06-05-07 Item 11South Miami
ri-Am ftac"
CITY OF SOUTH MIAMI ' I r
OFFICE OF THE CITY MANAGER
INTER - OFFICE MEMORANDUM 2001
To: The Honorable Mayor Feliu and Members of the City Commission
Via: Yvonne S. McKinley, City Manager
From: W. Ajibola Balogun, REM, CFEA' Director
Public Works & Engineering Department
Date: June 5, 2007 Agenda Item No.:
Subject: Selected contractors for Emergency Hurricane Preparedness & Recovery Debris
Removal.
Resolution: A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF
SOUTH MIAMI, FLORIDA APPROVING SELECTED CONTRACTORS FOR
EMERGENCY HURRICANE PREPAREDNESS & RECOVERY DEBRIS
REMOVAL; PROVIDING FOR AN EFFECTIVE DATE
Request: Approving selected contractors for emergency hurricane preparedness and
recovery debris removal.
Reason/Need: In an effort to be better prepared for cleanup response after hurricane
disaster, we advertised a Notice of Bid Invitation for Hurricane Debris
Clearing /Removal on April 20, 2007. Submitted sealed bids were publicly
opened on Monday, May 21, 2007, at 3:05 pm. After reviewing the 29
bids submitted, we recommend issuing Notice of Award /Purchase Order
to the following lowest responsive companies:
CONTRACTORS FOR HOURLY RATE:
1. Disaster Recovery, LLC
2. Bamaco Inc.
3. Wood Resource Recovery, LLC
4. RAS Investments Corp.
5. Sunshine 2000 Construction 8, Development
6. Allied Trucking of Florida.
7. DRD Enterprises, Inc. (David Pressler)
[Gilley I "T.T41I 1111'XII 0111 W0111:31011,01:711;7r M BE
'I. Tag Grinding Services, Inc.
2. Bamaco Inc.
3. Wood Resource Recovery, LLC
4. RAS Investments Corp.
5. Ceres Environmental
6. Grubbs Emergency Services, LLC
7. D & J Enterprises, Inc.
Page 2 of 2
Emergency Hurricane Preparedness...
June 5, 2007
Cost & Funding Source: N/A
Backup Documentation:
❑ Proposed Resolution
❑ Certified Advertised Notice of Bid Invitation
❑ Bid Opening Report
❑ Copy of bids submitted by the '14 recommended cdntractors.
Page 2 of 2
RESOLUTION NO.:
A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF
SOUTH MIAMI, FLORIDA APPROVING SELECTED CONTRACTORS FOR
EMERGENCY HURRICANE PREPAREDNESS &RECOVERY DEBRIS REMOVAL;
PROVIDING FOR AN EFFECTIVE DATE
WHEREAS, the Mayor and City commission wishes to be prepared and to provide immediate
response to road clearing and debris removal after hurricane event; and
WHEREAS, the Mayor and City Commission approves the selection of Disaster Recovery, LLC,
Bamaco Inc., Wood Resource Recovery, LLC, RAS Investments Corp., Allied Trucking of Florida,
Sunshine 2000 Construction & Development, and DRD Enterprises, Inc. (David Pressler) as hourly rate
contractors for emergency Hurricane Preparedness & Recovery Debris Removal; and
WHEREAS, the Mayor and City Commission approves the selection of Tag Grinding Services,
Inc., Bamaco Inc., Wood Resource Recovery, LLC, RAS Investments Corp., Ceres Environmental,
Grubbs Emergency Services, LLC, and D & J Enterprises, Inc. as cubic yard rate contractors for
emergency Hurricane Preparedness & Recovery Debris Removal.
NOW, THEREFORE, BE IT RESOLVED BY THE: MAYOR AND CITY COMMISSION OF
THE CITY OF SOUTH MIAMI, FLORIDA THAT:
Section 1: That the Mayor and City Commission approves the selection of Disaster Recovery,
LLC, Bamaco Inc., Wood Resource Recovery, LLC, RAS Investments Corp., Allied Trucking of Florida,
Sunshine 2000 Construction & Development, and DRD Enterprises, Inc. (David Pressler) as hourly rate
contractors for emergency Hurricane Preparedness & Recovery Debris Removal.
