Loading...
HomeMy WebLinkAboutRes 31-17 08/22/2017 An Agreement between IDOT, Union Pacific, and VOMP to Design and Construct Pedestrian Rail CrossingRESOLUTION NO. 31-17 A RESOLUTION AUTHORIZING AN AGREEMENT BETWEEN THE ILLINOIS DEPARTMENT OF TRANSPORTATION, UNION PACIFIC RAILROAD AND THE VILLAGE OF MOUNT PROSPECT TO DESIGN AND CONSTRUCT PEDESTRIAN RAIL CROSSING GATES ON CENTRAL ROAD WHEREAS, this agreement is made and entered into by and between the State of Illinois, acting by and through its Department of Transportation, the Union Pacific Railroad Company and the Village of Mount Prospect; and WHEREAS, in the interest of public safety the Illinois Department of Transportation proposes to improve crossing warning signal devices at the location, and in the manner, listed on Exhibit A, as shown on the attached location map; and WHEREAS, the parties mutually agree to accomplish the proposed improvements through the use of Federal and/or State funds which are provided under applicable Federal or State act, law or appropriation; and NOW, THEREFORE, BE IT RESOLVED BY THE MAYOR AND BOARD OF TRUSTEES OF THE VILLAGE OF MOUNT PROSPECT, COOK COUNTY, ILLINOIS: SECTION ONE: That the Mayor is hereby authorized to sign and the Clerk directed to attest her signature on an agreement for Local Agency Railway -Highway Grade Crossing Improvements between the Illinois Department of Transportation, the Union Pacific Railroad and the Village of Mount Prospect, a copy of which Agreement is attached and made a part of this Resolution as Exhibit "B". SECTION TWO:, That this Resolution shall be in full force and effect from and after its passage and approval in the manner provided by the law. AYES: Grossi, Hatzis, Hoefert, Rogers, Saccotelli, Zadel NAYS: None ABSENT: None PASSED and APPROVED this 22nd day of August, 2017 Arlene A. Juracek Mayor ATTEST: Karen M. Agorande Village Clerk UPRR REMS Audit #NW 13065 Central Road Village of Mount Prospect Cook County Section 15 -00163 -00 -SP Project RRP-4003(497) Job No. C-91-265-15 TIP #03-15-0002 STATE OF ILLINOIS DEPARTMENT OF TRANSPORTATION AGREEMENT for Local Agency Railway -Highway Grade Crossing Improvements THIS AGREEMENT is made and entered into by and between the STATE OF ILLINOIS, acting by and through its Department of Transportation, hereinafter referred to as the "STATE", and Village of Mount Prospect, State of Illinois, acting by and through its Village Board, hereinafter referred to as the "LA" and the Union Pacific Railroad Company, hereinafter referred to as the "COMPANY." WITNESSETH: WHEREAS, in the interest of public safety the STATE proposes to improve crossing warning signal devices at the location, and in the manner, listed on Exhibit A, as shown on the attached location map; and WHEREAS, the parties mutually agree to accomplish the proposed improvements through the use of Federal and/or State funds which are provided under applicable Federal or State act, law or appropriation. NOW, THEREFORE, in consideration of the premises and of the mutual covenants and agreements as hereinafter contained the parties hereto agree as follows: SECTION 1. The project covered under this agreement shall be subject to all applicable Federal laws, rules, regulations, orders and approvals pertaining to all agreements, specifications, award of contracts, acceptance of work and procedure in general. The STATE and the COMPANY shall be governed by the applicable provisions of the Federal -Aid Policy Guide, Part 646, dated December 9, 1991, and any supplements or