Loading...
HomeMy WebLinkAboutRRM Design Group 2008-05-06AGREEMENT FOR PROFESSIONAL CONSULTING SERVICES This Agreement, made and entered into this 6th day of May, 2008 ("Effective Date"), by and between CITY OF UKIAF{, CALIFORNt reirtafter referred to as "'City" and RRM Design Group, a [sole proprietorshi , corporar , partnership, limited partnership; limited liability company, etc.] organized and in good standing under t e aws of the state of OA- hereinafter referred to as "Consultant RECITALS This Agreement is predicated on the fallowing facts: a. City requires consulting services related to supporting the City of Ukiah in preparing for a site visit with the California Resources Agency to discuss the City's application for the California River Parkways Grant Program, a+~d is b. Consultant represents that it has the qualifications, skills,Aexperience and ~pproperly 'vk licensed to provide these services, and is willing to provide them according to fhe term5i of this Agreement c. City and Consultant agree upon the Scope-of-Work and Work Schedule ;attached hereto as Attachment "A",, describing contract provisions for the project and setting forth the completion dates for the various services to be provided pursuant to this Agreement. TERMS OF AGREEMENT 1.,0 DESCRIPTION OF PROJECT 1.1 The Project is described in detail in the attached Scope-of-Work (Attachment "A"). .0 SCOPE OF SERVICES 2'.1 As set forth in Attachment "A". 2.2. Additional Services. Additional services, if any, shall. only proceed upon written agreement between City and Consultant. The written Agreement shall be in the form of an Amendment to this Agreement. 30 CONDUCT OF WORK 3.1 Time of Completion. Consultant shall commence performance of services as required by the Scope-of-Work .upon receipt of a Notice to Proceed from City and shall complete such services by May 14, 2008. Consultant shall complete the work to the City's reasonable satisfaction,; N a tin +,,~tnr_i_t~ F~ ~rFhpr nmm~pn ^tion - l'nriSi~csA~mcmeni-itl;ht Ihsien Griaip 0' 1 of 8 4.0 COMPENSATION FOR SERVICES 4.1 Basis for Compensation. For the performance of the professional services of this Agreement, Consultant shall be compensated on a time and expense basis. Labor charges shall be based upon hourly billing rates for the various classifications of personnel employed by Consultant to perform the Scope of Work as set forth in the attached Attachment A, which shall include all indirect costs and expenses of every kind or nature, except direct expenses. The direct expenses and the fees to be charged for same shall be as set forth in Attachment B. 4.2 Changes. Should changes in compensation be required because of changes to the Scope-of-Work of this Agreement, the parties shall agree in writing to any changes in compensation. "Changes to the Scope-of-Work" means different activities than those described in Attachment "A" and not additional time to complete those activities than the parties anticipated on the date they entered this Agreement. 4.3 Sub-contractor Payment. The use of sub-consultants or other services to perform a portion of the work of this Agreement shall be approved by City prior to commencement of work. (5e~h d Oe s LAID1 awe an`o~ 4.4 Terms of Payment. Payment to Consultant for services rendered in accordance with this r~ contract shall be based upon submission of monthly invoices for the work satisfactoril performed prior to the date of the invoice less any amount already paid to Consultant, which amounts shall be due and payable thirty (30) days after receipt by City. The invoices shall provide a description of each item of work performed, the time expended to perform each task, the fees charged for that task, and the direct expenses incurred and billed for. Invoices shall be accompanied by documentation sufficient to enable City to determine progress made and to support the expenses claimed. 