Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
15-113 - Paul Brothers Inc - Construct Duwamish Hill Preserve Phase II
15-113(e) A.Nt4ILA 4,4J„ o City of Tukwila Change Order: n W r� s. -zsoa _t.e =. Contract # 5 15 -113 PROJECT: Duwamish Hill Preserve Phase 2 3800 S. 115th St. Tukwila, WA 98168 CONTRACTOR: Paul Brothers, Inc. Change Order Date: Project Number: Contract Date Contract Start Date Contract Substantial Completion Date Contract Substantial Completion Date 10/30/2015 90330109 6/15/2015 6/2212015 9/19/2015 11/11/2015 8601 SE Revenue Rd. Phone: 503- 663 -1220 Original Boring, OR 97009 FAX: 503 -663 -7208 Amended Conditions: A. The following change, and work affected thereby, are subject to all contract stipulations and covenants; and B. the rights of the "Owner" are not prejudiced; and C. All claims against the "Owner" which are incidental to or as a consequence of this change are waived; and D. The contractor Must Submit all Field Overhead and Home Office Overhead rates for approval in advance of all Change Orders. The contract is changed as follows: Plus or (Minus) 1. Alisma - Broadleaf Plantain credit -1 gal. to b/r size $ (105.00) 2. No cost change - additional contract days due to plant availability SUBTOTAL $ (105.00) Overhead & Mark Up $ (26.25) SUBTOTAL TAX $ (131.25) $ (11.68) TOTAL ( $ (142.93) The original (Contract Sum): Net change by previously authorized Change Orders The Contract Sum prior to this Change Order was The Contract Sum will be Increased or Decreased in the amount of The Contract Time will be Increased or Decreased by The date of Substantial Completion as of the date of this Change Order therefore The NEW Contract Sum (including applicable sales tax) is: TOTAL CONTRACT with tax is: $ 564,170.20 $ 36,275.18 $ 600,445.38 $ (142.93) `(11) Calendar Days $ 600,302.45 is November 11, 2015. I $ 600,302.45 We the undersigned Contractor, have given careful consideration to the change proposed and hereby agree, if this proposal is approved, that we will provide all equipment, furnish all materials, except as may otherwise be noted above, and perform all services necessary for the work above specified, and will accept as full payment therefore the prices shown above and below. ACCEPTED: ARCHITECT CONTRACTOR CITY SvR Design Co. Paul Brothers, Inc. City of Tukwila 1205 Second Ave. S. #200 8601 SE Revenue Rd. 12424 42nd Ave South SeattleWA, j98101 Py� Boring, OR 97009 (� Tukwila WA 981. . BY: 0541n rP1Q44irU� pl-r4 BY: ACy��.�V `'' BY: : ��iyifid�`- Title: i.A++r3�$t % {� L �i ?G t Title: � Titl , Ma or DATE: (► / 3 io 15' / DATE: (1 / 2! I / S /' / D • E: •` Attach Work Change Directive, Change Order Request forms and shop drawings accordingly. CC: Finance Department (w /encumbrance); Owners Representative; Construction Architect; file. $ (131.25)1 PAUL BROTHERS CHANGE ORDER PROPOSAL WORKSHEET Project: DUWAMISH HILL PRESERVE Owner: City of Tukwila Contractor /Subcontractor: Paul Brothers, Inc. Fence Removal; Creating West Edge Mound and Swale 1 LABOR In. Name Code Classificati Hours Worked Date: RFI: COP #: Weighted Weighted 9/4/2015 00003 2 MATERIALS Quote Description Unit plant Water Plantain 3.00 -70.00 - $ - plant Water Plantain 1.50 70.00 - $ - - $ - - $ - $ - Subtotal Markup 25.00% Subtotal LABOR $ - $ - $ - 2 MATERIALS Quote Description Unit plant Water Plantain 3.00 -70.00 $ (210.00) plant Water Plantain 1.50 70.00 $ 105.00 $ - $ Subtotal Markup 25.00% $ (105.00) $ (26.25) Subtotal MATERIALS $ (131.25) 3 EQUIPMENT Type Make /Model/Yea r ID Hours Hourly Rate Amount Subtotal Markup Subtotal EQUIPMENT 4 SERVICES Invoice No. Description Date per diem 25.00% Unit Price Quantity $ hotel Subtotal Markup Subtotal SERVICES 6 SUBCONTRACTORS Subtotal Subcontractor Fencing Haul Off Markup Subtotal SUBCONTRACTORS 7 CREDIT Dirt haul off; approx 216 cy Includes credit on trucking; haul fees; dump fees; PBI labor; mark up TOTAL LABOR, MATERIALS, EQUIPMENT, SERVICES TOTAL AFTER PROFIT MARKUP Markup - Performance Bond Premium, per Spec. 7.02B.6.h.(2) TOTAL CHANGE ORDER VALUE 25.00% 25.00% Bond Rate 0.01465 $ $ Amount $ Dave Johnson From: Dave Johnson Sent: Friday, October 30, 2015 3:37 PM To: 'Peggy Paul' Cc: Justin Martin (justinm @svrdesign.com); Jennifer Lathrop ; Rick Still Subject: RE: Duwamish - Plant wrap up Peggy— Thanks for the info. Scott briefed me on the situation. Glad to hear that your daughter is home now. Hope that she continues her recovery. I have talked with our landscape consultant as well as the resident plant experts from the site's management team. Please see responses below. Welt need to do a change order for the credits and extend the time...I want to make sure we have all of the main stuff done especially the driveway before substantial completion. Sounds like 1 week? Have a good weekend! Parks & Recreation Manager 12424 — 42nd Avenue South Tukwila, WA 98168 206.767.2308 dave.iohnsonPtukwilawa.gov T U KW I LA PARKS & RECREATION COu[i HEALTHY 7'JN The City of opportunity, the community of choice. From: Peggy Paul [ mailto :ppaul @paulbrothersinc.com] Sent: Friday, October 30, 2015 11:12 AM To: Dave Johnson Cc: 'Jennifer Lathrop'; 'Scott Paul'; jpaul @paulbrothersinc.com Subject: Duwamish - Plant wrap up Hi Dave — We are in the midst of wrapping up the final planting at Duwamish Hill. As you know, we've run into a couple minor snags with plants and quantities and would like your direction on a few items. Please forgive my lack of correspondence this week. As Scott mentioned, our youngest daughter (healthy, active, college student, track scholar) developed a rare, massive, blood clot in her abdomen and left leg in which she's been in ICU since Monday. She's home now...still in very delicate condition...but recovering. She has a long road ahead of her. Thank you for your understanding. 1 By and large, the plants and trees have arrived and been planted. From the work in progress pictures I've seen, it's going to be a beautiful setting! We have run into a few issues with some plants and I've tried to outline our ideas and options below. We'II look for your direction. Thanks, Dave. Stachys Chaminssonis Coolevae — Coastal Hedge Nettle We had the plant secured with a PO since June with Trillium Gardens. She was unable to propagate the plant and unable to provide. Unfortunately, she didn't let us know this until we discovered the plant missing. We have called numerous nurseries in search of the nettle with no luck. We would like to propose two substitution ideas that we can get in 4 ": Sidalcea Checker Mallow OR Sisyriinchium Idahoensis. Please let us know if either of those would work. We have both pending with nurseries and could get them quickly. Of the subs you've sent over, the Sildacea hendersonii (Henderson's checker - mallow) will be able to compete best with the fern in that area. The other species are not native to Puget Sound and we'd prefer to avoid. Alisma Plantago — Broadleaf Water Plantain Again, we had the 1 gal plants secured with Trillium Gardens, but they were only able to ship b/r plants. They look healthy and strong. We would like to propose a size substitution and offer a credit back on the difference between 1 gal and b /r. OK with b/r and credit. Sageittaria Latifolia — Wapato Trillium Gardens was unable to get the wapato. We have found the plants in a 10 cm tube through Fourth Corners and would be able to offer a credit back for the difference in cost. There is a possibility we can get them in 1 gal through Watershed Gardens, but waiting on confirmation. 1 gal. preferred if the roots are grown in. Otherwise tubes ok. Lomatium and Perideridia — We will be brining 50 -75 additional plants to the site next week to fill in and cover the areas still needing the species. We had ordered the estimated quantities of each (actually rounded up to 500). OK The Hemlock and Shore pine will be onsite Monday. OK The fence contractor will be onsite next week, and installed as well. OK It has been a terribly frustrating situation with Interstate Fence Co. We have used them on 6 -8 contracts in the past three years and have always found them to be a dependable, professional subcontractor. We will ensure the fencing will be completed to specifications and you will be completely satisfied. As to whether we ever use Interstate Fence again remains to be seen...frustrating! Please let us know about the substitution options on the Coast Hedge Nettle and if some credit back on the Plantain and /or Wapato is acceptable. As you know, this is timely. Thanks for your prompt response, Dave. Peggy Pau' Paul Brothers, Inc. 8601 SE Revenue Rd Boring, OR 97009 503 - 663 -1220; 503 - 663 -7208 www.paulbrothersinc.com 2 15- 113(d) Coun J,ti I..4'4ta o` r % City of Tukwila � L. = Y Change Order: . 1908,- J, 4 Contract # 15 -113 PROJECT: Duwamish Hill Preserve Phase 2 Change Order Date: 9/25/2015 3800 S. 115th St. Project Number: ' 90330109 Tukwila, WA 98168 Contract Date 6/15/2015 • CONTRACTOR: Paul Brothers, Inc. Contract Start Date 6/22/2015 8601 SE Revenue Rd. Phone: 503 -663 -1220 Original Contract Substantial Completion Date 9/19/2015 Boring, OR 97009 FAX: 503- 663 -7208 Amended Contract Substantial Completion Date 10/31/2015 Conditions: A. The following change, and work affected thereby, are subject to all contract stipulations and covenants; and B. the rights of "Owner" the are not prejudiced; and C. All claims against the "Owner" which are incidental to or as a consequence of this change are waived; and D. The contractor Must Submit all Field Overhead and Home Office Overhead rates for approval in advance of all Change Orders. The contract is changed as follows: Plus or (Minus) 1. Wet Meadow drainage $ 923.90 2. Daucus Pisillus credit $ (753.84) 3. No cost change: Additional contract days due to plant availability 4 SUBTOTAL $ 170.06 Overhead & Mark Up $ 42.52 SUBTOTAL $ 212.58 TAX $ 18.92 TOTAL I $ 231.49 The original (Contract Sum): $ 564,170.20 Net change by previously authorized Change Orders $ 36,043.69 The Contract Sum prior to this Change Order was $ 600,213.89 The Contract Sum will be Increased or Deereesed in the amount of $ 231.49 The Contract Time will be Increased or Deereased by 1 (30) Calendar Days The date of Substantial Completion as of the date of this Change Order therefore is October 31, 2015. The NEW Contract Sum (including applicable sales tax) is: $ 600,445.38 TOTAL CONTRACT with tax is: $ 600,445.38 We the undersigned Contractor, have given careful consideration to the change proposed and hereby agree, if this proposal is approved, that we will provide all equipment, furnish all materials, except as may otherwise be noted above, and perform all services necessary for the work above specified, and will accept as full payment therefore the prices shown above and below. ACCEPTED: - ARCHITECT CONTRACTOR CITY SvR Design Co. Paul Brothers, Inc. City of Tukwila 1205 Second Ave. S. #200 8601 SE Revenue Rd. 12424 42nd Ave South Seattle, WA 98101 `✓\' --- Boring, OR 97009 Tukwila,, 11' BY: tt54 U') t''i' 4i n1 -A BY: �p 98168 BY: r7 ,�W iir X171 Title: olscAz 2., AYd� ' U Title: t - Title:�a or /3 DATE: I I SOT �✓ DATE: / v, is" p /3- / -/S ! I �J Attach Work Change Directive, Change Order Request forms and shop drawings accordingly. CC: Finance Department (w /encumbrance); Owners Representative; Construction Architect; file. Dave Johnson From: Dave Johnson Sent: Tuesday, September 22, 2015 3:14 PM To: 'Peggy Paul' Cc: 'Jennifer Lathrop'; 'Justin Martin'; jpaul @paulbrothersinc.com; 'Hector Meza'; drykken @paulbrothersinc.com; spaul @paulbrothersinc.com Subject: RE: DHP - COP Wet Meadow Drainage Based on field discussion this morning — the drainage pipe will need to be 26 feet long, instead of 18. Please amend the CO accordingly. Also, the City will look for a credit for the Daucus Pusillus — American Wild Carrot, as we currently do not have a suitable substitution at this time. Please add to this change order. Lastly, based on field discussion, we will add the appropriate number of days to get the Subst. Complete date to be 10/31/15 which will allow enough time for the plantings to be complete. We will reflect this as item #3 on Change Order #4. Parks & Recreation Manager 12424 — 42nd Avenue South Tukwila, WA 98168 206.767.2308 dave.iohnson@tukwilawa.gov TU IOWI LA PARKS & RECREATION The City of opportunity, the community of choice. From: Peggy Paul [ mailto :ppaul(apaulbrothersinc.com] Sent: Tuesday, September 15, 2015 4:31 PM To: Dave Johnson Cc: 'Jennifer Lathrop'; 'Justin Martin'; jpauU oaulbrothersinc.com; 'Hector Meza'; drykken(apaulbrothersinc.com; spauk paulbrothersinc.com Subject: DHP - COP Wet Meadow Drainage Dave — Attached please find our Change Order #4 and back up documents /Cost Proposal for the Wet Meadow Drainage, including labor, materials, and equipment. Joey and Hector estimated 2 men x 3 hours total. We did not include any costs for rock, hoping we could just use some from the existing site, etc. And...no grate included! Not sure how we ALL (me, Joey, HD Fowler rep, etc) missed that on the photo. Sorry for the confusion. Please let us know if you'd like us to proceed or have any questions. Thanks! Peggy 1 Pl°7 /ed. Sep 09. 2015 - 2.2J30pm By juslrnm FW/e.. C114c119010c DHP21CLrenf ID/1P2_04 D£IA/LSdwg Loyaulr CSK -03 Ouzo r Ms- O O j H- DP1 0 m > T O yc°v Z(m-1 < m rOmm rz < 0 0 0 C 0 E5 N 2, -1 0 r C n O o rn M 0 0 Z Z O 0 z -0 OCD D 0 -< M -1 O 0 Z Z 0 N ' 0 5300 0 OD C 0 - oo Imo m z O CO = C) 0 Z O 0 m 0 Or -D 27� m1.,T DRAWING REFERENCE: D4 CSK -03 SvR No 14010 DRAWN JM, ST /CHECKED JAL SCALE AS NOTED D 9 -8 -2015 Duwamish Hill Preserve City of Tukwila Parks and Recreation Tukwila, WA , v R D E S I G N C O M P A N Y 1205 SECOND AVE. SUITE 200 SEATTLE, WA 98101 T 206.223.0326 / 206.223.0125 w.a�dea.� °m PAUL BROTHERS CHANGE ORDER PROPOSAL WORKSHEET Project: DUWAMISH HILL PRESERVE Owner: City of Tukwila Contractor /Subcontractor: Paul Brothers, Inc. 1 LABOR In. Name Classification Hours Worked Date: RFI: COP #: Weighted Weighted 1 9/28/2015] 2 MATERIALS uote Unit • ,...g t...1 vvage state, OT Rate Amount Operator Equip Operator 2 260.17 62.96 $ 125.92 Laborer General Labor 4 49.41 - $ 197.64 $ Subtotal Markup 25.00% Subtotal LABOR 380.89 $ $ 404.45 2 MATERIALS uote Unit • 3 EQUIPMENT Type Make /Model /Year ID Hours Backhoe /Dozer 2 Hourly Rate 40 Subtotal Markup Subtotal EQUIPMENT 4 SERVICES Invoice No. Description 25.00% Unit Date Price Amount $ 80.00 $ 80.00 $ 20.00 $ 100.00 Quantity Amount Subtotal Markup Subtotal SERVICES 6 SUBCONTRACTORS Subtotal Subcontractor Markup Subtotal SUBCONTRACTORS 7 CREDIT Daucus Pisillus: American Wild Carrot plant TOTAL LABOR, MATERIALS, EQUIPMENT, SERVICES TOTAL AFTER PROFIT MARKUP Markup - Performance Bond Premium, per Spec. 7.02B.6.h.(2) TOTAL CHANGE ORDER VALUE 25.00% 25.00% Bond Rate 0.01455 $ $ $ (942.30) $ $ 212.58 Additional NO COST adjustment to contract days: Completion 10/31/15. tea« riu.e quantity Amount 6" DI pipe CL.50 DI pipe x 18.25' 260.17 2.00 $ 520.34 $ $ Subtotal Markup 25.00% Subtotal MATERIALS $ 520.34 $ 130.09 $ 650.43 3 EQUIPMENT Type Make /Model /Year ID Hours Backhoe /Dozer 2 Hourly Rate 40 Subtotal Markup Subtotal EQUIPMENT 4 SERVICES Invoice No. Description 25.00% Unit Date Price Amount $ 80.00 $ 80.00 $ 20.00 $ 100.00 Quantity Amount Subtotal Markup Subtotal SERVICES 6 SUBCONTRACTORS Subtotal Subcontractor Markup Subtotal SUBCONTRACTORS 7 CREDIT Daucus Pisillus: American Wild Carrot plant TOTAL LABOR, MATERIALS, EQUIPMENT, SERVICES TOTAL AFTER PROFIT MARKUP Markup - Performance Bond Premium, per Spec. 7.02B.6.h.(2) TOTAL CHANGE ORDER VALUE 25.00% 25.00% Bond Rate 0.01455 $ $ $ (942.30) $ $ 212.58 Additional NO COST adjustment to contract days: Completion 10/31/15. 15-113(c) Council Approval N/A tridnalOMINIMerseit 0,5 0 r c t Cify of Tukwila Change Oder: 3 at \ ro kid • ,2908" Contract 1/ 15 -113 PROJECT: Drnvnn,ish hill Preserve Phase 2 Change Order Date: 3800 S. 115,1, st. Project Number: 90330109 T„ kw/ /u, iVA 98168 Contract Date 6/15/2015 CONTRACTOR: Paul Brothers, Inc. Contract Start Date 6/22/2015 8601 SE Revenue Rd. Phone: 503 -663 -1220 Original Contract Substantial Completion Date 9/19/2015 Boring, 01? 