west virginia - state.wv.us · line comm ln desc qty unit issueunit price ln total or contract...

17
The following documentation is an electronicallysubmitted vendor response to an advertised solicitation from the West Virginia Purchasing Bulletin within the Vendor SelfService portal at wvOASIS.gov. As part of the State of West Virginia’s procurement process, and to maintain the transparency of the bidopening process, this documentation submitted online is publicly posted by the West Virginia Purchasing Division at WVPurchasing.gov with any other vendor responses to this solicitation submitted to the Purchasing Division in hard copy format.

Upload: others

Post on 28-Jan-2021

3 views

Category:

Documents


0 download

TRANSCRIPT

  •    

    The  following  documentation  is  an  electronically‐submitted  vendor  response  to  an  advertised solicitation  from  the  West  Virginia  Purchasing Bulletin  within  the  Vendor  Self‐Service  portal  at wvOASIS.gov.   As  part  of  the  State  of  West Virginia’s procurement process, and to maintain the transparency  of  the  bid‐opening  process,  this documentation  submitted online  is publicly posted by  the  West  Virginia  Purchasing  Division  at WVPurchasing.gov  with  any  other  vendor responses  to  this  solicitation  submitted  to  the Purchasing Division in hard copy format.  

  •  

  • Page : 1

    VersionSolicitation NoSolicitation ClosesDate issued

    Proc Folder :

    Solicitation Description :

    Proc Type :

    Solicitation Response

    Purchasing Division2019 Washington Street East

    Charleston, WV 25305-0130Post Office Box 50130

    State of West Virginia

    124632

    Addendum #1 Logan NG Armory Drill Hall Roof Replacement

    Central Purchase Order

    2015-09-03

    13:30:00

    SR 0603 ESR09031500000000839 1

    VENDOR

    000000205914

    FAIRFAX INC

    FOR INFORMATION CONTACT THE BUYER

    Signature X FEIN # DATE

    All offers subject to all terms and conditions contained in this solicitation

    FORM ID : WV-PRC-SR-001

    Crystal Rink

    (304) [email protected]

  • Page : 2

    Line Comm Ln Desc Qty Unit Issue Unit Price Ln Total Or Contract Amount

    Comm Code Manufacturer Specification Model #

    Extended Description :

    1 Replace Roof on Drill Hall at LoganArmory

    $74,200.00

    72152601

    Contract Item#1- Labor, materials and all associated costs to remove and dispose of old roof, and to install a new EPDMroofing system or equal.

    Line Comm Ln Desc Qty Unit Issue Unit Price Ln Total Or Contract Amount

    Comm Code Manufacturer Specification Model #

    Extended Description :

    2 Masonry Repair/Replacement (Ifneeded)

    $40.00

    72151900

    Contract Item#2- Masonry Repair/Replacement (Only If Needed) provide pricing on a Price Per Square Foot Installedbasis.

  • EXHIBIT ARFQ#

    ALL LABOR, MATERIALS, EQUIPMENT, AND SUPPLIES NECESSARY TO REPLACE ROOF ATLOGAN NATIONAL GUARD ARMORY DRILL HALL

    150 ARMORY ROAD, LOGAN, WV 25601

    BID FORM

    TELEPHONE:

    FAX NUMBER:

    E-MAIL ADDRESS:

    VENDOR ADDRESS:

    The undersigned, hereafter called the Bidder, being familiar with and understanding the bidding documents;and being familiar with the site and all local conditions affecting the Project, hereby proposes to furnish labor,material, equipment, supplies, and transportation to perform the work as described in the bidding documents

    BIDDERS COMPANY NAME: FA1{Zh4X, INc./ /L/ COf)tV-r{ ~Ab 3PO./!x;"t/{»(1£5IJffA~ tJfJlO t.I !5{;/q7t/O-f3~ 7,21277t1{)-f3U1- 2?Z7tnIR~A)f/tVC e AI//.... ~A/(

    CONTRACT OVERALL TOTAL COST:

    SEvENTY !We ~t»$AN6 ;;; ""'AJ/J/28J L1w1~> 12££0 ~($ 11, zocf'!!- ) *** (Contract bid to be written in words and numbers.)

    per sq/ft installed) *** (Unit cost to be written in words and numbers.)

