HomeMy WebLinkAboutUnited Construction ServicesBID PROPOSAL SUMMARY PAGE
Complete the following information and place as the cover page to
your bid packet. Insert all documents into an envelope with
project name and your company name clearly marked on the
outside. Seal the envelope.
The prices indicated on this sheet shall be read aloud during the
bid opening and shall match the prices indicated in Part 2 of the
Bidders Itemized Proposal and Declarations.
Company:
United Construction Services, LLC
Project Name:
Project #16 -SW -08(2)
Small Structure Replacement:
Culvert 43 — Hoover Road over Clay Creek
Culvert 85-11lt" Street over U.N.T. of Carmel Creek
Date Submitted:
08/16/2017
Base Bid Amount:
$951,400.00
BIDDER'S ITEMIZED PROPOSAL
AND DECLARATIONS
City of Cannel
Instructions To Bidders:
This formm shall be utilized by all Bidders. Except as otherwise specifically provided, all Parts
shall be ftdly and accurately filled in and completed and notarized.
Project: Small Structure Replacements of Culverts 43 & 85
Project Number: 16 -SW -08(02)
Proposal For Construction of : The replacement of the existing small structure 43 over Clay
Creek on Hoover Road located 455 feet north of Braeburn
Drive.
And
The replacement of the existing small structure 85 over
U.N.T. of Carmel Creek on HIt" Street located 100 feet west
of Echo Crest Drive W.
Date: 08/16/2017
To: City of Carmel, Indiana, Board of Public Works and Safety
PART 1
BIDDER INFORMATION
Print
1.1 Bidder Name: United Construction Services, LLC
1.2 Bidder Address: Street Address: 3200 East County Rd 350 North
City: Muncie
Phone: 765-587-4503
State: IN Zip: 47303
Fax: 765-288-3344
1.3 Bidder is a/an [mark one]
Individual Partnership x Indiana Corporation
Foreign (Out of State) Corporation; State:
Joint Venture Other
1.4 [The following must be answered if the Bidder or any of its partners or joint venture
parties is a foreign corporation. Note: To do business in or with the City of Carmel,
Indiana, foreign corporations must register with the Secretary of the State of Indiana as
required by the Indiana General Corporation Act as stated therein and expressed in the
Attorney General's Opinion #2, dated January 23, 1958)
.1 Corporation Name: Q/ N
.2 Address:
.3 Date registered with State of Indiana:
.4 Indiana Registered Agent:
Name:
Address:
BID -2
PART 2
BID PROPOSAL
2.1 Base Bid
The undersigned Bidder proposes to furnish all necessary labor, machinery, tools,
apparatus, materials, equipment, service and other necessary supplies, and to perform and
fulfill all obligations incident thereto in strict accordance with and within the time(s)
provided by the terms and conditions of the Contract Documents for the above described
Work and Project, including any and all addenda thereto, for the Unit Prices applicable to
the Contract Items as stated in Part 3 hereof, which Unit Prices, when multiplied by
estimated unit quantities for such Contract Items, total:
Base Bid: Nine Hundred Fifty One Thousand Four Hundred Dollars and No Cents
Dollars ($ 951,400.00 )•
2.2 General
The Bidder acknowledges that evaluation of the lowest Bid shall be based on the total of
the Base and selected Alternate Bids if applicable.
The Bidder acknowledges that the Owner reserves the right to award the Contract for the
Base Bid alone, for the Base Bid plus selected Alternate Bids if applicable
The Bidder further acknowledges that the unit quantities listed in Part 3 of this Proposal
are estimates solely for the purpose of Bid evaluation and Contract award, and are not to
be construed as exact or binding.
The Bidder further understands that all Work which may result on the Contract shall be
compensated for on a Unit Price basis and that the OWNER and ENGINEER cannot and
do not guarantee the amount or quantity of any item of Work to be performed or
furnished under the Contract.
BID -3
PART 3
CONTRACT ITEMS AND UNIT PRICES
Itemized Proposal Project 16 -SW -08(02)
Small Structure Replacements of Culverts 43 & 85
Item #
Item
Quantity
Unit
Unit Cost
Total Cost
1
Construction Engineering
1
LS
$
9,700.00
$
9,700.00
2
Mobilization / Demobilization
1
LS
$
38,700.00
$
38,700.00
3
Clearing Right of Way
1
LS
$
34,100.00
$
34,100.00
4
Common Excavation
510
CYS
$
67.95
$
34,654.50
5
B Borrow
64
CYS
$
29.42
$
1,882.88
6
Temporary Seeding
232
LBS
$
1.55
$
359.60
7
Temporary Mulch
2
TON
$
330.00
$
660.00
8
Temporary Inlet Protection
4
EACH
$
165.00
$
660.00
9
Temporary Check Dam
10
TON
$
63.00
$
630.00
10
Silt Fence
780
LFT
$
2.75
$
2,145.00
11
Dewatering
1
LS
$
15,800.00
$
15,800.00
12
Structural Backfill, Type 2
1509
CYS
$
51.30
$
77,411.70
13
Compacted Aggregate, No. 53, Base
606
TON
$
30.30
$
18,361.80
14
HMA Widening, Type B
17
TON
$
270.62
$
4,600.54
15
Milling, Transition
322
SYS
$
18.90
$
6,085.80
16
HMA Surface, Type B
163
TON
$
154.88
$
25,245.44
17
HMA Intermediate, Type B
210
TON
$
113.30
$
23,793.00
18
HMA Base, Type B
296
TON
$
96.80
$
28,652.80
19
Asphalt for Tack Coat
2980
SYS
$
0.14
$
417.20
20
Curb and Gutter, Concrete, Type II
525
LFT
$
49.27
$
25,866.75
21
HMA For Approaches, Type B
44
TON
$
144.66
$
6,365.04
22
Handrail
132
LFT
$
197.00
$
26,004.00
23
Guardrail Transition, TGB
2
EACH
$
2,950.00
$
5,900.00
24
Guardrail End Treatment, Type OS
1
EACH
$
2,917.00
$
2,917.00
25
Guardrail Terminal End Section
4
EACH
$
156.00
$
624.00
26
W -Beam Guardrail
263
LFT
$
21.50
$
5,654.50
27
Guardrail, Remove
185
LFT
$
8.80
$
1,628.00
28
Revetment Riprap
281
TON
$
56.56
$
15,893.36
29
Uniform Riprap
83
TON
$
55.48
$
4,604.84
30
Geotextiles
603
SYS
$
2.70
$
1,628.10
31
Sodding
281
SYS
$
9.44
$
2,652.64
32
Mulched Seeding, U
2050
SYS
$
1.70
$
3,485.00
33
Erosion Control Blankets
2050
SYS
$
1.10
$
2,255.00
34
Structure, Reinforced Concrete Box, 13'x5'
43
LFT
$
3,846.00
$
165,378.00
35
Structure, Reinforced Concrete Box, 18'x6'
47
LFT
$
6,122.00
$
287,734.00
36
Pipe, RCP, 12"
121
LFT
$
53.70
$
6,497.70
Itemized Proposal Project 16 -SW -08(02)
Small Structure Replacements of Culverts 43 & 85
Item #
Item
Quantity
Unit
Unit Cost
Total Cost
37
Pipe, RCP, 15"
160
LFT
$
58.50
$
9,360.00
38
Pipe, RCP, 18"
22
LFT
$
92.20
$
2,028.40
39
Pipe, RCP, 24"
106
LFT
$
103.90
$
11,013.40
40
Inlet, E7
2
EACH
$
2,690.00
$
5,380.00
41
Inlet, J10
1
EACH
$
2,945.00
$
2,945.00
42
Manhole, J8
1
EACH
$
5,025.00
$
5,025.00
43
Pipe end section, Diameter 12"
2
EACH
$
580.00
$
1,160.00
44
Pipe end section, Diameter 18"
1
EACH
$
738.00
$
738.00
45
Pipe end section, Diameter 24"
1
EACH
$
1,043.00
$
1,043.00
46
Adjust Casting to Grade
1
EACH
$
349.00
$
349.00
47
Adjust Water Valve to Grade
2
EACH
$
296.00
$
592.00
48
Maintaining Traffic
1
LS
$
4,891.51
$
4,891.51
49
Construction Sign, A
6
EACH
$
165.00
$
990.00
50
Construction Sign, B
4
EACH
$
110.00
$
440.00
51
Construction Sign, C
6
EACH
$
220.00
$
1,320.00
52
Road Closure Sign Assembly
10
EACH
$
275.00
$
2,750.00
53
Detour Route Marker Assembly
26
EACH
$
77.00
$
2,002.00
54
Barricade, III -A
120
LFT
$
22.00
$
2,640.00
55
Barricade, III -B
84
LFT
$
22.00
$
1,848.00
56
Sign post, square, type 1, reinforced anchor base
23
LFT
$
11.00
$
253.00
57
Sign, sheet, relocate
2
EACH
$
496.00
$
992.00
58
Line, Paint, Solid, White, 4"
435
LFT
$
3.30
$
1,435.50
59
Line, Paint, Solid, Yellow, 4"
960
LFT
$
3.30
$
3,168.00
60
Transverse Marking, Paint, Stop Line, White, 24"
16
LFT
$
5.50
$
88.00
Total
$
951,400.00
PART 4
CONTRACT DOCUMENTS AND ADDENDA
4.1 The Bidder agrees to be bound by the terns and provisions of all Contract Documents as
defined in the Standard General Conditions and incorporates such Contract Documents
herein by reference.