amendments thereto hereinafter referred to as the "Policy Guide". SECTION 2. The COMPANY shall prepare the general layout plans (including surveys and other engineering services), and detailed estimates of cost. These general layout plans and estimates shall be submitted to the STATE for their approval. SECTION 3. The completed crossing warning devices shall conform to Part VIII of the 2009 Edition of the National Manual on Uniform Traffic Control Devices (MUTCD), including any amendments which may be contained in the Illinois Supplement to the MUTCD. Barrier systems, such as guardrail and impact attenuators should not be used at railroad grade crossings except in extraordinary circumstances. Approval for the erection of any roadside barrier by the COMPANY must be obtained in writing in advance from the STATE. STION_4. All required installation work at the grade crossing(s) shall be performed by the COMPANY with its own forces or in accordance with 23 CFR, part 646.216. In the event the COMPANY intends to use forces other than its own under a continuing contract or contracts, the COMPANY shall provide the Department with a list of the items of work to be accomplished under such contract or contracts and a list of the name of each contractor whose services will be used to perform the work. Such contracts shall be in compliance with the Civil Rights Act of 1964 and implementing regulations applicable to Federal -Aid Projects as well as the Illinois Fair Employment Practices Act and implementing rules and regulations. SECTION 5. The COMPANY will not begin to work without written authorization from the STATE to proceed. The COMPANY shall file a form 1 or form 3 Petition of Illinois Administrative Code 1535 with the Illinois Commerce Commission (ICC) showing details of the automatic warning devices herein required, and shall receive approval thereof by X -Resolution before K commencing with the installation. Upon receipt of authorization from the STATE and the ICC, the COMPANY shall promptly begin the work set forth in the agreement and shall notify in writing the AGENCIES listed on EXHIBIT A before commencing work. SECTION 6, The COMPANY, for performance of its work as herein specified, may bill the STATE monthly (in sets of two) for the STATE'S 100% share of the cost of materials purchased, delivered and stored on the COMPANY'S property but not yet installed. The materials will become the property of the STATE and must be designated for exclusive use on the project designated on EXHIBIT A. In the event of any loss of material after payment, the COMPANY will replace the material at no cost to the STATE. The storage area of such materials shall be available for STATE inspection upon 24-hour notice. The bill shall be accompanied by a voucher from the material supplier indicating payment by the COMPANY. Payment under this paragraph shall not be claimed for any bill totaling less than $500, unless said bill is the Final Bill. In the event the COMPANY fails to install the stored material within one year of the fully executed agreement date, the State may provide a written notice to the Company, requiring the COMPANY to promptly deliver the stored material to a location indicated in writing by the State. Upon delivery, the STATE shall then take possession of said material for the STATE'S own use. The delivery of the material to the STATE shall in no way serve to terminate this agreement or affect the other provisions of this agreement and in addition shall not affect the COMPANY'S right to claim