Loading...
HomeMy WebLinkAbout6. MANAGERS REPORT 01/19/2010 MOUNT PROSPECT POLICE DEPARTMENT FORMAL MEMORANDUM CHF 10-08 CONTROL NUMBER TO: MICHAEL E. JANONIS, VILLAGE MANAGER ~b. \-1:T"~ d \c=:t ( \0 FROM: CHIEF OF POLICE SUBJECT: 2010 POLICE VEHICLE PURCHASE DATE: JANUARY 6,2010 REQUEST TO PURCHASE NINE (9) 2010 FORD INTERCEPTOR MAR SQUAD CARS Background Information on the Marked Police Patrol Squad Car Fleet / In 2000, the police department began purchasing Ford Interceptor marked patrol squad cars as replacements for the discontinued Chevrolet Caprice squad cars. The department completed the transition to an all Ford fleet of marked patrol squad cars the following year. The Ford Interceptors have proven to be well suited to police patrol operations. An evaluation of the Interceptor's acceleration, braking, turning and maneuvering capabilities indicates it meets all of the department's emergency and pursuit driving requirements. Being a large, full frame vehicle, the Interceptor easily accommodates the in-car computer, mobile video recorder and police radios that are installed in the front seat area, while also providing ample room to safely and effectively transport prisoners in the back seat area. Finally, Public Works mechanics are satisfied with the Interceptor's durability and reliability, with the warranty and repair services provided by Ford dealers and with Ford's responsiveness to recommendations for vehicle improvements in subsequent model years. In 2008, the Police Department was scheduled to replace eleven (11) Ford Interceptor squad cars. Based upon their low mileage and excellent condition, the Police Department recommended foregoing the purchase of ten (10) patrol vehicles. It was staff's recommendation to move from a two year replacement schedule to a three year replacement schedule for patrol vehicles. This decision was based upon current and anticipated mileage, and vehicle condition. A single Ford Interceptor was purchased to replace a 2000 Ford Interceptor with approximately 65,000 miles. Additionally in 2008, in lieu of replacing the scheduled ten (10) Ford Interceptor squad cars, the department, with the approval of your office and the Village Board, purchased six (6) Chevrolet Impalas to replace all high mileage vehicles assigned to the investigative unit and one (1) Chevrolet Impala assigned as a staff vehicle. The purchase of the Chevrolet Impalas in lieu of the Ford Interceptors resulted in a savings of $149,400. In 2009, the Police Department resumed its scheduled squad car replacement with the purchase of eight (8) Ford Interceptor squad cars, two (2) Ford Expeditions for patrol supervisors and one (1) Ford Explorer as a marked community service vehicle. An additional Ford Explorer was purchased as a staff vehicle. Page 10f3 MOUNT PROSPECT POLICE DEPARTMENT FORMAL MEMORANDUM CHF 10-08 CONTROL NUMBER Alternative Squad Car At this time there are two (2) alternative "full size" sedan style police pursuit vehicle packages available, the Chevrolet Impala and the Dodge Charger. Despite being sold as a "full size" vehicle, the Chevrolet Impala is smaller than the Ford Interceptor and thus does not adequately accommodate people or equipment as well as the Ford Interceptor. The Dodge Charger uses uni- body construction and does not have a frame as the Ford Interceptor does. Additionally, the base price of the Dodge Charger is $22,397 while the Ford Interceptor base price is $20,668. Recommendation The department is recommending the purchase of nine (9) Ford Interceptors for use as police patrol squad cars. The Ford Interceptor, in a police pursuit vehicle package, is available from Landmark Ford in Springfield under a State of Illinois bid award (PSD #4015559) at a cost of $22,500 per vehicle. This price includes vehicle options and freight. As a comparison, last year the Village purchased replacement squad cars under the state bid award at a cost of $22,400 per vehicle. We are requesting the Village Board authorize the purchase of nine (9) Ford Interceptor police pursuit vehicles from Landmark Ford at a total cost not to exceed $202,500 under the pricing of the State of Illinois contract for police vehicles. The State of lllinois contract was awarded through a competitive bid process, and we are eligible to make purchases under the contract provisions. Funds for these nine (9) vehicles are available for this expenditure in vehicle replacement account #6707709-660123, which is listed on page #288 of the 2010 Annual Budget. Delivery of these nine (9) vehicles will be in early 2010. Vehicle Conversions In 2009, the Police Department was tasked with selecting a new vendor to provide squad car conversions and new equipment installations. Until this time, Custom Vehicle Systems of Grayslake had provided this service but the company ceased operations in the last half of 2008. A squad car conversion consists of removing and re-installing police vehicle equipment from a replaced vehicle into a new vehicle. Additionally, the conversion involves the installation of new emergency lighting, mobile data computers with mountings, radios, mobile video recording systems and numerous other squad equipment items. In the Chicagoland area, there are a limited number of installers who provide this service. As part of the selection process for a new installer, the department looked at the basic cost to remove and reinstall base equipment into new police vehicles, the cost for miscellaneous new equipment, the business' reputation with local police agencies and any past experience we may have had with the installer. Two local businesses were selected based on reputation and ability to meet our needs, Lund Industries of Wheeling and Ultra Strobe Communications of Crystal Lake. A comparison of price indicated that Lund Industries charged $1,845 and Ultra Strobe Communications charged $1,350 per basic vehicle conversion. In addition to the base conversion price per vehicle, additional equipment is purchased and installed. This includes wiring, antennas, mobile data docking stations, emergency lighting equipment and miscellaneous equipment. This cost includes an emergency light bar at a cost of $1,200. This light bar replaces light bars purchased approximately ten (10) years ago. The new light bar incorporates LED technology and will remain in use for the next five (5) to ten (10) years. Attached for your review is a breakdown of equipment and cost per vehicle conversion. Page 2 of 3 MOUNT PROSPECT POLICE DEPARTMENT CHF 10-08 FORMAL MEMORANDUM CONTROL NUMBER The cost to purchase and install new equipment was substantially similar between Lund Industries and Ultra Strobe Communications. Both rely on prevailing retail and installation costs. Accordingly, Ultra Strobe Communications cost for a complete vehicle installation was $8,965 or $495 less than Lund Industries. Recommendation Based upon costs, service and ability to promptly meet the needs of the department, it is staffs recommendation to utilize Ultra Strobe Communications of Crystal Lake for department squad car conversions and installations. In conclusion, it is requested that the bid process be waived to employ the services of Ultra Strobe Communications for the conversion and purchase of related installation equipment for nine (9) squad cars at a cost not to exceed $81,000. Funds to convert and equip these nine (9) vehicles are available for this expenditure in vehicle replacement account #6707709-660123, which is listed on page #288 of the 2010 Annual Budget. Finally, at the direction of the Public Works Director, all vehicles replaced in 2009 will be placed into service by other Village departments or placed into auction. ~.=:i.. . (:.:--') / ....... ,', ~:~!~;,gy,~_. ... ...~ Attachments c: Deputy Police Chief Michael Semkiu Deputy Police Chief Robert Rzepecki Director of Public Works Glen Andler Deputy Director of Public Works Sean Dorsey Public Works Vehicle Maintenance Superintendent Jim Breitzman \\Pfl\pflpi$\MSemkiu\USRDA1\My Documents\Equipment\Squad Purchase Request 20lO.doc Page 30f3 landmark Ford Inc. You Always Do Better At Landmark 2401 Prairie Crossing Drive Springfield, IL. 62711 Phone: 2178625253 Fax: 217 862 5316 DESCRIPTION 2010 Ford Police Interceptor Delete cruise Deliver Power drivers seat 21A Heated mirrors Trunk pack kevlar Cloth rear seat 14T Undercoat Tutone Black & White 952 41H 437 730A Engine block heater Cars keyed alike 1435X 3.55 limited slip axle Sound off Dome Light Decklid release on dirvers door 61H 96C Body moldings shipped in trunk Paper service manual 85.00 in other Make all checks payable to Landmark Ford Inc. If you have any questions concerning this quote, contact Lyle E Snow Ph 217 862 5253 Cell 217 553 2508 emaillylesnow@msn.com THANK YOU FOR YOUR BUSINESS! Quote DA TE: Quote For: Village of Mt Prospect 50 South Emerson St Mt Prospect, Illinois 60056 $ 20,668.00 (189.00) 185.00 330.00 35.00 166.00 (55.00) 185.00 770.00 30.00 50.00 142.00 91.00 60.00 30.00 SUBTOTAL $ 22,498.00 8 179,984.00 185.00 1 69.00 Units Sub total OTHER TOTAL $ Quote landmark Ford Inc. DA TE: You Always Do Better At Landmark 2401 Prairie Crossing Drive Springfield, IL. 62711 Phone: 217 862 5253 Fax: 217 862 5316 Quote For: Village of Mt Prospect 50 South Emerson St Mt Prospect, Illinois 60056 DESCRIPTION 2010 Ford Police Interceptor $ 20,668.00 Deliver 185.00 Power drivers seat 21A 330.00 Heated mirrors 35.00 Trunk pack kevlar 14T 166.00 Cloth rear seat (55.00) Undercoat 185.00 Engine block heater 41H 30.00 Cars keyed alike 1435X 437 50.00 3.55 limited slip axle 730A 142.00 Sound off Dome Light 91.00 Decklid release on dirvers door 61H 60.00 SUBTOTAL $ Units 21,887.00 1 21,887.00 Sub total OTHER TOTAL $ 21,887.00 Make all checks payable to Landmark Ford Inc. If you have any questions concerning this quote, contact Lyle E Snow Ph 217 862 5253 Cell 217 553 2508 emaillylesnow@msn.com THANK YOU FOR YOUR BUSINESS! MPPD Squad Car Equipment & Install approx. costs Patrol front-line Vehicle 2010 Ford Crown Victoria / Police Interceptor (CVPI) (4 door patrol squad form factor) As of December 4, 2009 (Estimated approximate price increase of 3% - 6% each year.) Reinstallation of Equipment Siren, PA Mic, Amplifiers Lightbar (LED) Pre-Emption for lightbar wi park-kill Exterior Viper LED (red) erior Viper LED (blue) obe Power Supply wi 6 clear strobe tubes Siren Speaker (AS124) Center Equipment Console (IC500) wi armrest & cup holder nter DT Dock and mounting hardware Vertical Rifle Rack (Cage Mount) Headlight Flasher Secure Idle Pelican 7060 LED flashlight & charger nnectors^elc,muti-plug oulet, misc computer and uipment cables, brackets lectronic Devices Delay Timer adio Antenna VHF (low profile) wi cable Radio Antenna 800 MHz (low profile) wi cable MDT Antenna GPS I 2.4GHz (low profile) wi cable MVR Antenna GPS I 2.4GHz (low profile) wi cable VRM antenna 800MHz (low profile) wi cable Push Bumper Arrowstick wi red & blue wi controller Moving Radar wi rear view mirror display ion Printer er's License scanner oner Cage nsoner Rear seat (molded plastic) (We try to reuse as much equipment as practical.) $1 ,350 $1 ,350 $890 $900 $1 , 145 1,200 $255 $255 $100 $400 $100 $400 $410 $410 $105 $105 $400 1 $400 $40 1 $40 $850 1 $850 $75 1 $70 0 $0 80 0 $0 $160 1 $160 $600 $80 $75 $75 $145 $145 $75 $320 $500 $2,100 $500 $450 400 $480 Mount Prospect Mount Prospect Public Works Department INTEROFFICE MEMORANDUM FROM: VEHICLE MAINTENANCE SUPERINTENDENT ~~~ \ \\" \ \'0 TO: VILLAGE MANAGER MICHAEL E. JANONIS DATE: JANUARY 11, 2010 SUBJECT: REVISED RECOMMENDATION FOR NEW PAINT SPRAY BO ($144,980) Backaround In the Public Works Vehicle Maintenance Expansion Project there are targeted funds ($259,000) included in the Guaranteed Maximum Price (GMP) for the procurement and installation of a new vehicle paint spray booth. On October 20, 2009 the Village Board waived requirements for the formal bidding process and awarded a contract to the lowest cost proposal received from Jones Equipment Company, Inc. (JEC) for the purchase and installation of a new paint spray booth in an amount not to exceed $128,500. After receiving Village Board approval we sent the company a notice of award letter which stated final approval was contingent upon accepting their complete set of project drawings and other standard requirements before awarding a contract to them. After reviewing these proposed project drawings with JEC, we determined their proposal to be unresponsive and unable to meet the minimum specifications required for the floor pit of the spray booth. The specification for the grating and associated supports in the floor are the responsibility of the spray booth company and shall be designed to support a typical 50,000 Ib vehicle. JEC decided to rescind his bid for the job after we questioned their grating support capacity. Staff was disappointed by not achieving an agreement with Jones Equipment Company after receiving Board approval, since they were initially perceived as offering the most attractive package and provided the lowest price. Since the company was unable to make the necessary changes to meet these specifications, I contacted Wellman Systems L TO, which was the next lowest cost proposal originally received. Discussion Wellman Systems was very responsive to my call and I subsequently met with them several times to discuss their proposal in detail. Similar to JEC, they also recommended reducing the burner BTU (British thermal unit) output from the 4.8 million originally specified and proposed to a 4 million BTU burner. Wellman has also Page 1 of 2 Revised Recommendation for Paint Spray Booth ($144,980) January 11, 2010 submitted project drawings and spray booth specifications and all meet or exceed the contract requirements. Wellman Systems made the necessary changes to their proposal and has lowered the total cost to $144,980 from their original