Loading...
HomeMy WebLinkAbout20142010.tiff RESOLUTION RE: APPROVE WORK ORDER FORM (FLOOD REPAIRS - EM-BR9.5-24.5A) PURSUANT TO AGREEMENT FOR DESIGN SERVICES FOR PERMANENT BRIDGE AND DROP STRUCTURE REPAIR AND AUTHORIZE CHAIR TO SIGN - ICON ENGINEERING, INC. WHEREAS, the Board of County Commissioners of Weld County, Colorado, pursuant to Colorado statute and the Weld County Home Rule Charter, is vested with the authority of administering the affairs of Weld County, Colorado, and WHEREAS, the Board has been presented with a Work Order Form (Flood Repairs - EM-BR9.5-24.5A) Pursuant to Agreement for Design Services for Permanent Bridge and Drop Structure Repair between the County of Weld, State of Colorado, by and through the Board of County Commissioners of Weld County, on behalf of the Department of Public Works, and Icon Engineering, Inc., commencing January 13, 2014, with a completion date of December 31, 2014, and with further terms and conditions being as stated in said work order form, and WHEREAS, after review, the Board deems it advisable to approve said work order form, a copy of which is attached hereto and incorporated herein by reference. NOW, THEREFORE, BE IT RESOLVED by the Board of County Commissioners of Weld County, Colorado, that the Work Order Form (Flood Repairs - EM-BR9.5-24.5A) Pursuant to Agreement for Design Services for Permanent Bridge and Drop Structure Repair between the County of Weld, State of Colorado, by and through the Board of County Commissioners of Weld County, on behalf of the Department of Public Works, and Icon Engineering, Inc., be, and hereby is, approved. BE IT FURTHER RESOLVED by the Board that the Chair be, and hereby is, authorized to sign said work order form. CG rrl-(8c)fi lbw) NStr3) OEM, aft LE(8) PW(ER,ek+,Sn,.) 2014-2010 $- La-zoi.1 EG0070 BC0045 WORK ORDER FORM (FLOOD REPAIRS - EM-BR9.5-24.5A) PURSUANT TO AGREEMENT FOR DESIGN SERVICES FOR PERMANENT BRIDGE AND DROP STRUCTURE REPAIR - ICON ENGINEERING, INC. PAGE 2 The above and foregoing Resolution was, on motion duly made and seconded, adopted by the following vote on the 7th day of July, A.D., 2014, nunc pro tunc January 13, 2014. BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO ATTEST:L ,�` , CL „•/ L �j C/.�W/ G •�C.l� K gl �ademacher, Chair Weld County Clerk to the Board • E L arbara Kirkmeyer, Pro-Tem / B ' ► /_.t��. i/ J .�i � . ♦ 6 �.pfy Clerk to the Bo�• � an P. Conway. APP D RM: ike Fr an • y Attorney Willis F. Garcia Date of signature 7-17 2014-2010 EG0070 BC0045 �86 MEMORANDUM TO: Esther Gesick, Clerk to the Board DATE: July 2, 2014 FROM: Clay Kimmi, P.E., CFM, Public Works couNTYS SUBJECT: Design of Permanent Repairs for EM-BR9.5-24.5A Please place the attached agreement on the BOCC Agenda. Please return a copy of the agreement to me for my records. BR 9.5-24.5A and the drop structure downstream of the bridge had some flood damages n the September 2013 floods. This work order is for the design of permanent repairs to the bridge and the drop structure east of the bridge. Repairs will include replacement of riprap and cutoff walls on the south bridge abutment, repair of the collapsed drop structure which protects the footings of the three bridges directly upstream, and the repair to the damaged river bank on the south side of the St. Vrain River. The design engineer estimates that the design will cost approximately $115,598. The design fee includes all environmental permitting that FEMA is requiring, all construction inspection, all geotechnical testing, and all easement acquisition. Weld County will be responsible for 12.5% of the design cost($14,450) and the State and FEMA will be responsible for 87.5% of the design cost. This work order was included in the spreadsheet that was presented to the Board on Wednesday, June 25. I will plan on attending the BOCC hearing to answer any questions that the Board may have regarding this agreement. RECEIVED JUL 02 2014 WELD COUNTY COMMISSIONERS 2014-2010 Pagel of l M:AWeld County Flood 2013 Version 2\Site Specific ProjectsVBridge Projects V95-24.iA\Phase 2 Work\Work Orders\EM-BR9S44 SA ICON Work Order Memo cc BOCCdocx WORK ORDER FORM(FLOOD REPAIRS) PURSUANT TO AN AGREEMENT BETWEEN WELD COUNTY AND ICON ENGINEERING,INC. DATED: June 26.2014 Work Order Number: ICON- 10 Project Title: EM-BR9.5-24.5 Design Services for Bridge and Droo Structure(Permanent Reoairl Commencement Date: January 13,2014 Completion Date:December 31,2014 Limitations on compensation: Not to exceed$115,598 Professional agrees to perform the services The