Loading...
EZ Sunnyday Landscape-2017-61 ,r I CONTRACT AGREEMENT. THIS CONTRACTORS AGREEMENT.("Agreement") is made and entered into'this 14th day of March 2017, ("Effective Date") by and between the CITY OF GRAND TERRACE ("City"), a public entity, and EZ Sunnyday Landscape ("Contractor"), a. California Corporation. 1. Scope of Services.Contractor shall perform all the services as described as follows: a) For and in consideration of the payments and agreements hereinafter mentioned to be made and performed by said City, said Contractor agrees with said City to perform and complete in a workmanlike manner all work required in the Scope of Services, attached as Exhibit A and incorporated by this reference. , b) The Notice Inviting Bids, Instructions to Bidders, Proposal, Information required of Bidder, Specification, Drawings, Exhibits and all addenda issued,by the City with respect to the foregoing.prior to the opening of bids, are hereby incorporated in and made a part of this Agreement. 2. Term. This Agreement shall be effective on the date first written above and the Agreement shall remain in effect for five years unless terminated as provided herein. 3. Compensation/Payment. Contractor shall perform the Services under this Agreement for the total sum not to exceed $45.430 annually. Payment shall be made in accordance with City's usual accounting procedures upon receipt and approval of an itemized invoice setting forth the services,performed, The invoices shall be delivered to City at the address set forth in Section 4, hereof. 4. Notices; Any notices required to be given hereunder shall be .in writing and shall be personally served or given by mail. Any notice given by mail shall be'.deemed given when deposited in the United States Mail, certified and postage prepaid, addressed to the party to be served as follows: . To City To Contractor Cityof Grand Terrace EZ Sunnyday Landscape 22795 Barton Road P.O. Box 878 Grand Terrace,CA 92313 Rialto,CA 92377 D-1 5. Prevailing Wage. If applicable, Contractor and all subcontractors:are required.to pay the general prevailing wage rates of per diem wages and overtime and holiday wages determined by the Director of the. Department of Industrial 'Relations under Section 1720 et seq. of the California Labor Code and implemented:the City Council of the City of Grand Terrace. The Director's determination is on file and open to inspection in the office of the City Clerk and is referred to and made a part hereof; the wage rates therein ascertained; determined, and specified are referred to and made a part hereof as though fully set forth herein. 6. Contract Administration. A designee of the City will be appointed to administer this Agreement on behalf of City and shall be referred to herein as Contract Administrator. 7. Standard of Performance. While performing the Services, Contractor shall exercise the reasonable care and skill customarily exercised by reputable members of Contractors in the Metropolitan Southern California Area, and shall use reasonable diligence and best judgment while exercising its skill and expertise. 8. Personnel. Contractor shall furnish all personnel necessary to perform the Services and shall be responsible for their performance and compensation. Contractor recognizes that the qualifications and experience of the personnel to be used are vital to Contractor and timely completion of the Services. 9. Assignment and Subcontracting. Neither party shall transfer any right, interest, or obligation in or under this Agreement to any other entity without prior written consent of the other party. In any event, no assignment shall be made.unless the assignee expressly assumes the obligations of assignor under this Agreement, in writing satisfactory to the parties. Contractor shall not subcontract any portion of the work required by this Agreement without prior written approval by the responsible City's Contract Administrator. Subcontracts, if any, shall contain a provision making them subject to all provisions stipulated in this Agreement, including without limitation, the insurance obligations set forth in Section 11 Contractor acknowledges that any transfer of rights may require City Manager and/or City Council approval: 10. Independent Contractor. In the performance of this Agreement, Contractor and his. employees, subcontractors and agents, shall act in an independent capacity as independent contractors, and not as officers or employees of the City or the City of Grand Terrace. Contractor acknowledges and agrees that the City has no obligation to pay or withhold state or federal taxes or to provide workers' compensation or unemployment insurance to Contractor to Contractors employees, subcontractors and agents. Contractor as an independent contractor shall be responsible for any and all taxes that apply to Contractor as an employer. 11. PERS Eligibility Indemnity. In the event that Contractor or any employee, agent, or subcontractor of Contractor.providing services under this Agreement claims or is determined by a court of competent jurisdiction or the California Public Employees Retirement System ("PERS") to be eligible for enrollment in PERS as an employee of the City, Contractor shall indemnify, defend; and hold harmless City for the payment of any employee and/or employer b-2 _ contributions for PERS benefits on behalf of Contractor or its employees, agents, or subcontractors, as well as for the payment.of any penalties and interest on such contributions, which would otherwise be the responsibility of City. Notwithstanding any other agency, state or federal policy, rule; regulation, law or ordinance to the contrary, Contractor and any of its employees; agents, and subcontractors providing service under this Agreement shall not qualify for or become entitled to, and hereby agree to waive any claims to, any compensation, benefit, or any incident of employment by City, including but not limited to eligibility to enroll in PERS as an employee of City and entitlement to any contribution to be paid by City for employer contribution and/or.employee contributions for PERS benefits. 