97009 FAX: 503- 663 -7208 Amended Contract Substantial Completion Dale 10/1/2015 Conditions: A. The following change, and work affected thereby, are subject to all contract stipulations and covenants; and B. the rights of the "Owner" are not prejudiced; and C. All claims against the "Owner" which are incidental to or as a consequence of this change are waived; and D. The contractor Must Submit all Field Overhead and 1 -come Office Overhead rates for approval in advance of all Change Orders. The contract is changed as follows: Plus or (Minus) 1 Fence Removal $ 707.70 2 West Mound and Swale $ 5,597.88 3 Credit for Dirt haul Off $ (3,357 44) 4 SUBTOTAL $ 2,948.14 Overhead & Mark Up $ 737.04 SUBTOTAL $ 3,685.18 TAX 8 327.98 TOTAL $ 4,013.16 The original (Contract Sum): Net change by previously authorized Change Orders The Contract Sum prior to this Change Order was $ 564,170.20 $ 32,030.53 $ 596,200.73 The Contract Stun will be Increased or-Decreased in the amount of $ 4,013.16 The Contract Tinie will be Increased or 1 eereased by I (2) Working Days The date of Substantial Completion as of the date of this Change Order therefore is October 1, 2015. The NEW Contract Sum (including applicable sales tax) is: $ 600,213.89 TOTAI, CONTRACT with tax is: $ 600,213.89 We the undersigned Contractor, have given careful consideration to the change proposed and hereby agree, if this proposal is approved, that we will provide all equipment, furnish all materials, except as may otherwise be noted above, and perform 011 services necessary for the work above specified, and will accept as lull payment therefore the prices shown above and below. ACCEPTED: ARCHITECT CONTRACTOR CITY Silt Design Co. Peru! Brothers, Inc. City of Tukwila 1205 Second Ave. S.11200 8601 SE Revenue Rd. 12 424 42nd rive .South Seattle, JJ'A 98101 Boring, OR 97009 7ukn'llaikJ'A 98168 BY:',." t / t•,i�v ;‘ Ma ,r y, 7j apt �. Title: C' isle; e At, 1 r1nf t. t 'title: ere_s t DL-n.r-r Till• // DATE: / T d 201 1"--- DATE: I — 1( $ DATE: ~ Ci --- i�) 5 Attach Work Change Directive, Change Order Request forms and shop drawings accordingly. CC: Finance Department (w/encumbrance); Owners Representative; Construction Architect; lice. tridnalOMINIMerseit 0,5 0 r PAUL BROTHERS CHANGE ORDER PROPOSAL WORKSHEET Project: DUWAMISH HILL PRESERVE Owner: City of Tukwila Contractor /Subcontractor: Paul Brothers, Inc. Fence Removal; Creating West Edge Mound and Swale 1 LABOR In. Name Code Classification Date: RFI: COP #: Hours Worked Weighted Weighted Re o OT Wage Rate* OT Rate 9/4/2015 00003 Amount Fence - Operator Equip Operator 3 62.96 - $ 188.88 Fence - Laborer General Labor 2 49.41 - $ 98.82 W Mound- Operator Equip Operator 24 62.96 - $ 1,511.04 W Mound - Operator Equip Operator 20 62.96 - $ 1,259.20 W Mound - Laborer{ General Labor 4 49.41 - $ 197.64 Subtotal $ 3,255.58 Markup 25.00% $ 813.90 Subtotal LABOR $ 4,069.48 2 MATERIALS Quote Description Date Unit Price Quantity Amount Subtotal Markup Subtotal MATERIALS 3 EQUIPMENT Type Make /Model /Year 25.00% ID Hours Hourly Rate $ Amount W Mound Backhoe /Dozer 44 40 $ 1,760.00 W Mound Pick up 24 20 $ 480.00 Fence Removal Dozer 3 40.00 120.00 Subtotal Markup Subtotal EQUIPMENT 4 SERVICES Invoice No. 25.00% Unit Description Date Price Quantity $ 2,360.00 590.00 $ 2,950.00 Amount per diem $15.00 6.00 90.00 hotel $100.00 3.00 300.00 Subtotal Markup Subtotal SERVICES 6 SUBCONTRACTORS Subtotal Subcontractor Fencing Haul Off Markup Subtotal SUBCONTRACTORS 7 CREDIT Dirt haul off; approx 216 cy Includes credit on trucking; haul fees; dump fees; PBI labor; mark up TOTAL LABOR, MATERIALS, EQUIPMENT, SERVICES TOTAL AFTER PROFIT MARKUP Markup - Performance Bond Premium, per Spec. 7.02B.6.h.(2) TOTAL CHANGE ORDER VALUE 25.00% 25.00% Bond Rate 0.01465 390.00 97.50 487.50 300.00 75.00 375.00 $ (4,196.80) $ 3,685.18 uJ I =: vso FIM pee co.is tra.,r4 oc Ai A s At-e STEEP SLOPE pE No VI zoo/ 500n.c 1_, tit --REPLACE EXISTING c.) ACCESS PATH (.1 REMOVE EXISTING SIDEWAL - INSTALL 20'---W4E COMMERCIAL PERIZOL TO.K.,M-I,LA-418,5)Af 1 '1 -- 'REPAIR -EXISTING_ GATE - SME City of Tukwila PROJECT: Duwaurish Hill Preserve Phase 2 3800 S. 115th St. Tukwila, WA 98168 CONTRACTOR: Paul Brothers, Inc. 8601 SE Revenue Rd. Boring, OR 97009 15- 113(b) Council Approval N/A Change Order: Contract It Phone: 503 -663 -1220 FAX: 503- 663 -7208 Change Order Date: Project Number: Contract Date Contract Start Date Original Contract Substantial Completion Date Amended Contract Substantial Completion Date 15 -113 8/25/2015 90330109 6/15/2015 6/22/2015 9/19/2015 9/29/2015 Conditions: A. The following change, and work affected thereby, are subject to all contract stipulations and covenants; and B. the rights of the "Owner" are not prejudiced; and C. All claims against the "Owner" which are incidental to or as a consequence of this change are waived; and D. The contractor Must Submit all Field Overhead and Horne Office Overhead rates for approval in advance of all Change Orders. The contract is changed as follows: 1 Additional Irrigation and Planting - CO #2 Plus or (Minus) 2 18,212.02 3 SUBTOTAL Overhead & Mark Up SUBTOTAL $ TAX $ TOTAL The original (Contract Sum): Net change by previously authorized Change Orders The Contract Sum prior to this Change Order was The Contract Sum will be Increased or Decreased in the amount of The Contract Time will be Increased or Decreased by ( (7) Working Days The date of Substantial Completion as of the date of this Change Order therefore is Sept 29, 2015. The NEW Contract Sum (including applicable sales tax) is: TOTAL CONTRACT with tax is: $ 18,212.02 4,553.01 22,765.03 2,026.09 24,791.11 564,170.20 7,239.42 571,409.62 24,791.11 596,200.73 596,200.73 We the undersigned Contractor, have given careful consideration to the change proposed and hereby agree, if this proposal is approved, that we will provide all equipment, furnish all materials, except as may otherwise be noted above, and perform all services necessary for the work above specified, and will accept as full payment therefore the prices shown above and below. ACCEPTED: ARCHITECT SvR Design Co. 1205 Second Ave. S. #200 Seattle, WA 98101 BY: 3.7, f v flis Title: 1--4.1-145, '0,- 4 r ' -y DATE: II /Z -615"- CONTRACTOR Paul Brothers, Inc. 8601 SE Revenue Rd. Boring, OR 9 BY: Title: DATE: ?2ti - 2 - l S^ Attach Work Change Directive, Change Order Request forms and shop drawings accordingly. CC: Finance Department (w /encumbrance); Owners Representative; Construction Architect; file. CITY City of Tukwila 12424 42nd Ave South Tukwilag, A 9816 BY?' Title DA ofQ. bY 8/25/2015] PAUL BROTHERS CHANGE ORDER PROPOSAL WORKSHEET Project: DUWAMISH HILL PRESERVE Owner: City of Tukwila Contractor /Subcontractor: Paul Brothers, Inc. Additional Irrigation and Plantings 1 LABOR In. Name Code CI Date: RFI: COP #: Hours Worked Weighted Weighted 00002 Laborer Landscape Equip Oper ^-n 64 ... vvuyc now 32.91 v1 rune - mount $ 2,106.24 $ 3,116.88 Laborer Landscape 148 cy 21.06 - 0 138.00 0 $ 3,174.00 - - $ - 0 128100 0 $ 1,283.00 - - $ - 0 80.00 0 $ 1,920.00 • $ - Subtotal Marku p 25.00% Subtotal LABOR $ 5,223.12 $ 1,305.78 $ 6,528.90 2 MATERIALS uote Unit 3 EQUIPMENT Type Make /Model /Year ID Backhoe Pick up Hours Hourly Rate 64 40 24 20 Subtotal Markup Subtotal EQUIPMENT 4 SERVICES Invoice No. 25.00% Unit Description Date Price per diem hotel $15.00 Subtotal Markup Subtotal SERVICES 6 SUBCONTRACTORS Subtotal Subcontractor Markup Subtotal SUBCONTRACTORS Quantity Amount $ 2,560.00 $ 480.00 $ $ 3,040.00 $ 760.00 $ 3,800.00 28.00 Amount 420.00 $100.00 7.00 TOTAL LABOR, MATERIALS, EQUIPMENT, SERVICES TOTAL AFTER PROFIT MARKUP Markup - Performance Bond Premium, per Spec. 7.02B.6.h.(2) TOTAL CHANGE ORDER VALUE 25.00% 10.00% Bond Rate 0.01465 $ 700.00 $ 1,120,00 $ 280.00 $ 1,400.00 $ $ $ $ 22,765.03 -. __... ... �uonumY Hmounc sf cardboard 0.17 14860.00 $ 2,451.90 cy compost 23.00 138.00 $ 3,174.00 Is Irrigation 1.00 128100 $ 1,283.00 ea conlfer trees 7 -8' ., 24 80.00 $ 1,920.00 $ $ Subtotal Markup $ 8,828.90 25.00% Subtotal $ 2,207.23 MATERIALS $ 11,036.13 3 EQUIPMENT Type Make /Model /Year ID Backhoe Pick up Hours Hourly Rate 64 40 24 20 Subtotal Markup Subtotal EQUIPMENT 4 SERVICES Invoice No. 25.00% Unit Description Date Price per diem hotel $15.00 Subtotal Markup Subtotal SERVICES 6 SUBCONTRACTORS Subtotal Subcontractor Markup Subtotal SUBCONTRACTORS Quantity Amount $ 2,560.00 $ 480.00 $ $ 3,040.00 $ 760.00 $ 3,800.00 28.00 Amount 420.00 $100.00 7.00 TOTAL LABOR, MATERIALS, EQUIPMENT, SERVICES TOTAL AFTER PROFIT MARKUP Markup - Performance Bond Premium, per Spec. 7.02B.6.h.(2) TOTAL CHANGE ORDER VALUE 25.00% 10.00% Bond Rate 0.01465 $ 700.00 $ 1,120,00 $ 280.00 $ 1,400.00 $ $ $ $ 22,765.03 ! r 0 1 dM uofeaJOed pue seed eIIM)$nl }o /;!O "Maid p!H ysiweMna gi e • VM m ¥1 ulomeimuAapad eummni Amo @n eS ■H q pemna . } ( / \ 2 a \ � � , !| !| !■ 3! 7 ( | ) § ) § § ( ! \ | ! } § | § § � 15- 113(a) Council Approval N/A City of Tukwila PROJECT: Dnwamislt Hill Preserve Phase 2 3800 S 115th St. Tukwila, WA 98168 CONTRACTOR: Paul Brothers, Inc. 8601 SE Revenue Rd. Phone: 503 -663 -1220 Boring, OR 97009 FAX: 503 - 663 -7208 Change Order: Contract # Change Order Date: Project Number: Contract Date Contract Start Date Original Contract Substantial Completion Date Amended Contract Substantial Completion Date 15 -113 90330109 6/15/2015 6/22/2015 9/19/2015 9/22/2015 Conditions: A. The following change, and work affected thereby, are subject to all contract stipulations and covenants; and B. the rights of the "Owner" are not prejudiced; and C. All claims against the "Owner" which are incidental to or as a consequence of this change are waived; and D. The contractor Must Submit all Field Overhead and Home Office Overhead rates for approval in advance of all Change Orders. The contract is changed as follows: 1 L3 - Prairie Planting Plan scale enor - RFI 004 ' Plus or (Minus) 2 Construction Driveway Extension - CSK.. 8 - Oj 3,338.52 3 1,979.70 SUBTOTAL $ Overhead & Mark Up 5,318.22 $ 1,329.55 6,647.77 591.65 $ 7,239.42 564,170.20 SUBTOTAL $ TAX $ TOTAL The original (Contract Sum): Net change by previously authorized Change Orders The Contract Sum prior to this Change Order was The Contract Sum will be Increased or-Decreased in the amount of The Contract Time will be Increased or Deereased by 1 (3) Working Days The date of Substantial Completion as of the date of this Change Order therefore is Sept 22. 2015. The NEW Contract Sum (including applicable sales tax) is: TOTAL CONTRACT with tax is: $ 564,170.20 $ 7,239.42 I$ 571,409.62 571,409.62 We the undersigned Contractor, have given careful consideration to the change proposed and hereby agree, if this proposal is approved, that we will provide all equipment, furnish all materials, except as may otherwise be noted above, and perform all services necessary for the work above specified, and will accept as full payment therefore the prices shown above and below. ACCEPTED: ARCHITECT SvR Design Co. 1205 Second Ave. S #200 Seattle, WA 98101 BY: (j US -fi►t %tar -h n �' 1�—) Title: La ,ic!Sc.. Are1114'6 - DATE: (Z=i /1%-C=• /1.5 CONTRACTOR Paul Brothers, Inc. 8601 SE Revenue Rd. Boring, OR 97009 BY: Title 61 DATE: 9 (2.4`t c Attach Work Change Directive, Change Order Request forms and shop drawings accordingly. CC: Finance Department (w /encumbrance); Owners Representative; Construction Architect; file. CITY City of Tukwila 12424 42nd Ave South Tukwila A 98168 BY. Title. . D PAUL BROTHERS CHANGE ORDER PROPOSAL WORKSHEET Project: DUWAMISH HILL PRESERVE Owner: City of Tukwila Contractor /Subcontractor: Paul Brothers, Inc. Scale Error page 3 - Prairie Planting Plan 1 LABOR In. Name Code Classification Date: RFI: COP #: Hours Worked Weighted Weighted Re o OT Waoe Rate* OT Rate 8/17/2015 00004 00001 Amount Laborer Landscape Laborer /Opel 48 21.00 26.99 - $ 1,295.52 0 - $ - 0 0 - - $ - 0 0 - - $ - 0 0 - - $ Subtotal $ 1,295.52 Markup 25.00% $ 323.88 Subtotal LABOR $ 1,619.40 2 MATERIALS uote Description Date Unit Price uantit Amount 3 EQUIPMENT Type Make /Model /Year ID Hours Hourly Rate Amount 057 Kubota 16 40 640.00 Subtotal Markup Subtotal EQUIPMENT 4 SERVICES 25.00% Unit Invoice No. Description Date Price Quantity 640.00 160.00 800.00 Amount per diem $15.00 6.00 $ 90.00 hotel $100.00 2.00 200.00 Subtotal. Markup Subtotal SERVICES 6 SUBCONTRACTORS Subtotal Subcontractor Markup Subtotal SUBCONTRACTORS TOTAL LABOR, MATERIALS, EQUIPMENT, SERVICES TOTAL AFTER PROFIT MARKUP Markup - Performance Bond Premium, per Spec. 7.02B.6.h.(2) TOTAL CHANGE ORDER VALUE 25.00% 10.00% Bond Rate 0.01465 290.00 $ 72.50 362.50 $ $ $ 4,173.15 Fine compost 21.00 53.00 $ 1,113.00 $ $ $ $ - Subtotal $ 1,113.00 Markup 25.00% $ 278.25 Subtotal MATERIALS $ 1,391.25 3 EQUIPMENT Type Make /Model /Year ID Hours Hourly Rate Amount 057 Kubota 16 40 640.00 Subtotal Markup Subtotal EQUIPMENT 4 SERVICES 25.00% Unit Invoice No. Description Date Price Quantity 640.00 160.00 800.00 Amount per diem $15.00 6.00 $ 90.00 hotel $100.00 2.00 200.00 Subtotal. Markup Subtotal SERVICES 6 SUBCONTRACTORS Subtotal Subcontractor Markup Subtotal SUBCONTRACTORS TOTAL LABOR, MATERIALS, EQUIPMENT, SERVICES TOTAL AFTER PROFIT MARKUP Markup - Performance Bond Premium, per Spec. 7.02B.6.h.(2) TOTAL CHANGE ORDER VALUE 25.00% 10.00% Bond Rate 0.01465 290.00 $ 72.50 362.50 $ $ $ 4,173.15 REQUEST FOR INFORMATION Paul Brothers, Inc. 8601 SE Revenue Rd., Boring, OR 97009 TUKWILA PARKS & RECREATION GOOD HEALTHY FUN PROJECT: Duwamish Hill Preserve Phase 2 Tukwila Project No. 90330109 Tukwila Contract No. 15 -113 Paul Brothers, Inc. TO: Dave Johnson Tukwila Parks and Recreation 12424 42nd Avenue South Tukwila, WA 98168 FROM: SUBJECT: Peggy Paul L3 scale DATE: 8/10/2015 RETURN BY: RFI NUMBER: 4 QUESTION: The scale on L3 appears to be incorrect for the specified area: Prairie Planting Plan. Based on our interpretation of the drawings, it should read 1" = 20' as other L pages. The scale as currently shown on L3 was used in determining bid quantites for compost. The current scale as shown equates to 17cy +/- of compost (as was bid) when in actuality it is roughly 70 cy of compost. If, in fact, the scale is incorrect, increasing the compost to the intended level would require a correction of the scale on L3, a Change Order that would result in an increase in labor and materials. Please advise. RESPONSE: (attach page(s) as necessary) The scale on L3 was incorrectly noted as 1 " =5'. It should be the same as all the other L enlargement plans with a scale of 1 " =10'. The correct square footage is noted on the sheet for seeding area of 11,060 sf. This area corresponds to a compost volume of 68.5 cu yds. BY: Dave Johnson 11- Aug -15 Name (print) Signature Date: PAUL BROTHERS CHANGE ORDER PROPOSAL WORKSHEET Project: DUWAMISH HILL PRESERVE Owner: City of Tukwila Contractor /Subcontractor: Paul Brothers, Inc. Construction Driveway Extension 1 LABOR In. Name Code Classification Date: RFI: COP #: Hours Worked Weighted Weighted Re ci OT Wage Rate* OT Rate 8/17/2015 CSK 001 Amount Laborer tons General Labor 11 2.30 49.41 - $ 543.51 Operator misc formwork material Equip Operator 7 62.72 - $ 439.04 0 0 4.00 - - $ - 0 0 - - $ - 0 0 - - $ - Subtotal $ 982.55 Markup 25.00% $ 245.64 Subtotal LABOR $ 1,228.19 2 MATERIALS uote Description Date Unit Price uantit Amount 3 EQUIPMENT Type Make /Model /Year ID Hours Hourly Rate Amount 057 Kubota 7 40 $ 280.00 Subtotal Markup Subtotal EQUIPMENT 4 SERVICES Invoice No. 25.00% Unit Description Date Price Quantity 280.00 70.00 350.00 Amount per diem $15.00 2.00 30.00 hotel $100.00 1.00 100.00 Subtotal Markup Subtotal SERVICES 6 SUBCONTRACTORS Subtotal Subcontractor Markup Subtotal SUBCONTRACTORS TOTAL LABOR, MATERIALS, EQUIPMENT, SERVICES TOTAL AFTER PROFIT MARKUP Markup - Performance Bond Premium, per Spec. 7.02B.6.h.(2) TOTAL CHANGE ORDER VALUE 25.00% 10.00% Bond Rate 0.01465 130.00 $ 32.50 162.50 $ $ 2,474.63 tons 5/8 "- crushed rock 20.50 2.30 $ 47.15 misc formwork material 100.00 1.00 $ 100.00 yards concrete 110.00 4.00 $ 440.00 $ $ Subtotal $ 587.15 Markup 25.00% $ 146.79 Subtotal MATERIALS $ 733.94 3 EQUIPMENT Type Make /Model /Year ID Hours Hourly Rate Amount 057 Kubota 7 40 $ 280.00 Subtotal Markup Subtotal EQUIPMENT 4 SERVICES Invoice No. 25.00% Unit Description Date Price Quantity 280.00 70.00 350.00 Amount per diem $15.00 2.00 30.00 hotel $100.00 1.00 100.00 Subtotal Markup Subtotal SERVICES 6 SUBCONTRACTORS Subtotal Subcontractor Markup Subtotal SUBCONTRACTORS TOTAL LABOR, MATERIALS, EQUIPMENT, SERVICES TOTAL AFTER PROFIT MARKUP Markup - Performance Bond Premium, per Spec. 7.02B.6.h.