Loading...
ITEM 3.5 Purchase of snow blowerSO OtSTe F O MINNESOTA DEPARTMENT INFORMATION Request for City Council Action ORGINATING DEPARTMENT: REQUESTOR: MEETING DATE: Streets Department Kevin Lamson, Interim Street October 27, 2014 Maintenance Supervisor PRESENTER(s): REVIEWED BY: ITEM t: Consent Agenda Lori Johnson, City Administrator 3.5 AGENDA ITEM DETAILS RECOMMENDATION: Staff recommends purchasing two Boss 9.2 VXT V -plows and a Larue D35 snow blower from Crysteel Truck Equipment to be used in snow removal operations. ARE YOU SEEKING APPROVAL OF A CONTRACT? IS A PUBLIC HEARING REQUIRED? No I No BACKGROUND/JUSTIFICATION: The large Schmidt snow blower that the Public Works department relied on heavily last winter has met its useful life. The machine is a 1980 model and needed a lot of work to be reliable. Staff was directed after September's Public Work's Subcommittee meeting to look into replacing it. Staff received quotes from Crysteel Truck Equipment and MacQueen Equipment Inc. Both companies offer comparable snow blowers which would be more versatile than our older snow blower and still have the capability to handle deep and drifted snow scenarios. Staff has reviewed both of the quotes and recommends that the Larue D35 model is the best fit for our needs. Crysteel Truck Equipment and MacQueen Equipment Inc.'s quotes were $85,145.92 and $89,317 respectively taking trade-in into account. The Larue D35 model would be operated on the department's CAT 908 front end loader instead of the larger CAT IT28 front end loader. The Public Works Subcommittee has reviewed this request and recommends approval. Staff recommends upgrading the V -plows that are used on two of the midsize 4720 John Deere compact tractors in the department's snow removal fleet. One tractor is equipped with a SnoWay model V -plow that has proven to be unreliable. The other tractor is currently equipped with a snow blower that will not be needed with the purchase of the before mentioned Larue D35 model. Staff would like to place the second of the two new V -plows on that tractor. That would make for five V -plow equipped units to respond to a fully staffed snow fall event. All of the department's plows would then be the Boss 9.2 VXT model which improves efficiency by not having to carry different cutting edges, hoses, fittings, etc. Staff has realized the increased efficiency of running V -plows versus standard straight blade plows in cul-de- sac and trail routes. The other two straight blade equipped one -tons will be utilized as back up units or potentially in anti -icing operations. The PW Subcommittee has also reviewed this request and recommends approval. Please see the attached memo from Administrative Services Director Dan Jordet for the recommended financing of these purchases. SUPPORTING DOCUMENTS: X ATTACHED NONE • State Contract Pricing for Boss 9.2 VXT V -plows. • Quotes from Crysteel Truck Equipment and MacQueen Equipment Inc. for snow blower purchase. • Memo from Administrative Services Director Dan Jordet for financing information. MOTION: Motion to approve purchase of two Boss 9.2 VXT V -plows and a Larue D35 snow blower from Crysteel Truck Equipment with funding from the Capital Equipment Revolving Fund 206. BUDGET INFORMATION FUNDING: BUDGETED: XYES Funding for the purchase will come from