Loading...
HomeMy Public PortalAbout140-2014 - Sanitary-Stormwater - Environmental Service Group - Lab Services - 2015ORIGINAL AGREEMENT THIS AGREEMENT made and entered into this day of �- MV"kti 2011jand referred to as Contract No. 140-2014 by and between the City of Richmond, Indiana, a municipal corporation acting by and through its Board of Sanitary Commissioners and its Storm Water Management Board (hereinafter referred to as the "City") and Environmental Service Group Laboratories, 5940 West Raymond Street, Indianapolis, Indiana 46241 (hereinafter referred to as the "Contractor"). SECTION I. STATEMENT AND SUBJECT OF WORK City hereby retains Contractor to perform various laboratory analysis, pick-up, and reporting services on wastewater samples and other polluted water samples, consisting of industrial/domestic wastewater, treatment plant wastewaters, river water and digester sludges. A Request for Quotes containing Certain Specifications sent out October 31, 2014 has been made available for inspection by Contractor, is on file in the offices of the Department of Sanitation for the City of Richmond, is attached as Exhibit "A," consisting of five (5) pages, and is hereby incorporated by reference and made a part of this Agreement. Contractor agrees to abide by the same. The response of Contractor to said Request for Quotes is attached hereto as Exhibit `B", which Exhibit is dated November 13, 2014, consisting of five (5) pages, and is also hereby incorporated by reference and made a part of this Agreement. Should any provisions, terms, or conditions contained in any of the documents attached hereto as Exhibits, or in any of the documents incorporated by reference herein, conflict with any of the provisions, terms, or conditions of this Agreement, this Agreement shall be controlling. The Contractor shall furnish all labor, material, equipment, and services necessary for the proper completion of all work specified. No performance of services shall commence until the following has been met: 1. The City is in receipt of any required certificates of insurance and/or warranties; 2. The City is in receipt of any required affidavit signed by Contractor in accordance with Indiana Code 22-5-1.7-11(a)(2);and 3. A purchase order has been issued by the Purchasing Department. SECTION II. STATUS OF CONTRACTOR Contractor shall be deemed to be an independent contractor and is not an employee or agent of the City of Richmond. The Contractor shall provide, at its own expense, competent supervision of the work. SECTION III. COMPENSATION City shall pay Contractor at a per -unit cost as specified in Exhibit `B" in a total sum not to exceed Thirty -Five Thousand Five Hundred Fifty -Four Dollars and Zero Cents ($35,554.00) for complete and satisfactory performance of the work required hereunder. Contract No. 140-2014 Page 1 of 6 SECTION IV. TERM OF AGREEMENT This Agreement shall become effective January 1, 2015 and expire December 31, 2015; subject, however, to the City's sole right to extend the Agreement, upon the same terms for one (1) additional one-year period. Notwithstanding the term of this Agreement, City may terminate this Agreement in whole or in part, for cause, at any time by giving at least five (5) working days written notice specifying the effective date and the reasons for termination which shall include but not be limited to the following: a. failure, for any reason of the Contractor to fulfill in a timely and proper manner its obligations under this Agreement; b. submission by the Contractor to the City of reports that are incorrect or incomplete in any material respect; c. ineffective or improper use of funds provided under this Agreement; d. suspension or termination of the grant funding to the City under which this Agreement is made; or e. unavailability of sufficient funds to make payment on this Agreement. In the event of such termination, the City shall be required to make payment for all work performed prior to the effective date by Contractor, but shall be relieved of any other responsibility herein. This Agreement may also be terminated, in whole or in part, by mutual Agreement of the parties by setting forth the reasons for such termination, the effective date, and in the case of partial