proposal cost of $152,680. Wellman Systems has successfully installed similar vehicle paint spray booths at a number of facilities throughout Illinois and the Midwest including Collision Centers of America, Platinum Collision and Precise Auto Body. Reference checks at these facilities revealed a very high degree of satisfaction with both the spray paint booth and Wellman Systems customer service. Proposal Recommendation I therefore recommend the Village Board cancel the recent award to Jones Equipment Company, waive requirements for the formal bidding process and accept the next lowest cost proposal from Wellman Systems L TO of Crystal Lake, Illinois for the purchase and installation of a new paint spray booth in an amount not to exceed $144,980. There are sufficient funds for this proposed purchase within the existing Public Works Vehicle Maintenance Expansion Project budget. {L~~~ - ;;"'es7... Brei~ -~~ Vehicle Maintenance Superintendent Glen R. Andler Director of Public Works JB Attachment C: Sean Dorsey, Deputy Director of Public Works I:\PW Addition-Equipment\Paint Spray Booth Rec for V-M, Wellman 2010-2.doc Page 2 of2 Mount Prospect Mount Prospect Public Works Department ~ INTEROFFICE MEMORANDUM TO: VILLAGE MANAGER MICHAEL E. JANONIS FROM: VEHICLE MAINTENANCE SUPERINTENDENT DATE: OCTOBER 14, 2009 SUBJECT: PROPOSAL RECOMMENDATION FOR NEW PAINT SPRAY BOOTH- ($128,500) Background In the Public Works Vehicle Maintenance Expansion Project there are targeted funds ($259,000) included in the Guaranteed Maximum Price (GMP) for the procurement and installation of a new vehicle paint spray booth. This booth will replace the public works department's original paint spray booth that was installed when the public works facility was constructed in 1988. The original booth was removed as part of the vehicle maintenance expansion project in order to convert the floor space it occupied into a service bay for the fire department's tower truck and engines. The new paint spray booth will be installed in a newly constructed bay at the west end of the vehicle maintenance area. The new bay features a custom-designed pit that will facilitate the downdraft air handling systems that are the industry and regulatory standard for modern paint spray booths. Our general contractor, Leopardo Companies, Inc. of Hoffman Estates, Illinois solicited price quotations for this purchase several months ago but did not receive any responses. After discussing the matter with Leopardo and reviewing the process with potential contractors, it was determined the most likely reason for this outcome could have been the non-union nature of the paint booth installation industry. Typically these companies are very small and employ non-union laborers to perform installation work. Leopardo is signatory to a collective bargaining agreement that requires them to hire union employees and sub-contractors. It is this requirement that the mostly non-union paint spray booth bidders found problematic when considering a response to the Leopardo's original request for price quotations. Since then, we have met again with four (4) qualified spray booth companies to discuss our options and gain a better understanding of each company's products and recommendations. After this review we suggested to Leopardo's staff that the village could hire a company directly to avoid this unique labor issue. The Village does not Page 1 of 3 Proposal Recommendation for Paint Spray Booth ($128,500) October 14, 2009 have a contractual or regulatory obligation to hire only union contractors. The Village only has a statutory obligation to pay prevailing wages. Proposal Results Subsequently, the specifications for this work were modified and requests for proposals were circulated to three (3) paint spray booth vendors. Each of these vendors had previously met with staff, were familiar with the scope of work, and offered product solutions that staff determined would satisfy the Village's needs. On Tuesday, September 22, 2009, Leopardo received three (3) sealed proposals for the proposed purchase and installation of a new paint spray booth at Public Works. The results are as follows: Company Jones Equipment Company, Inc. Mundelein, IL Price $128,500 $152,680 $233,700 KMI Systems, Inc. Crystal Lake, IL Crystal Lake, IL Wellman Systems L TO Discussion The general contractor and staff have reviewed the proposal submittals and found Jones Equipment Company, Inc. of Mundelein, Illinois (JEC) offers the most attractive package and provides the lowest price. We must note, however, that the JEC proposal takes exception with a technical specification that requires a 4.8 million BTU (British thermal unit) burner. Instead, JEC has submitted a proposal featuring a 3.5 million BTU burner. Staff has examined this proposal thoroughly and concluded that the 3.5 million BTU burner solution suggested by JEC will, in fact, satisfy the Village's needs. Therefore, we recommend waiving this exception as informality and accepting the JEC solution as the lowest, responsive proposal. Additionally, it is relevant to note that JEC can provide a larger 4.8 million BTU burner, at a total cost of $148,300. This alternate solution would still be the lowest cost proposal. However, it is the opinion of staff that such a large burner is not necessary for our intended use. JEC has successfully installed similar vehicle paint spray booths at a number of facilities throughout Illinois and the Midwest including Peterbuilt Central Illinois in Bloomington, Illinois and Rendel's GMC Trucks in Joliet, Illinois. Reference checks at these facilities revealed a very high degree of satisfaction with both the spray paint booth and JEC's customer service. Page 2 of3 Proposal Recommendation for Paint Spray Booth ($128,500) October 14, 2009 Proposal Recommendation I believe Jones Equipment Company's proposal offers the most attractive package, provides for the completion of this portion of the project and results in a substantial savings to the Village. I therefore recommend the Village Board waive requirements for the formal bidding process and accept the lowest cost proposal from Jones Equipment Company, Inc. of Mundelein, Illinois for the purchase and installation of a new paint spray booth in an amount not to exceed $128,500. There are sufficient funds for this proposed purchase within the existing Public Works Vehicle Maintenance Expansion Project budget. James R. Breitzman Vehicle Maintenance Superintendent I Concur. Glen R. Andler Director of Public Works c: Sean Dorsey, Deputy Director of Public Works JB I:\PW Addition-Equipment\Paint Spray Booth Rec for V-M, JEC 2009.doc Page 3 of3 INTEROFFICE MEMORANDUM V illage of Mount Prospect Fire Department FROM: FIRE CHIEF AND PUBLIC WORKS DIRECTOR '"e>b. ~ I I ~I'O TO: VILLAGE MANAGER MICHAEL E. JANONIS DATE: JANUARY 13, 2010 SUBJECT: PHASE I PROJECTS - GUARANTEED MAXIMUM PRICE R On March 17, 2009 the Village Board approved Leopardo Companies' Guaranteed Maximum Price (GMP) of $11,925,713 for the construction of the Phase I Projects including (1) Fire Station #14, (2) various modifications at Public Works, and (3) the Emergency Operations Center. Included within the GMP is an allowance for the procurement and installation of a new paint spray booth for Public Works' Vehicle Maintenance. In a separate memo the Public Works Director will explain why $144,980 needs to be transferred out of the Guaranteed Maximum Price (GMP) to the project side of the construction expenses for this purchase. Staff is requesting Village Board Approval to reduce the Guaranteed Maximum Price for construction by $144,980, the cost of the new paint spray booth. This approval would reduce the GMP from $11,925,713 to $11,780.733. Village Staff will be available at the January 19, 2010 Board Meeting to answer any questions. Michael J. Figolah Glen R. Andler MF/GNcp 1:\Facilities Study - Phase I ProjectsWillage Board & COW Meetings\GMP Reduction for Spray Booth - CP (1-13-10).doc INTEROFFICE MEMORANDUM @ TREE CITY USA Mount Prospect Public Works Department FROM: FORESTRY/GROUNDS SUPERINTENDENT ~~. ~/~ I ,., /0 TO: VILLAGE MANAGER MICHAEL E. JANONIS SUBJECT: BID RESULTS - SHADE TREE FURNISHING AND PLANTING - DATE: JANUARY 19,2010 BACKGROUND Bids were recently opened for the provision and installation of parkway trees. Funds were appropriated for plantings including Cost Share trees, risk replacement trees, new construction plantings, CornEd replacements, accident replacements, reforestation, and beautification plantings. As in the past, bid prices were sought for 1-1/2",2",2-1/2" and larger trees. We also asked bidders to quote prices for "enhanced planting sites" - larger pits with amended backfill - which we may order on a small number of trees being planted in very poor soil. Bid prices are good through December, 2010. BID RESULTS Sealed bids for this contract were opened on January 4,2010. Fourteen invitational bids were mailed and a notice to bidders was published in a local newspaper. Seven bids were received. Bid results are shown on the attachment. It should be noted that no one bidder submitted the low price on all sizes/species requested. DISCUSSION At this time, we do not know the exact quantity, sizes and species we will need to order during the corning year. However, from the bid results it appears that there will be enough trees available to supply our planting programs. Note that we are not recommending buying trees from JSV Landscaping or O.C. Landscape Inc. JSV's trees are grown in Ohio; our specifications require trees grown in northern Illinois or Wisconsin. O.C. Landscape did not submit the four required municipal references. All other bidders have meet bid specifications and have planted trees successfully for us in the past. BID RECOMMENDATION There is a total of$130,808.00 in various tree planting accounts in the 2010 budget, as follows: Tree Replacement-Cost Recovery Account (page 224, account #0015203-540720) $65,653.00; Tree Replacement-Public Account (page 225, #0015204-540714) $5,230.00; Reforestation Account (page 224, account #0015203-540710) $6,604.00; Tree Replacement -Village Account (page 224, account #0015203-540715) $53,321.00; H:\Forestry\ WORD\20 1 O\PLANT\Memo-Plant Recommend 201 O.doc Page 2 of 2 I recommend splitting the contract award among Alaniz Landscape, Arthur Weiler Inc., KGI Landscaping Company, Karlstedt Landscaping Inc. and Bill Huffman Landscape. Total expenditures for all purchases will not exceed $130,808.00 and each tree will be ordered from the lowest bidder for that particular size and species. ~~ Sandy Clark I concur: o c; N .j ~ to :J c: to ..., Cl c: '2 Q) C- O "0 ai ~~ .g~ _ c:: ,- ell ell :::l ~a ~ ell l.l 'L: a.. "tl iii C) c:: ;; c:: ca ii: 'C C ca C) c: :c en 'c ... :J U. G> G> ~ G> 'C ca .c:: II) o ;; N ~~ .g~ ==; ~ ca:::l ell > a l.l ~ ~ c:: ell ell l.l ..J 'L: a.. a "tl ~ iii ~ ~ ~ ell'" ell _ c:: l.l 'iij ~ ~ ~ a c:: - j ell ... l.l "tl 't: .! a.. 11l "tl i: iii ~ ~ ell l.l 11l "tl c:: ell ..J c:: ell E :t: :::l J: en .... :; en G> " 'C iii ~~ .Q ,- ell'" _ c:: ,- ell ca :::l ~a - ell l.l 'L: a.. "tl iii ~~ .Q ,- ca'" _ c:: ,- ell ell :::l ~a - ell l.l 'L: a.. "tl iii 11l G> 'u ell Q. I/) ell l.l 'L: a.. "tl iii ell l.l 'L: a.. "tl iii . "tl c:: ell ..J > I/) .., . . -c:i c:: ell ..J o o o 0 0 0 c.i N N N ~ ..5 ... ~ 'Qj g 3: cj Il'l ~ o 0 o ~ ..j ...... co ...... ~~ o 0 o 0 .0 cj ...... Il'l M M ~ ~ o 0 o 0 o:i M Il'l Ol Il'l CO ~ ~ o 0 0 0 000 0 0 000 N ~ ~ N W ~ N m ~ ~ ~ ~ o 0 Il'l Il'l 0 0 0 ~ ~ N N ...... M M 000 000 cj cj cj 00 N '<t w~~ 0000000 0000000 cj cj cj cj cj cj cj I'-- ~ N ~ ; ,..... N ~~~~~~~ o 0 0 0 0 0 0 0 0 o 000 0 0 0 0 0 cj o:i .0 .0 cj cj m m m M M Il'l ...... Il'l 0 M Il'l Ol tfl~~~~affl~~ o 0 0 o 0 0 Il'l Il'l Il'l o 0 0 o 0 0 .0 cj .0 N '<t Il'l ~~Z; o g g Il'l 0 Il'l N Il'l Il'l o 0 0 0 N ~ ~ g G> g.ll'looo ~ I'-- ~ ~ ~ "tl c:: ell ..J N '2 ell <( J: lD o 000 0 o 0 0 0 cj ..j ..j o:i Ol N M 00 ~~~~ Il'l 0 N 0 cO m I"- N z;~ Il'l 0 Ol 0 o:i o:i Il'l 00 Z;Z; Il'l 0 Il'l o 0 Il'l 0 0 0 0 0 0 000 ~ ~ ,..... ~ ro ~ ~ ~ ro ~ ~ ro o o M N '<t ~ o 0 M ...... I', 0 o cj M ~l~ 000 000 cj m ..j co 00 '<t Z;Z;~ Il'l 0 Ol 0 M ..j '<t I"- Z;Z; o o .0 ...... N ~ o 0 o 0 ...... M '<t U; ~~ o o o:i ?"- M ~ o o M ...... Il'l ~ 00000 0 ~ ~ Il'l Il'l Il'l M o 0 0 0 0 0 o 0 0 0 0 0 cj cj cj cj cj cj 00 N CO I"- 0 '<t ~~~~~~ 000 000 m .0 m Ol M M ~~z; o 0 0 0 g 0 N M 00 Il'l ...... 00 o 0 0 0 0 0 000 000 "C"""" "C"""" "C"""" ...... "C"""" "C"""" Il'l 0 Il'l 0 0 0 0 0 0 0 0 0 0 0 0 0 0 "C"""" ~ ,..... ro ~ ro m ~ ~ ~ ~ ~ ~ ~ "C"""" ~ M o 0 o 0 cj m Ol Ol ~ N g g g ~~......g'<t. .0 cj .0 u. Il'l N M ~~Z; 000 000 M M M 000 000 cj cj cj N M '<t Z;Z;Z; o o M ~ g g g g g g g gag 0 "C"""" "C"""" "C"""" "C"""" "C"""" "C"""" ...... N "C"""" ~ o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 ..j ..j o:i ..j .0 ..j ..j ..j N o:i ..j N o:i o:i ..j o:i o:i m m m ..j o:i o:i o:i o:i o:i o M Ol M '<t 00 M CO Ol ...... CO Ol ...... CO ...... '<t 00 CO Ol CO Ol M 00 00 M CO ~~~~~~~~~~~~~~~~~~~~~~~~~~ ~ N ~ ~ N ~ ~ N ~ ~ N ~ ~ N ~ ~ N ~ ~ N ~ ~ N ~ ~ N ~ ~ N ~ ~ N ~ "C"""" N "C"""" N "C"""" N "C"""" N "C"""" N "C"""" N "C"""" N "C"""" N "C"""" N "C"""" N ~ N Ol a. I1l ~ Ol O'l "C Ol J: o E ro ~ e Ol Ola. N I1l .!!!~ lD c: c: I1l E E :J (I) "S ~ <(u.. Ol a. I1l ~ ~ ro .0 (jj a. I1l a.. Ol a. I1l ~ Ol .0 I1l >- ~ Q) a. CIl ~ ;: o :0 Ol a. :; a. Ol a. CIl ~ ~ () CIl ai c: E :J (5 () c: Ol ~ Cl Ol a. CIl ~ >- CIl 2: o z O'l c: S2 c: o '" E <:5 "C Iii (jj E Ol UJ- e g- c:~ Ol >. (I) CIl :J 2: 00 "Cz Iii .... .... Ol Ol- E '" UJ.3 Ol a. CIl ~ >. CIl 2: o z ro c: E :J (5 () Ol a. CIl ~ >. CIl 2: o Z "C c: CIl Qj > Ol U Ol a. CIl :E >. CIl 2: o z Ol .0 o a '" x ci o N ~ U.J U.J I Cf) ~ ...J ~ Cf) U.J 0:: o iii ~ z ::S c.. 6 ~ a ~ ...J U.J t) X U.J ~ '" ~ o ~ I o c; N -.i ~ to :J <: to ..., c;, <: 'c Q) C- O -c iii Cl c :;::; c ca ii: -c c ca Cl c :c Ul 'c ... ::I Ii. CIl 2! I- CIl 'C to .c CIl o c; N , ~~ ~1: 'iij ~ ~a - CIl l.l ';: 0.. 