HomeMy WebLinkAbout20141060.tiff 4 J V V J V
PA-08-CO-4145-PW-00665(0) P
Applicant Name: Application Title:
WELD(COUNTY) WELCO18-CR 34 Road and Bridge 34-17A
Period of Performance Start: Period of Performance End:
09-14-2013
Bundle Reference#(Amendment#) Date Awarded
Subgrant Application - FEMA Form 90-91
Note: The Effective Cost Share for this application is 75%
FEDERAL EMERGENCY MANAGEMENT AGENCY
PROJECT WORKSHEET
DISASTER PROJECT NO. PA ID NO. DATE CATEGORY
WELCO18 123-99123- 11-19-2013 C
FEMA 4145 - DR I-CO 00
APPLICANT:WELD(COUNTY) WORK COMPLETE AS OF:
11-19-2013:94%
Site 1 of 2
DAMAGED FACILITY:
COUNTY: Weld
Location 1 -CR 34 east of Bridge
LOCATION: LATITUDE: LONGITUDE:
40.23281 -104.891
Current Version:
Location 1 —CR 34 Roadway east of Bridge
Begin
Lat:N40.23281
Long: -W104.89100
End
Lat:40.23305
Long:-104.89807
DAMAGE DESCRIPTION AND DIMENSIONS:
Current Version:
During the incident period of September 11,2013 to September 30,2013,Weld County,Colorado received heavy rainfall and debris in the
creeks,streams and rivers which caused damage to numerous roads and bridges in Weld County. This project worksheet addresses
damages to CR 34 roadway east of bridge approach and Bridge WEL034.0-017.0A over St.Vrain River,in Section 16,T3N,R67W.
Flooding of the St.Vrain River resulted in damages on CR 34 include washout of asphalt.roadway base and embankment material on the
eastbound and westbound travel lanes at seven(7)locations east of the bridge.
Asphalt Patch 1 on westbound roadway and shoulder measured 231 ft L x 10 ft W=2,310 SF x 0.575 ft D=1,328.3 CF x 146 LB/CF x 1
ton/2000 LB=97.0 tons asphalt
Embankment Material lost in asphalt patch 1 is estimated 231 ft Lx 10 ft W x 1.5 ft D=128.3 CY.
Asphalt Patch 2 on eastbound and westbound roadway and shoulder measured 311 ft L x 25 ft W=7,775 SF x 0.575 ft D=4,470.6 CF x
146 LB/CF x 1 ton/2000 LB=326.4 tons asphalt
Embankment Material lost in asphalt patch 2 is estimated 311 ft L x 25 ft W x 1.5 ft 0=431.9 CY.
Asphalt Patch 3 on eastbound and westbound roadway and shoulder measured 25 ft L x 27 ft W=675 SF x 0.575 ft 0=388.1 CF x 146
LB/CF x 1 ton/2000 LB=28.3 tons asphalt
Embankment Material lost in asphalt patch 3 is estimated 25 ft L x 27 ft W x 1.5 ft D=37.5 CY.
60 LF of 30 inch CMP was washed away with the flood waters and not recovered.
18 inch Rip Rap at north and south ends of culvert was washed away with the flood waters. 15 ft in L x 15 ft in W x 1.5 ft D x 2 ends=25.0
CY
6w�i-t acez akk_ G - Pw, oLrn, F;, 020/y_ /040
GAS 41- vi+ �C.00y5
- 2-at), L.(.y8-r�
Asphalt Patch 4 on westbound roadway and shoulder measured 19 ft L x 4 ft W=76 SF x 0.575 ft D=43.7 CF x 146 LB/CF x 1 ton/2000
LB=3.2 tons asphalt
Embankment Material lost in asphalt patch 4 is estimated 19 ft Lx 4 ft W x 1.5 ft D=4.2 CY.