termination, the portion to be terminated. SECTION V. INDEMNIFICATION AND INSURANCE Contractor agrees to obtain insurance and to indemnify the City for any damage or injury to person or property or any other claims which may arise from the Contractor's conduct or performance of this Agreement, either intentionally or negligently; provided, however, that nothing contained in this Agreement shall be construed as rendering the Contractor liable for acts of the City, its officers, agents, or employees. Contractor shall as a prerequisite to this Agreement, purchase and thereafter maintain such insurance as will protect it from the claims set forth below which may arise out of or result from the Contractor's operations under this Agreement, whether such operations by the Contractor or by any sub -contractors or by anyone directly or indirectly employed by any of them, or by anyone for whose acts the Contractor may be held responsible. Coveraze Limits A. Worker's Compensation & Statutory Disability Requirements B. Employer's Liability $100,000 Page 2 of 6 C. Comprehensive General Liability Section 1. Bodily Injury Section 2. Property Damage D. Comprehensive Auto Liability Section 1. Bodily Injury Section 2. Property Damage $1,000,000 each occurrence $2,000,000 aggregate $1,000,000 each occurrence $1,000,000 each person $1,000,000 each occurrence $1,000,000 each occurrence E. Comprehensive Umbrella Liability $1,000,000 each occurrence $2,000,000 each aggregate SECTION VI. COMPLIANCE WITH WORKER'S COMPENSATION LAW Contractor shall comply with all provisions of the Indiana Worker's Compensation law, and shall, before commencing work under this Agreement, provide the City a certificate of insurance, or a certificate from the industrial board showing that the Contractor has complied with Indiana Code Sections 22-3-2-5, 22-3-5-1 and 22-3-5-2. If Contractor is an out of state employer and therefore subject to another state's worker's compensation law, Contractor may choose to comply with all provisions of its home state's worker's compensation law and provide the City proof of such compliance in lieu of complying with the provisions of the Indiana Worker's Compensation Law. SECTION VIL COMPLIANCE WITH INDIANA E-VERIFY PROGRAM REQUIREMENTS Pursuant to Indiana Code 22-5-1.7, Contractor is required to enroll in and verify the work eligibility status of all newly hired employees of the contractor through the Indiana E-Verify program. Contractor is not required to verify the work eligibility status of all newly hired employees of the contractor through the Indiana E-Verify program if the Indiana E-Verify program no longer exists. Prior to the performance of this Agreement, Contractor shall provide to the City its signed Affidavit affirming that Contractor does not knowingly employ an unauthorized alien in accordance with IC 22-5-1.7-I1 (a) (2). In the event Contractor violates IC 22-5-1.7 the Contractor shall be required to remedy the violation not later than thirty (30) days after the City notifies the Contractor of the violation. If Contractor fails to remedy the violation within the thirty (30) day period provided above, the City shall consider the Contractor to be in breach of this Agreement and this Agreement will be terminated. If the City determines that terminating this Agreement would be detrimental to the public interest or public property, the City may allow this Agreement to remain in effect until the City procures a new contractor. If this Agreement is terminated under this section, then pursuant to IC 22-5-1.7-13 (c) the Contractor will remain liable to the City for actual damages. Page 3 of 6 SECTION VIII. IRAN INVESTMENT ACTIVITIES Pursuant to Indiana Code (IC) 5-22-16.5, Contractor certifies that Contractor is not engaged in investment activities in Iran. In the event City determines during the course of this Agreement that this certification is no longer valid, City shall notify Contractor in writing of said determination and shall give contractor ninety (90) days within which to respond to the written notice. In the event Contractor fails to demonstrate to the City that the Contractor has ceased investment activities in Iran within ninety (90) days after the written notice is given to the