Section 2: That the Mayor and City Commission approves the selection of Tag Grinding
Services, Inc., Bamaco Inc., Wood Resource Recovery, LLC, RAS Investments Corp., Ceres
Environmental, Grubbs Emergency Services, LLC, and D & J Enterprises, Inc. as cubic yard rate
contractors for emergency Hurricane Preparedness & Recovery Debris Removal.
Section 3. That the bids from selected contractors are made a part of the resolution.
PASSED AND ADOPTED this
ATTEST:
CITY CLERK
READ AND APPROVED AS TO FORM
CITY ATTORNEY
Include File Name and Path
day of , 2007.
APPROVED:
MAYOR
COMMISSION VOTE:
Mayor Feliu:
Vice Mayor Wiscombe:
Commissioner Palmer:
Commissioner Birts:
Commissioner Beckman:
MIAMI DAILY BUSINESS REVIEW
Published Daily except Saturday, Sunday and
Legal Holidays
Miami, Miami -Dade County, Florida
STATE OF FLORIDA
COUNTY OF MIAMI -DADE:
Before the undersigned authority personally appeared
SOOKIE WILLIAMS, who on oath says that he or she is the
VICE PRESIDENT, Legal Notices of the Miami Daily Business
Review f /k/a Miami Review, a daily (except Saturday, Sunday
and Legal Holidays) newspaper, published at Miami in Miami -Dade
County, Florida; that the attached copy of advertisement,
being a Legal Advertisement of Notice in the matter of
CITY OF SOUTH MIAMI
NOTICE OF BID INVITATION NO. PW07 -0521
in the XXXX Court,
was published in said newspaper in the issues of
04/20/2007
Affiant further says that the said Miami Daily Business
Review is a newspaper published at Miami in said Miami -Dade
County, Florida and that the said newspaper has
heretofore been continuously published in said Miami -Dade County,
Florida, each day (except Saturday, Sunday and Legal Holidays)
and has been entered as second class mail matter at the post
office in Miami in said Miami -Dade County, Florida, for a
period of one year next preceding the first publication of the
attache copy of advertisement; and affiant further says that he or
she s n it her paid nor promised any person, firm or corporation
any disco nt, rebate, commission or refund for the purpose
of ecuriyig this advertisement for publication in the said
Sworn to and subscribed before me this
20 day of APRIL A.D. 2007
(SEAL)
SOOKIE WILLIAMS personally known to me
.00 1 Cheryl H Marmer
My Commission DD338669
V Z
car rod Expires July 18, 2008
our
h
U
IgCpRP4R+RFP
CoFt1
NOTICE OF-13.11D INVITATION
CITV OF SOUTH MIAMI BID NO. PW07.0521
The Cdy`of South Miami will receive sealed proposals until 3:00 P.M.
locai,time; Monday, May 21, 2002 at the City Clerk's office, South Miami
City Hall, 6130 Sunset, Drive. South .Miami,' Florida 33143, for the'
following work:. ;
HURRICANE DEBRIS CLEARING/REMOVAL
.r �.. ,
The piroject consists of the hurncana debris clearing/removal within the
City of South Miami. In addition, the debris will be dumped at the County's 1. 11
idump; site. or a, temporary location (State Approved Staging Area)
designatetl by the City;of South Miami.'
Interested contractors must call the City Clerk's office (305- 663 - 6340)
to request forbid forms. Deadline to submit questions regarding the bid is
Monday, May 14, 2007.
Bids III be opened publicly at or shortly after 3:05 P.M. on Monday,"-
May 21,.2007 at the South Miami City Hall, City Commission. Chambers,
6130 Sunset Drive,, South Miami, Florida ;33143.
The bid will be awarded to the lowest responsible responsive bidder. If,
however, the: City Manager deems it to be in the best interest of the City oft
South Miami,-the City. of South Miami reserves the right to reject any and',,
all bids„ to waive any informalities or minor defects in any bids, and to
increase or decrease'the quantities shown in the Bid Form. Bids, which'.
contain irregularities of any kind, may be rejected as informal.
The City of South Miami is an Equal Opportunity Employer and:
encourages the participation of certified Black MBE contractors.
4/20 _ _ 07- B- 62/821103M:
PAID OPENING REPORT
Bids were opened on: Monday, May 21, 2007 at: 3:05pm
For: Hurricane Debris Clearinja/Removal (PW07 -0521)
CONTRACTORS:
BID AMOUNT:
DISASTER RECOVERY., LLC
A
220 (5, c-' c'
44 y-
<1 I Z •94-
WASTE SERVICES OF FLORIDA, INC
.