payment for stockpiled material to replace that taken by the STATE. SECTION 7. The COMPANY, for performance of its work as herein specified, may bill the STATE monthly (in sets of two) for the STATE'S 100% share of its expense as incurred. These progressive invoices may be rendered on the basis of the estimated percentage of the work completed, plus allowable FHWA approved additives. Reimbursement of labor additives will be limited to only the most current direct labor additives, small tools additives, equipment additive t rate, if so developed, and public liability/property damage liability insurance rates as audited and approved by a cognizant State agency and the FHWA. Indirect overhead or general and administrative expenses, or those expenses which may be classified as such under generally accepted accounting principles are not eligible for reimbursement on this project. In accordance with the State Prompt Payment Act (30 ILCS 540/), as currently enacted, the STATE after verifying that the bills are accurate and provided with the supporting documentation to FHWA requirements under Title 23, Part 140, Subpart H, or applicable State Law, shall promptly reimburse the COMPANY for 100% of the amount billed. Upon completion of the project, the COMPANY shall provide the STATE with a written notification of the date of completion. The COMPANY, upon completion of its work, shall submit a complete and detailed final bill of all incurred costs to the STATE no later than one year from the date of completion of the project. Otherwise, previous payments to the COMPANY may be considered final, except as agreed to by the STATE and the COMPANY. After the STATE has checked the final statement and agreed with the COMPANY that the costs are reasonable and proper, insofar as they are able to ascertain, the STATE shall then reimburse the COMPANY an amount, less previous payments, if any, equal to 100% of the amount billed. The STATE, upon notice of completion of the work by the COMPANY, shall complete a final inspection within one (1) year from the date of completion of the project. After the STATE has audited the expenses as incurred by the COMPANY and final inspection of the installation has been made, the STATE shall reimburse the COMPANY for any amount still owed to the COMPANY or bill the COMPANY for any overpayments or items of expense found as not being eligible for reimbursement. After the three (3) year period from the date of the final bill, without audit or final inspection being made by STATE, the project shall be considered complete, and the COMPANY's expenses for the work, as submitted to the STATE, shall be considered final and closed. 4 The COMPANY shall maintain, for a minimum of five (5) years after the date of the final bill, adequate books, records, and supporting documents to verify the amounts, recipients, and uses of all disbursements of funds passing in conjunction with the contract; the contract and all books, records, and supporting documents related to the contract, which may be stored on electronic files, shall be available for review and may be audited by the AUDITOR GENERAL. The COMPANY agrees to cooperate fully with any audit conducted by the AUDITOR GENERAL and to provide full access to all relevant materials. Failure to maintain the books, records, and supporting documents required by this section shall establish a presumption in favor of the STATE for the recovery of any funds paid by the STATE under the contract for which adequate books, records, and supporting documentation