Contractor, the City may proceed with any remedies it may have pursuant to IC 5-22- 16.5. In the event the City determines during the course of this Agreement that this certification is no longer valid and said determination is not refuted by Contractor in the manner set forth in IC 5-22-16.5, the City reserves the right to consider the Contractor to be in breach of this Agreement and terminate the agreement upon the expiration of the ninety (90) day period set forth above. SECTION IX. PROHIBITION AGAINST DISCRIMINATION A. Pursuant to Indiana Code 22-9-1-10, Contractor, any sub -contractor, or any person acting on behalf of Contractor or any sub -contractor shall not discriminate against any employee or applicant for employment to be employed in the performance of this Agreement, with respect to hire, tenure, terms, conditions or privileges of employment or any matter directly or indirectly related to employment, because of race, religion, color, sex, disability, national origin, or ancestry. B. Pursuant to Indiana Code 5-16-6-1, the Contractor agrees: 1. That in the hiring of employees for the performance of work under this Agreement of any subcontract hereunder, Contractor, any subcontractor, or any person acting on behalf of Contractor or any sub -contractor, shall not discriminate by reason of race, religion, color, sex, national origin or ancestry against any citizen of the State of Indiana who is qualified and available to perform the work to which the employment relates; 2. That Contractor, any sub -contractor, or any person action on behalf of Contractor or any sub -contractor shall in no manner discriminate against or intimidate any employee hired for the performance of work under this Agreement on account of race, religion, color, sex, national origin or ancestry; 3. That there may be deducted from the amount payable to Contractor by the City under this Agreement, a penalty of five dollars ($5.00) for each person for each calendar day during which such person was discriminated against or intimidated in violation of the provisions of the Agreement; and 4. That this Agreement may be canceled or terminated by the City and all monies due or to become due hereunder may be forfeited, for a second or any subsequent violation of the terms or conditions of this section of the Agreement. C. Violation of the terms or conditions of this Agreement relating to discrimination or intimidation shall be considered a material breach of this Agreement. Page 4 of 6 SECTION X. RELEASE OF LIABILITY Contractor hereby agrees to release and hold harmless the City and all officers, employees, or agents of the same from all liability for negligence which may arise in the course of Contractor's performance of its obligations pursuant to this Agreement. Contractor agrees to, and shall, keep and maintain its insurance at the levels Contractor submitted on its current Certificate of Insurance that was filed with its proposal, which certificate is attached hereto as Exhibit `B," and said level will remain in place for the duration of the Project and Agreement. Contractor shall submit to City, on the date of the signing of this Agreement and annually thereafter, if extended by City, proof of insurance coverage. SECTION XII. MISCELLANEOUS This Agreement is personal to the parties hereto and neither party may assign or delegate any of its rights or obligations hereunder without the prior written consent of the other party. It shall be controlled by Indiana law and shall be binding upon the parties, their successors and assigns. It constitutes the entire Agreement between the parties, although it may be altered or amended in whole or in part at any time by filing with the Agreement a written instrument setting forth such changes signed by both parties. This Agreement may be simultaneously executed in several counterparts, each of which shall be an original and all of which shall constitute but one and the same instrument. The parties hereto submit to jurisdiction of the courts of Wayne County, Indiana, and suit arising under this Contract, if any, must be filed in said courts. The parties specifically agree that no arbitration or mediation shall be required prior to the commencement of legal proceedings in said Courts. Any