Loading...
HomeMy WebLinkAboutResolutions On a motion made by Trustee Brackman,and seconded by Trustee Rand the following resolution was adopted: RESOLUTION RETAINING FREDERICK P.CLARK ASSOCIATES,INC. TO CONDUCT TRAFFIC STUDY IN CONNECTION WITH THE PROPOSED FIRE HOUSE TO BE LOCATED ON KING STREET RESOLVED that the Village of Rye Brook is authorized to enter into an Agreement with Frederick P. Clark Associates, Inc., 350 Theodore Fremd Avenue, Rye,New York 10580 for an estimated cost of$12,000,to prepare a traffic analysis of the traffic impact, if any, associated with the construction of a fire house to be constructed on King Street, Rye Brook, New York, adjacent to the existing Village Hall;and IT IS FURTHER RESOLVED that the Mayor is authorized to execute and deliver all necessary documents to accomplish the purpose of this Resolution. Trustee Brackman Voting Aye MAR 6 2 Trustee Degling Voting Aye Trustee Rand Voting Aye VILLAGE OF R7 Trustee Santon Voting Aye FDEPT.OF PUFI Mayor Filipowski Voting Aye Mate of �Ktfo Vark @lountg of Nestrllester ss Village of �Rge Prook I hereby certify that this is the Resolution adopted by the Board of Trustees of the Village of Rye Brook which was duly passed by said Board on February 26, 2002 IN WITNESS WHEREOF, I have hereunto set my hand and affixed the Seal of the Village of Rye Brook,this I day of March 2�2 Village Clerk Christopher J. B ury, On a motion made by Trustee Brackman,and seconded by Trustee Rand the following resolution was adopted: RESOLUTION RETAINING CALGI/EMC AS CONSTRUCTION MANAGER FOR THE PROPOSED FIREHOUSE TO BE LOCATED ADJACENT TO THE VILLAGE HALL ON KING STREET WHEREAS,by Resolution dated January 22,2002,the Village Board authorized the Village to proceed with construction of the Village of Rye Brook Firehouse to be located on the property adjacent to Village Hall on King Street and declared itself as lead agency for the proposed project;and WHEREAS,Requests for Proposals(RFP's)were mailed to interested firms to submit proposals to act as Construction Manager for this project;and WHEREAS; CALGI/EMC,located at 221 Union Avenue,New Rochelle,New York was one of four firms who submitted a proposal to perform construction management functions in the pre-construction stage and to manage and supervise the construction of the Firehouse;and WHEREAS,at a meeting conducted on March 5,2002,the Rye Brook Firehouse Construction Committee unanimously endorsed the proposal submitted by CALGI/EMC;and now,therefore,it is RESOLVED,that the Village of Rye Brook shall be authorized to enter into an Agreement with CALGI/EMC for performance of services in the pre-construction stage and to manage and supervise the construction of the Firehouse project in accordance with the terms of the proposal submitted upon final terms to be negotiated by the Village Administrator and the Village Attorney;and BE IT FURTHER RESOLVED,that the Mayor is authorized to execute and deliver the written contracts and all other documents necessary to accomplish the purpose of this Resolution. Trustee Brackman Voting Aye Trustee Degling Voting Aye Trustee Rand Voting Aye Trustee Santon Voting Aye Mayor Filipowski Voting Aye '*tate of 'New Vurk QSauntg of Nestr4pater ss-= Village of �Rqr �Brnnk I hereby certify that this is the Resolution adopted by the Board of Trustees of the Village of March 12 02 Rye Brook which was duly passed by said Board on 20 IN WITNESS WHEREOF, I have hereunto set my hand and affixed the Seal of the Village of Rye Brook,this 13 day of March 2002 Village Clerk Christopher . Bradbury, - l On a motion made by Trustee Brackman,and seconded by Trustee Degling the following resolution was adopted: RESOLUTION RETAINING SULLIVAN ARCHITECTURE,INC.AS PROJECT ARCHITECT FOR THE CONSTRUCTION FOR THE PROPOSED FIREHOUSE TO BE LOCATED ADJACENT TO THE VILLAGE HALL ON KING STREET WHEREAS,by Resolution dated January 22,2002,the Village Board authorized the Village to proceed with construction of the Village of Rye Brook Firehouse to be located on the property adjacent to Village Hall on King Street and declared itself as lead agency for the proposed project;and WHEREAS,Requests for Proposals(RFP's)were mailed to interested firms to submit proposals to act as Project Architect for this project;and WHEREAS,Sullivan Architecture,Inc.,with offices located at 115 Stevens Avenue, Valhalla,New York,was one of two(2)firms that submitted a proposal to design and prepare drawings and specifications for the construction of the Firehouse;and WHEREAS,at a meeting conducted on March 5,2002,the Rye Brook Firehouse Construction Committee unanimously endorsed the proposal submitted by Sullivan Architecture;and now,therefore,it is RESOLVED,that the Village of Rye Brook enter into an Agreement with Sullivan Architecture for the design and preparation of drawings and specifications for the Firehouse project in accordance with the provisions of its proposal,upon final terms and conditions to be negotiated by the Village Administrator and Village Attorney; and BE IT FURTHER RESOLVED,that the Mayor is authorized to execute and deliver the written contracts and all other documents necessary to accomplish the purpose of this Resolution. Trustee Brackman Voting Aye Trustee Degling Voting Aye Trustee Rand Voting Aye Trustee Santon Voting Aye Mayor Filipowski Voting Aye Mate of 'Nefu Vork County of Nestrllester $$ Pillage of Fge �Rronh I hereby certify that this is the Resolution adopted by the Board of Trustees of the Village of Rye Brook which was dulyMarch 12 02 passed by said Board on ,20_, IN WITNESS WHEREOF, I have hereunto set my hand and affixed the Seal of the Village 13 March 02 of Rye Brook,this day of 20_- Christopher J,` radbury, Village Clerk v'cef2 l On a motion made by Trustee Brackman, and seconded by Trustee Degling the following resolution was adopted: BOND RESOLUTION DATED JANUARY 22,2002. A RESOLUTION AUTHORIZING THE ISSUANCE OF $250,000 SERIAL BONDS OF THE VILLAGE OF RYE BROOK, WESTCHESTER COUNTY, NEW YORK, TO PAY PART OF THE COST OF THE DESIGN AND CONSTRUCTION OF A NEW FIRE HOUSE IN AND FOR SAID VILLAGE. WHEREAS, all conditions precedent to the financing of the design and preliminary engineering of the capital project hereinafter