Loading...
HomeMy WebLinkAbout20142011.tiff RESOLUTION RE: APPROVE WORK ORDER FORM (FLOOD REPAIRS - EM-BR34-17A) PURSUANT TO AGREEMENT FOR DESIGN SERVICES FOR PERMANENT ROAD 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-BR34-17A) Pursuant to Agreement for Design Services for Permanent Road 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 September, 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-BR34-17A) Pursuant to Agreement for Design Services for Permanent Road 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. 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, C ORADO `_ ATTESZZI C jdo;tk as Lemacher, Or% M vV Weld County CC Clerk to the Board Barbara Kirkmeyer, Pr -Tem kart— BY�� � . � t .il , 1 ►../'.`! �"d® D p y Clerk to the Bo r%t �+ , an P. Conway APP AS ,J�• ice!. , � '`• ike Free �y oun"A torney William F. Garcia Date of signature 7 -l 7 CC: Ara*toe)Fi( ) 0EMMl65(TS)CA(615)7O1uc( ,ctt,,7m) 2014-2011 EG2011 $ CO-tot} BC0045 MEMORANDUM 1s61 TO: Esther Gesick, Clerk to the Board DATE: July 2, 2014 FROM: Clay Kimmi, P.E., CFM, Public Works ,cou NTY1 SUBJECT: Design of Permanent Repairs for EM-BR34-17A Please place the attached agreement on the BOCC Agenda. Please return a copy of the agreement to me for my records. CR 34 had some flood damages on the roadway east of the bridge in the September 2013 floods. This work order is for the design of permanent repairs on CR 34 east of the bridge. Repairs will include turf reinforcement mats on the north side of the road. This work order will also cover the permanent repair of the portions of roadway that were washed out during the flood event. The design engineer estimates that the design will cost approximately$80,077. 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($10,009) 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 0 2 2014 WELD COUNTY COMMISSIONERS 2014-2011 Page I of I M:\Weld County Flood 2013 Version 2\Site Specific Projects\Bridge Projects\34-17A\Phase 2 Work Work Orders\EM-BR34-176A ICON Work Order Memo to BOCC.docx WORK ORDER FORM(FLOOD REPAIRS) PURSUANT TO AN AGREEMENT BETWEEN WELD COUNTY AND ICON ENGINEERING,INC. DATED: June 26,2014 Work Order Number: ICON-9 Project Title: EM-BR34-17 Design Services for Road Repair(Permanent Repair) Commencement Date: January 13,2014 Completion Date: December 31, 2014 Limitations on compensation: Not to exceed$80,077 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 work G�nvtnt order (including the attached forms) the By: Professional Services Agreement shall control. Project onger Date: ( /27/4y By: it t4I ICON • ecr``inlIg, / County Engineer BY aih • l Date: to /// / By: Title: nth.rei Director o rblic Works Date: >/a//Y Date: BY:Cm o�i�41Qi R4 4 r Douglas Radtacher,BOCC Chair JUL 072014 AgST: ���,,/ /! \La ,alq Weld County Clerk to the B. Am 1 r. s1/42 By: / Deputy Clerk to :e Board 0.1 AOPI-a ll ][ (O) ENGINEERING, INC. EXHIBIT A—SCOPE OF SERVICES Weld County 2013 Flood Recovery CR-34 East of the St.Vrain River-Roadway Repairs Completed Phase 1 Repairs: Phase 1 repairs have not been completed. The proposed Phase 1 repairs will be constructed along with the Phase 2 roadway repairs. The phase 1 repairs include installing riprap abutment protection at both of the bridge abutments for the bridge over the St.Vrain River. The Phase 2 repair work will include reconstruction of County Road 34 from the east bridge abutment to about 2,000-ft to the east. The limits and depth of the reconstruct will be determined by a geotechnical analysis prepared by Kumar and Associates. In addition to the roadway reconstruction, TRM will be installed on the downstream roadway embankment where overtopping occurred during the storm. It is our understanding that the CR-34 Roadway repairs will be constructed under one contract along with all of the other phase 1 repairs on the St. Vrain River and Boulder Creek. The following improvements are anticipated to be bid under one contract: BR 16.5-16 Phase 1 Bridge Repairs BR 20.5-3B Phase 1 Bridge Repairs BR 34-17A Phase 1 Bridge Repairs BR 34-17A Phase 1 Roadway Repairs BR 19.5-36B Phase 1 Bridge Repairs BR 19.5-36B Phase 1 Roadway Protection (TRM only) Right Of Way Needs: One additional Temporary Construction Easement may be required from Public service Company to complete the TRM improvements on the north side of CR-34. In addition, the roadway reconstruction may require an easement from Wentzel Energy Partners 2 LLC located on the south side of CR-34. The need for these easements will be determined during the design process. Our proposal includes time to obtain two temporary construction easements. Detailed Scope of Work: We envision our work to follow the general outline presented below: 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 Phase 2 improvements at CR 9.5. 