person executing this Contract in a representative capacity hereby warrants that he has been duly authorized by his or her principal to execute this Contract. In the event of any breach of this Agreement by Contractor, and in addition to any other damages or remedies, Contractor shall be liable for all costs incurred by City due to the enforcement of this Agreement, including but not limited to City's reasonable attorney's fees, whether or not suit is filed. In the event that an ambiguity or question of intent or a need for interpretation of this Agreement arises, this Agreement shall be construed as if drafted jointly by the parties, and no presumption or burden of proof shall arise favoring or disfavoring any party by virtue of the authorship of any of the provisions of this Agreement. Page 5 of 6 IN WITNESS WHEREOF, the parties have executed this Agreement at Richmond, Indiana, as of the day and year first written above, although signatures may be affixed on different dates. "CITY" THE CITY OF RICHMOND, INDIANA by and through its Board of Sanitary Commissioners -9 c By: 455g/ L.--- �— �Sue Miller, President Date: THE CITY OF RICHMOND, INDIANA by and through its Storm Water Management Board LN Stephanie Hays-Mussoni, President Gilbert Klose, Vice President Sue Miller, Member Date: APPROVEBQ�� 4?jz!� Sarah L. Hutton, Mayor Date: a� "CONTRACTOR" ENVIRONMENTAL SERVICE GROUP LABORATORIES Printed:( :o.0 Title: Date: �&e[/S— Page 6 of 6 0 PRICE REQUEST s V O CITY OF RI CH M OND DEPARTMENT OF SANITATION THIS I S NOT A N ORDER 23t10 LIBERTY AVENUE.PoCHMCND, INDIANA 47374 R-IONE f7W 983.7450, FAX (765) 962-M .�. - F��4�.s:,.....,. .. ..-.".4i�._:::a�.w•..v::a:�»at:.a_<xmrF..E_s..u>.si`Sa9� VENDOR INSTRUCTIONS This Is a request for a price for the services of materials Environmental ServiceGroup described below. Any additional specifications may be 5940 West Raymond Street attached hereto. This is NOT an order and the City reserves the right to accept all or part, or decline the entire proposal. Indianapolis, Indiana46241 Please complete your full name and phone number below with signature; itemize all prices and charges where requested; and attach any explanation for any substitution to specifications altered. Return In a sealed envelope, In care of Richmond Sanitary District Board of Commissioners to the administration building at the address above by the specified date and time to be considered. DATE: REPLY MUST BE IN BY: PAYMENT TERMS: DELIVERY REQUIRED: October 31, 2014 9:00 A.M. on November 14, 2014 UPON RECEIPT OF INVOICE DELIVERED DESCRIPTION This is a request for quotes for 2015 CONTRACT LAB DUTIES, Please see attached specifications and bid sheets All E-Verify requirementswill apply to thisquote. Please include a Certification of Insurance (including Worker's Compensation) and Warranty information with quote. Return the quote i n a seal ed envelope addressed to: Quote Valid Until a 2015"- If you have any questions pleasdicaiiiTim Orrill at 765-983-7447 STATE TAX EXEMPTION # 003121909-001 Richmond Sanitary District Richmond Sanitary District Deni se Johnson, Customer Servi ce M anEger 2380 Li berty Avenue Richmond, IN 47374 Re. 2015 Laboratory NAME OF FIRM QUOTING: 406,14 *A4F G��P. d,b,a Nd�Ra.i,��E,�rltc sE.e%r� GRayP BY: y C` AUTHORIZED BY SIGNATURE L.48�2►4-Ta2.���1� TITLE DATE PHONE NUMBER Exl�l®IT PAGE I OF � City of Richmond, Richmond Sanitary District 2015 Contract Laboratory Request for Quote The Richmond Sanitary District, City of Richmond, Indiana, is requesting price quotations for the analysis of wastewater samples and other polluted water samples, consisting of industrial/domestic wastewater, treatment plant wastewaters, river water and digester sludges. Bids will be awarded on the basis of QA/QC information and overall pricing. The chosen vendor will be required to sign a City contract prior to conducting analytical work described in this request. The contract period will be one year, with a City (Richmond Sanitary District) option to renew the contract annually for one (1) additional one-year tenn. The quotation must contain costs on an individual parameter basis and extended cost for each of the four groups identified as WWTP, IndustriaUDomestic, River and Digester. Please use