12 Indemnifications. 12.1 Indemnity. Except as to the sole negligence or willful misconduct of the City, Contractor shall defend, indemnify and hold the City, and its officers, employees and agents, harmless from any and all loss, damage, claim for damage, liability; expense or cost, including attorneys' fees, which arises out of or is in.any way connected with the performance of work under this Agreement by Contractor or any of the Contractor's employees, agents or subcontractors and from all claims by Contractor's employees, subcontractors and agents for compensation for services rendered to in the performance of this Agreement, notwithstanding that the City may have benefitted from their services. This indemnification provision shall apply to any acts or omissions, willful misconduct or negligent conduct, whether active or passive, on the part of Contractor or of Contractor's employees, subcontractors or agents. 12.2 Attorney's Fees. The parties expressly agree that any payment, attorneys-' fees, costs or expense that the City incurs or makes to or on behalf of an injured employee under the City's self-administered workers' compensation is included as a loss, expense or cost for the purposes of this Section, and that this Section shall survive the.expiration or early termination of the Agreement. 13. Insurance. 13.1 General Provisions. Prior to the City's execution of this Agreement, Contractor shall provide satisfactory evidence of, and shall thereafter maintain during the term of this Agreement, such insurance policies and coverage's in the types, limits, forms and ratings required herein. The rating and required insurance policies and coverage's may be modified in writing by the City's Risk Manager or City Attorney, or a designee, unless such modificatioli is prohibited by law. 13.1.1 Limitations. These minimum amounts of coverage shall not constitute any limitation or capon Contractor's indemnification obligations under Section 12 hereof. 13.1.2 Ratings. Any insurance policy or coverage provided by Contractor as required by this Agreement shall be deemed inadequate and a material breach of this Agreement, unless such policy or coverage is issued by insurance companies authorized to transact insurance business in the State of California with a policy holder's rating of A-or higher and a Financial Class of VI1 or higher. 13.1.3 Cancellation. The policies shall not be canceled unless thirty (30) days prior written notification of intended cancellation has been given 'to City by certified or registered mail;postage prepaid. 13.1.4 Adequacy. The City, its officers, employees and agents make no representation that the types or limits of insurance specified to be carried by D-3 Contractor pursuant to this Agreement are adequate to protect. If Contractor believes that any required insurance coverage is inadequate, Contractor will obtain such additional insurance coverage as deems adequate, at Contractor's sole expense.. 13.2 Workers' Compensation Insurance: By executing this Agreement, certifies that Contractor is aware of and will comply with.Section 3700 of the Labor Code of the State of California requiring every employer to be insured against liability for workers' compensation, or to undertake self-insurance before commencing any of the work. Contractor shall carry the insurance or provide for self-insurance required by California law to protect said Contractor from claims under the Workers' Compensation Act. Prior to City's execution of this Agreement, Contractor shall file with City either (1) a certificate of insurance showing that such insurance is in effect, or that Contractor is self insured for such coverage, or (2) a certified statement that Contractor has no employees, and acknowledging that if Contractor does employ any person, the necessary certificate of insurance will immediately be filed with City. Any certificate filed with City shall provide that City will be given ten (10) days prior written notice before modification or cancellation thereof. 13.3 Commercial General Liability and Automobile Insurance. Prior to City's execution of this Agreement, Contractor shall obtain, and shall thereafter maintain during the term of this Agreement, commercial general liability insurance and automobile liability insurance as required to insure against damages for personal injury., including accidental .death, as well as from claims for property damage, which may arise from or which may concern operations by anyone directly or indirectly employed by, connected with, or acting for or on behalf of Contractor. The City and the City, and its officers, employees and agents, shall be named as additional insured's under the Contractor's insurance policies. 13.3.1 Contractor's commercial general liability 'insurance policy shall cover both bodily injury (including death) and property damage (including, but not limited to, premises operations liability, products-completed operations liability, independent 's liability, personal injury liability, and contractual liability) in an amount not less than S1,000,000 per occurrence and a general aggregate limit in the amount of not less than$2,000,000. I3.3.2 Contractors automobile liability policy shall cover both bodily injury and property damage in an amount not less than $500,000 per occurrence and an aggregate limit of not less than $1,000,000. All of Contractor's automobile and/or commercial general liability insurance policies shall cover all vehicles used in connection with Contractor's performance of this Agreement, which vehicles shall include, but are not limited to, owned vehicles, leased vehicles, Contractor's employee vehicles, non-owned vehicles and hired vehicles. 