    MASONRY REPAIR/REPLACEMENT PRICE PER SQUARE FOOT INSTALLED (If needed to replace dueto da~): 1\

    j-v,zry ~$ I 2e~ ~rJ>($ Ljoce.The contract will be awarded to the Bidder with the lowest contract total bid meeting all of the specifications.Bidder understands that to the extent allowed by the West Virginia Code, the OWNER reserves the right towaive any informality or irregularity in any bid, or bids, and to reject any and all bids in whole or in part; toreject a bid not accompanied by the required bid security or by other data required by the biddingdocuments; to reject any conditions of the bid by the Bidder that is any way inconsistent with therequirements, terms, and conditions of the bidding documents; or to reject a bid that is in any way incompleteor irregular,

    Failure to use this b'

    SIGNATURE:

    NAME:

    TITLE:

    'R bOA t: lZV~s&u.(Please Print)

    ff5SJfJb.>'

    DATE:

  • State of West VirginiaRequest for Quotation09 - Construction

    Proc Folder: 124632

    Doc Description: Addendum #1 Logan NG Armory Drill Hall Roof Replacement

    Proc Type: Central Purchase OrderDate Issued Solicitation Closes Solicitation No Version

    2015-08-28 2015-09-03 CRFQ 0603 ADJ1600000008 313:30:00

    BID CLERK

    DEPARTMENT OF ADMINISTRATION

    PURCHASING DIVISION

    2019 WASHINGTON ST E

    CHARLESTON

    USwv 25305

    Vendor Name, Address and Telephone Number:

    FOR INFORMATION CONTACT THE BUYER

    Crystal Rink(304) 558-2402crystal.g [email protected]

    Fairfax, Inc.114 Co. Rd. 3P.O. Box 400

    Chesapeake, OH 4561971./0 - 7- Z7Z1

    Signature X FEIN # 55..Ou729C2 3All offers subject to all terms and conditions contained in this solicitation

    R DoA~ Ev SS;et.t, - J?RL511::>~rPage: 1 FORM 10 : WV-PRC-CRFQ-001

    mailto:[email protected]

  • THE STATE OF WEST VIRGINIA PURCHASING DIVISION FOR THE AGENCY WEST VIRGINIA NATIONALGUARD DIVISION OFENGINEERING AND FACILITIES, IS SOLICITING BIDS TO ESTABLISH A CONTRACT FOR THE ONE TIME PURCHASE OF LABOR,MATERIALS, AND ALL ASSOCIATED COSTS TO REPLACE THE ROOF OF THE LOGAN NATIONAL GUARD ARMORY DRILL HALL,LOCATED AT 150 ARMORY ROAD, LOGAN, WV, PER THE ATTACHED SPECIFICATIONS.

    DIVISION ENGINEERING & FACILITIES

    ADJUTANT GENERALS OFFICE1707 COONSKIN DR

    BUILDING TRADE SPECIALIST

    LOGAN NATIONAL GUARD ARMORY

    150 ARMORY DR

    CHARLESTON

    US

    WV25311 MONAVILLE

    US

    WV 25636

    Line

    CommCode72152601

    CommLnCesc

    Replace Roof on Drill Hall at LoganAnnory

    Manufacturer

    Qty

    0.00000

    Specification

    Unit Issue

    L5UnitPrice

    Model#

    Tot31Price

    ExtendedDescription:Contract ltem#1- Labor, materials and all associated costs to remove and dispose of old roof, and to install a new EPDM roofing system or equal.

    DIVISION ENGINEERING & FACILITIES

    ADJUTANT GENERALS OFFICE

    1707 COONSKIN DR

    BUILDING TRADE SPECIALIST

    LOGAN NATIONAL GUARD ARMORY

    150 ARMORY DR

    CHARLESTON

    US

    WV25311 MONAVILLE

    US

    WV 25636

    r-:-:LI,.-ne----:C~o-m-m-----;-Ln-:-;;C-es-c----------;:;Q;;:ty:-------IiU;:;;ni"t i:ls~su;:e:---IiU(;;n'itit"j;P>riri:;:ce;-----TT.o;;tta;;jI-.:P;;;rii;;ce;---1

    2 Masonry Repair/Replacement (If 0.00000 SQ. F, .JI ~~needed)

    •...C-o-m-m---=C-ode-:-----~M:7a-n-u-;-fa-c-:-tu-re-r----------.:S:::pe::':c~if

  • ADJ1600000008

    Document Phase

    Draft

    Document DescriptionAddendum #1 Logan NG Armory Dr ill Hall

    Roof ReplacementI' Page 3of3,

    I

    I

    ADDITIONAL TERMS AND CONDITIONS

    See attached document(s) for additional Terms and Conditions

  • ADDENDUM ACKNOWLEDGEMENT FORMSOLICITATION NO.: ADJ160000000S

    Instructions: Please acknowledge receipt of all addenda issued with this solicitation by completing thisaddendum acknowledgment form. Check the box next to each addendum received and sign below.Failure to acknowledge addenda may result in bid disqualification.