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-9.5. 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 repairs at CR-9.5. 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. Phase 2 Roadway Improvements at CR-34 Page 1 of 4 ENGINEERING, INC. 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. Environmental Clearances and Permits—ERO will perform fieldwork and research and will document findings for each of several impact topics such as wetlands, threatened and endangered species, cultural resources, 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 known Preble's meadow jumping mouse (Preble's), bald eagle, and raptors are known to be present in the vicinity of the project area. ERO's scope assumes that they will provide an assessment of the presence of, and regulatory requirements associated with wetlands and waters of the US,threatened and endangered species, migratory birds, and historic resources. Their 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, they 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. G. Geotechnical Report-A geotechnical report will be prepared to determine the extent of the roadway reconstruction. Eight test holes will be drilled in the areas where the emergency repairs were completed and in areas where the roadway was not repaired.The report will make recommendations regarding the location and depth of the reconstruction as well as the type of fill to be imported if necessary. H. 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 Notes Sheet- Including general notes. 3. Geotechnical Information Sheet—We will prepare one drawing that presents applicable information from the geotechnical report including the location of the test hole and details of the strata found in each test hole. 4. Typical Roadway Section(s)—Typical roadway section depicting the reconstruction will be prepared. 5. 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. 6. Improvement Geometry—We have assumed that these drawings will not be required as we will be provide CADD drawings to the contractor's surveyor so that the improvements can be laid out in the field. 7. Demolitions Plans—These drawings will present all of the removals and adjustment required to complete the project. Phase 2 Roadway Improvements at CR-34 Page 2 of 4 ][ C(ON ENGINEERING, INC. 8. Roadway Plan and Profiles—This drawing will present the roadway plan and profile. Sections of the roadway that need to be reconstructed will be identified on this drawing along with project notes, limits of disturbance, property lines, right-of-way,and easements. 9. Improvement Grading Plans—This task includes preparing and modifying a grading plan that presents the roadway improvements. 10. Roadway Cross-Sections—Cross-sections will be provided every 50-ft and at critical locations along the roadway to guide the Contractor in the repair work. 11. TRM Improvement Plans-This drawing will present the overtopping protection including limits of TRM, project notes and references to details. 12. TRM Details—TRM details have already been prepared for the overtopping repairs at County Roads 19.5 and 20.5. These details will be included as a part of the bid set. 13. Roadway Details—We anticipate that details will include cross sections that present the roadway reconstruction in detail along with a proposed pavement section. 14. Staging Area/Access Plan—A staging and access plan will be prepared to limit the contractor's work to a reasonable area. 15. Phasing and Traffic Control During Construction - 16. Erosion and Sediment Control Drawings—Not required for this project. B. Opinion of Probable Cost/Quantities C. Contract Documents—We will update the set of contract documents that we prepared for the phase 1 work to include this project. Changes will be made as required to the Technical Specifications, Measurement and Payment, Bid Schedule, and Project Special Conditions D. FIR Submittal and Meeting E. Address FIR Comments F. FIR Submittal and Meeting G. Address FOR Comments H. Final Submittal III. Bid Phase: As previously mentioned this project will be bid under one set of contract documents with five other projects. The services described below will be provided for all 6 projects under this work order. A. Pre-Bid Conference- ICON will attend a single Pre-bid conference to describe the projects 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 single bid addendum for all 6 projects 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. Phase 2 Roadway Improvements at CR-34 Page 3 of 4 ][ CON ENGINEERING, INC. IV. Construction Phase:As previously mentioned this project will be bid under one set of contract documents with five other projects. The