attached forms are hereby accepted and identified above and on the attached forms in incorporated herein: Exhibit A — Scope of accordance with the terms and conditions Work, Exhibit B — Cost/Fee Breakdown, contained herein and in the Professional Exhibit C—Proposed Schedule. Services Agreement between the parties, dated January 13, 2014. In the event of a conflict between or ambiguity in the terms of the Weld County Public Works Department Professional Services Agreement and this work1 order (including the attached forms) the By: I Professional Services Agreement shall control. Project Manager Byer T By: / ICON Engineering,Inc. Count y //�� Date: rerodcp By: V (hi By: ,,-,.. Title: f//4C/ / Directo of lic Wo Date: Date: 6-26-Al By: o c9 ceC i ry t"J�r Douglas Radezhacher,BOCC Chair JUL 0 7 2014 ATTEST: s L a d1 • •'C�LO.( / nq rp 2 -' Weld County Clerk toiBoa% Ito1 t �SZ By Deputy Clerk to th- ][ CON ENGINEERING, INC. EXHIBIT A—SCOPE OF SERVICES Weld County 2013 Flood Recovery Phase 2 Repairs at CR 9.5 Completed Phase 1 Repairs: The grouted boulder drop structure on the St. Vrain River downstream of CR 9.5 was temporarily repaired prior to the 2014 spring runoff. Repairs included extending the existing sheet pile cutoff wall approximately 61-ft to the north. Riprap was placed under the portion of the grouted boulders that were undercut to fill the void. In addition, 80-ft of grouted riprap was placed on the upstream side of the sheet pile wall on the north side of the drop structure to provide a seal and ensure that water will flow over the top of the wall. 8,600-cy of fill was replaced on the north side of the drop structure to bring grades up to pre-flood conditions, and temporary riprap was placed along the newly constructed north embankment. The north abutment of the bridge at CR 9.5 was also repaired by pouring a grout curtain wall along the abutment. The curtain was tied to the existing abutment with reinforcing steel and also used to fill the voids under the abutment. Type H riprap was then placed along the grout curtain wall to protect the abutment and river bank under the bridge. Phase 2 Repairs: The Phase 2 repair work will include removal and replacement of the southern portion of the grouted drop structure that is failing as a result of the flood. In addition the existing damaged trail along the southern bank will be removed and replaced. The corrugated metal pipe that conveys the irrigation return ditch to the drop structure will also need to be removed, salvaged, and replaced to allow return flows to reach the drop structure. In addition, approximately 310-ft of eroded bank on the south side of the river will be repaired by grading the bank back to pre-flood conditions and protecting the bank with soil riprap. The phase 2 repairs will also include installing protection for the bridge along CR 9.5. Protection will include the southern abutment of the bridge over CR 9.5 using methods similar to how the north abutment was repaired and investigating the extent of scour at the bridge piers. If necessary,scour at the bridge piers will be repaired. Right Of Way Needs: It is our understanding that the County controls access to most of the adjacent downstream property on the south side of the river and that additional ROW will not be required for any construction. The temporary construction easement used for the phase 1 repairs on the north side of the river will be utilized again for access to the phase 2 repairs. Detailed Scope of Work: We envision our work to follow the general outline presented on the following page. Phase 2 Improvements at CR-9.5 Page 1 of 4 ][ C N ENGINEERING, INC. I. Pre Design and Ongoing Tasks A. Project Kick-Off Meeting-We are assuming that we hold a single kick-off meeting for this project and for the design of the roadway improvements on CR 34. B. Progress Meetings(Two) -We have included two progress meeting for this project and we have included two progress meetings for the separate project for the improvements on CR-34. Therefore,there are a total of 4 progress meetings between the two projects at which both projects can be coordinated. C. Site Visit- Like the kickoff meeting we will combine the site visit for this project and for the roadway improvements on CR 34. D. Utility Investigations including coordination with Utility Companies-We have already completed the utility investigations for this site but our proposal includes time to coordinate the Phase 2 improvements with affected utility companies. E. Field Surveying:This task includes