    Acknowledgment: I hereby acknowledge receipt of the followin~ addenda and have made thenecessary revisions to my proposal, plans and/or specification, etc.

    Addendum Numben Received:(Check the box next to each addendum received)

    [v] Addendwn No. I [ Addendum No. 6[ ] Addendum No. 2 [ ] Addendum No.7

    Addendum No.3 Addendum No.8

    [ J Addendum No.4 J Addendum No.9

    [ ] Addendum No.5 Addendum No. 10

    r understand that failure to confitm the receipt of addenda may be cause for rejection of this bid. 1further tmderstand that any verbal representation made or assumed to be made during any oraldiscussion held between Vendor's representatives and any state personnel is not binding. Only theinformation issued in writing and added to the specifications by an official addendum is binding.

    _. r;11?~X,/NC.

    f?Ill~ R /)(;4/C~Authorized Signature ~/1l~r

    S6fr£.III{$/ER 03J ZoISDate

    NOTE: This addendum acknowledgement should be submitted with the bid to expedite document processing,RevillCd 618120]2

    ~~--------------------------------------------

  • ADDITIONAL TERMS AND CONDITIONS (Construction Contracts Only)

    l. CONTRACTOR'S LICENSE: West Virginia Code § 21-11-2 requires that all personsdesiring to perfonn contracting work in this state be licensed. The West Virginia ContractorsLicensing Board is empowered to issue the contractor's license. Applications for acontractor's license may be made by contacting the West Virginia Division of Labor. WestVirginia Code § 21-11-11 requires any prospective Vendor to include the contractor's licensenumber on its bid. Failure to include a contractor's license number on the bid shall result inVendor's bid being disqualified. Vendors should include a contractor's license number in thespace provided below.

    Contractor's Name: ~lZr,4J(j /N-c..Contractor's License No.YVOOf3,?;t(

    The apparent successful Vendor must furnish a copy of its contractor's license prior to theissuance of a Award Document.

    2. DRUG-FREE WORKPLACE AFFIDAVIT: W. Va. Code § 21-1D-5 provides that anysolicitation for a public improvement contract requires each Vendor that submits a bid for thework to submit at the same time an affidavit that the Vendor has a written plan for a drug-free workplace policy. To comply with this law, Vendor must either complete the encloseddrug-free workplace affidavit and submit the same with its bid or complete a similar affidavitthat fulfills all of the requirements of the applicable code. Failure to submit the signed andnotarized drug-free workplace affidavit or a similar affidavit that fully complies with therequirements of the applicable code, with the bid shall result in disqualification of Vendor'sbid. Pursuant to W. Va. Code 21-1D-2(b) and (k), this provision does not apply to publicimprovement contracts the value of which is $100,000 or less or temporary or emergencyrepaIrs.

    2.1.DRUG-FREE WORKPLACE POLICY: Pursuant to W. Va. Code § 21-1D-4,Vendor and its subcontractors must implement and maintain a written drug-freeworkplace policy that complies with said article. The awarding public authorityshall cancel this contract if: (1) Vendor fails to implement and maintain a writtendrug-free workplace policy described in the preceding paragraph, (2) Vendor failsto provide information regarding implementation of its drug-free workplacepolicy at the request of the public authority; or (3) Vendor provides to the publicauthority false infonnation regarding the contractor's drug-free workplace policy.Pursuant to W. Va. Code 2l-1D-2(b) and (k), this provision does not apply topublic improvement contracts the value of which is $100,000 or less or temporaryor emergency repaIrs.