4.2 The Bidder acknowledges receipt of the following addenda:
ADDENDUM NUMBER DATE
2
07/31/2017
1: 1
08/14/2017
PART 5
EXCEPTIONS
Instructions To Bidders.-
5.1
idders:
5.1 The Bidder shall fully state each exception taken to the Specifications or other Contract
Documents in Section 5.3 of this Part.
5.2 Bidder is cautioned that any exception taken by Bidder and deemed by OWNER to be a
material qualification or variance from. the terms of the Contract Documents may result
in this Bid being rejected as non-responsive.
5.3 Exceptions:
None
I NDION
PART 6
FINANCIAL STATEMENT
6.1 Attachment of Bidder's financial statement is mandatory. Any Bid submitted without
said financial statement as required by statute shall thereby be rendered invalid. The
financial statement provided hereunder to OWNER must be specific enough in detail so
that OWNER can make a proper determination of the Bidder's capability for completing
the Work/Project if awarded. Information on Bidder's company and financial statement
shall be consistent with the information requested on the State Board of Accounts Forms
#96a and #102, entitled "Standard Questionnaires and Financial Statement for Bidders".
Balance Sheet
08/14/17
tJ United Construction Services
Balance Sheet
Period 7 At July 2017
Assets
Current Assets
10004
FM General Checking
(167,038.70)
10005
FM Payroll Checking
(106,385.58)
10006
FM Field Checking
2,523.36
11200
Accounts Receivables
1,530,383.58
11500
Service Receivables
31,253.89
Total Current Assets:
$1,290,736.55
Long Term Assets
18100
Vehicles
147,474.87
18200
Heavy Duty Trucks
38,772.35
18300
Trailers
65,524.49
18400
Equipment
914,693.97
Total Long Term Assets:
1,166,465.68
Accumulated Depreciation
19100
Accum Dep'n Vehicles
(3,910.48)
19200
Accum Dep'n Heavy Trucks
(725.00)
19300
Accum Dep'n Trailers
(184.44)
19400
Accum Dep'n Equipment
(14,290.33)
Total Accumulated Depreciation:
(19,110.25)
Net Long Term Assets:
1,147,355.43
Total Assets:
$2,438,091.98
Report 2-2-0-21 08/14/17
JGROVE Page 1 01:22 PM
Balance Sheet
Continued...
Liabilities
Current Liabilities
20000
Accounts Payable
306,457.02
23025
Liability Insurance Payable
17,395.45
23030
FUTA Payable
(971.96)
23035
SUTA Payable
1,272.29
23041
Laborers Union Benefits
0.59
23042
Operators Union Benefits
1.58
23046
Laborers Initiation Fee
30.00
23060
IRA Payable
2,945.17
23065
IRA ER Match
578.87
23070
Garnishment Payable
656.04
23080
Child Support Payable
60.00
25000
Capital One
74.90
26000
Current Portion of L/T Debt
40,086.17
Total Current Liabilities:
Long Term Liabilities
29500
L/T Debt Less Current Portion
(41,970.05)
29501
1201: 2016 CAT D5K2 (0594) FM
135,813.69
29502
102: 2015 FORD F-350 (1499) FM
38,050.31
29503
802: 2013 CAT 321 D (0657) WF
128,698.86
29504
2001/2002:16 GPS/BASE WF
50,633.70
29505
2003/2004:GPS CAT D5K2/TRIMBLE
50,790.52
29507
104:17 FORD F350 UTILITY (5805)
58,817.62
Total Long Term Liabilities:
Total Liabilities:
Equity
Equity/Capital
31000
Equity - Case
60,000.00
31500
Equity - Buck
35,000.00
31600
Equity - JCase
5,000.00
32000
Retained Earnings
1,161,417.88
33000
Distributions - Case
(314,041.00)
33500
Distributions - Buck
(90,706.00)
Subtotal Equity/Capital: 856,670.88
368,586.12
420,834.65
789,420.77
08/14/17
Report 2-2-0-21 08/14/17
JGROVE Page 2 01:22 PM
Balance Sheet
Continued...
Current Profit (Loss):
Total Equity/Capital:
Total Liabilities + Equity:
792,000.33
1,648,671.21
$2,438,091.98
08/14/17
Report 2-2-0-21 08/14/17
JGROVE Page 3 of 3 01:22 PM
PART 7
ADDITIONAL DECLARATIONS
7.1 Bidder certifies for itself and all its subcontractors compliance with all existing laws of
the United States and the State of Indiana prohibiting the discrimination against any
employee or applicant for employment or subcontract work in the performance of the
Work contemplated by the Agreement with respect to hire, tenure, terms, conditions, or
privileges of employment or any matter directly or indirectly related to employment or
subcontracting because of race, religion, color, sex, handicap, national origin, ancestry,
age, disabled veteran status or Vietnam era veteran status. The City of Carmel reserves
the right to collect a penalty as provided in IC 5-16-6-1 for any person discriminated
against.
7.2 The Bidder certifies that he/she has thoroughly examined the site of the Project/Work and
informed himself/herself fully regarding all conditions under which he/she will be
obligated to operate and that in any way affect the Work, and knows, understands and
accepts the existing conditions. The Bidder further certifies that he/she has thoroughly
reviewed the Contract Documents, including all Addenda, and has had the opportunity to
ask questions and obtain interpretations or clarifications concerning Contract Documents.
PART 8
NON -COLLUSION AFFIDAVIT
The individual person(s) executing this Bid Proposal, being first duly sworn, depose(s) and
state(s) that the Bidder has not directly or indirectly entered into a combination, collusion,
undertaking or agreement with any other Bidder or person (i) relative to the price(s) proposed
herein or to be Bid by another person, or (ii) to prevent any person from Bidding, or (iii) to
induce a person to refrain from Bidding; and furthermore, this Bid Proposal is made and
submitted without reference to any other Bids and without agreement, understanding or
combination, either directly or indirectly, with any persons with reference to such Bidding in any
way or manner whatsoever.
PART 9
SIGNATURES
[Signature by or on behalf of the Bidder in the spaces provided below shall constitute execattion
of each and every Part of this Itemized Proposal and Declarations Document. SIGNATURE
MUST BE PROPERL Y NOTARIZED.]
Bidders Name: United Construction Services, LLC
Written Signature:
Printed Name:
Title: Member
Important - Notary Signature and Seal Required in the Space Below
STATE OF Indiana
SS:
COUNTY OF Delaware
Subscribed and sworn to before me this 16
20 17.
My commission expires: 05/13/2020
Residing in Delaware
(Signed).
Printed:
County, State of
Form No. 96
United Construction Services LLC
(Contractor)
3200 East County Rd 350 North — Muncie, IN 47303
(Address)
FOR
PUBLIC WORKS PROJECTS
OF
City of Cannel, IN
Small Structure Replacement
Culvert 43 — Hoover Rd over Clay Creek
Culvert 85: 111t1 Street over U.N.T of Carmel Creek
Filed
Action taken
'Prescribed by State board of Accounts Form No. 96
CONTRACTORS BID FOR PUBLIC WORKS - FORM 96
PART 1
(To be completed for all bids. Please type or print)
Date: 08/16/17
1. Governmental Unit (Owner): City of Carmel, IN
2. County:
3. Bidder (Firm):
Address:
City/State:
4. Telephone Number:
5. Agent of Bidder (if applicable):
Hamilton
United Construction Services LLC
3200 East CR 350 North
Muncie, IN 47303
765-587-4503
N/A
Pursuant to notices given, the undersigned offers to furnish labor and/or materials necessary to complete
the public works project of Small Structure Replacement: Culvert 43 — Hoover Rd over Clay Creeld Culvert 85: 111 "' Street
over U.N.T of Carmel Creels
(Governmental Unit) in accordance with plans and specifications and prepared by HWC Engineering
135 North Pennsylvania Street, Indianapolis, IN 46204 and dated April 28, 2017 for the sum of
Nine hundred fifty one thousand four hundred and 00/100 ---------------------------------------------dollars $ 951,400.00
The undersigned further agrees to furnish and bond a certified check with this bid for an amount specified in the
notice of the letting. If alternative bids apply, the undersigned submits a proposal for each in accordance with the
notice. Any addendums attached will be specifically referenced at the applicable page.
If additional units of material included in the contract are needed, the cost of units must be the same as that
shown in the original contract if accepted by the Governmental Unit. If the bid is to be awarded on a unit basis, the
itemization of the units shall be shown on a separate attachment.
The Contractor and his subcontractors, if any, shall not discriminate against or intimidate any employee, or
applicant for employment, to be employed in the performance of this contract, with respect to any matter directly or
indirectly related to employment because of race, religion, color, sex, national origin or ancestry. Breach of this
covenant may be regarded as a material breach of the contract.
CERTIFICATION OF USE OF UNITED STATES STEEL PRODUCTS
(if applicable)
I, the undersigned bidder or agent as a contractor on a public works project, understand my statutory
obligation to use steel products made in the United States. I.C. 5-16-8-2. I hereby certify that I and all
subcontractors employed by me for this project will use U.S. steel products on this project if awarded. I understand
that violations hereunder may result in forfeiture of contractual payments.
ACCEPTANCE
The above bid is accepted this day of
following conditions:
Contracting Authority Members:
PART II
(For projects of $100,000 or more - IC 36-1-12-4)
Governmental Unit: City of Carmel, IN
Bidder (Firm): United Construction Services LLC
Date: 08/16/17
subject to the
These statements to be submitted under oath by each bidder with and as a part of his bid.
