Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAboutC13-039 River Restoration Agreement AGREEMENT BETWEEN EAGLE COUNTY
AND RIVER RESTORATION FOR
BOAT LAUNCH DESIGN AT COLORADO RIVER RANCH SITE
THIS AGREEMENT is made this 1 1 day of 13, by and between Eagle
County ( "County "), and River Restoration.Org, LLC ( "Contract "), a Colorado limited liability
company with a principal place of business at 1175 CR 154, Glenwood Springs, Colorado
81601.
WHEREAS, County desires to design a boat launch at its "Colorado River Ranch" Open Space
Parcel (the "Property"); and
WHEREAS, Contractor is an engineering firm authorized to do business in the State of
Colorado, has experience and expertise necessary to provide said services to County; and
WHEREAS, County and Contractor intend by this Agreement to set forth the scope of the
responsibilities of Contractor in connection with the services and related terms and conditions to
govern the relationship between Contractor and County in connection with this Agreement.
NOW, THEREFORE, in consideration of the foregoing premises and the following promises,
County and Contractor agree as follows:
ARTICLE 1— WORK
1.1 Contractor agrees to provide all services, labor, personnel and materials to perform and
complete the services set forth in Contractor's Proposal Dated January 28, 2013 (hereinafter
"Services" or "Work ") which is attached hereto as Exhibit A and incorporated by this reference.
Contractor and will use its expertise, skill to perform the Services. In the event of any conflict
between the contents of this Agreement and Exhibit A and B, this Agreement shall control. All
Work for Tasks 1, 2, 3, 4 and 5 shall be completed no later than April 19, 2013. Tasks 6, 7 and 8
shall be completed no later than June 7, 2013. Task 9 will be determined by the Construction
Schedule and River Flows but should be completed by August 2013.
ARTICLE 2 — COUNTY'S REPRESENTATIVE
2.1 The Eagle County Project Manager shall be Contractor's contact with respect to this
Agreement and the performance of the Services.
ARTICLE 3 — TERM OF AGREEMENT
3.1 This Agreement shall commence upon execution of this Agreement by both parties, and,
subject to the provisions of Article 11 hereof, shall continue in full force and effect until the
Services are satisfactorily completed in accordance with the terms of this Agreement.
1
C(ry0
ARTICLE 4 — COMPENSATION
4.1 For the Services to be provided hereunder, County will pay Contractor the amounts
provided in Exhibit "A." The maximum amount of compensation under this Agreement shall not
exceed $39,452.50 without a change order signed by both parties.
4.2 Payment will be made for Services satisfactorily performed within thirty (30) days of receipt
of a proper and accurate invoice from Contractor respecting the Services. The invoice shall
include a description of services performed. Upon request, Contractor shall provide County
with such other supporting information as County may request.
4.3 County will not withhold any taxes from monies paid to the Contractor hereunder and
Contractor agrees to be solely responsible for the accurate reporting and payment of any
taxes related to payments made pursuant to the terms of this Agreement.
4.4 Notwithstanding anything to the contrary contained in this Agreement, no charges shall be
made to the County nor shall any payment be made to the Contractor in excess of the amount
for any Services done without the written approval in accordance with a budget adopted by
the Board in accordance with provisions of the Colorado Revised Statutes. Moreover, the
parties agree that the County is a governmental entity and that all obligations beyond the
current fiscal year are subject to funds being budgeted and appropriated.
ARTICLE 5— CONTRACTOR'S REPRESENTATIONS
In order to induce County to enter into this Agreement, Contractor makes the following
representations:
5.1 Contractor has familiarized itself with the nature and extent of the Services to be
provided hereunder, the Property, and with all local conditions, and federal, state, and local laws,
ordinances, rules and regulations that in any manner affect cost, progress, or performance of the
Services.
5.2 Contractor will make, or cause to be made, examinations, investigations, and tests as he
deems necessary for the performance of the Services.