(2) TOTAL CHANGE ORDER VALUE 25.00% 10.00% Bond Rate 0.01465 130.00 $ 32.50 162.50 $ $ 2,474.63 Rolled: Aug 11, 2015 - 1:45.21pm 3y jennire0 Filr,: 6:1 f4; 14010: DHP2VCurrenilDHP2_54_0£14[Sdwg !oy0v` CSK -01 CO oo�m o 0o$ A mac' ccm a a mr 0 SvR No 14010 DRAWN JM, ST CHECKED TvS, JAL SCALE AS NOTED DATE 8 -11 -2015 Duwamish Hill Preserve , v R D E S I G N C O M P A N Y IG N( Cityof Tukwila 23.061 Parks and Recreation SEATTLE, WA 98101 T 200 223.0326 F 206.223.0125 dT `N' i P � c m 2 ` 2 a oy No mc. �— ,kQ SvR No 14010 DRAWN JM, ST CHECKED TvS, JAL SCALE AS NOTED DATE 8 -11 -2015 Duwamish Hill Preserve , v R D E S I G N C O M P A N Y IG N( Cityof Tukwila 1205 SECOND AVE. SUITE 200 Parks and Recreation SEATTLE, WA 98101 T 200 223.0326 F 206.223.0125 Tukwila, WA w„M'•`yrdesign.com AGREEMENT FORM 15-113 CONTRACT NO. Council Approval 6/1/15 THIS AGREEMENT is made and entered into on this IC) day of , 20 15 , by and between the City of Tukwila, Washington ( Owner ) and Paul Brothers, Inc. ("Contractor"). Now, therefore the parties agree as follows: 1. Project. Contractor shall complete all work and furnish all labor, tools, materials, and equipment for the project entitled DUWAMISH HILL PRESERVE PHASE 2, Project No. DHP-90330109, including all ' changes to the Work and force account work, in accordance with the Contract Documents, as described in Section 1-04.2 of the Supplemental General Requirements. 2. Payments. Owner shall pay Contractor at the unit and lump sum prices, and by force account as specified in the Proposal according to the Contract Documents as to time, manner, and condition of payment. The payments to Contractor include the costs for all labor, tools, materials and equipment for the Work. 3. Completion Date. Contract time shall commence upon Owner's Notice to Proceed date. The Work under this Agreement shall be completed within the time specified in the Proposal. If the Work under this Agreement is not completed within the time specified, as detailed in the Contract Documents, Contractor shall pay liquidated damages and all engineering inspection and supervision costs to Owner as specified in the Proposal. 4. Attorney's Fees. In the event litigation is commenced to enforce this Agreement, the prevailing party shall be entitled to recover its costs, including reasonable attorney's and expert witness fees. 5. Disclaimer. No liability of Contractor shall attach to Owner by reason of entering into this Agreement, except as expressly provided in this Agreement. 6. Counterparts. This Agreement is executed in two (2) identical counterparts, by the parties, each of which shall for all purposes be deemed an original. `I p,, �, CITY OF TUKWILA,WASHINGTON 0Ad7)n)1 'mss (r\O (Owner) (Contractor) By: CL`'- , i.`r . `L� By: Mayor � Title: Attest Attest; Attest:: This 10 day of , 20 1 5 This day of ,)Uri , 2015 G tc_, City CI rk Ap ed to Form: Contractor's License No. ,P 'PRA L *1 °I City Attorney Address for giving notices: Address for giving notices: l(e , Wk t2 li- ntiL, 1/ OOO DUWAMISH HILL PRESERVE PHASE 2 BID AWARD—June 2,2015 %Dim` PAYMENT AND PERFORMANCE BOND Bond.to City of Tukwila, Washington Bond No. 106254461 We, Paul Brothers, Inc. , and Travelers Casualty and Surety Company of America (Principal) (Surety) a Connecticut corporation, and as a surety corporation'.authorized to become a surety upon Bonds of Contractors with municipal corporations in Washington State, -are jointly and severally bound to the City of Tukwila, Washington ("Owner), in the penal sum of _Five Hundred Sixty Four Thousand One Hundred Seventy and 20/100 Dollars ($564,170.20 ), the payment of which sum, on demand, we bind ourselves and our successors, heirs, administrators, executors, or personal representatives,as the case may be This i Payment and Performan Bond s provided to secure the performance of Principal in connection with a contract dated 151,5 20_ , between Principal and Owner for a project entitled DUWAMISH HILL PRESERVE.PHASE 2, Contract No . �- "Contract"). The'initial penal sum shall equal 100% of the Total Bid Price, including sales tax, as specified in the'Proposal submitted by Principal. NOW, THEREFORE, this Payment and Performance Bond shall be satisfied and released only upon the condition that Principal: • Faithfully performs all provisions of the Contract and changes authorized by Owner in the manner and within the time specified as may be extended under the Contract • Pays all laborers, mechanics, subcontractors, lower tier subcontractors, material men, and all other persons or agents who supply labor, equipment,or materials to the Project; • Indemnifies and holds Owner, its officers, and agents harmless from and against all claims, liabilities, causes of action, damages, and costs for such payments for labor; equipment, and materials by satisfying all claims and demands incurred under the Contract, and reimbursing and paying Owner all expenses that Owner may incur in making good any default by Principal;and • Indemnifies and holds Owner harmless from all claims, liabilities, causes of action, damages and costs,including property damages and personal injuries, resulting from any defect appearing or developing in the material provided or workmanship performed under the Contract. 1 The indemnities to Owner shall also inure to the benefit of the Consulting Engineers and other design professionals retained by Owner in connection with the Project. f This bond shall remain in effect for one (1) year after Final .Acceptance of the Contract at ten percent (10%) of the Total Bid Price, including sales tax, to insure against all defects and. corrections needed in the material provided or workmanship performed. The liability of Surety shall be limited to the penal sum of this Payment and Performance Bond. No change, extension of time, alteration, or addition to the terms of the Contract or to the Work to be performed under the Contract shall in any way affect Surety's obligation on the Payment and Performance Bond. Surety hereby waives notice of any change, extension of time; alteration, or addition to the terms of the Contract or the Work, with the:exception that Surety shall be notified if the Contract time is extended by more than twenty percent(20%). If any modification or change increases the total amount to be paid under the Contract, Surety's obligation under this Payment and Performance Bond shall automatically increase in a like amount. DUWAMISH HILL PRESERVE PHASE 2 BID AWARD—June 2,2015 Any such increase shall not exceed twenty-five percent (25%) of the original amount of the Payment and Performance Bond with out the prior written consent of Surety. This Payment and Performance Bond shall be governed and construed by the laws of the State of Washington,and venue shall be in King County,Washington. IN WITNESS WHEREOF, the parties have executed this instrument in two (2) identical counterparts this 5 day of June 20 15 Paul Brothers, Inc. Travelers Casualty and Surety Company of America Principal 44,14. . .,14urety Signature of Authorized Official Signature f .of Authorized Official 1:Nctu4- By.Karen.Swanson,Attorney-in-Fact Title. A ttorney in Fact (Attach Power of Attorney) Name and address of local office of Propel Insurance agent and/or Surety Company: 888 SW 5th Ave., Suite 1170 Portland, OR 97204-2025 .. Surety companies executing bonds must appear on the current Authorized Insurance List in the State of Washington per Section 1-02.7 of the Standard Specifications. DUWAMISH HILL PRESERVE PHASE 2 BID AWARD—June 2,2015 WARNING:THIS POWER OF ATTORNEY 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. 229371 Certificate No. 0©6 3 3 9 0 3 0 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 Karen Swanson,Brent E. Heilesen,Peter J.Comfort,Julie R.Truitt,Christopher Kinyon,Jamie Diemer,and Carley Espiritu of the City of Tacoma ,State of Washington ,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 HEREOF,the Companies have caused this instrument to be signed and their corporate seals to be hereto affixed,this 6th W um day of May 2015 {• 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 ��,}y St.Paul Guardian Insurance Company 00.5114, Qys••• . ,l v,.y y`F RE \�N I NS.G �q r p�tY ANO SLq Y kvo Cr°914,,,t C7V' a� ipg QO:- •;9� ...'1_,...;,.;.,�,: q,: 9 �� c ��D 5 S(1 �4 ^LA CED r z@ �ItORPOR�TF m WrGCRPORAT'101''.°l. �' 9� I u 1982 O < '^ �.7'I m1 L i a x: --_ ii HARTFORD, <E 951 �e llk �'5 E A I .p 1 i�:, m CONN. ° ONH. N 1896 .y c v.••.. :a e. �a ry. tir ! i, dun m . ,s.Air 15....�...*a si aN 4 +? 144 At" / V State of Connecticut By: ,/ r'�� City of Hartford ss. Robert L.Raney, enior Vice President On this the 6th day of May 2015 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. C` C • �.�ttatA �1 My Commission expires the 30th day of June,2016. �*IMMO * Marie C.Tetreault,Notary Public s 58440-8-12 Printed in U.S.A. WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER P-1 PROPOSAL (unit price or lump sum) p Contractor's NamTG(A 9 atf�'VQ.IIL) (r'C,' Contractor's State License NoAUL 2X Uj City of Tukwila Project No. DHP-90330109 To the Mayor and City Council City of Tukwila, Washington The undersigned (Bidder) hereby certifies that he personally examined the location and construction details of Work outlined in the Contract Documents for the City of Tukwila (Owner) project titled DUWAMISH HILL PRESERVE PHASE 2 habitat restoration, which project includes but is not limited to excavation, clearing and grubbing, erosion controls; grading; hauling excess soil; cultural resource protection; minor sidewalk repair; plant purchase and installation; lawn installation; irrigation installation; specialized concrete paving; crushed rock paving; habitat elements; boulder placement and other work necessary to complete the Work as specified and shown in the Contract Documents; and has read and thoroughly understands these Documents which govern all Work embraced in this improvement and the methods by which payment will be made for said Work, and thoroughly understands the nature of said Work;and hereby proposes to undertake and complete all Work embraced in this improvement in accordance with these Contract Documents and at the following schedule of rates and prices. The Bidder understands that the quantities mentioned herein are approximate only and are subject to increase or decrease, and hereby proposes to perform all quantities of work as either increased or decreased in accordance with the Contract Documents. As evidence of good faith, (check one) bid bond or 0 cash, 0 cashier's check, 0 certified check, or 0 postal money order made payable to the City of Tukwila equal to five percent(5%) of the Total Bid Price is attached hereto. Bidder understands that, should this offer be accepted by Owner within ninety(90) calendar days after the day of Bid Opening and the Bidder fails or refuses to enter into an Agreement and furnish the required Payment and Performance Bond and liability insurance within ten '(10) calendar days after Notice of Award, the Contract shall be null and void and the Bid Deposit or Bond accompanying this Proposal shall be forfeited and become the property of Owner as liquidated damages, all as provided for in the Bid Documents. Bidder shall attain Physical Completion of all Work in all respects within ninety [90] calendar days from the date stated in the written Notice to Proceed. If the work is not completed within this time period, Bidder shall pay liquidated damages to Owner as specified in Section 1-08.9 of the Standard Specifications for every calendar day work is not Physically Complete after the expiration of the Contract time stated above. In addition, Bidder shall compensate Owner for actual engineering inspection and supervision costs and any other legal fees incurred by Owner as a result of such delay. DUWAMISH HILL PRESERVE PHASE 2 MAY 2015 P-6 Bids Submitted on Computer Printouts Bidders, at their option, in lieu of hand writing in the unit prices in figures in ink on the Bid forms above, may submit an original computer printout sheet with their bid, as long as the following requirements are met: 1. Each sheet of the computer printout must contain the exact same information as shown on the hard- copy bid form—Project Name, Schedule Name, column headings—in the order shown,totals, etc. 2. The computer printout of the Bid Proposal must have the exact certification language shown below, signed by the appropriate officer of the firm. 3. If a computer printout is used, the bidder must still execute that portion of the unit'price Bid form which acknowledges the Bid Guaranty,Time of Completion, and all addenda that may have been issued, etc. If any of these things are missing or out of order,the bid may be rejected by the Owner. The unit and lump sum prices shown on acceptable printouts will be the unit prices used to tabulate the Bid and used in the Contract if awarded by the City. In the event of conflict between the two, unit Bid prices will prevail over the extended (Total) prices. If the Bid submitted by the bidder contains both the form on these Bid Proposal sheets, and also a computer printout, completed according to the instructions, the unit bid prices shown on the computer printout will be used to determine the bid. Put this certification on the last sheet of the Bid computer printout, and sign: (YOUR FIRM'S NAME) certifies that the unit prices shown on this complete computer print-out for all of the bid items contained in this Proposal are the unit and lump sum prices intended and that its Bid will be tabulated using these unit prices and no other information from this print-out. (YOUR FIRM'S NAME) acknowledges and agrees that the total bid amount shown will be read as its total bid and further agrees that the official total Bid amount will be determined by multiplying the unit Bid prices shown in this print-out by the respective estimated uantities wn on the Bid form then totaling all of the extended amounts. Signed: �{ Title:/F6,9�(J�(LY A\- Date: 5 iq(lid • OUWAMISH HILL PRESERVE PHASE 2 MAY 2015 Proposal P-7 By signing below, Bidder acknowledges receipt and understanding of the following Addenda to the Bid Documents: Addendum Addendum No. Date of Receipt No. Date of Receipt 1 Gj III 3 2 4 NOTE: Failure to acknowledge receipt of Addenda may be considered as an irregularity in the Bid Proposal and Owner reserves the right to determine whether the bid will be disqualified. By signing below, Bidder certifies that Bidder has reviewed the insurance provisions of the Bid Documents and will provide the required coverage. It is understood that Owner may accept or reject all bids. The Surety Cmpan cl will fujnish the required Payment and -erformance Bor l is 4) 1, ('&, of 1, . .1 '' r.A_...Gl C ( me) (Ad..ess) Bidder: t ) �n Signature of Authorized Official: � - Printed Name and Title: �L 0G[ -70,UX . . •Address: r...• -7 ..'. l �• ' .!s ^ q II' Circle One: Individual / Partnership/ State of Incorporation: Joint Ventre 1 orporation Phone No.: 57)2)-(6403-17,C)7/ Date: ( «I 70(c- This address and phone number is the one to which all communications regarding this proposal should be sent. NOTES: 1. If the Bidder is a co-partnership, give firm name under which business is transacted; proposal must be executed by a partner. If the Bidder is a corporation, proposal must be executed in the corporate name by the president or vice-president (or any other corporate officer accompanied by evidence of authority to sign). 