Attach additional pages for each section as needed.
SECTION 1 - EXPERIENCE QUESTIONNAIRE
1. What public works projects has your organization completed for the period of one (1) year prior to the date of
the current bid?
Contract
Amount
Class of Work
Completion
Date
Name and Address of Owner
$1,639,215
Geothermal Piping Installation
8/2016
Ball State University
$1,067,201
Pre -Engineered bulding/Sitework Package
8/2016
IUOE Local 112 Operating Engineers
2716 S Rangeline Road
Anderson, IN 46017
$109,003
Emens Utility Extension Project
10/2016
Ball State Universit
$580,635
Sitework/Pedestrian Walkway
11/2016
Citv of Muncie
$619,554
Clearing/Earthwork/Site Utilities
12/2016
Town of Daleville
$120,720
Foundations/Building Pad
3/2017
Carmel Redevelopment Commission
$517,626
Erosion Control/Earthwork/Site Utilities
6/2017
Real America, LLC
2. What public works projects are now in process of construction by your organization?
Contract
Amount
Class of Work
Expected
Completion
Date
Name and Address of Owner
$1,199,878
Reconstruction of Drainage Area
9/2017
Madison Co. Drainage Board
$172,878
Site Demo, Grading, Utilities, Landscape
10/2017
Ball State University - Lafollette
$368,800
Demo, Utilty, Excavation
10/2017
Ball State Univerist - Shondell
3. Have you ever failed to complete any work awarded to you? No If so, where and why?
3. List references from private firms for which you have,performed work.
IUOE Local 112 — Randall Hughes (765) 643-5112
US Architects — Keith Gary (765) 405-1220
Ball State University — Jim Lowe (765) 285-2805
SECTION II - PLAN AND EQUIPMENT QUESTIONNAIRE
1. Explain your plan or layout for performing proposed work. (Examples could include a narrative of when you
could begin work, completed the project, number of workers, etc. and any other information which you believe
would enable the governmental unit consider your bid.)
Work will be performed in a professional like manner in the required time frame per drawings and
specifications.
2. Please list the names and address of all subcontractors (i.e. persons or firms outside your own firm who have
performed part of the work) that you have used on public works projects during the past five (5) years along
with a brief description of the work done by each subcontractor.
If required included in bid documents or will be available upon request.
3. If you intend to sublet any portion of the work, state the name and address of each subcontractor, equipment to
be used by the subcontractor, and whether you expect to require a bond. However, if you are unable to
currently provide a listing, please understand, a listing must be provided prior to contract approval. Until the
completion of the proposed project, you are under a continuing obligation to immediately notify the
governmental unit in the event that you subsequently determine that you will use a subcontractor on the
proposed project.
If required included in bid documents or will be available upon request.
4. What equipment do you have available to use for the proposed project? Any equipment to be used by
subcontractors may also be required to be listed by the governmental unit.
Dozer, Excavator, Backhoe, Dump Trucks, Rollers, Etc.
5. Have you entered into contracts or received offers for all materials which substantiate the prices used in
preparing your proposal? If not, please explain the rationale used which would corroborate the prices listed.
Yes
SECTION III - CONTRACTOR'S FINANCIAL STATEMENT
Attachment of bidder's financial statement is mandatory. Any bid submitted without said financial
statement as required by statute shall thereby be rendered invalid. The financial statement provided hereunder to
the governing body awarding the contract must be specific enough in detail so that said governing body can make a
proper determination of the bidder's capability for completing the project if awarded.
SECTION IV — CONTRACTOR'S NON — COLLUSION AFFIDAVIT
The undersigned bidder or agent, being duly sworn on oath, says that he has not, nor has any other member,
representative, or agent of the firm, company, corporation or partnership represented by him, entered into any
combination, collusion or agreement with any person relative to the price to be bid by anyone at such letting nor to
prevent any person from bidding nor to induce anyone to refrain from bidding, and that this bid is made without
reference to any other bid and without any agreement, understanding or combination with any other person in
reference to such bidding.
He further says that no person or persons, firms, or corporation has, have or will receive directly or
indirectly, any rebate, fee, gift, commission or thing of value on account of such sale.
SECTION V - OATH AND AFFIRMATION
I hereby affirm under the penalties of perjury that the facts and information contained in the foregoing bid
for Public Works are true and correct.
Dated at 10:00 am
STATE OF INDIANA )
SS:
COUNTY OF DELAWARE )
this 16th
day of August 2017
United Construction Services LLC
Name of ran' atio )
By
Donald G Case
Manager
(Title of Person Signing)
ACKNOWLEDGEMENT
Before me, a Notary Public, personally appeared the above-named
Donald G Case
and swore that the statements contained in the foregoing document are true and correct.
Subscribed and sworn to before me this 16th day of August
statements contained in the foregoing bid, certification and affidavit
My Commission Expires:
05/13/2020
County of Residence: Delaware
2017
POST BID SUBMITTAL
SEE ITB SECTION 6.4
MANUFACTURERS LIST
Instructions To Bidders:
The Bidder shall enter, in the spaces provided below, the name of the manufacturer of
equipment that the Bidder proposes to finrnish for each item of equipment listed in the
Manufacturers List which follows. The Bidder shall enter the name of only one
manufacturer for each listed equipment item. Failure to enter a manufacturer's name for
each listed equipment item may render the Bid non-responsive if it is determined that such
omission is material by affording the Bidder a substantial advantage over other Bidders.
Upon award of a contract, each listed equipment item shall be fisrnished by the named
manufacturer, unless changes are specifically authorized. Equipment substitutions will be
permitted only with the OWNER'Sprior consent.
Preliminary acceptance of equipment listed by the manufacturer's name shall not in any
way constitute a waiver of the Drawing and Specification requirements covering such
equipment. Acceptance will be based on full conformity with the Drawings and
Specifications covering the equipment.
Equipment Item (Contract Items) Manufacturer
Concrete Box Structure Sanders Precast Concrete Systems
PosTBID-1
POST BID SUBAUTTAL
SEE SECTIONS ITB 6.5
SUBCONTRACTORS LIST
Instructions To Bidders.-
The
idders:
The Bidder shall enter the names and the type of work to be done in the Subcontractors
List which follows for each Subcontractor that the Bidder proposes to use for the Work
who will be providing work for an agreed price of five percent (S%) or greater of the
amount Bid as stated above in Part 2.
Only one Subcontractor shall be listed for each work item. Upon award of a contract, the
named Subcontractors shall be employed to performm the work, unless changes are
specifically authorized by the OWNER. Failure to furnish all information requested may
render the Bid non-responsive if it is determined that such omission is material by affording
the Bidder a substantial advantage over other Bidders.
Except as otherwise specifically stated by the Bidder in this Part, omission of any names
of Subcontractors herein shall constitute an affirmative representation and statement that
the Bidder proposes to use his own workforces for most of the Work such that he will have
no Subcontractors providing work in the amount of five percent (S%) or greater of the
amount Bid.
Subcontractor Name
Work
Price
•h.It Payong $109,000.00
Drew Corporation Handrail $24,000.00
Indiana Traffic Services Traffic Signs $17.000.00
(use additional sheets if necessary)
Meld"'. C
MERCHANTS�
BONDING COMPANY,
MERCHANTS BONDING COMPANY (MUTUAL) • MERCHANTS NATIONAL BONDING, INC.
2100 FLEUR DRIVE , DES MOINES, IOWA 50321-1158 - (800) 678-8171 , (515) 243-3854 FAX
Bid Bond
Bond Number: Bid Bond
CONTRACTOR: SURETY:
(Name, legal status and address) (Name, legal status and principal place
United Construction Services, LLC of business)
3200 E County Road 350 N Merchants National Bonding, Inc.
Muncie, IN 47303-9263 A Corporation
2100 Fleur Drive, Des Moines, IA 50321-1158
OWNER:
(Name, legal status and address)
City of Carmel Engineering Department
One Civic Square
Carmel, IN 46032-2584 This document has important legal
consequences. Consultation with
an attorney is encouraged with
BOND AMOUNT: ***Ten Percent (10%) of the Accompanying Bid*** respect to its completion or
modification.
PROJECT: Any singular reference to
(Name, location or address, and Project number, if any) Contractor, Surety, Owner or
Small Structure Replacement: Culvert 43 - Hoover Rd over Clay Creek; Culvert 85 - 111th St over other parry shall be considered
UNT of Carmel Creek plural where applicable.
The Contractor and Surety are bound to the Owner in the amount set forth above, for the payment of which the
Contractor and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and
severally, as provided herein. The conditions of this Bond are such that if the Owner accepts the bid of the Contractor
within the time specified in the bid documents, or within such time period as may be agreed to by the Owner and
Contractor, and the Contractor either (1) enters into a contract with the Owner in accordance with the terms of such
bid, and gives such bond or bonds as may be specified in the bidding or Contract Documents, with a surety admitted
in the jurisdiction of the Project and otherwise acceptable to the Owner, for the faithful performance of such Contract
and for the prompt payment of labor and material furnished in the prosecution thereof; or (2) pays to the Owner the
difference, not to exceed the amount of this Bond, between the amount specified in said bid and such larger amount
for which the Owner may in good faith contract with another party to perform the work covered by said bid, then this
obligation shall be null and void, otherwise to remain in full force and effect. The Surety hereby waives any notice of
an agreement between the Owner and Contractor to extend the time in which the Owner may accept the bid. Waiver of
notice by the Surety shall not apply to any extension exceeding sixty (60) days in the aggregate beyond the time for
acceptance of bids specified in the bid documents, and the Owner and Contractor shall obtain the Surety's consent for
an extension beyond sixty (60) days.