services described below will be provided for all 6 projects under this work order. A. Preconstruction Meeting—We will attend a single preconstruction meeting and provide minutes for the meeting. B. Periodic Site Visits—ICON's work orders for the phase one work on the other 5 projects includes 50 hours per project for a field representative to observe the construction. Therefore we are under contract for a total of 250 hours for our field representative which we believe will be adequate to cover all 6 projects. C. Coordination with Quality Assurance Tester—We will coordinate material testing for all 6 projects 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 Roadway Improvements at CR-34 Page 4 of 4 ERO RESOURCES CORPORATION ENVIRONMENTAL SERVICES FOR WELD COUNTY FLOOD REPARIS PHASE II COUNTY ROAD 34 MAY 29,2014 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 repair to County Road 34 in the vicinity of the Saint Vrain Creek(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, cultural resources, 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 known Preble's meadow jumping mouse (Preble's),bald eagle, and raptors are known to be present in the vicinity of the project area. 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, migratory birds, and historic resources. 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 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 ERG Resources rnrnnrati�, 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. Cultural Resources ERO will perform a records search and reconnaissance-level pedestrian survey for historic structures including bridges, buildings, irrigation ditches, railroads, mines, trails and wagon roads, roadway features, and landscapes to determine if significant resources are present. For the record searches, ERO will conduct a file and literature search with the Colorado Office of Archaeology and Historic Preservation(OAHP) and other relevant records sources to identify previous cultural resource inventories and documented cultural properties within the Area of Potential Effect(APE). ERO assumes that no eligible sites are present and that the survey results will be documented with SHPO negative results survey forms. Products: • Draft and final cultural resources report submittal delivered to the Client and County ERG Resources rnrnn.atinr Task 4. 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. 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 $4,978.90 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 5. No additional meetings with the Client will be required to complete the environmental studies discussed in this Scope of Work. ERO Resources rnrn„ratin, • 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 (nrnnratinr O 0 0 0 0 0 0 0 0 0 0 0 0 O 0000 o v OIn o0O) 0) 00 a) O N 00 N O O N (O a rC 0) r CO [ONO' INN O rr Eft tft o) V ' 'EA EA EA V a+ M 55 V 69 0 0 U 0 M LO A N CO V( V G , M Lo co N F M O CD 0 .3: 0 i0 f) 0 09 0 co O N V CO V 0 h U CO ES o r 0 _ 0 U) Z V S a a O V co N r N r iO N a <» w w Ta CO) 0 (Co v 7 6 O fA in CO -I+ O N CO N r 0 N LO N r co 7 w ., d U c) i» w Ret Ev M O e in w co a N d o o tip , N W 0 r v r r i 0 Lo N F E9 N V o m N !O • r O 7 • • O C C O O r 10. O 7 O -0 C O 7, 69 co N j et C IX r � 'E NOD rr o iO (0r O W Ce Si W 0 0 d R'• O O O O O r co M O >` N N 1C N "- CO ' i0 t M 6 co co r- re O O Z.; C r to 6 to 6 EAO EA N- I n 69 o O N co = N CO .o CO U 0' Cl) O N a- o. a U _ w f0 CO n y o c) o m o 32c O at w ro W o �a ma E C9 a _ y 7 O. CL 7' O in 80 0 0 00000c0 0 0 c y d m O L C C COO 00 N D C W a c On N C 0 O. co O O 2)g) O. w J aact0i- J W 2do jO W FO- I( A Kumar&Associates,Inc. 2390 South Lipan Street and Environmental and Materials Engineers Denver, CO 80223 and Environmental Scientists phone: (303)742-9700 42-9666 ACEC fax: (303)kadenver@kumarusa.com kadenver�ku marusa.com MEMBER www.kumarusa.com Office Locations: Denver(HQ), Colorado Springs, Fort Collins, and Frisco, Colorado F n kV'a May 13, 2014 Mr. Matthew J. Ursetta, PE. ICON Engineering, Inc. 8100 S. Akron Street, Suite 300 Centennial, CO 80112 Subject: Proposal for Geotechnical Engineering Study, Reconstruction of County Road 34 East of South Platte River, Weld County, Colorado Proposal No. P-14-365 Dear Mr. Ursetta: Kumar & Associates, Inc. (K+A) is pleased to submit this proposal to provide a geotechnical engineering study for the proposed reconstruction of County Road 34 east of the South Platte River in Weld County, Colorado. Portions of the roadway extending up to about 2,000 feet east of the South Platte River were overtopped by flood waters in September 2013 resulting in significant roadbed erosion and damage. K+A visited the site in late January 2014. At the time of our site visit, the damaged