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