Loading...
HomeMy WebLinkAboutRESOLUTION - 43-91 - 9/10/1991 - ARGMT/TRITON CONSULTINGRESOLUTION NO. 43-91 A RESOLUTION AUTHORIZING THE VILLAGE PRESIDENT AND VILLAGE CLERK TO EXECUTE AN AGREEMENT BETWEEN THE VILLAGE OF ELK GROVE VILLAGE AND TRITON CONSULTING ENGINEERS. LTD. WESTERFIELD RD. FAUS SECTION 1) NOW, THEREFORE, BE IT RESOLVED by the President and Board of Trustees of the Village.of Elk Grove Village, Counties of Cook and DuPage, State of Illinois as follows: Section 1: That the Village President be and is hereby authorized to sign the attached documents marked: "AGREEMENT FOR CONSULTANT SERVICES BETWEEN VILLAGE OF ELK GROVE VILLAGE AND TRITON CONSULTING ENGINEERS, LTD." PHASE II ENGINEERING FOR THE IMPROVEMENT OF BIESTERFIELD ROAD a copy of which is attached hereto and made a part hereof as if fully set forth and the Village Clerk is authorized to attest said documents upon the signature of the Village President. Section 2: That this Resolution shall be in full force and effect from and after its passage and approval according to law. PASSED this 10th day of September , 1991. APPROVED this 10th day of September , 1991. Charles J. Zettek Village President ATTEST: Patricia S. Smith Village Clerk AGREEMENT FOR CONSULTANT SERVICES between the VILLAGE OF ELK GROVE VILLAGE and TRITON CONSULTING ENGINEERS, LTD. 830 NORTH MEACHAM ROAD SCHAUMBURG, IL 60173 DESCRIPTION Phase II Engineering for the improvement of Biesterfield Road (FAU Route 1339) from Martha to east of Wellington Avenue, a distance of approximately 0.75 miles in the Village of Elk Village, County of Cook, Illinois. Street Grove AGREEMENT FOR CONSULTANT SERVICES Route: FAU Route 1339 Project: Biesterfield Road County: Cook State Project No.: Village Section: 91 -00035 -00 -WR This is an AGREEMENT between the VILLAGE OF ELK GROVE VILLAGE, Cook County, acting through its President and/or Village Board, hereinafter referred to as the "VILLAGE" and TRITON CONSULTING ENGINEERS, LTD., 830 North Meacham Road, Schaumburg, Illinois; a firm of consulting engineers, hereinafter referred to as the "CONSULTANT". The VILLAGE proposes to engage the CONSULTANT to furnish certain professional services including the preparation of contract plans, special provisions and cost estimates in connection with the proposed improvement of Biesterfield Road from Martha Street to east of Wellington Avenue, approximately 0.75 miles, in the Village of Elk Grove Village, Illinois, hereinafter referred to as the "PROJECT". This AGREEMENT contains all the terms and conditions of the agreement between the VILLAGE and the CONSULTANT and any changes in this AGREEMENT shall have no effect unless they are made in writing, signed by both parties and incorporated as an amendment to this AGREEMENT. No other written or oral understandings, 1 representations or agreements, other than those herein, have been made by and between the parties hereto. In consideration of these premises, the parties hereto agree as set forth in the following pages numbered 1 through inclusive. This AGREEMENT executed this 10th day of September, 1991. ATTEST: VILLAGE OF ELK GROVE VILLAGE: By: Patricia S. Smith By: Charles J. Zettek Title: Village Clerk Title: President ATTEST: 99z2V4_ By: TRITON CONSULTING ENGINEERS, LTD. By: Title: Vice President Title: President E CERTIFICATE OF CONSULTANT I hereby certify that I am the President and duly authorized representative of the firm of Triton Consulting Engineers, Ltd., whose address is 830 North Meacham Road, Schaumburg, Illinois 60173. I hereby represent that neither I nor the above firm that I hereby represent has: (a) Employed or retained for a commission, percentage, brokerage, contingent fee or other consideration, any firm or person (other than a bona fide employee working solely for me or the above Consultant) to solicit or secure this Agreement. (b) Agreed, as an expressed or implied condition for obtaining this Agreement, to employ or retain the services of any firm or person in connection with carrying out the Contract; or (c) Paid, or agreed to pay, to any firm, organization or person (other than a bona fide