13.3.3 Prior to City's execution of this Agreement, copies of insurance policies or original certificates and additional insured endorsements evidencing the coverage required by this Agreement, for both commercial general and automobile liability insurance; shall be riled with City and shall include the City and its officers, employees and agents, as additional insureds. Said policies shall be in the usual form of commercial general and automobile liability insurance policies,. but shall include the following provisions: It is agreed that the City of Grand Terrace and its officers, employees and agents, are added as additional insures under this policy, solely for work done by and on D-4 behalf of the named insured for the City of Grand Terrace. 13.4 Subcontractors' Insurance. Contractor shall .require all of its,subcontractois to carry insurance, in an amount sufficient to cover the risk of injury, damage or loss that may be caused -by the subcontractors' scope of work and activities provided in furtherance of this Agreement, including, but _without limitation, the following coverage's: Workers Compensation, Commercial General Liability; Errors and Omissions,.and Automobile liability. Upon City's request, Contractor shall provide City with satisfactory evidence that Subcontractors have obtained insurance policies and .coverage's required by this section. 14. Business Tax. Contractor understands that the Services performed under this Agreement constitutes doing business in the City of Grand Terrace, and Contractor agrees that Contractor will register'for and pay a business tax pursuant to Chapter 5,04 of the Grand Terrace Municipal Code and keep such tax certificate current during the term of this Agreement. 15. Time of Essence. Time is of the essence for each and every provision of this Agreement. 16. City's (tight to Employ Other. City reserves the right to employ other in connection with the Services. 17. Solicitation. Contractor warrants that they have not employed or retained any person or City to solicit or secure this Agreement, nor has it entered into any agreement or understanding for a commission, percentage, brokerage, or contingent fee to be paid to secure this Agreement. For breach of this warranty, City shall have the right to terminate this Agreement without liability and pay only for the value of work has actually performed, or, in its sole discretion, to deduct from the Agreement price or otherwise recover from Contractor the full amount of such commission, percentage, brokerage or commission fee. The remedies specified in this section shall be in addition to and not in lieu of those remedies otherwise specified in this Agreement. 18. General Compliance with Laws. Contractor shall keep fully informed of federal, state and local laws and ordinances and regulations which in any manner affect those employed by- Professional, or in any way affect the performance of services by Contractor pursuant to this Agreement. Contractor shall at all times observe and comply with all such laws, ordinances and regulations; and shall be solely responsible for any failure to comply with all applicable laws, ordinances and regulations. 19. Amendments. This Agreement may be modified or amended only by a written Agreement and/or change order executed by the Contractor and the City. 20. Termination. City, by notifying Contractor in writing, shall have the right to terminate any or all of the services and work;covered by this Agreement at any time, with or without cause. In the event of such termination, Contractor may submit s final written statement of the amount of Contractor's services as of the date of such termination based upon the ratio that the work completed bears to the total work required to make the report complete, subject, to the City's rights under Sections 16 and 21 hereof. In ascertaining the work actually rendered through the termination date, City shall consider completed work, work in progress and complete and incomplete reports and other documents only after delivered to City. D-5 20.1 Other than as stated below, City shall give Contractor thirty(30) days prior written notice prior to termination. 20.2 City may terminate this Agreement upon fifteen (15) days written notice to Contractor, in the event: 20.2.1 Contractor substantially fails to perform or materially breaches the Agreement; or 20.2.2 City decides to abandon or postpone the Services. 21._ Offsets. Contractor acknowledges and agrees that with respect to any business tax or penalties thereon, utility charges, invoiced fee or other debt which Contractor.owes or may owe to the City, City reserves the right to withhold and offset said amounts from payments or refunds or reimbursements owed by City to Contractor. Notice of such withholding and offset shall promptly be given to by City in writing. In the event of a dispute as to the 'amount awed or whether such amount is owed to the City, City will hold such disputed amount until either the appropriate appeal process has been completed or until the dispute has been resolved. 22. Successors and Assigns. This Agreement shall be binding upon City and its successors and assigns, and upon Contractor and its permitted successors and assigns, and shall not be assigned by, Contractor either in whole or in part, except as otherwise provided in paragraph 9 of this Agreement. 23. Governing Law, Venue, Dispute Resolution and Attorneys' Fees. This Agreement shall be governed by and construed in accordance with laws of the State of California. Prior to commencing suit in a court of competent jurisdiction, any controversy, dispute or claim arising out of the Agreement shall first be submitted to an alternative dispute resolution process as set forth in Section 24 herein. Any action at law or in equity brought by either of the parties hereto for the purpose of enforcing a right or rights provided for by this Agreement shall be tried in a court of competent jurisdiction in the County of San Bernardino, State of California, and the parties hereby waive all provisions of law providing for a change of venue in such proceedings to any other county. in the event either party hereto shall bring suit to enforce any term of this Agreement or to recover any damages for and on account of the breach of any term or condition of this Agreement, it is mutually agreed that the prevailing party in such action shall recover all costs.thereof, including reasonable attorneys' fees, to be set by the court in such action. 