Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAboutC14-295 Jviation Amendment No. 4JVIATIONm
EGE AIP 50
Construct Air Carrier Apron (Phase 1)
AMENDMENT NO. FOUR (4) TO CONTRACT
DATED MAY 14, 2013
BETWEEN
JVIATION, INC.
AND
EAGLE COUNTY
EAGLE, CO
The Sponsor and the Engineer agree to amend their contract for improvements to the Eagle County
Regional Airport, Eagle, CO to include fees for engineering services. The improvement Item No. 1
is included in the Scope of Work of the original contract. The item covered by this amendment is
described as follows:
Air Carrier and General Aviation apron rehabilitation and/or new construction.
The Sponsor agrees to pay the Engineer for the services listed under Article II of the original contract
in the following manner:
PART A - BASIC SERVICES
WARRANTY WORK COORDINATION
Warranty Work Coordination.......................................................... Lump sum of $4,220.00
TOTAL BASIC SERVICES............................................................ Lump sum of $4,220.00
Method of payment shall be as follows:
Interim payments based on work performed by the Engineer and detailed in a report
submitted to the Sponsor with the request for payment. A retainer of ten percent of the total
contract amount to be paid upon Notice to Proceed for construction, or, in the event the
Sponsor does not elect to proceed with construction, the remaining ten percent to be paid
upon receipt of request for payment from the Engineer.
PART B - SPECIAL SERVICES (SOILS AND PAVEMENT INVESTIGATIONS/TOPOGRAPHIC
SURVEYS/HYDROLOGIC STUDIES/CONSTRUCTION ADMINISTRATION AND FIELD
ENGINEERING)
The maximum estimated SPECIAL SERVICES engineering is as follows:
CONCRETE PAVEMENT TESTING
Concrete Pavement Testing............................................................ Lump sum of $7,000.00
TOTAL SPECIAL SERVICES....................................................... Lump sum of $7,000.00
TOTAL.......................................................................................... Lump sum of $11,220.00
If work is abandoned, or terminated, after obtaining approval by the Sponsor and the FAA of
the final construction plans and specifications, the Sponsor shall reimburse up to 100 percent
of the total lump sum as listed under PART A, and 100 percent of the invoiced costs for soils
and pavement investigations, topographic surveys, and hydrological studies, or other studies
as listed under PART B.
Method of payment shall be as follows:
For services rendered under PART B - SPECIAL SERVICES, the Sponsor agrees to make
monthly payments based upon the work performed by the Engineer, up to 90 percent of the
total contract. The final ten percent of the fee shall be due and payable when the project final
inspection and the construction report have been completed, and when reproducible 'Record
Drawings" have been submitted to the Sponsor and when the revised Airport Layout Plan has
been approved by the FAA or when the construction work has terminated. The 'Record
Drawings" and Construction Report shall be submitted within a period of 90 days from end
of construction period. This Amendment shall be considered concurrent with completion of
audit.
PART C — ASSURANCES
I.
CIVIL RIGHTS ACT OF 1964, TITLE VI — CONTRACTOR CONTRACTUAL
REQUIREMENTS
Reference: 49 CFR PART 21
During the performance of this contract, the contractor, for itself, its assignees and successors
in interest (hereinafter referred to as the "Engineer") agrees as follows:
• Compliance with Regulations. The Engineer shall comply with the Regulations relative to
nondiscrimination in federally assisted programs of the Department of Transportation
(hereinafter, "DOT") Title 49, Code of Federal Regulations, Part 21, as they may be amended
from time to time (hereinafter referred to as the Regulations), which are herein incorporated
by reference and made a part of this contract.
• Nondiscrimination. The Engineer, with regard to the work performed by it during the
contract, shall not discriminate on the grounds of race, color, or national origin in the
selection and retention of subcontractors, including procurements of materials and leases of
equipment. The Engineer shall not participate either directly or indirectly in the
discrimination prohibited by section 21.5 of the Regulations, including employment practices
when the contract covers a program set forth in Appendix B of the Regulations.
Page 2 of 10
• Solicitations for Subcontracts, Including Procurements of Materials and Equipment. In
all solicitations either by competitive bidding or negotiation made by the Engineer for work
to be performed under a subcontract, including procurements of materials or leases of
equipment, each potential subcontractor or supplier shall be notified by the Engineer of the
Engineer's obligations under this contract and the Regulations relative to nondiscrimination
on the grounds of race, color, or national origin.