5.4 To the extent possible, Contractor has correlated the results of all such observations,
examinations, investigations, tests, reports, and data with the terms and conditions of this
Agreement.
5.5 To the extent possible Contractor, has given County written notice of all conflicts, errors,
or discrepancies that he has discovered in the Agreement.
2
5.6 Contractor will be responsible for provision of the Services and shall perform the
Services in a skillful, professional and competent manner and in accordance with the standard of
care, skill and diligence applicable to professional engineering firms. Further, in rendering the
Services, Contractor shall comply with the highest standards of customer service to the public.
Contractor shall provide appropriate supervision of its employees to ensure the Services are
performed in accordance with this Agreement.
ARTICLE 6 — ENTIRE AGREEMENT
6.1 This Agreement represents the entire Agreement between the parties hereto. There are no
Contract Documents other than this Agreement and its Exhibit A. The Agreement may only be
altered, amended, or repealed in writing.
ARTICLE 7 — MISCELLANEOUS
7.1 No assignment by a party hereto of any rights under, or interests in the Agreement will be
binding on another party hereto without the written consent of the party sought to be bound; and
specifically, but without limitation, moneys that may become due and moneys that are due may
not be assigned without such consent (except to the extent that the effect of this restriction may
be limited by law), and unless specifically stated to the contrary in any written consent to an
assignment, no assignment will release or discharge the assignor from any duty or responsibility
under the Agreement.
7.2 County and Contractor each binds itself, its partners, successors, assigns and legal
representatives to the other party hereto, in respect to all covenants, agreements, and obligations
contained in this Agreement.
7.3 Notwithstanding anything to the contrary contained in this Agreement, County shall have
no obligations under this Agreement after, nor shall any payments be made to Contractor in
respect of any period after December 31 without an appropriation therefore by County in
accordance with a budget adopted by the Board of County Commissioners in compliance with
Article 25, Title 30 of the Colorado Revised Statutes, the Local Government Budget Law (C.R.S.
§ 29 -1 -101 et seq.) and the TABOR Amendment (Colorado Constitution, Article X, Sec. 20).
7.4 Provision Mandated by C.R.S. § 8- 17.5 -101 et seq. PROHIBITIONS ON PUBLIC
CONTRACT FOR SERVICES
7.4.1 If Contractor has any employees or subcontractors, Contractor shall comply with C.R.S. §
8- 17.5 -101, et seq., regarding Illegal Aliens — Public Contracts for Services, and this Contract.
By execution of this Contract, Contractor certifies that it does not knowingly employ or contract
with an illegal alien who will perform under this Contract and that Contractor will participate in
the E -verify Program or other Department of Labor and Employment program ( "Department
Program ") in order to confirm the eligibility of all employees who are newly hired for
employment to perform Services under this Contract.
3
7.4.2 Contractor shall not:
(i) Knowingly employ or contract with an illegal alien to perform work under this
contract for services; or
(ii) Enter into a contract with a subcontractor that fails to certify to the Contractor that
the subcontractor shall not knowingly employ or contract with an illegal alien to
perform work under the public contract for services.
7.4.3 Contractor has confirmed the employment eligibility of all employees who are newly
hired for employment to perform work under this Contract through participation in the E -verify
Program or Department Program, as administered by the United States Department of Homeland
Security. Information on applying for the E- verify program can be found at:
http: / /www.dhs.gov /xprevprot/programs /gc 1185221678150.
7.4.4 The Contractor shall not use either the E -verify program or other Department Program
procedures to undertake pre - employment screening of job applicants while the public contract
for services is being performed.