5.0 ASSURANCES OF CONSULTANT 5.1 Independent Contractor. Consultant is an independent contractor and is solely responsible for its acts or omissions. Consultant (including its agents, servants, and employees) is not the City's agent, employee, or representative for any purpose. It is the express intention of the parties hereto that Consultant is an independent contractor and not an employee, joint venturer, or partner of City for any purpose whatsoever. City shall have no right to, and shall not control the manner or prescribe the method of accomplishing those services contracted to and performed by Consultant under this Agreement, and the general public and all governmental agencies regulating such activity shall be so informed. Those provisions of this Agreement that reserve ultimate authority in City have been inserted solely to achieve compliance with federal and state laws, rules, regulations, and interpretations thereof. No such provisions and no other provisions of this Agreement shall be interpreted or construed as creating or establishing the relationship of employer and employee between Consultant and City. Sid -Hm1Svc5Agnemen1-1LIiRSDesign Group PAGE 2 OF H Consultant shall pay all estimated and actual federal and state income and self- employment taxes that are due the state and federal government and shall furnish and pay worker's compensation insurance, unemployment insurance and any other benefits required by law for himself and his employees, if any. Consultant agrees to indemnify and hold City and its officers, agents and employees harmless from and against any claims or demands by federal, state or local government agencies for any such taxes or benefits due but not paid by Consultant, including the legal costs associated with defending against any audit, claim, demand or law suit. Consultant warrants and represents that it is a properly licensed professional or professional organization with a substantial investment in its business and that it maintains its own offices and staff which it will use in performing under this Agreement. 5.2 Conflict of Interest. Consultant understands that its professional responsibility is solely to City. Consultant has no interest and will not acquire any direct or indirect interest that would conflict with its performance of the Agreement. Consultant shall not in the performance of this Agreement employ a person having such an interest. If the City Manager determines that the Consultant has a disclosure obligation under the City's local conflict of interest code, the Consultant shall file the required disclosure form with the City Clerk within 10 days of being notified of the City Manager's determination. 6.0 INDEMNIFICATION 6.1 Insurance Liability. Without limiting Consultant's obligations arising under Paragraph 6.2 Consultant shall not begin work under this Agreement until it procures and maintains for the duration of this Agreement insurance against claims for injuries to persons or damages to property, which may arise from or in connection with its performance under this Agreement. A. Minimum Scope of Insurance Coverage shall be at least as broad as: 1. Insurance Services Office ("ISO) Commercial General Liability Coverage Form No. CG 00 01 11 85. 2. ISO Form No. CA 0001 (Ed. 1187) covering Automobile Liability, Code 1 "any auto" or Code 8, 9 if no owned autos and endorsement CA 0025. 3. Worker's Compensation Insurance as required by the Labor Code of the State of California and Employers Liability Insurance. 4. Errors and Omissions liability insurance appropriate to the consultant's profession. Architects' and engineers' coverage is to be endorsed to include contractual liability. Sid - PmtSresRgrecnicnt-R12H1 Dcsign Group PAGE: 3 01- 9 B. Minimum Limits of Insurance Consultant shall maintain limits no less than: 1. General Liability: $1,000,000 combined single limit per occurrence for bodily injury, personal injury and property damage. If Commercial General Liability Insurance or other form with a general aggregate limit is used, the general aggregate limit shall apply separately to the work performed under this Agreement, or the aggregate limit shall be twice the prescribed per occurrence limit. 2. Automobile Liabili : $1,000,000 combined single limit per accident for bodily injury and property damage. 3. Worker's Compensation and Employers Liability: Worker's compensation limits as required by the Labor Code of the State of California and Employers Liability limits of $1,000,000 per accident. 