    3. DRUG FREE WORKPLACE REPORT: Pursuant to W. Va. Code § 2l-1D-7b, no lessthan once per year, or upon completion of the project, every contractor shall provide acertified report to the public authority which let the contract. For contracts over $25,000, the

    Revised 08/01/2015

  • CERTIFICATIONAND SIGNATURE PAGEBy signing below, or submitting documentation through wvOASIS, I certify that I have reviewedthis Solicitation in its entirety; understand the requirements, tenns and conditions, and otherinformation contained herein; that I am submitting this bid, offer or proposal for review andconsideration; that I am authorized by the vendor to execute and submit this bid, offer, orproposal, or any documents related thereto on vendor's behalf; that I am authorized to bind thevendor in a contractual relationship; and that to the best of my knowledge, the vendor hasproperly registered with any State agency that may require registration .

    . j:J;)I?FA~ J~(~iii~ . R fJoll~ fV75Rt -&~JfJ($--:>,/(Authorized Signature) (Representative Name, Title)

    /lIo~Eit?~27Z7 (My.$w£) 09/&3/?

  • •.:.

    BID BOND

    I

  • ,RLI" cbit:_RU-.-.,9025 N. Lindbergh Dr. I Peoria, IL 61615Phone: (800)645-2402 I Fax: (309)689-2036

    KnowAll Men by These Presents:

    POWER OF ATTORNEYRLI Insurance Company

    Contractors Bonding and Insurance Company

    That this Power of Attorney is not valid or in effect unless attached to the bond which it authorizes executed, but may be detached by theapprovingofficer if desired.

    That this Power of Attorney may be effective and given to either or both of RLI Insurance Company and Contractors Bonding andInsurance Company, required for the applicable bond.

    That RLI Insurance Company and/or Contractors Bonding and Insurance Company, each Illinois corporations (as applicable), eachauthorizedand licensed to do business in all states and the District of Columbia do hereby make, constitute and appoint:

    Brenda Poff, C. Wayne Manning, iointlv or severally

    in the City of Huntington , State of West Virginia, as Attorney in Fact, with full power and authority herebyconferred upon him/her to sign, execute, acknowledge and deliver for and on its behalf as Surety, in general, any and all bonds,undertakings, and recognizances in an amount not to exceed Ten Million Dollars( $10,000,000.00 ) for any single obligation.

    The acknowledgment and execution of such bond by the said Attorney in Fact shall be as binding upon this Company as if such bond hadbeen executed and acknowledged by the regularly elected officers of this Company.

    RLI Insurance Company and Contractors Bonding and Insurance Company, as applicable, have each further certified that thefollowing is a true and exact copy of the Resolution adopted by the Board of Directors of each such corporation, and now in force, to-wit:

    "AU bonds, policies, undertakings, Powers of Attorney or other obligations of the Corporation shall be executed in thecorporate name of the Corporation by the President, Secretary, any Assistant Secretary, Treasurer, or any Vice President, or bysuch other officers as the Board of Directors may authorize. The President, any Vice President, Secretary, any AssistantSecretary, or the Treasurer may appoint Attorneys in Fact or Agents who shall have authority to issue bonds, policies orundertakings in the name of the Corporation. The corporate seal is not necessary for the validity of any bonds, policies,undertakings, Powers of Attorney or other obligations of the Corporation. The signature of any such officer and the corporateseal may be printed by facsimile or other electronic image. "

    IN WITNESS WHEREOF, RLI Insurance Company and/or Contractors Bonding and Insurance Company, as applicable, havecaused these presents to be executed by its respective Vice President with its corporate seal affixed this ..211h day of ~, 2Q.li.

    State of Illinois

    County of Peoria} SS

    RLI Insurance CompanyContractors Bonding and Insur~ce .(:otnl'ltnyrs,( /V.7j~~~"' -" ~""' ..--,:Barton W. Davis ._ .-'- V~ ~esident

    . "-- ::

    On this 27th day of Julv , 2015before me, a Notary Public, personally appeared Barton W. Davis ,who being by me duly sworn, acknowledged that he signed the above Powerof Attorney as the aforesaid officer of the RLI Insurance Company and/orContractors Bonding and Insurance Company, and acknowledged saidinstrument to be the voluntary act and deed of said corporation.

    "OFFICIAL SEAL"JACQUELINE M. BOCKlER

    4742763020212

    rance Company,

    Vice President

    A0059115

  • RFQ No.fJ{JJ II.; 00000008STATE OF WEST VIRGINIA

    Purchasing Division

    PURCHASING AFFIDAVITMANDATE: Under W. Va. Code §5A-3-10a, no contract or renewal of any contract may be awarded by the state or anyof lIB political subdivisions to any vendor or prospective vendor when the vendor or prospective vendor or a related partyto the vendor or prospective vendor is a debtor and: (1) the debt owed is an amount greater than one thousand dollars inthe aggregate; or (2) the debtor Is In employer default.