7.4.5 If the Contractor obtains actual knowledge that a subcontractor performing work under
the public contract for services knowingly employs or contracts with an illegal alien, the
Contractor shall be required to:
(i) Notify the subcontractor and the County within three days that the Contractor has
actual knowledge that the subcontractor is employing or contracting with an
illegal alien; and
(ii) Terminate the subcontract with the subcontractor if within three days of receiving
the notice required pursuant to subparagraph (i) of the paragraph (D) the
subcontractor does not stop employing or contracting with the illegal alien; except
that the Contractor shall not terminate the contract with the subcontractor if
during such three days the subcontractor provides information to establish that the
subcontractor has not knowingly employed or contracted with an illegal alien.
7.4.6 The Contractor shall comply with any reasonable request by the Department of Labor and
Employment made in the course of an investigation that the department is undertaking pursuant
to its authority established in C.R.S. § 8- 17.5- 102(5).
7.4.7 If a Contractor violates these prohibitions, the County may terminate the contract for a
breach of the contract. If the contract is so terminated specifically for a breach of this provision
of this Contract, the Contractor shall be liable for actual and consequential damages to the
County as required by law.
7.4.8 The County will notify the office of the Colorado Secretary of State if Contractor violates
this provision of this Contract and the County terminates the Contract for such breach.
4
7.5 Invalidity or unenforceability of any provision of this Agreement shall not affect the
other provisions hereof, and this Agreement shall be construed as if such invalid or
unenforceable provision was omitted.
7.6 Contractor acknowledges that County has entered into this Agreement in reliance upon
the particular reputation and expertise of Contractor. Contractor shall not enter into any sub -
consultant or sub - contractor agreements for the performance of any of the Services or without
County's prior written consent, which may be withheld in County's sole discretion. County shall
have the right in its reasonable discretion to approve all personnel assigned to perform the Work
and no personnel to whom County has an objection, in its reasonable discretion, shall be
assigned. Contractor shall require each sub - consultant or sub - contractor, as approved by County
and to the extent of the Services to be performed by the sub - consultant or sub - contractor, to be
bound to Contractor by the terms of this Agreement, and to assume toward Contractor all the
obligations and responsibilities which Contractor, by this Agreement, assumes toward County.
ARTICLE 8 - JURISDICTION AND VENUE:
8.1 This Agreement shall be interpreted in accordance with the laws of the State of Colorado
and the parties hereby agree to submit to the jurisdiction of the courts thereof. Venue shall be in
the Fifth Judicial District for the State of Colorado.
8.2 In the event of litigation between the parties hereto regarding the interpretation of this
Agreement, or the obligations, duties or rights of the parties hereunder, or if suit otherwise is
brought to recover damages for breach of this Agreement, or an action be brought for injunction
or specific performance, then and in such events, the prevailing party shall recover all reasonable
costs incurred with regard to such litigation, including reasonable attorney's fees.
ARTICLE 9 - INDEMNIFICATION:
9.1 The Contractor shall indemnify and hold harmless County and any of its officers, agents
and employees against any losses, claims, damages or liabilities for which County or any of its
officers, agents, or employees may become subject to, insofar as any such losses, claims,
damages or liabilities arise out of, directly or indirectly, this Agreement, or are based upon any
performance or nonperformance by Contractor or any of its subcontractors hereunder; and
Contractor shall reimburse County for any and all attorney fees and costs, legal and other
expenses incurred by County in connection with investigating or defending any such loss, claim,
damage, liability or action. This indemnification shall not apply to claims by third parties
against the County to the extent that the County is solely liable to such third party for such
claims without regard to the involvement of the Contractor.
5
ARTICLE 10 - OWNERSHIP OF DOCUMENTS AND MATERIALS:
10.1 All documents (including electronic files) and materials which are obtained during,
purchased or prepared in the performance of the Services shall remain the property of the County
and are to be delivered to County before final payment is made to Contractor or upon earlier
termination of this Agreement.
ARTICLE 11 - TERMINATION:
11.1 County may terminate this Agreement, in whole or in part, for any reason, at any time,
with or without cause. Any such termination shall be effected by delivery to Contractor of a
written notice of termination specifying the date upon which termination becomes effective. In
such event, Contractor shall be compensated for all Services satisfactorily completed up to the
date of termination for such Services.