24. Alternative Dispute ]Resolution. In the event of any controversy,dispute or claim arising out of or relating to this Agreement, the parties hereto shall consult and negotiate with each other and,recognizing their mutual interest, attempt to reach a solution satisfactory to both parties. if they do not reach settlement within a period of 60 days, the matter shall, be submitted to an alternative dispute resolution process, either nonbinding arbitration or mediation, ("Process")by written notice from either party to the other. The parties shall meet and confer in good faith and select a Process and an arbitrator or a mediator that is agreeable to both sides. The selected Process shall be completed no later than 120 days ("Process Period")after tender of the aforementioned written notice,unless the Parties mutually agree to an extension.of the Process Period. if the matter is not successfully resolved by the selected Process,within the Process Period, the.parties are free to commence litigation in a court of competent jurisdiction as defined in Section 23 herein. Any litigation commenced without both parties' consent prior to the end of the Process Period,shall be subject to a stay until the end of the Process Period.The Parties further agree to equally bear the cost of the Process. D-6 25. Nondiscrimination. During Contractor's performance of this Agreement, Contractor shall not discriminate on the grounds of race, religious creed, color, national origin,. ancestry, age, physical disability, mental disability, medical condition; including the medical condition of Acquired Immune'Deficiency Syndrome (AIDS) or any condition related thereto, marital status, sex,.or sexual orientation, in the selection and.retention of employees and subcontractors and the procurement of materials and equipment, except as provided-in Section 12940 of the California Government Coder Further, Contractor agrees to conform to the requirements of the Americans with Disabilities Act in the performance of this Agreement. 26. Severability. .Each provision, term,'condition, covenant.and/or restriction,.in whole and in part, of this Agreement shall be considered severable. In the event any provision, term, condition, covenant and/or restriction, in whole and/or in part, of this Agreement is declared invalid, unconstitutional, or void for any reason, such provision or part thereof shall be severed from this Agreement and shall not affect any other provision, term, condition, covenant and/or restriction of this Agreement, and the remainder of the Agreement shall continue in full force and effect. 27. Authority: The individuals executing this Agreement and the instruments referenced herein on behalf of Contractor each represent and warrant that they have the legal power, right and actual authority to bind Contractor to the terms and conditions hereof and thereof. 28. Entire Agreement: This Agreement constitutes the final,'complete, and exclusive statement of the terms of the agreement between the parties pertaining to the subject matter of this Agreement, and supersedes all prior and contemporaneous understandings or agreements of the parties. Neither party has been induced to enter into this Agreement by, nor is neither party relying on, any representation or warranty outside those expressly set forth in this Agreement. 29. Interpretation. City and Contractor acknowledge and agree that this Agreement is the product of mutual.arms-length negotiations and accordingly, the rule of construction, which provides that the ambiguities in a document shall be construed against the drafter of that document,shall have no application to the interpretation and enforcement of this Agreement. 29.1 Titles and captions are for convenience of reference only and do not define, describe or limit the scope or the intent of the Agreement or-any of its terms. References to section nufnbers are to sections in the Agreement unless expressly stated otherwise. 29.2 This Agreement shall be governed by and construed in accordance with the laws of the State of California in effect at the time of the execution of this Agreement. D-7 IN WITNESS WHEREOF City and Contractor have caused this Agreement to be duly executed the day and year first above written. THE CITY OF GRAND TERRACE, A public body By: G ranager d Duff ity Atte � CINTwA la . rbkTu4e: Duer*' ;; k APPROVED AS TO FORD]: -, T Richard L. Adams It City Attorney By: [htm ed Name] D-s PROPOSAL FOR LANDSCAPE!MAINTENANCE SERVICES Bids due no later than 11:00 AM on Tuesday.'FebruaM28, 2017 at the office of the City Cleric. TO: CITY OF GRAND TERRACE, acting by and through its Governing Body, herein called the®CITr. Pursuant to and in compliance vAth your Notice to Contractors calling for Bids and other documents relating thereto, the undersigned bidder, having familiarized himself with the terms of the Contract, the local conditions affecting the performance of the Contract, and the cost of the work at the place where the work is. to be done, and with the drawings and specifications and other Contract Documents, hereby proposed and agrees to perform within the time stipulated, the Contract, including all of its component parts, and everything required to be performed, and to provide and furnish any and all applicable taxes, utility and transportation services necessary to perform the Contract and complete in a workmanlike manner all of the work required in connection with the project known as: "'LANDSCAPE MAINTENANCE SERVICES". All in strict conformity with the specifications and other Contract Documents, including Addenda No. , and , on . file at the OFFICE OF THE CITY CLERK, 22795 BARTON ROAD, GRAND TERRACE, CAUFORNIA. 92313,for the sum of: (SEE BID SCHEDULE FOR COST BREAKDOWN OF ITEMS) COMPANY NAME G:7 o o "7 ,P r a a,)Q, na� TITLE CITY ZIP CODE TELEPHONE !