No preview available
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