Loading...
Agenda 02/12/2008 Item #16D26 Agenda Item No. 16026 February 12, 2008 Page 1 of 18 EXECUTIVE SUMMARY Recommend Approval to award Contract #08-5028 in the amount of $179,060.40 to Quality Enterprises USA, Inc. for the Golden Gate Community Park Boat Ramp Project #800317. OBJECTIVE: To award Contract #08-5028 Quality Enterprises USA, Inc. for the Golden Gate Community Park Boat Ramp Project # 800317 in the amount of $ 179,060.40. CONSIDERATIONS: Staff completed the initial design and permitting phase for the Golden Gate Community Park Boat Ramp Project # 800317. The bidding phase was recently conducted on January, 16,2008, three bids were accepted and the lowest qualified bidder was determined to be Quality Enterprises, Inc. The award of this contract amount is consistent with the pre- established budget for this capital improvement project. Staff has under taken this capital improvement project to meet the demands of the general public and to enhance the existing Golden Gate Community Park public services by providing the general public with direct access to the existing Golden Gate canal channels. The current bid tab for Quality Enterprises USA, Inc. is as follows: Item No of Units Units Unit Price Subtotal Mobilization/Demobilization 1 LS $16,800.00 $16,800.00 Cleaning and Grubbinll I LS $3,120.00 $3,120.00 Stormwater Pollution Plan 1 LS $10,080.00 $10,080.00 Parking Lot Reconfiguration I LS $33,990:00 $33,990.00 Light Pole Relocation 2 EA $1,200.00 $2,400.00 Boat Launch Construction I LS $89,400.00 $89,400.00 Rip Rap 130 SY $48.00 $6,240.00 Landscao in II ] LS $15,230.40 $15,230.40 Demolition Existing Buildings I LS $] ,800.00 $] ,800.00 TOTAL $179,060.40 FISCAL IMPACT: Sufficient FY 08 budget exists in the Golden Gate Boat Ramp project 800317 in the Parks and Recreation Capita] Fund 306, to award this bid. GROWTH MANAGEMENT IMPACT: There is no impact to the Growth Management Plan related to this action. RECOMMENDATION: Approve award of Contract 08-5028 in the amount of $] 79,060.40 to Qua]ity Enterprise USA, Inc. PREPARED BY: Gail Hambright, Tourist Tax Coordinator Agenda Item No. 16026 February 12, 2008 Page 2 of 18 Page 1 of 1 Agenda Item No. 16026 February 12, 2008 Page 3 of 18 COLLIER COUNTY BOARD OF COUNTY COMMISSIONERS Item Number: Item Summary: 16D26 Meeting Date: Recommend Approval to award Contract #08-5028 in the amount of $179,060.40 to Quality Enterprises USA, Inc. for the Golden Gate Community Park Boat Ramp Project #600317. 2/12/2008900:00 AM Approved By Gary McAlpin Costal Project Manager Date Public Services Coastal Zone Management 1/29/20089:42 AM Approved By Kathy Carpenter Executive Secretary Date Public Services Public Services Admin. 1/30/20088:20 AM Approved By Marta Ramsey Public Services Administrator Date Public Services Public Services Admin. 1/30/200810:44 AM Approved By OMS Coordinator Applications Analyst Date Administrative Services Information Technology 1/31120088:36 AM Approved By Linda Best Contracts Agent Date Administrative Services Purchasing 215/2008 8:27 AM Approved By Scott Johnson Purchasing Agent Date Administrative Services Purchasing 2/5120088:52 AM Approved By Steve Carnell Purchasing/General Svcs Director Date Administrative Services Purchasing 2151200810:20 AM Approved By Susan Usher Senior ManagemenUBudget Analyst Date County Manager's Office Office of Management & Budget 2/612008 10:04 AM Approved By James V. Mudd County Manager Date Board of County County Manager's Office Comm issioners 2/61200812:37 PM file://C:\AgendaTest\Export\ J 00-February%20 J 2,%202008\ 16.