surveying to locate existing features;verifying the property/ right-of-way drawing;and updating the base mapping. ICON will utilize the base mapping to prepare utility drawings, right-of-way drawings and other base maps for use during the design. F. Scour Measurements and Evaluation—For this project Engineering Infrastructure, Inc. will map the extents of the scour at each of the piers on the CR 9.5 Bridge. Using this information we will evaluate the need for protection at the piers. G. Environmental Clearances and Permits— We understand that the County has obtained 404 permits(nationwide 45 and 3)that will cover construction of the improvements on the South side of the river. Further we understand that FEMA has cleared the project with the State Historical Preservation Office. However, a 404 permit will be required for this project and documentation of FEMA's clearance will most likely be requested from the Army Corp of Engineers. ERO's proposal does not include time to clear cultural resources. ERO will perform fieldwork and research and will document findings for each of several impact topics such as wetlands, threatened and endangered species, and migratory birds. The findings will be used by the County to meet necessary permitting requirements. The field studies and documentation will be at the appropriate level of detail to document existing conditions. Based on current knowledge of the study area, ERO believes that there are no significant resources present in the project area, although Preble's meadow jumping mouse (Preble's), bald eagle, and raptors are known to be present in the vicinity of the project area, but would not be affected by the project. ERO's scope assumes that They will provide an assessment of the presence of, and regulatory requirements associated with wetlands and waters of the U.5, threatened and endangered species, and migratory birds. It is ERO understanding that FEMA has previously determined that the proposed work will have no effect on historic properties. If requested by the Corps, ERO assumes the County will provide documentation of the "no effect" determination. This scope of services also includes obtaining Clean Water Act Section 404 authorization for the project. Based on ERO's current understanding of the proposed work, we believe the project would be authorized under one or more Nationwide Permits. If the Corps determines that an Individual Permit would be necessary, ERO will provide a scope and estimate for the additional effort necessary Phase 2 Improvements at CR-9.5 Page 2 of 4 I( CON ENGINEERING, INC. H. A Geotechnical Report will not be required for Phase 2 improvements at this site. I. Coordinate with ICON Team—ICON will coordinate the project with all of our sub-consultants. All of our sub-consultant's work will be reviewed prior to submittal to the County. II. Design A. Design Drawings 1. Title Sheet 2. General Information Sheet- Including general notes. 3. Survey Control Sheet-We will work with King Surveying to gather the information required for this drawing which will display the required survey control information for the project. 4. Improvement Geometry—We have assumed that these drawings will not be required as we will be providing CADD drawings to the contractor's surveyor so that the improvements can be laid out in the field. 5. Demolitions Plans—These drawings will present all of the removals and adjustment required to complete the project. 6. Improvement Grading Plans—This task includes preparing and modifying a grading plan that presents the south bank improvements,the trail improvements,and the drop structure improvements. 7. Drop Structure Plan and Profile—This drawing will present the drop structure removal and replacement. Since the limits of the repair are only approximate, additional repairs may be required during construction based on observations of the drop once the Contractor's water control has been set up. 8. Drop Structure Cross-Sections—We will provide 3 to 5 cross-sections at critical locations along the drop structure to guide the Contractor in the repair work. 9. Embankment Improvements Plan and Profile -This drawing will present the bank repair including grading and limits of riprap. 10. Embankment Cross-Sections-Cross-sections will be provided every 50-ft and at critical grading changes along the River bank to assist the Contractor in repairing the bank. 11. Trail Plan and Profile—The trail plan and profile will present the replacement of the trail from the eastern portion of the damaged trail to the west side of the I-25 Bridge in the event that the County decides to replace the entire trail that was washed out. If the County decides to only replace the trail to the west side of CR 9.5,this drawing will be modified accordingly. 