Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
22-011 - Road Construction Northwest, Inc - West Valley Highway / Longacres Way Construction Project
CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 9 22-011(i) Council Approval N/A Sheet 1 of 1 DATE: December 23, 2024 BUDGET NO.: PW10430OC-565000 & JL 99310410-3000153 PROJECT NO.: 99310410 CONTRACT NO.: 22-011 PROJECT NAME: West Valley Highway ( Strander Blvd to 1-405) TO: Road Construction Northwest You are hereby directed to make the herein described changes to the plans and specifications or do the following described work not included in the plans and specifications on this contract: CHANGE: See Attached Exhibit "A" for explanation and justification. NOTE: This change order is not effective until approved by the "Owner" and a notice to proceed is issued. Conditions: A. The following change, and work affected thereby, are subject to all contract stipulations and covenants; B. The rights of the "Owner" are not prejudiced; 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. CHANGE: See Attached Exhibit "A" 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: Date 1-15-25 By Original Contract (without tax) $ 3,597,407.40 Previous Change Order $ 175,954.22 This Change Order (without tax) $ 104,057.45 REV. CONTRACT AMOUNT $ 3,877,419.07 Original Contract Time: 150 Working Days Additional Contract Time for this Change Order: 0 Days Updated Contract Time: 160 Working Days ORIGINAL: City Clerk (1 of 2) Contractor (2 of 2) PW Project Finance File Contractor Road Construction Northwest, Inc. Title Matthew G. Wagester, President APPROVED BY THE CITY OF TUKWILA Date 1/21/2025 1 1:29 PM PST Signed by: Ee`` VamxS At-c(,c,bd, Mayor �E Mam, D—Signed by: Public Works Director B0042F1EB33F4BA cc: Finance Department (w/encumbrance) Project Management File (11/2014) West Valley Highway (Strander BLVD to I-405) Contract Change Order No. 9 Exhibit A This change order revises the estimated bid amounts for Bid Item #2 Unexpected Site Conditions and for Bid Item #21 Third Party Damages to match final amounts paid for each. Bid Item #2 overrun was due to conflict with tree roots for installation of conduit and illumination pole bases. Excavation had to be completed by vactor truck and hand in order to save the trees at the Embassy hotel that were outside the city right of way. Bid Item # 21 overrun was due to vehicle damage of curb and gutter at the Embassy and Courtyard Hotels along with repair of irrigation lines damaged by vandalism. Work involved removal of both the damaged curb and gutter and asphalt pavement and replacement. Traffic control was required to perform the work. No working days will be added. The Details of the cost for this change order are: Sch Item No Item Description Unit Quantity Unit Price Total A 2 Unexpected site changes FA 1 $71,368.79 $71,368.79 A 21 Third Party Damage FA 1 $32,688.66 $32,688.66 TOTAL I 1 $104,057.45 CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 8 Page 1 of 4 22-011(h) Council Approval N/A DATE: November 14, 2024 BUDGET NO.: PW10430OC-565000 & JL 99310410-3000153 PROJECT NO.: 99310410 CONTRACT NO.: 22-011 PROJECT NAME: West Valley Highway (Strander Blvd to 1-405) TO: Road Construction Northwest You are hereby directed to make the herein described changes to the plans and specifications or do the following described work not included in the plans and specifications on this contract: CHANGE: See Attached Exhibit "A" for explanation and iustification. NOTE: This change order is not effective until approved by the "Owner" and a notice to proceed is issued. Conditions: A. The following change, and work affected thereby, are subject to all contract stipulations and covenants; B. The rights of the "Owner" are not prejudiced; 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. 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: By Date 11/21/2024 Original Contract (without tax) Previous Change Order This Change Order (with tax) REV. CONTRACT AMOUNT Contractor Road Construction Northwest, Inc. Title Matthew G. Wagester, President $ 3,597,407.40 APPROVED BY THE CITY OF TUKWILA $ 93,622.85 Date $ 82,331.37 $ 3,773,361.62 12/23/2024 1 11:34 AM PST Signed by: Ma or �MM 'AaS d�l.G(,t, E2488e64613446— Original Contract Time: 150 Working Days Department Director Additional Contract Time for this Change Order: 0 Days Updated Contract Time: 160 Working Days ORIGINAL: City Clerk (1 of 2) cc: Finance Department (w/encumbrance) Contractor (2 of 2) Project Management File PW Project Finance File Page 2 of 4 EXHIBIT A West Valley Highway (Strander BLVD to I-405) Contract Change Order No. 8 This change order adds Sales Tax to the contractor's bid in the amount of $82,331.37. EOR submitted the following to the WA state Department of Revue: October 22, 2021: I submitted a question last week and I do not believe I submitted enough information, so I am trying again. I am a consultant working for the City of Tukwila (Cyndy Knighton is the PM) on a roadway project to improve pedestrian access, and add a lane of travel on a portion of WVH (SR 181), bike facilities on Longacres Way, striping, signing, illumination, HAWK signal, improve stormwater and other components. Longacres Way (LAW) is owned by the City so there is no question there that the active and standard transportation upgrades would not be taxed (taxes are included with the bid items). Our question comes into play on SR 181, which is WSDOT ROW, but not all the facilities within the WSDOT ROW are owned by the State. The project is being paid for 100% by the City without any contribution from the state and at the end of the project the City will own the stormwater, sidewalks/shared use paths, plants, irrigation system, illumination, driveways, a ped bridge, wall, ped railing and other items on SR 181, as well as all items on LAW. The state will own the HAWK signal, signal at I-405 ramp/SR 181 intersection, signal at LAW/SR 181, HMA and all striping on SR 181. October 25, 2021: I received that response and both the PM at the agency and I were still confused and the response stated it was based on the limited information provided so we felt including more information about both property ownership and the shared ownership after construction, as well as information about who was paying for the project may be helpful information to provide in able to receive a more direct response to assure we follow the rules correctly. When reading the actual WACs there was some confusion for us about which items should be taxed and which should not. DOR response Based on the information provided, it appears that the roadway project conducted by the City of Tukwila (City) partially qualifies for public road construction (PRC) treatment under WAC 458-20-171 (Rule 171). Rule 171 provides the pertinent part below: The word "contractor" means a person engaged in the business of building, repairing or improving any street, place, road, highway, easement, right of way, mass public transportation terminal or parking facility, bridge, tunnel, or trestle which is owned by a municipal corporation or political subdivision of the state or by the United States and which is used or to be used primarily for foot or vehicular traffic, either as a prime contractor or as a subcontractor. It does not include persons who merely sell or deliver road materials to such contractors or to the public authority whose property is being improved. It also does not include persons who construct streets, roads, etc. owned by the state of Washington. (Emphasis added) Below, we restate your questions and then provide the corresponding answers. Question 1: Does tax need to be paid to the Contractor for these 5 items listed on SR 181 that the state will own after the project even though they are paid for by the City? Page 3 of 4 Answer 1: Yes, the City is liable for retail sales tax or use tax on the costs associated with any parts and components of the project that belongs to and/or is under the maintenance of the State even though the City pays for it. Based on facts presented, we agree that the following items are subject to retail sales tax because these items will be owned by the state once the project is completed. • High-intensity activated crosswalk (HAWK) signal • Signal at I-405 ramp/SR 181 intersection • Signal at Longacres Way (LAW)/SR 181 • Hot mix asphalt (HMA) and all striping on SR 181 Question 2: Is any mobilization, clearing and grubbing, or other lump sum item associated with those 5 items also need to be separated out for the 5 items that include tax and also pay tax to the Contractor? Answer 2: Yes, the City must bifurcate the costs associated with the items that do not qualify for PRC tax treatment and pay retail sales tax on that portion of the contract. Non -PRC -items are subject to retail sales tax in accordance with WAC 458-20-170. It is important to use a reasonable method to allocate the percentage of the income that does not qualify for PRC tax treatment. Reasonable methods can include, but not limited to, mileage/distance coverage, cost per section, etc. The contract was awarded before the final DOR response was finalized. The RE and EOR with assistance from the City's Senior Program Manager prepared a spreadsheet sorting out items where sales tax was to be applied and at what rate. Bid items from the original bid were identified using the direction provided by WSDOT. Certain items in change orders also met the criteria from WSDOT that required sales tax to be added. Details are on the following table. No added bid items and no working days added. Estimate pay sheet was revised to include the sales tax. Page 4 of 4 WSST WSST Bid ltem' , Description Amount 10.1% 10.2% 1 Schedule A Mobilization, 9% eligible for WSST $210,000.00 $1,944.96 104 Schedule B Mobilization, 16% eligible for WSST $80,000.00 $1,326.74 145 Schedule C Mobilization, 70% eligible for WSST $54,000.00 $3,825.44 24 PLANING BITUMINOUS PAVEMENT $33,637.50 $3,397.39 25 HMA CL. 1/2 IN. PG 58H-22 $67,260.00 $6,793.26 26 HMA FOR APPROACH CL. 1/2 IN. PG 58H-22 $21,240.00 $2,145.24 45 PLASTIC LINE $25,066.00 $2,531.67 46 PLASTIC WIDE LANE LINE $1,245.60 $125.81 47 PLASTIC WIDE DOTTED ENTRY LINE $773.50 $78.12 48 PLASTIC CROSSWALK LINE $6,270.00 $633.27 49 PLASTIC STOP LINE $964.60 $97.42 50 PLASTIC CROSSHATCH MARKING $570.00 $57.57 51 PLASTIC TRAFFIC ARROW $3,060.00 $309.06 52 PLASTIC DRAINAGE MARKING $6,283.50 $634.63 53 PLASTIC TRAFFIC LETTER $27.00 $2.73 54 TEMPORARY PAVEMENT MARKING -SHORT DURATION $4,560.00 $460.56 56 TRAFFIC SIGNAL SYSTEM - WEST VALLEY HWY AND S 156TH ST $29,625.00 $21992.13 103ADJUST JUNCTION BOX $3,580.50 $361.63 135 TRAFFIC SIGNAL SYSTEM - WEST VALLEY HWY AND LONGACRES WAY $136,850.00 $13,821.85 150 REMOVING ASPHALT CONC. PAVEMENT $222.60 $22.48 154 ....................................... HMA CL. 1/2 IN. PG 58H-22 $2,124.00 $214.52 161 PLASTIC LINE $1,496.0 $151.10 162 PLASTIC CROSSWALK LINE $1,980.00 $199.98 163 PLASTIC STOP LINE $672.00 $67.87 165 TRAFFIC SIGNAL SYSTEM - MID -BLOCK HAWK $327,050.00 $33,032.05 173 ILLUMINATION SYSTEM - SR 181 $42,930.00 $4,335.93 C05 New PROFILED PLASTIC LINE $7,800.00 $787.80 C05 New RECESSED PAVEMENT MARKERS $6,800.00 $686.80 C05 New PRECAST DUAL FACED SLOPED MOUNTABLE CURB $10,615.00 $1,072.12 C05 New NIGHT STRIPING $8,068.00 $814.87 C05 Del DELETE MOUNTABLE CEMENT CONC TRAFFIC CURB $(9,264.00 $(935.66) C07 New HAWK SIGNAL BACKPLATES m $3,353.50 $342.06 Subtotals $1,088,860. $81,989.32 $342.06 30 Total 1NSST $82,331.37 22-011(g) Council Approval N/A Sheet 1 of 1 CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 7 DATE: February 20,2024 BUDGET NO.: PW10430OC-565000 PROJECT NO.: 99310410 CONTRACT NO.: 22-011 PROJECT NAME: West Valley Highway ( Strander Blvd to 1-405) TO: Road Construction Northwest You are hereby directed to make the herein described changes to the plans and specifications or do the following described work not included in the plans and specifications on this contract: NOTE: This change order is not effective until approved by the "Owner" and a notice to proceed is issued. Conditions: A. The following change, and work affected thereby, are subject to all contract stipulations and covenants; B. The rights of the "Owner" are not prejudiced; 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. CHANGE: See Attached Exhibit "A" 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: Date Apr 4, 2024 Contractor Road Construction Northwest, Inc. By Title Original Contract (without tax) Previous Change Order This Change Order (without tax) By Matthew Wagester, President $ 3,597,407.40 APPROVED BY THE CITY OF TUKWILA $ 90,269.35 Date $ 3,353.50 REV. CONTRACT AMOUNT $ 3,691,030.25 Original Contract Time: 150 Working Days Additional Contract Time for this Change Order: 0 Days Updated Contract Time: 160 Working Days ORIGINAL: City Clerk (1 of 2) Contractor (2 of 2) PW Project Finance File 10/17/2024 1 10:03 AM PDT Signed by: Pig ow�aS 9tiLG(,t b� Mayor 8EE2438D545B44C . Department L2irector cc: Finance Department (w/encumbrance) Project Management File (11/2014) West Valley Hiehway (Strander BLVD to I-405) Contract Change Order No. 7 Exhibit A WSDOT upon final review of the Hawk Signal, WSDOT Electrical inspector observed the backplates on Hawk signal heads had Retro -Reflective tape, this conflicts with WSDOT Standard Specification 9-29.16: "... Retro -reflective tape shall not be installed on backplates for other flashing beacon systems (ground or overhead) or for systems where all sections of the display will be dark as part of normal operation such as ramp meters, hawk signals and tunnels." WSDOT then requested the installed backplates be replaced. The RE and WSDOT representative discussed as WSDOT approved the ones installed with RAM submittal. WSDOT representative then sent by email the following: "My apologies this was missed in review, however WSDOT Standard Specification 9-29.16 must be adhered to. Per GCB3616 Recital 3.3.2 Agency has agreed that all material and workmanship shall conform to the Washington State Department of Transportation's Standard Specifications for Road, Bridge, and Municipal Construction. Per GCB3616 Special Provision 2, ,,WSDOT REQUIRED CHANGES OR CORRECTIONS": WSDOT reserves the right to require changes or corrections due to plan omissions or details not in conformance with WSDOT's Standard Specifications, Standard Plans, Design Manual Design Standards and/or Project Special Provisions." The contractor upon notification of replacement of the back plates sent serial letter #14 requesting payment. Their cost was $6,706.99. Since both parties had some responsibility here, both agreed to split the costs for replacing the back plates. The costs include material, installation, and traffic control necessary to correct the situation. One additional working day will be added. The Details of the cost for this change order are: Sch Item Item Unit Quantity Unit Price Total No Description C NEW Back Plates LS 1 $3,353.50 $3,353.50 TOTAL 1 1 $3,353.50 The above item is taxable. 