    EXCEP110N: The prohibition listed above does not apply where a vendor has contested any lax administered pursuant tochapter eleven of the W. Va. Code, workers' compensation premium, pennlt fee or environmental fee or asse88ment andthe matter has not become final or where the vendor has entered Into a payment plan or agreement and the vendor is notin default of any of the provisions of such plan or agreement.

    DEANI11ONS:

    ••Debt" means any assessment, premium. penalty, fine, tax or other amount of money owe., to the state or any of Itspolitical subdivisions because of a judgment. fine, permit violation. license aSS88Sment, defaulted workers'compensation premium. penalty or ather 88888Sment presently delinquent or due and required to be paid to the stateor any of Its political subdivisions, including any Interest or additional penalties accrued thereon.

    "Employer default" means having an ouIstanding balance or liability to the old fund or to the uninsured employers'fund or being In policy default, 88 defined in W. Va. Code § 23-20-2, failure to maintain mandatory workers'compensation coverage. or failure to fuHy meet Its obligations as a wortcers' compensation self-insured employer. Anemployer Is not In employer default if it has entered Into a repayment agreement with the Insurance Commissionerand remains in compliance with the obligations under the repayment agreement.

    -Related ,.-ty'" means a party, whether an individual. corporation, partnership, 888ociatlon. nmlted liability companyor any other form or business association or other entity whatsoever, related to any vendor by blood, marriage.ownership or contract through which the party has a relationship of ownership or other Interest with the vendor 80 thatthe party will actually or by effect receive or control 8 portion of the benefit, profit or other consideration fromperformance of a vendor contract with the party receiving an amount that meets or exceed five percent of the totalcontract amount.

    AFRRMATION: By .Ignlng this form, the vendor'. authorized .Igner afftnn. and acknowledges under penalty oflaw for fal •• swearing (~ Va. Code 18106-3) that neither vendor nor any related party owe a debt as deflnedabove and Ibat neither vendor nor Iny related perty are in empl.r default as defined 'bow, unl ••• the debt oremployer defeult Ie permitted under the except10n above.

    WITNESS THE FOLLOWING SIGNATURE:

    ~~~N_E ~~~/~~,,~~~~~Authorized Signature: _.--¥t~~~IaJ,.,.t-~-I----JL.t:j~IG.I_~4------ Date: 09- 03- 20 IS

    12 bo~ jZV

  • WV-73Rev. 08/2013

    State of west VirginiaDRUG FREE WORKPLACE CONFORMANCE AFFIDAVIT

    West Virginia Code §21-1D-S

    STATE OF WEST VIRGINIA,

    COUNTY OF (;;;t~V- .TO-WIT:1, 1?111Jr: KLl95:ELL 1 after being first duly sworn, depose and state as follows:1.

    2.

    I am an employee of

    I do hereby attest that

    r;;T

  • 1 September 2015

    From: Firestone Building Products

    Project: WV National Guard Armory I Logan, WV.

    To Whom It May Concern:

    ",•.estoneBUIL.DING PRODUCTS

    Firestone BuildingProducts Company, Ltc2:>0 \Vest %tt; Street~n~j',dnd~'rtJ('::;, fN ~t626;:JP~lOr:e 31} f) :"'S lOOnf a ~ 3 : ~;,' s '7 100

    Firestone Building Products is pleased to inform you that the roofing system listed below has beenreviewed and is eligible for the 20-Year 72 MPH Extended Wind Speed Firestone Red ShieldWarranty:Firestone Fullv Adhered Roofina System:Construction: Complete Tear-Off & ReroofDeck: TectumInsulation (1st layer): Firestone ISO 95+, 2.00", 4'x4' boards

    Attachment: Firestone ISO TwinPackRate: Field/Beads spaced 6.0" o.c.; Perimeter/Beads spaced 6.0" o.c.;

    Corners/Beads spaced 4.0" o.c.Insulation (2nd• layer) Firestone ISO 95+, 2.00", 4'x4' boards

    Attachment: Firestone ISO TwinPackRate: Field/Beads spaced 6.0" o.c.; Perimeter/Beads spaced 6.0" o.c.;

    Corners/Beads spaced 4.0" o.c.Membrane: .060 Firestone RubberGard EPDMLSFR(Low-Slope Fire Retardant)

    (6.0" Firestone Seam Tape)Attachment: Firestone Single Ply LVOCBonding Adhesive

    ADDITIONALWARRANTYCOVERAGEThis Firestone Roofing System is also eligible for the following additional warranty coverage:

    • Wind up to 72mph.