TJ PAVEMENT CORP.
661 S_ ° 0d
JVA ENGINEERING CONTRACTOR INC
t -M; '
y-
R.A.S. CONSTRUCTION
g • �S
AA ENGINEERING SERVICES, INC
K
BANNERMAN LANDSCAPING INC
`7 p
ACME ORGANIZATION INC
j "�I S
+'f
a
CROWDER -GULF
r 4� •
y
° ``�
DAVID PRESSLER
) ®
2g c9z�
GLOBETEC CONSTRUCTION
0 z
Y
54 21.
C-6
NATIVE TREE SERVICE
(' o ` 9-0
H
/(o.
DISASTER MITIGATION & CONSTRUCTION
6 31 o
4 G-(o • 6s
WRR
p ° ®
r„
32 S
DACA ENVIRONMENTAL INC
<1
�O
CERES ENVIRONMENTAL
-u , C, q
-7-3
D & J ENTERPRISES, INC
& 59
• S7D
OMNI PINNACLE, LLC
557?)
DRC EMERGENCY SERVICES, LLC
BAMACO INC
(�' ° ` f �r
BERGERON LAND DEVELOPMENT
`30 ` Bf 14r-
:3,9, -75
SFM SERVICES, INC
1590 ` `16
H r
' .z - gD
TAG GRINDING SERVICES
1'10 ` of
r
ALLIED TRUCKING OF FLORIDA
45r) ` 6- f/
SUPERIOR LANDSCAPING & LAWN SERVICE,
INC
CS
SUNSHINE 2000 CONSTRUCTION &�
DEVELOPMENT INC
� Lao
GRUBBS EMERGENCY SERVICES LLC
ALEXANDER & JOHNSON PMD INC
' Z
f4
1
C
MAN CON INCORPORATED
_f? -7 0 v
r
THE ABOVE BID AMOUNTS HAVE NOT BEEN CHECKED.
THE BID TOTALS ARE SUBJECT TO CORRECTION AFTER. THE BIDS HAVE BEEN OMPLETELY
REVIEWED.
City Clerk's S an::4 itness: _Witness: e� tits
°� _ f I
Bids were opened on: Monday, May 21, 2007 at: 3:0512m
For: Hurricane Debris Clearing/Removal (PW07 -0521)
CONTRACTORS:
BID AMOUNTS:
1.
Disaster Recovery, LLC
$12.84/cy
2.
Waste Services of Florida
$17.00 /cy
3.
TJ Pavement Corp.
4.
JVA Engineering Contractor Inc.
5.
R. A. S. Construction
6.
AA Engineering Services, Inc.
$15.00 %y
7.
Bannerman Landscaping, Inc.
$22.00 /cy
8. ACME Organization Inc.
9. Crowder -Gulf
$12.00 /cy
10. David Pressler
$28.00 /cy
11. Globetec Construction
$2,1.80 /cy ,
12. Native Tree Service
13. Disaster Mitigation & Construction
14. WRR
15. Daca Environmental Inc.
16. Ceres Environmental
17. D & J Enterprises, Inc.
18. Omni Pinnacle, LLC
19. DRC Emergency Services, LLC
20. Bamaco Inc.
21. Bergeron Land Development
22. SFM Services, Inc
23. Tag Grinding Services
24. Allied Trucking of Florida
25. Superior Landscaping & Lawn Seri
26. Sunshine 2000 Construction & Dev
27. Grubbs Emergency Services LLC
28. Alexander & Johnson PMD Inc.
29. Man Con Incorporated
Under $10 /cy r1 Between $10- $20/cy
Inc.
Inc.
Between $20- $30 /cy
$16.30 /cy
$30.00 /cy
Above
E ABOVE BID AMOUNTS HAVE NOT BEEN CHECKED.
SUBJECT TO CORRECTION AFTER THE BIDS HAVE BEEN COMPLETELY
REVIEWED.
City Clerk's Sign: Witness: Witness:
0
c3
ono
.a
-p.
ICY
N
N.
0
V '
QD
J�n
1
V
1
-9A
Oi
ZM
O
V
O
p
tv
• crr�.