If this Bond is issued in connection with a subcontractor's bid to a Contractor, the term Contractor in this Bond shall
be deemed to be Subcontractor and the term Owner shall be deemed to be Contractor.
When this Bond has been furnished to comply with a statutory or other legal requirement in the location of the Project,
any provision in this Bond conflicting with said statutory or legal requirement shall be deemed deleted herefrom and
provisions conforming to such statutory or other legal requirement shall be deemed incorporated herein. When so
furnished, the intent is that this Bond shall be construed as a statutory bond and not as a common law bond.
Simed and sealed this 16th day of August , 2017
(Witness) ;
Unite nstruction hrvims, W
(Title) "or n Cd case
Ii�(1 annn �
CON 0657 (6/12) Printed in cooperation with American Institute of
conforms exactly to the language used in
Inc.
(Seal)
IA). The language in this document
A310 -Bid Bond -2010 edition.
MERCHANT
BONDING COMPANY.,
POWER OF ATTORNEY
Know All Persons By These Presents, that MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC.,
both being corporations of the State of Iowa (herein collectively called the "Companies") do hereby make, constitute and appoint, individually,
Carolyn J Waggoner; David A Linthicum; Michael K Corcoran; Stella M Milli; Tiffany Williams; Vickie L Wolcott
their true and lawful Attorney(s)-in-Fact, to sign its name as surety(ies) and to execute, seal and acknowledge any and all bonds, undertakings,
contracts and other written instruments 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.
This Power -of -Attorney is granted and is signed and sealed by facsimile under and by authority of the following By -Laws adopted by the Board
of Directors of Merchants Bonding Company (Mutual) on April 23, 2011 and amended August 14, 2015 and adopted by the Board of Directors
of Merchants National Bonding, Inc., on October 16, 2015.
"The President, Secretary, Treasurer, or any Assistant Treasurer or any Assistant Secretary or any Vice President shall have power and authority
to appoint Attorneys -in -Fact, and to authorize them to execute on behalf of the Company, and attach the seal of the Company thereto, bonds and
undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof."
"The signature of any authorized officer and the seal of the Company may be affixed by facsimile or electronic transmission to any Power of Attorney
or Certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligations of the
Company, and such signature and seal when so used shall have the same force and effect as though manually fixed."
In connection with obligations in favor of the Florida Department of Transportation only, it is agreed that the power and aut hority hereby given to the
Attorney -in -Fact includes any and all consents for the release of retained percentages and/or final estimates on engineering and construction
contracts required by the State of Florida Department of Transportation. It is fully understood that consenting to the State of Florida Department
of Transportation making payment of the final estimate to the Contractor and/or its assignee, shall not relieve this surety company of any of
its obligations under its bond.
In connection with obligations in favor of the Kentucky Department of Highways only, it is agreed that the power and authority hereby given
to the Attorney -in -Fact cannot be modified or revoked unless prior written personal notice of such intent has been given to the Commissioner -
Department of Highways of the Commonwealth of Kentucky at least thirty (30) days prior to the modification or revocation.
In Witness Whereof, the Companies have caused this instrument to be signed and sealed this 6th day of April 2017
'► ION '' .•- __.
.••'pt A�''% .•;ANG.Cp-.
;'� �• pQ ��'•, : �? RPO A�
Rqi' 99J;.ti�
MERCHANTS BONDING COMPANY (MUTUAL)
ri Sys : A1: e4
MERCHANT NATIONAL BONDING, INC.
_o_
2003 1933 o: c
By
• �ti•
':'d, ate;•
. .........rJ :.Q \1 :
President
STATE OF IOWA •��'"•��•••►•'�' •�•'•�••
,, •.
COUNTY OF DALLAS ss.
On this this 6th day of April 2017 , before me appeared Larry Taylor, to me personally known, who being by me duly sworn
did say that he is President of MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC.; and that the
seals affixed to the foregoing instrument are the Corporate Seals of the Companies;
and that the said instrument was signed and sealed in behalf
of the Companies by authority of their respective Boards of Directors.
ALICIA K,GRAM
Commission Number 767430
E10' My Commission Expires
April 1,2020
Notary Public
(Expiration of notary's commission
does not invalidate this instrument)
I, William Warner, Jr., Secretary of MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC., 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 still in full
force and effect and has not been amended or revoked.
In Witness Whereof, I have hereunto set my hand and affixed the seal of the Companies on this 16th day of August 2017.
........, �o
,o
�. VL
as
_o_ p 0%
►— ? -o-
2003
,Q' 1933 i c ` Secretary
•y
:
':'d, ate;•
°''�........••.�
•
POA 0018 (3/17)
,, •.
3200 East County Road 350 N
Muncie, IN 47303
Phone: 765-587-4503
Fax: 765-288-3344
www.unitedconsvc.com
EQUAL EMPLOYMENT OPPORTUNITY POLICY
Jennifer Grove has been appointed the Equal Employment Opportunity Officer of our Company.
It will be her responsibility to all employees to ensure equal opportunity in all aspects of their
employment with our Company. She will handle all complaints with alleged discrimination
because of race, color, religion, sex, age, national origin or disability. Our company is
committed to providing Equal Employment Opportunity with respect to hiring, termination,
advancement, upgrading and promotion and transfer.
It is the policy of this Company to comply with the provisions of the Civil Rights Act of 1964
and all current executive orders relating to Equal Employment Opportunity including the Federal
Highway Administration Special Training Provisions regarding on the job training programs to
assure that applicants are employed, and that employees are treated during employment without
regard to race, religion, sex, color, national origin, age, sexual orientation, gender identity,
ancestry, United States military service veteran status or disability. Such action shall include:
employment, upgrading, demotion or transfer, recruitment or recruitment advertising, layoff or
termination, rates of pay or other compensation, and selection for training; including
apprenticeship, pre -apprenticeship, and/or on-the-job training. Our company is committed to
leadership within the community, and to put forth -maximum efforts to achieve full employment
and utilization of capabilities and productivity of all qualified individuals.
This company further recognizes that the effective application of a policy of Equal Employment
Opportunity involves more than just a policy statement, and is committed to the promotion of
Affirmative Action.
Anyone who believes that he or she has been subject to discrimination should report this fact
promptly to Ms. Grove. She may be contacted at the Muncie Office at 765-587-4503 at 3200
East CR 350 North — Muncie, IN 47303.
Jennifer Grove
EEO Officer
765-587-4503
EEO Policy Page 1 of 1
�1 3200 East County Road 350 N
Muncie, IN 47303
UC/ Phone: 765-587-4503
Fax: 765-288-3344
www.unitedconsvc.com
AFFIRMATIVE ACTION PLAN
United Construction Services, LLC is committed to its Equal Employment Opportunity
Policy. This includes a commitment to following the guidelines established in Executive Order
#11246, as amended; Section 402 of the Vietnam Veterans Readjustment Assistance Act of
1994; and Section 503 of the Rehabilitation Act of 1973.
The company has an Equal Employment Opportunity Officer who is responsible to
implement the company's EEO programs. This officer will coordinate the programs, advise and
assist management and other key officials of the company; and will prepare and present periodic
reports and shall snake appropriate recommendations along these lines. The person in the
company who has been assigned these responsibilities is Jennifer Grove, 3200 East CR 350
North, Muncie, IN 47303, (765) 587-4503. Her name, address, and telephone number will be
posted on the bulletin boards at all the area offices and job site offices so that she may be reached
concerning Equal Employment Opportunity matters.
The company will take appropriate steps to assure that all employees and applicants are
advised of this policy of nondiscrimination and of the company's interest in actively, and
affirmatively providing Equal Employment Opportunity through the following actions:
♦ Notices & posters setting forth the company's Equal Employment Opportunity Policy
will be placed in areas readily accessible to the employees, applicants for employment,
and potential employees;
♦ All management & key personnel in a position to implement this policy, including those
involved in training, recruitment, & other personnel activities, will be fully advised
through the company's EEO Officer of the company's EEO policy & of their
responsibility with respect to it;
♦ The company will make periodic checks to assure total application of the EEO policy.
Hiring, promotion, & transfer will be done without regard to race, age, color, religion, National
Origin, sex, ancestry, disability, qualified disabled Veterans, or veterans.
Affirmative Action Plan Page 1 of 2
By the company's supervisory & the EEO Officer personally & in writing, notifying
sources of potential employees, such as employment agencies (private & governmental),
unions, schools, & minority group organizations;
♦ By using company minority group personnel in recruitment when there is a need for
additional personnel;
♦ By continued efforts to negotiate for Equal Employment Opportunity clauses in the
company's labor contracts.
The company will continue its support of apprenticeship programs as follows:
♦ By notifying all of our employees of available programs without regard to race, age,
color, religion, National Origin, sex, ancestry, disability, qualified disabled veterans, or
veterans of Vietnam era;
By notifying aforementioned potential sources of employees of available programs &
providing assistance to interested persons in gaining admission;
♦ By using apprentices on projects where the company deems feasible.
The company will continue it's on the job training programs on an Equal Employment
Opportunity basis & will continue to upgrade its employees without regard to race, age, color,
religion, National Origin, sex, ancestry, disability, qualified disabled veterans, or veterans of the
Vietnam era.