are not available to support their purported disbursement (30 ILCS 500/20-65). SECTION 8. The pedestrian crossing warning signal system should be placed in service immediately after the installation is completed. The COMPANY shall notify the STATE in writing of the date of the completed installation, and this notice shall be the written notice of completion referred to in Section 7. SECTION 0. When construction of this project is completed, and so long as State law shall so require, pursuant to 625 ILCS 5/18c-7401, the COMPANY shall maintain at its expense, or by agreement with others, provide for the maintenance of the pedestrian crossing warning signal devices. SECTION 10, If at any time subsequent to the completion of this improvement, the tracks in the area of the crossing are eliminated for any reason whatsoever, then the said signal system may be removed, relocated and reinstalled at another grade crossing of the COMPANY mutually designated and agreed to by the parties hereto and subject to the approval of the public authorities having any jurisdiction, and pursuant to 625 ILCS 5/18c-7401. The reinstalled signal system shall thereafter be subject to the terms of this agreement. 5 SECTION 11. In compliance with the Federal -Aid Policy Guide, dated December 9, 1991, Section 646.210, the railroad work as herein contemplated requires no contribution from the COMPANY, SECTION 12. In the event that delays or difficulties arise in securing necessary federal or state approvals, or in acquiring rights -of way, or in settling damage claims, or for any other cause which in the opinion of the STATE render it impracticable to proceed with the construction of the project, then at any time before construction is started, the STATE may serve formal notice of cancellation upon the COMPANY and this agreement shall thereupon terminate. In the event of cancellation, the STATE shall reimburse the COMPANY for all eligible cost and expense incurred by the COMPANY prior to receipt of notice of cancellation and payment by the STATE. SECTION 13. The COMPANY, subrecipient or subcontractor shall not discriminate on the basis of race, color, national origin, or sex in the performance of this Agreement. The COMPANY shall carry out applicable requirements of 49 CFR part 26 in the award and administration of STATE -assisted contracts. Failure by the COMPANY to carry out these requirements is a material breach of this Agreement, which may result in the termination of this contract or such other remedy as deemed appropriate. In the event any work at the crossing is performed by other than COMPANY forces, the provisions of "an act regulating wages of laborers, mechanics and other workers employed in public works by the State, County, City or any public body or any political subdivision or by any one under contract for public works" (Illinois Compiled Statutes, 820 ILCS 130/1 et seq.) shall apply. SECTION 14. This agreement shall be binding upon the parties hereto, their successors or assigns. [: SECTION 15. The COMPANY shall provide STATE progressive billing at least once every six-month period. If COMPANY cannot invoice within six months of the last previous bill, COMPANY shall provide a written status report to STATE. The COMPANY shall complete all work or shall be responsible that all work is completed by other forces within one year of the date of the fully executed agreement. In the event that all work cannot be completed within one year, the COMPANY shall notify the STATE in writing the cause for the