employee, working solely for me or the above Consultant) any fee, contribution, donation or consideration of any kind, or in connection with, procuring and carrying out the Agreement. In addition, I and the firm I herein represent: (d) are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from covered transactions by any Federal department or agency; (e) have not within a three-year period preceding this Agreement been convicted of or had a civil judgement rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain or performing a public (Federal, State or local) transaction or contract under a public transaction: violation of Federal or State antitrust statutes or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property; 3 M are not presently indicted for or otherwise criminally or civilly charged by a governmental entity (Federal, State or local) with commission of any of the offenses enumerated in paragraph (e) of this certification; (g) have not within a three-year period preceding this Agreement had one or more public transactions (Federal, State or local) terminated for cause or default; (h) have not been barred from signing this Agreement as a result of a violation of Sections 33E-3 and 33E-4 of the Criminal Code of 1961 (Chapter 38 of the Illinois revised Statutes); and (i) are not in default on an educational loan as provided in Public Act 85-827. The Consultant certifies that, pursuant to Chapter 24, Sec. 11- 42.1-1 of the Illinois Revised Statutes, 1989, they are not delinquent in the payment of any tax administered by the Illinois Department of Revenue. Where the Consultant in unable to certify to any of the statements in this certification, such Consultant shall attach an explanation to this Agreement. 4 I acknowledge that this certification is to be furnished to the Illinois Department of Transportation and the Federal Highway Administration, U.S. Department of Transportation, in connection with this Contract, involving participation of Federal -aid highway funds, and is subject to applicable State and Federal Laws, both criminal and civil. Date: September 4, 1991 By: President SUBSCRIBED and SWORN TO before me this day of 214q:14 ,�w. 1 9_!�L. Notary Public by OFFICIAL SEAL L. NOTARY PUBLIC. TA E OF IE NOIS MY COMMISSION EXPIRES 1/9 CERTIFICATE OF VILLAGE I hereby certify that I am the President of the Village of Elk Grove Village, of the County of Cook, and that the above CONSULTANT or his representative has not been required directly or indirectly as an expressed or implied condition in connection with obtaining or carrying out this AGREEMENT to: (a) Employ or retain, or agree to employ or retain, any firm or person; or, (b) Pay or agree to pay to any firm, person or organization, any fee, contribution, donation, or consideration of any kind; except as herein expressly stated (if any); I acknowledge that this certificate is to be furnished to the Illinois Department of Transportation and the Federal Highway Administration, U.S. Department of Transportation, in connection with this AGREEMENT involving participation of Federal -aid highway funds, and is subject to applicable State and Federal Laws, both criminal and civil. Date: Sept. 10, 1991 By: Charles J. Zettek President 0 1. Incorporation by Reference The "Standard Agreement Provisions for Consultant Services", dated 1990, of the Department of Transportation of the State of Illinois, hereinafter referred to as the "STANDARD PROVISIONS", are incorporated and made part of this AGREEMENT except as deleted or amended hereafter. (STANDARD PROVISIONS section references shown in parenthesis) 1.1 (SP 1) Definitions as they pertain to the PROJECT, shall be as set forth in Section 1 of the STANDARD PROVISIONS, amended to add the following: 1.1.1 IDOT - Department of Transportation, State of Illinois. 1.1.2 (SP 1.17) Wherever the word DEPARTMENT is used, it shall be construed to mean the CITY, except the word DEPARTMENT shall also include IDOT in Subsections 2.12, 2.24, 2.32, 2.33 and Section 6 of the STANDARD PROVISIONS, in its entirety. 