• Information and Reports. The Engineer shall provide all information and reports required
by the Regulations or directives issued pursuant thereto and shall permit access to its books,
records, accounts, other sources of information and its facilities as may be determined by the
Sponsor or the Federal Aviation Administration (FAA) to be pertinent to ascertain
compliance with such Regulations, orders, and instructions. Where any information required
of an Engineer is in the exclusive possession of another who fails or refuses to furnish this
information, the Engineer shall so certify to the sponsor or the FAA, as appropriate, and shall
set forth what efforts it has made to obtain the information.
• Sanctions for Noncompliance. In the event of the Engineer's noncompliance with the
nondiscrimination provisions of this contract, the sponsor shall impose such contract
sanctions as it or the FAA may determine to be appropriate, including, but not limited to:
a. Withholding of payments to the Engineer under the contract until the
Engineer complies, and/or
b. Cancellation, termination, or suspension of the contract, in whole or in
part.
• Incorporation of Provisions. The Engineer shall include the provisions of paragraphs one
through five (Compliance with Regulations, Nondiscrimination, Solicitations for
Subcontracts, Information and Reports, and Sanctions for Noncompliance) in every
subcontract, including procurements of materials and leases of equipment, unless exempt by
the Regulations or directives issued pursuant thereto. The Engineer shall take such action
with respect to any subcontract or procurement as the sponsor or the FAA may direct as a
means of enforcing such provisions including sanctions for noncompliance. Provided,
however, that in the event a Engineer becomes involved in, or is threatened with, litigation
with a subcontractor or supplier as a result of such direction, the Engineer may request the
Sponsor to enter into such litigation to protect the interests of the sponsor and, in addition,
the Engineer may request the United States to enter into such litigation to protect the interests
of the United States.
Page 3 of 10
II.
AIRPORT AND AIRWAY IMPROVEMENT ACT OF 1982, SECTION 520 - GENERAL
CIVIL RIGHTS PROVISIONS
Reference: Airport and Airway Improvement Act of 1982, Section 520, Title 49 47123,AC
15015100-15, Para. 10.c.
The Engineer assures that it will comply with pertinent statutes, Executive orders and such rules as
are promulgated to assure that no person shall, on the grounds of race, creed, color, national origin,
sex, age, or handicap be excluded from participating in any activity conducted with or benefiting
from Federal assistance. This provision obligates the tenant/concessionaire/lessee or its transferee
for the period during which Federal assistance is extended to the airport a program, except where
Federal assistance is to provide, or is in the form of personal property or real property or interest
therein or structures or improvements thereon. In these cases the provision obligates the party or any
transferee for the longer of the following periods: (a) the period during which the property is used by
the airport sponsor or any transferee for a purpose for which Federal assistance is extended, or for
another purpose involving the provision of similar services or benefits or (b) the period during which
the airport sponsor or any transferee retains ownership or possession of the property. In the case of
Engineers, this provision binds the Engineers from the bid solicitation period through the completion
of the contract. This provision is in addition to that required of Title VI of the Civil Rights Act of
1964.
III.
DISADVANTAGED BUSINESS ENTERPRISES
Reference: 49 CFR Part 26
• Contract Assurance (§26.13) - The Engineer or subcontractor shall not discriminate on the
basis of race, color, national origin, or sex in the performance of this contract. The Engineer
shall carry out applicable requirements of 49 CFR Part 26 in the award and administration of
DOT assisted contracts. Failure by the Engineer to carry out these requirements is a material
breach of this contract, which may result in the termination of this contract or such other
remedy, as the recipient deems appropriate.
• Prompt Payment (§26.29) - The prime Engineer agrees to pay each subcontractor under this
prime contract for satisfactory performance of its contract no later than Fifteen (1 S) days
from the receipt of each payment the prime Engineer receives from Sponsor. The prime
Engineer agrees further to return retainage payments to each subcontractor within Fifteen
(15) days after the subcontractor's work is satisfactorily completed. Any delay or
postponement of payment from the above referenced time frame may occur only for good
cause following written approval of the Board. This clause applies to both DBE and non -
DBE subcontractors.
Page 4 of 10
IV.