delay before the one-year deadline has expired. Otherwise, the STATE will consider petitioning the Illinois Commerce Commission to order the work to be completed. SECTION 16. At the time this Agreement was executed, there were funds available for the project; however, obligations assumed by the STATE under this Agreement shall cease immediately, without penalty or payment beyond that which the COMPANY has already accumulated, should the Illinois General Assembly or the Federal Highway Administration fail to appropriate or otherwise make available funds for the project. COMPANY's execution of this Agreement is void and of no effect unless, within six (6) months of the date of execution of this Agreement by COMPANY, COMPANY receives in writing both a fully executed copy of this Agreement, and a written authorization to proceed with the ordering of material, construction and submittal of invoices for payment. SECTION 17. The COMPANY is hereby requested by the STATE, to perform preliminary engineering for the project, and authorized to accrue project reimbursable preliminary engineering costs beginning on March 18, 2015. The COMPANY hereby agrees to not invoice the STATE until such time this agreement is fully executed. IN WITNESS WHEREOF, the parties hereto have caused this agreement to be executed in triplicate by their duly authorized officers as of the dates below indicated. 7 By execution of this agreement and under penalties of perjury, the COMPANY certifies that its correct Federal Taxpayer Identification Number (TIN) is 94-6001323 and the COMPANY is doing business as a corporation. Executed by the COMPANY this day of , 2017. ATTEST, Executed by the LOCAL AGENCY this day of U UST , 2017. ATTEST: BVI , /_1»:101TI4 C Union Pacific Railroad Company By: Name: Kevin D. Hicks Title: AVP Engineering Village of Mount Prospect acting by and through its Village Board By: Title: o N State of Illinois, Department of Transportation Randall S. Blankenhorn, Secretary of Transportation Date Priscilla Tobias, Director of Program Development Date William M. Barnes, Chief Counsel Date Jeff Heck, Chief Financial Officer (CFO) Date E:3 Central Road Village of Mount Prospect Cook County Section 15 -00163 -00 -SP Project RRP-4003(497) Job No. C-91-265-15 TIP #03-15-0002 EXHIBIT A CROSSING IDENTIFICATION: Railroad: Union Pacific Railroad Company AAR DOT #176 913E RR Milepost: 20.12 Road Name: Central Road (FAU 1300) Location: Central Rd. (FAU 1300) @ the UP RR tracks in Mount Prospect EXISTING CONDITIONS: Three mainline tracks equipped with flashing light signals and gates DESCRIPTION OF WORK TO BE DONE BY RAILROAD FORCE ACCOUNT`: 1. Install new pedestrian crossing gates on all four quadrants of the crossing. 2. Coordinate the proper placement of the pedestrian crossing gates with Local Agency Village of Mount Prospect. 3. Incidental work necessary to complete the items hereinabove specified. 4. CFDA Number: 20.205 DESCRIPTION OF WORK TO BE DONE BY OTHERS: 1. Local Agency shall coordinate the proper placement of the pedestrian crossing gates with COMPANY. 