%20CONSENT%20AGEND... 2/6/2008 ~gJWl~26 "U~g;J'~~~~ CONSTRUCTION BID BOARD OF COUNTY COMMISSIONERS COLLIER COUNTY, FLORIDA Golden Gate Community Park Boat Ramp BID NO. 08-5028 Full Name of Bidder Dualitv Enterprises USA. Inc. Main Business Address 3894 Mannix Drive, Suite 216, Naples, FL 34114-5406 / Place of Business Same Fax No. 239-435-7202 -c Telephone No. 239-435-7200 State Contractor's License # CBCA57231, CUC057398 To: BOARD OF COUNTY COMMISSIONERS OF COLLIER COUNTY, FLORIDA (hereinafter called the Owner) The undersigned, as Bidder declares that the only person or parties interested in this Bid as principals are those named herein, that this Bid is submitted without collusion with any other person, firm or corporation; that it has carefully examined the location of the proposed Work, the proposed form of Agreement and all other Contract Documents and Bonds, and the Contract Drawings and Specifications. Bidder proposes, and agrees if this Bid is accepted, Bidder will execute the Agreement included in the Bidding Documents, to provide all necessary machinery, tools, apparatus and other means of construction, including utility and transportation services necessary to do all the Work, and furnish all the materials and equipment specified or referred to in the Contract Documents in the manner and time herein prescribed and according to the requirements of the Owner as therein set forth, furnish the Contractor's Bonds and insurance specified in the General Conditions of the Contract, and to do all other things required of the Contractor by the Contract Documents, and that it will take full payment the sums set forth in the following Bid Schedule: NOTE: If you choose to bid, please submit an ORIGINAL and ONE COpy of your bid pages. GC-P-1 BID SCHEDULE Golden Gate Community Park Boat Ramp Bid No. 08-5028 Please see attached Bid Schedule GC-P-2 Agenda Item No. 16026 February 12,2008 Page 5 of 18 GOLDEN GATE COMMUNITY P~RK BOAT LANDING BID NO. 08-'5028 Agenda Item No. 16026 February 12, 2008 Page 6 of 18 Quality Enterprises USA, Inc. G:\JOB\C-D\Colller Co. Contracts\CCU 44\81D SHE€TS 10-30.071013012007 ;--: ~ . Agenda Item No. 16026 February 12, 2008 Page 7 of 18 MATERIAL MANUFACTURERS The Bidder is required to state below, material manufacturers it proposes to utilize on this project. No change will be allowed after submittal of Bid. If substitute material proposed and listed below is not approved by Engineer, Bidder shall furnish the manufacturer named in the specification. Acceptance of this Bid does not constitute acceptance of material proposed on this list. THIS LIST MUST BE COMPLETED OR BID WILL BE DEEMED NON-RESPONSIVE. MA TERIAL MANUFACTURER 1. Precast Concrete Old castle Precast 2. 3. 4. 5. Dated 1/16/08 BY: GC-P-3 Agenda Item No. 16D26 February 12, 2008 Page 8 of 18 LIST OF SUBCONTRACTORS The undersigned states that the following is a full and complete list of the proposed Subcontractors it intends to use on this Project with respect to the categories of work identified below, and that such list will not be added to nor altered without the prior written consent of the Project Manager. The undersigned further acknowledges its responsibility for ensuring that the Subcontractors listed herein are "qualified" (as defined in Ordinance 87-25 and Section 15 of Instructions to Bidders) and meet all legal requirements applicable to and necessitated by the Contract Documents, including, but not limited to proper licenses, certifications, registrations and insurance coverage. The Owner reserves the right to disqualify any Bidder