Subcontractors will be advised that the company is an Equal Opportunity Employer &
that the company will encourage them to follow as an Equal Opportunity Employer. All
subcontracts shall contain an Equal Opportunity Clause.
Through continuous intra -company training, we will instruct all supervisory personnel to
request all referrals for employment without regard to race, age, color, religion, National Origin,
sex, ancestry, disability, qualified disabled veterans, or veterans of the Vietnam era.
Specific grievance procedures are spelled out in the respective union contracts. Access to
these documents by our employees is open. Copies can be obtained from the office of United
Construction Services, LLC. In any case, all employees are free to contact the EEO Officer,
without fear of any retaliation, regarding any complaints alleging discrimination of any type.
Affirmative Action Plan Page 2 of 2
UCS
HARASSMENT POLICY
3200 East County Road 350 N
Muncie, IN 47303
Phone: 765-587-4503
Fax: 765-288-3344
www.unitedconsvc.com
Employees have a right to work in an environment free of harassment. The Company
attempts to provide all employee's with a workplace free from any form of harassment because
of the employee's race, age, color, religion, National Origin, citizenship status, or disability.
Included in this policy is a commitment to provide a workplace free of job-related sex
discrimination including sexual harassment. Sexual harassment includes, but is not limited to:
♦ Unwelcome verbal comments or jokes, physical gestures or actions of a sexual nature
toward another employee,
♦ Unwelcome demands or requests for sexual favors (explicit & implicit),
♦ The promise of special treatment with regard to an individual's employment in exchange
for sexual favors or sexual activity, and/or
If you believe you are being subject to conduct or comments that violate this policy, you are
encouraged to & have responsibility to immediately report these matters to Jennifer Grove,
EEO Officer. Such reports will be treated confidentially to the extent possible, and no action
will be taken against any employee because he or she reports discrimination or harassment.
All employees are assured that action will be taken to investigate & resolve complaints and
that the Company is firm in its commitment to eliminate such conduct from the workplace.
The Company will not tolerate harassment or any other discriminatory conduct. Such
conduct will result in disciplinary action up to & including discharge.
Harassment Policy Page 1 of 1
3200 East County Road 350 N
Muncie, IN 47303
Phone: 765-587-4503
Fax: 765-288-3344
www.unitedconsvc.com
CERTIFICATION OF
NONSEGREGATED FACILITIES
United Construction Services, LLC certifies that it does not maintain or provide for its
employees any segregated facilities at any of its establishments, & that it do not permit its
employees to perform their services at any location, under its control, where segregated
facilities are maintained. It certifies further, that it will not maintain or provide for its
employees any segregated facilities at any of its establishments, and that it will not permit its
employees to perform their services at any location, under its control, where segregated
facilities are maintained. As used in this certification, the term "segregated facilities" means
any restaurants and other eating areas, time clocks, locker rooms, and other storage or
dressing rooms, parking lots, drinking fountains, recreation or entertainment areas,
transportation, and housing facilities provided for employees which are segregated by
explicit directive or are in fact segregated on the basis of race, color, religion, or national
origin, because of habit, local custom or otherwise. The company will maintain comparable
restrooms or changing facilities to assure privacy between the sexes.
EMPLOYEE DRUG TESTING PLAN
In accordance with Indiana Code 4-13-18 as amended, Section 4-13-18-5, United
Construction Services, LLC states they are signatory with the Operators Union Local 103 and
Laborers Union Local 1112. Our drug testing plan is part of our written collective bargaining
agreement with each union as added by P.L. 160-2006, Section 2.
Certification of Non -Segregated Facilities/Drug Testing Plan Page 1 of 1
United Construction Services LLC
Drug -Free Workplace Policy
INTRODUCTION
In response to federal requirements for drug-free workplaces, and in keeping with United
Construction Services LLC concern for the health and safety of its workforce, the following
Drug -Free Workplace Policy has been instituted.
This policy certifies the company's intent to maintain a drug-free workplace. The first section
describes the prohibitions of this policy such as the manufacture, distribution, sale, possession or
use of a controlled substance in the workplace.
In addition, this policy creates a Drug Awareness Program that provides information on the
dangers of workplace drug use to all employees as well as information about available private
and community treatment facilities. The last section of this policy lists the disciplinary actions
that employees will face for any violation of United Construction Services LLC Drug -Free
Workplace Policy. Finally, an employee acknowledgement must be signed and dated by each
employee who receives a copy of this policy.
The Drug -Free Workplace Act specifically requires United Construction Services LLC to notify
each employee that, as a condition of employment, each employee must:
• Comply with the company's Drug -Free Workplace Policy; and
• Notify United Construction Services LLC of any conviction for a drug-related offense
committed in the workplace within five (5) days of the conviction.
Any employee who violates this company policy will be subject to disciplinary action up to and
including termination of employment.
PROHIBITIONS
United Construction Services LLC Drug -Free Workplace Policy prohibits employees from
engaging in any of the following activities:
1. Use, possession, manufacture, distribution, dispensation or sale of illegal drugs on
company premises or company business, in company supplied vehicles, or during
working hours.
2. Unauthorized use or possession, or any manufacture, distribution, dispensation or sale
of a controlled substance on company premises or while on company business or
while in company supplied vehicles.
3. Storing in a locker, desk, automobile or other repository on company premises any
controlled substance whose use is unauthorized.
4. Being under the influence of a controlled substance on company premises or while on
company business, or while in company supplied vehicles.
5. Any possession, use, manufacture, distribution, dispensation or sale of illegal drugs
off company premises that adversely affects the individual's work performance, their
Drug -Free Workplace Policy for Employees of (United Construction Services LLC)
own or the safety of others at work, or the company's regard or reputation in the
community.
6. Failure to adhere to the requirements of any drug treatment or counseling program in
which the employee is enrolled.
7. Failure to notify United Construction Services LLC of any conviction under criminal
drug statutes for a workplace offense within five (5) days of the conviction.
8. Refusal to sign a statement to abide by United Construction Services LLC Drug -Free
Workplace Policy.
AUTHORIZED USE OF PRESCRIPTION MEDICINE
An employee undergoing prescribed medical treatment with any drug which may alter their
physical or mental ability must report this treatment to Jennifer Grove who will determine
whether a temporary change in the employee's job assignment is warranted during the period of
treatment.
DRUG AWARENESS PROGRAM
To assist employees and their families to understand and avoid the perils of drug abuse, United
Construction Services LLC has developed a comprehensive Drug Awareness Program. The
company uses this program in an educational effort to prevent and eliminate drug abuse that may
affect the workplace.
The Drug Awareness Program will inform employees about:
• dangers of drug abuse in the workplace,
• United Construction Services LLC Drug -Free Workplace Policy,
• availability of treatment and counseling for employees who voluntarily seek such assistance,
and
• disciplinary actions for violations of United Construction Services LLC Drug -Free
Workplace Policy.
Employees of United Construction Services LLC are our most valuable resource and, for that
reason, their health and safety is our number one concern. Any drug use which imperils the
health and well being of our employees or threatens our business will not be tolerated. The use
of illegal drugs and abuse of other controlled substances on or off duty is inconsistent with the
law abiding behavior expected of citizens. Employees who use illegal drugs or abuse other
controlled substances on or off duty tend to be less productive, less reliable, and prone to greater
absenteeism. This, in turn, can result in increased costs, delays and risks to United Construction
Services LLC business.
Drug use in the workplace puts the health and safety of the abuser and all other workers around
them at increased risk. Employees have the right to work in a drug-free environment. In
addition, drug abuse inflicts a terrible toll on the nation's productive resources and the health and
well-being of American workers.
Drug -Free Workplace Policy for Employees of (United Construction Services LLC)
Early recognition and treatment of drug abuse is important for successful rehabilitation.
Whenever feasible, United Construction Services LLC will assist employees in overcoming drug
abuse by providing information on treatment opportunities and programs. However, the decision
to seek diagnosis and accept treatment for drug abuse is primarily the individual employee's
responsibility.
Employees with drug abuse problems should request assistance from management. United
Construction Services LLC will heat all such requests confidentially and will refer the employee
to the appropriate treatment and counseling services. Employees who voluntarily request United
Construction Services LLC assistance in dealing with a drug abuse problem may do so without
jeopardizing their continued employment, provided they strictly adhere to the terms of their
treatment and counseling program. At a minimum, these terms include the immediate cessation
of any use of drugs, and participation, where required by a program, in periodic unannounced
testing for a twenty-four (24) month period following enrollment in the program.
Voluntary requests for assistance from employees will not, however, prevent disciplinary action
for violation of United Construction Services LLC Drug -Free Workplace Policy.
United Construction Services LLC has instituted a zero tolerance level program. United
Construction Services LLC is committed to maintaining a safe workplace free from the influence
of drugs. All employees are hereby notified that United Construction Services LLC will comply
with the requirements of the Drug -Free Workplace Act of 1988, and all applicable regulations
issued thereunder, as well as, when applicable, any more stringent rules created by other federal
agencies.
United Construction Services LLC Drug Awareness Program does not create an employment
contract between the employer and employee. Furthermore, United Construction Services LLC
has the sole right to modify the policy and program at any time.
DISCIPLINARY ACTIONS
1. A violation of United Construction Services LLC Drug -Free Workplace Policy is
subject to disciplinary action, up to and including termination of employment, at the
company's sole discretion.