12. CR 9.5 South Abutment Protection Plan and Details—We intend to use the same detail that were utilized for the northern abutment repair but a new profile will be prepared. We expect that the grout curtain on the south side of the bridge will be 2 to 3-ft shallower than what was required on the northern side of the bridge. 13. Pier Scour Repair and Protection Drawings—If the extents of the scour at the piers warrants repair and protection,we will utilize this task to prepare details for the repair and protection of the piers. 14. Civil Details—We anticipate that details will include grouted boulders, riprap, a detailed trail cross-section, scour protection details, and abutment protection details at a minimum. 15. Staging Area/Access Plan—We are assuming that construction access to the project will be through the drop structure repair portion of the temporary construction easement obtained on the north side of the channel from the St. Vrain Metropolitan Phase 2 Improvements at CR-9.5 Page 3 of 4 I( CON ENGINEERING, INC. District No. 1.The access to the south side of the project will be through the County's Hokestra gravel pit. A separate drawing will be prepared to present this access and project special provisions will be included in the event that the contractor wants additional access on the south side or the river. 16. Erosion and Sediment Control Drawings—will include a general notes sheet, plan sheets and standard details. We do not anticipate preparing a report. B. Opinion of Probable Cost C. Proposed Conditions Hydraulic Analysis—This analysis will be prepared to compare the proposed conditions floodplain to both the existing conditions floodplain and the currently FEMA regulated floodplain. We have not included fees to prepare a LOMR or CLOMR if required. D. Contract Documents—We will prepare a new set of contract documents that will include the County's Boiler Plate information,Technical Specifications, Measurement and Payment, a bid Schedule, and required Project Special Conditions. E. Initial Submittal F. Review and Revisions G. Final Submittal III. Bid Phase A. Pre-Bid Conference- ICON will attend the Pre-bid conference to describe the project to bidding Contractors and answer Contractor's questions. B. Respond to Contractor Questions During Bidding- During the time when contractors are preparing their bids, ICON will prepare written responses to contractor's questions. C. Assistance with Bid Addendum - ICON will prepare a bid addendum for review and modification by Weld County. We assume that Weld County will issue the bid addendum to bidding Contractors. D. Review of Bids—We will review the bids and make recommendations regarding the low bidder and other bids. IV. Construction Phase A. Preconstruction Meeting—We will attend a preconstruction meeting and provide minutes for the meeting. B. Periodic Site Visits—We have included 120 hours of field representative time to observe the construction for this project. C. Coordination with Quality Assurance Tester—we will coordinate material testing With Kumar and Associates and the Contractor. Copies of all materials tests will be provided to the County as soon as they are available. D. Submittal Review—All submittals will be reviewed. We will maintain a submittal log and coordinate submittals with the County and the Contractor until all submittals are approved. Phase 2 Improvements at CR-9.5 Page 4 of 4 ERO RESOURCES CORPORATION ENVIRONMENTAL SERVICES FOR WELD COUNTY FLOOD REPAIRS PHASE II COUNTY ROAD BRIDGE 9.5 JUNE 16,2014 ERO Resources Corporation (ERO) has prepared the following scope of services to perform the environmental services discussed below for ICON Engineering (Client) for flood damage repairs at the I-25 Frontage Road bridge over Saint Vrain Creek(CR 9.5 bridge)(project) being undertaken by Weld County(County). The County needs the tasks completed to meet environmental compliance requirements necessary to obtain environmental clearances for the project. ERO's work will generally consist of providing information for environmental compliance requirements for resources in the project area that could potentially be affected during project construction. ERO will perform fieldwork and research and will document findings for each of several impact topics such as wetlands,threatened