who includes non-compliant or non- qualified Subcontractors in its bid offer. Further, the Owner may direct the Successful Bidder to remove/replace any Subcontractor, at no additional cost to Owner, which is found to be non-compliant with this requirement either before or after the issuance of the Award of Contract by Owner. THIS LIST MUST BE COMPLETED OR BID WILL BE DEEMED NON-RESPONSIVE. (Attach additional sheets as needed). Further, the undersigned acknowledges and agrees that promptly after the Award of Contract, and in accordance with the requirements of the Contract Documents, the Successful Bidder shall identify all Subcontractors it intends to use on the Project. The undersigned further agrees that all Subcontractors subsequently identified for any portion of work on this Project must be qualified as noted above. Cateqorv of Work Subcontractor and Address 1. Electr:l~_ Bentley El~"tr:i,~__ Naples, Florida 2. Landscaping & Irrigation _EalnL..~Q=LLaruiscap i ng _N.Il:l'.1"",..!lorida 3. 4. 5. Dated-1.Ll6/0~__ Quality Enterprises USA, Inc. ----------.-.. BY: ichard R. Slicko, Vice President GC-P-4 Agenda Item No. 16026 February 12, 2008 Page 9 of 18 STATEMENT OF EXPERIENCE OF BIDDER The Bidder is required to state below what work of similar magnitude completed within the last five years is a judge of its experience, skill and business standing and of its ability to conduct the work as completely and as rapidly as required under the terms of the Agreement. Project and Location Reference 1. South Countv Effluent Storage Eagle Lakes Park - Paving & Benches' Naples, Florida Karen Guliani, Principal Project Manager Collier County Public Utilities Eng. Dept. 239-417-6083 2. Lowdermilk Park Parking Lot and Storm Drainage Improvements Naples, Florida Terry Fedelem, Project Manager City of Naples 239-213-5002 3. South Collier Boulevard Renovation -_._~ Marco Island, Florida Mike Daniel, Construction Manager City of Marco Island 239-825-9554 4. North Oollie~Boulevard Improvements Marco Island, Florida Mike Daniel, Construction Manager City of Marco Island 239-825-9554 5. 6. Dated 1/16/08 BY: Quality Enterprises USA, Inc. Bidder .? Vice President GC.P.5 Agenda Item No. 16026 February 12, 2008 Page 10 of 18 TRENCH SAFETY ACT Bidder acknowledges that included in the various items of the bid and in the Total Bid Price are costs for complying with the Florida Trench Safety Act (90-96, Laws of Florida) effective October 1, 1990. The Bidder further identifies the cost to be summarized below: Trench Safety Measure (Description) Units of Measure (LF,SY) Unit (Quantity) Unit Cost Extended Cost LF 110 $ 3.00 $ 330.00 TOTAL $ 330.00 Failure to complete the above may result in the Bid being declared non-responsive. Dated 1/16/08 Inc. BY: GC-P-6 Agenda Item No. 16026 February 12, 2008 Page 11 of 18 Upon notification that its Bid has been awarded, the Successful Bidder will execute the Agreement form attached to the Bidding Documents within ten (10) calendar days and deliver the Surety Bond or Bonds and Insurance Certificates as required by the Contract Documents. The bid security attached is to become the property of the Owner in the event the Agreement, Insurance Certificates and Bonds are not executed and delivered to Owner within the time above set forth, as liquidated damages, for the delay and additional expense to the Owner, it being recognized that, since time is of the essence, Owner will suffer financial loss if the Successful Bidder fails to execute and deliver to Owner the required Agreement, Insurance Certificates and Bonds within the