4. Errors and Omissions liability: $1,000,000 per occurrence. C. Deductibles and Self-Insured Retentions Any deductibles or self-insured retentions must be declared to and approved by the City. At the option of the City, either the insurer shall reduce or eliminate such deductibles or self-insured retentions as respects to the City, its officers, officials, employees and volunteers; or the Consultant shall procure a bond guaranteeing payment of losses and related investigations, claim administration and defense expenses. D. Other Insurance Provisions The policies are to contain, or be endorsed to contain, the following provisions: General Liability and Automobile Liability Coverages a. The City, it officers, officials, employees and volunteers are to be covered as additional insureds as respects; liability arising out of activities performed by or on behalf of the Consultant, products and completed operations of the Consultant, premises owned, occupied or used by the Consultant, or automobiles owned, hired or borrowed by the Consultant. The coverage shall contain no special limitations on the scope-of-protection afforded to the City, its officers, officials, employees or volunteers. b. The Consultant's insurance coverage shall be primary insurance as respects to the City, its officers, officials, employees and volunteers. Any insurance or self-insurance maintained by the City, its officers, officials, employees or volunteers shall be in excess of the Consultant's insurance and shall not contribute with it. Sid- PmlS vcsAg`u:menrt2RM Design Group PAG17.1 3 C. Any failure to comply with reporting provisions of the policies shall not affect coverage provided to the City, its officers, officials, employees or volunteers. d. The Consultant's insurance shall apply separately to each insured against whom claim is made or suit is brought, except with respect to the limits of the insurer's liability. 2. Worker's Compensation and Employers LiabilitV Coverage The insurer shall agree to waive all rights of subrogation against the City, its officers, officials, employees and volunteers for losses arising from Consultant's performance of the work, pursuant to this Agreement. 3. Professional Liability Coverage If written on a claims-made basis, the retroactivity date shall be the effective date of this Agreement. The policy period shall extend from May 15, 2008 to May 14, 2010. 4. All Coverages Each Insurance policy required by this clause shall be endorsed to state that coverage shall not be suspended, voided, canceled by either party, reduced in coverage or in limits except after thirty (30) days prior written notice by certified mail, return receipt requested, has been given to the City. E. Acceptability of Insurers Insurance is to be placed with admitted California insurers with an A.M. Best's rating of no less than A- for financial strength, AA for long-term credit rating and AMB-1 for short-term credit rating. F. Verification of Coverage Consultant shall furnish the City with Certificates of Insurance and with original Endorsements effecting coverage required by this Agreement. The Certificates and Endorsements for each insurance policy are to be signed by a person authorized by that insurer to bind coverage on its behalf. The Certificates and Endorsements are to be on forms provided or approved by the City. Where by statute, the City's Workers' Compensation - related forms cannot be used, equivalent forms approved by the Insurance Commissioner are to be substituted. All Certificates and Endorsements are to be received and approved by the City before Consultant begins the work of this Agreement. The City reserves the right to require complete, certified copies of all required insurance policies, at any time. If Consultant fails to provide the coverages required herein, the City shall have the right, but not the obligation, to purchase any or all of them. In that event, the cost of insurance becomes part of the compensation due the contractor after notice to Consultant that City has paid the premium. Std - IiOws.Agmemcnt-RIN Maslen Gmup PAGE 5 OF 8 a_cs cvr U1i1 t S S 9 03ra tx t,a-~-, co W-1 U I ~ VC) G. If Consul ant uses subcontractors or sub-consultants, it shall cover them under its polici s or require them to separately comply with the insurance, requirements set fort in this Paragraph 6.1. r(ctae~1Cog V'® 0Y' 6.2 Indemnificati n. Notwithstanding the foregoing insurance requirements, and in addition thereto, Con ultant agrees to indemnify the City for any claim, cost or liability that arises out of, or p stains to, or relates to the perform ce of services under this contract by Consultant, is indemnity does not apply to lability for damages for death or bodily U injury to persons, injury to property, or other los?Iarising from the sole negligence, willful misconduct or defects in design by the City, or arising from the aptive negligence of the City2 Gv- 6-rev-5 wko -~-1,►~ Co Ks 4 is Vwi "spaws able lifev^et,,_K c-r. "Indemnify," as used herein includes the expenses of defending against a claim and the payment of any settlement or judgment arising out of the claim. Defense costs include all costs associated with defending the claim, including, but not limited to, the fees of attorneys, investigators, consultants, experts and expert witnesses, and litigation expenses. References in this paragraph to City or Consultant, include their officers, employees, agents, and subcontractors. 