Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAboutC17-362 M-B Companies IncAGREEMENT FOR EQUIPMENT BETWEEN
EAGLE COUNTY, COLORADO
AND
M -B COMPANIES, INC.
THIS AGREEMENT ("Agreement") is effective as of the ©L'TO/�C�'t- � 1 , 2017 by and between M -B
Companies, Inc. (hereinafter "Contractor") and Eagle County, Colorado, a body corporate and politic (hereinafter
"Owner").
RECITALS
WHEREAS, Owner desires to contract with Contractor for fabrication of two (2) units of custom snow removal
equipment ("Equipment"); and
WHEREAS, Eagle County solicited an Invitation for Bid for AIP Project No. 3-08-0020-058-2017 dated May 9,
2017 which is incorporated herein by this reference, which complied with federal guidelines for the purchase of
snow removal equipment using state and/or federal grant dollars (the "Solicitation"). A copy of the Solicitation is
attached hereto as Exhibit A and incorporated herein by this reference; and
WHEREAS, Contractor submitted a proposal on May 31, 2017 (the "Proposal," a copy of which is attached hereto
as Exhibit B and incorporated herein by this reference) and was chosen as the successful respondent to the Invitation
for Bid for the Project; and
WHEREAS, Contractor is authorized to do business in the State of Colorado and has the time, skill, expertise, and
experience necessary to provide the equipment and/or materials as set forth below in Section 1 hereof; and
WHEREAS, this Agreement shall govern the relationship between Contractor and Owner in connection with the
procurement of equipment and/or materials.
AGREEMENT
NOW, THEREFORE, in consideration of the foregoing and the following promises Contractor and Owner agree as
follows:
1. Equipment. Contractor agrees to furnish labor and procure the materials, equipment, and products needed
to fabricate the Equipment and perform all the work necessary to complete the Equipment as described in Exhibit B
which is attached hereto and incorporated herein by reference. The Equipment shall be provided in accordance with
the provisions and conditions of this Agreement.
a. The Contractor agrees to commence work within ten (10) calendar days after the receipt of a
Notice to Proceed and the Contractor further agrees to deliver the Equipment no later than 300 calendar days from
the Notice to Proceed.. Extensions of the Contract Time may only be permitted by written execution of a formal
modification to this Agreement as approved by the Owner.
b. This Agreement shall include "Contract Documents" as the same as defined in Paragraph 10-13,
Section 10 of the General Provisions of the Solicitation and consisting of the Invitation for Bid, Instruction to
Bidders, all issued Addenda, Proposal, Statement of Qualifications, Anticipated Sub -Contracts, Form of Proposal
Guaranty, Notice of Award, Contract Agreement, Supply Bond, Notice to Proceed, Notice of Contractor's
C17-362
Settlement, Wage Rates, General Provisions, Special Provisions, Technical Specifications, attached appendices and
all documents incorporated by reference. Said "Contract Documents" are made a part of the Agreement as if set out
at length herein. The Contract Documents may only be altered, amended, or repealed by written amendment as
outlined by Section 4 of this Agreement. The intent of the Contract Documents is to include all items, components
and services necessary for the proper sale and delivery of the Equipment. The Contract Documents are
complementary, and what is required by any one shall be as binding as if required by all. Words and abbreviations
which have well known technical or trade meanings are used in the Contract Documents in accordance with such
recognized meanings. If there is a conflict between terms in this Agreement and the Contract Documents, the
Contract Documents shall control.
C. Owner shall have the right to inspect all Equipment per Section 50-15 of the Contract Documents.
Inspection and acceptance shall not be unreasonably delayed or refused. Owner may conduct acceptance tests on
each delivered vehicle. These tests shall be completed within ten (10) business days after vehicle delivery and the
Contractor will be notified by the 10th day if the vehicle has been accepted or needs additional work. The post-
delivery tests shall include visual inspection and vehicle operations. Vehicles that fail to pass the post -delivery tests
are subject to non-acceptance. Owner shall record details of all defects and notify the Contractor of non-acceptance
of each vehicle. The defects detected during these tests shall be repaired according to the procedures defined in
Section 90-10 of the Contract Documents. In the event Owner does not accept the Equipment for any reason in its
sole discretion, then the Contractor shall upon Owner's request and at no charge to Owner:
i. take the Equipment back;
ii. exchange the Equipment; or
iii. repair the Equipment.
d. Owner Training. A qualified factory representative or a factory trained authorized dealer
representative must fully install, start-up, and test the Equipment prior to training. Training shall be performed by a
factory trained technician or a trained and authorized dealer representative. The training shall be performed at the
Owner's site and shall be eight (8) hours for operator training and an additional eight (8) hours for mechanic training
(mechanics shall attend the operating training first). The purpose of this training is to review safe and effective
procedures for use and maintenance of the machine review and test all systems and ensure the full function of the
machine. Training will be in small groups — both classroom and hands on training is required.
e. LIQUIDATED DAMAGES. Owner and Contractor recognize that time is of the essence with
regard to the performance of services under this Agreement and that Owner expects Contractor to complete
fabrication of the Equipment within the Contract Time. Owner and Contractor also recognize the delays, expense,
and difficulties involved in proving a legal or arbitration preceding the actual loss suffered by Owner if the
Equipment is not complete within the Contract Time. Accordingly, instead of requiring such proof, Owner and
Contractor agree that as liquidated damages (but not as a penalty) for delay beyond the Completion Date, Contractor
shall pay Owner five hundred dollars ($500:00) for each day that expires after the Completion Date until the
Equipment is complete.
2. Owner's Representative. The Eagle County's designee per Section 9 of this Agreement shall be
Contractor's contact with respect to this Agreement.
3. Term of the Agreement. This Agreement shall commence upon the date first written above, and subject to
the provisions of Section 10 hereof, shall continue in full force and effect through the terms outlined in Section la of
this Agreement.
2
4. Extension or Modification. Any amendments or modifications to the Contract Documents shall be in
writing signed by both parties. Accordingly, no course of conduct or dealings between the parties, nor verbal change
orders, express or implied acceptance of alterations or additions to the Equipment, and no claim that Owner has been
unjustly enriched by any Equipment, whether or not there is in fact any such unjust enrichment, shall be the basis of
any increase in the compensation payable hereunder. In the event that written authorization and acknowledgment by
Owner for such additional equipment is not timely executed and issued in strict accordance with this Agreement,
Contractor's rights with respect to such additional equipment shall be deemed waived and such failure shall result in
non-payment for such additional equipment.
5. Compensation. Owner shall compensate Contractor for the Equipment in a sum computed and payable as
set forth in Exhibit B. The compensation for the Equipment under this Agreement shall not exceed $974,372.00.
a. Partial payment will be made for Equipment delivered and accepted by Owner within thirty (30)
days of receipt of a proper and accurate invoice from Contractor. 10% retainage shall be held until final acceptance
of the Equipment pursuant to the Contract Documents. All invoices shall include detail regarding the Equipment
and such other detail as Owner may request.
b. If, at any time during the term or after termination or expiration of this Agreement, Owner
reasonably determines that any payment made by Owner to Contractor was improper because the Equipment for
which payment was made was not provided as set forth in this Agreement, then upon written notice of such
determination and request for reimbursement from Owner, Contractor shall forthwith return such payment(s) to
Owner. Upon termination or expiration of this Agreement, unexpended funds advanced by Owner, if any, shall
forthwith be returned to Owner.
C. Notwithstanding anything to the contrary in the Contract Documents the Contractor hereby
acknowledges and agrees that Owner's performance under the contract is subject to receipt of funds from the FAA
and further is subject to annual appropriation by Owner in accordance with a budget adopted by Eagle County Board
of County Commissioners in compliance with the provisions of Article 25, Title 30 of the Colorado Revised
Statutes, the Local Government Budget Law (C.R.S. 29-1-101 et. seq.) and the TABOR Amendment (Colorado
Constitution Article X, Sec. 20). Owner may issue multiple Notice(s) to Proceed in incremental stages and funding
becomes available.
d. Federal Grant Contract:The Parties acknowledge that Owner is a recipient of a grant awarded by the
United States Department of Transportation, Federal Aviation Administration ("FAA"), which will be used to fund,
in part, the procurement of this Equipment. The Contractor is subject to the Buy American Preference, Foreign
Trade Restrictions, Government -Wide Debarment and Suspension, Government -Wide Requirements for Drug -Free
Workplace and the Federal Provisions included in Part A of the Special Provisions contained in the Contract
Documents.
6. Insurance.
The Contractor shall pay for and maintain during the life of this contract adequate Workmen's Compensation, Public
Liability and Property Damage Insurance. The Contractor is charged with the responsibility for adequate and proper
coverage for all his subcontract operations. Contractor shall furnish to the Owner satisfactory proof of carriage of
the insurance required. Public Liability Insurance shall be in the amount of not less than $2,000,000.00 for injuries,
including accidental death, to any one person, nor less than $2,000,000.00 on account of any one accident. Property
Damage Insurance shall be carried in an amount not less than $2,000,000.00. Such Liability Insurance shall include
completed operation coverage.
3
a. Contractor shall maintain the foregoing coverage in effect until the work is completed and all
applicable statutes of limitations have run.
b. All policies must contain an endorsement affording an unqualified thirty (30) days' notice of
cancellation of coverage.
C. All policies must be written by insurance companies whose rating in the most recent Best's rating
guide is not less than A -(VII).
d. Certificates of Insurance with the required endorsements evidencing the coverage and naming the
Owner as Additional Insured must be delivered to the County prior to commencement of any work under
this Agreement. Notwithstanding any other provision hereof, the Contractor shall provide the County a
complete copy of any policy of insurance required hereunder within five (5) business days of a written
request from the County, and hereby authorizes the Contractor's brokers, without further notice to or
authorization by the Contractor, to immediately comply with any written request of the County for a
complete copy of any policy required hereunder.
e.. The general liability insurance policy shall be endorsed as follows:
i. Designated construction project general aggregate limit endorsement, ISO GC 2503 or
equivalent;
ii. Automatic Additional Insured Endorsement, Owners, Lessees or Contractors, ISO Form
2038 or equivalent;
iii. Additional Insured •- Completed Operations Owners, Lessees or Contractors
Endorsement, ISO CG 2037 or equivalent.
iv. The Completed Operations coverage must be kept in effect for up to the statue of repose
after project completion.
f. Contractor's certificates of insurance shall include subcontractors, if any as additional insureds
under its policies or Contractor shall furnish to County separate certificates and endorsements for each
subcontractor.
g. The insurance provisions of this Agreement shall survive expiration or termination hereof.
h. A certificate of insurance consistent with the foregoing requirements shall be included in the
Contract Documents and attached hereto as Exhibit C.
7. Indemnification. The Contractor shall indemnify and hold harmless Owner, and any of its officers, agents
and employees against any losses, claims, damages or liabilities for which Owner may become subject to insofar as
any such losses, claims, damages or liabilities arise out of, directly or indirectly, this Agreement, or are based upon
any performance or nonperformance by Contractor or any of its subcontractors hereunder; and Contractor shall
reimburse Owner for reasonable attorney fees and costs, legal and other expenses incurred by Owner in connection
with investigating or defending any such loss, claim, damage, liability or action. This indemnification shall not
apply to claims by third parties against the Owner to the extent that Owner is liable to such third party for such
claims without regard to the involvement of the Contractor. This Section shall survive expiration or termination
hereof.
4
8. Documents. Contractor shall execute any bill of sale or other documents required by Owner to transfer
title of the Equipment to Owner. Contractor shall provide copies of any instruction or operations manuals and shall
further provide copies of any manufacturers warranties associated with the Equipment as required by the Contract
Documents.
9. Notice. Any notice required by this Agreement shall be deemed properly delivered when (i) personally
delivered, or (ii) when mailed in the United States mail, first class postage prepaid, or (iii) when delivered by FedEx
or other comparable courier service, charges prepaid, to the parties at their respective addresses listed below, or (iv)
when sent via facsimile so long as the sending party can provide facsimile machine or other confirmation showing
the date, time and receiving facsimile number for the transmission, or (v) when transmitted via e-mail with
confirmation of receipt. Either party may change its address for purposes of this Section by giving five (5) days
prior written notice of such change to the other party.
OWNER:
Eagle County, Colorado
Attention: Alex Everman
500 Broadway
Post Office Box 850
Eagle, CO 81631
Telephone: 970-328-3578
Facsimile: 970-328-2687
E-mail: Alex.Everman@eaglecounty.us
With a copy to:
Eagle County Attorney
500 Broadway
Post Office Box 850
Eagle, Co 81631
Telephone: 970-38-8685
Facsimile: 970-328-8699
E -Mail: atty@eaglecounty.us
CONTRACTOR:
M -B Companies, Inc.
1615 Wisconsin Avenue
New Holstein, WI 53061
(920)898-1080
(920) 849-2629 (fax)
skarlin@m-bco.com
ENGINEER:
Jviation, Inc.
900 S. Broadway
Denver, CO 80209
(303)524-3030
(303) 524-3031 (fax)
Matt.gilbreath@jviation.com
10. Termination. Owner may terminate this Agreement, in whole or in part, at any time and for any reason,
with or without cause, and without penalty therefor with seven (7) calendar days' prior written notice to the
Contractor. Upon termination of this Agreement, Contractor shall immediately provide Owner with all documents
as defined in Section 8 hereof, in such format as Owner shall direct and shall return all Owner owned materials and
documents in the possession of Contractor, if any. Owner shall pay Contractor for Equipment satisfactorily
inspected and accepted to the date of termination.
11. Venue, Jurisdiction and Applicable Law. Any and all claims, disputes or controversies related to this
Agreement, or breach thereof, shall be litigated in the District Court for Eagle County, Colorado, which shall be the
sole and exclusive forum for such litigation. This Agreement shall be construed and interpreted under and shall be
governed by the laws of the State of Colorado.
12. Execution by Counterparts; Electronic Signatures. This Agreement may be executed in two or more
counterparts, each of which shall be deemed an original, but all of which shall constitute one and the same
instrument. The parties approve the use of electronic signatures for execution of this Agreement. Only the following
two forms of electronic signatures shall be permitted to bind the parties to this Agreement: (i) Electronic or
facsimile delivery of a fully executed copy of the signature page; (ii) the image of the signature of an authorized
signer inserted onto PDF format documents. All documents must be properly notarized, if applicable. All use of
electronic signatures shall be governed by the Uniform Electronic Transactions Act, C.R.S. 24-71.3-101 to 121.
13. Other Contract Requirements and Contractor Representations.
a. Contractor has familiarized itself with the intended purpose and use of the Equipment to be
provided hereunder, the intended use of such Equipment by Owner, and with all local conditions, federal, state and
local laws, ordinances, rules and regulations that in any manner affect cost, progress, or Equipment.
b. Contractor will make, or cause to be made, examinations, investigations, and tests as he deems
necessary for the performance of this Agreement.
C. The fact that the Owner has accepted or approved the Equipment shall not relieve Contractor of
any of its responsibilities. Contractor represents and warrants that it has the expertise and personnel necessary to
properly perform the terms of this Agreement. Contractor shall provide appropriate supervision to its employees to
ensure the performance in accordance with this Agreement. Contractor will provide the Equipment in a skillful,
professional and competent manner and in accordance with the standard of care applicable to Contractors supplying
similar equipment.
d. Contractor warrants merchantability and fitness of the Equipment for its intended use and purpose.
e. Contractor hereby represents and warrants that the Equipment will be new and guarantees all
Equipment against defects for a period of one (1) year from the date the Equipment is accepted by Owner, or such
longer period as may be provided by the law or as otherwise agreed to by the parties.
f. All guarantees and warranties of Equipment furnished to Contractor by any manufacturer or
supplier are for the benefit of Owner. If any manufacturer or supplier of any Equipment furnishes a guarantee or
warrantee for a period longer than one (1) year, then Contractor's guarantee or warrantee shall extend for a like
period as to such Equipment as more completely detailed in the Contract Documents.
g. Contractor warrants that title to all Equipment shall pass to Owner either by incorporation into the
Owner facility or upon receipt by Contractor of payment from Owner (whichever occurs first) free and clear of all
6
liens, claims, security interests or encumbrances. Contractor further warrants that Contractor (or any other person
performing Work) purchased all Equipment free and clear of all liens, claims, security interests or encumbrances.
Notwithstanding the foregoing, Contractor assumes all risk of loss with respect to the Equipment until Owner has
inspected and approved the same.
h. Within a reasonable time after receipt of written notice, Contractor shall correct at its own
expense, without cost to Owner, and without interruption to Owner:
i. Any defects in Equipment which existed prior to or during the period of any guarantee or
warranty provided in this Agreement; and
ii. Any damage to any property caused by such defects or the repairing of such defects.
i. Guarantees and warranties shall not be construed to modify or limit any rights or actions Owner
may otherwise have against Contractor in law or in equity.
j. Contractor agrees to work in an expeditious manner, within the sound exercise of its judgment and
professional standards, in the performance of this Agreement. Time is of the essence with respect to this
Agreement.
k. This Agreement constitutes an agreement for performance by Contractor as an independent
Contractor and not as an employee of Owner. Nothing contained in this Agreement shall be deemed to create a
relationship of employer-employee, master -servant, partnership, joint venture or any other relationship between
Owner and Contractor except that of independent Contractor. Contractor shall have no authority to bind Owner.
1. Contractor represents and warrants that at all times in the performance of the Agreement,
Contractor shall comply with any and all applicable laws, codes, rules and regulations.
in. The Contract Documents contain the entire agreement between the parties with respect to the
subject matter hereof and supersedes all other agreements or understanding between the parties with respect thereto.
n. Contractor shall not assign any portion of this Agreement without the prior written consent of the
Owner with the exception of any firms listed in the "Subcontractor/Supplier List' as submitted with the original bid
proposal. Any attempt to assign this Agreement without such consent shall be void.
o. This Agreement shall be binding upon and shall inure to the benefit of the parties hereto and their
respective permitted assigns and successors in interest. Enforcement of this Agreement and all rights and obligations
hereunder are reserved solely for the parties, and not to any third party.
P. No failure or delay by either party in the exercise of any right hereunder shall constitute a waiver
thereof. No waiver of any breach shall be deemed a waiver of any preceding or succeeding breach.
q. The invalidity, illegality or unenforceability of any provision of this Agreement shall not affect the
validity or enforceability of any other provision hereof.
r. The signatories to this Agreement aver to their knowledge no employee of the Owner has any
personal or beneficial interest whatsoever in the Equipment described in this Agreement. The Contractor has no
beneficial interest, direct or indirect, that would conflict in any manner or degree with the performance of the
Agreement and Contractor shall not employ any person having such known interests.
7
S. The Contractor, if a natural person eighteen (18) years of age or older, hereby swears and affirms
under penalty of perjury that he or she (i) is a citizen or otherwise lawfully present in the United States pursuant to
federal law, (ii) to the extent applicable shall comply with C.R.S. 24-76.5-103 prior to the effective date of this
Agreement.
14. Prohibitions on Government Contracts.
As used in this Section 14, the term undocumented individual will refer to those individuals from foreign
countries not legally in the United States as set forth in C.R.S. 8-17.5-101, et. seq. If Contractor has any employees
or subcontractors, Contractor shall comply with C.R.S. 8-17.5-101, et. seq., and this Agreement. By execution of
this Agreement, Contractor certifies that it does not knowingly employ or contract with an undocumented individual
who will perform under this Agreement and that Contractor will participate in the E -verify Program or other
Department of Labor and Employment program ("Department Program") in order to confirm the eligibility of all
employees who are newly hired for employment to perform Services under this Agreement.
a. Contractor shall not:
i. Knowingly employ or contract with an undocumented individual to perform Services
under this Agreement; or
ii. Enter into a subcontract that fails to certify to Contractor that the subcontractor shall not
knowingly employ or contract with an undocumented individual to perform work under the public contract for
services.
b. Contractor has confirmed the employment eligibility of all employees who are newly hired for
employment to perform Services under this Agreement through participation in the E -Verify Program or Department
Program, as administered by the United States Department of Homeland Security. Information on applying for the
E -verify program can be found at:
http:..-,'www.dhs.gov/xpreyprot/programs/gc 1185221678150 shtm
C. Contractor shall not use either the E -verify program or other Department Program procedures to
undertake pre-employment screening of job applicants while the public contract for services is being performed.
d. If Contractor obtains actual knowledge that a subcontractor performing work under the public
contract for services knowingly employs or contracts with an undocumented individual, Contractor shall be required
to:
i. Notify the subcontractor and Owner within three (3) days that Contractor has actual
knowledge that the subcontractor is employing or contracting with an undocumented individual; and
ii. Terminate the subcontract with the subcontractor if within three (3) days of receiving the
notice required pursuant to subparagraph (i) of the paragraph (d) the subcontractor does not stop employing or
contracting with the undocumented individual; except that Contractor shall not terminate the contract with the
subcontractor if during such three (3) days the subcontractor provides information to establish that the subcontractor
has not knowingly employed or contracted with an undocumented individual.
e. Contractor shall comply with any reasonable request by the Department of Labor and Employment
made in the course of an investigation that the department is undertaking pursuant to its authority established in
C.R.S. 8-17.5-102(5).
f. If Contractor violates these prohibitions, Owner may terminate the Agreement for breach of
contract. If the Agreement is so terminated specifically for breach of this provision of this Agreement, Contractor
shall be liable for actual and consequential damages to Owner as required by law.
g. Owner will notify the Colorado Secretary of State if Contractor violates this provision of this
Agreement and Owner terminates the Agreement for such breach.
[REST OF PAGE INTENTIONALLYLEFT BLANK]
IN WITNESS WHEREOF, the parties have executed this Agreement the day and year first set forth above.
4 U N
Attest: 4r COIAR�'O�
By: ���• i
Regina O'Brien, Clerk to the Board
COUNTY OF EAGLE, STATE OF COLORADO, By and
Through Its BOARD OF COUNTY COMMISSIONERS
By:
Ryan,
CONT
By:
_ LL
Print Name: Steve Karlin
Title: Senior Vice President
10
.�f, � •s
�
r , ,
.
i'
�'. .. t,
. �� i �
f �.�
�
r ti+ a
� �
o,a. ,✓••
EXHIBIT A
SOLICITATION
INVITATION FOR BIDS
Eagle County Regional Airport
Gypsum, Colorado
AIP Project No. 3-08-0020-058-2017
Sealed bids, subject to the conditions contained herein, for improvements to the Eagle County
Regional Airport, Gypsum, Colorado, AIP Project No. 3-08-0020-058-2017 will be received by the
Eagle County Regional Airport, Airport Administration Office, Gypsum, Colorado, 81637, until
Wednesday, May 31, 2017, at 10:30 A.M., and then publicly opened and read aloud in the Eagle County
Regional Airport Snow Removal Equipment Facility, Training Room, 0221 Eldon Wilson Road,
Gypsum, Colorado, 81637.
The work involved will include the following:
Schedule I - Procurement of Snow Removal Equipment (SRE), Two (2) - 22' Power Brooms with
4x4 Chassis and All -Wheel Steering
Manufacturing for this project is expected to take 300 Calendar Day(s).
Contract Documents. The complete set of Specifications and Contract Documents can -be
downloaded from Jviation, Inc.'s bid site (http://bid.jviation.com), beginning on May 9, 2017. In
order to submit a responsive bid as a Prime Contractor and to receive all necessary addendum(s) for
this project, you must be on the Planholder's List. To view all planholder documents (contract
documents, and addendums) you must fill out the online form located at
(http://xvwxv.jviation.com/bidrequest). By filling out and submitting this form, you agree to be
publicly listed on the bid site with your contact information as a planholder for all projects requested.
It is the planholder's responsibility to review the site for addendums and changes before
submitting their proposal. For additional information, please contact us via email at
bidinfo(@jviation.com.
*Note that contractors will NOT be automatically added to new projects. You will need to re -submit
the online form for access to new projects. Once granted access, additional projects will use your same
login credentials. Note: Plan ahead when submitting the online request form and allow up to 2
business days for approval and access to projects.
Pre -Bid Conference. There will be no Pre -Bid Conference for this project.
Bid Conditions. The bidder is required to provide all information as required within the Contract
Documents. The bidder is required to bid on all items of every schedule or as otherwise detailed in
the Instructions to Bidders.
Bids may be held by Eagle County, Colorado for a period not to exceed 120 Calendar days from the
date of the bid opening for the purpose of evaluating bids prior to award of contract.
Eagle County, Colorado reserves the right, to reject any and all bids and to waive any informality in
the bids received.
All questions regarding the bid are to be directed to Matt Gilbreath, P.E. with Jviation, Inc., 900 South
Broadway, Suite 350, Denver, Colorado 80209, (303) 524-3030, Fax: (303) 524-3031, or email
Matt.Gilbreath@Jviation.com.
Bid Bond. Guarantee will be required with each bid as a certified check on a solvent bank or a Bid
Bond in the amount of 5% of the total amount of the bid, made payable to the Eagle County,
Colorado.
Performance & Payment Bond. The successful bidder will be required to furnish separate
performance and payment bonds each in an amount equal to 100% of the contract price.
Title VI Solicitation Notice: Eagle County, Colorado, in accordance with the provisions of Title
VI of the Civil Rights Act of 1964 (78 Stat. 252, 42 U.S.C. §5 2000d to 2000d-4) and the Regulations,
hereby notifies all bidders that it will affirmatively ensure that any contract entered into pursuant to
this advertisement, disadvantaged business enterprises will be afforded full and fair opportunity to
submit bids in response to this invitation and will not be discriminated against on the grounds of race,
color, or national origin in consideration for an award.
Other Federal Provisions Award of contract is also subject to the following Federal Provisions:
• Buy American Preference
• Foreign Trade Restrictions
• Government -wide Debarment and Suspension
• Government -wide Requirements for Drug-free Workplace
• Other Federal Provisions included in Part A of the Special Provisions
Eagle County, Colorado
EXHIBIT B
CONTRACTOR PROPOSAL
12
Eagle County Regional Airport
Eagle County, Gypsum, Colorado
AIP Project No. 3-08-0020-057-2017
Procurement of Snow Removal Equipment (SRE)
Two (2) — 22' Power Brooms with
Corporate Office
1615 Wisconsin Avenue 4x4 Chassis All -Wheel Steering
P,O Box 200
New Holstein, WI 53061
800558.5800 Bid Opening: May 31, 2017, 10:30AM Local Time
Airport Maintenance
Products
1200 Park Street
Chilton, WI 53014
800 558 5800
M -B Companies, Inc.
Attachments
1200 Park Street
1615 Wisconsin Avenue
New Holstein, WI 53061
Chilton, WI 53014
800558.5800
920-898-1080
Multi -Service Vehicle
1615 Wisconsin Avenue
New Holstein, WI 53061
800 558 5800
Pavement Marking -East
79 Montgomery Street
Montgomery, PA 17752
888 323.2900
Pavement Marking -West
2490 Ewald Avenue SE
Salem, OR 97302
800 253 2909
Replacement Brushes
1217 E Chestnut Street
Chilton, WI 53014
800 558.5800
www.m-bco.com Quality you can see People you can trust"'
Eagle County Regional Airport, Eagle County, Gypsum, Colorado,
AIP Project No. 3-08-0020-057-2017, Procurement of Snow Removal
E SRE Two k ) — 22' Power Brooms with, 4x4 Chassis All -Wheel
Ill Companies, Inc. ui ment � q P )�
Steering, Bid Opening: May 31, 2017, 10:30AM Local Time
May 17, 2017
Eagle County Regional Airport
www.m-bco.com Quality you can see. People you can trust:"
219 Eldon Wilson Road
Corporate Office
Gypsum, Colorado 81637
1615 Wisconsin Avenue
exceeds the applicable standards of the FAA Advisory Circular 150/5220-20A.
Po Box 200
New Holstein, WI 53061
Dear Sir / Madam:
800 558 5800
Any exceptions to the published specifications are detailed on the enclosed
www.m-bco.com Quality you can see. People you can trust:"
Thank you for allowing the M -B Companies, Inc. to bid on this project.
Airport Maintenance
Products
M -B Companies confirms that the proposed in this bid meets or
equipment ment
P q P
1200 Park Street
exceeds the applicable standards of the FAA Advisory Circular 150/5220-20A.
Chilton, WI 53014
800 558 5800
Any exceptions to the published specifications are detailed on the enclosed
Replacement Brushes
Clarifications and Information sheets. Please see the additional enclosed
1217 E Chestnut Street
information.
Attachments
1615WisconsinAvenue
New Holstein. W1 53061
We have been designing,manufacturing, integrating, and servicing Airport snow
800.558.5800
removal equipment for many years with great success. The enclosed customer
reference listing prominent airports can attest to this fact. Thus, M -B has
successfully provided equipment of similar size and specification to that specified
Multi -Service Vehicle
1615 Wisconsin Avenue
in the bids ecifications.
P
New Holstein, WI 53061
800 558 5800
M -B Companies, Inc. will stand behind your equipment and will support your
efforts. Please check our website at www.m-bco.com where a history of our 100 -
year tradition is described. All questions, concerns, issues or omissions that need to
Pavement Marking -East
be addressed can be forwarded to me. My direct telephone number is 920-898-
79 Montgomery Street
Montgomery, PA 17752
1080. Thank you again for allowing us to participate in this project.
888 323 2900
www.m-bco.com Quality you can see. People you can trust:"
Sincerely,
Pavement Marking -West
2490 Ewald Avenue SE
Salem, OR 97302
/
Ls�
800 253.2909
Steve Karlin
Replacement Brushes
Senior Vice President
1217 E Chestnut Street
Chilton, W 153014
800 558.5800
www.m-bco.com Quality you can see. People you can trust:"
JVIATION a
May 18, 2017
r
5-W e. Vacho :51231(l
To: Plan Holders for Improvements to the
Eagle County Regional Airport
Eagle County, Colorado
AIP Project No. 3-08-0020-057-2017
Procurement of Snow Removal Equipment (SRE), Two (2) — 22' Power Brooms with
4x4 Chassis and All -Wheel Steering
Transmitted herewith is Addendum No. 1 to the Contract Documents and Specifications
dated May 9, 2017 for Improvements to the Eagle County Regional Airport, Eagle County,
Colorado, AIP Project No. 3 -08-0020-057-2017.
SCHEDULE I:
Procurement of Snow Removal Equipment (SRE), Two (2) — 22' Power Brooms with
4x4 Chassis and All -Wheel Steering
Sincerely,
Jviation, Inc.
Matt Gilbreath, P.E.
Project Manager
_JVnA 004m'
Addendum No. I
May 18, 2017
To: Contract Documents,
And Specifications
All' Prolcct No. 3-08-0020-057-2017
Dated- \day 9, 2017
ADDENDUM NO. 1
TO
CONTRACT DOCUMENTS, PLANS AND SPECIFICATIONS
FOR IMPROVEMENTS TO THE
EAGLE COUNTY REGIONAL AIRPORT
EAGLE COUNTY, COLORADO
AIP PROJECT NO. 3-08-0020-057-2017
To All Bidders: You are requested to make all changes and/or additions contained in this
addendum to the Bidding Documents. Failure to acknowledge this Addendum in Proposal
shall result in the rejection of your bid. Bidders are informed that the above referenced
Contract Documents and Specifications are modified as follows as of May 18, 2017:
1. CONTRACT DOCUMENTS
INVITATION FOR BIDS, Division 1-1, First Paragraph
Request for more time for bid.
ANSWER: Please change Tuesday, May 23, 2017 to Wednesday, May 31, 2017. Also.
this change wa5,madp, on: Division 1-3. Paragraph 1 rl.: _Division_1_5 ParagiaUh 9,
Identification of Bid: and Division 2-1 Paragraph 3.
INVITATION FOR BIDS, Division 1-1
Manufacturing for this project is expected to take 200 Calendar Day(s). Request to
change to 300 Calendar Day(s).
ANSWER: The fourth paragraph of the Invitation for Bids was revised as follows:
"Manufacturing for this project is expected to take 300 Calendar Day(s)." Also, this
change was made on: Division 2-1. Paragraph 7.; Division 3-1 ARTICLE 6: and
Division 4-29 Section 80-0 Table fter fir
st ar r hands nten a after table.
INSTRUCTIONS TO BIDDERS, Division 1-6, Item 12 d.
Request to remove bid alternates from the second sentence.
ANSWER: There are no bid alternates for this project, therefore, bid alternates was
removed from the second sentence.
ENGINEERING 6 PLANNING
Main 303.524 3030
Fox 303.524.3031
900 S Broadway I Suile 350 1 Denver CO 1 80209
JVIATION.COM
J @9 MI 101 , Addendum No. 1
May 18, 2047
To: Contract Documents,
And Specifications
AIP Project No. 3-08-0020-057-2017
Dated: May 9, 2017
INSTRUCTIONS TO BIDDERS, Division 1-7, Item 15, Paragraph 2.
Please remove second paragraph because it could leave the manufacturer only 80 days
to build and deliver 2 units.
ANSWER: Award of the contract does not start the day count for manufacturing. The
project manufacturing and day count begin when the Notice to Proceed is issued. This
would be after the project is already awarded.
2. SPECIFICATIONS
Page SRI✓ -100-20, BASIS FOR PAYMENT AND DELIVERY, Item 35
Request for 300 days to complete work.
ANSWER: In the fust sentence of the first paragraph, 200 Calendar Day(s) was
changed to 300 Calendar Day(s).
** END OF ADDENDUM NO. 1 **
Main 303.524 3030
Fax 303.524 3031
900 S Broadway I Suite 350 1 Denver, CO 1 80209
ENGINEERING & PLANNING JVIATION.COM
JVIATION QD
May 23, 2017
To: Plan Holders for Improvements to the
Eagle County Regional Airport
Eagle County, Colorado
AIP Project No. 3-08-0020-057-2017
Procurement of Snow Removal Equipment (SEE), Two (2) — 22' Power Brooms with
4x4 Chassis and All -Wheel Stcering
Transmitted herewith is Addendum No. 2 to the Contract Documents and Specifications
dated May 9, 2017 for Improvements to the Eagle County Regional Airport, Eagle County,
Colorado, AIP Project No. 3-08-0020-057-2017.
SCHEDULE I:
Procurement of Snow Removal Equipment (SRE), Two (2) --- 22' Power Brooms with
4x4 Chassis and All -Wheel Steering
Sincerely,
Jviation, Inc.
Matt Gilbreath, P.E
Project Manager
S+e4e- (<C'-r(1O S(2Slrz
JVIATION'
Addendum No. 2
May 23, 2017
To: (,ontract Documents,
And Specifications
AI P Projcct No. 3 08-0020-057-2017
Dated: May 9, 2017
ADDENDUM NO. 2
TO
CONTRACT DOCUMENTS, PLANS AND SPECIFICATIONS
FOR IMPROVEMENTS TO THE
EAGLE COUNTY REGIONAL AIRPORT
EAGLE COUNTY, COLORADO
AIP PROJECT NO. 3-08-0020-057-2017
To All Bidders: You arc requested to make all changes and/or additions contained in this
addendum to the Bidding Documents. Failure to acknowledge this Addendum in Proposal
shall result in the rejection of your bid. Bidders are informed that the above referenced
Contract Documents and Specifications arc modified as follows as of May 23, 2017:
1. CONTRACT DOCUMENTS
SPECIAL PROVISIONS, Division 5-20,22.
Request to add "A complete set of instruction and parts manuals shall be available via
on -Linc 24/7 at the owner's convenience, and to be at no additional expense. Manuals
shall be accessible and reference the delivered units by Serial Number"
ANSWER: While it is acceptable to offer this service, not all bidder's may have the
capability to provide this. Therefore, it xill not be added to the section.
2. SPECIFICATIONS
1) 1'agc SRE-100-1, Gcneral, Paragraph 2
Specification: This vehicle shall comply with all applicable FMCSR and FMVSS
quality/safety standards, and requirements of the FAA Advisory Circular 150/5220-
20A and Advisory Circular 150/5210-5d.
Request to add the requirement that the vehicle proposal and build should comply with
SAL: ARP5564.
ANSWER: Advisory Circular 150/5220-20A states that runway brooms with airblast
must be in accordance with SAL. ARP 5564. Therefore, compliance with Advisory
Circular 150/5220-20A would also comply with SAL; ARP 5561 by reference.
ENGINEERING 6 PLANNING
Main 303 524 3030
Fox 303 524 3031
900S Broadway I Suite 350 1 Denver, CO 1 80209
JVIA710N.COM
J V IATION' Addmdum No. 2
May 23, 2017
To Contract Documents,
And Specifications
AIP Project Na. 3-08-0020.057-2017
Dated. May 9, 2017
2) Page SRE-100.1, General
Specification: This vehicle shall comply with all applicable FMCSR and FMVSS
gl.tahty/safety standards, and requirements of the FAA Advisory Circular 150/5220-
20A...
Clarification Requested: On Page 40 of the FAA Advisory Circular 150/5220-20A, 6-
4., SAE ARP equipment specification for runway brooms with airblast, Item D. under
paragraph 6.22 of SAE ARP, the following additional equipment is standard. Other
items listed under paragraph 6.22 are not eligible.
Please clarify which of the following items (1-8) are to be included in this bid:
(1) Specialized tools — not to include computers and electronic diagnostic machines.
(2) Cold weather package — must provide justification for approval.
(3) Optimal brush wafers and cassettes — only wafers are permitted.
(4) LED marker lights located per SAE ARP 5564.
(5) An automatic lubrication system for all possible points.
(6) 20 -pound fire extinguisher.
(7) Brush speed control by ground control.
(8) Foreign object debris (FOD)/debris pickup box with cab controls.
ANSWER: SRE 100-17, Section 33., the following language was added and shall be
included with the proposed brooms:
g. Specialized tools necessary for routine servicing and maintenance of the
equipment and its auxiliary equipment. Not to include computers and electronic
diagnostic machines.
h. Cold weather package as temperatures do get below -40°I- on occasion. See
attachment of weather history at EGE.
i. LEI) marker lights located at each end of the brush head using amber LED's on
the front of the light assembly with red LED's facing the rear.
j. An automatic lubrication system for all possible grease points. The system shall
automatically deposit the correct amount and type of grease to the application
per manufacturers specifications.
k. 20 pound fire extinguisher.
1. Brush speed controlled by ground speed: Automatically adjusts the brush
rotational speed depending on the vehicle speed. An increase in vehicle speed
Main 303 524 3030
Fax 303 524 3031
900 5 Broadway I Suite 350 1 Denver. CO 1 80204
ENGINEERING 6 PLANNING JVIATION.COM
JVIATION"
Addendum No. 2
May 23, 2017
To Conti -act Documents,
And Specifications
All' Project No 3-08 0020 057 2017
Datcd: May 9, 2017
shall increase the brush rotational speed. There shall be a minimum of six ranges
for the operator to choose from to match the conditions.
M. FOD/debris pick-up box with cab controls. Self supporting "dust pan" in front
of the brush for sweeping sand, FOD, and debris at speeds up to 40 NIPI-I. Self
supporting with four standard broom caster wheels (same as brush head) with no
additional weight on the brush head affecting brush pattern. The controls must
be simple and electric over hydraulic. It must be easily attached and detached to
the brush head with quick disconnects for the hydraulics. There trust be three
positions: Transport, Pick-up, Dump (90 degrees) all powered by a pair of
hydraulic cylinders. The actuation from the transport to the pick up position must
be coordinated with the brush head through the broom joystick. There shall be
separate rocker switch for the dump.
3) Page SRE-100-1, General
Specification: The bidder shall supply manufacturer approvals/certifications with the
bid package for the following components: Engine manufacturer's certifications and
Engine cooling system certifications.
Requested Change: Engine manufacturer's certifications and Engine cooling system
certifications to be supplied no later than the delivery of the unit.
ANSWER: Engine manufacturer and cooling system certifications maybe supplied at
delivery but if any certifications are not available at the time of delivery, the vehicle will
not be accepted until such cerufications are provided.
4) Page SRE-100-3, 4. Chassis Engine
Specification: The engine shall be a four stroke EPA compliant diesel type, six cylinders,
developing a minimum of 385 horsepower at 2100 RPM...
Requested Change: The engine shall be a four stroke EPA compliant diesel type, six
cylinders, developing a minimum of 380 horsepower at 2100 RIINI...
Reason for Change: The chassis engine for the unit in this bid will be Tier 4 Final EPA
compliant.
ANSWER: 385 horsepower gill be changed to 380 horsepower, but the engine shall
develop sufficient torque and horsepower to meet the operational requirements.
ENGINEERING 6 PLANNING
Main 303 52-13030
Pax 303.524 3031
900 5 Broadway I Site 350 1 Denver CO 1 80209
JVIATION.COM
JVIATION"
5) Page SRL'-100-4, 9. Axles
Addendum No 2
May 23, 2017
Tor Contract Documents,
And Specifications
A111 Project No 3 08 0020 057 2017
Dated: flay 9, 2017
Request to change within the first sentence from "... with a single reduction hypoid
gear design..." to "... with a single reduction hypoid or spiral bevel gear design..."
ANSWER: Sentence was changed to "... with a single reduction hypoid or spiral bevel
gear design.
6) Page SRT: -100.4, 9. Axles and SIZE 100-6, 11. Springs
Request to change axle loads and spring loads to match SRT, 100-1 GVW of 50,000
pounds.
ANSWER: Changed the rear axle and spring to 23,000 ]b. minimum capacity from
26,000 lb. minimum capacity.
7) Page SIZE -100-6,12. Brakes
Request to remove ".... and traction control..." from the last sentence.
ANSWER: "... and traction control..." was removed from the last sentence.
8) Page SRE 100 7, 14. Cab, Item p.
Request to change and clarify which horn will be required.
ANSWER: This item was changed to l'. Electric horn or air horn. If either is available,
electric is preferred.
9) Page SRT:. -100-9, 15. Electrical and Lighting, Item d.
Request to revise to "One or Two cab dome lights."
ANSWER: This item was revised to: d. One or Two LED cab dome lights.
10) Page SRE-100-11, 17. Auxiliary Engine.
Request to remove requirement of hydraulically driven cooling fan.
ANSWER: The fourth sentence of the third paragraph was revised to be, "The cooling
fan for the radiator and charged air cooler shall be hydraulicallv, mechanically, or
electrically driven with automatic thermostat (high/low) control.
Main 303 524.3030
Fax 303.524 3031
900 S Broadway I Suite 350 1 Denver, CO 1 80209
ENGINEERING 6 PLANNING JVIATION.COth
JVIATION Addendum No, 2
May 23, 2017
TQ: Contract Documents,
And Specification,
AIP Project No. 3-08-0020-057-2017
Dated i\[ay 9, 2017
11) Page SRE-100 11, 18. Auxiliary Engine I?nclosure.
Request to remove requirement "... and must have engine access doors that are
hydraulically assisted and held in place."
ANSWER: This section was revised to: "Engine access cover shall be the
manufacturers standard design. Covers shall be equipped with a positive closing
mechanism and a locking mechanism where appropriate. Top hinged access shall be
held in the open position by a support arm(s) or hydraulic arm(s).
12) Page SRI3-100-12, 19. Chassis Shall Include, Item b.
Specification: Ether starting system — Engine ECAI Controlled for chassis and broom
engines.
Requested Change: lather starting system or manufacturer's standard design — Engine
ECAI Controlled for chassis and broom engines.
Reason for Change: A Grid I Ieater will be provided for the unit in this bid.
ANSWER: Item b. was changed to: "Either starting system or manufacturer's standard
design - Engine F.CNI controlled for chassis and broom engines.
13) Page SRC -100-12, 19. Chassis Shall Include, Item d.
Specification: Windshield Deluge System.
Requested Change: Revise the first sentence to read "Discharge shall be controlled by
a conveniently located switch or button in conjunction with wiper controls." Also,
please remove the last sentence in the paragraph "This system SHALL NOT rely on
regular wet wiper discharge for function, but shall allow single shot discharge for best
operational convenience."
Reason for Change: Activation and control specifics are not detailed in SAE ARP 5564
or AC 150/5220-20A, but rather are provided as manufacture design.
ANSWER: Revised the fourth sentence to read: "Discharge shall be controlled by a
conveniently located switch or button in conjunction with wiper controls." Also, the
last sentence was removed.
Main 303.524 3030
Fax 303 524.3031
900 S Broodway I Suite 350 1 Denver, CO 1 80209
ENGINEERING 6 PLANNING JVIATION.COM
JVIATION" Addendum No. 2
Nlay 23, 2017
I'o: Conti -act Docurncntn'
And Spectficanons
AIP Project No. 3 08.0020057 2017
Dared: May 9, 2017
14) Page SRE-100-13, 21. Broom Attachment, item d.
Specification: Broom Attachment.
Requested Change: Revise the second sentence of the second paragraph to -525 RPM
or remove specific numerical references in the entire paragraph.
Reason for Change: These specific requirements are not referenced in SAE ARP 5564
or AC 150/5220-20A.
ANSWER: Revised the second sentence of the second paragraph from 500 RPM to
525 RPM.
15) Page SRE-100-15, 27. Cassette Broom Cores
Specification: The core shall have plastic wear strips inside each track to eliminate any
wear to the body (structure) of the core itself. These plastic wear strips shall be easily
replaceable in design.
Requested Change: The core shall have plastic wear strips inside each track to eliminate
any wear to the body (structure) of the core itself. These plastic wear strips shall be
easily replaceable in design, or Manufacturer's standard design is acceptable.
Reason for Change: The specifications for snap -in plastic wear strips (SIB) describes a
proprietary design that has been denied to our company by the manufacturer in the
past. The Broom core for this unit will be supplied with hardened aluminum extrusion
rails to provide extended life for the core.
ANSWER: This section was replaced with the following:
27. BROOM CORES
The core shall be bearing supported and may be driven from either end, center, or from
both ends. Each core shall be individually dynamically balanced by the manufacturer at
rated RPM. The bristles on the cores shall be full width to the rated length and replaceable.
All steel on steel couplings of the drive and core must be replaceable hardened steel.
The cores shall be made of tubular steel construction with four hardened steel (163 Brinell
hardness minimum) drive bars, equally spaced to center of each wafer bristle. The diameter
which the four drive bars create must be such that the wafer bristle is easily installed and
Main 303.524.3030
Fax 303.524 3031
900S Broadway I Suite 350 I Demer, CO 1 80209
ENGINEERING 6 PLANNING JVIATION.COM
JVIATION^ Addendum No. 2
itlay 23, 2017
1 u Contract Documents,
And Specifications
IP Project No. 3-08-U020-057-2017
Dared: \lay 9, 2017
removed but not to allow movement of the -wafer bristle on the core. The diameter of the
core must also be industry standard for compatibility of various bristle manufacturers.
The core(s) shall be dynamically balanced and designed to eliminate bouncing and
vibration at rated RPM.
The design of the core shall be such that the tip to tip bristle diameter %will be approximately
46 inches. The bristles shall be suitable for use in temperatures seen at the altitude of the
airport.
The core shall consist of a 50/50 combination of polypropylene and wire.
16) Page SRL:-100-15, 27. Cassette Broom Cores
Specification: Cassette Broom Cores
Requested Change Please remove this section or put as a bid alternate and not to be
included with final review of the lo%vest and responsible bidder per AIP procurement
practices
Reason for Change: To follow federal AIP procurement process.
ANSWER: This section has been replaced, see ANSWER to Question Number 15
above.
17) Page SRL:-100-15, 29. Broom f Iood
Specification: Broom I Iood
Requested Change: Please revise text to as listed in SAF. ARP 5564 (Section 6.11, Page
17).
Reason for Change: Remove or put as an alternate bid item.
ANSWER: Revised the section to read "The brush hood shall be fabricated from
heavy gauge sheet steel or other durable material and securely fastened to the brush
frame. It shall shield the top half of the brush completely and shall be nonclog design
to prevent snow and ice buildup underneath the hood. It shall provide the necessary
quick access to the brush for replacement of bristles and for inspection.
There shall be a device on the front of the hood to strip the snow from the brush,
preventing snow carryover from the front of the brush to the back of the brush. It shall
ENGINEERING & PLANNING
Main 303.524.3030
Pax 303.524.3031
900 S Broadway I Suite 350 1 Denver, CO 1 80209
JVIATION.COM
JVIATI©N'
Addendum No 2
May 23, 2017
To Contract Dourmcnu,
And Spcnficatioo,
AIP Purlert No 3-08-0020-057-2017
Dated May 9, 2017
be the full length of the brush. The device must be easily adjustable to the brush
diameter as the bristles wear.
The broom must have the capability to control the snow and ice once it is airborne.
The snow must be put where and only where the operator desires and the operator
must have visibility. The snow control device must be automatic or adjusted by the
operator from the operator control station."
18) Page SRF -100-16, 31. Hydraulic System
Specification: Hydraulic System
Requested Change: Please remove the entire section and replace with text in SAE ARP
5564 (Section 6.16, Page 19-20).
Reason for Change: Requiring specific hydraulic requirements could limit the
competitive nature.
ANSWER: This section was replaced with the following:
"The hydraulic system shall consist of appropriate rams, pumps, piping, fittings, valves,
controls, fluid reservoirs, filters, coolers, and other parts essential to its full operation.
The system shall be capable of hydraulically positioning equipment through the entire
range of its design limits. It shall be capable of operating all controls simultaneously
without a detrimental reduction in power response.
_ill controls shall be located in the vehicle cab. All hydraulic functions of the broom
shall be electric over hydraulic valving. Connectors to the solenoids shall be
interlocking type to provide a secure connection, which can withstand normal pressure
washing procedures. All positioning functions (for example but not limited to: brush
head lift, brush head swing, deflector, and air nozzle lift) shall be equipped with a
position locking system as necessary to prevent unwanted movement. "There shall be
no hydraulic lines within the operator station.
The system shall be ruggedly constructed and able to withstand all imposed loads. It
shall maintain operating temperatures suitable to all system components throughout
normal operating conditions. The hydraulic system shall meet the same low
temperature requirements as the engine coolant system.
Filters within the hydraulic system shall conform to the Society of Automotive
T:ngineers (SAE) Information Report, SAE J 931- I Iydraulic Power Circuit Filtration.
Proper filtering shall be done on both the high pressure and low pressure circuits. "There
shall be a 5 -micron absolute rating on the hydrostatic pumps' filters and placed in the
ENGINEERING & PLANNING
Main 303 524 3030
Fax 303.524.3031
900 5 Broadway I Suite 350 1 Denver, CO 1 80209
JVIATION.CONY
JVIATION'
Addendum No 2
May 23, 2017
To: Contract DoeutneliN,
And Specifications
AIP Project No 3-08-0020-057 2017
Dated: May 9, 2017
charge pressure lines. There shall be a clogged filter indicator light at the operator's
station indicating Filter replacetnent'lShut off valves for all filters below tank fluid level
shall be installed to allow filter changes with minimal loss of oil.
All hoses for all systems shall be properly sized and strength to work with the pressure
and volume of oil required and have the appropriate temperature ratings for the climate
conditions in which they will be used. Only commercial quality hydraulic lines, hoses,
`5ze and fittings that are capable of withstanding system working pressures under load are
acceptable. Hydraulic hoses shall have a bursting pressure of three times their rated
CC�C�p�;dC�J working pressure. The use of fittings, joints, and connections shall be kept to a
minimum. Where required, hoses should be equipped with quick couplers as necessary
to facilitate rapid removal and attachment.
The hydraulic fluid tank shall have; a filler neck with a strainer, a drain plug,At
a shutoff
valve, an air vent and baffles. Its capacity shall exceed the volume of oil required for
the operation of any combination of attachments by 50 percent. A sight glass shall be
provided to allow the operator to verify that fluid level is sufficient for safe operation
without the necessity of opening the system. A low oil level warning and engine
shutdown device shall be provided in the cab. A high hydraulic oil temperature warning
and engine shutdown devise shall be provided in the cab. A low hydraulic oil
temperature or high back pressure warning shall also be provided in the cab."
19) Page SRI: -100-17, 33. Broom Shall Include, Item b.
Specification: Spare Broom core wafer refill kit.
Clarification Requested: Please clarify if the spare broom core kit is to be wafer or
cassette.
ANSWER: The broom head shall come with a complete wafer bristle refill.
20) Page SRL:-100-19, 33. Warranty
Specification: Warranty.
Requested Change: Please revise "'Phis guarantee shall continue for one (1) year after
commencement of actual operation of the equipment.", to "Warranty period shall begin
upon final acceptance and applicable in-service training completed.
ANSWER: Revised the third sentence to read "The warranty period shall begin upon
final acceptance and applicable in-service training is completed."
** END OF ADDENDUM NO. 2 **
Main 303.524.3030
Fox 303.524 3031
900 S Broadway I Suite 350 1 Denver, CO 1 80209
ENGINEERING 6 PLANNING JVIATION.COM
JVIATIONJ a
May 24, 2017
To: Plan Holders for Improvements to the
Eagle County Regional Airport
Eagle County, Colorado
AIP Project No. 3-08-0020 057-2017
Procurement of Snow Removal Equipment (SRE), Two (2) — 22' Poxver Brooms with
4x4 Chassis and All -Wheel Steering
Transmitted herewith is Addendum No. 3 to the Contract Documents and Specifications
dated May 9, 2017 for Improvements to the Eagle County Regional Airport, Eagle County,
Colorado, AIP Project No. 3.08-0020-057-2017.
SCHEDULE I:
Procurement of Snow Removal Equipment (SRE), Two (2) — 22' Power Brooms with
4x4 Chassis and A]! -Wheel Steering
Sincerely,
Jviation, Inc.
Matt Gilbreath, F
Project Manager
sfeve ;� S(Ds11-1
JVIA►TION
Addendum No. 3
Niay 24, 2017
To: Contract Documents,
And Specifications
AIP Project No. 3-08-0020-057-2017
Dated: May 9, 2017
ADDENDUM NO.3
TO
CONTRACT DOCUMENTS, PLANS AND SPECIFICATIONS
FOR IMPROVEMENTS TO THE
EAGLE COUNTY REGIONAL AIRPORT
EAGLE COUNTY, COLORADO
AIP PROJECT NO. 3-08-0020-057-2017
To All Bidders: You are requested to make all changes and/or additions contained in this
addendum to the Bidding Documents. Failure to acknowledge this Addendum in Proposal
shall result in the rejection of your bid. Bidders are informed that the above referenced
Contract Documents and Specifications are modified as follows as of May 24, 2017:
1. ADDENDUMS
1) Addendum No. 2 Update
Enclosed with this addendum is the weather history data for EGE which was indicated
in the response to question No. 2, Item h., in the "2. Specifications" section of
Addendum No. 2.