22-011(f) Council Approval N/A Sheet 1 of 1 CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 6 DATE: February 20,2024 BUDGET NO.: PW 10430OC-565000 PROJECT NO.: 99310410 CONTRACT NO.: 22-011 PROJECT NAME: West Valley Highway ( Strander Blvd to 1-405) TO: Road Construction Northwest You are hereby directed to make the herein described changes to the plans and specifications or do the following described work not included in the plans and specifications on this contract: NOTE: This change order is not effective until approved by the "Owner" and a notice to proceed is issued. Conditions: A. The following change, and work affected thereby, are subject to all contract stipulations and covenants; B. The rights of the "Owner" are not prejudiced; 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. CHANGE: See Attached Exhibit "A" 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: Date 4-01-24 Contractor By Title Original Contract (without tax) Previous Change Order This Change Order (without tax) By Road Construction Northwest, Inc. Matthew Wagester, President $ 3,597,407,40 APPROVED BY THE CITY OF TUKWILA $ 111,798.39 Date $ -21529.04 REV. CONTRACT AMOUNT $ 3,687,676.75 Original Contract Time: 150 Working Days Additional Contract Time for this Change Order: 0 Days Updated Contract Time: 160 Working Days 10/17/2024 1 10:03 AM PDT E��i Mayor , ,� ktw o...=,. e. e.. Department Director_ ----------------------------------------------------------------------------------------------------------------------------------------- ORIGINAL: City Clerk (1 of 2) cc: Finance Department (w/encumbrance) Contractor (2 of 2) Project Management File PW Project Finance File (11/2014) West Valley Highway (Strander BLVD to I-405) Contract Change Order No. 6 Exhibit A During the contract, several items of work were deleted that involved Lump Sum items. The work deleted was: • The boring across WVH at station 159+70 for the Hawk Signal was deleted. • The Southbound loops on WVH at Longacres Way were deleted. • Relocated L9 light from North side of Longacres Way to South side just deleting trenching, conduit, and wiring. • Deleted Radar Speed sign 417 at station 161+64 It. • Deletion of trench excavation on Longacres Way by backhoe for lighting conduit as city paid for this work by Force Account. • Deletion of L16 excavation by auger/backhoe as city paid Force account for this work. • Deletion of excavation by auger/backhoe for four light bases and 1 RFB base by auger/backhoe as city paid for this work by force account. No working days will be credited to the contract. The Details of the costs for this change order are: Sch Item No Item Description Unit Quantity Unit Price Total A NEW Credits LS 1 $11,496.00 $11,496.00 B NEW Credits LS 1 $5,429.76 $5,429.76 C New Credits LS 1 $4,603.28 $4,603.28 I TOTAL 22-011(e) Council Approval N/A Sheet 1 of 1 CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 5 DATE: July 7, 2023 BUDGET NO.: PW10430OC-565000 PROJECT NO.: 99310410 CONTRACT NO.: 22-011 PROJECT NAME: West Valley Highway ( Strander Blvd to 1-405) TO: Road Construction Northwest You are hereby directed to make the herein described changes to the plans and specifications or do the following described work not included in the plans and specifications on this contract: NOTE: This change order is not effective until approved by the "Owner" and a notice to proceed is issued. Conditions: A. The following change, and work affected thereby, are subject to all contract stipulations and covenants; B. The rights of the "Owner" are not prejudiced; 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. CHANGE: See Attached Exhibit "A" 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: By,, Date J u 1225 2023 Original Contract (without tax) Previous Change Order This Change Order (without tax) By Jeffrey M. Kanyer Contractor Road Construction Northwest, Inc. Title President $ 3,597,407.40 APPROVED BY THE CITY OF TUKWILA $ 87,779.39 Date $ 24,019.00 REV. CONTRACT AMOUNT $ 3,709,205.79 Original Contract Time: 150 Working Days Additional Contract Time for this Change Order: 0 Days Updated Contract Time: 160 Working Days ORIGINAL: City Clerk (1 of 2) Contractor (2 of 2) PW Project Finance File 10/17/2024 1 10:03 AM PDT Signed by: Mayor ���M aS Nl4a 1111111"11 br Department Director L°i eua,ee� eeaearles cc: Finance Department (w/encumbrance) Project Management File (11/2014) 22-011(d) Council Approval N/A Sheet 1 of 1 CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 4 DATE: September 14„2022 BUDGET NO.: PW10430OC-565000 PROJECT NO.: 99310410 CONTRACT NO.: 22-011 PROJECT NAME: West Valley Highway ( Strander Blvd to 1-405) TO: Road Construction Northwest You are hereby directed to make the herein described changes to the plans and specifications or do the following described work not included in the plans and specifications on this contract: NOTE: This change order is not effective until approved by the "Owner” and a notice to proceed is issued. Conditions: A. The following change, and work affected thereby, are subject to all contract stipulations and covenants; B. The rights of the "Owner" are not prejudiced; 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. CHANGE: See Attached Exhibit "A" 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: Date Oct 9, 2022 B C Y Original Contract (without tax) Previous Change Order This Change Order (without tax) By $ 3,597,407.40 Contractor Road Construction Northwest, Inc. Title Jeffrey M. Kanyer, President APPROVED BY THE CITY OF TUKWILA $ 81,899.39 Date $ 14,000.00 REV. CONTRACT AMOUNT $ 3,685,186.79 Original Contract Time: 150 Working Days Additional Contract Time for this Change Order: 0 Days Updated Contract Time: 160 Working Days ORIGINAL: City Clerk (1 of 2) Contractor (2 of 2) PW Project Finance File 10/17/2024 1 10:03 AM PDT Signed by: Mayor Department Director Lu��I�. QCLE9 ILQQ„I EDA.. cc: Finance Department (w/encumbrance) Project Management File (11/2014) West Valley Highway (Strander BLVD to I-405) Contract Change Order No. 4 Exhibit A The construction management team reviewed the plans and had discussions with the EOR and the City's Project Manager on how we should proceed with the area under the overhead power lines on Longacres Way east of the trail station 62+50 to 65+00 Lt. to ensure safety of the trail users with new Rapid Flashing Beacon pedestrian push button and signage being installed this area. It was decided to install a type 5 extruded curb from Nelson Place to Private Road at station 65+00, along with curb wheel stops to be placed to deter vehicles from blocking the site distance. Detectable waring patterns will be placed at the trail entrance to Longacres way to make our improvements ADA compliant. A field memo 43 was issued with the plan details and requesting the contractor submit a price for this work. The contractor submitted a price. The CM team reviewed and found it to be unacceptable as submitted. In the best interest of both parties, it was decided that the change order work will be preformed by Force Account under a new bid item. No additional working days will be added to the contract. The Details of the costs for this change order are detailed below: Sch Item No Item Description Unit Quantity Unit Price Total B NEW Field Memo 3 Work Longacres Way FA EST 1 $14,000.00 $14,000.00 TOTAL $14,000.00 West Valley Hiehway (Strander BLVD to I-405) Contract Change Order No. 5 Exhibit A Issue 1 The contractor sent in RFI 450 asking how he was to be paid for placing the profiled plastic line and recessed pavement markers at the I405 off ramp sheet CH05. Review of plans and checking with EOR payment for this work was not accounted for. The contractor submitted a price. The CM team reviewed and found it to be acceptable as submitted. Issue 2: The plans call out for a yellow mountable curb for NB left turn lane to WB at WVH and Longacres Way. The contractor requested additional information on this type of curb. RE sent out email after checking with EOR and city that this curb should be a precast dual faced sloped mountable curb per standard plan F-10.64-03. Contractor submitted a revised price for this bid item of $107 per LF which was rejected by RE. The RE requested a price of $55 per LF which the contractor accepted. Issue 3 The channelization on West Valley Highway was to be completed during the daytime, we were directed by WSDOT to channelize the project during the evening to avoid any potential delays to traffic flow. To switch to evening work on short notice the contractor has informed us of added labor cost. We received pricing from Contractor of $4032 a night. RE and RCNW superintendent had discussion on this matter and RE agreed to pay. Agreement on paying was to not delay the contract. No additional working days will be added to the contract. The Details of the costs for this change order are detailed below: Sch Item No Item Description Unit Quantity Unit Price Total A NEW Profiled Plastic Line LF 150 $ 52.00 $ 7,800.00 A NEW Recessed Pavement Markers LS 1 $6,800.00 $ 6,800.00 A NEW Precast Dual Faced Sloped Mountable Curb LF 193 $ 55.00 $10,615.00 A new Night striping LS 1 $8,068.00 $ 8,068.00 A I 39(delete) Mountable Cement Conc. Traffic Curb LF 193 $ 48.00 I TOTAL All the above items are taxable. $24,019.00 C• • ity of Tukwila Thomas McLeod, Mayor ON Public Works Department - Pete Mayer, Interim Director INFORMATIONAL MEMORANDUM TO: Mayor McLeod FROM: Pete Mayer, Interim Director BY: Cyndy Knighton, Senior Program Manager DATE: October 9, 2024 SUBJECT: West Valley Highway (Strander —1-405)/Longacres Way Proiect Change Order #7* Project No. 99310410 WSST* (10.2°/x) Change Orders 4-7 ISSUE Approval of Change Orders 4-7 on the West Valley Highway/Longacres Way project (V\/VH/LAW) for a total of $ $22,635.46, including sales tax. BACKGROUND The Council awarded the construction contract for the WVH/LAW project to Road Construction Northwest (RCNW) in December 2021 in the amount of $3,590,407.40 and the budget included up to a 15% contingency. Work began in March 2022 and the construction proceeded generally very smoothly. Delays associated with long -lead items and coordination with Puget Sound Energy and WSDOT did negatively impact the originally anticipated construction schedule. DISCUSSION Three change orders have already been processed and four more change orders need to be approved in the amount of an additional $22,635.46, for a total of $112,904.78 in change orders.. • Change Order #4 introduces a new bid item for extruded curb installation on Longacres Way. The amount is not to exceed $14,000. Curbing will keep vehicles parked on the right-of-way owned by Puget Sound Energy from intruding into the roadway and will control access and improve safety. • Change Order #5 is for additional curbing and pavement marking on West Valley Highway near the 1-405 on/off ramp. The work was required to be completed at night by WSDOT. The original bid item #39 was deleted with this CO and replaced with the revised curbing costs. • Change Order #6 deletes work that was no longer necessary to be completed due to changes in construction. • Change Order #7 replaced back plates on the signal heads on the new HAWK signal at WSDOT's direction. WSDOT will own and operate the signal upon project completion. One working day was added. FINANCIAL IMPACT The original contract was for $3,590,407.40 and the project budget has approximately 15% contingency. The new change orders plus the previous three are within the available budget. Cost Estimate Original Contract $3,590,407.40 Change Orders #1-3 $90,269.32 Change Order #4 $14,000.00 Change Order #5* $24,019.00 Change Order #6 ($21,529.04) Change Order #7* $3,353.50 WSST* (10.2°/x) $2,792.00 Total $3,703,312.18 RECOMMENDATION Sign the attached Change Orders. ATTACHMENTS Change Order Nos. 4-7 Fund Source Construction Budget Contract $3,590,407.40 Contingency (15%) $539,000.00 $4,355,000.00 22-011(c) Council Approval N/A Sheet 1 of 1 4� CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 3 DATE: September 8,2022 BUDGET NO.: PW1043 0 OC -565000 PROJECT NO.: 99310410 CONTRACT NO.: 2 2 - 011 PROJECT NAME: West Valley Highway ( Strander Blvd to 1-405) TO: Road Construction Northwest You are hereby directed to make the herein described changes to the plans and specifications or do the following described work not included in the plans and specifications on this contract: NOTE. This change order is not effective until approved by the "Owner' and a notice to proceed is issued. Conditions: A. The following change, and work affected thereby, are subject to all contract stipulations and covenants; B. The rights of the "Owner" ace not prejudiced; 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. CHANGE: See Attached Exhibit "A" 