ARTICLE 12 — NOTICE
12.1 Any notice required under this Agreement shall be personally delivered, mailed in the
Y q g p Y
United States mail, first class postage prepaid, or sent via facsimile provided an original is also
promptly delivered to the appropriate party at the following addresses:
The County: Eagle County Project Management
Rick Ullom, Construction Manager
P.O. Box 850
Eagle, Colorado 81631
(970) 328 -8780 (p)
(970) 328 -3539 (f)
and a copy to: Eagle County Attorney
P.O. Box 850
Eagle, Colorado 81631
(970)328 -8685 (p)
(970) 328 -8699 (f)
The Contractor: River Restoration.Org, LLC
P.O. Box 2123
Glenwood Springs, CO 81601
(970) 947 -9568
12.2 Notices shall be deemed given on the date of delivery; on the date a FAX is transmitted
and confirmed received or, if transmitted after normal business hours, on the next business day
after transmission, provided that a paper copy is mailed the same date; or three days after the
date of deposit, first class postage prepaid, in an official depositary of the U.S. Postal Service.
6
ARTICLE 13 — INDEPENDENT CONTRACTOR
13.1 It is expressly acknowledged and understood by the parties hereto that nothing contained
in this Agreement shall result in, or be construed as establishing, an employment relationship
between County and Contractor or County and Contractor's employees. Contractor and its
employees shall be, and shall perform as, independent contractors. No officer, agent,
subcontractor, employee, or servant of Contractor shall be, or shall be deemed to be, the
employee, agent or servant of County. Contractor shall be solely and entirely responsible for the
means and methods to carry out the Services under this Agreement and for Contractor's acts and
for the acts of its officers, agents, employees, and servants during the performance of this
Agreement. Neither Contractor nor its officers, agents, subcontractors, employees or servants
may represent, act, purport to act or be deemed the agent, representative, employee or servant of
County.
ARTICLE 14 — INSURANCE REQUIREMENTS
14.1 At all times during the term of this Agreement, Contractor shall maintain insurance on its
own behalf in the following minimum amounts:
14.1.1 Workmen's Compensation, disability benefits, and other similar employee benefit
acts, with coverage and in amounts as required by the laws of the State of Colorado.
14.1.2 Comprehensive Automobile Insurance shall be carried in the amount of
$1,000,000 for bodily injury and $1,000,000 for property damage, each occurrence. All liability
and property damage insurance required hereunder shall be Comprehensive General and
Automobile Bodily Injury and Property Damage form of policy.
14.1.3 Comprehensive liability and property damage insurance issued to and covering
Contractor and any subcontractor with respect to all Work performed under this Agreement and
shall also name County as an additional insured, in the following minimum amounts:
Bodily Injury Liability:
Each Person: $1,000,000
Each Accident or Occurrence: $1,000,000
Property Damage Liability:
Each Accident or Occurrence: $1,000,000
Professional Liability: $1,000,000
14.2 Contractor shall purchase and maintain such insurance as required above and the
certificate of insurance is attached hereto as Exhibit B.
7
IN WITNESS WHEREOF, the parties hereto have executed this Agreement the day and year
first above written.
COUNTY OF EAGLE, STATE OF
COLORADO 11
By: ill italliakirl
Jo vney, hai an
ATTEST: ,
r s
i - - Us ,
Teak Simonton
Clerk to the Board
RIVER RESTORATION.ORG
Tit1e: / a
CONTRACTOR IS REQUIRED TO HAVE ITS SIGNATURE NOTARIZED
STATE OF Colorad )
) ss.
COUNTY OF a Of f 1 id )
The foregoing instrument was acknowledged before me by ,q SO h Cort , of
1: R es1oraffigh this 2°I day ofJAfudYL , 20 2,.