roadway, including the pavement and supporting embankment, had been repaired in several places, including the installation of a new culvert, with new embankment fills and pavement. At the time of our visit, the repaired sections of the roadway were generally in poor condition, primarily due to poor materials and placement as well as some apparent post-repair settlement. We understand that the repaired portions of the roadway are continuing to exhibit settlement and that current design services will address the proper reconstruction of the roadway embankment and pavements, where necessary. We have developed a scope of work and fee for the geotechnical services based on our understanding of the project requirements and existing site conditions, including observations from our limited site reconnaissance in January. Scope of Work: Based on the above discussion, we propose the following scope of work: 1. Perform a site reconnaissance visit by a geotechnical engineer to observe and document site conditions and subsurface conditions exposed by the flood-related erosion. 2. Drill eight (8) exploratory borings along the roadway through undamaged and recently repaired pavements to evaluate the pavement thicknesses and underlying embankment fill materials. The pavement borings will be drilled to depths ranging from about 5 to 10 feet. The borings will be drilled using continuous flight power augers. The borings will be made to obtain information on the subsurface profile, to obtain samples for laboratory testing, and to estimate the ground-water level and depth to bedrock, if encountered within the drilled depth. Arvada Fire Protection District April 25, 2014 Page 2 Relatively undisturbed samples will be obtained with a modified California sampler similar to ASTM Method D 1586. Penetration testing will occur at several intervals in the borings, including two within the upper 5 feet of the boring and one within 5 to 10 feet of the top of boring. We will also obtain bulk samples of the existing embankment. We will coordinate with the Utility Notification Center of Colorado and County personnel to locate buried utilities prior to drilling. Utilities cleared through this service will not include on- site County-owned utility lines. County personnel will need to review the proposed boring locations once they are staked in the field and verify that borings are clear of County-owned underground utilities. We will provide up to one day of traffic control for drilling within the travel lanes. We anticipate traffic control will consist of signage and channelization, and that flaggers may be required. 3. Conduct a laboratory testing program on selected samples obtained from the borings to determine: • Moisture content • Density of undisturbed fine-grained samples • Gradation characteristics • Atterberg limits • Water Soluble Sulfates • Moisture-density relationships (standard and/or modified Proctors) • R-value (Hveem stabilometer) 4. Analyze the data obtained from the field and laboratory portions of the study to provide geotechnical engineering recommendations and considerations for: • Roadway pavement thickness design using AASHTO guidelines to evaluate the adequacy of existing pavements. • Pavement subgrade preparation. • Earthwork recommendations, including temporary and permanent slopes, suitability of on-site soils for use as engineered fill, and fill placement and compaction criteria. • Surface drainage. • Erosion control for reconstructed roadway embankment slopes. • Mitigation of sulfate attack, if any, on concrete. 5. Prepare a report summarizing our observations, site exploration data and laboratory test results, and providing our conclusions and recommendations. The field work and report preparation will be supervised by a registered professional engineer. 6. Provide up to 4 hours of post-report geotechnical engineering consultation for design-phase support. Fee: We propose a fee of $8,630 based on our hourly and unit costs in accordance with the attached Fee Schedule. A breakdown of the fee is provided in the attached Fee Summary table. Modifications to the scope of work, if required, and associated fees, will be discussed with you and approval obtained prior to exceeding the above estimated fee. Kumar&Associates,Inc. Arvada Fire Protection District April 25, 2014 Page 3 Schedule: K+A will be prepared to initiate our services immediately upon being given notice-to- proceed. The field exploration program will begin as soon as the boring locations have been staked, site utilities have been cleared, and exploration activities have been coordinated with the County. We anticipate preliminary design information will be available within 1 week of completion of the drilling program, and the final