1.2 (SP 2.41) The CONSULTANT shall invoice the VILLAGE not the Liaison Engineer, as provided in Section 2.41 of said STANDARD PROVISIONS, in a format mutually agreed to by the VILLAGE and the CONSULTANT. Invoices shall be submitted, with appropriate documentation, on a monthly basis and shall be directed to the Village Engineer. 7 2. Scope of Work - Phase II Engineering Phase II of the work to be done by the CONSULTANT on the project shall be set forth in Section 6 of the STANDARD PROVISIONS, Scope of Services for Design and Preparation of Contract Plans, amended as follows: (STANDARD PROVISIONS section references shown in parentheses) 2.1 (SP 2.32c) Delete the words "or wrongful" 2.2 (SP6.21 and 6.22) The work in these sections was performed in Phase I. Only supplemental survey work will be performed during Phase II. 2.3 (SP 6.24) Delete this work since a centerline survey plat is not required for the PROJECT. 2.4 (SP 6.32) Delete 6.32 and insert the following in its place: The CONSULTANT will contact the utility companies and coordinate the required utility adjustments. The design and plans for utility adjustments will be prepared by the respective utility companies. 2.5 (SP 6.42) Delete 6.42 since structure plans are not required for the PROJECT. 2.6 (SP 6.46) The last sentence of this section is modified to read "The CONSULTANT will enter unit prices and accumulate costs" [7 2.7 (SP 6.48 and 6.49) Delete 6.48 and 6.49 since right- of-way is not required for the PROJECT. 2.7 The CONSULTANT shall furnish the VILLAGE, the following documents, plans and copies thereof: a) Preliminary Roadway Plans: 4 sets of prints b) Final Contract Plans: Reproducible (36" X 22") and 1 set of prints c) Special Provisions: Original typed on forms furnished by the DEPARTMENT and 2 copies d) Estimate of Time: Original typed on forms furnished by the DEPARTMENT e) Unit Cost Sheets: Original typed on forms furnished by the DEPARTMENT where applicable f) Estimate of Cost: Original with prices and 1 copy without prices typed on forms (8 1/2" X 11") The VILLAGE will be furnished two (2) copies of the above items for their records. 3. The VILLAGE agrees to furnish the following items: All presently available survey data including drainage surveys and information including standard details and standard specifications adopted by the VILLAGE, and other available data useful to the work being done by the CONSULTANT. 41 4. Pro.iect Schedule - Phase II The CONSULTANT shall commence work on Phase II within five (5) calendar days after date of authority to proceed. The work will be completed and delivered to the VILLAGE within the following period: Phase II - 180 calendar days after notice to proceed. 5. Prime Compensation 5.1 Phase II - Design and Preparation of Contract Plans: Subject to an Upper Limit of Total Compensation of $58,540, including the Fixed Fee, the CONSULTANT shall receive as full payment for completing the Phase II work required of him under this AGREEMENT, reimbursement of his eligible actual costs in accordance with Section 2.45 of the STANDARD PROVISIONS, plus a Fixed Fee of $8,799. The retainage provisions contained in Section 2.42 of the STANDARD PROVISIONS shall not apply to Direct Non -Salary Costs. The maximum retainage shall be $1,995. The attached Exhibits A, B, and C are made part of this AGREEMENT. 10 5.2 The Prime Compensation may be increased or decreased by subsequent agreement between the contractual and approving parties if there is a major change in the scope, character of complexity of the work. Prime Compensation and Specific Rates for Extra Work may be adjusted in accordance with Section 2.21 of the STANDARD PROVISIONS, if the duration of the work in any phase extends more than six months beyond the date of completion, anticipated for February 1, 1992, due to no fault of the CONSULTANT. 