2. SPECIFICATION
1) New 2017 Heavy Duty 4x4, All -Wheel Steering Custom Chassis with Forward Mounted
Cab and a 22 Foot Front Mounted Power Broom
Enclosed with this addendum is a revised specification which reflects the modifications
made to the specification in Addendum No. 1 and Addendum No. 2.
ENGINEERING 6 PLANNING
** END OF ADDENDUM NO.3 **
Main 303 524 3030
Fox 303.524.3031
900 S. Brocdway I Suite 350 I Denver. CO 1 80209
JVIATION.COM
EAGLE FAA AIRPORT, COLORADO Period of Record General Clima...
http://www.wrcc.dri.edu/cg i -b i►►/c I iG CStT.pl?coeag I
EAGLE PAA AIRPORT, COLORADO
Period of Record General Climate Summary - Temperature
Station:(052454) EAGLE FAA AIRPORT
From Year- 1948 To Year --1994
Monthly Dail), Extremes Monthly Extremes Max. Min.
Averages Temp. Temp.
Highest Lowest >- <-[32=F
< <-
Max. Fm
in. Mean High Date Law Date Year Year
Mean Mean 90 F 32 F 0 F
[--yyyymmddFF
dd/yyyydd/yyyy# # ##Fr FF or or--
yyyymmdd Days Days Days Days
January 34.0 3.0 18.6 58 07/1954 -51 12/1963 27.21981 9.7 �49 0.0 12.3 30.8 13.0
February 40.2 9.1 24.6 65 25/1986F --46F 01/1951 32.91986 13.81955 0.0 5.2 27.9 7.4
March 48.0 19.1 F33.6F731 28/1986 -20 23/1952 41.1(1986F 22.51952 0.0 1.6 FTO.1 F1.3
April 58.4 25.9 42.2 82 29/1992 E -8 08/1973 48.9 1992 36.7 1983 0.0 0.0 25.3 0.0
May F6 9.3 F33.5 F51.4 96F 20/1954 F 121 01/1972 55.81969 47.5 1953 07O 0.0 Fl3.5 0.0
FI June 80.2 39.7 60.0 100 1F -36h -99-o 23 09/1950 64.8 1988 56.0 1951 2.7 0.0 3.0 0.0
July 85.9 46.1 66.0 99 06/1989 29 01/1968 69.0 1966 63.3 1950 8.0 0.0 0.1 0.0
August 83.3 44.5 63.9 96 05/1981 27 25/1962 68.3 1969 60.1 1950 3.8 0.0 0.6 0.0
September 75.9 35.9 55.9 F -93F-63/1956 F -16F -21/ -1983F -61-2F 9 -90 50.1 1961 0.7 0.0 9.7 0.0
October 64.1 25 .8 44.9 84 06/1975 25/1975 SU.4 1963 38.6 1969 O.0 0.1 25.7 0.0
November F46 .6 F,5.7 F31.1 F69 04/1977F-29 F 27/1952 36.2 1949 F 22.8 FI956 Fo.0 F3.0 F29.0 2.3
December 35 .3 5.2 20.2 61 03/1980 -33 26/1962 32.1 1980 10.4 1954 0.0 t 1.5 30.8 10.8
Annual 60.1 25.3 42-7500 19900630 i-51 19630112 45.8 1981 40.1 1955 15.3 33.6 226.4 34.9
Winter 36.5 5.8 21.1 65 19860225 -51. 19630112 29.4 1981 11.9 1955 0.0 29.0 89.5 31.3
Spring 58.6 26.1 42.4 90 19540520 -20 Fl9520323 47.6 1992 38.1 1964 0.0 F 1.6 68.9 1.4
Summer 83.1 43.5 63.3 100 19900630 23 19500609 66.01988 60.61950 14.6 0.0 3.7 0.0
Fall 62.2 25.8 �4.0 93 19500903 -29 19521127 48.0 1963 40.9 1961 0.7 3.1 64.3 2.3
Table updated on Jul 28, 2006
For monthly and annual means, thresholds, and sums:
Months with 5 or more missing days are not considered
Years with 1 or more missing months are not considered
Seasons are climatological not calendar seasons
Winter = Dec., Jan., and Feb. Spring = Mar., Apr., and May
Summer = Jun., Jul., and Aug. Fall = Sep., Oct., and Nov.
Western Regional Climate Center, ivrccLa dri.edu
of 1 5/18/17, 10:46 ANI
NEW 2017
HEAVY DUTY 4X4, ALL -WHEEL STEERING CUSTOM CHASSIS WITH FORWARD
MOUNTED CAB AND A 22 FOOT FRONT MOUNTED POWER BROOM
1. GENERAL
These specifications contemplate the furnishing and delivery of two new heavy duty two engine 4x4
chassis with forward mounted cab with a 22 foot front mounted runway power broom, and indicate
in general the type, size and quality desired.
This vehicle shall be all wheel drive and all wheel/enhanced steering and must be designed and
manufactured in the United States for the specific purpose of snow removal with a 22 foot runway
power broom. The chassis shall have a minimum 50,000 pound GVW rating and an approximate
wheel base of 164 inches. The total engine horsepower on board shall be 860 HP minimum. The
configuration shall be front mounted attachments, forward mounted cab design with near center
steering, auxiliary power unit between operator cab and rear mounted chassis drive engine. This
vehicle shall comply with all applicable FMCSR and FMVSS quality/safety standards, and
requirements of the FAA Advisory Circular 150/5220-20A and the FAA Advisory Circular 150/5210-
5D.
This snow removal vehicle shall be designed for one man operation and used up to 40 mph during
snow removal operations on ramps, taxiways and runways. The design of these units shall ensure
positive fire -to -ground tractive effort while clearing snow. The unit shall have a net snow brooming
width of 264 inches.
All parts and components of this unit shall be engineered to sustain the maximum load limits and
severe operating conditions encountered in snow removal, while resulting in a minimum wear and
failure.
Experimental or prototype units and accessories will not be acceptable. Materials or equipment which
have been offered for sale to the public through accepted sales and bidding channels less than 1 year
shall be considered experimental. At the time of bid submittal, bidder shall furnish evidence that the
proposed equipment has been commercially available for a period of not less than one year. The bidder
shall supply manufacturer approvals/ certifications with the bid package for the following
components:
• Engine manufacturer's certifications (1bla , be suEbe
d at Delivery)
• Transmission manufacturer's certifications. laupplied at Delivery
• Axle Certifications.
• Transfer case certifications.
• Broom hydraulic certifications.
• Airblower certifications.
• Hydraulic cooling system certifications.
Issued for Bid SRE-100 1 Jviation, Inc.
Afav 9, 2017 r1IP No. 3-08-0020-057-2017
Engines cooling system certifications.
Transmission cooling system certifications.
Failure to supply the required manufacturer's approvals/certification with the bid package shall render
the Bidder's package as "non-responsive".
These specifications require the doing of all things necessary or proper for, or incidental to, the
furnishing of said unit. All items of design and equipment not listed in these specifications, but
involved in carrying out their intent, are required to be furnished by the bidder, the same as if these
items were specifically mentioned and described in these specifications. The unit must be fully
assembled and tested prior to delivery by a qualified factory representative. Vehicle shipping costs
(FOB) to the airport are the responsibility of the Bidder.
2. CHASSIS
The operator shall be positioned near cab center for visibility in high speed snow removal operations.
Minimum cab height shall be 132" as measured from the ground to the top of the cab.
The front attachment to front axle dimension shall be kept as close as possible. This cab location and
the minimized axle to attachment dimensions are necessary in order to have the operator as far
forward as good engineering practices will permit, allowing greater visibility and maneuverability while
clearing runways and taxiways.
The chassis shall be designed to permit easy and safe mounting and dismounting of the unit for
operators and service personnel. Grab bars shall be installed as required for safe mounting and
dismounting by personnel following OSHA standards of 3 -point contact during all mount and
dismount activities. This shall include a minimum 1 -inch diameter vertical grab bar behind each door,
to include round tactile material for improved grip. The inside of each door shall include a minimum
1 -foot grab handle positioned under the window. It shall be made of minimum 1 -inch diameter
material, round only (no sharp edges or corners) for safety. All sheet metal, cowling, steps and fenders
shall be free of sharp edges and protrusions, and include ample supports and bracing to prevent
distortion and cracking. All steps or walkways shall be raised lug or expanded metal type construction.
k IRTWIA1
The frame shall be of Grade 8 bolted construction, with heat treated, minimum 110,000 psi yield
strength, single channel carbon manganese steel rails, connected by an adequate number of cross
members to resist frame distortion from the lateral stress expected in this application. The frame shall
be 34" wide minimum. An integral front frame extension shall be provided.
A full width rear bumper is required to protect the rear of the vehicle. Bumper shall have an
approximate 12 inch height to offer ample protection at rear of the vehicle. There shall be two tow
eyes mounted on the rear of the vehicle frame. If the vehicle becomes disabled, the tow eyes shall be
able to be used to pull the vehicle off the runway without inflicting damage to the vehicle. Mud flaps
shall be provided behind both axles and in front of the rear axle to reduce snow and debris on the
truck.
Issued for Bid SRE-100-2 Jviarion, Inc.
'May 9, 2017 AIP No. 3-08-0020-057-2017
4. CHASSIS ENGINE
ngine shall be a four stroke EPt\ compliant diesel type, six cylinders, developing a minimum of
W380 orsepower at 2100 RPM, and shall be equipped with the latest diesel electronic control and
- ie management system. The engine shall be provided with full flow, replaceable oil filters, heated
fuel water separator, high idle and cruise control, engine manufacturer's standard fuel filtration system,
and emergency (power derate) system with indicator and buzzer, in event of high water temperature
and/or low oil pressure. Starter shall be Delco, or equivalent.
A dry type two stage air cleaner is required. Dual air intake shall allow the system to draw under hood
air to prevent snow ingestion, outside air for peak performance or a blend of both to modulate engine
intake air temperature. The air intake filter canister (s) shall be located under the chassis engine hood.
The exhaust must be mounted in a way to protect the crew from burns.
The manufacturer shall provide its standard engine enclosure and shall have ample door openings to
allow easy access for maintenance and repairs. Must be steel, fiberglass or carbon fiber.
Cooling system, hydraulics and other required elements of the power pack shall be protected by a
hood. Daily maintenance points shall be easily accessed by the side cover. The opened cover shall be
of adequate size to allow convenient access to the daily maintenance items.
5. CHASSIS ENGINE COOLING SYSTEM
The cooling system shall consist of a heavy duty side by side combination charge air cooler, engine
coolant radiator, transmission oil cooler and hydraulic system cooler with vertical flow for maximum
cooling with the top & bottom tanks, and side members welded together to form a rigid frame. The
tanks may be steel with a core constructed of copper and brass or the tanks and core may be all
aluminum. The radiator and cooler assembly shall be mounted with vibration isolators alongside of
the engine. The transmission cooler shall have a low temperature bypass to allow rapid warm up of
the transmission. The engine cooling system shall be filled with permanent type antifreeze protecting
the system to -45 degrees F. Certification and proof of carrier engine cooling tests is required with the
delivery of the unit.
FUEL SYSTEM
The fuel tank(s) capacity shall provide sufficient fuel for operating a minimum of 12 continuous hours
of snow removal operations. Carrier and auxiliary engines shall use the same fuel tank(s).
The tank(s) shall be constructed of heavy gauge steel or aluminum and be properly fastened to the
frame. A four inch diameter filler neck with chain connected cap and tank drain plugs or a quick drain
shall be provided. If dual fuel tanks are used, they shall be interconnected, single side fuel fill, 30 GPM
fill rate with shut-off valves at each end. 1\ Racor, or equivalent, heated fuel/water separator shall be
installed in the supply line.
Issued for Bid SRI: 100.3 rotation, Inc.
\Iav 9, 2017 AIP No. 3 08-0020-057-2017
7. TRANSMISSION
The transmission shall be an automatic transmission with minimum 4 speeds forward and one reverse,
and shall be approved for this application. Shifting shall be accomplished via a tough pad shift control
within easy reach of the operator. A low transmission oil level sensor system shall be included.
8. TRANSFER CASE
A single speed transfer case shall be supplied to eliminate the need to stop the vehicle and wait for a
range selection to occur. The transfer case shall be approved for this application. A multi -speed
transfer case may be allowed provided it permits the operation of the vehicle from 0 40 mph without
lugging down or overreving the engine in any single gear and without changing the transfer case speed.
AXLES
The fr li be a full floating, torsion flow drive/steer type, with a single reduction
hypoi or spiral bevel gea esign, minimum 10" ground clearance, capable of withstanding the loads
of the front axle minimum 27,000 pound G\r)vV hub and brake rating
and the rear axle shall be a minims 23,000 ound GVW hub and brake rating. To ensure good
maneuverability, the cramp angle o i Js shall be a minimum of 35 degrees. A limited slip
differential is required in the front axle.
For extended life, the steering -drive wheel ends shall be bolted to and removable from the center
section of the axle housing. The cardan drive type joints shall be enclosed in a ball and socket. The
trunnion pins shall be supported by high capacity low friction spherical bushings to insure long life
and smooth steering at all cramp angles.
Double Reduction Type axles and Planetary axles are acceptable as long as they meet the minimum
weight waiting and speed requirement as set forth in these specifications.
10. ALL -WHEEL STEERING SYSTEM
The Four Wheel Steering system shall allow the vehicle to accomplish a complete wall to wall turning
circle of 65 feet or less to assure the broom can be turned within the confines of a taxiway without
damage to lighting or infield surfaces and to ensure good maneuverability when traveling through
congested areas.
The electronic over hydraulically controlled rear axle steering system shall operate in conjunction with
the mechanically controlled front wheel steering system. This system must consist of the following
components and operating features:
• A mechanical front steering system with hydraulic assist.
• Front and rear driving, steerable axles.
• Various hydraulic control valves, wheel position sensors, speed sensor and a steering
cylinder located on the rear axle.
• I?CU (electronic control unit) is integral to the vehicle F.CO.
Issued for Bid SRI: 100 4 Jvianon, Inc.
\lay 9, 2017 AIP leo. 3 08 Ot120-057.2017
Four wheel steering shall be electronically coordinated through the standard steering wheel. The
operator shall have the ability to select the desired mode of operation "on the go" with provisions
made for safe transition from one mode to the other. A selector switch within easy reach of the
operator shall provide the option of front steer only, crab steer, or coordinated front/rear steer.
Additionally, a thumb switch control on the joystick shall be provided for controlling rear steer only.
The system shall include safety provisions for dampening of all wheel steer effects at higher speeds,
but it shall also allow full operation while the vehicle is moving at lower speeds. An indicator shall be
provided in the cab to display mode selected and rear wheel position. Safety dampening of all wheel
steer effects shall be related to vehicle speed.
All of the four wheel steering system controls are to be located in the cab easily accessible to the
operator. The all wheel steering system must be preprogrammed with multiple steering modes for
improved maneuverability. The driver must have the option to select one of the following modes of
operation "on the go" based on the drive conditions at hand:
a. Front Steer: When in the front mode the vehicle behaves like a conventionally steered
vehicle. In this mode, the rear axle is locked and does not steer. Use this mode when
enhanced maneuverability is not needed or during operation at speeds greater than 30
mph.
b. Coordinated Steer: This mode gives the operator the tightest turning radius of any of the
available modes. When the front axle is steered, the rear axle turns in the opposite direction
of the front, which reduces the turning radius and enhances maneuverability. This mode
also has a deadband feature. Deadband allows the vehicle front axle to be turned a
predetermined number of degrees in either direction before the rear axle steers. The
deadband varies according to the speed of the vehicle.
C. Crab Steer: When the front axle is steered, the rear axle steers in the same direction as the
front axle. This makes the vehicle travel in a diagonal motion, sometimes called "crab
walking". This mode can be useful for parallel parking or for counteracting side forces
applied to a vehicle, such as during low speed snow brooming operations. This mode also
has a speed controlled variable deadband.
d. Operator Controlled Rear Steer: When in this mode, a rear axle shall be controlled only
by a dedicated control in the cab, independent of the front wheel position. This mode is
required for backing the vehicle or when the vehicle is moving large amounts of snow and
more implement angle is desired. The hydraulic locks shall remain operational; however,
the mechanical lock is disengaged (unlocked) at all times when in this mode.
Auto -center Feature: Assists in relocating the rear axle to the straight ahead position after
use of the operator controlled rear steer mode.
f. Switching Between Modes: The mode switch shall be active at all times. However, the
ECU shall not switch modes unless the front axle crosses center for operator safety. If the
front axle does not cross center the system shall remain in the previous mode until the
front axle crosses center. The rear wheels must also be in the straight ahead position before
the mode change occurs.
Issued for Bid SRE-100-5 Jviation, Inc.
May 9, 2017 AIP No. 3-08-0020-057-2017
g. Wheel Position Indicator: The system must include a position indicator which shows
the front and rear axle positions at all times.
h. Mode Indicator: The mode indicator feature shall consist of one of four icons on the
operator display indicating which mode is selected and whether rear axle is locked.
i. Manager's Password: A password shall be provided which will allow supervisory
personnel to "lockout" or "enable" operation of the all -wheel steer system. This password
is included to insure that only those operators who are qualified to operate the vehicle all
wheel steering system are permitted to do so.
11. SPRINGS
The unit shall have alloy steel if the parabolic taper or semi -elliptical type, with minimum
27,000 lb. front and minimu 23, 00 b. ear ratings. The spring hangers, pins and supports shall be
heavy duty to give long life. The pins shall be of the grease type with substantial bronze bushings.
12. BRAKES
Brakes shall conform to FMVSS 121 standards and shall be the standard recommendedbr
i
t e xl . r c ab b k s are: S -Cam type, Disc Brakes, and Drum beak . Brtk sy toll incorporate an '-lock functions.
13. WHEELS AND TIRES
This unit shall be equipped with proper sized wheels and tires for the GVW rating of the unit being
bid. Single wheels of the same size shall be furnished for the front and rear axles. The wheels shall be
of the steel disc type or aluminum. The tires shall be an aggressive snow tread and appropriate for
airport snow removal applications. One complete spare wheel and tire shall be provided for each unit.
1-I. CAB
This unit shall have a full)' enclosed, thermally and acoustically insulated (85 db as measured G" from
the driver's ear at full engine RPM), cab made from steel, fiberglass or aluminum. The operator shall
be positioned slightly right of center. Adequate space for the convenient installation of two
communication radios shall be provided. Minimum cab height shall be 132" as measured from the
ground to the top of the cab to insure good visibility over front mounted attachment.
The cab of this unit shall be provided as follows:
a. A tilt/ telescoping steering column.
b. A windshield, minimum 3,000 square inches- Side windows shall be either roll down or
slide type, one on each side of the cab, G square feet each. Rear window shall be minimum
3 sq. ft., stationary type.
C. All windows shall be tinted safety glass, DOT approved and marked.
Issued for Bid SRE-100-6 Jvianon, Inc
\lav 9, 2017 AIP No. 3-08-0020-05--2017
d. Electric variable speed wipers, providing operator absolute clear line of vision. Six quart
reservoir for wet arm wipers required. System shall include an automated sequence which
soaks the wi-ndshield and performs wiper s -,x cep with the press of a single button,
minimizing dry wipe.
C. High output, fresh air type heater/defroster with multispeed fan motor, mounted behind
the operator to minimize visibility obstructions to the front. Cab heater with defroster
shall be capable of maintaining a 50 degree F inside temperature at sea level when the
ambient temperature is -40 degrees F. The heater/ventilation shall include a screened vent
that is near cab rear for fresh air intake into the HV unit. Air flow of 380 CFM minimum
required. Vent controls shall be provided from panel selection including inside or outside
air intake.
f. Cab doors shall be provided with stainless steel piano type hinges. Hinges shall be bolted
to the door and bolted to the cab frame. Hinges shall not be welded to doors and/or cab.
Interior lower panels of doors shall include a nonmetallic liner to assist in sound
absorption.
g. Two auxiliary power outlets required near center of cab for access by operator or
passenger.
h. Dual, heated, motorized West Coast type mirrors operated from the operator position in
the cab.
Key type starter switch for chassis engine. Integrated safety checks shall prevent starting
when an unsafe condition is detected.
Coat hooks.
k. Cup holders shall be located between the seats.
1. The operator seat shall be air ride high back or equal, fully adjustable in the horizontal and
vertical positions, left side arm rest, lumbar support, cloth covered, load adjustable and
furnished with 3 point type safety belts. Custom right side adjustable arm rest shall contain
joystick for attachment and, when equipped, all wheel steer control. Arm rest control shall
include a vertical stow feature to facilitate easy egress/ingress of operator.
m. A passenger seat shall be provided to the left of the driver. It shall also be equipped with
three point type safety belts; arm rests are not required.
n. The interior of the cab shall be fully insulated. The floor of the cab shall be insulated with
thermal -acoustical sound barrier floor mat.
o. Master connection point for radios in center of cab, below windshield, within reach of
operator and passenger.
P. Ilectric horn or air horn. if either is available, electric is preferred.
Issued for Bid SRE 100-7 Jvianon, Inc
May 9, 2017 -AIP No. 3-08-0020-057-3017
q. Multiple access panels in upper console to allow easy access to switch and wiring
connections.
r. A warning device is required to indicate door open, transmission in gear.
Instrumentation shall be centered on a color liquid crystal display in easy sight of the operator.
Available information shall include:
a. Speedometer/odometer.
b. Tachometer and hour meter that registers when engine is running only.
C. Voltmeter.
d. Air pressure gauge, dual system.
e. Time and date.
f. Fuel level with low level indicated by color: yellow at 15% remaining, red with audible
alarm at 5% remaining.
Warning Icons required for:
a. Low air pressure.
b. Engine stop.
C. Engine fail warning.
d. Low voltage.
e. Engine overheat.
f. Engine low oil pressure.
g. Engine air intake restriction.
h. Transmission overheat.
i. Transmission fail.
j. Control system node communication lost.
k. Transmission communication lost.
1. Parking brake applied.
m. Transmission range.
Issued for Bid SR -E-100-8 Jviation, Inc.
May 9, 2017 jIP No. 3-08 0020-057.2017
n. Traction lock engaged.
o. Windshield washer fluid low level indicator.
p. Message center for fault messages affecting operation.
+ Hydraulic temperature warning.
r. Hydraulic fluid level low.
Left and right turn indicators.
t. High beam indicator.
A summary of fault messages with most probable resolutions shall be provided in the service manuals
required elsewhere in this specification.
Multiple selections of display shall be provided for operation and maintenance. Fault codes shall be
"notify of failure" with operator attention drawn to the area of fault. Display of ground speed required.
Display shall include selectors to page through digitally displayed instrumentation for maintenance
and routine pre-operation check list procedures.
15. ELECTRICAL AND LIGHTING
Electrical System shall be multiples technology for efficiency and maximization of control parameters.
All lighting on this vehicle shall conform to 1;MVSS. All lighting shall be 12 volts, and shall include,
but not be limited to, the following:
a. 'I-wo fender mounted headlights %/integral turn signals per FMVSS.
b. Dual LED stop, tail, turn, clearance and backup lights per FNIVSS. Back up alarm Preco
1010, or approved equivalent, with auto adjustment for noise level.
C. W*helen L10 amber strobe beacon, or approved equivalent, shall be center mounted on
forward portion of cab roof.
d. YOne or Two LED cab dome lights.
e. Variable intensity instrument lighting, with ramp up push button control.
f. All instruments and controls shall be labeled in a manner to remain legible for the life of
the unit and shall be illuminated.
g. All wiring shall be either harness, cable, split loomed, or shrink-wrapped. All wiring shall
be color -coded, wire numbered matching drawing schematics and terminal strip, and
labeled every 3 inches as to what it is used for. The gauge wire and processes shall be in
accordance with common wiring practices.
h. Required circuit breakers for analog circuits shall be easily accessible.
Issued for Bid SRE 100.9 Jviauon, Inc.
May 9, 2017 .QIP No. 3 08 0020.057-2017
i. Two headlights with high low beam and integral turn signals mounted on a light bar near
front outside corners of cab near leading edge. Light bar shall be vertical and made of
round material to allow infinite positioning and aiming of auxiliary lighting as specified.
Deutsch type sealed connector required at each light bar to pass electrical connections
through cab shell.
j. One 12 -volt, 240 -amp minimum alternator with built-in regulator.
k. Four multipurpose type work lights to be mounted under chassis engine hood.
1. Four 12 -volt maintenance free batteries with a minimum total of 3800 cold cranking
amperes. Batteries shall be installed in a frame mounted compartment with corrosion
resistant interior.
16. ON BOARD DIAGNOSTICS AND ELECTRONIC CONTROL SYSTEM
Functional control of vehicle shall be centered on an electronic control system utilizing J1939 data
bus. Reliability and precision operation of the unit requires heavy reliance on solid state circuitry and
components and minimized reliance on traditional multi pin "physical switch" type relays. Electronic
control systems shall include on board diagnostic assistance and other features to simplify the
operation, troubleshooting, and repair of the chassis.
Electronic control modules shall be of the highest reliability and durability for use in mobile
equipment. System shall comply with the following:
a. High amp manual resettable circuit breaker protection is required upstream from the
electronic control modules;
b. Y's from the data bus to the modules shall be physically labeled in the vehicle for ease of
maintenance and troubleshooting;
C. Certifications of testing and durability of electronic modules.
1. EMI -RFI (meeting mil -spec of 150 volts/meter).
2. Salt spray survival for 1,000 hours minimum (ASTM B117).
3. Water immersion.
4. hiigh temperature tested at 125% overload for 100 hours, minimum;
5. Vibration tested to 50 g's.
d. ECM shall be overload and reverse polarity protected;
C. Field Effect Transistors (FF.T's) shall provide power output to electrical functions, acting
as a solid state relay and circuit breaker in one;
Issued for Bid SRE-100-10 Jviation, Inc.
May 9, 2017 AIP No. 3 08 0020-057-2017
f. FET's shall shut off automatically in the event of short to ground, cycling on and off to
test itself for proper function to avoid damage while allowing search and repair of fault;
On Board Diagnostics Features and Performance
Electronic control system shall include and enable diagnosis of chassis and engine systems by means
of the LCD dash display. Transmission diagnostics shall be accessible through blink codes from the .
transmission pushbutton shift selector.. System shall include the following at a minimum:
a. Direct readout of codes on the display.
b. Message arca on LCD to display error message to operator as any system function fails.
Available during operation on operations screen.
Error message toggle if more than one failure is present.
d. Real time operational indicator of system function on diagnostics/maintenance screens.
17. AUXILIARY ENGINE
The engine used to power the broom head and air blower system shall be a six -cylinder turbocharged
diesel engine, or similar, rated a minimum 475 I IP. It shall be liquid -cooled, EPA emission certified,
and equipped with electronic controls for fuel injection and engine management including an
automatic shutdown system with manual override and an electrical connector for a diagnostic system.
Proper gauges and a warning system for low fluid levels and high temperatures are required.
The engine shall be provided %with a full -flow replaceable oil filter and bypass filter, 12 -volt starter,
master battery switch, and a dual air intake two-stage air cleaner.
a. I",xternal turbine type prc-cleaner.
b. Primary dry element.
The exhaust system with rain -cap shall be mounted on top of engine enclosure. The heavy-duty
cooling radiator, may be built of either a steel tank with copper and brass core, or built entirely of
aluminum. )lntifreeze shall have protection to minus 45 degrees Fahrenheit with distilled water for
The cooling fan for the radiator and charged air cooler' shall
with 200 -watt heater to remove
water and contamination in the fuel supply shall also be supplied..
18. AUXILIARY ENGINE ENCLOSURE
Engine access cover shall be the manufacturer's standard design. Covers shall be equipped with a
positive closing mechanism and a locking mechanism where appropriate. Top hinged access shall be
held in the open position by a support arm(s) or hydraulic arm(s).
Issued for Bid Sill,: 100 11 Jviation, Inc.
LN lay 9, 201-' All' No. 3-08-0020-057-2017
19. CHASSIS SHALL INCLUDE:
a. Plug in (weatherproof) chassis and blower engine block heaters, 1500 watt, 130 V. The
electrical connection for both heaters (carrier and auxiliary) shall be mounted at the rear
of the vehicle and shall be mounted in such a manner to provide protection from
inadvertent damaee while backine ud the vehicle to the connection tioint.
b.Ether starting system or manufacturer's standard design — Engine ECM controlled for
chassis and broom eneines.
C. Right and left side window wipers.
d. Windshield Deluge System. A windshield deluge system is required to maintain operator
visibility during snow removal operations. As a minimum, the system shall consist of a 5
gpm pump, a 17 gallon reservoir, two discharge nozzles above the front windshield, one
discharge nozzle above each side window, one discharge nozzle above left and right rear
view mirrors, and the associated plumbing to make a functional system. Fill point shall be
arge shall he controlled by a conveniently located switch or button in
with wiper controls.
e. Integral air conditioning for summer cooling and to improve windshield defogging in
winter. A separate button shall engage the air conditioning compressor to provide dry,
heated air to maximize defroster effectiveness.
f. Consolidated Fluid Drain Lines. For case of maintenance, drain lines for all fluids which
must be routinely changed shall be routed to one of two locations; either the area behind
the cab, or the rear area of the vehicle. At a minimum, drain lines shall be provided for
chassis and auxiliai37 engine oil and coolant, all hydraulic oil reservoirs, and broom pump
drive. Each drain line shall be clearly labeled and be equipped with a quarter turn ball valve
and a screw on cap.
g. Air system quick -charge. A quick disconnect coupler adjacent to the plugin adjacent to the
plug in shall allow introduction of shop air into air system upstream of the air dryer for
filling on board truck system with air.
h. On board 110/ 12 volt trickle -charger, 1.5 amp minimum.
i. One additional beacon matching the cab mounted beacon shall be installed on top of the
rear engine enclosure. Both beacons shall be activated by a single operator controlled
switch.
j. LED lights on cab mounted light bars with switch in cab shall be trapezoid.
k. 1 sets of spare wiper blades for windshield.
1 sets of spare wiper blades for side windows.
Issued for Bid SRE-100-12 jviarion, Inc.
May 9, 2017 _3IP No. 3-08.0020-057-2017
M. One complete chassis tire and «•heel assembly. If rear and front axle rims/tires arc not
interchangeable then one complete assembly shall be supplied for each axle.
20. QUICK HITCH
The vehicle shall be equipped with a hitch device to allow the removal of the runway power broom.
There shall be no hydraulic lines inside the cab. The hitch hydraulics shall be powered by a carrier
engine driven hydraulic pump. 1 lydraulic disconnects shall be located at hitch location for all power
broom hydraulics.
21. BROOM ATTACHMENT
The broom head shall attach to the chassis hitch and use auxiliary engine hydrostatics to power the
brush. Provisions must be provided to hydraulically angle the broom head to 35 degrees left and 35
degrees right.
The broom shall provide a swept path of 18.0 feet and an overall width of 22 fe • 46 inches
in diameter and be capable of producing up to 4,828 ft -lbs. of torque and up to 5'S % th an air
blower system capable of producing 23,000 CFI`'I at 400 NIP 11. The broom head and air ower shall
be hydrostatic drive with infinitely variable speed hydraulic pumps and fixed displacement motors.
The system shall have the ability to remove snow, ice, slush, sand and other debris at rated speeds up
to 40 IVPI I depending on conditions. To confirm this, the following must be supplied with the bid.
The exact proposed broom and air blo%rer drive power system components including engine, gearbox,
and hydrostatic pumps and motors must have in field proven experience. No prototypes shall be
allowed.
Engineering hydraulic power calculations for the broom and air blower shall be supplied with the bid.
22. BROOM HITCH
The broom head shall be mounted and unmounted from the chassis by means of a master quick hitch
with hooks of a size sufficient to support the weight and operation of the broom head. A DIN style
hitch commonly used with dedicated front mount broom operations shall also be allowed.
The broom hitch shall provide low friction, free flotation, shock absorbing, and weight transfer for
the broom head.
The lour friction, free flotation is required so that it is independent of broom chassis for vibrations
and bounce considerations and to accommodate surface irregularities. A parallel arm system with four
horizontal pins shall be used.
To maximize vehicle tractive effort, braking, steerability, and overall handling of the broom chassis,
the broom chassis shall carry approximately 50% of the broom weight by utilizing the chassis ,veight
transfer system. A pair of hydraulic cylinders shall support the parallel arms of the hitch. Pressure in
the hydraulic cylinders provides the lift necessary to transfer approximately 50% of the broom weight
to the chassis. A control valve adjusts the oil in and out of the cylinders to provide the same "weight
transfer no matter what the surface irregularities.
Issued for Bid SRI; 100 13 ivtauon, Inc.
May 9, 2017 All' No. 3-08-0020-037-2017
23. BROOM ANGLE
The broom head shall be capable of swinging 35 degrees maximum left or right, selectable from an
operator's joystick. Using a longer broom than specified to accommodate swept path for larger saving
angles is unacceptable due to storage and maneuverability reasons.
The swing shall be accomplished by means of a single vertical pivot pin, using grca seable low friction
bushings, DX prelubricated type (no metal on metal). The result shall be smooth, low friction motion
throughout the swing.
Double acting hydraulic cylinders on both sides of the broom frame shall be designed so as to provide
precise, smooth, and long term reliable service in powering the broom angle swing. Leaning of the
chassis in the direction of the broom swing is unacceptable due to effects on chassis handling, turning
and braking.
24. BROOM OSCILLATION
The broom oscillation shall provide true flotation left to right for the broom head so that it is
independent of the chassis to accommodate surface irregularities and thus minimize brush pattern
variation during operation. It shall have at least 8 degrees (-4, -4), of free floating oscillation from left
to right.
25. BROOM ELEVATION AND BRUSH PATTERN ADJUSTMENT
The broom head lift shall be achieved utilizing hydraulic lift cylinders, a minimum of one on each end
of the broom frame to provide precise, smooth and long term reliable service, controlled by the
operator's joystick. The lift cylinders shall be equipped with a counterbalance valve, which prevents
the broom head from creeping down. The pivoting action shall have adequate stroke to achieve
ground clearance during transport when not in use.
A toggle switch for remote broom lift control and pattern confirmation shall also be provided- A
weatherproof control box housing and switch shall be located behind the broom or on the chassis
allowing easy, repeatable pattern adjustment from a standing position. Returning to operator's cab to
confirm pattern adjustment is unacceptable. For safety reasons the operator cannot be positioned
under or near the broom head to make the pattern adjustment. The brush pattern adjustment process
shall be accomplished without the use of tools.
26. BROOM HEAD
The brush itself shall be 46 inches in diameter and 22 feet long comprised of two 11 toot sections.
The broom head frame shall be fabricated from steel tube and include provisions for grease between
the mating surfaces. The hydrostatic broom drive shall be dual end drive or center drive. Power shall
be supplied from the chassis variable displacement hydrostatic pump.
Speed of broom shall be infinitely variable from 0 t(525 P .
A maximum 2 inch gap between broom core sections shall be obtained by using a center hearing
assembly utilizing the same components as the drive ends.
Issued for Bid SRF -100-14 Jviation, Inc.
May 9, 2017 ATP no 3-08-0020-057 2017
27J BROOM
The core shall be bearing supported and may be driven from either end, center, or from both ends:
Each core shall be individually dynamically balanced by the manufacturer at rated RPM. The bristles
on the cores shall be full width to the rated length and replaceable. All steel on steel couplings of the
drive and core must be replaceable hardened steel.
The cores shall be made of tubular steel construction with four hardened steel (163 Brinell hardnes
minimum) drive bars, equally spaced to center of each wafer bristle. The diameter which the four driv
bars create must be such that the wafer bristle is easily installed and removed but not to alloy
movement of the wafer bristle on the core. The diameter of the core must also be industry standar
for compatibility of various bristle manufacturers.
The cores) shall be dynamically balanced and designed to eliminate bouncing and vibration at
RPM.
The design of the core shall be such that the tip to up bristle diameter.vill be approximately 46 inches.
The bristles shall be suitable for use in temperatures seen at the altitude of the airport.
The core shall consist of a 50/50 combination of polypropylene and wire.
28. BROOM CASTERS
"There shall be tire caster assemblies. Since a weight transfer broom hitch shall be utilized, the chassis
carries approximately 60% of the broom weight. The broom casters shall carry the remaining weight
of the broom head. With the reduction in weight and tires, fewer tires shall be required and tire
maintenance reduced. Each caster assembly shall be free to rotate. The radial pneumatic tires shall be
approximately 180/70R8 16 ply. Spring-loaded adjustable automotive type disk brakes shall be
supplied per caster to prevent caster shimmy at all sweeping speeds. The caster assembly shall be non -
suspension type allowing the brush to follow the ground contours as close as possible. The broom
head caster support shall be mounted to the main broom frame by means of welded brackets
constructed of steel plate, minimum. The steel caster assembly shall be attached to the broom head
caster support by means of four bolts for serviceability.
29. BROOM HOOD
=The brush hood shall be fabricated from heavy gauge sheet steel or other durable material and securel
,fastened to the brush frame. It shall shield the top half of the brush completely and shall be nonclo
,design to prevent snow and ice buildup underneath the hood. It shall provide the necessary quic
,access to the brush for replacement of bristles and for inspection.
-here shall be a device on the front of the hood to strip the snow from the brush, preventing snow
ar yover from the front of the brush to the back of the brush. It shall be the full length of the brush.,
'he device must be easily adjustable to the brush diameter as the bristles wear.
The broom must have the capability to control the snow and ice once it is airborne. The snow must
be put where and only where the operator desires and the operator must have visibility. The snow
May 9, 2017 AIP No. 3-08-0020-057-2017
30. FORCED AIR BLOWER
Two forced air blowers, one on each side, will be mounted under the catwalk and retract to within the
width of the vehicle. The air blower shall produce 23,000 ChM at 400 MPH velocity air. Both nozzles
shall blow in the same direction at any given time. Deflectors at the nozzle ends shall direct the flow
to one side or the other. The nozzle deflector's control shall be hydraulic and interlocked with the
broom head angle to blow in the direction of broom casting thus controlled by the operator's joystick.
The nozzle deflectors change direction as the broom swings. An additional control shall permit
blowing without broom operation.
The air ducts and air blower impellers shall rise within the width of the ties of the chassis for transport
and storage. 'There shall be a minimum 8 inches of ground clearance when raised. There shall be 4
inches of ground clearance when lowered.
The centrifugal impellers shall be independently driven via hydrostatic motors. The two motors, one
for each impeller, shall be mounted directly to the impeller shaft. Power to the motors shall be supplied
from a variable displacement hydrostatic pump allowing incremental control of blower speed from 0
to 100"1i.
Both impeller/shaft assemblies shall be dynamically balanced at the rated RPM. All controls for the
air blower shall be remotely operated from within the cab.
31. IIYDRAULIC SYSTEM
The hydraulic system shall consist of appropriate rams, pumps, piping, fittings, valves, controls, fluid
reservoirs, filters, coolers, and other parts essential to its full operation. The system shall be capable
of hydraulically positioning equipment through the entire range of its design limits. It shall be capable
of operating all controls simultaneously without a detrimental reduction in power response.
All controls shall be located in the vehicle cab. All hydraulic functions of the broom shall be electric
over hydraulic valving. Connectors to the solenoids shall be interlocking type to provide a secure
connection, which can withstand normal pressure washing procedures. All positioning functions (for
example but not limited to: brush head lift, brush head swing, deflector, and air nozzle lift) shall be
equipped with a position locking system as necessary to prevent unwanted movement. There shall be
no hydraulic lines within the operator station.
The system shall be ruggedly constructed and able to withstand all imposed loads. It shall maintain'
operating temperatures suitable to all system components throughout normal operating conditions:
T lie hydraulic system shall meet the same low temperature requirements as the engine coolant system:
Filters within the hydraulic system shall conform to the Society of Automotive Engineers (SAU.r
Information Report, SAL? J 931- Hydraulic Power Circuit Filtration. Proper filtering shall be done orr
both the high pressure and low pressure circuits. There shall be a 5 micron absolute rating on the
hydrostatic pumps' filters and placed in the charge pressure lines. 'I here shall be a clogged filter,
indicator light at the operator's station indicating filter replacement. Shut off valves for all filters bclo-w
Issued for Bid SRF. -100-16 iviation, Inc
2 ay 9, 2017 All' No. 3-08-0020-057-2017
All hoses for all systems shall be properly sized and strength to work with the pressure and volume of
oil required and have the appropriate temperature ratings for the climate conditions in ,which the), «rill
be used. Only commercial quality hydraulic lines, hoses, and fittings that are capable of withstanding
system working pressures under load are acceptable. I Iydraulic hoses shall have a bursting pressure of
three times their rated working pressure. The use of fittings, joints, and connections shall be kept to a
minimum. Where required, hoses should be equipped with quick couplers as necessary to facilitate
rapid removal and attachment.
The hydraulic fluid tank shall have; a filler neck with a strainer, a drain plug, a shutoff valve, an air
vent and baffles. Its capacity shall exceed the volume of oil required for the operation of any
combination of attachments by 50 percent. A sight glass shall be provided to allow the operator to
verify that fluid level is sufficient for safe operation without the necessity of opening the system. A
low oil level warning and engine shutdown device shall be provided in the cab. A high hydraulic oil
temperature warning and engine shutdown devise shall be provided in the cab. A low hydraulic oil
temperature or high back pressure warning shall also be provided in the cab.
32. CONTROLS AND INSTRUMENTATION
All controls shall be electric over hydraulic type. All instruments and controls shall be labeled in a
manner to remain legible for the life of the unit and shall be illuminated. All wiring shall be either
harness, cable split loomed, or shrink-wrapped. All wiring supplied by the broom and air blower
manufacturer shall be color -coded, wire numbered matching drawing schematics and terminal strip,
and labeled as to what it is used for. -Che gauge wire and processes shall be in accordance with common
wiring practices, SKL insulation type.
33. BROOM SHALL INCLUDE:
a. Sparc broom core assemblies (2 sections) in order that the cores can be preloaded with
new segments for quick change during snow operations.
b. Sparc broom core wafer refill kit.
C. Set of 4 broom carts for easy broom core loading.
d. One replacement caster wheel, tire, bearing and ale assembly.
Snow Shed Hood: I Iydraulic pivot tilt to remove snow that has deposited on top during
sweeping operations. Snow shed hood is in addition to the standard hood, both shall have
skeletal steel framework construction with a black polyethylene cover bolted in place.
Positive prevention of ani, operator error damage to bristles or other components. 'Tilt
operational while the broom is rotating vrith no stopping. Tilt rotate forward in excess of
100 degrees. Positive stowed position against poly supports. The snow shed hood shall
cover the entire length of the broom hood without interruptions for the most efficient
snow removing capabilities.
Automatic broom pattern adjustment system.
Issued for Bid SRI: -100-17 Jviation, Inc
May ), 2017 AIP No. 3-08-0020-057-2017
g. Specialized tools necessary for routine servicing and maintenance of the equipment and
its auxiliary equipment. Not to include computers and electronic diagnostic machines.
Cold weather package as temperatures do get below -40'F on occasion
LED marker lights located at each end of the brush head using amber LED's on the front
of the light assembly with red LED's facing the rear.
An automatic lubrication system for all possible grease points. The system shall
automatically deposit the correct amount and type of grease to the application per
manufacturers specifications.
20 pound fire extinguisher
Brush speed controlled by ground speed: Automatically adjusts the brush rotational speed
depending on the vehicle speed. An increase in vehicle speed shall increase the brush
rotational speed. There shall be a minimum of six ranges for the operator to choose from
to match the conditions.
M. IOD/debris pick-up box with cab controls. Self supporting "dust pan" in front of the
brush for sweeping sand, IOD, and debris at speeds up to 40 MPI I. Self supporting with
four standard broom caster wheels (same as brush head) with no additional weight on the
brush head affecting brush pattern. The controls must be simple and electric over
r hydraulic. It must be easily attached and detached to the brush head with quick disconnects
for the hydraulics. There must be three positions: Transport, Pick-up, Dump (90 degrees)
all powered by a pair of hydraulic cylinders. The actuation from the transport to the pick
up position must be coordinated with the brush head through the broom joystick. There
shall be separate rocker switch for the dump.
34. ADDITIONAL REQUIREMENTS
Communications Radios
Radio equipment will be supplied and installed by the manufacturer per the following specifications:
a. Vehicle -mounted VI -I1' Air Band Radio Transceiver, multi -channel, field -programmable,
backlit display, driver accessible, with vehicle mounted external antenna, hand-held
microphone, 12/24 volt electrical system compatible, with internal speaker and switched
external speaker, and 35 watt minimum output power (lcom IC -A120 or approved equal).
b. N'ehicle-mounted UIIF, 800 Mllz, Air Band Transceiver, multi -channel, field -
programmable, backlit display, driver accessible, with vehicle mounted external antenna,
hand-held microphone, 12/24 volt electrical system compatible, with internal speaker and
switched external speaker, and 35 xvatt minimum output power (Motorola X11. 1500 or
approved equal). The manufacturer shall provide the radio to the airport prior to vehicle
delivery ,ehich shall be programmed by the Airport and then shall be installed by the
vehicle manufacturer at the time of vehicle delivery.
Issued for Bid SRI: 100 18 f viation, Inc.
May 9, 2017 AIP No. 3 08 0020 057 2017
Paint
The complete vehicle shall be painted with one (1) coat of metal primer and two (2) coats of FAA
approved Chrome Yellow acrylic urethane. All surfaces within the operator's line of sight shall be low
gloss black to reduce glare and to aid in melting ice and snow.
Bumpers and Bumper Bars shall be painted in alternate stripes four (4) inches in width of chrome
yellow and black inclined 45 degrees to the vertical.
Reflective Stripes
A minimum eight (8) inch horizontal band of high gloss white paint or white reflective tape
(Retroreflecitve, AST -D 4956-09, Standard Specification for retroreflective sheeting for Traffic Control, TYPE
III & above) must be applied around the vehicle's surface.
Lettering
The manufacturer will apply the airport's `Name' and `Insignia' in a contrasting color or by decal on
both sides of the vehicle.
Reflective lettering is allowed if the material is the same as that which is used for the reflective stripe
(as specified in AC 150/5210-5). A 24" numeral shall be applied to the roof of the vehicle so as to be
conspicuous to approaching aircraft or an elevated observer. A 16" numeral shall be applied on each
side of the vehicle.
Pictures and electronic logo and number information will be provided to the manufacturer after award
of the contract.
A depiction of all lettering and graphics shall be sent to the Airport for approval prior to application.
Owner's Manual
The successful bidder shall provide the product documentation and support information. Two sets
each (one hard copy and one electronic on CD) of the following shall be supplied upon delivery.
a. Operation, maintenance, and troubleshooting manual.
b. Supplied equipment manual(s).
C. Parts manual identif}ging every part on the unit including schematics for electrical and
hydraulic systems. Paper copies of schematics shall include reference indicators directing
the reader to connection points on other pages by sheet number and grid location within
each sheet. Electronic version of electrical schematic shall include a computer search
function.
Training
A qualified factory representative or a factory trained authorized dealer representative must fully
install, start-up, and test the unit prior to training. Training shall be performed by a factory trained
Issued for Bid SRE-100-19 Jviation, Inc.
May. 9, 2017 AIP No. 3-08 0020.057-2017
technician or a trained and authorized dealer representative. The training shall be performed at the
customer's site and shall be 8 hours for operator training and an additional 8 hours for mechanic
training (mechanics shall attend the operating training first)- The purpose of this training is to review
safe and effective procedures for use and maintenance of the machine review and test all systems and
ensure the full function of the machine. 'Training will be in small groups — both classroom and hands
on training is required.
Warranty
The bidder shall warrant his equipment as to the specified capacities and performance, and to be free
from all defects in design, ma
The -vvarranty period shall begin upon final acceptance and
ission shall be warranted for a minimum of one (1) year.
All snow removal equipment component manufacturer warranties shall be extended to the sponsor.
Insurance
Please see Division 5, Part C, Section 11 of the Contract Documents for insurance requirements.
Component Sourcing
Because of the critical nature of this machinery, it is essential that the complete unit and all
components be newly manufactured and unused. To this end, the purchaser reserves the right to
compare serial numbers of engines, transmissions, transfer cases and axles with the current production
records of the component manufacturers. Any component found to be used, or not of current
production will be rejected. The contractor (bidder) will replace the component in question with an
appropriate and acceptable new replacement component at his own expense.
Quality and Safety Standards
Each bid must include the vehicle manufacturer's certification that the vehicle meets or exceeds the
following requirements based on documented test results. Documented test results shall be provided
upon request.
Controls and displays
FMVSS 571-103
Windshield defrosting and defogging systems, in accordance with J19. 4, J198
FMVSS 571-131
Air brake systems
FMVSS 571-207
Seating systems
FMVSS 571-210
Seat belt assembly
FMCSR 393.94
Vehicle interior noise levels
FMVSS 57 1 -101
Controls and displays
FMVSS 571 108.
Lamps, reflective devices and associated equipment
FMVSS 571-120
Tire selection and rims for motor vehicles other than passenger cars
FMVSS 571-206
Door locks and door retention components
FMVSS 571-209
Seat belt assemblies
FMCSR 393-65
Fuel systems and fuel tanks
FMCSR 205
Glazing for windows
FMCSR 302
Flammability of interior materials
Issued for Bid
SRE-100-20 Iviation, Inc
Viay 9, 2017
.QIP No. 3-08-0030-057-2017
Service, Parts, and Technical Support
Because of the critical nature of this machinery and the specialized design of the equipment, warranty
service, parts availability and technical support is considered an integral part of its purchase. All bidders
must be capable of servicing the entire unit including the chassis, and any auxiliary equipment provided
thereon.
Therefore, the following is required in the bid package:
Documentadon on how prompt warranty service, parts availability and technical support
will be provided.
List of key personnel and Service Technicians available for this project. The Service
Technicians must be factory trained and be completely trained to perform pre -delivery
start-up service, repair service, and maintenance of the unit offered. The Service
Technicians must hold current and valid certifications from the manufacturer.
3. Technical support contact name and phone number.
35. ' BASIS FOR PAYMENT AND DELIVERY
Delivery shall b 30 c lendar days maximum from receipt of purchase order or notice to proceed.
Partial payment will be made to the Contractor upon delivery for each schedule of work per Sections
50-14, Partial Acceptance and 90-06, Partial Payments. 10% retainage shall be held until final
acceptance of the equipment per Section 50-15, Final Acceptance at which time final payment will be
made per Section 90-09, Acceptance and Final Payment.
Issued for Bid SRE-100-21 Jviatton, Inc.
May 9,'_017 .QIP No. 3-08-0020-057-2017
JVIATION
ENGINEERING & PLANNING
CONTRACT DOCUMENTS
Schedule I
Procurement of Snow Removal Equipment (SRE)
Two (2) - 22' Power Brooms with 44 Chassis and All -Wheel Steering
AIP Project No. 3-08-0020-057-2017
Eagle County Regional Airport
Eagle County, Colorado
Sponsored By:
Eagle County, Colorado
Federal Aviation Administration
900 S. Broadway, Suite 350 Main 303 524.3030 Issued for Bid
Denver, CO 80209 Fax 303.524.3031 May 9, 2017
JVIATION.COM
1
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
TABLE OF CONTENTS
DIVISION 1 Invitation for Bids
Instructions to Bidders
DIVISION 2 Contract Proposal
Bid Bond
Contractor Information Sheet
Subcontractor/ Material Supplier Listing
Equal Employment Opportunity Report Statement
Buy America Certification
Buy America Waiver Request
Buy America Conformance Listing
Certification Statement Regarding Undocumented Individuals
Bid Proposal
DIVISION 3 Contract Agreement
Payment Bond
Performance Bond
Notice of Award
Notice to Proceed
Notice of Contractor's Settlement
DIVISION 4 General Provisions (FAA)
Section 10 — Definition of Terms
Section 20 — Proposal Requirements and Conditions
Section 30 — Award and Execution of Contract
Section 40 — Scope of Work
Section 50 — Control of Work
Section 60 — Control of Materials
Section 70 — Legal Regulations and Responsibility to Public
Section 80 — Prosecution and Progress
Section 90 — Measurement and Payment
DIVISION 5 Special Provisions
Part A - Federal Requirements
Part B - FAA Requirements
Part C - Airport Requirements
DIVISION 6 Technical Specifications
SRE-100 22' Power Broom with 4x4 Chassis and All -Wheel Steering
Issued for Bid i Jviation, Inc.
May 9, 2017 AIP No. 3 08.0020.057.2017
3S
Issued for Bid Jviation, Inc.
May 9, 2017 .QIP No. 3 08-0020-057-2017
46
47
48
49
50
51
52
53
54
55
56
57
58
59
60
61
62
63
64
65
66
67
68
69
70
71
72
73
74
75
76
77
78
79
80
81
82
83
84
85
86
87
88
89
90
91
92
93
INVITATION FOR BIDS
Eagle County Regional Airport
Gypsum, Colorado
AIP Project No. 3-08-0020-057-2017
Sealed bids, subject to the conditions contained herein, for improvements to the Nagle County
Regional Airport, Gypsum, Colorado, AIP Project No. 3-08-0020-057-2017 will be received by the
Eagle County Regional Airport, Airport Administration Office, Gypsum, Colorado, 81637, until
Tuesday, May 23, 2017, at 10:30 A -M., and then publicly opened and read aloud in the Eagle County
Regional Airport Snow Removal Equipment Facility, Training Room, 0221 Eldon Wilson Road,
Gypsum, Colorado, 81637.
The work involved will include the following:
Schedule I - Procurement of Snow Removal Equipment (SRE), Two (2) - 22' Power Brooms with
4x4 Chassis and All -Wheel Steering
Manufacturing for this project is expected to take 200 Calendar Day(s).
Contract Documents. The complete set of Specifications and Contract Documents can be
downloaded from Jviatioin, Inc.'s bid site (http://bid.)viadon.com), beginning on May 9, 2017. In
order to submit a responsive bid as a Prime Contractor and to receive all necessary addendum(s) for
this project, you must be on the Planholder's Ligt. To view all planholder documents !contract
documents, and addendums) you must fill out the online form located at
(http://,,v,v-,v.iviatioti.com/bidrequest). By filling out and submitting this form, you agree to be
publicly listed on the bid site with your contact information as a planholder for all projects requested.
It is the planholder's responsibility to review the site for addendums and changes before
submitting their proposal. For additional information, please contact us via email at
bidinfoCiD�jviation.com.
*Note that contractors will NOT be automatically added to new projects. You �xU need to re -submit
the online form for access to new projects. Once granted access, additional projects will use your same
login credentials. Note: Plan ahead when submitting the online request form and allow up to 2
business days for approval and access to projects.
Pre -Bid Conference. There will be no Pre -Bid Conference for this project.