2. Local Agency agrees to provide at its expense any necessary advance warning signs and pavement markings as required by the MANUAL ON UNIFORM TRAFFIC CONTROL DEVICES. When a marked traffic detour is required, the Local Agency at its expense shall furnish, erect, maintain and remove the traffic control devices necessary to detour highway traffic. ATTACHMENTS: Location Map COMPANY's Estimate of Cost and Plan Drawing ESTIMATED RAILROAD COST: $ 2212356 100% Federal participation $ STATE shall reimburse COMPANY 100% of its costs with Federal Rail Safety Funds administered by STATE AGENCIES TO BE NOTIFIED BEFORE COMMENCING WORK: Matt Lawrie, P.E., Traffic Engineer, Village of Mount Prospect, 1700 West Central Road, Mount Prospect, IL 60056; telephone (847) 870-5640; Email: mlawrie mountprospectorq Jeffrey A. Wulbecker, P.E., Village Engineer, Village of Mount Prospect, 1700 West Central Road, telephone (847) 870-5640; Email: "wulbeck .mount ros ect.or 9 SUBMIT ALL BILLS FOR THE STATE'S 100% SHARE TO: Maureen KaStl.P.E. Engineer ofLocal Roads and Streets Illinois Department ofTransportation 23OOSouth [}irkoenParkway, Room 2O5 Springfield, Illinois 62764 lirt ........ ..... S Edward St LU t S Louis St L) 0- (D 0 cf) 119-rx CL I 1,— 0 L) -R IS well -N Cn 0 C) IN Is, Ce) Ca 0- Ce) Co LO < 0) (0 0 CO LL N Owen St S Owen Si <�1-111 -r-- 0 04 CO Co 4Q C:) 'It I I,- 0 0 1 'C-- -0 .0 N N School St S School St O 1 0- 0) M r— IT-, Loof 0 0 0 W 'r- Z) CD U a, - @ 0 04 N Elm St S Elm St C) (D 0 L) Z CU M 0 L) C !YN Maple St 5) S Maple St L) 31 a) 0 W 0 N Emerson St S Emerson St M W Ui LLJ U LL) 13 N Main St Z-) S Main St S p S @11ft NS Wille > E CY, 61 LO ~ S Pine S N Elmhurst Ave 0 S I Oka Ave N Eastwood Ave va S Hi Lusi Ave 3: S Wa Pella Ave > and 1210() -Up) S IT N Forest Ave C -j <> N U(Ave 4XI E \N E S See -G Mac le Ave Dale Ave x CL N Lancaster St C S we GOV,Q S Lanca5ker Ave 2 N Waverly PI ICI AljaAeM S Ll N Kenilworth Ave Ell S Kenilworth Ave M S Waterman Ave 3: S Bobby Ln 05 S \t4elier Ln CL 0 Busse Rd Busse Rd Busse Rd C C as W DATE: 2017-06-21 ESTIMATE OF' MATERIAL AND FORCE ACCOUNT WORK BY THE UNION PACIFIC RAILROAD THIS ESTIMATE GOOD FOR 6 MONTHS EXPIRATION DATE IS :2017-12-20 DESCRIPTION OF WORK: INSTALL PEDESTRIAN GATES AT MT. PROSPECT, IL. WEST CENTRAL RD, M.P. 20.12 ON HARVARD SUB. DOT #176913E WORK TO BE PERFORMED BY RAILROAD WITH EXPENSE AS BELOW: SIGNAL - IDOT - 100% PID: 93227 AWO: 31539 MP,SUBDIV: 20.12, HARVARD SERVICE UNIT: 23 CITY: MT PROSPECT STATE: IL DESCRIPTION QTY UNIT LABOR MATERIAL RECOLL UPRR TOTAL ENGINEERING WORK ENGINEERING 5096 5096 5096 LABOR ADDITIVE 116.95% 11503 11503 11503 SIG-HWY XNG 4821 4821 4821 TOTAL ENGINEERING 21420 21420 21420 SIGNAL WORK BILL PREP 900 900 900 BORING 13000 13000 13000 CONTRACT 3851 3851 3851 LABOR ADDITIVE 116.95% 59142 59142 59142 PERSONAL EXPENSES 28350 28350 28350 RCLW CONTRACT 1091 1091 1091 ROCK/GRAVEL/FILL 2000 2000 2000 SALES TAX 1504 1504 1504 SIGNAL 49671 37617 87288 67288 TRANSPORTATION CHARGES 2800 2800 2800 TOTAL SIGNAL 109713 90213 199926 199926 TRACK & SURFACE WORK ENVIRONMENTAL PERMIT 10 10 10 TOTAL TRACK & SURFACE 10 10 10 LABOR/MATERIAL EXPENSE 131133 90223 -------- --------- RECOLLECTIBLE/UPRR EXPENSE 221356 0 ESTIMATED PROJECT COST 221356 THE ABOVE FIGURES ARE ESTIMATES ONLY AND SUBJECT TO FLUCTUATION. IN THE EVENT OF' AN INCREASE OR DECREASE IN THE COST OR QUANTITY OF MATERIAL OR LABOR REQUIRED, UPRR WILL BILL FOR ACTUAL CONSTRUCTION COSTS AT THE CURRENT EFFECTIVE RATE. FORM 30-1 PAGE 04 MORE WORK ORDER AUTHORIZATION -DETAIL OF' ESTIMATED EXPENDITURES PROD NO: 93227 A.W.O. NO: 31539 W.O. NO: RAILROAD; UPRR CO. BI. NO: 15EN10 LOCATION: HARVARD SUB,MT PROSPECT, IL,W. CENTRAL STATE: IL DEPARTMENT: ENGINEERING SERVICES VAL SEC: 1115 . - I -. - - --------------- STOCK MATERIAL, PLw ITEM ITEM NUMBER DESCRIPTION 02040420 BATTERY,GNE, 50G13, 312 AN. 09844170 GROUND ROD, 5/8 INCH X 8 FEET 09846750 GRND.ROD CONN. 4WAY ONESHOT. 