. Man�y �or t.his �urpos�
is hereby appropriated �rom Account No. USO--560 Pro�essional
Services, all withi�� the �976 Btac�get.
- 15 -
, ,,,,,.,.m,;,;--1 , �
s� , ..,.. , � ��_
. � �
t �- r..�... „;�a. „� . �.�,.,.-�� = `
;:,�; , ... . .� `^�, � ,... --
s�a ��.
�4f i n �
fY
�'�
�
Department of Administration
Purchasing Division
P.O. Box 1130
Oshkosh, Wisconsin 54901
NOTICE TO REFUSE HAULING CONTRACTORS:
1. We are submitting herewith for your consideration an
invitation to bid on:
REFUSE REMOVAL SERVICE
FOR THE UNIVERSITY OF WISCONSIN-OSHKOSH CAMPUS
2. Bids must be addressed to Oshkosh Purchasing Division,
Department of Administration, City Hall, Oshkosh, Wis-
consin. Envelope shall show name of bidder, and must
be plainly m?rked in the lower left hand corner "Bid
for Refuse Removal Service."
3. Bids must be on file in tYle office of the Purchasing
Agent no later than '10:30 a.m., C.D.S.T., Wednesday,
October 8, 1975. An�r bids received after that hour
and date will not be opened and will be returned to the
bidder unread.
4. Bids will be publicly opened and read at the hour and
date above stated. Award, if any, will be made as soon
thereafter as practical.
5. A certified check, cashier's check, or bid bond, payable
to the City of Oshk-.osh, Wisconsin, in an amount of five
(5/) percent must accompany the bid as a guarantee that
if the bid is accEpted, the bidder will exPCUte and file
the proper c�ntract within ten (10) days after award by
the Common Council and receipt of contract form for sig-
nature.
The City reserves the right to reject any and all bids
and to waive any informalities in bidding.
For specifications and further information concerning
this invitation to bid, contact Orville A. Gartman,
Purchasing Agent, Roam 312, City Hall, or telephone (414)
424-0265.
Gordon B. Jaeger
City Manager
PUBLISH:
September 22nd & 29th, 1975
IB-1
IB-2
IB-3
IB-4
IB-5
REFUBE REMOVAL SERVICE
INSTRUCTIONS TO BIDDERS
DEBCRIPTIDN OF WORK
Under this contract, the City of Oshkosh will receive bids
for Refuse Removal Service for the University of Wisconsin-
Oshkosh campus, as stated in the proposal.
SECTIONS TO BE READ BY THE CONTRACTOR
Before submitting a bid, a11 contractors and subcontractors
shall read the Official Dlotice, Instructions to Bidders,
General and Special Conditions, Specifications, and Contract,
all of which contain provisions applying to ali contractors.
The execution of a proposal will be considered by the City
of Oshkosh as evidence that the contractor is familiar with
every and all requirements for carrying out the project for
which the bid is submitted.
EXAMINP,fiION OF SITE
The bidders are expected to satisfy themselves by a thorough
personal examination and familiarize themselves with the
site and location of the proposed work and all local conditions
affecting the execution of the work.
�idders are required to inform themselves fully of the
conditions relating to the labor under which the work is
to be donee After the submission of a proposal, no com-
plaints or claims that there was any misunderstanding in
regard to the estintates of the Owner or the nature of the
quantities of ��rork to be done wi11 be entertained.
PROPOSF,L FORM
The proposal form hereto attached shall be used. The bic�.
price shall be inked and in writing and in figures and, in
the case of conflict, the former shall apply.
Only proposals which are made out on the regular proposal
forms attached hereto will be considered. The proposal
forms must not be separated from the attached volume.
REQUIREMENT FOR SIGNI:NG BIDS
(1) Bids which are not signed by individuals making them
should have attached a power of attorney, evidencing
authority to sign the bid i.n the name of the person for
whom it was signede
A
Instructions to Bidders
Page 2.
REQUIREMENTB FOR BIGNING BIDS - Continued
(2) Bids which are signed for a partnership should be
signed by all of the partners, or by an attorney-in-fact.
If signed by an attorney-in-fact, there should be attached
to the bid a power of attorney, evidencing authority to
sign the bid, executed by the partners.