LOBBYING AND INFLUENCING FEDERAL EMPLOYEES
Reference: 49 CFR Part 20, Appendix A
• No Federal appropriated funds shall be paid, by or on behalf of the Engineer, to any person
for influencing or attempting to influence an officer or employee of any agency, a Member of
Congress, an officer or employee of Congress, or an employee of a Member of Congress in
connection with the making of any Federal grant and the amendment or modification of any
Federal grant.
If any funds other than Federal appropriated funds have been paid or will be paid to any
person for influencing or attempting to influence an officer or employee of any agency, a
Member of Congress, an officer or employee of Congress, or an employee of a Member of
Congress in connection with any Federal grant, the Engineer shall complete and submit
Standard Form -LLL, "Disclosure of Lobby Activities," in accordance with its instructions.
V.
ACCESS TO RECORDS AND REPORTS
Reference: 49 CFR Part 18.36(i); FAA Order 5100.38
The Engineer shall maintain an acceptable cost accounting system. The Engineer agrees to provide
the Sponsor, the Federal Aviation Administration and the Comptroller General of the United States
or any of their duly authorized representative's access to any books, documents, papers, and records
of the Engineer which are directly pertinent to the specific contract for the purpose of making audit,
examination, excerpts and transcriptions. The Engineer agrees to maintain all books, records and
reports required under this contract for a period of not less than three years after final payment is
made and all pending matters are closed.
VI.
BREACH OF CONTRACT TERMS
Reference: 49 CFR Part 18.36
Any violation or breach of terms of this contract on the part of the Engineer or their subcontractors
may result in the suspension or termination of this contract or such other action that may be
necessary to enforce the rights of the parties of this agreement. The duties and obligations imposed
by the Contract Documents and the rights and remedies available thereunder shall be in addition to
and not a limitation of any duties, obligations, rights and remedies otherwise imposed or available by
law.
VII.
RIGHTS TO INVENTIONS
Reference: 49 CFR Part 18.36(1)(8); FAA Order 5100.38
All rights to inventions and materials generated under this contract are subject to regulations issued
by the FAA and the Sponsor of the Federal grant under which this contract is executed.
Page 5 of 10
VIII.
TRADE RESTRICTION CLAUSE
Reference: 49 CFR Part 30.13; FAA Order 5100.38
The Engineer or subcontractor, by submission of an offer and/or execution of a contract, certifies that
it:
a. is not owned or controlled by one or more citizens of a foreign country included in the list
of countries that discriminate against U.S. firms published by the Office of the United States
Trade Representative (USTR);
b. has not knowingly entered into any contract or subcontract for this project with a person
that is a citizen or national of a foreign country on said list, or is owned or controlled directly
or indirectly by one or more citizens or nationals of a foreign country on said list;
c. has not procured any product nor subcontracted for the supply of any product for use on
the project that is produced in a foreign country on said list.
Unless the restrictions of this clause are waived by the Secretary of Transportation in accordance
with 49 CFR 30.17, no contract shall be awarded to a Engineer or subcontractor who is unable to
certify to the above. If the Engineer knowingly procures or subcontracts for the supply of any
product or service of a foreign country on said list for use on the project, the Federal Aviation
Administration may direct through the Sponsor cancellation of the contract at no cost to the
Government.
Further, the Engineer agrees that, if awarded a contract resulting from this solicitation, it will
incorporate this provision for certification without modification in each contract and in all lower tier
subcontracts. The Engineer may rely on the certification of a prospective subcontractor unless it has
knowledge that the certification is erroneous.
The Engineer shall provide immediate written notice to the sponsor if the Engineer learns that its
certification or that of a subcontractor was erroneous when submitted or has become erroneous by
reason of changed circumstances. The subcontractor agrees to provide written notice to the Engineer
if at any time it learns that its certification was erroneous by reason of changed circumstances.
This certification is a material representation of fact upon which reliance was placed when making
the award. If it is later determined that the Engineer or subcontractor knowingly rendered an
erroneous certification, the Federal Aviation Administration may direct through the Sponsor
cancellation of the contract or subcontract for default at no cost to the Government.
Nothing contained in the foregoing shall be construed to require establishment of a system of records
in order to render, in good faith, the certification required by this provision. The knowledge and
information of an Engineer is not required to exceed that which is normally possessed by a prudent
person in the ordinary course of business dealings.