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: Date Sep 13, 2022 By Original Contract (without tax) Previous Change Order This Change Order (without tax) By Jeffrey M. Kanyer $ 3,597,407.40 $ 67,899.39 $ 5,880.00 REV. CONTRACT AMOUNT $ 3,671,186.79 Original Contract Time: 150 Working Days Additional Contract Time for this Change Order: 0 Days Updated Contract Time: 160 Working Days ORIGINAL City Clerk (1 of 2) Contractor (2 of 2) PW Project Finance File Contractor Road Construction Northwest, Inc. Title President APPROVED BY THE CITY OF TUKWILA Date 10-12-2022 --0132.38 Mayor City Engineer ---- ----------------------------------------------- I ------- CC. Finance Department (w/encumbrance) Project Management File (9I r2014) West Valle:K Highway (Strander BLVD to 1-405) Contract Change Order No. 3 Exhibit A The contractor submitted a RE asking how he was to be paid for replacing the Catch Basin Grates and the Manhole Lids on Longacres Way per Contract plan sheet SD06 construction notes 10,11 & 12, as Schedule B contained no bid items for this work. A field memo #4 was issues requesting the contractor submit a price for this work. The contractor submitted a price. The CM team reviewed and found it to be acceptable. No additional working days will be added to the contract. The Details of the costs for this change order are detailed below: Sch Item No Item Description Unit Quantity Unit Price Total B NEW City MH Lid Longacres Way EA 6 $406.00 $2,436.00 B11111 NEW Grates Longacres Way EA 14 $246.00 $3,444.00 TOTAL 22-011(b) Council Approval N/A Sheet 1 of 1 CITY OF TUKWILA `yCChfT►TH1hIE ORDERNO. % DATE: September 6,2022 BUDGET NO.: PROJECT NO.: 99310410 CONTRACT NO.: - PROJECT NAME: 'Test Valley Highway ( Strand'er Blvd to 1-405) TO: Road Construction Northwest You are hereby directed to make the herein described changes to the plans and specifications or do the following described work not Included in the plans and specifications on this contract: NOTE: This change order is not effective until' approved' by the "Owner" and a notice to proceed is issued. Conditions: A. The following change, and work affected thereby, are subject to all contract stipulations and covenants; B. The rights of the "Owner"are not prejudiced;. 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. CHANGE: See Attached Exhibit "A" 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: Date Sep 13, 2022 By Jeffrey M. Kanyer Original Contract (without tax) $ 3,597,407.40 Previous Change Order $ 4,542.34 This Change Order (without tax) By $ 63,357.05 REV. CONTRACT AMOUNT $ 3,665,306,79 Original Contract Time: 150 Working Days Additional Contract Time for this Change Order: 8 Days Updated Contract Time: 160 Working Days ORIGINAL: City Clerk (1 of 2) Contractor (2 of 2) PWProject Finance File Contractor Road Construction Northwest, Inc Title President APPROVED BY THE CITY OF TUKWILA 10-12-2022 Date .... 5 V via 5 1 Doce.c�n�r Ke 3695-0336 4303 bb/ faa36 mayor City Engineer 1 cc: Finance Department (wfencumbrance) Project Management File (11P2014). West Valley Highway (Strander BLVD to 1405) Contract Change Order No. 2 Exhibit A On Thursday March 24th RCNW potholes in the Northeast area of the project in the vicinity of station 168+00 to 172+00 rt. confirmed that several utility conflicts will significantly impact the storm drain run in this area, mainly the existing gas line. The City was verbally notified, and serial letter was received on notification of this change condition. The topic was raised during our weekly meetings. All parties agreed that the storm drain, could not be installed per plan. The Engineer of Record prepared revised plans to address the drainage pipe interference with the gas line. The CM team prepared an independent estimate. The two parties then negotiated the final costs. Puget Sound Energy was then contacted as they during design confirmed that the gas line was not in conflict with the new storm work, Eight (8) additional working days will be added to the contract. Puget Sound Energy has agreed to reimburse the City for these additional costs. The Details of the costs for this change order are detailed below: All work is Schedule A, no Wes tax to be collected. Item No Item Description Unit Quantity Unit Price Total 11 Potholing EA 10 $650.00 $6,500.00 57 Portable changeable Message sign HR 192 $0.10 $19.20 86 Grate inlet type 2 each -1 $3,550.00 ($3,550.00) 87 CATCH BASIN TYPE 1 EA -3 $1,650.00 -$4,950.00 88 CURB INLET EACH 1 $1,950.00 $1,950.00 91 CORRUGATED POLYETHELYENE STORM SEWER PIPE 12 IN. DIAM. LF -348 $73.50 -$25,578.00 93 STRUCTURE EXCAVATION CLASS B INCL. HAUL C.Y. -130 $0.10 ($13.00) 102 Filterra Peak diversion vault configuration BIO system each -1 $56,500.00 ($56,500.00) New 176 1 Additional Traffic control LS 1 $4,160.00 $4,160.00 New 177 , CO,NTECH FILTERRA INTERNAL BYPASS CURB VAULT (FTIBC0604) system complete LS 1 $77,018.82 $93,192.00 New 178 Restocking fee LS 1 $2,126.85 $2,126.85 New 179 Installation of new vaults Est FA 1 $36,000.00 $36,000.00 new 180 Negotiated settlement LS 1 $10,000.00 $10,000.00 TOTAL . $63,357.05 22-011(a) Council Approval N/A Sheet 1 of 1 CITY OF TUKWILA. CONTRACT CHANGE ORDER NO. "I DATE: August 29, 2022 BUDGET NO.: P'W10 4 3 0 o C 565000 PROJECT NO.: 99310410 CONTRACT N0.22-011 PROJECT NAME: West Valley Highway ( Strander Blvd to 1-405) TO: Road Construction Northwest You are hereby directed to make the herein described changes to the plans and specifications or do the following described work not included in the plans and specifications on this contract: NOTE: This change order is not effective until approved by the "Owner" and a notice to proceed is issued.. Conditions: A. The following change, and work affected thereby, are subject to all contract stipulations and covenants; B. The rights of the "Owner'are not prejudiced; 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. CHANGE See Attached Exhibit "A" 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: Date Sep 1, 2022 By _O c Jeffrey M. Kanyer Original Contract (without tax) Previous Change Order This Change Order (without tax) By $ 3,597,407.40 M11 4,542.34 REV.. CONTRACT AMOUNT $ 3,601,949.74 Original Contract Time. 150 Working Days Additional Contract Time for this Change Order: 2 Days Updated Contract Time: 152 Working Days ORIGINAL: City Clerk (1 of 2) Contractor (2 of 2) PW Project Finance File Contractor Road Construction Northwest, Inc. Title President APPROVED BY THE CITY OF TUKWI'LA 10-12-2022 Date eSigned vie SeemiseeDooe oom ...... K- ---10C484, c3 5f4c/ Mayor City Engineer cc: Finance Department (w/encumbrance) Project Management File (11r2014) West Valley Highway (Strander BLVD to 1-405) Contract Change Order No. I Exhibit A The CM team observed City Maintance vehicles driving over the existing curb and gutter where the new Curb Ramp #1 is to be installed for the new Hawk signal crossing of West Valley Highway. The city Project Manager was notified. The CM crew recommended increasing the depth for the curb ramp and sidewalk from four inches to six inches to help eliminate future maintenance issues, At the same time, the CM team recommending that curb ramp #3 and sidewalk at the SE comer of Longacres Way depth be increased to six inches also. With the plan revision to radius at this comer, sound transit buses and the semi's with long trailer turning here, the thicken concrete section would save the radius from cracking and breaking up. The Seattle SeaTac Area Courtyard Hotel at station 161+50 has only one driveway to enter and exit. To expediate full use of the driveway the CM team recommend pouring with a 24-hour mix, The city's PM approved both revisions on 7/12/2022. The contractor submitted his cost for this work under serial letter #5. The CM team prepared an independent estimate. The two parties then negotiated the final costs. Two (2) additional working days will be added to the contract. The Details of the costs for this change order are detailed below: Schedule Item No Item Description Unit Quantity Unit Price Total A New 174 24 Hour concrete LS 1 $2052.71 $2052.71 A New 175 Thicken concrete sidewalk/ADA ramps LS 1 $2489.63 $2489.63 TOTAL $4542.34 22-011 Council Approval 12/6/21 C-1 AGREEMENT FORM CONTRACT NO. 22-011 THIS AGREEMENT is made and entered into on this 27th day of January , 2022 , by and between the City of Tukwila, Washington ("Owner") and Road Construction Northwest, 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 WEST VALLEY HIGHWAY (STRANDER BLVD TO 1-405), Project No. [99310410], 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. CITY OF TUKWILA, WASHINGTON (Owner) HP By. Ka . y a�90 oe E9 -e =E Mayor 01/27/2022 Attest: This 28th day of January 2022 City Clerk Approved as to Form: City Attorney 6200 Southcenter Boulevard Tukwila WA 9188 Road Construction Northwest, Inc. (Contractor) By: Title: Jeff Kanyer, President Attest: This 24 day of January, 20 21 Contractor's License No. RCNW°`CN978L6 Address forgiving notices: PO Box 2228, Renton WA 98056 West Valley Highway (Strander Blvd to 1-405) Rev. 5-13-14 PAYMENT AND PERFORMANCE BOND Bond to City of Tukwila, Washington Bond No. S026261 We Road Construction Northwest Inc. and Employers Mutual Casualty Company (Principal) (Surety) an Iowa 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 Three Million Five Hundred Ninety -Thousand Four Hundred Seven and 40/100ths--------------------------- Dollars ($,3.590.407.40 ), 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 Payment and Performance Bond is provided to secure the performance of Principal in connection with a contract dated January 27� 2022 , between Principal and Owner for a project HIGHWAY (STRANDER BLVD TO 1,405), Contract No. 99310410 entitled WEST VALL __ EY ("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. 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. 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. Any such increase shall not exceed twenty-five percent (25%) of the original amount of the Payment and Performance Bond without the prior written consent of Surety, West Valley Highway (Strander Blvd to 1-405) Rev. 5-13-14 Performance & Payment Bond W 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 20th day of Janua , , 2022 Road Construction Northwest, Inc. _........... __.....__ . nnc ip iia of a medOficial yer Title .__..��._....... Name and address of local office of agent and/or Surety Company: Employers Mutual Casualty Company Surety ���_ �....... �.�._._.. °ignature of Authorized Official By --- .IT Julie R. Truitt, Attorney in Fact (Attach Power of Attorney) Propel Insurance 1201 Pacific Avenue, Suite 1000 Tacoma, WA 98402 Suretycompanies executing bonds must appear on the current Authorized Insurance List in the State of Washington per Section 9-02.7 of the Standard Specifications � i* r. i P.O. Box 712 * Des Moines, Iowa 0306ACC vMC KNOW ALL MEN BY THESE PRESENTS, that: 1. Employers Mutual Casualty Company, an Iowa Corporation 2. EMCASCO Insurance Company, an Iowa Corporation 3. Union Insurance Company of Providence, an Iowa Corporation 4, Illinois EMCASCO Insurance Company, an Iowa Corporation 5. Dakota Fire Insurance Company, a North Dakota Corporation 6. EMC Property & Casualty Company, an Iowa Corporation hereinafter referred to severally as "Company"and collectively as "Companies", each does, by these presents, make, constitute and appoint: CHRISTOPHER KINYON, LISA M ANDERSON, DIANE M HANDING, KELLIE HOGAN. CARLEY ESPIRITU, ERIC A. ZIMMERMAN, ALICEON A. KELTNER, CYNTHIA L. JAY, JAMES B. BINDER, BRENT E. HEILESEN, BETH M. CAIN, ANNELIES M. RICHIE, Holli Albers, Jamie L. Marques, Amelia G. Burrill, Katharine J. Snider, Justin Price, Julie R Truitt its true and lawful attorney-in-fact, with full power and authority conferred to sign, seal, and execute the Surety Bond: Any and All Bonds and to bind each Company thereby as fully and to the same extent as if such instruments were signed by the duly authorized officers of each such Company, and all of the acts of said attorney pursuant to the authority hereby given are hereby ratified and confirmed. The authority hereby granted shall expire October 10th , 2022 , unless sooner revoked. This Power -of -Attorney is made and executed pursuant to and by the authority of the following resolution of the Boards of Directors of each of the Companies at the first regularly scheduled meeting of each company duly called and held in 1999: RESOLVED: The President and Chief Executive Officer, any Vice President, the Treasurer and the Secretary of Employers Mutual Casualty Company shall have power and authority to (1) appoint attomeys-in-fact and authorize them to execute on behalf of each Company and attach the seal of the Company thereto, bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof; and (2) to remove any such attomey-in-fact at any time and revoke the power and authority given to him or her. Attorneys -in -fact shall have power and authority, subject to the terms and limitations of the power-of-attorney issued to them, to execute and deliver on behalf of the Company, and to attach the seal of the Company thereto, bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof, and any such instrument executed by any such attorney-in-fact shall be fully and in all respects binding upon the Company. Certification as to the validity of any power-of-attorney authorized herein made by an officer of Employers Mutual Casualty Company shall be fully and in all respects binding upon this Company. The facsimile or mechanically reproduced signature of such officer, whether made heretofore or hereafter, wherever appearing upon a certified copy of any power-of-attorney of the Company, shall be valid and binding upon the Company with the same force and effect as though manually affixed. IN WITNESS THEREOF, the Companies have caused these presents to be sig 30th day of March , 2020 . y` SEAL'�- ='.