2. A bid must be received on all items. If either a unit price or an extension is left blank (but not both) for a bid item, the Owner will multiply or divide the available entry by the quantity, as applicable,and enter it on the bid form. If there is no unit price or extension for one or more bid item(s), the proposal will be rejected. DUWAMISH HILL PRESERVE PHASE 2 MAY 2015 • P-8 BID SECURITY Bid Deposit: The undersigned Principal hereby deposits a Bid Deposit with the City of Tukwila in the form of a cash deposit, certified or cashier's check, or postal money order in the amount of dollars ($ ). --OR - Bid Bond: The undersigned, Paul Brothers, Inc. (Principal), and Travelers Casualty and Surety Company of America (Surety), are held and firmly bound unto the City of Tukwila (Owner) in the penal sum of Five Percent(5%)of Bid Amount dollars ($5%of Bid Amount ), which for the payment of which Principal and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally. The liability of Surety under this Bid Bond shall be limited to the penal sum of this Bid Bond. Conditions: The Bid Deposit or Bid Bond shall be an amount not less than five percent (5%) of the total bid, including sales tax and is submitted by Principal to Owner in connection with a Proposal for DUWAMISH HILL PRESERVE PHASE 2 Project No. DHP-90330109 according to the terms of the Proposal and Bid Documents. Now therefore, a. If the Proposal is rejected by Owner, or b. If the Proposal is accepted and Principal shall duly make and enter into an Agreement with Owner in accordance with the terms of the Proposal and shall furnish a bond for the faithful performance of said Project and for the payment of all persons performing labor or furnishing materials in connection therewith,with Surety or Sureties approved by Owner, then this Bid Security shall be released; otherwise it shall remain in full force and effect and Principal shall forfeit the Bid Deposit or Surety shall immediately pay and forfeit to Owner the amount of the Bid Bond,as penalty and liquidated damages. The obligations of Surety and its Bid Bond shall be in no way impaired or affected by any extension of time within which Owner may accept bids; and Surety does hereby waive notice of any such extension. Signed and dated this 19 day of May , 20 15 Paul Brothers, Inc. Travelers Casualty and Surety Company of America Principa I Surety By ide'N /xi) L9 Signature of Authori ed icial Attorney in Fact (Attach Power of Attorney) letAa)-1 Karen Swanson, Attorney-in-Fact Title Name and address of local office of Peel Insurance —� - agent and/or Surety Company: P. O. Box 2940 -_� Tacoma. WA 98401 Surety companies executing bonds must appear on the current Authorized Insurance List in the State of Washington per Section 1-02.7 of the Standard Specifications. DUWAMISH HILL PRESERVE PHASE 2 MAY 2015 Page 16 Bid Security Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale P-9 NON-COLLUSION DECLARATION Oo STATE OF WASH �, N ) COUNTY OF ar tt altOs. The undersigned, being first duly sworn, on oath states that the person, firm, association, partnership,joint venture, or corporation named in the Bid Proposal has (have) not, either directly or indirectly, entered into any agreement, participated in any collusion, or otherwise taken any action in restraint of free competitive bidding in connection with the City of Tukwila project named DUWAMISH HILL PRESERVE PHASE 2, Project No. DHP-90330109. -t c�.Qk ithi (ou Name of Firm cr�.c LAZ--0 Signa of uthorized Official fr -.t Title Signed and sworn to before me on this (gam day of , 20 I ST • Signature of Notary Public in and for the State of +n9 n, residing at ('taddda.Ma0 (ec(ni, My appointment expires: `fL ZO(S f,,, OFFICIAL STAMP '' t:r a*,� MARGARET HELEN PAUL `r,;; ` NOTARY PUBLIC-OREGON `"� COMMISSION NO.926882 MY COMMISSION EXPIRES APRIL 03.2018 NOTICE TO ALL BIDDERS To report bid rigging activities call: 1-800.424-9071 The U.S. Department of Transportation (USDOT) operates the above toll-free "hotline" Monday through Friday, 8:00 a.m. to 5:00 p.m., eastern time. Anyone with knowledge of possible bid rigging, bidder collusion, or other fraudulent activities should use the "hotline" to report such activities. The "hotline" is part of USDOT's continuing effort to identify and investigate highway construction contract fraud and abuse and is operated under the direction of the USDOT Inspector General. All information will be treated confidentially and caller anonymity will be respected. DUWAMISH HILL PRESERVE PHASE 2 MAY 2015 P-10 RESPONSIBLE BIDDER DETERMINATION FORM Attach additional sheets as necessary ato fully provide the information required. Name of Bidder: TP[A11*fr2hS (to Address of Bidder: c3.01 5 RDA r%VVse.gd., ' 0(1/4C- --700 LYity State Zip ode Contractor's License No. uLB 7i30L6-1 WA State UBI No. (00 23-7 T751 Dept. of L&I License Bond Registration No. (O bLq 1 t11 Worker's Comp.Acct. No. 361( 31-00 z{ Bidder is a(n): ❑ Individual ❑ Partnership ❑ Joint Venture IFIncorporated in the state of 'O(2J List business names used by Bidder during the past 10 years if different than above: fad-504W otv L>1— Bidder has been in business continuously from rt Bank ReferenceCACCINY401 Y -- n(CP ( J 61,C 6b) Bank Account Officer Officer's Phone No. Number of regular full-time employees: 15-- 3D4-(5ectsoha0 Number of projects in the past 10 years completed: Ili ahead of schedule 46 on schedule _a behind schedule(vbuci)tua7irddd �S Bidder has had experience in work comparable to that required for this Project: TT As a prime contractor for �3C)k years. Asa subcontractor for 30+" years. List the supervisory personnel to be employed by the Bidder and available for work on this project (Project Manager, Principal Foreman, Superintendents, and Engineers): Name Title How Long With Bidder z 036110 DWVAMISH HILL PRESERVE PHASE 2 MAY 2015 Responsible Bidder Determination Form P-11 Name the Surveyor to be used on this Project, who will directly supervise all surveying activities. Attach a resume outlining the experien a and qualifications of the Surveyor. Is the Surveyor licensed in the State of Washington (a PLS)? Yes ❑ No j Surveyor's Name: SAP 'P i I cvictVe y i c L C - kt }11 n-. 41t) Pli45 List all those projects, of similar nature and size, completed by Bidder within the past 10 years. include a reference for each. Any attached preprinted project listing must include all this information. Bidder must have at least 10 years experience working on projects of similar nature and size. Year Contract Project Name Completed Amount Owner/Reference Name and Phone —yce utkit hP (�-- List all projects undertaken in the last 10 years which have resulted in partial or final settlement of the Contract by arbitration or litigation in the courts: Total Claims Amount of Contract Arbitrated Settlement Name of Client and Project Amount or Litigated of Claims N/P- Has Bidder, or any representative or partner ereof, ever failed to complete a contract? ❑ No )Yes If yes, give details: • i- Aac, t. _ i LAP Jill . ink . • S , 4v: C• .L: >>�.. . I O /. . . .I_I/.:• _ *.[I. 340�.0 r i ♦ .', V \a&.'CS, Has Bidder ever had any Payment/Performance Bonds called as a result of its work? No ❑ Yes If yes, please state: Project Name Contracting Party Bond Amount DUWAMISH HILL PRESERVE PHASE 2 MAY 2015 Responsible Bidder Determination Form P-12 Has Bidder ever been found guilty of violating any State or Federal employment laws? lid No ❑ Yes If yes, give details: Has Bidder ever filed for protection under any provision of the federal bankruptcy laws or state insolvency laws? No ❑ Yes If yes, give details: Has any adverse legal judgment been rendered against Bidder in the past 5 years? l No ❑ Yes If yes, give details: Has Bidder or any of its employees filed any claims with Washington State Workman's Compensation or other insurance company for accidents resulting in fatal injury or dismemberment in the past 5 years? No ❑ Yes If yes, please state: Date Type of Iniury Agency Receiving Claim The undersigned warrants under penalty of Perjury that the foregoing information is true and accurate to the best of his/her knowledge. The undersigned authorizes the City of Tukwila to verify all information contained herein. Signature of Bidder / Gt.� Titl(ro Date: 511°00 DUWAMISH HILL PRESERVE PHASE 2 MAY 2015 Responsible Bidder Determination Form P-13 PROPOSED EQUIPMENT AND LABOR SC HED ULE (Use additional sheets if required) Equipment to be used: DESCRIPTION/TYPE YEAR CONDITION OWN/RENT 60t-ct4Y.J1/ •(/ i t ifzkt _ (Affp-Priy7- feict- Labor to be used:, (JAM5CA tiki5f0A 11 Scri`' Fj ; em`� ; V p��P' 61‘0 jLQ►�D�YP ° N 4' ;IU! 9,rAlt-6 imiX wheA i 5ui c{-laud ofri _ILQA31044t6 (CAC) me of r Signature of Authorized Official (P'‘JICk(1)At Title DUWAMISH HILL PRESERVE PHASE 2 ;MAY 2015 Responsible Bidder Determination Form P-14 PROPOSED)SUBC,OGN_TRACTORS Name of Bidder rlJlL(�,Ti� f Yin �vJ In accordance with RCW 39.30.060 as amended, eve ry bid that tots million or m• - hall include below the names of the subcontractors with whom the Bidder, if awarded the c• tra , yr' •contract for performance of the work of: HVAC (heating, ventilation, and air conditioning); plumbing as described in chapter 18.106 RCW; and electrical as described in chapter 19.28 RCW, or to name itself for the work. The Bidder shall not list more than one subcontractor for each category of work identified, unless subcontractors vary with bid alternates, in which case the Bidder must indicate which subcontractor will be used for which alternate. Failure of the Bidder to submit as part of the bid the names of such subcontractors or to name itself to perform such work or the naming of two or more subcontractors to perform the same work shall render the prime contract bidder's bid nonresponsive and, therefore, void. The successful Bidder must have the written permission of the Owner to make any change to this list. Percent of total bid to be performed by Bidder Schedule/Bid Item Numbers % of Name Subcontractor will perform Total Bid U riY `t1.Mti1 s2" DIJWAMISH HILL PRESERVE PHASE 2 MAY 2015 WARNING:THIS POWER OF ATTORNEY 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. 228904 Certificate No. 006231525 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 Karen Swanson,Brent E.Heilesen,Peter J.Comfort,Jennifer L.Snyder,Julie R.Truitt,Christopher Kinyon,Jamie Diemer,and Carley Espiritu of the City of Tacoma ,State of Washington ,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 emd'+ittei y=acfions orproceedings allowed by law. -9,- .0%0) .4.4 t't- ,+ 14th IN WITNESS WHEREOF,the Companies have caused this instr m*t,to-be siggned and thei porate seals to be hereto affixed,this day of January 2015 Farmington Casualty Comp y' St.Paul Mercury Insurance Company Fidelity and Guarantyrinsurance Coinpany;0 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 ��Ly 'l I,I, G�SUA Q,y�•••� ��. �y of\0.E�6 �N IMS ••.+\NSU h.,,• IY AN Y CYV- r l„....---0 H r ° NwsuRETy, F?�Y'WO O2.gyp.�t J• -ePnOra AIM?, �s O. .9 J�.:...........4''•. y0 sG ot. ��O V, 4 C1 O �`� � 4 9y fLORPMRA>Fi Q• RpORA "(\ 9< 1982 0 197"/ 4 •^ 0 m£ ;z j O� Tf`:o= a HARTFORD, , �J•. i�: `o' .2 CONN. n 8 in 1896 4 a 1951 % ; -•SEAL iol r•.SEAL?, °Z y cr � , O co. t:-- :v b•- •n r i °d pip �°. ��' > `o 'm'44„i'mm c '�fS.ANVa_ >1:.. �d s as i . v? .44 AMl°- State of Connecticut By: �/rA'�� City of Hartford ss. Robert L.Raney, enior Vice President On this the_ 14th day of January , 2015 ,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. "'IAA +I W w" . • V�� My Commission expires the 30th day of June,2016. * Post G *I .13j Marie C.Tetreault,Notary Public OTP 58440-8-12 Printed in U.S.A. WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER I San Poll Surveying .4,41 Rick C Kilpatrick, PLS 420 Windy Lane Yakima, WA 98903 (509)969-4097 Boundary, Subdivision, Topographic, and Construction Surveys PROFESSIONAL LAND SURVEYOR SURVEYING EXPERIENCE RECORD For Port of Ridgefield—Carty Lake and Lake River Sediment Remedy Landscape Project September 11,2014 Experience Record for Preconstruction and Final Surveys Richard C Kilpatrick, WA NS 38493 1989 to Present Performed and planned the following types of surveys: 1. Cadastral Control Schemes 2. Cadastral and Boundary Traverses 3. Evidence Surveys for Boundary Determination 4. Road and Right of Way Retracement Surveys 5. Site Control Planning and Execution for Highway Construction Projects 6. Geodetic and Photogrammetric Control Planning and Layout 7. Vertical Control Planning,Layout,and Execution 8. 3-Wire Vertical Control Surveys 9. Electronic Levelling Vertical Control Surveys 10.Hydrographic Surveys Using Various Methods for Depths,Clearances,Bridge Site Surveys,Cross-Sections on Navigable and Non-Navigable Rivers and Streams 11.Pre-Design.Topographic Surveys 12.Post-Construction Surveys for Volume Calculations and As-Constructed Plans 13.Highway Corridor Control Networks for Distances up to 30 Miles in Length Rick C Kilpatrick,PLS San Pail Surveying ege.I 1 • A San Poll Surveying Rick C. Kilpatrick, PLS 420 Windy Lane Yakima, WA 9890$ • (509)969-4097 Boundary, Subdivision, Topographic, and Construction Surveys CREW SURVEYING EXPERIENCE RECORD For Port of Ridgefield—Carty Lake and Lake River Sediment Remedy Landscape Project September 11,2014 Experience Record Richard C Kilpatrick, WA PLS 38493 1989 to Present Performed and planned the following types of surveys: 1. Cadastral Control Schemes 2. Colostral and Boundary Traverses 3, Evidence Surveys for Boundary Determination 4. Road and Right of Way Retracement Surveys • S. Site Control Planning and Execution for Highway Construction Projects 6. Geodetic and Photogranimetric Control Planning and Layout 7. Vertical Control Planning,Layout,and Execution 8. 3-Wire Vertical Control Surveys 9. Electronic Levelling Vertical Control Surveys 10. Hydrographic Surveys Using Various Methods for Depths,Clearances,Bridge Site Surveys,Cross-Sections on Navigable and Non-Navigable Rivers and Streams 11. Pre-Design Topographic Surveys 12.Post-Construction Surveys for Volume Calculations and As-Constructed Plans 13.Highway Corridor Control Networks for Distances up to 30 Miles in Length } Y ' Experience Record Lynn Kindervatter 2002 to Present Operated Survey Instruments and Data Collectors for the following types of surveys: 1. Cadastral and Boundary Traverses 2. Evidence Surveys for Boundary Determination 3. Road and Right of Way Retracement Surveys 4. Highway Construction Projects 5. Pre-Design Topographic Surveys 6. Post-Construction Surveys for Volume Calculations and As-Constructed Plans 7. Large Master Planned Resort Plats 8. Golf Courses 9. Playfields 10.Highways and Related Bridge Structures 11. Railroads and Related Bridge Structures 12.Large Earthwork.Projects Survey Equipment to be Utilized on this Project: WILD T-1000 3 Second Total Station LEICA T-1000 3 Second Total Station WILD DI-1000 EDM WILD DI-1600 EDM ZEISS Nit Level TDS Survey Pro Ranger Data Collector TDS Survey Pro LX Data Collector General Survey Schedule Survey Schedule is subject to needs and schedule of General Contractor and cannot be readily determined at this time. The general scheme is as follows: 1. Recover and Verify Existing Project Control • 2. Expand Control Network to Construction Site 3. Stake Project Limits and Silt Fence 4. Stake Grading Points after Site is Cleared and Grubbed 5. Stake Improvements as specified in GC schedule 6. Perform intermediate limited topographies as requested by GC to check site progress 7. Perform post-construction topographic survey using digital terrain modeling methodology Page 1 of 1 iog on [CONTACT US 11!•••11SAISENWIESNIP....,"'AVIMMINENA, itaimiew.241.1% E m:A",,t) roalstor 4(i;g1h **14,44;;:ep,Ift:411:4777;70.#1111!"Mig,,itfeFAA'' • i.r.`,3ecuP Ho'ne Bet*:ic to saar:t't res'J,,s Flie a pay taxed If 1On-revenue appears after Tax Registration Number,the account Is not registered with the Department of Revenue. Doing business However,it may be registered with other agencies in the Wale. Business types Register my bushels Washington State Department of Revenue My Recount State Business Record.s Database Detail Audits TM:REGEsTRATION NO: ED24323s6T ACODUNT OPENED': OWCP3/2014 12M:00 ANI ta7res&rates I.I0It 602438557 MONNE CLOSED: user avrzTv NAME: KILPATRICK RICHARD C OUSINESS NAME: SAN PDX SURVETIN0 rksops&education MAILING ADDRESS: BUSINESS LOCATION: Get a form or otib!..OaVan 420 WINDY 1/4 420 WINDY IN YAKIMA,WA SOSO-0043 SWAIN WA 903031043 Find a la or rue EATIITY TYPE:ERIE PRIIPRIETost maws PERMITS* ra/A : PERMIT 1341tTlye hie HAMS CODE: 541310 PERMIT EXPIRES: rt/A RAMS DEMOTION:SURVEYING AND MAPPem (EXCEPT GEOPHYSICAL) We need your help. SERVICES(PT) Take 0 30 sec survey FOR NON-COMMERCIAL USE ONLY owl/26w izsa you are unable to find the resew*permit you are looking for try searching by tax regietratIONUBI number. co...-utt7ts Arrsviaa,9; f.'„• 1 CAREERS ral I Pr...0 I I tlem(716v 144.,1 <CA kijeccenWsititbrb: tO, c23. YCffPflVy I 2.0 10 WAS zAsrcssra,Ecspaqnencpw.EvEM.Je4xpnsucwcoss ASS SIGMA AEUAVS. raVeizlion rtaslostvve(SICRET.M.CV'STATE, • http://dor.WELgov/content/doingbusinessiregistertnybusiness/brd/Dfatilt.aspx 9/11/2014 • WA State Licensing:License Query Search Page 1 of 1 Search BUSINESS&PROFESSIONAL LICENSES License Details License Information: Flame: KILPATRICK,RICHARD C License Type; Professional Land Surveyor License Number; 38493 License Stets:a Active First Issued Date: Jan 18 2002 License Issued: Feb 28 2013 Expiration Date; Feb s3 2015 Address: Yakima WA 98903 Information Current as.of09/11/2014.3:07AM Pacific Time [New Search j Use of lists of individuals provided on this site for commercial purposes is prohibited under Chapter 42.56 of the Revised Code of Washington. .....