described, including compliance with the provisions of the State Environmental Quality Review Act, have been performed;and WHEREAS, it is now desired to authorize the financing of such capital project; NOW,THEREFORE,BE IT RESOLVED,by the Board of Trustees of the Village of Rye Brook,Westchester County,New York,as follows: Section 1. For the specific object or purpose of paying part of the cost of the design and construction of a new fire house, in and for the Village of Rye Brook, Westchester County, New York, including original furnishing, equipment, machinery, apparatus, appurtenances, and incidental improvements and expenses in connection therewith, there are hereby authorized to be issued $250,000 serial bonds of said Village pursuant to the provisions of the Local Finance Law. Section 2. The maximum estimated cost of the aforesaid specific object or purpose is hereby determined to be $3,100,000, and the plan for the financing thereof is by the issuance of the $250,000 serial bonds of said Village authorized to be issued pursuant to this bond resolution, together with $2,850,000 serial bonds to be issued pursuant to one or more bond resolutions to be adopted in the future. Section 3. It is hereby determined that the period of probable usefulness of the aforesaid specific object or purpose is thirty years, pursuant to subdivision 11(a)(1) of paragraph a of Section 11.00 of the Local Finance Law. It is hereby further determined that the maximum maturity of the serial bonds herein authorized will not exceed five years and that none of the proceeds of obligations authorized hereby shall be used for anything other than design or preliminary engineering services unless it is determined to do so in a future resolution of the Town Board adopted following compliance with the provisions of the State Environmental Quality Review Act.. Section 4. Subject to the provisions of the Local Finance Law, the power to authorize the issuance of and to sell bond anticipation notes in anticipation of the issuance and sale of the serial bonds herein authorized, including renewals of such notes, is hereby delegated to the Village Treasurer, the chief fiscal officer. Such notes shall be of such terms, form and contents, and shall be sold in such manner, as may be prescribed by said Village Treasurer,consistent with the provisions of the Local Finance Law. Section 5. The faith and credit of said Village of Rye Brook,Westchester County, New York, are hereby irrevocably pledged for the payment of the principal of and interest on such bonds as the same respectively become due and payable. An annual appropriation shall be made in each year sufficient to pay the principal of and interest on such bonds becoming due and payable in such year. There shall annually be levied on all the taxable real property of said Village, a tax sufficient to pay the principal of and interest on such bonds as the same become due and payable. Section 6. Such bonds shall be in fully registered form and shall be signed in the name of the Village of Rye Brook, Westchester County, New York, by the manual or facsimile signature of the Village Treasurer and a facsimile of its corporate seal shall be imprinted or impressed thereon and may be attested by the manual or facsimile signature of the Village Clerk. Section 7. The powers and duties of advertising such bonds for sale, conducting the sale and awarding the bonds, are hereby delegated to the Village Treasurer,who shall advertise such bonds for sale,conduct the sale, and award the bonds in such manner as he or she shall deem best for the interests of said Village; provided, however, that in the exercise of these delegated powers, he or she shall comply fully with the provisions of the Local Finance Law and any order or rule of the State Comptroller applicable to the sale of municipal bonds. The receipt of the Village Treasurer shall be a full acquittance to the purchaser of such bonds, who shall not be obliged to see to the application of the purchase money. i Section 8. All other matters, except as provided herein relating to such bonds, including determining whether to issue such bonds having substantially level or declining annual debt service and all matters related thereto, prescribing whether manual or facsimile signatures shall appear on said bonds, prescribing the method for the recording of ownership of said bonds, appointing the fiscal agent or agents for said bonds, providing for the printing and delivery of said bonds(and if said bonds are to be executed in the name of the Village by the facsimile signature of the Village Treasurer, providing for the manual countersignature of a fiscal agent or of a designated official of the Village), the date, denominations, maturities and interest payment dates, place or places of payment, and also including the consolidation with other issues, shall be determined by the Village Treasurer. It is hereby determined that it is to the financial advantage of the Village not to impose and collect from registered owners of such serial bonds any charges for mailing, shipping and insuring bonds transferred or exchanged by the fiscal agent, and, accordingly, pursuant to paragraph c of Section 70.00 of the Local Finance Law, no such charges shall be so collected by the fiscal agent. Such bonds shall contain substantially the recital of validity clause provided for in section 52.00 of the Local Finance Law and shall otherwise be in such form and contain such recitals in addition to those required by section 52.00 of the Local Finance Law, as the Village Treasurer shall determine. Section 9. This resolution shall constitute a statement of official intent for purposes of Treasury Regulations Section 1.150 - 2. Other than as specified in this resolution, no monies are, or are reasonably expected to be, reserved, allocated on a long-term basis, or otherwise set aside with respect to the permanent funding of the object or purpose described herein. Section 10. The validity of such bonds and bond anticipation notes may be contested only if I) Such obligations are authorized for an object or purpose for which said Village is not authorized to expend money,or 2) The provisions of law which should be complied with at the date