Loading...
HomeMy WebLinkAbout19- Public Services ORiGlNAl CITY OF SAN BERNARDINO - REQUEST FOR COUNCIL ACTION Date: May 14, 2009 Subject: Resolution of the Mayor and Common Council of the City of San Bernardino authorizing the execution of an Agreement and issuance of a Purchase Order in the amount of $56,900 to All American Truck & Auto Body in order to repair refuse unit 07176. From: Ken Fischer, Director Dept: Public Services Meeting Date: June 1,2009 Synopsis of Previous Council Action: Recommended Motion: Authorize the Director of Finance to amend the FY 2008-09 Adopted Budget and transfer $56,900 from Account No. 527-415-5505 (Other Professional Services) into Account No. 527-413-5172 (Equipment Maintena~ ~ Signature Contact person: Ken Fischer, Director Supporting data attached: Staff Report, Resolution, Vendor Service Agreement and Attachment "1" FUNDING REQUIREMENTS: Phone: Ward: 5140 All Source: $56,900 IWM Fund FY 08-09 527 -413-5172 (Equipment Maintenance) Amount: Council Notes: Finance: /f~5'iJ 2m 9 ~ /30 Agenda Item No. _I q (P-/-oq CITY OF SAN BERNARDINO - REQUEST FOR COUNCIL ACTION Staff Report Subject: Resolution of the Mayor and Common Council of the City of San Bernardino authorizing the execution of an Agreement and issuance of a Purchase Order in the amount of $56,900 to All American Truck & Auto Body in order to repair refuse unit 07176. Background: The Public Services Department, Integrated Waste Management Division utilizes front load collection vehicles primarily for the collection of commercial containers, also known as dumpsters. On December 8, 2008, front load collection vehicle (unit 07176) was involved in an accident while at the Colton landfill and sustained major damage to the cab and body apron. Staff requested quotes for the repair of unit 07176 from three (3) vendors. All three (3) vendors submitted a quote (Attachment "1 "). The vendor, business location, and price quote are listed below. Vendor All American Truck & Auto Body Diversified Los Angeles Freightliner Location Fontana, CA Mira Loma, CA Ontario, CA Quote $56,328.91 $58,231.49 $59,994.39 All American Truck & Auto Body submitted the lowest quote. However, since the quotes were received January 13, 2009, all three (3) vendors did not include the one (1) percent tax increase that went into effect on April 1, 2009. Staff added the one (1) percent increase to All American Truck & Auto Body. Staff recommends that All American Truck & Auto Body be issued a Purchase Order in the amount of $56,900 to repair unit 07176. The damage to unit 07176 was the result of a collision. Collision claims have a $25,000 deductible. The insurance adjuster is reimbursing the City $30,705.94 for this collision. This purchase is exempt from the formal contract procedures of Section 3.04.010 of the Municipal Code, pursuant to Section 3.04.070 I of said Code "Formal Contract Procedure-(I) Negotiated Purchases" since the City is not able to develop descriptive specifications. Financial Impact: Staff has identified savings in Account No. 527-415-5505 (Other Professional Services) in the amount of $56,900 for the needed repairs. $30,705.74 of this cost will be offset by the payment from the insurance company. Recommendation: Authorize the Director of Finance to amend the FY 2008-09 Adopted Budget and transfer $56,900 from Account No. 527-415-5505 (Other Professional Services) into Account No. 527- 413-5172 (Equipment Maintenance). RESOLUTION NO. C-"" <::'~'\'.' ..........'