'C iii ~~ .!!c 'iij ~ ~a - CIl l.l .;: 0.. 'C iii QI l.l ';: 0.. 'C iii QI l.l ';: 0.. 'C iii << ,; c ca ...J > CIl ., li'l 0 m 0 ai ai (0 CO tii~ << << ,; C ca ...J (,) o o 0 C! C! U; C;; ~a 000 c.i ~ li'l (') .E ... ~ '; g g g 3: 000 ...... ...... li'l ~~~ & 0 0 0 ca li'l li'l li'l l.l 1/1 -g-- ca 0 0 ...J 0 0 (500 ~ li'l CO fflffl ~ ~ & .c +l ca ~ c l.l ,- ca 1/1 ca::l 'C ~ a c i--- j QI ... l.l 'C 'i: .s 0.. 1/1 'C 'i: iii ~ ~ ~ & ~1: caoo ,_ ca l.l ca::l 1/1 N N ~ a -g -j ~ c ';: ca 0.. E 'C :t:: iii ::E ~~ 051: 'iij ~ ~a - QI l.l ';: 0.. 'C iii J!l '5 Ul & 'C in 1/1 CIl '0 QI a. en :I: co c CIl lioooo ~ li'l ~ ~ li'l 'C c ca ...J N '2 ca <1: ;3 ;3 ;3 000 ...... ...... ...... li'l 0 m 0 cO ai li'l co w~ o 0 C! 0 U; ~ ~a 000 N N N 000 000 000 li'l co N ~~~ 000 ~ ~ li'l o 0 li'l li'l li'l (W") ~ T'"" T'"" T'"" o 0 o 0 ai M (') 0 ;;;~ o 0 o 0 M M (') N ~a 00000 '<t (') li'l li'l N ~u;i ffl ~ U; villi(;i"1 o 0 0 0 0 0 N N ~ ~ (') (') li'l o 0 o 0 o 0 (0 0 ffl~ o o r-...: m ~ o 0 o C! 1Xi M ;;;~ o 0 o 0 1ri r-...: o ...... aa o li'l N ...... o 0 o 0 o 0 m (') ffl~ o 0 li'l 0 0 0 ('I) T"" """" LO ~ Lt') o 0 0 0 0 0 o 0 000 0 o 0 1ri 0 1ri 0 li'l m '<t co m (') Z;Z;~tR:W~ o 0 li'l 0 0 0 (') (') ...... (') (') (') o 0 N N li'l li'l 0 li'l li'l li'l li'l li'l 0 0 T'"" T'"" N T'"" N N N N Lt') LO ~~ 1l E ~.E .- Q) C: Q) Q)~ en~ ~ ~ <: <: .i::~ Q.:C iijoo ~c:( o ... LL 0 ~ Q; .c ~ .~ Q) en -~ :J u:: Cl c .~ Cj) o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 o 0 C! 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 cO cO co 0 cO cO cO cO cO ai 0 -.i 0 -.i -.i -.i ai ai 0 0 0 ~ N ~ ~ N ~ ~ ~ ~ ~ ~ ~ ~ N g ~ ~ ~ ~ ~ g =~~=~~~~~~~~~~~~~~~~~ o 0 o 0 M 0 (') 0 ;;~ o o N (') a o 0 0 0 0 o 0 000 1ri cO 1ri ai ...... ~a~~~ o li'l 0 '<t ...... N li'l N o o o co ~ o 0 ...... ...... o 0 o 0 o 0 '<t '<t (') (') ~ ~ ~ N ~ ~ N ~ ~ N ~ ~ N ~ ~ N ~ ~ N ~ ~ N ~ ~ N ~ ~ N T'"" N T"" N T'"" N T'"" N T'"" N T'"" N T'"" N T'"" N T'"" ro Cl ::I en <: S <: :J o ~ <: Q)' Q) (5: Q) ~ Q) a. CIl ~ ... CIl Cl :J en >- ()~ ~E Q) 0 ....1- Q; "'C <( ~ () CIl co E CIl Q) .0 c o :I: c ~ 'C:: Q) E <( ~ Q; .0 ~ () CIl :I: Q) Q) t= ~ :J r/) iii ~ "'C :J .0 "'C Q) a:: c Q; iij CIl W o 0 C! 0 ...... to 'lj"'CO aa li'l ...... o o o co ~ 000 ...... N N o C! ~ N ~ o 0 o 0 M M ~ u; ~ ~ o li'l N ...... I!~ co ~ o 0 m N o 0 o 0 o 0 ...... 0 N (') ~ ~ o 0 o 0 o 1ri o 'lj" N (') ~ ~ o 0 ...... ...... o 0 o 0 ...... ...... o 0 o 0 o cO 0> 'lj" N (') ~ ~ Lo ~ N ~ ~ N ~ N T"" N T"" N 1: Q) :9 i.i: .c r/) :g :J I- -c o o :: Cl o "0 -~ o <9E' C ... ~.E (5 3l ~~ N Ul X o ;; N ~ W W I CJ) ~ --' ::> CJ) w 0:: o en F== z :5 9= o ;; !)l --' w u >< w ~ Ul ., 5 !? I o ,.... o N ..j ~ <0 ::l C <0 -, i:j, c 'E Q) C- O '" i:i5 Cl C .. C ClI ii: "C c: ClI Cl c: :c 1/1 'c ... ::I IL Gl l!! I- Gl "C ClI ..c:: en o .... o N . ~~ .g.. _ c: '; ~ ~a - GI (,,) ';: ll. "'Cl iii ~~ .!!t: .; ~ ~a - GI (,,) ';: ll. "'Cl iii ~~ .g;:; _ c: .- 111 111 ::l ~a - GI (,,) ';: ll. "'Cl iii !! 3 1/1 ti. "C in ~ ~ ~ ..!!! ~ 111 .- ClI (,,) C'Cl::l 1/1 ~ a -g -j ~ c: ';: C'Cl ll. E "'Cl = iii i ~~ .g;:; ~ _ c: C'Cl .; ~ (,,) ~a ~ _ c: GI C'Cl (,,) oJ "i: N ll. 'c "'Cl C'Cl iii < 1/1 GI 'y GI Q. I/) GI (,,) .;: ll. "'Cl iii GI (,,) .;: ll. "'Cl iii :I: lD C << "'Cl 0 c: L{) C'Cl -i oJ L{) ~ t;; .., << << ,; c: C'Cl oJ o o c.i .E ... ~ 'ijj ;:: GI Q. C'Cl (,,) 1/1 "'Cl c: C'Cl oJ ~ ~ GI Q. 111 (,,) 1/1 "'Cl c: C'Cl oJ .. "'Cl .s 1/1 ;: C'Cl ~ o L{) L{) o OJ OJ ,...: -i M '<t N L{) ~~~ o 0 ~ 0 ~ g ~~ o 0 o 0 Lri ci ...... <D M M ~ ~ o 0 o ~ Lri ...... OJ N ~~ <D o o ci o '<t ~ o L{) o o ci L{) N ~ o 0 ...... M o o en M N ~ o 0 o ~ ci ...... M N L{) <D ~ ~ o o en M N ~ L{) 0 0 0 OJ 0 0 0 cO cO cO M L{) r-- r-- 0 z;z;w~ ~ ~ ~ ~ ~ ~ ~ ~ ~ o 0 o ~ en ...... N N L{) <D ~ ~ o 0 ~ ~ ...... OJ L{) L{) ~~ o 0 0 0 0 0 o 0 0 0 0 0 ci ci ci Lri ci ci N 0 0 L{) 00 M ~~~t;;t;;~ o 0 o 0 ci ci o L{) N N ~ ~ o ~ ~ ~ o ~ ...... '<t ~ o ...... = o o -i o N ~ o 0 M M L{) L{) OJ OJ -i M M '<t z;;; o 0 ~ ~ ...... CD N N ~ ~ 000 L{) M ...... o 0 o 0 ci Lri ...... ...... w~ 000 N N N IJ L{) g g g g g g g g g g g g g g g g g g g g g g g g g g g g g g g g ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ v ~ ~ ~ ~ ~ ~ ~ ~ 000 ~ ~ L{) 000 000 ci ci ci M <D OJ ww~ 000 000 ...... ...... ...... 000 000 Lri ci ci N 00 OJ thWW 000 o L{) 0 N C') M 000 000 ci ci ci M L{) 00 ththW 000 L{) 0 0 N N II 000 000 ci en -i OJ 00 ...... w~~ o L{) 0 0 0 (!) l.O ~ 1.0 ~ ~ o 0 0 0 0 0 o 0 0 ~ 0 0 Lri ci ci 0 ci ci N 00 L{) M L{) r-- ~&iathWW g L{) ~ ~.~ ~ N g ~ g ~ ~ ~ ~ 000 L{) L{) L{) 000 000 ci ci ci M L{) r-- thWth o 0 0 0 0 g g g N M o 0 0 0 0 0 o 0 0 0 0 0 en cO -i en cO cO ~~~~~~ 000 000 ci ci ci 00 N OJ ~~~ 000 o ~ 0 ci 00 en 00 OJ 0 ~~~ ~ N ~ ~ N ~ ~ N ~ N T""" N T'"' N ~ N ~ ~ N ~ ~ N ~ ~ N ~ ~ N ~ ~ N ~ ~ N ~ ~ T'"' N ~ N T'"' N T'"' N T'"' N T'"' N T'"' N ~ N ~ N III ~ "'Cl o o ~ .Q Qi >- c: <0 u '~E E ... <c,E ... ::l Q. <Jl ~ U o U ~ E III 0 "'E-S ... ~ ~ III I-:I: .r: u III III lD III e. ::l a. .~ III > 0: o OJ ~ c (5 "'Cl (5 C> c E ::I '5 <c o OJ ~ c (5 ~ C III en c o ~ c .;:; a. ... ~ <Jl III E III -0 III .r:_ en <Jl ... ::I o 0 1ll.Q c >- .- III ~g enJ: III III ~ III ~ o U >- ~ o ::I C ~ >- ~ o ::I C III ~ <Jl Qi 'E III III Cl III o.l:> :E~ U 0 ....,u III ~ :g. "S I- III ~ III a. Q. III .a III o Qi c 'EE' ~~ >- o 0:: -0 c: - 0 lll_ c: <Jl o .- Cl E ...:0 III ... g'o <c c' III III := E ~~ '" '" x ci ~ o N ~ UJ UJ I en ~ ...J :::l en UJ a:: o ai ~ z ~ a. <5 ;; !)I ...J UJ () X UJ ~ '" Q) (; ':'= I o c; N ...t ~ CO :J C CO ...., c;, C .c Q) C- O "0 jjj Q) CJ 'C 0.. "'C iii Q) CJ 'C 0.. "'C iii l:D C .. C III a:: "C c III l:D C :c Ul 'c ... :I LL Gl Gl ... I- Gl "C III or: CIl o .... o N . ~~ .!!!1: 'c; g: ~O - Q) CJ 'c 0.. "'C iii ~~ ~ 1: ~ 'C; g: III ~ 0 :il _ "C c Q) III CJ ..J 'C 0.. 5 "'C llI:: iii 21 "5 Ul Gl a: "C in ~ ~ & Ill.... III _ c CJ 'C; g: ~ ~ 0 c I--- j Q) .... CJ "'C "i: S 0.. Ul "'C ;:: iii ~ ~ ~ ~ ~ 1: III ,_ III CJ 1lI:::l Ul ~ 0 ~ _Ill Gl ..J CJ c 'i: CU 0.. E "'C = iii i ~ ~ 9! ~ +l ~ _ C III 'C; g: CJ >0 Ul ~~ Q) III CJ ..J "i: N 0.. 'c "'C III iii <I: J: m o Ul ,~ CJ Q) C. CIl . ,; C co ..J > CIl .., . . ,; c co ..J o d y .E ... .!! '; 3: o C! o 0 o C! ~ <D N N ~ ~ 1.0 1.0 C1l C1l cO cti N C") b;;; 1.0 1.0 C1l C1l cO cO """ 1.0 ~~ o 0 0 0 0 ~ 0 ~ ~ ~ T"" (0 ...... or- CD ~~;;~~ 1.0 1.0 C1l C1l cO cO C") """ ~w o 0 o C! <0 <D N N ~ ~ 1.0 1.0 0 1.0 C1l C1l 0 <J"! ~ ~ g u:; ~~~fh o 0 o C! ~ <D N N ~ ~ o 0 000 0 0 0 0 ~ ~ ~ ~ ~ M ~ ~ ~ o 0 0 0 0 0 0 0 0 o 0 0 0 0 0 0 0 0 o 0 0 0 0 0 0 0 0 T"" M ...... T"" M ...... T"" M ...... ~fhtA:~(fl~fh~~ o 0 o 0 ..... ..... o o Lt'i C") ;; 000 ~ ~ 1.0 000 000 Lt'i 0 Lt'i o N 1.0 fhfhfh o 0 1.0 0 0 0 T"" ~ N L() ~ ~ 00000 0 00000 0 ai Lt'i 0 0 0 ai o C") CXl ..... N C") ;;~fhWWW 000 1.0 1.0 1.0 o 0 o 0 o 0 ..... N ;; ..... o 0 0 0 0 0 0 0 0 N N N N N N N N N o o Lt'i o ;; o o Lt'i C") ..... o o Lt'i C") ;; 1.0 0 N 0 <0 ai ..... 1.0 Wfh 1.0 1.0 C1l C1l ..t cti C") """ ~fh o C! <D N ~ o o <0 ..... N ~ o o ..... o o Lt'i CXl ;; 1.0 1.0 C1l C1l M cti C") """ fhW o 0 o 0 <0 r--: N ~ ~ ~ o 0 0 0 0 o 0 0 0 0 o 0 0 0 0 """ CXl N ..... C") wZ;~ww o 0 o C! U; :; C") """ ~ ~ 1.0 1.0 1.0 ..... ..... ..... 000 000 Lt'i Lt'i 0 C1l N to ;;~~ o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 000 0 0 0 0 0 0 o 0 0 0 000 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 T"" T"" T"" T"" T"" T"" T"" T"" T"" T"" T"" T"" T"" T"" T"" T"" T"" T"" T"" T"" T"" T"" T"" T"" T"" T"" T"" T"" T"" T"" T"" T"" T"" Q) a. Q. co .c co o ~ o co ...., ..... to N ~ o 0 C") 1.0 o 0 o 0 o Lt'i ..... C") W fh o 0 0 0 0 0 N N N N N N o 0 0 0 0 0 o 0 0 0 0 0 ..t cO cO ..t cO cO to C1l N to C1l C1l W;;~fhthW ~ N In ~ N In N T"" N Q) ~ Q) a. Q. III .c III o Ul E~ III E "'C ... <c,E o 0 0 0 0 0 0 0 0 o 0 0 0 0 0 0 0 0 ..t cO ..t ..t cO ..t ..t cO ..t CXl C1l 0 CXl C1l 0 CXl C1l 0 fflfh~fh;;~fhfh~ ~ N In ~ N In In N In In N In T"" N T"" N ~ N T"" N Q) a. Q. III .c III o (ij c ~ III SJ Q) a. Q. III .c III o ~ ~ 'n; a: Q) a. Q. III .c III o B ,5 a: Q) a. ~ 0.. Q) a. Q. III .c III o Qi :i: Q) ...., "C Q) c::: ~ N In or" N T'"" Q) a. Q. III .c III o ~ o III "C c J~ "C <c o 0 0 1.0 1.0 N N N N N 000 1.0 1.0 1.0 000 N N N 000 N N N o 0 0 0 0 0 000 o 0 0 0 0 0 000 ..t cO ..t ..t cO ..t ..t cO ..t CXl C1l 0 CXl C1l 0 CXl C1l 0 fhW~fhW~Z;th~ Q) a. Q. III .c III o "C "0 C) In N In ~ N In ~ N In In N In N T"" N T"" N T"" N iii Q) ~ III I Q) a. Q. III .c III o Ul Q. e "C c 'n; c::: (ij >- o c::: Q) a. Q. III .c III o Q) E >- I- m Cl :J (/) "C o o :i: "C Q) c::: c :i: III (:) ... '" x 6 ;:; N ~ UJ UJ I Cf) ~ --' :J Cf) UJ c:: o ai 1== z :5 g, a a !:)I --' UJ () X UJ t '" ~ o ~ :i: o c; N ~ ~ to :;;J c:: to --, Gl C.) ";: D. "0 iii OJ c:: 'c Q) C- O "0 as Gl C.) ";: D. "0 iii ~~ ~+:l _ c .- III III ::::I ~o - Gl C.) .;: D. "0 iii Cl c:: .. c:: III ii: "'0 C III Cl c :E III "c .. ::::I LL Gl l!! I- Gl "'0 III .c en o o N ~~ ~ +:l Gl =:; Q. 11I::::1 III ~ 0 :;: ~ "0 C III ...J c; ~ Gl C.) ";: D. "0 iii .l!l :i III Gl ex: "'0 iii ~ ~ & ~ +:l III _ C C.) 'i;j ~ ~ ~ 0 c "-- ~ Gl .. C.) "0 "t: S D. 1/1 "0 ;: iii ~ ~~ & ~ C III .- III C.) 11I::::1 1/1 >0 "0 ~ :; ...J ~ C 'i: ns D. E "0 :t:: iii i ~~ ~+:l ~ _ C III "n; ~ C.) > 0 1/1 ~ -g Gl III C.) ...J ';: N D. 'c "0 III iii ;;: J: co o 1/1 Gl 'u Gl Q. (/) << ,; C III ...J > (/) .., << << ,; C III ...J o cj o 0 U N ~ ..5 .. ~ 'ijj ~ o o <.0 C'"J N (It o o M .... N (It o 0 q 0 :;;: ~ "<t <0 (It (It o 0 o 0 Iti M o .... ~~ ~ Lt) o 0 o 0 ci ci N ex) N N (It (It o 0 Lt) C'"J C'"J .... 000 Lt) Lt) 0 ~ ~ ~ N N ~ ~ ~ ~ lhl 000 000 ai ci "<i ex) "<t ~ ;:;~(It Lt) I'- o o ci N C'"J (It ~ N i'I:! 10 N 10 i'I:! N 10 N ~ N __ N E :;;J Ol ..I<: U l'O Ci5 E l'O Q) .0 c:: o .c Q. o :s "0 o o :;: c:: e Q) ~ ~ o () .. :;;J E <( o .c U l'O ::2 o 0 o Lt) cO cO ex) ex) ~~ o 0 o q ~ :;;: lh~ o o <.0 ex) ;:; o 0 ~ ~ .... <0 N N (It (It o 0 Lt) Lt) M M <0 <0 tfltR: o 0 o q cO .... ex) Lt) N C'"J (It (It o 0 Lt) 0 0 0 0 0 ~ ~ .... N N N N N Lt) o 0 o 0 ci cO "<t <0 ~~ o 0 0 0 0 0 0 N Lt) Lt) Lt) Lt) C'"J N o 0 C'"J C'"J I; o 0 000 o 0 000 ci ci Iti ci ci ex) ex) (J) Lt) I'- ~;:;;:;~;:; o o ci C'"J N (It o C'"J o o ci <0 N (It o Lt) o (J) ai cO ex) <0 ~~ o 0 ~ ~ ex) Lt) N C'"J (It (It o 0 Lt) Lt) Lt) N 000 000 ci ci ci Lt) ex) N ~~~ o N o o ci Lt) ;:; 000 000 .... N C'"J g g ~~ o 0 ~ Lt) o Lt) o o ci "<t N (It o o M C'"J N (It Lt) ~ .... (J) ;:; o 0 o 0 <.0 "<i (J) 0 C'"J Lt) (It (It 000 Lt) Lt) Lt) 000 000 ci ci ci I'- .... <0 ;:;~~ 000 N Lt) N 000 000 ci ci ci (J) 0 0 .... N C'"J (It (It (It 000 I'- ~ I'- 0000000 000 0 0 0 0 0 0 0 0 o 0 0 0 0 0 0 0 0 000 0 0 0 0 0 0 -- -- -- -- -- -- -- -- -- -- -- -- -- -- -- -- -- -- o 0 o 0 ai "<i ex) .... ~~ 000 o q 0 ffi en ~ ~Efl~ 000 000 ci N cO ex) N <0 .... N N (It (It (It i'I:! N 10 10 N i'I:! i'I:! N 10 i'I:! N 10 10 N 10 i'I:! N 10 i'I:! N 10 10 N 10 __ N __ N __ N __ N ~ N -- N -- N ~ N o c: c: o 0 :.;::;-g ~.3 o c: - 0 "8:';:;Q) o l'O Q) OlE.b "Ol'OQ) 0- c: o U l'O _x_ COWQ. Q) ~ ~ .. Q) .c U Q) ..I<: o .c () t Q) .0 :;;J .c CJ) Q) N l'O Ci5 c: E :;;J :; <( .. .. l'O o Q) -co. o ~ u~ ~Iii CO() ro Q) 0. ~ ~ Iii () ~ 'Q. 00 -c Q) a:: -c c: l'O (j) .... > l'O ~ Q) ()Q. o ~ .... Q) Q)= Q) l'O o() :';::;t) :ii~ .c Q) ()CJ) ..I<: l'O o .c "0 o ~ l'O CJ) ..I<: l'O o .s :c 3: ..I<: l'O o -c Q) a:: c: .. Q) .c t o Z '" '" x o ~ a N ~ UJ UJ :r: en ~ -' ::> en UJ a:: o iii F= z ::s 0- <5 a ~ -' UJ () X UJ % '" Q) o ~ :i: o ..... o N ..t ~ '" :> c: '" ..., GI U 0;: 11. 'C in Cl c: '1: Q) c. o "0 iii GI U 0;: 11. 'C in C) c: - C III ~ "0 C III C) C :c III Oc ... :I LL CI) l!! I- GI 't:J III .r: (/) o o N ~~ .!!C on; ~ ~a - GI U ';: 11. 'C in ~~ ~ ~ GI on; ~ li ~ a :il i--- 'C C GI III U ..J ';: 11. (; 'C ~ in . -c c III ..J > II) .., << << -c c III ..J o ci o 0 o 0 N ci o '=t N N ~ ~ o 0 ~ ~ (0 ~ ~~ ll) ll) 0 0 en en 0 ~ cD cci r--: N ll) I'- '=t 0 ~~~~ o 0 o 0 cci ..,: en 0 C') ll) ~ ~ ll) ll) ll) 0 0 0 I.i N N N ~ ~ ~ .E .!! :i III ~ 't:J in ~ ~ ~ .g ~ III _ C U 'n; ~ ~ ~ a c - j GI ... U 'C "t: S 11. III 'C "i: in ~ ~ ~ GI .g~ li :::; U 1lI:1 III ~ a -g -j ~ c ';: III 11. E 'C = in i ~~ ..!c on; ~ ~a - GI U ';: 11. 'C in ... ~ 'Cij 3: 000 000 ci ci ci I'- ..... (0 ..... N N ~ ~ ~ o N 000 N C') ..... o o ..,: o ll) ~ ll) 0 ll) 000 N ll) N N C') N o 0 0 000 ci ci Ll'i ll) C') 0 N C') C') ~ ~ o o r--: o N ~ o 0 o 0 M ..,: N 0 ~~ o 0 ~ N ll) 000 000 ci ci ci co I'- ll) ;;~~ 000 N N N GI li g g g g g g g g g g g g g g g g g g ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ 'C C III ..J N 'c III ~ J: m o III GI 'u GI Q. II) o o Ll'i C') N ~ 000 000 ci ci ci co 0 C') ..... N C') ~ ~ ~ 000 000 o 0 0 0 0 0 ci cci cci ci cci cci co C') (0 co C') (0 ;;~~;;~~ 01].0 o 0 0 0 ..,: cci cci ..,: en en en en "'C"""" N N "'C"""" ~ ~~ ~ 000 N N N o 0 o 0 cci cci C') 0 N C') ~ ~ o ll) o en N ..,: o en ~~ ~ N ~ ~ N ~ ~ N ~ ~ N ~ ~ N ~ ~ N ~ ~ N ~ ~ N N "'C"""" N "'C"""" N "'C"""" N "'C"""" N "'C"""" N "'C"""" N ~ -'>C. l\l o Q) 0> c: E en -'>C. l\l o ... :> co -'>C. l\l o c: '0. l\l -'>C. c: E () -'>C. l\l o .r: ,!!l 0> c: w -'>C. l\l o Q) O'l .l9 .~ I -'>C. 11l o ~ c: 'c 11. lii O'l Q) a:: -'>C. 11l o ~ ~ c. E 11l ~"'C en 'C '=:.0 :> >. COI Vi :> (,) o ...J -'>C. (,) 11l iIi -(/) Q) :> iIi o O'l 11l (,) E () :is :is ll) 000 000 ci ci ci I'- ..... co ;;~~ o 0 o 0 M r--: C') (0 C') ll) ~ ~ o o ai ..... N ~ ll) 0 en ll) ci ..... I'- en w~ o ..... o o ci co N ~ 00000 N N ll) ~ co (/) ~ co (/) III 11l en c: o E E o () Q) ! (,) .!!! ::J Q) Q) .= ::l!: i:i) ~~ o E >,E 00000 00000 Ll'i ci Ll'i Ll'i ci en N I'- en ll) ;;~~ ;;~ ll) ll) 0 N N ll) o 0 0 0 0 0 C') N N N N N ~ ~ ~ ~ ~~~Z;; o o ci o N ~ o 0 0 0 0 0 o 000 0 0 "'C"""" ..- ..- ..- "'C"""" ..- o 0 o 0 ..,: cci o (0 N N ~ ~ ~~- cl~ ~ ~ N ..... N ~ ~ N ~ ~ N ~ N T"" N..- N I ...,E Q) Q) E Q) E.b :>~ en (,) 11l 05 ~ Q) o Q) c: ... en!