=i-r r+lcp 3 tae 1"::e' ._,1:coca:., I Copyright 2014 Da }j3 https://fortress.wa.gov/dol/dolprod/bpdLicenseQuery/igsLicenseDetail.aspx?ReflD=208668 9/11/2014 Paul Brothers, Inc. EQUIPMENT LIST - 2014 Age RECNUM DESCRIPTION/NAME in Years Condition PCHDTE Value EXCAVATORS 116 Kubota KX-121 3RS 5 excellent 9/14/2007 20,000.00 117 Kubota KX 057 R1AP 1 excellent 11/1/2012 60,000.00 LOADERS 210 Bobcat 864G Loader 7 excellent 1/2/2001 15,000.00 213 Kubota R420 Loader 4 excellent 2/9/2005 18,000.00 215 Kubota R520 S1TC Loader 2 excellent 8/4/2006 18,000.00 1220 Kubota B3300 Tractor 1 excellent 4/29/2013 19,000.00 HEAVY TRUCKS 611 99 Freightliner FL70 Flatbed 9 excellent 11/10/2003 10,000.00 LIGHT TRUCKS\AUTOMOBILES 739 00 Ford F-350 PU, 4x4- 8 excellent 3/24/2000 5,000.00 744 02 Ford F-350 4x2 6 good 5/3/2002 3,000.00 745 02 Ford F-150 8 good 8/1/2003 5,000.00 746 04 Ford F-350 9 good 1/19/2004 8,000.00 755 14 Ford F-150 1 excellent 7/3/2014 30,000.00 TOWED UNITS 909 Dump Trailer - Trail 5300 10 good 6/1/1997 2,000.00 910 PJ Tilt Trailer 20' 1 excellent 5/1/2013 6,000.00 752 DP Pickup 18 good 6/20/2007 1,000.00 753 07 Chevy Silverado 1 excellent 9/19/2007 12,000.00 TOWED UNITS 902 Hoins F\B Trailer-2 Axle 21 good 7/8/1987 2,000.00 908 Pintle Hook Trailer 12 excellent 12/30/1996 3,000.00 909 Dump Trailer 11 excellent 6/28/1997 2,000.00 910 Trailer, Tiltbed, P3 Trailer 6 excellent 12/23/2003 2,000.00 911 04 WITZCO Lowboy Trailer 4 excellent 6/23/2004 8,000.00 Paul Brothers, Inc. ** Qualifications of Key Personnel Scott Paul, Owner and President Scott has been an active leader for Paul Brothers, Inc., for over 30 years. Scott has served as President of Paul Brothers, Inc.. since 2000. It is a role he is well suited for, having been groomed by Cliff Paul, his father, whom he worked closely for many years. With vast experience working on numerous projects, he has a unique ability to problem solve issues quickly and completely with fairness and equity always in mind. Scott has worked in every capacity within the company, overseeing projects between 3-4 million dollars in size and scope. He works hand-in- hand with the project Foreman, the project Owner and Architect, ensuring timely scheduling of staff, equipment, and project completion. He has worked all over the Pacific Northwest, managing crews both small and large. Scott is involved in all personnel decisions,job-bidding and overall company focus and direction. He defines hands-on and embraces a leadership style that is no nonsense, trustworthy and knowledgeable. He also oversees the staff, plants and land that encompasses A/pine Nursery, a wholesale nursery that farms 30 acres in Boring and specializes in conifers and shade trees. Dave Rykken, Controller, Estimator Dave has been a pivotal employee of Paul Brothers, Inc for over 20 years. Dave's responsibilities are many, managing bidding, labor and industries relations, insurance, bonding, banking and accounting relations and keeping all financial records for the company. As the company's Treasurer, he works closely with the bonding agent, CPA, banker and maintains open dialogue with them regularly. Dave works closely on many jobs with the Owners when compiling pay estimates, working through change orders and submitting requests for pay. He is also quite skilled with various computer software programs, ranging from Excel, SAGE 100 Contractor, Quick Measure, Redi-Books and others. Dave's background is in finance, with a Bachelor's degree in Business Administration. Peggy Paul, Project Manager, Corp Secretary Peggy, employed for over 10 years, maintains working relations with all subcontractors on the jobs, facilitates timely and orderly records for all projects and works hand-in-hand with the Owner/Architects, our own Superintendents and workforce from the field. Peggy has served as Project Manager on several recent projects. As Corporate Secretary, Peggy oversees all Submittals for all materials, bidding documents, licensing, Certified Payroll documents and any other manuals, plans and job close out materials. Peggy manages most personnel and payroll systems for PBI. Peggy has an advanced degree in Nutrition Science from Oregon State University, for which she was employed for nearly 20 years as a Director and Manager before coming to the family business in 2003. Bill Kitchens, Superintendent Bill has been employed by Paul Brothers, inc.,for nearly 30 years, serving as a foreman and site manager on countless job sites. He has experience working on very large jobs ($2.0 - $4.0 million) as well as smaller projects, always balancing the needs of the project Owner with those of his crew. Bill's specific area of expertise is in the area of excavation, drainage, plantings (includes wetland plantings), irrigation and water systems, though he has skills far beyond. He thrives in an active, busy, multiple-pronged jobsite. He brings an enthusiasm for his work unmatched by others. He has excellent people skills and is an exceptional manager of our crew, materials and equipment. Daniel Paul, Quality Control Manager Daniel has been employed by Paul Brothers seasonally throughout college and, upon graduation with a BA degree in Business Communications from Boise State, he has been employed full time. Daniel brings a wealth of knowledge regarding building successful teams through effective communication and relationships. In addition to serving as Lead Foreman, his responsibilities include ensuring adherence to jobsite safety and quality control measures, as well as overseeing all permitting and inspection activities. Daniel is a certified CESCL and Traffic Control Supervisor. Joey Paul, Project Engineer After spending time after college working as a Project Engineer for a large CM/GC on several multi-million dollar projects,Joey opted to trade hours at the computer for a more hands-on position with Paul Brothers. Joey joined the family business in 2015 and brings a wealth of experience along with a fully-decorated degree in Construction Management Engineering from Boise State University. Joey wears many hats, from assisting with scheduling and bidding to field engineering and team management, he thrives in an active and hard-working environment. Rafael Jasso, Foreman Rafael came to Paul Brothers, Inc. in the early 1990s and has worked in every facet of the industry. His knowledge, dedication and excellent work ethic make him a most valued employee in the field. He is an excellent equipment operator, Site Foreman and has a remarkable ability of solving problems and value engineering when faced with site challenges. Hector Mesa Silva, Foreman Hector has worked for Paul Brothers, Inc. since he was a teenager, now a seasoned veteran and a most valued Site Foreman. His skills as an equipment operator are unmatched, as are his skills at site layout, grading, scheduling and safety. He can efficiently and effectively manage a crew, interact with site Owners in a highly productive manner. 10b pawl brothers, inc. 8601 s.e.revenue road•boring,oregon 97009-9492 (503)663-1220 CCB#64461 e-mail:paulbrona.paulbrothersinc.com FAX(503)663-7208 Letters of Recommendation and Reference PAUL BROTHERS, INC. As Submitted by: • Travelers Surety of America • Clean Water Services; Hillsboro, OR • Tualatin Hills Parks and Recreation; Beaverton, OR • Seattle Parks and Recreation; Seattle, WA • City of Redmond; Redmond, WA • City of Shoreline; Shoreline, WA • DA Hogan Architects • Oregon Dept of Transportation; Salem, OR • City of Bothell; Bothell, WA • Lane County Public Works; Eugene, OR • METRO; Portland, OR • Clark County; Vancouver, WA • City of McMinnville; McMinnville, WA Equal Employment Opportunity Employer TRAVELERS J William+N.Smith Account Executive Officer Travelers Bond a Financial Products 4000 Kruse Way P4 Suite 125 Lake Oswego,OR 07035 Phone:5044534-4204 Fax:866.584-5241 wamiUN®havelers con July 30,2014 City of Portland Re: Paul Brothers,Inc.—Prequalification To Whom It May Concern: It has been the privilege of Travelers Casualty and Surety Company of America("Travelers")to provide surety bonds for Paul Brothers,Inc.for over 13 years. During that time they have built and we have bonded numerous projects for a wide variety of owners in the Northwest. We have provided numerous bid and final bonds in excess of the$4,000,000. I personally have known and dealt with this account for the last 21+ years and hold their ownership, management and field staff in high regards. Over the years I have had the opportunity to perform verbal reference inquires regarding Paul Brothers,Inc.and their performance on prior work and have received favorable commentaries from numerous owner,architects and engineers. Their attention to detail,knowledge of their business,quality of work,professional dealings and timeliness are all common remarks of Paul Brothers,Inc. Paul Brothers,Inc.has a solid reputation in the industry and Travelers is pleased to be their surety. It is our opinion that Paul Brothers, Inc. is qualified to perform the projects that they wish to pursue with the City of Portland. At their request we will give favorable consideration in providing performance and payment bonds and Travelers supports Paul Brothers with a $5,000,000 single/510,000,000 aggregate program. Please note that the decision to issue performance and payment bonds is a matter between Paul Brothers,Inc.and Travelers, and will be subject to our standard underwriting at the time of the bid and/or final bond request, which will include but not be limited to the acceptability of the contract documents,bond forms and financing. We assume no liability to third parties or to you if for any reason we do not execute said bonds. If you have any questions or need any additional information, please do not hesitate to contact me. Sincerely, William M.Smith i i i i CleanWater . Services Our commitment is clear. Jadene Stensiand Senior Engineer (503) 6814226 stenslandj(tcleanwaterservices.org August 21, 2014 Re: Recommendation of Services for Paul Brothers, Inc. To Whom It May Concern, I am writing to recommend Scott Paul and Paul Brothers, Inc. for water quality facility construction, as well as wetland and buffer enhancements. As Project Manager for the Cedar Mill Falls Bioretention Swale, In Washington County, Oregon, I worked closely with Paul Brothers, Inc. to construct a 210 foot swale which included a 6 ft.tall waterfall, as well as enhanced the nearby wetland and vegetated corridors. The site was-I.. t •a = busy intersection with many interested parties. Scott and his team {l ii' :' -Onstruction,sub- contractors and observers with professionalism and gr'a 1: '•- ` Paul Brothers, Inc. was integral part of the team to ensure the sttc. . p,5.,:,...F` project. They displayed excellent workmanship in the field.'They . �'� I , "` s plans and specifications, complied with permitting requirements; .' o a tell with our Project Inspector. This project was completed in a ttreIytit AD his project is at a highly visible intersection and received a lot;of atteritiori pnti the community.We received no complaints regarding construction:firom;rteighbors. I also was pleased with PAWS_ 'WI, K.4- l.' tive staff, who provided friendly communication and acc "`ill Jlt }'F = -.` ..mix^ z. •��, �..�.:.. I believe Paul Brothers, Inc. will demonstratg.Ftl2Tse prpfessidrtal,qualities in future work. Clean Water Services would be happnoiorkWAKIP41BrOthers, Inc. again on future projects. If you have any additional qupstions.;abouit; heir quality of service, please contact me. jBest Regards, ° 4 °C(- 0 alhitAQ- adene Stenslann.., PE Senior Engineer 2550 SW Hillsboro Hwy Hillsboro,Oregon 97123 (503)881-3800 www.CleanWaterServices.org VI HU[ISA ti, Connecting Z-7 People,Pants Planning&Development �f4 TI ON 04' &Nature Fax 603/829-6307 August 21,2013 Paul Brothers Inc. 8601 SE Revenue Rd. Boring,Or.97009 Re: Letter of Recommendation To whom it may concern: This letter is intended to serve as a professional recommendation for Paul Brothers,Inc. regarding their work on Evelyn Schiftler Park.As project manager for Tualatin Hills Park& Recreation District I worked closely with Paul Brothers,Inc.to redevelop this local community park. Redevelopment on this project included new and updated additions such as play equipment,two picnic pavilions,pathways,boardwalk and overlook decks,community gardens,athletic field,a basketball court,a skate spot,and the enhancement of existing wetlands. Paul Brothers,Inc.displayed quality workmanship in this project resulting in a wonderful park for the neighboring communities to enjoy for years to come. In addition to the successful completion of this park,they did an excellent job staying on schedule and meeting construction deadlines throughout the duration of this project. I recommend Paul Brothers,Inc.with certainty that they will demonstrate these same professional qualities with any future project they do. If you would Me any additional information regarding their quality of service,please feel free to contact me. Respectfully yours, Gery Keck,RLA Bond Planning Manager Tualatin Hills Park&Recreation District,6220 SW 112'"Ave.,Beaverton,Oregon 97008 www.thprd.org G • City of Seattle 21 � Department of Parks and Recreation t April 16,2012 A Letter of Recommendation for: Paul Brothers,Inc. 8601 5E Revenue Rd Boring,OR 97009 , To Whom It May Concern: Paul Brothers built Crown Hill Park for the City of Seattle and did a wonderful job. Crown Hill Park Includes the renovation of a former school yard. The project Includes all the necessary base work-demolition of the existing elements,grading,drainage,irrigation and electrical to support the features of the park. The features include a new playfield with backstop and dugouts,a skateboard mini-ramp,play spots,gathering areas,concrete,and specialty concrete,site furnishings,fencing and plantings. Paul Brothers is efficient and responsive despite the fact that they are based out of state. The site superintendent is readily available to address concerns related to the field and office staff is equally responsive to administrative concerns. They are proactive in anticipating problems and making necessary adjustments to adapt to altered requirements. They adhere to the plans and specifications. They are timely in completing the work,comply with permitting requirements and work in a safe manner. They also take pride on their work and are willing to go beyond the basic requirement as demonstrated on their planting • work for this project. Overall,Paul Brothers Is outstanding in their workmanship. in addition,Pau!Srothen has a good relation with the general public. At Crown iiiU Park they developed a relationship with the adjacent non-profit organization occupying the former school building. They helped them coordinate some of their landscape improvements with the work occurring;Atha park. Seattle Parks would be happy to work with Paul Brothers again. Sincerely, Kim Baldwin,Proj, Manager /Ii Shwu-jen Hwang,Landscape Architect Y 7' I j 4'1 CityofRedmond April 9,2012 Paul Brothers,Inc. 8601 SE Revenue Rd. Boring,OR 97009-9492 Re:Letter of Recommendation To whom it may concern: As Project Manager of the Bear Creek Park Water Quality Facility project,I thoroughly enjoyed working with Paul Brothers,Inc. This project involved building a water quality facility that collects and filters stormwater discharge from a nearby parking lot. In addition to the construction of this facility,the Paul Brothers constructed a pervious asphalt bike/pedestrian trail that travels along the new stormwater improvements. From the beginning of the project,the Paul Brothers took on a very proactive approach. They provided me with nearly all of the required submittals prior to the issuance of the Notice to Proceed. By doing this,they were able to accelerate their construction schedule considerably. This project was dependant on being constructed when the groundwater table was at its lowest. They successfully provided the needed resources to excavate a large quantity of soil and install a bentonite clay liner prior any major concerns of the rising groundwater. The onsite staff was always respectful and willing to adapt to the needs of the project. When design issues occurred,the Superintendent provided valuable and mutually beneficial suggestions to keep the project on schedule and under budget. This stormwater improvement project was a success because of the Paul Brothers. If you need any additional information regarding their performance,please feel free to call me at 425-556-2713. 