5.3 In all instances where the VILLAGE shall request specific services of the CONSULTANT, the CONSULTANT prior to commitment shall indicate to the VILLAGE whether the work shall be considered "extra work". When requested by the VILLAGE, the CONSULTANT shall prepare and submit a cost estimate for such extra work. In the event the CONSULTANT, upon written order from the VILLAGE, is required to perform Extra Work, he shall, in addition to the Prime Compensation, receive payment for such Extra Work on the following basis: Subject to a pre -agreed Upper Limit of Compensation and Net Fee for each item of Extra Work, the CONSULTANT shall be paid in the same manner and amounts as previously described in Section 5.1. 11 EXHIBIT A HOURLY RATE RANGE CONSULTANT'S REGULAR STAFF CLASSIFICATION FROM TO Principal In Charge $ 28.85 $ 58.64 Project Manager $ 19.00 $ 34.25 Chief Structural Engineer $ 21.50 $ 32.28 Project Engineer $ 16.50 $ 28.85 Design Engineer $ 13.90 $ 23.10 Junior Engineer $ 10.50 $ 17.60 Registered Land Surveyor $ 16.00 $ 26.75 Chief of Survey Party $ 13.10 $ 20.00 Instrument Operator $ 8.50 $ 15.50 Rodperson $ 7.25 $ 12.25 Senior• Draftsman/Technician $ 10.75 $ 15.10 Sr. Engr. Technician $ 10.00 $ 15.85 Engr. Tech./Draftsman $ 8.35 $ 13.95 Assoc. Engr. Tech/Draftsman $ 6.20 $ 10.75 Steno., Cler. & W.P. $ 5.90 $ 12.70 12 TRITON CONSULTING ENGINEERS, LTD. PAYROLL AND FRINGE COSTS EXHIBIT B SHEET 1 OF 2 Per Cent of Direct Productive Payroll F.I.C.A. 10.90 State unemployment compensation 0.39 Federal unemployment compensation 0.41 Insurance - Medical and other 8.84 Paid holiday, vacation and sick leave 8.12 Retirement plan contribution 12.30 40.96 Note: Liability insurance is included with regular insurance in general overhead. 13 TRITON CONSULTING ENGINEERS, LTD. OVERHEAD COSTS EXHIBIT B SHEET 2 OF 2 Depreciation Insurance - Liability Accounting and Legal Rent Telephone General Office supplies, bank charges, stationery, postage and miscellaneous Dues, publications and subscriptions Travel and transportation Administrative salaries General taxes Vehicle expenses Drafting and materials expense Business and meeting expense Equipment rental Blueprints Field stakes and tools Utilities and maintenance Non -reimbursable expense Facilities cost of capital Training Note: Liability insurance is included with regular insurance in general overhead. 14 Per Cent of Direct Productive Payroll �WW 4.46 2.07 6.72 1.03 8.58 0.39 0.00 42.53 0.00 0.00 1.11 1.22 0.04 0.00 0.06 0.79 0.64 0.89 0.11 73.93 R 15 ( § ■ OR q GR K ;■-%;9§ ; / �,©-■� , fk a =a Nil ku- \ | e 0 lid 9; ~'!© 0 !! r !! / 2 ak« ,■ ca 0 0 kj)I \\\)cjML at w wit it 15 ( § AVERAGE HOURLY RATE BY CLASSIFICATION BIESTERFIELD ROAD IMPROVEMENT VILLAGE OF ELK GROVE VILLAGE CLASSIFICATION HOURLY RATE ITEM 7 Project Coordination and Mso n s %TIME WGT RATE ITEM 2 Supplemental Design %TIME WGT RATE ITEM 3 Supplemental Design Survev %TIME WGT RATE ITEM 4 Preliminary Convect Plans %TIME WGT RATE . Principal in Charge 31.66 2.0 Principal in Charge 31.86 20 0.64 20 0.64 0.0 0.00 20 0.641 ProiectManager 24.15 8.0 1.93 8.0 1.93 4.0 0.97 8.0 1.931 Project Engineer 18.29 24.0 4.39 20.0 3.66 12.0 2.19 18.0 3.29 Design Engineer 14.58 28.0 4.08 28.0 4.08 16.0 2.33 26.0 3.79 Survey Chief 15.58 0.0 0.00 0.0 0.00 30.0 4.67 0.0 0.00 Senior Draftsman 14.70 20.0 294 18.0 2.65 0.0 1 0.00 20.0 1 2.94 Technician/Draftsman 12.20 12.0 7.46 24.0 293 10.0 1.22 24.0 2.93 SurveyTechnician 10.34 0.0 0.00 0.0 0.00 20.0 2.07 0.0 0.00 ClericaVWord Processor 10.50 6.0 0.63 0.0 0.00 8.0 0.84 20 0.21 AVERAGE PAYROLL RATEP 1 100.0 16.07 100.0 15.89 100.0 14.29 100.0 15.73 CLASSIFICATION HOURLY RATE ITEM 5 Preliminary Contract Documents %TIME WGT RATE ITEM B Prefinal Contract Plane and Documents %TIME WGT RATE ITEM 7 Final Contract Plans and Documents %TIME WGT RATE Principal in Charge 31.66 2.0 0.64 20 0.64 20 0.64 Project Manager 24.15 8.0 1.93 8.0 1.93 8.0 1.93 Project Engineer 18.29 18.0 3.29 18.0 3.29 25.0 4.76 Design Engineer 14.58 28.0 4.08 24.0 3.50 24.0 3.50 Survey Chief 15.58 0.0 0.00 0.0 0.00 0.0 0.00 Senior Draftsman 14.70 12.0 1.76 18.0 2.65 18.0 2.65 Technician/Draftsman 12.20 24.0 293 24.0 2.93 16.0 1.95 Survey Technician 10.34 0.0 0.00 0.0 0.00 0.0 0.00 Clerical/Word Processor 10.50 8.0 0.84 6.0 0.63 6.0 0.63 AVERAGE PAYROLL RATE 100.0 15.47 100.0 15.57 100.0 1 16.06 16 BIESTERFIELD ROAD MARTHA STREET TO WELLINGTON AVENUE FAUS PROJECT Summary of In—house Direct Costs 1. Preliminary Roadway Plans and