My commission expires: 10 /ZS j 15
� ����� to r i i r +rir Ja
YwV1L �t `� �E' � q
otary Public � �� NOrq� y
PUBLIC X sa
., BLIC
. ••� .,
�� 'Nits 11111100 �\
8
EXHIBIT A
[INSERT PROPOSAL AND /OR SCOPE OF WORK]
•
9
I V E R
AFSTO1.ATION.ORG
PO Box 2123 Glenwood Springs, CO 81601 (970) 947 -9568
January 28, 2013
Rick Ullom
Eagle County, Construction Manager
Project Management Department
Office: 970 - 328 -8780
Mobile: 970 - 471 -0439
RE: Proposal for Eagle County Open Space Improvements Design at the Colorado
River Ranch
Dear Rick,
RiverRestoration would like to offer our engineering services for the design of access
road improvements, a parking lot, a concrete boat launch, and associated facilities at the
Colorado River Ranch Eagle County Open Space. The following Scope of Work (SOW)
outlines the Tasks necessary to complete the project.
We are experts in river engineering issues specific to the Colorado River and its
tributaries including flooding, recreation, and environmental concerns. We specialize in
environmentally sensitive river construction techniques and are knowledgeable in river
construction costs specific to Western Colorado. We take an organic, naturally
functioning, holistic approach in all of our river projects.
Task 1 Project Kickoff & Meetings
RiverRestoration staff will participate in two separate meetings with Eagle County Staff
necessary to finalize the SOW and to kick off the recreation enhancements projects once
under contract. We will also be available by telephone and email to answer questions
from the County and other consultants regarding the proposed SOW and project details.
Task 2 Field Reconnaissance & Assessment
RiverRestoration will perform one site visit as part of the field reconnaissance. This visit
will be necessary to orient our staff on the project site and to identify specific areas for
further analysis and design. Evaluations will be limited under winter conditions but will
attempt to identify access road issues, road stability issues, drainage issues, opportunities
for bank improvements, locations for the boat ramp and eddy improvements, available
on -site materials, and physical constraints at the site. The field reconnaissance and
assessment will be performed by our designers, giving them a greater understanding of
the site conditions, opportunities, and constraints.
This task assumes that survey data collected by Eagle County, at the project site, will be
provided to RiverRestoration prior to initiating this task. It is also assumed that the
County surveyor responsible for the initial field survey will accompany our staff to the
project site to collect supplementary data as required for Task 2 Access Road
IVE '
/� RE5TORATION.
t " PO Box 2123 Glenwood Springs, CO 81601 (970) 947 -9568
Improvements and Task 4 Boat Launch & Parking Area Preliminary Drawings. Data will
be collected sufficient to complete design adequate for the County Road and Bridge
Department to improve the access road and to perform 30% design of the parking lot and
boat ramp.
Task 3 Access Road Improvements
This task will require the development of construction drawings for access road
improvements at the project site. Specific activities shall include: asphalt paving of the
turnout area for approximately 100 ft along the site access road; addressing site drainage
and culverts along the access road; and road improvements at the railroad crossing.
Quantities associated with these specific design areas will be developed for Eagle
County. Planview drawings, profiles, descriptions, and sections will also be developed
for the specific access road improvement activities described herein. Final stamped
construction drawings and specifications will be provided to Eagle County for the
completion of this task. As part of this task, our engineer will plan to attend two pre -
construction meetings.
This task assumes the Eagle County will be responsible for designing access road
improvements between the specific design areas described above. As such, it is assumed
the County Road and Bridge Department will be performing construction activities on the
access road and that bid support will not be required for this task.
It is assumed that no work will be performed within the ephemeral drainage adjacent to
the access road and as such a 404 permit will not be required. We also assume that Eagle
County will be responsible for acquiring all construction permits necessary to perform
this work.