7.0 CONTRACT PROVISIONS 7.1 Ownership of Work. All documents furnished to Consultant by City and all documents or reports and supportive data prepared by Consultant under this Agreement are owned and become the property of the City upon their creation and shall be given to City immediately upon demand and at the completion of Consultant's services at no additional cost to City. Deliverables are identified in the Scope-of-Work, Attachment "A". All documents produced by Consultant shall be furnished to City in digital format and hardcopy. Consultant shall produce the digital format, using software and media approved by City. 7.2 Governing Law. Consultant shall comply with the laws and regulations of the United States, the State of California, and all local governments having jurisdiction over this Agreement. The interpretation and enforcement of this Agreement shall be governed by California law and any action arising under or in connection with this Agreement must be filed in a Court of competent jurisdiction in Mendocino County. 7.3 Entire Agreement. This Agreement plus its Attachment(s) and executed Amendments set forth the entire understanding between the parties. 7.4 Severability. If any term of this Agreement is held invalid by a court of competent jurisdiction, the remainder of this Agreement shall remain in effect. 7.5 Modification. No modification of this Agreement is valid unless made with the agreement of both parties in writing. Sid- Pro1SvcsAVwemunt-R11M TX-sign Gn)up PAGE c OF 8 7.6 Assignment. Consultant's services are considered unique and personal. Consultant shall not assign, transfer, or sub-contract its interest or obligation under all or any portion of this Agreement without City's prior written consent. 7.7 Waiver. No waiver of a breach of any covenant, term, or condition of this Agreement shall be a waiver of any other or subsequent breach of the same or any other covenant, term or condition or a waiver of the covenant, term or condition itself. 7.8 Termination. This Agreement may only be terminated by either party: 1) for breach of the Agreement; 2) because funds are no longer available to pay Consultant for services provided under this Agreement; or 3) City has abandoned and does not wish to complete the project for which Consultant was retained. A party shall notify the other party of any alleged breach of the Agreement and of the action required to cure the breach. If the breaching party fails to cure the breach within the time specified in the notice, the contract shall be terminated as of that time. If terminated for lack of funds or abandonment of the project, the contract shall terminate on the date notice of termination is given to Consultant. City shall pay the Consultant only for services performed and expenses incurred as of the effective termination date. In such event, as a condition to payment, Consultant shall provide to City all finished or unfinished documents, data, studies, surveys, drawings, maps, models, photographs and reports prepared by the Consultant under this Agreement. Consultant shall be entitled to receive just and equitable compensation for any work satisfactorily completed hereunder, subject to off-set for any direct or consequential damages City may incur as a result of Consultant's breach of contract. 7.9 Duplicate Originals. This Agreement may be executed in duplicate originals, each bearing the original signature of the parties. When so signed, each such document shall be admissible in administrative or judicial proceedings as proof of the terms of the Agreement between the parties. 8.0 NOTICES Any notice given under this Agreement shall be in writing and deemed given when personally delivered or deposited in the mail (certified or registered) addressed to the parties as follows: CITY OF UKIAH DEPT. OF COMMUNITY SERVICES 300 SEMINARY AVENUE UKIAH, CALIFORNIA 95482-5400 RRM DESIGN GROUP ATTN: ANN BAKER 10 LIBERTY SHIP WAY, STE. 300 SAUSALITO, CA 94965 Std - ('mlSvcsAgnxmcnt-RRAE Design Group PAGE 7 GF 8 9.0 SIGNATURES IN WITNESS WHEREOF, the parties have executed this Agreement the Effective Date: CONSULTANT BY: :_._a L9 0' 0 Date 15. PRINT NAME: 21,27 TL-' IRS IDN Number CITY OF UKIAH BY: + ITY MANAGER A'7., EST Linda Brown CITY CLERK Date Date Std-[In'[N csApreemen(-RUM Design Group PAGE 