\. ((\,. , ~ ~ [roo>' 1 2 3 4 5 6 7 8 9 10 11 12 13 14 RESOLUTION OF THE MAYOR AND COMMON COUNCIL OF THE CITY OF SAN BERNARDINO AUTHORIZING THE EXECUTION OF AN AGREEMENT AND ISSUANCE OF A PURCHASE ORDER IN THE AMOUNT OF $56,900 TO ALL AMERICAN TRUCK & AUTO BODY IN ORDER TO REPAIR REFUSE UNIT 07176. WHEREAS, All American Truck & Auto Body submitted the lowest quote for the repairs of refuse unit 07176. BE IT RESOLVED BY THE MAYOR AND COMMON COUNCIL OF THE CITY OF SAN BERNARDINO AS FOLLOWS: SECTION 1. The City Manager of the City of San Bernardino is hereby authorized to execute on behalf of said City an Agreement between the City of San Bernardino and All American Truck & Auto Body, a copy of which is attached hereto, marked as Exhibit "A", and incorporated herein by this reference as fully set forth at length. SECTION 2. This purchase is exempt from the formal contract procedures of 15 Section 3.04.010 of the Municipal Code, pursuant to Section 3.04.070 I of said Code 16 "Formal Contract Procedure-Negotiated Purchases". 17 18 SECTION 3. That pursuant to this determination the Director of Finance or her designee is hereby authorized to issue a Purchase Order to All American Truck & Auto 19 20 Body in the amount of $56,900. 21 SECTION 4. The Purchase Order shall reference this Resolution Number and 22 shall read, "All American Truck & Auto Body in order to repair refuse unit 07176 in the amount of $56,900" and shC!1I incorporate the terms and conditions of the agreement. 23 24 25 26 27 28 III SECTION 5. The authorization to execute the above referenced Purchase Order and Agreement is rescinded if it is not executed within sixty (60) days of the passage of this resolution. RESOLUTION OF THE MAYOR AND COMMON COUNCIL OF THE CITY OF SAN BERNARDINO AUTHORIZING THE EXECUTION OF AN AGREEMENT AND ISSUANCE OF A PURCHASE ORDER IN THE AMOUNT OF $56,900 TO ALL AMERICAN TRUCK & AUTO BODY IN ORDER TO REPAIR REFUSE UNIT 07176. 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 Approved as to Form: 25 26 I HEREBY CERTIFY that the foregoing Resolution was duly adopted by the Mayor and Common Council of the City of San Bernardino at a , 2009, by the day of meeting thereof, held on the following vote, to wit: Council Members: AYES NAYS ABSTAIN ABSENT ESTRADA BAXTER BRINKER SHORETT KELLEY JOHNSON MCCAMMACK Rachel G. Clark, City Clerk The foregoing resolution is hereby approved this day of ,2009. Patrick J. Morris, Mayor City of San Bernardino 27 28 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 VENDOR SERVICE AGREEMENT This Vendor Service Agreement is entered into this 1 sl day of June 2009. by and between All American Truck & Auto Body ("VENDOR") and the City of San Bernardino ("CITY" or "San Bernardino"). WITNESSETH: WHEREAS, the Mayor and Common Council have determined that it is in the best interest of the CITY to contract for the repairs of refuse unit 07176; and WHEREAS, the City of San Bernardino has determined that VENDOR possesses the professional skills and ability to provide said services for the City; NOW, THEREFORE, the parties hereto agree as follows: 1. SCOPE OF SERVICES. F or the remuneration stipulated in paragraph 2, San Bernardino hereby engages the services of VENDOR to provide those products and services as set forth in its quote dated January 13, 2009, attached hereto, marked Attachment "1" and incorporated herein by this reference as fully as though set forth at length. All American Truck & Auto Body submitted the lowest quote, including a ninety (90) day warranty on all labor/workmanship and one year on all new parts installed. 