the attached Bid Price Schedule (4 pages) to indicate per unit and extended costs. Please note the total number of parameters and organic analyses identified in.this quote request and attached Bid Price Schedule are estimates based on historical trends and anticipated future needs, and are not to be construed in any way as a guarantee of the volume of work to occur during the contract period. The quotation must include EPA approved analytical method used for each analysis, a copy of your QA/QC standard operating procedures and a copy of your DMRQA proficiency study results for the last three years. All analytical work must produce the lowest possible detection limits, or at least be equal to the detection limits noted in the tables below. The quoted costs must include all necessary sample bottles and weekly sample pick-up at our location at 2380 Liberty Avenue, Richmond, Indiana. The analytical results must be submitted to us by email or fax within 14 working days of receipt of the samples. The final report must be received as an original signed copy with the chain -of -custody report attached. This quote request and the attached Bid Price Schedule include the test parameters that are expected to be present during the contract period. However, a situation may arise where analysis of a test parameter not indicated in this request is desired. Please provide a complete schedule of charges for all work and services performed by your facility for items not identified in this quote request. Please contact Tim Orrill at (765) 983-7447 or torrill@richmondindiaiia.gov richmondindiana.gov if you have questions. EXHIBIT A PAGE :I OF 5 Richmond Contract Lab Quote Request, p.2 WASTEWATER TREATMENT PLANT Influent/Final Effluent: 52 times / year (two locations-104 individual samples 1104 parametersl) parameter Amenable CN- detection limit NO) <0.004 Influent/Primary/ Secondary/Final Effluent: 6 times / year (four locations-24 individual samples per parameter f432 parameters]) parameter detection limit NO) Arsenic 0.0100 Mercury (245.1) 0.0002 Cadmium 0.0100 Chromium 0.020 Copper 0.0050 Lead 0.0010 Molybdenum 0.020 Nickel 0.020 Zinc 0.020 Selenium 0.005 Antimony 0.010 Beryllium 0.004 Silver 0.005 Thallium 0.010 Hardness (CaCO3) 50.0 TKN 0.100 Nitrate -Nitrite Nitrogen 0.500 Total Dissolved Solids 1.0 COD 10.0 Oil and Grease 10.0 Influent/Final Effluent: 2 times / year (two locations-4 individual samples plus required QC samples 14 parameters parameter Mercury (163) Rev E) detection limit (n ljl 0.05 - 1.0 Influent/Final Effluent: 4 times / year (two locations-8 individual samples per Analytical Method 124 Analytical Method complete scans) parameter VOCs (Method 624) plus TICS* Acid Extractables/ Base -Neutral Compounds (Method 625) detection limit &9/1) lowest achievable —must stipulate plus TICS* lowest achievable —must stipulate Pesticide/PCBs (Method 608) plus lowest achievable —must stipulate TICs* EXHIBIT jj- PAGE ;2) 0 F--,!�- Richmond Request for Quote, p.3 INDUSTRIAL /DOMESTIC 3 times /year (25 locations-75 individual samples per parameter [1425 parametersj)" parameter Arsenic detection limit oug 0.0100 Mercury (245.1) 0.0002 Cadmium 0.0100 Chromium 0.020 Copper 0.0050 Lead 0.0010 Molybdenum 0.020 Nickel 0.020 Zinc 0.010 Oil & Grease 10.0 Total Cyanide 0.0050 Total Phenols 0.0050 Aluminum 0.050 Selenium 0.005 Silver 0.005 TKN 0.10 Nitrogen as Nitrate 0.20 Ammonia—N 0.10 1 time / year (20 locations-20 individual samples per Analytical Method [60 Analytical Method complete scans) parameter y0 s (Method 624) Acid Extractables/ Base -Neutral Compounds (Method 625) Pesticide/PCBs (Method 608) detection limit (pg/l) lowest achievable --must stipulate lowest achievable —must stipulate lowest achievable —must stipulate EXHIBIT PAGE SOP S 1 Richmond Request for Quote, p.4 RIVER SAMPLES 2 times /year (eleven locations-22 individual samples per parameter 1440 parameters]) narnmefe► defection limit 6ag4L Arsenic 0.0100 CBOD5 2.0 Cadmium 0.0100 COD 10.0 Conductivity 10.0 umhos/cm Chromium 0.020 Copper 0.0050 Total Hardness 50.0 Mercury (245.1) 0.0005 Ammonia—N 0.100 Nickel 0.020 Nitrate -Nitrite 0.500 Oil & Grease 10.0 Lead 0.0010 Total Cyanide 0.0050 Total Kjeldahl Nitrogen 0.100 Total Phosphorus as P 0.010 Total