Loading...
HomeMy WebLinkAbout19-Fire Department From: CITY OF SAN BERNARDINO - REQUEST FOR COUNCIL ACTION Dept: Date: Michael J. Conrad, Deputy Chief Subject: Resolution authorizing the City of San Bemardino to enter into an agreement with the County of San Bernardino to provide fire protection and paramedic services to County unincorporated areas within the Fire City of San Bernardino's sphere of influence from July I, 2006, through June 30, 2011. August 17, 2006 MC/C Meeting Date: September 5, 2006 Synopsis of Previous Council Action: 06/19/06 08/01/05 08/16/04 06/16/03 06/18/01 . 05/15/00 12/07/98 Resolution 2006-178 extended the existing agreement from July I, 2006 through October 31, 2006. Resolution 2005-272 extended the agreement from July I, 2005 through June 30, 2006. Resolution 2004-261 adopted Amendment Number Two to extend the Agreement with the County of San Bernardino to provide fire protection from July I, 2004 through June 30, 2005. Resolution 2003-130 authorized Fire to renew the agreement with the County of San Bernardino to provide fire protection and paramedic services from July I, 2003 through June 30, 2004. Resolution 2001-193 authorized Fire to renew the agreement with the County of San Bernardino to provide fire protection from July I, 2001 through June 30, 2003. Resolution 2000-108 authorizing the Fire Department to enter into an agreement with the County of San Bernardino to provide fire protection from July I, 1999 through June 30, 2001. Resolution 98-335 approved a contract with San Bernardino County Fire Department for fire service from December 29, 1998 through June 30, 1999. RECOMMENDATION: I. Adopt resolution; and 2. Reclassify three (3) Firefighter P-I, ($4,824-$6, I 02) to ParamediclFirefighter P-2, ($5,572-$6,973); and 3. Approve three (3) Paramedic/Firefighter P-2, to begin employment on January 3, 2007, ($5,572-$6,973); and 4. Authorize the Human Resources Department to update Resolution 6429, Section Three, to reflect this action; and 5. Authorize the Director of Finance to amend the FY 2006-2007 Adopted Budget and transfer $335,900 from . the General Government Budget (acct. # 001-092-5502) to various Fire Department personnel and operating accounts as outlined in the attached staff report. ?/t('~.(/ ~ Signature {I . Contact Person: Michael J. Conrad. Deoutv Chief Phone: (909) 384-5286 Supporting data attached: Staff Reoort. Resolution. and Agreement Ward: CitYWide FUNDING REQUIREMENTS: Amount: $487.000 in Revenue for FY 06/07 to be received. Source: (Acct. No) 001-000-4702 (Acct. Description) Countv Contract Net additional cost to the Citv of $98.300 for this contract has been budgeted for FY 2006/2007. Council Notes: Finance: t:tM}o, Agenda Item NO.---11-- STAFF REPORT SUBJECT Resolution authorizing the City of San Bernardino to enter into an agreement with the County of San Bernardino to provide fire protection and paramedic services to County unincorporated areas within the City of San Bernardino's sphere of influence from July 1, 2006, through June 30, 2011. BACKGROUND On June 19, 2006, the Mayor and Common Council authorized an extension to the existing agreement with the County of San Bernardino from July .1, 2006, through October 31, 2006. The extension allowed the County and City's governing bodies to finalize the terms of the new agreement and specified that the fee for services will be applied retroactively to July 1, 2006. The new agreement is for the City of San Bernardino Fire Department to continue to provide fire protection and paramedic services to the County's unincorporated areas located within the City of San Bernardino's sphere of influence, known as County Service Area 38 and County Service Area 70. The term of the agreement is for five years, from July 1, 2006, through June 30, 2011. The County of San Bernardino shall pay the sum of $487,000 per year during the term of . this new agreement (attachment A). The agreement stipulates that future annexations will reduce the contract