the o NO Capital Equipment Revolving Fund 206. ACTION TAKEN ❑ APPROVED AS REQUESTED ❑ DENIED ❑ TABLED ❑ OTHER (List changes) COMMENTS: 1130 73d Avenue NE Highway 60 East Fridley, MN 55432 Lake Crystal, MN 56055 (763) 571-1902 (507) 726-6041 '4004 TRUCK EQUIPMENT 1-800-795-1280 1-800-722-0588 Fax # (763) 571-5091 Fax # (507) 726-2984 TVIUM MUWMENT, PARTS & ACcsssoRM www.crysteeltruck.com .,,q.N.El�I-G4L�FPORT7>t�/tTYEM7YLOr�R September 24, 2014 Kevin Lamson City of Otsego 8899 Nashua AV NE Otsego, MN 55330-7314 Crysteel Truck Equipment is pleased to submit this quote for your approval. Admin Minnesota Materials Management Division CONTRACT RELEASE: T-763(5) CONTRACT NUMBER 73055 Boss9'2" V -XT Vee Plow Moldboard: 11 gauge steel Moldboard height at middle: 30" Moldboard height at end: 38" 1/2" x 6" steel cutting edge (4) trip springs 1-3/4" x 10" angle cylinders on steel plows 1-1/2" x 10" angle cylinders on poly plows 2" x 1-1/8" x 10" lift cylinder Locking cylinders Smart Hitch 2 Smart Light 2 Smart Touch 2 control 9'2" V -XT Steel Vee Plow $ 6,101.73 Assembly of Moldboard $ 131.95 Snow Deflector Installed $ 255.69 Snow shoes for plow $ 129.26 Total $ 6,618.63 Following item is price on request, not available on contract #73055: Custom installation on JD 4720 wi+ Grand total? Patrick Iwan Crysteel Truck Equipment Subject to all applicable taxes Quote valid for 30 days September 30th, 2014 City of Otsego Ross Demant Phone: Fax: Equipment Quotation Scharber & Sons, Inc Dan Scharber 13725 Main Street PO Box 0128 Rogers MN, 55374-0128 Phone: (763) 428-4107 Fax: (763) 428-2700 Cell: (612)306-4496 Email: dan.scharber@scharbers.com uoaes Vtv Vescrintion Price I HITCHI I 1 13PT RECIEVER HITCH WEIGHT BRACKET 1 $295 1 BM19782 8 70# SUITCASE WEIGHTS, $100EA $800 BM17968 3 SET OF 50# WHEEL WEIGHTS, 1 ON EA SIDE $450 STACKABLE, HARDWARE INCLUDED. $150EA 113073 Id Avenue NE Highway 60 East Fridley, MN 55432 Lake Crystal, MN 56055 (763) 571-1902 (507) 726-6041 TRUCK EQUIPMENT 1-800-795-1280 1-800-722-0588 Awl Fax # (763) 571-5091 Fax # (507) 726-2984 TRUCK EQUIPMENT, PARTS & ACCESSORIES www.crysteeltruck.com A -N E2Gfi4L Oppo12.TLLN/Tr EMALOYE1e October 15, 2014 Kevin Lamson City of Otsego 8899 Nashua AV NE Otsego, MN 55330-7314 Crysteel Truck Equipment is pleased to submit this quote for your approval. 1)Larue D35 Standard Number of stages: 2 Stage Engine Type and net HP: QSB 3.3 (110 HP) Tier III Instrument panel gauges: Yes Alternator size: 90 Amp Fuel tank size: 26.5 gallons Drive line system: Spline Type shaft Hydraulic system info: Engine Driven Auger information: Serrated Ribbon Impeller information: 28" Chute rotation: 270 degree Shoes/Scrapper blade information: Replaceable Scraper Blades/ Carbide skids Performance (tons/hour): 1100 Tons Carrier requirements: Recommeded Wheel loader 1.0 - 1.5 yard Clearing width: up to 90" Clearing height: up to 46" Overall width: 99" Overall height: 124" Total weight: 4500lbs Price for base unit: Options: 48" chute extension (total height 124") Working lights on chute Carbide scraper blade Auto protecting system Conveyor side plates Front raising deflector Carbide skate Remote in cab controls D35 w/ 98" blade ILO 88" Blade Recommend Loader 1.2 & 2.0 yd Female 1/2 Quick Coupler Hitch or Pin Type Hitch * Lead time is approx 60 to 90 days Schmidt blower trade in value $72,100.00 $ 975.00 $ 325.00 $ 850.00 $ 5,995.00 $ 550.00 $ 525.00 $ 400.00 $ 6,995.00 $ 480.67 $ 2,050.25 $ 6,100.00 $ p T, I y5. 