9 (11' 9 rrm si.,1.g,, group 4]111" ; creating environments people enjoy' ATTACHMENT A PAGE 1of3 RRM Design Group 10 Liberty Ship Way, Ste. 300 Sausalito, CA 94965 P: (415) 331-8282 F: (415) 331-8298 www.rrmdesign.com Gobbi St. Grant Assistance Scope of Services April 21, 2008 RRM Design Group will support the City of Ukiah in preparing for a site visit with the California Resources Agency to discuss the City's application for the California River Parkways Grant Program. The tasks below outline the work RRM proposes to complete in order to enable the City to win the grant award. Ann Baker will lead RRM's effort to help secure the grant award, with assistance from Keith Gurnee on strategic questions, and Donald Sibbett and Chika Kurotaki in preparing the supplemental plan and illustrative graphics. Task 1 Kick-off Meeting & Site Visit RRM Design Group will review grant materials and conduct an on-site meeting and site visit with Ukiah City staff to discuss the grant proposal and preparation for the Resource Agency site visit. Deliverables: None Task 2 Additional Grants Research RRM Design Group will undertake a review of current grant opportunities suitable for the Gobbi Park project that would supplement the River Parkways grant. As a part of this study, RRM will also look at ways in which the proposed additional grants could cover aspects of the park construction budget and outline opportunities for phasing the project. Deliverables: Memorandum listing additional grant programs indicating which aspects of the park budget they could fund and how the project construction could be phased to meet the budget and schedule constraints of the grant programs. Schedule: Deliverable due April 30. Task 3 Develop Park Narrative & Talking Points RRM Design Group will develop a coherent park narrative and set of talking points for the Resource Agency site visit. As part of this task, RRM Design Group will research the appropriate use of the site ponds by reviewing agency habitat goals for the site, site hydrology, and City of Ukiah objectives and feasibility of using treated f COMMUNITY I CIVIC & PUBLIC SAFETY I RECREATION I EDUCATION ( URBAN ARCHITECTS IENGINEERS EXHIBIT DESIGNERS I LANDSCAPE ARCHITECTS PLANNERS ( SURVEYORS AcaUMM UlWalim, I V.I. IJ=9 eri, A10II a aCt I0S0I -1 M J-1, PE 91-15. LS 96776 1 J01 Fn&6e LA 92544 ATTACHMENT A Page 2 of 3 Gobbi St. Grant Assistance Scope of Services April 21, 2008 Page 2 k y I,,i rrm signgroup 3 creating environments people enjoy" wastewater to fill the site ponds. Additionally, RRM will provide a brief narrative of how the Meadow and Bank restoration projects would proceed. RRM will also write a set of direct responses to the Resource Agency questions that have been provided to the City as a preliminary draft of the Park Narrative and Talking Points document. Deliverables: Response to Resource Agency questions (1-2 pages), Park Narrative and Talking Points (1-2 pages) Schedule: Deliverables due April 30. Task 4 Supplemental Graphic Material RRM will provide draft and final plan view sketches indicating (1) alternative design for the pond perimeter and parking layout to improve access to the natural areas of the site, and (1) illustrative sketch of the site entry experience. As part of the plan alternative, RRM will review ADA accessible trail design requirements using the Coastal Conservancy standards. RRM will provide a new mounted print of the Final Conceptual Site Plan dated August 2, 2002. Deliverables: (1) Draft and (1) Final Plan view sketch alternatives of pond and parking layout, (1) Perspective Sketch of the Site Entry Experience, (1) Mounted Color Print of the Final Conceptual Site Plan. Schedule: Deliverables due May 2. Task 5 Pre-Meeting Walk-Through Meeting RRM will meet with the City of Ukiah staff approximately one week before the May 14 Resource Agency site visit to conduct a final review of all materials prepared in Tasks A.2-A.4 and walk through a mock Resource Agency visit. Deliverables: None Schedule: Meeting proposed for May 5 or 6. Task 6 Resource Agency Site Visit on May 14, 2008 RRM will attend the May 141h site visit with the Resource Agency and as appropriate lead and assist the City's effort to describe the park elements, and their function(s), and answer budget and phasing questions. RRM will provide technical support in answering the Agency's question as they arise. Deliverables: None Task 7 optional Task: Leave Behind Graphic RRM will prepare an 8 %2" x 11" document that outlines the key points the City wants to convey