Asphalt Patch 5 on westbound roadway and shoulder measured 18 ft L x 3 ft W=54 SF x 0.575 ft O=31.1 CF x 146 LB/CF x 1 ton/2000
LB=2.3 tons asphalt
Embankment Material lost in asphalt patch 5 is estimated 18 ft Lx 3 ft W x 1.5 ft D=3.0 CY.
Asphalt Patch 6 on westbound roadway and shoulder measured 117 ft L x 11 ft W=1,287 SF x 0.575 ft O=740.0 CF x 146 LB/CF x 1
ton/2000 LB=54.0 tons asphalt
Embankment Material lost in asphalt patch 6 is estimated 117 ft L x 11 ft W x 1.5 ft O=71.5 CY.
Asphalt Patch 7 on westbound roadway and shoulder measured 24 ft L x 3 ft W=72 SF x 0.575 ft O=41.4 CF x 146 LB/CF x 1 ton/2000
LB=3.0 tons asphalt
Embankment Material lost in asphalt patch 7 is estimated 24 ft Lx 3 ft W x 1.5 ft D=4.0 CY.
Embankment material was also lost at three additional locations on the north and south shoulders outside of the limits of the asphalt
patches.
North shoulder=195 ftLx8ftWx2ftD=115.6CYand 1,207 ft Lx 14 ft W x 2 ft D=1,251.7 CY
South Shoulder=721ftLx14ftWx2ftO=747.7CY
Location 1 Total Asphalt=514.2 Tons,Total Embankment Material=2,795,4 CY,Total 30 inch CMP=60LF,Total Rip Rap=25CY
SCOPE OF WORK:
Current Version:
WORK COMPLETED
Location 1 -CR 34 Roadway east of bridge
1-Fill embankment material lost in roadway travel lanes,embankment and shoulders-2,795.4 CY x 1.82(Conversion Factor CY ABC
Class 6 Material to Tons=5,087.6 tons x$33.70/ton(CDOT Item Number 304-06000 Aggregate Base Course Class 6 x 2 due to
economies of scale as compared with number of CDOT annual projects)=$171,452.12
2—Install asphalt on eastbound and westbound travel lanes=514.2 tons x$81.70/ton(CDOT Item Number 403-33741 Hot Bituminous
Pavement(Grading S)(75)(PG 64-22)_$42,010.14
3-Install 60 LF of 30 inch CMP x 90.00/LF(CDOT Item Number 603-10180)=$5,400.00
4—Install Rip Rap north and south ends of 30 inch CMP=25.0 CY x$83.17/CY(Rip Rap 18 inch CDOT Item Number 506-00218)
$2,079.25
Location 1 Total:$220,941.51
Site 2 of 2
DAMAGED FACILITY:
COUNTY: Weld
Location 2-Bridge 34-17 A over St.Vrain River
LOCATION: LATITUDE: LONGITUDE:
40.23306 -104.89915
Current Version:
Location 2—Bridge WEL034.0-017.0A over St.Vrain River
Lat:N40.23306
Long: -W104.89915
DAMAGE DESCRIPTION AND DIMENSIONS:
Current Version:
The concrete and steel bridge.294.1 ft in length x 30.1 ft in width,consisting of six(6)spans traverses the St.Vrain River. Structure
components consist of a four(4)inch asphalt deck on a 6 inch concrete deck supported by four(4)—47 ft—6 inch long-7 ft wide exterior
and 8 ft wide interior x 30 inch deep prestressed concrete double tee girders in each span,five(5)20 inch x 20 inch concrete cap on five(5)
8 inch x 8 inch steel H piles with precast concrete panels and two(2)16 inch x 20 inch concrete cap on five(5)8 inch x 8 inch steel H piles
with concrete backwalls. The bridge is flanked on both sides with a galvanized w-beam on steel posts.
1.Damages observed at the bridge include voids behind the backwall of both the east and west abutments. The missing material is
estimated to be 30ftLx9ftWx1 ft O= 10.0 CY per abutment x 2=20CY.