of publication of this resolution are not substantially complied with, and an action, suit or proceeding contesting such validity is commenced within twenty days after the date of such publication,or 3) Such obligations are authorized in violation of the provisions of the Constitution. Section 11. This resolution, which is effective immediately, shall be published in full ir The Journal News, which is hereby designated by the Board of Trustees as the offici newspaper for this purpose, together with a notice of the Village Clerk in substantially the forn provided in Section 81.00 of the Local Finance Law. Trustee Brackman Voting Aye Trustee Degling Voting Aye Trustee Rand Absent Trustee Santon Voting Aye Mayor Filipowski Voting Aye *afe of Nefv lark Count of Pestr4ester ss-= Village of �Rve �Irooh I hereby certify that this is the Resolution adopted by the Board of Trustees of the Village of Rye Brook which was duly passed by said Board on ,20 IN WITNESS WHEREOF, I have hereunto set my hand and affixed the Seal of the Village of Rye Brook,this day of 20 illage Clerk �ICk On a motion made by Trustee Brackman, and seconded by Trustee Degling the following resolution was adopted: � I RESOLUTION JAN 2 4 2002 U VILLAGE( r DECLARING THE VILLAGE OF RYE BROOK IOARD 0N"fIT7 ES AS LEAD AGENCY FOR THE FIREHOUSE CONSTRUCTION PROJECT AT 940 KING STREET WHEREAS, the Village of Rye Brook has identified a long-standing need for a municipal firehouse and has conducted numerous studies, the most recent of which is documented in a report titled "Village of Rye Brook Fire House Program& Site Study," dated December 13, 2001, prepared by Sullivan Architecture;and WHEREAS, the subject property is located on the west side of King Street approximately 400 feet south of the intersection formed by King Street and the Hutchinson River Parkway also known as 940 King Street, within the R15 Residential Zoning District; and WHEREAS, the Proposed Action is an Unlisted Action pursuant to SEQRA; NOW, THEREFORE, BE IT RESOLVED, that the Village of Rye Brook Board of Trustees, in accordance with Article 8 of the State Environmental Conservation Law and 6 NYCRR Part 617, and upon review of the EAF and all other application materials that were prepared for this action, hereby declares itself as Lead Agency for the proposed action. Trustee Brackman Voting Aye Trustee Degling Voting Aye Trustee Rand Absent Trustee Santon Voting Aye Mayor Filipowski Voting Aye ,$We of �Gfo 'fork Qlountg of Pestr4eater sa_: Village of �Rge rook I hereby certify that this is the Resolution adopted by the Board of Trustees of the Village of January 22 02 Rye Brook which was duly passed by said Board on 20_. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the Seal of the Village 23 January 02 of Rye Brook,this day of 20_. a Christopher J. adbury, Village Clerk I Vc On a motion made by Trustee Santon and seconded by Trustee Harris the following resolution was adopted: RESOLUTION AWARDING CONTRACTS D E E #03-01-1:Site Work lV% #03-01-2:General Construction #03-01-3: Roofing AM 10 2I M #03-01-4: Plumbing W� #03-01-5: Sprinklers #03-01-6: HVAC ' N�GB OF RYE E BROOK #03-01-7:Electrical RYE BROOK FIREHOUSE WHEREAS, the Village of Rye Brook has solicited bids for contract 03-01 (1-7)for the new Rye Brook Firehouse;and WHEREAS, a public notice was duly advertised in the Journal News, the official newspaper of the Village of Rye Brook on February 14`h and 161h,2003;and WHEREAS, at 11:00 a.m., Friday, March 14, 2003, all bids received were opened by the Village;and WHEREAS, these bids have been reviewed and summarized in the report of Calgi Construction Company,Inc. dated April 2,2003;and WHEREAS, the summary of the lowest responsible bidder for each contract meeting the requirements of the contract documents are summarized below: Contract Contractor Base Bid Alternates Total Bid 03-01-1 Site Work Etre Associates,Ltd. $367,480.00 $9,714.00 $377,194.00 03-01-2 General Constr.Marquise Constr.Corp. $1,179,000 WA $1,179,000 03-01-3 Roofing Milcon Constr.Corp. $38,800 N/A $38,800 03-01-4 Plumbing S&L Plumbing&Heating $114,217 N/A $114,217 03-01-5 Sprinklers D&S Fire Protection $32,800 WA $32,800 03-01-6 HVAC S&O Construction Services$276,740.00 WA $276,740 03-01-7 Electrical All Phase Electric $293,000 WA $293,000 TOTAL AMOUNT $2,302,037.00 $9,714.00 $2,311,751.00 NOW,THEREFORE,BE IT HEREBY RESOLVED, that the Village of Rye Brook Board of Trustees hereby awards 03-01-1 Site Work Contract to Etre Associates, Ltd. for a total bid price of $377,194.00, 03-01-2 General Construction Contract is awarded to Marquise Construction Corporation for a total bid price of $1,179,000, 03-01-3 Roofing Contract is awarded to Milcon Construction Corporation for a total bid price of$38,800, 03-01-4 Plumbing Contract is awarded to S&L Plumbing and Heating for a total bid price of$114,217, 03-01-5 Sprinklers Contract is awarded to D&S Fire Protection for a total bid price of $32,800, 03-01-6 HVAC Cogtropt is awarded to S&O Construction Services for a total bid price of 5276,740, and 03-01-7 Electrical Contract is awarded to All Phase Electric for a total bid price of $293,000;and be it FURTHER RESOLVED, that the Mayor is hereby authorized to execute and deliver all doctunents necessary or appropriate to accomplish the purposes of this resolution. Trustee Degling Voting Aye Trustee Goodman Voting Aye Trustee Harris Voting Aye Trustee Santon Voting Aye Mayor Filipowski Voting Aye ,$late of Yew ljork Guntg of Pestrllester ss.. Xillage of �Kge rook I hereby certify that this is the Resolution adopted by the Board of Trustees of the Village of Rye Brook which was duly passed by said Board on April 8, 20 03 . IN WITNESS WHEREOF, I have hereunto set my hand and affixed the Seal of the Village of Rye Brook,this 9 th day of April 20 03 . Village Clerk Christopher radbury C Hdasc; Apri1 8, 2003 RESOLUTION AWARDING CONTRACTS #03-01-1: Site Work #03-01-2: General Construction #03-01-3: Roofing #03-01-4: HVAC #03-01-5: Plumbing #03-01-6: HVAC #03-01-7: Electrical RYE BROOK FIREHOUSE WHEREAS, the Village of Rye Brook has solicited bids for contract 03-01 (1-7) for the new Rye Brook Firehouse; and WHEREAS, a public notice was duly advertised in the Journal