(3) Bids which are signed for a corporation shall have the
correct corporate name thereof and the signature of the
president or other authorized officer of the corporation
manually written below the corporate name, followed by the
word, ��By . ��
IB-6 WITHDRAWAL OF BID
Proposals may be withdrawn any time previous to the hour
of opening the bids but no proposal may be withdrawn after
the scheduled time of opening bids is passed, for a period
of thirty (30) days.
IB-7 REJECTION OF BIDS
The right is reserved by the Owner to reject any and all
bids or to award any and all contracts to bidders who, in
the judgment of the Owner, r,vill best serve the Owner.
A bid which has nat been prepared according to the instructions
contained herein is subject to rejection.
IB-8 YdHEN AWARD EFFECTUAL
The Contract shall be deemed as having been awarded when
formal notice of award shall have been duly served upon the
intended awardee (i.e., the bidder to whom the Owner contem-
plates awarding the contract) by some officer or agent of
the Owner duly authorized to give such notice.
TB-9 RETURN OF BID GUARANTEE
The bid deposit of a11 except the three (3) lowest bidders
wi11 be returned within three (3) days after opening of all
bids. The bid deposit of the three (3) lowest bidders will
be returned within fort�y-eight (48) hours after contract and
the required surety bond have been finally approved by the
Owner.
GENERAL CONDITIONS
GC-1 SCOPE OF WORK AND BIDS
The work that shall be done under this contract consists of
furnishing all labor, tool�, equipment, r.achinery and
appliances, and all materials for the work covered by this
contract.
GC-2 SITE INVESTIGATIONS AND REPRESENTATIO�S
The Contractor shall acknowledge that he has satisfied him-
self as to the nature and location of the work, the general
and local conditions, particularly those bearing upon trans-
portation, disposal, handling and storage of materials,
availability of labor, roads, and uncertainties of weather,
or similar physical conditions at the site, the conformation
and conditions of the ground, the character of equipment
and facilities needed td and during the prosecution of the
work, and all other matters upon which information is reasonably
obtainable and which can in any way affect the work or the
cost thereof under tYiis contract.
GC-3 ASSIGNMENT OF CONTRACT
The Contractor shall not assign this contract or any part
thereof, or monies due or to become due hereunder, without
the written consent of the Owner. No assignment of this
contract shall be valid unless it shall contain a provision
that the funds to be paid the Assignee under the assignments
are subject to a prior lien for services rendered or materials
supplied for the performance of the work called for in said
contract in favor for all persons.
Firms or corporations need not be inserted if the assignment
technically constitut�s a novation, i.e., the assignees not
only acquire the benefits under the contract but also assume
the obligations thereunder in place of the assignor.
GC-4 CONTRACT SURETY
The Contractor shall furnish a surety bond in an amount of
at least equal to lOG percent of the contract price as surety
for the faithful performance of this contract and for the
payment of all persons p�rforming labor and furnishing
materials in connection with this contract.
GC-5 CONTRACTOR'S INSURANCE
The Contractor shall not commence work under this contract
until he has obtained a11 insurance rPquired under this par-
agraph and such insurance has been approved by the City Clerk
of the City of Oshkosh, nor shall the Contractor allow any
siabcontractor to coznmence work on his subcontract until all
similar insurance required of the subcontractor has been so
obtained and approved,
General Conditions
Page 2.
(a) Compensation Insurance: The Contractor shall take out
and maintain during the life of this contract Workmen's
Compensation Insurance for all his employees employed for
this project and, in case any work is sublet, the Contractor
shall require the subcontractor similarly to provide Work-
men's Compensation Insurance for all the latter's employees,
unless such employees are covered by the protection afforded
by the Contractor. In case the class of employees engaged
in hazardous work under this contract at the site of the
project is not protected under the Workmen's Campensation
Statute, the Contractor shall provi�e and shall cause each
subcontractor to provide adequate insurance coverage for the
protection of his employees not otherwise protected.
(b) Public Liability and Property Damage Insurance. The
Contractor shall take out and r:laintain during the life of
this contract such Public Liability and Property Damage
Insurance as shall protect him and any subcontractor per-
forming work covered by this contract from claims and damages
for personal injury, including accidental death, as well as
from claims for property damages, which may arise from
operations under this contract, whether such operations be by
himself or by any subcontractor or by anyone directly or
indirectly employed by either af them and the amounts of
such insurance shall be as followso
Public Liability Insurance in an amount not less than
$100,000.00 for injuries, including accidental death,
to any one person, and, subject to the same limit for
each person, in an amount of not less than $300,000.00
on account of one acc�dent and Property Damage Insurance
in an amount of not less than $100,000.00
Any subcontractor not covered by the Contractor's public
liability and property damage Insurance shall carry Owner's
Protective and Subcontractor's Liability Insurance in the
same amounts. The Contractor shall �e responsible for a
subcontractor's carrying the insurance herein required.