required time period. In the event of such failure, the total amount of Owner's damages, will be difficult, if not impossible, to definitely ascertain and quantify. It is hereby agreed that it is appropriate and fair that Owner receive liquidated damages from the Successful Bidder in the event it fails to execute and deliver the Agreement, Insurance Certificates, and Bonds as required hereunder. The Successful Bidder hereby expressly waives and relinquishes any right which it may have to seek to characterize the above noted liquidated damages as a penalty, which the parties agree represents a fair and reasonable estimate of Owner's actual damages at the time of bidding if the Successful Bidder fails to execute and deliver the Agreement, Insurance Certificates, and Bonds in a timely manner. Upon receipt of the Notice of Award, the undersigned proposes to commence work at the site within 5 calendar days from the commencement date stipulated in the written Notice to Proceed unless the Project Manager, in writing, subsequently notifies the Contractor of a modified (later) commencement date. The undersigned further agrees to substantially complete all work covered by this Bid within ninety (90) consecutive calendar days, computed by excluding the commencement date and including the last day of such period, and to be fully completed to the point of final acceptance by the Owner within one hundred twenty (120) consecutive calendar days after Substantial Completion, computed by excluding commencement date and including the last day of such period. Respectfully Submitted: State of Florida County of Collier Richard R. Slicko , being first duly sworn on oath deposes and says that the Bidder on the above Bid is organized as indicated and that all statements herein made are made on behalf of such Bidder and that this deponent is authorized to make them. Richard R. Slicko , also deposes and says that it has examined and carefully prepared its Bid from the Bidding Documents, including the Contract Drawings and Specifications and has checked the same in detail before submitting this Bid; that the statements contained herein are true and correct. GC-P-7 Agenda Item No. 16D26 February 12, 2008 Page 12 of 18 (a) Corporation The Bidder is a corporation organized and Virginia which operates Quality Enterprises USA, Inc. officers are as follows: existing under under the laws of the State of the legal name of , and the full names of its President 'H'nT.7J:lTt1 T Mllrr&lll Secretary Stacey L. Murrell Treasurer Manager +he is authorized to sign construction bids aflEl eentl'fld,5 1\,1 tRe 86mpt!II 'y uy ",dllJlI OT ItS ClUClflJ-of-flil:Wo.rS taken , B ecrtified ee.p:y of ..hid, i" l,erelD attached (strike ou'tll,i" last sent~et-applicable). (b) Co-Partnership The Bidder is a co-partnership consisting of individual partners whose full names are as follows: The co-partnership does business under the legal name of: (c) Individual The Bidder is an individuai whose full name is and if operating under a trade name, said trade name is DATED 1/16/08 legal entity GC-P-8 ~i:~ Agenda Item No. 16026 February 12, 2008 Page 13 of 18 sJu4tl#~t~ Witness iu an J. S u tz BY: Oua1ity Enterprises USA, Inc. Name of Bidder (Typed) President 3894 Mannix Driye, Suite 216 Naples, FL 34114-5406 Incorporated in the State of Virginia STATE OF 111nrin~ COUNTY OF Collier The foregoing instrument was acknowledged before me this 16th day of January 2000,'by Richard R. Slicko ,as Vice President of Quality Enterprises USA, Inc. ,a Virginia corporation, on behalf of the corporation. He/she is pe~nally ~wn to me or has produced N I A as identification and did (did not) take an oath. My Ex ires: 2/11/10 lli-\"':~. MARCIE l. COHEN t', ", MY COMMISSION 100 501526 ~. . '/ EXPIRES: F'bruaryl1. 