Task 4 Boat Launch & Parking Area Preliminary Drawings
For the completion of this task, preliminary 30% design level drawings will be developed
by RiverRestoration to describe a conceptual layout of the parking area, boat ramp, and
associated facilities at the project site. The first step will be to perform baseline mapping
and to create a Digital Terrain Model (DTM) based on survey data and rectified GIS data
provided by Eagle County. Concept drawings will consist of a set of plan view maps (line
drawings only) that spatially relates proposed improvements. Preliminary designs will
show the locations of proposed boat launches, bank stabilization/eddy enhancement
activities, public restrooms, circulation roads, fencing, Care of Water (COW), and site
drainage. Concept design will consider projected site use numbers for planning purposes.
RiverRestoration will coordinate preliminary drawings with the County for the purposes
of satisfying requirements of their agreement with Colorado Open Lands and Nationwide
Permits 36 and 42 for the United States Army Corps of Engineers (USACE). The COW
plan shall include details and specifications depending on proposed construction
techniques and the use of wet cement. Itemized quantities based on concept design will
also be developed. We will present these preliminary designs to the county for review.
IVE •
RESTORATION.ORU
PO Box 2123 Glenwood Springs, CO 81601 (970) 947 -9568
Task 5 Permitting and Coordination
RiverRestoration will coordinate with Colorado Park and Wildlife (CPW), Eagle County,
Bureau of Land Management (BLM), and the USACE to disclose discharge of materials
below the Ordinary High Water Line (OHWL), identify care of water and best
management practices below the ordinary high water line, and coordinate a construction
window, all to minimize impacts. RiverRestoration will prepare Pre Construction
Notification (PCN) for two USACE Nationwide Permits 36 and 42 along with the
required supporting documentation including supplemental information, design plans,
specifications, and details as necessary. A Dewatering Permit application for the CDPHE
will be developed by RiverRestoration and provided to the County for finalization,
payment, and submittal, based on the Care of Water plan presented in Task 4. A
floodplain Use Permit will also be filled out and supplied to Eagle County for submittal
to the County Floodplain Manager.
We assume Eagle County will finalize and submit all permit applications. This effort also
assumes that the County's selected design can be constructed under a Nationwide Permit
36 and 42, and that an Individual 404 Permit will not be required. Any public notices
will be the responsibility of Eagle County. We assume Eagle County will be responsible
for obtaining all permits necessary for construction outside of the specific permits
described herein.
Task 6 Supplementary Hydrographic Survey
RiverRestoration will perform one supplementary survey of the river's edge and banks
once the ice has receded from the reach and the ground is free of snow. During this
survey, riparian species and preliminary wetland indicators will be identified, the OHWL
will be delineated, bank stability will be evaluated, and geomorphic process will be
determined. All survey data will be tied into on -site control provided by Eagle County
and used to update the existing basemaps and DTMs.
Task 7 Hydraulic Analysis
River Restoration will perform baseline hydraulic analyses once the supplementary
hydrographic survey has been performed. Using survey data of the east bank and
available remotely sensed data, a 1 -D hydraulic model of the river reach will be
developed using the USACE's HEC -RAS standard step backwater model. This model
will be used to perform floodplain analysis necessary to compare 100 yr water surface
elevations calculated from existing and proposed conditions. Documentation will be
prepared describing hydraulic performance assumptions and floodplain information at the
project site along with how proposed designs comply with Eagle County requirements.
This task assumes that existing conditions can be matched hydraulically and coarse
channel detail (GIS) will be adequate for floodplain assessments. This task assumes site
inventory and assessment will be initiated during low flows conditions and that GIS data
eli CE'
PO Box 2123 Glenwood Springs, CO 81601 (970) 947 -9568
including topography, Floodplain Districts, ownership, land uses, setbacks, utilities,
storm water discharges and other related issues will be provided. It is also assumed that
GIS parcels are adequate to represent approximate property boundaries. This task
assumes that Zone D modifications do not require any FEMA coordination and that the
County will be responsible for any National Flood Insurance Program compliance.