(c) Tnsurarice Covering Special Hazards: The following special
hazards shall be covered by a rider or riders to the Public
Liability and/or �r�perty Damage Insurance Policy or Policies
herein elsewhere required to be furnished by this Contractor
or by separate policies of insurance, in amounts as follows:
�ublic Liability
Tnsurance
Property Damage
Insurance
Operations of
TxuckS and Auto $100,000.00/300,000.00 $50,000.00
General Conditions
Page 3.
The insurance coverage shall in all instances save, defend,
indemnify, and hold harmless the City against any and all
manners of claims, demands, liabilities, damages, or any
other costs which may accrue in the protection of the work
and shall save, defend, indemnify, and hold harm�ess the
City from all damages caused by or as a result of the opera-
tions covered by this contract.
No insurance shall be cancelled without notifying the Owner
in writing thirty (30) days before such cancellation.
See Contractor's responsibility for dama�ed work.
GC-6 PROOF OF CARRIAGE INSURANCE
The Contractor shall furnish the City Clerk of the City of
Oshkosh with satisfactory proof of carriage of the insurance
required. Satisfactory proof shall consist of a duplicate
or photostat copy of the certification of insurance.
GC-7 TERMINATION FOR BREACH
In the event that any of the provisions of this contract
are violated by the Contractor or by any of his subcon-
tractors, the Owner may serve written notice upon the
Contractor and his surety of its intention to �erminate
such contract, such notic� to contain the reasons for such
intention to terminate the contract, and, unless within ten
(10) days after the serving of such notice upon the Contractor
such violation shall cease and satisfactory arran�ement for
correction be made, the Contractor shall, upon the expiration
of said ten (10) days, cease and terminate. In the event
of such termination, the fJwner shall immediately serve notice
thereof upon the Cantractor and his surety and the surety
sha11 have the right to take over and perform the contract,
provided, however, that if the surety does not commence per-
formance thereof within 30 days from the date of the mailing
to such surety the notice of termination, the Owner may take
over the work and prosecute the same to completion by contract
for the account and at the expense of the Contractor, and the
Contractor and his surety shall be liable to the Owner for any
excess cost occasioned by the Owner thereby, and, in such
event, the Owner may take possession and utilize in com--
pleting the work such mat��rials, appliances, and plant as may
be on the site of the work and necessary therefor.
GC-8 OWi�TER' S RTGHT TO T)O T�T012K
If the Cantractor should neglect to prosecute the work pro-
perly or fail to perform any provision of this contract, the
Owner after three days written notice to the Contractor and
his surety, may, without prejudice to any other remedy he may
have, make good such deficiencies and may deduct the cost
thereof from the payment clue the Contractor.
General Conditions
Page 4.
GC-9 PAYMENT
Once a month,
Contractor on
bid price.
the Owner will make partial payment to the
the basis one-twelfth (1/12) of the lump sum
GC-10 OWNER'S RIGHT TO WITHHOLD CERTAIN AMOUNTS AND P'iAKE
APPLICATION THEREOF
In addition to the payment to be retained by the Owner under
a prsceding pr�vision of these General Conditions, the Owner
may withhold a sufficient amount of any paymerit otherwise due
the Contractor to cover (a) payments that may be past due and
payable for just claims for labor and materials furnished in
and about the performance of the work on the project under
this contract, (b) for defective work not remedied, and (c)
for failure of the Contractor to make proper payments to his
subcontractors. The Owner shall disburse and shall have the
right to act as agent pursuant to this paragraph to the party
or parties who are entitled to payment therefrom. The Owner
will render to the Contractor a proper accounting of all such
funds disbursed in behalf of the Contractor.
A.
�
. �
SPECIFICATIONS
REFUBE REMOVAL BERVICE
GENERAL
l. Large trash containers are the property of the University
of Wisconsin - Oshkosh campus and were manufactured by the
Leach Manufacturing Co.
2.
3.
The low bidder shall have the proper equipment to handle
the Leach cantainers.