2010 , llondedThruNDllryPubHcUIIdefwrilers , ) "Z' J~, /11,U,.- L ( / . !'{.l..U.i{ ,\. Y'--- (Signature of Notary) NAME: Marcie L. Cohen (Legibly Printed) (AFFIX OFFICIAL SEAL) Notary Public, State of 1'1 or; d~ Commission No.: DD 501526 GC-P-9 Agenda Item No. 16026 February 12, 2008 Page 14 of 18 BID BOND KNOW All MEN BY THESE PRESENTS, that we Quality Enterprises USA, Inc. (herein after called the Principal) and Travelers Casualty and Surety Company of America , (herein called the Surety), a corporation chartered and existing under the laws of the State of Connecticut with its principal offices in the city of Hartford and authorized to do business in the State of Florida are held and firmly bound unto the Board of County Commissioners, Collier County, Florida (hereinafter called the Owner), in the full and just sum of -Five-Percent-of-Amount-Bid------ dollars ($ 5%-of-Bid--- ) good and lawful money of the United States of America, to be paid upon demand of the Owner, to which payment well and truly to be. made, the Principal and the Surety bind themselves, their heirs, and executors, administrators, and assigns, jointly and severally and firmly by these presents. Whereas, the Principal is about to submit, or has submitted to the Owner, a Bid for furnishing all labor, materials, equipment and incidentals necessary to furnish, install, and fully complete the Worl( on the Project Imown as Golden Gate Community Park Boat Ramp aid No. 08-5028 NOW, THEREFORE, if the Owner shall accept the Bid of the PRINCIPAL and the PRINCIPAL shall enter Into the required Agreement with the Owner and within ten days after the date of a written Notice of Award in accordance with the terms of such Bid, and give such bond or bonds in an amount of 100% the total Contract Amount as specified in the Bidding Documents or Contract Documents with good and sufficient surety for the faithful performance of the Agreement and for the prompt payment of labor, materials and supplies furnished in the prosecution thereof or, in the event of the failure of the PRINCiPAL to enter into such Agreement or to give such bond or bonds, and deliver to Owner the required certificates of insurance, if the PRINCIPAL shall pay to the OBLIGEE the fixed sum of $ 5%-of-Bid- noted above as liquidated damages, and not as a penalty, as provided in the Bidding Documents, then this obligation shall be null and void, otherwise to remain in full force and effect. GC,P.10 Agenda Item No. 16026 February 12, 2008 Page 15 of 18 IN TESTIMONY Thereof, the Principal and Surety have caused these presents to be duly signed and sealed this 16th day of January, 2008 , JOIJlt. BY Principal President and Surety Company of America (Seal) Surety (Seal) Tammy A. Countersigned Doug Local Resident Producing Agen ;?:S; b 't '7 p Casualty and Suret)! Company of America GC-P-11 gen a tern o. February 12, 2008 Page 16 of 18 SL Paul Guardian Insurance Company St. Paul Mercury Insurance Company Travelers Casualty lInd Surety Company Travelers Casualty and Surety Company of America United States Fidelity and Guaranty Company ..... TRAVELERSJ POWER OF ATTORNEY WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER Farmington Casualty Company Fidelity and Guaranty Insurance Company Fidelity and Guaranty Insurance Underwriters, Inc. Seaboard Surety Company St. Paul Fire and Marine Insurance Company Attorney-In Fact No. 213480 CerlificateNo. 