Loading...
2015-02-02 - Village Board Regular Meeting - Agenda Packet Meeting of the Village of Buffalo Grove Fifty Raupp Blvd � Buffalo Grove, I L 60089-2100 Board of Trustees Phone:847-459-2500 Regular Meeting February 2, 2015 at 7:30 PM 1. Call to Order 2. Pledge of Allegiance 3. Roll Call 4. Approval of Minutes A. Minutes of the January 19, 2015 Village Board Meeting [GO TO] 5. Approval of Warrant A. Presentation and Reading of Warrant#1243 [GO TO] 6. Village President's Report A. Illinois Route 53/120 Finance Committee Recommendation (President Braiman) [GO TO] 7. Village Manager's Report 8. Special Business 9. Reports from the Trustees 10. Consent Agenda All items listed on the Consent Agenda, which are available in this room this evening, are considered to be routine by the Village Board and will be enacted by one motion. There will be no separate discussion of these items unless a Board member or citizen so requests, in which event, the item will be removed from the General Order of Business and considered after all other items of business on the Regular Agenda under New Business. Consent Agenda: Ordinances and Resolutions A. Resolution No. 2015-3: A Resolution Ceding 2014 Unused Private Activity Bond Volume Cap to Lake County (Trustee Berman) SUMMARY: The attached Resolution is recommended for approval to allow the transfer of unused 2014 Private Activity Bond Volume Cap to Lake County. [GO TO] B. Resolution No. 2015-4: Authorizing Revised Local Share for the Raupp Boulevard Bridge Replacement Project (Trustee Berman) SUMMARY: Staff seeks authorization for the revised construction amount for the local share of the Raupp Boulevard Bridge Replacement Project. [GO TO] Consent Agenda: Unfinished Business Consent Agenda: New Business C. Authorization to Bid Maintenance and Repairs for the Camelot Sanitary Lift Station (Trustee Stein) SUMMARY: Staff seeks authorization to bid a maintenance project involving significant and numerous repairs to the Camelot sanitary lift station on Brandywyn Lane. [GO TO] D. Award of Contract: Purchase of Cold Patch Material (Trustee Stein) SUMMARY: Staff recommends an award of contract to Arrow Road construction for an estimated 120 tons of Cold Patch Asphalt in an amount not to exceed $137.50 per ton. [GO TO] 11. Ordinances and Resolutions 12. Unfinished Business 13. New Business A. Authorization to Waive Bids and to Purchase- Police Emergency Lighting and Equipment (Trustee Trilling) [GO TO] B. Award of Bid: Plow Vehicles and Equipment (Trustee Stein) [GO TO] 14. Questions from the Audience Questions from the audience are limited to items that are not on the regular agenda. In accordance with Section 2.02.070 of the Municipal Code, discussion on questions from the audience will be limited to 10 minutes and should be limited to concerns or comments regarding issues that are relevant to Village business. All members of the public addressing the Village Board shall maintain proper decorum and refrain from making disrespectful remarks or comments relating to individuals. Speakers shall use every attempt to not be repetitive of points that have been made by others. The Village Board may refer any matter of public comment to the Village Manager, Village staff or an appropriate agency for review. 15. Executive Session A. Personnel: Section 2(c)(1)of the Illinois Open Meetings Act 16. Adjournment The Village Board will make every effort to accommodate all items on the agenda by 10:30 p.m. The Board, does, however, reserve the right to defer consideration of matters to another meeting should the discussion run past 10:30 p.m. The Village of Buffalo Grove,in compliance with the Americans with Disabilities Act,requests that persons with disabilities, who require certain accommodations to allow them to observe and/or participate in this meeting or have questions about the accessibility of the meeting or facilities, contact the ADA Coordinator at 459-2525 to allow the Village to make reasonable accommodations for those persons. Minutes of the January 19, 2015 Village Board Meeting 4-A Overview Staff recommends approval. Attachments M011915.pdf Trustee Liaison Staff Contact Clerk Sirabian Julie C Kamka,Finance&GS ....M.o�n.d�a............Fe.b�r�uarY.............2......2.0.1.5.........................................................................................................A.............p prova.L..of...M..n.ute�s...._...Ite.m....�...4._�........................................................................................................... Y, 12927 01/19/2015 MINUTES OF THE REGULAR MEETING OF THE VILLAGE BOARD OF THE VILLAGE OF BUFFALO GROVE HELD IN THE COUNCIL CHAMBERS,50 RAUPP BOULEVARD,BUFFALO GROVE,ILLINOIS ON MONDAY,JANUARY 19,2015 CALL TO ORDER President Braiman called the meeting to order at 7:33 P.M. Those present stood and pledged allegiance to the Flag. ROLL CALL Roll call indicated the following present: President Braiman;Trustees Berman,Trilling,Sussman,Terson, Stein and Ottenheimer. Also present were: Dane Bragg,Village Manager;William Raysa,Village Attorney;Jennifer Maltas,Deputy Village Manager; Scott Anderson,Director of Finance;Art Malinowski,Director of Human Resources; Christopher Stilling,Community Development Director;Evan Michel,Management Analyst;Brett Robinson,Director of Purchasing;Mike Reynolds,Director of Public Works;Darren Monico,Village Engineer; Geoff Tollefson,Director of Golf Operations; Police Chief Casstevens; and Fire Chief Vavra. APPROVAL OF MINUTES Moved by Ottenheimer,seconded by Berman,to approve the minutes of the January 5,2015 Regular Meeting. Upon roll call,Trustees voted as follows: AYES: 6—Berman,Trilling, Sussman,Terson,Stein,Ottenheimer NAYS: 0—None Motion declared carried. WARRANT#1242 Mr.Anderson read Warrant#1242. Moved by Trilling, seconded by Sussman,to approve Warrant#1242 in the amount of$2,464,511.08,authorizing payment of bills listed. Upon roll call,Trustees voted as follows: AYES: 6—Berman,Trilling, Sussman,Terson, Stein,Ottenheimer NAYS: 0—None Motion declared carried. VILLAGE PRESIDENT'S REPORT President Braiman noted that today is Martin Luther King Jr.Day,and recognized Dr.King's accomplishments, his actions and his compassion. President Braiman stated that his wish would be that we all think about civil rights every day to ensure that everyone is treated fairly and with compassion. President Braiman noted that the web site,Neighborhood Scout,recently announced that the Village of Buffalo Grove is ranked 23Td in the 2015 America's Top 100 Safest Cities. Buffalo Grove has ranked nationally in two consecutive years,in addition to ranking as the 2ud safest city in Illinois by real estate website Movoto. President Braiman stated that this is a proud reflection of our entire community,and noted that it is a compliment to our residents,our corporate citizens,our Police Department and our entire Village staff. President Braiman noted that the Government Finance Officers Association(GFOA)recently conferred its Popular Annual Financial Reporting(PAFR)Award for the Fiscal Year 2013 upon Buffalo Grove for the second consecutive year. Buffalo Grove is one of only eight other municipalities in Illinois to receive this award. President 12928 01/19/2015 Braiman thanked and congratulated all those on staff who contributed toward the budget and the reporting process in the attainment of this award. POLICE&FIRE COMMISSION President Braiman noted how much the Village appreciates the Police&Fire Commission for their expertise in hiring,promoting and training the right people for our Police and Fire Departments. Bruce Kahn,Chairman of the Police&Fire Commission,thanked the Board and the staff for the opportunity for the Police&Fire Commissioners to offer promotions to those with many years of service,as well as to swear in new candidates to both departments. Commissioner Kahn recognized the Commission members present tonight. Commissioner Kahn reviewed the accomplishments of Sergeant Timothy Gretz,after which he administered the oath of office promoting him to Lieutenant. Lieutenant Gretz's family came forward and pinned his badge on as he was congratulated by the audience and the Board. Commissioner Kahn reviewed the accomplishments of Officer Michelle Kondrat,after which he administered the oath of office promoting her to Sergeant. Chief Casstevens pinned her badge on as she was congratulated by the audience and the Board. Chief Casstevens commented on the changes that have taken place in the Police Department which have led to the current promotions,and thanked the Village staff and the Board for their support of the Police Department. Chief Casstevens reviewed the accomplishments of Roy Bethge,after which he administered the oath of office promoting him to Deputy Chief. Deputy Chief Bethge's family came forward and pinned his badge on as he was congratulated by the audience and the Board. President Braiman congratulated the newly promoted Police officers,and thanked them for their contributions to the Village of Buffalo Grove. Commission Kahn reviewed the qualifications of Joseph Solecki and Scott Renshaw,after which he administered the oath of office to them as Firefighter/Paramedics in the Village of Buffalo Grove Fire Department. The family of each of the new Firefighter/Paramedics came forward and pinned on their badges as they were congratulated by the audience and the Board. President Braiman welcomed the new Firefighter/Paramedics to the Village. President Braiman declared a recess from 7:54 P.M.to 7:58 P.M. TRUSTEE REPORTS Trustee Terson reported that Buffalo Grove resident,Lindsay Weinstein,is competing in Greensboro,NC in the U.S.Figure Skating Championships. Trustee Terson also reported that Buffalo Grove High School alumnus,Brian McBride,has been inducted into the United States Soccer Hall of Fame. CONSENT AGENDA President Braiman explained the Consent Agenda,stating that any member of the audience or the Board could request that an item be removed for full discussion. The Village Clerk read a brief synopsis of each of the items on the Consent Agenda. Ordinance#2015-2—Youth Commission 12929 01/19/2015 Motion to pass Ordinance 42015-2,repealing Chapter 2.42,Youth Commission,of the Village of Buffalo Grove Municipal Code. Ordinance#2015-3—Liquor Controls Motion to pass Ordinance 42015-3,amending Chapter 5.20 Liquor Controls. Ordinance#2015-4—Liquor Controls Motion to pass Ordinance 42015-4,amending Chapter 5.20 Liquor Controls. Ordinance#2015-5—Liquor Controls Motion to pass Ordinance 42015-5,amending Chapter 5.20 Liquor Controls. Ordinance#2015-6—Permit Fee Motion to pass Ordinance 42015-6,amending Section 12.08.030,Construction Work—Permit Fee,of the Village of Buffalo Grove Municipal Code. Resolution#2015-2—Closed Session Minutes Motion to pass Resolution 42015-2 relating to the semi-annual review of Closed Session Minutes. GIS Services Motion to authorize execution of an Agreement with Ayres Associates for specific GIS Services. Moved by Sussman,seconded by Berman,to approve the Consent Agenda. Upon roll call,Trustees voted as follows on the Consent Agenda: AYES: 6—Berman,Trilling, Sussman,Terson,Stein,Ottenheimer NAYS: 0—None Motion declared carried. WATERMAIN REPLACEMENT PROJECT Mr.Bragg reviewed the proposal,details of which are contained in the Village Board Meeting Agenda Item Overview prepared by Mr.Robinson. Moved by Trilling,seconded by Terson,to award Contract for Design Engineering Services for the 2015 Villagewide Watermain Replacement Project. Upon roll call,Trustees voted as follows on the motion: AYES: 6—Berman,Trilling, Sussman,Terson,Stein,Ottenheimer NAYS: 0—None Motion declared carried. QUESTIONS FROM THE AUDIENCE President Braiman reviewed the parameters to be followed by speakers,and asked if there were any questions from the audience on items not on tonight's agenda;there were none. 12930 01/19/2015 ADJOURNMENT Moved by Berman,seconded by Stein,to adjourn the meeting. Upon roll call,Trustees voted as follows on the motion: AYES: 6—Berman,Trilling, Sussman,Terson,Stein,Ottenheimer NAYS: 0—None Motion declared carried. The meeting was adjourned at 8:06 P.M. Janet M. Sirabian,Village Clerk APPROVED BY ME THIS 2ud DAY OF February 2015 Village President Presentation and Reading of Warrant#1243 5-A Attachments Warrant work sheet 1243.pdf W#1243.pdf(Appendix) Trustee Liaison Staff Contact Scott D Anderson Finance&GS M.o�n.d�aY,............Feb�r�uarY.............2......2.0.1.5.........................................................................................................Approval ofWa�rra�nt... Ite.m....�...5._A........................................................................................................... VILLAGE OF BUFFALO GROVE WARRANT#1243 2-Feb-15 General Fund: 423,161.12 Illinois Municipal Retirement Fund: 0.00 Parking Lot Fund: 5,338.61 Motor Fuel Tax Fund: 6,352.00 Debt Service Fund: 0.00 School & Park Donations 0.00 Capital Projects-Facilities: 1,400.00 Capital Projects-Streets: 0.00 Health Insurance Fund: 0.00 Facilities Development Debt Service Fund: 0.00 Retiree Health Savings (RHS): 45,425.66 Water Fund: 41,458.35 Buffalo Grove Golf Fund: 8,596.29 Arboretum Golf Fund: 6,283.60 Refuse Service Fund: 76,219.80 Information Technology Internal Service Fund: 15,232.56 Central Garage Internal Service Fund: 24,791.75 Building Maintenance Internal Service Fund: 5,789.49 660,049.23 0.00 TOTAL WARRANT#1243 660,049.23 APPROVED FOR PAYMENT BY THE PRESIDENT AND BOARD OF TRUSTEES OF THE VILLAGE OF BUFFALO GROVE, ILLINOIS Village Clerk Village President See appendix: Appendix001 - W#1243.pdf Illinois Route 53/120 Finance Committee Recommendation 6-A Overview President Braiman seeks Village Board input on the Illinois Route 53/120 Final Report and Recommendations. Attachments Trustee Liaison Staff Contact President Braiman Dane C Bragg, Monday, February 2, 2015 Village Presidents Report-Item : 6-A Resolution No. 2015-3: A Resolution Ceding 2014 Unused 10-A Private Activity Bond Volume Cap to Lake County .................