Page 6 of 10
This certification concerns a matter within the jurisdiction of an agency of the United States of
America and the making of a false, fictitious, or fraudulent certification may render the maker
subject to prosecution under Title 18, United States Code, Section 1001.
IX.
TERMINATION OF CONTRACT
Reference: 49 CFR Part 18.36(i)(2); FAA Order 5100.38
The Sponsor may, by written notice, terminate this contract in whole or in part at any time,
either for the Sponsor's convenience or because of failure to fulfill the contract obligations.
Upon receipt of such notice services shall be immediately discontinued (unless the notice
directs otherwise) and all materials as may have been accumulated in performing this
contract, whether completed or in progress, delivered to the Sponsor.
• If the termination is for the convenience of the Sponsor, an equitable adjustment in the
contract price shall be made, but no amount shall be allowed for anticipated profit on
unperformed services.
• If the termination is due to failure to fulfill the Engineer's obligations, the Sponsor may take
over the work and prosecute the same to completion by contract or otherwise. In such case,
the Engineer shall be liable to the Sponsor for any additional cost occasioned to the Sponsor
thereby.
• If, after notice of termination for failure to fulfill contract obligations, it is determined that
the Engineer had not so failed, the termination shall be deemed to have been effected for the
convenience of the Sponsor. In such event, adjustment in the contract price shall be made as
provided in paragraph 2 of this clause.
• The rights and remedies of the sponsor provided in this clause are in addition to any other
rights and remedies provided by law or under this contract.
X.
CERTIFICATION REGARDING DEBARMENT, SUSPENSION, INELIGIBILITY AND
VOLUNTARY EXCLUSION
Reference: 49 CFR Part 29, FAA Order 5100.38
The bidder/offeror certifies, by submission of this proposal or acceptance of this contract, that neither
it nor its principals is presently debarred, suspended, proposed for debarment, declared ineligible, or
voluntarily excluded from participation in this transaction by any Federal department or agency. It
further agrees by submitting this proposal that it will include this clause without modification in all
lower tier transactions, solicitations, proposals, contracts, and subcontracts. Where the
bidder/offeror/Engineer or any lower tier participant is unable to certify to this statement, it shall
attach an explanation to this solicitation/proposal.
Page 7 of 10
XI.
OCCUPATIONAL SAFETY AND HEALTH ACT OF 1970
Reference: 20 CFR part 1910
All contracts and subcontracts that result from this solicitation incorporate the following provisions
by reference, with the same force and effect as if given in full text. The contractor has full
responsibility to monitor compliance to the referenced statute or regulation. The contractor must
address any claims or disputes that pertain to a referenced requirement directly with the Federal
Agency with enforcement responsibilities.
XII.
CLEAN AIR AND WATER POLLUTION CONTROL
(Reference: 49 CFR § 18.36(i)(12)) Note, when the DOT adopts 2 CFR 200, this reference will change
to 2 CFR § 200 Appendix H(G))
Contractors and subcontractors agree:
a. That any facility to be used in the performance of the contract or subcontract or to benefit
from the contract is not listed on the Environmental Protection Agency (EPA) List of
Violating Facilities;
b. To comply with all the requirements of Section 114 of the Clean Air Act, as amended, 42
U.S.C. 1857 et seq. and Section 308 of the Federal Water Pollution Control Act, as
amended, 33 U.S.C. 1251 et seq. relating to inspection, monitoring, entry, reports, and
information, as well as all other requirements specified in Section 114 and Section 308 of
the Acts, respectively, and all other regulations and guidelines issued thereunder;
c. That, as a condition for the award of this contract, the contractor or subcontractor will
notify the awarding official of the receipt of any communication from the EPA indicating
that a facility to be used for the performance of or benefit from the contract is under
consideration to be listed on the EPA List of Violating Facilities;
d. To include or cause to be included in any construction contract or subcontract which
exceeds $100,000 the aforementioned criteria and requirements.
XIII.
CONTRACT WORKHOURS AND SAFETY STANDARDS ACT REQUIREMENTS
(Reference: 2 CFR § 200 Appendix H (E))
• Overtime Requirements. No contractor or subcontractor contracting for any part of the
contract work which may require or involve the employment of laborers or mechanics shall
require or permit any such laborer or mechanic, including watchmen and guards, in any
workweek in which he or she is employed on such work to work in excess of forty hours in
such workweek unless such laborer or mechanic receives compensation at a rate not less than
one and one-half times the basic rate of pay for all hours worked in excess of forty hours in
such workweek.