News, the official newspaper of the Village of Rye Brook on February 14`h and 16'', 2003; and WHEREAS, at 11:00 a.m., Friday, March 14, 2003, all bids received were opened by the Village; and WHEREAS, these bids have been reviewed and summarized in the report of Calgi Construction Company, Inc. dated April 2, 2003; and WHEREAS, the summary of the lowest responsible bidder for each contract meeting the requirements of the contract documents are summarized below: Contract Contractor Base Bid Alternates Total Bid 03-01-1 Site Work Etre Associates, Ltd. $367,480.00 $9,714.00 $377,194.00 03-01-2 General Constr.Marquise Constr. Corp. $1,179,000 N/A $1,179,000 03-01-3 Roofing Milcon Constr. Corp. $38,800 N/A $38,800 03-01-4 Plumbing S&L Plumbing & Heating $114,217 N/A $114,217 03-01-5 Sprinklers D&S Fire Protection $32,800 N/A $32,800 03-01-6 HVAC S&O Construction Services$276,740.00 N/A $276,740 03-01-7 Electrical All Phase Electric $293,000 N/A $293,000 TOTAL AMOUNT $2,302,037.00 $9,714.00 $2,311,751.00 NOW,THEREFORE, BE IT HEREBY RESOLVED, that the Village of Rye Brook Board of Trustees hereby awards 03-01-1 Site Work Contract to Etre Associates, Ltd. for a total bid price of $377,194.00, 03-01-2 General Construction Contract is awarded to Marquise Construction Corporation for a total bid price of $1,179,00, 03-01-3 Roofing Contract is awarded to Milcon Construction Corporation for a total bid price of $38,800, 03-01-4 Plumbing Contract is awarded to S&L Plumbing and Heating for a total bid price of$114,217, 03-01-5 Sprinklers Contract is awarded to D&S Fire Protection for a total bid price of$32,800, 03-01-6 HVAC Contract is awarded to S&O Construction Services for a total bid price of $276,740, and 03-01-7 Electrical Contract is awarded to All Phase Electric for a total bid price of $293,000; and be it FURTHER RESOLVED, that the Mayor is hereby authorized to execute and deliver all documents necessary or appropriate to accomplish the purposes of this resolution. T 221 Union Avenue ALr.m l New Rochelle, NY 10801 TEL: 914-632-9423 FAX: 914-632-1286 April 2, 2003 Mr. Christopher Bradbury Village Administrator/ Clerk Village of Rye Brook 938 King Street Rye Brook, New York 10573 Re: Rye Brook Fire Station Prime Contractors Evaluation G.C. #- 0-18 Dear Mr. Bradbury As a part of our pre-construction services for the Village of Rye Brook, we have conducted an evaluation of the apparent low bidders on the Rye Brook Fire Station in preparation of issuing our recommendation of award to the Village Board. In performing our evaluation we requested standard AIA Document A305 "Contractor's Qualification Statement" forms from all of the Contractors. Additionally, we received from the Village Clerk copies of the Bidders actual proposal forms so that we could also evaluate their respective bonding companies. Listed below by contract are our findings and recommendations. Also attached for your review are the individual Company "Reference / Qualification forms" that we utilize when reviewing Bidder's that we have no prior experience with. Contract# 03-01-1 Sitework: Ten proposals were received on this Contract with prices ranging from a low bid of $ 367,470.00 to a high bid of $ 970,000.00. Additionally, the Site Contract Bid also included and Add Alternate Price for the installation of a Concrete apron at the apparatus bays in lieu of Asphalt Paving (see Alternate#2) and Unit Prices for Rock excavation and Unsuitable Soil excavation. As the two lowest bids received were within $ 10.00 of each other, the Add Alternate amount has become the deciding factor in the award criteria. Prepared for your use below is a table highlighting the two lowest bids received: Member: Associated General Contractors of America Construction Management Association of America Mr. Christopher Bradbury April 2, 2003 Page 2 Contract# 03-01-1 Sitework coot. Description Frank Tricarico Contracting Eire Associates, Ltd. Base Bid $ 367,470.00 $ 367,480.00 Alternate# 2 32 000.00 9 714.00 Total Base Bid &Alt. #2 $ 399,470.00 $ 377,194.00 Unit Prices: #1- Mass Rock Excavation $ 350.00/CY $ 85.00/CY #2- Trench Rock Excavation $ 500.00/CY $ 165.00/CY #3- Excavation of Unsuitable $ 60.00/CY $ 45.00/CY Soil & Backfill w/ Crushed Stone We have experience with both Companies. At present, Frank Tricarico Contracting is performing the demolition and site work on the West End 2000 project that we are the Construction Manager on for the New Rochelle Revitalization Corporation. Etre Associates, Ltd. was the Site Contractor on the Whitby Castle Project for the City of Rye where we were also the Construction Manager. Both Companies are very reputable, have good references and can surely perform the work as required for this project. The Frank Tricarico Contracting Company is bonded by the Carolina Casualty Insurance Company, which has an "A" rating from A.M. Best (AMB #00236). Etre Associates, Ltd. is bonded by the Fidelity & Deposit Company of Maryland, which has an "A" rating from A.M. Best (AMB#00387). As the award of the Site Contract is to also include the Add Alternate #2, we would recommend that Etre Associates Ltd. be awarded the Contract as their combined Base Bid and Add Alternate offers the lowest contract amount. Therefore, Contract# 03-01-1 Site Work: Etre Associates Ltd. Total Amount $ 377,194.00 Contract# 03-01-2 General Construction: Fifteen proposals were received on this Contract with prices ranging from a low bid of $ 1,179,000.00 to a high bid of $ 2,189,095.00. Additionally, the General Construction Contract Bid also included and Add Alternate Price for the installation of an Epoxy Floor in the apparatus bays and other areas in lieu of the specified floor paint (see Alternate #1). Mr. Christopher Bradbury April 2, 2003 Page 3 Additionally, as the General Construction Contractor is responsible for all Building and related excavation and backfill to a 5-0" limit beyond the building perimeter, the Contract Bid also included Unit Prices for Rock excavation and Unsuitable Soil excavation. The two lowest bids received were within $ 79,000.00 of each other. The Add Alternate amount is not a deciding factor in this award criteria as the low bidder would still be the low bidder inclusive of the Add