amount based on the audit/controller estimated current tax revenue to be transferred by the County Fire Department. The revenue from this agreement allows the City to reclassify and hire fire personnel to establish a paramedic squad. The addition of the paramedic squad is necessary to maintain fire and EMS service levels to the citizens in fire station 226's district. The number of calls for service in this district has increased at a rate of ten to twelve percent per year over the past six years, and currently has one of the highest call volumes in the city. As the call volume continues to increase, the availability of resources decreases, resulting in longer response times to emergencies. This also creates a ripple effect to other areas of the City, as other fire department resources must leave their districts to respond to busier districts. In addition, fire station 226 does meet the adopted service quality standards of drive time to the incidents. The Fire Department objective is to maintain a drive time of 5 minutes or less to 90% of calls to provide our citizens the greatest possible chance of a positive outcome involving an emergency. The establishment of the squad program will help greatly in reducing the delay in response times in many areas of the City and County Islands. This is an excellent partnership between the City and the County that is very beneficial to area residents. 1 FINANCIAL IMP ACT There will be an increased cost to the Fire Department's budget due to the addition of the paramedic squad. The cost associated with the agreement is the purchase of a squad, ancillary equipment, reclassification of three (3) existing positions, and the hiring of three (3) new positions (attachment B). Fire recommends that the revenues associated with the County agreement fund the annual cost for the following priority needs: Description FY 06/07 FY 07/08 FY 08/09 FY 09/10 FY 10/11 Hard Costs $30,QOO $30,000 $30,000 $30,000 $30,000 (fuel, wear, and tear) Reclassification $20,250* $42,525 $44,652 $46,885 $49,230 (3 PIs to 3 P2s) Additional Positions $150,600* $316,260 $332,073 $348,677 $366,11 I (3 P2s) Squad Unit/Ancillary $135,000 $0 $0 $0 $0 (one time cost) Total Annual Cost $335.850 $388.785 $406.725 $425.562 $445.341 *Salary positions will be funded for six months in FY 2006/2007; the total cost of these positions will be fully funded commencing in July 1, 2007. Revenue from the proposed contract with the County for service delivery will increase by $237,000 from $250,000 to a new total of $487,000 for Fiscal Year 2006/2007 (this increase has been included in the FY 2006-07 Adopted Budget). $335,900 has been set aside in the FY 2006-2007 Adopted General Government Budget in anticipation of expenditures associated with this contract. A budget amendment transferring the $335,900 from the General Government budget to various Fire Department accounts will be required. Additional funding in the amount of $98,300 has been budgeted in the 2006/2007 adopted budget to cover the net cost to the City resulting from this contract with the County. -..... In Fiscal Year 2007/2008 and all subsequent years, contract revenues will decline as island annexations take place and revenues are transferre.d from the County to the City. RECOMMENDA nON 1. Adopt resolution; and 2. Reclassify three (3) Firefighter P-l, ($4,824-$6,102) to Paramedic/Firefighter P-2, ($5,572-$6,973); and 2 3. Approve three (3) Paramedic/Firefighter P-2, to begin employment on January 3, 2007, ($5,572-$6,973); and 4. Authorize the Human Resources Department to update Resolution 6429, Section Three, to reflect this action; and 5. Authorize the Director of Finance to amend the FY 2006-2007 Adopted Budget and transfer $335,900 from the General Government budget (acct#001-092-5502) to various Fire Department personnel and operating accounts as outlined in the staff report. 