% off; '• ��+owa s ''1,11114•,,, `yq: 4oRp Oggr'' �aiS SEAL '+GOMPq'' A . oRvogA . p IV z Nowa �F P oacnxgr FPp SEAL �00YFIIGAK04P,a``x 6' C'9s.'' 00=1953F�`<= 1 �y�,Q6j. paP Oqq SG SEAL '•;pFs' ,,,•' u. ,,'�OMES•� rid for each by their officers as shown, and the Corporate seals to be hereto affixed this ,Arman, R. Jean, P)eAent&CEO Todd Strother,Executive Viceryresident Tipany 1, ,f resident Chief Legal Officer & Secreta of & CEO of Comnies 2, 3, 4, 5 & 6 Companies 1, 2, 3, 4, 5 & 6 On this 30th day of March 2020 before me a Notary Public in and for the State of Iowa, personally appeared Scott R. Jean and Todd Strother, who, being by me duly swum, did say that they are, and are known to me to be the CEO, Chairman, President, Executive Vice President, Chief Legal Officer and/or Secretary, respectively, of each of the Companies above; that the seals affixed to this instrument are the seals of said corporations; that said instrument was signed and sealed on behalf of each of the Companies by authority of their respective Boards of Directors; and that the said Scott R. Jean and Todd Strother, as such officers, acknowledged the execution of said instrument to be their voluntary act and deed, and the voluntary act and deed of each of the Companies. My Commission Expires October 10, 2022. Notary Publ in and for the State Iowa RELEASE OF RETAINAGE BOND OF CONTRACTOR Bond No. S026262 KNOW ALL MEN BY THESE PRESENTS: That we Road Construction Northwest Inc. (hereinafter called Principal), andEm .lo ers Mutual casuals co aany a corporation organized and doing business under and by virtue of the laws of the state of Iowa and duly licensed for the purpose of making, guaranteeing or becoming sole surety upon bonds or undertakings required and authorized by the State of Washington, (hereinafter called Surety), as Surety, are held firmly bound unto City of Tukwila _ (hereinafter called Obligee) in the just and full sum of One Hundred Sixt -three Thousand Frit -two And 11/100 163 os2.11 plus 5% of any increases in the contract amount that have occurred or may occur, due to change orders, increases in the quantities or the addition of any new item of work THE CONDITIONS OF THIS OBLIGATION ARE SUCH THAT, Whereas, the said Principal on the _day of entered into a written contract with the said obligee for West Valle w Hi hwa Strandcr Blvd to I-405), Pro'ect No. 99310410 which said contract is hereby referred to and made a part hereof by reference. WHEREAS, Pursuant to Chapter 64.28 RCW, the above named Principal has requested release of retained percentage earned or which may be earned under said contract, and, WHEREAS, the obligee is willing to release retained Percentage in advance of contract textus relating to payment provided the principal shall file bond to indemnify the obligee for all loss, cost or damages which the obligee may sustain by reason of payment of retainage to the principal, which bond shall be subject to all claims and liens in the same manner and some priority as apply to the retainage percentage released, or to be released, NOW, TI MFOI'R,E, the condition of this obligation is such that if the principal shall indemnify the obligee for all loss, cost or damages which the obligee may sustain by reason of payment of retained percentage to the principal then this obligation shall be null and void unless otherwise to remain in full force and effect. IN WITNESS WHEREOF, said principal and said Surety have caused these presents to be duly signed and sealed this 20th day of _ Janus 2022 Road t ° & t& z tion northwest, Inc. Jeff Kan er �+ &4 n IV, a y ,..1 Presidento t By:� ty Employers Mutual Casualty Company µ 10oS JP By: 11 Ju�e Truitt homey -in -Fact KNOW ALL MEN BY THESE PRESENTS, that: 1. Employers Mutual Casualty Company, an Iowa Corporation 2. EMCASCO Insurance Company, an Iowa Corporation 3. Union Insurance Company of Providence, an Iowa Corporation 4. Illinois ECASCO Insurance Company, an Iowa Corporation 5. Dakota Fire insurance Company, a North Dakota Corporation 6. EMC Property & Casualty Company, an Iowa Corporation hereinafter referred to severally as "Company' and collectively as "Companies", each does, by these presents, make, constitute and appoint: CHRISTOPHER KINYON, LISA M ANDERSON, DIANE M HARDING, KELLIE HOGAN, CARLEY ESPIRITU, ERIC A. ZIMMERMAN, ALICEON A. KELTNER, CYNTHIA L. JAY, JAMBS B. BINDER, BRENT E. HEILESEN, BETH M. CAIN, ANNELIES M. RICHIE, Holl) Albers, Jamie L. Marques, Amelia G. Bumll, Katharine J. Snider, Justin Price, Julie R Truitt its true and lawful attorney-in-fact, with full power and authority conferred to sign, seal, and execute the Surety Bond: and to bind each Company thereby as fully and to the same extent as if such instruments were signed by the duly authorized officers of each such Company, and all of the acts of said attorney pursuant to the authority hereby given are hereby ratified and confirmed. The authority hereby granted shall expire October 10th , 2022 , unless sooner revoked. This Power-of-Attomey is made and executed pursuant to and by the authority of the following resolution of the Boards of Directors of each of the Companies at the first regularly scheduled meeting of each company duly called and held in 1999: RESOLVED: The President and Chief Executive Officer, any Vice President, the Treasurer and the Secretary of Employers Mutual Casualty Company shall have power and authority to (1) appoint attomeys-in-fact and authorize them to execute on behalf of each Company and attach the seal of the Company thereto, bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof; and (2) to remove any such aftomey-in-fact at any time and revoke the power and authority given to him or her. Attorneys -in -fact shall have power and authority, subject to the terms and limitations of the power-of-attorney issued to them, to execute and deliver on behalf of the Company, and to attach the seal of the Company thereto, bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof, and any such instrument executed by any such attorney-in-fact shall be fully and in all respects binding upon the Company. Certification as to the validity of any power-of-attorney authorized herein made by an officer of Employers Mutual Casualty Company shall be fully and in all respects binding upon this Company. The facsimile or mechanically reproduced signature of such officer, whether made heretofore or hereafter, wherever appearing upon a certified copy of any power-of-attorney of the Company, shall be valid and binding upon the Company with the same force and effect as though manually affixed. IN WITNESS THEREOF, the Companies have caused these presents to be 30th day of March , 2020 *11CIP av � PO4-g, 4 SEAL IOWA, 41c,- SEAL OFW: SEAL =�= '. *'IOWA,* ' `(,'001i1pq�'� !Z; 1863 ar IOWA, %oq SEAL: C'9s.'• r Q µPOD ♦ G '. 1953 = `mo SEAL Win= ". MO7M1IES.\` KAIWY LOVERIDGE CkInimbsim Number �I October 10, 2022 A for each by their officers as shown, and the Corporate seals to be hereto affixed this Ident & CEO Todd Strother, l R. Jean �. P„e;�..�_...�..................................................... ,Execut'v�..n,,,�m..,�..._m. & CEO of Com' rues 2, 3, 4, 5 & 6 Companies 1, 2, 3, 4 e Vice President TIan 1 1 Irman, President Chief Le al Officer &Secretary of 5&6 On this 30th day of March,2020 before me a Notary Public in and for the State of Iowa, personally appeared Scott R. Jean and Todd Strother, who, being by me duly swom, did say that they are, and are known to me to be the CEO, Chairman, President, Executive Vice President, Chief Legal Officer and/or Secretary, respectively, of each of the Companies above; that the seals affixed to this instrument are the seals of said corporations; that said instrument was signed and sealed on behalf of each of the Companies by authority of their respective Boards of Directors; and that the said Scott R. Jean and Todd Strother, as such officers, acknowledged the execution of said instrument to be their voluntary act and deed, and the voluntary act and deed of each of the Companies. My Commission Expires October 10, 2022. IN 4 "1119 1111_1f� Notary PuYin and for the State c owa PROPOSAL (unit price) Road Construction Northwest, Contractor's Name Nort' zno . Contractor's State License No. RCNW*CN978L6 City of Tukwila Project No. 99310410 Tothe 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 (C}vvneh project titled WEST VALLEY HIGHWAY (STRANDERBLVD TOX-4O5) PROJECT, which project inn|udmsboiis not limited to construction of non motorized and street improvements within the right-of-way of West Valley Highway and Longaooee VVay, including construction of new oidnwa|ks. HAWK signal, HMA paving' driveway reoonstruntion. RFB mid -block oroaoing, i||unninetion, bridge over SPU water main, and other work; and has namd and thoroughly understands these Documents which govern all Work embraced in this improvement and the methods by which payment will be made for said VVorh, and thoroughly understands the nature of said Work; and hereby proposes to undertake and oonnp|atm 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 onbando[esubkeot 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) 'd bid bond or El 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 isattached hereto. Bidder understands that, should this offer baaccepted bvOwner within ninety U9CAcalendar days after the day ofBid Opening and the Bidder fails mrrefuses h»enter into en 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 asprovided for inthe Bid Documents. Bidder shall attain Physical Completion ofall Work in all respects within 150 working days from the date stated in the vvrd±eU Notice to Proceed. If the work is not completed within this time pahVd. Bidder shall pay liquidated darno8ma to Owner as specified in 8aobon 1-08.9 of the Standard Specifications for every working day work is not Physically Complete after the expiration of the Contract time stated above. In addition, Bidder shall compensate {Jvvn$r for actual engineering inspection and supervision costs and any other legal fees incurred byOwner asaresult ufsuch delay. West Valley Highway (Strander Blvd to 1-405) Rev. 5-13-14 WEST VALLEY HIGHWAY (STRANDER BLVD TO 1-405) Project No. [99310410] Note: Unit prices for all items, all extensions, and the total amount bid must be shown. Where conflict occur between to conform the unit price and the total amount specified for any item, the unit price shall prevail, and totals shall be correcte to conform thereto. Include applicable Sales Tax in the various Unit and Lump Sum prices. SCHEDULE A Item No. Item Description Quantity Unit Unit rice Amount ROADWAY 1. MOBILIZATION 1.00 L.S. $ 2. RESOLUTION OF UTILITY CONFLICTS 1.00 EST. $ 25,000 $ 25,000 3. UNEXPECTED SITE CHANGES 1.00 ES $ 40,000 $ 40,000 4. TEMPORARY EROSION & SEDIMENT CONTROL AND WATER POLLUTION PREVENTION (Including SWPPP Implementation) 1.00 L.S. $ $ 5. SPCC PLAN 1.09/ L.S. $ $ 6. TYPE B PROGRESS SCHEDULE (MIN. BID $5,000) A L.S. $ $ 7. REIMBURSEMENT FOR THIRD PARTY DAMAGE 1.00 EST. $4,000 $4,000 8. ROADWAY SURVEYING 1.00 L.S. $ $ 9. CLEARING AND GRUBBING 1.00 L.S. $ $ 10. REMOVAL OF STRUCTURES76 OBSTRUCTION 1.00 L.S. $ $ 11. POTHOLING 6.00 EACH $ $ 12. REMOVING CEMENT COC. SIDEWALK 600,00 S.Y. $ $ 13. REMOVING CEMEN;,&NC. CURB AND GUTTER 2,050.00 L. F. $ $ 14. REMOVING ASP LT CONC. PAVEMENT '74 1,120.00 S.Y. $ $ 15. REMOVING XASTIC LINE 9,740.00 L. F. $ $ 16. REMOVIN PLASTIC TRAFFIC MARKINI;X 20.00 EACH $ $ 17. REM ING PLASTIC CROSSWALK LIN V 544.00 S.F. $ $ 18. VMOVING SHAFT OBSTRUCTIONS 1.00 EST. $10,000 $10,000 19. RECORD DRAWINGS 1.00 L.S. $ $ 20/ CONTRACTOR'S DAILY DIARY 1.00 L.S. $ $ ROADWAY EXCAVATION INCL, HAUL 730.00 C.Y. $ $ 22. EMBANKMENT COMPACTION 80.00 C.Y. $ $ 23. CRUSHED SURFACING TOP COURSE 220.00 TON �$ $ West Valley Highway (Strander Blvd to 1-405) Rev. 5-13-14 Proposal w 24. PLANING BITUMINOUS PAVEMENT 2,990.00 S.Y. $ $ 25. HMA CL, 1/2 IN. PG 581-1-22 380.00 TON $ $ 26. HMA FOR APPROACH CL. 1/2 IN. PG 58H-22 90.00 TON $ 27. RELOCATE/ADJUST EXISTING UTILITY 1.00 L.S. $ $ 28. INLET PROTECTION 57.00 EACH $ $ 29. ADJUST VALVE BOX 22.00 EACH $ $ BRIDGE 30. STRUCTURE EXCAVATION CLASS A INCL. HAUL 52.00 C. Y. $ $ 31. GRAVEL BACKFILL FOR WALL 16.00 C.Y. $ $ 32. SHAFT - 36 IN. DIAMETER 86.00 L. $ $ 33. ST. REINF. BAR FOR BRIDGE 780.00 LB. $ $ 34. QA SHAFT TEST 2.00 EACH $ $ 35. CONC. CLASS 4000 FOR BRIDGE 6.00 C.Y. $ $ 36. SUPERSTRUCTURE - WEST VALLEY HIGHWAY PEDESTRIAN BRIDGE 1/0 1 L.S. L.S. $ $ SIDEWALK 37. CEMENT CONC. SIDEWALK /1,410.00 S.Y. $ $ 38. CEMENT CONC. TRAFFIC CURB AND/ GUTTER 1,94000 . L. F. $ $ 39. MOUNTABLE CEMENT CONC. TR FIC CURB 193.00 L. F. $ $ 40. CEMENT CONC. PEDESTRIANj6URB 56.00 L. F. $ $ 41. CEMENT CONC. CURB TYPE RA PERPENDICULAR A 7' 1.00 EACH $ $ 42. CEMENT CONC. CURB AMP TYPE PERPENDICULAR B Y1.00 EACH $ $ 43. NEW DETECTAB71VARNING PATTERN 1.00 EACH $ $ 44. CEMENT CONeDRIVEWAY ENTRANCE 9 MMERCIAL 531.00 S.Y. $ $ TRAFFIC CONTROL DEVICES 45. PLASTjjeLINE 12,533.00 L. F. $ $ 46. PLA IC WIDE LANE LINE 519.00 L. F. $ $ 47. P ASTIC WIDE DOTTED ENTRY LINE 221.00 L. F. $ $ 48. /FLASTIC CROSSWALK LINE 760.00 S.F. $ $ 49. PLASTIC STOP LINE 91.00 L. F. $ $ PLASTIC CROSSHATCH MARKING 120.00 L. F. $ $ /WEST VALLEY HIGHWAY (STRANDER BLVD TO 1-405) Rev. 5-13-14 Proposal 51. PLASTIC TRAFFIC ARROW 18.00 EACH $ $ 52. PLASTIC DRAINAGE- MARKING 59.00 EACH $ $ 53. PLASTIC TRAFFIC LETTER 12.'00 EACH $ $ 54. TEMPORARY PAVEMENT MARKING - 56. TRAFFIC SIGNAL SYSTEM - WEST 57. PORTABLE CHANGEABLE MESSAGE SIGN 32,112.00 HR $ 58. PROJECT TEMPORARY TRAFFIC CONTROL (MIN BID $85,000) 1.00 L.S/ $ $ 59. PEDESTRIAN TRAFFIC CONTROL 1.00 $ $ 60. CONTRACTOR PROVIDED UNIFORMED POLICE OFFICERS 40.00 $ $ 61. TRAFFIC CONTROL SUPERVISOR 1.00/ L.S. $ $ ROADSIDE DEVELOPMENT / 62. HIGH VISIBILITY SILT FENCE )& 0 0 L. F. $ $ 68. PSIPE - TILIA CORDAT`CHANCOLE' VASE'OR'VILLA$E'GREEN', 2" CA 5.00 EACH $ $ - X, $ 74. /eILPE - POLYSTICHUM MUNITUM, 1 75/1 PSIPE - VACCINIUM OVATUM, 5 GAL. 18.00 EACH $ $ VALLEY HIGHWAY (STRxwosnBLVD To1-*os Rev. 5-13-14 Proposal 77, TOPSOIL TYPE A 970.00 C.Y. $ $ 78. CU SOIL 920.00 C.Y. $ 79. IRRIGATION SYSTEM 1.00 L.S. $ $ 80. MEDIUM BARK MULCH 2" DEPTH 70.00 C.Y. $ $ 81. HYDROSEED 350.00 S. F. $ $ 82. ROADSIDE CLEANUP 1.00 EST. $1 '000 $12,000 83. PROPERTY RESTORATION 1.00 EST. 12,000 $12,000 84, GRAVITY BLOCK WALL 80.00 S. F. $ $ STORM DRAINAGE 85. REMOVE CATCH BASIN 3.00 ACH $ $ 86. GRATE INLET TYPE 2 1.00 EACH $ $ 87. CATCH BASIN TYPE 1 13.00/ EACH $ $ 88, CURB INLET 2/ EACH $ $ 89. CATCH BASIN TYPE 2 48 IN. DIAM. WITH FRAME AND VANED GRATE 2.00 EACH $ $ 90. CATCH BASIN TYPE 2 48 IN. DIAM. WITH SOLID LOCKING LID 1.00 EACH $ $ 91. CORRUGATED POLYETHYLENE STORM SEWER PIPE 12 IN. DIAM/ 627.00 L. F. $ $ 92. DUCTILE IRON SEWER PIPEP. DIAM. 47.00 L. F. $ $ 93. STRUCTURE EXCAVATIO CLASS B INCL. HAUL 540.00 C.Y. $ $ 94. CONNECTION TO DR NAGE STRUCTURE 7.00 EACH $ $ 95. ADJUST CATCH SIN 11.00 EACH $ $ 96. ABANDON EXIIANG CATCH BASIN 3.00 EACH $ $ 97. PLUGGING YX'(STING PIPE 1.00 EACH $ $ 98. LOCKING OLID METAL COVER AND FRAME R CATCH BASIN 00 11.00 EACH $ $ 99. SOLI LID FOR CATCH BASIN TYPE 1 4.00 EACH $ $ 100. SO D LID FOR STORM MANHOLE 1.00 EACH $ $ 101. 