2. COMPENSATION AND EXPENSES. a. For the services delineated above, the CITY, upon presentation of an invoice, shall pay the VENDOR up to the amount of $56,900 to provide and perform those products and services described in Section 1 above. b. No other expenditures made by VENDOR shall be reimbursed by CITY. Exhibit "A" 1 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 3. TERM. The term of this agreement shall be for a period of one (1) year from June L 2009 to June L 2010. This Agreement may be terminated at any time by thirty (30) days prior written notice by either party. The terms of this Agreement shall remain in force unless amended by written agreement of the parties executed on or before the date of expiration of current term of the agreement. 4. INDEMNITY. Vendor agrees to and shall indemnify and hold the City, its elected officials, employees, agents or representatives, free and harmless from all claims, actions, damages and liabilities of any kind and nature arising from bodily injury, including death, or property damage, based or asserted upon any or alleged act or omission of Vendor, its employees, agents, or subcontractors, relating to or in any way connected with the accomplishment of the work or performance of service under this Agreement, unless the bodily injury or property damage was actually caused by the sole negligence of the City, its elected officials, employees, agents or representatives. As part of the foregoing indemnity, Vendor agrees to protect and defend at its own expense, including attorney's fees the City, its elected officials, employees, agents or representatives from any and all legal actions based upon such actual or alleged acts or omiSSIOns. Vendor hereby waives any and all rights to any types of express or implied indemnity against the City, its elected officials, employees, agents or representatives, with respect to third party claims against the Vendor relating to or in any way connected with the accomplishment of the work or performance of services under this Agreement. Exhibit "A" 2 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 5. INSURANCE. While not restricting or limiting the foregoing, during the term of this Agreement, VENDOR shall maintain in effect policies of comprehensive public, general and automobile liability insurance, in the amount of $1,000,000.00 combined single limit, and statutory worker's compensation coverage, and shall file copies of said policies with the CITY's Risk Manager prior to undertaking any work under this Agreement. CITY shall be set forth as an additional named insured in each policy of insurance provided hereunder. The Certificate of Insurance furnished to the CITY shall require the insurer to notify CITY of any change or termination in the policy. Insurer shall give CITY 30 days notice prior to enactment and any change or termination of policy. 