Bid Conditions. The bidder is required to provide all information as required within the Contract
Documents. The bidder is required to bid on all items of every schedule or as otherwise detailed in
the'Instructions to Bidders.
Bids may be held by Eagle County, Colorado for a period not to exceed 120 Calendar days from the
date of the bid opening for the purpose of evaluating bids prior to award of contract.
Eagle Countl-, Colorado reserves the right, to reject any and all bids and to waive any informality in
the bids received.
Issued for Bid Division 1-1 jviauon, Inc.
May 9, 2017 AIP No. 3-08-0020-057-2017
94
95
96
97
98
99
100
101
102
103
104
105
106
107
108
109
110
111
112
113
114
115
116
117
118
119
120
121
122
123
All questions regarding the bid are to be directed to Matt Gilbreath, P.E. with Jviation, Inc., 900 South
Broadway, Suite 350, Denver, Colorado 80209, (303) 524-3030, Fax: (303) 524-3031, or email
Niatt.Gilbreath@jviadon.com.
Bid Bond._ Guarantee will be required with each bid as a certified check on a solvent bank or a Bid
Bond in the amount of 5% of the total amount of the bid, made payable to the Eagle County,
Colorado.
Performance & Payment Bond.. The successful bidder will be required to furnish separate
performance and payment bonds each in an amount equal to 100% of the contract price.
Title V1 Solicitation Notice:. Eagle County, Colorado, in accordance with the provisions of Title
VI of the Civil Rights Act of 1964 (78 Stat. 252, 42 U.S.C. 44 2000d to 2000d-4) and the Regulations,
hereby notifies all bidders that it will affirmatively ensure that any contract entered into pursuant to
this advertisement, disadvantaged business enterprises will be afforded full and fair opportunity to
submit bids in response to this invitation and will not be discriminated against on the grounds of race,
color, or national origin in consideration for an award.
Other Federal Provisions, Award of contract is also subject to the following Federal Provisions:
• Buy American Preference
• Foreign Trade Restrictions
• Government -wide Debarment and Suspension
• Government -wide Requirements for Drug-free Workplace
• Other Federal Provisions included in Part A of the Special Provisions
Issued for Bid
May 9, 2017
Eagle County, Colorado
Division 1-2
Jviation, Inc.
AII' No. 3.08.0020-057-2017
124 INSTRUCTIONS TO BIDDERS
125
126 Hereinafter in these Contract Documents including these Instructions to Bidders, Sponsor/Owner
127 refers to Eagle County, Colorado and Engineer refers to Jviation, Inc., 900 S. Broadway, Suite 350,
128 Denver, Colorado, 80209.
129
130 1. Submission of Bids
131
132 a. Division 2 of the Contract Documents shall be completed and submitted in its entirety, in
133 order for the bid to be considered responsive.
134
135 b. Qualifications shall be furnished as described in Division 4, Section 20, with the bid
136 proposal.
137
138 C. Bids are to be submitted in a sealed envelope to Eagle County Regional Airport, Airport
139 Administration Office, 219 Eldon Wilson Road, Gypsum, Colorado, 81637.
140
141 d. Date/Time: Bids shall be received on or before: Tuesday, May 23, 2017, at 10:30 A.M.,
142 Eagle County Regional Airport, Airport Administration Office, 219 Eldon Wilson Road,
143 Gypsum, Colorado, 81637.
144
145 e. Bidding Documents: Bidding documents must be downloaded from Jviation, Inc.'s bid
146 site (http://bid.jviadon.com). Note: Plan ahead when submitting the online request form
147 and allow up to 2 business days for approval and access to projects.
148
149 f. Bid Bond is required if total bid exceeds $20,000.00.
150
151 2. Pre -Bid Conference
152
153 There will be no Pre -Bid Conference for this project.
154
155 3. Late Bids/Late Modifications of Bids
156
157 a. Bids received in the office designated under item 1 above, after the exact time set for
158 opening are considered "late bids", and will not be accepted by the Bid Opening Official.
159 Bidders are solely responsible for insuring their bids arrive on time and to the place of bids
160 specified in the Invitation For Bid.
161
162 b. The Owner will not consider a late bid or late modification of bid unless received prior to
163 contract award and -
164
165 (1) There is conclusive evidence that the bid was submitted to the office designated in
166 Item 1 above, on time and was mishandled by Eagle County, Colorado (i.e., lost or
167 misplaced) staff responsible for handling/ receiving bids. Mishandling by other units
168 or offices at Eagle County, Colorado does not constitute airport staff.
169
170 (2) Or - it was the only bid received.
171
Issued for Bid Division 1-3 Jviation, Inc.
May 9, 2017 AIP No. 3-08-0020-057-2017
172
173
174
175
176
177
178
179
180
181
182
183
184
185
186
187
188
189
190
191
192
193
194
195
196
197
198
199
200
201
202
203
204
205
206
207
208
209
210
211
212
213
214
215
216
217
218
219
220
221
4. Mistakes in Bids - Confirmation of Bid
When it appears from a review of the bid that a mistake has been made, the Owner may request
that the bidder confirm its bid. Situations in which confirmation may be requested include
obvious, apparent errors on the face of the bid or a bid is unreasonably lower than the other
bids submitted. All mistakes in bids will be handled at the discretion of Eagle County, Colorado.
5. Minor Informalities/Irregularities in Bids
a. A minor informality or irregularity is one that is merely a matter of form and not of
substance. It also pertains to some immaterial defect in a bid or variation of a bid from
the exact requirements of the invitation that can be corrected or waived without being
prejudicial to other bidders. The defect or variation is considered immaterial when the
effect on price, quantity, quality, or delivery is negligible when contrasted with the total
cost or scope of the services being acquired.
b. If the Owner determines that the bid submitted contains a minor informality or
irregularity, then the Owner shall give the bidder an opportunity to cure any deficiency
resulting from a minor informality or irregularity in a bid, or waive the deficiency,
whichever is to the advantage of the Owner. In no event will the bidder be allowed to
change the bid amount. Examples of minor informalities or irregularities include but are
not limited to the following:
(1) Bidder fails to sign the Bid, but only if the unsigned bid is accompanied by other
material evidence, which indicates the bidder's intention to be bound by the unsigned
bid. (Such as Bid Bond, or signed cover letter which references the bid and amount
of bid).
(2) Bidder fails to acknowledge an Addendum - this may be considered a minor
informality only if the Addendum, which was not acknowledged, involves only a
matter of form or has either no effect or merely a negligible effect on price, quantity,
quality, or delivery of the item or services bid upon.
6. Rejection of Bids
Any bid that fails to conform to the essential requirements of the invitation for bids as
determined by Eagle County, Colorado, will be rejected.
a. Any bid that does not conform to the applicable specifications shall be rejected unless the
invitation authorizes the submission of alternate bids and the items or services offered as
alternates meet the requirements specified in the invitation for bids.
b. A bid shall be rejected when the bidder imposes conditions that would modify
requirements of the invitation or limit the bidder's liability to the Owner, since to allow
the bidder to impose such conditions would be prejudicial to other bidders. For example,
bids shall be rejected in which the bidder:
(1) Protects against future changes in conditions, such as increased costs, if total
possible costs to the Owner cannot be determined.
Issued for Bid
May 9, 2017
Division 1-4
Jviation, Inc.
AIP No. 3-08-0020-057-2017
222 (2) Fails to state a price and indicates that price shall be "price in effect at time of
223 delivery".
224
225 (3) States a price but qualifies it as being subject to "price in effect at time of delivery".
226
227 (4) Takes exceptions to the invitation for bids terms and conditions.
228
229 (5) Inserts the bidder's terms and conditions.
230
231 (6) Limits the rights of the Owner under any contract/invitation for bid clause.
232
233 7. Estimated Quantities
234
235 If the Bid schedule herein contains estimated quantities, this provision is applicable. The
236 quantities listed for each of the items in the bid schedule are only estimated quantities.
237 Contractors are required to bid a firm unit cost for each item specified. The actual quantities
238 ordered may fluctuate up or down. The unit prices proposed by each bidder will remain firm
239 and will not be re -negotiated if the estimated quantities are not met or are exceeded. For bidding
240 purposes, if there is a conflict between the extended total of an item and the Unit Price, the Unit
241 Price shall prevail and be considered as the amount of the bid.
242
243 8. Number of Copies
244
245 Bidder shall submit in its sealed and marked envelope, one (1) copy of its bid, signed in ink, and,
246 if applicable, one (1) original copy of the Bid Bond as defined under Items 11. and 10.
247
248 9. Identification of Bid
249
250 Bids must be returned in a sealed envelope and addressed to the Eagle County Regional Airport,
251 219 Eldon Wilson Road, Gypsum, Colorado, 81637 and marked as follows:
252
253 Bid of 1m — l� �r��r,N res , tw-
254 (Nance of Contractor)
255
256 for improvements to the Eagle County Regional Airport, Gypsum, Colorado, AIP Project No.
257 3-08-0020-057-2017. To be opened Tuesday, May 23, 2017, at 10:30 A.M., local time in the
258 Eagle County Regional Airport Snow Removal Equipment Facility, Training Room.
259
260 Any offer that is submitted without being properly marked may be opened for identification
261 prior to the deadline for receipt of offers and then resealed.
262
263 10. . Bid Bond Requirements
264
265 A Bid Bond is required in the amount of 5% of the amount bid when (1) the total amount of
266 the accumulative bid is more than $20,000 or. (2) is required elsewhere in this solicitation..This
267 Bid Bond must meet the conditions specified under Item 19 Bid Bond Requirements and shall
268 be submitted using the form in Division 2 of this solicitation.
269
Issued for laid Division 1-5 Jviation, Inc.
May 9, 2017 AIP No. 3-08-0020-057-2017
270
271
272
273
274
275
276
277
278
279
280
281
282
283
284
285
286
287
288
289
290
291
292
293
294
295
296
297
298
299
300
301
302
303
304
305
306
307
308
309
310
311
312
313
314
315
316
317
318
319
320
11. Preparation of Bid Offer
a. Bidders are expected to examine the specifications, bid documents, proposed contract
forms, terms and conditions, and all other instructions and solicitation documents.
Bidders are expected to visit the job -site to determine all requirements and conditions that
will affect the work. Failure to do so will not relieve a bidder from responsibility to know
what is contained in this invitation for bid, or site conditions affecting the work.
b. The bidder certifies that it has checked all of its figures, and understands that the Owner
will not be responsible for any errors or omissions on the part of the bidders in preparing
its bid.
C. All items, (unless the invitation specifically states otherwise) including any additive or
deductive alternates on the bid schedule, must be completely filled out or the bid will be
determined non-responsive and ineligible for consideration for award.
d. The bidder declares that the person or persons signing this bid is/are authorized to sign
on behalf of the firm listed and to fully bind the bidder to all the requirements of the
solicitation.
e. The bidder certifies that no person or firm other than the bidder or as otherwise indicated
has any interest whatsoever in this bid/offer or the contract that may be entered into as a
result of this bid/offer and that in all respects the offer is legal and firm, submitted in good
faith without collusion or fraud.
f. By submitting a bid, the bidder certifies that it has complied and will comply with all
requirements of local, state, and federal laws, and that no legal requirements have been or
will be violated in making or accepting this bid.
g. If there is a discrepancy between the unit price and the total price, the unit price shall be
used to determine the applicable total.
12. Basis of Award
The Owner intends to award a contract resulting from this solicitation to the lowest, responsive,
responsible bidder, whose offer, conforming to the solicitation, will be most advantageous to,
and in the best interest of, the Owner, cost or price and other factors considered.
a. In addition to other factors, bid offers will be evaluated on the basis of advantages and
disadvantages to the Owner that might result from offers received.
b. The Owner reserves the right to reject any or all proposals and to waive informalities
and/or irregularities in the bid offer.
C. Total bid will be evaluated and awarded as follows: It is the Owner's intent to award this
bid based on the TOTAL BASE BID FOR ALL ITEMS, split awards will not be
made.
d. The Owner will determine which Schedules and/or Bid Alternates will be awarded based
on the received bid prices and available funding. The project award will be based on the
low bid sum of the Federally Eligible Schedules and Bid Alternates awarded by the Owner.
Issued for Bid Division 1-6 iviation, Inc.
May 9, 2017 AIP No. 3-08-0020 057-2017
321
Not all Schedules and/or Bid Alternates may be awarded. A combination of Schedules
322
and Bid Alternates may be awarded, including only a single Schedule. The numbering of
323
the Schedules or Bid Alternates does not necessarily indicate the order of award. The
324
project award is contingent on the availability of funding.
325
326
13.
Period of Acceptance
327
328
The bidder agrees that its bid offer shall remain open for acceptance by the Owner for a period
329
of 120 Calendar days from and including the date specified in the solicitation for receipt of bids.
330
331
14.
Contract Award
332
333
The signature of the bidder indicates that within thirty (30) calendar days from acceptance of its
334
bid offer it will execute a contract with the Owner and furnish a project specific Certificate of
335
Insurance naming the Owner as Additional Insured, furnish Performance and Payment Bonds
336
and any other documents required by the Contract Documents.
337
338
15.
Notice to Proceed
339
340
Work may not start under any awarded contract until the Owner issues a written Notice to
341
Proceed. The Owner may issue the Notice to Proceed any time after the contract is signed and,
342
if required, insurance and bonds have been provided in accordance with Item 19 below.
343
344
Although the acceptance period allows for the project to be awarded within 120 Calendar days
345
from the date specified in the solicitation for receipt of bids, manufacturing for this project is
346
expected to take place during 2017.
347
348
16.
Amendments to the Solicitation
349
350
a. If this solicitation is amended, then all specifications, terms and conditions, which are not
351
amended, remain unchanged.
352
353
b. Bidders shall acknowledge receipt of any addendum to this solicitation (1) by signing and
354
returning the amendment, (2) by identifying the amendment number and date in the space
355
provided for this purpose on the form for submitting a bid offer, or (3) by letter or
356
facsimile.
357
358
C. Acknowledged addendums must be received prior to bid opening. Bidders are encouraged
359
to include signed addenda or initialed acknowledgement with returned bids.
360
361
17.
Explanations to Prospective Bidders
362
363
Any prospective bidder desiring an explanation or interpretation of the solicitation documents,
364
specifications, etc., must request it in writing by Thursday, May 18, 2017, at 4:00 p.m., to allow
365
a reply to reach all prospective bidders before the time for submission of bids. Oral explanations
366
or instructions given before the opening of bids will not be binding. Any information provided
367
to a prospective bidder during the bid preparation stage will be promptly furnished to all other
368
prospective bidders as an addendum to the solicitation if that information is necessary in
369
submitting bid offers or if the lack of it would be prejudicial to other prospective bidders.
370
Issued for Bid Division 1-7 Jviarion, Inc.
(\lay 9, 2017 AIP No. 3-08-0020-057-2017
371 18. Questions and Other Requests for Information
372
373 For all questions or requests, please direct to:
374
375 Jviation, Inc.
376 900 S. Broadway, Suite 350
377 Denver, Colorado 80209
378 Phone: 303-524-3030
379 Fax: 303-524-3031
380
381 Attention: Matt Gilbreath, P.E. (Alatt.Gilbreath@ix-iadon.com)
382
383 19. Bond Requirements
384
385 a. Bid (offer) Bond
386
387 (1) The Bidder is required to furnish a Bid Bond in the form of certified check, cashier's
388 check, irrevocable letter of credit, or surety Bid Bond acceptable to the Contracting
389 Officer in the sum equal to at least 5% of the total amount of the Proposal payable
390 without condition to Eagle County, Colorado, if. (1) the total amount of your
391 accumulative bid is more than $20,000 or (2) is required elsewhere in this solicitation.
392
393 (2) The Bid Bond shall guarantee that the bid will not be withdrawn or modified after
394 the time set for the receipt of bid offers, and if accepted, that the person, firm or
395 corporation submitting same shall within thirty (30) calendar days after being
396 notified of the acceptance of its bid offer, enter into a contract and shall, within said
397 time, furnish the required bonds and all insurance certificates called for under this
398 invitation for bid.
399
400 (3] The Bid Bonds of unsuccessful bidders will not be returned to the respective bidders
401 unless a self-addressed, stamped envelope is provided along with a written request
402 for Bid Bond return. However, if a certified check or a cashier's check is submitted
403 in lieu of the Bid Bond, it will be returned as soon as possible after the lowest
404 responsive and responsible bidder is determined and a contract is executed.
405
406 (4) In the event the bidder whose bid offer is accepted fails to enter into the contract
407 and/or furnish the proper bonds, its certified check, cashier's check, irrevocable
408 letter of credit, or surety Bid Bond will be forfeited in full to the Owner.
409
410 b. Performance, Labor and Materials Payment, and Maintenance Bonds
411
412 Bonds shall:
413
414 (1) Be for the full amount of the contract price;
415
416 (2) Guarantee the Contractor's faithful performance of the work under this contract,
417 and the prompt and full payment for all labor and materials involved therein;
418
419 (3) Guarantee protection to the Owner against liens of any kind;
420
Issued for Bid Division 1-8 Jvianon, Inc.
May 9, 2017 .QIP No. 3-08-0020-057-2017
421 (4) Be, when a surety bond is furnished, from a surety company operating lawfully in
422 the State of Colorado and shall be accompanied with an acceptable "Power -of -
423 Attorney" form attached to each bond copy;
424
425 (5) Be issued from a surety company that is acceptable to the Owner; and
426
427 (6) Be submitted using the forms in Division 3 of this solicitation.
428
429 20. Specifications
430
431 Upon award of the contract, the Owner will be responsible for furnishing the selected contractor
432 a minimum of three (3) sets of the specifications. The Contractor will be required to purchase
433 additional sets for $100.00 as desired.
434
435 21. Type of Contract
436
437 It is the intent of this Invitation for Bids to award a firm fixed price contract based on the prices
438 offered by the lowest responsive and responsible bidder. Contract prices shall remain firm and
439 fixed throughout the contract performance period.
440
441 22. Bid Results
442
443 Once the Sponsor has had the opportunity to thoroughly evaluate the bids, the Bid Tabulation
444 Summary will be posted on our website: bid.jviation.com.
445
446 Bid result tabulations will also be cmailed upon request. To request a fax or email of the bid
447 tabulation, call (303) 524-3030.
448
449 23. Terms, Conditions and Special Provisions
450
451 Bidders are advised to pay special attention to the General and Special Provisions of the Contract
452 Documents. These sections may contain requirements that will have an impact on all potential
453 bidders, such as Federal Provisions, Liquidated Damages, Indemnification, DBE participation,
454 type of contract, and delivery schedule.
455
Issued for Bid Division 1-9 Jviadon, Inc.
May 9, 2017 AIP No. 3-08-0020-057-2017
456
Issued for Bid Division 1 10 jviation, Inc.
May 9, 2017 .QIP No. 3-08-0020-057-2017
457 CONTRACT PROPOSAL
458
459 TO: Eagle County Regional Airport
460 Gypsum, Colorado
461
462 1. The undersigned hereby certifies that he/she has examined the form of contract, and
463 specifications and other associated Contract Documents for the improvement of Eagle County
464 Regional Airport, Project No. 3-08-0020-057-2017. The undersigned further certifies that
465 lie/she has examined the site of the work, has determined for himself/herself the conditions
466 affecting the work and subject to acceptance of the proposal, agrees to provide at his or her
467 expense, all labor , insurance, superintendence, machinery, plant, equipment, tools, apparatus,
468 appliances, and means of manufacturing, and all materials and supplies complete the entire work,
469 including work incidental thereto, in conformance with the specifications, and associated
470 Contract Documents.
471
472 2. The undersigned acknowledges that the Contract Documents consist of the Invitation for Bid,
473 Instruction to Bidders, all issued Addenda, Proposal, Statement of Qualifications, Anticipated
474 Sub -Contracts, Form of Proposal Guaranty, Notice of .award, Contract Agreement,
475 Performance & Payment Bonds, Notice to Proceed, Notice of Contractor's Settlement, Wage
476 Rates, General Provisions, Special Provisions, Technical Specifications, attached appendices and
477 referenced documents.
478
479 3. The undersigned, in compliance with the Invitation for Bids dated May 23, 2017, hereby
480 proposes to do the work called for in said contract and specifications to furnish all materials,
481 tools, labor, and all appliances and appurtenances necessary for the said work at the following
482 at the following rates and prices:
483
484 Bid Spreadsheet begins on page 2-25.
485
486 TOTAL BID (Base Bid)
487 "TOTAL BID IN WORDS N'►Ne h,,NdreLi .�Q�►�-��i,��-�k��s aid,- �'f�CgE.
488 uN� (eco SeJenl�r-, �"»J Do��ac5 ev& 2erc, Cekkl
489
490 4. The undersigned understands that the above quantities of work to be done are approximate only
491 and arc intended principally to serve as a guide in evaluating the bids.
492
493 5. It is understood that the schedule of minimum wage rates, as established by the Secretary of
494 Labor and included in the Specifications, are to govern on this project, and the undersigned
495 certifies that he/she has examined this schedule of wage rates and that the prices bid are based
496 on such established wage rates.
497
498 G. The undersigned agree upon written notice of the acceptance of this bid, that within thirty (30)
499 days after the award, that s/he will execute the contract in accordance with the bid as accepted
500 and give contract (Performance and Payment) bonds on attached forms.
501
502 7. The undersigned further agrees that if awarded the contract, he/she will commence the work
503 within ten (10) calendar days after the receipt of a Notice to Proceed and that he/she will
504 complete the work within 200 Calendar Day(s). An extension of time may be allowed when
505 extra or additional work is ordered by the Engineer. Liquidated damages in the amount of
Issued for Bid Division 2-1 Jvianon, Inc.
May 9, 2017 AIP No. 3-08-0020-057-2017
ff
M -B Companies, Inc.
Corporate Office
1615 Wisconsin Avenue
P.O. Box 200
New Holstein, WI 53061
800 558 5800
Airport Maintenance
Products
1200 Park Street
Chilton, WI 53014
800.558.5800
Attachments
1615 Wisconsin Avenue
New Holstein, W 153061
800.558.5800
Multi -Service Vehicle
1615 Wisconsin Avenue
New Holstein, WI 53061
800 558 5800
Pavement Marking -East
79 Montgomery Street
Montgomery, PA 17752
888 323 2900
Pavement Marking -West
2490 Ewald Avenue SE
Salem, OR 97302
800 253 2909
Replacement Brushes
1217 E Chestnut Street
Chilton, WI 53014
800 558 5800
www.m-bco.com
Eagle County Regional Airport, Eagle County, Gypsum, Colorado,
AIP Project No. 3-08-0020-057-2017, Procurement of Snow Removal
Equipment (SRE), Two (2) — 22' Power Brooms with, 4x4 Chassis All -
Wheel Steering, Bid Opening: May 31, 2017, 10:30AM Local Time
Exceptions
Addendum 2, 18, Hydraulic System
Specification:
Shut off valves for all filters below tank fluid level shall be installed to allow
filter changes with minimal loss of oil.
The hydraulic fluid tank shall have; a filler neck with a strainer, a drain plug,
a shutoff valve, an air vent and baffles.
Provided: Provisions shall be made so minimal hydraulic fluid is lost during
routine filter changes. A manual shut-off valve is not required for routine
servicing of the hydraulic system.
Reason: A manual shut-off valve poses the potential for catastrophic
hydraulic component failure in the event it is left in the closed position prior
to starting an engine.
Page Division 4-7, 20-02 Qualification of Bidders
Specification: Such evidence of financial responsibility, unless otherwise
specified, shall consist of a confidential statement or report of the bidder's
financial resources and liabilities as of the last calendar year or the bidder's
last fiscal year. Such statements or reports shall be certified by a public
accountant.
Provided: M -B will furnish a certified financial statement as required by
these specifications if awarded the contract.
Reason: M -B included evidence of continuous business activity in this bid
package (customer reference list and 10 -year List), but financial and
annual reports are not included. M -B is a privately held company and
financial statements are not made available to the public. If M -B is
determined to be the lowest responsive bidder, a certified financial state
can be provided upon request.
Page 1 of 1
Quality you can see. People you can trust'"
506
$500/Calendar Day(s) shall be paid to the Owner for that time which exceeds the number of
507
Calendar Day(s) allowed in this paragraph.
508
509
9.
As an evidine od faith in submitting this proposal, the undersigned enclgses ce tiEied
t`'r�` C .+,+'
510
511
check ord Bon in the amount of .1��3ollars
($ 48 11 which, in case the undersigned refuses or fails to accept an award and to
512
enter into a contract and file the required bonds within the prescribed time, shall be forfeited to
513
the Owner, as liquidated damages.
514
515
9.
By entering into this contract, the Contractor certifies that neither it (nor he/she ) nor any
516
person or firm who has an interest in the Contractor's firm is a person or firm ineligible to be
517
awarded government contracts by virtue of Section 3(a) of the Davis -Bacon Act or 29 CFR
518
5.12(a)(1).
519
520
10.
No part of this contract shall be subcontracted to any person or firm ineligible for award of a
521
government contract by virtue of Section 3(a) of the Davis -Bacon Act or 29 CFR 5.12(x)(1).
522
523
11.
The undersigned hereby declares that the only parties interested in this proposal are named
524
herein, that this proposal is made without collusion with any other person, or corporation. That
525
no member of the board of county commissioners, officer or agent of Eagle County, Colorado,
526
is directly or indirectly financially interested in this bid.
527
528
13.
The undersigned acknowledges receipt of the following Addendums:
529
530
ff
Addendum No. Date Received S 1811
531
Addendum No. Date Received S/2347
532
Addendum No. Date Received .j A-
533
Addendum No. Date Received
534 Addendum No. Date Received
535
536
537 SIGNATU l• F B1 DE
538
539
540 By
541 Name and Title of Authortied Agent
542
543 in J Cory" orwiWS4 _J�t.lC.
544 Name of C ompany T
545
546 L3OU ?P,-r1y Meet cki 14t -j, w -L S301q.
547 \ddress of Company
548
Issued for Bid Diviston 2-2 Jviation, 1111.
May 9, 2017 AIP No. 3 080020 057 2017
549
550
551
552
553
554
555
556
557
558
559
560
561
562
563
564
565
566
567
568
569
570
571
572
573
574
575
576
577
578
579
580
581
582
583
584
585
586
587
588
589
590
591
592
593
BID BOND
KNOW ALL LIEN BY THESE PRESENTS, that M -B Companies, Inc., 1615 Wisconsin Avenue,
New Holstein, WI 53061 as Principal, hereinafter called Contractor, and
Travelers Casualty and Surety Company ofAmerica licensed to do business as such in the State of
Colorado, as Surety, hereby bind themselves and their respective heirs, executors, administrators,
successors, and assigns, unto Eagle County, Colorado, Colorado, as Obligee, in the penal sum of
5% of the attached bid Dollars (S --------------------------------- ) for the payment whereof
Contractor and Surety bind themselves, their heirs, executors, administrators, successors and assigns,
jointly and severally, by these presents.
WHEREAS,
The Contractor has submitted to the Obligee, a contract bid dated the 23rd day of
May, 2017 for the following contract:
All? Project No. 3-08-0020-57-2017, Procurement of Snow Removal Equipment (SRE), Two (2) - 22' Power
Brooms with, 4x4 Chasis All -Wheel Steering
NOW, TI IEREFORE, THE CONDITION OF THIS OBLIGATION is such that, if the Contractor
bid is accepted by the Obligee and the Contractor is awarded the contract in whole or in part, the
Contractor shall enter into the Contract with the Obligee in accordance with the terms of such bid,
give such Payment and Performance Bonds as may be specified in the Contract Documents with good
and sufficient surety for the faithful performance of such Contract and for the prompt payment of
labor and materials furnished in the prosecution thereof, or in the event of failure of the Contractor
to enter such Contract and give such bond or bonds, if the Contractor shall promptly pay the Obligce
the amount of this bond as set forth herein above, then the obligation shall be null and void, otherwise
this obligation will remain in full force and effect.
IN WITNESS `(/HEREOF, the above parties have executed this instrument, the 17th day
of—May . 201? .
SIGNATURE OF PRINCIPAL (as applicable).
A. Individual, partnership or joint venture
B. Corporation
Attest: _JJ
Secretary (affix seal
Issued foc Bid
May 9, 2017
(Sigoature of sole proprietor or general partner)
M -B Companies, Inc.
Name of Corpo a Principal
By5_tX('_ (a
Division 2-3
Jviation, Inc.
AIf No. 3-08-0020 057-2017
594
595
596
597
598
599
600
601
602
603
604
605
606
607
608
609
610
611
612
613
614
615
616
SIGNATURE OF SURETY Name and address of Corporate Surety
ACCEPTANCE BY
The foregoing bond is approved.
Date
By
Travelers Casualty and Surety Company of America
One Tower Square, Hartford, CT 08163
v (seal)
A tomey io Fact (attach power of attomcy)
The foregoing bond is in due form according to lav and is approved.
Date
Issued for Bid
May 9, 2017
By
Division 2-4
Jviation, Inc.
AIP No. 3-08-0020-057-2017
WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER
.tA1% POWER OF ATTORNEY
TRAVELERSJ Farmington Casualty Company St. Paul Mercury Insurance Company
Fidelity and Guaranty Insurance Company Travelers Casualt} and Surety Company
Fidelity and Guaranty Insurance Underwriters, Inc. Travelers Casualty and Surety Compan} of America
St. Paul Fire and Marine Insurance Company United Stales Fidelity and Guaranty- Company
St. Paul Guardian Insurance Company
Attorney -In Fact No. .131865 Certificate No. O O f 1 3 2 O O 1
KNOW ALL MEN BY THESE PRESENTS: Rtal Farmington Casualty Company, Sl. Pawl Fire and Marine Insurance Company, St. Paul Guardian Insurance
Company, Sl. Paul Mercwy Insurance Company. Tiaveleis Casually and Surely Company. Travelers Casualty and Surety Company of America, and United States
Fidelity and Guatanty Company ate corporations duly oiganized under the laws of the State of Connecticut, that Fidelity and Guaranty Insurance Company is a
corporation duly organized under the laws of the Slate of Iowa, and that Fidelity and Guaranty Insurance Underwriters, Inc_, is a corporation duly organized under the
laws of the State of Wisconsin (herein collectively called the "Companies"), and that the Companies do hereby make, conslitule and appoint
Carol F. Tasciotti, Evonne Brown, Adele M. Korczak, Grace Villarreal, Gail Schroeder, Gina M. Damato, Thomas A. Pictor, Michael Damewood,
Luisa Seymour, Thomas N. Tague, Brenda D. Hockberger, Carlina A. Oswald, Tara S. Petersen, Todd D. Baraniak, Dale F. Poquette, Oscar F. Rincon
Moises Alcantar, James P. Fagan, Stephanie Miller, Grace Fowlkes, Ann Mulder, Latina Reidenbach, Mary D. Thomas, Amber Derkson, Dan I lasson,
Kristan Retusnic, Kathleen Stewart, Mary Jo Campbell, Carrie Smith, Adam Kvetun, Jessica I lernandez, Robin Vinci, Jason Cummings,
Fmily Swatkowski, Renee D. Davis, Tiffany Uribe, Kyle Pollock, and Erik harms
of the City ofChic. , Stale of Illinois , their true and lawful Attorney(s)-in-Fact,
each in their separate capacity if more than one is named above, to sign, execute, seal and acknowledge any and all bonds, recogni7ances, conditional undertakings 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 undertakings reiquired or permitted in any actions or proceedings allowed by law.
IN WI'I:VESS WHEREOF, the Companies have caused this instrument to be signed and their corporate seals to he hereto affixed, this
day of February 2017
Farmington Casualty Company
Fidelity and Guaranty Insurance Company
Fidelity and Guaranty Insurance Underwriters, Inc.
St. Paul Fire and Marine Insurance Company
St. caul Guardian Insurance Company
21st
St. Paul Mercury Insurance Company
Travelers Casualty and Surety Company
Travelers Casualty and Surety Company of America
United Slates Fidelity and Guarant) Company
�,,��ps�At� r Y „+E ; � o`�µ ,"•s�9 Jpr 1..""."`qq ,3�••tr a^�o� �iNesigm, SV1Y,4�
Z� •'8'�t S I9%%4 � WCOHPORATIb „��, �s� j{ORPaAa��'n � ,ioppORAI�?oi W1�ONaa`'� �>
St,��s
bey . FNa �J ?� � °;we+eE �� ',1S : ANra�! °' p-. '"� 1Sd• �yi •�� � • ��% A!N•.
State of Connecticut
City of Hartford ss.
By:
Robert L Raney. Senior Vice President
On this the 21st day of February 2017 before me personally appeared Robert L. Raney, who acknowledged himself to
be the Senior Vice President of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc-, St. Paul
Fire and Marine Insurance Company, St Paul Guardian Insurance Company, St. Paul. Mercury Insurance Company, Travelers Casualty and Surety Company,Travclers
Casualty and Swcly Company of Amelica, and United States Fidelity and Guaranty Compnny, and that he, as such, being authoti-red so to do, executed the foregoing
instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly nuthorired officer.
In Witness Whereof, I hereunto set my hand and ntftcrnl seal C•W �/" V
My Commission expires [he 30th day of June. 2021 �'0�8U� 4 — `Marie C. I'eireault, Notary Puhhc
58440-5-16 Printed In U.S A.
WARNING' THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER
ING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER
This Power of Atturney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Farmington Casualty Company, Fidelity
and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance
Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States
Fidelity and Guaranty Company, which resolutions are now in full force and effect, reading as follows:
RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice
President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys -in -Fact and Agents to act for and on behalf'
of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sigh with the Company's name and seal with the
Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any
of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her; and it is
FURTHER RESOLVED, that the Chainnatt, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may
delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy
thereof is filed in the office of the Secretary; and it is
FURTHER RESOLVED, that any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking
shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice
President, tmy Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the
Company's seal by a Secretary or Assistant Secretary; or (b) duly executed (under seal, if required) by one or more Attorneys -in -Fact and Agents pursuant to the power
prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is
FURTHER RESOLVED, that the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President,
any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any
certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attomeys-in-Fact for purposes only of executing and attesting bonds
and undertakings and other writings obligatory in the nature thereof, and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal
shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on
the Company in the future with respect to any bond or understanding to which it is attached.
I, Kevin E. Hughes, the undersigned, Assistant Secretary, of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance
Underwriters, Inc., St. Paul Fite and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and
Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company do hereby certify that the above and foregoing
is a true and correct copy of the Power ofAttorney executed by said Companies, which is in full force and effect and has not been revoked.
IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the seals of said Companies thus ! � day of __ � . , 20 I �.
n E. Hughes, Assistant Sccftary
G/.SU,i� y`t1RL i ��N �Nf + INJ4 ' fY ANO Y
A!:,...... " pJ J 11,tb1(jl•
c: b Q
'- 6 ° NCMPpttIED ��,pA10�A�e �' % rpara"Arf n'. < HAgTFOaO, "'W1RiFOa0. r
+ � tis `o. moi''-•.. .s, l�a•�SSAL,'s ;r e° •� �'at!
. rff d 1•� `SANCf �•ts..Mjtai \ ys._ f...'N+ 'a�f FN+� 3� � sYa� � AtH
To verify the authenticity of this Power of Attorney, call 1-800-421-3880 or contact us at www.travelersbund.com. Please refer to the Attorney -In -Fact number, the
above-named individuals and the details of the bond to which the power is attached.
WARNING: THIS POWER OF
617
618
619
620
621
622
623
624
625
626
627
628
629
630
631
632
633
634
635
636
637
638
639
640
641
642
643
644
645
646
6.47
648
649
650
651
652
653
65.4
655
656
657
658
659
660
661
662
663
664
CONTRACTOR INFORMATION
1. Name of Bidder/ Contractor: 16 G -lel -Aca
-
2. Type of Business Entity:
NOTE: If bidder is partnership or joint venture, give full names of all partners or joint
ventures. Bid must be signed by all _joint Ventures. If bidder is a limited liability company,
bid must be signed by an authorized manager (may be signed by member -manager if LLC is
organized to allow management by members).
1 Address of Contractor: m S i'DMPIl W%e51 1W
1 G l $ W-!9 t1-Q(2A.,kA e_
New 4 (5-k ,FJ , W5 S3661
4. Telephone: (3 3`0 47M 16 Fax: aU W9 a6al
E-mail:: l26-rts A I irk M -'br.c> . Cbm, _
5. Established where and when: W">C')►'JS�t�
G. Contractor's Banking Information: (, -9— A 0Pa---d L,,
7. Principal Officers of Contractor (managers and members if LLC):
Name: LSQcL-P,-�Ac�ad iii efs o4jJ D.te, )
Title:
Name:
Title:
Name:
Title:
Issued for Bid
May 9, 2017
Title:
Name:
Name:
Title:
Division 2 5
Jviauon, Inc:,
.QIP No 3-08-0020-057-2017
X
BankFirst
!"IAI10NI',1.
March 28, 2017
RE: M -B Companies, Inc. Credit Reference
To Whom It May Concern:
Please allow this correspondence to confirm that the above referenced client has been a
customer of Bank First National since 2008 and all accounts have been handled in a
satisfactory manner. M -B Companies currently has a line of credit with Bank First
National in the mid seven -figure range and availability is also in the mid seven -figure
range.
Should you have any questions please feel free to contact me directly.
Sincerely,
La.,
Christopher Stream
Vice President I Commercial Banking
(920) 652-3249
www.BankFirstNationa1.com
Ticker Symbol: BFNC 402 N. 8th Street, P.O. Box 10, MANITOWOC, WI 54221-0010 (920) 652-3100
FDIC
M -B Companies, Inc.
Corporate Entity
List of all Directors and Officers
2/9/2017
Terrence J. Cosgrove, President (Occupation -President), 1615 Wisconsin Avenue, New Holstein,
WI 53061. tcosgrove@m-bco.com
Eldon L. Bohrofen, Secretary/Director (Occupation -Attorney), 607 North 8t1i Street, Sheboygan,
WI 53081
Michael Shinners, Vice-President/Di rector (Occupation - retired CPA), 1501 North State
Parkway -9C, Chicago, IL 60610
Keith Garnett, Vice-President/Di rector (Occupation — retired Engineer), 1001 Aspen Lane,
Kohler, WI 53044
Susan A. Torrison, Vice-President/Treasurer (Occupation -Administration Manager), 400 Maple
Leaf Court, Manitowoc, WI 54220. storrison@m-bco.com
AIRPORT SNOW REMOVAL EQUIPMENT PAVEMENT MARKING EQUIPII;HTPA PAVEMENTMARKING EQUIPMENT OR
1200Pd kStreet 79 Montgomery Street 2490 Ewa dAvenue SE
h lion, Wl 53014 Montg meiy, PA 17752 Salem, OR 97302
SN -558-5800 i'' 323.2900 800 253-2909
WATTACHMENTS
1615 venuI1�
New Holstein, VVI 53061
8DO.5S8-5800 W W W. M- 8 C 0. C 0 M
665
8.
Bidder's/Contractor's state of incorporation (state of organization if an LLC or Partnership):
GGG
067
5 r43 r1 ►N
668
669
9.
Bidder's Surety: Gnin i::1 Ito.rA S41a4:1 �e Yt_n .-# oF Are r1CAP)
670
671
10.
Surety's State of Incorporation: _Cosi IVB? C_-� i c-04
672
673
11.
-�-
Name and Address of person to receive payment M-B Ce) m-AAj;e, T-ijC •
674
675
I (S ►�P�N�:l� :�1QtJ�
676
677
678
679
12.
If the Bidder/Contractor is a Joint Venture, it shall attach a certified copy of the Joint Venture
680
Agreement. The Joint Venture Agreement will not be included as part of the Contract
681
Documents.
682
683
13.
The Bidder/Contractor shall identify all applicable labor agreements (if any) to be used in the
684
performance of the work:
685
686
_
V �S��(1C� �Ci 0 � jNoci ►a!'�Qi %�SSnGtr��►bt'J Ot- I'1 A<k fj;S-�,-
687
688
/� { 1
�'J A e ry `o p ce uL)o ry,E?irs� _ fl- C I Q
689
690
691
692
693
694
695
Issued for Bid Division 2 G Jviation, Inc.
iVlay 9, 2017 AIP No. 3-08-0020 057 2017
I'D r 00
cC, I-
10 V .7
a
c o
0
v
c
c c ca
s.y.L
v v
C C O O
E
N 04 its 04 its
O O O O
v E E E E
0 0 0 0 0
�wwwW�
cc
r) -t Ln
W o
�J q
�WWWWW
��
Q
C
� G
Q
C
O
v L
7
vz
U
az
b
L
L
�+ y
L L
N
N
v :d
U
Fle
o`
V
L
C C
O L
U �
L
M
L O
Gz
V
N
_
da
,Y U
O L
d€
a�
F u
C,
a
N
C
'w
Q�
c
E
z
V
O
z
2
C
O
L1
0 c1l �) -t Ln v x
0 0 0 0 0 0 0 0
r- r r r- r r- r -
c o
0
c
c c ca
s.y.L
v v
C C O O
E
N 04 its 04 its
O O O O
v E E E E
0 0 0 0 0
�wwwW�
cc
r) -t Ln
W o
rA-
u
�WWWWW
��
0 c1l �) -t Ln v x
0 0 0 0 0 0 0 0
r- r r r- r r- r -
M -B Companies, Inc.
Corporate Office
1615 Wisconsin Avenue
P.O Box 200
New Holstein, WI 53061
800.558.5800
Airport Maintenance
Products
1200 Park Street
Chilton, WI 53014
800 558 5800
Attachments
1615 Wisconsin Avenue
New Holstein, WI 53061
800.558 5800
Multi -Service Vehicle
1615 Wisconsin Avenue
New Holstein, WI 53061
800 558 5800
Pavement Marking -East
79 Montgomery Street
Montgomery, PA 17752
888 323 2900
Pavement Marking -West
2490 Ewald Avenue SE
Salem, OR 97302
800 253 2909
Replacement Brushes
1217 E Chestnut Street
Chilton, WI 53014
800.558 5800
Eagle County Regional Airport, Eagle County, Gypsum, Colorado,
AIP Project No. 3-08-0020-057-2017, Procurement of Snow Removal Equipment
(SRE), Two (2) — 22' Power Brooms with, 4x4 Chassis All -Wheel Steering, Bid
Opening: May 31, 2017, 10:30AM Local Time
M -B Companies, Inc. DBE Participation Plan
The M -B Companies has over the past several years sent out solicitations to our supply
base inquiring and encouraging our suppliers to participate in the Disadvantaged
Business Enterprise (DBE) program.
87 M -B suppliers have been contacted through email and follow up phone calls.
Evidence of this is detailed on our attached Good Faith Effort listing.
The solicitation directs the suppliers to the following websites:
Out of state suppliers are directed to: http://www.dot.gov/osdbu/disadvantaged-
business-enterprise/state-dot-and-dbe-program-websites.
Wisconsin Suppliers are directed to: http://wisconsindot.pov/Pages/doing-bus/civil-
ri Wits/dbe/d a faul t. aspx
As of this date, we have not found a certified DBE supplier for the equipment in this
bid.
M -B continues to search for certified DBE's for future opportunities.
www.m-bco.com Quality you can see. People you can trust.'
Good Faith Effort for:
M -B Companies - AMP WBE-MBE-DBE-SBENBE
3/3/17 - Bill Hecker
Supplier Supplier Contact Info N/A WBE MBE DBE SBE VEB GRS
Metals Engineering
1800 South Broadway
Green Bay, WI 54304
(920) 339-8590 Phone
(920)339-8592 Fax
Metals Engineering
Rhonda Rusch
X
1
Lenz Inc.
3301 Klepinger Road
Dayton, OH 45406
phone 678-641-2852
fax 770-529-1472
` Lenz Inc.
Richard Brown
X
1
Kelburn Engineering Company
851 N. Industrial Drive, Elmhurst, IL 60126
P 630-832-8383 x209
F 630-832-8515
Kelburn
Ron Johnson
X
1
Henderson Products Inc.
-
1085 South Third Street
IManchester,
IA 52057
563-927-7236
Henderson products
Dennis Meisgeier
X
1
Monarch Industries Limited
Phone: 204-786-7921 Ext 219
Fax: 204-772-9496
Toll free: 800-665-0247
Monarch Ind.
Fred Morgan
X
1
J & D TUBE BENDERS, INC.
8951 Enterprise Way
Schofield, WI 54476
1&D Tube Benders
1-800-283-8302
1-715-359-8687 FAX
Tom Felch
X
1
Falcon Industries, Inc.
901 Astro Blvd. East
Cosmos, MN 56228
LEJTelephone: 320-877-7713 Wax: 320-
877-7715
Falcon Ind.
Rhonda J. Gass
X
1
-
Power Systems, LLC
3026C Highway 145
Richfield, WI 53076
p. 262-677-4567
f. 262-677-4655
Power Systems
Donna Peterleus
X
2
-
Prop Shaft Supply
969 Koopman Lane
Elkhorn, WI 53121
Office 262-743-1606
Cell 262-492-7799
Prop Shaft Supply
Joe Kinney
x
Arntzen Corporation
14600 W. Washington St.
Woodstock, IL 60098
Ph: 800.957.7655 ext: 221
Fax: 815.334.0778
Arntzen Corp.
Ryan D. Moyer
X
1
Northern Iron & Machine
867 Forest Street
St. Paul, MN 55106
651-778-3320, phone
651-778-3380, fax
763-300-9563, cell
Northern Iron and Machine
Mark Amland
X
1
McNeilus Steel - Fond du Lac, WI
123 East Larsen Drive
Fond du Lac, WI 54937
920-923-1778 ext. 5026
McNeilus Steel
Zachary J Todd
X
1
Aurelius Mfg. Co. Inc.
220 SW 8th Street
Braham, MN 55006
Phone - 320-396-3343
Fax -320-396-3346
Aurelius MFG.
Laura Keppler
X
1
Trimark Corp.
S10 Bailey Avenue
New Hampton, IA 50659
800-431-8616
Trimark Corp.
Terri Troutner
X
1
Gemini Plastics, Inc.
1333 Viking Lane
Green Bay, WI 54115
Phone: 800-236-3333
Gemini Plastics
Ken Curry
X
1
Waytek Inc.
PO Box 81
Chaska, MN 55318
Phone (800)328-2724 X111
Fax(800)858-0319
Waytek Wire
Travis Dhein
X
1
Cross Manufacturing, Inc.
100 James H. Cross Blvd.
Lewis, KS 67552
620-324-5525
Cross MFG.
Mike Worley
X
1
Diesel Components Inc.
1500 E Cliff Road
Burnsville, MN 55337
PH 952-890-2885
FX 952-890-2920
Diesel Components Inc.
Nick Fiddle
X
1
Burns Industrial
W8622 Willis Ray Road
Whitewater, WI 53190
414-587-8214
Burns Industrial
Jim Robinette
X
1
Jay Manufacturing Oshkosh, Inc.
2045 West 20th Avenue
Oshkosh, WI 54903-3064
Phone: (920) 235-1770 ext, 32
Cell: (920) 573-9151
Fax: (920) 235-2383
Jay MFG.
John Bores
X
1
Fuel Systems Inc.
12730 Robin Lane
Brookfield, WI 53005
800-236-3835
Fuel Systems
Jeff Koppelman
X
1
A.R Lintern-Therma-Tech
24900 Capitol
Redford, Mi
I
(313)537-5330 ext. 204
Therma-Tech
Jim Geagan
X
1
Safety Vision/ICOP
6100 West Sam Houston Parkway North
Houston, Texas 77041-5113
800.880.8855 TOLL
713.929.1151 DIRECT
713.896.6600 MAIN
713.896.6640 FAX
Safety Vision
Terri Molina
X
1
Arrowhead Plastic Engineering, Inc.
P.O. Box 75
Eaton, IN 47338
Phone: 765-396-9647
Fax: 765-396-9649
Arrowhead Plastic Engineering
Faith Adair
X
1
Russel Metals Williams Bahcall
PO BOX 210380
Milwaukee, WI 53221
office 414-481-7100
direct 414-982-6666
cell 414-750-2876
Russel Metals
Steve DeBot
X
2
Enginaire Inc.
122 South River Street
Janesville, WI 53548
608-755-5466
Enginaire Inc.
Ginny Allbee
X
1
Dana Holding Corporation
Commercial Vehicle Products Group
One Village Center Drive
Van Buren Twp, MI 48111-5711
Ph: (269) 779-4478
Dana Corp.
Mark Jeffrey
X
2
Sawbrook Steel
425 Shepherd Avenue
Cincinnati, OH 45215
513-554-1700
Sawbrook Steel
Mary Simpson
X
2
Schofield Enterprises, Inc.
8405 Enterprise Way
Schofield, WI 54476
(715)359-2497
Schofield Enterprises
Tami Holmes
X
1
Durst-Regal
5560 E. Buss Road
Clinton, WI 53525
D:608-361-5526 0:800.356.0775
F: 608.365.6812
Durst
Al Bower
X
1
HED Inc.
2120 Constitution Avenue
Hartford, WI 53027
(262) 670-2980 Direct
(262) 673-9455 Fax
HED
Michelle Schmitt
X
1
Weimer Bearing & Transmission
2051 Progress Way
Kaukauna, WI 54130
920-766-5463
920-766-5725 fax
Weimer Bearing
Ben Cleveland
X
1
Nott Company
3100 East Frontage Road
Kaukauna, WI 54130
800-456-0152 x 110
Nott Company
Brian Genke
X
1
NM Transfer Co., Inc.
NM Expedited
630 Muttart Road
Neenah, WI 54956
800-236-4463 C 920-427-5786
NM Transfer Company Inc
Mark Winter
X
1
IAP Inc
W6905 Paradise Lane
Phillips, WI 54555
715-339-3024
IAP Inc
Scott Woldt
X
1
Dufeck Wood Products Mfg.
210 Maple Street
Denmark, WI 54208
Dufeck Wood
Jodi Weier
X
1
Road Equipment Parts Center
801 N Bluemound Drive
Appleton, WI 54914
920-731-5393 fax 920-731-1712
Road Equipment
Bob Momberg
X
1
OE Sales div. of Knopf Automotive
600 Corporation Dr.
Pendleton, IN 46064
office: 1-765-778-6483
mobile: 1-989-295-3618
Knopf
Jim Nadolny
X
1
Motion Industries -W109
3669 Enterprise Drive
Sheboygan, WI 53083
P 920-208-5600
F 920-208-5618
Motion Ind.
Torren Nicholas
X
1
Hentzen Coatings, Inc.
6937 West Mill Road
Milwaukee, WI 53218-1225
Office: (414) 353-4200 Ex. 56871 Fax: (414)
353-02861 Mobile: (414) 704-4534
Hentzen Coatings, Inc
Kevin Sehmer
X
1
GS Hydraulics Sales Inc.
926 PERKINS DRIVE
MUKWONAGO, WI 53149
Direct Phone: 262-901-1071
GS Main Fax: 262-786-6787
GS Global Resources, Inc.
Jay Stoll
X
1
Industrial Nameplate,lnc,
W6251 Neubert Rd.
Appleton, WI 54913
920.731.9105
Industrial Nameplate
John Schuldes
X
Applied
1
JTD Enterprises Inc.
I
44 Walnut Street
Chilton, Wl 53014
920-849-2900
JTD Enterprises Inc.
Tom Hoban
X
Applied
2
S- Sterling Company
102 International Drive
Peachtree City, GA 30269
770-632-8755
770632-8756 fax
S. Sterling
Amanda Collier
X
1
Machine Service Inc
1000 Ashwaubenon Street
Green Bay, WI 54304
920-339-3000 x 139
Machine Service Inc
Eric Caelwaerts
X
1
Endries International
714 Ryan Street
Brillion, WI 54110
T: (920) 756-4584
Endries International
Todd Marsicek
X
1
Ray's Tire
1614 7th Street
Green Bay, Wl 54304
800.810-5177
Ray's Tire
David Ellis
X
1
Rychtik Welding & Mfg
818 Beech Street
Grafton, WI 53024
262.377-1592
Rychtik Welding & Mfg
Greg Rychtik
X
_
Images on Metal Inc
105 S Mantorville Avenue
Kasson, MN 55944
507-634-1210
Images on Metal Inc
Carol Benner
X
1
Hotstart Inc.
E 5723 Alki Avenue
Spokane, WA 99212
Ph: 509.536.8669
Cell: 509.954.1000
Hotstart Inc.
Jason Cook
X
1
ACTIA
2809 Bridger Court
Elkhart, IN 46514
Ph: 574-266-2640
Fax: 574-266-2740
Actia
Lisa Foster
X
1
Flambeau
801 Lynn Ave
Baraboo, WI 53913
Phone: 608-355-6568 6568
Fax: 608-355-2245
Flambeau
Katy Morehouse
X
1
Interstate Power Systems
13015 W. Custer Avenue
Butler, WI 53007-0500
Phone 262-783-8702
Mobile 262-441-0884
Fax 262-783-8981
Interstate Power Systems
Steve Fredrick
X
2
Fleet Pride
743 North Keyser Avenue
Scranton, PA 18504
(920) 499-4522
Fleet Pride
Aaron
X
1
OTR Wheel Engineering, INC.
PO Box 732068
Dallas, TX 75373
706-235-9781
OTR Wheel Engineering, INC.
Charles Jackson
X
1
Purosil LLC
PO Box 1839
Corona, CA 92878
I951-271-3900
ext 413
951-271-3901 fax
Purosil LLC
Annie Dinh
X
1
Connector Concepts Inc
1530 McCormick Blvd.
Mundelein, IL 60060
847-541-4020
Connector Concepts Inc
Tony Doctor
X
1
Packer City International
611 Hansen Road
Green Bay, WI 54306
920-499-0879
Packer City International
Michelle Burt
X
2
ESCO Bucyrus
260 E. Beal Avenue
Bucyrus, OH 44820
Office: +1419.563.2673
Toll Free: +1800.446.3726 Fax: +1
800.642.4542
ESCO Corp. (Bucyrus)
Brad Timmer
X
1
Olson Trailer & Body
PO Box 12586
Green Bay, WI 54307
920-499-0881
Olson Trailer & Body
Tom Johnson
X
1
R. H. Sheppard Co. Inc.
PO BOX 7383
Lancaster, PA 17604
717-633.4155
R. H. Sheppard Co. Inc.
Tony Noble
X
1
Commercial Vehicle Group
527 West US Highway 20, Michigan City,
IN 46360
Office: (219) 861-2540 1 Fax: I Mobile:
(219) 363-6493 1 Voice IP: 62540
Commercial Vehicle Group
Carla Leake
X
1
SunSource
23851 Network Place
Chicago, IL 60673
Phone: 952.563.1710
Fax: 800.548.0541
SunSource
Wendy Sorter
X
1
United Rotary Brush Corp.