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................... Recommendation of Action Staff recommends approval. Overview Attached is a spreadsheet listing the 2014 Private Activity Bond Volume Cap (PABVC) collected and transferred to the Private Activity Bond Clearinghouse Pool hosted by the Village of Buffalo Grove. The attached Resolution is recommended for approval to allow the transfer of unused 2014 PABVC to Lake County. The IRS requires that all unused volume cap be transferred to the project issuing governmental entity by February 15 of the next year. By transferring the volume cap to Lake County,this allows Lake County Partners to process bond financing for any eligible projects in the County. Attachments Buffalo Grove Resolution Ceding 2014 PABC.pdf Final Collected-Allocated 2014 PABC.pdf Trustee Liaison Staff Contact Trustee Berman Jennifer I Maltas,Office of Village Manager .................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................... Monday, February 2, 2015 Consent Agenda: Ordinances and Resolutions - Item : 10-A 2- -2015 RESOLUTION NO. 2015- A RESOLUTION CEDING THE 2014 UNUSED PRIVATE ACTIVITY BOND VOLUME CAP OF THE VILLAGE OF BUFFALO GROVE (INCLUDING VOLUME CAP TRANSFERRED FROM OTHER LAKE COUNTY HOME RULE UNITS) TO LAKE COUNTY. WHEREAS, the Village of Buffalo Grove, Cook and Lake Counties, Illinois (the "Village") is a municipality and a home rule unit of government duly organized and validly existing under Section 6(a) of Article VII of the 1970 Constitution and laws of the State of Illinois; and WHEREAS, in order to facilitate economic development both in the Village of Buffalo Grove and in Lake County, Illinois, the Village has received Volume Cap from the Lake County Home Rule Municipalities in the amounts identified in Exhibit A to consolidate management under control of a single Home Rule entity in cooperation with Lake County Partners Private Activity Bond Clearinghouse (the "PABC"); and WHEREAS, tax exempt private activity bonds provide for opportunities to increase business and commerce and relieve conditions of unemployment; and WHEREAS, the PABC has $31,418,670.00 of calendar year 2014 unused Volume Cap available from Lake County Home Rule Units; and WHEREAS, the PABC has recommended that it is in the best interest of the Village of Buffalo Grove to transfer $31,418,670.00 unused Volume Cap to Lake County, Illinois and thereby permit Lake County to issue tax-exempt private activity bonds to finance multi-family projects; and WHEREAS, it is in the best interest of the Village, Lake County Home Rule Municipalities, and Lake County Partners to collect the anticipated 1.0% Volume Cap fee as soon as possible; and WHEREAS, the Village will report this transfer of $31,418,670.00 of unused Volume Cap to Lake County, Illinois to the State of Illinois Bureau of the Budget as soon as reasonably possible; and NOW, THEREFORE, BE IT RESOLVED BY THE VILLAGE BOARD OF THE VILLAGE OF BUFFALO GROVE: Section 1. That the Village of Buffalo Grove hereby transfers $31,418,670.00 of unused Volume Cap to Lake County, Illinois. Section 2. The PABC and the Village shall both retain a copy of this Resolution in their records for a minimum of 30 years. Notice of this Resolution together with a copy of this Resolution shall be given in writing by the Village after passage and approval hereof. Section 3. That the officials of the Village are hereby authorized, empowered, and directed to take all necessary or advisable actions concerning the execution and implementation of this Resolution. Section 4. That this Resolution shall be in full force and effect from and after its passage and approval according to law. Passed and approved this day of February, 2015. AYES: NAYES: ABSENT: ADOPTED: 2015. APPROVED: 2015. Village President ATTEST: Village Clerk U m Q a_ 0 N a) U 0 Q 0 U a) 0 U c U-(Y) O O O O O a) U) a a a a 0 U U U U c rIt It It -0 -0 -° a-° -° -0 -0 -° 0--a 0--a 0--a a O O O O O O O O O O O O a) E� U U UUU0U 0 j U U U U U U U a) a) a) a) a) a) a) a) a) a) a) a) a) U 'a O0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 O G> M 0000 � 00001 - U0U0U00 i LO LO M M O m T (D to O N 0 N d tO r r r r1 r N (d ti I-- N N m 0) r co N O LO — CC) tD 0 uq � CC) — O r1' to O I� m r 00 00 0 Q () T — MN �� � � N N COS a to :tf a E 00000000000000000 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 CD U) d CDto LQ LQ M M O CY "ILO I� to 00 O of N a) d ftt O 00 I� r r r1 r r1 O r O U) O � O T — CO N �� M N �� N N 00 O U N U co OLOLOco ;T ; ' MOOr1' OI-- 000O00Nm OOOO r N 7 M — II- r — U) r — ;T [I- ;TO — U� — [I- O O CD CD CD CDftt '0 N LO I- N N O M O I- M N N to U) to — to a0 LO O O to O C00 — M Ufa r1 U) M r — M I� M M U) M O O co I- O _ r1 MN CO NN 0000 mMOO L V O co M ;T - O E 0 N CD r1' I-- O 00 M — N co M aD N U � 00 +� Q v a 0 0 C V N CD U m N W o c _m O Q Qc O Y O 0 m O dN Mrt' J > > > J O � 0 � U c (n V -a Y _� c V 0 0 0 0 O r d Y U' t3 O N O C O0 -J N C 0 - - - v E ° °' aa) ° mmU a> U c a> N > > > J 0 o m c m 0 (10 0 (3) O o 0 0 00 U > m m 0 U _ = J J J J Z mO� 0� > H H �' �' �' Resolution No. 2015-4: Authorizing Revised Local Share for 10-B the Raupp Boulevard Bridge Replacement Project .................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................... Recommendation of Action Staff recommends approval. ..................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................... Budget Impact Fund/Account Budget Notes $79,379 Capital Improvement Project Overview Staff seeks approval for an increase in the local share of the construction cost for a previously approved agreement relating to the Raupp Boulevard Bridge Improvement. Since the original agreement was approved on October 6th, 2014 (Res. 2014-21),the contract was awarded to Alliance Contractors, Inc. by the Illinois Department of Transportation(IDOT) in the amount of$1,736,936. This is $396,936 above the estimated costs of$1,340,000. Staff has discussed the bid with IDOT and agrees with IDOT's recommendation to accept the low bid by Alliance Contractors, Inc. IDOT does not require a revised agreement,however,the Village cost has increased over 10%which requires Board approval. In the previous agreement, the Village agreed to reimburse IDOT 20 percent of the construction project cost plus 100 percent of the local work that includes the repaving of Raupp Boulevard from St. Mary's to Lake Cook Road that is outside of the bridge work. The total Village responsibility will now be $444,979. This is an increase of$79,379 above the previously approved amount of$365,600, which was included in the FY 2015 Budget. This project is scheduled for construction in 2015. Attachments Res 2014 Fed Participation Raupp bridge amended.pdf Res 2014 Fed Participation Raupp bridge amended.docx(Appendix) Trustee Liaison Staff Contact Trustee Berman Darren Monico, .................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................... Monday, February 2, 2015 Consent Agenda: Ordinances and Resolutions - Item : 10-B RESOLUTION NO. 2015- A RESOLUTION APPROVING THE REVISED LOCAL SHARE OF THE CONSTRUCTION COSTS FOR THE RAUPP BOULEVARD BRIDGE IMPROVEMENT WHEREAS, the Village of Buffalo Grove is a Home Rule Unit pursuant to the Illinois Constitution of 1970; and, WHEREAS, the funding of construction and maintenance of a high quality transportation system is most appropriately shared by several agencies of Federal, State and Local Government; and, WHEREAS, the Village Board on October 6, 2014 approved Resolution No. 2014-21 which Resolution approved a Local Agency Agreement for Federal Participation with the Illinois Department of Transportation for the Raupp Boulevard Bridge Improvement which Agreement provided for a Village share of$365,600; and WHEREAS, after bidding the Raupp Boulevard Bridge Improvement the Village's share is determined to be $444,979. NOW, THEREFORE, BE IT RESOLVED BY THE PRESIDENT AND BOARD OF TRUSTEES OF THE VILLAGE OF BUFFALO GROVE, LAKE AND COOK COUNTIES, ILLINOIS, as follows: Section 1. The Village Board hereby determines that the change in the Village's cost for the Raupp Boulevard Bridge Improvement is germane to the original signed Agreement with the Illinois Department of Transportation. Section 2. The previous approved Agreement entitled "Local Agency Agreement for Federal Participation" related to the Raupp Boulevard Bridge Improvement is hereby amended with the Village share being increased to $444,979. AYES: NAYES: ABSENT: PASSED: , 2015 APPROVED: , 2015 APPROVED: ATTEST: Village President Village Clerk 1/26/2015 #101769 Authorization to Bid Maintenance and Repairs for the 10-C Camelot Sanitary Lift Station .................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................... Recommendation of Action Staff recommends approval. Overview This maintenance project involves significant and numerous repairs to the Camelot sanitary lift station on Brandywyn Lane. This station was put into operation 1982 and the involved work would represent the first intense comprehensive maintenance performed to this lift station. The work includes the following items and work activities: selective demolition of existing can-type pump station; rehabilitation of existing wet well for submersible type pump operation including new wet well top with access hatch; installation of new submersible solids handling pumps with constant speed drives and controls; associated electrical and instrumentation work;new valve and meter vaults;new traffic box control panel;new diesel engine generator in weather proof enclosure; contractor bypass pumping and restoration. Attachments 2015-01-15 Bid Notice.pdf Trustee Liaison Staff Contact Trustee Stein Michael J Reynolds, M.on.daY,............FebruarY.............2......, 2.0.1.5..........................................................................................................Consent ..Agenda: .....New ...Business ..._...Item ........1.0.C.......................................... ADVERTISEMENT FOR BIDS SECTION 00010 The Village of Buffalo Grove, Lake County, Illinois will receive sealed bids at Village Hall located at 50 Raupp Boulevard, Buffalo Grove, Illinois 60089, until Ten O'clock (10:00) A.M. local time on the day of 2015, for CAMELOT LIFT STATION RECONSTRUCTION. Said bids will be publicly opened and read aloud at that time. The work includes the following items and work activities: Selective demolition of existing can-type pump station; Rehabilitation of existing wet well for submersible type pump operation including new wet well top with access hatch; Installation of new submersible solids handling pumps with constant speed drives and controls; Associated electrical and instrumentation work; New valve and meter vaults; New traffic box control panel; New diesel engine generator in weather proof enclosure; Contractor bypass pumping; Restoration. The Contract Documents may be examined at the following locations: Village of Buffalo Grove, 50 Raupp Boulevard, Buffalo Grove, IL 60089 Ciorba Group, 5507 North Cumberland Avenue, Suite 402, Chicago, Illinois 60656 The Contract Documents for the proposed improvements are on file with the Village of Buffalo Grove, and may be obtained at the office of the Engineer, Ciorba Group, 5507 North Cumberland Avenue, Suite 402, Chicago, Illinois 60656, telephone: 773-775- 4009, upon payment of a non-refundable fee of sixty-five dollars ($65.00) for each set of Contract Documents payable to Ciorba Group. The Village of Buffalo Grove reserves the right in receiving these bids to waive technicalities and reject any and all bids. A mandatory pre-bid meeting will be held at the work site at 10:00 a.m., , 2015. Published by the order of the Village of Buffalo Grove, Illinois By: Michael K. Skibbe, PE Deputy Director of Public Works Village of Buffalo Grove Camelot Lift Station Reconstruction 00010-1 Award of Contract: Purchase of Cold Patch Material 10-D .................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................... Recommendation of Action Staff recommends approval. ..................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................... Budget Impact Fund/Account Budget Notes $16,500 100.55.10.535.10 Public Works Street Department Overview The Village of Buffalo Grove is the lead agency in the procurement of Cold Patch Asphalt for a number of Municipal Partnering Communities and as such is requesting an award of bid for an estimated 120 Tons of this material,to be delivered on an as needed basis to the Public Service Center. The following municipalities have partnered (Municipal Partnering Initiative)to consolidate services for the purchase of cold patch material: Arlington Heights, Buffalo Grove, Evanston, Glenview, Highland Park, Kenilworth,Northfield, and Wilmette. Through this consolidation,the communities are presenting an economy of scale to potential bidders, thus providing opportunities for increased revenues to the successful bidder as well as reduced costs to the bidder and the communities. Each community's Village Board will independently approve and award a contract. Attachments BIDTAB Cold Patch.pdf Arrow Road Constmction.pdf(Appendix) Trustee Liaison Staff Contact Trustee Stein Brett Robinson, M.o�n.d�aY,............Feb�r�uarY.............2......, 2.0.1.5..........................................................................................................Consent ..Agenda: .�....New ...Business ..._...Item ....�....1O �D.......................................... 0 0 «n 0 0 «n N O N U i0 IL a 0 U IL 0 0 0 0 0 o iri o 0 0 o 0 0 � � ri iri o0 � w U n K o W o n N O N M M N (D 00 co n ea ea o � n 2 c � J U o m � � d o ` N N N O a N N O O O p U I- � O N N 5 O G m i W m N O O O cC �7 CO U7 U7 U U U Q m C7 S Y Z � U U See appendix: Appendix002-Arrow Road Construction.pdf 12-A Recommendation of Action Staff recommends ..................