Alternate. Also, the second low bidder did not provide an amount for the Add Alternate. Prepared for your use below is a table highlighting the two lowest bids received: Contract#03-01-2 General Construction. Description Marquise Construction GTL Construction Corp. Corp. Base Bid $ 1,179,000.00 $ 1,258,000.00 Alternate# 2 23 927.00 No BID Total Base Bid &Alt. #2 $ 1,202,927.00 $ 1,258,000.00 Unit Prices: #1- Mass Rock Excavation $ 185.00/CY No Bid #2-Trench Rock Excavation $ 300.00/CY No Bid #3- Excavation of Unsuitable $ 50.00/CY No Bid Soil & Backfill w/ Crushed Stone Because we have no prior experience with either Company, we reviewed their AIA Pre- Qualification Form and called on their references. Both Companies received favorable references as can be seen from the attached "Reference/Qualification forms". Additionally, with regard to Marquise Construction Corp. Mr. Joe Barry of Sullivan Architects has had prior experience with one of their principals. In any event both Companies appear to be very reputable, have good references and can surely perform the work as required for this project. Marquise Construction Corp. is bonded by the International Fidelity Insurance Company which has an "A - " rating from A.M. Best (AMB #00520). GTL Construction Corp. is bonded by Washington International which has an "A ++" rating from A.M. Best (AMB#02695). Mr. Christopher Bradbury April 2, 2003 Page 4 As the award of the General Construction is not affected by Add Alternate #1, we would recommend that Marquise Construction Corp. be awarded the Contract based on their Base Bid which offers the lowest contract amount. Should the Fire Department decide to accept Add Alternate#1, this amount can then be issued at a later date by Contract Change Order. Therefore, Contract# 03-01-2 General Construction: Marquise Construction Corp. Total Amount$ 1,179,000.00 Contract# 03-01-3 Roofing: Four proposals were received on this Contract with prices ranging from a low bid of $ 38,800.00 to a high bid of$49,000.00. The Roofing Contract Bid does not include any Add Alternates or Unit Prices. The three lowest bids received were within $ 5,200.00 of each other as Bidders #2 and 3 submitted identical bids. Prepared for your use below is a table highlighting the two lowest bids received: Contract# 03-01-3 Roofing: Description Milcon Hi-Tech Marquise Construction Contracting Construction Corp. Corp. Corp. Base Bid $ 38,800.00 $ 44,000.00 $ 44,000.00 We have prior experience with both Milcon and Hi-Tech Contracting. Milcon Construction Corp. was recently awarded the re-roofing contract for the Holy Family Chapel at the College of New Rochelle, our long time client, where we serve as their Construction Manager. Our experience with Hi-Tech Contracting spans over 12 years where they have been involved on projects where we were the Construction Manager or on projects where they were directly sub-contracted to us. Both firms are highly reputable. Marquise Construction, as you know, was reviewed and recommended by our office for the General Construction Contract. Milcon Construction Corp. is bonded by the Gulf Insurance Company which has an "A +" rating from A.M. Best (AMB#02451). Hi-Tech Contracting Corp. is bonded by Hartford Fire Insurance Company which has an "A +" rating from A.M. Best (AMB#02231). Mr. Christopher Bradbury April 2, 2003 Page 5 Marquise Construction Corp. is bonded by the International Fidelity Insurance Company which has an "A - " rating from A.M. Best (AMB #00520). As the award of the Roofing Contract is not affected by Add Alternates or Unit Prices, we would recommend that Milcon Construction Corp. be awarded the Contract based on their Base Bid which offers the lowest contract amount. Therefore, Contract# 03-01-3 Roofing: Milcon Construction Corp. Total Amount $ 38,800.00 Contract# 03-01-4 Plumbing: Ten proposals were received on this Contract with prices ranging from a low bid of $ 114,217.00 to a high bid of $ 164,350.00. The Plumbing Contract Bid does not include any Add Alternates or Unit Prices. The two lowest bids received were within $ 10,432.00 of each other. Prepared for your use below is a table highlighting the two lowest bids received: Contract# 03-01-3 Plumbing: Description S & L Plumbing & Heating A.P Rinaldi, Inc. Base Bid $ 114,217.00 $ 124 649.00 We have no prior working experience with either S & L Plumbing & Heating or A. P. Rinaldi, Inc., although we do know of both firms within the industry. We reviewed their AIA Pre-Qualification Form and called on their references. Both Companies received favorable references as can be seen from the attached "Reference / Qualification forms". Both Companies appear to be very reputable, have good references and can surely perform the work as required for this project. S & L Plumbing & Heating is bonded by Colonial Surety Company which has an "A 2 rating from A.M. Best (AMB #00145). A.P. Rinaldi, Inc. is bonded by Centennial Insurance Company, which has an "A " rating from A.M. Best (AMB#02064). Mr. Christopher Bradbury April 2, 2003 Page 6 As the award of the Plumbing Contract is not affected by Add Alternates or Unit Prices, we would recommend that S & L Plumbing & Heating be awarded the Contract based on their Base Bid which offers the lowest contract amount. Therefore, Contract# 03-01-4 Plumbing: S & L Plumbing & Heating Total Amount $ 114,217.00 Contract# 03-01-5 Sprinkler: Four proposals were received on this Contract with prices ranging from a low bid of $ 32,800.00 to a high bid of $ 54,699.00. The Sprinkler Contract Bid does not include any Add Alternates or Unit Prices. The two lowest bids received were within $ 1,700.00 of each other. Prepared for your use below is a table highlighting the two lowest bids received: Contract# 03-01-3 Sprinkler: Description D & S Fire Protection SRI Sprinklers Base Bid $ 32,800.00 $ 34,500.00 We have experience with D & S Fire Protection on many projects where we were the Construction Manage. Most recently, the Milton Point Fire Station for the City of Rye. We have found them to be a very reputable firm and would highly recommend them for this project. Although we have no working experience with SRI Sprinklers, we do know of them within the industry and did review