• J��t
7 •GI OLOaC000t1Q TIII l7 T 11 II11/9kfln An C•1 T'l i_IJOf•!J. ) nn72 nn CP1.1
_a
N
H
H
ry
q
a
o
�e
N
14-
�
a
-Z
ul
-p.
ICY
N
N.
0
V '
QD
J�n
1
V
1
-9A
Oi
ZM
O
V
O
p
tv
• crr�.
• J��t
7 •GI OLOaC000t1Q TIII l7 T 11 II11/9kfln An C•1 T'l i_IJOf•!J. ) nn72 nn CP1.1
� o
1
r�
o
A
MI }a
VaJ
' m
w °1
m v
m
as m
e�
x
�_
F
Q
s
o
0
�tlo
7
wig
t l l f l
� o
1
r�
o
A
MI }a
VaJ
' m
w °1
m v
q
d
rL
0
�tlo
7
wig
t l l f l
Yr r �.+ v
I l i l l
to
'
1
o
:IL
m�
g�
y�
V
'17
X
W
Ln
N
W
W
m
N
ID
0
CD CD O
CD
CD CD
0
H � �
7 CD
z
0 D
Pi o CD
C'r 0
m . Q, 4
0 �
o
N
N N .0
z �
r-
a
CD
Li
m n
m �
C
~ C
n
0
n
a
w
M
n
0
0
n
h
a
n
a
a
LQ
m
n
°
�CD
s
CD
CD
CD
CD
a
CD
or
�•
fA
!A
Q
a
v
7C
CD
CD
ii
z
v
CD
0
O
a
V 7
N
CD
C
�
0
o
cr
cr
CD
w
Ul
CD
"3
N
fl
CD
O
CD
i
O
W
�
�
m
CD
fD
CD
fD
z
U,
O
W
0•
W
W
U7
N
0
o
C1
a
o
0
m
a
V1
K
CD
1
C
C)
^S
C)
'17
X
W
Ln
N
W
W
m
N
ID
0
CD CD O
CD
CD CD
0
H � �
7 CD
z
0 D
Pi o CD
C'r 0
m . Q, 4
0 �
o
N
N N .0
z �
r-
a
CD
Li
m n
m �
C
~ C
n
0
n
a
w
M
n
0
0
n
h
a
n
a
a
LQ
m
n
b
n �
n
O
a
z
°
�CD
C
=�
Gd '"
�a
a
CD
or
cD
�C
A
CD
v
7C
N'o
C
ii
z
0
00
0
O
V 7
C
�
to
A
fA
CL
cr
CD W CD 'O
n n
o
O
O
C
�
�
fD
fD
0•
W
U7
N
o
C1
a
o
0
CD
a
V1
K
CD
C
0.
^S
b
n �
n
O
a
z
�C
ry
Gd '"
va
or
y
C r )'I..
C%
7C
N'o
C
ii
O r�
V 7
C
r
OrJ
0
no
C
A
O
OA
a•d
n
0
W
O
Ln
I
O
O
W
I
A
tj
N
0
w
0
In
I
O
o
w
R
rn u M
rn wIZ
U-. �.
L
too
�l N•
J H (]
ct
rt 3
cn (D p
� � N
rt O
mm
N O �q
O "
i "(j Fl-
(D
iu O'
cn
w 0
rn �
rn rt
n
!r H
rt
F•,• I
O
n
Iv
rt
N•
O
co o g•
a�
oo
t 1 1 t 1
i l i i l
n
p
o
w
o
�
cn
o
0
0
2
n
q.--
0
y
1 t"�
+8�1
r� Crl.
S
P v aY
O •, fi
IN
yO
t•'
RbRgFggcnR twetu uanOC 40 Raln u.-17n:c inn? an Rew
ba
Ell,
p. ►t
�o
A
r
I
its
0
to
td
w
z
n
�
0
00
0
i
V
�
N
W
y
CD
"C
A
MR
{ 17
1
r
w
N
n
�
0
00
0
i
V
�
N
W
1
r
w
N
tJ
V V
tlo
r)
0
tv
N
fl
Z -d BiP69E9990E iweYW 4gnoB jo Agi0 Wd01:9 G00O 80 ReW
0
00
0
i
W
A
CIQ
tJ
V V
tlo
r)
0
tv
N
fl
Z -d BiP69E9990E iweYW 4gnoB jo Agi0 Wd01:9 G00O 80 ReW
... �•••• • • . *� L- a ir-ti of zjoutn m i 131111
0
a+
w is
ka
� n
s F
OZ
u
V
z
o
n I
� v
00 F-•
Co N
� V
4-
V
00
I
N
N
V
r
0
w
Ln
N
V
ko
V
1
v
Ln
00
9-
IEn
m
0
F4
O
C
w
n
m
ro
n
m
m
W
a
m
rt
0
b
m
1-t
w
rt
0
m
Juobbjbyga
isA
s
Op
b
s
v
y�
a
cc l
� »a
o
Y
IN
x
gym.