report will be available within 2 to 3 weeks of completion of the field exploration program. Specific times may vary somewhat if weather or other conditions beyond our control impact the field program. In any event, we will coordinate with the project team to expedite our work to fit into the project schedule, and will notify the project team of our progress and any available information. If this proposal meets your approval, please sign one copy of the proposal and return it to this office. If you have any questions about the scope of work, please call. Thank you for considering us for the study of this project. Sincerely, KUMAR &ASSOCIATES, INC. • By !A.4 ad Wade Gilbert, P.E. JWG/jw Rev by: JAN Enclosures cc: book Agreed to this day of , 2014 Organization By Print Name Kumar&Associates,Inc. 3 1 3 I ! I I ! I I lb) I i I I I I 1 1 l 01 O3 ! 1 1 I! ! ! I I ! ! o Al nI NI i i AEI 8I m i i Si .., W~ I '.7.i '..7d I I �i49 49 .01 0 as "I I I I _ ; i i i III 1 °� l I i i i i 11 I ' 3 i i I I i i u o i i I ! I I I I ! i i I E ' i i i I Y i I N coI NI C " I I NI �I NI a o1 e Q I I ; 1 1 I ! I I E ~ ! i i 1 ! w _ I I l ! ? i E i 3 z I I 1 1 j l i I I 1 1 3 3 ! o• w i i i i I I 41 R § u ! 1 ? I I I I I I 1 "'I " w! w 3 a ! III Milli iii I = III I } iI i ! ! ? I I II z I i I i i i i E i i I I i i o 3 u. I I I I I 1tOi (0 <0 v 0 I i I I I i i 0 I ! I I I I I I l l i l l a 1 i i i I I 1 I ! I I I I I I ! ! O n Z W � �I INI ! i i i I 1 I � h = OZ i ! i 3 O p F Z W I I I I I I 1 I I i i I IX O W Z i I ? 1 1 1 I I I It _ = H CO E ; } I ? ? t CA •0 Z a� I I I I I I I i I i I I b� Q N? o Z _ZW Z Ka i INI INI i I I I I 3 ? I i �1 �1N ✓ d' [- W Q I i i i i I 3 I I i ! ! ! I I I w 8 W W 2 x I ! i 3 i I ! I i i i I Z p W i i i i I i i ! i i i ! I W A c0v) _ I I 1 -J p 2 W IY i I I ! i i m a W {L • LL W I 3 ! t t I I N HDaO HZ I I I I ^! I I I I ! I I m 0I Ce 0 Z 0 z I I i l ! ! I t t t t I CO; ! I Z pQ I i i ! I ! I I I I I Z I 4 W I I I ! I ? ! t E I i i I I I t V LII~ W I-w E I I I ! i I i i i I i i O W W ! I ! I I I I 1 1 I I ofNr 0 W I_ O Z I I ! ! ! I I I I 1 Nl VI NI a NI NI la reC7 c7 ! I I i I i i I I -I '"I a W ! i l ? I i i l i i ! I i I I I i I I I ` ` I ! I a' l- W I I i i i 1 z a i ? ? �i �iUl �I I w yixa I I I I I I I I I I I I I 1 3 a2 I I I l ! 311 IllillI � IIII I I I I I I i i I 1 I i ! ! ! ! I i j I i i ' t i l l I I I I I I I ? I ! ! E ! ! I i I I I 3 ? 1 1 I I i I I V)I I I I ! I 2II v° I E ! ! I ! H N >I I 13 l i i I I I I i 3 w Ei a! t I I I i ! I I I ! i NI r N! ! I I I i f I i i 1 15I 01 vx ` I "! i I a I I I I ri S! g ai II I 3 ii I -1 I ;i i i q ! I 0i aE ~ WI I 7I I mI ' d1 1 1 „: d „cil I sI ICI Z3 W! ' d I I I °I I g gI o I „I 0 o i3• I „! € of ! i I NI I di •m! a gQl1 I a! y1 WII as EI g :I I 'El d1 ,.,1 i ui a: of ti c all 2 C I y =I (n c ? I I I I T4 A $i i i I ZI pl � �I �i al �^ JI pl thI 1 N AI cI 21 gl co ZI E laI E 6 c c „y, 1 al I I I al - JI I Id I m1 1 al cI N Ri C w, U KI ! F- V i d I cl ^I I Et I as I I I I UI o a n y a z, : 3I cl ct m u1 I VI ' 1 W! m3 . pI _ `"I EI cl 2I c: 8I h =I o! UI or ; C1 1 l at 0 1 =' �I •cl cl O! i O VI a1 �I ul i t I E1 . I t h 21 g 1 I u d II I u W W ^I cI ul c uI 1 ' 1 IP 1 I1 mqm di 21 ru 1 01 UI dI yI r5 X11 ow O1 91 a,l I WI ° o? y1 '03 0; yl �! A 'o: > a°iI o gi r1 Cl WW,I LLI rnl r� HI 0 Ui ci I 23 63 a1 rd 3 23 c1 al wt oI a 0' i i I 1 UI 1 WI I I F! �I g Kumar& Associates, Inc. PROFESSIONAL SERVICES FEE SCHEDULE 1�+� ENGINEERING, ENVIRONMENTAL AND FIELD TECHNICAL SERVICES Principal Engineer $130.00 to$175.00/hr. Senior Project Engineer/Geologist/Manager $100.00 to$135.00/hr. Project Engineer/Geologist/Scientist $80.00 to$110.00/hr. Staff Engineer/Geologist/Scientist $65.00 to$90.00/hr. Project Supervisor $75.00 to$95.00/hr. Construction Inspector I $55.00 to$75.00/hr. Construction Inspector II $65.00 to$90.00/hr. Environmental Specialist/Scientist $65.00 to$80.00/hr. Environmental Field Technician/Geologist $50.00 to$65.00/hr. Safety Professional $80.00 to$100.00/hr. Project Administrator $85.00 to$95.00/hr. Staff Administrator $50.00 to$60.00/hr. Exploration Field Engineer/Technician/Geologist $50.00 to$70.00/hr. Construction Materials Testing Technicians: • Concrete $42.00 to$50.00/hr. • Soils,Reinforcing Steel,Asphalt $45.00 to$55.00/hr. • Piers,Masonry,Fireproofing $50.00 to$65.00/hr. • Structural Steel $65.00 to$75.00/hr. • Post-Tensioning $50.00 to$60.00/hr. • Floor Flatness $75.00 to$80.00/hr. Word Processing $45.00 to$50.00/hr. Drafting $55.00 to$65.00/hr. Litigation/Expert Wtness/Deposition $175.00 to$350.00/hr. OTHER DIRECT CHARGES Auto or Pickup Mileage $0.75/mile Out of Town Expenses,Travel,Rental Etc Cost+15% Expedited Laboratory Services: 1.35 x Test Price(See No. 16.on Reverse Side) SUBSURFACE