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................... Budget Impact Fund/Account Budget Notes Overview Attachments Trustee Liaison Staff Contact M.ondaY,............FebruarY .............2......2.0.1.5..........................................................................................................Unfinished ....Business ..._...Item ........1.2.A.................................................................................................. Authorization to Waive Bids and to Purchase - Police 13-A Emergency Lighting and Equipment .................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................... Recommendation of Action Staff recommends approval. ..................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................... Budget Impact Fund/Account Budget Notes $70,176 Police Supervision Fund Overview Over the past 25 years,the police department has contracted with a variety of vendors for the purchase of emergency lights and upfitting. For a period of time, Public Works was also tasked with upfitting and maintenance of emergency lighting equipment in police vehicles. Through a series of inconsistent equipment purchases and installation methodologies,many vehicles in the fleet are designed and function differently than others. These inconsistencies have created the potential for confusion and unfamiliarity for the officers during high stress situations. Beyond the safety hazard concern,the service/repair of vehicles equipped with different arrays, equipment, lighting and wiring make it difficult and more costly to service. The Village recently took delivery of six new vehicles which are designated to replace existing patrol fleet vehicles. The six new vehicles are Ford Interceptor Police SUV model vehicles. As a result of the discontinuation of the Crown Victoria model by Ford Motor Company, the majority of equipment installed in our existing police vehicles can not be retrofitted into the new vehicles. This change in model design forces wholesale modifications to the array of emergency equipment U1traStrobe is a quality service provider handling both installation and maintenance of all emergency and video equipment in BGPD vehicles. Prior to switching to U1traStrobe, the Village used a vendor in Northbrook. As a result of issues with their installation and lead time for deliveries, the Village stopped using them. There are very few vendors in this area that offer the required catalog of services. Other possible vendors would create significant challenges based upon projected long lead times and distance which would require additional staff time to shuttle vehicles for original installation as well as any required service. Ultrastrobe was awarded and installed the recently acquired Panasonic Arbitrator Video Recorders into current police vehicles (which will be removed and retrofitted to the new vehicles). The purchase and installation of emergency lighting and equipment would have no direct impact on the Village budget. The funds directed for the purchase of this equipment are obtained through Illinois statute (625 ILCS 5/16-104c) and are set aside for the purchase and maintenance of Police vehicles. Staff recommends a waiver of bids and the purchase of police emergency lighting equipment and installation services from U1traStrobe in Crystal Lake, IL. Attachments Police Emergency Lighting Sole Source.pdf Trustee Liaison Staff Contact Trustee Trilling Roy H Bethge, ....M.on.da............Fe.bruarY .............2......2.0.1.5..........................................................................................................NeW...B.us.'.Hess...._...Ite.m........1.3._A................................................................................................................................... Y, VILLAGE OF BUFFALO GROVE PROPOSAL SUBJECT: Police Emergency Lighting—Sole Source Request DATE: January 20, 2015 To: Dane Bragg, Village Manager FROM: Chief Steven Casstevens & Deputy Chief Roy Bethge PURPOSE: This proposal is justification for the sole source purchasing of police emergency lighting equipment and installation/upfitting into fleet vehicles. BACKGROUND: Over the past 25 years, the police department has contracted with a variety of vendors for the purchase of emergency lights and upfitting. For a period of time, Public Works was also tasked with upfitting and maintenance of emergency lighting equipment in police vehicles. Through a series of inconsistent equipment purchases and installation methodologies, many vehicles in the fleet are designed and function differently than others. These inconsistencies have created the potential for confusion and unfamiliarity for the officers during high stress situations. Beyond the safety hazard concern, the service/repair of vehicles equipped with different arrays, equipment, lighting and wiring make it difficult and more costly to service. Until now there was no long- range plan for capital replacement of emergency lighting created and followed. This proposal seeks to begin that process. DISCUSSION: We recently took delivery of six new vehicles which are designated to replace existing patrol fleet vehicles. The six new vehicles are Ford Interceptor Police SUV model vehicles. As a result of the discontinuation of our long term Ford Crown Victoria by Ford Motor Company, the majority of equipment installed in our existing police vehicles can not be retrofitted into the new vehicles. This change in model design forces us to make wholesale modifications to the array of emergency equipment. In addition to the interior design changes, we also need to replace outside mounted lights (light bars) which range in age to between 8-12 years old. These lights are nearing the end of their usable Dane Bragg, Village Manager Police Emergency Lighting—Sole Source Request gage 2 service life. The technologies, including power consumption, have changed drastically since these were purchased and put into service. Over the past 12 months, the Technology Leadership Team has undertaken the task of researching options for improved emergency lighting. The goal is to be more visible to the public while improving officer safety when responding to emergency calls, conducting traffic enforcement and during emergency scene protection. The safety of the public and the ability of citizens to see emergency equipment is paramount in reducing injury, damage and liability. The committee also reviewed the type and exact process of installation, to ensure a consistent routine for the placement of controls and switches available. The research and product testing done by the committee supports the optimum source for a comprehensive program would include Whelen Engineering products. They offer the best possible solution to address the above stated concerns and program goals. Whelen Engineering products are American designed, manufactured and assembled. These products have undergone strenuous reliability and performance testing through a variety of scientific methods. Whelen Engineering has been in business since 1952 and is well known in the emergency vehicle lighting field. We currently use a number of their products and can attest to their reliability. We have researched and created a lighting/emergency warning system design that will serve the community for years to come. We seek to purchase a logic based control system. Whelen Engineering manufactures a line of controllers named "CanTrol Canbuss" which are logic based, allowing for custom safety feature integration. This is the only current logic based system in the emergency lighting industry. Specifically, logic based controls are fully programmable, allow for multiple functions for each switch and provide the ability to tie inputs from the vehicle into the control system. For example: we plan to program the system to dim or alter the light pattern when an officer opens the driver's door to prevent the overhead lights from blinding the employee on the driver's side when his/her head extends above the roof line. The requested light bars offer photocell dimming to control output for day/night lighting without manual manipulation. It's important to point out that each of these items is highly Dane Bragg, Village Manager Police Emergency Lighting—Sole Source Request gage 3 customizable. It would be difficult to write specifications for a R.F.P. which would guarantee a true "apple-to-apple" comparison. Over the past 18 months we have developed an exceptional working relationship with our emergency vehicle upfitter, UltraStrobe in Crystal Lake, IL. UltraStrobe is a quality service provider handling both installation and maintenance of all emergency and video equipment in our vehicles. Prior to switching to UltraStrobe, we used a vendor in Northbrook. As a result of issues with their installation and time for delivery, we stopped using them. There are very few vendors in this space. Other possible vendors would create significant challenges based upon estimated delivery service time and distance which would require additional staff time to shuttle vehicles. Ultrastrobe also installed the recently acquired Panasonic Arbitrator Video Recorders into each vehicle (which will be retrofitted to the new vehicles). Switching to a different installation vendor is a complex project, requiring us to start over in the planning phase of how the installations would work along with stepping through each phase of the complex installation. Considerable staff time has been invested to ensure our vehicles and emergency lighting systems provide the safest and most appropriate options for the officers and our customers. UltraStrobe has more than 50 communities, including police, fire and public works departments, as current customers. UltraStrobe is a Whelen Engineering reseller. We have a strong relationship with both UltraStrobe and Whelen Engineering. Both have worked hand-in-hand to provide options and competitive pricing for this type of equipment and work. Based upon our comparative research, we do not believe that going to R.F.P. would yield cost savings and doing so would inevitably require many additional staff hours costing the Village more time and money. These equipment acquisitions are anticipated to have a life expectancy of eight to ten years. FINANCIAL IMPACT: The purchase and installation of emergency vehicle equipment would have no impact on the police department budget. These funds are obtained through the below statute. Current funds exist for these purchases and acquisitions now, and well into the future. Dane Bragg, Village Manager Police Emergency Lighting—Sole Source Request gage 4 SUPERVISION FUND (625 ILCS 5/16-104c) Sec. 16-104c. Court supervision fees. (a) Any person who receives a disposition of court supervision for a violation of any provision of this Code or a similar provision of a local ordinance shall pay an additional fee of $29, which shall be disbursed as follows: (1) if an officer of the Department of State Police arrested the person for the violation, $20 of the $29 fee shall be deposited into the State Police Vehicle Fund in the State treasury; or (2) if an officer of any law enforcement agency in the State other than the Department of State Police arrested the person for the violation, $20 of the $29 fee shall be paid to the law enforcement agency that employed the arresting officer and shall be used for the acquisition or maintenance of police vehicles; and (3) $9 of the $29 fee shall be deposited into the Drivers Education Fund. (b) In addition to the fee provided for in subsection (a) , a person who receives a disposition of court supervision for any violation of this Code or a similar provision of a local ordinance shall also pay an additional fee of $6, if not waived by the court. Of this $6 fee, $5.50 shall be deposited into the Circuit Court Clerk Operation and Administrative Fund created by the Clerk of the Circuit Court and 50 cents shall be deposited into the Prisoner Review Board Vehicle and Equipment Fund in the State treasury. (c) The Prisoner Review Board Vehicle and Equipment Fund is created as a special fund in the State treasury. The Prisoner Review Board shall, subject to appropriation by the General Assembly and approval by the Secretary, use all moneys in the Prisoner Review Board Vehicle and Equipment Fund for the purchase and operation of vehicles and equipment. (Source: P.A. 95-428, eff. 8-24-07; 96-625, eff. 1-1- 10. ) Dane Bragg, Village Manager Police Emergency Lighting—Sole Source Request ) age 5 RECOMMENDATION: We recommend the Village Board permit a bid waiver and sole source purchasing for emergency lighting and installation not to exceed $75,000 for this 2015 project. Award of Bid: Plow Vehicles and Equipment 13-B .................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................... Recommendation of Action Staff recommends approval. ..................