G
P
r
W
Ln
Cn
D3
r
r
ct
b
m
H
(IQ
O
;j
n
0]
14
0
rt
Cn
(m0
H
m
C
rt
W
V
n
rD
W
1't
r
o
r
ci
C
w
V
r
Li
O�
O
9-
IEn
m
0
F4
O
C
w
n
m
ro
n
m
m
W
a
m
rt
0
b
m
1-t
w
rt
0
m
Juobbjbyga
isA
s
Op
b
s
v
y�
a
cc l
� »a
o
Y
IN
Apr 26 2007 4:51PM
0
CD
N
City of South Miami
x
0
U
N
v
3056636348
Q
ag
8
Q
s
a
N
°e
r
p.2
b
r�r
O
I
tv
crrx
� „ O
� v C
C aY
l
o
b
�
V
H
�
�
W
W
�
d
0
O
Vii
O
C
V
n
x
0
U
N
v
3056636348
Q
ag
8
Q
s
a
N
°e
r
p.2
b
r�r
O
I
tv
crrx
� „ O
� v C
C aY
l
Bids were opened on: Monday, May 21, 2007 at: 3:05pm
For: Hurricane Debris Clearing/Removal (PW074521)
CONTRACTORS:
BID AMOUNTS:
1. Disaster Recovery, LLC
2. Waste Services of Florida
3. TJ Pavement Corp.
$695.00/Hr
4. JVA Engineering Contractor Inc.
$675.00/Hr
5. R. A. S. Construction
6. AA Engineering Services, Inc.
$750.00/Hr
7. Bannerman Landscaping, Inc.
$790.00/Hr
8. ACME Organization Inc.
9. Crowder -Gulf
10. David Pressler
$700.00/Hr
11. Globetec Construction
12. Native Tree Service
$630.00/Hr
13. Disaster Mitigation & Construction
14. WRR
15. Daca Environmental Inc.
$595.00/Hr
16. Ceres Environmental
17. D & J Enterprises, Inc.
$650.00/Hr
18. Omni Pinnacle, LLC
19. DRC Emergency Services, LLC
$S.0 0/Hr< ,
20. Bamaco Inc.
21. Bergeron Land Development
$630.00/Hr
22. SFM Services, Inc
$590.00/Hr
23. Tag Grinding Services
$810.00/Hr
24. Allied Trucking of Florida
25. Superior Landscaping &Lawn Service, Inc.
$605.00/Hr
26. Sunshine 2000 Construction & Development Inc.
27. Grubbs Emergency Services LLC
$620.00/Hr
28. Alexander & Johnson PMD Inc.
$590.25/Hr
29. Man Con Incorporated
$775.00/Hr
= Below $550/hr Q Between $551- $750.00/hr 0 Between $751- $1,000.00/hr = Over $1,000/hr
E ABOVE BID AMOUNTS HAVE NOT BEEN CHECKED.
SUBJECT TO CORRECTION AFTER THE BIDS HAVE BEEN COMPLETELY
REVIEWED.
City Clerk's Sign: Witness: Witness:
Z3JHd
* *
oj
tlo
p x
N N --
D
x
a
El
Z
0
Z% N .b d "
rt (L UI F-'
Qp
: a
u1
U1 Ln
(D Lnn H
(D
C a 0 d ((D
O
n I . A,
FS
(D to 0
w o
FJ-
(D
C)
z n
F✓
N n
(D
a
rr
LQ
a
r
rt N
N' e
a
62:6T T002 -02 -T0
b
F•t
n
C)
tv
C cir
sS
4
Z'd SiFESESSSOE iwetW 4 %nog jo R410 Wd£O =S L002 CO ROW
7nn inn fftli
� o
Z �
o �
ornbU
' m
w ®1
iu �
ca ay m
ay x
p
41 fe W
N Q
�
o a
6
if c'
-- s
P-
0
� o
Z �
o �
ornbU
' m
w ®1
iu �
Fi
CLn
�
�t
P-
P
Ella
I
9 k
r+
`k
cr
R
�
o
a
0
a
0,
�F
1
0
G
m
4P
0
I
t
I
f
Po
I
i
z
°
W
Lq
N
W
w
m
N
La
y
07
n:
oa
c
¢�
0
c
o
CD
CD
rD
�
v
C]
a
•'
co
°-
CD
co
R.