9 Z- AWA At ' blower Detachable snow 3 SJ Industrial class -_ Features Dual stage ribbon type Industrial design X! Great front visibility from cab / ►` t .;1111 Tilt over engine cowling providing a superior access v• ,• High efficient performance Electronic controlled Diesel engine High capacity fuel tank to complete a full shift FE Hydraulic chute functions: rotation + deflector i Independent hydraulic system ou In -cab ergonomic controls and engine information High quality electrical quick connector J_ I Transmission with maintenance free clutch Low maintenance mechanical components No chain or belt drive Drive train with all spline type shafts No adjustment required on all drive train (such chain) t -- Easy access to main safety bolt flange -�i — ' - Left hand side radiator Chute casting distance: up to 23 m (75 ft.) Opened conveyor sides Replaceable scraper blade and carbide skates Quick attach (loader coupling) for any loader make - Serrated ribbon flights Tilt chute (to the right) \ _ l Recommended wheel loader size: 1.0 2.0 yd' \` Options - - ,of/I. Chute extension 0.6 to 1.2 m (24 - 48 in) - Conveyor protecting side plates Remote engine oil filter - Quick reset protecting system (Flip Flange) t' Front raising deflector 4'�, Notes: � 1 750 kg (3 050 Ib)' ;63-82kW(85.110hp) 100L (26,4 gal. US) 1,93-3, 16m 1,42m �I 78.124 In — _ 1 66 to l \ I 1,02-1,17 m 40-461n ` \�I 1,88.2,26.2,51m 1,98m \ 66 .89.99 In 771n \t Deposit brand 1999, all right reserved I Manufactured by;1.A. Larue Inc, x 660, Lenoir, Quebec (Quebec) Canada G 1X 3W3 Tel: 418 658-3003 1 Toll free: 1.877-658-3013 1 Fax: 418-658-6799 Web site: wvvw.jalarue.com I E-mail: jalarue@jalarue.com 1, Varies with options, measured without fuel. Due to continuous improvement, the specifications in this brochure may change without prior notice. For more information, please contact the manufacturer J.A. Larue Inc. or your local distributor. Price quote for: ENGINE DRIVEN SNOWBLOWER & ATTACHMENTS -APRIL, 2014 S-854(5) Vendor Name: MacQueen Equipment, Inc. Contact Person: Dan Gage Street Address: 595 Aldine Street P.O. Box: 26.5 City, State, Zip St. Paul MN 55104 Phone It: 651-645-5726 Toll Free 9: 800-832-6417 Fax #: 651-645-6668 Email Address: dgage(a)macclueeneq.com # Information Reauested Answer 1.0 Make & Model Snoquip LM88SC Price for base unit Number of $87,563.00 2 Stage Engine Type and net HP Diesel 11OHP Cummins Instrument panel gauges Murphy Power View,Tachometer,Oil Pressure, Water Temp., Voltmeter, Key Stader, Dashlighls, Impeller Housing Rotation, Loading Chute, Clutch Control, Electric Throttle, Auto Shutdown, Hourmeter, Fuel Gauge Alternator size 60 Fuel tank size 26.5 Drive line system ZF transmission/mechnaical gear drive Hydraulic system info 6 GPM Direct mount Hydraulic Pump Auger information Ribbon 28" X88 cutting width/center drive Impeller information 28"X11"deep Five Blade Chute rotation 300 Degree Shoes/Scrapper blade information 1/2x44x88 1090 blade/6 skid carbide shoes Performance (tons/hour) 900 Ton Per Hour Carrier requirements 1 to 1 1/2 Yard Loader/compact loader Clearing width 88 Clearing height 39 Overall width 88 Overall height 114 Total weight 4050 Warranty (Months, Years) One Year VENDOR NAME,_fdacQueen Equipment, Inc. S•864(6) MAKE AND MODEL; Snogu'o Lt.188SC Spec H 1 Description Qty Price Subtotal See So!cilallon Special Terms and Conditions. 