3 1 2 3 RESOLUTION NO. 4 RESOLUTION OF THE MAYOR AND COMMON COUNCIL OF THE CITY OF SAN BERNARDINIO AUTHORIZING THE CITY OF SAN BERNARDINO FIRE DEPARTMENT TO ENTER INTO AN AGREEMENT WITH THE COUNTY OF SAN BERNARDINO TO PROVIDE FIRE PROTECTION AND PARAMEDIC SERVICES TO COUNTY UNINCORPORATED AREAS WITHIN THE CITY OF SAN BERNARDINO'S SPHERE OF INFLUENCE FROM JULY 1,2006, THROUGH JUNE 30, 2011. 5 6 BE IT RESOLVED BY THE MAYOR AND COMMON COUNCIL OF THE CITY OF SAN BERNARDINO AS FOLLOWS: 7 SECTION 1. The San Bernardino County Fire Department (County Fire) and the San 8 Bernardino City Fire Department wish to enter into an agreement for fire protection and paramedic 9 services to County unincorporated areas; 10 SECTION 2. The Mayor or his designee is hereby authorized and directed to execute said 11 agreement, a copy of which is attached as Attachment A; 12 SECTION 3. Said services will be provided in the San Bernardino County unincorporated 13 areas, most commonly referred to as "county islands", located within the City of San Bernardino's 14 sphere of influence; 15 SECTION 4. Said agreement will be for fire protection and paramedic services for the period 16 from July 1, 2006 through June 30, 2011; therefore, any action taken between July 1, 2006 and the 17 date that the agreement is executed is hereby ratified; 18 19 SECTION S. Said agreement amount shall be for four hundred eighty-seven thousand dollars and no cents ($487,000) per year, 20 21 SECTION 6. The authorization to execute the above referenced agreement is rescinded ifit is not executed within one hundred and twenty (120) days of the passage of this resolution. 22 IIII 23 IIII 24 IIII 25 IIII 26 IIII 27 IIII 28 1 1 RESOLUTION OF THE MAYOR AND COMMON COUNCIL OF THE CITY OF SAN BERNARDINIO AUTHORIZING THE CITY OF SAN BERNARDINO FIRE DEPARTMENT TO ENTER INTO AN AGREEMENT WITH THE COUNTY OF SAN BERNARDINO TO PROVIDE FIRE PROTECTION AND PARAMEDIC SERVICES TO COUNTY UNINCORPORATED AREAS WITHIN THE CITY OF SAN BERNARDINO'S SPHERE OF INFLUENCE FROM JULY 1, 2006, THROUGH JUNE 30, 2011. 2 3 4 5 6 I HEREBY CERTIFY that the foregoing Resolution was duly adopted by the Mayor and Common Council of the City of San Bernardino at a meeting thereof, held on the 7 day of , 2006, by the following vote, to wit: 8 Council Members: NAYS ABSTAIN ABSENT AYES 9 10 ESTRADA 11 BAXTER 12 VACANT 13 DERRY 14 KELLEY 15 JOHNSON 16 MCCAMMACK 17 18 19 20 Rachel G. Clark, City Clerk The foregoing resolution is hereby approved this day of ,2006. 21 22 23 Patrick J. Morris, Mayor City of San Bernardino 24 Approved as to Form: 25 26 JAMES F. PENMAN, City Attorney 27 2 28 . r;..-. 2 . Attachment "A" E New Vendor Code Dept. Contract Number M lS.. Change 3C SPD A X Cancel 106 DISTRICT Dept. Orgn. Contractor's license No. San Bernardino County Consolidated Fire District County Service Area 38 & County Service Area 70 DISTRICT Contract Representative Ph. Ext. Amount of Contract Carol Montae 387-5944 UNENCUMBERED Fund Dept. Organization Appr. Obj/Rev Source Activity GRCIPROJIJOB Number SGP 290 A 62 200 2400 SHY 290 A 78; 290 200 2445 Commodity Code Estimated Payment Total by Fiscal Year FY Amount 110 FY Amount I/O Project Name - - FIRE PROTECTION 2008/SGP '$ 354,000 2007lSGP $ 354,000 SERVICES AGREEMENT 2006/SHV S 133,000 2007/SHV $ 133,000 - - - - FOR COUNTY USE ONL Y DISTRICT FAS STANDARD CONTRACT THIS CONTRACT is entered into in the Slate of California by and between CSA 38 and CSA 70, hereinafter called the District, and Name CITY OF SAN BERNARDINO ATN: PAT MORRIS, MAYOR Address P. O. BOX 1318 SAN BERNARDINO, CA 92402 hereinafter called CITY Phone (909) 384-5286 Federal 10 No. or Socia,l Security No. IS HEREBY AGREED AS FOLLOWS: (USe' space befoll" fllld addilional bOlld sheers. Setforrh sen'ice to be rendered, flmOl/If/to be paid, matmer of payment. time for performance or completion, derermillatiol/ ofsalisfac/ory performance aud cause/or (ermination, other terms and cOl/ditions. al/d allach plal/s, specifications. and addenda. ifal/Y.) FIRE PROTECTION SERVICES AGREEMENT BETWEEN COUNTY SERVICE AREA 38, COUNTY SERVICE AREA 38, ZONE