4ATE FOR CATCH BASIN TYPE 1 7.00 EACH $ $ 102. FI1 ERRA PEAK DIVERSION VAULT CONFIGURATION BIORETENTION SYSTEM 2.00 EACH $ $ ILLUMINATION SYSTEM /03. 1 ADJUST JUNCTION BOX -7 7.00 EACH 1$ WEST VALLEY HIGHWAY (STRANDER BLVD TO 1-405) Schedule A Total Rev. 5-13-14 Proposal SCHEDULE B - LONGACES WAY IMPROVEMENTS P-6 / Item No. Item Description Quantity Unit Unit Price A2/unt ROADWAY 104. MOBILIZATION 1.00 L.S. $ 105. TEMPORARY EROSION & SEDIMENT CONTROL AND WATER POLLUTION PREVENTION (Including SWPPP Implementation) 1.00 L.S. $ $ 106. ROADWAY SURVEYING 1.00 L.S. $ $ 107. REMOVAL OF STRUCTURES AND OBSTRUCTION 1.00 L.S. $ $ 108. REMOVING CEMENT CONC. SIDEWALK 460.00 S.Y $ $ 109. REMOVING CEMENT CONC. CURB AND GUTTER 20.00 L.F. $ $ 110. REMOVING ASPHALT CONC. PAVEMENT 9.00 S.Y. $ $ I'll. REMOVING PLASTIC LINE 1,460,06 L.F. $ $ 112. REMOVING PLASTIC TRAFFIC MARKING /300 EACH $ $ 113. ROADWAY EXCAVATION INCL. HAUL 3.00 C.Y. $ $ 114. CRUSHED SURFACING TOP COURSE/ 5.00 TON $ $ 115. PLANING BITUMINOUS PAVEMENT 9.00 S.Y. $ $ 116. HMA CL. 1/2 IN. PG 581-1-22 1.50 TON $ $ 117. HMA FOR APPROACH CL. 1/2 & PG 581-1-22 8.00 TON $ $ 118. INLET PROTECTION 18.00 EACH $ $ SID ALK 119. CEMENT CONC. SI WALK 10.00 S.Y. $ $ 120. CEMENT CONC/1AFFIC CURB AND GUTTER 63.00 L.F. $ $ 121. CEMENT CO C. CURB RAMP TYPE PERPENDI LAIR A L 1.00 EACH $ $ 122. CEMENT ONC. DRIVEWAY EN= COMMERCIAL 29.00 S.Y. TRAFFIC CONTROL DEVICES 123. PSTIC LINE 3,813.00 L.F. $ $ 124. LASTIC WIDE LANE LINE 117.00 L.F. $ $ 125. PLASTIC CROSSWALK LINE 330.00 S. F. $ $ 12 PLASTIC STOP LINE 22.00 L.F. $ $ 7. PLASTIC CROSSHATCH MARKING 341.00 L.F. $ $ /WEST VALLEY HIGHWAY (STRANDER BLVD TO 1-405) Rev. 5-13-14 Proposal 128. PLASTIC TRAFFIC ARROW 2.00 EACH $ 129. PLASTIC BICYCLE LANE SYMBOL 11.00 EACH $ $ 130. GREEN BICYCLE PAVEMENT MARKING 2,100.00 SF $ $ 131. PLASTIC DRAINAGE MARKING 21.00 EACH $ $ 132. TUBULAR MARKERS 74.00 EACH $ 133. TEMPORARY PAVEMENT MARKING - SHORT DURATION 2,550.00 L.F./ $ $ 134. PERMANENT SIGNING 1.00 L. $ $ 135. TRAFFIC SIGNAL SYSTEM - WEST VALLEY HWY AND LONGACRES WAY 1.00 L.S. $ $ 136. RAPID FLASHING BEACON 1.00 L.S. $ $ 137. PROJECT TEMPORARY TRAFFIC CONTROL 1/0 L.S. $ $ 138. PEDESTRIAN TRAFFIC CONTROL 1.00L.S $ $ 139. CONTRACTOR PROVIDED UNIFORMED POLICE OFFICERS 4.00 HOUR $ $ 140. TRAFFIC CONTROL SUPERVISOR 1.00 L.S. $ $ ROADSIDE DEVFXOPMENT 141. WAYFINDING SIGNS 1.00 L.S. $ 1$ 142. PROPERTY RESTORATION 1.00 EST. $3,600 $3,600 STORMPkAINAGE 143. SLOTTED DRAIN GRAX REPLACEMENT 1.00 L.S. IL UMINATION SYSTEM 144. ILLUMINATIONS ILLUMINATION TEM-LONGACRES WAY 1.00 L.S. Schedule B Total $ SCHEDULE C-miZLOCKPEDESTRIAN CROSSING OF WEST VALLEY HIGHWAY Item No. Item Description [Quantity Unit Unit Price Amount ROADWAY 145. �OBILIZATION 1.00 L.S. $ $ 146. f TEMPORARY EROSION & SEDIMENT CONTROL AND WATER POLLUTION PREVENTION (Including SWPPP Implementation) 1.00 L.S. $ $ 47. ROADWAY SURVEYING 1.00 L.S. $ $ 148. REMOVING CEMENT CONC. SIDEWALK 619.00 S.Y. $ $ WEST VALLEY HIGHWAY (STRANDER BLVD TO 1-405) Rev. 5-13-14 a Proposal 149. REMOVING CEMENT CONC. CURB AND 150. REMOVING ASPHALT CONC. 151. REMOVING PLASTIC LINE 310.00 L.F. $ $ 152. CRUSHED SURFACING TOP COURSE 54.00 TON $ 153. PLANING BITUMINOUS PAVEMENT 102.22 S.Y. $ $ 155. INLET PROTECTION 1.00 EACH $ $ SIDEWALK 156. CEMENT CONC. SIDEWALK 492.00 S.Y. $ 157. CEMENT CONC. TRAFFIC CURB AND GUTTER 104.00 L.F./ $ $ 158. CEMENT CONC. TRAFFIC CURB 379.00 $ $ 159. CEMENT CONC. CURB RAMP TYPE 160. NEW DETECTABLE WARNING PATTERN 2.9/ EACH $ $ TRAFFIC CONTROL DE ICES 162. PLASTIC CROSSWALK LINE 240.00 S. F. $ $ 164. PERMANENT SIGNING 1.00 L.S. $ $ 165. TRAFFIC SIGNAL SYSTE��-ID- 166. PROJECT TEMPOR 'TRAFFIC CONTROL 7 1.00 L.S. $ $ 168. TRAFFIC CO ROL SUPERVISOR 1.00 L.S. $ $ ROADSIDE DEVELOPMENT 172. PSIPE - KALMIA LATIFOLIA'ELF', 2 GAL. 6.00 EACH $ $ ILLUMINATION SYSTEM ILLUMINATION SYSTEM - SR 181 1.00 L.S. 1$ 1$ WEST VALLEY HIGHWAY paTR4moERBLVD To1-4os Schedule CTotal TOTAL BID PRICE Rem 543-14 W-4 WEST VALLEY HIGHWAY (STRANDER BLVD TO 1-405) Project No. [99310410] Note: Unit prices for all items, all extensions, and the total amount bid must be shown. Where conflict occurs between the unit price and the total amount specified for any item, the unit price shall prevail, and totals shall be corrected to conform thereto. Include applicable Sales Tax in the various Unit and Lump Sum prices. SCHEDULE A Item No. Item Description Quantity Unit I Unit Price Amount ROADWAY 1 MOBILIZATION 1.00 L.S. $"Mo,wo-K) $�iqj&-70.00 2. RESOLUTION OF UTILITY CONFLICTS 1.00 EST. $ 25,000 $ 25,000 3. UNEXPECTED SITE CHANGES 1.00 EST. $ 40,000 $ 40,000 4. TEMPORARY EROSION & SEDIMENT CONTROL AND WATER POLLUTION PREVENTION (Including SWPPP Implementation) 1.00 L.S. $ 70 000,w -1iC 'b' 00 5. SPCC PLAN 1.00 L.S. $ 175. Oo $ q -75.0o 6. TYPE B PROGRESS SCHEDULE (MIN. BID $5,000) 1.00 L.S. $ 5, ='00 $ St 7. REIMBURSEMENT FOR THIRD PARTY DAMAGE 1.00 EST. $4,000 $4,000 8. ROADWAY SURVEYING 1.00 L.S. $ it '- .00'W $ 1 It 3LW.w 9. CLEARING AND GRUBBING 1.00 L.S. $ IA fit. 00 $ la, a5b. 00 10. REMOVAL OF STRUCTURES AND OBSTRUCTION 1.00 L.S. $ t5' -3m.00 $ 00 11. POTHOLING 6.00 EACH $ 65a. qu $ 3) 1 0.00 12. REMOVING CEMENT CONC. SIDEWALK 600.00 S.Y. $ oo $ 51 -too. oo 13. REMOVING CEMENT CONC. CURB AND GUTTER 2,050.00 L.F. $ 9-50 $ 1 L115, Co 14. REMOVING ASPHALT CONC. PAVEMENT 1,120.00 S.Y. $ ('A-00 $ 13 "'t LEO. 00 15. REMOVING PLASTIC LINE 9,740.00 L.F. $ $ 16. REMOVING PLASTIC TRAFFIC MARKING 20.00 EACH $ oo $ 1 4 �X'00 17. REMOVING PLASTIC CROSSWALK LINE 544.00 S.F. $ (S-00 $ '3, D- taLl - 00 18. REMOVING SHAFT OBSTRUCTIONS 1.00 EST. $10,000 $10,000 19. RECORD DRAWINGS 1.00 L.S. $ 11500-00 $ 1,jam, 00 20. CONTRACTOR'S DAILY DIARY 1.00 L.S. $ )1 coo. 0(5 $ 1,0W.0o 21. 1 ROADWAY EXCAVATION INCL. HAUL 730.00 C.Y. $ 51.00 $ Lg &1(9. 00 22. EMBANKMENT COMPACTION 80.00 C.Y. Is (5-00 Is . J'Q'00'00 23. CRUSHED SURFACING TOP COURSE 220.00 TON $ 53.50 J$ Lt, -7-70.00 West Valley Highway (Strander Blvd to 1-405) 1 Rev. 5-13-14 Proposal P-3 24. PLANING BITUMINOUS PAVEMENT 2,990.00 S.Y. $ $ 3 3, 07.so 25. HMA CL, 1/2 IN. PG 581-1-22 380.00 TON $ 1-7700 $ (a -7(a -(o0 26. HMA FOR APPROACH CL. 1/2 IN. PG 581-1-22 90.00 TON $ D34. (90 $ ;I�faL-to.W 27. RELOCATE/ADJUST EXISTING UTILITY 1.00 L.S. $ 51 ft. 00 $ 28. INLET PROTECTION 57.00 EACH $ 43.00 $ 51301-00 29. ADJUST VALVE BOX 22.00 EACH $ 5-70.00 $ 1 3.`5"O. 0o BRIDGE 30. STRUCTURE EXCAVATION CLASS A INCL. HAUL 52.00 C.Y. $ 4-3-00 $ 3, 0--1 Q 0 31. GRAVEL BACKFILL FOR WALL 16.00 C.Y. $ cl (), 00 $ I'LiLw.00 32. SHAFT - 36 IN. DIAMETER 86.00 L.F. - $ 6 $ Li & T7 tLj. oo 33. ST. REINF. BAR FOR BRIDGE 780.00 LB. $ -3.15- $ 'D �j 57 Go 34. QA SHAFT TEST 2.00 EACH $ 1-3 d57W $ g�to5o. 00 35. CONC. CLASS 4000 FOR BRIDGE 6.00 C.Y. $ $ iLj 36. SUPERSTRUCTURE - WEST VALLEY HIGHWAY PEDESTRIAN BRIDGE 1.00 L.S. 000.00 $ $ cjd%,=�00 SIDEWALK 37. CEMENT CONC. SIDEWALK 1,410.00 S.Y. $ 7G. $ I 38. CEMENT CONC. TRAFFIC CURB AND GUTTER 1,940.00 L.F. $ 50 ($0c) 39. MOUNTABLE CEMENT CONC. TRAFFIC CURB 193.00 L.F. $ $ 40. CEMENT CONC. PEDESTRIAN CURB 56.00 L.F. $ $ 41. CEMENT CONC. CURB RAMP TYPE PERPENDICULAR A 1.00 EACH $ $ 0 42. CEMENT CONC. CURB RAMP TYPE PERPENDICULAR 6 1.00 EACH $ $ a 5j, uo 43. NEW DETECTABLE WARNING PATTERN 1.00 EACH .06 $ $ 44. CEMENT CONC. DRIVEWAY ENTRANCE COMMERCIAL 531.00 S.Y. $ 0 � -00 $ TRAFFIC CONTROL DEVICES 45. PLASTIC LINE 12,533.00 L.F. $ �-00 $ Z's 0 VA - 0-0 46. PLASTIC WIDE LANE LINE 519.00 L.F. $ Ljo $ L4 $'. 60 47. PLASTIC WIDE DOTTED ENTRY LINE 221.00 L.F. $ so $ 'l-3"3- �O 48. 1 PLASTIC CROSSWALK LINE 760.00 S.F. $ -a, -S $ L,;;k 70 , 00 49. PLASTIC STOP LINE 91.00 L.F. $ Wua $ q IsL( . W 50. PLASTIC CROSSHATCH MARKING 120.00 L.F. $ ''i."1 ar $ 570 10D WEST VALLEY HIGHWAY (STRANDER BLVD TO 1-405) Rev. 5-13-14 Proposal ME 51. PLASTIC TRAFFIC ARROW 18.00 EACH $ ( 70. c)6 $ "-3,o (40,.Ob 52. PLASTIC DRAINAGE MARKING 59.00 EACH $ 106,56- $ 53. PLASTIC TRAFFIC LETTER 12.00 EACH $ $ 11a11 -00 54. TEMPORARY PAVEMENT MARKING - SHORT DURATION 15,200.00 L.F. $ 30 $ 45w,00 55. PERMANENT SIGNING 1.00 L.S. $ 6,350 cl o $ 16,350. 00 56. TRAFFIC SIGNAL SYSTEM - WEST VALLEY HWY AND S 156TH ST 1.00 L.S. $ , J $ 57. PORTABLE CHANGEABLE MESSAGE SIGN 32,112.00 HR $ $ 58. PROJECT TEMPORARY TRAFFIC CONTROL (MIN BID $85,000) 1.00 L.S. $ 13qw0-00 $ (30,000-00 59. PEDESTRIAN TRAFFIC CONTROL 1.00 L.S. $ 11500-0 $ 1500•(70 60. CONTRACTOR PROVIDED UNIFORMED POLICE OFFICERS 40.00 HOUR $ 1-16.00 $ 5,V0. 00 61. 1 TRAFFIC CONTROL SUPERVISOR 1.00 L.S. $ (-41 OX. 0(7 $ j �,f 000, 00 ROADSIDE DEVELOPMENT 62. HIGH VISIBILITY SILT FENCE 186.00 L.F. $ G.00 $ t i t 16. 00 63. REPLACE FENCE 42.00 L.F. $ %-A. -7 5 $ Li -7 5. oo 64. DECORATIVE RAILING 54.00 L.F. $ 1�145.00 $ c(1• w 65. PSIPE - ACER RUBRUM'BOWHALL', 2" CAL 20.00 EACH $ 3%4.W $ -71(40-oo 66. PSIPE - FRANXINUS PENNSYLVANICA "URBANITE', 2" CAL. 14.00 EACH $ 3 �Li- oc) $5,376.00 67. PSIPE CERCIDIPHYLLUM JAPONICUM', 2" CAL. 8.00 EACH $ 3$�.00�$ 310710o 68. PSIPE - TILIA CORDATA'CHANCOLE' OR'DEGROOT', 2" CAL. 11.00 EACH $ $ L( 69. PSIPE - ZELCOVA SERRATTA'GREEN VASE' OR 'VILLAGE GREEN', 2" CA 5.00 EACH $ 3$�- tv $ iq 10, 70. PSIPE -CORNUS SERICEA'KELSEYI', 2 GAL. 30.00 EACH $ at .'OX 5 $ (0'5 l 50 71. PSIPE - GAULTHERIA SHALLON, 1 GAL. 139.00 EACH $ t Uj. ()0 $ Li (c • 00 72. PSIPE - MAHONIA NERVOSA, 1 GAL. 135.00 EACH $ 1$ 73. PSIPE - PHYSOCARPUS OPULIFOLIUS 'NANA', 5 GAL. 24.00 EACH $ .50 $ 70%. 74. PSIPE - POLYSTICHUM MUNITUM, 1 GAL. 103.00 EACH $ $ l Li Li 1, 00 75. PSIPE - VACCINIUM OVATUM, 5 GAL. 18.00 EACH $ $ 5-31.00 76. PSIPE - ARCTOSTAPHYLOS UVA-URSI, 1 GAL. 2,210.00 EACH $ 1 Li - Oe) $ '6 019 °-j0, WEST VALLEY HIGHWAY (STRANDER BLVD TO 1-405) Rev. 5-13-14 Proposal m 77. TOPSOIL TYPE A 970.00 C.Y. $ 5q. ou $ 57, 900, Cx) 78. CU SOIL 920.00 C.Y. $ 1 Va. 00 $ 1031 Ok 0. (0 79. IRRIGATION SYSTEM 1.00 L.S. _ $ 135,ccc)-oo $ 136, cm - op 80. MEDIUM BARK MULCH 2" DEPTH 70.00 C.Y. $ 5-7.50 $ Lt p 2.5.00 81. HYDROSEED 350.00 S.F. $ .5.00 $ IJ150-cX-) 82. ROADSIDE CLEANUP 1.00 EST. $12,000 $12,000 83. PROPERTY RESTORATION 1.00 EST. $12,000 $12,000 84. GRAVITY BLOCK WALL 80.00 S.F. $ 53. c)C) $ Li, Wj(). ao STORM DRAINAGE 85. REMOVE CATCH BASIN 3.00 EACH $ 15. 00 $ 1, jLj5. 00 86. GRATE INLET TYPE 2 1.00 EACH $ '515-00-w $ 3, 5 so. 0c) 87. CATCH BASIN TYPE 1 13.00 EACH $ 50, M $ 'al, 450.00 88. CURB INLET 2.00 EACH $ L)D $ 311400, 00 89. CATCH BASIN TYPE 2 48 IN. DIAM. WITH FRAME AND VANED GRATE 2.00 EACH $ L,,,75() oo $ X11500-oo 90. CATCH BASIN TYPE 2 48 IN. DIAM. WITH SOLID LOCKING LID 1.00 EACH $ 5poom $ 5, mo. W 91. CORRUGATED POLYETHYLENE STORM SEWER PIPE 12 IN. DIAM. 627.00 L.F. $ 73.50 $ L46,( vi -50 92. DUCTILE IRON SEWER PIPE 12 IN. DIAM. 47.00 L.F. $ 134.00 $ 00 93. STRUCTURE EXCAVATION CLASS B INCL. HAUL 540.00 C.Y. $ .10 $ 5 Li, oc) 94. CONNECTION TO DRAINAGE STRUCTURE 7.00 EACH $ Ci 00 - 00 $ GI*5C*. 00 95. ADJUST CATCH BASIN 11.00 EACH $ q $ 96. ABANDON EXISTING CATCH BASIN 3.00 EACH $ Ll 00. $ 97. PLUGGING EXISTING PIPE 1.00 EACH $ L((D. OC1 $ 98. LOCKING SOLID METAL COVER AND FRAME FOR CATCH BASIN 11.00 EACH $ -3-75.00 $ 99. SOLID LID FOR CATCH BASIN TYPE 1 4.00 EACH $ ';t 13.00 $ '6 5 a - W 100. SOLID LID FOR STORM MANHOLE 1.00 EACH $ '�,Lj 5" 00 $ `3,x•7, 5. ()o 101. GRATE FOR CATCH BASIN TYPE 1 7.00 EACH $ 3 t t - go $ aGO - 00 102. FILTERRA PEAK DIVERSION VAULT CONFIGURATION BIORETENTION SYSTEM 2.00 EACH $ $ ( )0 ILLUMINATION SYSTEM 103. ADJUST JUNCTION BOX 1 7.00 1 EACH 1$ 511-bO_I$ Schedule A Total $ QI 9a-ij LA 4S, Ljo WEST VALLEY HIGHWAY (STRANDER BLVD TO 1-405) Rev. 5-13-14 Proposal SCHEDULE B - LONGACES WAY IMPROVEMENTS Item No. Item Description Quantity Unit Unit Price Amount ROADWAY 104. MOBILIZATION 1.00 L.S. $ %01000.00 $ 'Wicuo.00 105. TEMPORARY EROSION & SEDIMENT CONTROL AND WATER POLLUTION PREVENTION (Including SWPPP Implementation) 1.00 L.S. $ Ir -00 $ 1,000-00 106. ROADWAY SURVEYING 1.00 L.S. $ l I, 2Doo- 00 $ I (I SO®- 00 107. REMOVAL OF STRUCTURES AND OBSTRUCTION 1.00 L.S. $ 11000-00 $ I/M0.0c) 108. REMOVING CEMENT CONC. SIDEWALK 50.00 S.Y. $ 9-M $ L45(9. 