Any damage to the Leach containers during loading and un-
loading shall be the responsibility of the low bidder.
All refuse pick-ups are on off street locations.
4. The low bidder shall be responsible for proper disposal of
all refuse at the Town of Oshkosh sanitary landfill, approx-
imately 1� miles north of the City.
5. The low bidder shall be responsible for blowing paper and
refuse during loading and while transporting from points
of pick-up to the point of disposal.
All loose paper and refuse shall be picked-up and the
surrounding area sha11 be policed of all loose paper and
refuse.
LOCATION AND SCHEDULE
1.
Location
Refuse shall be removed from the following scheduled pick-�up
locations at the ilniversity of Wisconsin - Oshkosh campus:
DAILY PICK-UFS (Monday through Friday) to be made as follows:
Albee Hall
Radford Hall
Clow Ha11
Nurse-E3ucation
Arts & Communicatian (Drama)
Arts & Communications (N&S)
Scott Ha11 (North)
5cott Ha11 (South)
Gruenhagen Ha11 (North)
Gruenhagen Hall (South�
Kolf H�11
Campus School
River Warehouse
Counseling Center
Multiculture Center
Reading Center
Testing Center
�i76 Algoma Blvd.
777 Algoma B1vd.
805 Algoma B1vd,
845 A1c�o?r.a Blvd.
926 Woodland Ave.
Elmwood Entrance
625 Algoma Blvd.
b25 A1.goma Blvd.
208 Osceola St.
208 Osceola St.
785 High Ave.
912 P.lgo:ma B1vd �
100 Blackhawk St.
762 Algoma Blvd.
751 Algoma Blvd.
733 �l.g�ma Blvd�
743 AJ..gc�ma Blvd.
Number and Size
�f Containers
5
3
4
2
2
3
6
6
5
3
z
2
2
1 yard
1 yard
1 yard
1 yard
1 yard
1 yard
1 yard
1 yard
1 yard
1 yard
1 yard
1 yard
1 yard
30 gallon cans
30 gallon cans
30 gallon cans
30 gallon cans
Specifications
Page 2
THREE PICK-UPS WEEKLY to be made as follows:
Dodge Garage 135 Wisconsin St. 1 1 yard
Polk Library 801 Elmwood Ave. 1 1 yard
Driver Education 932 High Ave. 1 1 yard
Halsey Science 921 Elmwood Ave. 3 1 yard
Harrington Hall 845 Elmwood Ave. 3 1 yard
Donner Hall 820 High Ave. 1 1 yard
Taylor Hall 780 High Ave. 2 1 yard
Breese Hall 703 Elmwood Ave. 1 1 yard
1 2 yards
Fletcher Hall 712 Elmwood Ave. 1 2 yards
Stewart Hall 723 W. Lincoln Ave. 2 1 yard
Maintenance Hall 783 Pearl Street 1 1 yard
Daily pick-up volume estimated at 60-80 yards during 9-month school
year and 30-40 yards during 3-month summer vacation period.
For any clarifying information, contact Director of Public Works, Jack
Schneider, at City Hall (414) 424-0?.96.
c
PERFORMANCE BOND
KNOW ALL MEN BY THESE PRESENTS, that
Contractor, as principal, and
as surety
are held and firmly bound unto the CITY OF OSHKOSH, [nTISCONSIN,
Owner, in the sum of Dollars ($ )
to be paid to the Owner for which payment well and truly to be
made we jointly and severally bind ourselves, our heirs, executors,
administrators, anc� assigns firmly to these presents.
THE CONDITIONS aF THE ABOVE OBLIGATIO1vS are such that
�
WHEREAS, the said
did, on the day of , 19 , by
articles that date, enter into a contract with the Owner for the
NOW, THEREFORE, if the sai� Contractor shall save and hold
harmless the said Owner from all Public Liability and Damages of
every description in connection therewith, shall well and faithfully
in all things fulfill the said contract, according to all the
conditions and stipulations therein contained, in all respects,
and shall save and hold harmless the said Owner from and against
all liens and claims of every description in connection therewith,
including payment for all materials, labor, and equipment, then this
obligation shall be void and of no effect, but otherwise, it shall
remain in full force and virtue, and in the event that the said
Owner shall extend the time for completion of the work or otherwise
modify elements of the contract in accordance with provisions thereof,
such extensions of time or modi=ications of the contract shall not
in any way release the �ureti_es of this bond.