� r'7J a�z CONTRACTOR'S LICENSE NO. DIR REGISTRATION NO. �CJCx�t��yng C-5 DATE BIDDEFVS NAME, ADDRESS & PHONE CONTRACTOKS LICENSE NO. . ` 4 9-5 7 CITY BUSINESS LICENSE NO. (if available) CORPORATE SEAL Corporation incorporated under the State of TELEPHONE: (Area Code) BY: Signature Print or type name TITLE: Names and addresses. of all members of co-partnership or names and titles of all officers of the corporation: 0 r n rN.Z:�,. 1. tea, 7tra :n C-6 BID. SCHEDULE FOR LANDSCAPE MAINTENANCE SERVICES BIDDEN: (Compahy N ) BASE BID: TOTAL SUMCE ANNUAL ANNUAL. No. . LOCATION TASK FREQUENCY UNrr,. POCE COST Richard Rn9ins Park Task#1•Full Service Once Month 9 22745 DeBeny Street (Planless.Ground it Caves Shrubs) OJr '� 3,1pco.r 134,OO sgRf Task 92*Mow and Once Week Weed Eat ,7 aoE) .410 9 71 Veterans Freedo n Park Task 01'Full Service Once Month 0950 Pka Street (Planters,Ground 2 App u*wtely 110.000 Cover,Shrubs) 2�L)ob•"6 j L�L17e° Task 92 Wlow and Once Weak Weed Eat" yy J,g p W Ct�sDa �t.�,�'o�.c,D T.J.Asstin Park Task'#1'Fog Service Once Month 3 2Z740 Rabin Way (Ptanters,Ground (including park space north Cover,Shrubs) �'1,26,b• O 6 S,2o0.ab and south) APPruximatelY 60 000 Task#2*Mow and Once Week Weed Eat•• �'3,6ao,,i7 �g,l�c+a.oa Once Month 4 Gwen KwW Park Task 91'Full Service NW Comer of Mount (Planters,Ground 0366 -� gb6.6 b Vernon Ave.and DeBerry Cover Shrubs Street 1 Approximataly Task#2'Mow and Once Week 5,000 sgttl Weed Eal•• Green Belt Once Month WaW Reserv*behind Task tit•Full Service homes on Canary Court (Planters.Ground 1,20®°ot+ 4 between Mlerte Court Cover.Shrubs &W Pararfae Street Task#2-Maw and Once Week Approxuwtely90.OW Weed Eat•' sqm ��j',Iada06 40S,/Boson Canal Strip(East Side of Task#1'Mow and Once Week 6 Canal St at Barton Raab Weed Eat NorttdSouth of elr a.5.0W Oriole Slope Tas3C#T•Full Service O= Month 7 East Side of Odote Ave from Franklin St and {Planters,Ground Lark St Apprournately Cover,Shrubs) 25,000 sgrrt C-l7 3 Baseball Fields ai Task xl'P43gN and Once Week $ Veterans Freedom Park Weed Eat^ 219M Pk:o St r>,pprazitti�y&Q,S� W 3 00 Right cif Way.K& Task#1"Weed Once W-Monthly 9 Vernon Ave barn Ahaar Abatement and Spray St to Barton tad 1 nA--or both sides d tho roadway 10 ht PadmtoVictoria Abatr and Spray OnceBi�Aoa�fy Appimodrnately D.S naes R--dup 11 Fight fromay.Mast Task 91°Weed Once Bi-Monthly vldfgan to Abatement and Spray MI.Vernon Roundup 0.5 tries natiside of the st only 3a)m. 00 Soo•2 Canal Streetbmn Task 41'Weed Once Quarter 12 IN od Ave to ML Abaterrtenl and Spray Vernon ROW DrainaW Roundup.dear ditch ditch I AppruAnalely GA mBes on west Side of the street only P of o , 0 b Taykr Street High Task 0'Weed Once As Needed 13 sd,00l RPrap Drainage Abatement and spray loch—Behind Grand Roundup Terrace High Schod and Veterans Froedon Park Am y 25.000 (v,1�0.0o G so.`-1 Orange Grove Parkway Task#1'Pull Weeds Once Month 14 At ML Vernon Ave.and by Hand Grand Terrace Read shy 30,OW � q ba • �o ��6 `' Grand Terrace FiUaess Task 91'Pull Weeds Once Month 15 Park by Hand 21937 Grand Terrace Rd rfoly �p� 21106 , Cn Z q&•e^ Civic Center Task 91"Full Service Once Month 16 22795 Barton Road (Planters,Ground Appra>Qanateiy 30,000 Corer,Shrubs) Task 02'Mew and Once Week Weed Eat" AD „do f2pc C0 East sidD of right of way Task AM'Weed Once Quarter 17 an S.La Cadena Ave. Abatement and Spray between Palm and Litton Roundup pc Apply 100,0W df OF �y TOTAL BASE EiD: ` (WORDS) $ I/.fibOn (FIGURE)' erg BASIS OF AWARD: THE CITY WILL MAKE AN AWE TO THE LOWEST, RESPONSIVEiRESPONSIBLE BIDDER. THE LOWEST,RESPONSIVE BIDDER WILL BE DETERMINED BY THE TOTAL.BASE BID_ G9 ADDENDA ACKNOWL.EDOMEN T The undersigned acknowledges receipt of the following ADDENDA and the cost.if any, or such revisions have been included in the TOTAL BID of the Bidding Schedule ts). ADDENDUM NO. DATED ADDENDUM NO. . DATED ADDENDUM N®. , DATED ADDENDUM NO. , DATED Blame of Bidder So Address —AF,o Zinn C g 9 232:2 State License No. SA 1,571 Telephone No. 875--;POa�1 By: s na In .. ,�� � Title Date the _x2Zday of EL c►�a�.a1� t r-9 D BI0DER°S INFORMATION BIDDER certifies that the follovAng information is true and correct: . Bidder's Name -ef-Z S'OILWV d a,, (�, , ,►-� Business Address Telephone 01 State Contractoes License No. _ Kq!2 7 7 Original Dale Issued Z/- w'74C Expiration Date //- 34 JOIS' The following are the names, titles, addresses, and telephone numbers of all individuals, firm members, partners, joint ventures, and/or corporate officers having a principal interest in this proposal: The dates of any voluntary or involuntary bankruptcy judgments against any principal having an interest in this proposal, or any firm, corporation, partnership or joint venture of which any principal having an interest in this proposal was an owner, corporate officer,partner, or joint venture are as follows: All current and prior DBNs, alias, and/or fictitious business names for any principal having rran interest in this proposal are as follows: tr11 DESIGNATION OF SUBCONTRACTORS RACTOR BIDDER proposes to subcontract certain portions of the work, and.to procure materials and equipment from suppliers and vendors as follows: NAME,ADDRESS,TELEPHONE NUMBER, LICENSE NO., AND DiR REG NO.OF SUBCONTRACTORS ITEMS O1=WORK Prior to award of contract, Contractor stall submit a list of suppliers and vendors in writing to the City Engineer. C-13 IN WITNESS WHEREOF, BIDDER executes and submits this proposal wfth.the names, title, hands,and seals of all aforenarned principals this day of . 20 BIDDER —_&E z 21,r1J f�1 Cry :9 7_F77 Subscribed and swom to this day of 20 NOTARY PUBLIC C-12 F7. JU T i A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of Califomia County of Cej6i 2gr 1!d to o Subscribed and sworn to (or affirmed) before me on this N day of Te%orao% , 20_Q_by_ �tActit '_e rester proved to me on the basis of satisfactory evidence to be the person who appeared before me. =+ DARREH FAVELA Cow.it ft33544 NMR!F_4Ll CAL F':Frila S.tr Zt-1.4.1 C M7T �- M,Cava.Err 8w 17 I.Of9 '. 