6. NON-DISCRIMINATION. In the performance of this Agreement and in the hiring and recruitment of employees, VENDOR shall not engage in, nor permit its officers, employees or agents to engage in, discrimination in employment of persons because of their race, religion, color, national origin, ancestry, age, mental or physical disability, medical conditions, marital status, sexual gender or sexual orientation, or any other status protected by law, except as permitted pursuant to Section 12940 of the California Government Code. 7. INDEPENDENT CONTRACTOR. VENDOR shall perform work tasks provided by this Agreement, but for all intents and purposes VENDOR shall be an independent contractor and not an agent or employee of the CITY. VENDOR shall secure, at its expense, and be responsible for any and all payment of Income Tax, Social Security, State Disability Insurance Compensation, Unemployment Compensation, and other payroll deductions for VENDOR and its officers, agents, and Exhibit "A" 3 employees, and all business licenses, if any are required, in connection with the services to be 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 TO THE VENDOR: performed hereunder. 8. BUSINESS REGISTRATION CERTIFICATE AND OTHER REQUIREMENTS. VENDOR warrants that it possesses or shall obtain, and maintain a business registration certificate pursuant to Chapter 5 of the Municipal Code, and any other license, permits. qualifications, insurance and approval of whatever nature that are legally required of VENDOR to practice its business or profession. 9. NOTICES. Any notices to be given pursuant to this Agreement shall be deposited with the United States Postal Service, postage prepaid and addressed as follows: TO THE CITY: Public Services Director 300 North "0" Street San Bernardino, CA 92418 Telephone: (909) 384-5140 All American Truck & Auto Body 10429 Sultana Ave. Fontana, CA 92337 Telephone: (909) 598-2706 Contact: Mike Kennedy 16 17 18 19 20 21 22 23 24 25 26 27 28 10. ATTORNEYS' FEES In the event that litigation is brought by any party in connection with this Agreement, the prevailing party shall be entitled to recover from the opposing party all costs and expenses, including reasonable attorneys' fees, incurred by the prevailing party in the exercise of any of its rights or remedies hereunder or the enforcement of any of the terms, conditions or provisions hereof. The costs, salary and expenses of the City Attorney and members of his office in enforcing this Agreement on behalf of the CITY shall be considered as "attorneys' fees" for the purposes of this paragraph. Exhibit "A" 4 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 11. ASSIGNMENT. VENDOR shall not voluntarily or by operation of law assIgn, transfer, sublet or encumber all or any part of the VENDOR's interest in this Agreement without CITY's prior written consent. Any attempted assignment, transfer, subletting or encumbrance shall be void and shall constitute a breach of this Agreement and cause for the termination of this Agreement. Regardless of CITY's consent, no subletting or assignment shall release VENDOR of VENDOR's obligation to perform all other obligations to be performed by VENDOR hereunder for the term of this Agreement. 12. VENUE. The parties hereto agree that all actions or proceedings arising in connection with this Agreement shall be tried and litigated either in the State courts located in the County of San Bernardino, State of California or the U.S. District Court for the Central District of California, Riverside Division. The aforementioned choice of venue is intended by the parties to be the mandatory and not permissive in nature. 13. GOVERNING LAW. This Agreement shall be governed by the laws of the State of California. 14. SUCCESSORS AND ASSIGNS. This Agreement shall be binding on and inure to the benefit of the parties to this Agreement and their respective heirs, representatives, successors, and assigns. 