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................... Budget Impact Fund/Account Budget Notes $382,416 100.70.40.245.05 Funded in the Capital Reserve for Replacement Overview Attached please find a memorandum from Bob Whalen, Fleet Manager dated January 27, 2015 requesting an award of bid and authorization to purchase two year 2016 Freightliner 108SD trucks equipped as bid by TransChicago Truck Group of Elmhurst Illinois for Public Works. It should be noted that the low bidder, Northwest Freightliner, did not fully complete the bid forms nor did they sign the submitted bid documents as required. The exceptions proposed by TransChicago are improvements to the original specifications with the most notable upgrade being the chassis model year 2016. Thus, it is recommended to award the bid to TransChicago in a not to exceed amount of$382,416. The two trucks would replace one International 2654 with 56,947 miles and one 1997 International 2654 with 45,920 miles. Both vehicles have served the Village well,but are now in need of replacement. Due to the age of the vehicles, repair parts are becomingly increasingly hard to procure and when obtained, are extremely costly. Both vehicles have dual purposes and are used for snow plowing and other operational uses. It should be noted that staff did explore an alternative fuel option for these replacements with Compressed Natural Gas as the fuel. The investment for these two units to be equipped to operate on CNG is an additional $81,368.00. Staff is not recommending this alternative as the time required to achieve a return on the initial investment far exceeds the projected 18-19 year life span of the units. The replacement units as proposed are 2016 Freightliner 108SD series equipped with all equipment necessary to their assignments. The units are 100% funded from reserves for Capital Replacement. Attachments BIDTAB Plow 2015.pdf Trustee Liaison Staff Contact Trustee Stein Michael J Reynolds, ....M.on.da............Fe.bruarY .............2......2.0.1.5..........................................................................................................NeW...B.us.'.Hess...._...Ite.m........1.3._B................................................................................................................................... Y, TO: Brett Robinson FROM: Robert Whalen DATE: January 27, 2015 SUBJECT: Authorization to Purchase two 2016 Freightliner 108SD Trucks to replace 418 and 434. Brett After review of the bids for Plow Vehicles and Equipment 2015, I ask for authorization to purchase two (2) 2016 Freightliner 108SD trucks equipped as bid by TransChicago Truck Group of Elmhurst Illinois. The unit scheduled for replacement are 418 a 1997 International 2654 with 45920 miles, and 434 a 1996 International 2654 with 56947 miles. These veterans of many winter snow fighting campaigns are in need of replacement to continue to provide safe and cost effective service to the residents of Buffalo Grove. We received six bids from four vendors. TransChicago was the lowest qualified bidder at $191,208.00 a unit, equipped ready for service in our snow removal fleet, for a total of $382,416.00 for the pair of replacements. These units are expected to join the fleet in time for the 2015-2016 plow seasons. We did explore an alternative fuel option for these replacements with Compressed Natural Gas as the fuel. The investment for these two units to be equipped to operate on CNG is $81,368.00. Over the combined 37 year life span of units 418 and 434 they have consumed 24,649 gallons of diesel fuel at $48,897 total cost. In my estimation time required to return the investment far exceeds the projected life span of the units. That is the reasoning with remaining with the Diesel powered units. Thank you for your consideration of this purchase and your assistance in the bidding process. ROBERT M WHALEN Fleet Manager C.c. Michael J. Reynolds; Michael K. Skibbe; Bryan K. Beitzel g:Acommon\garageAmemos\2015 418 434 Authorization to Purchase E } ` z zz \ ) \ \ \ \ 10 \ Cli 10 Cli 10 _ \ } § ui § VoBG Bid 2015-002 SCHEDULE OF PRICES List of Exceptions eieti'ons Item De ri tlon Add/Deduct Cost ... e � $ r`t? $ $ MIRIAM! III oj C, rn 0 $ � S $ -e- 'Fr-Lo I • $ pa►- i -e Date Legal Entity r o tt-� (Sign here) By 1� L+ w (Print Name) Phone 1 E-mail y 5c', r, r Mrv,5 Gk , C a� d 8 d CC) r1 VoBG Bid 2015-002 SCHEDULE OF PRICES List of Exceptions/Deletions Item Desrc klen Add/Deduct Cost _....Mz � ' �+ ,;'k„fie+'`7w;'.� 'C,�F1' _ �.i � �. _.,,,,�_..�.�w.•.�„ $,„.... ..........�,. � $ 6 �, $ h �,i ,,..oral :, �;���� � ''� w,,�.,,,� ..' �:.✓..�L�',�.� „ A a $ 10 �w I1 _� $ 12 �__W ..... $ Date / l/ Legal Entity (Sign here) .c„ (Print Name) _ 4 1% Phone , -60 E-mail OSA fi VoBG Bid 2015-002 SCHEDULE OF PRICES List of Exceptions/Deletions Item Description Add/Deduct Cost 1 i6G CC fr '/ Ls' $ IMMMEM 2 /U $ i Iit 12 3 aAIAI-�- Aff Sj j $ 3';53 Y 6 $ 7 G $ 8 j e,v,,,, '. $ 10 $ 11 $ 12 �...��..................... .... ................ ............................... /�����. ..................-........................... -.._..._.........� �� Date Legal Entity (Sign here) By m (Print Name) A6 # Phone, E-mail„ �U& °�, � 8 VILLAGE OF BUFFALO GROVE WARRANT#1243 2-Feb-15 General Fund: 423,161.12 Illinois Municipal Retirement Fund: 0.00 Parking Lot Fund: 5,338.61 Motor Fuel Tax Fund: 6,352.00 Debt Service Fund: 0.00 School & Park Donations 0.00 Capital Projects-Facilities: 1,400.00 Capital Projects-Streets: 0.00 Health Insurance Fund: 0.00 Facilities Development Debt Service Fund: 0.00 Retiree Health Savings (RHS): 45,425.66 Water Fund: 41,458.35 Buffalo Grove Golf Fund: 8,596.29 Arboretum Golf Fund: 6,283.60 Refuse Service Fund: 76,219.80 Information Technology Internal Service Fund: 15,232.56 Central Garage Internal Service Fund: 24,791.75 Building Maintenance Internal Service Fund: 5,789.49 660,049.23 0.00 TOTAL WARRANT#1243 660,049.23 APPROVED FOR PAYMENT BY THE PRESIDENT AND BOARD OF TRUSTEES OF THE VILLAGE OF BUFFALO GROVE, ILLINOIS Village Clerk Village President 3 � 75 0 O o o Q �Q <fl Cfl F- M M O N O N NCD L.f. c 0) 0 V U a 1 c �a L 00 C ~ a ++ a) w O N 0 > .. a.o C9 CD 0 N C O O Z � N L/� w/ N m O O O aD N t r a Q e > m z 3 ° m O N w c m a } Lq N� o L.f. M c W � c N Q m c6 c N � 2 T 7 O t. y 00 O 0 7 p N Z c L- cL6 (6 N QL oLO 0 N N d 0 N iC m r � � O C U O N V U a L Q , O U L r o0 U j . C 0 O C 0 O C 0 O C 0 O C 0 c00 C � r C CO. O O O O O O O O O O O c0 O an O O 0 O O O C, O O r O O O O c0 O ca ¢ ¢ ¢ ¢ ¢ r co ¢ co ¢ O r d' N O N O N c 0 O u L 12 C V/ m C H LL • W r 3 ° 4— r+ C Y O O d ° r D a N a c cn o r a `° fn 04 C06 ° aa)i S Y 00 a) 3 }a � c ~ ° o J O — c U) > O > O� Gs hci s Y ° ° ° ° 2i-cc cL . c ic00 i- Yci o ° c o0 c o o a o ° �° Y ° o a) c iZ m c r 0 °cim ° ° i m U) mOC) Om ° m m m a) O 0 O a) a 0 0 0 a°) ' nUp ro p N w! a S c c C r M O O O E9 O O O O O O O N N N N N N N ° 4 ° � a � O � a) � O N c6 N c6 N c6 N c6 N c6 N c6 N c6 O O O O O O O C C C C C C C i 7 7 7 7 7 7 7 O O O O O O O O O ¢ ¢ ¢ ¢ ¢ ¢ ¢ N y an O N Cl) 7 m I� co 0) O an an an an E 0 0 0 0 0 0 0 7 OM N N N N N N N C Z c L- Ln U) a Z QL W N O �n Ln 0 LO Ln 0 LO �n Z Cl) Y m LO rn N ° o ° LO o ° W o ° p o ° Y o ° o ° ro m O D O U N O O O O0 c0 O O Z O0 O 0 O0 Z O 0 co S ¢ 7 c Y o c O o c m U D Q u a Q O L -19 U U U U U U U L F- §� G 75 0k E cO N E N e ^ � F O � m 0 � � � § 12 CD ] F LL LU (D / o > 2 ° (D / o o§ \ Q k fir § \ > (D3 m ] — •• 2 J m � 3 o � § 3 \ g S g N _ }\ \ § ^ § % & 4 > § § \ ° b \ m \ \ 3 { ) 3 / ) � g \ a. 00 \ J e ) \ \ _] / 0 ^ E / m { m ) O _ » _ ) 2 a ~ § } ) ) \ \ 2 o z 2 A S k 2 0 § E « G \ m � 2 A A \ m r.�a ats ats w o000 0000o w0000w00000 y = =3 0 0 0 0 =3 0 0 0 0 o c 0 0 0 0 c 0 0 0 0 0 - 0 00000 000000 00000 000000 dts oQ ¢ ¢ Q Q O O c c N () w (Y N N c c O CMO d' O O :7 O LO LO Cl) LO E 0CM 04 CO Cl) O W Q LO LO M LO G d' N H) I-- ` H) Ef3 Ef3 N � O NCO � <1' mod. � t000t0 � t0000t0 GNOON GNOOON OLO OLO O �- OCM 0L000 LO 0L0000 LO 0L000 In 0 000 LO � o � N - EM � ���� E ����� r,vovor, r,tototor, M rr co � O O O O Eo o Eo 0 a) QG QLO QL QCh QLO L QLO LO QW W QLr Lr 7 d' N H) � I� � G h h G h h LOO Ef3 O Ef3 a) Ef3 G9 lb 3 G9 O VT Q) o ER Q) CD > Q Q Q (6 (6 V V CD O to m m _ N N N W 0 0 O C C C CL CL CL z o m (A w O C C C ° fn �c a > > > � �- � rroorr � rr000rr � voov � v000v o 0 O O U U C) m a c m m m m c O N d d a3 d d o o O (3 A' 3 � �' ,a M a> c c Q c c � -° U-O v-O� N t) 7 7 C 7 C 7 C C O C _ O � 'O N N c W c 0. O O O O O O O O 0 0 — 7 (D 0 0 O'— O c 0 0- O c 0 0 M U X U U U N U N U 'O O'5 •• N 0 .5 a afC. — y V.a O..O. O U (6 U i U i U E � O- a) o 0 O- a) O O +�+ �- 0 0 0 O O O m N Q F- Q Q Q v tnOtr > E- U) 0w > cnE- v�0� > 0 > fn1- M � G1 °� o 0 0 a;ILU U U d °gyp o a) o > o > o > .c. .a .a G J J J E w> o U 0 (n 0 (n o cn w ¢ w Q 0 LL c N d d d d y O O O O W a) a) C a) Cl) O O O d O LL LL d LO LO Q 4: LL O O a) O p O LL to N (D O N a) d N a) Z N a) Q 4.:1.. LO U N � .0 U _ U w O U O� O U) N O U) N O m > > 2 > 2 > 2 QfY o c o o c w o c c o cry, _ "s (6 O (6 N H3 E- re:q%5 o O LL O Er- o 0) 0 (D LO 'aa rn rn rn rn 0 am m Z m LL 0 0 o rn F- m j . 0 O O C 0 O � C � CO N W C O � C O O C O 7 C 0) O 7 c0 O O O O O I� Cl) O of O O O O O O I� Cl) 75 j� O N O N r O O W O O of c6 O O O r O r O O O N O O m N c0 O c Q °) v Q M v � Q LO No ( r Q r Nt Q v ,� Q LO o "0 Q rn o o M ti lC Q N F CV Oi O N 00 N c 0 O u L 12 N m L a� w `{- (D = O C rL O /�. O N �n I co RS N _0 _0 _0 ctt= N CO M c6 c6 c6 M M r O U U U E O T Y.1 •fRV Q C C C 0 r t— r.+ V U m > N r c 0 O L U p C N c .c .c .c N 'E (n M .0 LL (D c> o f m m m E Y _ }� Ci rV+ E E E acN rm om c E c m o m ° c c r r r ry . r c m .m D a) WE - oa > co i Si W i0 i i c 0Z O O O O O N p 9 U5 N O o U- X Nm Q Q Q Q Q M a ¢ ¢ ¢ ¢ ¢ ¢` 0. L2 7t 7t 7t 7t 7t L2 r r r r r O O O O O O O O O O O O O O N N N N N N N N N N N N N N O O M c0 O O O N M O N c0 c0 O M O M O N N O M M M O M O M O N O N N c6 c6 � N c6 c6 � N c6 O O O O O O O C C C C C C C i 7 7 7 7 7 7 7 O O O O O O O O O Q Q Q Q Q Q Q N y co O O N M 7 O O O � 7t E O O O O O O O 7 O) N N N N N N N C Z c L- cL6 (6 N QL a L Cl)O a. OO U O OO NO O O O N 0, O a) O O NO W 7 N LrO LrO vCOJ Nco U7 7M U O O W co 0) N M N 0 Cl) � c f f OI Cl) Cl) OCl) "O Cl) o m O O m F O O C O C E E O C E O O N NN N N NN — N N N rO O O O O D O O O O O O r r r r CO O u u Q L F- m U U U U U U U O O O O N C O C O N C r O W r co co NLo O C r r 6 C � O 7 N pN O N 7 O N 0 O 0 O W � M N co 6 0) O Cn O c, O 0 O W W r Co. N Q O W O O O O O O M co 7 O O r O r 7 O 7 W co 0)N E — 0) °� E °� r E v oN E CO — I,.- N E rn E `O mco F a Q Q N Q Q Q cocoN N N Oi O N 00 N c 0 O u L 12 C .� � Y a� w 0 � `= a 0 tLp rn o N N o C 0 N C) /. m i N c c M CO , m O" V) C "c i T - t- r.+ ON E O- m O T (n 0 M 3 Q _ O p- 0 c O- E c U Y O o U o 2 Y E f) L E 7 O) OL V) 7 N (� 7 RS /}�i U N T O U- O O O a r 0 N O 0 N O V N = m 0- O O- .�.. 'cp Y a 2 cm �- N N xS c i i p U o o i _ i a 3 c6 Z o o ,� Q a ,� ,� E ,� ,� o o ,� U 3 ,� 0 3 > m a) 7 7 c o N N (6 (6 (6 (6 (6 (6 (6 (6 2 V) a) 7 7 a) i O a) c o ` d Q Q 06 m w O p m c m E E E E E E E E a m Q Q c m 0- Cl, U) m V) /1 a < > m o 0 Q Q m m m m CL rry v vr vr vr vr vr Ln ILn ILn �2 O O O O O O O o 0 0 0 0 N- O O O O O O O N N N N N N N N N N N N N N N N N N N N W W M_ O � N c6 N c6 N N O O - - - - - - - - - N c6 N c6 N � � O � � O � � O O O O O O C C C C C C i 7 7 7 7 7 7 O O O O O O O O N Q Q Q Q Q Q y m O r co an O E O O O O O O 7 N N N N N N C Z L- O Q N Ln Oa Lo LO LO LO Z Z Z Z Z LO O N O N O M O O N_ �_ N LO coo coo N O I� O N a) an r r W 0 vJ r N U U U N W r r 7 CO COU an LOU co CO CO COLOr Cl) Q Cl) M 7 LO co c0 'o 7 c0 O I— M LO LO coCl) an O O an Cl) CO a0. I— r O O O O Lo O O an W 0) O 0) 0) W O 0) O O O O O O an LO an an an O lC O O N C W N C N C O O O O O O O O O N c N c O N O — O — O — O — O — O CO W L^' Y Y Y Y Y Y a) U U U U U U F- U U U U U U j C N O C O N C c00 C O M C O M O I— O '0 I� M O co O C O O O O M O O O O N O c0 N O N �0 L0 7 00 M I� 7 I� O 0) m U O N O O O O 7 O 0 7 W W co I� O N 6 I� �0 0) O c0 C a Q 7 W E W E E � Q N O M N O) Q M L L6 W W O H CV Oi O N 00 N c 0 0 u L 12 w v- __ O y �. O M > .. > n/ r > o 6f. o.o N r O O N � m '+ O LO M O c �- O m U O M 0 00N O U c U O W 3 c C� V) N6 N6 U3 UN) iNE N a)Mm a O a N O O C U) O m C U- O O C C N NT T- o U O O 0 O O > > E O_ O) > O_ 7 O_ O_ N O O_ O O O c6 c6 c6 c6 c6 c6 c6 c6 c6 c6 O p_ = 0 a) O Q E E Z N 0 N N i (A LL -0 N N O pYO U O 0 T- C N _a m 0. �2 �2 v �2 �2 �n ILn �n ILn �n ILn �n Ln �n r r r r r r r r r r r r r O O O O o 0 0 0 0 0 0 0 0 0 O N N N N N N N N N N N N N N N N N N N N N c0 N O � N c0 7 0) I` 0) m c0 O N N N � O O � O N -0N -0N -0O O O O N N N N N -0a) O c6 c6 c6 c6 c6 � c6 c6 � c6 c6 � � � � � � c6 c6 c6 O T O T O T O T O O O O O O O O O O O O T O T O O O O O to C C C C C C i 7 7 7 7 7 7 � O O O O O O O Q Q Q Q Q Q N y N co 7 m c0 E O O O O O O 7 N N N N N N C Z CO QL t` O O m O 10 O t` W O m c0 N c0 L0 c0 I— O O v! U O N U N U N U 0) N U 0) 7 L0 M �0 I— N N m W N m N U N N of Cl) �0 M �0 coL0 Cl) 7 7 0 00 0 7 �0 of O 0) O I1— O Cl) CO w O I'— O O 7 O O O O O O O 0) O) I— W 0) 0) 0) 0) O 0) O 0) O O O I� O C I` N C O N C N C t` N C I— N I— I— I— I— I— I— W I— W I— W N C O N — L0 O — N O — O O — N O — N N N N N N N N N N N N N O — LO O C6 W L^' Y Y Y Y Y Y G7 U U U U U U F- U U U U U U _ _ _ _ _ 7 c O c W c c O r N C O 1�1C O 7 O c0 co 0 0 0 0 Lo O O N. O N r O W W O O N O O N O O O O I` N 7 W M co W W 75 O N O 7 O M M O N O 7 O O M I� an W O O W L Q E E m OM E O N E O O O E W W E M c O t` t` W O O N O co M Q Q co N Q N N Q � � Q Q W I-.- Q of N N N N N H CV Oi O N 00 N E o = 1) -C u Q12 m CD Q N �+ N 00 a � y •�= W °� O T v OLO c L N c 0 (n 0 N - L m oN �n o p com w NN m W V rW a) U C a) N C d06 O LL a) "O T U U U U U U U U U U U m .c-. O to to C O' i i i i i i i i i i i W p O — N N (� U U U U U U U U U U U O C ri, N m E p s c in N .N e- o 0 3 w w w w w w w w w w w Q w > ) m ti c m o 0 0 0 0 0 0 0 0 0 0 0 U 0 0 m m 0 W 'o c 0 3 rn Z 0 .c .c .c .c .c .c .c .c .c .c .c E 0 a - O Y c E O_ O 0 O_ O O_ O_ i (� (n O_ "O c6 O O_ m m m m m m m m m m m _ `° U m U m 0 3 '� Y Y Y Y Y Y Y Y Y Y Y c6 Z V) C7 rn E m rn E E m rn c rn O W m d a) c m a) m m 0 O O m a) m 0 m c 0 m a U o U U o N o Y (� o O a v v v v v 0. It It It �n Ln v v v v v v v v v v v v v v O O O O O O O O O O O O O O O O O O O N N N N N N N N N N N N N N N N N N N N N N N N N O M O M -0 O M O -0O N M -0O M M -0O M M M M M M M M M M M Q N j Q N j Q N O T Q Q Q N N N N N N N N N N N O O O O to C c C C C i 7 7 7 7 7 0 O O O O O O N Q Q Q Q Q y I- co an O •p N N N M M E O O O O O Z Z _ QL Z Z M M M M O O O O O O W 0 0) - Q - - � N N N N N N N N N W O O W 70 7 O O O 0 N N N N O O O O O O N U) N U N U N N U O UO I- Cl) NO UM M M M O ` N O O O OO O OO OE) NE) CZN ONO N N N N N NO NO NCOCOCWMO N O N Q � C C 0 Dm O M M N ON ON O O O O O O O O O O OO O W L^' Y Y Y Y Y H U U U U U O O 7 O O c0 7 C co O C O co C Cl) O C O O C N O C O r C 75 O r o W M M c0 Lo _ O Lo O O O N O O O O O O r O an Cl) O O O 7 N W W o o O O O O N O O O O r O M O Q E M M I� r N O co o E o o E o Lo E L E N 7 Cl) E W E O E I� N N W CO CO 7 I� 7 co LQ F LO o o lf') N Oi O (N co N m V) c m V 12 L a � E c 0 +� m i U) F- -0 w m v- � c V O .