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