Suspended Solids 1.00 Zinc 0.010 DIGESTER SAMPLES 6 times/year (5 locations approximately 178 total analysis) parameler Fecal Coliform Solids, Percent Total Arsenic Cadmium Copper Lead Mercury Molybdenum Nickel Selenium Zinc Polychlorinated biplienyis (PCBs) Total Nitrogen Ammonia Nitrogen Nitrate Nitrogen Phosphorus Potassium PAN Calculations Anaerobic and Aerobic (utilizes TKN) Volatile Acids Alkalinity (as CaCO3) 40-Day VSR Volatile Organics plus TICs* Base/Neutral/Acid Extractables plus TICs" Pesticides/Herbicides plus TICs* F.ia01 "TICs refer to "Tentatively Identified Compounds" NOTE: All results except volatile acids and alkalinity must be reported on wet weight AND dry weight basis EXHIBIT --�L PAGE 5 OF S ESG Laboratories 6940 West Raymond Street Indianapolis, IN 46241 Phone(317)290-1471 Fox(317)290-1670 11/13/2014 Denise Johnson City of Richmond Department of Sanitation 2380 Liberty Avenue Richmond, IN 47374 Subject: 2015 laboratory Price Quotation ESG Laboratories is pleased to provide the.following quotation .for analysis of WWTP, domesticrindustrial wastewater, river sampling and digester analysis for the 2015 calendar year. . . Pricing includes all necessary sample bottles plus weekly. pickup at.2380 Liberty Avenue, Richmond, Indiana. Reports will be delivered by e-mail or FAX within 14 working days of receipt of samples. The final report will consist of an original signed copy with chain'of custody attached. We appreciate the opportunity to provide this pricing to you. • .If you have. any questions or comments, please contact me at (317) 290-1471.or by e-mail at: rbische(a7astburyprouo.com Thank you, Mr. Ray C. Bische Laboratory Manager ESG Laboratories RCB Enclosures: EXHIBIT b PAGE _L-P -1^A O S O ° O � � O �. O fD O m Nz �• a `0 iil 0; S? Sn: �vi __ Q"' co my LA o g L �' n ° 5 mar 0 G Ct. H X (* w rn rn rn a) a, rn N cp ixra ::•;z • '= co v Nc;'i,"'-1QN000 + m N Ut O O O 00000 O Q O N N O -_- _-__- — Q O W O (A N O CD O _t^ rT, Z co £4L JD ,- �oo�a o 3 : �• O O 0 .. O -- C O N N p O O O O O O C p N 0 0 6 ` - ' W O" O O O O o O O O '''"''�GGG,GG m H ` 69 69 to 69 d+ 69.0 69 69 46 69 40 En 69 a9 in 69 69 w is 69 69 v-� Ch 13aa RIM � F-�� WL� `V O , 7iir 88 n,_ o C i:..4• . 5,• •. . �. W W W W W w ,r e... .-. .� 01 a CA VI A tw AON cn A VI A th AAA to lr In w A_<. �7 M-R 69 fA 69 49 fA 69 W w 69 6A E9 69 f/i 69 V/ di 69 40) 67 4A 69 69 4A 69 69 O C -C N (A�•1� ly$'¢•tg`�'�•'�t� �•,�•�Q•� y, V la Q�.z.:: :S' �L= -Vol __—,aW EXHIBiT._PAGE ). OF ody G cncna_-i-10N O � Oi A �rnnn�� O pAw O w A `ram e P. (� N O 0 �==''3'i LINO' N N O p p A 0 X- s o 0 Q= o v v i oi (7 D o No 0 0 0 0 0 0 oN 0 o 3 O� N Z W 'Z 0 :-I v 0 v t0 0 0 m c D., m w w o0o c 0 o0 0 0 0oIA o a 0000_0003_ o o a o C. tr U o O o O O O O O O O O N O 3 A cl,RU- CC 69 FA 69 d► 4A 1i9 V► V► VI V► di iR tH :A d1 to EA 6A tp fN Efl iR .6 6' c D O O N to CA to LA to to <ALLLL 4t.4 lA N tH CA In U lA O f1! to d► d► di 1fl Efi 'c•`iT m v0�0�pti�t0101pp) a EXHIBIT —1�_PAGE 3 -OF.�J R wa < ono-4ZI-4; w�Q7NZ7rnnn a A N r'� 1+ Ff7• R C. N C N O G ERE M 0IZ yr •* ODD N n v 47 ON w K N O (i O N .P _>c -0 N 0 0 o OOo O, O v N N rr tl—' Qf y 9 N p p O O p p o 0 o C) O p Np c w to p➢ A N A P v O V O �f O v v O i0 p ' rf: lei (n o v_`�: �1'a kI O kw F-T-- -S W to .-�-. ~0 0 •+ CA 000000 O O O O O O 00000000 O O O O O O O v 7 taaex O O O p C 0 ►+ 0 o000000080o O U p A -' 0 0 r O N O fJ O O O lJ� N 0 0 O404 O 0 _O 0 O 0 O ims a `,ye d 4 < 0 f =r-J IO N N 69 469 469 to H to tt! 4A 49 4A 69 49 4A .0 EA Ui 49 iA to tH .69 to to to to f7 I 0 o w B iA 5, p C ,o `0 10 a}u s rr � i'}7Z y�zs Nh1N NNNN NN NNNNNNNNNNN� C=: Qi�?i .- iit. 4A lA tN :19 Ea G9 tf► to to 6q En 6q w Ga VI 6a FA 69 6a to m U1 4A 69 to x`.0 tn1 \ par- AloCL a r►iTY EXHIBIT —Z- PAGE 4 OF n�i►lK i�-i0Nz 0 �o 'onn00 O �s a t^S3 i j:-p `° 10 oro'pO� x ro a �oU�� N 90 O' P.0 J C O 0c m C> O Z W N J V tw0 N N V v O `1 z 2 = w oAo t7 m o mD s< W o p m p 0 r- 0 iAi o 0 - Cp 00*C,�ooNooNo 0 000�, 0 0 p p O o N p O p 0 0 O O O O Q Q O j €gym v rt :ate A da; NNNNNNNiJNN1JNNNNNNN NNN N N NN N N 7 iH U/ F!► 4t► !/► FA EA 69 d! to to iA EA fA lfl dl d► EN di b9 69 _ m �- w — w •.• -- w N w t -- — � N N ai. NNONN��a4�.. .o N N a - i11��1�1'�1���1g�16��1g�41g��g�814 o r EXHIBIT PAGE �� 0E—