PO Box 219911
Kansas City, MO 64121
800-851-5108
United Rotary Brush Corp
Rob Hill
X
1
American Cooling Systems
3099 Wilson Drive NW
Grand Rapids, Ml 49544
Office 248-332-7200
Mobile 248-762-1399
American Cooling Systems, LLC
Dave Solomon
X
1
Appleton Packing & Gasket
2809 North Conkey Street
Phone - 920-731-4487
Fax - 920-731 6622
Appleton Packing & Gasket
Barry Prosser
X
1
Brunner Enterprises
1
Dexter Axle
26656 Network Place
Chicago, IL 60673
260-636 3033
Dexter Axle
Vicky Metzer
X
1
Engman-Taylor
3311 E Capitol Drive
Appleton, WI 54912
800-236-3820
Engman Taylor
Michael West
X
1
FASTER INC.
6560 Weatherfield Ct.
Maumee, OH 43537
Main Office: 1-800-231-2501
Fax: 1-888-316-2695
Faster Inc.
Rachel Hake
X
1
Fertilizer Dealer Supply
PO Box 500
Philo, IL 61864
800-462-6670
Fertilizer Dealer Supply
Chris Blakeney
X
1
Guenther Supply Inc
429 W 11th Street
Fond du Lac, WI 54935
Guenther Supply
Phone - 920-921-0821
Fax - 920-921-5409
Steve Wojahn
X
1
Jagemann Plating Co.
1324 So. 26th Street
Manitowoc, WI 54221
920-682-6883
Jagemann Plating Co.
Joe Denor
X
1
Kahlenberg Industries, Inc.
P.O. Box 358, 1700 12th St.
Two Rivers, WI 54241
Ph: 920-793-4507 x116
Fx: 920-793-1346
Kahlenberg Indusrtries Inc.
Erick Kahlenberg
X
1
Kaman Industrial Technologies
Corporation
4736 South Taylor Drive, Sheboygan, WI
53081
0:920-395-7178 1 F: 920-458-2645
Kaman Industrial Technologies Corporation
Kelly Kilmartin
X
1
Kundinger Fluid Power
1
Lisowe Fab, Weld & Machine LLC
N2280 Hayton Road
New Holstein, WI 53061
920-450-8591 Tel
920.898-5976 Fax
Lisowe Fab Weld & Machine LLC
Todd Lisowe
X
1
Logan Clutch Corporation
Manufacturers of Industrial Clutches and
Brakes
Tel: (440) 808-4258
Toll Free: (800) 525-8824
Fax: (440) 808-0003
Logan Clutch Corporation
Elyse (Lisa) Logan
X
1
Milcut Incorporated
N50 W13400 Overview Dr
Menomonee Falls, WI 53051
Direct: 262.252.1508
Cell: 262-212 9806
Fax: 262.783 7678
Milcut
Karl 0. Johnson, Veteran USMC
X
1
Molded Dimensions
701 Sunset Road
Port Washington, WI 53074
P: 262/284-9455 x 129
F: 262/284-0696
Molded Dimensions
Sarah Post
X
1
MSC Industrial Supply
75 Maxess Road
Melville, NV 11747
MSC Industrial Supply
800-645-7270
X
1
Spies Painting, Inc.
N8003 Highway 151
Fond du Lac, WI 54937
Ph: (920) 921-7107
Fax: (920) 921-5608
Spies Painting, Inc.
Lisa Schreiber
X
1
j Steelwind Ind.
1
Baum Machine Inc.
N253 Stoney Brook Rd.
Appleton, WI 54915
Phone 920-738.6613
Cell 920-716-3358
Fax 920-738-0571
Baum Machining
Duane Felton
X
1
Centerline Machining & Grinding, LLC
760 Centerline Drive
Hobart, WI 54155
920-544-0825
920-544-0576 - Fax
Centerline Machining and Grinding
Sara L. Dietzen
X
1
Note: Suppliers highlighted yellow have not responded -
Note: Suppliers who have certification
u t`
,G. o
N
C:
o
So
N
0
O
00
O
Kl
71
m r
V O
W t`1
o z
709 EQUAL EMPLOYMENT OPPORTUNITY REPORT STATEMENT
710
711 Each bidder shall complete and sign the Equal Employment Opportunity Report Statement. A bid may
713 be considered unresponsive and may be rejected, in the Owner's sole discretion, if the bidder fails to
713 provide the fully executed statement or fails to furnish the required data. The bidder shall also, prior to
714 award, furnish such other pertinent information regarding its own employment policies and practices as
715 well as -those of its proposed subcontractors as the Federal Aviation Administration ("FAA"), the Owner,
716 or the Executive Vice Chairman of the President's Committee may require.
717
718 The bidder shall furnish similar statements executed by each of its first-tier and second-tier
719 subcontractors and shall obtain similar compliance by each subcontractor, before awarding subcontracts.
720 No subcontract shall be awarded to any non -complying subcontractor.
731
732 EQUAL EMPLOYMENT OPPORTUNITY REPORT STATEMENT
723 As Required in 41 CFR 60-13(12)
724
725 The bidder shall complete the following statements by checking the appropriate blanks. Failure to
726 complete these blanks may be grounds for rejection of the bid:
727
738 1. The bidder has Y has not _ developed and has on file at each establishment affirmative action
729 programs pursuant to 41 CFR 60-1.40 and 41 CFR 60-2.
730
731 2. The bidder has V has not _,,,_ participated in any previous contract or subcontract subject to the
732 equal opportunity clause prescribed by Executive order 11246, as amended.
733
734 3. The bidder has )„ has not _ Filed with the Joint Reporting Committee the annual compliance
735 report on Standard Form 100 (EEO -1 Report).
736
737 4. The bidder does does not employ fifty or more employees.
738
739
740 Date: _ S�i i
741
742
7.43 n
m- Cox J�.5, Dic-
744 _ Company
745
7.46 S 4-e1� Ka ( {J
747 /r\ut prized rlgent print)
748 ^
749
750 lsi mature of Auth ized Agent
751
752
753
Issued for Bid Division 2-9 Jviation, Inc -
May 9, 2017 :\IP No. 3-08.0030-057-2017
754
Issued for Bid Division 2-10 )viation, Inc.
May 9, 2017 AIP No. 3-08-0020.057-2017
755 BUY AMERICA CERTIFICATION
756 (Title 49 U.S.C. Section 50101)
757
758 Project name: Procurement of Snow Removal Equipment Vehicles
759 Airport name: Eagle County Regional Airport
760 AIP number: 3-08-0020-057-2017
761
762 The contractor agrees to comply with 49 USC § 50101, which provides that Federal funds may not be
763 obligated unless all steel and manufactured goods used in Airport Improvement Program ("AIP")-funded
764 projects are produced in the United States, unless the FAA has issued a waiver for the product, the
765 product is listed as an Excepted :article, Material Or Supply in Federal Acquisition Regulation subpart
766 25.108; or is included in the FAA Nationwide Buy American Waivers Issued list.
767
768 A bidder or offeror must submit this Buy America Certification with all bids or offers on AIP-funded
769 projects. Bids or offers that are not accompanied by a completed Buy America Certification shall
770 be rejected as nonresponsive.
771
'72 The bidder certifies it and all associated subcontractors will comply with the Buy American preferences
773 established under Title 49 U.S.C. Section 50101 as follows:
774 U.S.C. Section 50101- Buying goods produced in the United States
775 (a) Preference. - The Secretary of Transportation may obligate an amount that may be appropriated to
776 carry out section 106(k), 44502(x)(2), or 44509, subchapter I of chapter 471 (except section 47127),
777 or chapter 481 (except sections 48102(e), 48106, 48107, and 48110) of this title for a project only if
778 steel and manufactured goods used in the project are produced in the United States.
779 (b) Waiver. - The Secretary may waive subsection (a) of this section if the Secretary finds that -
780 (1) Applying subsection (a) would be inconsistent with the public interest;
781 (2) The steel and goods produced in the United States arc not produced in a sufficient and reasonably
782 available amount or are not of a satisfactory quality;
783 (3) When procuring a facility or equipment under section 44502(x)(2) or 44509, subchapter I of
784 chapter 471 (except section 47127), or chapter 481 (except sections 48102(e), 48106, 48107, and
785 48110) of this title -
'786 A. The cost of components and subcomponents produced in the United States is more than
787 60°x, of the cost of all components of the facility or equipment; and
788 B. Final assembly of the facility or equipment has occurred in the United States; or
789 (4) Including domestic material will increase the cost of the overall project by more than 25%.
790 (c) Labor Costs. - In this section, labor costs invoked in final assembly are not included in calculating
791 the cost of components.
792 r x
793 Please note that approval of waivers listed under (b) (1) & (2) above, can only be approred by the FAA
794 Office of Airports in Washington DC and approval is rare. Waivers listed under (b) (3) & (4) may be
795 approved by FAA Regional or District Offices,
796
'97 A listing of Equipment and Products that have been approved and on the national waiver list may be
798 located at.
799 http://w,,v\.v.faa.goN,/airports/aip/buy american/
8uu
Issued for Bid Division 2 11 Jvianon, Inc.
/lay 9, 2017 AIP No, 3-08 0020.057 2017
801 Certificate of Buy American Compliance for Manufactured Products
802 (Non building construction pro)ects, equipment acquisition projects)
803
804 As a matter of bid responsiveness, the bidder or offeror must complete, sign, date, and submit this
805 certification statement with their proposal. The bidder or offeror must indicate how it intends to comply
806 with 49 USC 6 50101 by selecting one on the following certification statements. These statements are
807 mutually exclusive. Bidder must select one or the other (not both) by inserting a checkmark (✓) or the
808 letter "X".
809 ❑ Bidder or offeror hereby certifies that it will comply with 49 USC � 50101 b}
810 a) Only installing steel and manufactured products produced in the United States; or
811 b) Installing manufactured products for which the FAA has issued a waiver as indicated by
812 inclusion on the current FAA Nationwide Buy American Waivers Issued listing; or
813 c) lnstalling products listed as an Excepted Article, Material or Supply in federal Acquisition
814 Regulation Subpart 25.108.
815 By selecting this certification statement, the bidder or offeror agrees:
816 1. To provide to the Owner evidence that documents the source and origin of the steel
817 and manufactured product;
818 2. To faithfully comply with providing US domestic product; and
819 3. To refrain from seeking a waiver request after establishment of the contract, unless
820 extenuating circumstances emerge that the FAA determines justified.
821 The bidder or offeror hereby certifies it cannot comply with the 100% Buy American
822 Preferences of 49 USC g 50101(a) but may qualify for either a Type 3 or Type 4 waiver under
823 49 USC \ 50101(6). By selecting this certification statement, the apparent bidder or offeror
824 with the apparent low bid agrees:
825 1. To the submit to the Owner within 15 calendar days of the bid opening, a formal waiver
826 request and required documentation that support the type of waiver being requested;
827 2. That failure to submit the required documentation within the specified timeframe is
828 cause for a non-responsive determination may result in rejection of the proposal;
829 3. To faithfully comply with providing US domestic products at or above the approved
830 US domestic content percentage as approved by the FAA;
831 4. To furnish US domestic product for any waiver request that the FAA rejects; and
832 5. To refrain from seeking a waiver request after establishment of the contract, unless
833 extenuating circumstances emerge that the FAA determines justified.
834 Required Documentation
835 Type 3 Waiver - The cost of the item components and subcomponents produced in the United
836 States is more than 60% of the cost of all components and subcomponents of the "item". The
837 required documentation for a Type 3 Waiver is:
838 a) Listing of all product components and subcomponents that are not comprised of 100%
839 US domestic content (Excludes products listed on the FAA Nationwide Buy American
840 Waivers Issued listing and products excluded by Federal Acquisition Regulation Subpart
841 25.108; products of unknown origin must be considered as non-domestic products in
842 their entirety);
843 b) Cost of non-domestic components and subcomponents, excluding labor costs associated
844 with final assembly at place of manufacture; and
Issued for Bid Division 2-12 Jviauon, Inc.
May 9, 2017 AIP No_ 3-08-0020-057-2017
845 c) Percentage of non-domestic component and subcomponent cost as compared to total
8,16 "item" component and subcomponent costs, excluding labor costs associated with final
847 assembly at place of manufacture.
848 Type 4 Waiver -- "Total cost of project using US domestic source product exceeds the total
849 project cost using non-domestic product by 25%. The required documentation for a Type -I
850 Waiver is:
851 a) Detailed cost information for total project using US domestic product; and
852 b) Detailed cost information for total project using non-domestic product
853
854 False Statements: Per 49 USC C1 47126, this certification concerns a matter within the jurisdiction
855 of the Federal Aviation Administration and the making of a false, fictitious or fraudulent certification
854 may render the maker subject to prosecution under Title 18, United Sta -s Code.
857
85r
859 .S%I q!r n
860
861
Date Signatui,
— M Aw of LTIt R+'z5j_q ¢N'i
Company Name t I'itle
Issued for Bid Division 2-13 )viatton, Inc.
May 9, 2017 All' No. 3-08 0020 057 2017
862
Issued for Bid Division 2.14 Jviation, Inc.
May 9, 2017 AIP No. 3-08-0020-057-2017
863 BUY AMERICA WAIVER REQUEST
8G4 Title 49 U.S.0 Section 50101 (b)
865 For Equipment and Vehicles (ARFF and SRE) Procured under the
866 Airport Improvement Program
867
868 Tvde of W iver Request
869 The bidder may request a waiver subject to the provisions of Section 50101 (b)(1), Section 50101 (b)(2),
870 Section 50101(b)(3) or Section 50101(6)(4). The Owner's approval of the bidder's request is contingent
871 upon FAA approval with the waiver request. The bidder must select one of the following applicable
872 waiver provisions:
873 ❑ Section 50101(b)(11: Bidder hereby requests a waiver to Buy America preferences based
874 upon Section 50101(6)(1). Applying subsection 50101 (a) Preference would be inconsistent
875 with the public interest. (See approval level below).
876 ❑ Section 50101(b)(4.. Bidder hereby requests a waiver to Buy America preferences based
877 upon Section 50101(b)(2). The steel and goods produced in the United States are not
878 produced in a sufficient and reasonably available amount or are not of a satisfactory quality.
879 (See approval level below).
880 Section 5010] (6)(31: Bidder hereby requests a -waiver to Buy America preferences based
881 upon Section 50101(b)(3). The bidder further certifies -79,5 % of the cost of
882 components and subcomponents comprising the facility are produced in the United States
883 and that final assembly occurs with the United States. (Biddermust altacb a copy oflbe component
884 coat calculation table).
885 ❑ Section 50101(b)(41. Bidder hereby requests a waiver to Buy America preferences based
886 upon Section 50101(b)(4). The bidder asserts provision of domestic material increases the
887 cost of the overall project by more than 25%.
888
889 Certi, cation Signature
890 In accordance with Section 50101(b), we request a waiver to the Buy America provisions based on the
891 above certification and attached documentation.
892 /
893 ' Cr N'&;'
894 Bidd�Firjame Date
895
896
897 (�G
898 Signature
899
Issued for Bic] Division 2-15 Jviafnon, Inc.
May 9, 2017 ,11P No. 3 08-0020 057 2017
900
901
4pntovallerel for Waivers:
Please note that approval of waivers listed under (b)(1) & (2), can only be approved by the FAA
Office of Airports in Washington DC and approval is rare. Waivers listed under (b) (3) & (4) may
be approved by FAA Regional or District Offices.
Instructions for Section 50101(4)a) Waiver.
1. "Equipment" in Section 50101 shall mean AIP-funded vehicle or single piece of equipment.
2. The bidder must base the U.S. percentage upon the value that results from completing a
component cost calculation table similar to the attached format. Bidder shall avoid mere pro
forma efforts to establish the waiver request percentage. The Bidder must submit the
component cost calculation'table as an attachment to the waiver request. The component
breakout shall be along major elements/ systems of the equipment.
3. Components are the material and products directly incorporated into the "vehicle" at the
place of final assembly.
4. The final assembly of the AIP-funded "equipment" must be within the USA (Section
50101(b)(3)(B)). Final assembly is the substantial transformation of the components and
subcomponents into the end product.
5. All steel used in the "Equipment" must be produced in the USA. FAA will not approve a
waiver for products made with non-domestic steel.
G. The Buy American requirements apply to all tier contractors and subcontractors. All
contractors/ subcontractors are required to provide sufficient documentation that indicates
origin of manufacturer and percentage of domestic manufactured product.
7. The bidder is hereby advised there is no implied or expressed guarantee that the FAA will
approve any requested waiver. The FAA CANNOT concur with any waiver request for less
than 60% US component participation.
Instructions for Section 50101(b)(¢4 Waiver.•
1. This waiver is rarely applied. Consult Owner before making this request.
2. Prepare detailed proposal costs using domestic product(s) and the overall project cost.
Prepare detailed alternate proposal costs of the non-domestic product(s) and the overall
project cost. If the proposal with domestic product(s) is more than 25% of the
proposal with non-domestic product(s), the bidder may request a waiver under
50101(b) (4).
3. Bidder must attach adequate documentation that supports the use of domestic products
results in an increase in the overall project costs that exceeds 25%. The bidder must
certify under signature and date that the submittal information is correct and accurate.
North A= ca Free Trade Act (NAFTA
The NAFTA does not apply to the AIP. Products and material made in Canada or Mexico
must be considered as foreign made products.
Issued for Bid Division 2-16 Jviation, Inc.
May 9, 2017 AIP No. 3-08-0020-057-2017
902 BUY AMERICA WAIVER REQUEST
903 Title 49 11.S.0 Section 50101 (b)
904 For Equipment and Vehicles (ARFF and SRE) Procured under the
905 AiTortlmprovementProgram
906
907 COMPONENT COST CALCULATION TABLE
908 ■ In lieu of completing this table, bidder may prepare a spreadsheet that addresses the same
909 information and calculations as presented herein.
910 • An authorized person shall attest under signature and date that the submitted information is
911 accurate and complete
912 • The bidder/contractor shall submit the signed component cost calculation table to the
913 Owner as an attachment to the waiver request
914 9 The component breakout shall be along major elements of the equipment. Inadequate
915 breakout of components is cause for owner rejection of the waiver request
916
917
918
919
920
921
922
923
92.4
925
926
927
928
929
930
Component/
Subcomponents
Name of I
Manufacturer
Country of
Origin
Cost of Foreign
Manufactured
Components/
Subcomponents
Cost of USA
Manufactured
Components/
Subcomponents
Ls,eZ 44Aa�
1
Sum of US Manufactured Component/ Subcomponent Costs:
Sum of all Equipment Components and Subcomponents:
Percentage of Equipment Components Manufactured in the United States:
Place of Final Assembly:
Cerd6ca tion Signa tute
I hereby certify the above information is accurate and complete
W1 _3 C&Kf)W)-ej , 1306.
Issued for Bid
May 9, 2017
Bidder's Firm Name 1
Si
19na/ru
Dtviston 2-17
'511411
Date ^
Jvinnon, Inc.
AIP No, 3.08-0020-057.2017
Q
c
a)
U)
M In U') Mr- It It M M r` O
o0
O
co
M S M .- M T M N M M M
h
M
�
M 6 M 6 o6 c- T- T-: 6 4 ,-*
4
c-
c i
LO
L
M N M O O T.- T- O (D d• cD
co
co
N
N
U
�t O CO N I-- T- M C N V LO
I-
U)
O
U')
11
d N N ch M N M r-
M
I.O o
O
N
U
�
0)
a
o'
c
—
�
o
L o
m
c
U
Q °
CL
mmma�—
o
U
� -0 -0 - En
Cl)
cu
w
���c'c�c_ccc_Q
rZ
L
c�
E C> LL E E E E
U
UrZ
U
U 0
E O '_' N N N?
C O W CO CO
W
W
W
>,
U
c
cu
(n N C O
UC�UU -o-a_0aZ
c c c c
3 =
N
UU
E
C
O N
O
cu
ca
a
CUE
W
+-
cn
CO
O
L
r In N In N N .-- .-- r
L
U
0
co�
0
N Q
�
N r--
C 0O
(nC
C
�_
i
N N
L
,O
o� r-
O
U
o
C E
>,o
0)�;
C+ .
.n
E
cn
a)
U
- C N
0 0
N
..
N
a
U
M
acn
L x i
�
U)
c
c
N
op
O9
m
O cn U cn
O L N rn
O cn
_
O
a)
N N 0)
c6 L O
cu
c
cw
O
U
+-
E
N
+�
CT cu
W W o
O N
U :_ a� O L w
°' c '"
cn
a
E
c
o
>,
L Z
�o�
(n L o C L
�,N�Eo0-r
a)
o
C
o
E
'o
L (n
c `L° �� CCU 0
a
a)
E a°i
E o Lm a
°
E o E E o L ca L
c
L
o
U
c`nn
Q
own
onQ
EcnEoon
cu L
m`
c
w
UF-uL-mm<Oz
t
z
Z)
a
ii
_ (n
D CU
C cnw+
'En
IC
L Z:E :E :5
o.
L
L Q co c0 c6 is
O L O
E
O
O c c E E E E
`° -0000
n m U
A
E 0� >, 0 0 0 W a)
-D -0 'D 'D
?�a
m
CU := c c c
U�cn0
Q
c
a)
U)
gal
Issued for Bid Division 2-18 Jviation, Inc.
May 9, 2017 AIP No 3-08-0020-057-2017
932 BUY AMERICA CONFORMANCE LISTING
933 Title 49 U.S.0 Section 50101 (b)
934 For Airfield Development Projects funded under the Airport Improvement Program
935
936 • Preparation of a Component Cost Calculation Table is not necessary for equipment listed on the
937 PAA Nationwide Buy American Waiver Issued (as of 1/10/17) listing:
938 http://w,,v,,v.faa.gov/airports aip buys american/
939
940 • Bidder shall submit a listing of equipment it proposes to install on the project that is included on
941 the current National Buy American conformance list.
942
943
944
945
946
947
948
949
950
951
952
953
954
955
956
Equipment T e Name of Manufacturer Product Number
N (p, 0& 0 la -
Certification Signature:
Bidder hereby certifies that the above listed equipment, which we propose for installation on the subject
project, is on the current National Buy America Conformance list as established at:
hrtp:/ lwNc,xv.faa.�,ov/airportsf aipZbuv american]
I hereby certify the above information is accurate and complete.
{►\-3 & ,e5 xKc.
Biddti'r Firm a
Sigua u�r
Issued for lied
Mav 9. 2017
Division 2-19
shihi
Da'e
)viarion, Inc.
ATP No. 3 08 0020 057.2017
Russel Metals
WILLIAMS BAHCALL
January 10, 2017
Russell Thiel
PIC Manager
M -B Companies -- Airport Maintenance Products
1200 Park St. Chilton, WI 53014
Russ:
The purpose of this letter is to confirm that if M -B Companies requests USA Mill sourced materials,
we will provide only USA sourced materials, along with Mill Certs for the materials purchased. All
purchases are subject to Russel Metals Williams Bahcall Inc. terms and conditions.
Regards,
Steve DeBot
Controller
999 West Armour Avenue, Milwaukee WI 53221 (414) 481-7100
ISCONSIN
L STEEL & TUBE
CORPORATION
January 101h, 2017
Christopher Stutzman
Senior Buyer/Production Planner
M -B Companies — Airport Maintenance Products
1200 Park Street
Chilton, WI 53014
RE: FAA "Buy American" Requirements
Dear Mr. Stutzman,
1555 N. Mayfair Road
Milwaukee, WI 53226
Telephone 414.453.4441 1 800.279.8335
Fax 414.453.0789
In response to your request that Wisconsin Steel and Tube Corporation (WS&T) be able to
provide steel products from only US sources when specified by the Purchase Order, we are able to
comply. WS&T does currently maintain records for the country of origin for the stock we distribute.
Orders will be reviewed at time of entry for the requirement, and the COO of the stock on -hand.
The sales representative will inform M -B via conformation that WS&T has US stock to fill the order or if
there will be a delay while US stock if procured is it not currently in stock.
Please direct any further questions to Steve Lewis.
Regards,
�1 k(A D -Qt Acooj.��
Michele Jashinski
Sales Manager
Wisconsin Steel & Tube Corporation
Michele Jashinskl
Set, lLmyn
Wecl 414-236 8142
Call 414.840.1204
Mein 414.453 4441
Fax 414-4530769
Toll Free 800.279.8335
M.cheleJ@ilwlsleellube com
wlsteellube.com
.'O�
LAPHAM-HICKEY
$7EEL
YOUR PARTNER IN PRODUCTION
2.9.17
Chris Stutzman
Senior Buyer/Production Planner
M -B Companies -Airport Maintenance Products
1200 Park Street Chilton, WI 53014
Good Morning Chris,
Lapham-Hickey Steel will adhere to the request from M -B Companies to supply American or US Steel
Products when requested. Lapham-Hickey reserves the right to review any and all orders that require to
have a specific Country of Origin to verify stock is available at time of order. Lapham-Hickey will let M -B
Company know if there are any concerns with a Purchase Order and the Country of Origin. All orders
and quotes from Lapham-Hickey are subject to the Lapham-Hickey Steel terms and conditions.
Best Regards,
SteveF
Account Manager
920-376-0964
NL AV,gT
'i FAA
Office of Airports Planning and Programming
7 O
/s 0,-
Job
P
Job # AIP No. 3-08-0020-057-2017
Airport Sponsor: Eagle County Regional Airport
M -B Companies, Inc., MB3 with Front Mounted Runway Broom
Buy American Preferences - Final Assembly Questionnaire
To assist the Federal Aviation Administration (FAA) in making the determination of whether final assembly
of the product occurs in the United States, please complete and submit this questionnaire when
requesting a Buy American Waiver under 49 U.S.C. 50101(b)(3)(A).
1. Please provide a description of the assembly process occurring at the specified final location
in the United States?
Please describe the final assembly process and its various operations?
M -B Companies manufactures most of the components used on the proposed product in Chilton,
Wisconsin. These components, plus those purchased are brought to the Chilton final assembly area
where they are painted as needed, and assembled into the final product. Final assembly includes building
the frame assembly, building and installing the cab assembly, the broom assembly, auxiliary engine
assembly, hydraulic system, electrical system including lighting, etc.
How long does the final assembly process take to complete?
Because this information is confidential, we will state that it takes over 500 man-hours for final assembly
2. Please provide a description of the resources used to conduct the assembly of the product at
the specified location in the United States?
How many employees are involved in the final assembly process and what is the general skill
level of those employees?
The number of employees in the final assembly process is based on how many units we are assembling
at a given time. The work is divided among the painters, cab assemblers, electrical workers, and final
assemblers. Approximately 7-9 employees work on any given unit during assembly.
What type of equipment is used during the final assembly process?
Painting equipment, power and hand tools, hoists and cranes.
What is a rough estimate of the associated cost to conduct final assembly of the product at the specified
location in the United States?
Final assembly labor costs represent between 10% and 15% of the total bid price.
Buy American Preferences - Final Assembly Updated 1/11/2012 Page 1 of 1
Questionnaire APP
957
Issued for Bid Division 2.20 f viation, Inc.
May 9, 2017 AIP No. 3.08 0020-057-2017
958
959
960
961
962
963
964
965
966
967
968
969
970
971
972
973
974
975
976
977
978
979
980
981
982
983
984
985
986
987
988
989
990
991
992
993
994
995
996
997
998
999
1000
1001
1002
1003
100-4
1005
1006
1007
1008
STATE OF COLORADO
CERTIFICATION STATEMENT REGARDING UNDOCUMENTED
INDIVIDUALS
The Contractor, whose name and signature appear below, certifies and agrees as follows:
As used in this Certification, the term undocumented individual will refer to those individuals from
foreign countries not legally within the United States as contemplated in CRS 8-17.5-101 el seq.
2. The Contractor shall not knowingly employ or contract with an undocumented individual to
perform work under the contract or enter into a contract with a subcontractor that knowingly
employs or contracts with an undocumented individual.
3. The Contractor represents, warrants, and agrees that it (i) has verified that it does not employ any
undocumented individuals, through participation in the E -verify Program administered by the
Social Security Administration and Department of Homeland Security, or (ii) otherwise shall
comply with the requirements of CRS 8-17.5-102(2)(b)(I).
4. The Contractor shall comply with all reasonable requests made in the course of an investigation by
the Colorado Department of Labor and Employment. If the Contractor fails to comply with any
requirement of this provision or CRS 8-17.5-101 elreq., the Owner may be required to terminate
the above referenced Contract for breach and the Contractor shall be liable for actual and
consequential damages to the Owner.
5. The Contractor shall riot use the E -verify Program procedures to undertake pre-employment
screening of lob applicants -while these services are being performed.
G. If the Contractor obtains actual knowledge that a Subcontractor performing work under this
contract knowingly employs or contracts with an undocumented individual, the Contractor shall be
required to:
a. Not4 the Subcontractor and the Owner within three days that the Contractor has actual
knowledge that the Subcontractor is employing or contracting with an undocumented
individual; and
b. Terminate the Subcontract with the Subcontractor if within three (3) days of receiving the
notice the Subcontractor does not stop employing or contracting with the undocumented
individual; except that the Contractor shall not terminate the contract with the Subcontractor
if during such three days the Subcontractor provides information to establish that the
Subcontractor has not knowingly employed or contracted with an undocumented individual.
CERTIFIED and AGREED to this _� day of ma.20�.
VE)
BY:
DATE: _S1,01-1
Issued for tied
May 9, 2017
Division 2-21
Jviatron, Inc.
AIP No. 3-08-0020-057-2017
1009
Issued for Bid Division 2-22 Jviadon, Inc.
May 9, 2017 AIP No. 3-08.0020.057-2017
1110 CONTRACTOR'S STATEMENT OF QUALIFICATIONS
loll Qualifications sliall be furnished as described in Division 4, Section 20, with the bid proposal.
1012 CSe� f,446 -6--A
49C
Issued for Bid Division 2-23 Jviation, Inc.
May 9, 2017 AIP No. 3 08 0020 057.2017
1013
Issued for Bid Division 2-24 )viation, Inc.
\day 9, 2017 .IIP No. 3-08-0020-057-2017
1014 EAGLE COUNTY REGIONAL AIRPORT
1015 AIP 3-08-0020-057-2017
1016
1017 BID PROPOSAL SUMMARY
1018
1019 Bidder Name: I'1' �ia(.,%4.t1Je5, INe
1020
1021 SCHEDULE 1 (FEDERAL)
1022 �
1023 Two (2) - 22' Power Brooms with 4x4 Chassis and A -U -Wheel Steering 5 TT , 370 . 0ci
1024
1025
Issued fur Bid Division 2-25 Jviation, Inc.
flay 9, 2017 AIP No. 3 08-0020 057 2017
1026
Issued for Bid Division 2-26 Jviation, Inc.
Mav 9, 2017 AIP No. 3-08-0020-057-2017
MB3 Front Mount Airport Broom
rtelerenee vmy. anuvvn wnn ro rr UFUUnI wrpuly wire waxers
• Chassis with four wheel Tn1-TracTM 4 x 4 drive.
• 164 -inch wheel base and sharp axle cramp angles provide small turning circles.
• Butterfly type hood enclosures for auxiliary and right side chassis engine cover maintenance catwalks
• All three hoods rotate upward to allow full maintenance and repair access to engine and accessories
• All three hoods open with power assist
• 380 HP, electronic turbocharged diesel engine. T417 EPA emission certified
• Allison RDS 4000; 6 speed transmission
• M -B Torque Flow single speed transfer case featuring the Eaton Tru-TracTM differential provides low speed torque plus
speeds up to 45 mph
• Automatically and constantly proportions torque delivery between front and rear axles
• Helical gears provide positive and smooth torque transmission.
• M -B 29,000 -pound front drive/steer axle with limited slip differential.
• M -B 27,000 -pound rear drive/steer axle with limited slip differential.
• Tapered spring suspension for smoother ride and increased driver control
• ABS air brake control system (4 -channel) with automatic traction control
• Dual 125 -gallon fuel tanks for drive and broom engines for up to 12 hours of operation
• 445/65R22.5 LR L traction tread front and rear tires
• Integrated microprocessor CAN bus controls, electric over hydraulic, for entire unit.
• M -B two-man cab.
• Air ride cab mounts
• Panoramic view. All flat glass for easy and local replacement. Forward slope windshield
• Four windshield wipers with three motor system for reduced linkage issues and provide better snow removal
from windshield
• Air -ride driver and passenger seats with adjustable lumbar supports
• Many standard features such as side light bars, heated windshield, high capacity cab heater, heated power
mirrors and power windows, Amber SAF, Class 1 Led warning light on cab and rear engine enclosure
• Operator friendly, cab integrated microprocessor CAN bus controls with MDC (Monitor, Diagnose, Control) color screen
display and CAN joystick for chassis, broom, and optional plow.
M -B Companies, Inc. / Airport Maintenance Products Verisys Registrarse
Helpful Auditing
1200 Park Street / Chilton, Wisconsin 53014 ISO 9001 2015 Certified
1-800-558-58001 Fax: 920-849-26291 sales(d_)m-bco.com / www.m-bco.com 4/17
TM
4622 Pivot Lift Airport Broom Package: 22 foot broom length, 18.0 foot swept path, 46 inch diameter. 500 HP, T4F broom
engine, up to 500 rpm broom speed with up to 4,828 ft -lbs available torque at broom head; dual impeller air blast system.
Free floating, weight transfer, DIN flat face broom to chassis hitch, four single tire caster assemblies. Poly and wire wafers.
Reversible left and right up to 35 degrees. FOD box.
Includes Chassis Options:
o
Four-wheel steer with 27,000 pound rear drive/steer axle
o
Chassis engine grid heater to be provided
o
Engine block heater, 1500 watt, immersion type
o
Engine oil pan heater, pad type
o
Battery trickle charger, 1.5 amp
o
Remote air fill port, left side
0
20 pound fire extinguisher
o
Auto lube system, Groneveld
o
Rear bumper chevron striping
0
8 inch reflective stripe
o
Numbers and lettering on unit
o
Logo or airport name on side of unit
o
Spare chassis tire and wheel
Includes Cab Options:
o Air conditioning
o Deluge System
o Side door window wipers
o LED lights on cab light bar, trapezoid, (2)
o One ICOM A120 radio with speaker and nuc
o One Motorola 1500 radio with speaker and nuc
o One spare set of windshield and side door wiper blades
M -B Companies, Inc. / Airport Maintenance Products Verisys Registrars@
1200 Park Street / Chilton, Wisconsin 53014 I:O 90��'120 Helpeng
ff %4 20 � 5 5 CemFr.i
1-800-558-5800 / Fax: 920-849-2629 / salesftm-bco.com / www.m-bco.com 4117
TM
4622 Pivot Lift Runway Broom
For Reference Only
• Hydrostatic drive for broom head
• Includes hydrostatic drive forced air blower system.
• Hydraulics for broom and forced air blower drive by chassis or auxiliary engine.
• DiN Hitch Standard
• 46" diameter @ 22 -foot length.
• 500 HP, electronic turbocharged diesel engine, T4F GPA emission certified
• 500 rpm broom with 4,828 ft -lbs of available torque at 5075 psi maximum working pressure
• Free floating, shock absorbing, weight transfer broom head hitch for improved tractive effort, braking, steerability and
overall handling of the broom chassis
• Broom oscillation of 8 degrees (+4, -4) permitting broom head tilt independent of truck to compensate for surface
variations to minimize brush pattern variation during operation.
• Power transmitted to the broom core via gearboxes utilizing keyed tapered hubs to prevent any looseness in the
connection for vibration concerns. Molded urethane drive cogs for torque transmission_ Hardened steel pilot plates and
core sprockets to support the radial loads
• Utilizes integrated controls in chassis for broom and forced air blowers.
• Poly and wire alternating wafers with spacers
M-113 Companies, Inc. I Airport Maintenance Products Verisys Registrars,&
Helpful Auditing
1200 Park Street / Chilton, Wisconsin 53014 ;s❑5oo1 2015 certified
1-800-558-58001 Fax: 920-849-2629 I sales,@a m-bco.com / www.m-bco.com 4/17
TM
Includes Broom Engine Options:
Auxiliary engine ether start
n Broom engine block heater, 1500 watt, immersion type
o Broom engine oil pan heater, pad type
Includes Broom General Options:
o Automatic brush pattern adjustment
o Ground speed broom controlled
o Snow shed hood
o LED broom head marker lights
o Poly and wire alternating wafers with spacers
o Forced air blowers: Mid Mount under catwalks, one on each side
0 22 foot FOD box
o Auto lube system, Groneveld
Includes Broom Spare Parts Options:
o Set of broom cores
o Set of four broom carts, non-adjustable
o One Caster tire, wheel, hub, bearings, axle, nuts, nitrogen filled
o One spare set of poly and wire wafers with spacers as refill kit
M-6 Companies, Inc. / Airport Maintenance Products Verisys Registrars@
Helpful Auditing
ftkt1200 Park Street / Chilton, Wisconsin 53014 1509001 2015 Certified
1-800-558-5800 / Fax: 920-849-2629 / salesCcDm-bco.com / www.m-bco.com 4/17
M -B FOD Box
Foi reference only
FOD Box in Operating Position
I
rf
FOD Box in Dump Position
• The M -B FOD Box is a self supporting collection bin which is attached as needed to the front of an M -B
broom head.
The broom sweeps FOD, including sand, nuts and bolts, wire, metal scraps, and other debris into the
FOD Box at operational speeds up to 40 MPH.
• 22 foot front mounted M -B broom head
• FOD collection bin holds up to 100 cubic feet and up to 7,500 pounds
• Uses four casters (identical to broom casters) to support FOD Box, no additional weight put on broom
head so brush pattern is unaffected
• Three operating modes:
o Transport Mode; brush is raised, FOD Box is in Operating position
o Operating Mode; brush sweeps FOD into collection bin
o Dump Mode; utilizes dual hydraulic cylinders to rotate collection bin 90 degrees
• Uses broom's in -cab controls, all electric over hydraulic
• Broom and FOD Box operate as a single unit during operation
• Simple installation / removal
M -B Companies, Inc. I Airport Maintenance Products ISO 9001:2008 Certified
1200 Park Street/ Chilton, Wisconsin 53014 Verleys Registrurn
920.849.2629/salesiMm-bco.com/www.m-bco.com '1U14
�91-800-558-5800/Fax:
In the Interest of continuous product Improvement. M -B Reserves the right to change specifications without notice.
W, I P. M=! -
Limited Warranty - Eagle County Regional Airport, CO
Limited Warranty: Subject to the limitations set forth herein, M -B Companies, Inc. Airport
Maintenance Products division ("M -B") warrants its products to be free from defects in material and
workmanship f'or one year from the date of delivery of the product to its original owner. Parts used for
warranty repairs shall be warranted to the end of the Limited Warranty period or ninety days, whichever
is longer. This warranty is not transferable without the written consent of M -B.
Notice: M -B's obligations under this Limited Warranty are conditioned on M -B receiving, within the
warranty period, written notice from Buyer specifying the nature of any alleged defect and requesting
corrective action by Seller.
Remedies: M -B, at its option, will repair or replace, or provide a credit to the buyer for defective
warranted items. If requested by M -B, products or parts for which a warranty claim is made shall be
returned, transportation prepaid by M -B, to M -B's factory. Buyer shall not return any product for
repair, replacement or credit without NI -B's advance written consent.
Other Manufacturer's Warranty: On products furnished by M -B, but manufactured by any other
manufacturer, the warranty of said manufacturer, if any, will be assigned to the buyer, if the said
warranty is assignable. This includes any portion of said manufacturer's warranty which is longer than
the M -B standard warranty. However, M -B does not represent or guarantee that the other manufacturer
will comply with any of the terms of their warranty.
Exclusions: Any improper use, operation beyond capacity, or substitution of parts not approved by
M -B, or alteration or repair by others in such a manner as in 1\4-13's judgment materially and/or
adversely affects the product shall void this warranty. This warranty does not apply to defects caused
by damage or unreasonable use while in the possession of the owner, including but not limited to:
failure to provide reasonable and necessary maintenance, normal wear, routine tune-ups or adjustments,
improper handling or accidents, operation at speed or load conditions contrary to published
specifications, improper or insufficient lubrication, or improper storage.
The batteries, tires, rubber materials, brushes and material normally consumed in operation, are
excluded from this warranty
Limitations of liability: M -B shall not be liable for any incidental, consequential, punitive or special
damages of any kind, including, but not limited to, consequential labor costs, transportation charges,
and rental costs, in connection with the repair or replacement of defective parts, or lost time or lost
profits or expense which may have accrued because of said defect.
M -B disclaims all other warranties, whether expressed or implied, including but not limited to any
implied warranty of merchantability or fitness for a particular purpose. This warranty is the exclusive
remedy of buyer. This warranty cannot be extended, broadened or changed in any respect except in
writing by an authorized officer of N1 -B.
Notwithstanding anything in this warranty to the contrary, in no event shall M -B's total liability
hereunder exceed the purchased price of the particular product.
AIRPORT SNOW REMOVAL EQUIPMENT PAVEMENT MARKING EQUIPMENT -PA PAVEMENT MARKING EQUIPMENT -OR ATTACHMENTS OIVISION
120OPat451reet 79Montgon+eryStreet 2490 Ewa dAvenue SE 1615ftonstnAvenue
Chtltol,WI53014 Montgomety,PA17752 5alem,OR97302 New Holstein,W153061
800.558-SBW 888 32s-2900 B00.253-FAf, 800.558 -SM
CELEBRATING
W W W. M- B C O. C 0 M
76
ACOR" CERTIFICATE OF LIABILITY INSURANCE
DATE (MMlDO/YYVV)
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,
-.51,2312017
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS
CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES
BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED
REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER.
IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to
the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the
certificate holder in lieu of such endorsement(s).
PRODUCER
CONTACT
NAME: Debra En4gl
lRHON o E:t 20-370-4240 FAX
nsay &Associates, LLC. GB
19 South Washington Street
E-MAIL
PO Box 22368
ADDRESS;debra.eninll(a7amay-Qo-rn. _
reen Bay WI 54305
INSURER(S) AFFORDING COVERAGE NAIC 0
_
A JOVelerS Indemnity CO
PERSONAL 6 ADV INJURY $1,000,000
-INSURER
INSURER B Travelers Properly Casualty -Company. 5674
INSURED M -B COMPAN
M -B Companies. Inc.
c!The- Charter Oak Fire Insurance Corno 5615
Sue Torrison
PO BOX 200
INSURER D :
New Holstein WI 53061
INSURER
INSURER F
COVERAGES
CERTIFICATE NUMBER: 896687232
REVISION NUMBER:
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
ILNSR TR TYPE OF INSURANCE ADDL I POLICY EFF _POLICY EXP
INSR WVD POLICY NUMBER MMIDO/YYYYI IMMIDDIYYYYIT LIMITS
GENERAL LIABILITY
7/112016
7/1/2017
EACH OCCURRENCE $1,000,000
COMMERCIAL GENERAL LIABILITY
_ CLAIMS -MADE a OCCUR
I6303517A303
A A D
PREMISES (Ea occurrence) $100,000
MED EXP (Any one person) $5,000
PERSONAL 6 ADV INJURY $1,000,000
GENERAL AGGREGATE I $2,000,000
_
PRODUCTS - COMP/OP AGG $2,000,000
GEN'L AGGREGATE LIMIT APPLIES PER:
POLICY JECOT LOC
I $
C
AUTOMOBILE
LIABILITY
BA3517A315
7/1/2016
7/1/2017
I:UMtlINtU 1 UMI Ea accident 1,000,000
BODILY INJURY (Per person) $
ANY AUTO
ALL OWNED SCHEDULED
AUTOS_ AUTOS
BODILY INJURY (Per accident) f
PROPERTY DAMAGE $
Per accident
X
NON -OWNED
HIRED AUTOS X AUTOS
l
$
B
X
—
UMBRELLA LIAR X OCCUR
CUP3517A327
7/1/2016
7/1/2017
EACH OCCURRENCE
—I$10,000,000
AGGREGATE $10,000,000
EXCESS LIAB CLAIMS -MADE
DEC IX I RETENTION $0
Is
B
A
WORKERS COMPENSATION
AND EMPLOYERS' LIABILITY YIN
ANY PROPRIETORIPARTNERIEXECUTIVEE.L.
OFFICERIMEMBER EXCLUDED? N
N / A
UB3517A340
US3517A339
7/1/2016
7/1/2016
7/1/2017
7/1/2017
X TWICYTATU. TS X OT
ER
EACH ACCIDENT $500,000
E.L. DISEASE - EA EMPLOYEE $500,000
(Mandatory In NH)
If yes, describe under
DESCRIPTION OF OPERATIONS below
I E.L. DISEASE - POLICY LIMIT I $500,000
DESCRIPTION OF OPERATIONS I LOCATIONS / VEHICLES (Attach ACORD 101, Additional Remarks Schedule, If more space is required)
Garagekeepers Coverage Policy #BA -7E806368 effective 7-1-16-17
Deductibles: $1.000 Comprehensive/$1,000 Collision
1615 Wisconsin Ave., New Holstein, WI Limit $300,000; 1200 Park St., Chilton, WI Limit $1,000,000;
79 Montgomery St.. Montgomery, PA Limit $750,000; 2490 Ewald Ave SE, Salem, OR $500,000
certificate holder is included as an additional insured under general liability via form CGD246 via
AIP Project No. 3-08-0020-057-2017, Procurement of Snow Removal Equipment (SRE), Two (2) - 22' Power Brooms With, 44 Chassis
All -Wheel Steering
VtK I Irm A i r KULUCK %,AN"LLA I IUIV
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
Eagle County Regional Airport THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN
219 Eldon Wilson Road ACCORDANCE WITH THE POLICY PROVISIONS.
Gypsum CO 81637
AUTHORIZED!! REPRESENTATIVE
E iu i
�~l�'l�}' i
©1988-2010 ACORD CORPORATION. All rights reserved
ACORD 25 (2010/05) The ACORD name and logo are registered marks of ACORD
■
C <
0 �
O
i H LO
p
C
CO r.L o
U
�• v mCDCD
N
� a
a �
a,
` m
- a
O
N
C
E
cy
a)
L—
a) N
CD
N
E
cn
cuL
cu
N
N
a)
L
U
cu
.a
cn
cn
N
N
C
N
N
NiE
U
Fn u
CD
cu
a
0-
c °w
(u
N
m N
O
m
U
L
U
in
N
Mul
m
C
m
O
Ca'.
Q
4
N a G
C p
OO
>
C
E
c
a
C)
w- C
CQ
U
o
=CUU)
N
@ j
+-+
CU
C
C Ln
OLn
cu
_�
>
rl- CD
N
O
C
ONN
n
N
.
�•�
O+r
N
�
N N
min
C
.�
r
N
L
N
.
N
�
�
C M
O
N �
�
O
N
CSN
M
W
N
>O N 'a
,� ;
�• v
cn
cnCL
-
IS v
()
N
t}�''
Q � �
v_ cn E
�' w
(0
O
�
N
@ �
O
rL
C ;
Eh
(u�
c
Q.
Q
L
N
NODU
sc0
F-._...0
_U)
U
-a
•4-4
O
13
-
�
-�
CU
CU
N -t;;
O
(1)
W
cn
N
N
d
�c>
cu
Q
E
CL
Z
cn
t6
M
O
N
.a
N
c`
a
6- N
v
o
Q
E
2222
W
a%
U
N
U
N
N
U
F--
FAA Vehicle Test Certification
M -B Companies, Inc. hereby certifies that the MB Series chassis fully complies with the Carrier
Vehicle Tests as described in Chapter 7, Section 46 of the FAA Advisory Circular Number
150/5220-20.
These tests were conducted using our early production models and verified the results obtained
during our prototype testing.
The Service Brake and the Emergency Brake Tests were conducted during the Federal Motor
Vehicle Safety Standard #121 air brake performance certification,
Certification includes;
1) Cold Weather Operations at temperatures to -40 degrees F
2) Hot Weather Operations at temperatures up to 70 degrees F
3) Verification of sufficient power to perform all operational functions simultaneously.
4) Ten miles driven over hard surface roads with no perceived problems when loaded to its
rated GVW
5) One hour at 5 mph over airport terrain when loaded to its rated GVW
6) Service Brake Test conducted when loaded to its rated GVW. Vehicle stopped within 35 feet
from 20 mph and within 131 feet from 40 mph without steering correction. The tests were
run twice in each direction.
7) Emergency Brake Test was conducted when loaded to its rated GVW. From 40 mph, the
vehicle stopped in under 288 feet using only the emergency brake. No steering corrections
were needed and the brakes were able to hold the vehicle without fade for five minutes,
Sincerely,
James Steiner
Chief Engineer
M -B Companies, Inc.
AIRPORT SNOW RENVAI EQU HM8 EM
12M Park Street
(hdtan, WI 53014
800.558-5800
PAVEMENT MARKING EQUIPMENT- PA
79monlprKmj swl
I PA 17752
23 2
PAVEMENT MARIONG EQUIPMENT OR
2490 Ewald Avenue SE
Sa em OR 97301
RATING ATTA(HMEi 1,
1615 Wismnvn Avenue
New [Mldn, WI51061
X0558-5800 W W W M- a C 0. C 0 M
c
M -B Companies, Inc. FAA Advisory Circular 15015520-20A Certification
To: Airport Snow Removal Products Marketing
Akpotenanoe
SUBJECT: FAA Advisory Circular 150/5220-20A Testing
corporate office
Certification for M -B Chassis
1615 Wisconsin Avenue
MB2 Tractor / Plow chassis
Po Box 200
New Holstein, W153061
M -B Companies Engineering certifies that the following
p g g M -B
8005585800
manufactured chassis lines meet the operational standards and
testing requirements found in FAA Advisory Circular 150/5220-20A:
Akpotenanoe
M131 All wheel drive conversion
Products
Products
1200 Park Street
MB2 Tractor / Plow chassis
Chilton, s30
eoo ssa seoo
MB3 Front -mount broom / low chassis
P
M134 Snow blower chassis
M135 Mid -mount broom multi -tasking chassis
Attachments
North Star chassis
1615 Wisconsin Avenue
New Holstein, WI 53061
800 558 5800
Ja Steiner
Mul"ervlce Vehicle
1815 Wisconsin Avenue
New Holstein, W l 53061
8005585800 Chief Engineer
M -B Companies, Inc.
Pavement Marking East
79 Montgomery Street
Montgomery, PA 17752
888 323 2900
Pavement Marking -West
2490 Ewald Avenue SE
Salem, OR 97302
800 253 2909
Replacement Brushes
1217 E Chestnut Street
Chilton, WI 53014
800 558 5800
Page 1 of 1
www.m-bco.com Quality you can see. People you can trust:
M -B Companies, Inc herby certifies that the model MB series chassis complies
F1 with all applicable requirements and regulations that the Federal Motor Vehicle
%!4plo Safety Standards (FMVSS) CFR tttle 49 part 571
M -B Companies, Inc.
FMVSS 571-101: Controls and Displays
FMVSS 571-102: Transmission Shift Lever Sequence, Starter Interlock, and
Transmission Braking
FMVSS 571-103: Windshield Defrosting and Defogging Systems
Corporate ORlce FMVSS 571-104: Windshield Wiping and Washing Systems
1815WisconsinAvenue
P0 Box 200FMVSS 571-105: Hydraulic & Electric Brake Systems (Not applicable on M-13
New Holstein, W153061 Chassis)
800 558 5800
FMVSS 571-106: Brake Hoses
Replacement Brushes FMCSR 393.65: All Fuel Systems
1217 E Chestnut Street
Chilton, Wt 53014
800.558.5800
/J'
ames Steiner
Chief Engineer
M -B Companies
Page 1 of 1
www.m-beo.com Quality you can see. People you can trust'
FMVSS 571-108. Lamps, Reflective Devices, and Associated Equipment
Ahporl Maintenance
Products
FMVSS 571-111: Rearview Mirrors
1200 Park Street
Chilton. W153014
FMVSS 571-113. Hood Latch Systems (Not applicable on M -B Chassis)
800 558 5800
FMVSS 571-116: Motor Vehicle Brake Fluids (Not applicable on M -B Chassis)
FMVSS 571-119: New Pneumatic Tires for Vehicles Other Than Passenger Cars
Attachments
1615 Wisconsin Avenue
FMVSS 571-120: Tire Selection and Rims
New Holstein. WI 53061
800.558.5800
FMVSS 571-121: Air Brake Systems
FMVSS 571-124: Accelerator Control Systems
Vehicle
Multi-ServiceWisconsin
1615 Wkconsln Avenue
FMVSS 571-201: Occupant Protection in Interior Impacts Notapplicable on M -B
P P (
New Holstein. WI 53061
Chassis)
800.558.5800
FMVSS 571-205 (FMCSR 205): Glazing Materials
FMVSS 571-206: Door Locks and Door Retention Components
Pavement Marking -East
79 Montgomery Street
FMVSS 571-207: Seating Systems
Montgomery, PA 17752
W8 323 2900
FMVSS 571-208: Occupant Crash Protection
FMVSS 571-209: Seat Belt Assemblies
Pavement Marking -West
FMVSS 571-210: Seat Belt Assembly Anchorages
2490 Ewald Avenue SE
Salem, OR 97302
FMVSS 571-302 (FMCSR 302): Flammability of Interior Materials
800.253.2909
FMCSR 393.94: Interior Noise Levels in Power Units
Replacement Brushes FMCSR 393.65: All Fuel Systems
1217 E Chestnut Street
Chilton, Wt 53014
800.558.5800
/J'
ames Steiner
Chief Engineer
M -B Companies
Page 1 of 1
www.m-beo.com Quality you can see. People you can trust'
Page 1 of I
M -B Companies, Inc.
Attachments Division, Pavement Marking Division Airport Snow Removal Products
Brush Replacements, 79 Montgomery Street 1200 Park Street
Administration Montgomeiy, PA 17752 Chilton, WI 53014
T ki PTM 1615 Wisconsin Avenue Phone 888.323.2900 Phone: 800-558-5800
P.O Box 200 Fax: 570-547-1629 Fax: 920-849-2629
New Holstein. WI 53061
Phone 800-558-5800
Fax: 920 898-4588
Drive Components Certification
To: Airport Snow Removal Products Marketing
SUBJECT: MB 1, MB2, MB3, MB4, MB5 Series Components Rating Removal
M -B Companies Engineering certifies that the following MB manufactured components
installed in the subject vehicles are rated for these vehicles as delivered.