EXPLORATION,SAMPLING, MONITORING WELL INSTALLATION 4-Wheeler AN Drill Rig(Includes Operator) $125.00/hr. Exploration Subcontractor Subconsultant's(4-Inch Solid Auger,Hollow Stem Auger, Rotary and Diamond Core Drilling,Exploratory Pit Excavation,AN Drill Rig,Geophysical Exploration,Specialty Sampling,etc.) Cost+ 15% Materials/Equipment Rental/Outsourced Laboratory Testing/Subconsultants Cost+15% Falling Weight Deflectometer(Includes Operator) $175.00/hr. Concrete/Asphalt Coring $75.00/hr. Photoionization Detector $100.00/Day LEL/CO/H2S/O2 Meter $100.00/Day Conductivity,Temperature,pH Tester $25.00/Day Personal Protective Equipment Rates Quoted on Project Basis LABORATORY TESTING Soils Moisture Content(ASTM D-2216) $10.00 ea. Moisture Content&Density(ASTM D-2216) $15.00 ea. Gradation(ASTM D422) $75.00 ea. Gradation with Hydrometer Analysis(ASTM D-422) $150.00 ea. Double Hydrometer(ASTM O-4221) $225.00 ea. Percent Less than#200 Sieve(ASTM D-1140) $25.00 ea. Atterberg Limits(ASTM D-4318)Method A $75.00 ea. Atterberg Limits(ASTM D-4318)Method B $45.00 ea. Standard Proctor(ASTM D-698) $85.00 ea. Modified Proctor(ASTM D-1557) $95.00 ea. Soil/Cement Proctor(ASTM D-558) $125.00 ea. Proctor Checkpoint(ASTM D-698 or ASTM D-1557) $45.00 ea. Relative Density(ASTM D-4253 and ASTM D-4254) $175.00 ea. Specific Gravity(ASTM D-854) $75.00 ea. Standard Swell-Consolidation(ASTM D-4546) $60.00 ea. Air-Dried Swell-Consolidation $65.00 ea. Remolded Swell-Consolidation(ASTM D-4546) $75.00 ea. Unconfined Compressive Strength(ASTM D-2166) $50.00 ea. Slake Durability(ASTM D-4644) $100.00 ea. Pinhole Dispersion(ASTM O-4647) $150.00 ea. Water Soluble Sulfates(AASHTO T-290) $40.00 ea. pH(ASTM E-70) $30.00 ea. Chloride(AASHTO T-291) $40.00 ea. Electrical Resistivity(ASTM G-57) $125.00 ea. Organics(AASHTO T-267) $50.00 ea. R-Value(ASTM D-2844) $270.00 ea. California Bearing Ratio(ASTM D-1883)1-Pt $150.00 ea. California Bearing Ratio(ASTM D-1883)3-Pt $375.00 ea. Soil/Lime,Soil/Cement Mix Analysis(Standard 3-Point Mix Analysis;Cost May Vary Depending On Specification Requirements) $2,000.00 ea. Freeze/Thaw(ASTM D-560) $350.00 ea. Wet/Dry(ASTM D-559) $350.00 ea. Compressive Strength of Soil-Cement(ASTM D-1633 $50.00 ea. Direct Shear/per point(ASTM D-3080) Unconsolidated-Undrained(Quick Test) $150.00 ea. Residual Strength,Additional Per Carriage Reversal $50.00 ea. Drained Tests Quoted on Project-Specific Basis Soil Suction(ASTM O-6836 Method D) $50.00 ea. Miscellaneous Sample Preparation $50.00/hr. xvlarkegng Malene6WEE scHEDULEsr2012u-ProfessionalWrof Fee schedule 06-19-12 w K A doc(Denver/Colorado Spnngs/Fon Collins) Nit= 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. WCR 34 Topographic Survey and Base Mapping: $4,730 (27 hrs crew time at$134/hr, 8 hrs Senior Cad Tech at$79/hr 5hrs PLS at$96/hr) Easement: $604 (4 hrs Senior Cad Tech at$79/hr, 3 hrs PLS at$96/hr) Project Management: $96 Grand Total: $6,034 (including two easements) The above fees include tying the projects to the CHARN and an NGS Bench Mark NAVD 1988. All of the surveys will be delivered in AutoCAD Civil 3d and will be on Stateplane coordinates. A minimum of three control points will be set at all of the sites for future construction. Utility locating will be coordinated by the client and King Surveyors will survey in any markings on site and add them to the Base Map. Platted and deeded property lines will be shown on the Base Mapping, however any right of way created by separate documents will not be shown on the survey unless the documentation is provided by the client. Title searches are not included in our fees nor is there any time included to review title commitments provided by the client. If you have any questions regarding this proposal, please feel free to contact me at my office at(970) 686-5011. Sincerely, Larry Pepek 650 EAST GARDEN DRIVE I WINDSOR, COLORADO 80550 I P. 970.686.5011 I F. 970.686.5821 WWW.KINGSURV EYORS.COM m. p Cp oo m J m Q O 0 .L O of - - a - q N V gig g g H N a H H H in aC oU F y N O � 3 u ? 0a = m Cl � ° 8i a 2 a U• § t W g ° a a t A. 0.. pE C eoU p el U ^ t o . H t € > - c G .8 E.'V D 6 M 0i R• 8 � := © f- z a tl ' C ip t N 4. �yy Z V O m cn R d O 4 Q E `3 ," U 0.. of t U2 w1O1 s22 s a 1a g c g 8 u a air y >, �' U .g Ot)0 3 y E E i F. °m° m z go %s in ou 11;m Ey; b � E3 0 . a = s y m$ u C -0v 8,646. go EO z E m m ° _ m t L' G C $^ i g : m A : 1 - 2“ g 0 6D es y Z y d s_ 3 o k Es cpp .�OU � o '�p 3 �IJ ° bo SS = rFi� pp E C pup C G . at}m,, .ri y VFl E 03 v ° C �O E it lie g u O Or Er o 4 : 46 pp g Gg�j o> a 0 y �a I a .E .9. 0.c) aHiI b o E F II 4 E C z 9 .00 J - N m ? 00 p 0 c C C § 17. G 8 av 8 v x3 .Q a a 3 N H1 m L Z' '1 O_ C co — .1 A Q U D 8 5 G ig u m y u Y u E 7.