- 11l E c: ... ,_ 11l r. r. ()() '" Ul x a o N ~ UJ UJ I Cf) ~ ....I :::> Cf) UJ 0:: o ai ~ z :5 ~ o ~ o ~ ....I UJ () X UJ ~ Ul ~ o ~ I o ~ o N <<i ~ Cll ::J c: Cll ...., i:i> c: 'c Q) a. o "0 ii5 ~~ .0 ,- Cll" _ c:: ,- Cll Cll ~ ~a - ell I.l 't: 11. "C in Cl c:: ;; c: os ii: "0 c:: os Cl c:: :c Ul 'c .. ::J U. CD l!! .... CD "CJ Cll .::: l/l o ..... o N . ~~ ~;; _ c:: .- Cll Cll ~ ~a f--- ell I.l 't: 11. "C in ~ ~ 8- ~;; Cll _ c:: I.l ,- Cll Ul Cll ~ "C ~a c:: - j ell .. I.l "C 't: .l!l c.. Ul "C ;: in ~ ~ Cll U III "C c:: Cll ...J c:: Cll :S ~ :J: J!l :i Ul ~ "CJ Iii ~~ .0;; .!!! c:: .- Cll Cll ~ ~a - ell U 't: 11. "C in ~~ .!!1: '; ~ ~a ----:- ell U 't: 11. "C in :J: !Xl C III ell 'u ell Q. l/l ell U 't: 11. "C in ell U 't: c.. "C in . -t:i c:: Cll ...J > l/l ..., o L{) o Cl ..t 00 r-- r-- ~Efl o o 00 (0 ~ o 0 o 0 c<i 0 Ol N ~~ o 0 o 0 00 00 (0 (0 ~~ 000 L{) L{) L{) 000 000 000 r-- 0 C') ;;~~ o o .0 Ol ;; o 0 o 0 00 00 (0 (0 ~~ o 0 o 0 ai 00 (0 (0 C') .... ~ ~ g g g g g g g g g T'"" .,.... "If""" .,.... .,.... 'C"'"" 'f"'"" ,.... o 0 o 0 o .0 C') L{) ~~ 000 000 .0 0 .0 (0 Ol C') ~~~ o 0 0 0 0 0 0 0 0 0 0 N N ~ ~ ~ C') Ol (0 g ~ ~ o 0 o 0 o ..t 00 ...... ~~ o 0 o 0 r...: 00 r-- ...... ~~ . . -t:i c:: Cll ...J o o o 0 o 0 c<i c<i .... C') N C') ~ ~ o o .0 00 ;; 000 000 .0 .0 0 (0 00 C') ~~~ o o ai (0 C') ~ o 0 o 0 ..t ai N (0 C') C') ~ ~ co CO CO 0 0 L{) t.i g g ~ L{) L{) N .5 .. ~ ~ g g g g g g ::> 000 0 0 0 (0 00 L{) r-- 0 C') ;;;;~;;~~ 8- Cll U III "C c:: Cll ...J (S ~ 000 C') ~ ~ o o r...: 00 ;; o 0 o 0 ..t ai N (0 C') C') ~ ~ o 0 0 0 0 0 L{) L{) L{) L{) L{) L{) L{) L{) N N N ...... o 0 0 0 0 0 0 0 o 0 0 0 0 0 0 0 o 0 0 0 0 0 0 0 N L{) 00 N L{) 00 N L{) ~~;;~~;;~~ o 0 0 L{) 0 LO ~ ~ N I'- o 0 o 0 o 0 00 C') ~~ o o o C') N ~ o 0 o 0 r...: ..t r-- N ;;~ o 0 o 0 r...: 00 r-- r-- w~ 000 000 00.0 C') L{) r-- wt,;~ CO CO CO 0 0 0 0 g ~ ~ g g g N o 0 o 0 ..t ai N (0 C') C') ~ ~ o 0 o 0 ..t ai N (0 C') C') ~ ~ o 0 L{) L{) L{) N ~:~ C') r-- N N ~ ~ - o 0 L{) ~ ~ .... 000 000 o .0 0 .... L{) r-- N N N ~ ~ ~ o 0 0 0 0 000 0 N N N N N N N N N o 0 N N m&l ell ~ g g g g g g g g g g g g g g g g g g g g g g g g ~ .,.... .,.... T'"" .,.... .,.... .,.... .,.... T'"" .,.... T'"" .,.... .,.... .,.... .,.... T'"" .,.... T'"" .,.... .,.... .,.... .,.... T'"" T'"" .,.... "C c:: Cll ...J N 'c Cll :;;: 000 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 o ..t 00 0 ..t 00 0 N 00 0 00 ..t ai 00 00 ..t 00 ai 00 00 ..t ..t ..t ..t 00 ...... (0 00 ...... (0 0 M C') 00 ...... (0 00 Ol Ol 0 C') 0 Ol C') 0 r-- r-- r-- ;;~~;;~~~~~;;~~;;~~~~~;;~~~~~ 000000 o 0 0 0 0 0 'C"'"" T'"" .,.... or- 'I"'"" T'"" o 0 0 0 o 0 0 0 <ei ..t ..t ..t o r-- r-- r-- C') N N N ~ ~ ~ ~ ~ N ~ ~ N ~ ~ N ~ ~ N ~ ~ N ~ ~ N ~ ~ N ~ ~ N ~ ~ -N ~ ~ -N ~ ~ -N ~ .,.... N ~ N T'"" N.,.... N""" N T'"" N""" N ~ N""" N""" N""" N l/l l/l Q) a. >. () "0 Cii CO c: Q) > Q) c Q) (5 c: .... Q) 0"0 ~:5 "a 'f- l/l CIl c: Q) al]i ....~ C>:::i c: Q) -0 c: :::i $ .~ en Qj E E ::J en c: Q) -0 c: :::i -0 c: o E -0 Q) c::: c: Q) -0 c: :::i Qj ~ en OJ .S ~ ii5 c: Q) -0 c: :::i c: CIl u .~ E <( l/l CIl Cl ::J o o E iJj c: CIl .!,1 Qj E <( Q) -0 CIl (5 U U <( E iJj c: CIl u .~ E <( .::: a. E ::J ~ E iJj E <( -Q) OJ o U. >. ~ Cii ? E iJj -0 CIl $ l/l Q) E o I E iJj Qj ~ o U: r-- '" x ci o N ~ W W I en ~ ...J ::l en w ex: o CD ~ z :) 9> o o ~ ...J W U X w ~ '" Q) (; ~ I o ~ o N -.i e=- m :J <: m ...., Gl CJ .;: D.. " in Cl <: "2 Ql 0- o "0 00 Gl CJ ';: D.. " in Cl C :;:; C 01 ii: 't:I C 01 Cl C :c UI 'c .. :J u.. Gl GI i::. GI 't:I 01 .c I/) o .... o N :E~ ..!c 'Iii ~ ~O - Gl CJ .;: D.. " in :E~ ..!!! ~ ~ 'Iii ~ 01 ~O :;l I--- -g Gl 01 CJ ...J .;: D.. a " ::.::: in .1!l :i UI GI 0:: 't:I in Gl Q. 01 CJ UI " c 01 ...J +' " .s III ;: III ::.::: ~ ~ & ~ ~ III ._ III CJ Ill::l III ~ 0 -g ~ j ~ c 'i: ftJ ~ :e in i ~~ .c .- Ill+' _ C ,- III III ::l >0 ~ Gl CJ ';: D.. " in ~~ .c .- OI+' _ C .- III III ::l ~o f-- Gl CJ .;: D.. " in J: al o III Gl '0 Gl Q. I/) << -c c III ...J > I/) .., << << -c c III ...J o d c.i .E .. ~ 'a; :!: Gl Q. III CJ III " c III ...J N 'c III <( 00 LO a> a> cxi cxi <D I"- ~~ o o rri u; ~ o I"- o q o a> N ~ o o m <D C') ~ ~ LO o 0 o 0 ci ci a> C') (fl~ o LO ~ <D o 0 LO LO o 0 o 0 .... .... o 0 o 0 Lri ci a> I"- ~~ o 0 o 0 ci ci N <D N N ~ ~ 000 0 0 0 0 N N N N ~ ~ ~ o o cxi 00 iItj~ o 0 o 0 .... .... o 0 o 0 ci ci "'" "'" N N ~ ~ ~ N ~ ~ N ~ ~ N ~ ~ N ~ ~ N ~ N ~ N ~ N E W ~ ro .0 ~ co ....J E W <: o ~ 1:J <: Ql E E o o E W (5 ";:: 10 11. E W E co .s:: o co 1:J co <: co o o 0 o 0 m m "'" C') N C') ~ ~ o 0 o 0 Lri ci C') a> I"- <D ~ ~ o 0 o 0 ci ci I"- N LO 00 ~ ~ o 0 LO 0 cxi m a> I"- .... N ~ ~ o 0 o 0 ci ci 00 N LO I"- ~ ~ o 0 LO 0 0 0 0 ~ ~ N v ~ N M ~ ~ o 0 0 0 0 0 0 0 0 o 0 0 0 0 0 0 0 0 m m ci ci ci ci ci ci ci "'" a> <D N N N 0 a> 0 N N C') "'" LO I"- C') C') LO ~~~~~~~~~ ~ ~ ~ ~ ~ ~ 000 000 ci ci ci a> <D LO N C') ~ ~ 000 g ~ 00 o o C') o q LO N N ~ o 0 o 0 .... .... o 0 o 0 N .;f I"- N a~ o 0 o 0 .... .... o 0 o 0 .;f cxi N U; a~ (ot) '-t ~ (ot) '-t M III Gl f I- III ::l o ... Gl Gl :; ~ = l'G Gl...J :;l" :E :; Ql c.. (; co o :2 E lij ro E :2 III ~ u: co <: ffi 0 c ~ E .0 :J Ql "5 CD c:( 0 Ql c.. co :2 >- co ~ o Z Cl <: so:: c o <Jl E B o 0 LO LO LO N o C') o o ci C') N ~ o 0 o 0 .... .... o 0 o 0 .;f N N a> C') C') ~ ~ ~ (ot) '-t >- co ~ o Z <: Ql Q) :J o 1:J ~.9:! Ql a. E III w:2 o 0 o 0 ci 0 I"- I"- LO 00 ~ ~ ~ LO o 0 o 0 ci ci C') "'" C') "'" ~ ~ ~ LO o o ci "'" C') ~ o 0 0 0 o 0 0 0 T""" T""" T""" T"""" 000 000 cxi ci m C') C') "'" ~a a ~ (ot) Ql a. III :2 >- III ~ o Z ro <: E :J "0 o '-t ~ (ot) '-t Ql a. III :2 Co Cl :J en o 0 o 0 m rri C') N N C') ~ ~ o o ci I"- LO ~ o 0 C') N ~~ "'" ~ ~ 000 o 0 q ci Lri LO en <D <D ~a~ o C') [~ o 0 o 0 .... .... o 0 o 0 ci ci u:; ~ ~ ~ ~ (ot) '-t ~ Q) a. co :2 Ql ..c III >- ~ IX) VI >< o o N ~ UJ UJ I en ~ ....I ~ en UJ ex: o ai ~ z ::S D- o o ~ ....I UJ () >< UJ t VI Q) (; ~ I o o N -i ~ '" :l C '" -, i:j, c '2 Q) a. o u CO .!!!~ .c ,- Ill'" _ C .- III III = ~O ,....-- GI (,,) ';:: c.. "Cl ii5 Cl :S c III ii: " c CIS Cl c :c Ul 'c ... ::I U. Gl l!! I- Gl " CIS .c III o ... o N .!!!~ .c ,- ",'" _ c ,- CIS CIS = ~O -.-:..- GI (,,) .;:: c.. "Cl ii5 ~ ~ Ul Gl 0:: " in .!!!~ ~+l _ c 'Iii ~ >0 ~ GI (,,) ';:: c.. "Cl ii5 ~~ .!!~ 'Iii ~ ~O i--- GI (,,) ';:: c.. "Cl ii5 ~~ .!!!~ 'Iii ~ ~O -.-:..- GI (,,) ';:: c.. "Cl ii5 1/1 GI '~ GI a. en GI (,,) ';:: c.. "Cl ii5 GI (,,) ';:: c.. "Cl ii5 :J: lXl C << 'ti 0 C ltl ~ cO > N en fit ..., "Cl 0 0 coo '" 0 0 ..J ...... N o~t; c:i u ~ ~ U) .E ... .!!! 'ijj g 3: 0 N C') fit GI a. CIS (,,) 1/1 "Cl C CIS ..J g (5 0 ~ ~ fit LO LO LO LO ~ ~ GI a. '" (,,) 1/1 "Cl C CIS ..J ... "Cl .!l 1/1 ;: '" ~ GI a. '" (,,) 0 1/1 N "Cl C '" ..J C '" ~ = :J: Ql a. 0 0 III 0 0 ~ ~ -- "Cl C '" ..J N 'c CIS <i: o 0 o 0 o 0 0> 0> aa (; ~ (3 >.~ "tl '- c Q) ~~ _ U "tl eo c:J: l!1 c o 0 gE .~ E .r:. 0 00 M "r o 0 o 0 o 0 00 0 C') LO fit fit Lo M "r o o o 0> <0 fit o o o N I'- fit ltl 1~1 I~ o 0 o 0 ...... ...... ; Lo M "r o !2 c (5 "tl (5 " c E .a :J ~ o !2 c (5 ~ c Q) en c .9 fl c it ltl 0> oi N N fit o 0 o 0 o 0 0> I'- <0 0> fit fit g ltl o 0 o 0 Lri 0 00 0 ~a LO LO 00 C') o 0 o 0 ...... ...... o 0 o 0 ...... ...... o 0 o 0 cO cO 0> 0> a~ Lo M "r '- 2 l/l eo E Q) "tl eo .r:._ en l/l '- :J o u Q).Q c >. = :g ~o en:J: o o o 0> LO fit g ltl o 0 o 0 ...... ...... o 0 o 0 cO cO 0> 0> ltl LO fit fit Lo M "r Lo Q) 2! Q) ~ o o ~ U :J C ~ o 0 o 0 o 0 C') N ~a o 0 o 0 ...... ...... M "r Lo Q) C. a. eo .c eo o l/l E eo ~ o o o C') C') fit LO N o 0 o 0 ...... ...... o o cO 0> LO fit o o o C') C') fit ltl I o 0 o 0 ...... ...... o o cO 0> ltl ltl 0> M ltl ;;; o o o C') C') fit ltl N o 0 o 0 ...... ...... o o cO 0> LO fltl "'1 o o o C') C') fit o N " I: M "r Lo M "r Lo M "r Lo M "r Q) Ii a. eo .c eo o 2! !E ro a: Q) Ii a. eo .c eo o Q) u c 'C ll. Q) e. :J ll. Q) C. a. eo .c eo o Qi ~ Q) ...., "tl Q) a::: >. o a::: "tl c ro 0 c- o .!!l o E afO Ol'-Q) co- ~c8: Q) eo eo ~E.c .r:..<:-eo ~SO m o LO cO ...... N fit o o o 00 LO fit LoM"rLo '" x ci a N ~ W W I en ~ ...J :::> en w 0:: o in F= z :5 Cl. 6 a ~ ...J W () >< w ~ t) ~ o ~ I '- Q) o Q) c,;, o Q) _ c eo eo >- oil. c -o.Q 0- o eo OlE "tl eo go _ x cow o ~ o N -.i ~ '" :J C '" -.. c, c '2 <ll C- O "C iD ~~ CIS'" _ C ,- CIS CIS ::J ~O e---- CIl u .;: 0. -0 iii 01 c .. C III ii: "C C III 01 C :c Ul oe :J u.. GI ~ I- GI "C III .::: CIl o .... o N ~~ .!!c .; ~ ~O - CIl u .;: 0. -0 iii ~~ .!!c .; ~ ~O - CIl u .;: 0. -0 iii .l!l :; Ul GI 0:: "C iii ~ ~ 8- .!!! t: CIS .- CIS U 1ll::J UI ~ 0 -g - j ~ C Oi: C'G 0. E -0 :s:: iii i ~~ -g.. _ C .- CIS III ::J >0 ~ CIl U ';: 0. -0 iii CIl u .;: 0. -0 iii . -c:i LO 0 C ~ LO III C'"l ..t .J 00 (l) ~ ~ ~ .., o o o.ri N N ~ o 0 o 0 ci ci ...... ...... LO I'- ~ ~ o N o o ci Cl"l N ~ o 0 LO C'"l I'- N 000 o CI 0 ci LO ci 00 ..... Cl"l ~~~ 000 o 0 LO N C'"l ...... o 0 o 0 ...... ...... o 0 o 0 ci ..t N 0 LO (l) ~ ~ o LO o.ri o N ~ o o ci N (l) ~ LO J: ~ M'=tLoM'=tLo UI CIl 'u CIl Q. CIl . . ~ -c:i 0 0 ';: coo ~ j ~ ~ iii 0 ~ ~ o o c.i ...... .E .. CIl :; I: ~ Il CIl Q, III U UI -0 C III .J (S ~ CIl Q, CIS U UI -0 C CIS .J ... -0 .! UI i: III ~ CIl Q, 0 0 III 0 0 ~ 'l""" .,..- -0 C III H <Il N ro CO c E :J :; <( .... .... ro o <Il "'Co. o ~ ~~ ~(ij mO Q; <Il U :g ro .::: o .... o m <IlO- '6. ~ ~~ <Il ro 0::0 o .!!! :.J <Il <Il .... I- ~ en ~ o .2: o LO o.ri ...... N ~ o 0 o 0 ci ci LO Cl"l (l) 00 ~ ~ o LO LO N o o <Xi I'- N ~ o 0 o 0 ci ci LO Cl"l (l) 00 ~ ~ ~ LO iU o LO 0 ~ ~ 'V i~ o N o 0 o 0 ...... ...... o 0 o 0 ...... ...... o o ci N LO o 0 o 0 <Xi <Xi Cl"l Cl"l ~~ M '=t Lo M '=t Lo c <Il "'C c :.J '+- ro <Il Q) E :.J ~ '0.. en c <Il <Il Ci o 0 o 0 ...... ...... o 0 o 0 <Xi <Xi Cl"l Cl"l ~~ + o LO 00 .t::! QE M '=t Lo 00 :J cO "0 c <Il "'C c :.J .... <Il .2: en Cl ~ .l!l en <Il c.. ro :2 <Il en <Il c ro Q, ro ...., ro ~ ~ ro c ...J 0 -€) c c 0 ~.... en l-" ,~ cil 0 o 0 o 0 ci g ~ ...... ~~ c <ll <ll :J o t5 o o ci 00 ~ CIl ~ g' I- .- ... .. C CIl III 0.- ...0- UI -0 UI 8~~ _CCIl ClS CIS CJ:, o C +:lW :c .. -0,2 <( o 0 0 0 0 0 o 0 0 0 0 0 o.ri o.ri ci ci ci ci N C'"l LO 0 LO LO ~~~~~~ o 0 0 0 0 0 o 0 0 0 0 0 ci ci ci ci ci ci o 0 000 0 ~Z;~~~~ 000 000 ci ci ci ..... (l) 00 ~ ~ ~ 000 000 ci ci ci ...... LO Cl"l ~ifl~ 000 000 ci ci o.ri ..... (l) I'- ~ ~ ~ 000 000 ci ci ci ON..... ~~~ o 0 0 0 0 0 o 0 0 0 0 0 o.ri ci o.ri ci ci ci C'"l LO (l) 00 0 N ~~~~~~ o 0 0 0 o 0 0 0 ci ci ci ci LO I'- Cl"l 0 ~ ~ ~ ~ o 0 0 0 0 0 o 0 0 0 0 0 o.ri o.ri ci ci ci ci ~~~~~~ Ul Ul ~ Q) a. a.~ ro "0 ~ lii roa:lE~ ~~[Ij-5 CIlcn~C: croa:l2Q) o - Q) 'C _ <ll <Il ~ ~ Q) 0 2 ~ ~ Su:~:;:;; <Il. <Il<ll<lll/)liijgQ).g ~ ~ ~ ~ ~ ~ ~ ~ 00 Z 00 ~ N N M '=t Lo W ~ a:l 0 0 c: 'w c: o u VI ~ .... o VI '0 ,!: ---. o ..... I e z '+- o Q) -0 'w - ::J o c: 3= o VI .... Q) OJ U Q) c: .0 ~ .9 ~ Q) ~ .... Q) ro 3= 0- VI '0 ~ 'c .=. E I VI -0 c: ~ ,Q 'S 1ii 0- '0 ~ 13 ~ ~.E ~ E :c .g Q) VI Q) "0 E c: "0 :"S1 c: -0 -0 0 :0 c: ~ ai '0.. 0- l1l l1l U U VI VI -0 -0 c: c: l1l l1l -l -l > 0 ~ a w w I- I- a a z ~ . . ~ '" x ci ;; N ~ W W I IJ) ~ --' ::J IJ) W oc o 00 ~ z ~ a. 6 ;; ~ --' w U x w t '" ~ o ~ I / Mount Prospect Mount Prospect Public Works Department ~ TREE CITY USA INTEROFFICE MEMORANDUM TO: VILLAGE MANAGER MICHAEL E. JANONIS FROM: FORESTRY/GROUNDS SUPERINTENDENT DATE: JANUARY 13,2010 SUBJECT: BID RESULTS - TREE REMOVALS - $140,000.00 "Bt>. ~'Tb; I ,erf BACKGROUND Sealed bids for parkway tree removals in 2010 were opened on January 4, 2010. This contract requires removal of dead, dying or structurally unsound parkway trees to ground level. In order to maximize the number of potential bidders, this year we added a provision allowing contractors to bid on one, two or three partial contracts. (In this way, smaller contractors who did not have enough labor and equipment to complete one large contract could be considered for at least some of the work.) We also included a provision which will allow us to extend the contract(s) for a second year at the same bid prices, if both the contractor and Village agree. BID RESULTS Nineteen invitational bids were mailed and a notice was published in a local newspaper. Nine bids were received. Bid results were as follows: Bid Price for each partial contract Homer Tree Care, Inc. Powell Tree Care, Inc. Trees R Us Steve Piper & Sons, Inc. Winkler's Tree and Landscaping Nels Johnson Tree Experts, Inc. Robert W. Hendrickson, Co. Asplundh The Care Of Trees $40,550.00 $42,937.50 $46,005.00 $47,210.00 $50,487.00 $55,450.00 $63,137.50 $65,705.00 Did not submit required Bid Bond # of proposed contracts Three Three Three Three Three Three One Did not indicate Bid was not read DISCUSSION At the time the bid specifications were prepared the actual number of trees to be removed was unknown. However, based on past experience we estimated that 200 trees would need removal during the year. Bidders were asked to submit a price per inch for removal of trees in each of five different size classes. In order to draw comparisons between various bids, we asked bidders to use our estimated quantities to calculate an extended cost. H:\Forestry\ WORD\20 1 O\REMOV AL \MEMO-REMOV AL RECOMMENDA nON 201 O.doc The low bidder, Horner Tree Care, Inc. has not worked for Mount Prospect in the past. However, they had submitted multiple references with their bid, all of which were highly favorable. BID RECOMMENDATION The lowest qualified bidder, Horner Tree Care, Inc., bid on all three partial contracts, so we can combine all removals into one large contract. On page 224 of the 2010 budget, a total of $140,000.00 remains in the budget for Tree Removal. Therefore I recommend award of a two-year tree removal contract to Horner Tree Care, Inc. Year one will be in an amount not to exceed $140,000.00. Year two will be limited to whatever amount is appropriated in the 2011 budget. ~~ ~/ ( Sandy Clark I concur: Glen R. Andler Director of Public Works 0 0 0 0 0 0 ..... ..... ..... ..... 0 L() L() 0 0 ~ 0) 0) 0) <7.! ...t- r-.: c:i 00 t- t- cri cri cri 0) t- N 0 0 t- OO 00 00 00 00 'it_ L() N.- L() t- 'it_ 0 'it 00 r-: 00 0 ..