711, n Mork Project Manager City Hotl• 15670 NE 851h Street•PO Box 97010•Redmond.WA•980719710 44 CITY OF SHORELINE January 13,2011 To whom it may concern: I am writing this letter to recognize gnize Paul Brothers,Inc.for a job well done on completing the Green Streets Demonstration and Hamlin Park Improvement projects for the City of Shoreline. Within the course of the project,Paul Brothers showed diligence and dedication to finishing work on time and professionalism in handling difficult situations as they seised. The scope of the Hamlin Park project included constructing ball fields and improvements to the existing athletic fields,which included lighting and an ADA-approved pedestrian promenade. Paul Brothers demonstrated their expertise in constructing ball fields and their ability to maintain efficiencies during the project. • The purpose of the Green Streets project was to recognize the benefits of green infrastructure on the human and enviromn.ental community and to develop and incorporate these ideas and concepts on a residential street. Paul Brothers worked well with concerned and interested residents. Their straightforward approach was well served. I am very pleased with the quality of woip Paul Brothers displayed during the construction phase of these projects and would not hesitate to refer them to other organizations who are also in need of quality services from a contractor. Paul Leine Construction Services Supervisor City of Shoreline 17500 Midvale Avenue North e Shoreline,Washington 98133-4921 Telephone:(206)8014700• www.shorclinewn.gov January 12,2011 DA� HOGAN Paul Brother incorporated 8601 SE Revenue Road Boring,OR 97009 To Whom It May Concern: Paul Brothers Inc.completed a three field renovation project designed by D.A.Hogan&Associates and constructed for the Lake Washington School District in the summer of 2010. The entire company approached the project from beginning to end with a professional attitude and a commitment to service for the client. The on-site crew led by Scott Paul was efficient,diligent,and hard working which enabled to project to be completed on time within a compressed schedule. Renovation of two all weather sand fields commenced at the end of the school In late June and were completed prior to the start of the school year in the fall. The natural turf field and cinder track renovations were also finished on time. The projects consisted of export and import of sand materials,subgrade establishment,subsurface drainage,concrete paving,Irrigation systems,natural turf restoration,and placement of cinders and sod materials. Paul Brothers Inc.installed a complete automatic irrigation system on the natural turf field as part of change order work that was requested by the owner at the end of the project dead line. Scott and his crew provided the necessary man power to get the extra work done without creating delays in the construction schedule. The attention to detail and clear communication throughout construction exhibited by Paul Brothers made the project run very smooth and proved to be a positive experience for the owner and D.A. Hogan&Associates, I would recommend Paul Brothers Inc.for future athletic field work In the future. Please contact me if you require any additional information. iI Respectfully yours, 4r/°?-L . Jeffrey A.Burke,PE Project Manager D.A.Hogan&Associates,Inc 119 f Avenue South,Suite 110 (206)285-0400 Tel Seattle,WA 98104 (2066))285-0480 fax 4 1 1 ORECOwDEANAArwr Or rA Part B PRIME CONTRACTOR PERFORMANCE EVALUATION OFFICE USE ONLY SENT TO CONTRACTOR ON ENTERED IN SYSTEM ON FINAL%SCORE 3 -•9/ —i/ PROJECT MANAGER PROJECT NAME EVALUATION YEAR Ray Cranston OR34/US20:Newton Creek-Jade Place(Philomath). 2010 CONTRACTOR CONTRACT No. Paul Brothers Inc. C14141 INSTRUCTIONS TO PROJECT MANAGER(PM).Answer act questions In Pad 9 determining and entering the appropriate points to be assigned to each question In the butted to are question.For questions that do not apply,enter If in the score box.Review the completed evatuauonwth the Prime Contractor II the Contactor is Unevpgabk.sign end date the evaluat on.and send a copy to the Prime Contractor office for their ressewandsignaime.The Contractor will return the completed copy to the PM and the PM will distribute Copies FOR PURPOSE OF COMPLETING?HIS EVALUATION Verbal notice Is der/nest as a formal notice documented In meeting minutes;speed memo or Project Manager's duty Written notice rs defined as a forrnatwtilten leder signed by the Project Manager SUPERVISION 1. Was the superintendent on the job,at all critical times?(40150.496) SCORE POSSIBLE ii the superintendent was not available at critical tines,the problem was serious enough for the PM to send a written notice to the I l( 5 contractor a-Superintendent was svallable at all critical limes 4-PM had to give verbal notice regarding uneveilabiiiy 3-PM had to send conciliar notice to contractor 2•PM had to lend 2nd written notice to contractor 0-PM had to.send 30r more written notices 2. Did the PM need to have any of the contractors staff or subcontractors stall removed from the job? (00150.30) If so,the PM sentwrtilen notice to the contractor directing.removal of one of the subcontredor'a staff and/or one of the contractor's I s t 6 l staff from the project. 1 J 6-None removed or removed without direction from PM 4•Subcontractor Oaf removed Q direction from PM 3-Prime contractor staff removed-1a.titrsetlon from PM 2-PM had to send multiple written notice to contractor for different topics 0-PM had to lend multiple written notices for one direeliVe 3, old contractor provide adequate superViaidn of ell subcoMCaetors?(00IZG.40) 5-Good Supervision A,PM had to give verbal notice to prime corrector regarding supervision of subcontractors 3 PM sent written notice regarding supervision ofsubcontractoni 1-PM sent multiple notices to contradorragsrding supervision of subcontracts 4. Did contractor manage eommunleathxt between subcontractors and PM,office?(00150.40) 6-Managed communications adequately I ° 1 0 1 4•PM had to provide verbal direction to contractor regarding yommunlcegon of subs 3-PM had to send written notice to contractor regarding coirimGiticelton of subs 1-PM had to send multiple wrier notice regarding Cornmunicsllon with subs PROGRESS SCHEDULE S. Was the contract completed Within the adjusted contract time and without liquidated damages? (00180.66) If not,at the conclusion of the project,calculate the total number of days in liquidated damages divided by adjusted contract lime(In I days). 6 5-0%(No&quidated damage) 4-0-2% 3-2-6% 2-5-10% 1- >1O% l I 734.2469a,Part B(9-2006) Page 5 of 11 Cdyrtu:Uw,Forms WeWd.sty,Won,aesonmrtOOotMvyrevmbuenae emaennsl sing 6, Did the contractor submit the required schedules and narrative reports? (00150.41) final.the problem was serious enough for the PM to withhold progress payments)and send a written notice to the contractor. r S l5 1 5-The contractor made appropriate submittals and regularly updated schedules without reminders from PM 4-The contactor made appropriate submittals but required regular reminders from PM 3-The problem was serious enough for PM to withhold progress payment and sent written notice to contractor 2-PM had to send 2nd written notice to contractor 1-PM had to send more than two written notices to contractor 7. Did the contractor comply with directions of PM or inspector(s)in areas other than those already covered in this evaluation form? (00150.00) 5-Contractor complied with virtually all directions 55 ! 4-Contactor disregarded directions and caused PM to re-issue direction 3-PM had to send written notice to contractor 2-PM had to send multiple written notice to contractor for different topics 0-PM had to send multiple written notices for one directive QUALITY OF MATERIALS d,WORKMANSHIP B. Was the work completed with the quality of materials,workmanship or other quality specifications required? (001SO.00 And 00150.70) if not,the problem was serious enough for the PM to send a notice to the contractor to suspend work. 41 1 5-Virtually all materials and wodkmanship met required specs 4-PM required to repeatedly verbally caution contractor regarding materials and workmanship quality 3•PM required to send written notice to the contractor to suspend work 2-PM required to send 2nd written notice to the contractor suspending work 1-PM required to send 3 or more written notice to the contractor suspending work 9. Was all work completed on the pro)ect without the assessment of negative price adjustments for material or work that did not comply with contract quality requirements? If not,calculate the percentage se a total of the negative price adjustment divided by total contract payments 11 r 5 1 5-0-1%(No negative price adjustments) 4-1-2% 3-2-3% 2-3-4% 1- >4% 11. Did the contractor provide proper material certification documents In a timely fashion?(00165,02 and 00100,70) If not,the problem was serious enough for the PM to send•written notice to suspend work. 5-Contractor regularly provided Wisely cmlification documents b 4-PM had to regularly remind contractor to Wm in documents,documents prodded afar materials had been Incorpoated. 3-PM had to send written notice to contractor regarding timely submission of documents 2-PM had to send 2nd written notice 12. Was the project cleaned up and the final punch List completed in a timely manner?(00140.90) if not,the problem was serious enough for the PM to send a written notice to the contractor to provide the necessary resources to 1 complete cleanup and punch Bat Work. 5 6 5-Punch List Bend were taken career quickly 4-PM had to repeatedly contact the contractor regarding punch fiat work 3-PM had to sand wr)rten nodes to contractor to complete punch list items 2-PM had to send 2nd written notice 1-PM had to send 3 or more written notices 734-2469a.Part 0(9-2006) Page 9 of 11 c«awaron rows WON%kw haw vow eoogooinwrrc«■cn+abnConarae n rgtior . 1 1 i' PAYMENT 13. Did the conlracter comply with subcontractor and supplier payment requirements?(00170.10 and ORS 270.314) If not,ODOT sent written notice to the contractor or receipt of bond claim tiling(s)from fast tier suppliers and subcontractors (This 5 excludes releinege or monies which were actually in dispute.) 5'Mc Issues regarding payment to subs ' 4-PM sent written notice to contractor of receipt at bond claim hinge from subcontractor or supplier 8 PM had to send 2nd written notice 2-PM had 10 tend 3rd written notix 1-PM had tamers than 3 written notices 14. Old the contractor comply with wage payment requirements for this project? (00170.66b) If not,COOT had to send funds to SOU so they could pay workers directly eller the contractor refused to pay wages or correct 5 uniierpayrrienL 5-No significant issues regarding wage payments 4-ODOT had to send written notice'enard'm9 subcontractor wage payments wage payments ` .3-0007 had to send written notice to the prime contractor reg edngwage payment I 2-ODOT had to send multiple written notice regarding 1-0001 had to send multiple wn(ten.notice to the prime contractor regarding wage payments i • 16. Old the contractor and subcontractor submit required certified payrolls In a timely fashfon7 5 s ! ula submitted payroll documents in a timely fashion �-'Coturaeter and Subcorrlradors rag rtY 4-PM had to glee,numerous verbal reminders regarding submission of payrolls 8 PM sent.wrttten nofioe regarding timely submittal of payrolls 2't?LA aefl ndwr!ten notice 1-PM sent 3 ar more written notice AFFIRMATIVE ACTION 16. bid the contractor meal the Commercially Useful Function(CUF)requirements for this project?(Disadvantaged Business Eni*rptlsi Provisions). ( $ fi H reef,the prbblein Was.serious enough for the PM to send a written notice notifying the contractor of the CUF violation. S•No issues 4-,PAt_seni written notice to contractor Z'Pink sett more thin one notice to contractor 17. Did the contreetor meat the Equai Employment Opportunity(EEO)requirements for this project? (EEC Provisions) Him,the cordrador hid to submit corrective a corrective action plan. 8 • • :•No Issues 4., to the contractor {• 1t bid the contractor fulfill the On-The-Job Training(OJT)requfhrmenb for this projaei?(OJT Prevalent) If not.at the conclusion of the projecttme PM sent written notice to the Contractor notifying the contractor that the OJT provisions had I 5 B dot been meL . x 4'Cohtracidr met rcqu)remerAs,but regbired significant effort by PM to obtain documerilation e-PM Sent written notice to the contractor to obtain required documentation t'Contractor fatted to meet OJT/Apprenticeship requirements SAFery .• • 18. Did,the contractor comply whh OSHA and contract safety regulations for this project? (00170.50) /that.the problem was serious enough for the PM to send a million notice to the contractor to lake corrective action. 3 3 i ! ' G-Contragor met contract safely requirements with limited input Mom PM ! i �:PM:ruterly provided verbal notice of safety concerns on the project 1.11)4 said written notice of safety violations to the contractor r 1?'M sent more than one notice of safety violations to the contractor 734-2469a,Part B(s.2006) Pape 10 0111 caHanucen Farm WemaI NO tkonv4 past p„woolee yrcauinzbmrcensera orlsisal { 1 I 11. k, • TRAFFIC CONTROL 20. Dld the contractor provide and comply with the Traffic Control Plan?(00220.00-00226.11 and 00180.70) H not,the problem was serious enough for the PM to send a written notice to the contractor to correct or suspend work. I I 5 I 5 5.Contractor provided and was In compliance with TCP 4-Contractor oompfied after verbal direction was provided by the PM 3•PM sent written notice of TCP violation 2-PM sent 2nd written notice of TCP violation 1-PM sent more than 2 written notice of TCP violation 21. Were traffic restrictions on this project in accordance with contract allowances? (00220.09-00220.90)? If not.the problem was serious enough for the PM to send a written notice to the contractor. I 5 5 I 6-No significant Issues 4-Contractor cautioned verbally with respect to the traffic restrictions not in compliance with contract requirements 3-PM sent written notice of non-compliance 2-PM sent 2nd written notice of non-compliance -PM sent more than 2 written notice of non-compliance COMPLIANCE WITH REGULATIONS 22. Did the contractor comply with the requirements referenced In{00290.00 through 00290.91)end any related permits acquired for the project? if not,the PM sent a written notice to the cbntrector atter the contractor disregarded contract requirements,or because the contractor I failed to correct deficiencies. l 5 I 5 5-No significant Issues it-PM provided regular vernal notice to correct deficiencies 3-PM sent written notice to correct deficiencies 2-PM sent 2nd written notice to correct deficiencies 1-PM sent more than 2 wn"tten notice to correct deficiencies 23. bid the contractor submit all required environmental reports(I.e.PCP,ECP,eta)in a timely fashion? H not,the PM sent a wrrIlen notice to the contractor after the contractor disregarded contract requirements,or because the contractor I failed to correct deficiencies. 5 ! 5 5 -No significant issues 4-PM provided regular verbal notice 3-PM sent written notice 2-PM sent 2nd written notice 1-PM sent more than 2 written notice MAJOR BREACH 24, Did the contractor receive a breech of contract latter for this project? I 5-No 6 5 I 3-Breach letter from Project Manager 1 Breech leper from Chief Engineer TOTAL TOTAL SCORE POSSIBLE SECTION B SCORE J 103 1 105 CONTRACT REPRESENTATIVE SIGNATURE AND DATE{Signature Indicates that contractor has reviewed evaluation.) 0 Agra 0 Disagree Percentage Score PROJECT MANAGER SIGNATURE AND DATE 88.10% Percentage Score (TOTAL SCORErrOTAI.POBSIBLE)X100 NOTE: Use a separate sheet for additional comments and staple to the back of this document. Distribution(Include Part Aand Part Bit Construction Section(Original) Region Manager Prime Contractor 734-2469a.Pan B(0.2008) Page 11 of 11 {Ce1YlKlpll foam wsbute Nip thy"mcponpoypppTMwy>Com1441pNCO F014141 r7Nm1 City of Bothell' June 21,2010 Scott Paul,President Paul Brothers inc. 8601 SE Revenue Road Boring OR 97009 RE: Centennial Park Dear Scott, I am happy to provide a letter of reference for Paul Brothers Inc. Your firm's work on the construction of Centennial Park was excellent. The construction completed by Paul Brothers inc.