1,0 Price for base unit: I $ 87,563.00 I $ 2.0 Chute Options: - Use this section to offer chute options such as truck loading SL Paul, MN 55104 chute, defleelor flap, extensions, etc. Number these items slariing vith 2.1, 2.2, 2.3, etc. until you have listed all chute 2.1 34' Chute extension IS 534.00 S - 2.2 48" Chute Extension IS 634.00 $ 2-3 -- -- I s 3.0 Blower Options: S Use this section to offer biottier options such as steering vanes, castentfieels, replacement blades and shoes, etc. Number 3.1 these items starting with 3.1. 3.2. 3.3 etc:. 98' Bloti%vr head IS 2,500.001$ 3.2 -- - - -- - - S - 3,3 is 4.0 Engine Options: Use this section to offer eng-ne options such as starting aids, res!denVal muffler, etc_ Numberthese items starting vith 4.1, 4.2, 4.3, etc. ! I $ - 4.1 Low Water/High Temp Shut Doti:n - Standard 4.2 Muffler -Standard $ - 4.3 $ 6.0 Other Options: Use this section to offer options such as work I:ghts, quick attachment hutch, standard attachment hitch, etc. Number these items starting with 9.1.9.2.9.3 etc. Work Lights - standard 5.1 $ 5.2 Carbide Skid Shoes -standard 5 5.3 Quack Attachment filch- Several sizes & models ava!aVe. Price b!d is for suggested size to match carder & b!oxer. IS 2,600.00 S 6.0 performance OptlonsMarranty Options Use this section to offer performancel warranty options. Number these starting with 7.1, 7.2, etc. (Specify years, rrPes or hours extended term covers). 6.1 One Year Warranty -Standard ; S 6.2 is 6.3 Is 7.0 New Equipment Rental Program If rental programs are avattab'e on the new equipment offered, t:ith the option to purchase, list the hourly/weekly/monthly rental rate. Indicate the percent of rental fee paid by the purchaser that wJ be appS'ed to the purchase price. See So:citation Special Hourly Rental Rale: $ - Weekly Rental Rale: $ Monthly Rental Rate: $ - Percent (°N) of Rental Fee app!'.ed to purchase price: If the new rental equipment is purchased and finance charges are app.icab!e for the actual rental tern ony, state the actual interest rate here: 8.0 Vendor Owned Rental Return Or Demo Equipment Program See So!cilallon Special Terms and Conditions. DEDUCT cost per Used Hour from the original Contract Price 9.0 Delivery Starting Point City, State, Zip Code SL Paul, MN 55104 Price per loaded ni'e- See Special Terms and Conditions -No flat Rate A'oti:ed 9.1 Delivery price per loadedrri!e IS 5.50 10.0 Discount off List Price for Related Parts & Accessories 'A Discount (See Special Terms and Condtions) 11.0 INSTALLATION - PER HOUR (Hourly Shop Rate) S See Special Terms and Conditions MAC QUEEN EQUIPMENT, INC. QUOTE # 1140377 595 ALDINE ST. ST. PAUL MN, 55104 QUOTE DATE: 651-645-5726 WATTS 1-800-832-6417 10/01/14 ORDER: FAX 651-645-6668 ORDER DATE: CITY OF OTSEGO SHIP TO: CITY OF OTSEGO 8899 NASHUA AVENUE N.E. 13474 95TH ST. N.E. ELK RIVER 14N 55330 Customer P.O.: Customer Phone: 763-441-8137 ELK RIVER NN 55330 TERMS: N30 SALES REP.:MC CARTHY, BILL QTY. ------------------------------------------------------------------------------- DESCRIPTION EACH EXTENDED PRICE ------------------------------------------------------------------------------- 