2. In addition to any disciplinary action, the company may, in its sole discretion, refer
the employee to a treatment and counseling program for drug abuse. Employees
referred to such a program by the company must immediately cease any drug use, may
be subject to periodic unannounced testing for a period of twenty-four (24) months,
and must comply with all other conditions of the treatment and counseling program.
United Construction Services LLC shall determine whether an employee it has
referred for drug treatment and counseling should be temporarily reassigned to
another position for safety reasons.
3. United Construction Services LLC will promptly terminate any employee who tests
positive for drugs while undergoing treatment and counseling for drug abuse.
Drug -Free Workplace Policy for Employees of (United Construction Services LLC) 3
NOTICE TO ALL PERSONNEL OF DISCIPLINARY POLICY
This is a formal notice of United Construction Services LLC intent to take disciplinary action, up
to and including termination of employment, against any employee who violates United
Construction Services LLC Drug -Free Workplace Policy.
United Construction Services LLC Drug -Free Workplace Policy prohibits the use, sale,
distribution, manufacture or possession of all controlled substances as listed in Schedules I
through V of Section 202 of the Controlled Substance Act (21 U.S.C. 812).
Company policy also prohibits the performance of work or presence at any company building,
facility, equipment or work area/site while under the influence of a controlled substance.
DISCIPLINARY ACTION
1st Offense Suspension for 3 working days without pay to immediate termination
2nd Offense Immediate termination
Drug -Free Workplace Policy for Employees of (United Construction Services LLC) 4
United Construction Services LLC
Drug -Free Workplace Policy Employee Acknowledgement
Read and Sign Immediately
I acknowledge, understand, and/or agree that:
• I have received a copy of the Drug -Free Workplace Policy for Employees of United
Construction Services LLC.
• I have carefully and thoroughly read the Drug -Free Workplace Policy for Employees of
United Construction Services LLC.
• I understand the requirements of the Drug -Free Workplace Policy for Employees of United
Construction Services LLC and agree, without reservation, to follow this policy.
Employee's Name Printed
Location/Department
Employee's Signature
Date Signed
Authorized Witness:
Drug -Free Workplace Policy for Employees of (United Construction Services LLC) 5
MY CHOICE!
A SUBSTANCE -FREE WORKPLACE
INDIANA UNION CONSTRUCTION
RESOURCE CENTER, INC.
INDEX
Introduction
PAGE
I
Established Drug Levels
2
Initial Testing
7
Payment for Testing
g
Diluted and Adulterated Samples
g
Random Testing
9
Probable Cause Testing
10
Post Accident/incident Testing
12
Consequences for a Positive Test
12
Disputed Positive Results
14
Craft Personnel Work Assignment
15
Status Confirmation
16
Card Manager
17
Contractor Compliance
16
Amendments to the Policy
19
Owner Mandated Programs
19
Guidelines for Speciman Collection
20
Attachment I:
21
IUCRC Drug Test Instruction Sheet
Attachment H:
22
IUCRC Authorization, Consent and Release Form
INDIANA UNION CONSTRUCTION
RESOURCE CENTER
SUBSTANCE ABUSE POLICY
The labor and management representatives of the Indiana Union
Construction Industry Substance Abuse Trust have formed an
alliance to address the problems caused- by drug and alcohol
abuse. The alliance. representing both Labor and Management,
has created the Indiana Union Construction Industry Resource
Center (IUCRC). an industry wide program affecting the union
construction industry in Central Indiana. The purpose of this
program is to provide a vehicle to help establish and maintain a
workplace free of the destructive effects caused by the use of
drugs and alcohol. The activities of the program are not intended
to interfere with normal practices of the unions or management.
The IUCRC recognizes its responsibility to communicate with r
and educate its participants relative to this policy and the harmful
effects of drugs and alcohol in our society and workplace. The t
IUCRC also recognizes the need to provide a program of
assistance to those persons for whom drugs or alcohol may be r
causing problems. Finally, while not wishing to violate the rights
or invade the privacy of any participant, the IUCRC will work to
detect those participants who are unable or unwilling to conform
to the guidelines outlined in the IUCRC Substance Abuse e
Program. This program has been established in accordance with
federal guidelines for urine collection and confidentiality. In an q
effort to address the day -today operations of the IUCRC
Substance Abuse Program, the trustees have contracted with the i
BCRC Adminsitrators Inc. (hereafter "BCRC'I, an independent
not-for-profit corporation with a history of managing drug testing
r
programs. to serve as the program's Third Party Administrator
(hereafter "TW). It is the intent of the Indiana Union
°i u
E 5 u °
7 C`'E u m m u O t w
Q d u Q W O u 0. N L C Oo
y N O
w
:u°o cW ' L> am
4 a • I
yu u W?°moau
eo
°> 3tn
R
t x u to V 0 c w u C
E °D
> u E ?• m a' a 3
Eu o '
O uu v .m. .omO y m ro Nq
m w U g . C Q ,V > •p
o o e 3 d u N `
u$¢ w o c r .e c go
o$
c a '� u c `w° c= W 0 c L
_ E W
' W . C m Q p 7 a
C O
ma ° ON
ayv o-uC
19
p '•• a ba V
m ro` W bwC m u v ya C
�CC u ° O
C M G t p w F" O: m .0 C U.
` R DO m
C A u u c g c .a •° CO
u u 0. 0 2>
F u q
A F H u •3 •o ° vu, •� V �', � °o.
00 °1z:a o
L C A
e o
ue E scc
..Cc Om.
ur.b
O -OE
C W c o r u E °
y 8 w •� Q, 7 0. p E W 0.
m
E W
_
tu�,ucuau"�sc-
C m w r vo .. ' B � o c E
u u y w u t G
U> C w w v u a u
3 D o �' r o E 4.
v,C, y O
a L y aro c 3 c° m u
gros�=u
e o
W C y •� .� d F C G
k 3 u o A w u o o u a
u o = U 01 3 L R� m
Cl)
N
u
oE C w S
12 _
y 3 "e ro ° W
r y
v gypp^ A 2
c ..
_>
.c a L u= 0 c.
O y 0 w 2 m 6. O 'Ff y
o
Q
° ° uu 2 'a ' ro
F
>,D � s � c•o �
u E
u
u iu E u R C ,m
� o �
a E
Qm
a y c s 'ia w fl
m 5, Eao�u
3
o C m °
,cb, ca
o°. e u
Copal cmi °t ro
A A 'E0
0.
�.
O •v O .0 E O •d Q. o C� ti
p I.. E y •p C
��,,
V23m .y G V V
•,C•
3 E° 8 6 0
a
u 3
u u y
C.: u
u°
` V pp
3 v w u°
G C 0 v R E �" C U 9
'u. C
U E
y
;y u u $ a
�"' (� O
D O
O
Y U O CS •� w O N 9
U v°f y
0. v°, a 3 m a .. o n R 5 = .°
00 °1z:a o
L C A
e o
ue E scc
..Cc Om.
ur.b
O -OE
C W c o r u E °
y 8 w •� Q, 7 0. p E W 0.
m
E W
_
tu�,ucuau"�sc-
C m w r vo .. ' B � o c E
u u y w u t G
U> C w w v u a u
3 D o �' r o E 4.
v,C, y O
a L y aro c 3 c° m u
gros�=u
e o
W C y •� .� d F C G
k 3 u o A w u o o u a
u o = U 01 3 L R� m
Cl)
N
T c A a w e c
u a r d
o mo co c u a, fi v u
Cl)y d h by F-�FF
o
y d O U T •G -°� U 4)
C!
y y
u y U °p C r E Yi a'u y t^ o
T
.. u0
•^ '� y 'o '� u � � � c 3 '3` '�' � •° 3 m •o o 'b ;b°
a32i � 'O
c,, u b u2 ba
q
Eur°? 3A ooa:-''m°���Ga �wuc E
0 3 0 E u b ba
O w� .5 O Ca O u y a a 5 >> 'e
E Q x o o= Y a w S u 3 3 g s o 3 in
u L' a "J S o m
a u " C .5 � H r a �"
=0 80U
m'� Q y R
8 cC 0oE- 8 a y 0.3 by C,:
tI�
w C C v1 " p T pup V° '3 w '7 a C N 'O 'y A b 7 N
qo K u 5 0
+ C O w <j m ,� pp :7 n' . •gyp 'L+ V u O •� a O
m c u u m A 5 " 5 tT $ a b u S u p a 3 ca 4w
vA,q�
'-+ N M et V•� �O
e � �
a>° c m E 3 q .$ m U u vi uc o .0
a m
u a
0 z a H u. my 0
g r u o Fcc e
o$W of $�=$ cc!�3:: a
=-XI 9 A b 2 u w u � 6 =' u r p
0 o c m
a c u¢ 3 c C 6 v o' a;, ° F
°9° 2i .0 wo Uov u eoUa u y �t
a 0 _� 3QQ7 'c" c u M .4°° m •- 6� E pp .S E x a o 3
�' u c t •c o c E a A aU s n o u
O
' c y a c •a •3 ate, w c 2 ,c � �
A 0. iu7 :; ' y a u C
v � G
°�00 r�°cE=F S �rsse IS
.00 y
r CL
A 3u'Sw��o$ o,y�^ cHwouaxNwm
> c t3 o. O a, A^ o .a
H .5 ^ c m
.S .. c
w v a� > C a` c m Z b a `o ° n pp
e° v 3 2 E a Fgg
u e u a e° a, u pR,,� �i, . y wu�1° o. ,yo Q 6 0
u` c c� u v U 3 ° F° H .E 6� d Q raa i s A m v", A vJ N o (-c
v et '0 0
t w°
Y b Y �' a V R Y s d
o o 0 E.
vE = `° O rC °c U@ ,cY, E'i @ u C
Y C i T 4 p
O w '= 7 u >' O= 0 p ^ 0.00 = En
rH A c u ° E'o° mbo
o u 3 C p
•o '� 'o � •� � `o N.o t � > ro^y S .°e � � Y y2y � u v 8 �'
Y G N 'p d•D a Y C ^ C 'Y •` `Nm � '� p k Y V �. 4 C p1 � p �O
0 0> wp c •i^y is = tl w o o •p y o u p a C in
a
t3 Zo- Duu•. OY H A w... FA. . o OY'C8 uH •wou DO am uY o o ==S Y ictl 'Oo v
%mm �sE ep p $ tC
N Y M 6;E on R-
CL
nt
=
E>ro,uO ed 8y
• m pa0 _Nr sd8YyNbm
TO
L
i
C 4 N >.• F
C
Ou
�� lit
:� � CD q O �
ct
O u t e
p, ai .0 ea u
s@gg
tCL
0 �
a
E
i:.