WITNESS OUR HANDS AND SEALS this
In the Presence of :
DAY OF
Principa
Surety
, 19
(SEAL)
(SEAL)
(SEAL)
(SEAL)
�
CONSTRUCTION CONTRACT
THIS AGREEMENT made on the day of ,
19 , by and between the CITY OF OSHKOSH, Party of the first part,
her ie nafter referred to as the CITY, and
party of the second part, hereinafter referred to as the CONTRACTOR.
WITNESSETH: That the City and the Contractor, for the considera-
tions hereinafter named, agree as follows:
ARTICLE I. SCOPE OF WORK
The Contractor hereby agrees to furnish all of the materials
and all of the equipment and labor necessary, and to perform all
of the work shown on the plans and described in the specifications
for the project entitled or described as follows:
all in accordance and in strict compliance with the contractor's
proposal and the other contract documents referred to in ARTICLE V
of this CONTRACT.
ARTICLE I I e TIME OF COMPLE'I'ION
The work to be performed under this Contract shall be com-
menced and the work completed within the time limits specified in
the General Conditions and/or Contractor's proposal.
ARTICLE III. PAYMENT
(a) The Contract Sum. The City shall pay to the Contractor for the
performance of the contract the sum of $ , adjusted
by any changes as provided in the General Conditions, or any changes
hereafter mutually agreed upon in writing by the parties hereto,
provided, however, in the event the proposal and contract documents
are on a"Unit Price" basis, the above mentioned figure is an estima-
ted figure, and the City shall, in such cases pay to the Contractor
for the performance of the Contract the amounts determined for the
total number of each of the units of work as set forth in the
Contractor's proposal; the number_ of units therein contained is
approximate anly, and the final payment shall be made for the
actual number of units that are incorporated in or made necessary
by the work covered by th� Contract.
(b) Progress Paymentse In the event the time necessary to complete
this Contract is such that the progress payments are required, they
shall be made according to the provisions set forth in the General
Conditionse
Construction Contract
Page 2.
ARTICLE IV. CONTRACTOR TO HOLD CITY HARMLESS
The Contractor covenants and agrees to protect and hold the
City of Oshkosh harmless against all actions, claims and demands
of any kind or character whatsoever which may in anywise be caused
by the negligent digging up of streets, alleys or public grounds or
which may result from the faulty, carelessness or neglect of said
Contractor, his agents, employees, or workmen in the prosecution of
said work or caused bythe violation of any city ordinance and
shall refund to the City all sums which it may be obliged or adjusted
to pay on any such claims or demands within a reasonable time after
demand thereof.
ARfiICLE V. CDMPQNENT PARTS OF THE CONTRACT
This contract consists of the following component parts, all of
which are as fully a part of this contract as if herein set out ver-
batim or, if not attached, as if hereto attached:
1.
2.
3.
4.
5.
6.
7,
General Conditions
Advertisement for Bids
Instructions to Bidders
Specifications, including
Plans
Contractor's Proposal
This Instrument
any Addenda
In the event that any provision in any of the above component
parts of this contract conflicts with any provision in any other of
the component parts, the provision in the component part first
enumerated above shall govern over any other component part which
follows it numerically except as may be otherwise specifically stated.
AND 2S HEREBY DECLARED, UNDLRSTOOD AND AGREED that the word
"CONTRACTOR"' wherever used in this contract means the party of the
second part and its, his or their legal representatives, successors
and assigns.
IN WITNESS WHEREOF, the City of Oshkosh, Wisconsin, has caused
this contract to be sealed with its corporate seal and to be sub-
scribed to by its Manager and City Clerk and countersigned by the
Comptroller of said City, and the party of the second part has
hereunto set its, his or their hand anc? seal the day and year first
above written.
Proposal
Page 2
That I have examined and carefully prepared this Proposal from
the Specifications and have checked the same in detail before
submitting this Proposal; that I have full authority to make such
statements and submit this Proposal in (its) (their) behalf, and
that said statements are true and correct.
(Signature)
Subscribed and sworn to before me
this day of
Notary Public, or other offi�er
authorized to administer oaths.
Title, if any
Address
, 19 .
�
(Bidder should not add any conditions or qualifying statements to this
Proposal as otherwise the Proposal may be declared irregular as not
being responsive to the advertisement.)
Accompanying this Proposal is a
in the amount of
or
�certified check, bid bond, etc.