Front Drive/Steer Axles
27K drive/steer axle w/S-cam brakes
29K drive/steer axle w/S-cam brakes
Single Rear Drive/ Steer Axles (Rear steer axle)
27K drive/steer axle w/S-cam brakes
Transfer Cases
MB Nose box assembly 1.63 ratio
MB Up/Down transfer box 1:1
MB Transfcr case w/Trutrac differential
Snow Blower Drive Gearbox
MB4 series single speed clutch/drop box
MB4 series single speed impeller drive
,lam - teiner
/Chief Eiigincct-
M-B Companies
E '
M-13 Companies, Inc.
Corporate Office
1615 Wisconsin Avenue
P O Box 200
New Holstein W153061
800 558 5800
Airport Maintenance
Products
1200 Park Street
Chilton. WI 53014
800.558 5800
Attachments
1615 Wisconsin Avenue
NewHolstetn W153061
800 558 5800
MuItl.Service Vehicle
1615 Wisconsin Avenue
New Holstein WI 53061
800 558 5600
Pavement Marking -East
79 Montgomery Street
Montgomery PA 17752
888 323 2900
Pavement Marking -West
2490 Ewald Avenue SE
Salem, OR 97302
800 253 2909
Replacement Brushes
1217 E Chestnut Street
Chilton, WI 53014
000 558 5800
www.m-bco.com
Kequtrea contract Provisions Tor -
Airport Improvement Program (AIP) Certification
M -B Companies, Inc. herby certifies that MB Chassis, Brooms, Plows, and
Blowers comply with all applicable Required Contract Provisions for the Airport
Improvement Program (AIP).
• ACCESS TO RECORDS AND REPORTS
• AFFIRMATIVE ACTION REQUIREMENT
• BREACH OF CONTRACT TERMS
• BUY AMERICAN PREFERENCE
• CIVIL RIGHTS - GENERAL
• CIVIL RIGHTS - TITLE VI ASSURANCES
• CLEAN AIR AND WATER POLLUTION CONTROL
• CONTRACT WORKHOURS AND SAFETY STANDARDS ACT REQUIREMENTS
• COPELAND "ANTI -KICKBACK" ACT
• DAVIS-BACON REQUIREMENTS
• DEBARMENT AND SUSPENSION (NON -PROCUREMENT)
• DISADVANTAGED BUSINESS ENTERPRISE
• ENERGY CONSERVATION REQUIREMENTS
• EQUAL OPPORTUNITY CLAUSE AND SPECIFICATIONS
• FEDERAL FAIR LABOR STANDARDS ACT (FEDERAL MINIMUM WAGE)
• LOBBYING AND INFLUENCING FEDERAL EMPLOYEES
• NONSEGREGATED FACILITIES REQUIREMENT
• OCCUPATIONAL SAFETY AND HEALTH ACT OF 1970
• RIGHT TO INVENTIONS
• TERMINATION OF CONTRACT
• TRADE RESTRICTION
• TEXTING WHEN DRIVING
• VETERAN'S PREFERENCE
Sincerely,
M -B Companies, Inc.
Steve Karlin
Senior Vice President
Page 1 of 1
Quality you can see. People you can trust.'
PEER ASSOCIATES, INC.
1051 Miller Street
Shakopee, MN 55379
Office: 952-445-4151
E-mail: mo riartyj d@ msn.coin
June 29, 2007
To whom it may concern:
This letter serves as a confirmation that the M-13 Companies have tested runway broom
performance to increase the snow moving capacity of a broom. I witnessed this testing.
The results are shown on the enclosed graph. Tons per hour of snow moving capacity is
directly proportional to the available torque on the broom shaft.
M-13 maximizes the torque on the broom shaft and have proven capacity and capability of
the airport snow removal and cleaning operations at speeds of up to 40mp11(64 kpli).
Jim Moriarty
Peer Associates, Inc.
1051 Miller St.
Shakopee, MN 55379
N
O
O
L
In
CD O O O O o O O O O O
0 0 0 0 0 0 o O o 0
0 0 o 0 0 0 O O O O
O D" 00 1- CD WI'll m N
anOH aad uOl
0
CD
LO
O
O
O
--
O
O
Cr
CD O
N
CD
0
0
L L L
C C r-
12,29 12,29
04v -U)
L) 00
NSU)
Z
LL LL LL
co
Ne~ - N
N M co
�aa
N==
C
5
[Q
V
C
O
�'
_, C
�0
rx
O
L
Q
U)
M
(1)
O
Q
m,
4-
0
o
�.
N
�s
o
o
t
c
3
����
CD O O O O o O O O O O
0 0 0 0 0 0 o O o 0
0 0 o 0 0 0 O O O O
O D" 00 1- CD WI'll m N
anOH aad uOl
0
CD
LO
O
O
O
--
O
O
Cr
CD O
N
CD
0
0
L L L
C C r-
12,29 12,29
04v -U)
L) 00
NSU)
Z
LL LL LL
co
Ne~ - N
N M co
�aa
N==
SUWIOURCE
lvlaaile Hydraulic Sys(enis
11928 West Silver Spring Drive
Milwaukee, WI 53225
Date: July 7, 2016
M -B Company
1200 Park street
Chilton, WI 53014
Subject: M -B model 4600 High speed runway broom hydrostatic drive(s) installation
approval.
After review of documented testing Sunsource is satisfied that M -B has met all the
manufacture's (Danfoss) specifications in the application of their hydrostatic pumps and
motors. The two circuits are 1) Hydrostatic broom drive. 2) Hydrostatic blower drive.
regard
Dave Breister
Sunsource account manager, Milwaukee branch
M-B Companies: Runway Broom Hydrostatic Drive Calculations
4600-FMD-HP3
Broom
ENGINE SPEED
2100 RPM
PUMP DRIVE RATIO
153
PUMP DISPL
6 10 CU IN
100 CC
PUMP VOL EFF
099
PUMP OTY
2 EA
PUMP PRESSURE
5075 PSI
PUMP SPEED3213
RPM
PUMP MECH EFF
0.98
MOTOR DISP
6.10 CU IN
100 CC
MOTOR VOL EFF
0.99
MOTOR QTY
2 EA
MECH EFFECF
098
GEAR BOX RATIO
6.00
PUMP FLOW
168 GPM
HYD POWER
497 HP
ENGINE POWER
508
MOTOR SPEED
3149 RPM
MOTOR TORQUE
4628, IN-LBS
MOTOR POWER
241 HP
BROOM SPEED
525 RPM
BROOM TORQUE
57942 IN-LBS
4828 FT-LBS
Air Blower
2 x 11P EW
ENGINE SPEED
2100 RPM
PUMP DRIVE RATIO
1.53
PUMP DISPL
4 76 CU •N
78 CC
PUMP VOL EFF
0.99
PUMP QTY
1 EA
PUMP PRESSURE
3300 PSI
PUMP SPEED
3213 RPM
PUMP MECH EFF
0.98
MOTOR DLSP
2 14 CU IN
34 CC
MOTOR VOL EFF
0.99
MOTOR QTY
2 EA
MECH EFFECF
0.98
GEAR BOX RATIO
1 00 No gear
box
PUMP FLOW
66 GPM
HYD POWER
126 HP
ENGINE POWER
129 HP
MOTOR SPEED
3544 RPM
TOTAL MOTOR TORQUE
2198 IN-LBS
TOTAL MOTOR POWER
124 HP
BLOWER SPEED
3544 RPM
BLOWER TORQUE
2198 IN-LBS
183 FT-LBS
c
OM01WTV
RcIgC y
MECHANICAL SERVICE
DILLETT MECHANICAL SERVICE
21385 W. LINCOLN AVE.
NEW BERLIN, WI 53146
BUS. (262) 650-0770
FAX (262) 650-0880
AIR CONDITIONING a HEATING MECHANICAL SYSTEMS & CONTROLS
AIR BLOWER CERTIFICATION
Product: MB Runway Broom/Airblower, 11 P EW 2X
Fan PN: 250-146094 and 250-146095
Blower Wheel SN: 25545-1 and 25545-2
Broom SN: 15-0474
Fan RPM: 3500
Air Flow Instrument: Dwyer VT -200 Anemometer
Average Air Flow per fan (measured): 11,520 CFM
Total Air Flow (2 impellers): 23,040 CFM
Air Flow Velocity: Discharge Area= 11.5 inches x 4.00 inches -0.319 sq ft. (area)
144
CFM = 11,520 CFM = 36,113 ft/min.
Area 0.319 sq. ft.
36,113 ft/min. x 1 -mile x 60 min. = 410 MPH
1 -minute 5,280ft 1 -hr
Tested By: Dillett Mechanical Service, Inc.
Date: November 21, 2005
Dillett Mechanical Service, Inc. Testing Technician: Jerry Krysak
Test Validated By: Mike Dillett, President, Dillett Mechanical Service, Inc.
Test Witnessed By: Jim Steiner, Chief Engineer, MB Company
M
0
v
40
m
D_
c
tw
°
ICO
0
3
3
O
O
o
oo
0
0
o
u
m
o
0
0
0
0
0
0
0
0
0
rA
2
2
2
c�
0
0
2
2
2
2
v
o
n
a
L.L.
LL
LL
LLL
O_
O
LL
LL
LL
LL
C
O
�'
'
LL
LL
LL
LL
LL
LL
LL
LL
cu
EEEE�u��EEEE
3
"��EEEEEEEE
E
OL
OL
OL
OL
O pN
NO
OOOO
N
OO
OQO
O
0
.00
O
-0
-0
.O
-0
LL
E
VI
V)
L
L
L
L
L
N
N
O p
p0
N
O
pU00
uu00
-0
00
00
00
00
00
00
-4
NN
N
a
s
a
-4
N
N
N
�
-0
r-4
N
N
N
N
N
N
N
�
N
O
O
O
N
00
,
00
00
00
M
N
o
ri
O
00
O
Ol
o
-4
o
O
M
00
00
00
00
00
O
�-+
r4
r�
V
o
Ln
w
O
w
O
00
Ln
tu
m
ra
��
0
0
0
0
0
00
�
Ol
d'
r -I
M
r\
V)
r♦
�
M
M
M
O
00
00
r"r
r-4
W
ri
lD
tD
lD
N
M
17
00
�
T
O
O
.-�
f�
r�
V)
M
M
0
u1
V1
V1
V1
M
V1
M
rl
rl
Vl
r -r
O
rn
tD
w
00
ri
00
r-4
00
. q
00
.-r
00
ri
L
Vl
V)
o
m
rl
N
w
rA
00
M
N
M
m
Ql
cn
n
Vl
V1
V1
V)
V)
Q
M
�
C!
^
r,
V
r\
�
Ln
N
n
�
r
N
N
N
ry
N
lD
LD
W
lD
lD
rl
d,
rn
ri
vi
m
r,
M
r -I
0
00
ri
0o
Lc
�
o
00
00
00
00
00
0
0
o
O
C*
O
O
o
v
v
o
0
0
0)
0
0�
m
LD
m
m
N
N
V1
Ln
n
lD
00
w
n
DD
w
N
to
Vl
N
N
Ql
00
00100100
00
01
0
E
>
>
0
3
>
Ci
c
p
U
L
m
tw
O
E
E
m
>
fu
O
00.0
O
0
u
O
`^
o
T
c
o
O
C°
a
°>>
a'
7
0
o
O
u
O
u
O
u
O
u
O
u
a
v
a
`-
ai
p
0>
C
0
u
L.
i
i
a
a
c
CL
Y
O
O
U
v
u
u
u
u
u
u
0J
0J
Q.
=
�'
H
O
p,
00
u
Q
0D
�''
W
W
Y
Ln
Y
L4
Y
Ln
Y
ZA
Y
Ln
0
•�
�
C
C
O
@1
O
p
�^
N
Y
Y
01
0)
0J
0J
0J
01
0J
O
a
Y
O
Y
o
Y
u
(@j
on
7
-
@1
C
L
O
@J
m
E
@1
@1
0
0
@J
@J
a
73
7
7
a,
U
o
a@j
O
°0
@)
L
L
3@_iC_UU_@)@_)
.o
.0
m
++
a�'@j
°�
N
m
@I�),
�
C
N
10
NU3
m
of
'0)
'0J
N
'm
'd
C
ILA
m
Ln
@)
Y
of
0)
r
Vf
H
N
L
m
m
O
Y
0!
`
-
C
L
N
C
C
C
C
C
4
01
0)
m
Y
7
>
D.
00
•0J
_
"O
Q
r1
a-
a-
Q'
L
t
C
Y
I"
Y
01
O
Ln
m
m
m
++
C
O
i
LLC
C
C
v
ate+
In
>.
...�
c
L
m
L
L
m
L
m
to
L
N
m
L
m
L-0
m
•y
h
N
L
O
-O
in
v'
C
O
N
m
N
m
Ql
C
30
01
01
01
0J
01
O
L
Q/ 0)
W=
m
7
IIA/1
`
m
to
`
m
m
=
N
N
a
N
C
Y
Ln
_0
N
f0
L
I/'1
Vf
'a
d
.c
LLn
N
N
c
c
c
c
c
N
Z
c
c
o
Y
O
O>
O
c
u
u
Q
v
rs
v
T
T
U
G
0J
~
Y
r>a
O
O
w
K
,Cr,
J
J
J
J
J
IO
i
f..
J
am
V)
O
m
rr
m
O
V
M
m
m
o
z
aao
o
}rao
Y
z>
a
aaao,c,czzzzz
?�
N
z
V)
z
�?
u
a
a
u
u
u
u
u
O
EL
L
a
O
L
m
C
Q
a
—
C
a
Q
0
L
a
o
!
L
a
L
i�
c
y+
`
c
L
L
0
m
m
y
1.
t
t
y
`
L
CL
n
F,
O
a
a
o
a
s
'a
O
a
O
a
O
a
O
a
O
a
N
a
Q
Q
a
Q
Q
L
Z
Y
t=
twCL
mm
a
a
a
a
a
E
c
=_
c
c
,�
m
O
a
r
r
0m0
a
:�0.
U
a
y
>
T
a_Ti
s
c
L
c
S
S
S
I 2
'A
0J
01
i
N
w
C
O
U
H
c
C
m
a
s
s
i
c
c
O
LL
0n
CU
m
z'
O
s
in
c
c
O
v
>
>>
x
w
x
Lu
0n
c
00
c
00
c
00
c
0n
c
L
Y
Y
�
`1
7
OD
m
m
u
L
U
u
QC
:-•
�-•
:-�
CL1
m
GGC
c
c
Y
ccm
OD
00
LL
LL
VCL
VI
`
m
C
G
fCO
m
m
m
m
m
of
ti..
m
'O
d
r -I
N
N
M
M
M
M
M
rn
M
M
M
M
M
M
T
cY
C1'
ct
Ct
v
v
1
m >
•Q)
«J
.j
-6
.6
c
o0
00
L
>
>
u
u
m
an
rio
6i0
00
OD
d0
O
0
0
LL
LL
a
a
VI
z
z
0
O
LL
�
a
7
a
7
a
7
a
7
a
7
a
M
0
v
40
m
D_
m
0
Q)
0D
m
O_
C
C
LL-
®
0
XX
0
2
0
0
0
0
o
E T
o
0
0
0
0
0
0
0
0
o
o
Ecu
3
0
0
0
`Z
2
Z>
LL
LL
LL
LL
LL
O a
LL
LL
LL
LL
L.L.
LL
LL
LL
LL
Q
LL
LL
O
C)
O.
LL
LL
LL
E
E
E
E
E-
o
E
E
E
E
E
E
E
E
E
E
EL
-L
"
O
O
O
O
O
O LL
O
O
O
O
O
O
O
O
O
E
O
O
E
N p
= a
O
O
O
O
O
O
O
O
N
O
O
O
O
O
O
O
O
O
O
O
O
O
N
L
O
O
0
L
a
L
a
L
a
L
a
L
a
E
L
a
L
a
L
a
L
a
L
a
L
a
L
a
L
a
L
a
O
L
a
L
s
O
LL
E
E u
a
a
a
O
00
0o
00
00
o
O O
0
00
00
00
0
00
00
O
O
O o
c
00
00
00
N
ri
r -I
r -I
r -I
O
COr-I
r-1
r -I
r -I
v--1
COr-1
r -I
r-1
r-1
`
N
N
`�
O n.
O
v-1
-1
a
m
N
a
L
N
00
O
N
a -I
N
N
0
r -I
ri
c 1
ri
O
r -I
O
N
O
r -I
r -I
O
tD
tD
V)
M
W
O
CD
V)
N
r-1
r -I
r-1
r-1
ei
e 1
�
M*
cf
�
r-1
ri
tD
N
N
0
0
0
m
Ol
O
r 1
r -I
`"'I
*
*
'C
tD
M
C*
LD
�
C'
ct
n
�
4
V)
ri
r -I
Q)
O
�
lD
t0
lD
lD
m
u')
o0
Ln
00
lD
lD
IY)
N
N
N
W
0)
r-4
U)
�
O
LO
tD
e -I
M
M
M
M
Q)
M
lD
ri
t0
rn
M
M
N
N
ri
rA
N
r
tD
M
M
Ln
00
0o
00
0o
r,
O
m
Ln
m
co
ao
v
rn
m
r\
to
to
m
0o
rn
m
co
0o
W
N
N
N
N
00
i,
00
LD
00
N
N
A
-*
C'
C
tD
tD
V)
U)
M
V)
N
N
010
O
O
O
O
n
V)
r-
N
r-1
O
O
t\
v
v
n
co
00
h
U)
v
O
O
lD
u1
L!1
u1
tf1
u')
ri
O
O
O
V)
V)
O
e-1
r.1
O
l0
lD
O
O
O
A
V)
ul
co
co
co
W
co
r-
00
M
:'
M
w
W
M
W
tD
M
00
fY1
M
lD
00
00
00
E
E
E
?r
E
E
E
E
E
E
E
E
E>°°
o
E
E
Y
E
E
O
o
m
o
m
1.-
-
r�o
a
o
t
t
W
o
O
0Ln
t
.�
w
a
"
�;
vi
E
E
-
n>
m
m
>
j
Y
n.
a
Y
ai
ai
E
0
>
rrte�''
`!
/0
`J
rrte�,�
V
=
p
�,
�,
@1
v
m
ra
Y
Y
C
@)
�•
v
v
>
v
vii
vii
@
000
3
C
E
7
-IC
T?
-Y.
T
>
L
u@i
�1
L
U
Y
T
Y
T
t9
(aJ
7
a
7
s
U
C
U
7
L
L
@j
Y
Y
O
o
v
o
-o
•�
,�
/��
ni
C
ni
p
s
E
E
v
a
a
_�'
-
Z
LA
T
T
O
Q)
Q)
Q)
Q)
L/
Q)
E
C
Q)
C
4,
m
7
@J
Q
c
L
v
a,
C
m
Y
L
y
Y
L
E
u
?
L
o
c
a,
a)
v
a
a
a
a
O
`"
c
E
E
a
a
>.
@�
u
@1
E
3
3
0
u
a
s
d
O
O
O
O
m
N
E
L
m,
2
0
C
0D
0
vi
O
O
C
C
>
j
(3J
O
O
c
a
-
H
H
O
Y
O
vii
0
m
'O
y0
17-
O
'r-
s
O--
6
6
�
L
cu
AA
Ln
0
`
CL
d
C.
v
C_
d
C.
L
�
L
�
`)
a
CL
N
cu
OJ
L
C.
C)
L
C_
Q)
N
Y
O
Y
Y
Y
Y
N
N
Y
Y
Q)
Y
Y
0
V
N
N
Q)
Q)
H
C
E
Q)
Q)
O
LO
•0
"
Q)
Q)
N
C_
L
7
vn
T
Q)
Q)
LL
cu
N
L
0
C
0
C
C
c
m
m
m
m
Q
N
Y
0C
CO
CO
7
7
C
C
V
O
U
Y
Q)
m
Q)
m
{A
M
C
C
C
m
m
C
Q
6
m
a
tw
O
N
_Q
J
C
C
C
C'D
Q
O
7
Y
O
m
m
0
J
J
m
0
O
c
C
Q)
Q)
Q)
Q)
m
t0
y
V
E
m
m
m
u
u
m
m
=,
m
m
Um
M
m
Z
Q
LL
LL
QJ>
>j
Lu
0
J
Y
==
Y
Z
Z
LL.t
}
❑
Q
G
G
U
Q
Q
U
>
-
Z
--
a
0
0
Q
u
u
Z
Ln
D_
Z
Z
LL
Q
O
O
O
C
LL
LL
LL
0
✓1
C_
C.
j0
fl-
70
0
0
Ln
0
Ln
0
Ul
a
C7
Q
LL
Q
Q—
0
Q
U
C
m
Q
Q
Q
0
Z
V)
U
m
a
r
+
0
0
'00
m
(0
m
CO
m
Q
c
�
L
Q�
Q
a
a
C
�
c
a
a
w
cu
o
Q
Q
C
d
d
d
3
z
Q
c
O
co
O
°°
L
Q
o
v
o
N
�+
Q
C
Q
m
c
N
m
o
0
Q
Q
a
o
a
:p
=
Q
v
cr�
m
3
U
c
c
L
O
Y
c
'�
Y
a
0
In
E
E
a
c
c
f0
c
c0
>>
m
u
m
cu
`n
O
a
>>
a
a
rn
LL
c
c
L
_
U
3
D
U
°)
m
to
3
00
Q
NE
E
Y
Y
t
T
O
in
CIO
Y
Y
0
a
:3E
O
a
a
Z
U
m
U
Z
O
i
r
t
T
d'
C
R
u1
V)
V)
N
V)
Ln
V)
u1
Ln
tD
tD
tO
V)
V)
t.D
tO
lD
tD
-.09.
t
ri
ri
ri
ri
v -j
r -I
ri
r-1
ri
N
ri
e'1
-4
r-1
r -I
ri
ri
r1
r -I
r.1
r -I
ri
Co
OD
IZ
C_
C
-0,
-0
L
L
L
L
T
L
L
>
>
T
-L
O0
Co
Q
Q
V)
V)
—
LL
LL
Q
Q
Q
Q
Q
Q
m
0
Q)
0D
m
O_
C
�
LL
LL
7 X
O O
T
E
S)u
0
0
0
0
0
3 0
o
0
0
0
0
0
-pa
o O
CX
,r v
w-
v
E
E
E
E
E
0
0
o
o
o'
o
N
0
0
0
0
0
0'
0
0
0
0
0
BO
00
O
N
O
C a
p L't"
ZD
N
BO
O
00
rl
-4
N
N
N
0 j
- 3
ri
N
-4
N
r -I
a O
N
Iy
N
ci
00
O
N
N
00
N
LO
V1
cr
r-1
O
�r
tD
M
O
O
O1
Dl
O
-*im
O
O
LO
OV
�
M
I,
r-1
tD
Dp
ul
tG
-4
V
tD
00
W
M
Pry
00
Ln
00
M
Ol
I,
N
00
V1
M
M
M
I,
N
M
N
O
uY
r-
totp
ci
V1
M
UP
O
u1
M
O
O
M
00
a
a0
tD
tOD
O^l
O
E
_
u
p
3
E
E
E
t
>
Y
,.:
19
to
p
O
UO_
O
O
0D
O
0
CA
3'
v
j
p
d
�p'
o
C
c
O
m
T>
O
u
@)�
h0
+OO
_E
o
T
v
E
•�
7
u
mY
@
C
a)
'D
U
H
a)
N
O
p
C!
a)
c
m
00
ra
h
0D
O
v
C
v>
s
u
`
�o
Y
Ln
•L
Y
41
0t0
al
O
3
'
C
a
G
U
U
O
c
L
W
YLn
.d
'O
c
O
L
Ln
C
ai
cu
O
UL
c
m
v_
]2
Ln
LA
0
'^
O
O
O
m
m
Z�
V1
CO
U
m
'(A
~
C
m
T>
C
s
U
U
E
r0
p
•C
>
v
v
_
R
L
U
~
l7
O
Y
t
m
V)
u
m
m
o
}
0
0
Z>>
L
z
z
v
Ln
u
0
Z
I-
t:
O
r—
p
r
p
�
r
O
O
a
O
CL
0
5
a
c
a
m
a
Q
Q
c
Q
CL
Q¢
Q
n
m
LL
@
aS
O
w
N
Q
O
Q
(9
c
m
Q
Q
C
c
o
<U
o
Y
c
0
,rn
O
a
C
—
p
c
_o
5)
p
tw
a)
a
'u
'C
p
ra
C
Q'
J
a)
D
C
0.LL
7
H
E
N
m
E
n
a
o
E
v
v
m
x
E
v
o_
v
�°
m
ca
�
t
T
tO
tD
tD
tD
tD
tD
m
c_
QJ o
o
`�
`�
u
u
o
c
`-°
a
a
H
H
Q
to
Z
0
0
z
LL
Q
Corporate Resolution
Resolved, that the following officer of M -B COMPANIES, INC. a/k/a M -B
COMPANIES, INC. OF WISCONSIN a/k/a M -B COMPANY, INC. OF WISCONSIN a/k/a
M -B COMPANY, INC., a Wisconsin corporation, to -wit: Steven Karlin, Assistant -
Secretary, is hereby authorized for and on behalf of and in the name of said corporation
to execute Invitation for Bids and contracts on behalf of the M -B Companies, Inc.
I, Susan A. Torrison, do hereby certify that I am the duly elected and qualified
Vice-President/Treasurer of said corporation and custodian of the records of M -B
COMPANIES, INC. a/k/a M -B COMPANIES, INC. OF WISCONSIN, a/k/a M -B
COMPANY, INC. OF WISCONSIN, a/k/a M -B COMPANY, INC., a Wisconsin
corporation, organized and existing under and by virtue of the laws of the State of
Wisconsin; that the foregoing is a true and correct copy of a certain resolution duly
adopted in accordance with the law and the By -Laws of said corporation.
IN WITNESS WHEREOF, I have affixed by name as Vice-President/Treasurer of
the corration.� }
If
Date Susan A. Torrison, Vice re ident/Treasurer
I, Susan A. Torrison, Vice-President/Treasurer of said corporation, do hereby
certify that the foregoing is a true copy of the resolution passed as above set forth.
CV� I
Date Susan K Torrison, Vice Presid nt/Treasurer
Corporate Resolution
Resolved, that the following officer of M -B COMPANIES, INC. a/k/a M -B
COMPANIES, INC. OF WISCONSIN a/k/a M -B COMPANY, INC. OF
WISCONSIN a/k/a M -B COMPANY, INC., a Wisconsin corporation, to -wit:
Susan A. Torrison, Vice President, is hereby authorized for and on behalf of and
in the name of said corporation to execute Invitation for Bids and contracts on
behalf of the M -B Companies, Inc.
I, Terrence J. Cosgrove, do hereby certify that I am the duly elected and
qualified President of said corporation and custodian of the records of M -B
COMPANIES, INC. a/k/a M -B COMPANIES, INC. OF WISCONSIN, a/k/a M -B
COMPANY, INC. OF WISCONSIN, a/k/a M -B COMPANY, INC., a Wisconsin
corporation, organized and existing under and by virtue of the laws of the State of
Wisconsin; that the foregoing is a true and correct copy of a certain resolution
duly adopted in accordance with the law and the By -Laws of said corporation.
IN WITNESS WHEREOF, I have affixed by na as President of the
corporation.
6/30/2016
Date Terrence . Co Grove, President
I, Susan A. Torrison, Vice President of said corporation, do hereby certify
that the foregoing is a true copy of the resolutionjgassedAs above set forth.
6/30/2016 _ �'-
Date Terrence J. qui ve, President
M -B Companies Airport Maintenance Products Capabilities
M -B Companies, Inc.
Corporate Office
1615 Wisconsin Avenue
P.O Box 200
New Holstein, WI 53061
800 558 5800
Airport Maintenance
Products
1200 Park Street
Chilton, WI 53014
800 558 5800
Attachments
1615 Wisconsin Avenue
New Holstein, WI 53061
800 558 5800
Multi -Service Vehicle
1615 Wisconsin Avenue
New Holstein, WI 53061
800 558 5800
Pavement Marking -East
79 Montgomery Street
Montgomery, PA 17752
888 323 2900
Pavement Marking -West
2490 Ewald Avenue SE
Salem, OR 97302
800 253 2909
Replacement Brushes
1217 E Chestnut Street
Chilton, WI 53014
800 558 5800
www.m-bco.com
M -B Companies has been in business since 1907. M -B is a privately held
company with five manufacturing facilities in the US and a remote service facility
in Alaska. A complete history can be accessed on our web site at: www.m-
bco.com.
The M -B Airport Maintenance Products manufacturing facility is located in Chilton,
WI approximately 40 miles south of Green Bay. The main plant was built in 1974
and has 45,000 square feet devoted to fabrication and assembly. An 11,250
square foot cold storage facility was added in 2007. Both facilities are situated on
20 acres of land. All aspects of manufacturing are completed in house. Raw steel
flows into the fabrication end of the main building and operational completed
specialized vehicles and equipment roll out the assembly end.
Photo of the M -B Chilton plant
M -B has successfully filled many large and small orders of snow removal
equipment for all sizes of airports around the world. M -B boasts a full line of
airport maintenance equipment with only a small reliance on outside OEM supplier
support. M -B offers six models of heavy duty truck chassis featuring blowers,
plows, brooms (tow behind and truck mounted), sanders, spreaders, deicers,
multipurpose and multi -tasking configurations to satisfy your snow removal needs.
Our experienced engineering staff is housed in the same building as
manufacturing and can quickly address any needed changes. They work hand in
hand with our assembly and fabrication work centers to assure that the best
quality product is delivered to you. A sample location and listing of our deliveries
can be found on our web site or can be sent to you upon request.
Enclosed is a list of our key personnel indicating years of industry experience. All
M -B employees are available to serve your needs and achieve our main goal —
your satisfaction with M -B equipment.
Quality you can see. People you can trust.'
Due to the nature of your business, we realize your equipment is time critical. We
will respond to your needs with a sense of urgency second to none. Our goal is to
stock most critical parts during snow season. We have procedures in place to
ship counter to counter next day when necessary -
M -B maintains a crew of dedicated factory trained field service technicians
available for deployment to your airport when needed, usually within 24 hours.
Our technicians conduct all deliveries and training on the new equipment. We
provide operator training and different levels of technician training as needed to
provide optimum performance of your equipment throughout its service life cycle.
M -B has been designing, building, and servicing quality specialty snow removal
equipment for many years. M -B will continue to grow as our products continue to
prove themselves and penetrate world airports, and we receive many repeat sales
orders from our satisfied customers. It takes experience and dedication to provide
reliable, high performing equipment with a proven track record for over 100 years.
M -B..... "Leadership Through Listening"
2�
Attachments
1615 Wisconsin Avenue
New Holstein, W 153061
800.558 5800
Mulct -Service Vehicle
1615 Wisconsin Avenue
New Holstein, WI 53061
800 558 5800
Pavement Marking -East
79 Montgomery Street
Montgomery, PA 17752
888.323 2900
Pavement Marking -West
2490 Ewald Avenue SE
Salem, OR 97302
800 253 2909
Replacement Brushes
1217 E Chestnut Street
Chilton, WI 53014
800 558 5800
Aaron Utecht (9 years of industry experience)
After Market Service & Training Manager and Field Service
Direct Line: 920-898-1009 I Fax: 920-849-2629
autechtO,m-bco.com
Aaron Schulz
Product Support/Parts Manager
Direct Line: 920-898-1022 I Fax: 920-849-2629
aaron.schulz(@m-bco.com
Kevin Gaddis
Field Service Lead Technician
Cell: 920-522-2094 1 Fax: 920-849-2629
kevin.gaddis(a)m-bco.com
Robert Nugent
Field Service Technician
Cell: 920-522-3660 I Fax: 920-849-2629
mugent(am-bco.com
Dean Grantz
Field Service Technician
Cell: 920-522-3347 I Fax: 920-849-2629
dgrantzam-bco.com
Spencer Martin
Field Service Technician (Alaska)
Cell: 907-707-8325
smartin .m-bco.com
(20 years of industry experience)
(26 years of industry experience)
(18 years of industry experience)
(7 years of industry experience)
(5 years of industry experience)
www.m-bco.com Quality you can see. People you can trust."'
Key Personnel Airport Maintenance Products
®
Steve Karlin (33 years of industry experience)
M-13 Companies, Inc.
Senior Vice President and General Manager
Direct Line: 920-898-1080 I Fax: 920-849-2629 I Cell: 920-242-1647
steve.karlin(a,m-bco.com
Scott Scharinger (31 years of industry experience)
Western Region Sales and Service Manager
Cell: 920-242-4134 I Fax: 920-849-2629
scott.scharinger(@m-bco.com
Corporate Office
1615 Wisconsin Avenue
Alan Luke (31 years of industry experience)
PO Box 200
Eastern Region and Federal Government Sales Manager
New Holstein, WI 53061
Cell: 804-306-5550 I Fax: 920-849-2629
800 558 5800
alan.luke(il m-bco.com
Greg Augustine (19 years of industry experience)
Airport Maintenance
Central Region Sales and Service Manager
Products
Cell: 920-483-0597 I Fax: 920-849-2629
1200 Park Street
Chilton, W 153014
greg.augustine a m-bco.com
800.558.5800
Attachments
1615 Wisconsin Avenue
New Holstein, W 153061
800.558 5800
Mulct -Service Vehicle
1615 Wisconsin Avenue
New Holstein, WI 53061
800 558 5800
Pavement Marking -East
79 Montgomery Street
Montgomery, PA 17752
888.323 2900
Pavement Marking -West
2490 Ewald Avenue SE
Salem, OR 97302
800 253 2909
Replacement Brushes
1217 E Chestnut Street
Chilton, WI 53014
800 558 5800
Aaron Utecht (9 years of industry experience)
After Market Service & Training Manager and Field Service
Direct Line: 920-898-1009 I Fax: 920-849-2629
autechtO,m-bco.com
Aaron Schulz
Product Support/Parts Manager
Direct Line: 920-898-1022 I Fax: 920-849-2629
aaron.schulz(@m-bco.com
Kevin Gaddis
Field Service Lead Technician
Cell: 920-522-2094 1 Fax: 920-849-2629
kevin.gaddis(a)m-bco.com
Robert Nugent
Field Service Technician
Cell: 920-522-3660 I Fax: 920-849-2629
mugent(am-bco.com
Dean Grantz
Field Service Technician
Cell: 920-522-3347 I Fax: 920-849-2629
dgrantzam-bco.com
Spencer Martin
Field Service Technician (Alaska)
Cell: 907-707-8325
smartin .m-bco.com
(20 years of industry experience)
(26 years of industry experience)
(18 years of industry experience)
(7 years of industry experience)
(5 years of industry experience)
www.m-bco.com Quality you can see. People you can trust."'
Darrell Campbell III (5 years of industry experience)
Field Service Technician
Cell: 920-268-3115
® dcampbell(d)m-bco.com
M -B Companies, Inc.
Corporate Office
1615 Wisconsin Avenue
P O Box 200
New Holstein, WI 53061
800 558 5800
Airport Maintenance
Products
1200 Park Street
Chilton, WI 53014
800 558 5800
Steve Mueller
Technical Sales Manager
Direct Line: 920-898-1077 I Fax: 920-849-2629
steve.muel ler(&m-bco.com
Bill Hecker
Technical Sales Coordinator
Direct Line: 920-898-1018 I Fax: 920-849.2629
bhecker(&m-bco.com
(32 years of industry experience)
(37 years of industry experience)
James L. Steiner (28 years of industry experience)
Chief Engineer
Direct Line: 920-898-1029 I Fax: 920-849-2629 1 Cell: 920-254-9582
i im.steinerra m-bco.com
Brian Rasmussen (14 years industry experience)
Engineering Manager
Direct Line: 920-898-1042 I Fax: 920-849-2629 I Cell: 920-254-9581
brian.rasmussenia m-bco.com
Attachments
1615 Wisconsin Avenue
Doug Blada
New Holstein, W 153061
Operations Manager
800 558 5800
Direct Line: 920-898-1005 Fax: 920-849-2629
dbladaa m-bco.com
Multi -Service Vehicle
Bill Hoff
1615 Wisconsin Avenue
Assembly Supervisor
New Holstein, WI 53061
Direct Line: 920-898-1031 I Fax: 920-849-2629
800 558 5800
bill. hoff(4)m-bco.com
Pavement Marking -East
David Woelfcl
79 Montgomery Street
Quality Manager
Montgomery, PA 17752
Direct Line: 920-898-1095 I Fax: 920-849-2629
888 323 2900
david.woelfel(&m-bco.com
Pavement Marking -West
2490 Ewald Avenue SE
Salem, OR 97302
800 2532909
Replacement Brushes
1217 E Chestnut Street
Chilton, W 153014
800 558 5800
(31 years of industry experience)
(35 years of Assembly experience)
(29 years Quality experience)
www.m-bco.com Quality you can see. People you can trust'
N
N
H
O
r -I
N
m
fC
a
LL
LL
t
LL
t
LL
t
LL
t
LL
t
LL
t
LL
t
LL
t
LL
t
LL
LL
t
LL
LL
LL
t
LL
t
LL
LL
t
LL
t
LL
LL
t
LL
LL
t
LL
t
LL
LL
LL
N
N
N
N
t>7
m
m
m
m
o0
tO
tO
m
m
a0
OO
m
m
m
m
a0
m
ap
N
t
m
t
m�
O
NN
CO
CO
N
CO
N
CO
r
m
r
CO
r
CO
r
co
r
m
m
r
(D
r
(D
r
CO
CO
CO
r
CD
r
m
r
co
r
CO
r
CO
CO
CO
CO
N
CO
r
CO
r
r
CD
U
V
V
V
V
V
V
V
V
V
V
V
V
V
V
V
Nr
V
V
V
V
M
ri
.-i
ri
ri
O
r -I
ri
ri
ri
m
ri
ri
V
ri
ri
N
ri
1l
V
V
V
V
of
N
C
lD
lD
lD
lD
00
N
N
N
N
N
N
N
W
CO
CO
T
T
to
Gm
i
m
i
m
t
m
N
N
i
N
t
N
t
N
N
t
N
i
m
m
m
m
N
t
o0
00
00
00
00
t"V
V
V
V
v
�r
v
m m
00
00
00
oa
m
N
N
N
N
co
N
N
N
N
N
N
N
W
N
N
N
N
m
O
O
O
O
lA
m
m
C0
C0
00
00
00
ri
O
O
O
0
O
Ln
LII
Ln
LII
O
r
r
r
r
r-
r-
e-
O
t!1
In
CII
CII
N
00
00
00
00
rn
LO
LO
LO
LO
In
LO
(n
m
00
00
001001
1
(n
H
•E
•E
a
a
a
E
E
E
E
E
E
E
E
E
E
E
E
E
E
a
0
m
m
m
m
o
u
d
u
o
u
D
u
o
u
0
u
0
u
0
u
0
v
0
u
m
m
m
m
6
u
t
6
u
V)
V)
V)
to
Y
Y
Y
t'
t'
i''
t'
L'
pp
N
vl
VI
v1
Y
0
Y
m(>�
'O
'O
O
O
O
O
O
O
O
C
-pI��
CL
=(p'
V
(>�,
V
(3�
`J
(O�
V
L
L
L
L
l
-
L
//7���
VJ
/I7����
V
(I7��.,�
V
((7.]]��
V
@j
•(O
O
O
O
m
m
m
'm
'm
'm
'm
I@��
Q
ri
ri
ri
ri
O
3
O
c• 'm
Y
T
Y
T
Y
T
Y
T
O
O
O
C
C
C
C
C
C
C
��+
•Y
T
'Y
T
•w
T
'Y
T
O
@
O
a
a
a
o
E
E
E
m
@
f0
@
a
f0
`j
-o
v
'D
v
E
@)
E
O
CU
OJ
Ol
CU
fO
@
(O
t0
N
-M
M(0
@
@
N
4J
N
•F+
N
L
N
L
d
L
N
L
@
C
IC
C
Y
(0
C
•C
i
E
C
W
r C
N
C
CU
C
0
Y
(O
C
�
�
(O
Y
(O
C
L
G�
c
c
c
c
ai
ai
ai
C
C
g
C
C
C
5
C
g-
•a
c
.D
c
.a
c
..O
c
ai
3
ai
sO
0N
0t/1
'0;
O
O
O
YN
O0
Y
1Y1
t/1
Il1
V
to
7
N
@
m
m
@
'M
N
a
a
d
d
Y
Y
Y
Ull
u
u
U
U
U
U
t0
a
a
a
a
Y
L
O
Y
Ou
H
O
O
O
O
C
C
C
C
C
C
C
.=
O
O
C
Y
Y
Y
Y
O
O
O
>
>
3
>
>
>
N
Y
Y
Y
Y
O
O
CO
o
v
E
E
E
(n
w
vii
0
ami
u�i
(n
v
a
a
c
v
E�
E
v
ar
a,
v
@
@
@
@
@
@
@
@
@
@
v
d
v
a�
@
@
O
C
C
C
C
Y
Y
Y
a
a
a
a
rL
cL
d
E
C
C
C
C
Y
cC
Y
Z
Z
Z
N
lD
m
N
@
m
N
Z
Z
�Gji t�0
m
m
m
m
L
L
L
L
L
L
L
t>:
m
m
m
m
W
CD
{�j Z
C
C
C
G
Y
Y
Y
O
d
d
a
o
a
a
p
C
C
C
C
Y
C
Y
caca0]
7
0
0
0
0
0
0
0`
7
L
>
M
CU
CU
4J
CU
N
W
U)
N
;
(A
N
N
y
N
f6
N
N
(U
CJ
N
O
y
m
m
m
m
O
O
@
L
L
L
L
L
U
m
m
m
m
N
N
Y
Y
Y
L
Y
Y
U
U
U
U
U
U
U
3 y
C 4.
W
W
W
W
J
J
J
J
Z
LL
LL
LL
i-
}}}}}}
❑
U
U
U
z
z
N
❑
❑
❑
❑
—
—
—
—
O
-I
�
�
Z
Z
Z
Z
Z
Z
Zmono
G
M
C
O
LL
a
a
a
a
a
`
Q
Q
Q
Q
Q
M
0
0
ti
'a
'a
'a
CL
a
0
0
0
0
0
m
m
m
m
y
Q
a
m
d
m
LL
m
LL
m
LL
m
LL
Q.
@@@@
g
M
n
o
a
o
Q
o
n
CD
LL
Q
LL
Q
Q
E
Q
Q
Q
Q
U
U
U
U
C
Q
Q
Q
Q
Q
Q
Q
Z
Q
Q
r_______
Q
N
N
Cn
N
N
@
n
n
c
c
c
c@
3
3
3
3
c
3
N
3
>
O
>
O
>
O
>
O
O
U
O
U
O
U
O
U
C
�_
Q
�_
Q
�_
Q
—
T
—
T
—
T
—
>.
—
T
—
>.
—
>.
O
y
N
-D
m
N
V
N
@
C
O
@
V
❑❑❑❑
C
J
C
J
C
J
C
J
m
C
@
C
@
C
@
C
@
C
@
C
@
C
@
O_
C
C
C
C-
/Q
L
E
X66
�6
m-0
a
Q
Q
Q
Q
Q
o
@
-0-0
-0
.n
oQQ
rn
mmmm2000a¢¢QQQQ
o
mmmm$
Q
Q
Q
Q
Q
-a
• L
LO
IO
m
N
N
M
M
r
0
V
V
V
CD
r
0
0
0
V
V
O..
V
1�
M
M
N
CD
M
++ d
O
O
O
t
O
QI
O)
O
t,
r
r
r
t
r
r
t
O)
t
Q
r
t
r
t
r
0
0
t
0
O
O
t
O
t,
O
t
t6
N
N
71
O
O
O
7
N
N
7
7
m
m
71
N
7
N
❑
N
ICC
N
j
ICC
7
j
N
m
y
�
-�
M
U-
(n
Q
-�
Z
Z
Z
Q❑
LL
Q
Q❑❑
M
Q
fn
Q
M
M
In
N
N
H
O
r -I
N
m
fC
a
LL
LL
U-
LL
LL
LL
LL
a
tl
LL
LL
LL
LL
LL
tl
LL
tl
tl
tl
LL
LL
LL
LL
LL
LL
LL
LL
LL
LL
ao
00
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
O
CD
tD
CD
C0
CD
CO
CO
cD
CD
CD
CO
C0
CD
cD
N
C0
N
0
N
CO
N
CD
N
w
N
CD
N
C0
N
CD
N
0
N
0
N
CO
N
CO
N
0
N
0
00
co
00
00
00
00
00
00
W
00
00
00
00
00
00
00
00
00
00
00
00
00
00
00
00
00
00
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
LO
m
N
N
r -I
1-1
1-4
N
14
14
-4
N
N
Iq
14
�i
�
Ol
D)
D)
O)
O)
D)
D)
Q)
Q1
Q)
D)
Q)
Ql
D)
Ol
01
0)
Q)
O)
01
G1
D1
01
Ol
Q)
01
D)
00
a0
00
00
00
00
00
00
00
00
00
00
00
00
00
00
00
00
00
00
00
00
00
00
00
00
00
m
m
Ln
t1)
Ln
Ln
L!)
Ln
L!)
tf)
LJ)
V1
0
Ln
o
o
Ln
to
o
to
tl)
Ln
o
to
Ln
o
to
t/)
to
cp
9
to
tD
w
tD
tD
to
tD
tD
w
w
tD
w
tD
tD
w
w
w
tD
tD
w
tD
w
tD
tD
tD
tD
tD
00
00
00
00
00
00
00
00
00
00
00
00
00
00
00
00
00
00
00
00
00
00
00
00
00
00
O
O00
•-i
.--1
r -I
r-1
e-1
ei
1-4
N
N
1-4
1-1
1-1
1-4
1-1
1--1
N
I-1
"
N
.--1
-4
"
.-1
N
N
tD
tD
tD
tD
W
tD
W
W
W
W
tD
W
W
tD
W
tD
tD
tD
t0
W
tD
tD
W
W
W
0000
C*
00
00
00
C*
00
00
00
00
00
00
00
00
00
00
1001001
00
00
00100
1
00100
00
00
1
•N
N
a
f0
LE
o
E
E
E
E
E
E
E
E
E
E
E
E
E
E
E
E
E
E
E
E
E
E
E
E
E
E
E
U
E
O
o
0
0
0
0
0
0
0
0
o
o
o
o
0
o
0
o
o
o
o
o
o
o
o
o
o
rn
Y
o
0
u
u
u
v
u
u
u
u
u
u
u
u
u
u
u
u
u
u
u
u
u
u
u
u
u
v
u
m
u
u
u
u
u
u
u
u
u
u
u
u
u
u
u
u
u
u
u
u
u
u
u
u
u
u
u
C
O
O
0)
O
0)
T
Y
VI
T
Y
0
T
Y
0
T
Y
0
T
Y
0
T
Y
N
T
Y
IA
T
Y
VI
T
Y
0
T
Y
0
T
Y
0
T
Y
0
T
Y
0
T
Y
0
T
Y
N
T
Y
0
T
Y
0
T
Y
0
T
Y
0
T
Y
0
T
Y
0
T
Y
0
T
Y
Ln
T
Y
VI
T
Y
0
T
Y
N
T
Y
0
c
0
M
(U
0)
0)
0)
0)
0
N
N
W
0)
0)
N
W
v
N
W
N
W
0)
N
N
0)
N
0)
0)
N
0
E
.a
7
7
_7
7
7
7
_7
_7
7
7
7
_7
7
7
7
7
_7
_7
7
7
7
7
_7
7
7
7
7
f0
T
T
m/��
m/��
./0��
-D
-0
-/0��
-0
.o
O
O
-0
-0
-/0��
.m/��
.O
m/��
-/D��
m�j�
m/��
../0��
-�0j�
m
./��
�.
l_J
V
V
V
/��
V
V
V
a
a
//O��
V
Q
Q�
�01
V
LJ
V
V
/��
V@j
tl
lJ
b
gym�••
V
V
V
V@1
G
m@
C
L
y
y
y
C
C
C
C
C
C
C
C
C
C
C
C
C
C
C
C
C
C
C
C
C
C
C
C
C
C
C
E
E
7
7
7
7
7
7
7
7
7
7
7
7
7
7
7
7
7
7
7
7
7
7
7
7
7
7
O
0
0
v
v
v
a
0
c
c
v
v
v
o
a
v
o-
a
c
0•
a
ar
0.
0•
0•
a
0•
r.
Y-
O
N
E
O
O
O
p
co
Z
y
C
C
C
C
C
C
C
C
C
C
C
C
C
C
C
C
C
C
C
C
C
C
C
C
C
C
C
N
Y
m
m
0'
0'
Q
0'
Q
Er
0'
D-
0'
0'
0'
0'
0'
0'
0'
0'
0'
0'
0'
0'
0'
0'
a
cr
6
0'
Q
J
J
J
J
J
J
J
J
J
J
J
J
J
J
J
J
J
J
J
J
J
J
J
J
J
J
M
O
)
r
C
O
Z
w
w
Z
Z
Z
Z
Z
Z
Z
Z
Z
Z
Z
Z
Z
Z
Z
Z
Z
Z
Z
Z
Z
Z
Z
Z
Z
Z
Z
C
O
L
LL
V
L
L
"L''
L
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
CL
a
a
a
a
a
a
a
a
a
a
a
a
a
a
a
a
a
a
a
a
a
a
a
a
a
0
a
0
0
0
Q
Q
Q
Q
Q
Q
Q
Q
Q
Q
Q
Q
Q
Q
Q
Q
Q
Q
Q
Q
Q
Q
Q
Q
CL
-
-
-
-
-
m
Q
Q
C
-
C
-
C
-
C
-
C
-
C
-
C
-
C
-
C
-
C
-
C
C
C
-
C
C
-
C
-
G
-
C
-
C
-
C
-
C
-
C
-
C
-
C
-
C
C
-
C
m--
3
C
c
f0
f0
f0
m
m
m
m
m
m-
f0
m
m
m
lU
f0
m
m
m
m
lU
(9
f0
m
m
f0
m
m
m
�
"a
"a
°a
'a
'o.
'a
'a
'a
a
'a
'a
a
'a
'a
'a
'a
'a
"a
a
"a
'a
'a
'a
'a
'a
'a
'a
L
0
a
0
o
m
U
m
U
m
U
m
U
m
U
m
U
m
U
m
U
m
U
m
U
m
U
m
U
m
U
m
U
m
U
m
U
m
U
m
U
m
U
m
U
m
U
m
U
m
U
m
U
m
U
m
U
m
U
cn
m m
mc
0)
0)
0)
0)
0)
0)
0)
0)
0)
O)
0)
0)
0)
0)
O)
0)
0)
0)
0)
0)
0)
0)
O)
0)
O)
0)
0)
Q
m
in
.0
C
C
C
C
C
C
C
CC
C
C
C
C
C
C
C
C
C
C
C
C
C
C
C
C
C
'a
N
w
"0)
N
"N
"N
N
"d
"N
'N
N
"N
"N
"N
"N
"N
"d
'N
"N
'N
"N
'N
"N
"N
"N
.a)
m
Co
m
m
on
m
m
m
in
m
m
m
m
m
m
m
m
m
m
m
m
m
In
m
m
m
m
to
N
0)
00
00
00
00
00
0o
00
00
00
00
00
00
00
00
00
00
00
00
00
00
00
00
00
00
O
O
O
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
o
0
0
0
0
o
0
0
O)
7
m
'm
m
m
m
m
a
6�
a
a
a
a
a
a
a
a
a
a
a
a
a
a
a
a
a
m
m
m
m
m
m
Q
2
m
0
0
0
Q
Q
Q
Q
Q
Q
Q
Q
Q
Q
Q
Q
Q
Q
Q❑❑❑
N
N
O
M
v
00
m
Q-
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
LL
LL
LL
LL
LL
LL
LL
02
LL
LL
LL
LL
2
2
LL
LL
LL
LL
LL
LL
LL
LL
LL
LL
LL
LL
LL
LL
LL
LL
O
O
a0
N
O
O
O
LL
u-
4
00
(p
N
LL
'
O
O
O
O
d
00
.0
CD
(D
Co
CD
CD
CD
CD
O
CO
N
N
r
N
N
N
N
O
Op
N
r
N
O
N
N
r
N
r
r
r
r—
r
r
Co
Co
Co
CD
O
r
O
CD
Co
coCD
`-
Co
CD
O
CD
Co
CD
(D
CD
Co
CD
(D
CD
Co
CD
(0
V'
't
d'
'd-
V
�
"t
(D
'It
d'
Nr
d'
CD
(0
xt
It
V
't
M
V
1:T
V
�
�
�
IT
d'
V'
d•
-
ri
-4
0
m
m
CO
O
O
(D
tD
(D
N
O
(D
O
O
r
r
r
r
Ln
r,
m
m
m
O
r
r
C)
D1
00
m
r
W
V'
It
V
It
T
r
CV
(D
r,
t,
rV
N
N
00
O
O
M
lD
O
r -t
It
r
Ln
00
Ln
i
m
M
(D
(D
(o
r'7
M
M
M
M
i
W
(D
M
N
00
C9
i
Cl?CD
i
CD
i
CD
i
Co
i
Co
i
O
i
N
r -I
m
m
In
N
(D
0
0
0
0
0
0
0
(D
Ln
(!1
r`
01
D1
m4.
M
M
m
m
M
Ln
M
N
"
N
m
m
m
m
w
N
N
N
N
C
(
Cl)
CM
CD
M
co
M
Cl)
r -t
(D
LD
ct
V
N
N
N
M
�
�
N
N
Q1
M
M
M
CD
00
COM
O
CO
(o
CO
CD
(O
Co
Co
CD
M
wr
i
O
lD
lD
lD
lD
i
(D
r -t
O
CT
M
m
i
tb
(D
O
O0
i
r -t
ri
i
CO
i
CD
CO
(D
i
CD
CD
CD
N
tD
O
O
O
O
O
O
to
In
0
0
0
0
0
r 4
O
O
r
r
r
r
r
r
M
4.
M
C'
C
Ct
[t
n
(70
co
r,
r,
N
00
N
m
M
r•
r•
r`
r•
r`
r•
r•
tb
E
.�
a
o
E
o o
a
E
--
t
E
E
E
E
E
E
E
a
u°
E
E>>>
m
r
o
0
0
0
$
O
o
o
0
0
0
U
u
E
o
0"
E
'J
E
"
E
'D
p,
0
L
L
v
0.
0
m
m
�
n1
ai
m
L
(i
c
'f9
m
m
T
�,
'O
m
,;
O
on
C
co
C
m
m
m
m
m
(6
(0
0
m
U
?