15. HEADINGS. The subject headings of the sections of this Agreement are included for the purposes of convemence only and shall not affect the construction or the interpretation of any of its provIsIons. Exhibit "A" 5 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 VENDOR SERVICE AGREEMENT ALL AMERICAN TRUCK & AUTO BODY 16. ENTIRE AGREEMENT; MODIFICATION. This Agreement constitutes the entire agreement and the understanding between the parties. and supercedes any prior agreements and understandings relating to the subject manner of this Agreement. This Agreement may be modified or amended only by a written instrument executed by all parties to this Agreement. IN WITNESS THEREOF, the parties hereto have executed this Agreement on the day and date set forth below. Dated: ,2009 VENDOR By: Its: Dated ,2009 CITY OF SAN BERNARDINO By: City Manager Approved as to Form: By: James F. Penman, City Attorney Exhibit "A" 6 ATTACHMENT "I" i All American Truck 10429 Sultzwa Ave, P.O. Box 3997 Fontana. CA, 92334 Tel: 909-428-3410 /3411 Fax: 909428-8132 timmontes@yahoo.com Estimate - Prelimina'Y Estimaate Prepared by: Tim Montes Accideut Date: Date of Loss: A1Tival Date: Type of Loss: Policy Number: Claim Nwnber: Appraised for: City Of San Bernardino Paul . Date; 1/13/2009 Estimate#: Appraised for; Compmy: City Of San Bernardino Contact: Paul Address: 182 S Sierra Wy City, State, Zip Code: San Bernardino, CA 92408 Telephone, Fax: 909.384.5224,909-384-7238 Year Make Model Color Trim 2006 AUTOCAR WX Unit Number License Plate # M.Uc:.lge Serial#lVIN# 7176 205090 Sup Seq Labor Labor De!ICription Part Part Num bel' Dollar Labor Type Op Type Amount Units Body RemlRep Cab Assy (.Rt:move & New $38,000.00 T 22.0" Replace Cab Assy Complete): 2 R&I Body Controls, Lites, '" Back Up Camera Monitor, Scale ~'p1ay & Electrical Units 3 R&1 Methane Gas Detection '" System 4 Body RemlRep Cab MOLmt Bracket R New $135.74 T 3.0* 5 Body &"mlRep Cab Hinge, Front L N~w $794.00 T '" 6 Body RemlRep Gaurd, Front Cab New $400.00 T 1.5* 7 BOO.y RemIRep Grille A~y New $847.00 T LO- g Body RemlRep Mount, Air Filter New $294.00 T 1.5* 9 Body RemlR.ep Body Canopy New $1,290.00 T 8.0* 10 Body Repair Front Bumper Assy Exist 4.0* 11 Body RemlRep Radiator Assy New $3,738.00 T 4.Q'l' 12 Body RemlRep Charge Air Cooler New $1,496.00 T 1.0- 13 Body Rem/R.ep Recharge A~C New 1.5* VeI'$ion 2.0 Dmabase Edition PHT 08-04 TruclcEst is a "I'rademm of Mitchell International ~ 1998-2009 Mitchell International, Inc. All Rights Reserved. Page of 2 E0/~0 39l;1d L0lt>0S9t> 1L 1 lE:lI 600~/EI/l~ Sup Seq Labor Labor Description Part Part Number Dollar Labor Type Op Type Amount Units 14 Body RemIRep Air Cleaner Seperator New $916.00 T 2.0- 15 Body ChKlAdj lnspec1 rrame ...Open Item Exist 1.0'" For Inspection 16 Body Ref Paint Repairs Exist 5.0* 17 * 18 Paint Materials $165.00 T ... 19 Shop Materials $320.00 T .. 20 Hazardous W~w $20.00 ... * ~ JudgemlIDt ItdID # - Labor Note Applies Labor Body 55.5 Hrs @ Labor Total $75.00 $4,162.50 $4,162.50 Parts Parts Subtotal ~s Adjustments Parts Total Additional Costs and Operations Add!. Costs/Ops Total Tax. $47,910.74 $47,910.74 $505.00 Parts Tax @ AddL Costs Tax @ Tax Total Totals 7.75% 7.75% $3,713.08 $37.59 $3,150.67 Sub Total: Customer Resp. $56,328.91 $0.00 $56,328.91 Net Total The above is an estimate baSed on our inspection and does not eover any additional parts or labor which may be required after the work has started. Occasionally, wom or damaged parts are discovered which may not be evident on the first inspection. Because of this. the abOve prices are not guaranteed. Quotations on parts and labor are current and subje(:t to c;hange. Th~ is a preliminary estimatft. Additional chLulges to the estimate may be required jor the actual repair. TruckEst does not automatically include items required by many business repair partners. This app&atiofl allows the author 10 manually enttfr line items such as oliertap deductio7l$. 