their AIA Pre-Qualification Form and also called on their references. As can be seen from the attached "Reference / Qualification forms, SRI received favorable references. Both Companies are very reputable, have good references and can surely perform the work as required for this project. D & S is bonded by The Old Republic Insurance Company which has an "A +" rating from A.M. Best (AMB #00733). SRI Sprinklers is bonded by National Fire Insurance Company of Hartford, which has an "A " rating from A.M. Best (AMB#02129). Mr. Christopher Bradbury April 2, 2003 Page 7 As the award of the Sprinkler Contract is not affected by Add Alternates or Unit Prices, we would recommend that D & S Fire Protection be awarded the Contract based on their Base Bid which offers the lowest contract amount. Therefore, Contract # 03-01-5 Sprinkler: D & S Fire Protection Total Amount $ 32,800.00 Contract# 03-01-6 HVAC: Four proposals were received on this Contract with prices ranging from a low bid of $ 276,740.00 to a high bid of$ 326,000.00. The HVAC Contract Bid does not include any Add Alternates or Unit Prices. The two lowest bids received were within $ 88.00 of each other. Prepared for your use below is a table highlighting the two lowest bids received: Contract# 03-01-6 HVAC: Description S & O Construction D.P. Wolfe, Inc Services Base Bid $ 276,740.00 $ 276,828.00 Because we have no prior experience with either Company, we reviewed their AIA Pre- Qualification Form and called on their references. However, both Companies are known within the industry and we have received favorable references as can be seen from the attached "Reference / Qualification forms". Additionally, with regard to S & O, Mr. Rick Dean of O'Dea Lynch Abbattista had them on a County project a few years ago and could not remember anything negative about them. In any event, both Companies appear to be very reputable, have good references and can surely perform the work as required for this project. S & O Construction Services is bonded by American Casualty Company of Reading, Pa. which has an "A " rating from A.M. Best (AMB #02127). D. P. Wolfe, Inc. is bonded by Atlantic Mutual Insurance Company, which has an "A —" rating from A.M. Best (AMB#02063). Mr. Christopher Bradbury April 2, 2003 Page 8 As the award of the HVAC Contract is not affected by Add Alternates and Unit Prices, we would recommend that S & O Construction Services be awarded the Contract based on their Base Bid which offers the lowest contract amount. Therefore, Contract # 03-01-6 HVAC S & O Construction Services Total Amount $ 276,740.00 Contract# 03-01-7 Electrical: Eight proposals were received on this Contract with prices ranging from a low bid of $ 293,000.00 to a high bid of $ 480,00000. The Electrical Contract Bid does not include any Add Alternates or Unit Prices. The two lowest bids received were within $ 22,000.00 of each other. Prepared for your use below is a table highlighting the two lowest bids received: Contract# 03-01-7 Electrical: Description All Phase Electric RLJ Electric Corp. Base Bid $ 293,000.00 $ 315,200.00 Because we have no prior experience with either Company, we reviewed their AIA Pre- Qualification Form and called on their references. However, both Companies are known within the industry and we have received favorable references as can be seen from the attached "Reference / Qualification forms". In any event, both Companies appear to be very reputable, have good references and can surely perform the work as required for this project. All Phase Electric is bonded by Colonial Surety Company, which has an "A — " rating from A.M. Best (AMB #00145). RLJ Electric Corp. is also bonded by Colonial Surety Company, which has an "A —" rating from A.M. Best (AMB#00145). As the award of the Electrical Contract is not affected by Add Alternates and Unit Prices, we would recommend that All Phase Electric be awarded the Contract based on their Base Bid which offers the lowest contract amount. Mr. Christopher Bradbury April 2, 2003 Page 9 Therefore, Contract # 03-01-7 HVAC All Phase Electric Total Amount $ 293,000.00 Summary of Contracts: Contract#03-01- Contractor Base Bid Alternates Total Bid -1: Site Work Etre Assoc. $ 367,480.00 $ 9,714.00 $ 377,194.00 -2: General Const Marquise 1,179,000.00 N/A/ 1,179,000.00 -3: Roofing Milcon 38,800.00 N/A/ 38,800.00 -4: Plumbing S & L 114,217.00 N/A/ 114,217.00 -5: Sprinklers D & S 32,800.00 N/A/ 32,800.00 -6: HVAC S & O 276,740.00 N/A/ 276,740.00 -7; Electrical All Phase 293 000.00 N/A/ 293 000.00 TOTAL AMOUNT $ 2,302,037.00 $ 9,714.00 $ 2,311,751.00 Therefore, the total amount of the Bids received on the Rye Brook Fire House Project inclusive of Add Alternate #Z $ 2,311,751.00. With regard to the Bonding Companies, in addition to reviewing their ratings as listed by A.M. Best, we also reviewed them with our own Bonding / Insurance carrier. Of particular concern was Colonial Surety in that although they have an "A— " rating from A.M Best, I understand that they are relatively "light" financially as compared to other Bonding Companies. S & L Plumbing and All Phase Electric are utilizing Colonial Surety. Their total contract amount with the Village would be $ 407,217.00. Whether or not this has any effect on the Village's award criteria is unknown to us at this time. You may wish to review this internally. I trust that this information is of use to you in your award of this project. Should you have any questions concerning our review process or our recommendations, please feel free to call. Very ly yours, TNSTRUCTION C PANY, INC. Calgi cc: Joe Barry, SA Dan Smith, OLA Anthony Oliveri, DRE Attachments E_ M 2 % 2 2 / < � ¥ * y � � R E M \ / 3 « / C) m 4 / 0 C\l 2 i -2 2 a t o 2 � f * t c e m .& m .& m .m / ® E o o E o c o c o = 2 � fL / ER � k � / » a q » q ® q » q ® % E E E % = I c@ / m -0 4 » -0 a 6 / 4 3 / 4 3 W / ? ° ° � ° � ° 0 U C 0 E 2 -E k k k k W3 / IO O 3 O > O W a 6 0 < § e . c (n Z Co c \ E 1 0 1 / 2 / -C" k ƒ ƒ ƒ ƒ f Q \ 0 \ q U_ LL LU ƒ O O O O � CY ® W ƒ Ok Ok Ok Ok U g Z m W e § W 2 2 2 (n � @ / � \ § k 3 3 3 n t 0 k 2 m ¥ a (00) # LO 1� \ o 0) m U) 7 c = z \ / ƒ 3 / 0 - ƒ ƒ q ) £ % � .0 W 7 y / ƒ o $ m wc n5mo 7¥ E £ ey 9 x E •- E a 7 o 0 7 a / y 2 y % $ : $ q k / \ R 2 / e o ._ » m 9 - < cj000 � cliC) cUL ± OGw0 ± c a) ? 