U C
O
c`, U 3 u is
v et '0 0
t w°
Y b Y �' a V R Y s d
o o 0 E.
vE = `° O rC °c U@ ,cY, E'i @ u C
Y C i T 4 p
O w '= 7 u >' O= 0 p ^ 0.00 = En
rH A c u ° E'o° mbo
o u 3 C p
•o '� 'o � •� � `o N.o t � > ro^y S .°e � � Y y2y � u v 8 �'
Y G N 'p d•D a Y C ^ C 'Y •` `Nm � '� p k Y V �. 4 C p1 � p �O
0 0> wp c •i^y is = tl w o o •p y o u p a C in
a
t3 Zo- Duu•. OY H A w... FA. . o OY'C8 uH •wou DO am uY o o ==S Y ictl 'Oo v
%mm �sE ep p $ tC
N Y M 6;E on R-
CL
nt
=
E>ro,uO ed 8y
• m pa0 _Nr sd8YyNbm
TO
Y
m� m
C 4 N >.• F
C
t -
p lu N �° •�
:� � CD q O �
ct
O u t e
p, ai .0 ea u
0 3 u t
m�n
w
0 �
i:.
U C
O
c`, U 3 u is
v et '0 0
t w°
Y b Y �' a V R Y s d
o o 0 E.
vE = `° O rC °c U@ ,cY, E'i @ u C
Y C i T 4 p
O w '= 7 u >' O= 0 p ^ 0.00 = En
rH A c u ° E'o° mbo
o u 3 C p
•o '� 'o � •� � `o N.o t � > ro^y S .°e � � Y y2y � u v 8 �'
Y G N 'p d•D a Y C ^ C 'Y •` `Nm � '� p k Y V �. 4 C p1 � p �O
0 0> wp c •i^y is = tl w o o •p y o u p a C in
a
t3 Zo- Duu•. OY H A w... FA. . o OY'C8 uH •wou DO am uY o o ==S Y ictl 'Oo v
%mm �sE ep p $ tC
N Y M 6;E on R-
CL
nt
=
E>ro,uO ed 8y
• m pa0 _Nr sd8YyNbm
TO
N c¢
u
ro ro
2 y n. u 3 p r
61 3
E
> A o d
ro° r y m o
o a yy o
u o 3 0
m o x
r_
to
aC u
__ N
eo u p, c
s 3 a g E y eo
as > c c°
IrL
ed
a
E
u e >
K '0 u
.. o °
E ° C U U
pE 41
U 0.' 1a w u ^u' O
y
f
.�
O 1a V° �'xu.
0
Cl w s ro E 8°
c
.S 'a• �� c
E '3 S I!,
�3ra
b A O d °
V O u N W
_
w as N 1114. :rl
e u A w
E E
_o u
7 N a h' Cd
x N N> r m
$ 2 -E
N o v ,�
L R
u A
3
:� 3 '� V •O m
3
r0. V
u 0 G '° O
..
T tii� �
Tye u'fl sero
�� E a'd E
N
owa�
co
u
d
E
`�
V
as > c c°
L
a
E
m° '^ m
o
r
e u A w
E E
+�
21
e c
w 'v^, ro o •N
u N
3
c "
C w
E ii •c
N
a
v u
1a
q
c°
{�11
y e
Q
`! 7
c d
C
=O'�8
1a�
a �
O .D
o
ti
H�.Sa0
ro e.
^g
c0 A s
a
ON u.L°
a gO
x-�
m
N
�N
ro
o > 1a
u$
E c
o
$ ab
a
^ C
o�.c
o f
m
;�'O
v
G m.E
c
-- h u E
> w
_`.�
cv
m
E $
$ u
Q g
a ro
O.
vco3ao
.^ ro
u_ o
> u
> b
a
a-�'a
E
QFC
a1.N
W.. O
o
GFi9
00
co
u 0 y u Y
n a
^ p •= a ', g E o yo t) .0 ;,yo
in
e eC° a o r o E E
oo 3 y 8 E¢ L
o` u N ra. E N fl 3 G g m a, y u 'E ° e o u u o
o 0 3 u y U u ,o '> c o �' o. �' m o n- Err e u
m boo u 2 c u E `N ^- `o Z$ p
n u
c E- o u a L u a >, A a
M t 7 a� •E C .fl y r .0 .0 O N > N a . O N
E -0 O o u b° u u w^ ,0 V E �- 3 iv w V N 0
o a . L s UE $ 3 E E
V c'� 'n ° o c 0 N u o w o A a tSa a
•N r r e o .2Pfn a r E 0 E o
f 00 E! c •- a °o ^ c o N a c o. o 0 o c o ..
0 0 .0 E� o" a u 2 C � a E a a c. � r
c a e c 2 o w N a u 2 N
g E E E^ E p A t y u w0 -0 o .o e a -a U e °c u U E
v E= E W y' a uai u V C � U e •p u iy u d 0�A '3 � a 0 0 E
G O^ L N r .0 a� 'C ^ f r u Cl C°
.� ii A c A u^ w E7 u
Cd 20
u V 'y J •p '� 7 CL O .G O N C . � � O> ~ >. �„ •p
t .0 o .E o E u n O. N 04 -0 a? .E L f' a 0. �° E .o u a O.
Mr
>
u° utio
- n e o 'c r
'E
u u
. c d
a r
u u 0 o
s E u
u 8
u
0
E
> U u
a u Qw N C u 3 O 3 L
E u> E
E
O
O •v a .� � u q^ u
C
•0 a sL
n E v N O u O
Z a
a �c
6
m, eCa L^ T C be E C
C O a 8
b eo
u N
V
A
n - E o ^ E
3
•u
'� 0..w G t}uOuJ� t
w°- O
a
y 9 C N L Q
E N u E o a a E to E E
.w.rLa1. T w d
oi, E>? E>
O• A L
A u u
G o a
v^i 00 7 N v O N a C' V
a
.E.. O T ori u 'r E •�
r E
.ui b �,
r0 o v° r co 'u o. t
c E
r °�' 'E c C t 00 °' ,`u .o
o `�
G 7 O
o E m o 10,
c E u
vi •` N` a 0
.y
,�
O a X E E b
U E t
0 u o & v N
u ro b> o u
u on E w
�+
a"i s 0. u w u
a u 'H u°
a °r > c u .o°
u Ur.- o
H c°
.�
a. .0
o
E E E a •E > o o
o o c
_°c
d N U G^ C ° a Q
I
N •°�• t L N G
E a {.. •fl' U
C .? e n Q E o o> n S o
'u
E C° T° o u .ro Q u `o o
p"
E v u
a u 9 0.? '� x u 2- Z
= D '^ u° o
u u u
N `o E
b a v
o E?
uwoaa.so.°�o..0s
d'aau iHau`oma'A
QE.0AV
y 0 0 1t4 0 e u a o u c w v °c o Q
O' 3 Q W '4 Y a u E u .y y c y Ag.^ a u
G s o -ya- �° A—° r -_ E o a w 3 3� a o CA
ccul
O 00 �n 3 a r c F c 0. a �> ° r O
C3> c= = v ,� a yh C e `.
y y> .N .� c -.?, o E u N M> `° E c'o — m
2 a $ .uc o � °c $ '� $ u o. $ c< c A o n o. 0 0
u v y a y>,w > E > ° `y 6:y
Ica o E o° ya ° Q ;n ° E r o u
'fn ""•° w V.0 r y'� /� a E ao n.b o.o >o
� E CC 40„.Cw E r
c > m y t- e 0$ :p w w p u H
«. is a w u.8 ”'
€ y u c 1C -02 V o r> y d
;C BmCU so;,EO�
E 9 u m eca 3° N E e > u E u
u S o u '� u
'0 3 $ $ c ° $ w cis°
v
E c
O E
E
$a c
•V Q.�'x3aa.8�c� p.u83.Yl� a�ua�ro� Q..3'v8
f V er1 YI
b
w m C u
..0. W
2 s
>
O
_
y
>, C Go
O
y u O.
E
.a
G .° O
E s
O 0 .� U �.