2006 AUTOCAR WX Version 2.0 Database Edition PHT 08-04 TruckEst is a T~k of MitchelllDwrnational 01998-2009 Mitchell International.. Inc. All Rights Reserved. Page 2 of 2 [l3/E0 39'v'd L0lv1389t>1L1 1S:61 613Bl/El/IB Jafl.12.2009 2:20PM No.1390 P.2 ~IVERSIFlED~ rRLlCK CEIVT'ER 3777 DeForest Cil"de - Mira Loma, CA 917S2 ?S1-68S-34~ . Pax 951-635-1788 ESTIMATE OF REPAIRS Cust Name: City of San Bem2udino ~sal Co.: D8te: 1/1212009 I. . 182 S. Siena Way Appraiser: San BemMdino Ca. 9l40S Phone 1#; Comad:: Paul F~#: Ph#: 909-3&4-5220 FIDd# ; 909-384-723& Policy /I: Year. 2007 !Date of1oss: Make: Autoear TVPe of Loss: Model: Front Loader CoIIlDlaItS: .Note: Bevised estimate. PleaSe discard esUmak dated Serial tI: 5VCHCGRE67H205090 lWlOO9. Mileage: EstimJrtPrl ~on time fur cab is 12 weeks. .;---#: Completion time for total project. is one to two weeks from Unit #: 07176 rcciept. of all t !Its. 1# Re>- Re- DelIcription Parts Body Paint Fnund Sublet place uair ofUibor or Miitcrial Labor Labot Mach. Lbr. I x Cab N<>k: Rt!placenumt cab to be built per vi7z It and $:36,935.29 12.0 2: will be "Mly dressed" ind . t &1Wftqp A-C. 3 x Grill assemblY 5537.10 1.0 4 x Cab interior ceilinK fan $119.91 0.5 5 x TI'lW.$fer m~ body COQtrols, scale display, strObe lites, 16.0 6 radio camera. monitor and Mdhane l)etection Svstem. 7 x Air cleaner $555.36 2.0 8 x IRiJdrtlside cab mOOQt stand J bracket $280.00 3.0 9 x All air filta mount comtxllUmts $354.96 1.5 10 x stra.isW,ten FIllIIIC as needed and Align front end 10.0 II x Front cab 2UlIl"d $1.510.28 1.5 12 x Left fumt cab . $891.57 me 13 x Front ~ $506.82 1.0 14 x :R.echarlZe A-C svstem 1.5 15 x RefUse n,.,a.. -~~. $1,790.48 3.0 5.0 16 x 1Ram~ $3,739.72 4.0 17 x E Air Cooler $1,557.92 1.0 18 Mise llIII31l uart:S and surrolies $350.00 19 20 TOTALS $49,135-41 48.0 5.0 10.0 $0.00 l1Ii, estimate ., based on our inspection lUld !loa not rover an:y additional parts or labor wbkh may be req,uired tfter work has been opeDC:CI lip. OccuioaiIUy after the work bas staried, ~ or broken parts are dDcof'ered wlddl are not evident OD the first Inspection. 8eaulse of UU&, the pli", herem are DOt guaranteed- EstiJDate prepared by: Dave PiIardk Page 1 00 IBodv Labor $71.00 X 48.0 $3.408.00 Paint Labor $71.00 X 5.0 $355.00 fr::mlfd Mech. Labor $96.00 X 10.0 $960.00 Sublet $0.00 Parts $49,135.41 Paint Materials $35.00 X 5.0 $175.00 Shoo Supplies 8% of $4,363.00 S349.44 Tax 7.75% of S49,6'9.35 $3,843.64 Estimate T ata1 $58.231.49 Towimt & Advam;c Dcduc:tible r;::,; . . au Net.EstiJ.nateTOlal $58,231.49 VI WESTERN STAR TRUCKS' Los Angeles Freightliner Thomas Built Buses Western Star Mitsubishi - COLLISION CENTER 1031 E. HOlT BLVD.. ONTARIO CA 91761 909-51()..4117 . ESTIMATE OF REPAIRS Date 12.09.08 Page 1 of 2 Owner CITY OF SAN BERNARDINO COMPANY Address PHONE FAX POC Appraiser Make Serial No. 5VCHC6RE67H205090 Unit 07176 AUTOCAR Year 2007 Mileage Ucense No Engine Paint No Repair R.ulece DescrlDtion of Labor or Material ...... SubIo< P.......... LIIbor ..... -'-'" 1. X COMPLETE CAB ASSY vv/iNTEFUOR DASH PAIIlEL DOORS $ 36 760.00 1"4.0 21.0 2. HARNESS STEERING COLUMN WIPERS - ALL COMPONETS 3. X ROOF MOUNTED NC UNIT $ 1 536.00 6.0 4. X EVAC & RECHARGE NC SYSTEM $ 26.00 1.4 5. X FASTENERS & HARDWARE $ 200.00 6. X RADIATOR ASSY $ 4 027.39 6.0 1. X ENGINE COOLANT $ 54.88 8. X CHARGE AIR COOLER $ 1 677.76 1.3 X STRAIGHTEN FRONT BUMPER $ 350.00 2.0 10. X AIR CLEANER MOUNTS & BRACKETS COMPLETE $ 89.04 1.2 11. X FRONT CAB PROTECTOR $ 1 691.52 4.0 12. X STRAIGHTEN FRAME & FRONT CROSSMEMBER 14.0 13. 14. 15. X TOP BODY CANOPY - MC NEILUS BODY $ 1 .766.36 6.0 8.0 16. SER # 43ROA408425286 11. 18. X COLOR MATCH & BLEND PAINT 1.0 19. X MASK & COVER FOR OVER SPRAY $ 15.00 1.0 20. X HAZARDOUS WASTE DISPOSAL $ 10.00 21. 22. 23. NOTE 14 WEEKS FOR CAB TO BE BUlL T PLUS SHIPPING nME 24. 25. 26. 21. 28. 29. 30. 31. Estimated by MARK ANDREWS 1/812009 CITY OF SAN BERDO # 07176 .xls Page 1 of 3 HIlS BOGY LABOR$ $1UWHR ... MECH. LABOtt ~ $1115._ HItS 'PDIT LABOR 8 $15.001 HIt Parts Paint Mat Misc. Sublet $49.305.70 @ 7.75 % Sales Tax ESTIMATE TOTAL ADVANCE CHARGES GRAND TOTAL 66.9 0.0 20.0 $5,017 .50 $0.00 $1,500.00 $47,853.95 $800.00 $651.75 $350.00 $3,821.19 $59,994.39 $59,994.39 Old parts removed from trud<s will be JunKed unless otherwise Instructed in wr1lJng. The above Is an estimate based on out Inspection and does not CC/'tIe( addltlOna4 parts or labor which may be required after the worK has been opened up. Occasionally after work has started, wom or damaged parts are dtscoveted whit" are not evfdent on rrst inspection_ Because of this the above prices are not guaranteed. 0 :n '"0 ('") C ::r:J 0 m m c; ::r:J 0 l> P () m l> D ('") Z Z ~ -4 V n. ~ - ~ ~ ~ -4 S ~ ~ -4 '"0 IT' :r: ce.. l> S :-0 c: , ...c )> (\ ::r:J 0 z -f :><: ~ .... ~ C l> m -. ~ ~ 'l> !!! 0 ::r:J ~ C ~ ~ ~ - ~ m ;: ~ m co r;> 0 f 0 ...J 0 m ~ ~ ~ ~ c ~ - ~ - ~ ~ ~ :N ('") .....J -t ::r:J C ." It 1> 0 :g .-- Q II' - z w l!1 ~ ~ m ~ b "^ ...... 0 ." C- D C I~ , 0 ~ 0 0 ~ - , ~ ~ ::r:J co ~ r;, -b r ::r:J ('") C ... ! l> m 0 -0 ~ (I) c ~ ~ 4 -i '"0 IT' 0 = fit (> 1\ 'C ~ -\ 0 ~ - - .... ~ Z C N ..L. (I) ... () <> lO rro ~ ~ - <- "" + m ; P> - ~ <:: 0 ~ -+ Iv- C' '""-- ~ V\ "- en z rv -4 Cl ~ 10 0 co ~ l> !' Q. c::. ~ ~ (") I 'b ~ ~ ~ Q.. ~ r; ~ <;) v. c- - c;. ~ ~ c. C' -. -l -4 ,., c Q -l- ~ ::r:J C ('") ~ '"0 l> < C -l C --l '" ~ r;:. m m 0 m ~ l> ell ~ ~ m l> 0 :I: 0 m .-- ::r:J -l .-- (I) -4 Z 0 C z ~\ <: s:: l> <: (J " '" '"0 m -l Z Z ::r:J C m (I) .-- m 0 ('") l> ~ m m 0 ::r:J ::r:J ii\ [b CJ ~ ~ Z l> ('") CI) ::r:J -< -< - (I) .-- -l Z CI) -4 n & ~ ~ -f m .-- ~ ~ ?= n ('\ 0 C m ~ ~ C m t> ~ ~ (:) SL m ~ 0 - - t ~ ~ ,,", .... .... ~ ~ ~ ....J 0 (I) \rt ..... P ..J , c; - ..,) z , \ ~ ~ ~ ~ tP. - -- ~ \1) ~ CO ,.> 1> VI c }.> \ ~ -, ::n }..> IT' b b ~ ~ Q.. I V W ~ \ 0 -C ~ ~ - () ~ ~ .:.:.;.;.:.:.:.:.:.:.: :::::::::::::;:::::;:: tlI~l@~ .:.;.;.:.:.:.;.:.:.:.: ~~~l;H~I~~ ;.;.:-:.:.;.:.:.:.; J ~ mml ~:~:~:~:~;~:~:~:~:~:1: :;:;:;:::::;:;=;:;:;:; ;:::::::;:::;:::::;=;: ~ ~~~m~~~~~~~~~ ~~~~j ::::~:::::::~::::::: i':::li':il.!iili~ ;.:.;.;.:.:.:.:.:.:.;. ;.;.:.;.;.:.;.;.:.:.:. :::::::;:::::~::::::: ~lttm~ ):. .:.:.:.;.;.:.:.:.:.:.: :::::::::::::::::::::: }r~~;~~~~~;~;;~ .:.:.:.:.:.:.:.;.:.:.: .:.:.:.:.:.:.:.:.:-:.: ~:~:;:~:~:~:;:~;~:;:~; -f. ~ : . . .. ...... ;.;.;.:.:.;.:.:.:.;.;- ;~::::::::::::::::::: ::::::~:::::::;:::::: ~;I~ff~t ~~~~~~ili11~~~~~~~~ .:.:.:.;.;.:.:.:.:.:.: :::::::~:;:::;::~::: :::;:::::::;;::;;:: ...................... ~:;:;:~:f~;~:~:~:~: ;::$::::::;:;:::;:;: :::::::::::::::::::::: :::::::::::::;;;:::::: :~:~:;:~:~:~;~:~;~~:~ .:.:.:.:.;.:.:.:.:. :::::::::;:;:;:::::::; :~:~:~:~:~:~;~:~:~:;:~ ~~~~~~~~ ~~ ~~~~~~~~ :I ;~:~:~ ~;I ;~:~:~; ~:~ .:.:.:.:.:.:.:.:.:.:.: ::;:;:::::;.:::::;:::; :.;.:.:.:.:.:.:.:.:.:. :.:.:.:.:.:.:.:.:.:.:. ::::::~;::~:~:::::: :.:.:.:.:.:.:.:.:.: ...................... .:.:.:.;.:.:.:.:.:.:.: ~ ( ....