� m C ^ cLo °° d L (� ii a(D U fn fn o O N 2 c c N � O N v E E a CO (D o N E O U a) C s w w w w w w w a o a E c }i CU.i rV+ " oc ` o m m m m m c a) c m c aci Lac w O Oc O > O 00 O U) w o O V E m- m- m- m- m- Z no 0 °- a)a . pja o =o = s a N N a� a) a o o ca) ci L �1 ° L a o w w 0. �2 �n Ln �n v r r r r r r r r 0 0 0 0 0 0 0 0 0 0 0 0 NNNNNNNN N N N N N N N M M_ N N N N N N N M M M M M co co co -0O N O O O O N O O M O M c6 m c6 N c6 N c6 0 c6 N c6 � 0 c6 W W W W W W W O O O O O O O C C C C C C C i 7 7 7 7 7 7 7 � O O O O O O O O ¢ ¢ ¢ ¢ ¢ ¢ ¢ N y N co 7 m o r co ,p M M M M M M M E O O O O O O O 7 Lo N N N N N N N C Z L- o N QL N I- co 0) of o o O I0 o O O an an O Z L, LO � � L2 W o N N W W o N O N N N N N '/� 0 7 0 0 0 O O O a) � a) a) , ON a) ON a) W 0 o O ON o v, N O O O U co U co U Cl) U W co U o 7 co U r Cl) U N Cl) U m w N N N N N N N m O O Cc') O O " O O � O O N M O O 7 O O w O O lC O O O O O O o > W > M > > M M > > W > D 0 0 0 0 0 0 0 ¢ 0 c 20 0 c N 0 c I- 0 c W W 0 c 0 c 0 c W L^' Y Y Y Y Y Y Y a7 U U U U U U U F- U U U U U U U O Lo Co O c0 0 7 00 C O C C I� C C O C O I� O O r 7 m L O O O O O O r O O O O j� O of M O W M I� N W M O O O O O c6 W O N G O 6 O O c6 m O 6 Q ca o ,N Q N of M 0) �n N Q o Q Q O O v Q � Q v Q I` L F CV Oi O N 00 N C 0 O u L 12 C F- LO LL •� a� w N 4- � = M° O C CD O. N U fn V O N '0 U N i a) O y N c 06 U J ) O CO N C: J c V �p O o o c - .. �� c o C: m m c c N N p O O- -O c O ~ (6 0 m = c 0 U a O (n m - N c- c c 3 O O L N c d CO -O c m N m U) O m �� V V r vi (n t' c m c w x N c a) O m a c c c >. c O O c c a) c E O c w RS = m E o 'N o > 00 r r °- Q O- m O_ r r o > o °o a o a p a o m a m a a a a s a s '� a o a C a m R Z m o '� o 0 3 m c m o 0 m 3 3 E m o m m E m m m d a) m `m m >, 7 0 a) O a) m U a) o o Q m m a) E E a) o o 0 Q U Q = Q 0- Q V) 0 Q c 0 w w cmi 0 Q U) 0 m O U ^ a w w i- w U- 0 (3 E 0. It !n1n O O O O O O O O O O O O O O N N N N N N N N N N N N N N O - M_ �_ N M r O M O O O 7 N_ O a-, 2 �_ a) 7 Co -0 O O N N N O N O N O O O O a) m m m m m m m m m m m m m m T O O O O O O T O T O T O O T O T O T O w w w w w w w O O O O O O O C C C C C C C i 7 7 7 7 7 7 7 O O O O O O O O O N Q Q Q Q Q Q Q y an O N Co 7 m O M 7 7 7 7 7 7 E O O O O O O O 7 N N N N N N N C Z CO L L L000 L� �0f^ O O O N a, O O O O O O a) r O O N O a) vJ O U CO W N O W U O U 7 U N CO U U W U Co Lo W N O_ : N Co N Co O CO N N CO I� CO M a0, 7 O O an an O O O O an O O 7 O O an an O O LO O O O O O O m O N C r r W Co Co W N C N N C O N C r r N C N C M N c N D co O — W W W W W W O — O O — O — 7 7 O — 7 O — W O — O W L^' Y Y Y Y Y Y Y a7 U U U U U U U F- U U U U U U U 0 j O C W W OO N -,too O C O O C O 7 C O O C O O O � C � O C O G O N L0 c0 O I� 7 O O O O O 7 O O O O O c0 O O 75 U E O O c0 c0 O O O O O O O O , O L0 W O W O O O O O N O N LO O L0 Q Ca LO Q W N r M M M E cM 7 Q 7 W Q NM � Q N N O E W 7 Q 7 I` c O H CV Oi O N 00 N c 0 0 u L 12 c N m L a� w `{— O O O C: N ~ ^/ O V O V)co m C m N m g o o L tCl N m Q Q ^CO -o C) U W O N W J U a) 00_ Y LL m c m m O co J o m W w M = l6 0- p_ o) c Q c =- > c i m ci ia O !E o !EL g L } C E C °c a w 0 E E c c c o i 0 6 O YO E O o u_ OmoO E a ) ° nE = U - a) a) _0 0 W-O O aE ' a) c c ° s Qs � � s 0 0 o ma' N o U- n N m ON � O O NO n N OL C C c w� a C7 C7¢ O = 0. 7t 7t It L2 L2 7t � L2 r r r r r r r 0 0 0 0 0 0 0 0 O O O O O O O O O O O O O O o N N N N N N N N N N N N N N N a) c0 M N �_ � r O a) m O M M M N O N O M O N O N O M a) c6 N c6 � N c6 � N c6 c6 � N c6 W W W W W W W O O O O O O N OC C C C C C C i 7 7 7 7 7 7 7 � O O O O O O O O N Q Q Q Q Q Q Q c0 I— W an O N E O O O O O O O 7 N N N N N N N C Z r D C6 m Ln o QL LO M O I— 7 N O N mcrn0 mOiOOcO0 OcO0 OWMO 3 O= O O L2 NN LO OL LO LO N t 0M NN7 Q vCOJ NN NN a) M N N N U O Mc0 co W O O D an Cl) O Cl) I_ W '0 M M N N N O O C Mc0OOOOC C O r UN N N N o mmmmm N LO Oo — o o o O CO W L^' Y Y Y Y Y Y Y a7 U U U U U U U F- U U U U U U U 0 j O C 0 0 O C O O C O O O O � C Lo O O C O O C O C M C p O O p O p O O O O p co O p O p O p 7 p 75 O O O O Oco O O M O O O 0 O O W N O Q E Itca N Q �n rn Q o r Q rn rn rn rn Q N E o M Q E N E ti F CV Oi O N 00 N c 7 fn 1) ac) Qo > 12 L 0 r V) ° CD o � N N O V/ m o N C C C O� L ■� W (D C as C U) U) a) O O W +' m LO C MM O /�/ r aa)) pl C C: J J �6 0 i W ■\dI� O.N > U � O 0 C C c 0 N /. O O C c6 - O a) Y 'r- "O U O O co N o 2 o ° m >. >. E C O (6 _ `o o _ RS 1 Chi `n c Q m a a ° -° a 6 �- ``M� /}�V (D O o o ° L V) a a E E a Q o � � a3 N N u ° C (6 w w E T 7 C a) N N U "p J D_ C C w 63 C Q 2 w /1A C c a a s p o o 0 3 o a 0 a '� d o . V) 0 O L m . cv r a r o o °4> O o n n a) a) ¢ a) cm E T .0 o m oa o E c o E o.m E o o o E ° ° E U a a a UU L U L E Ua E cCn UZ L c Q w O O 7 n O OO O C O O O pO aN N O O NO O O b c aa) T N N N N w E 00a N E N m 00 O_ C C CN C c a) a) 0 r a = = =¢ 0. ILn �n ILn �n ILn Ln v 0 0 0 0 0 0 0 0 0 0 0 0 N N N N N N N N N N N N -0O N N N N N N N -0O O N -0O N -0O N -0O M -0N N c6 N c6 N c6 N c6 N c6 N c6 N c6 N N c6 T O O T O T O O O O T O O T O T O T T w w w w w w w w O O O O O O O O C C C C C C C C O O O O O O O O O N Q Q Q Q Q Q Q Q y co 7 m co r co an O E O O O O O O O O 7 N N N a) N N N N N C L Z V)o r N (n m U QL � L2 LO o 0 L o cc0 0 LO co W LO N n L LO i NO O L 7 M7 ON N O O O Op O W O O A N0, so O -0 MCOU NU N NU ONUNU N N cc) NUMO N co M On, J J J CO CO M M M > Q > Q W W W OC pCpC CMOCO ° N N N Cl) ON N N ON D O O O O O O O CO C6 W L^' Y Y Y Y Y Y Y Y a) U U U U U U U U r r r r r r r r F- U U U U U U U U c O 1 co an pOj C O 0 C O O 0 C O 0 C O 0 C O 0 C O 0 C O O O O O � W O O O O r N O O O O O O O O O O O O O O 75 V 0 O N N O N r O O 6 1 O 6 C, O O 0 O O 0 O O 0 O O O O O O Q N E v m 0) E o E rn v m N E r o E o E o o E o o E o 0 0 0 0 C a N Q Q Q N Q O Q N Q O r Q 7 7 7 7 7 la N N M cM cM cM cl �. H CV Oi O N 00 N c 0 0 O U U Q L 12 C m Q Q CD N TT LL m Q O O W LU 0 co c S S N M N— V/'r=r- O m O C 0 0 O f6 O m C a) O �/ d v EO O°m S cn E m m m Olim m ■\ice Q.N Z �- V U > W W W W co U) a) 0 0 C w w w w w O /�/\\ LON CD r r a Q LO J J J J J CO V Z O U .� O U O N N N N a) Qm O CMO Q �n V7 LL LL LL LL LL "O C a c O O O O O O M O O m V) r m m m m m m L J N U Y D_ D_ N V) C �� f1 () Q O C U a) "O O a) V T -0 T T T T T r Q U O vi O ' (n (n O1 0 o U o E 0- o 7 �- o 7 7 7 7 7 Y m O a) a O_ N E O_ N N O_ _ O_ N T O_ N T O_ O T .a O O O O co) _ a as U) a `p as S S c a � c c U c U U U U > U "O U O U Z d N S V) '0 C V) "O "O N N E (6 N -C O fn O fn Y O fn Y Y Y Y Y m 0 c m U o o � o r o o O a) a> > a) o U o o U o m U o m m m m m T N 0) w N Q m O Q N O Q J O Q J J J J J Y Y Y w! a Y Y Y Y J J J 7 7 � � � L � L,2 0 0 0 0 0 0 0 0 0 0 r r r r o O o o O O O O o 0 0 0 0 N N N N N N N N N N N N N— N N N N _ M M M M M M O N O N N N O N O N O N O N -0O N N N N � � N c6 N c6 N c6 N c6 N c6 N c6 N c6 T Q O T Q O O O T Q O T Q O T Q O T Q O T Q O O O O O O O O O O O O a� C C C C C C C i 0 0 0 0 0 0 0 0 O O O O O O O O N Q Q Q Q Q Q Q y N Cl) 7 m O r O O O O O O O E O O O O O O O >� 7 N N N N N N N C Z }L, CO LO QL NO an O N L Lo c y_ONpo O r- oc O o g o n O O O ID O O � O N O O vCO!U N U U N U N U r r Lp rco N O NO O N w Lo U Oco an an Cl) M _ M M _ MO W W W S W O NC C) C) OCrOCOOUOCUOCWWWWW co co N N C > N D O O N J J J J JO O O O O W L^' Y Y Y Y Y Y Y a7 U U U U U U U F- U U U U U U U j r C r- � C N O C O O O O O C O O C O cM0 C co N 0 O C O N O Cl) Cj 0 O O O O O O O O O r 0 7 N 0 O O U E CO O M O �0 O O O O O O O �0 O O O N O M 7 �0 O O O r Q O Q O Q Q co co co co O Q N O Q � Q cO an � O Q M H CV Oi O N 00 N c 0 0 u L 12 CD F- v— L- w V) O }� a� (D v,= c m O > c"o r p s. LOc Y O.o ° E Y m O N 7 0 c E O p � N o o c RS r- N o V C coN O a) Q � 7 N � o O U O O O O Ci _0 Q Y i O O O O c p C _ O_ c6 Q > 3 N H H H H - 0 ci N 0- 2G� �..� c> ° E E E E U o U v ) L r m C7 Ci .. m m m m m o L L > m c E 'm U o T 0 C L r o v N o m m m m � o a s � o o N o 00 N a0i N o J c0 N o N o V N m m m m C7 o o r m d o c a) c o Q Q Q Q > aa) c c c a`) Q as o r 'o m J Q 0 Q o 0 W W W W - 0 Q Q O° C� 00 H o0 0 0 o c o m n a J J J �J J D 7 L0 7 7 7 7 !0 L0 �0 7 7 7 L0 O O O O O O O O O O O O O N N N N N N N N N N N N N 0 0 N_ 0 0 N M 0 M 0 0 O_ 0 -0 a) M -0 a) -0 a) M M M co -0 t6 N N -0 a) N -0 a) M M M -0 2 O O N O N O O N N N N O O O O O O N N N O N N a a a a a a a a O O O O O O O n 0 C C C C C C C c O O O O O O O O O N Q Q Q Q Q Q Q Q y W an O N co 7 m E O O O O O O O O 7 N N N N N N N N C Z V) CO T QL L � �0�/� O U N O U N O U W N CO LO O U r 7 O U ON U LO CO Cl)7 O U Lo O v! M N Cl) an Cl) W O r 7 M I,- of M M co c0 c0 c0 co O M CO 0 c0 O 0 O N 7 O 0 O O O 0 c0 O 0 O 0 c O N C N C M N C C0 r r r N C CO CO N C r N C O O O N C O N D O — 7 O — M O — 7 7 7 7 O — O — N O — (n (n (n O — O W L^' Y Y Y Y Y Y Y Y a7 U U U U U U U U r r r r r r r r F- 75 O C W N 0 Lo 7 N C t` O O C O O O O O O C O � C O � C O N C O O N Lq O M 0) O N O O O O O O O O O O N O t` O O O O O O 0 7 7 c0 O N O N c6 O 0 0 0 0 O O O N O O O Q E Q LO rn o o o Q �n �n Q �n �n N O O 10 Q O Q N Q v E I` Q 7 co N c0 c0 7 lL H CV Oi O N 00 N c 0 0 u L < LO CD - '� a� w O V/ = X r C c6 LO w r 0 C p,N ° fn - p a m O p � co o ¢ LO 04m C) CO = IT 3 o ¢( o N 3 °- a 0 c- C = a N °UoU N 0W0 O C c VL O O E NC _ C C C V) _ _ Um C C C CC C L C Om m m n O O° o o O oy a -0 a a m ° pp° ° cc): 0 a w ww w o IN � w o c ° ° ° w w o 3 a) 0 E E E E E E ¢ ¢ m rO °m U w! a z z z z z z 0. It v v v v v Ln �n v v v v v O O O O O O O O O O O O O O O O N N N N N N N N N N N N N N N N N N N N N N N �p N O M M M M co co _0O N N � O M M M co co � a) � O M � a) -0 a) O O O O O to C C C C C C i 7 7 7 7 7 7 0 O O O O O O O N ¢ ¢ ¢ ¢ ¢ ¢ y co I— co an O .0 t` t` t` t` W W E O O O O O O 7 N N N N N N C Z CO O O O N O O t` O O LO O v! U LO t` O 7 N U I� N U O c0 O N U_ N U_ O N U_ W N U_ c0 LO I— O O M I� I— M an 1` W O Cl) N M 7 Cl) O M C6 ate, O 7 w M w O O O O O O O I� 0 0 0 O O O O O W O O O O O m C 0 0 7 N co M N C L N C O O O O O N C N C M N C N N C G — I— O I` I` I` t` O — I� 1` O — W W W W an O — O O — N O — O — C6 W L^' Y Y Y Y Y Y a7 U U U U U U F- U U U U U U O N O O O O O O O O O CO co O OO O O co � O O� 75 NNN O O O O OOOco c0 O OOO � N O E i0 N 0 0 0 0 O O O O O O LO O O O O M co O r0 00 O O N c0 Io O E � E I� E c Q v Q v o M Q Q Q r Q o L6 Q Li Q cNi Q I� F- lf') CV Oi O N 00 N c 0 O u L 12 ++� ~m 0 E �//V N 0 E r ■ O vOL7 4— LL � W N N 7 � O (D 0 �/ N ON c0 O O N N (7 ■\i' O N E = o 0 E m rn O O fA O co N o N T fn 2i aS � 0 O O O) Q = N U Lfl N cn a 2 N o Y O O E Q c Y c rn v w E a) r o g a c > w ° w m •• m cc) E m O g a w > a) o N o ' Y V) _ = c- am Y ama° cm 'ON . c N cn w E aO O a) Qo o Q EL(D c - N > E c c m 0 3 cmm m o N coE c 0 c Un ac o a O OO 'c O — O g oO EL 0 W E 06 a E rm N Nm mZ Z m m oa) mZ E m m d r -o E W r d E E p % p U 0 U "O m ma z z z z O m L cn v cn cn cn cn v v v v v cn cn 0 0 0 0 0 0 0 0 0 0 0 0 0 N N N N N N N N N N N N N r 2 r r r a) p a) a) a) a) a) N N a) N -0 a) M N N N O O M O M M O M O M O O O O O O O O O O O O C c C C C C C C O O O O O O O O O O N Q Q Q Q Q Q Q Q y N co 7 LO O r W an W W W W W W W W E O O O O O O O O 7 N N Lo N N N N N N C Z N O � O O 0) - O an L2 �2 O L2 W OLO 7 c0 Lo N O O o N N ° N N a) N ° Cl Cl N o o N o U N o v W InItN o O O co o r M N O 00 O .O O coo .O °� °� coO '0 O MO 'p 0) p O M M o .o ~ N C O W W W N C O N C N C N C r N C O N C N C O — °) °) °) o — N o — O — o — o — Q o — ~ ~ o — CO W L^' Y Y Y Y Y Y Y Y a7 U U U U U U U U r r r r r r r r F- U U U U U U U U j O W O O O an � co r O O O O O 0) NO coN � O � OO OO OLo 0) O LO LO O O Lo LO � N 75 O O co O M O O W 7 O 7 N O 6 O L, O N_ N_ O O O O O O O N O N Q m E O E E O E E cM - 7 E N E om N E 7 o E O C a Q Q Q Q Q N N Lo Q � Q N Q co N lL H CV Oi O N 00 N c 0 0 u L 12 F- v— LL a� w LO O � c z M CLO v 0 O c N O N 3 �F O c6 Ci 0 co O O Y O U N M _ a W r L c C OL U) m a) c N N N i T = _ C1 N C O C _ _ a) c m fn O N ?