L, COUNTY SERVICE AREA 70 AND CITY OF SAN BERNARDINO This AGREEMENT is made and entered into by and between COUNTY SERVICE AREA 70 AND COUNTY SERVICE AREA 38, (hereinafter referred to as "CSA 38"), County Service Area 38, Zone L (hereinafter referred to as CSA 38, Zone L"), and the CITY OF SAN BERNARDINO (hereinafter referred to as "CITY"). WITNESSETH: WHEREAS, it is the intent of the parties hereto that the fire services in a portion of CSA 38, depicted as on attached map, be furnished to CSA 38 by CITY subject to the terms and conditions contained herein; and, FP Servo CSA 38/CSA 38 UCity of San Bernardino Page 1 of4 WHEREAS, it is the intent of the parties hereto that the advanced life support (ALS/Paramedic) services in a port~on of CSA 38 Zone L, depicted on attached map, be furnished to CSA 38 Zone L by City subject to the terms and condllions contained herein; and, WHEREAS, it is the intent of the parties hereto that CITY provide fire protection and ALS/Paramedic services to (as noted above) and that CSA 38 and CSA 38, Zone L pay CITY for these services. NOW, THEREFORE, it is agreed as follows: 1. CITY will furnish fire protection services, including advanced life support (ALS). 2. CITY will furnish fire cause and origin determination including investigations which it furnishes within its own boundaries. 3. CSA 38 will continue to provide fire protection planning and engineering services and agrees to provide CITY with copies of commercial and industrial project conditions upon final approval of the projects by the County. 4. CITY shall submit quarterly during the term of this contract to CSA 38 a report.of all fire and ALS/Paramedic services provided during the term of this contract. 6. Term - This Agreement shall become effective July 1,2006 and continue in effect through June 30, 2011. Thereafter, the parties may agree to extend the Agreement for additional one- year periods on the same terms and conditions. 7. Termination- Either party may terminate this Agreement by giving not less than sixty (60) days written notice to the other party of said intent to terminate. 8. CSA 38 and CSA 38, Zone L shall pay the sum of $487,000.00 per year during the term of this Agreement. Such payment by CSA 38 and CSA 38, Zone L to CITY will be made semi-annually in arrears on or before June 30 and December 31 of each year. Should CITY annex all or any portion or otherwise become legally obligated to provide fire protection services to any or a portion of the area as depicted on attached map at any time during the effective period of the Agreement, CITY and CSA 38 and CSA 38, Zone L, agree to reduce the contract amount based on the auditor/controller estimated current tax revenue to be transferred from CSA 38. Only properties annexed prior to April 1st of the current contract year, will be used to recalculated the next years contract amount. 9. Indemnification - CSA 38 and CSA 38, Zone L and the County agree to indemnify and hold harmless the CITY, its officers, agents, employees or volunteers from any and all claims, actions or losses, damages, and/or liability resulting from CSA 38's and CSA 38, Zone L's, or the County's negligent acts or omissions which arise from CSA 38's and CSA 38, Zone L's, or the County's performance of its obligations under this agreement. The CITY agrees to indemnify and hold harmless CSA 38 and CSA 38 Zone L, and the County and their officers, employees, agents and volunteers from any and all claims, actions, losses or damages and/or liability arising out of the CITY's obligations under this agreement. In the event CSA 38 and CSA 38, Zone L, and the County and/or CITY is found to be comparatively at fault for any claim, action, loss, or damage which results from their respective obligations under the agreement, CSA 38 and CSA 38, Zone L, and the County and/or CITY shall indemnify the other to the extent of its comparative fault. Furthermore, if CSA 38 and CSA 38, Zone L, and the County or CITY attempts to seek recovery