2.Rip Rap was washed away at the northeast wingwall of the north abutment estimated to be 15 ft L x 5 ft W towards the channel x 1.5 ft D
=4.2CY:
3.Erosion at the base of the piers as shown below[77CY]:
3a.Pier 2[in the bridge report]estimated to be 25LF x 3FT wide x 3FT deep/2=112.5CF/27=4.2CY use 5CY
3b.Pier 3[in the bridge report]no scour shown on Streambed History Table
3c.Pier 4[in the bridge report]estimated to be 25LF x 9FT wide x 9FT deep/2= 1012.5CF/27=37.5CY use 38CY
V i V V • V
3d.Pier 5[in the bridge report)estimated to be 25LF x 6.5FT wide x 6.5FT deep/2=528.1CF/27=19.6CY use 20CY
3e.Pier 6[in the bridge report)estimated to be 25LF x 5.5FT wide x 5.5FT deep/2=378.1CF/27=14.0CY use 14CY
4.Rip rap and soil/seed cover washed away at the southwest and southeast wingwall/embankments estimated to be 30LF x 15FT wide x
1.5FT deep/27=25CY each x 2=50CY[rip rap).Soil washed away estimated to be 30LF x 15FT wide x 4/12FT deep/27=5.5CY x 2=
11CY
5.Debris was deposited at the bridge location that is incidental to the project. The quantity is estimated at 10CY.
Recent bridge inspection report was provided by the applicant dated May 8,2012.The bridge was built in 1960 and had a sufficiency rating
of 63.4 in 2012,structurally deficient.
2012 inspection notes of elements include:replacing inadequate bridge and approach rail,bridge deck pavement crack sealing and filling
potholes,rust on all guide rail posts noted near deck connection,spells with exposed reinforcement on concrete diaphragms,water stains
on diaphragms and prestressed girder ends,rust noted on steel H piles. No significant defects were noted on the precast concrete panels
between H piles at the abutments. The deck condition is noted as in satisfactory condition(6)on a scale of 0 to 9. The superstructure is
noted as in satisfactory condition(6)and substructure is noted in poor good condition(4).The channel banks were observed to be good
condition with minor problems(7). Maintenance items included bridge deck repair sealing cracks in asphalt surface,replacing bridge and
approach railing and replacing damaged concrete in piers.
Applicant submitted Bridge Inspection Report dated 9/26/13 that indicates scour at the piers. In addition,Streambed History data was
submitted that shows various amounts of scour occurred at specific piers since the 2012 report,therefore Item#3 above was added after a
site visit occurred on 3/21/14.
The Applicant has provided pictures of the road and bridge facilities documenting damages. These photos are attached to this project
worksheet.
SCOPE OF WORK:
Current Version:
Location 2—WEL034.0-017.0A over St.Vrain River
WORK COMPLETED
2.Installed Rip Rap[recycled concrete]NE Wing=4.2CY x 1.82=7.64T x$15.00=$114.60[Weld unit price for Concrete Tearout$7.50 x
2=$15.00 to allow for installation cost.)Note:Recycled concrete was installed temporarily as post storm protection.
WORK COMPLETED TOTAL=$114.60
WORK TO BE COMPLETED
1.Install 20.0 CY flow fill behind both west and east abutment walls x$90.00/CY estimated(Urban Drainage and Flood Control District,
Denver,CO)=$1,800.00—$2,000.00
2a.Remove recycled concrete[Item 2 above in Work Completed]that was placed temporarily at the time of the repair immediately after the
event. 4.2CY x 1.82=7.64 TONS x$7.50/T=$57.30(Unit price of$7.50/T is the same as the installation cost shown in Item 2)
2b. Install Rip Rap NE Wing=4.2 CY x$83.17/CY(Rip Rap 18 inch CDOT Item Number 506-00218)=$349.31
2c.Install topsoil over rip rap. 15FT x 5FT=75SF x[4"/121=25CF/27=0.93CY use 1CY x$10.11/CY=$10.11 COOT 207-00205[$10.11
x 2 for small job=$20.22]
2d.Install seeding.75SF/43560=0.0017 AC x$545.81/AC=$1.00 CDOT 212-00006[use$10.00]
2e.Install soil retention blanket.75SF/9=8.33SY x$2.15/SY=$17.91 COOT 216-00042[use$40.00]
3.Install rip rap at piers.77CY x$83.17=$6.404.09
4a.Install rip rap at southwest and and southeast wingwalls/embankment.50CY x$83.17=$4,158.50
4b.Install topsoil over rip rap. 11CY x$10.11/CY=$111.21 CDOT 207-00205
4c.Install seeding.900SF/43560=0.02AC x$545.81/AC=$10.91 CDOT 212-00006
4d.Install soil retention blanket.900SF/9= 100SY x$2.15/SY=$215 CDOT 216-00042
5.Remove debris incidental to the project.10CY estimated at$500 to remove.