    PERFORMANCEREQUIREMENTSPerformance standards and construction requirements regarding wind uplift and fire resistance areestablished by the agencies indicated in the construction specification. These agencies' constructionrequirements are subject to change; please consult the appropriate agencies for full informationregarding compliance with their current standards and requirements.

    DEFINITIONOF PERIMETERAND CORNERAREASFollowing ANSI/SPRI guidelines, the perimeter area is defined as the outer boundary of the roof with awidth equal to 40% of the building height or 10% of the building width, whichever is less, but not lessthan 6 feet (1.8 m). The perimeter area may be enlarged depending upon the building configuration.The corner area is defined as the portion of the perimeter area beginning at the intersection of tworoof edges and proceeding in both directions a distance equal to the width of the perimeter area.Corner areas on buildings with minimum 3 feet high continuous parapet walls and a maximum 2 inchin 12 inch roof slope can be treated as perimeter areas. For buildings insured by FM Global, pleaseconsult FM Global Data Sheet 1-29 for specific information.

    WARRANTYREQUIREMENTS1. The Applicator must submit a Pre-Installation Notice (PIN) to Firestone, and must include an

    Approved Roof Drawing (ARD) with their PIN.2. The roofing system must be installed by a licensed Firestone Red Shield Applicator, and

    installed in accordance with all current Firestone technical standards, warranty requirements,and detail drawings .

    AWAKEFOftPUG"US

    NOBODY COVERS YOU BETTER-"hnpwww kestonebpco COf"

    ..•....••

    (~)•••••••••

  • 2

    3. The roofing system installation must successfully pass an on-site audit by a Quality BuildingServices (QBS) Technical Representative, upon substantial completion.

    PLEASENOTEFirestone does not engage in the practice of architecture or engineering; the Firestone reviewreferenced in this letter is for warranty eligibility purposes. Firestone technical standards are subjectto change; please consult the Firestone Technical Database, http://technicaldatabase .fsbp.comi, forthe most current information regarding Firestone roofing system design guidelines, detail drawings,and product information. The information in this letter expires twelve (12) months after the dateshown.

    Pleasefeel free to contact me with any questions, and thank you for choosing Firestone.

    Sincerely,

    FIRESTONE BUILDING PRODUCTS COMPANY, LLC

    Herb ClarksonRegionalTechnical Coordinator, South Region1-800-428-4511, Extension [email protected]

    ~o~,1&\

    AUtAKE FOttPRoofSS

    NOBODY COVERS YOU BETTER·"ht1D wwwkestonebpco com

    mailto:[email protected]

    1.pdfpg 1 Bid Formpage1titlesEXHIBIT A RFQ# BID FORM / /L/ C Of)tV-r{ ~Ab 3 (1£5IJffA~ tJfJlO t.I !5{;/q 7t1{)- f3U1- 2?Z7 tnIR~A)f/tVC e AI//.... ~A/( CONTRACT OVERALL TOTAL COST: SEvENTY !We ~t»$AN6 ;;; ""'AJ/J/28J L1w1~> 1 2££0 ~ j-v,zry ~$ I 2e~ ~rJ> ff5SJfJb.>'

    imagesimage1image2image3

    pg 2page1titlesState of West Virginia 09 - Construction wv Fairfax, Inc. 114 Co. Rd. 3 P.O. Box 400 71./0 - 7 - Z7Z1 R DoA~ Ev SS;et.t, - J?RL511::>~r

    imagesimage1image2image3image4image5

    tablestable1

    pg 3 Pricingpage1titlesUS L5 L-------------

    imagesimage1image2image3image4image5

    pg 4 - Endpage1page2titles_. r;11?~X,/NC. f? Ill~ R /)(;4/C~ S6fr£.III{$/ER 03J ZoIS

    tablestable1

    page3page4titles. j:J;)I?FA~ J~ (~iii~ . R fJoll~ fV75Rt -&~JfJ($--:>,/ /lIo~Eit?~27Z7 (My.$w£) 09/&3/?