00 109. REMOVING CEMENT CONC. CURB AND GUTTER 20.00 L.F. $ $ 110. REMOVING ASPHALT CONC. PAVEMENT 9.00 S.Y. $ k�-00 $ tas-00 I'll. REMOVING PLASTIC LINE 1,460.00 L.F. $ $ 112. REMOVING PLASTIC TRAFFIC MARKING 13.00 EACH $ 9 (20 $ CD 113. ROADWAY EXCAVATION INCL. HAUL 3.00 C.Y. 1$ 51 (9c) $ Vli-00 114. CRUSHED SURFACING TOP COURSE 5.00 TON $ S3.50 $ ?,Vi. 15 ( ) 115. PLANING BITUMINOUS PAVEMENT 9.00 S.Y. $ M $ Lt5,.00 116. HMA CL. 112 IN. PG 581-1-22 1.50 TON $ !TI I CIO $ 13 �q) 117. HMA FOR APPROACH CL. 1/2 IN. PG 581-1-22 8.00 TON $ 2.3 6 50 $ I 51i ,,ct) 118. INLET PROTECTION 18.00 EACH $ q,;.00 $ L 16 -7 Ll 00 SIDEWALK 119. CEMENT CONC. SIDEWALK 10.00 S.Y. $ "76, c $ 76c, u(I 120. CEMENT CONC. TRAFFIC CURB AND GUTTER 63.00 L.F. $ SV , $ 121. CEMENT CONC. CURB RAMP TYPE PERPENDICULAR A 1.00 EACH $ $ 2, 4,-, 122. CEMENT CONC. DRIVEWAY ENTRANCE COMMERCIAL 29.00 S.Y. 1$ 4"? y $ 236, c'0 TRAFFIC CONTROL DEVICES 123. PLASTIC LINE 3,813.00 L.F. $ 2- a $ 7, 62,6, C`0 124. PLASTIC WIDE LANE LINE 117.00 L.F. $ 'J,'AU $ /0\10 %o 125. PLASTIC CROSSWALK LINE 330.00 S.F. $ $ 126. PLASTIC STOP LINE 22.00 L.F. $ (c). $ ( )C) 127. PLASTIC CROSSHATCH MARKING 341.00 L.F. t$ -7 $ Q.75 WEST VALLEY HIGHWAY (STRANDER BLVD TO 1-405) Rev. 5-13-14 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal Proposal 128. PLASTIC TRAFFIC ARROW 2.00 EACH $ 06 $ 129. PLASTIC BICYCLE LANE SYMBOL 11.00 EACH $ $ L�k gS. 'af 130. GREEN BICYCLE PAVEMENT 131. PLASTIC DRAINAGE MARKING 21.00 EACH $ $ N,. SO 132. TUBULAR MARKERS 74.00 EACH $ OCO $ 51, op 133. TEMPORARY PAVEMENT MARKING- SHORT DURATION 2,550.00 LF. $ 30 65, CX) $ 135. TRAFFIC SIGNAL SYSTEM - WEST 136. RAPID FLASHING BEACON 1.00 L.S. $ $ 00 137. PROJECT TEMPORARY TRAFFIC ,000.00 139. CONTRACTOR PROVIDED UNIFORMED 140. TRAFFIC CONTROL SUPERVISOR 1.00 L.S. 1$ 5* 1 Ca oo $ �[Caoo ROADSIDE DEVELOPMENT 142. PROPERTY RESTORATION 1.00 EST. $3,600 $3,600 STORM DRAINAGE F143. SLOTTED DRAIN GRATE REPLACEMENT 1.00 L.S. J$ 00 V11 ILLUMINATION SYSTEM 144. ILLUMINATION SYSTEM - LONGACRES WAY 1 1.00 L.S. $ ILiZo $ ;�501 LJW. 00 Schedule BTotal s T3�23�30 SCHEDULE Q-K8O]BLOCKPEDESTRIAN CROSSING OFWEST VALLEY HIGHWAY Item No. Item Description Quantity Unit Unit Price Amount ROADWAY 146. TEMPORARY EROSION & SEDIMENT CONTROL AND WATER POLLUTION PREVENTION (Including SWPPP 148. REMOVING CEMENT CONC. SIDEWALK 69.00 S.Y. $ q,o() $ WEST VALLEY HIGHWAY (STnAwoEwBLVD To| -4o5) Rev. 5'13-14 Proposal FdR 149. REMOVING CEMENT CONC. CURB AND GUTTER 77.00 L.F. $ Ci - 50 $ -131 150. REMOVING ASPHALT CONC. PAVEMENT 2,226.00 S.Y. $ a $ 151. REMOVING PLASTIC LINE 310.00 L.F. $ -�-Aa5 $ CA 152. CRUSHED SURFACING TOP COURSE 54.00 TON $ 53. so $ oo 153. PLANING BITUMINOUS PAVEMENT 102.22 S.Y. $ 5.00 $ 5(1 -to 154. HMA CL. 1/2 IN. PG 581-1-22 12.00 TON $ 1'7'7.o0 $ -a-,(�q"00 155. 1 INLET PROTECTION 1.00 EACH $ cA 3. c)o $ ct 3 - o o SIDEWALK 156. CEMENT CONC. SIDEWALK 55.00 S.Y. $ -7(4,6() $ 157. CEMENT CONC. TRAFFIC CURB AND GUTTER 104.00 L.F. $ 3-5.,50 $ 158. CEMENT CONC. TRAFFIC CURB 379.00 L.F. $ -33,56 $1 159. CEMENT CONC. CURB RAMP TYPE PERPENDICULAR A 2.00 EACH $ $( ()C> 160. NEW DETECTABLE WARNING PATTERN 2.00 EACH 4_16&,M I$ bi� Ori $ 1`-a4-00 TRAFFIC CONTROL DEVICES 161. PLASTIC LINE 748.00 L.F. $ $ 162. PLASTIC CROSSWALK LINE 240.00 S.F. $ $t q $(y. C)D 163. PLASTIC STOP LINE 64.00 L.F. $ 10. �O $ 6.7- , (10 164. PERMANENT SIGNING 1.00 L.S. $ -75-- $ cl � '�5 - alb 165. TRAFFIC SIGNAL SYSTEM - MID - BLOCK HAWK 1.00 L.S. $'970 o(p $ D7,65o.00 166. PROJECT TEMPORARY TRAFFIC CONTROL 1.00 L.S. $ LA1j,0W.Qcj $ Lir ,�., 000. po 167. PEDESTRIAN TRAFFIC CONTROL 1.00 L.S. $ - t ')Do -00 $ t")4- . 00 168. TRAFFIC CONTROL SUPERVISOR 1.00 L.S. $ 1100.00 $ 5, L00-00 ROADSIDE DEVELOPMENT 169. WAYFINDING SIGNS 1.00 LS $ 10, svi. w $ 1 , 560 170. PSIPE - GAULTHERIA SHALLON, 1 GAL. 4.00 EACH $ tLt.0C7 $ 5(e. 00 171. PSIPE - MAHONIA NERVOSA, I GAL. 4.00 EACH $ t Q.,So $ &G. (y) 172. PSIPE - KALMIA LATIFOLIA'ELF', 2 GAL. 6.00 1 EACH 1 $ 1$ t6'j,5() ILLUMINATION SYSTEM 173. ILLUMINATION SYSTEM - SR 181 1 1.00 L.S. $ LAa,, 7�, (A 30. 60 -,2r,N Schedule C Total $ E),3 -?4 t -t v:-( , (-'-' TOTAL BID PRICE $ ASM)- U5.40 - WEST VALLEY HIGHWAY (STRANDER BLVD TO 1-405) Rev. 5-13-14 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 quantities shown on the Bid form then totaling all of the extended amounts. Signed J o ✓, s Title: Matthew Wagester - Vice President Date: 11 -9 - West Valley Highway (Strander Blvd to 1-405) Rev. 5-13-14 Proposal P-10 By signing below, Bidder acknowledges receipt and understanding of the following Addenda to the Bid Documents: Addendum No. 1 2 Date of Receipt 10-29-21 Addendum No. 10 4 Date of Receipt 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 Company which will furnish the required Payment and Performance Bond is Employers Mutual Casualty Cc Via Propel Insurance 1201 Pacific Ave Suite 1000 Agent: Eric Zimmerman - (800) 499-0933 of Tacoma, WA 98402 (Name) (Address) Bidder: Road Construction Northwest, Inc. Signature of Authorized Official: Printed Name and Title: Address: Matthew Wagester - Vice President PO Box 2228 Renton WA 98056 Circle One: Individual / Partnership / Joint Venture / Corporation Phone No.: 425-254-9999 State of Incorporation: WA Date: 11-9-21 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. WEST VALLEY HIGHWAY (STRANDER BLVD TO 1-445) Rev. 5-13-14 P-11 BID SECURITY Bid Deposit: The undersigned Principal hereby deposits a Bid Deposit with the CRY of Tukwila in the form of a cash deposit, certified or cashier's check, or postal money order in the amount of dollars ($ Iti-IM Bid Bond: The undersigned, Road Construction Northwest, Inc. (Principal), and Employers Mutual Casualty Company , (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 WEST VALLEY HIGHWAY (STRANDER BLVD TO 1-405), Project No. [99310410], 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 9th day of November .,2021 Road Construction Northwest, IncEmployers Mutual Casualty Company Principal -' e • ' '. rn E o' OL -1 A T 'S - Matthew Wagester, Title -l"',i#,1,,;111` Name and address of local office of agent and/or Surety Company: Surety By CV9- Q - 9--` Attorney in Fact (Attach Power of Attorney) Aliceon A. Kellner Propel Insurance 1201 Pacific Avenue, Suite 1000 Tacoma, WA 98402 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. West Valley Highway (Stra nder Blvd to 1-405) Rev. 5-13-14 AVEMC. P.O. Box 712 • Des Moines, Iowa 50306-0712 INSURANCE KNOW ALL MEN BY THESE PRESENTS, that: 1. Employers Mutual Casualty Company, an Iowa Corporation 2. EMCASCO Insurance Company, an Iowa Corporation 3. Union Insurance Company of Providence, an Iowa Corporation 4. Illinois EMCASCO Insurance Company, an Iowa Corporation 5. Dakota Fire Insurance Company, a North Dakota Corporation 6. EMC Property & Casualty Company, an Iowa Corporation hereinafter referred to severally as Company" and collectively as "Companies", each does, by these presents, make, constitute and appoint: CHRISTOPHER KINYON, LISA M ANDERSON, DIANE M HARDING. KELUE HOGAN. CARLEY ESPIRITU, KRISTINE A. LAWRENCE, ERIC A_ ZIMMERMAN, AUCEON A. KELTNER, CYNTHIA L JAY, JAMES B. BINDER, BRENT E. HEILESEN, BETH M. CAIN, KYLE JOSEPH HOWAT, ANNELIES M. RICHIE, HEATHER L ALLEN, HoN Albers, Erin E. Mosley, Alyssa J. Lopez, Jamie L. Marques, Amelia G. Burrill, Katharine J. Snider its true and lawful attorney-in-fact, with full power and authority conferred to sign, seal, and execute the Surety Bond: Any and All Bonds and to bind each Company thereby as fully and to the same extent as if such instruments were signed by the duly authorized officers of each such Company, and all of the acts of said attorney pursuant to the authority hereby given are hereby ratified and confirmed. The authority hereby granted shall expire October 10th , 2022 , unless sooner revoked. This Power -of -Attorney is made and executed pursuant to and by the authority of the following resolution of the Boards of Directors of each of the Companies at the first regularly scheduled meeting of each company duly called and held in 1999: RESOLVED: The President and Chief Executive Officer, any Vice President, the Treasurer and the Secretary of Employers Mutual Casualty Company shall have power and authority to (1) appoint attomeys-in-fact and authorize them to execute on behalf of each Company and attach the seal of the Company thereto, bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof; and (2) to remove any such attomey-in4act at any time and revoke the power and authority given to him or her. Attorneys -in -fact shall have power and authority, subject to the terms and limitations of the power-of-attomey issued to them, to execute and deliver on behalf of the Company, and to attach the seal of the Company thereto, bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof, and any such instrument executed by any such attorney-in-fact shall be fully and in all respects binding upon the Company. Certification as to the validity of any power-of-attorney authorized herein made by an officer of Employers Mutual Casualty Company shall be fully and in all respects binding upon this Company. The facsimile or mechanically reproduced signature of such officer, whether made heretofore or hereafter, wherever appearing upon a certified copy of any power-of-attorney of the Company, shall be valid and binding upon the Company with the same force and effect as though manually affixed. IN WITNESS THEREOF, the Companies have caused these presents to be 30th day of March , 2020 . pS�O,rrNSO?,,, ': `•`,`�OrM pq y. 4,p. .r�r C9S'. ,: who • opeop,�y�, �'�.i ` 'T�•o°p�oRa �.� o'_ ; a •. �oproxq�.'. r' SEAL 1953 _Z= 1863 oz 1953 IOWA r 'IOWA,* • %0 . .. 0... rY.o"pb-- �'*r K•.O. 4'y QS'; Z`Q�•C�,PV(1R71 riOq:- `�:`�pPll Aq •,i'�9==��`ppGflgy ��. -W: SEAL °�_ :a: SEAL; _W;SEAL o *'rrrr.r*• •h0 ', rr``:,P• :Q`as''nrn`��P�� IOWA . /OAKO & CEO for each by their officers as shown, and the Corporate seals to be hereto affixed this Jean, P e Aident & CEO Todd Strother, Executive Vice President any I;Poirman, President Chief Legal Officer & Secretary of of Co nies 2, 3, 4, 5 & 6 Companies 1, 2, 3, 4, 5 & 6 On this 30th day of March 2020 before me a Notary Public in and for the State of Iowa, personally appeared Scott R. Jean and Todd Strother, who, being by me duly swom, did say that they are, and are known to me to be the CEO, Chairman, President, Executive Vice President, Chief Legal Officer and/or Secretary, respectively, of each of the Companies above; that the seals affixed to this instrument are the seals of said corporations; that said instrument was signed and sealed on behalf of each of the Companies by authority of their respective Boards of Directors; and that the said Scott R. Jean and Todd Strother, as such officers, acknowledged the execution of said instrument to be their voluntary act and deed, and the voluntary act and deed of each of the Companies. My Commission Expires October 10, 2022. 'L I 5 U1 �IIeLL'JLLC/qL - Notary PubM in and for the State offlowa I, James D. Clough, Vice President of the Companies, do hereby certify that the foregoing resolution of the Boards of Directors by each of the Companies, and this Power of Attorney issued pursuant thereto on 30th day of March , 2020 are true and correct and are still in full force and effect. In Testimony Whereof I have subscribed my name and affixed the facsimile seal of each Company this 9th day of November 2021 t3�= �� //V Vice President IN I 7838(3-20) 0000000 W6340 000 SSE 000000-00 "For verification of the authenticity of the Power of Attorney you may call (515) 345.2689." NON -COLLUSION DECLARATION STATE OFWASHINGTON \ ) es. COUNTY {JFKING ) 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 nrindirectly, entered into any agnaennent, participated in any co||usion, or otherwise taken any action in restraint of free competitive bidding in connection with the City of Tukwila project named WEST VALLEY HIGHWAY /STRANDER BLVD TO 1-405)' Project No. [99310410]. Road Construction Northwest, Inc. Name of Firm Sighature of Autli6rized Official Matthew Wagester - Vice President Title Signed and sworn tobefore rnmonthis 9th day of November '2O2z Signature di'�Notary Public in and for the State of Washington, residing at GVf,Cli W A- NOTICE TO ALL BIDDERS 1-800-424-9071 The U.G. Department of Transportation (U8O[T) operates the above toll-free "hotline" Monday through Friday. 8:00e.[n.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 ofU8D[)T'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. Non -Collusion Declaration Form (DOT Form 272-0361E West Valley Highway (Strander Blvd to 1-405) Rev. 5-13-14 RESPONSIBLE BIDDER DETERMINATION FORM Attach additional sheets as necessary to fully provide the information required. Name of Bidder: Road Construction Northwest, Inc. Address of Bidder: PO Box 2228 Renton, WA 98056 City RCNW*CN978L6 Contractor's License No. License Bond Registration No. 5311677 P-13 State Zip Code WA State UBI No. 602-286-010 Dept. of L&I Worker's Comp. Acct. No. 052, 715-01 Bidder is a(n): ❑ Individual ❑ Partnership ❑ Joint Venture 0 Incorporated in the state of WA List business names used by Bidder during the past 10 years if different than above: Bidder has been in business continuously from 2003 Year Bank Reference Banner Bank - Bellevue Branch -Andy Tubb - (425) 739-1009 No. of regular full-time employees: 50+ Account Officer Officer's Phone No. Number of projects in the past 10 years completed: ahead of schedule 15 0+6n schedule behind schedule Bidder has had experience in work comparable to that required for thi's Project: As a prime contractor for 18 years. As a subcontractor for 18 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 Brian Menard Superintendent 18 years Gordon Lee Project Manager 14 years West Valley Highway (Strander Blvd to 1-405) Rev. 5-13-14 P-14 Name the Surveyor to be used on this Project, who will directly supervise all surveying activities. Attach a resume outlining the experience and qualifications of the Surveyor. Is the Surveyor licensed in the State of Washington (a PLS)? 