Specifications Mylar Photographic Reproduction 6 sheets @ $42.00 /sheet = $252 Mylar Reproduction 10 sheets @ $9.00 /sheet = $90 Bluellne Copies 12 sets of 36 sheets @ $0.84 /sheet = $363 Xerox Copies 12 sets of 80 sheets @ $0.10 /sheet = 96 Subtotal $801 2. Prefinal Contract Plans and Specifications Blueline Copies 12 sets of 36 sheets @ $0.84 /sheet = $363 Xerox Copies 12 sets of 80 sheets @ $0.10 /sheet = $96 Subtotal $459 3. Final Contract Plans and Specifications Blueline Copies 12 sets of 36 sheets @ $0.84 /sheet — $363 Xerox Copies 12 sets of 60 sheets @ $0.10 /sheet = $96 Mylar Reproduction 36 sheets @ $9,00 /sheet = $324 Subtotal $783 TOTAL DIRECT COSTS: $2,043 17 PROPOSAL TO FURNISH PROFESSIONAL ENGINEERING SERVICES FOR THE BIESTERFILED ROAD (FAU ROUTE 1339) MARTHA STREET TO WELLINGTON AVENUE VILLAGE OF ELK GROVE VILLAGE AUGUST, 1991 TRITON CONSULTING ENGINEERS, LTD. 830 NORTH MEACHAM ROAD SCHAUMBURG, ILLINOIS 60173 19 I. DESCRIPTION OF FIRM The Principals of Triton Consulting Engineers, Ltd. have served as professional consulting engineers in the field of highway engineering and various other civil engineering disciplines. Highway engineering services performed include complete transportation studies and planning; environmental assessment studies; traffic impact studies; pedestrian and parking investigations; design and land acquisition surveys; storm water drainage and hydraulic design; pavement analysis and design; and construction inspection and material testing. It is our practice to maintain a close liaison with our clients during the course of the project. We feel a close working relationship with our client and a thorough understanding of the project will expedite the successful completion of the proposed improvement. The firm has a staff of 30 individuals which include registered professional engineers, registered structural engineers, registered land surveyors, design engineers, technicians and draftsmen. The office of Triton Consulting Engineers, Ltd. is located at 830 North Meacham Road, Schaumburg, Illinois. MR II. EXPERIENCE OF FIRM Our firm's principals have had significant experience in the development of environmental and design studies (Phase I Engineering); preparation of contract plans, specifications and documents (Phase II Engineering); and construction engineering and resident inspection (Phase III Engineering) for various highway related improvements. We have developed contract plans and documents for F.A.U.S. improvements similar to the Biesterfield Road project. Preparation of contract plans and specifications includes pavement widening and resurfacing; pavement reconstruction; hydraulic and structural design; storm sewer design; traffic signal design; right-of-way acquisition; and pavement marking, signing and landscaping. We have included for your use in Appendix A, a listing of similar type projects completed by our firm and a list of client references. Also included in Appendix A is a listing identifying our current project workload. 21 III PROJECT STAFF We feel that the timely and successful completion of a highway engineering assignment is dependent upon the continuity of our design staff and their familiarity with the project. Therefore, we propose to assign to this project the design personnel responsible for the completion of the Phase II Engineering studies for Biesterfield Road. The project assignments would be as follows: Principal -In -Charge - Vito P. Sammarco, P.E. Project Manager - Charles J. Stenzel, P.E. Project Engineer - Dana L. Spejewski Design Engineer - Jeffrey A. Linkenheld Resumes for key personnel are included in Appendix B. Our current staff of 30 individuals in our office guarantees sufficient personnel for assignment to the project assuring timely completion of the project. We would plan to subcontract none of the work, as we have a complete in-house capability for completion of the project. 