1.00 *1.0 SNOQUIP LM888C SNOW BLOWE 87,563.00 87,563.00 1.00 *5.3 QUICK ATTACHMENT INSTALLE 2,600.00 2,600.00 40.00 *9.1 DELIVERY PER LOADED NILE 5.50 220.00 SNO-QUIP LM888C TWO STAGE SNOW BLOWER AS PER STATE OF MINNESOTA CONTARACT #82509 RELEASE #S-854(5) TO INCLUDE LISTED ITEMS SUB . TOT : 90,383.00 BUYER SELLER We reserve the right to change prices without notice. The price in effect at time of order will prevail, nothwithstanding the prices shown herein. Sales tax and F.E.T. will be added unless tax exempt certificate is provided. DISTRIBUTORS OF MUNICIPAL AND CONTRACTOR EQUIPMENT City of Otsego Snow blower Trade-in Allowance On the purchase of a New Loader Mount Self Contained Snow Blower The following Trade-in would allowed Wausau Loader Mount Blower $4,200.00 Erskine PTO front mount blower with under body PTO Drive $7,365.00 These blowers can be traded together or singularly Bill McCarthy V.P. Sales 10/1/14 /zi� / #��' www.macqueeneq.com 595 Aldine Street St. Paul, MN 55104 . Bus: 651.645.5726 Toll Free: 800.832.6417 Fax: 651.645.6668 We are an Affirmative Action, Equal Opportunity Employer LIY188SC Industrial Class Detachable Snowblower Desc*Wm and Advantages oual stage ribbon type High end effident performance Heavy duty designEd chess Great front mbility Radiator loceted ca the LEFT side Low cost ma Intenanm easy to operate Setif prDteMng Ylstern Remmmenclecl %Mel loader WE im - ?A) yd3 Stacw1af(i equipene"t and features wHmb ergonomic antrols Ele=nic wnuulled Diesd Engine wk4 Easy access to safety !bolt flange WE* TTammission with free clutch AlwjEvwtth reverse engagement orive train %%4th spike bype shaft :High capacq fuel tank to complete a full ft 1Hydraidic che, f unctions: riotmona + deflectxx '4 ut High qualfty ellectrical quickwrinector Quirk attach (loader coupling) for any'loader make no ad)ffiiment required on all drive train (such dL31n) Tilt chute (to the right) Replacement scraper blade opened ,oanveyor sides, skates (skid shoes) saukv bkwer has RKielperident troraulic WAem Serrated ribbon fligtits EnginermOng 411*wnh large opening 34 In_ chute, eaten" — Conveyor side IjIfftes Remote engine of] filter— RrutecUrig sl Aem MIP flange) Overall widtim 2,286 mm (W hi,) Overah height 2,02 mm - 2,896 mm (80 - 114 in.) Engine. 82 kW 010 hp) Weight- 2,DW kg YLSOO 16) Fuel tanL 100 litres (5„50 US gallons) 76 -vL 1. Height of 114 WL IncliKies 34 In. Cwte extension 2- Varies Mth DP&XM measured wfthDut,,"uN L L it Y4" 0 CITY OF se o MINNESOTA DATE: 20 October 2014 MEMORANDUM TO: Public Works Subcommittee Lori Johnson, City Administrator FROM: Daniel Jordet, Administrative Services Directo RE: Financing Equipment Purchases Fund 206 — Capital Equipment Revolving Fund In the Capital Improvement Plan for 2014 adopted by the City Council on December 9, 2013 the Plan detailed expenditures of $ 69,000 for equipment and vehicle purchase or replacements. Funding was to come from the Capital Equipment Revolving Fund, a special revenue fund using direct property tax levy as its revenue source. Of the original three items adopted in the plan, only one was purchased; the dump box trailer. After deducting the cost of the trailer and accessories (totaling $ 13,122) there is $ 55,878 unspent for 2014. Public Works has suggested that a portion of this remaining