2 § # ¥ t / / / 2 0 e 2 f ¥ U 7 E 7 E 3 3 0 m / Cl) k � c 4- � y § 0 c ƒ I E % � £ ® } � _y E m = D COU) 3 3 ƒ L gU m ƒ E_ k % 2 % § $ / < * ¥ y ¥ x d (D \ 0 / 0 j < c E 2 D a) a)t � % CD / 0) / 0) / 0) / 0) _9 \ o o c o c o c c o c o � % � R � k � k � k ck § \ LU g ® a § © R k © a ® R / ®0 / E / E / c / E / oa § D ° 3c ° ± 3 ( ° 3 � ° 3 � �W C U � o E U / co 0 2 E D 2 2 / 2 0 § U k § 3 (D ƒ � ƒ (DW m ] 7 g g p .g W % ® % o p 2 \ z o a 0 C § o o E O o \ / 2 2 2 2 'E 2 2 % * Q � 0 b F0 LL 2 n \ \ 07< O O O O O 2 f D w 23 CY c o e m \ \ m e \ 2 U 0 � � �� � � ° E o _0 2 Z ff w o § n n * W ® 2 2 / 2 2 \ / � y cu = 0 0 0 0 0 ' g / c 0 3 3 3 D 3 20 » \ -- 0 0 0 ® \ \ j / k / 2 C � \ k \ o \ Oyjo a � '% 7 E7 � » J o N o m U 2 E ? f 2 9 U f # 2 % 0 w co cEq 0e (D ƒ f ./ 0 0 0 o Q o : / 0 / � q n U f / y a) 3 0- U U ± w 0 % / E - 0 0 E \ 0- 0)2 G 2 ± . / ƒ co U �� c _ a a) m `) j < a c ca o 0 0 0 n Leo 0 0 o Q E c� o 6 6 00 C O — o 0 0 C) 00 0o 0 Q cri r- N E rl- o o m C co N N U (6 U co O L cn U U U 75 M U C Q) N Q) co Q) m C CD O C O C O C L L L L O N d a) (6 00 C Q N (6 w EL U rnc ° ° ° l30 v � U, U -� o o —iZ) a W co _ c H c C) m Q o ° 0 U) N O O O a w m O 0 0cr 0 > O a) w O Z m U c � � o 0 Z o z o QU O Z ( vi Q 5 Y Y Y 70 a)07 Q O O O a) Q) w M CY L U 0 Q) w D `� . O Z m E a) w a) c a) 2) >, o -0 ca w O O p U U LL O - _N O O O Q O W a) O CD 0 CD _ c U o :3 C O o C� / c > - c c p� LO(D _0 o 0 3 O 0 a � c o m D LL::) C o cn o cA Y oo w O O � () .J a) NO � m O Loo i 30 (6 O C C O O X OEM C � > � U� a) OO � O o � Uw E 0 3LL M c � U o o w `� o v -C- 3 ci o m m c wmcnw � � JCO � Oco >- m = rn C) o C7 U C) J Z O *k O .� O >, C O _ M () a) b o co E " C C C (n N o cn a) a)O 3 L O a) U L d U U oQ � d � .� � � -i o a) _ � o c OfC oL E — � s o 0 0 (Q 0 2 w U) 0 J E C In cn cn Q) cn cn Q C m Q C E ci3 O p U O QQ a) U) a) C T <n U O U O U O O U C 0) cu a) m a) m p M 0) O O C O C O C 00 C) N a_ �` � a � C cu C N W a D V D O a) L 0) m Dom1D0m � 0ccc W c F— U m o 0 N O O O w (6 W W O w cu Z O (n �`- O L Q) L C Q) O O m Z Z I O Q UO U } LL d Q wQ O O O D CY E a) a) ' a) W o O . O — O - U o Z m` W c a, o W 0 m -a a LL O U N 00 0 00 W a) 0) oTD CD (D C� / a) > I 06 ;.p O N M p to _ M N C L �- C C s- �_ O �_ U Q) O O O a) O m c m +- t1? m c'') M O U L M U f` Q) '' a) 7 (6 00 = E V c Q) c0 p � 0 NCO LJM .LU_ � N O O O X m Y v, m ~ C to U r E U a) Q) Q T L U W c) co c L V C > > M LO D � � -0 O M - O O cc m -r- U_ o N0mwUn OU :�ErnU_ C) co 3� U) o (D z O _U U U a) Q) 2 (II d U U o a) > c = c U 0 a) O a) C .O U -C o � EU � � U ` . o 0 .� n c 0 c cU) > 0 c_ _ U) Q } } } c Q p CD O O ` O M O O c6 O O L6 U O E c) O O CD UQ O Ct (0 c nj M M 00 O a) T () a) N U c Q) cucu a) a) O O c O c O c c ca cB ca a) � Q) � � a � a � c M O CDW U o N J C - O 0 c 0 W c 0 a c 0 0 Q M J O (6 D O N O c0 2 U c`u U C;) l o N c � L11 N O O o W m p m CD U` C� > O W _ Z a) O O O O 0 m O _c c cps cn � a (D O +O Q) Q 00 E (B � o = } E ca U LL Q Q-WQO O O D CY E a) m a) W o � O9 0E O .� U o Z m` W a) c p, > o W Cu 0 0 0 LL o T3 (D0 C� W a) O / c o c 0) L O c 0 c (D(D a�i .m r a) 0 o c CY) 0 U O i a) c ` 00 — (D = a Iz O X a) N j a O j N N U c i- c c i LL oZf O W O m O m : 0 0 — O O morn Q m Lo Q c'M O Z p # U) .. a) U U +' U m co Z5 U) Y O O U -a U p a- U U 0 t m m E � � Q o Y u) = � i w cn m c a) CM Q D Lo � L c M = 0 0 0 0 Q 0 U U a) to Q cn a) a) a) m L U m U m 7 U c 0 Q) O a) cu C _� O O c O c O c (II m L m L N LL I L W C L O O a) c 0 Q) c O Q) c L co mcn3 -0 cn3 -0 ( 3 -0 p Z o _j 0M � 0M 0M W CD = c c ao U a N o O U N O O O W (B (7 C L LLU c F 0 w m Qp cN Z 0) " l o 0 _0 c a) cn c = O 0 f'� L 7C3CU �- .,O 70 Z Z Q UD c0 U � LL a wQ 0 O O CY a) 0) a) a) E- U o Z m` W a, c o _0 _0 ui LL 0 N 0 00 0 W m o 0 T 2E L L � Y Y O � U O r (h N a- U LOJN QQ) >OO UU cli °6 i c O c_ O x � Y rncM Y ti 0) -OM U- U w = c -0 O am C 4 N mY4 = 0 a) O - U rnXLZrn (DLL (n I > O O L L U Z ok o cn a0i a) m U 3 U_ O 0 0 o cn Cl) Z Z U O O O p V U) U c 3 E L � a� ° gym E acid E o E E c� 0- 0m U) U) mU > c _ '�,- (n (n v) O a } } } (n Q Q Q a)O O O O O - L L � O O OO O O 0 O O00 O � . Lo N O M 0 ` N Q CO O M O O O a) O 3 O w o o (D En c to U O U a) U O U O O a)_w U C (DN' a) a) Q) (B ° O c O c:cc O C O C ° O L L L L c cn O � � � � Q CL E 0) 0) U CcCZ C � L LU m ° U 'L Q L c L L L a) O O O a) O C O Q E M J O (II O N O -0 cn(0 O (U > E CD LU Q CD En D �, N cn (n U o o 0o o -c Cl) Cl N — (n c p L N O O O O LLI O iE m (D 0 O 'O \ c L Cl) c �> (u Li. O Q O O ° U Z m a) U O a) C � C y (n 0) L O O _0 a) O Ul O 0 0 O i O U w. C O ` U a O Z +- a) Q) O C UO (D o } a) 04- c UY U } U >- c 00 06 °6 LL a'-' .aj Q w Q 0 O O O a -p 70 o C� rn ' t6 0) aD Q) C (B _ c L N __ C U — Y O .O CE U).— Y � C U C (6 LU O L O : O O O — a) a) V O Q . + LLf m U Co O c O = (0 6L >, U O U U c W 4— _U N ° O O O Q U LL ° Z E CD (D (D (� C E a O (Z coc N . a)_ c Y •� C / > O ` (D O CO CU r-Q 70 c: >C) � � CO m «(B D � 00 c " O U)U O (u c M � U)U o aU (.0 a) � co F co � o p ° C� c } cCD x m v Y U) O U wo ° N o (u ` 0 11 a' dUiU CD �urna3Z0 a)Q U) M Q) O cB .. O Z o (a = 70 "a O C O U U (n OU (n O O (B Ucu M c O U) p U O U C� Y U U a) (D C O O _a a) U . +-; ° ` O a U U 0 U) � � � w ° aU _ U c CZ ° c c (Na cn c a) — 3 = 3 N cn •U F° > Q � a >- a) _ c cn cn cn O O O N U) Q cu c Q L c _CU O O O U � Q a) U c M 7 Q) a) () a) _ U c Q) a) � N c( (a (1) O O c O c O c Q L L m L cu U LL c III M o O c L 7C) c L -d c L Q o (D - .o � 3 -0 � 3 �o 0 N .