\ .... 1') '"; ..1: - 'l> - 0 C) Vi - ~ ~ -4 I , t-> ,( - \ \ - '\ () - - rft '+ to> (i) W -, :l> :l> - W ~ ..Q <. vJ , - ~ (' J k- /'- 1 ~ )..> Q <) ..( ~ '^ ^ ~ ~ f-n ....0 ~ c:: \ - ~ S :-:.:.:.:.:.;.:.:.:.:. IIII!~:: ~:;f::;;I:r~:~:~~ ::::;:::;:;:;:;::::~: ~~~;~tft~ ~;::::::~::::~;:::: :::-;::::::;::::-,,::::: ;.:;::::-;:;:;:::;:::: .:.:.:.:.:-;.:.:-:.:.: :.:.:.:-:.:.:.:.:.:.:. ;....::;:::;::::::::;::: .:.:.:.:.;.;.:.:.:.:.: :.:.;.:.:.:.:-:.:.; <:l \' 1,.1111 ;.:.:.:.:.:.:.:.:.:.:. .;.:.:.:.:.:.:.:.:.:.: ................... ):. :!I!!!i!! .:.:.;.:.;.;.;.;.:.:.; !!!!!!!IIIII!!:I, :::~:~~::::~::::: :::::::::::;:::::::::: ~~~~~~~~~~~~~nl :;:::;::::;:;~~::::; .:.:.;.:.;.:-:-:.:.:.: If:~~~~~1~m~j~j~ .:.:.:.:.:.:.:.:-:. ~ !!!!!!I!!!!!!!!!l!!!: ;.:.;.;.;.:.:.:.:.:.:. .;.:.:.:.:.;.;.:.:. ~ .:-:-:.;.;.;-:.:.:.:.: .:.:.:.:.:.:.:.:.:.:.: ::::::~:;:::::::;:::; t~fttt :.:.:.:.:.:.;.:.:.: \ ~~t1~1~1~ll~ ::::::::::~::::::~:: .:.:.:-:-:.:.:.:.:.:-: .:-:.:.:.:.:.:.:.::-:.: :.:.:.:.;.:.;.:.;.;.;. ........... .:.:.:.:.:.:.:.:.:.:.; -:.:.:.:.:.:.:.:.;. -:.:.:.;.:.:.;.:.;.:.: :.:.:.:.:.:.:.:.:.:.:. :-:.;-:.:.:.:.:.:.; ::::~::::::;:;:;~::: :.:.:.:.:.:.:.:.:.:.:. :::::=::::::::::::;::: ~ V "-- (,It (,It ~ " ~ - ~ I - - $ Vi () ~ )> VI , t ~ - ~ ~ ~ ..S2 ~ 'jQ () - , \ =f l- t l:::) 7' A ..,s) ~ ..s:. ., :t. -.0 -....D ~ .. r - 0 -, - .,~.,........ ...................... I .:.:.:.:.:-:.:.:.:.:.: .:.:-:-:.:.:.:-:.:.:.: - ................... ...,J ~ t ....................... :;:;:;:;:;:::;:;:;:;:: :.:.:.:.:.:.:.;.:.:.:. ('il !1!1:.!ll :::::::::::::;:::::::: ::;::::::::::::::::::: :.:.:.:.:.:.;.:.:.:.:. .:.:-:.:.:.;.:.:.:.:.: "- :~:~:f~:~;~:~:~;~:~ :.;.:.;.:.:.:.:.:.:.:. :.:-;.:.:.;.:.:.:.:.:. ::::::~::::::::;:: .:.:.:.:.:.:.:.:.:.:.: .:.:.:.:.:.:.:.:.:.:.: :-:.:.:.:.:.:.:.:.:.:. :::::::~:;:;::::::::: ::;:::;:;:::::;:::;:;: .:.:.:.:.:.:.;.:.;.:.: :.;.;-:.:.:.:.:.:.:.:. ::::::::::::::::::; ...................... .... ... :D 2:! '" J,. ~ .:.:.:.;.:.:.:.:.:-:.: ~:~:~:~:~:~:~:~~:~:~: :.:-:.:.:.:.:.;.:.:.:. ;::::::::;:-.:::::::::: I ~~~~~m:~: J~@~[J ~~~~~:~~fi~; -:.:.:-x..;.:-:-;..;.: ::?'~:::-(':::::;:{~; ::%::::::;:::~:::::: ;~:*:"x~:?~ :?:~*~f~l;:: ~:~..~*r~~ ...................... ...................... :::::~::::::::::::::: .... :::::::;:;:::::::::::: .:.:.:.:.;.:.:.:.:.:.: :-:.:.:.:-:.:.:.:.:.:. .:.:.:.;.:.:.:.:.:.:.: :-:-:.;.:.:.:.:..;.:.:. I;~~~~lJt ~r~~~@r:~~ ... ...................... :::::::::::::::::::::: ~]~~~~~~@~l~ ~~~~~ll~I4~~ ::::::::;:~~::::::::: .:.:.:.:.:.:.:.:.:.:.: ::::-;::.;.::::::;.:::: .:-:.:.:.:.:.:.:.:.:.: :.:.:.:.:.:-:.:.:.:.:. :::::~~~;~::::~:: .... .:.:.:.:.:.:.:.:.;.;.:. ~:~~:~:~:~:~:~:~~:~: ~f~i~lrll~ ::'.$::::::::::::::::: ~~~~~f:~~~~~l~ ~;~~~m~ll -:-:.;.:-:-:.:.:.:-:.: ~lill~~~~I ~,~~~~~~~~ ~:~:~~~~~~:~:~ .:.:.:.:.:.:.:.:.;.:.: -;.;.;::"-'.::::::::::::: :~~:::::~::;::::: .:.;.:.;.:.:.;.:.:-:.: ~ :~:?: ~~: ~~:~;~; ~:~ ::;:;::::::::::;:::;:: i~t1~~i1~~~~ 1~~~?ilU~~~ ~%~~?:~?:~~$f *-~~:;:;:~~:;~:~~ :.:.:.;..;.:.;.:.:':':' l~~~f?:~~t~~ ~~~?~~~~~t?:~ ~ff:rf~f:~ ...................... :::::::::::;~::::::::