= ti Sp N [ii b x .C W O O g S U5 8oU $ 22 Iy 'PO 3 0 2 = i ' a1111$ g p E $ ; S 2221 °°dI s c 2 I $ ' 2l 'g g >12i a its u u C .; E' '- `j uA u i c u 'p, a s u u y W _£ In 1 g IA118 E ` $ g m a E € II C _N 4C5 y N Q CQO b O r V1 V �. S S S S S S Y N CC Yy y of e� r h h W K N O O O O h Op O 3 U u O 00 [� b N a d 6 d+„ Y y H H H H ^ n . 01 —a y HHHHHHH M ° s o H H ij '$ t N ~T v u m ."d D a o Zc a " < g o 8 g S1 -.6.41! ' �Y g' w .`� c .a. 5 w 3 a y a '$ & ' g E L E gE o G g a 0. •-1 ppg D V qlq 9'y� '5th .'L" 1_ m yy.O,. E " g p G pp x °' O eJ p }m O a0 F ^ " g O $ m u g u v fi O O a _ z to p $ E m N e a 2 S_ fo U :3 'sr a V� �+ V� 6 a1 (H� yV u $ .: O a 540 _ V F. OLO Fp '� G g 8 O . g 1A N 8 2 dy a N ud V .D g O u u u t 44 t+f N y gig4 . 1- 4mgk5 ro x .�e 2a g � az333rn � .9 m 2 $ = 4 my8t0 a- s - 222 u 4 .- U u 0 F a. v�'iAR aw q xa � 2 d p ._ s p .g g m T : : § § ,51 : a, < Ua0. 0 3 . P] e aa 8 x3E r N 1=4 0 O M N O r 0 11FWPCF- On00Mr01` tDN Nrr MMcDU) C) h N O O r- 0 N C) M O M 4CR tr) O ti n h to N N O O al O O n M O O fn ti ao n ft tr) O ti CO N N N n N n N N- CO O 03 M M 0 CO M O t` CO r to N C) I1) N r I M U Z -1 44r 44 dote ao yr d4lAERb4u4 � tor � r � fAN d4 ff> toVifAEA /Ar M � r N � 49 d4 Q Q a to iA (A fA 6A N 44 EA 40 4 fA N TT I__, EA S N IrL 0 o V r don.„. E �,, I000 OcDOO �tO O O - - 00 000000000 O 000000 - 00000 O 69 bH fR /A MMfA - f14 /A fAfA f!! /A 69 69 fR 69 fR d; bR69iA49fAo � . .3nncin cr - Cu bA EA 1A fA r w � c0 49 Uco IIIIL U rik Y c 111111 !or_ r 0 U 9 Mo c i 12 c o 111111 :Eli v o a) a) C NO II MO p U Y a - cfl 69 ocn b9 cn u) as 0 IIo EGo •o 111111 Co coo IIo Y Q v) O � f 1111111111111111111111111111111 IIo cc o EA c ! III rnvWEn — v a) cft Eft CC h 0 or- N O t• O t� (or- 1` O . 00 M co N of co a) d' o C) C) j1c0 to M h M M w M A O O O O M O v 0 r` O O C) 0 0 n o0 z7. 00 ' [!' h u) a M 1:1. N 4 N N 1:1. cD C) OD v O tD to N C) to N r M O N4 to 69 69 r {A EA d4 di 1R fR � to d4 N r M r N M U O 1A bA to '9 a iA d4 d4 N X V) U X <n O LC) U U C O IlecillIlla 0 O O_ _O _O O O;;CD O O O O c ) p 0 p 0 p C ) gz) Q d9 • tftSe3 S 667 S &9 S 673° r- - CO W e 0 a) c u) a) c2 OpIII Illo00 0 0C) ro00 N ( = 6 69 r r o0 S a a C CO D Ce 0 0 ( a ' IlMolill O � 1 . 0 . 1 . (DO 000 000 0 0 0o 0O o (00Q () V Mfft r r rr a r (Ni r r N r N N N N cV r N 75 W co z Ce O 0 U D a ID ' 1111111m ° 2 111111 ctf M iL 1111 o II IIIIIIIIIIIIII EA a) = 0 3 s V E a) a O cn o 00 oo t o o a CO m — o OS a) o � > c = (DM o ~ c2. WIIIIIIIIIIIIIIII oIll tr I .11111111111 O o a Z m o o U .c = r- IIIIIIIM cg o �_ 0 0 i O `� • 0 69 LI W W • cn a) ti c D o N > a`) co ao § co p a) coN % tf) O O in 0 0 0 0 O N t.C) O to 0 to `- 0 0 0 0 0 • U7 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 In `" C rr O N Co N r Cr) N N 00 O O Ni O M O V V N V 00 92 a N ':t V N •V 4 M (ID - c 0_ m N crj o r CO r cf a r co r C W 69 Q d 64 U 0 I : m i a) TD o o p op 111111 a . b9 O EftO cft III 77 4 11111111 w459.211111Ni 0 o o ai `n To `n 0 ) 1111111111 111111 11111 III IIIIIIIIIIIIII a C r O� O O CD 0 .� = ocfl o � o w a To w _- co ` 000 000000 OE F00 00000 000 0 0000t000000008 C co O0U) 14) OtoOOL0O cp U•) NtoN tt? OOOOto140 O tr) toOONtf OLe S0NciN rOrrOrN O O O O O r- r r- r O O r- r O O r r o O M 4 O M N 0 N E a S 69 E Y L o 2 C)) a O 03 = — = - U rti a -a e_ n o o a) o o •� ca 0 to .0 = a) n 3 �, 1- '0 • 3 •a' to o 13 n .cO -a o .D c • o (2 as Z' L :a I0 0 0 0t.Un:: 0 0 o O c 'Ia c 2 i 0 V• CO .a 0 — c . ucii co a) C y r air, a) 0. = O '_ ° L. a) 13 o r E to 0 3 t o > ' o m o E ca c o 3 CO a) c L _ . a) to •= c c L "'' 0 0 0 co — 0 .,. c '- 0 . EC .c? W a) O • ca a) O 0 cA 0 t ) o cn '� E w o «. O 0 'X .r r L E - 0 c L 0 0 «. o c c o r > O N cA o c to c o c o N o = N D a W Y N •. U • - ° c U, ca 0 0 c o e E c E r., �' Ce co cv 41 _ = U O N d w= = N E = 0 V o 0 ca 't3 • ca 1� • o N Q CO o .0I o 8 a ° 0 o '_' o o tt;" a c u) o W ° a c 3 0 - _ E U o f :a a o 0 °' E w U :% 0 U n ° r C :re f_ c L 2 L p L O N c 03 (n C V V = _ �_ c ) z m o o = 't3 U tO c ca _m o ca co 0 o N Q - a) +r LCri °' .. •ets o c E n a) a) c it - . a) 0 c . O to 3 O = N E c ... Q C a rL E L U E an Oc c g c to a U 13 13 �,"rani w, o in o c o o L E = E co rt.= m ° c . - 5 ..� o o = a=i a=i a U o .�' co �' c c . 3 U CO m m m U 3 U 4 J C o N +_� O o Z = O E O E Q to ca. Sol . 0 .0 +r L 3 i Mt Q tv g ca to E CD a 3 3 -c L U 0 = o ca to o to . • c o c 0 0 t a) �_ c r CO CO >- c Y cn = > -a Z = 'c aEi w) tia 0 a) a)co 0 0 a) 0 0 0 3 3 E O 3 c .= o4.4 'o E LL E ..=) 0 m m .' to to = o 0 L F— c° O o c o '. • E • ca to 2 2 co • ccoo N - ca O o g ' w ° 0 ° 0 3 co n. H W p •0 ° a) — 00 . 0 c = c C }' o 0 0 0 0 0 re W o 411 .C ° .• 2 ° 1— a m O a) ° cn 2 co cn 0 W � Q Y G O o E O •a ' o - '5 •. co E- 0 0 1 - 0 - O � X X I— E— CC ® a w - 4-. 0 E 2 c �a co d _ o '0 'gin 0 te re 00 -0 c W O0 W W O W L 0 Q. U, LL C� on 0 0 0 o .