and endangered species, and migratory birds. The findings will be used by the County to meet necessary permitting requirements. The field studies and documentation will be at the appropriate level of detail to document existing conditions. Based on current knowledge of the study area, ERO believes that there are no significant resources present in the project area, although Preble's meadow jumping mouse (Preble's), bald eagle, and raptors are known to be present in the vicinity of the project area, but would not be affected by the project. This scope assumes that ERO will provide an assessment of the presence of, and regulatory requirements associated with wetlands and waters of the U.S, threatened and endangered species, and migratory birds. It is ERO understanding that FEMA has previously determined that the proposed work will have no effect on historic properties. If requested by the Corps, ERO assumes the County will provide documentation of the "no effect" determination. This scope of services also includes obtaining Clean Water Act Section 404 authorization for the project. Based on ERO's current understanding of the proposed work, we believe the project would be authorized under one or more Nationwide Permits. If the Corps determines that an Individual Permit would be necessary, ERO will provide a scope and estimate for the additional effort necessary. Task 1. Wetland Determination ERO will delineate all wetlands and waters within the proposed project area. ERO will preliminarily identify all wetlands or waters that may be subject to the Corps'jurisdiction under ERO Resources Corporatior Section 404 of the Clean Water Act. Wetlands will be delineated following the methods for routine, small areas in the 1987 Corps of Engineers Wetlands Delineation Manual and appropriate regional supplement. Open water and channels will be determined based on the presence of an ordinary high water mark as defined in 33 CFR Part 328. The boundaries of wetlands, open water, and streambeds will be mapped to submeter accuracy by ERO, using a Global Positioning System (GPS) or, when appropriate, boundaries will be mapped onto an aerial photograph. ERO will provide the Client with a digital file of wetland boundaries for incorporation onto base mapping. ERO will document the findings of the wetland determination in a Wetland Determination Report. Products: • Map with wetlands, open water, and streambed boundaries • Routine wetland determination forms • Draft and final Wetland Determination Report delivered via email to Client and County. Task 2. Threatened, Endangered, and Sensitive Species Assessment ERO will assess the project area for the potential of threatened, endangered, or sensitive (TES) species to be present. Species of particular interest will be migratory birds, including raptors and bald eagle. The findings of the assessment will be documented in a letter submitted to the U.S. Fish and Wildlife Service requesting the Service's concurrence with ERO's effects determination. ERO assumes that no habitat for threatened or endangered species, including Preble's, will be affected by the project and that a biological assessment and consultation with U.S. Fish and Wildlife Service will not be required. Products: • Field maps and notes • Letter to Fish and Wildlife Service Task 3. Prepare Request for Nationwide Permit Authorization ERO will prepare a pre-construction notification as part of the request for authorization under one or more Nationwide Permits. The request will include a summary of the wetland delineation, threatened and endangered species information, and information on grading and structures. ERO will coordinate with the design team on what other information ERO requires for the request. Typical information includes plans views, cross sections, and background information on other approval requirements (e.g., those of FEMA). This task also includes coordinating with the design team to develop a conceptual wetland mitigation plan if necessary. ERO assumes that others on the design team will be responsible for the CAD drawings and will prepare construction documents and specifications, and that ERO will provide input for wetland mitigation and revegetation to be included on the construction drawings. ERO Resources Corporatior Products: • Draft and Final Pre-Construction Notification to Client, County, and Corps via email Task 5. Coordination As needed during the project, ERO will coordinate via telephone and email with the project team and key agency contacts to discuss the