to the Resource Agency and includes graphics that are part of the original COMMUNITY I CIVIC & PUBLIC SAFETY I RECREATION I EDUCATION I URBAN ARCHITECTS I ENGINEERS I EXHIBIT DESIGNERS I LANDSCAPE ARCHITECTS IPLANNERS I SURVEYORS I WWW,RRIADESIGN.C01A A Ca; wm Cap-b.a IVic::,r IAo tgxn_xy, NdA.t?C1 ion 1=~Y}~+d .PE#::6i5,t5#5276 Jert F.b.,,U#2W ATTACHMENT A Page 3 of 3 Gobbi St. Grant Assistance Scope of Services April 21, 2008 Page 3 rrmigngroup creating environments people enjoy'"' park concept and/or the new supplemental graphics created in Task A.4 above that visually support the message the City is aiming to convey to the Agency in the site visit. Deliverables: (1) Two sided 8,5"x 11" sheet with graphic and written elements N:\X-F1le5\X-FIIes-2008\13 - Recreation\X130851 G-Gobbi-St.-Parlt-Grant-Assist\5cope-0421 08.doc COMMUNITY I CIVIC & PUBLIC SAFETY J RECREATION I EDUCATION I URBAN ARCHITECTS I ENGINEERS I EXHIBIT DESIGNERS I LANDSCAPE ARCHITECTS I PLANNERS I SURVEYORS I WWW,RR&IDESIGN.COM A Cai/ar+a CeTuriion IYflu Uxfiganory, /ud5teri ~C11o;! ~ Jc ~ I.U~a~, F"e M7fi2"_5, LS k521G I Jc1f Feru~. 1J. K:&tC ATTACHMENT B rrlTt group 1 Page I of 2 Schedule i crtati,~} ~sviannnicnts rt'opja enjoy, RRivl Design Group Bill Rate Ranges Effective March 1, 2008 Admin Support $ 45 - $ 75 Administrative Assistant $ 65 - $ 85 Agency Coordinator $ 75 - $ 120 Architect $ 115 - $ 150 Associate Exhibit Planner $ 95 - 125 Chief Executive Officer $ 170 $ 220 Civil Designer I $ 45 - $ 60 Civil Designer 11 $ 75 - 100 Civil Designer III $ 80 - $ 125 Construction Inspector $ 105 - $ 140 Corporate Graphics Specialist $ 80 - $ 105 Designer $ 80 - $ 120 Engineer I $ 85 - $ 110 Engineer II $ 100 - $ 130 Intern $ 65 - $ 85 Job Captain $ 90 - $ 145 Landscape Architect $ 95 - $ 125 Manager of Architecture $ 150 $ 240 Manager of Engineering Services $ 135 - $ 185 Manager of Planning $ 130 - $ 190 Manager of Surveyinq $ 130 - $ 170 Office Coordinator $ 65 - $ 100 PaLty Chief $ 95 - $ 130 Planning & Landscape Architecture Assistant $ 75 - $ 105 Planning & Landscape Architecture Associate $ 80 - $ 130 President $ 250 - $ 325 Principal $ 140 - $ 325 Principal Landscape Architect $ 125 - $ 175 Principal Planner $ 135 - $ 185 Project Manager $ 110 - $ 175 Runner $ 45 - $ 60 Senior Civil Designer $ 110 - $ 145 Senior Construction Administrator $ 150 - $ 195 Senior Designer $ 105 - $ 170 Senior Engineer $ 105 - $ 140 Senior Landscape Architect $ 100 - $ 160 Senior Party Chief $ 110 - $ 145 Senior Planner $ 100 - $ 150 Supervisor of Surveying $ 120 - $ 160 Survey Technician I` $ 65 - $ 85 Survey Technician II $ 75 - $ 100 Survey Technician III $ 100 - $ 130 Survev Crew Rates One person w/ GPS or Robotic Workstation $ 170 - $ 220 Two person $ 190 - $ 250 Three person $ 270 - $ 350 Prevailing Wage - One person w/ GPS or Robotic Workstation $ 195 - $ 255 Two person $ 240 - $ 315 Three person $ 340 - $ 440 Leica HDS Scanner (per day, equipment only) $ 1,000 - $ 1,000 aT '2 of Z m m N m N ^ o ,n m m m m O m N 'o M M e N {h V F iM1 W 1? 4T Q y + x ; ~R N m O = C a V N N M M O N N N ^ N a 7 O O O O Q 0 0 0 0 0 0 0 O O e an . us N N N V N 4/} V' M 0 O W ter . m Q Q O L" E a Y ~ t U R P M 0 0 0 O N O N } M l7 N C I O P P N X ~ C P O Z C I V} w N K N W fI4 M1? n Y i Q 7 ~ K VF y„ m q yy L Q C C C y O• I R M P co co O N N co co N d O { p f`n ~ w = lll{ 7 : 0 v' 0 vt 0 N 0 ~ 0 yr 0 N 0 N O N O e} F 1M1 N ~ N N VF C O 9 C C ~ 'C m a C ^ 9 C, m o N O M d N = O 0 0 0 0 0 0 0 0 ~j C VF N N N N - - N N N N N Q p C ; C +n k yr vt w 5 e u y °e E 4 d 0 o. F N ~ N = N 0 N C, O P M M O N M. m O M ^ N O N I 0 W N N ~ N ~ T T ' vt +n ~n is + + i N. vs v i . . d I ~ N VF M a h I Q .Y I I 'R I W co W C C O O N - o. ^ u CL c m c i r m m d 1 1 > O C ° m N ` c - R > - C Z R Y ry C 10 J ~ ~ rn _ w m - ¢ E ry t- , o c ~ m o a c E w a ¢ "c C ~ O ~ C ~ V 1 C C C O ¢ ¢ ¢ Q Q Q Q .C m m f0 .p ,o m= y v O m m m ~ e co w m ` N O S o` m m m o m a m E E ¢ > E " > $ v c m E v m c o m ci m U' a c ` N `o c. m O m m E .3 0 m a - 0 o a. o aim N m m O m c~ o Z v. E m :Q N 'o 'v. ~ m m ° c m C L ~ o. ~ c v~ m w y o m E p n '9 m c° 1O c o m m E - .n m o s m ; m m c aaL m,y~ m ° m E v N c n c m ° o c ~ ~ E c o - o m a n° E o~ m m m C7 0 c~ 2 > o z m m _ " ° ° m p m m m - m o O c L m O EE ~momm ~~o~Ew E 3 m _ m m - m o o c _ m m= a m O_ ° 1 w C7 m vi o f w n' o E' N m a m o w m = rn m n O m m Q Q Lci E 2 o .m v m '.a> C~7 m -g 2 C s J w ' w o,3 Q.... - X m c o c v w o op..- g -ZU' Of do .m ' a m c.7 c n V m - y 'm E v y m a m- U 2 m o °o m m a p . w~. 3 m