- ..... ..... L() 0 N 'it W- W- W- W- W- W- W- W- W- W- ~ ro 'it ..... (") 00 'it ..... ..... ..... ..... ::l I'-: ..... 'it ..... ..... 0) 0) 0) 0) C 'it cx:i ('I') cri ...t- cri cri cri cri ro ..... N N (") L() L() L() L() -, OJ C C W- W- W- W- W- W- W- W- W- a> a. 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 ~ 0 0 0 0 0 "'0 c:i c:i L() c:i L() c:i Lri c:i c:i Lri L() 0 t- O 00 ..... ..... 0) 0) ..... in 0 L() L() N 00_ N ..... ..... 'it 00 cO CD r-: ..... ..... 'it W- W- W- W- W- W- W- W- W- W- 0 0 0 0 0 0 0 0 0 L() ~ L() ~ I'-: ~ 0 0 ~ 0 00 'it t- O L() c:i c:i L() ..... ..... N N (") t- CD CD t- J!) ~ W- W- W- W- W- W- W- W- W- lI) CI) 0 0 0 0 0 0 0 0 0 0 ~ 0 ~ 0 0 ~ ~ 0 ~ 0 0 "C c:i L() L() 0 L() L() L() L() Lri L() C/) N t- L() N (") 0 'tJ 0 0 0 ..... a::l w 0) N 'it_ CD_ t- O C'll ..... ..... ..... ..... U M t- (") 0 cO G) ~ ii: ..... N 'it ... It: ... - 0 (J Q. W- W- W- W- W- W- 0 ~ W- W- W- W- eu c e '- iii 0 0 0 0 0 l/) >- 0 0 0 0 ... s::: N ..... ~ t- t- C'll U 0 ~ 0 0 0 ...J cri ('I') ..... N t- ~ z Lri L() Lri Lri U ~ ..... N N (") 'tJ W CD L() CD 0) C> 0 :c It: eu :iE ~ w > w :iE 0 It: W- W- W- W- w- en .e w W- W- W- w- E - G) 0 0 0 0 0 0 l/) U ... 0 0 0 0 CI) ~ ~ L() ~ 0 L() - I! G) ~ 0 0 ~ ~ 0 0 N 0 Lri r-.: .... u .c 0 Lri c:i 0 u C'll - - 0 L() ..... 0 t- (") C'll ... e I 0) 00 0) 0 CI) N.- t- 0)_ N.- 00_ 0) - 0 ..... N ... e 'tJ CI) (") CD (") t- - U ..... ..... 'it e 0 e '- 0 U G) 0 I- W- W- W- W- W- W- U .... ~ !Xl W- W- W- W- >- G) 0 .c eu 0 0 L() 0 0 e ... - 'tJ 0 0 0 0 G) m ] 0 0 t- ~ ~ 0 .c G) 0 0 0 0 N Lri cri N N e E .c C'll Lri c:i Lri Lri ..... ..... ..... N (") 0 - CD CD CD t- '- :;, e ::: eu 'tJ e 0 E a. :c G) 'tJ .c 0 w- w- w- w- w- e) .c :c :;, w- w- w- w- - - l/) 0 (.) G) l/) - 0 0 0 0 0 0 - .!!! 0 0 0 0 0 N ~ 0 0 0 0 ~ e C'll e 0 0 0 0 c:i c:i c:i c:i 0 .!:! e c:i c:i c:i c:i 0 0 l/) C'll :5! 0 L() 0 0 0 L() 'tJ Q. CD CD CD CD N.- t- 0 N 'it L() ~ .5 'tJ r-: M ..0 ci u E (") .;: l/) ..... ..... 'it - 0 'tJ 0 U G) w- w- w- w- w- w- e e C) ~ w- w- w- w- G) :5! I- 0 0 0 0 0 J: 'tJ .5 .... 0 0 0 0 ~ ~ ~ ~ ~ ~ e 0 ~ 0 0 0 N L() 0 N 00 .c 'iij G) 0 c:i c:i c:i ..... ..... N N N 'tJ E ... 'it 'it 'it 'it e C'll l/) :;, G) (J G) Q. ... - G) G) w- w- w- w- w- 0 l/) .c .c Z <( l- I- w- w- w- w- 0 0 0 0 0 0 LO 0 LO LO 0 LO 00 N M <0 LO ..- 'C' :J 'C' 'C' 0 :J :J .... ..c 0 0 0 ~ ..c ..c - .... ~ ~ en en tJ) Q) .... .... en ai .0 -I c.. Q) Q) Q) ~ <"i T '-' .e, .e, c.. N ("') ~ c 0 t- N b .... .... ~ 0 0 cD Cll Q) Q) .... 0 Co ,.f ci !3. 0 E .... .0 Q) C I- Q) 0 .5 'C ~ ~ !3. .... .0 Cll ~ 0 Cll 0 .... N M ~ It) LL ...J (3 ...J 0 0 0 0 0 0 0 0 cri oj cri cx:i N N N w- w- w- w- 0 0 0 0 0 0 0 Lri c:i I (") N L() w- w- w- w- 0 0 0 0 ~ 0 0 ~ L() Lri L() L() ("') (") t- ..... w- w- w- w- 0 0 0 0 0 L() L() ~ ...t- r-.: t- o ("') N ("') ..... w- w- w- w- 0 0 0 0 0 0 ~ ~ 0 c:i 0 'it 'it 'it 'it w- w- w- w- 'U >- 'C' :J 'C' :J (,) :J 0 ~ .... .... 0 ..c :J Q) ..c Q; 0 .e, .... ..c Q) .e, .... (ij .e, Q) ~ .e, 1Il .... (,) 0 Q) :J .... c.. 3= .... Q) 1Il 0 I- 'C (5 I- .... Cll Q) 0 Q) (ij c.. ...J 1Il c.. :J .~ 01 .... Q) ..c 0 Q) <( () ...J 0::: N - o ..- <J) x ci ~ o N en I- ...J ::> CJ) w 0:: 6 ~ ....I ~ o ~ W 0:: :::i ~ o ~ W 0:: 6 ;; S:l ....I W (.) >< w ~ U; ~ o ~ I J!l 0 0 0 0 0 0 ,.... ~ ~ ,.... ::J ~ ~ 0 0 0 0 ~ CD CD lO tn 0 lO ..0 ci ..0 ..0 ("') ci ci C"'i 0) N ...... ex> 0) 0 CD CD CD CD Q) ,.... ,.... ,.... ,.... CD ,.... c::: Lei ex> -.i -.i Lei N N CD "C CO tA- tA- tA- tA- tA- tA- tA- tA- tA- tA- - 0 0 0 0 0 lO ...... ...... lO ~ ~ 0) ~ ~ l'-: ...... ...... ...... 0 ,.... N ..q: ...... ~ ~ N N ..q: ns ...... N N ~ ~ ~ ~ ~ ~ ... - s::: 0 0 tA- tA- tA- tA- tA- tA- tA- tA- tA- ns 0 0 0 0 0 0 0 0 0 0 > 0 0 lO ~ 0 lO 0 ~ 0 0 0 ..0 ..0 ,.... 0 ci ,.... ..0 lO ..0 ..0 E ,.... N ("') lO lO ("') N N N N ex> ...... lO ex> ,.... ...... N N N N Q) <0 al ci ~ ("') c::: N N CD Q) tA- tA- tA- tA- tA- tA- tA- tA- tA- tA- Q) ... lO 0 lO lO 0 0 0 0 0 ~ ,.... lO N ,.... ~ 0 0 ~ 0 >- ex> ..q: r-..: ..q: lO ..0 ..0 lO ..0 ...... N N ("') ~ ex> ex> ex> ex> ns ...... ...... ...... ...... ~ ... tA- tA- tA- tA- tA- tA- tA- ~ ~ ns c.. 0 0 0 0 0 0 0 0 0 0 C ~ 0 0 0 0 ~ 0 0 0 0 - 0 ci ci ci 0 0 ci ci ..0 ci c 0 0 lO 0 0 lO 0 0) 0) 0 ,.... 0 ,..... 0 q ~ ...... ...... N Lei ex> ex> N Lei ...... N lO o ..- o N ~ ~ ro :::l c: ro , 0) c: c: Q) C- O :Q CO tA- tA- tA- tA- tA- tA- tA- tA- tA- ~ 0 0 0 0 0 0 0 0 0 0 0 0 0 0 ~ 0 0 0 r-..: ci ..0 ci ci lO ..0 ci ci N N ("') ~ ex> ,.... ex> 0) tA- tA- tA- tA- tA- tA- tA- tA- tA- 0 0 0 0 0 0 0 1.O 1.O 0 1.O 1.O ..- N ('I) CD 1.O 00 ..- 'C' ~ ::::l .... 'C' 0 ::::l ::::l .... ..c 0 0 0 ..c ..c - .... ~ en 0> C/) Q) .... .... en ai ...J ,e, Q) Q) Q) en rri It) T ,e, ,e, 0. N C') ~ f'-. N b c .... 0 ~ ell .... .... 0 0 to Q) Q) 0 Co ..t ci e 0 E .... .c Q) ~ I- ~ 0 .S "0 ~ ~ e .c ell ~ 0 ell 0 't"" N M 'It II) LL ...J <3 ...J 0 0 0 0 ...... "": 0 0 ..q: lO ci ci ...... ("') ...... ~ ~ ~ ~ 0 0 0 0 0 ~ 0 0 ci 0 ci ci 0 0 0 N ...... ...... ..- ~ ~ ~ ~ 0 0 0 0 ~ ~ 0 0 lO 0 ci ci ~ ~ ~ N ~ ~ ~ ~ 'C >- ....... .... ::::l .... ::::l 0 ::::l 0 'C' Qi 0 ..c ::::l ..c .... 0 ,e, .... Q) ..c Q) ,e, .... tii ,e, ~ Q) VI .... 0 ,e, 0 Q) ::::l .... 0. := .... Q) .!!1 0 f- "0 0 f- .... ell Q) 0 Q) tii 0. ...J VI 0. ::::l .;:: :c Ol - Q) 0 Q) <( () ...J 0:: N - o N VI X ci ~ o N en f- ...J :::l en W c:: o 1i? ...J ~ o :E w c:: :::i ~ o :E w c:: 6 ~ o ~ ...J W U x w ~ u; Q) (; ~ I Mount Prospect Mount Prospect Public Works Department @ TREE ClT\' USA INTEROFFICE MEMORANDUM TO: VILLAGE MANAGER MICHAEL E. JANONIS FROM: FORESTRY/GROUNDS SUPERINTENDENT DATE: JANUARY 13,2010 ~I) I Ml~~ \ \ C\ 10 SUBJECT: BID RESULTS - PARKWAY TREE STUMP REMOVALS - $85,000.0 BACKGROUND Sealed bids for parkway tree stump removals in 2010 were opened on January 4,2010. is contract requires grinding tree stumps to a 10" - 12" depth, removing the grindings, and restoring the area with topsoil and grass seed. We also included a provision which will allow us to extend the contract for a second year at the same bid prices, if both the contractor and Village agree. BID RESULTS Nineteen invitational bids were mailed and a notice was published in a local newspaper. Nine bids were received. Bid results were as follows: Company Asplundh Winkler's Tree and Landscaping Powell Tree Care Trees R Us Steve Piper and Sons, Inc. Robert W. Hendricksen Co. Homer Tree Care, Inc Nels Johnson Tree Experts The Care of Trees Price Per Diameter Inch 0-24" 25" + $5.35 $7.45 $7.47 $7.93 $8.90 $9.11 $6.30 $10.65 $9.25 $11.00 $10.85 $10.85 $10.00 $12.00 $11.25 $12.50 Did not submit required Bid Bond Extended Cost $47,950.00 $54,590.00 $63,350.00 $65,850.00 $73,500.00 $75,950.00 $80,000.00 $85,000.00 Bid was not read DISCUSSION At this time we do not know how many stumps will need removal, however we typically have to remove approximately 400 -500 stumps per year. In the bid specifications we estimated that 7000 diameter inches of stumps would need removal, with 2000 inches in the 0-24" size class range and 5000 inches in the 25" and larger size class. The specifications were written to allow us to assign stumps throughout the year, up to the amount budgeted. H:\Forestry\ WORD\20 1 O\STUMP\MEMO-STUMP RECOMMENDA nON 201 O.doc Page 2 of 3 The lowest bidder, Asplundh, has not worked for us in the past, although their equipment has been widely seen in the Village for many years due to line clearing contracts for ComEdo Their corporate office is in Pennsylvania, but they do have a local office in Burr Ridge from which line clearance crews are dispatched. All bidders were requested to submit, with their bid, four satisfied local municipal references for work of similar nature. Although Asplundh submitted four references, only two were municipal and all were for line clearance work. (One reference, Nicor, said that Asplundh had removed a small number of stumps for them.) We contacted all the references submitted and all were happy with the quality of the line clearance work. Additionally, all bidders were requested to submit a list of equipment to be used on the job. Asplundh did not include such a list with their bid. We called Asplundh after the bids were opened to discuss how they would conduct the work, and we asked whether we could anticipate difficulty in reaching decision makers if problems arose. They assured us that the supervisor directly in charge of the contract would be working out of the Burr Ridge office, and they faxed us a list of equipment suitable for stump removals. We also asked if they had any municipal references for stump removal and they named one local community. We called the forester from that community and unfortunately his experience with Asplundh was very unfavorable. He said they did a tree and stump removal contract which took far longer than it should have, the crew was not familiar with stump removal, they caused a lot of damage and the responsible supervisor was out of state. For these reasons the forester decided not to use Asplundh the following year. In spite of these concerns, it should be noted that we do have the ability to cancel the contract with fairly short written notice if we are dissatisfied with the contractor's performance. We could then award the contract to another contractor. The second low bidder, Winkler's Tree and Landscaping, has satisfactorily done stump removals for us in the past and is currently performing our parkway tree trimming contract. I do acknowledge that there is some risk to using Asplundh for our stump removal contract. However, they have been clearly trying to break into municipal tree work in our area in the last few years, judging by the fact that they have submitted bids on several of our other tree contracts. I believe that of all our tree contracts, monitoring a brand new contractor on stump removals is likely the easiest. The stump removal contract is fairly straightforward and the specifications have little room for interpretation in order to do the job correctly. I would be more hesitant to suggest that we try a new contractor on either our parkway tree removal or trimming contracts. Parkway tree removals are subject to short deadlines and there is an obvious need for more experience to complete the jobs efficiently, safely and without causing damage. Our trimming contract is also subject to stringent deadlines, mainly because of the sheer number of trees being trimmed each year. Additionally, we have found that trimming specifications can often be subjective, depending on who is reading them, and if trees are pruned improperly it can lead to poor structure or even tree mortality. Page 3 of 3 BID RECOMMENDATION There are sufficient funds available in the 2010 budget for this proposed contract. On page 224 of the 2010 budget, a total of$85,000.00 has been budgeted for Stump Removal. In spite of my reservations, I recommend award ofa two-year contract to the lowest bidder, Asplundh. Year one will be in an amount not to exceed $85,000.00. Year two will be limited to whatever amount is appropriated in the 2011 budget. I am also seeking Village Board approval to award the balance of the contract to the second low bidder, Winkler's Tree and Landscaping, if at any time during their contract Asplundh's performance does not meet our specifications. ~cLL Sandy Clark ,~ I concur: Glen R. Andler Director of Public Works " - Mount Prospect Public Works Department INTEROFFICE MEMORANDUM DATE: JANUARY 14,2010 l!>b. \o^"f'l-) , {\~ 1'0 FROM: VILLAGE MANAGER MICHAEL E. JANONIS FORESTRY IGROUNDS SUPERINTENDENT TO: SUBJECT: BID RESULTS - STREETSCAPE CORRIDOR LANDS CAP MAINTENANCE - $96,120.00 BACKGROUND Sealed bids for landscape maintenance of selected sites were opened on January 11, 2010. Nine invitational bids were mailed and a notice published in the local newspaper. A mandatory pre-bid meeting to explain the scope ofthe contract was held on January 5, 2010; representatives from ten firms attended. A total of three bids were received. The work required by the specifications includes a wide range of maintenance activities including Spring Cleanup, Mulching, Weeding, Turf Herbicide/F ertilization/ Aeration Treatments, Turf Mowing, and Shrub Pruning at all sites as needed. The majority of the sites are high-profile locations such as public buildings, green spaces in the downtown area, and the entire Union Pacific Railroad right of way. This contract will cover a 9 month period in 2010 and again in 2011, assuming we are satisfied with the work performed during the first year. BID RESULTS The following bids were received: Total cost per year to maintain 74 selected sites Alaniz Landscaping Group Lundstrom's Nursery Milieu Design Inc. $ 12,901.00 $ 96,120.00 $118,375.00 DISCUSSION Based on our past experience with this contract, as well as the other bids received on January 11, it became immediately obvious that Alaniz's bid could not possibly be correct and that their H:\Forestry\WORD\201O\Bid results streetscape corridor LM.doc "..., Page 2 of 2 bid bond was not in the correct amount. We called Alaniz and learned that they had misunderstood how to fill out the bid sheet. For every site that includes turf, they claimed they had listed a price per mowing and those numbers needed to be multiplied by 34 before being added to the other bid prices. Alaniz claimed that by doing this their bid total would come to roughly $66,000.00. However, our bid sheet requested the total annual cost of mowing at each site, and that is what the other bidders provided. I informed Alaniz that we would not be able to accept their bid due to these problems. The second low bidder, Lundstrom's Nursery, has done a very good job on our Landscape Maintenance Contract in the past. In fact, Lundstrom's has held this contract every year since 2000 (except that in 2001 the contract was initially awarded to another contractor who failed to perform and Lundstrom was asked to take over). BID RECOMMENDATION In the 2010 