f.
o
C
rD
o
c
o
0
CD
a
m
z
Al
y
Q•
(D
�
W
0
In
�
N
C
�p
�
C
N
d.
Q
4
O
m
P
O
O
CD
a
a
Z
0
°
w
�
w
L9
w"
°°
0
o
z
m
Fl
�:
m
•
a
�-
m§
N C17
3
a
0
0
O
•O
'
z
°
W
Lq
N
W
w
m
N
4
La
y
A
c
¢�
0
c
o
CD
CD
rD
o
C CD
3
C]
a
•'
co
°-
R.
f.
rD
K
c
o
0
CD
a
m
z
Al
y
O
0)
CD
N
.'
0
In
rr
a
�
O
�
C
N
rt
N
Q
4
P
O
O
a
a
O
0
�
�
w
L9
w"
°°
°°
o
z
Fl
�:
�: cc
o
40
�-
m§
N C17
3
0
0
•O
'
-O:
ro
r
o
C
S
r
C
tr',
�
O
av�c7oorp
�noot-
W
'!�>
tot! w oo °w a
W
CDD "_�• N 'Q
CD ''�• AAi CD
N
I "
."t " r.3
fD
to
C
4
La
y
A
cwi
-
Chi
0
CD
CD
a
C]
C7
•'
f.
K
0
CD
O
0
rr
n
�.
C
N
n
R
o�
w
�
�
w
L9
w"
0
m
o�
n
o
A
N C17
0
0
•O
'
-O:
ro
r
o
C
S
O
C
Q
�
4
b
-
Chi
n
C
vz
o�
crrr
o�
0
N C17
0
e
a
r
ba
0 9.
F�
os W
w
R
o
W
O
Ln
I
03
o co
N
v �
tb N
01
.i
co
Ln
.P
kA
-A
�i
0
w
O
U9
I
CD
tb
w
Ll
Go
p.
a
kz
v
Lr
z
z
C
m
cn
N•
rt
m
N
O
v
W
F-r
w
w
rn
a1
to
R
G M
n
m
rn C
N-
H n
m H
cil
O
N
rt O
to �j
I
n >
fi tr
� m
w
m
n
O
to
rt
�i
� y
r
tt
N I
O
0
sv
rt
w
O
0
to
b'a
ze
ba
ld
yc°
C"
l i
O
7�d
h"3
rrr�.
3
A
7
IN
"Lr.nir%nnnnn ru.vr.l .r. V.nr.. .. -. .r... - -- L--1 I
04
*
trs
bd od
5t
bo
c
m
y
O
v
LA
°
'
F
O
I^
1
C
�a
! 1 1 1 1 1 1 1 1 1
951
Q�
O
a
W
IA
0
�7
Pi
crry
>e M
d + 4'y
• jx�♦
bd
bC
t1�
tad
�
Ce
vi
W
M
67
f6
Ox
�
SOMME
mm®Cl
e
0
I
y
C
0
y
i
� w
v+
oa �
P
� s
n t'�
d
cn
c
�9
C
r
C
CA
N
OQ
n
!]
r
a
W rA
(D (D
K �
0 G
0
R
CD
N V
V
0
CD
a
EM
2 S�
o �
z
0
ILJ
� k
l
O
HER
O.
co A
a j fB
Vl Lll �
� 0
W � �
b
z
CD
E CD
w.
(fr C
c�
1
V1 �
r�
co
S
\a
R3
s
W tc�
�N W
w
C�
c9
owl
ro
O
y
H
�n
tv
�► _ Via.
A 2
O tsy y ,tea
v 0
CD
CL
N
v �
A
0
00 0 o
eb
S'a
y' M
A
t
:341
O
b
0
G
M D
o
M
ro
O
y
H
�n
tv
�► _ Via.
A 2
O tsy y ,tea
v 0