II o..=
V .D 'V'
c
:y V C- > o a y
c o s & E.0
O O V
r n
Ci •Cel
v w
d Z N V
z
uu
U �• w
c
Eg td ,w
s c 3
cd 0
0
° - y u u
o
o y 00
.0 .r
C m E u �' oN u
co u !9
'b o
° eo
> a Q
c
3° Qo °r
° E E
o u S
a e '� °>
E z
a=
C u V E C V
E U
;e
t c a a vJ
v E
e 1i V a w
u >`'0
C
N C O=[ E 'Q 0.0
0 8
q °�>°
o
o
o y a >, c L b u 0
E A
u
e E a
O .D 8 y
v ai
0
ca
a e
o
tz
E u •C a
u o °°
L u 'E' ca
o. a'
u °° E o` b o-ao a o
o u o
C ,C .0
y 8 7 N
E j
$ v
e c>' w°
•O
a °D
°' ° c u v o a u g o
v a
0 0 u
•fl .^
;v, O y C G
N
O
e :o
U
.a a >' O. U '� u O.
A t U u t
t O
u U
0
Oo ." C.
U .a V E
y
t 7 o
L^ d bo
O> >> V U w
= a s
^ 't7 W O L u
$ E U
fA a a u a -5 -5
N
T
A
s
bo On14
u
u
O�p
40. .00 V U— a U c' •U°
• Vl a w V 0
A .�T. U a
lu
.. b O.
y F
N M p
0.y O w
,L, •>
k y u r c :?
p
�
-0
e u$ u 9
,
a 3 U Cci u U F. w 5
7
c
n u
A O
u
o�
40, o E- c
O .Oa. t;V., U u In
6-.0
v 3
r o
•ci `�
2 E° 3 g° k a a
r O iv ., s a �'�' i0 a
co o r E
U c 'ti u u Q 'ap1 o A E
U.
'aL>a
'OU O
5 C c
a A
FE aU
7p
tv3�
Xa
A Urov
uEa
�UrOa.
'Ai•tNtC°Ji
6tU
2U
Vv
�EE
U
3
:
>c
U° CA
3°
CL a
Acx
° c c r e w u a N
�
y u $ > a u 3$ a .cu. `8
� u
y .�
u -° u 3
u 7 = a c •pe`0 k .c
$ c w CL
u eCa ' A t t >
r a p k q
°
u
o h v E 2; c
>. u
c 3 Awtn�y
o'uA S As P u
u y c
d o 3- a u 3 e
a ..v a
uo E
r T $ p 'E Aa K
c E u
c o •°
. A c F 4 E u? E
_o
n'o
beu
E o o c E
- ° �' $ L4 $
o W 2
A eo 3 c
0=0 o A c
k' U
L ,_� y 1. 'G J E
cE aopE.. o
ceay�aaa 6o.0o.yU. au
U k W
'�'7i
y DD N T
> U �D U E a
U A U q C •� Q
E a
1 a v .°o G an u 3
- ? k 9 Q ° ,,�
0 -ue
aye 2 w 8 �_
.°
o° o o °' u u U a n
b u `� U
p ,, CL
9 0.a y u .n A k •o = o0.
a s o 41 w
L y '0 E
'H
m 0 U C O U O C$ U
C3 a U
9 'd
C
y 7 C a 0
rz a It. Lt. $ 8 A v v) u y o
p C .Ui O
.c W
•�
_k
E E :O U
V Q 3 y O V N U; y �Q V •�
3°
o V ,E @
a a c d a A y a~ o°
a
o= ro c
b
k
CL
r
E
kc
c=
r
Uc
u. 2
4. v a
U u
a= u
u CL
43
00C
.>'. 'in eTU (A0�1 6 .G
2 O i" N
p• O. a .,V.,
E -
•C U ° W
10
C N l0
s
E$
a t u
$ o E E .fl •p
U U 'o t2
>� ^
y C W o C
3 T is
C N W
C 9 C O C>„
U A V y a C
..C. T
U L u 0 0
p b
C
_A
u "' •a
u •s d O.
C N N N€
C
U �, O u
E
ti
U u
p w
oCo
C r
a' s u
40.
(� ..
e u o
a Y O
E c e
,N� ._� Q o �.
u 0. T-
u
•9�
dU
Oz on
C
o 7
'u a
8 1,m
$ V E
e Es
u .CLQ' O 9 C
,3 Va UG
O Q• 7.
y l: y .a0 C E 0
r 3 a o u
o 0 0o
° u E°
Z Z
ro u a$ s
5n
g a
3
p E U u E
a w 'C E
E
a o o^ o
o Q a
U
u w 2 m
s
e0.
y o m� o
o o, a
E
o
$ u
a
0.o N$
u
Eo8 u50
Q u
Q L'P
ul3 H
«�
tn'
.44
ral
N a t U `° N c a 8 E E �i u a •° u D u a 3 3 a E u
;a
cd
44 0
ac r r -,
.N, o° o a' 0.? 6 E
E a o ,c
0 3
:a N v 5 a u E G o Q 'E a 444 '—� o
u t a u o E u in r; y '= o R b Z) in o Qr u 00 E a+ c0
E '^ u o$= s `u .= m e v ° 'E E^ o Z
w n u? u u_ v e$ N u c > E o n o
N > .> N u E a E a o a A r
`� ° w°• n. •y � .e U •v o � $ N .:.9c E 32 .o Q $ u o .o a o 'e o u
.�+ U
o 0 3° z e au_ _ e
b Y u u U>
a o ° Ill c p C
v a o - — a d u o u o
y o u z K oq c fi c c c o roE u r a y x u
.D :7 O U C w v 8 a O � Ea a c,
u y c E o a `u e u E °1 `° Q '� o n u u G 9 a
E
8-9 SI !e N ° (~ .> o a 2 0 .. E n a N° 0.O �' u c w u O
E -2 E :° u H$ E u o U u S A 'G •� a U y > u F a U U
vi a amu
co
r
C u W
V
E N u o o
WE `o u u U
ow E o
U c
o F 3 0` u
n° v' ° 3
m
°w'o
a u
° Ex
u
tC7 u M 2 L
3 �• 0°
Ebb
dL
7 0 C^"
rn 3
1y u a C y 0
ag w a .E 'o
U0.'
p
�• ¢
a
_ Ec
� ao �
3°
c�
u N u ,$ b
L°
e '� U E° y u 3 a
�' c u
z•S�xcE.°�
u
roL
O V g E
> p
u 'C44 O
(� t1� V o ,� .Ca.
C
or -
U0
U
p b
O n•
73 -ij m_
bo
itl
_ °ab ti
2 R
.�3 .'�.w
U E a g V c
u
y> o
° u
E
>,c id�
> 'E o o E o
u`
Tu Z'Uw B
0 U 42
mc
.
•�
G c y$
b p� ..
3 3 N 3
a p y �.
u o
�> c gay
pia
O
tCl3
° a
U N o E s �, ITO V •O O'v
N (~ S ."EE •w. Y Y p V
L' w
'«.
3 s b a u` C n B is
E S W
a
Cu
Y
�
Y
4.
° °YP
cd
..GS
ET
up°
'fl FY oC
.
o 0 o E b E E E' EN
EW° Y
o o Id
e
c 6 u
c c w
O 3¢
6
� O a 0.�
`Yu o°
� b >, �^ O. p p
oao 9
y� E� E g G u u p
> •y
ED > y
co:Nqo
o.
rn �o u a '�
F• U 'r w N N rn
¢ .C. �.1 '� .a° (n
co
r
z
O
a
Ery
z
W
t7
a
O
M
w
42
q 'O
p 0 A"
Koo„ O5ngu.r Aoi. L� 7C q
rh G u.- p_Y
?�
0.1
Q, � y, u o � 3 '� 9 � a °o � Pi'•c O U
o �
G C m c d �Za
S a t G'a °9 a u 6
y eU r •' L u U w C Q. V .0 U1
A c o 0 34 $ n rog On
9'0="ofl $ tS o 0 8 $" o
6 4 to
U o.e i�,a,10 = EO $`� $ q m �
3
oE
o
o f °
o.0 o w Ar,
in
u
uv1
u '$ p— o 'o a °$ o a 0 O 'o
u $
o
Lt
u
Im
o LD o a. 4 aE;
�E�H^Eau eJ
s u
vJ o u a
V FA
Ll u tc u s
46
is 5
E• u.o ° o u r [
�.O U O ` U U 7 C U y o
u V C C C L U ,� iU' p, C Com! •G H
O y .0
ro o u
° u
p$p u b u o s
C,.T u t o r p .0
$ c 3= u E$ H O E u u o e E .. Lt:
m y4 3
.0 F5 $A ao >
° E-• t5
o c3 a v 6
U S a« w L.0'o a o>> u v oo ty
u CL
U o o u a� C u a •C m $ w aaq
a U E Q E w° m a E c$ uc`i u Huc
.•+ cV cr1 er
V'1
0
N
�r gaud Ia
§§ (■3�� f ®>
J2 �Ia�$/ &]d ~2 $
2J§ E.8
0§7 §�7£k7E -8£ M
\k /I\ \V
dZ 2 k)
®k $]k a-
/\} ��\\ k2� r.
L6
-v 4) f
//
\ \\$
-�■ ƒ/f§=� �)k �(��I� I
ww §■J=
»$m2$ ( z}
§$ #)kuG� -■ t-®o]co �2" ƒ§
■c $�aq■] §(� ��kJ�/ iEE
e{
2a _)}\}kms \/k\//� a777k}/
W=
$
�
k