from the other for Workers Compensation benefits paid to an employee, CSA 38 and CSA 38, Zone L, and the County and CITY agree that any alleged negligence of the employee shall not be construed against the employer of that employee. FP Servo CSA 38/CSA 38 UCity of San Bernardino Page 2 of 4 10. Insurance - Without in anyway affecting the indemnity herein provided and in addition thereto, the CITY shall secure and maintain throughout the contract the following types of insurance or self-insurance with limits as shown. Workers'. Compensation - A program of Workers' Compensation Insurance or a state-approved Self -Insurance Program in an amount and form to meet all applicable requirements of the Labor Code of the State and California," including Employer's Liability with $250,000 limits covering all persons providing services on behalf of the CITY and all risks to such persons under this Agreement. Comprehensive General and Automobile Liability Insurance or Self-Insurance - This coverage to include contractual coverage and automobile liability coverage for owned, hired, and non-owned vehicles. The policy or selfcinsurance shall have combined single limits for bodily injury and property damage of not less than one million dollars ($1,000,000). Additional Named Insured - All pQlicies or self-insurance, except for the Workers' Compensation, Errors and Omissions and Professional Liability policies, shall contain additional endorsements naming the County and its officers, employees, agents and volunteers as additional named insured with respect to liabilities arising out of the performance of services hereunder. Waiver of Subrogation Rights - CITY shall require the carriers or self-insurance of the above required coverage's to waive all rights of subrogation against CSA 38 and CSA 38, Zone L, and the County, their officers, employees, agents, volunteers, contractors and subcontractors. Policies Primary and Non-Contributory - All policies required above are to be primary and non-contributory with any insurance or self-insurance programs carried or administered by the County. Proof of Coverage - CITY shall immediately furnish certificates of insurance or self-insurance to the County Department administering the contract evidencing the insurance coverage, including endorsements, above required prior to the commencement of performance of services hereunder, which certificates shall provide that such insurance shall not be terminated or expire without thirty (30) days written notice to the Department, and CITY shall maintain such insurance from the time CITY commences performance of services hereunder until the completion of such services. Within sixty (60) days of the commencement of this Agreement, the CITY shall furnish certified copies of the policies and all endorsements. Insurance Review - The above insurance requirements are subject to periodic review by the County. The County's Risk Manager is authorized, but not required, to reduce or waive any of the above insurance requirements whenever the Risk Manager determines that any of the above insurance is not available, is unreasonably priced, or is not needed to protect the interest of the County. In addition, if the Risk Manager determines that heretofore unreasonably priced or unavailable types of insurance coverage or coverage limits become reasonably priced or available, the Risk Manager is authorized, but not required, to change the above insurance requirements to .require additional types of insurance coverage or higher coverage limits, provided that any such change is reasonable in light of past claims against the County, inflation, or any other item reasonably related to the County's risk. Any such reduction or waiver for the entire term of the Agreement and any change requiring additional types of insurance coverage or higher coverage limits must be made by amendment to this Agreement. CITY agrees to execute any such amendment within thirty (30) days of receipt. 