Note: Applicant is responsible for disposing debris at a certified disposal site.
WORK TO BE COMPLETED TOTAL=$13,876.54
Location 2 Total:$114.60+$13.876.54=$13,991.14
Project Notes
1. During repair or reconstruction,applicant may incur additional costs related to clearing and grubbing,dewatering,placement of topsoil,
erosion and sedimentation control,sanitary facilities,mobilization and flagging/traffic control.Such costs are generally addressed in the"in-
place"unit costs of repair or reconstruction items,and not specifically addressed in the Scope of Work. However,if a project requires an
extraordinary use of any such item,to where a specific reference in the PW should be considered,applicant is advised to contact Colorado
Department of Emergency Management requesting a revision to the PW's Scope of Work.
2. The Applicant will notify FEMA and the State of their intent to perform permanent work related to this site before any work commences
in the field.Failure to do so may jeopardize the sub-grant for permanent work related to the work in this sub-grant
3. Pursuant to 44 CFR 13.42,Grantees and Subgrantees are required to retain records.including source documentation,to support
expenditures/costs incurred against the grant award,for 3 years from the date of submission to FEMA of the final Financial Status Report.
4. The applicant must obtain all required federal,state,and local permits prior to the commencement of work.
5. The subgrantee is requesting direct administrative costs that are directly chargeable to this specific project. Associated eligible work is
related to administration of the PA project only and in accordance with 44 CFR 13.22. These costs are treated consistently and uniformly as
direct costs in all federal awards and other subgrantee activities and are not included in any approved indirect costs.
6. Project was reviewed for 406 Hazard Mitigation and a hazard mitigation proposal is attached to this project worksheet.
7. The applicant is aware that all projects are subject to an insurance review as stated in 44 C.F.R.Sections 206.252 and 206.253. If
applicable,an insurance determination will be made either as anticipated proceeds or actual proceeds in accordance with the applicant's
insurance policy that may affect the total amount of the project.
8. The applicant is required to adhere to State and Federal Government Procurement rules and regulations and maintain adequate
records to support the basis for all purchasing of goods and materials and contracting services for projects approved under the Public
Assistance program,as stated in 44 CFR 13.36.The applicant has advised they have followed their normal procurement procedures.
Does the Scope of Work change the pre-disaster
conditions at the site? Yes No Special Considerations included? Yes No
Hazard Mitigation proposal included? Yes
Is there insurance coverage on this facility? .Yes No
No
PROJECT COST
ITEM CODE NARRATIVE QUANTITY/UNIT UNIT PRICE COST
"*Version 0`'
Work Completed
1 9999 Site 1 - Location 1 1/LS $ 220,941.51 $ 220,941.51
2 9999 Site 2- Location 2 1/LS $ 114.60 $ 114.60
Work To Be Completed
3 9999 Site 2 - Location 2 1/LS $ 13,876.54 $ 13,876.54
Other
4 9901 Direct Administrative Costs 1/LS $ 1,000.00 $ 1,000.00
(Subgrantee)
•
TOTAL COST $ 235,932.65
PREPARED BY KATHLEEN RUVARAC TITLE TAC BRIDGE SPECIALIST SIGNATURE .