09908640 WIRE,#6 AWG.1 COND.COPPER,SOLID 09913200 WIRE,#6, 5 GOND 500°ROLL SHIELDED 09930550 WIRE #10 AWG 1 CONK COPPER, STRAN 09932310 WIRE 910 AWG 1 CONN COPPER,TWSTPR 09946100 WIRE #14, 7 CND 500' ROLL SHIELDS 09960090 WIRE #16 AWG I GOND COPPER, STRAN 17061400 PADLOCK,SIGNAL,WITHOUT KEY,AMERIC 52021550 FOUNDATION,4',STEEL,FOR FLSHR/GAT 52039210 RECTIFIER,20EC,12V.TAB575 52070010 TERMINAL,#12-10 WIRE,RING TONGUE 52071600 TERMINAL,#20-16 WIRE,RING TONGUE 52079550 WIRE 'TAG, PLASTIC - WHITE 52109370 GATE ARM, ADJ.16-32' 52118300 FL/GATE ASSY. W/MAST,NO LIGHTS 52122140 WCH HIGH WIND BRKET 4"-S" 52136380 SHEAR BOLT,74GS2W-1,NEG 52136480 SHEAR PIN,74GS2W-2,NEG 52276600 CROSSING CNTRLR 3+ 40AMP 53783630 UN451552-0101 ARRESTER, LOW VOLTA 53792820 UN45ISS2-0201 LIGHTNING ARRESTER UNIT DIRECT COST QTY UM MAIL $ 193.87 6 EA 1163 9,13 4 EA 37 6,17 4 EA 25 1.21 100 LF 121 3,66 1000 LF 3660 0,24 1000 LF 240 0.55 300 LF' 165 1.64 1000 LP 1640 0,11 300 LF 33 15.65 8 EA 12S 371,95 4 EA 1488 291.98 1 EA 292 0„24 400 EA 96 0,,13 100 EA 13 0,28 100 EA 28 421.62 4 EA 1686 5"777.71 4 EA 23111 65,64 4 EA 263 5,48 4 EA 22 4,74 4 EA 19 3787,34 1 EA 3787 12,83 11 EA 141 11,15 32 EA 357 AwAm fiP R°M � q q `r-Im � oaB q 0 zo m I w a aa> q \ Cit �aQ V P \ \ \ Fs mZm 0.w p, q od EL \ 9 HW d {. \ q u ^\ u q ' q q i3lb q \ c C F P q p � \ I � \ q q I . I 1 q tl 1 q q V I A O O II I q q p p ._.- - - - __.,__ -v _.___..., _ __..... ,.. _ __ _ ___,.0-J m 9V0Z'd'W 01 S103NN0O N N —0 w .. rGm.. a = I fl OE ti N 10 1 N ® ® N1/� ZZ WPLL¢2w W W 2zo 0: O N Z F=-O.wR2 F H 0 �U32O 0 o w m? wu ¢� N m o aawo� Wjfi� amu, ..F O 6Y` U I. N NN W N_N P u afN� 0 amw1wOiwaww CIN1N10 ISINfa2 LJ °I N O U z m m ¢0 O¢ 0-FHHH W n %.6. N N w v1 �uT ,Z I ,� ¢ 05'9'? snucaio wH� """ru, m u (n I II N Ntl&,IN15Y kN3XPa y z c w i Wax ��"' (=f1 N u 1O 1Z L N,d9' u ni ri i ! '.0 Q N z n n nLL O C M0 N j W I' m 4i d11141Y fryIM;.Y NMW Z ¢ Z w 5N ¢ an err _ f -d`% 02 310N3N Ol L `" r 7711 ti. 7L -S N i r'NlE m m u m zo m _In M N, w u 3 wf"�r, pry r.lrar rr�raa oar a' 1 g WN LL m z z pN N O O it 1M' HV '.IY $'d 'm �f C9 Gx ST 4Y ii 4'� L• m N W �i UWl w J N N v a u N OL'bl'dX Z O H O tG u �- wvNi cv *J'VA 01. W pSVN'Y'WA kl.. 36t -Z � N I N x o a wo u N& i; z W CD Z I' V V u N O Ng I o W Z mw ._ — — Y I I u x U F yp N C a a a I H 1Q.1 F m V W N � m wHHH d i 3 U tQ.1U UU UH Alf ? O Z ¢ ¢ c NNN�N dmuw"x ¢ z¢ ¢w IT N i J e ¢ a w NOW JW '-'o ¢I 6� u g I m xV 'w a � iw P I wQti w, u ,a I rNwri� U'a 'ZkII �' N+F.kMal. wao N LW. GW Nei m "�N.4f{ NWU wQ p N (� QrcN -wW Ni moo WU >Fk w" ¢ za OVW LLf WJ UZ d I. w� wN 16 8 mm0 OOZ I'..'^ �wQ WZ u NU1 m'=2 ¢r OJD WF- aoF 4UQ oaLLP s u" xd f �e ra � !� p '7R L0i.Yt HW UZ ---. WF N N J•� in 1-rQ f�2 zm2 .1 w, ¢ mww zn Q m Z N lam Np N N.. t0 ¢N N OLLQ t�0 w Uri V I UZOVN � 1Q o Q Oa ==Ngo N X IT 1I1 �^rN^y U x� .p 042" n {O J N wtl W A 'T �.e riY o w m N wo u m q� lo OL'bi'd'W 01 S133NN03 w I ., of m N W w O I' V V u N O 0 N U mw ._ — — Y _ ..... _. __ _. _. _ _ _ _ _ _ J Z O 0 N w <N NN^1N U F yp N C w t. WLL _ I H 1Q.1 F m V W N � m wHHH Um U=1= � ggqMppp U tQ.1U UU UH Alf ? O Z ¢ ¢ c NNN�N dmuw"x ¢ z¢ ¢w .uro N i J e ¢ a ucQauc55 NOW JW '-'o ¢I 6� u g I xV 'w a M' iw azu w¢ wQti w, u ,a N wao -w' Fa Q N Q^d NWU wQ x'- 19 W< QJ'^' N wH� ¢ww QrcN -wW Ni moo WU >Fk w" OFF OVW LLf WJ UZ d I. w� wN mm0 OOZ ZLLw 000 �wQ WZ NU1 m'=2 ¢r OJD WF- aoF 4UQ oaLLP s u" xd f �e ra � !� p '7R L0i.Yt HW UZ ---. WF QO J•� N 1-rQ f�2 zm2 .1 w, ¢ mww zn Q m x t' mow lam aDs om N p I + m q� lo OL'bi'd'W 01 S133NN03 I' V V 0 V 0 N � 1 ._ — — Y _ ..... _. __ _. _. _ _ _ _ _ _ J