11. Notices- All notices hereunder shall be in writing and served personally or deposited in the United States Mail, first class, addressed as follows: FP Serv. CSA 38/CSA 38 UCity of San Bernardino Page 3 of 4 CITY: San Bernardino City Fire Department 200 E Third Street San Bernardino, CA 92410 DISTRICT: San Bernardino County Consolidated Fire District Fire Chief/County Fire Warden 157 W, 5th Street, 2nd floor San Bernardino, CA 92415-0450 12. IN WITNESS WHEREOF, this Agreement has been executed and approved and is effective and operative as to each of the parties as herein provided. /// COUNTY CITY City of San Bernardino (Print or type name of corporation, company, contractor, ete.) ~ Bill Postm,us, Chairman, Board of Supervisors, Acting in its capacity as governing body of CSA 70 By ~ (Authorized signature - sign in blue ink) Dated: Name Pat Morris (Print or type name of person signing contract) SIGNED AND CERTIFIED THAT A COPY OF THIS DOCUMENT HAS BEEN DELIVERED TO THE CHAIRMAN OF THE BOARD Clerk of the Board of Supervisors of the County of San Bernardino. Title Mayor Dated: Deputy Address: Office of the City Clerk P. O. Box 1318 San Bernardino, CA 92402 By Approved as to Legal Form Reviewed by Contract Compliance Reviewed for Processing ~ County Counsel ~ ~ Agency Administrator/CAD Date Date Date Approved as to form: JAMES F. PENMAN, City t.torney By: . ilL FP Servo CSA 38/CSA 38 UCity of San Bernardino Page 4 of 4 Attachment "B" b :; eo b b <> :::l . '- 0: b eo eo 0 0: eo :::l b :::l b " '" <= <= ~ <Ii' :::l a eo a eo " ~ .... N ~ <Ii' :::l <Ii' ::l <> , '" <= <= oS Z ~ ...: Q., <Ii' 0 ~ N a ~ N a '" 0 <> , , " '" " " <= " Q., " Q., 0 ... ~ ~ ~ 09 ] ~ <Ii' ~ <Ii' ..; - = "0 "0 '" "0 0 <= "0 0 <= E- .. - ~ - ~ - ... 5 <:: a , 00; :5 00 <:: '" 09 a '" 09 0 -< '" Q., 0 '" - ~ - ~ ;:0 5 ~ ..: '- Q. i2 ~ , 00; ~ , 00; E- o '" 0 <> 6 r-- Q., 0 Q., 0 a z u " " <:: '6 ~ 0 " '- Q. " '- Q. "0 ~ ~ ~ 0 ~ 0 . ~ 09 .. >- <> <> " or::; <:: '6 <= 'g ~ ::E - ~ ~ " OJ OJ '" a OJ 0 " OJ 0 - ~ .a .a <> .a .~ ~ .a .~ g Q. t;::: '" "::> <:: 5 ..:i .;.; 00; Q. .~ <> .;.; <> .;..; 0= .;.; t;::: t;::: a 0 c.. '" '" '" '" '" <> ::E 0 0 '" ~ ::l ~ 0 00; Q. 0 00; Q. <> <> ~ " "0 '" <> ~ <> '" " <:: ~ ~ '" ~ .., - ] ] '" ] "r::i ] ] I:>:: <'\ :::l '" " " - Cl 0 <:: <:: - * * Ij' " o~ ::I: ::I: <> ::I: I:>:: ::I: I:>:: -< * * "-l eo <'\ <'\ <:: ;:J ,-.. ::l ,-.. ,-.. 0 0 0 <:: '" '" o~ CJ ,-.. 0 '" a 00 N OJ .. '" 0 <'\ No N en = '" >< --- -= = 0 0 00 " .... '" " E- ... .... N 0'> ..s::: '" \0 ~ .. ..... z 0 > = N ~ ~ .... - "" ~ .; -e ~ ~ ~ ell 0 "0 ::E ~ '" a '" '" ~ '" '" ~ Oi ~ .. ,-.. ,-.. ,-.. ,-.. ,-.. ,-.. .... ,-.. ,-.. ,-.. ,-.. ,-.. ,-.. ,-.. ,-.. - ..c: 0 0 0 0 0 <:> ~ 0 '" 0 III 0 N <'\ III >, ~ ... 0 0 '" 0 0 III 0 N \0 00 0 '" r-- ... ~ 0 "' 0 0 N \0 q 00 0 '" N t"- o \0 0 t"- <:: .. ..c: ... 0 0 0 0 . 0 NO ~ . 0 '<to N .,0 ::l -< .. ... = '" III ~ 00 0 = "i .. <'\ <'\ N '" <'\ ..., i:J <'\ '<t - 00 <'\ :!, <'\ <:> U ... 5 ~ ~ ~ .... .... ~ ~ ~ <'\ ~ ~ <'\ ::!, Cl :a "0 ~ ~ ~ ~ " .. vi ..; ~ = .. .. '" oJ .. ... .. " E- c. .!! ell <> OJ <> -< >< '" -< 0 ..s::: oE f..:i 0 S. ~ - "' " " E- "' ~ 5 '" 0 -< '" '" '" '" '" ~ '" '" '" ~ '" '" '" ~ , ::l oS 0 0;: '" "0 0 :E 0 0 '" ~ '" os .. 0 0 0 B ~ Z = , '" 0 '" '" ~ = ,...: - ,...: ,...: " "g : Cl .. CI.l <'\ :::l <'\ <'\ Z > Z .. N "0 N N " " -< ==: OJ <= ~ '" '" <:: '" '" ~7i ..:i <:: en 0 0 0 0 0 0 0 - "0 '" ~ CI.l CI.l 0 0 ... 0 0 .... "0 >- ... = 0 '" 8- '" '" o " E- .! = 0 ,...: ,...: r--O N " ... ..... <= ~ .. '" 00 <2 00 00 0'> Z o > N '<t '<t '<t o " ;:J ell .. ~ 0"; .. ==: '" 0 N 0 Z '" <A " <> '" '" ~ .!:: U '- ~~ IC eo <:> .. t"- ..s::: 00 00- .... '" <:> <:> <:> <:> <:> <:: ... .. <:> <:> r-- <:> <:> t:! or::; - 0 - >- ... t:! ... ... <:: o~ ..... ..... ..... ..... 00- " ~ -= III IC \0 t"- oo <:> <:> <:> 0 <:> <:> <:> 5 " '" <:> <:> >- <:> <:> ... 5 5 "' ... ... ... ... fi: ~ 1= o = >- >- * 1= 1= Uo ~ ~ * .. .. > '" o o N ..... - ..... CD :l ... " .... '5 5 ~ )( w , .. " s:: .. ~ '" -0 s:: .. Iii .... >- .... 5 <3