.0
�
vi
OD
in
no
vi
tc
Y
f0
�'
C
O_
m
m
V}'-
"�
I
w
0J
Y
o
C
O
a
O
a
C
C_
C_
`
th
to
N
N
(d�
y,
)
—
t�
m
O
!
tp
�J
m
C
m
C
m
C
m
C
m
c
m
c
m
C
m
i
�
OJ
m
m
.O
L
L
LA
CA
QI
O
N
..T.
N
m
N
U
U
c
.D
_
p
'u
'u
'u
n>>
Ea
a
v
c
v
c
c
c
c
c
c
c
c
@j
t
@J
>
d
n'
V
L/
L%
L
L
•>
(o
L
jr
L
c,
o
1]
@
L
@u
L
L
L
c
�
CS
>
Q'
�
Y'.
E
E
o
0
0
0
0
0
o
c
4J
3
C
aui
u
W
>,
Y
Y
a
OJ
v
41
o
E
u
•C
m
@j
m
m
v
i
7
O
m
E
E
E
O
N
N
00
OA
vt
vt
tL
Ol
CU
tL
(U
41
CU
i+
6`
o.
a
�_
�_
�_
L
7
7
Qj
`
O
O
O
v
v
41
v
N
N
v
O
—
(�
(�
v
O
E
m
m
m
v
m
Y
u
v
v
m
u
m
u
p
�'
m=
u
4J
N
E
w
w
w
"
T
T
T
Y
U
C
O
N
`J
N
N
N
N
N
N
N
to
m
'CV
m
m
t1
a
a
c
y
N
tD
C
C
O
co
C
C
C
C
C
C
C
u
-a
�
m
m
a
a
a
o
D
D
D
0
E
`'
O0
E
E.0-0
.n
.n
Z
Z
Z
c
7
L
L
O
O
O
J
O
rO0
rOq
O
m
m
O
O
O
O
O
O
O
v
�
c
C
J
to
to
to
L
m
m
c
c
O
tY
N
tY
(r
w
af�
w
w
w
of
u-
m
m
6
m
m--
N
m
~
to
V)
m
m
L
U
N
In
N
a
Y
n
o
0
o
L
E_
m
to
3
3
(`v
m
o
o
m
m
a�
a�
co
m
m
s
L"
u
t/1
U
~
N
J
N
J
tO
Ln
L
U
m
r0
N
Q-
N
d
CU
LL
lll
LL
(U
d
m
LL
(ll
n-
U
W
l7
U
U
o o
♦+
C
3
O
z
Q
H
H
F
f-
Z
Z
Z
o}
}
z
z
F-
z
w
OU
OU
U
O
O
O
z
Y
Y
U
U
U
z
z
z
z
z
z
z
5
C
O
L.
LL
Y
Y
N
L
�'
L
•C
�
�
L
�+
`
�••
C
a
aaaaaaa
o
oa
oaaa
tf
"a
�
Q
Q
Q
Q
0
a
0
d
0
C1
Q
—
o
a
o
s
Lc
0
O
0
n
Q
d0
<
m——
Q
Q
Q
Q
Q
Q¢
aa
`
E
Q
Q
i
;�
Q
Q
Q
CLQ
cm
cm
a
N
E
Z
Z
Z
c
c
c
c
c
c
Q
c
c
c
Q
o—
Q
rn
m
m
o
0
o
u
V)
m
a
�_
Q
Q
m
m
c�
m
m
(`a
m
e
m
O
O
j
C
O
C
tc0
m
m
L
L
L
C`0
C`0
N
O
C
O
O
3
N
d
01
m
01
C
O
O
O
O
O
O
m
m
m�
7
=
v
C
N
u
C
Y
Y
m
_m
m
m
m
m
m
U
m
N
N
N
T
T
T
v
N
O
CO
CO
l0
�
j
0
Z
Z
Z
Z
Z
Z
Z
CI
on
on
oa
__
__
__
0
0
a
E
m
m
m
0
0
0
0
0
0
0
C
m
m
C
C
C
m
m
m
m
m
to
N
CO
c
m
m
m
O
•�
m
---
0
O
to
7
7
7
7
7
7
7
m
mmm
m
m
(n
m
m
m
m
m
m
m
1
t
O
r`
(
M
O
M
m
O
r
M
M
Nr
r
lC7
00
N
OO
O
r`
r
N
d•
V,
r-
r-
O
O
p
-
CA
tT
O
O
O
O
r
p
m
r
r
0
0
T
O
00
O
r
0
0
0
0
0
of
U
C
U
t1
i
U
�-
U
>+
-
C
(T
C
L
O
DI
>`
T
U
U
C
N
N
O
M
v
00
m
Q-
0
U
U
U
U
U
U
U
U
U
U
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0000000000
LL
LL
LL
LL
LL
LL
LL
LL
LL
LL
LL
�,
LL
LL
LL
LL
LL
LL
LL
LL
LL
LL
i
�
i�
LL
LL
LL
LL
LL
LL
LL
i
LL
i
LLL
00
00
N
a0
00
00
00
00
00
00
00
00
00
00
00
W
00
cli
cD
07
O
f0
CD
CD
CD
CD
CD
CO
CO
CD
tD
—
CD
CO
CO
cD
CD
—
CD
cD
(O
CO
—
O
O
CO
�'
V'
v-
d•
V
d•
V
V
V
d
V'
Ln
O
W
tD
to
%D
w
W
%D
W
lO
lD
kD
W
0o
0o
00
M
co
00
co
00
00
co
00
00
00
N
O1
m
m
Ol
Ol
Ol
cn
cn
(n
01
Ol
Ln
V1
to
Ln
U1
In
to
vi
Ln
Ln
In
1P)
Ln
Ln
Vl
Ln
O
O
O
O
O
O
O
O
O
0
V)
v)
Ln
V)
Ln
to
Ln
V)
Ln
V)
V1
V)
in
V)
N
o0
o
M
m
m
m
M
m
m
m
m
m
0
0
0
0
0
0
0
0
0
0
0
0
0
0
tD
w
o
ri
ri
rt
rt
rt
';
rt
.�
o0
00
00
00
00
00
00
0o
ao
0o
ao
ap
ao
00
M
00
r�
N
N
N
N
N
N
N
N
N
N
CO
00
00
00
00
00
00
CO
00
00
T
Oo
W
00
N
M
m
m
M
M
M
M
m
M
m
M
M
M
M
M
M
m
M
M
m
m
M
M
M
m
O
0 O
O
O
O
O
O
O
O
O
O
O
O
0o
m
m
r
r-
r,
r-
n
r-
n
r-
n
n
n
r,
r,
rl
r,
n
rl
rl
r,
n
r,
r-
rl
rl
'LA
4n
E
E
E
E
E
E
E
E
E
E
E
N
—
u
O
O
O
O
O
O
O
O
O
O
O)
0)
O)
O)
O)
O)
O
cn
O)
0)
O)
O)
O)
O)
m
E
v
u
u
u
u
u
u
u
u
u
0
0
0
0
0
0
0
0
0
0
0
0
0
0
-
0
0
0
O
C
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
V
0
0
0
0
0
0
0
0
0
0
0
o
on
C
L
L
L
L
L
L
L
t
L
M
C
'm
m
m
m
m
T
m
m
m
m
m
m
U
p
0
U
u
U
C3
0
u
u
u
0
u
o
m
N
m
T
T
T
T
T
T
T
T
T
L
L
L
L
L
L
L
L
E
L
L
L
L
L
m
is
@J
@1
@1
@J
CdJ
CdJ
(aJ
@J
C1
U
v
v
U
U
U
v
v
v
u
U
U
w
O
w
O
�.--.
O
w
0
w-.
w
w
V--
w
�.-.
w
C
.>+C
L
U
C
0)
C
O)
C
0)
C
0J
C
0)
C
01
C
N
C
0)
C
N
C
OJ
«T.
0
.>..
w
O
O
y
O
w
O
.T.
O
0
T
0
�
O
T
O
.2:
tII
@j
,;
+�
E
E
E
E
E
E
E
E
E
E
,.TJ
,T
'�
5
,.T.
Z
o
Z
'o
,Z
Z
'5
'5
Z
Z
L
L
v
ami
p.
_a
a_
a
a
a_
a_
_a
a
_a
������������
ij
C
V
7
7
7
7
7
7
7
7
7
7
Y
Y
Y
Y
Y
Y
Y
Y
Y
Y
Y
Y
Y
Y
4J
0)
0)
(U
O
0)
0)
N
0)
N
0
0J
0)
0)
N
N
0)
0J
N
N
0)
0)
01
t
u
lu
00
00
0D
w
OD
to
w
00
00
co
p
C
'O
'O
"O
'p
'O
T
()
T
0)
T
0)
T
N
T
N
T
0)
T
0)
T
N
T
0)
T
0)
T
0)
T
0)
T
0)
T
0)
O
C
C
C
C
C
C
C
C
A
�
�
w
4D
w
ig
a)
M
U
N
0)
7
0)
7
0)
7
0)
0)
0)
J
0)
0)
0)
7
O1
0)
0)
0)
0)
0)
�
0)
�
0)
0)
0)
�
0)
0)
�
0)
0)
r-.
0)
O
'ON
:5
Z�
_7
_7
L
z
_7
:5
_7
:3
Z
_7
—D
cN
G
O
L
N
Opp
Y
Y
Y
Y
Y
Y
Y
Y
Y
Y
Y
Y
Y
Y
C
C
C
C
C
C
C
C
C
C
C
C
E
y
7--——————
7
7
7
7
7
7
7
7
7
7
7
7
7
7
fO
m
op
op
m
op
m
m
op
m
m
op
�
Li
CK
N
C
C
C
C
C
C
C
C
C
C
T
T
>)
T
f0
a
�+
m
m
m
m
m
m
m
m
m
m
4)
0)
0)
0)
0)
0)
0)
0)
0)
0)
0)
0)
0)
0)
z°>
m
3
3
3
3
3
3
3
3
3
3
��
w
w
N
������
w
w
N
w
N
N
.Li
u
m
0)
0)
0)
0)
0)
0)
0)
0)
0)
N
a
0
O
+r
c
0
O
T________=
J
J
J
J
J
J
J
J
J
J
J
J
J
J
J
J
J
>
v
v
v
v
v
v
v
v
v
v
v
—
—
—
—
—
—
—
—
—
—
—
—
—
—
—
—
0
1.
U.
U
U
U
U
U
U
U
U
U
U
C
C
C
C
C
C
C
C
C
�,
t
>
>
>
>
>
>
>
>
>
>
O
O
O
r
�.
C
t
t
r
'
r
�
`O
O
o
0
0
0
0
0
0
0
0
0
a
a
a
O
o
O
O
o
o
O
o
O
O
O
o
O
CL
Z
p
a
a
a
d
C)
QC)
a
0.
UC)
a
C
a
CI
d
C
a
CI
Q
Q
Q
a
Q
a
a
a
Q
a
Q
a
C
a
Q
a
Q
a
Q
0.
Q
o.
Q
a
Q
a
Q
a
Q
a
Q
Q¢
—
N
¢
C
C
C
>
>
>
>.
T
T
>.
T
>+
>%
>,
>.
>.
>.
>+
>%
T
—-T-
0
0
0
0
0
0
0
o
o
o>>>
m
m
m
m
m
m
m
m
m
m
m
m
m
m
m
m
m
m
m
m
m
m
m
U
U
U
3
v
3
v
3
-p
3
-p
3
v
3
v
3
-p
3
v
3
v
3
-p
3
-p
3
-D
3
v
3
v
0
J
J
0
C
J
J
J
J
_I
J
J
J
X
X
X
O
a
C
C
C
C
C
C
C
C
C
C
W
W
W
o
O
O
o
O
O
O
O
O
O
O
O
O
O
C
E
C
7
7
7
7
7
7
7
7
7
7
O
O
O
O)
O)
m
O)
O)
O)
O)
0)
p7
O)
O)
O)
O)
O)
m
0)
U
L
U
L
U
L
U
L
U
L
U
L
U
L
U
L
U
L
U
L
U
O)
m
O)
m
O)
m
m
U
m
U
m
u
m
U
m
U
m
U
m
U
m
U
m
U
m
U
m
u
m
U
m
U
m
U
Ca
(�
01
p)
O)
OI
U
U
U
L
L
L
L
L
L
L
L
L
L
L
L
L
L
U
U
U
U
U
U
U
U
U
U
U
U
U
U
m
m
m
m
m
m
m
m
m
m
U
U
U
L
U
L
U
L
U
t
U
L
U
L
U
L
U
L
U
L
U
L
U
Lr7
Op)
O
M
M
ch
M
cam)
co
cM
m
m
m
n
M
0
0^
W
N
ch
M
M
cO
�D
0
0
0
0
0
0—
(-
�-
r-
—
r
7
7
7
7
O
T
O
T
T
O�
W
O
o
0
0
0
0
0
0
0
m
1
CL
CL
`m
�
a
m
0
0
W
0>>
m
m
0
m
¢
2
0
0
0
0
0
0
0
0
0
0
to
0
LL
W
0
g
0
0
g
Q
0
0
{
N
N
0
O
d'
0)
0p
ru
CL
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
LL
LL
LL
LL
LL
LL
LL
LL
LL
LL
LL
LL
LL
LL
LL
LL
LL
LL
LL
LL
LL
LL
LL
LL
LL
LL
LL
LL
LL
LL
00
00
i
00
00
00
00
00
00
00
00
00
00
00
i
00
00
00
i
W
i
00
00
i
00
00
CO
00
00
00
00
00
i
00
00
00
CD
(D
CO
CD
(D
fD
r
O
(D
CD
(D
r
(D
(D
r
(D
(O
—
cD
(D
(D
r
(.D
tp
CD
r
(D
CD
CD
r
O
CD
r
CD
CO
r
(D
CD
CO
d
d
V
1*'t�*
rY
It
It
�t
d
It
It
ItNt
It
1t
d'
ct
Ct
00
00
00
00
00
00
00
00
n
n
n
n
n
n
n
n
n
n
n
n
n
n
n
n
n
n
n
n
n
n
Ln
Ln
Ln
Ln
Ln
Ln
Ln
Ln
n
n
n
n
n
n
n
n
n
n
n
n
n
n
n
n
n
n
n
n
n
n
u)
Ln
Ln
Ln
Ln
Ln
Ln
Ln
Q)
Q)
cn
m
01
D)
01
Q1
m
Q1
01
Q1
cn
Q1
M
cn
m
Ql
Q1
Q1
Q1
Q)
O
O
O
O
O
OO
O
Ln
u1
Ln
Ln
Ln
Ln
Ln
Ln
1 L
L?
L ,
Ln
Ln
Ln
Ln
u1
Ln
Ln
Ln
Ln
L )
Ln
00
W
M
00
00
00
00
W
LD
W
LD
LD
LD
0
0
LD
LD
0
W
lD
W
W
0
W
LD
LD
LD
W
LD
W
m
M
m
m
M
M
M
M
o0
00
00
CO
00
00
ao
00
00
a0
ao
00
00
a0
ao
00
a0
00
ao
00
00
00
o0
CO
o0
o0
00
T
00
00
LD
LD
lD
U7
T
LD
LD
LD
LD
LO
T
LD
LD
LD
LD
LD
LD
LD
LD
LD
LD
LD
n
n
n
n
n
n
n
n
n
n
n
n
n
n
n
n
n
n
n
n
n
n
n
n
n
n
n
n
n
n
n
n
n
n
n
n
n
n
n
n
n
n
n
n
n
n
n
n
n
n
n
n
n
n
n
n
n
n
n
n
LA
Lm
.%A Hf0
Lm
m
m
mL
Lm
m
m
to
L
oLoD
L
oLD
oLoDL0D
LD
Lm
L
LD
mmm
L
L
L0
L00
to
LD
O
O
O
O
O
O
O
O
o
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
i O
O
O
O
O
O
O
O
O
C
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
C
(,) m
m
m
m
0)
m
m
m
0D
0D
0D
0o
0D
0D
oD
0D
0D
OD
0D
0o
to
0D
do
OD
OD
0D
OD
to
OD
OD
m
M U
m
U
m
U
m
U
m
U
m
U
m
U
m
U
m
u_
m
u
m
u
m
u
m
u
m
u
m
u
m
u
m
U
m
Y
m
u
m
u
m
v
m
u
m
u
m
u
m
u
m
U
m
U
m
u
m
u
m
u
m L
L
c
=
=
L
=
L
L
L
L
L
=
L
L
t
=
L
=
=
=
L
=
L
L
L
L
L
L
L
C U
2
0
0
0
U
U
U
u
u
u
u
u
u
u
u
u
u
u
u
u
u
u
u
u
u
u
u
v
u
O
O
O
O
o
o
O
O
O
O
O
O
O
O
o
O
O
O
O
O
O
o
O
O
O
O
O
O
O
O
Y
Y
Y
t-
Y
T>
Y_
Y
T>>>
Y
Y
Y
Y
L,
>
Y
T
Y
T>>
Y_
Y
Y
T
Y_
T
Y_
T
Y
T
Y_
T
Y_
T
Y
U
U
U
U
U
U
U
U
u
u
u
U
u
u
u
u
u
U
u
U
u
u
u
u
u
u
U
u
U
u
L U
Ua
Ua
Ua
dU
aU
Ud
@J
@J
@1
%
@J
@J
@1
@J
@1
@J
@1
%
@1
@J
@J
@)
a
@J
%
@1
@1
@J
y Y
Y
Y
Y
Y
Y
Y
Y
to
ut
N
of
H
to
of
of
o)
of
`
to
to
to
of
to
to
of
to
to
to
of
L N
d
N
�
L
�
�
i
L
N
L
N
L
OJ
L
D1
L
6J
L
N
L
OJ
L
N
L
O1
L
N
CU
N
L
41
L
41
L
CU
L
d
L
N
L
OJ
L
N
L
CU
L
N
L
N
C
C
C
C
C
C
C
C
C
C
C
C
C
C
C
C
C
C
C
C
C
C
a)
CD
0
m
m
m
m
m
m
m
m
m
of
m
of
m
In
m
m
m
m
m
m
m
m
m
m
m
O _
_
_
0
_
w
_
0
w
_
VI
U
In
U
.L
of
U
.L
U
u
U
u
.L
U
u
u
U
.L
u
U
U
U
U
L
u
U
U
u
u
U
to
U
to
U
'L
u
U
U
u
of
U
In
u
u
U
H
U
L
a)
a
w
L
D)
a
L
N
w
L
w
L
a
L
a
a
L
a
L
a
L
a
L
w
w
L
w
L
w
L
D)
L
w
L
(u
L
D)
O
c�
G
O
O
Y
Y
Y
Y
Y
Y
Y
Y
0
0
0
ut
ut
N
V1
N
N
0
0
N
N
N
N
0
VI
N
VI
0
Vf
N
ML
W
L
L
L
L
L
L
L
L
L
L
L
L
L
L
L
L
L
L
L
L
L
T[ 7
7
7
7
7
7
7
7
OJ
C4J
N
of
Q/
Ql
OJ
o1
01
C41
Dl
QJ
Q)
Ql
QJ
GJ
Q!
of
QJ
C4J
6J
CU
C
C
C
C
C
C
C
C
C
C
C
C
C
C
C
C
C
C
C
C
C
C
m
m
m
m
m
m
m
m
m
m
m
m
m
m
m
m
m
m
m
m
m
m
�
N
N
N
�
�
�
d
Ln
N
N
to
N
to
to
Ln
In
v')
N
to
to
H
N
Ln
to
to
en
N
to
N
..mL_.
V
u
u
v
u
u
u
u
u
u
u
u
u
uu
u
u
u
u
u
u
v
u
Lu
Lu
W
Lu
Lu
Lu
W
Lu
W
W
Lu
Lu
W
W
Lu
LL
Lu
Lu
Lu
W
W
Lu
O J
J
J
J
J
J
J
J
J
J
J
J
J
J
J
J
J
J
J
J
J
J
J
J
J
J
J
J
J
J
M
0
L
LL
t:
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
o
O
O
O
o
O
o
CL
s
o.
0.
a
a
a
a
a
a
a
a
a
a
a
a
a
a
a
a
a
a
a
a
n
o
a
a
a
a
L
Q
Q
L
Q
L
Q
Q
Q
L
Q
L
Q
Q
L
Q
L
Q
L
Q
L
Q
L
Q
L
Q
Q
L
Q
L
Q
Q
L
Q
L
Q
L
Q
C
C
C
C
C
C
C
C
C
C
C
C
C
C
C
C
C
C
C
C
m
m
m
m
m
m
m
m
—
—
—
—
—
—
—
—
—
—
—
—
—
—
—
—
—
—
—
—
—
—
3
L
m
L
m
L
m
L
m
m
L
m
L
m
m
L
m
L
m
L
m
L
m
L
m
L
m
L
m
L
m
L
m
L
m
L
m
L
m
L
m
m
0
0
0
0
0
0
0
o
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0@
M M
o
M@
M
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
10
10
m
0>
m
m
m
m
m
m
m
m
m
m
m
m
m
m
m
m
m
m
m
m
L
L
L
L
L
t
L
L
m
U
m
U
m
U
m
U
m
U
m
U
m
U
m
U
m
U
m
U
m
U
m
U
m
U
m
U
m
U
m
U
m
U
m
U
m
U
m
U
m
U
m
U
U
U
U
U
U
U
U
U
=
=
L
L
L
L
L
L
L
L
=
_
_
_
_
=
L
L
=
=
L
L
U
U
U
U
U
U
U
U
U
U
U
U
U
U
U
U
U
U
U
U
U
U
t
i n
n
n
n
n
n
n
m
N
N
N
N
N
CO
M
�.
����
It
IT
CD
CO
'-• O
O
O
O
O
O
O
O
m
m
m
m
Cn
m
m
0)
m
m
m
Cn
Cn
IT
rn
m
m
m
O)
cc>>>>
c
o)
o)
U
U
U
U
U
o)
m
m
a
a
a
a
>•
>+
L
0000000QQ
QQcU
nnn)LZZZZ
N
N
w
O
Ln
N
OD
m
CL
Du
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
o
v
o
0
0
0
0
0
0
LL
LL
LL
LL
LL
LL
LL
LL
LL
LL
LL
LL
LL
LL
LL
LL
LL
LL
LL
LL
LL
LL
LL
LL
LL
LL
LL
LL
LL
00
00
OO
C6
C10
0p
00
a0
00
r
C>0
r
00
r
00
00
r
00
r
00
r
00
r
00
00
r
OO
r
00
r
00
r
00
00
LL
r
r
00
00
i
00
r
00
00
00
r
00
r
r
C"
t"
r
r
r
r
r
r
r
r
'-
r
r
r
tom'
�
r
r
r
CD
O
CO
CO
CD
CO
CO
CO
CO
CD
CO
CO
CO
CO
CO
(�
CO
CO
CO
CO
CO
0
COCD
O
CO
CO
CO
(D
CO
'IT�
'T
V'
'IT
'T
V
V'
V'
V'
V
It
V
V
It
�
't
�t
It
tt
V
It�
It
V
d'
It
V
1*
f\
^
N^
n
n^
N
N
n
n
n
n
I\
n
N
N^
n
n
n
n
01
01
01
Ol
01
01
01
01
01
O1
01
01
Cl)
M
M
M
M
01
M
M
M
01
01
01
M
Ol
01
M
01
1-1
14
r-1
r -I
-4
-1
11
LI)
i
Ln
Lll
lA
lf1
r
ll1
r
LI1
i
l!1
r
Lf1
r
LJ')
lfl
lf1
V1
Vl
L!1
l/1
l!1
lfl
111
ll1
t11
L!1
M
M
M
lYl
M
M
M
LO
LO
LD
LO
LO
w
LO
LO
W
LO
LD
4.0
LD
LO
LD
r
LD
r
LO
W
W
r
W
W
W
r
1�
r
n
I\
n
n
i
n
n
0p
co
00
00
00
00
00
00
00
00
00
00
00
00
00
00
OD
00
00
OO
00
00
W
W
W
LD
W
W
LD
LD
LO
1.9
TI?
CD
LD
LD
LO
LD
CD
CD
LD
CD
LD
LD
LO
LO
LD
LO
LD
LO
I-
n
n
n
N
n
M
M
M
M
M
M
M
rn
rn
rn
M
M
M
M
rn
M
M
M
M
M
M
M
C l
O1
Q1
CT
01
CT
C l
I�
N
n
n
n
N^^
n
N
n
n
n
n
n
n
n
n
n^
N
N
Ln
Lit
V1
Lf)
Ln
to
Ln
n
n
n
I\
n
n
n
n
N
n
n
n
n
n
00
00
00
00
00
00
00
,4A
OD
L
00
L
tL0
L
OD
L
OD
L
CID
L
W
L
CIO
L
CLO
L
OO
L
OD
L
OD
L
OD
L
00
L
OD
-
OD
L
00
L
OD
L
OD
L
00
L
00
L
OD
L
f9
0
0
0
0
0
0
0
0
0
0
O
0
0
0
0
0
0
0
0
0
0
0
t
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
0000000
u
OD
OD
OO
00
00
00
00
00
OO
OO
OO
00
OO
OO
00
OO
W
OO
OO
OD
OO
00
u
u
U
u
u
u
u
m
v
m
u
m
u
m
u
m
u
m
u
m
u
m
u
m
u
m
u
m
m
m
m
u
m
m
m
m
m
m
m
m
t
t-
a+
t
t
a+
rn
m
L
L
L
L
L
L
.0
L
L
L
u
L
u
L
u
L
L
u
t
u
L
u
L
u
L
u
L
u
L
u
L
u_
L
a
aaaaU
a
t
1-
u
U
U
4
u
U
w
U
U
U
UUUUUUUUUh-```t-XL'`
a
OOO
O
O
OO
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
m
m
m
m
m
0
OO
00
OD
00
OD
CID
M
OD
'u
'u
'u
Y
'u
Y
t!
Y
'u
t+
'u
�+
i�
�+
Y
'u
i,
Jr
Y
'u
Y
Y
'u
>
>
>
>
>
>
>
t
u
@J
u
@J
@J
u
@J
Q
u
Q
Q
u
Q
@J
u
@J
u
@J
@1
Q
u
@J
u
Q
u
Q
Q
u
Q
u
Q
Q
u
Q
Q
U
Q
u
Q
u
Q
U
Q
v
U
Q
u
Q
i•
N
L
0
L
w
L
vt
L
Ln
L
0
L
VI
L
0
L
'A
L
VI
In
of
N
N
0
N
0
0
0
N
0
L
L
L
y@�!
L
L
0)
v
0)
d!
0J
N
O1
aJ
O1
L
01
L
v
L
0)
L
N
L
0)
L
OJ
L
0)
L
01
L
0)
L
0)
L
OJ
L
v
L
0)
(U
L
L
L
L
L
L
L
C
G
C
G
G
C
C
G
C
G
C
C
C
C
C
C
C
C
C
C
G
C
L
L
L
L
L
L
L
4+
m
m
m
m
m
m
m
m
m
m
m
m
m
m
m
m
m
m
m
m
m
m
m
m
m
m
m
m
m
V
uu
H
LI)
H
N
V_
Ln
V
0
VI
V
V
V
D
O
O
D
O
O
CDO
uvu
E
E£
E
E
E
E
Q
N
OC
m
N
-
V1
-
N
-
N
-
N
-
N
-
N
-
H
-
N
N
N
V1
N
`
VI
N
VI
`
`
N
VI
N
t
L
y
`
L
L
v
a
v
w
a,
a,
v
v
-p
vv
v
v
v
v
v
v
v
v
v
v
v
n
�
C
C
C
C
C
C
C
C
C
C
C
C
C
C
C
C
C
C
C
C
C
C
m 1O
m 1O
m 1O
m 1O
1O
m m
m m
Ln
!1
N
to
L/')
N
V1
l/1
l/'1
N
l/)
L/1
N
Ln
N
N
l/)
In
N
In
In
L/1
N
u
V
u
u
u
u
u
u
u
'L
u
'C
u
'`
v
'�
u
u
u
vu
W
W
W
W
W
W
W
W
W
W
W
W
W
W
W
W
W
W
W
W
W
W
m
m
m
m
m
m
m
N
O
J
J
J
J
J
J
J
J
J
J
J
J
J
J
J
J
J
J
J
J
J
J
=
}
}
}
}
}
}
}
L
W
r
r
r
r
V-
0
O
O
O
O
O
O
O
O
O
O
O
O
O
O
OO
O
O
O`
O
O
cc
c
c
c
c
c
CL
o.
a
s
n.
a
Cl
n.
a
a
a
a
a
a
a
a
Cl
a
a
a
a
a
----
-
Q
Q
Q
Q
Q
Q
Q
Q
Q
Q
Q
Q
Q
Q
Q
Q
Q
Q
Q
Q
Q
Q
T
Y
T
Y
T
Y
T
Y
T
Y
T
Y
T
U
C
C
C
C
C
C
C
C
C
C
C
+.+
�+
lD
C
C
C
C
C
C
C
44
4
m
m
m
4
m
fU
"
m
�"
m
4
m
m
m
m
m
4
m
m
4
m
m
m
4
m
4
m
4
m
4
m
4
m
Q
Y
Y
Y
Y
Y
Y
Y
2
2
2
5==
S
2=
2
T
T=
2
2
I=
2
M__=
m
Z
Z
Z
Z
Z
Z
Z
0
0
0
0
0
0
O
O
O
O
O
O
O
0
0
0
0
0
0
0
O
p
G
\Y\Y\++\Y
\_
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
L
m
m
m
m
i -r
m
++
m
m
m
O
m
O
CJI
O
O
a
m
O
O)
a
O
O
O)
O)
O)
0)
O)
O
Cr
Cr
cm
U
m
m
m
m
m
m
m
m
m
m
m
m
m
m
m
m
m
m
m
m
m
m
C
C
C
C
C
C
C
U
U
U
U
U
U
U
U
U
U
U
U
U
U
U
U
U
U
U
U
U
U
Uuu
U
U
U
U
L
L
L
L
L
L
L
L
L
L
L
L
t
L
L
t
.0
L
L
L
L
L
C
C
C
C
C
C_
C
U
U
U
U
U
U
U
U
U
U
U
U
U
U
U
U
U
U
U
0
U
U
u
u
u
u
u
u
u
CO
CO
(D
CD
1'-
�
ti
�
I�
ti
N
N
N
00
00
00
-
c-
r-
-
-
O)
Ln
U7
Ln
Ln
Ln
in
Ln
O)
D7
p)
O
O)
O
O
O
q)
0
0
0
0
0
0
r
.--
7
.-
.--
0
0
0
0
0
0
0
0
r
>
>>.
>+
>
>
>
>
4
T
5
75
LL
U
Z
Z
2
2
Z
Z
Z
Z
C��
Q
Q
Q
Q
N
N
w
O
0
0
0
0
0
0
0
0
0
U
U
O
D
U
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
LL
LL
LL
LL
LL
LL
LL
LL
LL
LL
LL
LL
LL
LL
LL
LL
LL
LL
LL
LL
LL
LL
LL
LL
LL
00
m
m
r
00
r
-
�--•
-
r
-
r
,
d
�
LL
�
CD
LL
O
LL
�
O
LL
�
O
LL
O
00
r
00
r
00
r
00
'-
00
�-
00
r
00
r
m
00
r
00
r
00
'-
00
00
00
00
r
00
r
C0
O
CD
v
CO
CO
C0
m
N
cD
N
co
N
c0
N
m
O
CD
t0
CO
CO
C0
CO
CO
CO
CO
CD
CO
CO
C0
C0
v
v
v
m
m
v
v-
v
m
m
m
y
v
v
4
v
v
v
v
v
v
v
v
v
v
"t
v
O
V1
to
%D
C0
(0
0
0
0
0
0
V-
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
00
N
N
N
N
N
N
t!1
to
Ln
t!1
CD
W
CD
tD
tD
CD
W
tD
W
tD
LD
CD
CD
t.0
CD
W
'IT
-1
ei
It
It
'IT
V
�
c-1
14
rl
t�
00
00
00
00
00
m
00
00
00
00
00
m
00
00
00
O
C0
CD
N
N
N
N
L1
T
LP
U?
O
N
N
N
fV
N
N
N
CV
N
N
N
fV
N
N
N
O
to
Ln
N
N
N
N
CO
00
00
00
Ln
(V
N
fV
N
N
N
N
N
N"
M
N
N
N
N
m
t0
w
0)
0
0
O
O
O
O
to
It
v
-T
v
v1*
It
v
v
It
It
v
v
I:t
N
N
d
ct
d•
lt
[t
It
IT
q•
00
m
m
m
m
(In
m
m
m
rn
m
rn
m
PA
en
m
a -i
LD
LD
4
4
4
N
n
t�
n
f�
M
M
M
M
M
M
M
M
M
M
M
M
M
M
M
�i
r+
r I
_4
—
—
N
1-4
-1
.-C
.-C
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
CD
N
N
t0
tD
CD
CD
00
00
m
m
N
m
m
fn
M
m
m
rn
m
m
m
m
m
m
m
m
H
N
tn
0 0
0
0
o
E
E
0
E
a
E
E
E
E
E
E
E
E
E
E
E
E
Sm
u
u
U
u
u
u
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
V
Y
tl
t`
t
o
E
u
L
u
L
u
L
u
L
u
L
u
L
u
L
u
u
u
L
u
L
u
L
u
1..
u
L
u
L.
C
O
O
O
O
O
O
�C
O
p
m
y
y
y
y
y
y
m
M
a
a
a
a
a
a
U
>
>
>
>
>
>
>
>
>
>
>
>
>
>
>
u
m
m
to
C
C
C
C
C
C
C
C
C
C
C
C
C
C
C
C=
_0
'O
LnLnLAvmi
7
7
7
7
O
OC
C
p
EEEEE
-D
t
E>>
@!
N
>>>>
OOO
O
m
-
p
YYYY
O
p
p
p
O
O
p
O
O
Y
O
p
O
O
Y
ON
Y
�'
vt
u
u
u
u
u
u
C
V
t
m
m
m
m
m
m
m
m
m
m
m
m
m
m
m
a
E
@)
@)Y
@�
@�
CT
>
O
>
O
>
O
>
O
>
O
>
O
>
O
>
O
>
O
>
O
>
O
>
O
>
O
>
O
>
O
ut
- 0
- O
- 0
p
O
O
O
Y
3
p
O
O
p
0
0
0
p
O
O
O
p
O
O
O
O
m-0
�
�U_
y
U_
U
�+
U_
._
Y
U_
U
Y
U_
Y
U_
Y
U_
Y
U_
Y
t
Y
Y
C>
>
_
>
>
>
>
_
>
>
>
>
>
_U
>
_U
>
>
>
O
L
L
fu
N
(U
CU
CM
G
O
p
OL
O
T
>
T
T
O
O
O
O
O
O
O
m
Ed
M
rn
rn
rn
rn
m
m
m
m
m
YY
m
m
YO
m
YO
m
YO
m
YO
m
YO
m
YO
m
YO
m
YO
m
(U
O
O
O
Y
m
m
m
m
, 0)>
>
>
>
>
>
>>
>
>
>
>
>
>
>
v1
i
JJ
J
J
J
J
J
J
J
J
J
J
J
J
J
�
O
O 0
�
�
�
�
Z
LL
LL
LL
�
L
m
m
m
m
Y
E
E
o
L
0
0
L
0
L
O
L
O
L
O
L
O
L
O
L
O
L
O
L
O
L
O
L
O
L
O
'm
'm
'm
u
u
u
u
u
u
u
u
u
u
OCr
m
f'n
E
E
E
E
•>>•>•>•>>>•>•>•>'>
>>>>
Q
Y
C
3
O
Q=
S
O=____
x
x
x
x_j
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
—
0
0
0
0
0
0
0—
U
U
U
U
U
U
U
U
U
U
U
U
U
U
U
C
O
L
U.
O
CL
p
a
r
r
C
r
0000
r
r
r
a0a
O
O
sa
p—
EL>'
Q
L
Q
.L
p
¢
Q
-Cf
•c�.
¢
¢ca
p
r0L
a
r0L
s
r0L
a
rOL
a
rOL
a
rp
a
rpL
a
rOL
a
rOL
a
rOL
a
rO
n
rOLL
p
rpL
a
rOL
n
rO
0 -
LL
M
M-
a
QQa
Q
QaQ
¢
6CC_3
O
O
Q
t-'CYCYNuj
v
N
N�OOOO•CCCCCCCCCCCCCCC
Caa
>>
>>
>
-
-
-
-
--
-
-------
-
mxmE
'=n$
m
-0
�O
>L>L>L>L>>LUUU>>
>
>
>
>
>
>
>
>
>
O
C
C
C
C
C
C
C
C
C
C
C
C
C
C
C
ro
C
n
dEE
c
y
0
LL
LL
LL
LL
0
0
0
N
N
N
w
0
m
N
0
O
N
N
w
m
m
fO
p
U>>
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
cu
Q)a>,
Oi
U
v
m
m
m
m
a>
U
u°
u
u
u
7
7
O
00
00
N
N
N
N
00
N
Cy
N
N
N
N
N
N
m
m
m
m
m
Ch
m
000
O
m
00
0-
e-
.-
X
0
0
0
0
CA
T
O
CA
T
O
O
IT
O
T
O
0
C
m
C
m
C
m
m
m
C
U
"
U
i
>
>
m
H
C
C
C
C>
O
7
7
O
7
O)
7
m
m
a
0
a
w
a
N
a
0
a
w
a
d
a
N
U
U
>
O
m
B
00
m
m
-7
m
7
m
Z
Q
Q
a
0
0
0
Cn
M
w
w
0
0
z
N
N
w
O
N
N
O
00
v
00
d
LL
LL
LL
LL
LL
LL
LL
LL
LL
LL
LL
LL
LL
LL
LL
LL
LL
LL
LL
LL
LL
LL
LL
LL
LL
LL
LL
LL
LL
LL
02
V
00
00
00
N
NNN
N
N
N
N
N&
N
N&
N
N&
N
N
N
N
N
N&
N
p
N
N
N
N
N
N
N
N
N
N
N
N
N
N
N
N
N
N
N
N
N
N
N
CD
CD
CO
(D
(D
CD
CD
CD
(D
CD
CD
fD
CD
CD
CD
CD
CD
(D
CD
CD
CD
(D
CD
CO
CO
CO
9
co
0
O
V'
cl•
ct
�t
'ct
d'
V
�
�
�
�
�
�
�
�
�
�
�
It
V
d'
7
vt
�t
V'
'd'
't
It
co
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
00
00
00
W
W
00
00
tl0
W
W
W
00
00
00
00
00
CO
00
00
00
00
00
fp
00
W
W
W
fb
tX7
�
N
N
N
N
N
N
N
N
N
N
N
N
N
N
N
N
N
N
N
N
N
N
N
N
N
N
N
N
N
Ol
N
N
N
N
N
N
N
N
N
N
N
N
N
N
N
N
N
N
N
N
N
N
N
N
N
N
N
N
N
N
d
c1
[t
d
ct
d
V
1*
IT
V
V
V
I
V
Nr���
O
Pel
M
M
M
M
M
M
M
M
m
n'1
M
M
M
r�1
M
T
m
M
M
T
M
M
M
M
T
M
m
m
N
m
M
m
m
M
m
m
m
m
m
m
M
M
M
m
m
m
m
m
M
m
m
m
m
m
m
m
m
M
vi
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
.-4
m
m
M
M
M
M
M
M
m
M
m
m
m
M
m
M
m
M
M
m
MM
Mimi
M
m
m
M
M
m
un
Mn
.W
'^
E
E
E
E
E
E
E
E
E
E
E
E
E
E
E
E
E
E
E
E
E
E
E
E
E
E
E
E
E
L
00
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
(�
u
i
u
i
u
i
u
i
u
i
u
i
u
i
u
i
u
i
u
i
u
i
u
i
u
i
u
i
u
i
u
i
u
i
u
i
u
i
u
L:
u
i
u
i
u
i
u
i
u
i
u
i
u
i
U
i
u
i
a
M
>>
>
>
>
>
>
>
>
>
>
>
>
>
>
>
>
>
>
>
>
>
>
>
>
>
>
>
>
m
C
C
C
C
C
C
C
C
C
C
C
C
C
C
C
C
C
C
C
C
C
C
C
C
C
C
C
C
C
o
o
v
-o
v
-o
v
-0
w
_0
v
70
v
-a
v
v
a
v
v
-a
a
-0
v
v
a
v
v
v
v
v
v
v
w
•a
v
v
v
v
v
-a
v
-0
w
_
v
v
w
v
v
-0
a
v
v
-a
v
v
v
-a
v
-a
a
T
T
T
T
T
T
T
T
T
21
T
TT��J
T
T��
T
T.(T(VT��•.'�
>T
>T
4-4r4w4ww
�VT1
L/T
((VT
wT��
v//GT
w((VT
LJ
w>=T
@j
.TT -.
L)
.T>-.
��J
ro4-4-w4w
,O
Y
o
Y
0
Y
0
Y
0
Y
0
Y
0
Y
0
Y
0
Y
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0-0
m
m
m
m
m
m
m
m
m
Y
m
Y
m
Y
m
Y
m
Y
m
Y
m
Y
mm
Y
Y
m
Y
m
Y
m
Y
m
m
m
m
m
m
m
m
m
L
>
>
>
>
>
>
>
>
i
i
>
>
i
>
>
>
>
>
>
>
>
>
>
>
>
>
>
>
>
pp
y
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
L
i
0
Oi_
O
Oi_
Oi
Oi
Oi
Oi
Oi_
O_
O
O
O
O_i
Oi_
Oi_
O
O
O
Oi_
Oi_
O
�u
•>
•>
•>
•>
Y_Oi
U
•>
YU
YU
a
U+
U
YO_
u
YOi_
U
YO
YO
YO
YU
�
�
Y
Y
U
aO
>
•>
•>
•>
•>
•>
•>
•>
•>
•>
•>
•>
•>
•>
•>
•>
•>
•>
•>
•>
•>
•>
•>
•>
0
cH
G
O
MO
O
Y
O
Y
O
Y
O
Y
O
Y
O
Y
O
Y
O
Y
O
Y
O
Y
O
Y
O
Y
O
Y
O
Y
O
Y
O
Y
O
Y
O
Y
O
Y
O
Y
O
Y
O
Y
O
Y
O
Y
O
Y
O
Y
O
Y
O
Y
O
Y
UD
W
m
m
m
m
m
m
m
m
m
m
m
m
m
m
m
m
m
m
m
m
m
m
m
m
m
m
m
m
m
m
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
J
J
J
O
O
O
O
O
O
O
O
O
O
U
L
0
L
0
L
0
L
0
L
0
L
0
L
0
L
0
L
0
-
0
L
0
-
0
L
L
a
o
a�
L
o
L
o
L
o+
L
o
L
o
L
O
L
o
L
o+
L
a+
L
o+
L
o
L
a+
U_
U_
U_
U
U
U
U_
U_
_a
U_
�0
C_J
}
U_
}
U_
U_
�
U_
—y
U_
�
V
}
U
�
U
�
CJ
}
U
m
\U_
>
>
_U
>
>
>
>
>
>
>
>
_U
>
>
>
_U
>
>
_U
>
>
>
>
\U_
_U
\U
I.Y
i—
O
00000000000000000000000000000<
r
C
O
i
LL
r
0
CL
Q
0
a
a
0
a
a
0
0.
a
0
a
a
`o
a
a
0
a
Q¢¢
r
0
a
r
0
a
0
Cl
a
0
n.
a
r
0
a
'a
0
a
a
`0
a
a
0
n.
0
a
Q
0
0.
a
0
a
r
0
a
0
a
r
0
a
r
0
oa
a
r
0
a
a
`O
a
a
C
0
a
a
0
0.
r
0
a
0
a
0
a
n.
Q
a
a
a
a
a
Q¢
Q
a,
C
C
C
C
C
C
C
C
C
C
C
C
C
C
C
C
C
C
C
C
C
C
C
C
C
C
C
C
C
i
>
>
>
>
>
>
>
>
>
>
>
>
>
>
>
>
>
>
>
>
>
>
>
>
>
>O
>
>O
>
O
C
C
C
C
C
C
C
C
C
C
C
C
C
C
C
C
C
C
C
C
C
C
C
C
C
C
C
C
C
N
❑
N
N
❑
N
❑
N
❑
N
❑
N
❑
N
❑
N
❑
N
❑
N
❑
N
❑
N
❑
N
❑
N
❑
N
❑
N
❑
N
❑
N
❑
N
❑
CI
❑
N
❑
N
❑
N
❑
N
❑
N
❑
N
❑
N
❑
N
❑
n
UJ
O
co
07
O
O
p
M
co
co
M
co
co
m
co
M
M
LO
to
LO
U]
F--
f. -
m
(m
0)
0)
0
0
0
0
0
0
a
O
p
O
0
0
0
0
0
0
0
0
0
0
0
0
0
0
p
00
0
U
U
U
N
m
m
0.
a
a
a
M
M
N
N
N
fJ
N
N
m
m
If7
m
a
0
Z
0
0
0
❑
Q
Q¢
Q
g
3>
(n
(n
fn
O
(0
0)
(CD
-�
(CO
LL
2
2
2
2
Q
z
N
N
O
00
v
00
d
N
N
0
O
M
N
on
f0
d
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
LL
LL
LL
LL
LL
LL
LL
LL
LL
LL
LL
LL
LL
LL
LL
LL
LL
LL
LL
LL
LL
LL
LL
LL
LL
LL
LL
LL
U-
LL
m
00
O
O
O
O
O
O
ao
a0
ao
ao
00
a0
ao
d
a0
ao
0o
O
oo
ao
a0
00
0o
a0
00
oD
ao
00
N
N
N
N
N
N
—
•-
—
r—
N
.-
r
G
r
r
G
r
G
r
r
m
CD
co
to
m
m
tD
m
CD
CD
m
m
CD
CO
CD
m
CO
co
m
m
CD
CD
CD
co
to
m
co
m
co
CD
M
0
0
0
0
0
0
0
0
00
00
00
00
00
d
O
H
.l
.--r
rl
t\
N
f\
f\
t\
t\
N
^
CIO
00
00
m
f70
m
00
oD
.--1
H
00
r-1
rl
.--I
H
H
r-1
r-1
H
r-1
'-I
.-i
H
.-/
N
v
v
v
v
v
v
v
v
Ln
Ln
o
Ln
0
Ln
o
Ln
tD
cr
v
v
a
v
v
It
c
v
v
m
m
rn
rn
m
am
m
m
M
m
m
m
m
m
m
vi
N
tD
tD
tD
tD
lD
lD
lD
t0
tD
t0
N
N
N
N
N
N
N
N
N
N
N
N
N
N
N
N
DD
m
m
m
m
m
m
m
m
M
M
0
0
0
0
0
0
0
0
V'
I�t
�r
ICT
It
qzr
I�r
N
m
w
c0
00
m
m
m
c0
m
w
N
N
N
N
N
N
N
N
T
T
T
T
M
Q1
M
M
M
r1r
N
N
N
N
N
N
N
N
N
uI
ui
-n
Ln
Ln
LA
ui
Ln
rt
v
ca
a
o
0
0
0
0
0
0
0
0
0
0
.-+
r+
-I�
-1
r+
.-+
.-�
.-+
m
m
m
M
m
m
m
0
o
r`
Ln
Ln
un
un
0
Ln
0
Ln
u)
ui
Ln
Ln
un
un
ui
Ln
Ln
Ln
r-
r-
r,
�
n
rl
r,
cn
c)
00
00
00
00
co
co
CO I
CO
00
o0
.LAN
in m
E
E
E
E
E
E
E
o
�,
E
E
E
E
E
E
E
E
E
E
E
E
E
E
E
E
E
E
O
o
0
0
0
0
0
0
�
Z
w
Z��
�'
U
0
0
0
0
0
0
0
o
u
u
u
u
u
u
u
�
c
m
rn
r0
m
m
r0
r0
r0
c0
r0
Ci
6
6
6
CO
C9
m
Y
rim
r
C
r
r
ro
rs
r0
m
m
r9
m
0
>
>
>
>
>
>
>
>
>
>
co
a
s
oa
oa
oa
a
s
o.
u
3
u
3
u
3
u
3
u
3
u
3
u
3
ra
N
@1
�J
Q
Q
Q�
Q
Q
Q
Q
L
L
L
L
L
L
L
L
@j
@j
(.i.
@j
@j
Q
id.
CO
M
M
M
M
M
M
M
Y
Y
Y
Y
Y
Y
Y
O
N
Y
Y
Y
Y
Y
Y
Y
Y
Y
Y
E
E
E
E
E
E
E
E
T
T
T
T
T
T
T
C
T
T
T
T
T
T
T
T
T
T
a
H
U
U
U
U
U
U
U
'(O��
-/0��
L
L
L
L
L
L
L
T
C
C
C
C
C
C
C
C
C
C
/�/��
V
/�/��
\J
/�/��
LJ
V
((D��
V
V
//0��
V
0
.2i
co
wC
L
OD
00
0p
hp
Op
dp
UO
Op
V7
N
N
to
N
N
w
E
-6
.6
.0
.6.6.5
a
m
.C'
a
CO
.m
CO
CO
.m
.m
m
.-N
f0
E
E
E
E
f0
C
fO
N
G
C
C
C
C
G
C
C
C
C
t
u
v
u
u
u
u
u
u
E
E
E
E
E
E
>
0
0
0
0
0
0
0
0
0
0
a
a
a
a
a
a
a
a
c
c
c
c
E
c
c
E
L
0
,n
,n
0
o
vi
o
Ln
iA
O
L
L
L
L
L
L
L
L
pi
W
w
pl
O
X
v
v
v
v
v
v
v
v
v
v
Y
Y
Y
Y
Y
Y
Y
G
tU
L
L
L
L
L
L
L
L
L
L
&
n
a
a
a
CL
n
o
n
a
n
O
C�
G
0
O
T
T
?
?
Y
Y
Y
Y
Y
Y
Y
Y
Y
Y
pp
pp
pp
pp
pp
pp
pp
pp
T
T
T
G
C
T
T
T
T
T
T
T
T
T
T
m
'm
'f0
"fp
'CO
'fp
'f0
'm
u
u
u
U
U
U
U
j.
-O
'O
w
w
w
w
L
m
L
L
L
L
L
L
L
E
E
tU
u
w
Qi
tU
Q1
w
QJ
w
N
Q:
tU
tU
tU
u
u
u
u
u
u
u
u
f0
.T
CO
.N
f9
.T
f9
.T
fC1
.N
f6
.N
CO
.N
=
L
O
C
C
G
C
C
C
C
C
C
C
::-
N
m
m
m
m
m
N
C
w
co
w
m
w
m
w
m
w
m
w
m
w
m
N
m
N
m
N
m
m
.0
.0
m
.0
m
m
2
2
2
2
2
2
2
10
w
T
T
T
T
T
T
T
T
T
T
V
CC
N
m
C
m
C
C
m
C
m
G
m
C
E
N
C
C
C
G
C
C
C
C
C
C
K
m
m
C
C
C
G
C
G
C
v
N
v
N
0
0
v
O
Q
N
N
N
N
w
w
N
w
N
v
Y
Y
Y
Y
Y
Y
Y
z
m
m
m
m
m
m
m
m
m
m
0
C
Q
Q
Q
Q
Q
Q
Q
Q
J
J
Q
cG
Q
Q
Q
¢
Q
Q
Q
Q
¢
Q
i
0
I-
LL LL
O
O
O
O
0
o
O
0
t
r
t
`
t
+-
+�
a
aa
a
a
a
a
0-
`
0
0
0
o
0
o
u
u
L
L
L
L
L
L
Q
a
a
a
a
a
a
a
a¢
Q
Q
Q
Q
Q
Q
r
L
L
L
L
L
L
L
L
—
O
O
r
r
Q
Q
Q
Q
Q
Q
Q
Q
c
c
c
c
c
a
a
0
0
c
m
m
M
m
CO
m
m
m
m
cc
c
c
CL
a
O
LL
LL
LL
LL
LL
LL
LL
LL
LL
LL
c
c
c
c
c
c
c
c
0
0
0
0
0
0
0
a
a¢
Q
9
Q¢
Q¢
Q¢
Q
Q¢¢
_
u
u
u
u
u
u
u
E-
v
v
C
O
O
O
O
O
O
O
O
O
O
GJ
v
v
C
C
C
C
C
G
C
C
C
C
C
C
tc
L
T
In
N
N
N
to
N
N
y
N
N
C
'p
C
'p
C
C
'p
C
'p
C
'p
C
'0
C
'C
L
O
a
O
m
C
N
N
N
N
N
N
N
N
O
N
O
Ca
rT0
rT0
�o
rTo
�a
�a
j
>
>
>wwiuiwiuwwLuww
v
v
v
tU
v
N
v
N
0
O
O
O
O
O
O
N
Y
Y
N
Y
Y
0
0
0
0
0
0
0
w
ihil,U)
00
N
c0
CN
m^
CD
Cb
m
O
m
m
t\
r�
n
O
m
m
O
O
00
`
O�
0
0
0
0
T
O)
O
O
O
0
0
0
(7mi
0
0
0
0
0
0
0
0
0
7
r -
a
U
U
C
C
C
C
C
m
n
>
>•
.0
C
(T
0)
CT
CT
CT
a)
0.0
2
0
Q
LL
0
0
0
2
2
Q
LL
U)
2
O
LL
2
LL
LL
Q
Q
Q
Q
¢
N
N
0
O
M
N
on
f0
d
D,,
000000000000000000000000000000
LL
LL
LL
LL
LL
LL
LL
LL
LL
LL
LL
LL
LL
LL
LL
LL
LL
LL
LL
LL
LL
LL
LL
LL
LL
LL
LL
LL
(L
LL
00
m
00
00
m
m
00
m
00
00
ob
o0
00
00
oD
00
00
oO
00
m
00
m
o0
00
O
O
O
O
O
1L
r -
CO
CO
w
co
m
CO
CO
CD
w
CO
CD
m
CO
w
m
(O
m
CO
(D
m
CD
W
co
CD
CO
CD
m
CO
CO
CO
,It
lzr
d
tIt
T
It
It
-T
Itlzr
It
It
VI�r
It
d-tNr
d
d
d
Nt-I:r
t -i
V
.
rti
r 1
.
tti
.
r I
.-i
.
r 1
r♦
r 1
r♦
N
rti
t-1
ri
r 1
.