budget there are funds appropriated for this contract as follows: on page 223, $23,000.00 is in Account #0015202-540685, and on page 286, $55,000.00 is in Account #5507703-540691. Additionally we will be requesting a budget transfer of$18,120.00 from Account #0015202-540685 on page 223 to make up the necessary balance. I recommend that the Village Board reject the bid submitted by Alaniz, and award a two year contract to the lowest qualified bidder, Lundstrom's Nursery, Inc. Year one would be in an amount not to exceed $96,120.00. Year two will be in whatever amount is appropriated for this purpose in the 2011 Budget. b / ~ _/s~:: Clark. . I concer: GLEN RADLER Director of Public Works Mount Prospect INTEROFFICE MEMORANDUM @) THl!E aTY USA Mount Prospect Public Works Department FROM: FORESTRY/GROUNDS SUPERINTENDENT ~b. \1\0. TO: VILLAGE MANAGER MICHAEL E. JANONIS DATE: JANUARY 13,2010 SUBJECT: BID RESULTS - TURF MOWING - $34,125.00 BACKGROUND Sealed bids for turf mowing in 2010 were opened on January 4,2010. This contract is for mowing of publicly owned rights-of-way during the calendar years 2010 through 2012. BID RESULTS Ten invitational bids were mailed and a notice was published in a local newspaper. Four bids were received. Bid results were as follows: Contractor 2010 Total Cost 2011 Total Cost 2012 Total Cost 30 weekly mowings 30 weekly mowings 30 weekly mowings of 84 sites of 84 sites of 84 sites Alaniz Lundstrom Zenith * O. C. Landscape $34,125.00 $34,125.00 $44,484.65 $44,484.65 $45,484.65 $45,484.65 Bid Not Read - No Bid bond $34,125.00 $45,853.15 $45,484.65 * Adjusted total- math error DISCUSSION Alaniz Landscaping Group has not worked for us in the past on this contract, although they have planted some parkway trees for us. All bidders were asked to provide four local municipal references for work of a similar nature to this contract. Alaniz submitted three references, but we were only able to reach two in spite ofleaving several messages. Of these, one had favorable opinions and the other was fairly dissatisfied. The latter contact stated that they do not use Alaniz on their high-profile sites in their downtown because the quality of work is not as good as they would like, but they do use them for mowing. He also stated that at times it has been difficult to get a prompt response from Alaniz when issues have arisen, and we did experience that at times during our tree planting contracts as well. C:\Docurnents and Settings\kdewis\Local Settings\Ternporary Internet Files\OLK I I D\Merno- Turf Mow Bid - 201 O.doc Page 2 of 2 In spite of these concerns, it should be noted that we do have the ability to cancel the contract with fairly short written notice if we are dissatisfied with the contractor's performance. We could then award the contract to another contractor. Note that the second low bidder, Lundstrom's Nursery, has done a very good job for us on our mowing contract for seventeen years. After extensive consideration and discussion, we have decided it is in the Village's best interest to take a chance on a new mowing contractor at this time, in order to take advantage of the potential cost savings. Though there is risk, the nature of turf mowing is such that deficiencies are readily observed and corrected (unlike parkway restoration where much of the work is not readily visible). Also, generally no serious damage is done if turf is not evenly cut or a mowing cycle is missed. Fortunately it will not take a huge amount of staff time to monitor the mowing crews and readily determine whether our standards are being met. BID RECOMMENDATION In the 2010 budget there is a total of$34,125.00 available (p. 245, Account # 6105503-540685 and p. 223, Account # 0015202-540685) for the Mowing Contract. I recommend award ofa three year mowing contract to Alaniz Landscaping Group. Year one will be in an amount not to exceed $34,125.00. Years two and three would be in the amount approved by the Village Board for the 2011 and 2012 Budgets. I am also seeking Village Board approval to award the balance of the contract to the second low bidder, Lundstrom's Nursery, if at any time Alaniz's performance does not meet our specifications. -~~ Sandy Clark I concur: H:\Forestry\Grounds\Word\20 I O\Memo-Turf Mow Bid - 2010.doc Mount Prospect INTEROFFICE MEMORANDUM ~ TREE CfIY USA Mount Prospect Public Works Department FROM: FORESTRY/GROUNDS SUPERINTENDENT "l>t::a. k\~ \ \ TO: VILLAGE MANAGER MICHAEL E. JANONIS DATE: JANUARY 13,2010 SUBJECT: BID RESULTS - P ARKW A Y RESTORA nON - $80,000.00 BACKGROUND Sealed bids for parkway restoration were opened on January 4,2010. This contract requires sodding of parkways due to various excavations and other disturbances in public rights-of-way and easement areas the Village. Prices for sodding (including removal of backfill, rototilling, installing topsoil and sod, an one watering) and additional sod watering were sought. The specifications describe awarding the contract calendar years 2010 through 2012, but we can choose to cancel the contract at any time if performance is not acceptable. BID RESULTS Ten invitational bids were mailed and a notice was published in a local newspaper. Two bids were received. Bid results were as follows: 2010 I Sod Watering 2011 Sod Watering 2012 Sod Watering Price/yd Price/yd Price I Yd Price/yd Price I Yd Price/yd Alaniz $ 7.09 $ 0.51 Alaniz $ 7.09 $ 0.51 Alaniz $ 7.09 $ 0.51 All $ 8.75 $ 0.80 All $ 9.00 $ 0.80 All $ 9.25 $ 0.80 DISCUSSION Alaniz Landscaping Group has not worked for us in the past on this contract, although they have planted some parkway trees for us. All bidders were asked to provide four local municipal references for work of a similar size and nature to this contract. Alaniz submitted three references, but we were only able to reach two in spite of leaving several messages. Of these references, the first was for a dissimilar contract restoring a large area all at once. This reference was satisfied with the work that Alaniz completed, however our contract differs in that it is a repetitive project that continues throughout each spring and fall. Additionally, the amount of site preparation required for that contract was substantially less than ours requires. The second reference was satisfied with Alaniz's work as well, but their contract was only one quarter the size of ours. H:\Forestry\Grounds\Word\2010\Memo-Parkway Rest Bid - 201 O.doc Page 2 of 2 It should be noted that several of the other references that Alaniz provided for our other bids told us that Alaniz's responsiveness and quality of work were deficient. One of these references uses Alaniz on low- profile sites, but pays another contractor more to work on high-profile sites that need serious attention to detail. For our Parkway Restoration Contract, most of the restoration is in front of residences; therefore, the quality will be scrutinized by our toughest critics. The nature of our contract requires a quick turn around, excellent responsiveness, and the need to remove a specified amount of stone, sand or substandard subsoil in order to help assure long term health of turf and parkway trees. A new contractor would have to be monitored very closely on this contract in order to verify the removal of debris to proper depth as well as proper storage of the sod before installation. In the spring when the first list goes to the contractor the Forestry/Grounds Division is at its busiest. We do not have enough staff to have someone follow around the parkway restoration contractor to verify that our specifications are being met. Although we believe it is in the Village's best interests to "tryout" Alaniz on our Turf Mowing Contract, for the previously listed reasons we do not feel that it is prudent to risk using them for our Parkway Restoration Contract. On the other hand, American Landscaping Inc. (ALl), the second low bidder, has been completing the Village's Parkway Restoration Contract for the last fourteen years. Their quality and responsiveness is unparalleled. They know what we expect, and get the job done efficiently, quickly and thoroughly. The sod is of good quality and almost always thrives unless the property owner fails to water. In fourteen years, we have received almost no complaints about ALl's work even though we have to perform only very minimal supervision of their crews. Additionally, they have adjusted their work schedule to accommodate our requests on many occasions, going far above and beyond what the specifications reqUIre. BID RECOMMENDATION In the 2010 budget, a total of$80,000.00 has been budgeted for Parkway Restoration (pg. 247, Account # 6105505-540700 and pg.251, Account # 6105510-540777). I recommend that we reject the bid submitted by Alaniz for the reasons listed above. Additionally, I recommend award of a three year Parkway Restoration Contract to the lowest qualified bidder, American Landscaping Inc. Year one would be in an amount not to exceed $80,000.00. Years two and three would be in the amount approved by the Village Board for this purpose in the 2011 and 2012 Budgets. / ,;~J:v~ ~___ Sandy Clark I concur: Glen R. H:\Forestry\Grounds\Word\2010\Memo-Parkway Rest Bid - 201O.doc Mount Prospect Village of Mount Prospect Mount Prospect, Illinois ~ INTEROFFICE MEMORANDUM DATE: MICHAEL E. JANONIS, VILLAGE MANAGER DAVID ERB, FINANCE DIRECTOR BRIAN SIMMONS, COMMUNITY DEVELOPMENT DEPUTY DIRECTO MICHAEL DALLAS, ADMINISTRATIVE ANALYST JANUARY 13, 2010 ERP SYSTEM - CONSULTANT RECOMMENDATION (IMPLEMENTATIO TO: FROM: SUBJECT: PURPOSE Obtain Village Board approval to amend Plante & Moran's existing agreement1 with the Village in orde to extend their consulting services to the Enterprise Resource Planning (ERP) system project's implementat n phase in an amount not to exceed $37,880. BACKGROUND Prior to the start of the ERP system project, Plante & Moran participated in and was selected from a competitive bid process to provide project management consulting services. Plante & Moran was chosen primarily because of their depth and breadth of resources and experience, strong project management approach, understanding of the project scope, and staff compatibility (see Exhibit 1). As part of the competitive bid process, consultants were asked to bid on the following three (3) phases of the project: . Phase 1: Analysis of the existing system and identification of ERP system requirements; · Phase 2: Vendor selection; and · Phase 3: Implementation. While the Phase 1 and Phase 2 proposed number of hours were fairly comparable among consulting firms, the Phase 3 figures were not. The hours proposed by consulting firms for implementation ranged from a low of 76 hours up to a high of 2,330 hours. Much of the disparity was attributed to the difficulty scoping this phase of the project prior to its beginning. Since it was unnecessary to commit to Phase 3 prior to ERP system selection, Staff did not negotiate for it, choosing to wait until the process was more clearly understood in order to develop a cost-effective scope of work. Soon after the New World Systems contract was negotiated and executed, Staff and Plante & Moran discussed amending the consulting agreement to extend their services into Phase 3 of the project. With a better understanding of how an ERP system implementation should occur, Staff established a scope of work and asked Plante & Moran for a cost proposal. After a brief series of discussions, Staff and Plante & Moran agreed to a proposed scope of work and cost (see Exhibit 2). DISCUSSION In order to ensure a very successful ERP system implementation, Staff believes it should continue its relationship with Plante & Moran. This type of project and its expected impact to Village operations is not one that is regularly managed by the Village on a day-to-day basis. As such, a consulting partner like Plante & 1 Existing agreement to provide consulting services is an amount not to exceed $114,720. 