` 0 — J c I,L O- O N N Q O L o_ p L m o r �E 3 -p O m a i CUi .V+ c_� c c p c C0 c o N c Y c m c c N N c >. Q a7 7 Y O m O O U O c O �- Y N O T O c C� O > o_ ml6 m sT E nV E c, ap o a a c 6 �ti mm m m � m NU oZ T U V) 2 p vi .NL av�pi (O 0 O o a a) E a) 2 a) n c a a a a cn 0. v ILn �n ILn �n v �n Ln �n 0 0 0 0 0 0 0 0 0 0 0 0 N N N N N N N N N N N N a a a a r r N M 0 O O c0 N_ O co M O M � a) N O M � a) N N O N N O M -0a) O � a) N N N c6 N N c6 N c6 N N c6 N c6 N c6 N N c6 O O O O O O O O C C C c c c c c � O O O O O O O O O N Q Q Q Q Q Q Q Q y O N co 7 m O r E O O O O O O O O 7 N N N N N N N N C Z O `n m CO 0 m an co0 N N _ O Q m W m Z Z Lo O Lo LO O N Lo f^ 0 N 0 O N 0 O O 0 a) cr0 7 0 O Z J 0 0 o Y � O Lo Lo rn M U r M U M M U M U Cl) Cl) U co U N M U Cl) an Cl) U N CO ate, Ur O O� 7 O O� O O> LI)7 O O O O O O� O O> co co O O> m NO E NO E 7 NO E W 0 E 0 C m 0 C 0 C N N 0 C W L^' Y Y Y Y Y Y Y Y a7 U U U U U U U U r r r r r r r r F- U U U U U U U U 0 j OI'll lC Q OOC Ot` W C O W C OO O O OM t` p co O O O O 0O O O O O O O O of OO W p0 0 7 CO O 0) O 0 O O 75 E OON ON OOa ONrNof O � ONOO p Q pt` ONO D NNM06 M N Q QN LQQ Q O Q7 Q QM O o r` CV Oi O N 00 N c 0 0 u L 12 NF 4- LL "_ a� w O = Y O N 0 o L.f. L O O p U N (m fn O N LO O x3 2i N o rn O � I co o c 0 06 0 Y N v, CO N '� a c r m c co tD O 'fn E r -cp in o N a N m `v Q O X C) c N O) U N O Z LL N O C O fn p fn 0 0 M C Q LO 0 �O a) C OJ a C) N "O .0 "O O N c o xL o L V } mC C O "U0 7 H oc Ca)a) = ac H nV) O o d g E Co IL o rn a o o mT m �G m E m a a a a H e o ° a a a 3 a o a s r m E a c C 1° i c p .0 m i 2 i m E i m m o m 0 0 l6 Z rn C W V) 0 m V) Q w 3 3 3 a rn m rn -p c (n rn ma) 0 L m U Q N 0 Q -p C ON LL C) Q (n N N L � o OO Z 3 c m 0 a cWn cn c°n c� cn in in 0. O O v v O O O O O O O O v v r r r r 0 c6 c6 c6 c6 ) 0_ 0N 0 0N N O N O O MN N N O 0O 0 N N N N N NNNN N N N NN M O NO a-) O Oa) N O O N _0 -0 p O c6 c6 � N c6 � � c6 c6 c6 c6 c6 c6 O T O T O T O T O O O O T O T O O T O O O O O O to C C C C C C C i 7 7 7 7 7 7 7 O O O O O O O O N Q Q Q Q Q Q Q y of O O N co 7 p O O O O O O O E O O O O O O O 7 N N N N N N N C Z CO W QL O O O O O O O M O O H f^ M O N O N O N 7 O O O N O O O N vJ O U O U 7 U_ O U I— Co O Co U I` U W U O O N Cl) N Cl) M O M of O O I— M O M M O Cl) 7 N CO O O O I� O N O O O O O O O O O O O O 7 7 O O O lC O N C O N C CO N C � O N C O O O O N C O N C O O N C 7 C) — Cl) O — O — U t O — O O O O O — O O — cM co O — W L^' Y Y Y Y Y Y Y G7 U U U U U U U F- U U U U U U U O j U 75 O 0 O LCO r 0O O 0O OO W W c0 c0 c0 W O O O O r O r O O (D 7 O 7 O O c6 M I- M c Q ° ° O r ° M O O L, O Q °) ° `n `n °) °) v I Q Q vQ Q Q Q Q Q F CV Oi O N 00 N c 0 0 u u L < N CD U V/ C V/ m Z ■� 4— a) w r p LO O LO > .. m m LO O u� o- 06 m r C9 N ) zo U O co O U r Y N CO C N N M a 3 O a) m O O O O o a -° o r- U) U) U) U) r?, C LL a) N O W 3 o° 0 ° 0m o � ° 0 o cm v Q G1 s m rrrr N a Upm r c c p c O o 0 o O o o d O m O c c c L aE a ° = T � � 0 o .0 oU a° - m O o m0 w m m a) 0 0 0 0 a) a) a) o a) O 0 0 0 0 0 30 0 0 U 0 H 0 LL a > > 0. �n �n Ln �n �n �n �n �n �n Ln 0 0 0 0 0 0 0 0 0 0 0 0 N N N N N N N N N N N O N Iz O r O O r O c0 O L L L � O N_ O �_ O r O r N -0N -0N a) O N N N N a) a) O N O N N c6 N c6 N c6 � N c6 N c6 � N c6 � N c6 N c6 O O O O O O O O C C C C C C C C � O O O O O O O O O N Q Q Q Q Q Q Q Q y m O r W an O N O O O O O O O 0 7 N N N N N N N N C Z LO CO ON O N O O O Lo O O r co 0 co O � O O M O Y vJ N O N O N O N O N a) 'N N O N O N_ O M .O O Cl) .O O Cl) .O 7 M .O O O O O M .O O_ co .O O M .O W co O a CO O N O N O � I� O � O O O O O 0 O O � O � co O > 0 C LO 0 C O 0 C 0 C 0 C 0 C 0 C 0 C U- W L^' Y Y Y Y Y Y Y Y a) U U U U U U U U r r r r r r r r F- U U U U U U U U ID O O � O W W � � 1,) O � O O � O � L � 7 O W 0) co 75 U O LO O O O O O O O O O O O O O O O O O O O O M 6 c6 O O Q 1° E °� E E w E N E N E E 0' E 0 rn E ID � I E �Q Q Q Q Q Q ° Q ,r Q LO Q o o Q ti N N H CV Oi O N 00 N r0 In � M N � 00 C 7 O M0 O O In O O N O U O 712 7 Q CD/1\ c I N 7 O �p O N }i lC V/ m N N N O a) a) a) O F O O O LL N N N O 4— LA W O O O U U U O (D C p ' r.+ ... ,LO IN fn v O N lf) N O 04 C C C C l- OLO N C d a a) C U U C) ^^� W V r O U N C E J UI (6 U Y Y Y U LL d C "O U D_ N C (6 (6 (6 C -p J J O O U C a) J J J N 0 M c —a) o > C E r r r I.i.l O C N a c� ) o a) o C °p6 o 0 Q O -O O a) E V a) m o c2 0n c2 0n cO C C o c c Y Y Y0n aN aca c o E Or O -SDN O c UO O O Q OyO N-0o a o 46 m mQ mm m mmmm U' mm mooZ p m U 'a V)i Oa 0 a a a a) a o 0 m a) M a) o o o 12 a) co cn m a. > > , , U- 0. It v �n Ln v v v 0 0 0 0 0 0 0 0 0 0 N N N N N N N N N N N (6 N (6 N (6 N (6 N N (6 N N (6 N (6 N c6 N N N N N O O O O O O O to N OC C C C C C C C C O O O O O O O O O O O N Q Q Q Q Q Q Q Q Q y M N In 7 E NoO O O O 0) 0) 0) 0) 7 N N N N N C Z }L, o QL 0 _ _ _ INLO _ _ _ _ O I O � N LO O O O O O O c O O O O O t` N O v! a O N O N O W N a - N O O N O N N O O N 0 W W 0) N a M U M U 7 cM U an M U O M U 7 M U W M U I M U I— W W M U CO ate. O O O O N O O I� O O O O I� O W O > N N N O O N C N N C N C N N C J N C N N C N N C N N C N C O — O — O — O — O — O — O — O — O — C6 W L^' Y Y Y Y Y r r r r r LL LL LL U- I- w w w w j O rO O0 O O Or C, OO O O O N O N NO O 0O L0 0 0 L0 L0 0 O OO O O N anO 0) O O 10 O W an LO 0000. 75 QNEO O O r O O O O O �0 N O "0 c0 an O OOO N O O O � N E o c E o o E E I-'- E N c Q Q N Q � � Q Q QN E ) co Ln 0) Ln Q co M Cl) Q M CV Oi O (N 00 N O O rn �_ t v 0) an LO Cl) L0 an O N 00 N 7 L0 an O co C M LO 0 r (D 0 O Cl) c00 7 c0 00 7 Cl) O O 00 1) M O 00 O O M M U O 7 O N T W L \ c0 \ LO LO 00 00 Cl) Cl)f1W\ 2 c0 O) c0 00 7 O) m LO O LO O O O O 0) O7 F O O O 0 0 O O O O ■� V' I� 7 I� O) O) I� r r H— al W O O O C C O O O O ^�^'' w a) a)O ^W 2i C 0 L Y./ (D r "O "O N N p Y• co m m > a)C m m N N (n O O (p (D N > > N V N N N c N a) r c Y U O "O "O m O Y Y O O a) N cL6 C 7 o o U a a) c c a 0- r T 0 r x V O 6Y O r m o m m ° E w (D () v r O m m E E p p o p p Q o E o m o a o > > .� o 0 0 o u_ u_ o o E E E E E E m o E O O o w o 0 0 o 0 0 0 0 0 �G E a o a E a U U W a a L L U a O E a C .E ci ° ci o E ci O O ci > ci .E .E m ci O W ci p p p p p l6 Z a m .L a) m p m a) a) m m m a a o m o m m 0 o m 0 o U) o E o LD L m o 0 0 0 0 3 o O E o p p p p p p d > p m Y p S .� p > > Q p S p p p lL lL lL lL lL lL T x w� a Ui 0 Z O 0. r r r r r r O O O O O O O O O O O O O O O N N N N N N N N N N N N N N N c0 O O O c0 O O 7 N c0 c0 O r O M M M M M M N a) M a) M a) O N a) a) N N a) N O N N N N N N N c6 N c6 � 0 6 N c6 � N c6 N c6 N c6 O p p p O O p O p O O p O p O O O O O O O O O O O O O C C C C C C C i 7 7 7 7 7 7 7 � O O O O O O O O N Q Q Q Q Q Q Q y L0 c0 I-- 00 an O E O O 7 Z CO Z Z QL �n �n LO �n �n ,oI �I Lo �n rn O �_ N 7 N C/) cr0 ON a) M 0 a) ON a) ON a) coON a) 7 0 ON a) ON a) W N W O 7 7 I� N N p� M .O M .O N Cl) U Cl) U O M U an an Cl) U co U N N N N N N CO c0 O � c0 O � O O� an Cl) O O� a O O� O O� W O > N O N U) N U) p NO � 0, 0 p N 7 7 N Q 0 E O O 0 E (D NO E W N W W W W L F- w w w w w w w O O 0 0 Lo 0 Lo Lo 0 0 0 W 7 0 7 7 O O O I-- O of M M O 0) I� W N 7 O O O of M 7 M 0 Lq I- W O r 7 O c0 00 0) N "t N . M O) M M I— L N O) W O c0 O) O co co 7 I� 7 O o 7 c6 M O I- r O 6 6 7 I� M 7 6 7 7 7 6 of It Q la 75 Q cM O) 7 cD c0 I� O of M E — N cM M cM N N — N M LQ CO 7 m 7 N Q co H LO N Oi O N 00 N 0 c 0 0 O M U O L 1 CD N O� LL v- ■� O w ro O (D C00 r+ O N ii L Q.O 0 N O co N M (DD O T r �- W r T O N �F M C ( U r N c Y O Y O) O W O O O U N O U c6 _ U� m Y o T O1 f) L (n d' U) 2i U d N !� Q E E E E E E E E = c0 d T N i� d N m o 0 0 0 0 0 0 0 o c cn a w w w w w w w w w w w w w w w w w a) w > Z) Z) Z) Z) Z) Z) Z) Z) w a a a a a a a a a a a a a a a a a m Z m r 'c a a a a a a a a a a a a a a a a a o m d U- U- U- U- U- - V � � � � � � � � � � � v) � � V) V m N ` d W W W W W W W W W W Q m m m m m m m m m m m m m m m m m H c E a N 0. r r r r r r r r r r r r r r r r r r r r r r r r r r r r r r O O O O O O O O O O O O O O O O O O o 0 0 0 0 0 0 0 0 0 0 0 N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N co co co co co co c5 c5 c5 N N_ W r r N N N N N N N N N N O N M M M M M M M M M M M M M M M M M N N N N N N N N N N N N N N N N N N O O O O O O O O O � � O O O � � — — — — — — — — — — O C i O O O O U7 (n Q y N E O 7 Z CO QL O O O N of 0 N U) O o) 7 "0 O O "0 N N 7 7 LoW M N N O r N_ O "tm W � Co Y6 N p� N N U It N N CO N c0 c0 O N N 00 00 O N M 7 7 co 7 co N y N N N N N N N N CO .0 7 7 � I� [I- r r W W W W 0) O O O CO M � � C6 O O O O O O O LS O r r r r r r r p W W W W W W W W (n NO c � � � m D c6 N O L w � `o 75 � � o Q �a � cQ ti F- L6 N Oi O N 00 N c 0 0 u L 12 CD N m LL v— '� a� w O O c ON LO L.f. L Q.C O N O co N S3 V (D o O W 3 O s Gs o � a _ m E > m z E m .� a a rn Cl)i Cl) O 7 00 O 1- LO w d 0 0 y O N E 7 Z CO O U) is r U- o v w C6 L N a (� H VoE.3G 2015 003 VILLA G E OF BUFFALO,CAR OVEaud MUNI C13ALITIES INVITATION to BID OWNEIRu The Miinicip-alitir,.bs of Aih.�agowu 4Nghk[mll Novlhfiv,W, ;md WuhnwH,q.,, ("Alunici alities) P The mulficipalitie", Will.receive sealed bids f6r the purchase of aloe Prodxict genora,Ay desoribed a,:,,fallows, . ........ ....... .._......_..... .Product....... roduct .. Description of Product to be Quantity of Product to be Delivered to the Municipalities Purchased by the Municipalities UPM do—ld-]P—tch(or equivalent to) See,-"Attached--Specifications- ------------S--e,eA—ttac-li,e""d'"T—a-b-l—e-- APP-2 .............. Sealed bid-s'--will--be opened oar­M' on'da­"y-,-J a`o,u-a—ry26,2015 at 10:00 am.at Village of Buffalo Grove, 50 Raupp Blvd, Tlae following Ma.unicip al i ties have partnered to, consolidate services for the lmrch a.se of cold p atcli kzHlAh� G�01'2', Evmo46m, k(,wkvmda, N'Ohh"Id, �twt 'I'lirotigh this consolidaboia, dae Municipalities iare presenting an ec(.,wnoiwiy ofseale 1'.o potential.bidde�rs, thus providing opportunities for increased revenues t10 tho successful I)idd.c.'r as well as red.u.ced. costs to the bidder and tb.e Nfi,ijiicip�jlities, Each Muni ,Pci, alit 's Boar(i will. �y independently approve a,.md award a contr,,act. The purchase of goods and services pursuant to the terms of this Agreement shall also be offered for purchases to be made by the Municipalities, as authorized by the Governmental,Joint Purchasing Act, 30 ILCS 52510.01, et seq. (the "Act"), All purchases and payments made under the Act shall be made directly by and between each Municipality and the successful bidder. The bidder agrees that the Village of Buffalo Grove shall not be responsible in any way for purchase orders or payments made by the other Municipalities. The bidder further agrees that all terms and conditions of this Agreement shall continue in full force and effect as to the other Municipalities during the extended term of this Agreement. Bidder and the other Municipalities may negotiate such other and further terms and conditions to this Agreement ('Other Terms") as individual projects may require. In order to be effective, Other Terms shall be reduced to writing and signed by a duly authorized representative of both the successful bidder and the other Municipality. The bidder shall provide the other Municipalities with all documentation as required in the Bid, and as otherwise required by the Village of Buffalo Grove, including, but not limited to: • Certificate of insurance naming each Municipality as an additional insured • Location of Bidder's yard and hours of operation for Municipalities selecting to pick up the Product. • Hour,-, of operation of the Bidder, and any restrictions on the delivery of the Product. VoBG 2015-003 INT'STRUCTIONSTO BIDDERS Prem,ratio,,Of Bids any deficiency and accept the deficiently prepared bid upon compliance with these Instructions to Bidders. All bids for the purchase of the Product shall be made only on the blank Contract/Bid form attached to this Accotance of Bids Bid and shall be complete with a price for each and every item named in the Schedule of Prices section of Bids submitted are offers only and the decision to the Contract/Bid. form. All bids must be signed by an accept or reject is a function of quality, reliability, authorized official. [All, bids shall be accornpanied capability, reputation, and expertise of the bidders. by a cashiers or certified checle, in form and, froin a, surety satisfactory to the Municipalities, The Municipalities reserve the right to accept the bid in an amount equal to at least ten percent of the that is in its judgment, the best and most favorable to Total Contract Price nanted in the Schedule of the interests of the Municipalities and to the public; to Prices section of the Contract/Bid forai.] Bids reject the low price bid; to accept any item of any bid; that contain omissions, erasures, alterations, or to reject any and all bids; and to waive irregularities additions not called for,conditional or alternative bids and informalities in any bid submitted or in the invite unless called for, or that contain irregularities of any for bid process; provided, however, the waiver of any kind may be rejected. prior defect or informality shall not be considered a waiver of any future or similar defect or informality. Clarifications Bidders should not rely upon, or anticipate, such waivers in submitting their bid, The Municipalities reserve the right to make clarifications, corrections, or changes in this Invite for Upon acceptance of the successful Bidder's bid by the bid at any time prior to the time bids are opened. All Municipalities, the successful Bidder's bid, together Bidders or prospective Bidders will be informed of with the Muniripalities° notification of acceptance in said clarifications,corrections,or changes, the form attached to this Invite for Bids,shall become the contract for the Work. Delivery ofBi�d-s Each bid shall be submitted in a scaled envelope DATED this--day of_, 20—, plainly marked with the title of the contract and Bidder's full legal name and shall be addressed and VILLAGE OF BUFFALO GROVE delivered to the., place and before the time set forth above. Bids may be delivered by mail or in person. ...... Bids received after the time specified above will be Dane Bragg, Village Manager returned unopened. 