001968473 KNOW ALL MEN BY THESE PRESENTS: That Seaboard Surely Company is a corporation duly organized under the laws of the State of New York, that St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company and St. Paul Mercury Insurance Company are corporations duly organized under the laws of the State of Minnesota, that Farmington Casualty Company, Travelers Casualty and Surety Company, and Travelers Casualty and Surety Company of Amc\;ca are corporations duly organized under the laws of the State of Connecticut, that United States Fidelity and Guaranty Company is a corporation duly organized under the laws of the State of Maryland. that Fidelity and GuaranlY Insurance Company is a corporation duly organized under the laws of the State of Iowa, and that Fidelity and Guaranty Insurance Underwriters, Inc. is a corporation duly organized under the laws of the Stale of Wisconsin (herein collectively caJled the "Companies"), and that the Companies do hereby make, constitute and appoint Mark C. Bundy, Nancy R. Chunta, William E. Crawley, Tammy A, Ward, and Terri Strawhand of the City of Vin!inia Beach , Slate of~ Vininia , their Irue and lawful Attorney(s)-in-Fact. each in their separate capacity if more than one is named above, 10 sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undeltakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and UndeJ1akings required or permitted in any actions or proceedings allowed by law. IN WITNESS WHEREOF. the Companies have caused this instrument to he signed and their corporate seals Iu be herelu affixed. this December 2006 day of ,__.__ 7th Farmington Casualty Company Fidelity and Guaranty Insurance Company FideJity and Guaranty Insurance Underwriters, Inc. Seaboard Surety Company St. Paul Fire and Marille Insurance Company s State of Connecticut City of Hartford ss. St. Paul Guardian In.<mrance Company St. Paul Mercury Insurance Company Travelers Casualty and Surety Company lhvelers Casualty and Surety Company of America United States Fidelity and Guaranty Company ~"'...~ 1i~' ~-;~ By: 7th December 2006 011 this the day of _ __ ___~, , before me personally appeared George W. Thompson. who acknowledged himself to be the Senior Vice President of Farmington CasutlHy Company. Fidelity and Guaranty Insurance Camp.my. Fidelity and Guaranty Insurance Underwriters, Inc., Seaboard Surely Company. St. Paul Fire and Marin~ Insurance Company, St. Paul Guardian Insurance Comp<my, SL Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Sllfety Company of America. and United States Fidelity and Guaranty Company, ami that he. as such, being authlJrized so to do, executed the foregoing instrument for thc purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. In Wilness Whereflr, T hereunto set my hand and official seaL My Commission expires the 30th day of June, 2011. 58440-5-07 Printed in U.S.A. "f(\w c. j~ '-Marie C. Tetreaull. Notary Public WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER Agenda Item No. 16026 February 12, 2008 Page 17 of 18 THIS SHEET MUST BE SIGNED BY VENDOR BOARD OF COUNTY COMMISSIONERS COLLIER COUNTY, FLORIDA Purchasing Department BIDDERS CHECK LIST IMPORTANT: Please read carefully, sign in the spaces indicated and return with your Bid. Bidder should check off each of the following items as the necessary action is completed: 1. The Bid has been signed. 2. The Bid prices offered have been reviewed. 3. The price extensions and totals have been checked. 4. The payment terms have been indicated. 