APPLICANT REP. Roy Rudisill •TITLE Director-OEM SIGNATURE ./;2-7/,_,,%/,,,, ,,;,:,;((/I
Esther Gesick
From: Roy Rudisill
Sent: Tuesday, April 01, 2014 7:36 AM
To: Esther Gesick
Cc: Katie Wolff; Tommy Horton
Subject: FW: PW Worksheet for BOCC approval
Attachments: FEMA PW Summary 31March2014.xlsx
Esther, when you view the worksheet you will see the top four PWs in red, we have not received these from
FEMA. The bottom of the sheet has PW listed in bold,these have been signed and returned to FEMA.The
PW's we are approving are the remaining PWs. Hope this helps and please let me know if you have any
questions.
Roy
Director Roy Rudisill
Weld County Office of Emergency Management
1150 O St. Greeley Co. 80632
970-304-6540 Office
970-381-0417 Cell
YIw ir,
•
Confidentiality Notice:This electronic transmission and any attached documents or other writings are intended only for
the person or entity to which it is addressed and may contain information that is privileged, confidential or otherwise
protected from disclosure. If you have received this communication in error, please immediately notify sender by return
e-mail and destroy the communication. Any disclosure, copying,distribution or the taking of any action concerning the
contents of this communication or any attachments by anyone other than the named recipient is strictly prohibited.
From: Katie Wolff[mailto:kwolffObasetactical.com]
Sent: Monday, March 31, 2014 8:45 PM
To: Roy Rudisill
Cc: 'Tommy Horton'; Esther Gesick
Subject: RE: PW Worksheet for BOCC approval
Here you go.
Katie Wolff
1
7
x
N
x
I Q
- - "'l
0
N
.C
I?
4)
a) 2
7 'i
Mra
C C
ar. A
'v1 E
E
3
c
tit
0
v
a
a
a
a
2
W
0 is.
lel
W \
le
o c
z c
r
A
m
a
O
0
a
41
t
E
a
3
to
4
2
W
La.
Ili
we
O el e l 0. . . .el e,l
a 00 N N O 0 O
0. N N \ \ N N N
Q to O N N u3M
c ey N el el Nn
N
LL
a
a
> in
C
a
U el l e. el .-1 el el l 0
.-
a) 0 0 0 0 0 0 0 0 N
cc m N N N N N N
N
0 N N N N N N N \ C
\ \ \ \ \ \ \ N 0
V1 m m m m m m m
'_ Z
4)
C
Q
2
W
LL
o c o v v v v c v o v a C1L Cr v 0 0 v v a
•' el l el .-1 el el ti .-el e. e1 .. l ti el e. el C 1 1 R 1„l V O
el el
.. .-
C 0 0 0 0 0 0 0 O 0 o O 0 0 0 o O 0 0 O 0 N O O
y \ \ \ \ \ \ \rqrsirNI \ \ \ \ \ \ \ \ \ \ r") \ N .....
N N
VI m N 0 N m N N t0 O N O 0 m 0 0 N V 11 t0 M tp ID ----
el
1n el e. N el e1 N N el e1 .-1 .-1 el el el el .-S \ '"l \ "'l R. \
C M .......
m M M M N....
M m m ------
M '`--.
---..
'4-4. "---. m m .\.l N „\,i M N
O
_N
N
C
0
a
1a)
t WI
.E v v 0 V ‘.1
V v v v v c
.-1 .. 0 ei e-1 .. V ei V e. 0 V ., 0 0 ,..a .-1 0 O o p
0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 .C"
7 H \ \ N \ \ \ N N N N N N � -- N N N >
in tb N N \ N m e. \ 10 \ N \ \ m \ \ N \ \en R. 41
la ce
N .. H In
el H H ` N ,..1 N ei ei \ \ \
C M M ^ m M M ^n 01 r^ M ^ ^ M N ^ M M r^ N m o
O Z
N
C)
C4
Z.