0Semi of Bids Bids will be publicly opened and read at the time and place specified above. Bidders, their authorized agents, and interested parties are invited to be present. Withdrawal of Bids No bid shall be withdrawn for a period of 45 days after the opening of any bid. &'ection of Bids J Bids that are not submitted on the Contract/Bid forci or that are net prepared in accordance with these inArUC601114 to Bidders 111a), be rejected. If ii(A rejected, the Municipalities nmy (leinmid correction of 0�111 2 01 Q 0�"s 'I'lie N]k In icipa I itics,of iw I, w, t X,'o 1, 1 rd r i,ws , CONTRAC17BID FOR THE PURCHASE OF UPM COLD PATCH (or equivalent to) Full Name of Bidder Arrow Road Construction Comp Bidder") , Principal Office Address 3401 S . Busse Rd. , Mt . Prosioect IL 60056 -------—-------- - Local Office Address 3401 S . Busse Rd. , Mt . Prospect, IL 60056 ----------- Contact Person Nick Eichenold Telephone Nuniber 847-472-7260 .................. TO: Village of Buffalo Grove on behalf of the C'Afu n icipalities") 50 Raupp Blvd Buffalo Grove,Illinois 60089 Attention:Brett Robinson Purchasing Manager Bidder warrants and represents that Bidder has revieu-jed 5. Miscellaneous. Do all other things required mid imderstood all, documents included, referred to, at, of Bidder by this Contractfflid. mentioned In, this boupid set of documents, including Addenda Ayos. [if none, write "AFONE"'], B, P'erformai'i'ce Stapdards. If this ContractJBid is which ore securely stapled to the end of this accepted, Bidder proposes and agrees that the Product Contract/Bid. will comply strictly with the Specifications attached hereto and by this reference made a part of this 1. Proposal to Provide Product Contractiffid. If this Contract/Bid specifies a Product by brand name or made.], that specification is intended to A. Contract and Product. If this Contract/Bid is reflect the required performance standards and standard accepted, Bidder proposes,and agrees, that Bidder shall, of excellence that the Municipalities require for the provide to the Municipalities the product, items, Product. However, Bidder may propose to deliver a materials, merchandise, supplies, or other items Product that is a different brand or model, if Bidder identified in the Invitation for Bids attached hereto provides, within its bid, written documentation ('Product") in new, undamaged, and first-quality establishing that the brand or model it proposes to condition. Bidder further proposes to: deliver possess equal quality, durability, functionality, capability,and features as the Product,specified. L Provide, perform, and complete, in the C� Responsibility for Daniag—e or Loss. If this manner specified and described in this Contract/Bid is accepted, Bidder proposes and agrees Contract/Bid, all necessary work, labor, that,Bidder shall be responsible and liable for, and shall services, transportation, equipment, promptly and without charge to the Municipality, repair materials, supplies, information, data, and or replace, any damage done to, and any loss or injury other means and items necessary to provide suffered by, the 1%lunicipalitic as a result of Bidder's and/or deliver the Product to the failure to perform hereunder. Municipality in a proper and workmanlike manner; D. ln-qi)ectioii/Testiiik,-/Ra(,.ctioiiI The Municipalities shall have, the right to inspect all or any part of the 1 Permits, Procure and furnish all permits, Product. If, in the Municipalities' judgment, all or any licenses, and other governmental approvals part of the Product is defective or damaged or fails to and autbovizations necessary for the conform strictly to the requirements of this Contract(Bid, Product; then the Municipalities, without limiting its other rights or remedies, may, at its discretion: (i) reject such 3. Bonds and Insurance. Procure and furnish Product-, (ii) require Bidder to correct or replace such all bonds and all insurance certificates and Product at Bidder's cost; (iii) obtain new Product to policies of insurance, if any, specified in this replace the Product that are defective, damaged, or Colitract/Bid; nonconforming and charge Bidder with any excess cost incurred thereby:and/or (iv)cancel all or any part.of any 4. Taxes, Pay all applicable federal, state, and order or this CoiAract/Bid. The product so rejected niay local taxes; and he returned or held at Bidder's expenso and rick. VoBG 2015-003 2. Contract Price Prnnns"Al 3. All other applicable federal, state, and local taxes of every kind and nature applicable to A. If this Contract/Bid is accepted, Bidder proposes, the Product are included in the Schedule of and agrees, that Bidder shall deliver the Product to the Prices;and Municipalities in accordance with the following Schedule of Prices: zl. If the Quantity of Product to be purchased by the Municipalities is specified on Page I roduct Description Quantity of Unit Price of of the Invite for Bids, such amount is an of Prodwrt Product" Product estimate only. The Municipalities reserve to be the right to increase or decrease such provided to 01%vner* quantity, and the total Contract Price to be ........... Pfl4 Card xiproxinmtely $ rFO;1 paid will be based on the final quantity Delivered Patch(or 91501,011, determined by the Municipalities for the equivalent 1 137 . 50 Product that complies with this Contract/Bid t-) ........................ that are accepted by the Municipalities. t old 'I (,[I;N Approxin-tatch, $ JTon Picked-up Pnit 360 TonsBidder hereby waives and releases all claims 131 . 00 or rights to dispute or complain of any such estimated quantity or to assert that there See Attached Appendix A was any misunderstanding in regard to the **,.See Attached Appendix1l quantity of Product to be delivered. Alternates: Please provide a price for the following C. Time of'PaYniant alternate option: It is expressly understood and agreed that all Delivery of UPM Cold Patch(or equivalent to)(Unit payments shall be made in accordance with the Price of Product)(Based on 20 Ton Delivery) following schedule: .......... ------------ 0 'Within 6 weeks of receipt of If the Municipalities have specified the Quantity of invoice. Product to be purchased by the Municipalities on Page I All payments may be subject to deduction or of the Invite for Bids, then Bidder shall take, in full setoff by reason of any failure, of Bidder to payment for all Product and other matters set forth perform under this Contract/Bid. under Section I of this Cont ract/Bid, including overhead and profit, taxes, royalties, license fees, contributions 3. Go-altractTime and premiums, and compensation to all subcontractors and suppliers, the total Contract Price (based on unit If this Contract/Bid is accepted, Bidder proposes, and price multiplied by approximate quantities) of (without agrees, that Bidder shall provide. the Product to the alternates)- Municipalities through March 1, 2016. In addition, the Municipalities may elect to renew the contract for a term $13 0 6 2 5 Dollars and 0 0 Cenis(in /Ton(Delivered) of one additional year under the same unit.price. $ 4 7 16 0 Dollars and 0 0 Cents(in wriling)/Ton(Picked-up) 4. FinaneJaI.Asapraneg -�-AGKA/5 : ('1)CXr)CJOJ,) --PC,dO-q A. Inkninificatim. If this Contract/Bid is B. Basis fpr^DeterunininyPrices accepted, Bidder proposes and agrees that Bidder shall indemnify, save harmless, and defend the Municipalities It is expressly understood and agreed that: against all damages, liability, claims, losses, and expenses(including attorneys'fees) that may arise, or be 1. All prices stated in the Schedule of Prices alleged to have arisen, out of or in connection with are firm and shall not be subject to Bidder's performance, or failure to perform, under this escalation or change; Contract/Bid, including, without limitation, any failure to meet the representations and warranties set forth in 2. The Municipalities are not subject.to state or Section 6 of this Contract/Bid. local sales, use, and excise taxes, and no such taxes are included in the Schedule of B. Penalties. If this ContractlBid is accepted, Prices, and that all claims or rights to claim Bidder proposes, and agrees, that, Bidder shall be solely any additional compensation by reason of liable for any fines or civil penalties that are imposed by the payment of any such tax are hereby any governmental or quasi-governmental agency or body waived and released; that may arise, or be alleged to have arisen, out of or in connection with Bidder's performance, or failure to perform,under,this Contract[Bid. VoBG 2015-003 5. fly.A.-WRild A. )Reliance, The Municipalities are relying oil all warranties, representations, and statements made by All prices and other terms stated in this Bidder in this ContractlBid. Contract/Bid are firm and shall not be subject to withdrawal, escalation, or change provided that the B. Reservation of Rights. The Municipalities Municipalities accept this Contract/Bid within 45 clays reserve the, right to reject any and all bids, reserve the after the date this sealed Contract/Bid is opened. right to reject the low price bid, and reserve such other rights as are set forth in the Instructions to Bidders. 6. _�2p fgwtiAL LO-Y�' t;VItie, i C. Acce jrtance. If this ContractlBid is accepted, In order to induce the Municipalities to accept this Bidder shall be bound by each and every term, condition, ContractlBid, Bidder hereby represents and warrants as or provision contained in this Contract/Bid and in the follows: Municipalities' written notification of acceptance in the form included in this bound set of documents. A- The Product. All Product, and all of their components, shall be of merchantable quality and, for a D. Remedies. Each of the rights and remedies period of not less than one year after purchase: (1) shall reserved to the Municipalities in this ContractMid shall be free from any latent or patent defects or flaws in be cumulative and additional to any other or further workmanship, materials, and design; (2) shall strictly remedies provided in law or equity or in this conform to the requirements of this Contract/Bid, Contract/Bid, including, without limitation, the performance standards set forth in Subsection 1B of this Contract/Bid; and (3) E. Time, Time is of the essence in the,performance shall be fit, sufficient, and suitable for the purposes of all terms and provisions of this Contract/Bid. Except expressed in, or reasonably inferred from, this where specifically stated otherwise, references in this Contract/Bid. The warranties expressed herein shall be Contract/Bid to days shall be construed to refer to in addition to any other warranties applicable to the calendar days and time, Product (including any manufacturer's warranty) expressed or implied by law, which are hereby reserved P. No Waiver. No examination, inspection, unto the Municipalities. investigation, test, measurement, review, determination, decision, certificate, or approval by the Municipalities, B. CJomtrliance with Laws. All Product, and all of whether before or after the Municipalities' acceptance of their components, shall comply with, and Bidder agrees this Contract/Bid-, nor any information or data supplied to be bound by, all applicable federal, state, and local by the Municipalities, whether before or after the laws, orders, rules, and regulations, as they may be Municipalities' acceptance of this ContractlBid; nor any modified or amended from time to time. Every provision order by the Municipalities' for the payment of money; required by law to be inserted into this Contract/Bid nor any payment for, or use,possession, or acceptance of, shall be deemed to be inserted berein• the whole or any part of the any Product by the Municipalities; nor any extension of time granted by the C. Not Barred. Bidder is not barred by law from Municipalities; nor any delay by the Municipalities in contracting with the Municipalities or with any other exercising any right under this Contract/Bid: nor any unit of state or local government as a result of-. (1) a other act Or OMiSSi011 Of the Municipalities shall delinquency in the payment of any tax administered by constitute or be deemed to be an acceptance of any the Illinois Department of Revenue unless Bidder is defective, damaged, or nonconforming Product,, nor contesting, in accordance with the procedures operate to waive or otherwise diminish the effect of any established by the appropriate revenue act, its liability representation or warranty made by Bidder; or of any for the tax or the amount of tax, as set forth in 65 ILCS requirement or provision of this ContractlBid; or of any 5111-42.1-1; (2) a violation of either Section 33E-3 or remedy,power, or right of the Municipalities. Section 33E-4 of Article 33 of the Criminal Code of 1961, 720 ILLS 5133E-1 et g&a.;or(3)any other reason. D. Q_ualified, Bidder has the requisite experience, ability, inventory, capital, facilities, equipment, plant, organization, and staff to enable Bidder to deliver the, Product at the Contract Price and within the Contract Time,Proposals set forth above. 7. Aeknowledrernentq In submitting this ContractlBid, Bidder acknowledges and agrees that: VoBG 2015-003 G. Severability. It is hereby expressed to be the by the corporate authorities of the parties in accordance intent of the parties to this Contract/Bid that should any with all applicable statutory procedures. provision, covenant, agreement, or portion of this Contract/Bid or its application to any Person or property I. Assi n eato Neither this Contract/Bid, nor any be held invalid by a court, of competent jurisdiction, the interest, herein, shall be assigned or subcontracted, in remaining provisions of this Contract/Bid and the whole or in part, by Bidder except upon the prior written validity, enforceability, and application to any Person or consent of the Municipalities. property shall not be impaired thereby, but the remaining provisions shall be interpreted, applied, and J. Governing- , Law. This Contract/Bid shall be enforced so as to achieve, as near as may be,the purpose governed by, construed and enforced in accordance with and intent of this Contract/Bid to the greatest extent the internal laws, but not the conflicts of laws rules, of permitted by applicable law. the State of Illinois, H. Amendments and Modifications. No amendment or modification to this ContractlBid shall be effective until it is reduced to writing and approved and executed DATED this lk-- day 20j-? 4 VoBG 2015-003 Bidder's Status: ( Delaware Corporation O...,...... Partnership Qindividual Proprietor (State) (State) Bidder's Name: Arrow Road Construction Company.,m____ Doing Business As(if different) __.. Signature of Bidder or Authorized Agent (corporate seal) Pi ivil,A Name., , John F. al (if corporation) Tit, �11 President Bidders Business Address: 3401 S . Busse Rd. , Mt. Prospect, IL 60056 Bidder's Business Telephone: Facsimile: p 847 472-7260 simile ._ 6887 If a Corporation or Partnership,list all Officers or Partners: LE ADDRESS_ w - .