Task 8 Final Plans and Specifications
Final design plans and specifications will be developed for the selected boat launch and
parking area based on conceptual designs. These will include plan views, details,
sections, descriptions, Best Management Practices (BMP) and technical specifications in
an Advertisement for Bid for the project. Initially, 60% and 90% design level plans will
be developed and submitted to the County for review. Itemized cost opinions based on
associated design quantities will be developed and updated to create a bid tab. Notes and
specifications will be provided at the 90% design level. Language for pre - qualification of
Contractors will also be supplied. Final stamped project plans, construction
specifications, and itemized cost opinions will be provided to the County for the
completion of this task.
This Task assumes that Eagle County will be responsible for all required County permits.
Eagle County will also be responsible for preparing and advertizing for bid, including
general and special conditions. We will review bids and qualifications and rank up to
two Contractors. Our engineer will plan to attend one pre -bid meeting for the completion
of this task.
Task 9 Construction Monitoring
RiverRestoration will travel to the proposed project site one time to perform stake out of
access road and one time to perform stakeout of the parking area and boat ramp. We will
place initial grade stakes on the site describing the layout and associated cut/fill of the
project. Following the initial layout, it is the responsibility of the Contractor to maintain
or relocate grade stakes as necessary. We will also return to the project sites to perform
construction monitoring activities related to project aspects described herein. It is
assumed that a staff member of RiverRestoration's will participate in a total of eight
weekly construction meetings for the fulfillment of this task. RiverRestoration will
review contractor work during the weekly construction meeting monitoring their general
conformance with plans and specifications. Furthermore, we will be available to make
contractor clarifications and field modifications to facilitate timely project completion.
• IVER
� T YSTORAT1ON.ORG
PO Box 2123 Glenwood Springs, CO 81601 (970) 947 -9568
Thank you for the invitation to submit a proposal to provide professional services to
Eagle County. Table 1 is our opinion of anticipated effort for the design of the access
road improvements, a parking lot, a concrete boat launch, and associated facilities for the
Open Space Improvements at Colorado River Ranch. Please contact us with any
questions or concerns you may have or to discuss the details of this proposal at further
length.
Sincerely,
JA4i
Jason Carey P. .
River Engineer
j ason.carey @riverrestoration.org
(970) 947 -9568
0 0 0 0 0 0 0 0 0 0 0 0
0 0 e 0 0 0 0 0 0 0 0 In
• 0 0 rsi 0 0 0 0 0 0 0 0 oi
00 01$ m m % f U er
\ O N. t A
/
m 0
01
z CO lip 0 0 /
/ 0 o
a
00 v E
\ } m ° E §
H = a
its
N E
_v , # L 0
/ 2 0
% § _ 0 \ up r ,1 o
0 z v 0
E a = e 00 0 • / 0 dr q
o t"
0.
I 0
O § _ = 0 N
o &
c
0
0. m 0 E
.c o 0
@ 0 ~ %-i ^ % 00
\ W
k N m 0
. , ,r r E /
\ I
• k • k e m 0
$:,. U m 0 •
\ 8 / 2 7
/\ ci) 0 0 0 0 0 0 0 0 0 0 0
✓ c u 0 0 0 0 o 0 o 0 0 0
� 0 a dr k% d$$ d k N ci 9
} ~ 0 cc e m th
m 1/1- m
2 m p/ 2 u g -1
• 0 ( 0 Cr, / - \ - / k \ / \ I-
2 2 § m \ C 5 > g I-
co / _ C ° 0 ° 0- ° ® •
1111- < 2 s k c 2 E O/ k e \
$ ' 3 ? 3 2 e 2
■ 2 f 0 e
_ -J »
k k \ R
I- »
EXHIBIT B
[INSERT INSURANCE CERTIFICATE]
10