22 IV. DESIGN APPROACH As stated previously, the principals of Triton Consulting Engineers, Ltd. have extensive experience in conducting highway improvements under the Federal-Aid Urban System program and are knowledgeable in the policies and procedures required for these projects. We feel the timely and successful completion of the proposed improvement may be achieved through the proper coordination of the project with the VILLAGE, residents of the area, the Illinois Department of Transportation (IDOT), and the Federal Highway Administration (FHWA). We will ensure the necessary project coordination through overseeing all aspects of the project administration in addition to the detailed design engineering services for the various project phases. Our staff will conduct and/or assist the VILLAGE with all IDOT/FHWA coordination meetings; preparation of funding request and Motor Fuel Tax Resolutions as required, and submittals to Illinois Department of Transportation. 23 2 SCOPE OF ENGINEERING SERVICES Phase II - Preparation of Contract Plans and Documents Project Coordination - Preliminary conference with Village staff to discuss design policies and standards for the project as well as establish schedule for completion. - Preliminary and prefinal plan submittal meetings with Village staff. - Meet with Village subsequent to submittal of final contract documents to discuss estimate of cost, schedule and contract bidding procedures. Supplemental Design Services - Shopping Center Driveway Relocation - Traffic counts at existing shopping center and Village drives - Conduct design survey along driveway alignment - Perform intersection design studies and traffic signal warrants - Prepare alignment and geometric requirements 3. Supplemental Design Survey Obtain additional topography and cross section data for use in developing contract plans. 4. Preparation of Preliminary Contract Plan It is anticipated that the following sheets will be included in the contract plans: a) Title Sheet b) Index of Sheets/Plan Notes c) Summary of Quantities d) General Plan, Alignment & Ties e) Maintenance of Traffic f) Existing & Proposed Typical Section g) Drainage & Utilities h) Plan & Profile i) Landscaping, Signing and Striping j) Cross Sections including driveways k) Traffic Signal Plans 1) Roadway Lighting Plans 1) General Details Total Sheets 24 No. Sheets 1 1 2 1 4 Sections 1 4 4 1 8 5 3 2 36 5. Preparation of Preliminary Documents - Prepare summary of quantities and estimate of construction cost based on current contract unit prices. - Prepare supplemental specifications and checklist of mimeographed specifications. - Prepare estimate of time required and status of utilities to be adjusted. 6. Submittal of Preliminary Contract Plans and Documents Submit plans and specifications to the Village and IDOT Bureau of Local Roads for review and comment. 7. Final Contract Plan Approval Based on comments received from the aforementioned agencies, final contract plans, specifications and documents will be prepared. Process through IDOT final contract documents for a project letting. The professional engineers, surveyors, engineering technicians and administrative staff at Triton Consulting Engineers, Ltd. have been carefully chosen for their expertise and specialization in the many fields of engineering and for their capabilities to apply their diversified knowledge, as a team, to new and challenging problems. For this F.A.U.S. engineering project, the project manager will be responsible, for applying the appropriate specialized services available from within our organization. The needs and desires of the Village will be discussed with the Village staff throughout the duration of the contract. 25 a) 4-30 a ti lLl 4J > 4 a N V) H O a " •H 10, 3 U O Wao-11,4W 4J 4-4 H H m O N Y4i S4 (1) ro m mw ad N i ro ri PQ > ro E HE w a 0 0 H J Ix w w z G z w z 0 F- a 0 h z a h r a N Q1 W rn P+ �i w w w z h V W O z � E U rn m O r -I E P4 W W O C] G U 3 C b) .H o) tr, m ro rl w ri O ro N N 4 > U P .14 Ca Cl '� C ro U 4� U a 4N O +J .V 34 Q U +i O V N N O w p N C \ .-� 1J •H O 11 E E -H m ro V N U 3 w(1) o v a > E a) a N ro o a) v .a -q a) •H ro ro •H w. i v u .c 0 a s>� a H w C ro u 41 aJ o O a a�4 v ro r -I ro ro c o a ;:5 H �A a a �4H •H s4�•, s4 o < P4 a cn U) w P4 al P> a s w a u o lfl 10 1" OJ O1 O HE w a 0 0 H J Ix w w z G z w z 0 F-