•NAME TT�, _. .,.. �� Y S". Busse Rc"�. John F. Healy President .: i`1Po �6 .515 . . Treasurer .. ._ e t, IL � t. Prospect, IL 60056�' Preside 3 _ WmmmmmIT � ,Michael J. Salmon vrce Pmm M 5 VoBG 2015-003 ACE PTANICIF The Contract/Bid attached hereto and by this reference incorporated herein and made a part hereof is hereby accepted by the order of the Village of Buffalo Grove('Village")this_day ot_,1015, This Acceptance, together with the Contract/Bid attached hereto,constitutes the entire and only agreement between the parties relating to the Product and the compensation therefor and supersedes and merges any other prior or contemporaneous discussions, agreements, or understandings, whether written or oral, and shall prevail over any contradictory or inconsistent terms or conditions contained in any purchase order, acceptance, acknowledgement, invoice, or other standard form used by the parties in the performance of the Contract/Bid, Any such contradictory or inconsistent terms or conditions shall be deemed objected to by the Village without further notice of objection and shall be of no effect nor in any circumstances binding upon the Village unless accepted by the Village in a written document plainly labeled "Amendment to Agreement." Acceptance or rejection by the Village of any such contradictory or inconsistent terms or conditions shall not constitute acceptance of any other contradictory or inconsistent terms or conditions. VILLAGE OF BUFFALO GROVE By: ................. ........................------ Dane Bragg,Village Manager VoIBG 2015-003 Appendix A Specifications Unique Paving Materials permanent pavement repair material Composition (or equivalent to) CA$, N im er B We I Infrredients %,- Limestone 1317-65-3 91-97 Petroleum Asphalt Base 805242-4 2-8 Petroleum Solvent 68,176-30-2 1-3 Additives <1.0 VoBG 2015-003 Appendix ........ ............................. ... Community UPM s 200 p I11IIMMI rt rtrt1) II p1VV I {I qq II ))pp All quantities are approximates. Delivery Locations 2 North Ridge Avenue 1150 Halfay Rd Arlington ei ts, IL 6000 *Highland a , IL 6003 Chester Gorecki Contact—Ron Bannon 51 Raupp Blvd 347 Ivy Ct *Buffalo Grove, IL 60089 Kenilworth, IL 60043 Contact—Bryan Beitzel Contact--Scott Moe 020 Asbury Ave. 1800 Winnetka Road Evanston, IL 60201 *Northfield, IL 603 Contact--Jiro Maiworm or HankDaniels Contact -- Richard Knudson 1333 Sher er Road 711 Laramie Avenue Glenview, IL 60026 Wilniette, IL 60091 Peter I1'A ostino Contact-® Guy La *Municipalities seeking to pick up Product 5� •-� W O cr) d0 < N F_ LiJ � ■s O Z0Q wQ0 0 J []r d 0 U W CO (, D W a- W Z 2 uj O OZT Q O u C) w F U w f- s r6 z Qn d G 1 ,� W U) C) U ® O w Ztn � w Z O O w C� 0 > , Z CO W LL cn W c w f J Urr a- w ZLU XJO D d d O w J - z cn E Z W W U LL L11 z �� .= OOm CL Z O d w U w T .�.� W ct� U) C} W /L > OJ Z W Q C 7 << WZ1 U Z W � V u) Z u� - U) OtLO 0 LL I- OU - F- F d � � LL W c/) O U 0 W Q () d Q F 0r LL � WQw ° � a Q W U O � LL O O u- w 0 W > 0 �— N > zZCOO W O O d Z Z Ncr- O d f Cl) ca � `) ri rD o U Q d O 6 ....... r.'a o cJ t.r W LIJ C") ° W x x :> si} O C] C ` cr C) 0' D U N Ln � J 00CD J< O c6 � OQQ co °? O Lli � � Qmd > Qz �) r d L5 o O a_ wz0 J v J 0 u Z O Q w :E :5 o � Z " a- � Zz3 -6 W LL ® w ® � Q � zd O ° ZLL .0 In � � ZL„ X ® °gy m > O � 1: -- x � U - W � W ° z .c U � LJJ 0zz � W _j < U � i a -1Q p XX Q 0 O 0' Z ¢ C7 I-- d z f- � m zUdz w z 0 0 U < LU w dZ C) U O W W _ [Y W w O Q w LL z ° Z i Gi ! i m Z W X c c Q w I— c a a.> CD O F c y 1111n is Department Local Agency of Transpoabn Proposal Bid Bond Route County RETURN WITH BID Local Agency Vf.]]ale of Buffalo Grove -an ni.cipalities Section �w PAPER BID BOND ww WE Arrow Road Construction Company, 3401 S. Busse Road, Mt. Prospect, Illinois 60056 as PRINCIPAL,. and Travelers Casualty and Surety Company of America, One Tower Square, Hartford, Ct. 06183 as SURETY, are held jointly,severally and firmly bound unto the above Local Agency(hereafter referred to as"LA")in the penal sum of 10%of the total bid price,or for the amount specified in the proposal documents in effect on the date of invitation for bids whichever is the lesser sum. We bind ourselves,our heirs, executors, administrators,successors, and assigns,jointly pay to the LA this sum under the conditions of this instrument. WHEREAS THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH that,the said PRINCIPAL is submitting a written proposal to the LA acting through its awarding authority for the construction of the work designated as the above section. THEREFORE if the proposal is accepted and a contract awarded to the PRINCIPAL by the LA for the above designated section and the PRINCIPAL shall within fifteen(15)days after award enter into a formal contract,furnish surety guaranteeing the faithful performance of the work,and furnish evidence of the required insurance coverage,all as provided in the"Standard Specifications for Road and Bridge Construction"and applicable Supplemental Specifications,then this obligation shall become void;otherwise it shall remain in full force and effect. IN THE EVENT the LA determines the PRINCIPAL has failed to enter into a formal contract in compliance with any requirements set forth in the preceding paragraph,then the LA acting through its awarding authority shall immediately be entitled to recover the full penal sum set out above,together with all court costs, all attorney fees,and any other expense of recovery. IN TESTIMONY WHEREOF,the said PRINCIPAL and the said SURETY have caused this instrument to be signed by their respective officers this 26th day of January,2015 Principal Arrow Road Construction Company Name) (Company Name) By: VP By: /} , c- / f I p (S gnature and Title)(/U_ 0��� ,�f��L (Signature and Title) (If PRINCIPLE is a joint venture of two or more contractors,the company nam s,and authorized signatures of each contractor must be affixed.) Surety Travelers Casualty and Surety Company of America By: .. : � (Name of Surety'l' Ala es E. McNichols, (Signature ofMi_A-6y-in-Fact) STATE OF ILLINOIS, 2 1 COUNTY OF (co �� I e �ws _ , a Notary Public in and for said county, do herebyc(hkify that (Inseat names of individuals signing on'behalf of PRINCIPAL&SURETY) who are each personally known to me to be the same persons whose names are subscribed to the foregoing instrument on behalf of PRINCIPAL and SURETY,appeared before me this day in person and acknowledged respectively,that they signed and delivered said instruments as their free and voluntaryact for the uses and purposes therein set forth. _ . mm � Given under my hand and n � W°� of r ,� � ,�r,iiAli J, _ 20FFICI �5� Y p Cherie Lynn (Notary Pwblu�o M commission expires ; .. � bfic,8� (Nye . ( rY ) My Conimissia�n fx t'es 0/2017 �� ���� wwwwwWW WW ., `t�'L" mWeoe� ❑ Electronic bid bond is allowed (box must be checked by LA if electronic bid bond is allowed) The Principal may submit an electronic bid bond, in lieu of completing the above section of the Proposal Bid Bond Form. By providing an electronic bid bond ID code and signing below,the Principal is ensuring the identified electronic bid bond has been executed and the Principal and Surety are firmly bound unto the LA under the conditions of the bid bond as shown above. (If PRINCIPAL is a joint venture of two or more contractors, an electronic bid bond ID code, company/Bidder name title and date must be affixed for each contractor in the venture.) Electronic Bid Bond ID Code (Company/Bidder Name)m m ...... ............ (Signature and Title) Date Page 1 of 1 BLR 12230(Rev.7/05 Printed on 1/20/2015 10:22:35 AM State of Illinois County of Will On this 26th day of January, 2015, before me personally appeared James E. McNichols known to me to be the Attorney-in-Fact of Travelers Casualty And Surety Company of America, the corporation that executed the within instrument and acknowledged to me that such corporation executed the same. In Witness Whereof, I have hereunto set my hand and affixed my official seal the day and year in this certificate first written above. (Notary Public Brenda K. Pichler "LNOTARY FFICIAL SEAL" RENDA K. PICHLER PUBLIC,STATE OF ILLINOIS MISSION EXPIRES 10/14l2018 I.. NU�IN � WARN THIS POWER OFATTORNEY IS INVALID WITHOUT THE RED BORDER POWER OF ATTORNEY TRAVELERSJ Farmington Casualty Company St.Paul Mercury Insurance Company Fidelity and Guaranty Insurance Company Travelers Casualty and Surety Company Fidelity and Guaranty Insurance Underwriters,Inc. Travelers Casualty and Surety Company of America St.Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company St.Paul Guardian Insurance Company Attorney-In Fact No. 225006 Certificate No. 0054068947 KNOW ALL MEN BY THESE PRESENTS: That Farmington Casualty Company, St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St.Paul Mercury Insurance Company,Travelers Casualty and Surety Company,Travelers Casualty and Surety Company of America,and United States Fidelity and Guaranty Company are corporations duly organized under the laws of the State of Connecticut,that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa,and that Fidelity and Guaranty Insurance Underwriters,Inc.,is a corporation duly organized under the laws of the State of Wisconsin(herein collectively called the"Companies"),and that the Companies do hereby make,constitute and appoint Robert A.McNichols,James E.McNichols,Brenda Pichler,M.Patricia West,and Laura M.Marshall of the City of W,eSteh,estef„ ....___--------,State of Illinois their true and lawful Attorney(s)-in-Fact, each in their separate capacity if more than one is named above,to sign,execute,seal and acknowledge any and all bonds,recognizances,conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons,guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. IN WITNESS WHEREOF,the Companies have caused this instrument to be signed and their corporate seals to be hereto affixed,this -,-,- 30th day of Ap 11 ril 2013 Farmington Casualty Company St.Paul Mercury Insurance Company Fidelity and Guaranty Insurance Company Travelers Casualty and Surety Company Fidelity and Guaranty Insurance Underwriters,Inc. Travelers Casualty and Surety Company of America St.Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company St.Paul Guardian Insurance Company AA'vq "`tiff°a �. GM i � qr AN C",�g, u, n, CHARTFORD CDNN. � State of Connecticut By, City of Hartford ss. Robert L Raney,., uAa�`Vice President On this the___.,_30th_ day of____Apnl 2013 before me personally appeared Robert L.Raney,who acknowledged himself to be the Senior Vice President of Farmington Casualty Company, Fidelity and Guaranty Insurance Company,Fidelity and Guaranty Insurance Underwriters,Inc.,St.Paul Fire and Marine Insurance Company,St.Paul Guardian Insurance Company,St.Paul Mercury Insurance Company,Travelers Casualty and Surety Company,Travelers Casualty and Surety Company of America,and United States Fidelity and Guaranty Company,and that he,as such,being authorized so to do,executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. In Witness Whereof,I hereunto set my hand and official seal. OjUA y + N My Commission expires the 30th day of June,2016. yy Mane C.Tetreault,Notary Public 58440-8-12 Printed in U.S.A. WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER orvrv�w .. wioioi�w�Wurww!wwwwmwwanimoina�i w�siuoinun owioioimowsiobonnu„onoioomniououotlotloowowomtlnrc�mmnoimoimoimoimoimoimoimoimoim00000imoi„ou uo ounuwidommiu�owommiiaamrmunin�;wwo�nunmasnamm�amuuaxunur�aevaiammrro iwimi�aiuouw��urosr'dsr'nsud mrvunmrnuwernorrvevevewememrrv�nninovruvrend�m rnnH�vH�vrervurnueveveveva�rnvnod�mu i„ �._TC �: CERTIFICATE OF LIABILITY INSURANCE _[_DATE,MMIDDIYYYY) 2/24/2014 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must be endorsed. If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT NAt .. ... ............ .............. ....... .. ...... ........ Austin A McNichols Insurance Agency PHONE (708)492-0909 FAX AX N,o, (703)492-0910 Five Westbrook Corp. Center E-MAIL Suite #110 INS U RER S,I AFFORDINGCOVERAGE NAIC# L 60154 INSURER A-:Bituminous Casual ty..Corp Westchester .1....... --------- ... .... ... .. m ... INSURED irv$UgR a American Guarantee Liability m& Liabil Arrow Road Construction Co. INSURER cm:Liberty Insurance Underwriters P.O. Box 334 INSURERD:Bituminous Fire & Marine 3401 S. Busse Road INSURER S: Mt. Prospect IL 60056-0334 ,.INSURER F .. -... -.__.. � COVERAGES CERTIFICATE NUMBER: _ REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INTR ... ... ... ... 'ADDL*SUaR POLICY NUMBER MPI-.,. F .....- _.................... .. LIMITS ...... ... OLYCY EFF... POI„FCY EXP TYPE OF INSURANCE MIOD/YXYY MMdDDX'a' GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 ,X COMMERCIAL GENERAL LIABILITY PRFM.M SES Fa oNTLiJ 100 00 rrumer,oel $ r O ,w,.-........... ..w., --- - ...... ........ ._. m,,..,0 A _ CLAIMS-MADE OCCUR LP 3 600 507 3/1/2014 3/1/2015 MED EXP(Any one person} $ 5,000 X .......... .. .w._.. I ... $ 1,000,000.... XCU Coverer included PERSONAL&ADV INJURY ...... . , GENERAL AGGREGATE $ 2,000,000 GENT AGGREGATE LIMIT ESP - COMPIOP AGO APPLIES PER: PRODUCTS AGO '.,$ 2,000,000. PCA6..Hd y I X LOC $ AUTOMOBILE LIABILITY COMBINED SINGLE LIMI F .... Fa,,,arnd nt) �. 1<00,0,r.-000. A X ANY AUTO _ BODILY INJURY(Per person) $ ALLOWNED _ SCHEDULED CAP 3 600 506 /1/2014 /1/2015 BODILY INJURY(Per accident) $ AUTOS AUTOS .,.....,............................. PROPERTY X HIRED AUTOS .-X... AUTOS }DAMAGE $ Uninsured motorist combinedµ .$- -........ .. - $ XIUMBRELLALIAB X OCCUR UC5998706-00 ($15mm) /1/2019 /1/2015 EACH OCCURRENCE $ 40,000,000 C X....EXCES.,_,,. ...-. CLAIMS-MADE 3/1/2014 3/1/2015 _............................................. ..... ........ .._ 0,000 5L64B 000037129-02 ($25mm) AGGREGATE $ 40,00 DF.D RETENTION$. $ WORKERS COMPENSATION X WC STATU_ OTH- (Mandaory in NH) EXCLUDANY EID?ECUTIVE JYN N"') NIA E L^D SEASE II®A EMPLOYREF.. $ 1 0001000 000 AND EMPLOYERS'LIABILITY ��J 0 D C 3 600 504 /1/2019 /1/2015 .#.........0j_ If yes,describe under DESCRIPTION OF OPERATIONS below ...... .� �E,L.DISEASE-POLICY LIMIT $ 1.�0_000 DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (Attach ACORD 101,Additional Remarks Schedule,if more space is required) J CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE � James MCrriCholS/Mpw .- � ACORD 25(2010/05) ©1988-2010 ACORD CORPORATION. All rights reserved. I r9R7nn51 M Th.ArrIPF1 and innn ern runicfcrcrl mo r4n of Af f1Rr1