4gnature (seat) OPTIONAL INFORMATION INSTRUCTIONS 7ho wv+dbrg ofaU Jum1s completed err CaQomia aAer J wwj i,2015 must be in the form as set forth Ahin thls Jural.Thera era no exsapttent No Jurat to be convated ows not Fallow this r=,iho notarimust carnet the verbiage by using a jurat stamp mpfainIng the corred wvmtng craduchtng a saparalc jurst ruin awh as this one►dh does conta/n the sipper warding In addrflon, the notary must raqutra an odh or a6mtsiron from the DESCRIPTION OF THE ATTADMt:l7 DOCUMENT dowmant argnar rogenfing the tralhrulmw or the contents of the documsnt. The dacamant must be signed AFTER the oath or asmaUaa tf the da=nard vms previously � ica>t�GtliarloF St5}� nf�'trocVdfS toed,Imustberasignadk1=1ofMem&jpuNcdurkg the juralpmeam (rite ter ptionaf eF,adred doaanani) ® State and county Information must be the state and county where the (1Hta err dautptlonaf attached doaurlenl wntinued) document sfgnor(s)personalty appeared before the notary public. o Date of notarization must be the data the signer(s) personally appeared which must also be iho same date the jurat process is completed. Number of Pages Document Data,__ ® print the name(s)of the document slgner(s)vihd personally appear at the time of notarization. ® Signature of the notary public must match the signature on 81e with the pddi8onal lnfom alien office of the county dark. • The notary seal Impression must be clear and photographically reproducible.Impression must not cover tart or lines.If coal Impression smudges, re-seall if a sufficient area pormits, otherwise complete a different jurat form. ;? Additional information Is not required but could help to ensure this jural Is not misused or attached to a different document Indicate Utia or type of attached document,number of pages and date. e Securely attach this document to the signed document with a staple- 2015 Version www.NotaryC(asses.com 600-873.9665 i REFERENCES The Contractor shall list in the spaces provided below, not less than,three comparable contracts which have been completed within the past two years. Annual Contract MnVAgency contact HanWrstia Y s T of Work Performed. Amount �1 Name Phone Number GP- _ 2 C-14 t NON--COLLUSION AFFIDAVIT STATE OF CALIFORNM ) SS COUNTY OF ) (NAME),.—_~St�Lk,2 � affiant being first duty swrom,deposes and says: that he or she is the of (sole owner, partner,other proper title) '5 Z 5u10no 1.10 AJ n ek-;�_ _,the party making the foregoing bid and (CondaafiN Fthn Name) that the Bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the Sid is genuine and not collusive or sham; that the Bidder has not directly or indirectly induced or solicited any other Bidder to put in a false or sham Bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any Bidder or anyone else to put in a sham Bid, or that anyone shall refrain from bidding; that the Bidder has not in any manner, directly or indirectly sought by agreement, communication, or conference with anyone to fix the bid price of the Bidder or any other Bidder, or to fik any overhead, profd, or cost element of the bid price, or of that of any other Bidder, or to secure any advantage against the public body awarding the Contract of anyone interested.in the proposed Contract; that all statements contained in the Bid are true;and, further, that the:Bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the- contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company associations, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham Bid. (Public Contract Code Section 7106) Bidders Name: E Z ),�1,�1 An, y t . C Bidder's Address: �51:� Telephone No.: dder) (Tide) C-15 — -- t F71 JURAT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of Califomia County ofSe3n $gnocAahgt Subscribed and sworn to (or affirmed) before me on this..(p day of Febwgc!a , 201-1—by e le-ee n a proved to me on the basis of satisfactory evidence to be the person who appeared before me. ,•?' BARREN FAVELA CtTt»K.d 2fJ359a tton . � ��-+ o RSfSRt WBUS•QUFO�':p UI ��- Say Hsu�aaao Coeur+ Ui Goau Eu Roc t: 2cts.- nature (Seal) v - � OPTIONAL INFORMATION INSTRUCTIONS The wonitrtg ofaN Ju21s mmptetedin CaG7amfa stlerJanttarf 1,?Of5must be{n the farm es set forth w&T 7 thts.hrraL Thera are no wrapthu if a brat to ba comltfeted does not farrow ihls fomL the rotary must.catred lha verblega by uslag a jual stamp crontabafttg tlts correct word6tg or attarhing a separate jurat fawn such as this one whh does cmh*the pmmer tso 09L In addrtbn, the notary must replm an oath or alknakn from true DESCRIPTION OF THE ATTACHED DOCUMENT domment s-,nar regjMV the hutltAMem of the wrilants of the document Tba docvmant must be egnsd AFTER the oath dr afiirma&L N Nte douxsned was pravtausty [tpt1— rrd J{�l S;i 0 n Q'�i� re V r�"' syrted,d must be ra-sJgnadln fmnl of the notary pub5c dur�g fhe juratpmcess. (Tille at description of atladted dommal) • Slate and county Information must be the state and county where the document stgner(s)personally appeared before the notary public. (rifleordesoiplionofattaineddocrnentcanthued) . pale or notarization must be the date the sfgner(s) personally appeared which must else be the.same date the Jura( process Is completed. Number of Pages Document Date • Print the names)of the document slgner(e)who personally appear et the time of no(arizatian. • Signature of the notary public must match(he signature on file with the Afttional Infomagon office of the county deck. ® The notary seal impression must be clear and photographically reproducible.Impression must not cover text or lines.If seal Impression smudges, re-seal if a sufficient area permits, otherwise complete a different Jurat form. Addltlonal Information Is no(required but could help to ensure this Jurat Is not misused or attached to a different document Indicate title or type of attached document,number of pages and date. • Securely attach this document to the signed document with a staple. 