__l O (d O M O (6 T LU c 6 O N Q U E p o_ U cu N O O O 0) m W W > o Q O W m Q) L Z O) " x i O ca) O o 0 m -0 Z Z I (-) 0 a U } LL Q w< 0 O 0 (� rn � � m W Y 0 No` 0E U o ~ Z m LLJ c a, T O W N 0 0 0 LL p O O O LLI (D O 0 I cn cn N C N c L 0 c cM M �® O U Q 0 a) O O f- O O N O L D L c M L 3 p =O � : U -0 M (D c Ur — N M M °� CNO � = � -x C Q) 9 UW J c > Op 70 c4N c U c m L UO L rO O O 0m W Q WN = U W a) mU0 cn Q U mrnm X o L Z o � o U U t c O O U cu m 0) O O O 0 C C U N = E U O O a) o � (n a U U O -� cn U - O O cn cn O ca � o U } Q) U) z � s E 0_ 3 � a)w �c 2 cn cn U)) Q } T C cL0 j O C) C) CD O O O UO O O C) p T Q Oo O L L V/ a) C T M U N O 0 C ( T a) a) 0 C 0- 0 C) Q o 3 0 a) o L cn L � L d D_ N O L Q O p o c - Cl ca W Ca M C -r- L J O O -0 C ` C ` O 0 Jo joc�a mom W � _ 0 u.i U m < o U) cu o _W m O > O W w aD Z Q) ` 0 CaD0 0 ca 70 Z Z LO Q U U Q w Q OY O Cy (D a) a) W o O� 0 .9 U o Z m` W a) C, T .o cu a WL o CD CD L W a) 0 / / L V (D C) r O �- C 0)CO C cM � a) O U U 0 O N O V C LO� 0 Q 0 I- ca 0 L I1— O N W U O) O tnM O (pM � O 0 NN = C L L N f- C L Q) (o L (D C O "' CY) m ti O X (nJN OL In C -0ti � (h � �_ � N L- � Oi UW U) C O4 -o C . -2 V Y cnt- -O C > � V a- e- M O O , C O O -C c- •V M CO C O m O �- O JUDO QU � F- O � Um 000 (n0 3 Q co a) C)L Z r� 0 � O 0C) m U) m oo cn M>1 0) a) = U d C) C) o = o O T o o -� Y C °o -a o -r r- C � U 0cn m U o E c _ C a� mQ D T C m Q + E (6 U o O T p Q .r a) L D rr^ V/ a) (� L T a) O U C a) p C) a) O O C U o C) (n d c ao � N W E L L U O C O a� p O cv W c _ 0 w U m o C N O W m W Z a) L N O � � mY L u7 Q 00 U_ LL '" Y W Q O C LLI Y E c U O o ~ Z m LU a) c . LU m �,L, O N O W Q) i6 0 O (II U O O .L- a LO O ■_ U)) c) a—�i � j ono c(o O0 W : U _ f- m O U C U a) LO O — W O O x a) � ti O O L UW E U N C (n 0) --3 o (6 '= .- m to C cu O J � N J Q Q U N O Z o v> p U U L Cn m ca a) U m r ° o o cn M U U o _= O o — L Y O m U) 2 0 0 0 0 0 0 0 0 0 0 m O o 0 0 0 0 0 0 0 0 N O O CD 0 0 0 0 0 0 IL O t` O O N N 0 0 0 0 Q M O N - - N - N N O O O O O O O O O O O O O O O O O O O O O O O M U) O O O O O r- 00 O O IT 0 0 0 0 0 d d O O M O O O O O 7 t` N d U) O Ln 0 0 O (O O N N N N It It CO t- E M M d d d d d d d O Q U ca 1 C O U mX X X Z X X X X X X (nl XXX Z X X X X X X dl X X X Z XXXXXX MI XXX Z XXXXXX NI X X X Z 17 X X X X a X X X Z X X X X X X v Q m t` O 0 m r- m O w to O oo O - (") N (O � 'IT �- O CV co d O d 0 0 0 N O 00 IT 0 - CD d CV - d It CO M � r� r-- - r- In co N O N M rl- d I- tl- co m M CD N N r� N NC? X w w to � � I �_ d co N e- d <- I tO LL r` (A O r C10 CSO O O) O H Cl) co N CO co O O O to O r N N O N M CD Cl) U aN0 N O M (d9 '7 N d f` o v w m rr r- r` to co H L M CA N M r- d r t- Cl) O ZQ. CC) CO r- N N P- t` N CV (0 O 4 d 4 c0 6 d d d d 4 U H rnrnrnr` oornrnrnrnrn 0 Y U a p cm c n U — O rn c m m 0) U a > (i U O N O O 0- C U c � c i0U i O > ccc ON �c jm �O f ( o C Q cB C� c .a x U Y o J O ~ w U w - O O y 0 �C O N 7 H E O U W c o Y � -i Z c Q m Z o m o o N u W X H �i Z r N M to (O t` 00 O N O O O O O O O O O O O O O O O O O 0 0 0 0 0 0 r• O O O O O O <O O O O m N O O O O O O O i I 0) O O to C) 0 C) C) C)0 tD O Q cM N O M O C .- O N O N - N - N e-- N N e- N O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O 0 0 0 w O O O o 0 0 0 0 0 O to O O O O O O O O O O O T O 0 0 O O O D) O O aO O O O C N O O O 7 O = a0 w O O m M to M O I- O O w 0 I` LO M O w W Lt Il- M m O O v O m --IN M ('M '4 V �A 'A 1" P- c c'! C - - - e- - - - - e- e- - - r- - N N Z N C O U X X X X X X X X X X X X X X X 4 �I X X X X X X X X X X X X X X vl X X X X X X X X X X X X X X MI X X X X X X X XXXXXXX NI X X X X X X X X X X X X X X X X X X X X X X IX X X X X Q I` O m O 0 0 r` w O O (D et LO O to N O O O O _M M m N O O .-- O M C) I` W O tf) N ti r` tt') N M N N 0 0 'T (D O O .- O O .- T IT r` O N r- to - Cl) N 0 n i\ N CO o0 (O O O <D N to tD to to a0 a0 M r` O r- t` O t` sr 0.) r` t` N O ti ti s 0 q 44c� 4o4 � vc� 4w44v4 Cl) — �- - - V — M — M — c- O O) O N O) 00 O w O) r` D) r` O) O O) O (D h O N O h O N 0 e- LO 00 O C) to O N M - .- N 0 0 0 0 co t• O N to e- to N r` 0 to U CO M to N Q (D - - e- CO CD 0) e- O) LO O � I O O w r` 6 1 A N to 6 r` r` N cb (O r` 0 e- v v N tf) co to It to ao �! M M r` co r fM � O N CD f` t` (D Z U O O) N O c0 O O m r` O t- D) O m O O U 0 (9 0 � c O H U U El o ti m c U - y O c o o W cZo o Z C 2 c 'v 2 0 c � 2 0 LL C U N N N V y V N C O V L C O C O o C 0 m W J U NU c mU co o CO cU �j = U, N JJ C9 C U mU YN UC O C x U C o Y >W oQW co > . C c oI-- W _ m (9 X v co Z i Ii > �- 04 M tt 0 (o n 00 O) O N CM IT ' M N cm O O O O O O O O O O O O O O O O M O O O 3 00 It It O O Cl) IT E Q U M C O U .D 0MI X X X X LOI X X X X I vI x X x x MI X X X X NI X X X X X x X X Q M N O O In ct co O O 19 0o M O 't lf) tt co M O co C— � - — M � ch co O 0) ti p O c0 --T c7 (h lMO .M-- O O O O t` M U CO ti M LO 'IT M O 00 U COrnrnr- Y O � � o _ m U 0 cm _U U U U. L L O c y W 0 o U 0 Z U _� U U. C 3 U N N J_ OO U m F7cu v d �o a 0 0 0 0 0 0 0 0 0 0 o O O o 0 o O o O o rl� Oi000000 -: o C N CD O f` O h M to O) M NNNMM � NO CD E •-- Q t5 l0 C O U v o X X X X X X X X X X m Lol X X X X X X X X X X vl XXXXXXXXXX Mi xxxxxxxxxx NI XXXXXXXXXX v X X X X X X X X X X Q co O - O M N O CD v O N M O N N N �_ M f` IN r- Ln Ih 0 C) � M t2 O C1O � � 0�0 N 1� N CD fr N n h In O O M O O � tC') O N f` O Cn O M M .- f- d rnrnMu) ooOcorl- LnM M N , NIT to 9 Cn cM - 0 i- V M N N CO cM M V M N O) th N (D r-- N f` r- m c to 4 4 o 6 4 v v v v O U c00 O O) to a"oo O) O) O) O) O) Y O0 c c «- U = ui cm 06 ca C � c O U. c v E E a O z E ,c c c a- c 3 lIJ Z O C O - d 0 m � � � N Cn J J 0- Y N N O > O c U O > a8 m c 'c a E d mQtim2aU � � Y I-Mv ►1) Ln (D cm 0 0 0 0 0 o O 0 000a) 000a) ao Un (fl (o 7 N V LO 'IT O M M co (n E Q U m C O U of X X X X m (nl x x x vi x x x Mi X X NI X X X v X X X Q 0 c7 o Coo N 0 0 (n N ooao � rn n u? — 1� N Q1 (D O co v (n N (D � to � L? o0oo�orna) O co N () �i M — N M O) tO O O (- N M io m co ? N (O C � O U co co,rn rn L i 0 w n im w O U V w w C LL y 15 O O W a N Q C Qw � c J Y n m J c)ca d fn Q (n Z Q r a� rn m a 0 0 0 0 0 0 0 0 0 0o 0 0 'V N O O rl oc O C O t^D r- � N E N fV N M Q C I O ' U 0 X X X X 'Co LOI X X X X vl X X X X I MI X X X X NI X X X X X X X X Q h (o N LO I'- a to rnu') fl- ao N — 'T C9 In tL N 0) M � co m (D (O [D LO ' M m 0) p CO to M h <CD m LOM (^O N �- 19 U LO t` N m CO ti 19 C9 C to N U aoo rn rn rn C Y rn o O o m Z O O U U � o W c N U °6 IO LL 2 U cm •V N C S (6 W O O U 3 03 � � 0 � •- N ('7 � i cc 0 0 0 0 0 0 Cl 0 — 0 0 0 00 p 0 0 0000r- 600 O O O O O W 0 0 C O N O O Ui M O O 3 M LO A CO 00 — v O co E N M M M co co Q � t) N C O U v mxxxxxxxx LOI xxxxxxxx vl xxxxxxxx MI xxxxxxxx NI x x X X X X IX x X X X X X X X Q oO ►� Op O LO q, O — 0 0 0 NONWOOCIM 10 0 O o ao a� 9 M (0 cM V) N 04 h O O m M N N h m `— O O O LO O �ep� LO LO 0 - O (0 U') N v (M f0 O 00 co O M 0 0 0 m 00 00 a�- m t- M O M O N V � A O U N O aV0 O O O O O U O Y c U 75 p �Cn j o c m — m oc c Cc } c N Cl U U U L U N ` O fY C U W U O Q N O y m � W W N a—�i N 5 Q V co W L d W W OD J c .o J J J m C CU Y O O W < cc < 20004 e— 04 CO IT LO