C 3
3 a)
O >
U d
a cc el .-1 el a el el e-1 el e l .-1 e1 el e. el C el .34. a ti Nerl „'l H ~ M
3 0 0 0 0 0 0 0 0 0 a 0 0 0 0 0 0 0 0 8000220r1040"
w. N N N N N N N N N N N N N N N N N N N N N \ \ N N N
\ \ \ \ \ \ \ \ \ \ \ \ \ \ \ \ \ \ \
O aJ N CO CO .j Q CO .. .-1 '0 00 co a0 co co V C\p ID "'l ' '� ,-1 .. at '.4 m
w CU N N N \ N N N N N N N N N N \ N \ \ N \ M \ \ \ N \
�, 4) \ \ \ m \ \ \ \ \ \ \ \ \ \ N \ ry1 m \ N \ �y ,y 721
\ N
p m r4 ry N N N N m N N N N N N N el el e,1 ti .-1 N
O 1
c E
a as
N
E
O
4-
w V ct O O V 0 0 0 O 0 0 V < V V Q M1 ' „0 .m-1 M Q
a .. .. .. C e. e. .-1 N e-1 el .-1 e-1 e. ei Q el el Q m .-1 e1 N N
> Q 000 0 00000000 O O 0 O NI 0 0 0 IN N N N N 00o
G \ \ \ N \ \ \ \ \ \ \ \ \ \NJ NI NI el NI N \ \ ry \ \ \ \ \ \ \ N
N-
14 W N IN ^ M V ✓1 V 0 V ^ N. V1 In N M co l\O v., t0 •'i ,y N l0 co f\1',
W LL N N N \ N N ei N N N N N N N \ N N \ ei \ M \ \ \ el \
C \ \ N. m \ \ \ \ \ \ \ N. \ \ \ \ \ N \ N \
m N N N N N N m N N N N N N ei N en N H el el _ el N N
C)
w
A
C
in 2 g 2 2 2 2 g g c a c a c a ac c a ac c Q a a a f f 2 2 2 f 2
W W W W W W W W C C C C C C ` 2 2 2 W W W W W W W
LL LL LL LL LL LL LL LL
Q a Q Q Q E E E E E E E E LL LL LL LL LL LL LL LL LL t O O O O O O O
5 2 2 2 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 .0 .0 .0 0 �
3 WW1 W W Q 'D 'D a Q a a a a a t
A U. LL LL LL 2 U a U a L a a a 4) 4) 4) .4) a) 4) 4) t t t t t t t
>- a > > LL ≥ > > > > > > > t t - z 1_ t E E E E E E E
C 0 a 0 z "i 'a .a v v E E E E E E E E E En .0 .0 a a .0
d 0 131 E U U U U u u U u .0 .0 .n .n .0 .O .0 .0 .0 .0 to to to to N t3 t/31
.. .� .L. .� C C C C C C C C to N to tn in V1 to in in to a a a a a a a
en a ea ea inVl in N VI VI VI N N V1 N N v) N N N N N C C C C C C C
a c c c c c c c c c c c C c c c c c C 10 la II, ea Ia Ia CD
m CO CO m > 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 -0 10 Q a a a a
_ C _ _C 4v1 .71 N_ N_ U_1 N N I.7, 'CA N V1 in _N VI N N_ N_ N_ N al 01 4) at 4) 4) al
. 5CCCCCCC
41 4• al CO al a) C) 4) al W 0) 41 a) a) a) 4) a) 4) 0) d 4) 41 a) booboo tilb 44 .121) .415
00 CO CO CO C C C C C C C C C C C cc C C C C C cc C V1 V1 V1 to N to In
A
to
O
0.