Page 8 of 10
• Violation; Liability for Unpaid Wages; Liquidated Damages. In the event of any
violation of the clause set forth in paragraph (1) above, the contractor and any subcontractor
responsible therefor shall be liable for the unpaid wages. In addition, such contractor and
subcontractor shall be liable to the United States (in the case of work done under contract for
the District of Columbia or a territory, to such District or to such territory), for liquidated
damages. Such liquidated damages shall be computed with respect to each individual laborer
or mechanic, including watchmen and guards, employed in violation of the clause set forth in
paragraph 1 above, in the sum of $10 for each calendar day on which such individual was
required or permitted to work in excess of the standard workweek of forty hours without
payment of the overtime wages required by the clause set forth in paragraph 1 above.
• Withholding for Unpaid Wages and Liquidated Damages. The Federal Aviation
Administration or the Sponsor shall upon its own action or upon written request of an
authorized representative of the Department of Labor withhold or cause to be withheld, from
any monies payable on account of work performed by the contractor or subcontractor under
any such contract or any other Federal contract with the same prime contractor, or any other
Federally -assisted contract subject to the Contract Work Hours and Safety Standards Act,
which is held by the same prime contractor, such sums as may be determined to be necessary
to satisfy any liabilities of such contractor or subcontractor for unpaid wages and liquidated
damages as provided in the clause set forth in paragraph 2 above.
• Subcontractors. The contractor or subcontractor shall insert in any subcontracts the clauses
set forth in paragraphs 1 through 4 and also a clause requiring the subcontractor to include
these clauses in any lower tier subcontracts. The prime contractor shall be responsible for
compliance by any subcontractor or lower tier subcontractor with the clauses set forth in
paragraphs 1 through 4 of this section.
Page 9 of 10
All other terms and conditions of the original contract shall remain in effect.
IN WITNESS WHEREOF, the parties hereto have affixed their signatures this day of
v, 201Y.
SPONSOR:
NAME
LOCATION
ENGINEER:
JVIATION, INC.
LI -3
Page 10 of 10
Eagle County Regional Airport
AIP Pryea No. 3-08-0020-50
Contractor Warranty Work — Air CarrierApmn Construction (Phase I)
July 3, 2014
SCOPE OF WORK
FOR
EAGLE COUNTY REGIONAL AIRPORT
Eagle County, Colorado
AIP Project No. 3-08-0020-50
Contractor Warranty Work — Air Carrier Apron Reconstruction (Phase I)
This scope of work consists of coordinating the testing completed on the reconstructed concrete pavement on
the air carrier apron under AIP Project No. 3-08-0020-50 and the warranty work to be completed by the
Contractor.
DESCRIPTION:
The Air Carrier Apron Reconstruction (Phase I) project was constructed in the Summer/Fall of 2012 under
AIP Project No. 3-08-0020-50. Several areas of the reconstructed concrete pavement on the air carrier apron
are exhibiting scaling issues. Four cores were extracted from the reconstructed concrete pavement on the air
carrier apron and will be tested to determine the potential cause of the scaling. The testing will be completed by
DRP Consulting, Inc. (DRP) and DRP will be a subconsultant to Jviation. DRP's scope of work is provided as
an attachment to this scope of work prepared by Jviation.
The concrete pavement adjacent to the trench drain at the apron/Taxiway A4 intersection is also showing signs
of distress. The area of concern is located near a spall repair which was previously repaired by the Contractor.
The Engineering fees for the coordination of the warranty work associated with the Air Carrier Apron
Reconstruction (Phase 1) project will consist of Part A -Basic Services, which includes; Warranty Work
Coordination and Part B -Special Services, which includes; Concrete Pavement Testing. Parts A and B
described in more detail below.
PART A - BASIC SERVICES
Part A - Basic Services will consist of coordinating the testing completed on the reconstructed concrete
pavement on the air carrier apron under AIP Project No. 3-08-0020-50 and the warranty work to be completed
by the Contractor.
1.0 Warrantv [Fork Coordination
1.1 Meetings with the Sponsor. This task includes meeting with the Sponsor to review the condition of the
reconstructed concrete pavement on the air carrier apron. Also included in this task is meeting with the Sponsor
to discuss the contractor's warranty period, potential corrective actions, and testing procedures.