(including new restroolns,the relocation of a historic school house,new play equipment,pathways,landscaping,picnic shelter and interpretive areas)completed Phase l of this facility. Your firm's depth of knowledge and experience with constructing and managing infrastructure were essential to the completion of the first phase of this project. I enjoyed working with your staff and found them to all be a team of professionals. The commitment to details,teamwork and clear communications was a hallmark of their work. Centennial Park has been appreciated and admired by the community and city staff since it was opened as part of the City's Centennial Celebration. The quality of work provided by Paul Brothers Inc.is evident in the high praise our new park has received. I would recommend Paul Brothers Inc.to others looking for similar results and service and look forward to the opportunity to work together in the future. Sincerely "Lexi Clark Meek Facilities and Park Capital Manager Community Development 8c Public Works Dement= 9651 NE 182nd St. Bathes.WA 98011 CD 425.486.8152 PW 4254862768 www.o.botbdLwams Mows e.nefeedpape Melt two fii LILane County Public Works Departiment . November 3,2009 Paul Brothers, Inc. 8801 S.E.Revenue Road Boring, OR 97009-9492 RE: Letter of Recommendation To Whom This May Concern: Paul Brothers, Inc. served as the General Contractor for the Martin Luther King, Jr. Roadside Development project for Lane County. The landscaping project was part of the construction of a new arterial roadway to serve the new Sacred Heart Medical Center at RiverBend, located in Springfield, Oregon. The project involved the • installation of approximately 25,000 different species of trees, plants and shrubs along with an irrigation system for the two mile long project. This three year long project was difficult and challenging, as it required an extraordinary amount of coordination with other contractors and utility companies. Their work was delayed numerous times beyond their control; however Paul Brothers responded and adjusted their work schedule accordingly each and every time. I had the pleasure of serving as the Owner's project manager and working directly with a number of outstanding employees from their firm. Scott Paul,President was always available to meet onsite and amiable to changes Imposed upon their firm. He and others from their office were always in constant communications, which permitted issues to be resolved in a timely manner. Bill Kitchens who served as their onsite foreman was easy to work with and extremely knowledgeable about irrigation systems and landscaping. He demonstrated an Innate ability to work side by side with other contractors as well as coordinating the work of his subcontractor's. The project had a two-year long Plant Establishment period. During this period it was their responsibility to maintain the irrigation system and plantings,as well as conducting weeding and routine maintenance of the project site. They maintained the site In excellent condition and were timely in replacing damaged or dead plants and trees. It is my pleasure to write this Letter of Recommendation and I do so without any reservation whatsoever. I found Paul Brothers, Inc.easy to work with and had the ability to handle any task presented to them,no matter how big or small Please feel free to call me a 541-882-6994 if you would like to further discuss their qualifications. Sincerely, David L.Brown, P.L.S. Construction Services Manager 3040 NORTHDELIA HIGHWAY•EUGENE OR 97400-1696•(541)642.6900•FAX 040 6124501•www.larxcnomy-orr/pw { 600 WE&and Ave ~eve oregonmetro.gov Portland.OR 97232.2736 503.797-1700 503-797-1804 TDD 503-797.1797 fax , Metro I People places. Open spaces. November 6,2009 Paul Brothers Inc, 86015E Revenue Rd. Boring,OR 97009-9492 Dear Scott, Metro was pleased to work with the Paul Brothers crew on the Cooper Mountain Nature Park project. You have an outstanding team of dedicated'employees that are responsive,problem solving end'herd working.I appreciated your team's willingness to work With me as the owner to solve problems creatively and fairy We were able'to meet the deadline for opening the park and work through some permit and inspection challenges along the way, . I would be pleased to work with your firm again and would be happy to serve;ma referenCe_ Sincerely;. 01 4. Lydia Neill Construction Supervisor 1'•HHbI MI 1(41.1.J.....H t pJJ..n 7 230 NE Second Street • McMinnville, Oregon 97128 • www.ci.mcminnviile.or.us November 5,2009 Scott Paul,President Paul Brothers Inc. 8601 SE Revenue Road Boring,OR 97009 RE: McMinnville City Park I Wortrnan Park Renovations and Improvements Dear Scott: It is my pleasure to provide a reference letter to Paul Brothers Inc. Your firm's work on our City Park and Woriman Park renovations and Improvements project was excellent You may recall that these two parks are some of the oldest facilities In the City's park Inventory. The upgrades and additions completed by Paul Brothers Inc.(including new restrooms:renovated existing structures;and new play equipment,pathways,landscaping,and interpretive areas)very much enhanced and improved both facilities. Your firm's in-depth knowledge and experience with constructing and managing infrastructure projects were key to the successful completion of the work. I enjoyed working with you,Glen Wisbeck,0111 Kitchens,and Tim Shaw,and found an of the Paul Brothers Inc.staff to be professional. It was clear that your firm strongly values an attention to detail;a commitment to teamwork and dear communication;and excellent problem solving skills. Since the completion of the project work,I have received positive comments and feedback from our City staff and from citizens regarding the quality of the Improvements constructed by Paul Brothers Inc. I certainly concur with those assessments! I look forward to working with your firm on other projects In the future,and would not hesitate to recommend Paul Brothers Inc.to others seeking similar services. R- =rds, PE . Community Development Director Community Development Department 231 NE Fifth Street,McMinnville, OR 97128 (503)434-7312 FAX(503)474-4955 WEST VALLEY SCHOOI.DISTRICT NO.205 - l, 8902 zlnit ROAD •4 i® YAKIMA.WA 911908-9299 1509)972-61X111 41;,,57 ViLfF.Y�ChiJ:.111 iFJ.i FAX 972-6001 November 23,2009 To Whom It May Concern: The West Valley School District recently had the opportunity to work with Paul Brothers,Inc.on one of our construction projects. The project involved developing 10 acres into an athletic field complex. I would like to take this opportunity to recommend Paul Brothers, Inc. as a general contractor. The first reason I would recommend Paul Brothers, Inc. is because they have staff that are knowledgeable and have the skills to complete the job in a timely fashion. Our construction project was on a strict timeline to complete the project during the summer and not disrupt school. The project superintendent and staff set a construction schedule and followed it very closely to insure that the project was completed timely. In doing so,they also insured that the project was built to specifications with high quality control. Mother reason that 1 would recommend Paul Brothers, Inc. is because of their team approach. From the very first day I fhit that the school district was working with Paul Brothers,Inc. Their company management made it dear that they wanted to do a good job for the school district and we had excellent communication throughout the project. When issues would arise they were quids to solicit answers from the district and the architect to make sure that the project was constructed the way it was intended. The last and most important reason I would recommend Paul Brothels Inc.is that they take pride in the final product that they are providing. Diming our project meetings and onsite walk troughs it was obvious that they cared about doing a good job for the school district. Their management appeared to want to build athletic fields that were good enough for their own children. They would point out things that just didn't look right and make recommendations on how to make it better. They would also make recommendations that would help the district in maintaining the fields in the future. Even with their recommendations the change ceders were minimal and only reflected those things that made sense and enhanced the project. Again,I would like to recommend Paul Brothers,Inc.as a general contractor. I would certainly hire them again as a general contractor on future school district project& If you have specific questions or would Iike to discuss their performance further, please feel free to call me at 509.972.6006. Sincerely, Thomas M.Fleming,CPA Assistant Superintendent for Business and Operations Equal Opportunity Employer SCity of Seattle Gregory 1 Nickels,els,Mayor Seattle Public Utilities Ray Roffman,Acting Director November 6,2009 Paul Brothers Inc. 8601 SE Revenue Road Boring Oregon 97009-9492 Reference;Recommendation Letter To Whom It May Concern: . I am a Construction Manager in the Construction Management Section for Seattle Public Utilities here at the City of Seattle.In the year of 2006 I had the opportunity to have Paul Brothers,Inc.as a prime contractor on the Pinehtust Natural Drainage Project The project consisted of 7diffarent sites located in NB Seattle. The Superintendent,Foreman,and construction mews were all a joy to work with.They were knowledgeable about the work and displayed efficient skills in project completed in a timely manner.Once a week our resident engineer facilitated weekly project meetings.Paul Brothers,Inc.was extremely cooperative during this time and instrumental in making decisions.They presented good records that confirmed what they should be paid each month.They managed their subcontractors well and demonstrated site safety on a daily basis.The punch list on the project was minimum and resolved quickly.The Mks in their main office that handle the submittals and other correspondence were always quick to respond. In closing,Paul Brothers,Inc.was rated high for their outstanding performance with the owner and the residents within the vicinity of the sites.!personally would recommend them to any other agency and most certainly would welcome their service in the future spin for the City of Seattle.If you have any other concerns or questions regarding this company I am available by calling(206)6844070. Sincereellyy,, Ticq-,/< be I..Carter Construction Manager Construction Management Section Seattle Public Utilities Seaak Municipal Town,700 Slh Avesta;Su1te490o.PO Box 34015.Sean,WA 95124.4015 ?et:(206)6144551,7TY/TDD:(206)233-7241,Fax:(206)654-4631,brand Addnax lltidivAnvauagk,5ou,An0/ An egg orPloYmen 1 oppommiky•arrnnrtive adios employer,Aceonnnoduusoro torpeople with&WalliesProvkcd upon ugee+4 • $11t)1"' IPNDSCPIr PRCNITIC7URt November 13,2009 Scott Paul Paul Brothers Inc. 8609 SE Revenue Road Boring OR 97009 Re:letter of Recommendation Dear:Scott Paul lam writing this letter of recomrecommendation for Paul Brothers at your request. 1 am hopeful that this letter becomes a useful for your business as 1 truly enjoyed working with your company on the Madison Park improvement project. 1 was:irnpressed witli the fact that Paul Brothers employs:a knowledgeable;highly skilled crew that has been,working for Paul Brothers for a long period of time Tim;Shaw was the site superintendent.or the Madison Park project. Tim's knowledge of construction,.attention to detail,oversight of his construction crew:and willingness to go the extra mile was one key to the success'of this project. I have•recommended Paul Brothers colleagues and have*de 1t a point to notify Paul Brothers of potential projects and upcorningbids for projects that we,and others have designed. I look forward to working with Paul Brothers Inc.on.future projects. 5inrerely; 9:- l Jim Keller Project Manager Site Workshop 1927 PostlAty eitVr.WA 96101 7:706 285 3026 7:7062853629 vrowsdewot sbDp.Det Duwamish Hill Preserve Phase 2 Paul Brothers, Inc. Responsible Bidder Determination—per Addendum 1 As evident by our past jobs listing, Paul Brothers, Inc. has specialized in landscape contracting for decades. From most recent jobs to those over the 10+years,we have vast expertise in all phases of landscaping, plantings, beautification, irrigation and more. Relative to the specifications for Duwamish Hill Preserve, we call your attention to some key projects which demonstrate our experience and knowledge in: irrigation installation; natural landscaping; native plantings;working in historic and sensitive recreational environments;outdoor education projects; natural habitat restoration and volunteer participation plantings. By NO MEANS is the list below exhaustive, simply a sampling of a few of our recent projects to highlight: 1. Water Environment Services: irrigation; natural landscaping; sensitive environments;volunteer participation 2. Port of Ridgefield: natural landscaping; native plantings; sensitive work environment; natural habitat restoration 3. City of Monmouth: natural landscaping; irrigation; recreational environment 4. City of Seattle-Parks and Rec: irrigation; natural landscaping; native plantings; habitat restoration; historic sensitive recreational environments;volunteer plantings 5. Tualatin Hills Parks and Rec: irrigation; outdoor education projects;volunteer plantings; natural habitat 6. Clean Water Services: natural landscaping; native plantings; natural habitat restoration 7. Clackamas County: irrigation; historic recreational environment;volunteer participation 8. METRO: irrigation; natural landscaping; historic recreational environment; outdoor education project; natural habitat restoration 9. City of Shoreline: natural landscaping; native plantings; natural habitat restoration ;outdoor education projects ...and many, many, many other projects! CI VI 1-1 Tr y W o 0 0 0 0 0 0 rq NI h E" 0 0 a — — 0 J L c c ci c LL E 00 " d to v°i § E 0 132 c in M •. .o V v t0 11:3 Qp c) c) cc c) °o 0 0 M y % o 0 0 0 0 '--I o O i � O O N al at O VI CV CT- LO 3 .4' o VI Tr N � � N N s r4 V) 1 1A CI h gel t0 O 1.., a) E - o U el A N 0 L.: y{3� c ± > Qi �_ a) n to 'C N o1 ,► V to O C ?i a)'in L) N �J J ._ 0 o_s t) E •+. ac rn 0 v 0� U U c n O i o_ . c 0) co Oi CO w Oi a o� U O h '1 °�' a) n ° �' ,� C c to c a) w c Q +' 'U a nl O 0 m a) a) C c o - +, c7 = to N Q O L c •p1 4--. c v°i !° '° � '� c �'F= 0� s c� I� V 0 � Y o c -Y.. CL ca o Cs w e ni°!= O o c '`- o � v •� N �o c o to p z O r r -0 -V as 3 c c craw c Ce '00■ O ti H W ono a) g °� a) ° " � O � Ync � a ° n� a �� L DI.0 C L d v 01;, C > o ,;L o ca ° aa c taa c �a �. C +' ~.� t) c o O � c o c c t r° L^ s `7a Q Q 0 `0 < 0 .O � 'O �_ (� T a) o a) a2i ° -V aci CO a = RI CO '°1m= ° Cm 2 airs 1— to w � ,- w CL) 4- w CD w 3 . Qf w a w � a cu m O to V IC j O C CU 13A0 04 c a) 0 0 2 a `' > •a c a yh. d *0 •" M ,a. a o - h Q C O .. V) f 6 o n E (I) E a o 0 ,�-4 t y O ...O� ca a v c 0 -J Y - rn a o a_1 0 O O � °° U U n . C. to Z Y E N vi ILI as y i O O r1 cn 7 0 J tai o Z to c al .0 O o -2 -0 3 Q n a) ...1C a) c c a)•ft, ' •In 0 N O ca ra �° O E c to i .� tip �, > o_ _I C� J _ ¢ .-1 as U a, lb 00 ,e :C Eo V O '„ M > C m 5 w �"� y �' N - E th ff;__ ° C 1( o S O ©V Oo lO R O` R▪S N. @ i1'f Q t6 i O QJ C a) to tv N 0 E x ° N 01 csi L N .� C (n c) In R '•-t O La c a) ` t6 CO 0) to V }' ri c Z M ro fV fa RI O N Lo at) rya c rn (A E 1- v M O E to to a) o^ r4 Y a) cn tv 'V ,1 C. .�' J N 'o E a) wYV `v � rn E � E '� ¢ a' r� " Q � '-° N "' co > rnc°o V a o, '- E � � 0 v c gt = +.. c m o a � oL Ca ■ c c ao C -DO i M - M CO M M M M N N r-( ri .••( ,1 ri ..-1 ,-I ri .-( O O O CD CD CD CD O CD 3 C C C C c C O ` O CD O CD c O CD O O ,�-I O O '.D CO M CD N O M - N 01 Vs ID Q• CD VD O IInn M ON) 1 ` M 01 - N N 00 In CD • In N '.0 N N M EH- '. Eft en 1 - EA- tPr i!} 0) O) a • p1"'A U N O Cl_ di 0 O a C C V CT V `. . C a C a C Q1'yi - 'V O a c_ (o Ol N .LLI Q.'112 O LL. p N W (>O U .0 �. Q. ( � Z 4- QI > Y O C x O C Q > c p - rn N c33 w (a (^ a= .eu d v) Z. "C 0 x -V 1 c U V- i = VI ^L �! U +� Q Q 'c: - g N a of it) di Q N N u f0 3 Q E c (O a E•>j a E o' m" ,.; �. c NN C cn c a E v -Q `3 E vi 3 _ O O Q1 O (0 c) 0 4- (O 0 O O J '7 C' -- a-i O U t c O C 01 J U 0 .. = .0 •n= tOil �°� o O so a a1 Li- a n � Z 1 0 o ca J Ynv_ c w ot,`1 . - g y rag � 'vi F= L •- c w E g v u cw • t N 3 . O 0) f0 V etc. '(O c _ N ur _ w 0) L > O) 0. O) .�.p N s (n w U >. 01 0 v C 01{Q Q) U N _. 44 rn at a Q Q1'= O).To to Y F= C).O 'C (0 F (d U +L 'a. (0 O ∎ J (13 a., (0 W F- (O a' CO Q. (O u C 16 d (O C I- Q 1- 01 Q. Ce Ce C C v �(0 C - C G) V) U U C C1 CO.) C y C •C N 01 C C_ c a) u i'm (^ F- (o .c c '� ._i (o p • uM CO N CO F- (o tj 4- "i (a w z > 4— i CO O v1.ce i_ Q1 }O. i ce >■ i a.. L. > N (O C 'Q C C QQ C (O.X N Q1 t'/1 0 0 Ql Q QI Q Ti) i=+ �Z+. 