- t- CI V' Ii CO U . LL jL Q � O Q jr. W X J X = Q d r r CV Cf.) of tri ca ti ao Ci r tai ri v tri . • w as 0 a O O • Q " O ' O _ Q ��\ 0 C7 • r CO M h ti O CO d' CO O - - O N 10 r CO r M et Q) CO Q) a ; N 10 N LO o co M et O N O N CO M et et CO O co et O Z EA 411) 7, L fA to r - NS rS r N S N /74 g I— S 40 O 0 N , E — O O O O 0 0 0 0 0 0 0 0 0 to ri a EA s EA EA 4S EA EA Ei? EA a CR 4a to O O 0 O .0 f- vW 3 0 000 r 1 W cn a I— r cn C U 0v O �� W .O o co Cl_ c a 0 r C"7 0 C O bib O O 0 a Ca D EA N w as o co D Ti 6 0 9 a M Y cn to cn EA Q o O O Q) W coEA n a) E!, CC COMP.- 1t) M ,CO M ti O CO e' CO et let O LO r CO r 10 M e' CO Q) CO Q) r O a1 e) Ito O N 0 N CO M et et. CO M — y r r N a to r CD r N r S M CND ((0 ✓ 0 EA !AEA S 55EA5EA rr al- cri v •:rH U) a EA X w a) r� 4 U 11 Z (U C O Lo O O 1 O r is .- O cn 2 O O N N to O_ L co as CV C.) 2 o >9- EA ea EA EA EA -8 EA EA N C (n o a) E M D O O N 3 III O O O CO N O O Ni N �- O EA O CD = Q = EA I N O T' CO a (B C all D Ce O L .C o CO U Q °'0,2 O O L o o c r -o O O Ef? a) O EA N 0 a U O CD S C Z IX a�i 0 0 :Ill 0 a a 0 R O 10 O M to M N La M V cn L0-L eC EFT = O e et 'c7 6.4 4 n ca Vre ciih Illitcn-- . ao a) '1 0 0 OZ'°) 00 = 0 o o L O o oc >03 C a - , o O EA to O- EA O 4S C = N O O ~ W W o M W Z No �O D 0 (c2o D O o O C = r O O y 0 CD O I CJ - O O EA a O EALI C EA = _O O co C W LL U N CoL 0 0 L Lo 1O vs a) cn (o ° C O v o C co D Lc) O O O Co ` O O O 00 co Ns ZN a = of co c`ir : co O V M C C EA CO EA N 0 w 1T. a 0 D L• 0 t 'C r o oS o � o Cr w cn _ E 0 L cc (d Oo 1111 O cn O o O C r o O a EA O EA a Cl- -6) a = I tL O a 0 a cfl �' o00 0r o0000o O � any 0 (D D O O O LO LO rt O O O O LC O 10• M N O _ 'C f} _ N N O CO r V N N O� Cp O ti E a. EA EA r a Y L. 0 L CA co i- 0 cL oN, O LLL O u_ O -as =- _ Z _ O 0 Et 2 0 eS o � a) o4- o � H a o .0 c .0 c � O ce .`c C/) to N U) co O �' H Y >, d co cp3 — 3 -0 . CD CU cc ,a �° Ca 0) Y L .a a a) a)a)0 ' 3 > ≥ re C 't3 o I et O m m t m a y o_ a O. y M a a 0 0 CD 0 3 N d O ,.: 0 LL in 0 W 0 o C co) d ,a U) C d i r ..t, O O E .C O COV a W Ems/) ;' N ,,,� C �' 4S• Z4re u) a C E Q M •+O O cab 10 O a N EC V n U e- 2 a m O y E r MI M = rn 0 0 72 o CD O CO O '� N C) 0 y CO C) a d E c •r m CD f O y (O U a`- owl a o > 3 > Li ' ,c I J 2 U CCW 3 d- i- C O d m o O O it 0 ea .— U) m } � U �p C o o CO. a � � 0 � O O O m �_ C 3 2 _ E C CD N • _ "C CD O O CC CI •0 w W a m a 0 .0 y O O L E oc. C o re w H a ;a ai (n 0 o a� °o ay, t m o w OW ww � m a � Q � v aac� cn � c� W LwL aa0 aa. 00 _ < thoO � Qm (U6LLitiC� 1 U a C 1' H Cr • cH u) c,co I C U III I C I - W t Z r..- l- O cil 0 0 Li. it ' M H ' 2 Q C/) LL it h- N I- co "II-- Pf r r I: < V) Co LL Ct v f— E -5 0 (1) r;H 7 < V)' N LL' 1f H' • coil O'4in 3�, Qjcn' 0$ ]C U-, 0 Co 't l_ E 3. ~ N� : Cu O N'�'S' 0 c O 0 L 3 LL 0 Nom' U Ica U I- as X Ml►- i W -arca. U) cc I .- c (o!g; U v)' U. "t I-. N I. -,• co .N. LL i v' v v v' v ei v 't �' v- .4- v v' v v v v It v v' v' . r r r r r r r r r r r r r r r- r r r ;,-5. Co CO Zr r It) It) r co O) r r r r t IN R R ` N N N N N N Cr) ,---n_ N N r N r r H Ica = 7 O (� 1 CO co co i N- t .` ` ` 0-5 CO CO Cf © O) D) Cf S E C L L L C C C C O C a) 7 LL LL LL •- -O D 'C •C 7 'C C I.L i O H H H o O O o t o H N LL C) H Ly LL H LL 0 ;2 H 2 a a `v v v v It It It It It It It It It v It It It It v It It v v 2 r 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 In t() t[) LC) p) Q) O) r v CO r N N N N u) �- r r N N N N r N N N N r r t 1� N- R CO CO 0 a a a) a (� ti N- (a' 1::--- a) N- r-- a) c c CO CO CO CO CO Q) Q) ! � C L 7 7 7 a) a) Cl) a' a) LL O C J C a C C C ;F— H H H H H H D H H LL H H H 2 o H LL LL LL LL i E ! —I0 >, >, N u) v) u) u) u) u) co In co cn >, u) v> >, a >, co >. >. ][ c i Cu (a >, - Y - - >, - >, >, >, >, co >, >, Co >, co Y co co >, o I.a -a -a co 3 3 3 3 cu 3 CO CO cu (u a CO cu V (a V 3 V -O coa _ N ! r r M N Cr)M COM (D co N M M v v r O Co r (D r CO r r U N r r •— a) i acU o W L >,i--. (a a i - r i a.) u) co N C i E o) cn V O I a C u) >, p H CC •D u) 3 a cu a Z ' to w03 w (v - c O > o v I c c Q U Co _ o > CC ip a) o a O m w CC CC is a_ ? o C7 p o ca _ NI OO > O ~ a cC9 c 0 N (v LL a a) -a t U (� a a c ) o 4j 0 U O 2 c cCa a aN a)) E _ o c C U r a .Q a a) 0 Cow. a c) _c ca U > a — -a � a N �_ o c o a 3 a) c a) a o a) a o L �' f'p Y CO 3 c > a a p .E > a c (n a c(0 Y Y pi > Z a�i a) o -a a) c E U m a cA Uw0 a) C t v, U) a) o o 0 0 w a 3 Q D v E a a > 1, -o o) u) c a •�' is c a) u) m a) _ _ Q M a O a) _ O > to O O c = > > cn cu N > O v acc a Z = C) a) L c c a) a 2 O O a) a 'O a U M r U Y =p a (n Z) U- CD 0 Li! a) O w 0 a O S O Li: a a m m w ;03 i � a v Co D H H �a m w a U a t l- I O w a r 'N co v (n CO r co cn o r N M v in (O N- CO O) O r N M U J — i r r r r r r r r r r N N N N `O ea (naC F a Hello