O
C 0 0
44 0 a+ o, ^
N
O '.4 ^JD Crl V R O, p• mj
to m t0 m N r•I 01 in 0, ^
2 IN
V? N i N m co •cf-
N
to N N /D CO Li J CD
a ' CO
0 0 0
Ia ID O 0 O
= r I I r
r
° r 0 O r r
u
C) N N N 0 O
CVN
0, N
ttr O t0 0 0 OO ^ O O 0 1n O VOi CNO N m O i° '~ W ^ R IN t�D N•
Y to ^ O ID V r-. O N ^ Ot 00 on in In N O O
4p ^ O vl O, O N O CO O m O •1ri O m ID ly ^ Q1 M 00 u1 O Vf N ^
3 TV co V 00 Q m t0 O N oar'.
0 M N N m Ln O I� ° &R.n N Q ^ tmm N on
R. N CO M O V N Ni N. ry O t0 _ Vt N In t\ 411..
NI W al
v Cr; VICC CO tD an CO t0 N ^ ^ N .el co ^ ti N 00 N ^ N Q .-1 O co M
CI ill V1 VT N ^ V1 N N N V1 N .+ N V1 N el N N tre to h .-1 el ~ Vl N
'o V1 N V1 to /n an Vf el in in in 1/46
N
0.
0
0
r
-a-
15
0
I-
<
el
N
CO
10
.0 v I--- 00
�0'/^0� ��O/�� 0 r
E (13
3 (0 en
0 0V l 4 J V J
a a Q r r O O O 0 O
0 a, `^ t\D I I 1 I r
> v e.
` d -- n N r r� V*
0 p 74. N O O O O 0 O r
3 � � � .. 3 . N (y N N N N O
n o _ •0 N
0
Z a W
o. c c '0 to a) W
L 00 O a O 7 Cap en
0. C .4...- a) '.+ u 1)1 N to
E 1- 4) m o m Q v N
m CO 0. C a to a Ill Q to ` N m Q IRn N
a) to to a O
d 0 O 1.4 O m Q 0 V N 111 lW m ` a v Ni l eMy 0 COm O a0 V, C
m m '` d '� tD C Q •.m at a 7 - Q In \ Q L •N t� m a) In R. In f11 O a) d
a) 4) .0 Y .Q V e. N t7 m ^ - to V 01 V \ > W > O CO I,'pi CT cN > >
N m 4) O d T Mgzr in. ''i lb y z tp n .-1 m to 0 2 E E N N G `G G l`o m
t.i V C I 0 e. rJ m pl .0 .0 > LL el .-1 .0 .O .0 U W W W l,7 m .0 .0 .0 W V' 17
'a
0.1 0 O a .n A• ,a
0 3n Io c c
0 W C U u to ea V > U 2a 7o 11 mat C > m 0 44 C C > m > > A C c m m Y > m CO CIO T J J
C C .6. 0a 10 100 y Y >--
u 2 m' v -le 0 v v m 3 2 -lc l`_4 f U f r— N
O o d i_ � )- C23 � � m3 O OL0
4)
41
III V 70
m O 0 0 O 0 In In
I'
ct m e mmm m r- r r r r 0
rt v 3 n '..I�. , I} .iI �I I� NTr O
CCCa° K r Vr V [v_' V h
� T � N 0 0 0CV CV 0 0 O
Nr
It
N
o p) 4_, - N
a
_
41
O 0 Q7 r co ^ ti m N e-1 e1 0 l) 10 01 Q1 I N m co N IA V m 0 m ^ Vl e1 N
lJ N s M M el 0 ry en N m el ei O m N M N .-1 N m 0 m N O 0 e. .-1 elCU `�� N CC
` qq qq
> o o . o 0 o o o o o o o o o o o o o o o o o o 0 o o o 0 0 0
0 U U U V U UUUUUUUU UUU UUUUU U U U U U U U U U
i"0 L. . . . . . J J J J J J J J J J J J J J . . . . . . . . . . .
C 7.3 0 W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W
3 0 3 is 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3
0 0 0
U LL u o
a „� ,0) 0.
ei
3 CD o
NI a
Hello