2 For Phase 3, Plante & Moran originally proposed 576 hours at a cost of $138,240. J:\Projects\ERP-Enterprise Resource Planning\ERP Consultant\Board Memos and Presentations\ERP Consultant Implementation Recommendation - 1-13-1 a.doc ERP System - Consultant Recommendation (Implementation) January 13, 2010 Page 2 of 2 Moran that assists organizations on a more regular basis to select and implement ERP systems is best equipped to guide the Village through the implementation process. They have considerable experience and resources that can be leveraged to help avoid pitfalls that potentially lead to a system's underutilization. Moreover, they can use their "lessons learned" on previous projects, as well as their experience with the Village, to help tailor New World System's implementation plan to meet the Village's expectations. As further support, Plante & Moran has been a very strong asset to the ERP system project. Mr. Mark Warner and Ms. Tracey Rau, the project consultants, are very detail-oriented, timely, and reliable. They have consistently provided sound advice to Staff to ensure the project's continued success. Plante & Moran originally proposed a much larger project scope to guide the Village in its implementation, including regularly attending project meetings, participating in the steering committee's decision making process, and reviewing and commenting on project deliverables. Unfortunately, budget considerations require a more cost-effective solution. Accordingly, Staff selected the most valuable project participation from Plante & Moran's original project scope, including: · Conduct a project risk assessment session and share "lessons learned" from previous implementation projects; · Provide and configure project management tools, templates and procedures to manage issues and actions, change orders, budget tracking, and decision tracking; · Review and recommend changes to New World's Implementation Plan to help avoid mistakes and more closely align its process to Village expectations; . Provide other consultation or assistance as necessary during implementation to help make strategic decisions and mange the contract. Under this more limited scope of work, Mr. Warner and Ms. Rau will provide 208 hours, approximately 90% of which will be attributed to work conducted by Ms. Rau. RECOMMENDATION Approve an amendment of Plante & Moran's existing agreement with the Village in order to extend their consulting services to the Enterprise Resource Planning (ERP) project's implementation phase in an amount not to exceed $37,880. ~Cl~n~ Finance Director Community Development Deputy Director K:J ichael Dallas Administrative Analyst MCD/doe/bs c: ERP Steering Committee EXHIBIT 1 Mount Prospect Village of Mount Prospect Mount Prospect, Illinois ~ INTEROFFICE MEMORANDUM TO: MICHAEL E. JANONIS, VILLAGE MANAGER FROM: FINANCE DIRECTOR DATE: MARCH 18, 2009 SUBJECT: ENTERPRISE RESOURCE PLANNING (ERP) PROJECT MANAGEMENT CONSULTANT RECOMENDA TION PURPOSE: Present for the Board's consideration a recommendation to retain the services of a project management consultant to support the analysis/design and vendor selection phases for a village- wide ERP system. Enterprise resource planning is an enterprise-wide information system designed to coordinate all the resources, information, and activities needed to complete business processes. ERP software works to promote integration and process automation and better provides for tools and data useful for the end user. BACKGROUND: The Village currently utilizes a suite of software applications to administer its general ledger, payroll, accounts payable, utility billing, accounts receivable and other financial management systems. In addition, there are several other third-party and internally written programs that assist the Village in managing its various business processes. The main suite of programs is over 10 years old and has reached the end of its useful life. Connectivity and similar obsolescence issues are apparent with the third-party and internally written programs which have also reached the end of their useful life necessitating replacement as well. The 2009-2013 Capital Improvement Plan (CIP) identifies budget needs for the replacement of this software. In the 2009 and 2010 Capital Improvement Fund budgets there are monies allocated for the hiring of a consultant to take the Village through the steps of selecting and implementing the new software. DISCUSSION: In February, Request for Proposals (RFP) were sent out to twelve (12) ERP project management consultant firms to solicit their interest in assisting the Village with the selection and implementation of a village-wide ERP system. We feel that a village-wide ERP system, in lieu of the current system configuration, will permit improved connectivity throughout the departments and increase efficiencies in operations. Tasks to be provided by the selected firm include assessment of the Village's current business information system, identify the computing needs and associated applications of its users, recommend a system design, develop a Request for Proposals (RFP) for the new integrated ERP system, evaluate the vendor's proposals, recommend a vendor solution, and manage the implementation. The project is broken down into three phases. Phase 1 is for analysis and design of the existing system and proposed ERP system. Phase 2 is for vendor selection which includes preparation of an RFP. Phase 3 covers the implementation of the selected software. A copy of the RFP is included as Attachment 1. The RFP strictly stated that only independent consultants would be considered for the engagement. Consultants could not have an affiliation or be a reseller of any software or enterprise system proposed. ERP Project Management Consultant Recommendation March 18, 2009 Page 2 of 3 The Village received responses from five (5) firms. The five firms that returned a proposal were Clerestory, Conlon Group, IT Advocates, KPMG and Plante & Moran. Each of the firms has performed the scope of services listed above for other governmental entities. After a review of the proposals, four firms were invited for interviews before a core selection team. The core team included Dave Strahl and Mike Dallas from the Manager's Office, Joan Middleton from IT and Lynn Jarog and myself from Finance. A set list of questions was asked each firm to easily compare qualifications and experience. In addition, several follow-up questions were asked related to the proposals and information that came out during the interview process. After the interviews there was consensus among the core team of a first and second choice to provide the consulting service. Calls were then made to listed references to further assess the firm's capabilities and get insight into their interaction with staff. Finally, the fee structure and time commitment section of the proposal was addressed. Attachment 2 lists the total fees and hours allocated for each phase of the project. Some of the factors considered when determining the most qualified, best suited firm include staffing and other resources available to the firm, experience in providing similar services for other clients, understanding of and approach used to address the Village's needs outlined in the RFP and compatibility with Village staff. Based on these factors it was decided that Plante & Moran (P&M) was most qualified and best suited to provide the consulting services for this engagement. Below are some of the ways P&M was able to address the needs outline in the RFP. . Staffing and Resources: P&M is a management and consulting and public accounting firm with a staff of over 1,600 professionals, 150 of which support the Management Consulting Services Group. The project team that would have a part in the engagement with the Village includes professionals from the consulting, governmental accounting, technology and software sectors of their organization. Based on the size and complexity of the engagement we felt that the resource demands would not overwhelm P&M as it could some of the other firms interviewed. The core team also felt the number of hours allocated to the project were sufficient for a successful completion within the desired timeframe. . Relative Experience: Each of the members of the consultant team has considerable experience working with governmental clients. The scope of work for projects P&M team members have been involved in matches what the Village is looking to accomplish with its village-wide ERP system. . Project Approach and Understanding: Through the interview process P&M was best able to convey their business approach to our project. They were able to outline their project work plan that addressed the requirements outlined in the RFP. The project work plan proposed by P&M is very methodical and includes measurable objectives for each phase of the project. Defined roles and expectations were outlined for staff as well as for the consultant. . Compatibility: Understanding the importance of complete buy-in by the end user has on the success of the project we wanted to make sure that the consultants would be able to interact well with staff while balancing the need for the project to move along. Phase 1 of the project is for analysis and design of the existing system and proposed ERP system. This phase will consist of inter-department and inter-function meetings with end users. A high level of interpersonal skills will be needed by the consultant. Based on the interviews and reference calls we believe that P&M staff possesses the needed skills in this area. As staff worked through the proposals and firm interviews it became apparent that to address all J:\Projects\ERP-Enterprise Resource Planning\ERP Consultant\Board Memos and Presentations\ERP Consultant Recomendation - 3-18-09.doc ERP Project Management Consultant Recommendation March 18, 2009 Page 3 of 3 three phases at this time might not be cost effective for the Village. There are currently a number of questions regarding the final phase that are dependent on the system configuration and software that is ultimately chosen. The difficulty among the firms in pricing and setting hour commitments for this final phase is obvious in the pricing proposals received. Hours ranged from 76 to 2,330. The number of hours that P&M has allocated for Phase 3 (576) appears to be most in line with the successful completion of the project. However, since it is not necessary to commit to the Phase 3 work at this time we felt it is in the best interest of the Village to delay final decision for this work until better information is available. P&M and the Village have agreed to hold off on setting the scope and pricing on Phase 3 activities until a software vendor is selected. The original fee proposed by P&M for Phases 1 and 2 is $114,720. This is based on 478 hours of consultant staff time. The average number of hours allocated for the first two phases by all five firms was 590 with a low end commitment of 162 hours and a high end commitment of 1,100. Staff has had follow-up conversations with P&M and their final fee is negotiable while we firm up roles and responsibilities between the Village and the consultant. Results of our discussion with the consultant will be provided to the Board at the Committee of the Whole meeting. Although the fee for P&M is not the low quote we feel that there is better overall value being received from a more qualified firm. The 2009 and 2010 budgets includes $90,000 for consulting services. The original scope of work that the budget was based consisted of a simple village-wide financial management system, similar to what we currently have, along with the implementation of an integrated suite of programs for Community Development. The scope as presented in the RFP was expanded to address the issues we are having with the third-party and internally written programs that are best addressed using an ERP system. As a result the budget will need to be adjusted to accommodate the additional work. Funds to support the additional cost are available from the Community Development budget for Other Professional Services. These funds are intended for process review in the Building Division that will now occur in the analysis and design phase of the ERP project. RECOMMENDATION: Request authorization from the Board to retain the services of Plante & Moran to provide ERP project management consulting services for an amount not to exceed $114,720. David O. Erb Finance Director DOE! J:\Projects\ERP-Enterprise Resource Planning\ERP Consultant\Board Memos and Presentations\ERP Consultant Recomendation - 3-18-09.doc Rlante Thoran EXHIBIT 2 Plante & Moran, PLLC 27400 Northwestern Highway P.O. Box 307 Southfield. MI 48037.0307 Tel: 248.352.2500 Fax: 248.352.0018 plantemoran.com January 6, 2010 Mr. David Erb, Director of Finance Village of Mount Prospect 50 S. Emerson Mount Prospect, IL 60056 Dear David, Plante & Moran, PLLC is pleased to submit this addendum to our current agreement to provide assistance with the Village of Mount Prospect, IL with ERP Consulting Services associated with the selection of a new ERP system solution for the Village. We have truly appreciated the Village's request for our involvement in the ERP project thus far, and we look forward to continuing our assistance to the Village as it continues with the project's implementation management phase. Existing Plante & Moran responsibilities, per our April 29, 2009 agreement, in the system selection phase of the ERP project concluded with reviewing software vendor license and support agreements and proving support to the Village's contract negotiation. The Village of Mount Prospect has requested additional assistance from Plante & Moran with implementation planning and select project management support during the upcoming implementation management phase of the project. The ERP project implementation planning and implementation management support services that the Village has requested from Plante & Moran are in addition to the project management support services which the Village has contracted with New World Systems. The Village's ERP project Steering Committee and Project Manager intend to strategically focus Plante & Moran involvement in the project to assist with maximizing the effectiveness of the Village's execution of the New World System contract. The Partner responsible for this activity will continue to be Mr. Adam Rujan. Mr. Mark Warner and Ms. Tracey Rau will remain the core Plante & Moran project team. Plante & Moran will provide advisory professional services to the Village's ERP project team as directed by the Village's Project Manager, Mike Dallas. Our fees for providing these services will be based upon Plante & Moran staff time spent related to services requested by the Village of Mount Prospect. Plante & Moran will bill the Village of Mount Prospect at then current staff rates for professional services rendered, which are as follows: Mark Warner is $275 per hour and Tracey Rau is $170 per hour. Staff time for travel will be billed at fifty percent standard hourly rates. Travel related expenses will be billed in addition to professional service fees. These professional services will be : Mr. David Erb Village of Mount Prospect, IL January 6,2010 Page 2 provided, upon request, to a maximum amount not to exceed $37,880 plus related travel expenses. In Addendum 1 below we have provided details related to anticipated activities for the Village during the implementation management phase, and likely potential activities which the Village's Project Manager may request Plante & Moran involvement. The Village will only be billed for actual time and travel expenses incurred. We will invoice the Village, on a monthly basis and provide descriptions of the services we provide. Our services will be provided under