proposed project and agency concerns and recommendations. ERO anticipates coordinating with the U.S. Fish and Wildlife Service, Corp, and OHAP. This task includes attending one project progress meeting with the Client. ERO will coordinate with the Client on schedule, design, and other project related matters via the telephone and email. Products: • Meeting minutes and phone notes Cost ERO will perform this scope of services on a time and materials basis for an estimated cost of $3,669.45 as itemized on the attached spreadsheet. Assumptions This Scope of Work assumes the following: • Changes to the boundaries of the project area will require additional effort and ERO will coordinate with the Client to determine if changes in the scope or budget are necessary. • The Client will provide all base maps and aerial photographs required by ERO for mapping and field surveys. • The Client will arrange access to the property. • The project will be authorized under a Nationwide Permit. • ERO will attend the one project meeting described under Task 4. No additional meetings with the Client will be required to complete the environmental studies discussed in this Scope of Work. • This Scope of Work does not include additional work required in the event any significant resource is located in the project area. • ERO will revise the draft reports once, based on comments from the Client and County. Additional revisions would be considered an additional service. • Presence/absence surveys for T&E species are not required. ERO Resources Corporatior 00 00 0 OO )0OOu) )O 00 00 0 N )ON- OO V a V )N f) O w- O N cri SI co EN- O O COO NM (ON V r S (ANN CO M S M y fA E9 N y a O 0 U 3 U 0 a) v I U) NJ- 7a" O )n C O) N O r-- CO N N NCO r F N O co O O in 0 69 o a o• N V CO O et O a a O r 0 _ O IO Z C CO Cl CO 0 0 0) 0. V COW V M if) e9 673 r a d o a a .- in ✓ cu i0 C E Q r 0 N Cl 0 r V r l0 in N (O i+ O) 69 S y m CO W W CO.0 ° U M N C 0 0) 0 03 >• >p C Syr C N 0 N r 0 0 O O CO r O U ' N EA N a) 9 as �• 3 0 0 CC y W ce o o o o o 0 co CD M UD CD 0 o >` N N N)D a) `o u] l0 (O aD r O O r 7 r (AS S CA (A fA 69 fA 01. 0 I n o..-r.. To O N a) = d as co .`0 a a) 0 a) Q U C. y .m. °_ U ° « O036 a>_ i c CO w r ��m m J eel ..o rno 14 It to a ›... E %--° E m w ° C0 o 0 a a) o O 0 'c w y ` n._ C O) ° ° " = C W a O 'U 0I a) L C O O a) d C r 0 e (gyp U Q a) 00 E CO O. aq+ J dmQ0F J W 2a dJ0 W F • kJ"' • ir KING SURVEYORS May 19, 2014 ICON Engineering, Inc. Attn: Matt Ursetta 8100 S. Akron Street, Suite 300 Centennial, CO 80112 Re: Weld County Bridge Surveys, Phase 2 Dear Matt: Below is a breakdown of the various scopes and related fees. CR-9.5 - 1-25 and St. Vrain: Topographic Survey: $4,928 (25 hrs crew time at$139/hr, 8 hrs Senior Cad Tech at$79/hr 10 hrs PLS at$96/hr) Project Management: $96 Do to anticipated high run off this year it may not be safe to obtain shots in the river beyond the edge of water. Grand Total: $5,024 The above fees include tying the projects to the CHARN and an NGS Bench Mark NAVD 1988. All of the surveys will be delivered in AutoCAD Civil 3d and will be on Stateplane coordinates. A minimum of three control points will be set at all of the sites for future construction. Utility locating will be coordinated by the client and King Surveyors will survey in any markings on site and add them to the Base Map. Platted and deeded property lines will be shown on the Base Mapping, however any right of way created by separate documents will not be shown on the survey unless the documentation is provided by the client. Title searches are not included in our fees nor is there any time included to review title commitments provided by the client. If you have any questions regarding this proposal, please feel free to contact me at my office at(970) 686-5011. Sincerely, Larry Pepek 650 EAST GARDEN DRIVE I WINDSOR, COLORADO 80550 I P.970.686.5011 I F. 970.686.5821 W W W.KINGSUR V EYORS.COM lCk 140 INFRASTRUCTURE E N G 1 N E E R S . INC. EM-BR9.5-25A—CR 9.5 Bridge over St.Vrain River: • Measurements of scour depths at piers under water. • Evaluate condition of the streambed around the pier for washout or infilling. Hours Hourly Overhead Loaded Mob. Field Rpt. Total Cost(Hrs) Rate Rate Rate Hours Hours Hours Engineer/Diver(1) $42.85 1.6769 $114.71 1.5 3.5 4 9 $ 1,032.35 Engineer(1) $58.15 1.6769 $155.66 1.5 3.5 5 $ 778.31 Tender/Diver(1) $25.37 1.6769 $67.91 1.5 3.5 5 $ 339.56 Cad Technician $23.40 1.6769 $62.64 0 0 5 5 $ 313.20 Clerical . $19.85 1.6769 $53.14 0 0 2 2 $ 106.27 $ 2,569.69 Number of Number Equipment