0 Yes ❑ No Surveyor's Name: American Surveying & Environmental, LLC 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. Proiect Name See Attached Year Contract Completed Amount Owner/Reference Name and Phone 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 Has Bidder, or any representative or partner thereof, ever failed to complete a contract? ® No ❑ Yes If yes, give details: Has Bidder ever had any Payment/Performance Bonds called as a result of its work? ID No ❑ Yes If yes, please state: Proiect Name West Valley Highway (Strander Blvd to 1-405) Contractinq Party Bond Amount Rev. 5-13-14 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal Responsible Bidder Determination Form P-15 Has Bidder ever been found guilty of violating any State or Federal employment laws? El 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 OYes If yes, give details: Has any adverse legal judgment been rendered against Bidder in the past 5 years? El 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? 12 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 Title: Matthew Wagester - Vice President Date: 11-9-21 Rev.4-15-09 PROPOSED EQUIPMENT AND LABOR SCHEDULE (Use additional sheets if required) Equipment to be used: P-16 DESCRIPTION/TYPE YEAR CONDITION OWN/RENT Excavator - Caterpillar 2019 Good Own Backhole - John Deere 2017 Good Own Wheel Loader - John Deere 2018 Good Own Roller - Dyna Pac 2017 Good Own Dump Truck - Kenworth 2019 Good Own Labor to be used: Working Foreman, Operators, Laborers, Pipe Layers, Traffic Control Supervisor and Flaggers West Valley Highway (Strander Blvd to 1-405) Road Construction Northwest, Inc. Name of Bidder lei Signa ure of Authorized Official Matthew Wagester - Vice President Title Rev. 5.13-14 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal P-17 PROPOSED SUBCONTRACTORS Name of Bidder Road Construction Northwest, Inc. In accordance with RCW 39.30.060 as amended, every bid that totals $1 million or more shall include below the names of the subcontractors with whom the Bidder, if awarded the contract, will subcontract 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 33 % Schedule/Bid Item Numbers % of Name Subcontractor will perform Total Bid Road Construction Northwest, Inc. HVAC - NA 0% Road Construction Northwest, Inc. Plumbing - N/A 0% { Ctj.,r\t�j.fvcl "-n (fay*4N Structural Steel Installation - 1 , 075l PAJ W,; ,� ��c dam, xv�L I Rebar Installation - 3� Io of C (�nCac� , xnc . Electrical - I, S4� l� �� Ui y� 145, I1I c West Valley Highway (Strander Blvd to 1-405) Rev. 5-13-14 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal ADDENDUM NO. I City ofTukwila, Washington West Valley Highway (Strander Blvd to 1-405) City Project No.: 99310410 DATE OFADDENDUM ISSUE: October 2l2D21 DATE OF BID OPENING: November 9, 2021 NOTE TO ALL P -A -N -H ---ERS^ This Addendum No. 1, containing the following reveions, additionn, delebons, and/or clarifications, is hereby made o part of the Plans and Contract Provisions (Contract Documents) for the above-named project. Bidders shall take this Addendum into consideration when preparing and submitting their bids. Bidders shall acknowledge receipt and acceptance ofthis Addendum No. 1 inthe space provided on the Proposal Signature Sheetorbvs' nin0intheopaogproVidedbelovVmndnubnldbngthasigned addendum with the bid package, Failure to provide this written acknowledge may result in disqualification of the Bidder's SPECIAL PROVISIONS Page 42 of the specifications: 1�7.1E(2) Additional Insured replace this section with the 1-07.18(2) Additional Insured All insurance policies, with the exception of Workers Compensation, and of Professional Liability and Builder's Risk (if required by this Contract) shall name the following listed entities ooadditional insured(s) using the forms or endorsements required herein: • the Contracting Agency and its officers, elected officials, employees, agents, and volunteers • Washington State Department of Transportation (VVSO[>T) The above -listed entities shall be additional insured(s) for the full available limits of liability maintained by the Controctor, irrespective ofwhether such limits maintained by the Contractor are greater than those required by this Contract, and irrespective of whether the Certificate of Insurance provided by the Contractor pursuant to 1-07.18(4) describes limits lower than those maintained by the Contractor. For Commercial General Liability insurance coverage, the required additional insured endorsements shall heatleast osbroad msISO forms CG2O101DO1for ongoing operations and CG 20 37 10 01 for completed operations. 2. Page 43-44ofthe specifications: 1-07.18(6)A Commercial General Liability replace this section with the following: 1-07.10(5)A Commercial General Liability Commercial General Liability insurance shall be written on coverage forms at least as broad ooISO occurrence form C{3 00 01, including but not limited to liability arising from premises, operations, atop gap liability, independent contractors, products -completed oparmtione, personal and advertising injury, and liability assumed under an insured contract. T-hereshall benoexclusion for liability arising from explosion, collapse orunderground property damage. xo: City Clerk AdJoo6omNo. l Cnoobno6mnMuoo-er October 29,202l The Commercial General Liability insurance shall be endorsed to provide a per project general aggregate limit, using ISO form CG 25 03 05 09 or an equivalent endorsement. Contractor shall maintain Commercial General Liability Insurance arising out of the Contractor's completed operations for at least three years following Substantial Completion of the Work. Such policy must provide the following minimum limits: $3,000,000 Each Occurrence $3,000,000 General Aggregate $2,000,000 Products & Completed Operations Aggregate $1,000,000 Personal & Advertising Injury each offence $1,000,000 Stop Gap / Employers' Liability each accident ALL OTHER REQUIREMENTS OF THE CONTRACT DOCUMENTS REMAIN IN EFFECT. Bidders shall acknowledge receipt and acceptance of this Addendum No. I in the space provided on the Proposal Signature Sheet or by signing in the space provided below and submitting the signed addendum with the bid package. Failure to provide this written acknowledge may result in disqualification of the Bidder's submittal. Sincerely, Hari Ponnekanti, P.E. City of Tukwila Public Works Director/City Engineer Receipt acknowledge, and conditions agreed to this 9th day of November2021 Bidder 6tignature Matthew Wagester Vice President xc: City Clerk Addendw-n No. I Constniction Nianager October 29, 2021 File: 99310410 Page 2 of 2 ADDENDUM NO. 2 City of Tukwila, Washington West Valley Highway (Strander Blvd to 1-405) City Project No.: 99310410 DATE OF ADDENDUM ISSUE: November 05, 2021 DATE OF BID OPENING: November 9, 2021 NOTE TO ALL PLANHOLDERS: This Addendum No. 2, containing the following revisions, additions, deletions, and/or clarifications, is hereby made a part of the Plans and Contract Provisions (Contract Documents) for the above-named project. Bidders shall take this Addendum into consideration when preparing and submitting their bids. Bidders shall acknowledge receipt and acceptance of this Addendum No. 2 in the space provided on the Proposal Signature Sheet or by signing in the space provided below and submitting the signed addendum with the bid package. Failure to provide this written acknowledge may result in disqualification of the Bidder's submittal. 1. Page P-2 through P-8 DELETE sheet P-2 through P-8 and REPLACE with attached sheet P -2-P8. The following changes have been made: • The quantity for item 108 REMOVING CEMENT CONC. SIDEWALK has been revised • The quantity for item 148 REMOVING CEMENT CONC. SIDEWALK has been revised • The quantity for item 156 CEMENT CONC. SIDEWALK has been revised PLANS 2. Plan Sheet IL02 (65 of 90): DELETE Sheet IL02 (65 of 90) and REPLACE with the attached Sheet IL02 (65 of 90). The following changes have been made: • On the Luminaire Schedule the Style Column was updated • RFB standard reference was updated 3. Plan Sheet RB01 (67 of 90): DELETE Sheet RB01 (67 of 90) and REPLACE with the attached Sheet RB01 (67 of 90). The following changes have been made: • RFB standard reference was updated ALL OTHER REQUIREMENTS OF THE CONTRACT DOCUMENTS REMAIN IN EFFECT. xC: City Clerk Addendum No. 2 Construction Manager November 05, 2021 File: 99310410 Page 1 of 2 Bidders shall acknowledge receipt and acceptance of this Addendum No. 1 in the space provided on the Proposal Signature Sheet or by signing in the space provided below and submitting the signed addendum with the bid package. Failure to provide this written acknowledge may result in disqualification of the Bidder's submittal. Sincerely, Hari Ponnekanti, P.E. City of Tukwila Public Works Director/City Engineer November Receipt acknowledge, and conditions agreed to this 9th day of 2021 Bidder ignature Matthew Wagester Vice President xc: City Clerk Addendum No. 2 Construction Manager November 05, 2021 File: 99310410 Page 2 of 2 m c J u ar 0 a C Q) Q) L t 0 z G 0 c 0 .3 m O W v ao a G N -j Gm i+ 1 ^ n w z ° ° v�� z, o a a N v c> v G a a o C v 0 at O N 4 G r! n j C N C '� l0 ti p O M v p O n �° G O a N> a Cl �-1 E s a k O ` io = N m b N � c c O ,i - c 'c O O v O Cl) O crj t` O -, a O v '.2 pj .2 2 > C pj �- U ^ 0 3 m -`° 7 m E v E E to m h ° 3 rn h o 3 O m u° r� u _ v a 3 `1 0 �v '+ u; D o v N a v °7 b y rC v r y Z N c O v L O N d' O E` Q`j �' O N -rj �° O n to N v m H yC. G umy '" O in C 00 n ` Lr, 00 O O C N v, �., 2 O' N O . N a v Qj N ¢, V .0 a E ._ O Vi o v C C h G v U +.. in a Fj > •° a., 4j c •° u v c O t ❑ E ° E v L' c o ° a o o u c v° °u ° h E .�„ u° o O W p a, = @ v v u t �, rz -0.o c .o c� 10 h° a, cr s° a 0 s°= Y .E a c o a m °� c •N > n N .` a v = v o v v a n`. ° E v c .@42 ° °❑ C m <C .J 3 y 72 o ` v °' C7 Q °� ° w % ° m c r- i E i v c ao c u m y p° u-0 � a V (7 a v a U b G n o �' v, O = cN 7 'C U 4j O O J a a m v a a Q c`, 'b o `o E rn .0 u o o ,C u o w o o � a, Z d o a v Ir: -c o C v cu o n° o c m o c Cl= o y a v c c� a a -°c a a o O Q ,n N c a o ° { b c J V) n °u c a c a ° Z v v c rn a p v t m a v v° a ❑ o c -° a a c ° o E G c .0 c J •C O U G `�, C �• O c O �lj .^ H N ^� O v N° C C1 N �l N a ,C a .0 a O of N a O. O M co aa.. h G v o p a a N o a, ' O. Q~ o .0- o ` a a v a m -) H a N � ,G +j E K 0) O m m �' 'Q o d a v c v U c v o o ;N o °= o a w v = 3 ° o 'v v.2 h n p v° n° o o °� : c ° 3 c ° 3 E 4 o v �a o o ub In o ° •c O C _ O O a O 0 nv, O ZC v v 00 Z a O '�Z Cl)Mzz- W +°O a QO Z uj (17 o N .2 C m o L a CO ° ll >., 0) o G E N o G E V o a S IT o 6 o_ Q C j •� N Q- 4 `" (L1 a 4! l00 Q G r Q v G M a O N a c� W N Q aCe)° `$ v° ° o �„ a co m OD a v° v a U a o a W m W C ° W W � W •`^ W A �+ W W LL o v .a ti N E Z a u ' ck, ^ a u n 0 3 w o a a .X ° o a a o 3 ? o u° ° Eli o c C:3 a v r a o Qj p E v o j •° vLi oo a m a y G p v c u O �D a o U O = v O C a = v a p C a ❑° G N ° Ot Z C U Q o a ¢ .o x 0 4 i c o o c o a f- b ti h Q c_ Z N `m Q ° a c E o a " E °zS E 4 v v i .N p J c Q C O= C ❑- C 6 3 a) N z a) O c o O aj N c a o aj E W~ N v v 1 G �. _ '° a cj C • c .O O O O a� "y � `G 3 c $ c ~ a � Z 1" `v u aj w 0 •n >_ v > aci °°= c " o ivy aj °� o v In E � °� o° Q m N o E as � E z U v c$ CC a ` m � "I aj m 0 3 O v (n v b v w a Q m O v �' o U w Vr Oj C 3, x a.. O v U -° �«. O C p a �. O Oj U 7 v -C -C 4- ° a.. �^ H p n �., !' H Q? C W Z. n �OI- a N a U O 0 m y" C v C n T U v m� b � ? J> C1 v O Y w7 w Z Q c❑ N+ oa a N a r� V E G QE a c E Y w 2 ,cQj c� G z O U p U a~ Hp p Q v b m Q p 'a 'a _ Y ,G `^ ° u ° p U ` c c c v E o u a o c E ,o acu a a a In - c a e o v •u .� n > u .� S '3 0° amicrq C3i O yy.,� Y v, p •� h 07 aj H u rm Y I E E n O V •° 4z c n c a ` n n o E m C m o � ❑ c In- `o o m - ❑ o a) W b �, -a aa) � a Qi a m v v o a Q ` o Q 0 LL j c v o C c a o 3 a c a o 3 a t a a m CL u v a a v m a Y cn c u a a v o v v E h � 0 E ° E 0 E ° O c o~ v 6 W- o o w O C C Q m e aj _ n^ E E m o R' U u -C \ U u 0 c u ° m `C '� ,u n ;` F- G u a v E k a v p° u I- a a, o T °' G E a❑ v c` m °' C E b a v° c` u v a ,x I- m 3 c° a m o 3 U `o rn c v m GJ E v w N C b m aj Q o u a c ° a m o 4 c a bi n c LL v m 3 v Q o u g rj a may a o° `oa _c ° E.� E _ nd a u n a Lo h as U) o m ci> v a v °J U a° v , ° c W x o e � x o c c E c '- v m o m QL y v ti rZ Y v a ❑ 2 v a b g k i c° c b `� o C w -va -p U7 C O C +-+ O +-� O U n -(" � a O` 0 a`, C3 0 ° U h c c 'o c s n h G O E axj o C y a Ufl .O E ° u m m O O •O O J Qj Q m ,O Gp -00 Z' a o o � Q v E E 0 v E E c ti_ U ❑ a Y O p� 0 G i- u v a o p� E o u 4 m o E w 0 j N n 3 Z 6 +`vJ N `x 3 a o -aG v ow ° =0 E w a a v ;5 a ° a o z 3 °�j a 3 °hj E o b o `n m ccj c c v ao a W n nn u Z'o o v RA c n "t > o E E m° 0 ° r> I 00 > b, v r M c or c o ^ co o o C14 A CL O h. O d� F p _u '�Qj C V 3 Oro u Oro ro G N O UoQ, ` Mo Mo ° ,n c 000 o a a 3 cy) uNi z, > rn .� a `-' m o cfl - Q I- o u o �+� c$ o '3o a u� cD ° a N - c °� ti ° a v e cv M � in v 'Z L; o m u n o U u Q u Lo Lh' o ar C) O N O N bf cy c N �}' ° N 'z LO N _ M N d' Q) -o O (O M N Co M ° 9 N <t O O N u N O R Na.. dvRi F E �n G Ij Qj u U O M — U� N' u Y v p r s v w C i u K p N p 5 -A-- <co c 7 U 0 Qi v v @ V a N U V N v p O LO OL ` G Ln o Q� `^ o l� ar E O p a O. +-� Oi C E° c o f 5_o c n Y c Qoi. O x° Z O X- O `� x O U a" m N j ra -O 27 O N w 4 Q oY v c U .�* v N Q) ` v O 3 L) �' c-' aQ�. _� ° _ `� °' a cc Q o o° o c- c m C U Zf x x o U V0- m a o m- 3 o f m o °^ T v m C7 0 Qs (L)o °1 ���-v c� o m 2 -= 7, m =R m �a V, W e -' o -' S v C7 , c a o c v a Z 'S a` u 4, D o m CO o o a o, U v o o m° U O O h a 1= o�j c ° co° v a 9 o o 'Y C,W a_, ` W L R L u- C O Qj U j a J m❑ 4 N� ❑ v C O Ol ❑ b a o u m❑O OC O❑ R O p O += O O ~� O v C QRi m m 2 _E O G1 U Q'S O a 42S H N 'R Uf i— O O O N CD C O O O L i v O O O O �' in M~ Q V L QJ H .0 l O c R ,H -p — 01 Q, n o c Q 3 f4 c v m cL 0 0 0 o a 8 o Q, o c^ o a p o o o v o E o v v o ~ u7 Z c o Z p Z E o o Z 3_ .p �O Z c o Z Z c Z a m Z 3 O 0 E ❑ '^ ❑ u O ❑ C u `^ ❑ of cry_ ❑ lJ °' ❑ � Qi r ❑ O Q +_. Q Qj C Q O. N Q a Y 'a Q R O Q �° N Q C Q 'C - O Q Q— u �' Cl "O ❑ °' �^ m ❑ Qj ` ❑ .o C Z. .:� ° � ❑ a M V! ❑ o N `9 ❑ W cCa ❑ O. Qi N V} 0 w LL m 64 w w o N w u- (N w u .O 3 C o a 64 w LL OC W w ,Q W LL N W LL o LL c E _ a Qi a E u Q, o a E ~ v ` ° v o U a o .0 c N Y N N c v° LL Q, ° u o c c a ` cx N Q C O U O a... -_ � a C kz O .2 a U v +.., O -afl U ry 6 z U ,r3 O. '0 •5 H L ;� , >> C N Qui 'q O N C9 > Qj R x s E d U .