2015 Version www.NoteryCiBsses.com 800-873-9865 PODER En este dia veinticinco de Enero del ano dos mil diecisiete en la cludad de San Bernardino Estado de California comparecio ante el Notarlo Publico Jesus Rodriguez el senor,ROBINSON ALFONSO.I.OPEZ BOITON, de Veintitres anos de: edad,soltero,ciudadano Guatemalteco y quien se !dent➢fica con su Matricula Consular No.N111-034945-0501 otoegada pore)Consulado de Guatemala en Is ciudad de San Bernardino,CA USA y con domicilio en el 26019 Cypress St. San Bernardino, CA 92410, Para otorgar el sigufente Poder: Con el use de este documento; yo, Robinson Alfonso Lopez Bolton,otorgo Poder Absoluto,General,Ampllcimo con Representation y Autorizaclon a favor de' Susan Ibon Lopez Bolton, m1 hermana, cludadana Guatemalteca,quien se identificara propiamente pars que me represerite con is plenitud de derechos que tendria el mandante- si actuare personalmente,en todos los asuntos relacionados a vents de la propieciad en la cual yo soy uno de los dueflos y con Is siguiente description: Finca 2656,Folio 156,Libro 286E en Is Ciudad de Escuintla,Guatemala. Susan lbon Lopez Bolton,sera la unica persona autorizada por ml pars representarme y finalizar todos y cada uno de los asuntos ya arriva menclonados al mejor de sus beneficios. 8ajo pens de perjuno'yen pleno use de mis facultades mental es yo,Robinson Alfonso Lopez Bolton,otorgo y firmo este Poder en este dia d de Fern �� l Robinson lfonso Lopez Bolton A notary public or other officer completing this certificate verifies only the Identity of the individual who signed the document to which this certificate Is attached,and not the truthfulness,accuracy,or validity of the document. State of California } 55 County of San Bernardino ) On o� ash��r 7 �' before me, t"•sUs Ll f1��Q UC Z :Notary Public, personally appeared who proved to r4d on the basis of satisfactory evidence to be the person whose name is subscribed to the within Instrument and acknowledged to me that he executed the some in his authorized capacity and that by his signature an the instrument the person or the entity upon behalf of which the person acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph Is true and-correct. Witness my hand and official Seal rtll �: Comniiss on 2002458 ature of Nota. P lic "� Notary ; �! ttctary Public Calilorma p an Lrernaw no County M11y Gomm Exp 195 Jan 26.2017 Bank®fAmerica®% Cashier's Check No. 1153606177 Hou�s�tti �u�tLyarauihuitei�deaY►�I�toutplct�dar Vaid.Alt6r.90 Days- 9147a/121C ' Date 02/27/1:761:49:�9TM aot�.iauamnuasa�wd9a4r.r�idasoa�edNiQaa�egirea pnwt0"0iCv"mt.TLUc6alcfiaQbeml lned*Wfi Widyt, NAZ SIERRA WAY40TH 0005 0000444 0158 c Pay AMERIC�' r crs� **$4,600a00** **Four Thousand Six Hundred and 00/100 Dollars," To The Ordrder Of CITY OF GRAND TERRACE g Remitter(Purchased By): ISAI ZECENA Bank of America,N.A. PHOENIX,AZ AU"EDSIGNATURE 0 1153606 OW, 1, 1 2 2 10 1 706e 45700 293 1? 011° ■ THE ORIGINAL DOCUMENT HAS A REFLECTIVE WATERMARK ON THE BACK. N HOLD AT AN ANGLE TO VIEW WHEN CHECKING THE ENDORSEMENTS. ■ EXHIBIT A LANDSCAPE MAINTENANCE SERVICES The City of Grand Terrace may choose to contract out Landscape Maintenance for all locations and tasks or each location/task.individually. The following services are specifically requested (also please see attached maps for further,details): Location#1: Richard Rollins Park -22745 DeBerry Street, Grand Terrace, CA 92313 Approximately 134,000 sglft Task 1*: Full Service (Planters, Ground Cover, and Shrubs) Task 2*: Mow and Weed Eat** Location#2: Veterans Freedom Park--21950 Pico Street, Grand Terrace, CA 92313 Approximately I10,000 sglft Task 1*: Full Service.(Planters, Ground Cover, and Shrubs) Task 2*: Mow and Weed Eat** Location#3: T.J. Austin Park—22740 Robin Way, Grand Terrace, CA 92313 Approximately 60,000 sglft Task 1*: Full Service(Planters, Ground Cover, and Shrubs) Task 2*: Mow and Weed Eat** Location#4: Gwen Karger Pocket Park — Northwest Corner of Mount Vernon Avenue and DeBerry Street, Grand Terrace, CA 92313 Approximately 5,000 sglff Task 1*: Full Service (Planters, Ground Cover, and Shrubs) 'Task 2*: Mow and Weed Eat** Location #5: Green Belt—Water reservoir behind homes on Canary Court between Merle Court and Paradise Street Approximately 90,000 sglft Task 1*: Full Service (Planters, Ground Cover; and Shrubs) Task 2*: Mow and Weed Eat** Location #6: Canal Strip— East Side of Canal Street at Barton Road - North and South of McClarren Street Approximately 25,000 sglft Task 1*: Mow and Weed Eat** Location#7 Oriole Slope— East'Side of Oriole Avenue between Franklin Street and Lark Street Approximately 25,000 sglft Task#1*: Full Service (Planters, Ground Cover, and Shrubs) Location#8 3 Baseball Fields at Veterans Freedom Park—21950 Pico Street, Grand Terrace,. CA 92313 Approximately 48,500 sglft Task#1*: Mow and Weed Eat** Location #9 Right of Way, Mt. Vernon Avenue from Main Street to Barton Road Approximately 9 mile on both sides of the roadway Task#1*: Weed Abatement and Spray Roundup Location #10 Right of Way, Barton Road from Palm Avenue to Victoria Approximately 0.5 miles Task#1*: Weed Abatement and Spray Roundup Location #11 Right of Way, Main Street from Michigan Street to Mt. Vernon Avenue Approximately 0.5 miles on north side of the street only Task#1*: Weed Abatement and Spray Roundup Location #12 Canal Street from Newport Avenue to Mt. Vernon ROW Drainage ditch Approximately 0.4 miles on west side of the street only Task#1*: Weed.Abatement and Spray Roundup, clear ditch Location #13 Taylor Street/ High School Riprap Drainage ditch —Behind Grand Terrace High School.and Veterans Freedom Park Approximately 25,000 sglft(see map) Task#1*:Weed Abatement and Spray Roundup Location#14 Orange Grove Parkway—At Mt. Vernon Avenue and Grand Terrace Road Approximately 30,000 sglft Task#1*: Pull Weeds by Hand Location #15 Grand Terrace Fitness Park - 21937 Grand Terrace Rd, Grand Terrace, CA 92313 Approximately 115,000 sglft Task#1*: Pull Weeds by Hand Location #16 Civic Center 22705 Barton Road, Grand Terrace, CA 92313 Approximately 30,000 sq/ft(See map) Task#1*: Full.Service (Planters, Ground Cover, and Shrubs) Task#2*: Mow and Weed Eat** Location #17 Trees-- East side of right of way on S. La Cadena Avenue_ between Palm and Litton Approximately 100,000 sq/ft Task#1*: Weed Abatement and Spray Roundup *Irrigation is NOT included (To be maintained by City