Daily Rate Qty. Cost(Equip) p)Days of Dive Gear $ 40.00 1 3 N/A $ 120.00 Dive Truck Package $ 100.00 1 N/A 1 $ 100.00 Fathometer(diver handheld) $ 75.00 1 N/A 1 $ 75.00 Ultrasonics Instrument $ 120.00 1 N/A 1 $ 120.00 $ 415.00 Grand Total: $ 2,984.69 O r O 47 r CD r O f N . r CD CO CO CO O O 47 'fit' CO CD 1••-- N et N CO O CO 00 00 CO M O M h N f` 0 CO r 0 EA a n M O M a CO In It CD TT CO CO O) N. N M O r CO r N O r - M CA 1 O Cr) 47 p fn f` O `Ct a f` co M CA O M et M O CO Lt) O In r ti N to 47 M 47 CO M r CD CD M CD n O a O to Z •--� N r 11') M d r EA EA EA S M N r N r r r r N S S N S N M a CD. N r S r CD r UQ < EA EA EA EA EA EA 444444444444444444 EA EA EA EA EA EA EA EA EA l 0 O EA EA N t- EA "Z" Le r r • 1 , • r O O O 0 47 In O O O O C) 000 ' 0 0 0 0 0 0 0 0 0 0 0 a a a a O 0 0 0 0 0 0 0 0 0 /a., C EA EA EA EA NO3 1` to 6l4 EA CO EA EA EA EA 4 EA EA 6A to EA to EA EA EA EA EA EA EA EA EA EA EA EA EA EA EA EA EA O CA CD CO 0 /lc ' 1t) N M r W473 .a N ° EA EA EA 4144111S0" O I . C (4.) � O _ _ CD ► ail = C .` to tr.) co c c co OCNI N- E9 2 C coc c W 0 U 22 F2. co c) a) o N 0 Y a - Iri tri = U, 69 U) 0 0 0 c o c up (0 O W u) — CO M 69 a) EA 6 cL O r O d• ti r r d' CO N- N 1` r CD CO CO 00 a O 'I' It OD CD ti N lit N CD O CO CO CO CO M A) M to U) N- N N 0 M M M 0 CO M CA M O CO In 4' CD " CD CO CJ) 1` N C') O r CO r N 0) r 0) N M O M d• Z a) d o a r- CO co a) r iv) v. M a) o co a) to r h N co in l M tt CO M r CO CO M CD d' O O O In U To EA EA " EA ER EA EA EA EA EA " " " EA GA d4 EA " EA " a.r N r r 00 M N r N r r r r N N N M r N z;),-- r CO r to A � o EA EA EA ESA EA 5 4 EA EA 4 EA EA EA EA EA EA EA EA EA EA EA . — CU a) te LL O - - - Z V a) C O O LoO LU O o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 tr) LU X „� 0 .N E O In O IC) 0 0 r r r N r N N r r r r en r r N N N- N- ti U Q Q d9 $ 69 469 4 H4 4 44 4 u3 4 K3 69 4 4 ER EA 6A ES- 6A it X i RS W 4 Co Co le Li) 0 CO Z •ff co D O O O O O O O O Q bog I 069 NiNiNiNiNiNiNi 69- CU W N W _ _ O n' O Q O m0 0 to O co O O 0 0 0 0 0 0 0 0 0 O O O O o o o 0 to c A/ (' U 69 _ � r r r ? N d Ni Ni Ni Ni d Ni e- 4 'Q 600 O O LL co O ii ci) l G ,-, O U L- a t0 ` O 1 O N a) O 0 O C oe 0 'W/U C W it 69 2 O CooiI - N Q Ci . U U +- L. a) ` .a) •a) O co co U C _ 0p O O O O cp O L Cl. C • co O a Q- O 69 a) O 69 n-• C I (0 u) '•O co C W E. C > Z' w - Q 2 r a) Z O O N O a) CD L D .0) o U ,C = r C 0)) ou c) 0 _ OO a) cc CO - rC 69 _ C 3• 'u.u o 44 . O 63 W Cr N U 0 T. t7� O X — 0 0 ^ '� L C 3 C W a) § p C M O in LO co O O O O co Q- 6r9 m r 669 Q N N � eh, W Q U c -0 m _ in Le a� o c it o 0 0 o o 1 En ce i o EA a]) o Efl C I in o - -- C O in N%o O in `in D It) O 0 O O 0 IC CD O O O O 0 ° 0 0 0 0 0 0 2 0 O 2 O 0. O 0 0 o 2 0 0 0 . 0 o r u) �` Er) EA = Ni 00 Ni M M t)O N .- N •- N CO �t CO CD CO r ' CVr CV N 4 CO CO N N N N a) pi E C 44 CO W 0 . , . a 0 a co 1` a V co C O in up O 0 0 0 O N IO Lc) to In 0 0 0 co 0 0 0 0 0 It) If) O In O O 0o 0 0 0 0 0 in N C_ r 0 Ni CO Ni r r r r if) O O O O r N N N N (Ni r- r N 0 O r O r r NN N r r n ti E CL 64 Eft E , 1 4 A 1 Y i co ai L 0 Cu = li = LL U Lu c: 5 "C ..-+ O 4.5r N .0 M O ° 3 co 3 0 t C) Cl) Cl) I- a) L 2 a .C t w t 0 n a L 0 L. LP" .c w Cn 0) `�= C la C C o O? UU 0 ccO CC C L CC3 U i 47 0 C) OL a C •C c) 0 0 0 a o a .a Ca c Ce 0c �') 'C E t Cn c — Cu w N r uo) a) o CD 22 CI3 C p 0 0 C CO a) C fl C C E C o c c �' Li ° O Q o L CO o s- a) N Ca "Co o p C, c6 M E (.0 °' '• E 0a w ca co a o c CU E - O 3 o O o C Cv +�+ coc U C c 0 0 o a > N N Er, UC13 _ 15 c a C o L. O c _ a� in a� o N w ,,c "> rn > ca _� W :c n. L. o E C E �' fl- - ' N Cu o Z` c w E .c a- co E a CO CO o •= C E = F co O N 'C' a C U 0) c a) d c > d N = 0 >, OU a C o N 0 is rn C 3 p m co C — C o C N o in E O E O = p U ' 0 U CD U r C b c .C 2 it_ ~ 0 t EO rn ca ° d p 0 �- 0 E N U co V COC Cn w n �, o o = .° = a Z ca in o L. a U E a a C4 Q 'a to a) c L .� _ o_ c.:1 at N 3 C m o C7 C7 tv d U Q a Cv m +-'arl o c m d a j EC c c m E 0 a U_ N ' O r p- ++ r.+ ' C1) co 'rr C) c V) 0 0) 5' 5_ CD 9 O t c47, - Ca o t� U O MX C C fn c rte.+ z c c C +.. x y o -. Z ,, p . 'O E o Ea -0 — > 0 'O O a) co a) 0 c CD �+ c '� ° O C U O CD U C6 L- C U O C O Cv (A CU OW" a Li zz a) = o E o E E E E E c o m Ca Q Cc t o U 0 L. .C W t • C Y m co N c a) 'a) N C 3 .3 m — U m m .r b S .)c M U) o a) c`a cn f° a o Z"' •E U U v Q U v ° o a� U Cat 2 >, > > 0 C C ,n U a, c 0 Cu U Q C L N m co E �° E o v) m r CD c > P o L o f '_ .J cn a) o o o CIS CSS n- W p =_ ° C c c o CC3 C .Q N nom. p m Y d y C ° COo v .c p �; a E a o o n .CO .> '� .o CD c� C 0 O m d o -_a cn ca w p N U ° 53" O0. -or ..." 