the terms and conditions outlined in Addendum 2, below. We appreciate the opportunity to be of continued service to you. If you have any questions, please contact me at 248.223.3328 or Mark Warner at 248.223.3799. Thank you. Very truly yours, Plante & Moran, PLLC qt!i- ~ Adam Rujan APPROVED: Village of Mount Prospect David Erb Director of Finance Date plante ~ n10ran Mr. David Erb Village of Mount Prospect, IL January 6, 2010 Page 3 ERP Implementation Management Overview and Addendum 1 to Plante & Moran, PLLC Addendum Letter Dated January 6,2010 Phase Objective and Summary of Activities: The purpose of the Implementation Management phase is to establish an implementation approach, successfully implement the New World System software which the Village selected, and ensure that all other aspects affected by the implementation including processes, people and technology are managed properly and to conduct project close-out. There are a variety of implementation-related responsibilities that need to be determined prior to and during the initial phase of system implementation, to be performed by either the Village, New World Systems staff or Plante & Moran. Plante & Moran will provide advisory professional services on request to the Village's project team, as directed by the Village's Project Manager, to the budgeted maximum amount. The following describes the potential activities which the Village's project manager may request Plante & Moran involvement: Conduct Proiect Initiation & Planning Activities: . Core Plante & Moran involvement o Facilitate a project risk assessment session o Describe "lessons learned" encountered from experience in other software implementations. o Assist in defining project tools, templates and procedures for the following areas: · Issues and action items tracking · Status reporting · Budget tracking · Change order tracking · Risk management · Meeting management · Decision tracking o Meet with the Village project management staff to present the draft templates, tools and processes and collaborate on necessary adjustments o Assist in reviewing and providing feedback on the Implementation Plan documentation to be developed by New World Systems · Other optional participation, within the consulting hours allocation: o Assist in updating the current Project Charter to incorporate additional items related to the system implementation phase of the project o Assist in defining the project organizational structure including definition of staff and vendor roles and responsibilities. o Participate in a Project Expectation Alignment discussion to address the following components: · Describe the anticipated project life cycle. · Define and discuss project expectations for the different teams o Participate in the project kick-off meeting which New World Systems will facilitate o Assist in establishing, providing and lor configuration a project collaboration environment such as SharePoint o Participate, as appropriate in select up-front analysis and consulting sessions during first month of project Conduct Ongoing Proiect Execution. Controlling and Closure Activities: · Core Plante & Moran participation includes assistance with strategic decisions, contract management, and other ongoing project issues on an as needed basis, as follows: o One hour per month for general review of cc emails o Periodic support of Village project manager for ongoing project issues within monthly hour allocation plante ~ nloran Mr. David Erb Village of Mount Prospect, IL January 6,2010 Page 4 o Assistance providing guidance on User Acceptance testing o Participation in key go-live planning meetings for each phase within monthly hours allocation o Ten hour allowance to become involved at Village request for any identified potential contract issue · Other optional participation, as requested, within available hours allocation: o Participate in the periodic scheduled Steering Committee, Project Management Team, or Functional Lead meetings and subsequently: · Provide feedback on project issues · Comment on project risks o Participate in periodic project management discussions with Village and vendor project managers o Review project change orders that are initiated either by the Village or selected vendor o Review and comment on major project deliverables o Review and comment on monthly project status reports presented by New World Systems o Review and comment, as needed, on progress towards achieving activities and milestones defined in the project timeline o Assist with maintaining and hosting the project collaboration environment such as SharePoint o Participate in activities to evaluate and conclude on items in the New World Systems contract designated as "optional" o Provide feedback and coordination assistance related to New World Systems' deployment of interfaces o Facilitate, if necessary, resolution to particular project issues o Participate in ad-hoc meetings, as needed o Provide support or coordination assistance related to other technology enhancements related to the ERP project, but not part of the New World Systems contract (e.g. Hansen, Firehouse, ESRI or Laserfiche, etc.) o Assist with further evaluating other non-ERP technology projects o Provide informal project steering and remote phone support o Assist the project teams in actively managing the "parking lot" issues identified during vendor implementation sessions, testing, post go-live and from other sources o Participate in the development and presentation of project-wide events o Assist with evaluating, planning or coordinating the Village's technical environment to implement New World Systems o Assistance in identifying and implementing redesigned business processes o Assist with conducting project Closure activities, including: · Identify and develop a list of post-implementation activities to be incorporated into a post-implementation plan, including identifying process areas for change management and tactical process redesign · Participate in the project close out meeting to be facilitated by New World Systems · Conduct a debriefing session relative to the project implementation phase to review and discuss product and service delivery activities, including c1osing- out the vendor contract or indenting any transition activities from the vendor to the Village, if any plante '-'Yt---- nloran Mr. David Erb Village of Mount Prospect, lL January 6, 2010 Page 5 Terms and Conditions Addendum 2 to Plante & Moran, PLLC Addendum Letter Dated January 4, 2010 The following describes the terms and conditions under which Plante & Moran will render professional services as outlined in this proposal. Proiect Deliverables. During the course of the project, we will provide you with various written deliverables. Our deliverables will be restricted solely to use by management of the Village of Mount Prospect, IL and you agree that our deliverables will not be distributed to any outside parties for any purpose other than to carry out legal responsibilities of the Village of Mount Prospect, IL. We will have no responsibility to update our deliverables for any events or circumstances that occur or become known subsequent to the date of that deliverable. Manaaement Responsibilities. The consulting services we will provide are inherently advisory in nature and we have no responsibility for any management decisions or management functions in connection with our engagement to provide these services. Further, you acknowledge the Village of Mount Prospect, IL is responsible for all such management decisions and management functions; for evaluating the adequacy and results of the services we will provide and accepting responsibility for the results of those services; and for establishing and maintaining internal controls, including monitoring ongoing activities, in connection with our engagement. Nature of Services. Our software implementation management assistance activities will be based on information and records provided to us by the Village of Mount Prospect, IL. We will rely on such underlying information and records and our project activities will not include audit or verification of the information and records provided to us in connection with our project activities. The software implementation management assistance activities we will perform will not constitute an examination or audit of any Village of Mount Prospect, IL financial statements or any other items, including the Village of Mount Prospect' internal controls. In addition, our engagement is not designed and cannot be relied upon to disclose errors, fraud or illegal acts that may exist. However, we will inform you of any such matters that come to our attention. Workpapers. Professional standards require that we create and retain certain workpapers for engagements of this nature. All workpapers created in the course of this engagement are the property of Plante & Moran, PLLC. We will maintain the confidentiality of all such workpapers. Both the Village of Mount Prospect, IL and Plante & Moran, PLLC acknowledge, however, that we may be required to make our workpapers available to regulatory authorities or by court order or subpoena. We agree to inform you if such a request is made and agree to cooperate with you should you attempt, at your cost, to limit such access. Upon the Village of Mount Prospect, IL written request, we may allow others to view any workpapers remaining in our possession if there is a specific business purpose for such a review. We reserve the right to destroy any workpapers created in the course of this engagement in accordance with our record destruction policies. Fee. Our fee for this work as described in our proposal will be based on the time required to complete the assignment plus related costs we incur. As you probably realize, our primary cost is salaries that are paid currently. Accordingly, our invoices, which will be rendered on a periodic basis, are due when rendered. To cover the additional costs we incur in the event an invoice is not paid timely, a late charge will be added for any portion not paid within 30 days. The late charge will be computed at the rate of 1.25% per month, starting 30 days after the invoice date. plante mo-ran-- Mount Prospect Public Works Department INTEROFFICE MEMORANDUM TO: VILLAGE MANAGER MICHAEL E. JANONIS --eb. ~"'" I ~\ \0 SUPERINTENDENT OF STREETS & BUILDINGS PAUL BURES \ DATE: JANUARY 14, 2010 FROM: SUBJECT: SEALED BID RESULTS FOR THE DOUBLED FACED ELECTRONIC MESSAGE SIGN REPLACEMENT (NOT TO EXCEED $19,538) BACKGROUND The current electronic message sign was installed in 2004 and during the last several years has needed software repairs or updates 5-6 times. In order to make the repair the circuit boards must be removed from the sign and sent to a California vendor or the village must pay a technician to fly out to repair the sign. Either way it takes 3 to 7 days to make the repair during which time the sign is out of service. With today's improved technology, electronic message signs have color display capabilities with updated graphics at more reasonable costs than available in 2004. The typical color LED bulb has twice the life expectancy of our current white bulbs. With color capabilities each message could then be a different color making them stand out more. We have also requested that the sign be supplied by a local manufacturer so parts and repairs could be completed by a local sign maintenance company in a timelier manner. DISCUSSION Sealed bids were publicly opened at 1 :00 P.M. on November 23, 2009 for a proposed double faced electronic message board and removal and disposal of the old sign. Three invitational bids were mailed, and a bid notice was placed in the local paper. H:\Administration\BIDS\RESUL TS\MessageSign Repl 2009.RES.doc page I of3 ~ The Doubled Faced Electronic Message Sign Replacement January 14,2010 Page 2 Three bids were received and the results are as follows: Bidder Bid Price All-Right Sign, Inc. $ 19,538.00 Steger, IL 60475 NSI Sign, INC. $ 29,499.00 Addison, IL 60101 Fast Signs of Schaumburg $ 31,720.00 Schaumburg, IL 60173 DISCUSSION The successful low bidder was All-Right Sign, Inc. The low submittal, the 2009 White Way 20mm RGB LED double faced sign met all specifications and will be manufactured by the White Way Sign Company located in Mount Prospect. All references were contacted and all gave excellent recommendations. (Cubs, White Sox, United Center, Allstate Arena, Sears Center) The sign will be installed in the existing sign structure and the old sign disposed of per the contract. The sign will be able to display each message in a different color and meets the maximum daytime light intensities per code and dims automatically for night time limitations. The sign will be connected to the existing power source and phone lines with capabilities to plug in a laptop at the sign to make changes. All software will be installed in two village computers at the Village Hall and on site training will be provided. After sign installation has been completed by All-Right Sign, Inc., service and parts will be provided by the White Way Sign company located here in Mount Prospect. H:\Administration\BIDS\RESUL TS\MessageSign Repl 2009.RES.doc page 2 of3 .L'.,,' The Doubled Faced Electronic Message Sign Replacement January 14,2010 Page 3 RECOMMENDATION I recommend acceptance of the low bid as submitted by All-Right Sign, Inc for a 2009 White Way 20mm RGB LED double faced sign for an amount not to exceed $19,538. Sufficient funds for this proposed contract exist in the 2009 budget and will be carried over to cover the expense in the 2010 budget year. 9~ GlWWJ Paul Bures Superintendent of Streets & Buildings I concur: 4R~ Director of Public Works Pb c: Director of Public Works Glen R. Andler Deputy Director of Public Works Sean P. Dorsey File H:\Administration\BIDS\RESUL TS\MessageSign Repl 2009.RES.doc page 3 of3