staff) **Mowing and Weed eating required only once/month from November to February INSPECTIONS The City reserves the right to conduct inspections to confirm, that the proper levels of landscape maintenance service are performed. If the City finds the maintenance service fails to meet expectations, the City will notify the Contractor in writing. Contractor shall promptly correct any deficiencies within 3 business days. Failure to correct such deficiencies will be considered a breach of the Contract. ADDITIONAL SERVICES Upon City's request, contractor shall provide a quote for services at additional locations and future parks. CONTRACTOR RESPONSIBILITIES • The Contractor shall supply ALL necessary equipment, tools, consumable materials, instrumentation and labor to perform the landscape maintenance service as described herein • The Contractor shall be responsible for repairs of damages incurred during the performance of the landscape maintenance service Square Footage Estimates for. Locations#1-14 ' Sgmaa'e Footage.Esti®atei for Lat:atIon 13ZnDms Perl� 530 Fwst �n M9,=. 210laet 1 12 fee ns»gt qy0 - �S,16a fyA fiet.a -SAMKM rrs� TOT.%L SQJFT ESTLNLA fED Ate. t9 ! av - MOWL G-80q.M SQJFT SPA 3LAN1M-Oil SQJFT =u „f•• TOTAL-1fi1,940 SQJF1 i c+e+nn ........•..• � a •JSW lqm I i1 Atn. Kt!s4� e ; , lr=3500 25—Xw. Y 3w kff ssude® E_ Ca $9hsrbs 330'X 25-w 9,M s971 I j 2 N ba 630-M a 31AW AM - 50 Feet 275 fiat Am=275'X 200' s 55•?m sqm Squue Footap Esfimtes for l oafioal 2 Pico Putt 200&d A= 57F X 15' ,`=i.6zs sgedt Am-135'X 1L5' IP,$75 um 295� Amy 75'X 23' 1,725 se/t 135 fm TOTAL SQ/fT F-STBUTE1D Amm a W S 1T MOVVWG-Ir,00 SQ/lT =255„Sytt PLANTERS-1S,I?rs SQ/FT . - TOTAL.-97,M SQIf T -�''�;+ �'-�'"`' Arcs=75•s ao• .e 3.M s4M , a 2475 Sgltl maw xnd weed s'. an AIR7 a thaws,Gioimd Corm.$Sbrcbs 3 1 e. Asmx22`X3"' � . a� l� � ' �' 1� � 1 f >w•1�: .� •1 '. 1 F�.� � YX � d�t ,' s r� yy ufA f :( ♦ ,} III , Ilk r t r .'• + , Square Footage Estimates for L"Xtkm 4 a G*enn Karger Park Am- Airs sl 7�0 =gam =15as�rf� Areas- re A.rLl�,.5�K is ,4s =273sq M 4 Area a 50'�32' Ater=1,00 sqM =5W sr}W't Am m Z =250 sqtn Z 'n t3 .' '' •N ,r q` Mow=d TOTAL SQIFT ESTIMATED { per,,cavow cam,A =ba PLANTERS-=,soo sQiFr TOTAL-4,040 SQ/Ff 12 Area$ x Square Footage Estimates 4025 sgdt for Location 5 Green Belt Area=ISMIS' Area a!D'1615' Key Area=RDIXIM Z 7.1650 Uj* lice ud weed eat TOTAL SQIF T ESTMATED - F mm,Ckowd ' MOXV- G-65,035 SQlTZ fi PLkN TERS-9,:25 SQN T TOTAL-74,:50 SQ*T 13 � etl � �,r_r � •� ,, Y M1 ._, -mod.41:. q,;.3l � •��, u� � 4 ° °;j•!^ � A;i fir R Square Footage Estimates for Location 7 Orlole Slope At*li=76'I2Or 4,. I { TOTAL SQ/Fd'EMMITTED PLAN-IIER.S-9,850 SQ/F Pbwan ¢ 'GOmd d E O nw,ct Sbmbs ,r 22 q r' r 15 w - 6-3 .� e tArl " oaf 7 1 46 1 pi SA 12. S c r r Gra d mace A . Y:.C�•�1Y� a q r:j { � µ .1 P 4r�•4 �'.• xa �(+tti4 ■r yv y .t» t F a 7 k v. AF •L1 ' l�f It �c� ii�� �� s�k �' V ... fit' r•'I s, a ks_- fir""'ty"�s• a x�Li � ` r}jt. .r't i'Lr1 •4' A L.y";1 t I ;tJt. f Li ifF1g0I=Sf 1 t, sa+ ;: t a X r.t r t, u 4 ' 1�'Y r'p �i 2 i� 'i ral T•1 t itl 1 l s♦1 ty' q�. ;• � zx. P +'r ^firt{�"f�,y�a ."-: •:tx�.r _ y+`+'.'w. };:e�'•,�y ." � '..:r.�wu1Cn^,!f+�.�t' irlki ..Il k ,4jo` �`t` �'�.3 3i. � �'Ir� � � ka..114C1O rd.�7 �i l��•'� � � �a,: f t Y• t-L, . rp � . `> r� t�p,,, �? :: yr 1 _ "�'" r'� d r... iF. Aml! x �/t3�.A 4Tt *? gyp y. }�`y, ,y ''# '?r "P � tW tit' ♦ r/ , :tw,a�� �� �`,. 7�.+ 'f .�y St/ce• �� Y4�yg�L4� . s0 t .'.i '' i� ''t� • ya' asr _ �.+ _,r Y A. uy%e*�M * �fSKI rsLAI N �ty�� f j }7p C j e�4 i y �A }A��,"AIf _ „+ ,V f'r:,,.T'�a' ••y. � '+ 1"`� i,,•w ,�' '1^#. lr z �L� ,A t:lit it t r.; .' a, 'rg. - -.r.� .y,......1 r� "'Erg i' ,w,qY • a",+ - g4 -A ,r err, sera 1 v � � ��.,R'►9 � �sz...�,.._.w,.xn .rt w"- ....'r`x ..�.• �w�`,1++�,. �+pw..n.,.•+t L� t� � .f � A F r� a""; , •---..._ ,� `. "-CS# '1' ,�.":-.+.,� y��,yy'," o izi ."'�j..¢""m► 1''��y�'� SIC'"t�'p�',t'. s'jn `�,+y ,�'F "„'� .�' i a ,y�',� �r:.1 it -+-a.�• r- E �. kx � is kr-„ � r-iarn t.tyn`i: + '�` t • a,+ rD z �ci�,� F � �' ' ��1a' '� "��'�E �G'�tSe °'i� �, � 4csq ti�s<Gu"��'S • 5 �w4 '>U� t � ;c 1 'Y!^�`�`� )7"r: '� �` ,, 'y � + r 1 � � ��r' `e � ; igttY .�' �;�M � 3Y'� �� a-•�'"�'. i`•-• r h�y i,�L". i tt +" .1�?r ttl_:'�ztG�)@g 'G } N. � , r f'+ �� 1' -.+ �14 ! " 3.`. ya =.�,' ;" A; 7 .;A rn�cLta � '� .��z.�"-•• + �q .� ,sy. ""'. ( ' 4 (fig;, aim Rt AV r- ni- �, !{{'emu. 'kh+t a � + ...' t�" $ �"+'�• �,F = ,�7wz�� r! "4'e'� '�t �, t►'�'i� i;L r xb�' � . w^d i' P �t aJ r y{ , w' t :�{,.f1L! y. ,�..x„ ds 1 ' .�"`" 71a fi*4r-1�`°+''�� $}x. yz ;yK w f £ ge}�w'm P,�,d l BdE,r-1 W t + ,''� ;� ...• f � �r,,ar 4 a'T�71 r ct�t sti' tt� f` m ��; "'.� ' ,•=s...,. "'�J........�:$« "'.�.k .jw. .w.-. .r.:;t. h.'VS A�i+.ti.t� ,.'�.«''.�'..i� +.:L ..m.fa t 9 i ,�,..,,;�,,.-.�._ r'V1+1It3l�!`.��4s1 �+r4 ._ -�--^^z-. :^�i'--i�.•.wc�.r�.._., •., a. v r sty„ We "+ 3 Taw. ,,St L I t}. - �i'a�`'F t t'�� ,^ r• .yk" {` �� •�• � ram' _ .� ;f'�.. f r i�d' '� r� 'a„Y ,dam �• i�j'� °� ��* M�,'�5. ki Pi TV ,S' lk MV •+ � -••'"� f,...��.. y�yn ar"§��Q' •�'��,�t 1it• �3� a �.Lt �µ� �!f •'' '�. '�a { p ^��� �°�n '` -F �' '{ '" + � ° +. r•( `' y` ` - - QA Y lei +k ' ¢7 �au� �'{��'ry �;=,S. '4'"•.� F ;, `.1}`\a..•R��•.+��.L.�y,#� �y'�4s ;3 '� �'.�e f� .. �•. °' ` , �i r' r �""`4a +R�■_ � ,�'4.r��r734�Gao��e�' t _��.'���r.._{.�'�`z,,.,5 r� �t� � '* CIOfI2^St v p d.. / *;`I " " '�'NA1:. t# Square Foot Estimate Location 13 Taylor Street/ High School Riprap Drainage ditch e . �� <j x �', r ,, aaiy 25,000�y S`1ft a � �.�� �?� $$���� �, t� a x9 x+xyi,,r § ,n: �� s�C 9r•CP�'; 21 � � � - � of • r- � • m+W.'- �,i/ � sx+4r ice. a�•�� .4.0 .+':G•'"e'L-*�,`�". ,ro7`,' i� �,. sr�.+'s-� �.� ..yi i...�c a.,4 . ;. ,.� "fix*``" � ' t ��xw••�* ��, 8 � ,. /1 f �. 'V'- ti•C rel' 41� < .ram / y X � 3 h � ..�� • 1a. �r� � �y� for 41 o- rir 33,600 s I•I 1 i to �. meta 1 . w 4 d _� tc c • u r t *49„g , fir'! H •'2�Ye. x , q f •ri«a+ ,.s.mr ,� �': .�3��� 1 13' �°,a ��:.syat, ICA{ i43 "`-+��, "' ' S r� J * � psi t. Y� =1 a, }g 1 ae., i ai �r ur td ,Je{�i l ra�frr 'a� �, Rt` .mow