0 o �. ` c C CD o L. L. E E L_ i, L C') Q- to O O L U H 2 a m 3 (n CID et w . cc � .o o � Ua � o o � a) ,Ni- OU) Ep � ppwwH- UaUcow C o = ° cfl as o a o L. L_ c O •E W � w ESQ a Q. EL � cnw � U p "I . 0rCsiriNtLO(.0 � � � O4. 0 — iii J r N • r N M 'a• It') CD ti CO C) r N M `er to u. a 0 d U p _ Q Cm (U O Ili u: 0 = — • < m 0 0 ui ti U CO f~ M CO O et N N N CO O O CO O) CT et M CD N N P CD wt CO N r CO O D) O (/) ti O M N 0 N N O CO N Ns C ) N M O Z -) EA r N 44 r O r N N a M N O U Q EA EA S N EA S CA a M C ri r 69 to r E N U' O� Es O Zcv \.J 1 I I I O O O O O 0 OOOOO ,:t et a) w , r ' ' a a a a a ER S EA S S EA N (N U C O Ch H 0� ra r O z ILI Nt...., W 0 c H r Tz o Sc U r___ U o `� O Cl,- `J L a) o) o � W 46U a L cri c_ c e e O -c 3 Es O Di O C c c W 0 U ' 1 V) .O L (NI cv Tr Y a — a r r (. D a EA a U) co UO cf 2, UO W u)) C to a M a) a w U) CA G) d' M co N. Cr N ,CD C co in 0 O N. O Ch N C ) N N O CO N N m' TI' in Z V t a r N a et r O r N N 63 N r O O LC) 0 2 0 S S a 69 N S S CA a M 6 6 O H to CA C) Q) rn to to Ce a) U cn O O Z U U c O O O O O Air !!.� a) N N cD U)CU U 8 >9- 69 Ef3 93 ER EA c\I a W th Z M O O co O O ' csi co W - O N N r O (A r co N 5 Q a a . . . W a) > _ a O a L O N (n O c� O p p c„, co(s3 vr_ in c to to 0 ^^� (9 U to = O EA • CD O �.i. D _2 O cv) el a O ` • O Cl O a) O R o O • 4 O N O z W c CE a E 2 O er O ^ S to N Q E. L co 2 O O cc c _ mm p • go II a L c cma. c W L' CO w a) Z O I— O O O a) M (� c = r O O p 111111 • • O W O r O O Efl • O Efi Z W O X L W _ OON CD OL c M O OIIIIIIE • N M a co O O Eta or .- c = a ( ) W j., . • c L O • O in Le (1. 069 = O • O 609 T.) W % r = o N O co `) O O O O co co O O O O o O O O N M -a a .o) e _ CO r a) t70 t)0c`j LC) a CD C Ef3 Efl (O W v) O a Tts cc) O O O LO O o O• O• O O CD ti win as NI- c r O Ni CN O 4 I - N N N N I.- N• M CD C S = 69 O E a a a E i d E d co i— x u) � _ � = ti O0 U _ .C �° o ..1 o Q O 0 11 4.o it < f- ° z 3 (n O t co 0 I— I-- cu U O O .O L L a 03 cn O .c C a O rn no CC c .O al L O U 0 o .03 t O y a ar C) Cr, l Y`-o o co •i-_- c E a) 3 O w O (a) LL O U w 0 E c C") E .G CJ) c O cc O > O > O E .c 3 F+ U) N ° CL W Vl 0 0 c0 Z+ a a' = c (a Q M ea O N ° T' 1.. V c co To O O U O U Q a) v) '» co _ O O Oct 0 O O y 7 a d N U W +N,, c6 V m .c 3 nom. E `n ac) c .c .c c N •" - O° ay o0 L ° .r U) O. o5 3 L L c v Q c O a, m c v }' O O 'a a .� = L 0 mm out a to i N a to -0OO 0 O WCL w a - o � 3 of D orn � co w m a .0 .o e o o L E a c o a Z aQ. U w ° co in a5) o L a) 0 = a) n aoi o w OW wwH di O0. a.o naCUce Iwi IX a 0 0 d Q ao d o > Q ao c� d ui u: a U u-' C V•J C) N I- C • n4 S.- co 0 a) Cl) c 'LL IIIC) v,� C r` - W • v �' r H Z O vac) U ; — 0 'LL t1- N /fir, ,a)1J/n ;V0 fJ _ r v5- Mil- Ct•2t 4 LL zi ri~; NU- com <10 V) 1LL r I- 04 M < U) Z' as U) E iLL E Tr f.' o t3 r i- z-2 QIicn U) LL . M H n 2 Q v) Y ca F— U.. C ti CZ 1▪ _ 7 N' 'i2 00 -, ca Jr co op i ;LL U r3 4—, 01F— N r ' a) X 1LL W icr`~ -3;0 3 a) U) > LL ct a) 1—. >, ▪ — O 0: C -,rU) rLL 1-i C ad Nil— C 7 m Co ILI I". 1- n n n n n n n n n n n n n n n n t 'a 1r r r r r r r r r r r r r r r r r r r r r r cA M M M Zi 4 Z6 -ea a ao 00 CO N CO 01 Q7 CZ) L N r N- N- ` ` - N cc C ) U) 33 N N N -. N CB ddd�Vjjj N 7 7 7 ti co OD C C 7 'C •C 'Cco 0\0 Q) C c r L L c c c 7 o o r u_ w u.. 'a -o 7 'C .c 7 -c u_ o H I- H o 0 o .a g g i- u. a) r u_ LL -C u. O ; a) a) a v v v v v v v v v v v v v v v v v v v v a 2 r r r r r r r r r r r r r r r r r r r r r r r M M r r r r 1A if) r cf) in 11) CO r In 00 i CB 35 N r r co r N N N N N r N P t� ti \ R-- CO 00 co 00 \ \ \ \ \ \ as ; 0 7 7 a) a) a) a) h f� I� 0 w a) •c CO CO CO 00 co CO 07 L L 7 7 7 7 m O 7 7 7 7 LL Co C 7 '� c c c a o 'E Y c a co co >. - N >, N >, >. >. >. co >. >. Co >, Co Y co ca >. O to -o -o co 3 co 3 ca Co N CO -O Co co V ca a 3 V C ca w. I"0 r r -0 N N CO '0 CO 'O 'O -O -0 r -0 '0 1-• 'C r co r r U N p co M co M n n O co u L Q v. M r r a) 7 O . I- L H Y L Cl) N Cl) 0 > 0 co °' c z z` .N c`9 c a) O a) U� L C Q >o • 0 ca c.) 'o U U � � N a) ca_ a 7 .j m cc (, ,n N d \ C �\_ co o N '� O v U �) >. v o 0 O ~ c 2 c 0 2 c N o di - O a) ca c U ch u) c c O U ` C O c -a c ca a) a) c o a) o M E _ o 2 o ca o N •> U r cr a) a) t 73 ca) coU a) > c N o � p O rn c m c u) o c 7 a3i c-° O a) E Z o �c N N c ai v d o o > •a = o a) r c c Y > Z > E a co o -o .0X MI .En U o0 7 C.) N U O C a) C U) L O c O O vOi U) ≥ I (n 3 L oQ Q OI !O c r O � � Y p d i� cn w - 0 w O a U ii a d m " H 2 O 11J O r N CO co ;N. co co O r N M `C ID CD r•-• ao co o r N -a? a) U Q J-I r r r r r r r r r r N N N O co U) aO I LLD Hello