00
.-1
tti
N
ri
r•1
.--1
r4
rC
ry
r1
ri
1-4
to
z'
O
d'
V'
V
It
't
d'
q*
It
d'
Ict
It
't
V
d
IT
Nr
-T
V
It
d'
It
N
tD
tD
lD
T
LD
tD
tD
lO
tO
tD
19
tD
W
tD
%D
lD
tO
19
tD
tD
tD
CD
tD
V'
rn
O
rn
M
m
M
cA
A
M
fA
A
M
M
cn
M
f'A
M
n1
A
A
rn
A
r;
00
N
00
00
00
00
w
w
w
00
00
00
00
00
00
00
00
00
00
00
00
00
00
00
M
N
M
N
N
N
N
N
N
N
N
N
N
N
N
N
N
N
N
N
N
N
N
N
N
OO
O
[t
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
It
ZA
r-
1n
1n
tO
ul
ul
V1
1n
Ln
In
tf1
to
to
1A
Ln
o
U'1
Ln
o
Ln
to
Ln
LA
r-1
00
LO
00
00
00
00
00
00
00
00
00
00
00
00
00
00
00
00
W
00
co
00
00
00
00
611
Vf—
—
—
'E
—
'E
—
'E
—
.E
—
'E
—
'E
—
—
—
'E
—
'E
—
'E
—
'E
—
'E
—
'E
—
'E
—
'E
—
'E
—
'E
—
'E
—
'E
—
'E
m
E
E
E
E
to
s
..
�w
w4-.
1.:
-
.::
:L._�:
w
w:,:
u
f0
O)
10
f9
19
19
19
19
19
19
19
C9
9
19
19
19
19
C9
C9
19
(9
19
19
19
O
m
to
7
H
7
to
7
to
7
M
7
N
7
to
7
to
7
N
7
to
7
to
7
tn
7
o
7
to
7
o
7
to
7
M
7
o
7
to
7
to
7
to
7
N
7
N
7
}'
0
@J
@j
@j
@j@1
@j@!
@1
@1
�1
@J
@j
CEJ
@1
@j
@j@!
@J
@1
@j
@1
0i
a
C
.-+
V
rl
rl
r�
r4
.1
.4
ri
ry
-4
r4
rq
"
,1
rl
rl
"
ry
"
r4
.-1
"
r-1
Y
Y
Y
Y
Y
Y
Y
Y
Y
Y
Y
Y
Y
y
=
T
V
T
T
?
'D
T
T
T
T
T
T
T
T
T
T
T
T
T
T
T
T
T
T
•`
T
'O
(
"O
'D
"D
'O
'D
"O
"D
'D
"D
D
'O
N
N
N
N
C
N
O1
N
N
O)
N
9)
N
N
9)
0)
9)
w
N
N
w
N
@•
C
C
C
C
C
C
C
C
C
C
C
c
C
c
C
C
C
C
c
C
C
c
C
C
C
�./
(UC
C
C
C
C
C
C
C
C
C
C
C
C
C
C
C
C
C
C
C
C
C
C
t
t
O
L
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
0
0
O
41
�
0
Y
N
i
N
Y
N
i
N
�
Ln
i
to
Y
N
J
N
—
In
F
N
—
N
i
N
1
to
F
to
�
N
�
to
�
H
Y
to
�
tn
Y
w
H
to
y
O
v
v
v
v
v
v
v
v
v
v
v
v
v
v
v
a
v
v
v
v
v
v
v
E
a
a
a
a
a
a
a
o.
a
a
a
a
a
a
a
a
a
a
a
a
a
a
a
0
N
E
0
Y
Y
Y
Y
Y
Y
Y
Y
Y
Y
Y
Y
Y
Y
Y
Y
Y
Y
Y
Y
Y
Y
Y
m
T
_0
T
TT
'0
_0
T
_0
T
'D
T
'D
T
'D
T
'O
T
-0
T
'D
T
_0
?
_0
T
-0
T
'U
T
'D
T
-D
T
'a
T
-D
T
'D
T
'D
T
-0
T
'D
T
N
w
w
N
N
N
w
N
w
N
N
O)
w
N
N
N
w
N
N
9)
N
N
w
U
N
w
C
C
13
C
C
C
C
C
C
C
C
C
C
C
C
C
C
C
C
C
C
C
C
C
C
C
L
91
Z)
N
N
N
N
N
N
N
N
N
O)
w
N
N
N
N
N
w
N
w
N
N
N
(1)
41
m
m
m
m
m
m
m
m
m
m
m
m
m
m
m
m
m
m
m
m
m
m
m
J
(C
T
T
T
T
>•
T
T
T
T
T
T
T
T
T
T
T
T
T
T
T
T
T
T
y
V
C
d
C
C
C
C
C
C
C
C
C
C
C
C
C
C
C
C
C
C
C
C
C
C
fO
10
C
Z
C
C
C
C
C
C
C
C
C
C
C
C
C
C
C
C
C
C
C
C
C
C
4)
N
m
N
m
N
m
N
m
N
m
w
m
O)
m
N
m
O)
m
N
m
O)
m
N
m
w
m
N
m
N
m
w
m
N
m
w
m
N
m
O)
m
N
m
N
m
N
m
0
0
Y
Z
0
0
0
0
0
Y
Y
Y
Y
Y
Y
Y
Y
Y
Y
Y
Y
Y
Y
Y
Y
Y
W
W
W
W
W
Q
2
Q—
cn
(n
c!1
cI)
cn
Q
Q
Q
Q
Q
Q
Q
Q
Q
Q
Q
Q
Q
Q
Q
Q
Q
Z
Z
Z
Z
Z
0-
a+
C
0
0
W
r
O
CL
'¢
m
m
m
m
m
m
m
m
m
m
m
m
m
m
m
m
m
m
m
m
m
m
m-0
m
-D
y
r
m
LL
LL
LL
LL
LL
LL
LL
LL
LL
LL
LL
LL
LL
LL
LL
LL
LL
O.
LL
m
Q
Q
Q
Q
Q
Q
Q
Q
Q
Q
Q
Q
Q
Q
Q
Q
Q
Q
Q
Q
Q
Q
tC
w
LC_
`t_
`t_
Q
a
L
L
L
L
�
t
t
t
It
It
r-
tC
It
't
't
t
c
Q
Q
Q
Q
Q
Q
C
E
r--t
r-
r
`
O
O
O
'D
O
O
-0
O
'a
O
'a
O
'o
O
-0
O
O
'a
O
'o
O
-0
O
-0
O
'o
O
O
O
C
O
O
O
O
O
-0
-0
'O
v
'D
'o
T
T
T
T
T
1n
J
C
C
o
C
C
C
C
C
C
C
C
C
C
C
C
C
C
C
0
N
N
O
NC
w
w
w
1—�'n
(—(n
a�
m
a�
a�
a�
m
o
m
a�
a�
a�
1U
o
a�
m
rli
a
a
a
a
CL
—
—
E
E
E
E
E
E
E
E
E
E
E
E
E
E
E
E
E
a
a
a
a
CL
L
w
w
w
w
w
w
w
w
w
w
w
w
w
w
w
w
w
w
w
w
w
w
w
w
w
w
w
W
Y_
LU
I
G:l
10
"1'
CD
W
O
O
O
V
d'
m
to
CO
LO
CO
m
Cn
.-
N
N
to
o0
0o
tO
O
O
O
O
O
r-
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
r-
0
0
0
0
0
Do
C
L
C
U
>
U
U
L
C0-
C
C
C
T
A
>.
C1
m
a
>,
>.
C
LL
D
Z
0
0
LL
Q
0
4
¢
Gc
w
0
Q
(n
(n
CC
ry
N
O
O
ri
CU
On
CL
N
N
O
d
00
m
M.
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
LL
LL
LL
LL
LL
LL
LL
LL
LL
LL
LL
LL
LL
LL
LL
LL
LL
LL
LL
LL
LL
LL
LL
LL
LL
LL
LL
LL
LL
'JigO
00
00
00
00
00
00
00
00
00
00
00
00
00
O
00
00
00
00
00
ti
N
00
00
00
m
00
00
00
00
(D
c
CD
r•
CD
-
co
r
CD
CD
r
co
(D
CD
CD
r
(D
r-
CD
r•
CD
N
(D
-
(D
r•
(D
CD
-
CD
r-
r-
CD
c-
CD
r-
(D
-
CD
a•-
CD
-
CD
-
CD
-
(D
-
0
-
(D
V
00
Ln
Ln
m
Ln
Ln
r-1
vi
r -i
r-1
r-1
N
ri
O
O
O
ry
(D
(D
m
CD
m
(D
r4
r -I
H
Ln
*
V'
%t
c
*
'-i
ri
r -t
r-1
-i
r -t
r -i
V'
V•
V'
N
It
-T�
�
�
�
Hr
-1
HN
Ln
Ln
Ln
m
Ln
d'
r
-T't
CY
V'
r-1
r'
r'
r'
r'
r'
1
V'
N
N
N
N
N
LD
LD
LD
LD
LD
LO
tD
00
m
DO
V'
It
to
LD
LD
M
�
Nr
M
M
m
m
M
m
M
LD
LD
LD
m�
r-�
ti
N
ti
m
m
m
m
t\
n
n
n
n
00
00
00
00
00
00
00
m
m
m
nlqf
V
d
�
m
00
00
00
IT
IT
V
IT
IT
N
N
N
N
N
N
N
00
00
00
00
f-
ti
NP4�
N
ti
N
N
N
IT
n
n
n
n
n
0
0
0
0
0
0
0
N
ri
-4
^
0
0
0
0
0
6
0
0
0
r -I
O
O
O
O
O
Ln
Ln
m
Ln
Ln
m
In
O
O
O
O
W
CD
CD
(D
(D
(D
Ln
to
L(1
00
(n
M
CT
M
CT
W
m
0o
0o
00
00
Cb
m
m
m
Dn
N I
N
N I
N I
N
N
CD
00
oo
H
.IA
H-
-
-
-
-
-
-
-
-
-_
-
-
-
cc
00
>>>>>
E
E
E
E
E
E
E
E
E
E
E
E
E
E
t
O
to
O
0o
O
do
O
0o
O
0o
m
m
m
m
v=
m
w
m
w:
m
.�.:
m
m
m
'm
E
E
E
E
E
E
m
m
m
M
Y
Y
7
D
m
7
7
7
m
m
ob
E
O
O
O
U
O
O
7
>
>
p
Y
Y
Y
kn
C
C
�o
A
I«,
r1
r'I
a1
ri
ri
r -I
V
�"
L
L
L
L
Hri
N
Gri
4J
/:��
/�.
!�,
f.�.
l f.
@i
Y
Y
Y
Y
Y
Y
Y
V
y
Y
U
0
a
0
a
0
s
0
a
0
a
0
p_
Y
Y
Y
V
LJ
V
V
>.
T
T
T
T
T
T
U
U
U
L
L
L
L
_
L
L
>
>
T
m
0
-
L
L
-
N
N
N
m
m
m
m
m
m
'D
L
(c3j
>>>>>
,.
,,
,,
,,
v
C
a
C
v
C
v
c
a
C
v
C
v
U
c
a
v
L
0)
L
c
3
3
3
3
v
C
v
c
v
c
O
O
O
O
O
d
0J
0J
tL
(U
0J
N
L
Y
`�
.3-:
1�
N
v
01
L
v
E
E
C
E
E
n
0
e
E
E
E
a,
@1@�@�@�@UG.0
-0-0
C
C
m
m
m
-
Y
Y
Y
Y
Y
Y
C
C
C
t
c
E
c
c
0
0
0
0
0
0
0
=
m
io
ie
io
m
m
0
0
0
i+
c
S
t
L
L
a-.
.2
a+
-
�+
a-�
-
vi
o
of
0
LA
o
c
L
tA
Ln
0
E
o
o
o
o
o
v
v
v
a
s
v
v
v
v
CL
o.
a
a
a
a
a
u
u
u
E
a
n
a
0
N
E
0
L
Y
Y
Y
Y
Y
Y
Y
N
N
N
Y
Y
Y
m
L
N
N
01
CU
01
L
T
" 0
T
'D-0'0-0-0
T
T
T
T
T
-0
41
CU
CU
C
'D
'0
c
L
-
L
w
L
-
L
-
-
N
c
N
0/
w
N
c
N
c
0/
E
E
E
Y
Y
fD
Y
�9
Y
'O
Y
'O
Y
�0
Y
'D
0J
CU
(U
w
0
O
0
0
O
w
c
N
c
N
c
w
w
N
c
N
m
m
m
W
LL
LL
LL
LL
LL
LL
c
0)
c
01
c
w
}1
2
2
Z>
2
2
m
m
m
m
m
m
m
z
z
x
=
•�-
N
W
W
N
W
W
m
m
Cil
m
C
C
CC
C
H
H
L
>
m
>
m
>
m
>
m
>
m
>
m
T
T
T
{.7
L
L
L
L
C
C
C
C
C
C
C
O
O
O
O
O
O
O
O
0
0
C
C
C
O
-'
O
-'
O
"'
O
-
O
''
C
w
C
y
C
y
C
y
C
w
C
N
C
y
m
i
m
2
m
y
y
y
m
m
m
m
m
m
m
U
U
U
m
m
m
i.+
O
Q
Y
Y
Y
Y
Y
Q
Q
Q
Q
Q
Q
O
Z
O
0
0
(n
Y
Z
Z
Z
Z
O
O
0
w
g
a
Q
Q
a
Q
a
3
3
w
z
z
z
Y
a-----—
Z
Z
z
z
z
z
c
o
u
LL
0
U
o
m
0.
0
a
Q
0
a
Q
0
a
0
a
Q
0
a
Q
m
m
CO
m
CO
m
Co
_a
a
m
m
m
m
-
'-
---
--
m
Q
m
Q
co
Q
c
N
Q
Q
Q
Q
LL
Q
Q
LL
C
_
-
Q
Q
Z
Z
Z
LL
�j
0/
N
Y
N
to
Y
p
�
c
c
L3�����
v
•°
¢
Q
Q
OJ
c
c
01
c
y
c
y
c
y
c
L
-b[
L
L=
t
L
L
L
L
.0
O
m
0
0
0
T
T
T
T
T
T
LL
LL
LL
U
C
Y
Y
Y
Y
Y
U
U
U
U
U
U
't
C
O
Qt
0I
t:m
O>
mm
m
m
m
m
C
C
C
C
C@
m
m
m
m
m
m
N
m
m
m
O
LL
C
w
MO
m
m_a
LL
LL
LL
LL
LL
LL
LL
C
LL
LL
LL
LL
LL
LL
LL
LL
LL
LL
U
(D
(D
(D
m
m
m
m
m
Z
LL
LL
LL
LL
LL
(p
LL
vj
Y
L
0
LL
C
r•
dO
CSS
m
CD
M
tl]
N
O
O
N
O
fD
CD
m
(D
O
0
0
0
0
0
0
O
O
p
9
0
0
r
O-
O
O
OCP
91
0
0
Q
O
p
0
L
L
a
a>
aa
a
U
rn
75
j
Q
Q
Q
Q
ti
—moi
to
O
to
Z
Q
cn
O
O
Q
O
Q
Q
N
N
O
d
00
m
M.
N
N
O
a)
00
m
CL
0000000000000000>0>0000000>000
LL
LL
LL
LL
LL
LL
LL
LL
LL
LL
LL
LL
LL
LL
LL
LL
LL
LL
,
LL
LL
LL
LL
.
LL
LL
LL
LL
LL
LL
LL
LL
00
00
00
O
O
4
00
00
CD
00
00
00
00
00
00
00
O
(D
'
00
N
r`
00
00
00
00
00
O
00
00
CO
CD
(D
N
(O
CD
r-
(O
r-
CD
-
(D
CD
CD
CO
(O
CO
r-
CD
CO
CD
N
-0
CD
CO
CO
r
CO
(O
CD
-
CO
CCOO
(O
CD
[Y
V
d
d
d
d
c7
V
d
0
0
r-
0
0
0
r`
1-1
.-1
ri
1-1
r -I
(D
O
o
v
v
g
v
1t
q
o
CF
ct
O
O
14
O
O
O
m
e-1
r -I
1-4
ri
r -I
CO
[h
V'
N
N
N
N
N
N
d•
a
�*
ct
O
w
00
00
O
11*
-d*
V
I;t
l-*
r
Cr
d'
0
0
0
0
0
0
00
00
M
M
r�l
tD
lO
(D
(D
CD
CD
C10
00
V1
u1
v1
u1
Irl
Irl
00
CD
(D
f\
f\
M
00
00
00
CD
rn
rn
M
M
M
M
CD
(D
r\
n
r\
n
r\
n
(D
rn
M
N
N
Ln
m
m
01
CD
00
00
00
00
00
In
M
M
00
00
00
00
00
00
M
00
C?
n
r\
nll�
IT
IT
CD
N
N
N
N
N
00
OO
IT
I�t
d
d
IT
IT
00
,4
'-1
(O
CD
Ln
O
O
O
O
O
O
O
O
O
ri
r-1
n
n
n
n
n
n
ri
O
O
O
O
00
(14
N
N
co
Ln
Ln
V1
Ln
Ln
O
O
O
r -I
r -I
r -I
r -I
r-1
r -I
O
rn
rn
Ict
V
Ln
D1
0)
01
00
00
00
00
CO
00
C•7
rn
rn
m
rn
rr)
H)
M
rn
M
N
u
u
u
u
y
u
vL
--_
------
E
-_-_
+%
m
E
E
tio9
>>>
E
E
E
E
E
O
E
E
o
0
0
0
0
o
E
E
t
('ru
a
a
a
a
a
a
m
m
M
OO
E
E
7
C
C
C
7
7
7
7
7
O
o0
00
vI
vI
in
Zn
v_I
vI
00
co
m
C
m
o
o
3
3
3
U
@�
@�
@�
@�
m
m
'o
'o
'o
.o
'o
o
m
u
u(Uo
0
o
ri
ri
r -I
r1
-4
%
a
m
a
m
a
m
a
m
a
m
a
m
U
�+
C
O
O
O
U
U
O
E
u
u
@j
u
vi
N
CU
CU
N
O)
V)
m
m
m
m
m
m
._
�_
�_
@j
jd
c
c
C
C
c
C_
C_
C_
C
E
E
o
o
c
�1
110
-0-0-0
m
E
E
@�@�CU@jCU@j
_C
_C
E
L
GJ
L
L
i
c
C
C
C
C
N
X
+'
0
0
0
0
c
V;
y
U
N
u
w
w
v
u
N
u
N
u
`
o
O
o
o
p
3
3
3
u
Y0
v1
n
v1
0
Ln
N
O
�„
O
0
0
v)
vl
v1
0
0
�
3
a
a
a-
a
a
a
a
a
°'
O
v
v
v
v
v
v
O
E
E
E
E
E
E
Y
E
E
E
E
E
E
E
O
N
N
NT
N
O
u1
vt
i_
Y
T
Y
T
Y
T
Y
T
Y
T
m
N
`1
N
`1
Y
N
Y
u
Y
u
Y
N
Y
N
Y
N
N
m
_
O)
(U
O)
4J
N
N
N
N
CV
C
N
N
N
a)
N
a)
'G
m_=
3
3
3
c
c
c
c
c
E
E>>>>>>
E
O
m
o
0
0
o
3
a)
v
v
v
v
m
m-0
v
v
v
-o
v
m
},
cc
w
-p
CL
(3-
d
m
m
m
m
m
m
cc
0c
N
N
0)
N
w
N
cc
m
to
kA
O
O
Y
Y
Y
L
T
T
T
>T
T
L'
2
O
V
O
O
E
u
u_
_u
O
0
N
0)
N
0
O
(YO
C
C
C
C
C
a)
-
Y
Y_
Y_
ld
Y_
Y_
Y
U
U
U
C
m
m
m
m
m
U
U
2
2
2
2
2
4J
C
O
>
OY
J
Z
Z
Z
Z
Z
Z¢
Z
U
Z
Z
0
0
0
0
0
U
Y
--------
C
O
L
LL
0
0
0
dr
`'
O
r
O
O
,•
O
a
0
+-
0
0
0
Y
0
N
0
oa
a
Q
oa
a
a
a
a
a
a
a
a
CO
Z
m
Z
Q
Q
c
c
c
r
a
r
a
Q
T
Q
a
o
Q
Q
Q
G
Q
Q
m
m
m
m
m
CO
m
m
C¢¢
LL
LL
C
j
'C
Z
Z
C
C
C
C
C
C
Z
N
f0
C
C
-
m
m
m
m
C
C
¢
¢
¢
¢
¢
-
O
C
7
¢
¢
-
-
-
-
-
-
¢
LL
f6
LL
L
C
C
C
c0
L
-
-----
-
-
OI
C
U~
0
O
N
o
v1
o
in
vi
un
m
Fa
m
U
CU
N
a)
m`
2
2
2
2
2
O
C
c
C
L
m
O
O
O
O
O
O
O
3
N
u.
(i
0
N
v
-0
U
0
Y
o
0
m
T
0
C
a
a
a
a
a
a
0
N
ami
m
m
l7
L7
l7
O
a)
a)
(M
s
rn
w
2—=
m
c
m
c
c
m
c
m
c
m
c
—
U
C`1
v
a)
`N
2
2
cO
Y
t
m
m
m
m
m
m
l7
l7
=
2=
U
O
d
d
7
c
C
C
C
C
C
®NrN
N
(D
N(N
N
(D
O
N
t`
ti
CA
O
O
CO
r-
(D
to
CO
0
�
(O
T
(h
n
CD
0
0
0
00
O
O
(D
0
0
0
0
0
0
0
0
.-
O
CA
0
0
0
0
0
0
0
0
0
0
TL
T
C
U
>
>
C
'�"
C
C
C
C
>
-
U
a
�•
a
U
U
m
Cl.
m
m
m
0
0
0
U
7
U
a
7
7
7
7
O
m
m
a)
0
m
m
0
a)
m
U
N
7
N
N
O
a)
00
m
CL
N
N
0
O
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
L�
L�
11
LL
LL
LL
LL
U-
LL
LL
LL
LL
LL
LL
LL
LL
LL
LL
LL
LL
LL
LL
LL
LL
LL
LL
LL
OO
CD
w
NN
N
w
w
0
0
N
0
N
CV
C -4N----
N
w
w06
00
w
w
w
00
w6
6
6
6
6
6
6
6
to
N
(D
N
m
Nr'-
(D
m
CO
(D
O
(D
(D
w
m
m
(D
0
m
-
m
-
(D
-
(D
0
N
(D
N
(D
N
(D
N
M
N
m
N
(D
N
m
N
M
1-1
Ln
In
V)
Ln
V)
ri
r -i
r i
r i
r-iri
r -i
-1
r1
N
N
N
N
N
N
N
N
V
lD
N
N
N
ri
r-1
Ln
in
Ln
V)
Ln
r -I
r 4
r -I
1-4
r -I
r-1
r -i
r -i
r-1
(D
(D
(D
(D
(D
(D
(D
(D
v
v
O
O)
O
v
V
0
0
0
0
0�
v'T�
V
V
I
[t
It
0
0
0
0
0
0
CD
C)
w
t0
O
O
O
w
(D
ui
(n
In
ui
Irl
(D
(D
lD
(D
(D
tD
lD
(D
(D
w
w
w
w
w
w
w
OF
lD
N
(D
0
(D
M
m
M
M
M
M
M
M
m
M
M
M
M
M
M
M
l0
lD
lD
lD
lD
lD
lD
(D
M
Ln
w
W
w
w
w
':T
�*'*lzt
':Zr
w
w
w
w
w
w
w
w
w
N
N
N
N
N
N
N
N
OP
N
(n
In
In
rV
N
rV
N
N
N
N
N
rV
N
N
N
rV
N
N
N
-T
d'
'T'7
�T
V
-T
ri
r.-^I-00(o(0(0(0(o000000000vvvvv
vvv
O
O
OO
O
Ln
In
r•i
r -i
r•-1
r -I
r-4
Ln
u)
v)
v)
Ir)
v)
v)
Ln
In
r l
r l
,-i
r l
r•-1
r•i
r1
r -I
M
I-
O
m
rn
CO
00
00.00
0o
w
w
w
00
co
0o
0o
0o
0o
co
co
m
m
M
m
M
m
m
m
h
.y
E
a
��
S
E
E
-
-
-
-
-
E
E
E
E
E
E
E
E
E
°u
E
m
m
"=
0
0
0
0
0_
._
V
(�
p
(Yo
m
m
O
O
O
O
O
m
f0
f0
(O
m
m
i9
m
L
m
L
m
L
aD
L
o0
L
m
L
o0
L
00
L
on
>>>
E
E
E
E
E
6
6
6
6
6
6���
O
o
O
o
0
0
0
0
mC
_�
'
Q)
m
Q)
m
Q)
m
m
>
>
u
u
u
u
u
>
>
0
0
>
>
0
>
@1
U
-
Y
C
C
C
@1
@J
Y
@J
Y
Q
Y
Q
Y
@j
Y
Q
@J
@J
@J
@J
/��
LI
@J
@)
@)
@J
In
T
T
n
T?
In
T
n
T
In
T?
G
O
7
7
S
r i
ri
r i
. i
r -t
ri
ei
ri
N
ri
r I
y,
p
U
U
U
Y
T
Y
T
H
E
N
E
H
E
h
E
N
E
Y
T
Y
T
Y
T
Y
T
Y
T
Y
Y
T??
Y
Y
@J
@J
@J
@J
@J
aU
@J
@J
M
u
nj
E
@J
aa,,
V
@
��``
Vu_
'D
r0
m
m
m
f0
"6
"O
'O
-0
"O
T
-0
'O
'0
M
c
L
L
L
L
L
L
L
=
y
m
Y
t
to
to
C
C
'C
U
U_
U
U
U
U
r,
L
m
p
c
c
c
c
v
v
3
'3
'3
'3
'3
C
a,
C
ar
C
v
C
v
c
v
c
m
C
v
C
v
C
v
L
C
L
C
L
C
L
C
L
C
L
C
L
C
L
L
E
O
a
Lo,
T
T
n
0
v
ar
v
a,
v
v
ar
v
QJ
Ol
'(0
J
J
J
C
C+L+
Y
Y
aL+
Y
C
C
C
C
C
C
C
c
c
Y
1A
I
I
I
O
O
d
d
N
OJ
4!
O
O
O
O
O
O
O
O
O
0
E
E
E
E
E
E
E
E
O
�-
an
'OJ
>
>
O
Ql
OJ
OJ
4)
Ql
O)
0)
O)
OJ
Ol
N
OJ
OJ
OJ
N
=
u
Y
N
Y
N
Y
m
Y
L
a
L
a
Y
Y
Y
Y
Y
L
a
L
O_
L
p
L
a
L
a
L
a
L
a
L
a
L
a
O
H
C
O
o
O
N
O
Y
Y
Y
Y
Y
Y
Y
Y
Y
Y
Y
U
U
U
U
U
m
N
C
c
C
O
O
m
m
m
m
m
13
O
O
O
"O
O-0�'
U
U
U
E
Y
--
C
C
E
E
E
QI
Z
T>
CC
CCCC
C
L
L
L
L
4a
cc
Ln
c
c
>
>
>
C
C
T
T
T
T
T
T
T
T
OJ
Q)
N
O)
Q)
N
N
OJ
E
O
O
m
C
C
C
c
C
C
C
C
C
C
C
C
C
c C
Y
Y
Y
Y
-,e
Y
Y_
O
In
IO
Y
Y
Y
C
C
C
v
C
a,
C
a,
C
v
C
e
C
C
C
c
C
c
C
c
C
QJ
U
w
y
m
y
m
]C
Y
Y
Y
Y
v
m
a
CO
ar
m
ar
Co
m
CO
v
m
v
m
v
m
v
m
Y
C
3
O
d
Y
Y
Y
0
0
0
0
0
0
0
Y
0
0
0
0
0
0
0
0
Q
-
-�
z
Q
Q¢
Q
Q
O
O
O
O
O
O
O
O
w
C
O
I-
LL LL
m
m
t
r
a
a
a
oa
a
a
a
a
aa
a
ao
a
Q
Q
Q
Q
Q
Q
Q
m
c
0
a
oo¢Q
a
a
c
c
Q
Q
Q
Q
Q
m
m
m
m
m
m
m
mmQ
LL
LL-"
p
CU
Q
Q
Q
m
m-----
LL
LL
LL
LL
LL
LL
LL
Q
Q
C
C
C
C
C
C
C
C
Z
CC
C
.0
C
C
C
C
C¢¢¢¢
Q
Q¢
w
L
fn
N
N
N
N
y
N
N
Q
_a
Q
C
C
C
C
m
m«
C
C
C
C
C
c
C
m
N
m
N
m
m
J
D
7
7
7
n
m
O
T
T
m
V)
m
N
m
y
m
N
m
to
m
N
cp
to
L
L
O
J
O
J
O
J
o
J
O
J
O
J
O
J
O
J
O
mm
7
mm
O)
_m
()
0
U
U
L)
c
c
c
c
c
C
C
C
C
O
DH
N
O
Q)
Q
Q
N
N
y
N
N
7
7
7
7
7
J
7
Y
Y
(n
(n
(n
U)
U)
(n
(n
(n
,C
=
r"
E
7
7
7
a
C
C
C
C
C
J
J
O
O
Q)
Q)
O
O
Q)
()
m
m
m
m
m
m
m
-0-0
.0.0.0-0-0
Y
Y
Y
Y
Y
Y
Y
E
E
E
E
E
E
E
E
m
m
m
m
m
m
m
m
j
J
J
J
J
J
J
J
J
i
(D
LO
N
N
N
CO
O
0)
LO
O
D)
(v)
M
r
T
N
M
O
0)
O
O
r
r
O
O
O
p
O�
CA
0
O)
0
0
0
0
0
0
0-
�
O)
m
0
0
0
D)
O
O)
C
q
U
U
C
T
U
4
>+
L
0)
CT
0)
.D
C
C
Q1
O)
OI
O
a
a
a
p¢
p
p
0
0
g
0
0
p
Q
Q
g
ll
Q¢
Q
LL¢¢
¢
Q
(n
(n
(n
N
N
0
O
D a
0
0
0
0
0
0
0
0
0
C)
0
0
0
0
0>
0
0
0
0
0
0
0
0
0
0
0
0
0
0
g
LL
LL
LL
LL
LL
LL
LL
LL
LL
LL
LL
LL
LL
g
g
LL
LL
LL
LL
LL
LL
LL
LL
LL
LL
LL
i
LL
LL
LL
LL
CJ..
LL
O
O
O
O
00
d
O
O
O
CO
00
00
N
'
N
'
N
N
00
00
00
O
O
O
00
O
00
00
00
N
00
N
(0
N
(O
N
f0
N
(O
-
(O
-
O
N
CO
N
(D
N
CO
IL
-
(O
(O
(O
N
CD
N
N
N-
(D
(D
tO
(D
N
(D
N
CO
N
(D
CO
N-
(O
(0
-
co
-
(O
N
O
co
d
d
d
d
d
d
d
d
1*
d
d
d
-t
(D
co
d
d
d
d
d
d
d
d
d
d
d
d
d
d
N
N
N
N
N
In
Ln
In
U•)
OO
.--1
-1
-4
rl
O
O
O
O
O
n-4
-4'1
� 1
�-•1
�" 1
r 4
CD
W
CD
(0
�-4
N
N
N
N
O
d
0
0
0
0
d
d
d
O
O
CV
N
�4
�••1
O
O
O
O
It
n
n
n
n
d
It
M
M
M
(n
d
d
d
CD
0
1-
d
d
d
d
d
It
d
W
OO
00
OO
(D
M
M
M
M
N
OO
OO
CO
00
OO
OO
OO
OD
00
00
O)
CD
(D
CD
(D
CD
CO
10
(D
(D
CD
(D
M
CD
(O
CD
(D
00
(D
O
O
O
CD
(O
(D
(D
O
O
Ln
M
M
M
M
M
M
M
N
N
N
N
w
w
w
w
w
LO
M
00
00
00
00
M
M
M
co
(O
O
00
00
00
00
00
Co
OO
1r
N
OO
CO
CO
00
d•
00
M
M
M
M
00
00
00
C?
OO
(4
N
N
N
N
N
N
N
d
d
d
d
0
n
n
1\
n
N
.--I
N
N
N
N
r -I
r-1
N
.--
—
0
0
0
0
0
6
0
6
r-1
r-1
ri
N
en
r-1
N
�i
H
0
0
0
0
0
0
0
0
0
O0
00
00
Ln
Ln
LCI
1n
V1
V)
Ln
M
M
M
M
00
<n
Vl
Ln
V1
d
(n
U1
Ln
U•1
Ln
M
M
M
1-
r-
C)
00
00
00
00
00
00
00
H
CA
IA
m
E
E
ff
E
E
E
E
E
E
E
E
E
E
E
E
E
E
U
`o
ao
00
in
O�
v°
(°�
m
m
m
p
p
m
m
m
m
m
m
m
M
o
0
o
q
j
E
E
E
E
too
ai
ai
a�
ai
to
tm
m
U
U
O
�
>
>
>
>
>
>
>
m
�,
,�
p'
o
u
0
u
0
U
o
u
a
C—
M
>
>
N
c
tO
C
c
O
o
�
Q
Q
I��
Q
�•
T
T
>•
T
v
.-1
fC
tO
Ct7
to
C
@1
(>A
@)
�tO•
V
ntO'
V
O
a
a
,--1
.-1
e-•1
r1
V
N
.--1
V
.-1
Imo,
/:.f,
fa,
C
O
o
O
O
yam.
y
N
U)
f9
Y
Y
Y
Y
Y
Y
Y
M
V
G
G
T
U
u
j�
j,
j�
j�
u
u
u
Cp
CO
T
T
T
T
T
T
T
U
U_
U
u_
O)
�uj�
L/
V
pU•
V
/U��
V
Ou
^`
^`
N
N
N
E
E
E
1
O)
Ql
Ol
OJ
(/
I
=
C
•C
•C
•C
C
v
�'
v
a
L
v
C
N`
J
V
V
` J
�_
�_
C
C
C
C
C
C
C
++
L
a
—
—
—
_
a
s
'N
o.
Cl.
'N
E
E
E
J]
J]
J.
E
E
E
E
@�
�
N
.�
N
.�
.�
N
'C
'C
C
Y
Y
Y
Y
YI
c
O
C
o
c
O
c
O
c
O
C
O
c
O
E
E
E
E
YQ
O`D
b
J=
J=
J=
J=
CO
O)
O
`
O
L
O
O
0)
v
a�
v
v
u
v
O
a
u
u
u
u
a
o.
a
a
a
a
a
O
O
0
i=
L
L
Y
T
w
w
N
O1
N
O)
N
y
N
y
(D
N
Q)
N
a•
Y
T
Y
T
Y
T
Y
T
Y
T
Y
T
Y
T
m
u_
u_
u_
u_
�
v
v
v
v
v
�
a
a
a
a
c
'c
m
v
v
C
c
tl0
t
E
N
N
IV
N
E
E
E
N
N
Y
0
O)
C
0)
C
O1
C
Ol
C
0)
C
v
C
N
C
d
v
v
w
w
v
g
g
ra
m
m
m
m
m
m
to
m
J
J
m
v
v
v
v
a
v
v
,4,r
m
CO
m
m
m
C_
C_
C
C
J
w=
S
S
S
C
OC
1'
c
c
m
m
m
m
CO
m
m
m
m
O
w
N
Y_
N
T
c
0
O
E
E
E
E_
Ln
O
0
O
v1
O
r
T
T
T
T
T
T
T
V
Y
Y
Y_
C>>>>
O1
O)
Ol
a!
CL
C
C
c
O)
Y
Y
Y
Y
m
f-
tC
to
(0
d
m
Oct
c
c
c
d
c
c
QJ
m
U
U
U
U
(n
(n
CD
m
en
m
m
m
m
0
C
O
O
O
O
to
>
>
Q
Q
—
Q
Q
to
m
to
m
>�
Y
Z
Q
Y
Y
Y
Y?
2
Y
Y
Y
Y
Z
i.+
G
O
L
LL
a
a
a
oa
Q
Q
-
m
u
u
u
u
r
0
a
Q
+�
m
L7
O
a
0
a
C
0
a
C
O
a
C
m
m
C7
m
C7
LI:
E
Il
E
�.
O
m
m
co
LL
m
LL
co
LL
m
LL
m
C
C
C
C
LL
-Fay+
Cl.
Z
Q
Q
Q
Q
Z
Q
Q
a
Q
Q
Q
Q
ll"
.Ln
Ln7
r-.
a-
}+
`
N
U
LO)
a
Q
'a
Q
7
7
7
N
m
Cao
m
O
Q
U
C
C
C
C
C
N
C
C
C
C
J
J
J
J
p)
u
u
u
u
E
N
C
o--—-
O
O
N
0
0
0.0-0
_
=
C
—
L
L
C
C
C
C
3
t
fn
(n
(n
(n
C
tw
c
MO
c
on
c
m
c
(�
u
v
en
c
en
c
r
(n
U
U
o
U
0
U
0
U
o
U
C7
U
r
. n
" n
" n
'E
tu
_�
@
C_
T
u>i
vi
•7
tp
U))
•7
O
O
O
ca
U
U
U
U
U
U
J
J
y
7
D
m
t0
N
Cl
J
J
J
J
D
J
J
J.
of
of
J
C0
l6
C0
J
t0
J
m
J
m
J
F
O
M
O
O
N
d
00
Cn
O
O
d
O�
nm
O
0
M
O
M
(O
r-
r-
0 O
7
Oi)
O
N
O
O
i
O
O
0
0
7
0
0
0
0
0
0
—
0
0
—
0
0
0
a
C
eT
a
C
>
�i
U
>.
m
>-
a
C
a
L
>,
>�
a
�.
>
>
J7
O
J]
J7
a
C1
>
01
a�
U)
>>
¢QIz0202¢
o
a�
a�
(AO
a�
U)
¢Q0zzLL¢LLLL00z
m
o
o
0
0
0
w
0
0
o
OU
to
m
CL
000000000000000000000000000000
LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL
i i i LL . i i i i i i i i i i i
00 00 N N 00 ' O O 00 00 00 00 00 00 00 CO 00 CO 00 CO C6 (b 00 CO C6 CD 00 m Cb Cb
r- CV N — N N — — r- r- r- —r r r r �-
CO (D CD (D (D (D (D CO (D CD (O CD m (D CD (O CO m CO 0 0 CO CD CD CD CD (O O CD CO
r -I N .1 ri p O p p O U1 U) U1 U> Ln Ul Ut U1 U7 Ul U7 Ln Ul U1 Ul U1 Ln U1 U7 U1 U1
ri riri N N N N N Cl' M M Mm M M M M U1 Ul Ul U1 U1 Ul U1 U1 U'1 U1 U1 U7 Ul
v * v d ,-( r-1 r, n a (n Ln Ln Ln (n Ln Ln (n co oo oo oo co ao oo oo oo oo co oo co
lD (D CD (D O O N N CO U1 U1 L? U1 U1 V1 L 1 Ul U1 U1 U1 1n U1 U1 (n Ul U1 Ul U1 U1 Ul
M M M M N N f\ N (O n n I' 1\ N N r- N (D (D (D W (D CD CD CD CO (D (D (O (D
m 00 m m N N;r -�r M -T V -* V d' d' GY . N N N N N N" N N N N N
N N N N O O m w m n N N N N C, N N N n n ^ n n n C\ n N f, 1, n
0 0 0 6 e -i '-1 QI m ri 4 4 4 4 4 V V 4 N N N N N N N CV N N N N N
0 (n U1 U'1 O O O O p ri ri ri ri H N ri ri ri N ri -4 ri r1 ri ri N ri ri ri ri
Cb CO CO CO CT CT (O CD M v V tt a 1-3- v cr V (D (D (D CD (O (D (D CD (D (D (D CD CD
EE E E E E E E to tw m co co oc to cn on on to m on
L L L L L L L L L L L L L
m O O O O O O O O O O O O O O O O O O O O O O O
U }; Y N
cU U U U U U U U U U U U U
Vf A VI VI VI VI nT. v p L L L L L m m m m m m m m m m m m M
7 7 7 =:F -:E c c c 0 0 0 0 O o 0 o E E E E E E E E E E E E E
@1@1@1@1 aQo a((m�� o_- a a aQaQaaQaaaaaaQQQQa
ri ri ri ri E E U U @j m .m m •(O m m .m .(Q w Vt Vt N w N Vt VI VI Vt to u, VI
E E ;—------ m E E E E E E E E E E E E E
E E U 0 U v v v v v v v @1 @J @J @J @J @J @J @J @J @J @1 @J @1
L L i t t L L L L L
C C C � +' �' _ a_+ a+ +�+ :u, Y 7 7 7 7 7 7 7 7 7 7 7 7 7
w w w _ L L L L L L L L L L L L
@1 @1 E E E E E E E E on m a c c a c cn c c c cn cn
L �- � �/ E p' a' a' C C C C C C C C C C C C C
C C C C Vm1 Vnj U U V @1 @J V V @J @1 @1 m CD m CCI CC CCL m CC m CCI m CCL m
N N M M M m m VI a s a a a a a Q Q a a Q a
O O O O 7 7 7 V7 (C m m m (p m (C N N V7 N VI IA N N Vf VI VI N N
V� to V1 0 0 0 a Q O Y Y Y Y Y Y Y Y
4J w y y U U 7 7 7 7 7 7 7 7 CU O N O 4J 41 N
C a n a" "ED cm M u u u u u u u u °' v v v °' v v v v v v a, v
Y
Y
Y
Y
L
L
r
r
r
r
r=
r
r
r
r
r
r=
�
7
.0
_U
!
m
m
m
m
m
m
m
m
7
7
7
7
7
7
7
7
7
7
7
7
7
O
O
7
E
(Q
Y
y
Y
v
Y
e
Y
Y
�
Y
le
Y
L
L
L
L
L
L
L
L
L
L
L
L
L
C
C
C
C
U
7
0
0
0
7
D
7
7
7
7
7
7
C
C
C
C
C
C
C
C
C
C
C
C
C
C
C
C
C
C
C
C
C
C
C
C
C
C
QJ
C1J
Q7
GJ
U
a
a
(�
J
J
J
J
J
J
J
J
M
M
M
M
M
M
M
M
M
M
M
M
M
m
m
m
m
to
m
w
m
a
a
�
0
0
0N
C
N
0
0
a
Q
a
a
a
Cl
a
a
a
a
a
a
a
T
T
T
T
o7
N
C
C
¢
'C
'C
'L
.0
'L
'C
'L
-
N
N
U1
N
Ln
N
V1
Ln
H
U1
U7
N
U1
C
C
C
C
m
O
N
L
L
L
L
L
L
t
t
N
y
y
y
y
y
y
Q
-
_
N
4J
Z
C
C
C
C
m
m
Ur
Ur
�6
U
U
U
U
U
U
U
U
N
4l
Cl
CU
4J
41
N
4J
fU
N
N
4J
CU
m
m
m
m
U
U
�
M
U
m
m
m
m
m
m
m
m
J
J
J
J
J
J
J
J
J
J
J
J
J
zlzlzlzl�—�— Z z1zI§I§I�iI�1§I§I§I§Iz2Iz2IgIz2Iz2Iz2Iz2lz2lz2lz2lz2lz2lZ2
(D I� Q7 .M- Q1 N N N M M N N (D CO co I'*
co O O
O O O O 0 0 0 0 0 0 0 0 0 Q) (A CA O 41 O�j m
a� CT � C C = C C C O CM > > T C C O Q
0 m 7 m O 7 7 7 7 7 7 7 7 7 7 7 7 7 O O U U m
0 LL Q 2 LL n n Q������ Q Q -) � Z Z 0 0 2��� Q w�
N
N
0
O
Ln
ri
v
to
(C
d
r
r
r
r
r=
r
r
r
r
r
r=
0
0
0
0
0
0
0
00
0
0
0
0
a
s
o.
a
Q
a
a
a
a
n.
a
a
a
r
"
o
0
0
`0
0
0
0
`o
0
o
0
0
0
Q
Q
Q
Q¢
Q
Q¢
Q
Q
0
0L
—
—
—
—
—
—
—
—
—
—
—
—
a
s
a
a
CD
a
L
Q
L
a
L
a
a
L
a
a
�
a
L
--
C
C
C
C
C
C
C
C
C
CO m
m
m
a
a
cD
a
¢
a
a
a
¢
¢
a
C
-
C
-
-
-
-
-
-
C
-
-
-
-
-
C
-
LL LL
LL
LL
a
Q
a
a
Q
-
_
Z
-
-
-
-
-
-
-
-
>
>
>
>
>
>
>
m m=
>>
T
C
C
C
C
C
C
�
M
m
m
m
m
m
m
m
m
m
m
m
m
h:
a
a
a
m
m
m
m
a
a
d
a
a
m
7 7
7
7
to
N
O
O
N
N
of
d
N
N
d
N
U
U
U
Y
Y
Y
U U
U
U
Q
a
L
L
L
7
7
Y
7
Y
7
Y
7
7
Y
7
Y
7
N
to
N
N
N
L
w
m
N_
to
to
y
In
rG
E
E
O
U
N
U
N
g
m
m
m
m
m
m
m
m
o
o
o
o
o
o
o
a)
w
3
3
3
3
3
3
3
3
a
a
a
a
.
Q
0.
a
m
C
m
m
C
m
C
0101010
m
oil
m
m
C
C
C
C
C_
C_C_C_2
0
1
I
I
(D I� Q7 .M- Q1 N N N M M N N (D CO co I'*
co O O
O O O O 0 0 0 0 0 0 0 0 0 Q) (A CA O 41 O�j m
a� CT � C C = C C C O CM > > T C C O Q
0 m 7 m O 7 7 7 7 7 7 7 7 7 7 7 7 7 O O U U m
0 LL Q 2 LL n n Q������ Q Q -) � Z Z 0 0 2��� Q w�
N
N
0
O
Ln
ri
v
to
(C
d
N
N
O
LD
r -I
a)
00
d
O
p
0
0
0
0
0
0
0
0
p
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
p
i
L�
LL
LL
LL
LL
LL
LL
LL
LL
LL
�
LL
LL
LL
LL
LL
LL
LL
LL
LL
LL
LL
LL
LL
LL
LL
LL
LL
LL
LL
LL
00
00
00
00
00
00
00
00
00
00
00
00
N
�
00
00
00
00
a0
00
00
00
00
00
00
�
00
00
00
O
6
00
--
�-
r
r
r
�-
-
-
-
N
-
-
�
r
r
.-
r
r
�--
r
-
-
(D
(D
CO
co
CO
(D
O
(D
co
N
(D
(D
M
(D
(D
0
0
CO
O
(D
(D
0
0
co
CO
0
co
O
(NO
0
Ln
Ln
Ln
Ln
Ln
LA
Ln
ri
e -i
-I
r-1
w
oo
ri
a -i
HH
11
Hri
H
1
ri
ri
.--4
H
HLn
00
U1
Ln
LnLn
Ln
Ln
Hri
ri
ri
O
O
H
ri
ri
H
H
1
H
.-i
H
HN
ri
H
H
HOO)
000
00
00
00
00
00
00
00
V
V
Itn
n
4
*
4
V'
C
4
It
V
V'
:
V'
Ci
*
Ui
LO
U1
L9
U?
Ul
L!1
uj
Lf
lO
(D
LO
LO
't
't
LO
LO
LO
LO
LO
10
LO
lO
LD
lD
LO
LO
LO
LO
LO
IT
lD
LO
LO
LO
LD
LO
LD
LO
M
M
M
rn
n
n
rn
M
M
m
M
NL
rn
M
rn
M
M
M
M
M
m
00
N
N
N
N
N
N
N
N
co
00
00
00
00
0o
0o
00
00
00
0o
00
co
00
0o
00
00
00
00
00
00
O
n
n
n
n^
n
rV
N
rV
rV
L!1
LIl
N
N
N
N
(V
N
N
rV
N
CV
N
(V
N
N
N
L'�
VL'
N
CV
N"
N
N
N
O
0
CD
CD
ri
1-4
0
0
0
O
0
0
0
0
0
0
0
0
a
0
0
-
t\
N
ri
ri
ri
r1
ri
ri
LCL
Ul
Ln
vi
O
O
Ln
Ln
U1
Ln
Vl
Ln
Ln
Ln
LCL
LA
Ln
Ln
Ln
Ln
Ln
M
O
lO
LO
LO
LO
LO
LO
O
00
CO
00
00
n
n
00
00
00
00
00
00
00
00
00
00
00
00
00
00
1 OO
IN
M
N
.IA
E
M
m
to
i0
m
`D
`D
`D
E
E
E
E
E
E
E
E
E
E
E
E
E
E
0
O
O
O
.-
'
E
OMmU
O
M
N
N
N
H
G
G
O
Ln
O
H
0
N
f0
to
0
M
f0
N
f0
N
H
f0
N
a
N
N
H
f0
h
fa
N
f0
H
L
rn
E
E
E
E
E
E
E
>
>
M
o
o
=
>
>
>
>
>
>
>
>
>
>
>
>
>
>
L
(U
m
a
a
a
a
Cl.
a
a
Q
Q
Q
Q
s
E
Q
Q
Q
Q
Q
Q
Q
Q
Q
Cal
Q
Q
Q
Cal
Q
Lo
a
'EA
E
N
E
vL
E
of
E
H
E
0
E
0
E
rl
ri
ri
ri
E
E
ri
r-1
N
ri
ri
ri
ri
ri
ri
ri
r-1
ri
ri
e -i
r -I
e
M
Y
Y
Y
Y
@1
C1
Y
Y
Y
Y
Y
Y
Y
Y
Y
Y
Y
Y
Y
Y
Y
O
U
T
Q
Ud
Q
Cal
Cal
Q
�)
T>
"O
•D
T
_0
T
_0
T
'O
T
'D
T
T
-0
T
'D
T
'O
T
"0
T
'O
T
•D
T
'0
T
'D
T
-0
T
'o
T
'O
T
"O
y
w
(J
w
al
to
c
h
c
O1
a)
a
a)
w
al
al
w
a
aJ
w
aJ
a!
a!
Y
!�-
L
L
c
c
c
c
O
O
c
c
c
c
c
c
c
c
c
a)
c
c
c
c
c
W
c
Q
++
m
m
tw
m
m
o0
00
Lv
a,
w
ai
'Ui
a,
a,
w
ar
v
a,
w
v
w
v
ai
v
a
(U
0)
E
ro
L
C
C
C
C
C
C
C
m
m
A
A
Ln
h
m
.o
A
A
A
A
A
A
A
A
L
A
A
A
A
Y
Gi
m
m
ID
m
m
Cv
(aU,
wv
Cv
ca,
C
Cv
Cv
Cv
ca,
j
a
s
-�.
�
ao
O
O
O
O
O
O
o
O
O
o
O
O
O
O
o
O
O
ON
L^CLO
a
6
w
a
a
a
aJ
Ln
1�
Ln
a,
>
1
>
0
aC,
V
0
vC
0
w
V
0
0
0
vC
Ln
aC,
N
vC
vc
0
0000
aC
c
v—vvvvvavL
_M
—m
La
CL
L
a
LY�
a
L
a
L
a
L
a
L
a
a
L
on
L
a
L
a
L
a
L
a
L
a
L
a
L
a
L
a
L
aO
Y�
O
H
E
O
0
.D
YYY
Y
m
7
7
7
7
7
7
7
-0
T
-0
T
'D
T
-0
C
C
"O
"0
-0
-0
"O
-0
-0
-0
"O
"O
"O
•D
-0
M
-0
La
Y
aJ
Ql
QJ
aJ
O
'�
O
•�
a1
Ql
Q/
Ql
Ql
aJ
Q)
Ql
a!
a)
Ql
aJ
a)
aJ
aJ
C
00
0D
00
0D
OD
00
00
C
C
C
C
C
C
C
C
C
C
C
C
C
C
C
C
C
C
C
Y
M
v
a
a
r
C 0
C
C
t 0
C
r0
tC
9
W
W
W
W
A
al
ai
W
a/
w
w
w
w
w
al
w
w
al
w
al
w
w
U
C
4.0
a
CL
Cl-
CL
a
a
a
Co
Co
Co
C1I
Ln
Ln
m
CO
CO
CO
Co
CO
CO
CO
on
m
an
m
CO
CD
m
M
Ln
Ln
Ln
Ln
Ln
Ln
Ln
T
T
T
T
aJ
a/
T
T
T
T
>.
T
T
>.
T
T
T
>.
T
T>.
J
C
U
y
4J
y
4J
y
y
y
C
C
C
C
>
>
C
C
C
C
C
C
C
C
C
C
C
C
C
C
C
N
J
J
J
J
J
J
J
+-'
,''
a)
m
aJ
m
a1
m
W
mInN
W
m
al
m
al
m
W
m
al
m
0
m
N
m
0
m
W
m
al
m
al
m
W
m
w
m
w
m
w
m
m
3
O
z
Z
Z
z
z
Z
z
O
O
p
p
p
Z
a
z
z
a
z
a
z
z
a
z
a
z
z
CL
Z
a
z
Z
a
a
o
p
g
>
Z>
g
g
M
g
g
2
z
z
z
z
z
z
a
a
a
a
Q
2
c
O
L
LL.
r
r
r
r
r
r
r
oa
oa
a
a
a a
OL
L
L
Q
L
Q
L
Q
L
Q
Q
L
Q
L
Q
m
m
o.