5. Any required drawings, descriptive literature, etc. have been included. 6. Any delivery information required is included. 7. If required, the amount of Bid bond has been checked, and the Bid bond or cashiers check has been included. 8. Any addenda have been signed and included. 9. The mailing envelope has been addressed to: Purchasing Director Collier County Government Center Purchasing Building 3301 Tamiami Trail, East Naples, Florida 34112 11. The mailing envelope must be sealed and marked with: <o>Bid Number; <o>Project Name; <o>Opening Date. 12. The Bid will be mailed or delivered In time to be received no later than the specified openine date and time. (Otherwise Bid cannot be considered.) ALL COURIER-DELIVERED BIDS MUST HAVE THE BID NUMBER AND PROJECT NAME ON THE OUTSIDE OF THE COURIER PACKET Inc. DATE: 1/16/08 GC-P-12 c.oCO&PMl"J_ NOro=-Ol nol:lL..i:iUi ~.;Cl"O<I>'C c .& _~ ai j~~ ~ ~ -", cra:-'" Z 2:'~.~8. E ttl ~ to ~ Q) 2 1ij' If ==..c "t g _ Q) <U Z w U- ~ -0 C '" OJ <{ ~ E . ~ " ,g ~ comO No... .. ~~E ~ c , o'~ * E C oE-8 iii8~ . ~ C . ~ ~ o . E ~~ .0 ~~ -N~ 0.0 ~~~ 0>&_ ~ . . o , tio...o ~WQ) e;iji\i ~oo a a 0 a a a '" ,j f- a 0 a 0 0 0 0 .. ... z a a 0 a ci .E :J g 0 0 0 g 0 0 :;j 0 '" N '" "' 'f .. a '" ~ 0 '" a "' .. N N "! '" " :2 .; <'i c5 <'i N ci .; .n ;;; ... ~ '" '" e .. ;;; OF> ;;; OF> OF> OF> OF> ;;; ~ '" ~ w w w ~ "" S m m . m W >- >- >- >- >- z c 0 0 0 0 a ~ U a a a a 8 a .. 0 a: g 0 0 0 0 a 0 a 0 0 0 g "- N '" "' 0 a ai '" ;; '" a "' N .. .. N "! ~ f- .; <'i c5 <'i ci '" .n a z ;;; '" ;;; '" ;;; '" ;;; ;;; :J OF> OF> 8 0 a 0 a '" f- a 8 a 0 0 a a 0 '" u z 0 ..; a a N .E :J 0 <ri 0 ..; 0 "' 0 cO .,; ... "' "" 0 "" a '" "' "' "" N 0 "" "" '" "' 0 .n "' N <0 N I! :2 <'i as ...: ...: N 0 ..; .; .n 0> 0 .. N '" '" "' ;;; ;;; '" N '" N 1l '" OF> '" '" w w w w ~ "" ~ m m m m 0 W >- >- >- >- >- z a 0 0 a 0 U 0 a 0 a a U a: a a a 0 a ..; a a a g <ri g ..; 0 "' a cO .,; .: "- "" "" 0 '" .,; "' "" f- "" "" '" "' a .n '" N <0 Z Z <'i .; ...: ...: .; a OF> <ri .n N '" OF> "' '" ;;; N '" :J '" OF> '" 0 a a a a a a '" f- a a a a 8 a a 0 a '" Z g 0 a 0 0 0 g 0 ci ~ :J a g a 0 a a a '" c 8 a "' ~ 0 a 0 "' a ci .. a a ..; :2 as .n N as <'i <0 c5 c5 as '" .. N N '" ;;; '" ;;; ;;; ;;; N :I: '" '" '" '" z w w ~ w w .. ~ m m m Z ~ w >- >- >- >- 0 0 8 a 8 0 m g a a 0 ~ 0 0 a a 0 0 0 ~ II 0 0 0 0 0 0 a 0 0 0 "- a a a a 0 a 0 8 0 " 0 a "' 0 "'. ci 0 !:: as .n N as '" c5 as <0 '" Z N N '" ;;; ;;; ;;; ;;; ;;; :J '" '" f- .:; .. .. (f) (f) .. (f) >- (f) (f) a a a a 0 Z (f) (f) .. Z Z Z Z z :c :0 --' --' --' -' W --' (f) --' --' f- " " " " " m 0 m m m m m ." ~ f- >- >- >- >- >- c. W 0. ;:: ~ <;; U "0 m 0 m 0 Z ~ ~ ~ - N ~ '" - ~ 5 a "0 .. a - " ~ U "0 Z <D U in "0 :0 m ~ m "0 m 0 'S 1" '0 <;; in > i;; 0 a m (f) u u m D u "' ~ :2 ~ 0 u " (f) m 0 m Ig '0 '0 I~ ~ -g 0 0 0 0 m f- m .Q g m .Q .Q 1i ;; x "0 1i 0: 1! 0 i2 w "0 a U :2 ::J '0 " z ~ :E 0 ~ ~ 2 '5 0 :E D .Q ;; Ig <ll 1" ;:: 0 2 :;; 1" a 0 .~ m E CJ a 0; 0 m I~ E 0- m "0 '0 u II U II ~ ;; m it " "- m 0 II m "' w 'x 1i u C g <;; '0 u i'i' "0 W 1ii Ul .Q 1i "5 "- 0 0 w 1i --' ~ j 0 " '0 . 1" m a J;:! m E --' :E :E m 0 ::J OJ '0 (3 0 :g E 0 1ii 0 :2 m <D m "- " :; W ~ N '" .. "' <0 "" '" "' !:: E ~ . ~ e . rn 0 . ~ 0 9 U . E ;: . " ~ 0 . ~ ~ ~ > 0 ; . . . > '0 n " " 0 9 . rn . 0 . > ~ J' . E . ;: . o 0 c . ~. ~ . dj ~ ". c E . ~ ~ 0 ~ . E 5 ~ e ~ " . 0 ~ '~ ~ 0 0 0 C , Q . " -g E . 0 -oC . : C . .~ ~- 00 . ; . . . > > . " E ~ . E . ~ 0 . ~ 0 E 5 w ~ 0 ;; "' 0 ~ . 0 m 15 . , E > > ci w 8 e " . " E a CJ ~ " u ~ . (f) m " 0 >. 1" " la 0 ~ ~ ~ m a E . 0> U .. ~rl 0> ~ c.:;:: 0 ~ ~ '0 m m ..2 - . . ~ 0. ;: ~ " 0 ~ E