1.2 Coordination with the Contractor. This task includes meeting with the Contractor, Villalobos Concrete,
to review the condition of the reconstructed concrete pavement on the air carrier apron and potential corrective
actions. This task also includes providing the Contractor with core locations and coordinating the Contractor's
schedule to complete the coring operations.
1.3 Coordination with the Testing Firm. This task includes discussing the testing to be completed on the
four cores extracted from the reconstructed concrete pavement with the testing firm, DRP Consulting.
1.4 Coordination with the Sponsor and Contractor. This task includes discussing the test results with the
Sponsor and Contractor. This task also includes recommending corrective actions to the Sponsor and
coordinating with the Contractor to complete those corrective actions.
Eagle County RegionalAirporf
AIP Project No. 3-08-0020-50
Contractor Warranty Work — Air CarrierApron Construction (Phare I)
July 3, 2014
PART B - SPECIAL SERVICES
Part B - Special Services will consist of the testing of the concrete pavement cores sampled from the areas
exhibiting scaling. The testing will be completed by a subconsultant to the Engineer. The cost for this work
will be included in the engineering contract agreement with the Sponsor and the costs are in addition to the
engineering fees outlined in Part A.
The concrete pavement testing will be completed by DRP Consulting, Inc. Four cores were extracted from the
reconstructed concrete pavement on the air carrier apron and will be tested to determine the potential cause of
the scaling. DRP's scope of work and fee is included with this scope of work.
2 of 2
3200 Carbon Place #104 Boulder, Colorado 80301
T303.938.0166 F303.938.0167
petro@drpcinc.com
Project Name Eagle Co. Airport Pavement Scaling
DRP Project No. DRP14.1194 Date: I 9 May 2014
The client referenced below, in authorizing fees for services, acknowledges and agrees that the Terms and Conditions set forth by
DRP Consulting, Inc. (DRP) are incorporated herein by this reference and apply to this Order.
Submitter: Mike Quinn, P.E.
Company: Jviation
Address: 900 S Broadway Ste 350
ity, State, Zip: Denver CO 80209
Email: I Mike.Quinn@jviation.com elephone: 1 303-524-3030
(Amount Authorized: $7000 I Invoice Frequency I Upon completion I PO # I I
Signature:
rint Name:
'lease state reasons for testing, problems observed, or other relevant information. Include the name and location o;
ie project and the type of construction Please attach additional documents if necessary.
Investigate potential cause(s) of premature scaling of airport pavement slabs. DRP will conduct
comprehensive petrographic examinations (ASTM C856), air void analyses (ASTM C457) and acid -
soluble chloride testing (ASTM C1152) on control samples to assess quality of finishing and curing,
determine chloride exposure and to characterize the properties and quality of the concrete. DRP will
conduct basic petrographic examinations (ASTM C856*) on the scaled samples to assess the nature
and extent of damage associated with the scaling. Chloride analyses and air void work can be added to
the scaled cores later if desired by the client.
Sample Information
DRP ID Client ID
Description
Testing Requested*
18YD6811 Core #1
Severe scaling, aver placement
ASTM C856*
18YD6812 Core #2
Control sample, paver placement
ASTM C856/C457/C1152
18YD6813 Core #3
Moderate to severs scaling, hand placement
ASTM C856*
18YD6814 Core #4
1 Control sample, hand placement
ASTM C856/C457/C1152
DRP WILL RETAIN SAMPLES FOR 30 DAYS AFTER THE COMPLETION OF WORK AND THEN DISPOSE OF THEM AT OUR DISCRETION.
PLEASE NOTIFY US TO ARRANGE SAMPLE RETURN AT THE CLIENT'S COST OR TO ARRANGE FOR STORAGE AT A NOMINAL FEE
DRP Consulting, Inc. Boulder, Colorado www.drpcinc.com
8 8
8 8
8 8
8 8
8 w
8
�
s
0
0 0
0
8
a $8
»
a
S
8
$
W
Q
q4
a9i
W
�xx
x
8
8
a
0
Ix�
g
a
~
8
pp
eV
a
�
g
� 8
c
8
c
c
9
G
�a
�a
�s
a°
i
0
o
gu
•H
ti E
.n
Q00
8
8
8 6
a
E
`�
a