Y
o
c
c
c
c
c
c
a
0a
LL
Q
LL
Q
L
Q
a
m
m
m
L
L
m
m
m
m
m
m
m
m
m
m
m
m
m
Q
7
7
7
7
7
7
m
Q
Q
LL
LL
LL
LL
LL
LL
LL
LL
LL
LL
LL
LL
LL
a)
a)
C
>,
LD
Lo
(0
N
(0
m
La
Q
Q
Q
Q
Q
Q
Q
Q
Q
Q
Q
Q
Q
Q
Q
Q
Q
O
O
7
C
m
m
a
m
m
m
a
�,
�,
M
La
LO
f0
(9
(a
LO
LO
W
(a
fo
L0
(a
=
=
o
0
0
0
o
c
c
3
3
3
3
3
3
3
3
3
3
3
3
3
U
o
in
in
in
in
in
in
in
c_
c_
c_
—_
—
as
m
LO
m
m
m
m
m
m
m
m
Lo
m
S
'�
c
u
Ln
N
N
T
N
N
N
_c
O
n
N_
_N
N_
N_
N_
N_
N
fn
L
L
N
to
Ya
C
�
C
o
C
2
2
M
C
C
C
0
0
0
0
0
0
0
o
a
a
a
a
a
a
a
G
L
C
L
O
O
Y
w
w
w
w
w
m
w
c
C?,;�
c
c
c
c
c
c
c
g
Z
c_
c_
c_
_c
!v]
O
-
r-
w
00
0
Ln
(D
I--
-
'
LO
M
co
0
0
0
0
7
7
O
O
O
O
0
0
0
0
0
0
0
0
0
0
0
0
j]]0
C
C
U
Ua
U
a
a)>]w=D0mma
C
C
U
OL
>
-0
7�
C
7
U
O
n
O
n
Z
a
La
WO
p
[ ; I
N
N
O
LD
r -I
a)
00
d
0000000000a0000000000000000000
LL
LL
LL
LL
LL
LL
LL
LL
LL
LL
LL
LL
LL
LL
LL
LL
LL
LL
LL
LL
LL
LL
LL
LL
LL
LL
LL
LL
LL
LL
00
00
0o
00
00
00
O
p
00
00
00
00
00
00
00
00
00
O
00
00
00
00
00
OO
00
O
00
00
00
r
00
r
(D
O
CO
r
0
0
r
CD
N
0
r
co
r
0
0
0
r
0
r
(D
r
0
r
O
r
O
N
Co
r
CD
r
O
r
(D
r
CD
r
O
r
—
CD
N
(D
r
(D
e-
CD
r
O
O
O
O
O
q'T
M
r -I
r -I
O
ri
N
N
r1
r -I
r-1
O
O
O
n
q*
d'
V
O
CD
Q
N
ri
-qt
ri
r -i
r(
ri
ri
ri
V
It
TT
It-zT
N
N
d'
r
It
�r
rO
ri
d'
d'
CF
lzr
�t
I:r
V
Tr
It
'T
-t
N
N
In
(D
(D
00
0o00
O
l0
M
CD
M
00
(D
M
lD
M
CD
M
lD
CD
M
CD
M
00
00
00
CP
Ol
1(7
00
00
OO
CD
C
w
^
rl
CD
M
w
CD
CD
w
CD
I
N
N
w
CD
CD
M
m
M^
O)
p
p
N
o0
00
m
w
w
a0
00
ao
00
m
m
m
CD
w
o
r`
r
m
m
m
00
i
0p
00
N
N
N
f`
N
i
N
i
00
N
i
N
N
N
N
N
I
00
00
i
00
r-
i\
i
00
^
r-
0o
w
i
w
ri
N
r-1
'
'
'
0
co
O
0
1"
0
0
0
0
0
0
r-1
H
ri
MA
v
0
M
0
M
0
M
^
^
v
N
In
00
v1
00
0
M
ui
00
Ln
00
Ln
00
In
00
Ln
co
Ln
00
O
mm
o
0
M
0
CD
oO
wa0
O1
O
m
0
m
0
M
0
m
H
of -
E
-
E
-
E
o
—
E
-
E
—
.E
--
E
-
E
-
E
—
E
-
E
—
E
-
E
-
E
-
E
-
E
-
E
—
E
L w
w
w:
E
u
w:
w
.,:
w
w:
w
w
w:
w:
w:
w:
w:
�,
"-
to
>>
O
w
w
w
c.i m
m
m
O
m
m
(0
m
m
m
m
m
m
m
m
m
O
O
m
m
m
iri m
m
C
U
Y
p
N
7
N
7
7
7
D
O
7
7
00
00
GO
>
>
f9
(p
00
00
00
m m
m
m
j
@j
C
m
m
-p
"O
m
m
b
b
@J
O
co
@j
O
ri
@J
ri
@J
@J
r I
@J
ri
@j
ri
@J
ri
@J
r I
@1
r i
@J
m
Cdj
m
@J
H
v
w
0
,n
m
0
m
@1
@J
m
@j
u
u
u
E
E
E
m
D
Y
Y
y;
Y
Y
Y
Y
Y
Y
m
m
CL
u
u
u
=
is
O
u
O
u
O
u
@J
E
v
v
v
v
v
v
v
o
u
u
a
a
w
s
v
L �_
v
�_
v
�_
Q
Q
Q
oD
m
Y
ai
C
w
C
v
>
a,
C
a)
C
a)
C
v
C
a,
C
a,
C
v
�_
v
a�
�_
@j
@%
py
a,
L
v
-W
E
E
E
H
LL
�'
LL
—
m
m
c
a
n
w
a
E
w
w
w
a
a
w
n
a
E
_�
E
E
T
T
vcr
�.
U
U
L
m
Z
Z
Z
H
y
C
C
L
1:1:
L
@j
@)
@J
m
j
C
O
C
O
"0
N
C
0
C
0
C
0
C
0
C
0
CM
0
m
m
O
OLnLn
N O
O
�
O
L
L
L
E
v1
v1
v1
O
H
h
In
v1
an
vi
O
vi
O
vi
O
Y
E
Y
E
O
O
O
O
.X
-Ni
m
O u
m
u
m
u
m
m
m
L
a
L
a
mL
u
a
L
a
L
a
L
a
L
a
L
a
m
u
m
u
m
u
m
u
m
u
m
u
O
%A
E
G
o
L N
`1
N
`J
N
`1
—_
m
O
E
Y
T
Y
T
N
N
Y
T
Y
T
Y
T
Y
T
Y
T
Y
T
N
ai
N
ai
N
a1
N
`
N
W
N
a/
N
a1
m
L
L
L
L
m
'O
"O
�_
'G
-0
'O
'C
'O
'G
�_
�_
�_
>>
T
w
al
(D
_O E
E
E
v�
in
�n
m
a)
C
a)
C
E
w
C
w
C
a
C
w
C
a)
C
ai
C
E
E
E
d
a)
p��
L
L
E
E
E
m
m
m
m
m
>
m
Z
w
w
m
OC
w
a/
w
w
w
w
m
z
m
K
m
K
C
O
C
O
O
U
W
V
W
m
K
m
w
m
C
m
m
m
m
m
m
m
m
U
fO'n
{J O
O
O
—-=
a0
a7
7
T
C
T
C
O
T
C
T
C
T
C
T
C
T
C
T
C
C
in
mmm
cO
cG
to
c
c=
c
C
c
c
C
C
m
m
m
Y
Y
m
m
m
U
U
U
j
a)
m
en
u
co
m
00
an
m
m
U
U
U
m
U
U
U
0
Y
ar
C
O
z
z
z
z
z
z
a
z
z
p
0
0
0
0
0
0
z
z
z
z
z
d
J
Q¢
a
s
n¢.
C
O
L
M
ca
a
a
a
Q
V
a
m
m
Q¢¢
Q
T
a
m
m
m
'-�°
a
a¢
a
a
a
m
m
QQ
C
LL
LL
O
m
LL
m
m
LL
m
LL
m
LL
m
Cr)
CD
CD
Y
Q¢¢
z
z
z
to
to
C
C
C
m
¢
Z¢
LL
LL
O
Z
Z
Z¢¢
t
t
a>i
m
m
0
w
0
o
¢
¢
¢
¢
¢
¢
¢
E
¢
Q
Q
—
—
—
a
a0
LL
LLt
7
ri
4l
m
LL
m
LL
m
LL
.D
7
O
N
N
(A
m
y
rn
rn
rn
L
L
7
O
7
-'
m
m
m
B
0
0
O
O
O
O
O
0
0
c
a)
w
a)
N
N
--
En
m
m
_m
O
n
n
a
y
�
y
�.
�
a�
z
m
m
m
Y
m
a
a
>
c
w
n
at
l
a—
a
n
a
a
z
z
m
m
m0
c
D
z
z
Z
m
i
((7
p
p
O
O
00
to
U7
0
d'
CO�
(D
O
O
O
V'
Cl)
O
It
�
r
CO
CD
g
r
r
rn
r
r
o
o
r
o
0
o
p
g
q
o
rn
o
o
q
o
o
Ln
o
0
0
M
a
a
a
m
O
m
n
m
`m
m
U>
O�
s
V
m
U
c
C
c
'
C
U
N
2¢¢
aai
(n
aai
ch
ai
(n
2¢
rG
LL
2
2
20
z¢
0
2
o
LL
--3
LL
o
(n
o
N
N
.0
O
a,
OO
m
CL
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
O
V
0
0
0
LL
LL
LL
LL
LL
LL
LL
LL
LL
LL
LL
LL
LL
LL
LL
LL
LL
LL
LL
LL
LL
LL
LL
LL
LL
LL
LL
LL
LL
a0
a0
N
N
a0
OD
OO
�
m
m
o0
a0
Op
OO
OO
00
00
00
m
a0
OO
a0
m
00
00
�
cO
00
LL
'
CO
00
m
00
O
rD
(D
(D
O
(D
O
(O
(D
c0
O
O
(D
(D
a0
m
cD
O
(O
(O
(D
O
(D
co
(D
r
(D
(D
�
O
�
(D
:Zr
It
-It
T
1*
ct
V
d'
't
I;r
-zr
zr
-:3-
M
it
�
-,t
H
r -I
e -I
rl
H
H
H
N
N
e•i
. l
. l
m
m
co
.-i
N
r -I
V
t7
Ul
vl
vl
vl
vl
vi
vi
v)
vi
Ln
vl
vl
vl
vl
v1
m
m
O
.-I
.-I
-1
4*
14
W
W
(D
W
(D
(D
(O
LD
W
W
W
W
(D
W
W
n
n
00
lzr
qczr
00
00
vl
vl
I!l
vl
T
vl
T
L l
Vl
Vl
vl
L?
Vl
ul
N
.-i
N
ti
(D
lD
LO
l0
W.
N
N
N
rV
N
N
rV
rV
N
N
N
N
N
rV
M
m
O
M
cn
m
m
m
rl
r-
N
rn
N
rn
N
r-
r`
r-
r,
r,
rn
r,
N
r•n
m
v
co
00
00
OO
00
V'
li
17
V•
1
V
V•
IT
lzr
V.
Nt
IT
V
IT
V
N
N
0o
N
N
N
H
H
N
N
N
N
N
N
N
N
N
N
N
N
N
N
N
n
r\
O
O
O
O
O
O
H
H
N
.-1
-4
ri
N
.•i
-4
11
e -i
.-(
1-4
1-1
H
O
O
r
v1
vl
vl
M
M
�-.3,
V
V'
V
'*
-*
V
d
N
N
O
co
m
co
M
.En
H
—
—
—
—
—
m
E
E
E
E
E
E
E
E
E
E
E
E
E
E
E
E
E
o
o
V
m
m
o
o
o
o
0
o
o
o
o
o
o
o
o
o
o
ca
to
,�
m
ra
m
M
UL
U
U
u
Y
U
Y
U
U
u
+
u
u
UL
uL
u
uL
E
`
L
L
tf
LV
Y
O
co
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
rp
'rp
j
UQ
Q
VQ
Q
Q,
a
L
O
.!C --L
LO
aa
L
E=L
�
a
L
.!C=L
O
L
a
L_
On L '.
a
L
a
L_
a
L
a
L_
E
E
-01••'I
N
t"1
L
Y
u
m
+•'
m
+_•'
m
+_
m
t:
m
t,
m
++
m
m
m
a+
m
++
m
a+
m
m
a..
•ra
r
m
-0
C
"O
C
6
Y
T
Y
T
Y
T
m
N
N
a
a
a
a
a
a
�+
a
t+
a
a
a
Q
a-'
a
a
a
�+
a
f0
-
a,
ai
@1
Q
Q
QQ
Q
Q
Q
Q
Q
@J
Q
Q
Q
Q
(U
L
E
E
v
a
L
a,
L
v
L
v
L
a,
L
a
L
a,
L
a,
L
0
L
N
L
w
L
ar
L
W
O
a
O
a
aa)
o
aci
a
H'�
'�
_v
'�
'�
'�
•�
'�
•�
•�
•�
•�
•E
•E
•E
•E
@J
@J
U
C
C
C
L
O
O
O
Q
Q
m
m
m
m
fa
m
m
m
m
m
m
m
m
m
m
E
N
IA
to
O
L
L
-0
.0
.0a
.0.n
.0�
Si
�
�
.0
.0
.0
.0ro
ry
v
v
v
u
u
a
a
a
O
Ln
O
M
N
aJ
N
aJ
L
L
6J
L
L
L
L
L
L
L
L
L
L
LL
�
Y
Y
Y
W
a1
al
a1
al
aJ
al
d
al
a!
a1
Qi
al
Ql
a)
m
ca
mra
2
2
Z>
2
2
2
2
2
2
a,
a
m
(U
0)
aci
++
m
cc
H
T
L
T
�.
T
T
T
T
T
T
T
T
T
T
T
`^
y
`,
aJ
Y
m
m
m
{J
0
0
LL
L
L
L
L
L
L
L
L
L
L
L
L
L
L
L
L
L
L
L
L
L
L
L
L
T
T
T
L
m
CO
m
Co
r0
CO
mm
m
m
m
m
m
m
m
m
m
m
m
m
m
m
m
m
m
m
m
m
m`
m
Q
L
Q
N
UL
U
aCl
m
aC1
m
m
C
O
Q
Q
Q
Q
Q
Q
Q
Q
Q
¢
Q
Q
Q
Q
¢
Q
Q
W
W
U
m
M
C
n_
m
am
EL
m
m
m
m
a
a
m
m
a_
JJ
-------
J
J
J
J
J
z
W
W
W
W
W
GC
c7
c
O
L
W
LL
L
L
L
L
`
L"•
L
`
`
Y
Y
a
m
(11
m
(I1
O
a
o
a
o
a
L
0
a
0
a
L
0
a
L
0
a
0
a
0
a
L
o
a
L
o
a
o
a
L
o
a
o
a
L
o
a
L
L
O
Cl.
L
O
a
0
a
L
0
a
0
a
L
0
a
L
0
a
L
0
a
L
0
a
L
Q
Co
CO
m
Q
Q
Q
Q
Q
Q
Q
Q
Q
Q
Q
Q
Q
Q
Q
v
Q
Q
Q
Q
Q
Q
Q
c
LL
Q
LLQ
Q
Q
L
=
C
C
C
C
C
C
_C
_C
L
w
a)
0)
-OW
m
L
rn
L
rn
rn
L
rn
L
Qr
L
Qr
L
m
L
rn
L
rn
L
°'
L
rn
rn
L
O1
L
or
L
Q
C
C
U
U
0
U
U
U
U
E
E
E
r
rn
m
w
rn
rn
rn
m
d
d
w
w
w
rn
m
m
m
m
m
m
m
m
s
n.
aaaaaaaaacLaaaa
a°a°OdddOQO
m
of
N
O
O
to
LO
r-
s�
d.
N
N
N
N
M
CO
co
co
(D
(O
r.-
Ln
In
r
0
M
co
C
C
a0
a
m
CC
O
0
0
U
0
U
0
U
0
U
0
p.
0
0
0
0
U
0
C
0
O
U
T
T
C
C
rT
U
D)
U
a
00
to
o
0
0
0
W
W
O
O
O-3
2
0
2
2
-1
0
O
U-
C
--3
C
-3
N
N
.0
O
a,
OO
m
CL
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
U
U
U
U
0
0
0
0
0
LL
LL
LL
LL
LL
LL
LL
LL
LL
LL
LL
LL
LL
LL
LL
LL
LL
LL
LL
LL
LL
LL
LL
LL
LL
LL
LL
LL
LL
LL
00
00
00
00
N
O
O
O
O
00
00
00
00
00
00
W
w
a0
00
N
O
O
O
O
00
00
w
w
00
(O
CD
cD
CD
CD
c0
N
cD
N
cD
N
O
N
CJ
N
c0
c0
0
(0
w
O
w
c0
0
-
CD
0
O
0
r-
c0
(O
C
c0
r9
O
N
a7
N
N
N
N
c0
G
O
C0
c0
O
d
d
d
d
d
d
d
d
d
d
d
d
d
d
d
d
d
d
d
d
d
cD
(D
CD
O
IT
d
d
d
d
d
d
d
d
ri
ri
ri
ri
00
00
co
Ln
.1.1
.1
ri
O
O
.-C
ri
ri
.-1
ri
d
d
d
d
O
O
O
O
N
rti
.-1
d
d
d
d
d
N
M
M
M
r'n
00
d
r -I
ri
.•i
.-i
ri
w
w
00
00
d
d
It
d
w
d
d
to
Ln
N
N
N
N
M
M
M
M
M
d
d
d
d
d
IT
00
00
00
CO
It
d
d
d
1-
l0
T
T
T
N
N
N
d
V')
In
to
Ln
00
00
lD
lD
W
W
W
W
W
0
W
00
w
w
00
O
M
M
00
00
ri
1-1
ri
)l
M
M
M
M
I-�
6
M
M
M
M
M
oO
00
00
CO
6
6
6
6
6
CO
00
N
N
M
M
M
M
O
O
O
O
ri
M
00
00
00
00
00
d
d
d
d
M
M
M
M
M
N
N
M
M
lD
10
l0
IN
IN
n
n
n
V
00
N
N
N
N
N
N
N
N
N
CO
CO
CO
CO
M
O
O
Ln
to
1-1
.-a
ri
O
Ln
to
In
In
M
ri
O
O
O
O
O
W
W
W
l0
r -i
ri
.-1
ri
Ln
Ln
t)')
1,
n
0
0
0
d
ri
ri
ri
.-i
O
O
Ln
Ln
Ln
Ln
to
0
0
0
0
0
0
0
0
0
00
CO
I,
n
d
d
It
Ln
co
CO
CO
CO
1l
M
w
w
w
w
00
N
N
N
N
M
M
M
M
%D
Mn.in
to
E
E
o
o
0
E
E
E
E
E
E
E
E
E
E
E
0
0
w
w
to
00
0o
co
o
V
f0
Co
}
r
i
p
E
E
E
E
O
M
Ln
7
LnL
7
0
0
O
a
O
n.
o
a
v
O
O
O
O¢
v
oo
v;
O
o
>
o
>
w
>
o
7
W
W
W
W
a+
oo
00
Ob
0o
i
co
a
a
-0
-0
-0
L
v
o
o
-o
¢
C
fO
@J
@1
@J
@1
@J
�,
m
+,
m
�,
R
c
ca
c
m
c
ra
c
ra
O
a
G
ri
ri
m
m
T
—
@J
ri
ri
ri
ri
.1
OJ
CJ
C1
C1
@J
@j
@J
@
'
C
Y
T
Y
T
O
c
O>>>
C
a
—
v-
w
T
T
a
T
a
�i
L
t
�-
t
i12
t
-
'O
0)
L
OJ
�a`
V
�a`
V
Cr3J
@J
@
@J
@J
@1
N
0)
'L7
v
'D
'O
O
W
O
a
O
a
O
a
O
CL
N
N
N
N
L
v
C
v
C
O
O
O
•i
0)
0)
W
0)
t
�_
C
C
0
C
v
c
C
w_
61
C
�+
Ol
0)
10
N
f0
—M
al
O
Y
C_
Y
C_
Y
C_
Y
C_
E
()
W
0)
d
0)
W
-O
M
.O
M
E
E
E
E
Y
L
.O
E
E
O
O
O
N
'N
.O
.O
QJ
C
C
OJ
0)
fn
N
fA
_
E
N
N
E
E
`
C
C
C
C
C
�-
L
O
O
Y
Y
•c
•c
•c
-
E
E
O
O
O
O
O
N
vi
vi
H
�+
O
N
h
U
U
U
m
O
L
of
H
O.J
O1
7
f0
0
f0
7
f0
7
f0
0
i
2.2
O
L
C
L)
Q.
L)
s
�^
L
�^
O)
'D
O)
_0
0)
u
d
a
`1
a
`/
a
a
a
u
u
u
u
O
tn
O
L
T
'D
T
'O
E
E
f0
_
N
f6
_
y
T
T
-0
T
-0
T
'D
T
-0
C
C
C
C
N
`1
N
v
N
`1
N
L)
Oo
Ca
O
O
O
rn
'E
Y
Y
Y
Y
�_
.E
a+
i=1
F+
y
.E
•E
•E
.E
'O
c
c
`
`
Vi
N
C
C
C
C
c
c
c
c
c
>
>
>
>
Y
0)
0)
t0
r0
,N
C
•c
'c
O
N
N
N
N
C=
m
0
0
w
w
w¢¢¢¢
M
M
'L7
�1
m
m
==
U
U
U
�+
Y
�+
�+
E
T
T
T
T
(a
T
T
Y
N
0
a)
0
0)
0
—
N
Y
0
O
T
T
T
T
T
C
C
C
C
O
O
V1
O
H
O
U
V
C
C
C
C
+Y
O
O
m
C
C
C
c
C
c
C
c
C
c
C
0)
C
W
C
W
C
0)
>,
T
T
CO
CO
m
m
Fa
FU
R
Fu
C
m
m
n
C7
C7
C7
U
m
m
m
m
co
U
U
U
u
C
0
O
z<jJ
-
J
_
J
_
J
-
;
z
J
-
J
-
J
-
J
-
J
-
0
0
0
2
0
0
i+
O
L
LL
t
o
i
C
C
O
a
ca
c
-
+-�
+-�
+-�
a
mmLL
0
`
O
O
EL
O
C-1-
L
d
L
a+
`0
t"
O
O
O
O
O
Iii
m¢
_
LL
Q
o
o
Q
a
0
Cl-
0
a
0
a
;m
m
m
m
m
m
ao.aa��c�C�
¢
Q
v
v
c
c
Z
Q
Q
Q
Q
z
z
Q
Q
c
�
c
Q
Q
v
Li-
LL
LL
LL
LL
-ai'N
o--
�
�
c°
�aQaa
„¢¢¢¢¢a
�.¢¢
N
N"
w
O)
N
0
rn
N
1n
N
o
.�--
o
o
o
v
O
U
O
U
O
U
O
U
O
U
U
U
U
U
-p
O
LL
LL
E
E
d'
O
o
a)
0)
a)
0
Y
.�
Y
K
CO)
(n
(n
U)
fn
fn
¢
¢
¢
¢
«-`-
=
X
X
N
0
0
L
U)
~~~~
0
0
0)
0
0
O
O
O
O
CG
O
cr
O�
w
_O
_O
LL
0
CC
c
LU
ui
LU
LU
x
2=
a7
LL'
0
1n
vi
to
N
7
0
O
K
LE
A
O
O
O
O
(h
l(')
C0
r-
In
d
d
w
O)
O
O
O
O
O
O
00
m
0
m
M
tf)
d
0
e -
`•••'
O
r
O
O
O
.-
O
O
T
O
O
r-
O
O
O
�'
0
0
0
0
0
0
0
0
0
0
m'
>
d
a
C>
>
a-
,
C
0)
C
a
Q.
0_
O)
C
C
C
C
i
>>
O
a)
a)
m
O
o
a)
O
O
U
ca
O.
>>
0
a)
U
O
N
N
0
m
a
s
¢
Z
LL
(n
�
z
z
(n
2
z
z
O
�
¢
¢
n
¢
(n
(n
¢
O
�
LL
¢
¢
LL
CO
(D
V
LL
C2
CD
LL
w
O
LL
N
co
LL
N
O
LL
CO
(D
V
LL
CO
CD
LL
0>
(D
Nr
LL
0>
CD
T
LL
CO
CO
V'
LL
ob
CD
IT
LL
C
CD
I-*
LL
00
(D
�t
LL
00
(O
V
LL
C6
CO
It
LL
W
CO
It
LL
00
co
cT
LL
M
(D
Nr
LL
00
(D
q-T
LL
O'
LL
O
CND
qzr
LL
O
coN
V'
LL
i
N
c(DD
U.
N
co
LL
N
(ND
LL
OC)
CD
LL
OO
O
LL
O
(NO
LL
OO
CD
LL
o0
(D
N
CD
N
w
-1
'-I
e-1
1-1
IH
-4
C*
O
O
W
1--
r-I r-I
-4
co
N
N
p
p
(O
(D
n
n
-1
It
e-(
V'
•-I
V'
-1
V'l
N
-4 r-I CC) cn n n
V N N V It��
r,
n
V
co
co
N
O
n
O
N
n
N
N
N
N
O
O
(O
(D
CD
CD
(D
CD
a0
r
(D (D a0 T M M
CD
M
m
-1
n
r
C?
th
ao
CO
CD
CD
M
M
M
m
m
04M
N
M M M M CD CD
CD
cD
n
n
CD
WC)
Ln
m
m00
0o
ao
ao
00
M
M
M
Cp M v � v n n
n
r`
W cD
O
o
T
M
N
N
N
PV
N
W
N N N N N r, h
n
N
N
N
d1
pOj
O)
(T
(n
Ln
o6666P
.-I
(n000�o)21.0'
wk6k6C;44
�o�
v
-
O
O
Ln
Ln
C!)
Ln
Ln
M
O
u) C!) — — .-1 -4
r-I
e l
O
O
O
CD
(D
.--I
� 4
CD
lD
O
c0
a0
00
00
O
M
M
CO CO 'T 'q 00 d
It
I-T
N
W
W
N
N
CT
0)
T
N
o)
'E
E
E
('"v
E
E
E
E
E
E
E
E
>>
O
O
E
E
t
o
uu
o
qV
o
r
mmmmmooo
�;
om
oOOOO
u
u
u
u
E
E
>>
M
p
p
7
7
7
7
a
C
7
7
7
-p
Y
Y
O
O
co
CL
Cl.m
@�
@1
@)
@J
@1
oa
@�
@J
@J
m
m
m
m
a)
a)
ao
00
c
o
o
on
to
o0
00
3
a`)
v
T
A
N
T
@%
@i
@i
U
�'
N
CD
N
N
Q
Q
-0
'O
-0'a
O
W
O
O
O
N
O
p
Y
Y
Y
Y
.T
SS
L
J_-
m
pa
to
C
N
u
a)
a)
N
in
nj
CU
tTn
C)
N
W
C
C
C
C
m
L
m
La'
U
U
~vf
40
C
C
aJ
N
CC)
a)
N
•�
y
y
CU
L
L
L
L
C
L
L
Y
Y
L
L
D
L
L
E
O
L
L
a)
N
L
N
v1
u
u
O
Ua
V
N
a)
.E
>>
0
0
0
0
0
N
0
0
0
E
0
u
0
0
Q
@1
4.0
L
L
Ln
N
L
o
a
ao
N�
m
Ln
m
a
m
a
m
a
m
a
m
3
3
°
0
0
��
vcuwvvoC
vcu
w
�n
O
a
a
a
a
0.
'D
„
a
s
n
--
O
h
G
a
L.Y
m
OCD
C
Y
.O
Y
Y
Y
N
v
O
Y
>
Y
"O
Y
Y
Y
Y
Y
C
C
C
v
N
_
L
`
`
C
C
c
c
y
O
O
u
U
C
Y
Y
C
C
C
C
C
E
7
fU
C
al
C
N
a)
N
C
m
aJ
CJ
a)
Y
C`9
C`O
Qal
'D
N
CU
CU
a)
aJ
E
m
N
a)
_
_
(U
u
u
u
u
CUO
O
O
}r
m
m
m
m
m
co
l7
m
o
[n
CO
Cn
LA
C/)
N
�
m
m
am..
CJ)
Ln
m
L
c0
L
T
T
T
T
T
C
0
>•
T
T
.0
U
'�
T>
>
>
O
m
`,
`.
C
C
V
U
U
C
c
c
c
c
c
c
c
c
O
a
O
C
o
C
c
C
c
W
j
W
C
c
a
a
a
a_
C
m
m
L
L
m
O
O
d
m
m
m
m
m
U
co
m
m
❑
J
J
C
3
O
�
Q
Q
W
W
W
W
W=}}
Z
Z=_>
Z
Z
Z
Z
H
U
U
Q}}
g
-�
O
O
O
O
O
O
z
z
o
o
o
o
z
O
O
O
O
U
m
m��-
z
z
C
O
L
LL
r
0
r
n
a
--
`O
a
a
m
°a
a
n
a
a
.-
o
a
a
Q
Q
O
a
a—
Q
m
LL
m
m
m
m
LL
Q
¢
O
0
O
0.
y
O)
•-
0
0
0
Q
Q
O
a
o
n.
r
a
Q
Q
Q
LL
Q
LL
Q
LL
Q
Q
m—
Q
Q
0
o
o
Q
a>
c
c
c
E
E
E
E
a
C
m
m
�'
�'
�'
C
C
—--
c
C
C
Q
Q
Q
Q
O
p)
o
'�
2
a)
a)
a)
a)
m
Z
Q
Y
U
LL
Q
LL
Q
rn
C
c
c
C
>——
O
O
o>>
O
a)
a)
3
3
0
L
L
L
C
L
7
o
U
N
d
N
s
m
o
N
0
rn
0
N
0
to
m
=
e
C
9
rn
O
O
O
D
U
Logo-W
m
m
m
m
m
m
C
7
a
X
X
-
-
N
W
m
m
O
O)
C D
O
c
O
0
3
m
L
7
L
W
W
t
m
m
m
m
a)
>>
a)
a)
N
d
C�
C9
c
c
c
c
O)
=
H
H
m
a
a)
a
a)
a
a)
a
a
a)
O
]
Y
Y
O
N
U)
ma
ma
c
v
oa
O
Z
c
LL
)i
>>
E
a
a
m
a
'�
to
m
O
O
O
O
'O
Y
Y
s
t
X
X
O
O
L
fn
(n
(n
(n
]
O
O
O
C
C
C
C
CC6
fC0
3
M
to
_
7
7
m
U
H
H
F
2
0
0
0
m
fn
S?
U
_o
U
m
H
H
3>>
~
m
m
to
co
Fo-
Fo-
j�
00
O
N
CO
Or--(A
O)
r^
CA
r
M
U1
O
CY)
(D
N
V-
Lo
Lo
N
N
r
N
0
(r
O
O
p
p
O
D
0
00
0
0
0O0
.Nmmmm
C
c
c
c
C
U
L
c
a
>
U
>+0
a
a
U
C)
a
a
m
a
0
a
m
a
a
a
a
m
a
U
-9
❑
LL
--.)o
n
Q
2
Q
z
2
LL
LL
O
O
Q-
U)
U)❑
Q
0
N
N
N
0
O
ri
N
a)
c0
m
CL
❑
❑
❑
❑
❑
❑
o
0
0
0
❑
❑
❑
❑
o
❑
❑
❑
❑
❑
❑
❑
❑
❑
❑
o
❑
❑
o
❑
2
2
2
2
2
LL
LL
LL
LL
LL
2
LL
2
2
2
2
2
LL
2
LL
2
LL
2
LL
2
LL
2
LL
2
LL
2
LL
2
LL
2
LL
2
LL
2
LL
2
LL
2
LL
g
2
LL
2
LL
g
z -
LL
00
00
t90
00
00
00
LL
cD
LL
CO
LL
cD
LL
'
cD
t
00
00
00
t
w
LL„
'
�t
tb
00
t
00
C2
[t
c0
00
t')0
O
O
LL
v7
tp
t
00
LL
t
0J
t
a0
U7
m
O
m
r-
CD
m
10
—
(D
.-
O
0
CO
O
�
m
m
m
m
�--
0
0
0
m
(ND
04
w
`'
(0
m
m
vm
Vm
d
Q
:tct
ct
lD
O
O
O
ri
t -i
cD
m
m
W
14
-4
r -t
'"'�
lD
ri
.-t
r -t
t-4
T -1w
T-1
ri
N
N
V
Cf
r-1
ri
—
'I
'-1
ri
-4
ri
r -I
-4
H
H
M
r•1
r-1
00
N
-**
d
tt
V
-cl,
O
O
O
O
d'
'T
v-
d'
00
14-
Itt
It
I�T
"T
'IT
O
It
-t
00
00
00
00
00
lD
T
O
O
O
O
t0
w
tD
lD
r`
N
to
T
lD
lD
T
M
lD
tD
V1
Ln
W
tD
LO
m
M
M
M
M
M
M
M
M
M
Ln
00
m
M
M
M
m
H
M
m
l0
m
m
m
m
00
w
N
N
N
N
00
w
a0
W
Ln
CD
w
00
m
w
00
M
00
00
N
01
00
00
a0
N
N
t(y
N
N
N
N
M
M
N
N
N
N
N
N
N
N
rl
rl
H
ri
O
O
to
to
to
to
0
0
0
0
ri
O
O
O
O
O
O
m
0
0
N
H
O
O
O
to
tf)
.
.
Ln
Ln
Ln
u1
O
N
tf)
m
to
to
0
O
Ln
to
ri
01
m
m
M
00
00
(h
M
M
m
co
00
c0
00
0�
Lo
00
00
00
c0
00
n
tp
00
W
Mn'0
E
E
.E
.E
.E
.E
.E
EE
.E
.E
E
.E
.E
.E
.E
O
.EE
a
m
t
U
o_:,�,,.:
L)
m
m
m
f0
,:---—,..:war.:
t?
E
'E
.E
'E
m
m
m
m
>
p
c
w...:�
m
m
m
.:
m
t�
m
o
o
m
.�
m
o
u
0
u
n1
>
o
OD
tO
>
>
T
T
T
T
>
N
>
V7
>
N
>
m
Y
N
>
V7
>
VI
>
VI
>
H
3
m
V7
3
N
3
Y
o
m
m
m
c
m
c
m
c
m
(dj
@1
E
E
@J
@J
@J
@J
Yv,
m
@J
@)
@1
b
@J
>,
@j
@j
@j
@j
E
a
v
@j
@j
@j
.1
r i
m
m
m
m
r,
.1
�
m
.-�
ri
r i
ri
.-�
,.
.-i
r i
p
u,
,Y
N
N
N
N
Y
Y
Y
Y
m
Y
Y
Y
Y
Y
C
Y
Y
�'
p
E
C
N
U
u
u
T
T
//: M��
//=��
(a.=,
m
T
-O
T
'O
T
T
0
T
'O
T
T
T
T
O
T
'd
T
•=
u
N
N
N
N
N
N
W
W
V
V
V
c
b
a,
v
aU
v
v
E
v
W
E
Y
=
+'
>_
C
C
C
C
a)
C
C
C
C
C
a
C
C
m
Y
3
�
�
a/
aJ
C
C
C
c
C
a1
aJ
a)
aJ
.fl
'O
i56
'O
L
L
L
L
O
L
L
d
L
L
C
L
GJ
3
fE0
fE0
fE0
C
C
C
C
C
C
c
C
C
C
C
L
C
C
C
C
C
y
C
c
aJ
-11
@�
V1
VI
O
F�
O
O
O
O
O
L
'''
O
O
O
O
O
O
O
O
p
O
O
O
o
ut
�,
vt
>
>
>
>
>
>
N
>
>
a)
a
VI
a,+
Vf
w
VI
Y
to
a
—
a+
to
4�
a�
♦+
a+
++
ut
�+
ut
ut
=
t�if
m
u
m
u
C
m
u
()
-
C•
a)
a
N
N
N
VI
a)
-
a
N
-
a
w
i
a
a)
-
a
N
i
a
a
-
a
a)
-
a
0)
C
a
a)
-
a
C
a)
3
a)
”
a
a)
C
a
Y
L
u
O
H
O
p
L
v
N
ar
N
v
N
v
Y
T
Y
T
Y
T
Y
T
Y
T
Y
T
�'
v
Y
T
Y
T
Y
T
Y
Y
T
Y
T
Y
T
O
!_
___
'O
'O
U
C
Y
'O
'O
D
"O
C
'O
E
3
.a
m
E
E
E
61
a1
C_
C_
C_
C
C
a)
4!
a)
aJ
aJ
m
a)
a)
a)
a)
a)
3
a)
a)
m
Y
C
m
m
m
m
c
v
C
a)
0
0
0❑
C
ar
C
aJ
C
v
C
a
to
c
C
v
C
w
C
v
C
v
C
ar
c
c
m
N
to
m
m
m
m
m
O
y
p
y
m
m
m
m
m
m
m
m
CO
CO
pp
C
CO
m
z
m
c
^
O
^
O
T
T>
>
>
>
T
T
T
T
C
L
L
T
T
T
T
T
m
T
T
a)
Y
U
V
L
O
C
C
a)
4)
C
C
C
C
O
C
C
C
C
C
77
7
C
C
Y
7
O
-M
m
m
C
a
C
(n
( 5
(n
fn
c
C
w
C
w
C
ar
c
C
C
C
C
C
C
C
3
N
L
u
GJ
u
u
m
v
m
w
m
m
m
m
m
m
m
m
m
m
m
a)
O
Y
c
O
O
>
Q
Q>
Q
Q
>-
}
0
0
0
0
be
Y
Yz
z
g
2
z
2
2
z
z
z
z
2
2
2
g
0
0
0
J
x
0
0
0
0
0
a
a
C
O
L
N.
O
a
o
a
C7
m
°�
o
a
r
r
a
m
m
m
m
m
m
Q
CO
m
Q
L
u
m
LL
m
LL
Q
>'
Q
>'
Q
>'
Q
>'
m
LL
m
LL
m
LL
m
LL
Q
C.
Q
C.
Q
Q
N
fn
Q
z
LL
Q
c
LL
Q
LL
Q
c
LL
Q
C
LL
Q
c
M
Y
m
m
C
C:
Z
z
m
Q
Q
E
E
E
E
Q
Q
Q
Q
O
C
0
mO7
oN
C
0
o
L0mL
L0mL
Q
Q
Q
Q
Q
°m3
5>
0
V)�
p
l
Q
Qo
s❑.0m
m
--
Qa
41
C
dni
C>
o
m0a)
m0a)
N
NaO
U)
C?
I?
nnm
aN��
adaaQ
a)
L
O
N
>
CL
i
N
L
L
L
r
.0
c
a)
>
i
CN
O
O
O
O
O
.-
O
O
O
N
c0
p
N
CO
r`
�
0)
ct
t0
Lo
cY
CO
O
r-
O
O
0
9
O
O
O
O
0
0
0t
0
0O
rZt-
o)O
a
Ca
7
j)
>,
c:7
a)U
a
t
UJ
z�'-
tao
0
OO
LL
N
N
0
O
ri
N
a)
c0
m
CL
N
N
0
O
N
N
OD
O)
m
09
d
00
00
LL-
00Oo
0��14,
r4r�
N
N
N
lD
lD
l0
Q1
Q1
01
O
O
O
00
OO
00
P,
n
n
V1
Ln
U1
n
n
n
H
.In
Q
O_
V
u
u
M
m
7
7
3-0
Cl
U
@)
O
O
C
F+
U
Y
U
F+
U
Y
O
E
Y
O
E
m
t
C
O)
C
OJ
C
m
Y
m
Y
Y
0
Y
0
Y
0
C
C
L
E
Y
Y
r
C
E
C
C
C
C
C
7
C
O
O
O
Y
Y
O
E
O
O
O
C
L
O
O
O
O
O
m
U
U
lE9
N
)
Z
Z
a0
+
m
a�
m
iO
u
C
C
C
Y
Y
M
N
V)
O
Y
(D
r
C
O
Y
Y
Y
Z
Z
000
a
r
C
O
L
LL.
CD
m
m
LL
LL
LL
Q
Q
Q
Y
Y
Y
m
E
O)
j
C
Y
G
C
O)
L
H
H
H
m
U
vU
J
J
J
L
J
J
J
. U
•-
-(C
O
C'
O
Q
Q
Q
M
171
o
a
o
0
m
m
m
m
N
N
0
O
N
N
OD
O)
m
09
d
EXHIBIT C
INSURANCE CERTIFICATES
13
ACORN® CERTIFICATE OF LIABILITY INSURANCE
DATE(MMIDD/Y1YYI
9/27/2017
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS
CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES
BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED
REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER.
IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to
the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the
certificate holder in lieu of such endorsement(s).
PRODUCER
Ansay 8 Associates, LLC. GBP
419 South Washington Street
PO Box 22368
NAME:
ICC, o Ex 920-3 0- 240 ac No):920-437-4179
E-MAIL
-ADDREss:debra.enialCa)ansay.com
INSURERS AFFORDING COVERAGE NAIC #
Green Bay WI 54305
INSURER A:Travelers Indemnity Co 25658
INSURED M -B COMPAN
INSURER B:Travelers Property CasualtyCompany 25674
INSURER C.The Charter Oak Fire Insurance Comp 25615
M -B Companies, Inc.
Sue Torrison
PO Box 200
INSURER D :
New Holstein WI 53061
INSURER E :
INSURER F
COVERAGES CERTIFICATE NUMBER: 1357292287 REVISION NUMBER:
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
ILTR TYPE OF INSURANCE INN R WVD POLICY NUMBER MM DDY/YYYY MM/DDEFF S LIMITS
A
GENERAL LIABILITY
6303517A303 7/1/2017
7/1/2018
EACH OCCURRENCE $1,000,000
X COMMERCIAL GENERAL LIABILITY
CLAIMS -MADE a OCCUR
DAMAGE TO RENTED
PREMISES Ea occurrence $100,000
MED EXP (Any one person) $5,000
PERSONAL 8 ADV INJURY $1,000,000
GENERALAGGREGATE $2,000,000
GEN'L AGGREGATE LIMIT APPLIES PER:
PRODUCTS - COMP/OP AGG $2,000,000
POLICY PRO LOC
$
C
AUTOMOBILE
LIABILITY
BA3517A315
7/1/2017
7/1/2018
Ea accident) $1,000,000
BODILY INJURY (Per person) $
X
ANY AUTO
ALL OWNED r SCHEDULED
AUTOS ,AUTOS
BODILY INJURY (Per accident) $
X
NON -OWNED
HIRED AUTOS X AUTOS
PROPERTY DAMAGE
Per accident $
B
X
UMBRELLA LIAR
X
OCCUR
CUP3517A327
7/1/2017
7/1/2018
EACH OCCURRENCE $10,000,000
AGGREGATE $10,000,000
X
EXCESS LIAB
CLAIMS -MADE
DED I X I RETENTION$0
$
B WORKERS COMPENSATION
UB3517A340
7/1/2017
7/1/2018
X WC STATU1 TORY - OTH-
ER
A AND EMPLOYERS' LIABILITY Y / N
UB3517A339
7/1/2017
7/1/2018
EACH ACCIDENT $500,000
ANY PROPRIETOR/PARTNER/EXECUTIVEE.L
OFFICER/MEMBER EXCLUDED? NN
N / A
E.L. DISEASE - EA EMPLOYEE $500,000
(Mandatory In NH)
If yes, describe under
DESCRIPTION OF OPERATIONS below
E.L. DISEASE - POLICY LIMIT $500,000
DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (Attach ACORD 101, Additional Remarks Schedule, if more space Is required)
Garagekeepers Coverage Policy #BA -3517A315 effective 7-1-17-18
Deductibles: $1,000 Comprehensive/$1,000 Collision
1615 Wisconsin Ave., New Holstein, WI Limit $300,000; 1200 Park St., Chilton, WI Limit $1,000,000;
95 Blessing Road, Muncy, PA Limit $750,000; 2490 Ewald Ave SE, Salem, OR $500,000
certificate holder is included as an additional insured under general liability via form CGD246 via
AIP Project No. 3-08-0020-058-2017 , Procurement of Snow Removal Equipment (SRE), Two (2) — 22' Power Brooms with, 4x4 Chassis
All -Wheel Steering
CERTIFICATE HOLDER CANCELLATION
Eagle County Regional Airport
219 Eldon Wilson Road
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN
ACCORDANCE WITH THE POLICY PROVISIONS.
Gypsum CO 81637
AUTHORIZED REPRESENTATIVE
©1988-2010 ACORD CORPORATION. All rights reserved.
ACORD 25 (2010/05) The ACORD name and logo are registered marks of ACORD
Corporate Resolution
Resolved, that the following officer of M -B COMPANIES, INC. a/k/a M -B
COMPANIES, INC. OF WISCONSIN a/k/a M -B COMPANY, INC. OF WISCONSIN a/k/a
M -B COMPANY, INC., a Wisconsin corporation, to -wit: Steven Karlin, Assistant -
Secretary, is hereby authorized for and on behalf of and in the name of said corporation
to execute Invitation for Bids and contracts on behalf of the M -B Companies, Inc.
1, Susan A. Torrison, do hereby certify that I am the duly elected and qualified
Vice-President/Treasurer of said corporation and custodian of the records of M -B
COMPANIES, INC. a/k/a M -B COMPANIES, INC. OF WISCONSIN, a/k/a M -B
COMPANY, INC. OF WISCONSIN, a/k/a M -B COMPANY, INC., a Wisconsin
corporation, organized and existing under and by virtue of the laws of the State of
Wisconsin; that the foregoing is a true and correct copy of a certain resolution duly
adopted in accordance with the law and the By -Laws of said corporation.
IN WITNESS WHEREOF, I have affixed by name as Vice-President/Treasurer of
the corpotation.
__.% �c� itis
Date Susan A. Torrison, Vice re ident/Treasurer
I, Susan A. Torrison, Vice-President/Treasurer of said corporation, do hereby
certify that the foregoing is a true copy of the resolution passed as above set forth.
Date Susan . Torrison, Vice Presid nt/Treasurer
BOND #106807014
SUPPLY BOND
KNOW ALL MEN BY THESE PRESENTS: That M -B Companies, Inc. as Contractor,
hereinafter called Contractor, and Travelers Casualty and Surety Company of America as
Surety, licensed to do business as such in the State of Colorado, hereby bind themselves and their
respective heirs, executors, administrators, successors, and assigns, unto the Eagle County,
Colorado, as Obligee, and hereinafter called Owner, in the penal sum of Nine Hundred Seventy -
Four Thousand Three Hundred Seventy -Two Dollars and 00/100 Cents ($974,372.00) for the
supply/performance of whereof Contractor and Surety bind themselves, their heirs, executors,
administrators, successors and assigns, jointly and severally, firmly by these presents (a) for the
supply/performance of Schedule I: Procurement of Snow Removal Equipment (SRE), Two
(2) — 22 -foot Power Brooms with 4x4 Chassis and All -Wheel Steering, hereinafter referred to as
("Equipment"), including all undertakings, covenants, terms, conditions, warranties and all other
obligations contained in or arising out of the Equipment to be supplied, and (b) to pay for labor,
materials, equipment, supplies, services and the like used or reasonably required for use in the
supply/performance of the Equipment to be supplied, which is incorporated in this bond by
reference and pursuant to which this bond is issued.
WHEREAS,
Contractor has by written agreement, entered into a contract with the Eagle County, Colorado for
Schedule I: Procurement of Snow Removal Equipment (SRE), Two (2) — 22 -foot Power
Brooms with 4x4 Chassis and All -Wheel Steering, which contract, including any present or
future amendment thereto, is incorporated herein by reference and is hereinafter referred to as the
Contract.
NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that, if the
Contractor shall promptly and faithfully perform said Contract including all duly authorized changes
thereto, according to all the terms thereof, and promptly makes payment directly or indirectly to all
Claimants, as defined in this bond, for all labor, material or equipment used or reasonably required
for use in the supply/performance of the Equipment to be supplied, then this bond shall be null and
void; otherwise it shall remain in full force and effect. The Contractor and the Surety agree that this
bond shall inure to the benefit of (a) the Owner and (b) all individuals or entities supplying labor,
material, equipment, supplies, services and the like used or reasonably required for use in the
supply/performance of the Equipment to be supplied ("Claimants"), that unpaid Claimants may
maintain independent actions upon the bond in their own names and that the Owner shall have the
right, but not the obligation to bring an action against the Contractor and the Surety on behalf of
unpaid Claimants.
The Surety waives notice of any change, alteration or extension of the Equipment to be supplied,
including but not limited to the scope, price and/or time, made by the Owner, or any forbearance
on the part of either the Owner or the Contractor to the other. No such change, alteration,
extension or forbearance shall in any way release the Contractor or the Surety from liability
hereunder. Any increase in price to the Equipment to be supplied shall automatically result in a
corresponding increase in the penal amount of this bond: decreases in the price of the Equipment to
be supplied shall not, however, reduce the penal amount of the bond unless specifically provided in
a written change order.
In the event that Contractor shall be and is declared by the Owner to be in default under the
Contract, the Owner having performed its obligations thereunder, the Surety may promptly remedy
the default, or shall promptly:
1) Remedy the default in all respects; or
2) Complete the delivery of the Equipment to be supplied in accordance with its terms and
conditions; or
3) Obtain a bid or bids formally, informally or negotiated for completing the delivery of the
Equipment to be supplied in accordance with its terms and conditions, and upon determination
by the Surety of the lowest responsible bidder, or negotiated proposal, or, if the Owner elects,
upon determination by the Owner and the Surety jointly of the lowest responsible bidder or
negotiated proposal, arrange for a contract between such parry and the Owner. The Surety will
make available as work progresses sufficient funds to pay the costs incurred, or
WAIVER. The said Surety, for value received, hereby expressly agrees that no change, extension of
time, alteration or addition to the terms of the Contract or to the work to be performed thereunder,
shall in any wise affect the obligations of this bond, and it does hereby waive notice of any such
change, extension of time, or alteration or addition to the terms of the contract or the work to be
performed thereunder.
IN WITNESS WHEREOF, the above parties have executed this instrument the 25th day
of September , 2017.
SIGNATURE OF CONTRACTOR (as applicable)
A. Individual, partnership or joint venture
(Signature of sole proprietor or general partner)
B. Cotporation M -B COMPNAIES, MC.
Name of Corporate Contractor
Attest: _ d " By
P%V.-Tecre • (affix seal) 0 f t6M V i UKeW
SIGNATURE OF SURETY
Name and address of Corporate Surety
TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA
One Tower Square, Hartford, CT 06183
(seal)
Attor ey in Fact (attach power of attorney)
ACCEPTANCE BY
The foregoing bond is approved.
Date to 1 By Ix Z/ /"' 0
The foregoing bond is in due form according to law a is ap roved.
Date 1. � By
WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE
� Imo, POWER OF ATTORNEY
TRAVELERSJ Farmington Casualty Company St. Paul Mercury Insurance Company
Fidelity and Guaranty Insurance Company Travelers Casualty and Surety Company
Fidelity and Guaranty Insurance Underwriters, Inc. Travelers Casualty and Surety Company of America
St. Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company
St. Paul Guardian Insurance Company
Attorney -In Fact No. 232477 Certificate No. 007314586
KNOW ALL MEN BY THESE PRESENTS: That Farmington Casualty Company, St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance
Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States
Fidelity and Guaranty Company are corporations duly organized under the laws of the State of Connecticut, that Fidelity and Guaranty 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 State of Wisconsin (herein collectively called the "Companies"), and that the Companies do hereby make, constitute and appoint
Carol F. Tasciotti, Evonne Brown, Adele M. Korczak, Grace Villarreal, Gail Schroeder, Gina M. Damato, Michael Damewood, Luisa Seymour,
Thomas N. Tague, Brenda D. Hockberger, Carlina A. Oswald, Tara S. Petersen, Todd D. Baraniak, Oscar F. Rincon, Moises Alcantar, James P. Fagan,
Stephanie Miller, Grace Lawrence, Ann Mulder, Launa Reidenbach, Mary D. Thomas, Amber Derkson, Dan Hasson, Kristan Retusnic, Kathleen
Stewart, Mary Jo Campbell, Carrie Smith, Adam Kveton, Jessica Hernandez, Robin Vinci, Jason Cummings,
Emily Swatkowski, Renee D. Davis, Tiffany Uribe, Kyle Pollock, Patrick J Brennan, Jr., and Erik Harms
of the City of Chicago/Naperville , State of Illinois , their true and lawful Attomey(s)-in-Fact,
each in their separate capacity if more than one is named above, to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings 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 undertakings required or permitted in any actions or proceedings allowed by law.
IN WITNESS WHEREOF, the Companies have caused this instrument to be signed and their corporate seals to be hereto affixed, this
day of August 2017
Farmington Casualty Company
Fidelity and Guaranty Insurance Company
Fidelity and Guaranty Insurance Underwriters, Inc
St. Paul Fire and Marine Insurance Company
St. Paul Guardian Insurance Company
I st
St. Paul Mercury Insurance Company
Travelers Casualty and Surety Company
Travelers Casualty and Surety Company of America
United States Fidelity and Guaranty Company
G�SU,, ..Q,P�••• � y f1RE 6 RN ^MS ,/ 1 1NSU_ . }�(Y AHO
�?��dS��1y 9.. c6 r"2s��'<� f'r`Dl0 1 ��[_TV- i � -"^i"9.uJ�eY11Tr9 i ��UR"ANCf yG' P „ �;JiIto'��pS1�RSE P• : °ARi.NAL+,G�e,;y.o.i m nI I I1{ fZY�Pi '!:i�+tPFr R._—P.O...A_.. Ao�lENy.ay o1on^ '' aWy �.Jdti IAcROfFnDRHn�j@, �19� n.
� /O
State of Connecticut
City of Hartford ss.
By:
` �
Robert L. Raney, Senior Vice President
On this the I st day of August 2017 before me personally appeared Robert L. Raney, who acknowledged himself to
be the Senior Vice President of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., St. Paul
Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers
Casualty and Surety Company of America, and United States Fidelity and Guaranty Company, and that he, as such, being authorized so to do, executed the foregoing
instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer.
G•Ter
In Witness Whereof, I hereunto set my hand and official seal.
My Commission expires the 30th day of June, 2021.
�s
58440-5-16 Printed in U.S.A.
WARNING: THIS POWER OF ATTORNEY
Marie C. Tetreault, Notary Public
WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER
This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Farmington Casualty Company, Fidelity
and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance
Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States
Fidelity and Guaranty Company, which resolutions are now in full force and effect, reading as follows:
RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice
President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attomeys•in-Fact and Agents to act for and on behalf
of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the
Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any
of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her; and it is
FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may
delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy
thereof is filed in the office of the Secretary; and it is
FURTHER RESOLVED, that any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking
shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice
President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the
Company's seal by a Secretary or Assistant Secretary; or (b) duly executed (under seal, if required) by one or more Attomeys-in•Fact and Agents pursuant to the power
prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is
FURTHER RESOLVED, that the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President,
any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any
certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys -in -Fact for purposes only of executing and attesting bonds
and undertakings and other writings obligatory in the nature thereof, and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal
shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on
the Company in the future with respect to any bond or understanding to which it is attached.
1, Kevin E. Hughes, the undersigned, Assistant Secretary, of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance
Underwriters, Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and
Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company do hereby certify that the above and foregoing
is a true and correct copy of the Power of Attorney executed by said Companies, which is in full force and effect and has not been revoked.
IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the seals of said Companies this day ofokmtke '20
ta,-
Kevin E. Hughes, Assistant Seciftary
r#"p�AS�I�` ' bPpE 4 y' p�°M••�N'iG9 Jpi 1N54q'
eV?4 tpppONgifyr
.ti. '0 HAMi0A0, t •7 tWttFOND. 1
baa 1•�a �,� ~f4 EGO id •......•" p•�S o�'••..., .'d° 'cost � `�O
t%� aANc rs . A� ty •� • �� �f r.+� � '� AIN
To verify the authenticity of this Power of Attorney, call 1-800-421-3880 or contact us at www.travelersbond.com- Please refer to the Attorney -In -Fact number, the
above-named individuals and the details of the bond to which the power is attached,
BORDER