(Dollars) $
a af the total amount of the bid, as called
for i-1 the invitation to bid.
�
�
�
�Q
�
Construction Contract
Page 3
In the Presence of:
By:
(Seal of Contractor,
if a Corporation) By:
In the Presence of:
(Seal of City)
CONTRACZ'OR
(Specify Title)
CITY OF O�HKCSH, WISCONSIN
By:
CITY A•ANAGER
By:
CITY CLERK
I hereby certify that pr�vi�ie�r�s have been made to pay the liability
that will accrue to the City of Ushkosh, Wisconsin, under the within
contracte
Approved as to form and execution:
CTTY ATTORNEY �
COMPTROLLER
PROPOSAL
REFUBE REMOVAL SERVICE
The undersigne�, having familiarized himself with the local
conditions affecting the cost of the work and with the contract
documents including Advertisement for Bids, Instruction to Bidders,
General Conditions, the form of the Proposal, the form of the
Contract, the form of the Bond, and Specifications on file in the
office of the Purchasing Agent-of the City of Oshkosh, Wisconsin,
hereby proposes to perform everything required to be performed
and to provide and furnish all of the labor, materials, necessary
tools, materials or expendable material, and all utility and
transportation service, and appurtenances necessary to perform
and complete in a workmanlike manner all of the work �equired and
as called for in the proposal in connection with the refuse
removal service for the University of Wisconsin-Oshkosh campus,
in accordance with the specifications, for the following price:
Bid Item #1:
Refuse removal, as specified,
for the 12 month period be-
ginning January 1, 1976, a
lump sum of $
written
I hereby certify that all statements are made in behalf of
Name of Corporation, Partnexship or Person submitting Bid
a corporation organized and existing under the laws of the State of
State of
; a Partnership consisting of
; an Individual trading as
; of the City of
�
�
f
�
� N �
� �.
� ��
r{' • 'rJ
� o A�i
� � c�+-
H CD CD
�
1.71 C� tj
l0 Sv tn
� N�
--� � O
ci- �ll
. �,
lJJ
�
O
�
U
�
�
�
0
0
O
�
�
m
�
�-
N•
�
F-'•
N
�
c�
�
� ;
x' �
� O '�d C
( � • �
�' O F--'
x � r-�
� ��
V X �
H-I� I-��•
�1 c1-
lSl �
-� ct
l0 I-'•
O O
� �
O
�
O
m
�
�
O
�
,�'
H
�
n
�
��
��
�
lJ1
\
0
�
/�''��
7'w'�
�
e
�
�.
—� � � �
.._..
O lr �
� O I�•
O � c�D
��0§
� o
H �i H
� �
lSl ¢
lO F-� U�i
O � ri-
-.'�'�
�7 W
O I--�
W
R� �
�
�
ci-
�
H
�
n
�
�
�
�
�
O
lr
\
0
�
^�'
t-�
�
0
�
�
I O .� t�
rn � .
�
� � ��
�' `� l�
.. a, ,�.
�
H ci- O
. �
lSl ¢J
-� I--'
�
O C-2
� � �
'/� •_'.�..
/
' � .. �
� �-W--�
� i d
? b
� � �
•, � _/`� H
C-2
�
U1
�
0
L�'
r�
�
�
0
�
�
�
l--I
d
�
O
H�
V
�
�
t�
�
H
H
�
H
�
ti
c�
�
�
x
I�
H
d
U�
O
b
�1 �
V �
0 �
� �
�
� �
� � I
� �
�
�
� �
,�
� ,�
> , >.
�
H
�
�
�
F--I
H
�C
O
�
�
H
�
i�
��-y
�-t
�
H
�
O
�
�
�
�
�
�
�
�
b
ti
Z7
�
�
ti
Il
�
�
�
y
)
�
i
�
�
1
�
I
I
�
0
r—I
�
�
�
�.
:1 \
� � �,
�_
�
0
4-, �
'� CL3 �..�
•,-i
� � �
ti �
� � �
Q�., O -F-�
c� � O �
� ,� N
O c�J � •`�
� � �
O O �
� � H `�
O � �
•r-I F-I
�
� N �
rl U] • O
O � O •r-i
U] 4—� I J-�
� � � �
�
�— �`�,.
�
� �
�
� �, N
N �,? ,� � C..)
> �i
O i �
� �
U •rl
O U