0. in Q10 I-) n L Q1 nz+ . O) c0 Y L (O W Y vi CU ) C CO a . T. to a -J . C W . n' C W . N w y C -- -V vdi C w tc C i •vE C ." N N O. U " �' v c . _ .fa '. G)•O. `_ vi L C a'd i c Cn'a 03 0.... L. fa a Ce > . E )U O j 0 U CI_ O >_ Y d a p c c .E U O a_ O i (0 U m+, .E ,000C ,... ..,c) a 3 a U CT L U U c = (1) 1- 3C.)p tj1 Q W L •- to L t IU)1 Q L O V) Q L '- �6 t L to E u1 u.i L V) c0 L., 0 C m c0 •:1-' 01 CO 10 O C m Q (V (V c03,..� co CO3 (O O (CO CO , (O 0 (a0 -, m Q (O pi C -• C0 m< (0 C C CO U O. w CO 4_ 4_ < w v, .- < w t'i1 u IO — < a Li) 4_ 0.4_ Q V) W _ < w u— < In Lk) L 0.,0 < a LU .- 0.— < a..w .0 _ < a 0 (o•O - 1 - a) 4E _se it Y gyp a. a .03g a- 0) a v a�i > 3 u a E N N 3 a) �. o tit a) o Y CO v _� C •E n (`o O (o (0 .0 00 N O o t� m m z-a m F- _ I W - m a U ■ N n O M M N In t0 1D N O E i M 00 0 ID 0) O en cx In M C OJ tj NI E O Ce1 06 O n Mp O .+O' CO m CO N > ! CO M (0c) M 0• In VD Q cu O N ' 0 RI 1..a. N in V �M N lA 1a//�� y Q In O N X in a,. C „',c- U in Y in U- Ln N U (`M') cu CO N p C 0 i 3 N N CL' M O .-i Ln •n N E cc C M CM U In O1 M C E C H, M N +r C - M Q LA �f' O -p c .00 Lp 00 T .(0 (0 Q7 x (O p c co N, c 00 MD m N U C 1D V ul(� NON O'i C re) C � �cr (CO (gyp m � U v) NOtD L 0 ,..100 c v) NOS COO vla0T YQ � ID mLfl �w a.j .M-I � ' d0 Ql � ia01 (+7 aa � MlOOn N iQQ1 LD i �C. YO � E Y c.. 1) M N O O oe a 6 a O N.. O ' O ( Q cY LA - N a% (O C dry CG I10) . ( .N^ M (CI a{ M O 0 N O 0 c a (0 a' = 0.� o •30 � Q c� ° > 0L -C v1 0 U n (11 >. °n o' 'n 0Lnn � rJ te a`) o � O 3 = ccz@ co o � c@ N c 3 °D� i) t0 Q1 = c3 -c m -ce LO 2 cYL (`"o > U > N = cU _C C C (n d W> (n >. U U 0 VI C c ' O J N N O i @ U, C p N E f0 W a) C V) O i .4.1 V) Nm C 00 >' ijL 0X (Us mt0 � OLL (0 --I (4-' V) N -Q@ 0 � EUL'' N - Ym p '-^ vl � ^ Nm (00 IR N ((0 E OC �N C C C .? O m E sr) 'V t t (0 ON (>0 > 3 In U 'O ° CO N co Z' (U) U O a0) C C CO N (>O C 0 N C) .- L 01 CO (O N O N.- O N 4) 3 7 0 N co (0 41 .Ln 70 C Q1 0 N .N G) .( (O In a- N N 0 In 0) 0) F- )DmH ,., UMInZ c UO3V) NGNC OLn (!) _v F- uDm0o 0 InIn < (a 1- '.DmOOC7 U ..--I00 -c) 1- .-Im0 • N .•-, .-, .-1 O O O O O - O O ,-� O O 0 O O O 0 N N N N N N N N N N a) To— c_ a) a) ro a) cc c W C p_ c LL W E V) V) V) O O 0 O O O O O 0 O O O v) N . -4 O) ci O) O L/1 LO N. N 0 co 1" t0 LNf, N M 01 N O CO N O N-c CO 0071 NJ LJ1 1..n co al LO -cr en V+ vi a p, a) a Y Z Q. t Ua i a 0�.2 3 4-1 co �� _pJ 3 d, > O (OU �� > O, a> 0) a � 2 •C O_ S 3 c `• —° w ++ ¢a �a `^n " CO aa) to n¢. +� -, 4._ (0 Z - L N E c w L -Lp 2 _c Ou w U OL N Z OL O C :-.J _a. IA- v ^3 I-- ° nUpl= c ai u Y a c 3z c o 1.= (�g •n c.i CL '= O ¢ C m ut L Q OV w I'Ll al 0 2 ,o a) +-' O ¢ t vvi w w uJ a) w ▪ CL.0._ � '� a� a t N Z O .0 u L � o a) c H Ernes ° ) 0Qe ° � , `moo ce ta) tnQce a tiiQa,? a) co a O ,Lo L Ce U - i C U 1 a Ce b N a W w a) C Cr)1= +� ul U +, 0 a O co •L-- a U YO o w tn L Uj p,+=aoL C C my 0- c a C ,o `Suw o O .E c if, 0: c g( 3 o pia 3 a�;a coo O — U 0 CO O Y a >'0oc _¢ in U ¢ ,,, � -0 - v' �cw to - ¢Z ',nc1- - .0 ca . co co ,n o0 d L (0 M o0 o O m OL (L6 c oC LO •c L o0 2 p ro o 2 co ,o O Con L) co 7 0 oC W G (O ¢ ¢ W Cl. 3 ¢ a) E ¢ a) - � ¢ I- N .. < a) U ¢,n a) n� a) Ow ¢ oL Q1 -C1 (-1 ¢ L 4-, C a) CD a) .1 (o C O ,p c I '0 o N _c E .5 a) a a) Y "co d �v I L a) a) Z co Y W N c C .�+ co N cin Its ray' cco N ex a) 'till a � fir, E D_ c U a c p s �i o, o v P. 13, Y 0 •c oY aa), E -0 •a--) cg c� .o) CO C M a) I- E 0 o a) Ua m � (9 tod U) © To TO O0 m � co 1• m> �M 0 a a) '.--, CO O .x. 4 .1 c MO . O * .--, .--, C LA L .1 N r`, C rd d E M O c0 cT6 Ln M .- -p O 0_ Ol Z n w M N > Z 0 Le LNf, N L) > ' vs T aJ O Ovj ^ N O �MN i) 0_ ON p n0 N , m ^ ycc a) pMtO L d .V' O t0 a) .1 .1 C7 (`') ao O , a., d• a0 '�' L [M Ln _ v N c c .,-,-, Lin� Q � CV) o a < rno°o o E0' rt°,') o al NI = au00000 E ot) Ern '-' Li = rn aLt c < -dm LO c) ai O) I O£ ¢ N E = a) ¢ O t O OO) < p u pa, N E O n- , L — a) ¢ N L i+U C ELn � ,a. -p co � N O coon crn N c CU Lo osa ua L dia a) (0 `° � 3 "0O �Y V c -8 a) WO >. -,-= O E 3 > Q a) Lao s U p0 o o � c v cn › 12 cez c o@cn5 c c u> cU �'Oi c O a � � = ° a o � o 0 inn Z c rn p p0 com O '- .0 O Ov0', O 7 � M Nz 4) 030 coo co C � O � � � O � Y Ov. OL -2 UcocnY O ' o v U .4v) a O .M1 (.9 ,-, Jaaf Ur\° cn0 OrN) Uoo = � = a O . v) o • / • • o rn at rn rn oo co r\ co • N ao. ri o O o 0 C) 0 0 0 0 0 . 0 0 o O C) o C) 0 C) O o N N N N N N N N N N N L L L• L v to a) ru a) no (o' (o co to a. C E C.E E LL LL LL LL LL C • E �. 7 Ln Ln U' O O 00 O O O LI _ O L(1. - O O o o a O O O 01 O �• O O o V• M O CO N Qt N U' LO M . ri M O.' .4' t0 N N r•1 N. .--1 N Vr O U' N N ,--i M N t0 n � M LO '.O. Ln N In N M O O N N t0 N. .. r-1 01 t0 O, M L11 LA CO V� i -EA- • 1)) C Z U o a 0 r CO to CU >LZ•L 4•, i E1L > ro v) u) d C 3 c O L L ri •N w U LO a)cti :0 N J a) •, �- J .` V.,..J a E O Ic6 J L vi ra U v)= N :4= O Q N (O . V1 a±+ W L 7 to W C — 01-CP a.±CZ. to o = a. to a I F ' -- ~ 01 C (o f-0 Cr) Q) 0) a di- 01y U - 7 ♦- N t: r0' (O U ro (0 -o-C' co a1 W L L Vf y C 7.-: v) 'y0—, ) -0 01 Q E CO ce E Q 01 Q c ` ln. C c C, C C �• y iii p J rN� _ N C 0 0 0a W foci— c 1.7.U v) CH j O L J C O U C W !A tnA ��. �A L71 Z 01 N U _� C CO U Q' N as c '0 • .0.r1, J (6 a'.Z C tY N - to C J Y O Q) f0 J Y. Y J Y C V) W Y C. a).J_ Y a' Y W Y Y O Q C1 • L L m C L U E E1 c. L m .-1 L (0 L Eo y„1, c L .w L ua O N a - O '' rro ri O m`� O +∎ > v n: O 01 3 o',Qa O r- n: O ,5. a.Q O 00 Q O .O 4' ri O a1 C rao `' >U UL.) �, _C. 3 — o CU > c OU 3 a1CV 3a vUa 3 :7 ;, 2U 3 a1CU U L oQ L u .� Q O1 , cc LL L °QLV LQ.Z > 'o^ Q t..� cari. 01W t..mcQ > 4)) .0 1° te (0C 0 (o < a s t ._ (a. .,. 06 <07 r6 O O < . L.Q (o to _ O < to O O <W CO (O C U 10 •m O< Q (6 L Q CO 1= 0(5. (13 (00)(.90, C < to a rn N �Q N V � Q i,.0 W N tp ._ � Q a) � � Q.� a t1 � Q CU a U Q tl a) = W a) L U Q N fl. to Q cn �� al ,_ a) (o y ct 01 w O O ;O - C. U �. •0 °- N - 0 L a) N > co U y yci. -PL +' Y CL G' C '- O Y a) N 0 E.C C 0 'O 0) - . 01 n ..CC`C '- Y too J I.._. Ln p J V �` U . . - Z �... 1--1 •1 EL CC • S a • Z N . raj In • U o . • Z C N g • O '.O 4 to O c N O Ln 'Cr U U L c. o In 00 O ,N•1 M a) 4' O`. 0o 03 CO VD al N .'Cr l!') O - co, M tOii •' O i o O In Ln v M 01 X rr C t\ 07 C M •v CUNT N (•1 t I a) .-1 L • Li? 0 03 10 N 3 L�r1 CO N rca U mO Q' o M O r. ce v o T N 010N co cn _U > O 'ice U re) 0^i Y O. .-( NOO cu -0 O 01 `° c � 0 (h >U� co �CO 4., 0M 00 OOi0 < NU OTr C > ^ N (o U C) C n � (0 >,„ , Z. � C tail p0^iIn 2 - (n < O -C O � NLN L _e co (0a01M EL to TO OL (O O' M > COM Vf OU Y O � C 32r� (n C � M (n 01 V' LA 01 4! 01" 01 C tA 'D LO11 N C„2,J.. O1 O ttoA 01 � � TC ?•o Opt 'p en,'- � O tOi) � ,� o -X C w {'� L Y N a 0 Ln . CL L a, _ T Q C y 00 ( L 0o Q CO i- (O }' (a < < N L N O eon a) t0 01 7 >' �-+ N C � N - , 'X (O '2 ,--1 (6 L O (a J _ r0 0 O Y M N to c to > C 0 > � N � v rO � OY m W > V CL (,'J •� � .-N 0 . EL O (a W f0 t6 N r0 0 (6w ] 0 ° o _ � o (n > (o J X � 7 � Era O L (a a) N '0 O > _ V LL O0co N EL.L O wZ — L 0 W CZ w 0LL apt._ OZ O a1 `~ N TL''( `_ mO (ON ra to UZ CEO YO V N C '.0 L C 0 , . L N ELZ (0 (.0 0 � N v, 0 .(_, O LLI 0a, a 0 Q Y ,..1 Y C NI "3 en (CV v at"' rn m o wkc) 0) a) o o t00 0 °>, �°% rn v aa) cr n .o � O 03 cu t°Q O fro UUO ° U C tcoo 7 (>o U .� > 3 � O >- H U +-+ I- 0 UO1ror, 2E '.OELJ U (n *-' Ln 0 0tt = J U .--1 = U UELJcc 0 01UO —le W 0 N N \ \ \ \ 0) I / E / 0 k . E k ■ / . 3 & . � _ - o o o S S % LO \ 0 N \ N CV. 0 o . N CO� k 0 » 2 C0 E } a) c 0 - as a C s2 >, 0 0c§ o k ) 0 - t . 2 7% / . /I LiuC �ƒ < . k c o 2 c k . 0 % � & E ( & § C Q @ § § // § r � j ._ j k fu _ = 2 # e 3 u � / / 0 - -c) 4-. CC' B G 266 � aV) @ « � � 52 ± a 2c2fn622E� 2k7/ 2 D\ N - _ r _ 1- = 2 = _ � t 5 ƒ f , �01 § ce tfa c � "C 1::' >. iral 22 # 2$0- 2x± wt n$ 5 <o k L. U ± # 0 ± a o . ƒ a_ 0 k k c a ° o _> E m D ■ § - ° 2 0 ° $ = 2 4 0 >- 0 3 \ / / . 2 $ « 4a M a) a k 0.o 7, k \ k � k a) B @ 0 c § C U o § k f 7 co E \ & % u — E - o 6 L - % \ 3 G � / ScoA702 -0 _ 0. 6 \ ± 4* ,0 % ' a. § � � � \ \ a) ce $ \ �$ \ --W & « 2c E $ AGGn c � cu op o_ �� � \ tcmC / � a)0') / ��}10 E co E — L9 k � G / 2f K5 ƒ � / / kk2 & \ - \ k \ C / k � / % \ / \ f §\iz mS3 � � / (0o .m (0o -� o0te Oou0 uk0- m - Un � nO -i 0. a • O O 0 O O V O Ln c) C LC) 0 LA V O O O O O (N O co O � 2 co co co ns a E o. n N C c (I) O to (n — (o N u- c)C C co C O O co O co O O O O O Ln O O O Ln d 0 N LCO (n O N C N C 0 C N LOO CO LA LD 0 Cr CO M co cs LOO t9- -EA- b4 .--i '� rl H .-1 tPr {f} -EA- -EA- U WS- O) y, O C ( C C L O C 0 C C C1 •a_+ d (o C (�0 0 C L O) (`0 .Q O) co 4, 3 O N — d vi a) `) (A' v) • c `no v) o � crn v) cai v) '-' Cm Uo Y > n n a) CO n C C C O r>o Q 32 f(po o_ c o fp v 0. (0 O) d Q) U ,,, tJ i 01+(0 > C � � ca c V (o C .O (o _ c '0 C w ( O) -y ro v) C VI C C O o O Q1 -o C 03 yr Y Y Y• Y C) .L' Y =Y C) �= Vf w ) (>o (0 N rn V) Y 12 rn a co 17 C C) 0 3 c O O 0i Ci To (no = L to 3 v vi C C _0 C L 'd C .0 L d 'C a) 'O a°) y O to in L a) v) to i to (0 O (6 (6 a) (o _ $ fa r0 (>O O N 7 7 r6 (o ] a'' 7 .`_, n W -0 Q W (c W to C7 5. C7 a 0 w rn W -0 w D . w C C a) E to 2 Y ` > I V! Y 0. d a c to a C a E c a a) o a to • y 4� a 'D (0 O 0 to C C C CO > C Y 0> m .d a 0 (O Cl) C J N L 7 N 0 CO cn L N N O O 'D oc N U a) m Ln -4,, a) a) �c v) a (n ii a = in cc ,-, (n a in C �) a) C ce c c oa c Q a) 0 ° O 0 .4 .+ U (o O E (13 0 E 0 aa) au) C Uo L U d - a (6 = O) Z_ Ct o d 'o Y = co v a c go co c co > c go v, 7 c N a) 01 .1 (6 19 d L-,tr)j °, CT '� E 1D v) O I� O O MM Y10 O Y .—I )—)- ON C A O to COO Co a � 00Lnn o 1 0o cod `o a ea NN a o v tR3 1. O cm Li) afk � M aN) L, O � M to ZM � I N. 'a- N 01 - 4., ~ Q C N a tM9 I O LEI') = N 0�0 a' 1f0 I V).--I a) CO to N O) (") Z' C) O Tr r;N > O = 4-, E � M a) 0M Cac *- 0010 j a) O ^') H (n0 a) Q01 N .5 a) � ' U .)-. pe � °- (n ro k... .7 N O 0 J O (Y a) uoa) lo p Ln co 4.) a) Q a) c worn o c a) O 0 c .c O O - v) c O Ln �/) ..y O c O vI +-' Ln O to O) c 0 N a) m O p Q N a) v C > N N ai�.., (% = • N L) rp •-1 C - > CD to v C C O N V > O c O oo Q Ln ;g tj a —_ a) _ ._ Y (7 ," x o L J Q c >j C L a M t --) c v3) r° a,N a) (n E c a) tco > vv) O v to V w m �O Cm �U 0QO O 5c1 - .. a) o° � 3 O 0 LN a) cr ONt a) O O W Cm O = O O CU QC."' C a) U O an ' CG ' a) In L , a) co) > L) ,-( P....-c) p s Zoo Y a) Ln a) C to to a) o _c _0 (o 4.., Ln Ln O v) o -- Y o a) a) N U � 0O3 ^O UMJ ^O UN5Y tna (n ^O UMJC � ..^-rm � U .-+ (nY UL022 ULn0 UaQ) v) v) V' Cr 1- m N M N O CD O O O O O O 0 O O i i i i . i i O T L L T k-,- L 7 7 c as C .n ^ to (a . no ..o os¢ a) (o a) . C cu )i ^ a) ii O N us o O O O o 0 0 o O CD O o o CD o 0 o 0 0 0 CD 0 0 of .-•i of .-i tri o v) 01 co .-( 01 O O M ,^-i V• tD 1- Tr co v) O N CO tD 1- O to OOi O N U) OM) N , U) CD Kr N M 1- N N. N N v) N .-4. -EA- ifs {{). ,-i 1 +; -a 3 os C, C) U) C (o > 'yam — C d n C) C in (a ai C (O C .ffi 'd C_ a C 01 d ro CL a mi s-4, 7 C CT bpd U .0 O C :a7 O C V C C T uUI 'O (C6 0 C C) L O O _C C O fa C (O 0) (O rj •O1 +N' '6 C C 7 C 0 CO .� (a (O ?� i a) N C (6 C O. L .� O 0 o ' N a C C - d j o V C1 ai m"0d ai C1 c C +'C O 6- 1 N 01;° U O C co •C :a `) 6 tC ns 0C) � . O o ou °) .�_ a�i � c nv c 5violw . L a) O ' O 0 Y O C � 'C L c a) C. 'd O Q1 N Y a Y C . ) V Y O Y V C Y O L m -)•O i 7 O C (Q@ O O (6 i O D7 O 01 O 4.+ O p1 (a O 0 a-' •• U w u) N L C .0 UU) V .0 .0 C .0 m L C VV/ .0 N U Y v Tii•7 O O L C (�O C 10 C O L co 7 CO s- a1 CO C 1O s- C (O Y p (a co .o U) b L) f6 ww w !a U N w .n wv C w B. w -oia w (a u • 1,3 C aai V) 't'j 0 ` _ E O °; > 'a 0 Y > J ' OL C co u d 00 C .0 U- ' Y al (O 0 (a N T L •p d a) EC CO N ~ d = N 'D Y as 'D C t+ O C ¢ O O d CU LL 0 (o O E -a f0 C si- C C 3 T CO C _ O in � O +� D O a) -c' O d O cu Y �' O L O To O CD Cr C � .0 i c p O M 'p i O CD U) 03 at rsi In 0 O N (—Ca 7N0 01 w XO � ¢ O O (LO M N C N il vC V) -C O ( M O M O• moo U ijw ' 1 N ( o UW') Q1 Zv) Ill C fC0 L LO N L (O O I I- V '� M CO opp as L � � Y w pao O) � tnM a � CO wOOi O Ul 01 0 r N (9 M � 1M O LL O ,-•( ,..� D O O kD O ¢ O�i � tD to � kr, YIJJO r` M 4..' "0 cu O � +, � �D '�i � o N � DO N01 to � � L � > O CL •C N. E01 N d0 U cu al OM C � � I�JQ 0 � C V (O C� m ¢ O N m c p (� O ( Vi o p 7 °C E_ cis O c a ¢ co- v1 ai u) O o 0 Q zE o Y m v > c cu > rn rn -- > c i rua U vi C O (us O C L 0 (a ¢ .7 L p a) N CO ¢ (a I- y (a U) '- CU •C CU 45 t3 O O • O o N O C -p V o N M . �� .-+ y CN Orn >. c 1- Y _VT >. o C a @ CO m °) d fn C3 � J J ( � O Z N 001 U U) O U 2E cd O U V) O_ c LU U U U) I- U) N l0 N +-1 M 0 0 L,0 0 0 N 0 O) 0 0 0 0 0 0 0 0 0 0 0 O O) 7 7 3 L 7 'D 7 7 r1 r, E E n Q E EO Q E n a) U) 0 z 0 O O O O O O O co O O O O O O O 0 O O O O 0 0 CO O O O M O O ,1 CO O •--i ,--i N LA M rl M t0 O co ,--1 O O O) V) V) 0) N (N O Tr O N V) N ■D V) V) U) M t0 CO O O 00 (3.;. 06. V) Ln vs IA. L!) Ti LT O) (N V) n CO (N CO N tO ,--1 M CO .i d- O) 1--1 M N O) •fY N M 1.0 'Cl" i .-i .-i a) to C (us Y 'c O . �O (O C U C o a) V .° a o .. 0 O LC ai C C c ;c a) 0 +`9U n o o $ c 3 � s U aci O1 a u (0 +' c '>° °� .E vii (�° aa)) 'r>a a, 4 o •O1 C o .2 f c- (>a rn > � > n > to (0 .`. Ln U C .� (`6.) O 01 n Y � C 2 OL C OL C O J c -a c 0 -p 'a d.v u Qo o O no no n N.� � � oU �� c — c (O 3 L E +, E +0 .� (o co a o U La LC (0 o CU w .i (0 ... (a ►-i La o C a C O L C 0. � � � w °' _ '� ±� '� c tai `�° � W (L° '�° � o o Lna c U a) c U) N `� ." CO a) a 0 o ~ � L C _NC a) cjf C g-, 1!) '> Cl) Cl) _,C a) Y Cl) > U Y cO L a) ,C.' 0 L Lc c o co n n L n L n c L c (9 CI. >` (O U O o 4; F of n c� o o o n o O OZS `3 O C L �' (O b ° C VI Vf L Ln N L VI (0 . Y L ;D ` L O � °� rn � E � � c c � c � c .� a) L .t • Lo c t .c 2 LL (�O 3 ,_ O a) a) a) (0 (a (0 f0 (O (0 (o E ±' o (a = (a (O Ci .-, U n Ln Lf. J J W J > W J i ■ CA W CO U J W — W a) L U Y 6 O_1=+ L C N to o ea LL aL-+ a C C C 0 C a E CU 0 N a) a) - 0 N C) o E o c a '(i6 I.L a.+ 0 a) -a L 0 +, a) �e — O �C a) Ln if) °. U (O �- ' c H �a co L Y 41 LL L C• a f�0 d N :� d d (V6 CU O_ a) Cl) E 4-, f0 cc O ° Cl) co Zi ( y — O ~ a) N � U L (a C (0 ._ C " 6 N (C) OL O '- O o (a y a) c = O d 7 - F -I C7v) ii > LL o. c..9 v) LL CL ]: CO Q X z Q a) 0 ` O C n,1 (O O m - N a) - . 0 L a) a):O . n Q N ++ CO L CN - (0 > rL V n a'' (J L Z to O (N A O c6 O y c.).' L CU N a) Ln >. C > C ,� C U oc U >i 20 G dS � O ON a) Q ai o m e � V) PO V) Ti`r o � o 0 O � U ra co (° o-cn a) U°' 0 0) $ C 'i Ln < COO °) 0 z a. E o E p > aa ° o < 0> H� o trig .rn 0j E O °.) o O < };N U) > ;am CO O ,1 g C s E " rn H n� ko Ln` to co (0 � ¢ al U° O a�io E O O � O c �fQ TO — c c cv) ,.-- Ln LA' O U 0 O 0 C >C) o U LO() +JOIN i +0+ O C00 C E UOOi UN (EO (Ea v 'i O ate+ w Ol i C C '- CO L ° Y Y l_ f0 = V) o a) C)) C1 OI E W (La as ' CO in N c< c ru m U) a)) ,.; < Z < YZ � zm CQO U at � I— 2 2 < OU D < E 0O • O O a) a) ON ON N N rn N CO ON ON 9 9 ON rn ON rn 0( rn O O O 0 rn >. j, i a) i i > �' a) (o c a) a) a) c a) a� a) a c . Z = � .n � = .n a .n Q E a) o r, E o o r, E E E u °Q O a O O a) ' a) z v Ln o O o o O 0 O O O O 0 0 O o 0 O 0 0 0 0 0 0 0 0 O o n kC) N ki3 Oi •O" O .O N O O N N (V Lf) kO O) a) N N 0) N 0 0 ,M-•( Cr) N LA O� V- 0 N V" Tr ,--1 00 00 .1 06 N M I� N N LA. t0 R ,-1 VD N N lt) O) Ln 0) ,--1 M O ,-•t ON LA /- N 1- in O ri O) M ,1 Ln o LA M Ln r1 rl ,--1 ri 11 C al 0 O C1 C C LT CO --03 E (o (o O) (a o. c c 'fp •- C .D V i Y C a0-+ ate-' •(�.1 V•a) oa Es .3 � N 3 7 U Vf 3 ii t'i 2 _ +' `, > 3 7 O CO C 0 C C Oi C a) Q1 tn'•� Y u -0 O vi V 0 ai u c 0. O a) C C i (o a, i C 4, Cu C f+p ID o <T E .a+ �' V ai E CT O 2 0 a) >CU 3 = c 3 > ►� 0 -0p m a`) as �e 0 Q a. c n o L c °• a (n Y Y a U) o U -a 0 (o o E c o o !o (o L71 0 0, ° co co pc 3 (LA 3a +, c 3 ; tc N vi (moo o a)i (0 (co (moo +o L.' m `�° ra co te co mo (ca (co LU CU W J LL) to U) = LL) i E-- U) J CL LL .0 W J J -. In a. in Cl) a) Cl) (0 -a oS I) lJ�± +. C in T) 4'N u a) n I Tn. L U i to ( O C p J J O ~ E (o a CL Y C N (o a) (n o V) > a) . > d O > o)92 =Q U a) e"a a c n CJ LL C C a) "O C e CL R C E C aL-' 2 N O v co 'O C 0 C t' J rr N O C ' E L N 00 MS cc) 'O 0 a) �if "O N 3 aO' n• 7 V 0 0 0 N a) 5 (io ?� _ 2 (6 E O u O v ro d - . = m a lL I- U) = on -- '--' U) Q U) a a) - 00 2 m O _ .0 2 cc O C C C C t C C •c 7 J oe N 0 o 0 0 0 ,1 O 1•1 C L C (0 o Ln t O L '47-, In o (0 Q _ a) rno U) °' � 7 �7 0 3 a0 >. 0 CL ol >. �' a� a' H ö ITD -6 0 7 fo O 0 .0 C (E6 C C c ~ C E v0 > VO E u «) o CO 0 (o m m a) ,--1 CO CO C (O C F- Cl) d a0 CL H E E > "o E E cn c CO (O ° co CO J 4... 4- ++ 4- 4- a, i' O0 u 0 a) O �„ 0 0 v o 0 N a� 0 U H O co U = 0 UU U H U U c r-, 0 0 0 0 N O i rts i-r °ZS css N (1) U N C C N 0 O 0 O O U, C N N f0 O a) N T3 O C: C • •