money be used to purchase two V -plows to make snow removal more efficient. At a proposed cost of $ 17,840 these plows fit within the adopted allocation for the 2014 plan. It is recommended that the plows be purchased in 2014 with funds remaining in the 2014 allotment. Additionally, it is recommended that the large Schmitt snowblower attachment be replaced with the expenditure being moved up from 2015 top 2014 at a cost of $ 85,145. Although this pushes the expenditure of funds over the 2014 adopted plan amount by $ 47,107 it reduces the 2015 needed by the $ 50,000 budgeted for the snowblower in that year of the plan. Because the funding source (property tax) remains the same and, as in all special revenue funds, carries over from year to year in the planning process the only long term cost of shifting the snowblower purchase from 2015 to 2014 is the loss of interest income on the funds used to purchase the snowblower or about $ 426. The attached charts show the cash flow funding of the Original 2014 CIP (A), the cash flow for 2014 with the purchase of the plows and expected revisions to the overall future CIP (B), and the cash flow result of shifting the purchase of the snowblower from 2015 to 2014 (C). Whether the snowblower is purchased in 2014 or 2015, using the same source of funds leaves the cash balance at the end of 2015 at the same number of about $ 308,000. 0 C Q N 3 LL 0) C CD O O CV d p 5 N G U- Q N W O E C a) •S U? s a> O W 75- T 7 r o .� � O >, a aUi Q N w a U U (n L2 O .a a) CA LO U TO O ) T r. o ch O N r O N a O 0 CO O U r O 1 .T,O O N N o.. N OCD a r 4. Q 1 U r - O U O o0 N O 00 0 O I � O N co T IT O J O r O O ' a O N O Z LO r -a O m O I CD O r CD T C) O O r" 0 ti O N yr N I- 1 I 1 " I Q_ Kl- 1 1 1 a) LO U r N O 0 r O O ' O O N O O 00 ' O t o m N � 00 iT r 00 V (D a) T LO T LO CO mN 0 C Q N 3 LL 0) C CD O O CV d p 5 N G U- Q N W O E C a) •S U? s a> O W 75- T 7 r o .� � O >, a aUi Q N w a U U (n L2 O Ln LO O o T r. o ch r O N O d O I O 1 I O N N v N OCD O r Q 1 c I O v O O N O 00 0 N I I O co T IT O N O r O O ' N ' O N O LO r O O m O I 1 r- I 1 O r CD T CD LO I I I I 1 I co O N O co cor- T N O N co m r co N I I I 1 1 I O co T N NI I I I i I N O r 0 I I I I I I i O Ln O LO r o T r. o ch r O O r ON 0 1 1� 1 1� I I I I 1 1 N r O r (O N LL7 r O r OO O O CO O ' 00 O 00 CO CD ' O O � O Cl)' T V O 1 I CO I (Y) IT V N d CD O r O 00 O O E CD LO r O O N O' 000 N CD r" O ti N yr N I- 1 I 1 " I O Kl- 1 1 1 I I I r N O 0 ' O 00 O O 00 ' O o m 00 I;r 00 V (D a) T LO T LO CO co m Q) E am i N N O N N O tet' O U CD CD ' N O d~' N O ' (~O 00 N O u)— —O O N r• LO O O CD a) C v E a) U N a) U _ a) V LO tO U1 a) O 70 N U Qi X N (6 0 4) U a) C U ~ a) U) (6 C .a O Q n o 0 a a O aa))•�Oz a) a) Q) w o= n n Q. Q 'C N Q ti a) Q C 7 o 0 C C a) (6 L6 a coOOcooO O MwU0F H LO O of LO o ao r o T r. o ch r O O r ON N O V' m 0) O) N r (O N LL7 CD O & (D O Ch OO O O CO O ' 00 O 00 CO CD ' O r O N r O T V N T IT V N IT V N d CD O O 00 O O E CD ' N O O N O' 000 N CD COO � O N r N yr N I- 00 00 O �T 00 0 00 N O r N O 0 ' O 00 O O 00 ' O 00 I;r 00 V (D T LO T LO CO co Q) N N O N N O tet' 0- CD CD ' N O d~' N O ' (~O 00 N r• O N r• LO O O CD O LO V LO N Qi a a w O r- M O M cco ' r• O r• r• C) c- Or -- O O O (D "4-O c LO LO (O LO LO Cl) Cl) (D O LO (O O 'cY I- O (36 O O O N ti r r O r r V r M r Cl) C) r LO �T N (D - co r- ' (0 N N LO r LD 6 r LD CO N LO O 0-0LO O Cl) O r ..V -F T d. r• LD N � LO '-TN d ti r`v_rrT r• to 'd' r- LO 00 Lfj cDL �oLnm� o � � o � Q o O '= x x W Z U m U J a) N ,C_, C C C r oU•- Qt W c)� W �U a� � .0 Cl � � CD E 0 + c � com 0 m 0 m Z 0 0 W N co 7 o a m r m o U 61 CD i O O �O O N " VO' i i� Cr N a O a) co N r O U o O O O O N N 0_ a a a� U v r m CD •O (D N O N n Z O m 2 N o v� _H � a � m � U •O o N 00 nL O a W LO O U � O ' a) •O O L N M CD O O CD co i O) � O a o 0 :J N to m N co 7 o O r m o Cv CD i i 1114' . 1 O N " VO' i i� v N (CC O O N r O d o N, O r - N N N 'fid' O FZ CD �: (D .7 o (a O O m N N o v� CD N ti LO o M 00 V O M O a) O ' M ' O N M CD O O CD co i i O � 0 LO M Ln M N Ln d' r- 06 M N M Ln Ln rn rn LO Ln r - co Cl) a) M N O O M tl- :S O In LLQ O r m o Cv MO M m O co " VO' i i� O N LO O ' (CC N O O N r O d r v � r r W Cl) Q) O N N q 'fid' O CITY) O CO Lo O �: O ' M ' ' M .7 Lo LC) V N (a O I� O O m ti O' N L r O 6066 N ti to Ln 1- Ltj 00 M t- O r V N N d0 V I O O F M O 3 r- o r - CD LO O CD CD M O 14-L() ' CD a) P,-� r,-, VL r-,. -� 7 LO 00 O Ln � C N c N N a) N O ti v o rn O O U E c aoo ai tiLLQmo (n O C Ln m O C'� v O U) U co W w C a) U C wo U a) — x aa)) ro o a) a) C U ~ c O >U) Q Q O o o) C �.- m U) 7 m ip �0z a) LL6 -O c.� O Ln In Q a) () U) Q Q C C a cnOOm0 ai O N 0 F LLL O J LLI CO G V r- CY) r` M N m Nr r~ 00 m O LO LO CA CY) N �r Ln M r :O A Y) D O (h (D N p I I O O N _ V O N LO •O N L Cfl LO O ' co Ll (0 co nj M O -0 t M O ' N ' N p O N v O N V N— d A- M O CO co O 0 O Q) N r` I C 1 U N C:) O O o N N 0. CIC) Or 05 O O O N LO �0 I I N O N N (U CD M O N 76 N D O P- n r~ LO N CD 0 cor LO 0 1 CY) 1 U O co � O N Dl — A- c- EC r- CY) r` M N m Nr r~ 00 m O LO LO CA CY) N �r Ln M r :O A Y) D C) O 0 tC7 m ti o N O 61 r- a O D C D N � co LO r- CY) r` M N m Nr r~ 00 m O LO LO CA CY) N �r Ln M r :O A Y) D U) N U U_ N U r� �.0 S�O E2 i ON 'U) ( a) Q N 7 O N fLU)0C) ti 0 tC7 m ti o Lo M CD M M O 6. I I LO 0 i I Cfl LO O ' co (0 co nj M O Cl)) O 0)i C~7 dam' N r V N— d 7 M O CO co O (h LL IT N o CO tm o M c CIC) Or 05 O N (O — O IT O CCl) N O N N 0 I 1 M 1 I M > 'p O C 76 N D O P- fZ O O r~ LO N T LL Q Dl — M CA r c- EC m - O N O m c0 m Q.. a) Ei >CD N O O OJ O L U W f I 1 1 CL' ' (] O .� CD C) O r M O co (fl .Q V Q N CD r 0) CV rL tb r- O M r` M U U ( r LO CO r LO r- O aD c- c ' c 0 M O O I E > ami (D O V E c c O o Lam; N M =C14 M = U C (ll D) I- M O F� LO .._ O UU � � U V co .- f2 '6 U) C w ' r W O F M w as ♦- U N C U Q ZA C -�5 O Z Cp O r 47 L C6 C O (U -a) .o CL Ll(n00 m U) N U U_ N U r� �.0 S�O E2 i ON 'U) ( a) Q N 7 O N fLU)0C) L iz O C) O O N Ef3 a (Q ti o m ti o 1- M O M M O 6. I I LO O Cfl LO O ' C M Cl)) O 0)i C~7 dam' N r V N— d M O CO co O (h IT N o CO o M CIC) Or 05 O N N VO N N Z 'd• O A fZ O O CO Dl — M CA r c- m - O N m c0 N O — N O ti to 000 M LO W I CD CD 00 - 0) 0) tb r- O M r` M r LO CO r LO r- O Lo r` O c- ' Cal 0 M O O I M (D It O co "T O N M =C14 M D) I- M O F� LO co O co Cl) O(D ' r r" r� I M Cp O r Cl) M v Cl) LO LO CD LD LO CO M (~D O M (DCDO dr' ti ti 0)iti-N d~" r M t— v M V LO T r N (D mMNti I M N LO O co LO O M LO M r- r d- — IT LA — LO O) r N Ln N m LO rr r• r 1� LO 'cr r--� Ln CD LO CY) co LO M co a� c :3 o 4) C: C a) Q Ln N C- O — x W O m Z En U J "O 'n u) "OC: w•0 m Q 4) U W W cn 0) U m Z U U W L iz O C) O O N Ef3 a (Q