� 4 4 c W E c U c cn U c S m E U c N c v o o ti ° a n O e w v c c Q. o m L c c u w m c o E W aJ . O U p O O❑ U O a O U O O O U >, L 4 C 6 �a a Q O U O "'� m O U ° 3 R U m O U W U U m O UZI •O N C'1 n rn c U Y c rn C U Y a rn C I— o .` = o, 3 zt c .E b 'R `ti a a. C O rn~ c w O rn c O R y rn° c �' Y m C o O j . _c Y o v$° �> U Y c v 3 Y o 3 Y o a L y 3 0 o R a U > v m = o m = o U ` U c rM` 3 0 m c 0 0 ° v o ocu a v o o z v qj -c3 a a o ° v > > E a c a u 'O 3 Oca i O. ° O _ U y O ,6 (/7 Qj a.. U J av, o N E Ell OO1 Q, ��Q, a.+ 6 u m h a`. N C N L Qi N V/ N� N ` V QJ c0 m C .E a`. h Q) ° 'C u C o- 't5 C u) E Q) a 'C C O C �c > u = ;O � ,+`C, 3 g L a .O 3 p = o o n o 0 0 u a Q w p LL o a (n 3 m o o vQ c °c '° cu iq cr -°c Z Q w 4° o is (D a R o H m 3 o N p p r 3 Z c o Q) c c .4 or a vt o a cm ~ u m Qj CD n N o '- a v v °_ ° w � W ro� E n Z) `6 E n � S m m p .3 v o > E w v o H ° ❑ m o E; c o cn o> Q, 0 a o ° 0 w m 0. E u° '> c e U c a - u o c ° m u c u v ,o j p v E 3 E p o c p > ° v U a °' a o m v° °c ° �c U o v a U v r 11 Q, `° ctzn oy - o E a> a) a 0 R ti o o= c'l m v p o 0 o N E o % `v U °o `_' v C w c •o c R, m a E i3 C (p 'a:. '� N O U �. > Q a7 ,�; �. m ,c -O N Q) v M O E = O R 2 O O W Q Y O O j � E° ° C3 c 3 e o a o c3 a a 3 Z x Qi y cr C G "� _ o i 's ti O in O O C v a u o N �^ E z v v a ° Qj W v c O _ (D N (D M M C u O CD rl- 00 D) LO D) N C3, IL L` N > O '_C14 �' 6 n M N N co 00 0 (D N I- i N N O ct n V LO O O O � O Ou O r O^ Lo O Q O N q' (D L_ N OD L f` to h O F- Z Lf) N O C O N O (D °' E 6 N 6 N a O O (D O G LO N 1 N ra O d ( v (� 01 V V ^ M N O v d v U a ° > v c ° au..• c a 9 C2 O � Lys ` -0 C13 u G a J a Qa O v a'i C a O VI V Z O a) V v Y C e N 7 C a) CL C Y U rn C nJ N m J V) C 07 = H LL C _ p O C t C J ti U (n h j N (0 N U N v LL u LL N fa J .4; In L ° u _ J W J 'a LO O Ol C Ncu U O U O m (n Z v ¢ = J aIm O CL ° c ry Z u 4.: o c a Y w a v Wo J N 0 u o N c O o N a a o N a t N a .a C) N C rn v .�z o N 0 N ga IL c a o aa) ° (1)° m e m U o z C ;o ° C ac O N 4 ES v 3 L o o a w a0 c v Z C O ~ v D m v OD 4-J LO Ln E O O O C (O � Cl) p O N W SO h � r Lo co LO 07 L t�Cl +,+ C V O -a O) •O N V Q EA = 613 O V3 ate., O C 64 4) _ (fl n u �a ° v c o a ° C H t > L O. O .° u of N li C L O L) h v a Qj c �0 U 3 v c v 0 d m zLij 0 °u' 'v 6 m ti `° �S j LL o �i ro r O uo � ^ ° E E w g ` o o c °c o a o •_ E o z o _ o m a o m °�' 2 o �_ a � o x Y T z a U t 1' U oo U 3 U o U o o m U 'S cLn a U N U v o m o c co 'y—i O.° O N v t c u o s cr 'n E O a O O O a ate. ` ° CNu o) a 0) N O h vlx� n. a a) 2 C a) o a v E c a c c ti Y C c o o N Of a) C3 E E a) o E w ` cm a° m a`) a 3 0 a` 3 m ° L ° o m 0) `a a C° g Xa °a ' Eo rLamY v = _ Ep ca .¢ aivo ova L'SE u ai c CW Ln Ha N Qt (n -O 6 m J O_ N (D �O 0Qj ° L 2 (mp QjQO . h C •(a h ° Y N N O) d a) NLp.. 'e ate., .0 p_ 'C31 C OD) � E O g Ln O v ¢ ° N C a w o c ay.. O m .v' Cn x e ` w k v p0 ° C o v C N U ° E U? is Q ° v E ° a) a ° E o v 'c a > E v v E �E g` v ._ a U) ° o E o C3 ui o p f0 �' O N C o Z) N° a 'S d Z a �• cn a N a) 3 Co °�' �' , o c a o v y + y m u N N NQj N v u E C U ° O C v0 LL E c ;> "o h ° p u o Ci U c nL a v °J rn C7 v in Q U U (n m c J V aJ O CL C v 3 t t 0 Z e wc b b C c0 C b c W Q. . u_ O a c0 ° (0 00 V O N D) O O l M jam( N a •p O (0 LO a:. (O N h C14�0 p� ` O O a a b r" IL u W 7 N d' a N Lr) ('M a l5 In c M V H a a h N a0 °a X (h d7 N Ln h M ate.. a c t•� h p ��,, O "-, G I� 00 Q = c rC h if w h v aa. h 00 c �„ �r o a Ln Z" O O LO O LO '� U)0 �" 'L O ° LO Z O°� ` 'p C N N c} N ¢i O (0 Cl) N V m N d' 3 O N •O Qui N U_ c •� o Q N a Q � 1 v ;1 v a aQJ ` o v a ti° o c E cc a � ° c c o a O o ° U L. b 'm a 3 vi i. c o ; N m Tj Y c L p + � a.. u ° Cu o z c b ° a 4Z Z o a o av .0a — ca o ( col ° o C vw C7 Qj t3 x v LL E ca Y co c o 3 m E rn e a c E W e 1u '= ° E b 3 c C7 ° h aa) -> � a v c° o a Z b ,c a (a a o ° a 3 3 Q U (b �,• a.. zs c 3 c u a c h o a p •�., 4. o o b, o o u c Cp a t� H O u Qj w o+ a o 11 07 3 a 3: o v j a rn IL o N 0 c 00) a a c y rn ° a c a rn 0 h v o v o O c° c o' v U o a x cL ° + o o b o u a o o acj 4 a i O a.. a c u In o` 'e. a O. °u p Q h ° ° r- o c$° C U° aa" O u O° u b .O a i- O as K c = '� c LO Lr)° c1 b N u O Lo C .c N Qj b) ° O1 LO Z C O u 3 o e O N M a a�., LO a h (fl c �- (O m ° 3 o E m W Ln a O u '� (b va o r a v p °° a Y o 0) 3 u v a e of c c b O. O (A z p c e o Qjj c`j u u b p a°> E o a c y- °° = 3 N c E$ a -T3 E a b I°� .� 13 C3 O �QL 3° o ov v a o 0 3 n E W^ a c n 5 v cd v N O v [[tL c om a a c a o m aj a. q b c o •C' E ,v m n ° a`j V h v o n a o ca q s a o a° x 16 Z 6 0 O n 0 ° U (a ° 3 = L � c bl U) O N m >+ o (n N t `ti 0 W as h a Y w O H a u av b Q p m E 0 2 a 0 +- c v — o c o Y c 0 p b~ o U m ° m o o •c c o a U Z ZI c 2 ° c o OO Y w n wb� o o m v b •o U 'S 00 b• V7 Z O N v E H °' k o °i v C N b ° h ° N S v v a v o o a o a s acv o -'o 0 0oj c a �, ", ` Q " 0 j b =p ' N 3= w v e b b '_ c - a CL Ql E ` 4 a c v- u a C b a ° v° z 3 0 a m +. v o a � o Y ` y u U a n E N v o n � ,� > o c c c m a d o � a c B a =' o °$ N o f c N a o `v $ o.�` E w h e .0 '> (n a o d LL as w ° c a O c O (A a c c u — cL w O a > t75 W J a C u d �O N +a, (D CL •L "' (� O +. >O c O '°O m 07 N `O �- a1 F' aa, -O 3 O O. :V O Oj U- b •6 O c > -bC 4i 65 T ^ t 7 O m N G O O Q w 3 Qj O O` a 0 b1 N a.. c U p O O° a o is O u3 m d c a N Ot O m o° O ,'C c r1 b Q ° U t `o c p q a� �, u as o v o e 'a (n o E CO °b a, :.I:f U d - �GCL j Nb e QQ ° L) ti°A te0Na. -° Zp 0Q7 cc .2 o o C3) v3 >a 2c: a� m ° 0 NCN a =bCb ° oav o° t+° b U E J b o o L° cc m c J V N 0 CL u c N QJ 3 s 0 Z c 0 3 c U O O cz r-1 0 Ln u a U °' o o a a `o a Z .v 6 ° u o O E h E Q QQ) N r` oQU ` u a d Q CNW 1� V C' M r° uv (Do o a n ` (D !� Cl) u co (•% Q G � h a Q 3 b U N .a v U m b m 00 (D N N N b C1 .,a, v ° C a a a t1 (0 N E- Z 01 'h O C a a a 'U (0 O O G .� G 01 O Ln G a Cl) p (D N C N L Co —co V) N l �. L H Q b° (D O b N C `� •C N _ a u h N 'IT N N ` `�'� O N U L V p N d• V' a 3 G •� O N U a ° O a G� JC a U o a Lo u a o CO Q' O O Q a 3 v E > �, E N W u QQi CD m53 v °i v c U p C Q U cu >V C C a O a cu + G 00 t+ O O CX 00 Z Z v Y v v 0`J U ° c C b0 C •f6 G -C +-� �' .0 U L' •Q W a N m c N ° a C Q C a Ov 0 U 0 p C N b 66 C O O O � •+:. O Q' L N m O L O ° aQ ° E W m -t p� U a (L a �, ° U a o ci uj a w c o cu ., °3 a (1 ¢ a u L .� h N 'H J E C U C _ C ca U a > °) > O a C>> O O u c a1 a C N J N CO C c ° L _ N �) Z G > Q E O O C O a °j (D O O (W U Q N a O .� Qj O a Q' oQb, C) b�' 3 ° c v a4 o C1 0 o E c ° > v` o v °c` o 1� b E a E a .r a ° v o b a a v a c O Co b) m 00 4 c E= n L °> Q o a)O C�o, a,° Q Z 61 U) Yc Cd o Qo O Q7 a,` .c> v° j OUr Q, o o sa "� o o y-cQ a Qc Q 1 0 CO h H C L U a N a 171 C ` a; 3 G C_ C ° ° a v Q, O_ 0 'c r G z ` N ° W 'a a.: ° O " O (0 Q Q) a ?� v K 0 C) .O - b a N JC a1 a E (n a C E N a O CD- b C c ° Z c Q.) C? o v s b � +-� E (n Lo b b G G 'p N (`") c .O 4) 0 .0 In O ~n o CD .0 o ° a.. (n h �, a Ql O a a 0 o •a'C., Qui x Q) a:. 0 O 3 m N� M ui C t(1 Z O C (O E � Q1 g n £ cm � ,° Cl C '� Cl) O� O�j °u � p ° ti C0 a M 3 a al (Nj Q a 611 ° cg a o 3 o -a c W d v O1 U o Cl) cly v z z a ti u° v H ° Z i° ti ° 3 °.k E a ° a `^ '° O E c a Q) a E 3 ---) t �i o Qu 0 o u > a) _ a o r. a E r E c -0 o Q i �-- O v�`i u Ts C N v m .Q h a a a s n u n° a b a o 3 a ° °' > c°o 0 O h O� ,0 ° O) t 0, N a Qbj C >. _ 'F1 cu Qj c 1p p O •>_ W o Qj s° (° a a 3 u aCD Q1 3 u +� m Y o c ° a 'b` u1IIi ,.. c c n1 o u o° b c o ro Z W h C 0 p �n C C1 a C 7 > C al 6) C m ° a:, O H ° U X iQ1 y C' N O 0' w- a c ° C a Q -0 ` p t U U .Q) " u .Y a a 0 h a1 :�+ G C) �+ -Cu -0 O 0 Wo ;N ^ U O b Y o 2 a °i a Y 70 o v° 0 c m U N Q a ° U 3 V a u 11 w a cu y's C •_ U o ° v> Y -70 r.3 a s a C a O atz p b c " 3 C w u° p O m c C°° 4° o v c°" o_ ° W v o `v 3 O1 'o CO $ Q; c01i co co �o ti G; o° s a Q) a Q ° a ° h ^ c .c cu 5 Q1 u_ .4 Q aa) Q Q) Q) a a� ° ° ^ ° E 3 01 u > o 'a0 q o O cm r�3G Q O.• p c U U l4 t U1 v VO ;.i C a a O a a �, Q C N -c -: o C1 C is Q) •L 'i" ` - _° N O = a .c m " - 70w L- Co a) Qj Z � 13 C ° a a -p Q Z" .a O c N G p 3 O CO C a Q) C C C N C G G 0= O0 ° C ,0 C o m b E = v uo 3 `o co c v O rn QEi t° E cn v � o a C a O O j p C 01 N N 3 a `- a1 a N G C E v N °L iII a• o f (6 a •� +•+ a o v O a ' E a C E E G m a, `L '(0 v p G 0 O N C O (b CO a E 'II O m a Q) E •a :4, G a o Q) ?� a� > Q a .o b E c u ° ° o �"-- = .a °- C7 cov .a .Q m - b c > a er •c 3 vy w _` 3 E E s c °1' o a o E E. .� '?( o 5 E -° 'm 0° a E m 4: 0 'V o c° x a o c a -a J 0= > N > .'- i i .� a( a 41 U v a" G o$ 'S v (0 CL o (6 d 'O , c o 0 a Q) 0 Q) a o a C .Y N J a' O _ a E s a a -a >+ Q M > p O` (II a k a b p O N O C` N �. O Q v) C j '^ b` N 11 h m Ua O ` O N a b N Qj a �° ° m .a a Q1 a C �> U s o O O " u Q a Za � q > � 0 Q a .O a r c p a � o N 'N -o N m ,Q Q1 E N = In C b a.. L 0 a Q o = O -� ,o E a b a E a o a v p> C. D ) Q'o _a aO Q) v b '^ o o •C v) C -o C o, N h Z b N Q a w -p .G cc N O ` C Ol Q a a ` ab,c o� G 0) a.. N a 4 Q. N U) c - c QQi •C "p Q N Ln c v G ° O a s co N ' Q "+p s c. u 'k `ti N ° ik 01 O .o O CA [- m c O) L0 f91 a )+1 a 0 N a N +-- a h U > O O '~a u d• N y` U Q G � ao N a U a C c6 G a E cu t b [If c G �•. a C O Z W p O ,C1 O ••c ''7 °) N i3 -O O •v1 a• N Q1 G E .o G o N ,Q (Nn y C Q N a U a 0 (6 .tea, wa. o> a .o h Z 0 4 a�ryi ; 0 3 0 c o a uJ rn c .0 N 4° v 0= cU- 4tj LL c QE a; v o aQ, e a v aNi o ~ a a o o s -ab o f s n d>aE' q 4 o Ev r-1 0 Ln u a w Q C 'O7V" 3 N O M C f0 00 w � ° pj LO M O n N ;Qj ° M C N $ rn tf a n 00 (D O1 G n 00 v co O Q' b NV I- (, 'E w v h ^ m U n Cl) 0j E (D ((7 ^ Cl) (D c > o G o h ° v '° S] (n N r ti[ W M ti Z >> v �i a0 j a N p OLO ,4 00 N �' ,G O) Cl) 00 N O V C3 Lo V z O (6j N QL O N Ol a V N Oy a c _n a v c > N ip - V L) U° c_ y ° c -o ° c N b 0 Oj O E OO C >, N Qj C z a 3 Y O (n N Y O L �° O Jz? Y a rz)3 mIn O y w C3 v O +.. o c ; d' m a aU., c p m v Q. u C U N �7 nb p p- Z' O W J G U d 2 -' o - C: °' H 1 3 t9 F- CD n Z rNi v a a w ° d h ° ° W v g aU, U G O C U ax w O E x y (Q E C Nti C >r C a O C CL N U .O 0 00 v n 'p ° a0 O rn Q i a n •� °� CO m y 0 w n ELh a 4 c 00 r o E- 00 ° 00 0 00 E 00 L� Q, o u 0 0 g O O u N m o a V 0 C ° cc N U O i D , 0 ¢ ° ¢ v u° O -is o O D O o� ° o" a a ° o o a v° m o f c m v a `i os ,c c 'w N c ° o v o iz i- wb a E c° ° o n c o o a, Qcb Z C O ° i° 'ice � O � a v O M a M .0 U y O o Cl) ° N N 1� cl�` (O p N co O MO O E C n W c C Qi C v a v G O ar O co a (D 67 U N o g Q av o v a"' o o� 0 > � ° O> N °' o ro ° co ac, r�i w° ('j [ _o fY O „� ,0, u G h .� a ° s N 'G > ° c o N ua o y} a 4. G c Qj ° fR cr 3 c ° w E v C ,C o c G a E p p Qj > s o °r_Qj o c a o a 'o°qj o 0 p q ° h c•ob c v °n. U ° °ox a n w v Z- c .° m o 0 0 � o E° S o n c E .c c C� ° °c' ar C3, Z .N (q > O e >IZ m J ry 'v ° a `ti o v a tm a c c -°° •�n c ? C c° (6 Q, v N aj o a° a n. ¢ chi ayi y coo c' � o o +° O �n u ° a u> a w ,c •N ,� cp N y N q) d '� (�4 w Egg= p m •C o a > a�'+. c N 6 G -Q 0j O [r Cj ` E CR, m C C G °,o N ° C E pa•D CO CO oD c O U C o` u N ° 0 0= U O C-) R` 0 a O 0 n C O G n. 3j H Q N C p Y y [ W Z C n (] 0 n ,O h y ti U 4 U O U n 3 C O w N O G O — Q l7 O O [. U o° r U3= $ c v o 0 o a3i a0 3 o _z a 0 0,°c_ U 3 0 m o C Yc v G Qi 'u E 32 a s c Y v Qj 'ci-, '= p v M on c `o O M O N U C3 p a OG o o tf y N ac >° E - v °° U v n c Q ti o ; 4 .o '0 u 3 co Z ° O W ° C O' O O Q Q ° G� U- C _— fO Qj �j Q O O. v O .2 v U) `ti � � n � � � � �° n � N � N N O p �. z �. G v° O cn •� h O c C C o Q N j u c n w a - E W v E- p U Q x ,, m LU o a Z h lam- o +� v o 3 o o a, c ° E __ v° c c ° m 0 w h° E ^ o > a c QEi `°' -°° o r Y ° 0° v> Zn v a > -v `m v -c O d .c E m N o -73 O= o° b '�'o U U n cc �-a o O� j Q o° a ` o= U ° v 'z E o u m ca o f `or c °c a 3 E a qj c H E o o o v U u° rn c a c' m O v a CS tz, 'a E o v u 3 3 c -a h c o E o � c c o c w o E a o = v e o c U o O~ o a m U Q 3 Q u H o v° o n F- ° Qj a ° U a� v 3 z, E `� .� .� .° x °q 0 (n (D p a o� c o E- ,c o o N C' o U ~ o 4 >>m g '° 'C ° (n N v O O tY' v > N c a Y 0 V °a`U. u -CO3V c G 7 O 7 O Qj U o E>° w W o n[ z ¢ 00 c o 0 M o •� n ?� s a o c o p c° `c U I- (D 3 ,c o° - 6 W u E m � a + o QGj .o C —° t Q Z 3 0 •� v � E �^ N M C N N •� •O N i O i ,a n¢ —� = ,C N U H. �,,, O ar O C W c0 > Z Q U a S n v Q w� v a w t h> vj O LO v m a d O n UD a cc o> w o I- c = (D OCD m U C14c M (D O a N V1 M O Q, LOO E d L17 00 m a Lo 7 G m M i LO LO Y n j N j 0 U LD O m On (MD M LO �� y OD O ° m -� a) rn a C0 m Q °' Q V _ - co (00 O) V j LI) �` W O h• C V' O) Y F- Z LO Y cO > u) o) cu co N LO V U >, t LO 'R U M N ,C C) O •C co 0 E N Y •= fraj ° 0 mO U M N� 3 c a, i O o ° 0) ° E O NLL co +v7• Ch G •a O m E oD c co E O w o Q v 3 U c v o Y h o <r 3 y w m z ° v ° > m ° c U U u a �D a m 3 °'c y m ° c U o Q)� d E 5 N m Ln ti .3 W v ai o J o a 4 a d -f4i vi S m D .p• C1 fV N (Q j U i > O V 00 N c ,G 'X U7 L U O Q j U 7 U O O. O = a) U GI'll)O W m U , > n O E a, m coF coo a U m a c o W 00 + L 00 O °) > Q oO O 00 W 4 00 O 00 w z C G _ `m rz U U m ° o c m c a Q c G � c ° m LL Q) x a, a) w m v p o E m g v a c m o m y o 0 0 p o a, y alb E ~ > a o c c o o a+ of ai .d O pMj U Q .� U N U) aj F- O u E C �7 a) >, p SZ m a O U m O LO O O O a I`- O O 00 y O y O (�) O � Q G m O M O c a, m> N N a) O .Q ' N a Q c ,g vi O , to m M M 3 (D LO t Ln LO 4.. a O a a) °j ti ,y LO O P O O h C MD Q)� 6 °a � e a ca +' c vi p G O G "�- -(D m N Y v py o Z ,ca O O 'm c0 U LIT.'^ v 'X m _ s a cu E� N E ° c v o c a =° �o cDj o °op ° E Q m o rnG = U N +� 'a , y _ O tC Ll i) Q c p _ v (U c o U = OD c c Q a y ° m c U ,Q x .c m cu °�' c m ay ° m c ° c x a, a o o m' Co Wf o CL o> m Y c� o w Q) o 7 a � o Noco:N0) o ° o > Um cu o ° oL m = (b U U U , zan 1C F -Um mW V- m U .� co Q) 03 4y, . Q L a o Z o Ln a3, ax) ° rn Q o Q G m G c c E E Y-0 y G w c a) a C OD `,N Q p aJ O C y U a '3 Y = O > y Q y i7 Y O . p)to c m m of 3 s m U x v c E N•� a E c h Do p'C .>,Q O w Q) c a) o U y. m Lu L a, a E Q 'm o a) L) �° o o° N L) w .�� (b o ,a? J o aa'i > v a. Q m o c a, v 'O p c L m m m ti h v rn a, i ° o c m m C) O C U Y LL o O p O m cO- (U N Q) o o >, lD m m c m N O G m d O vi , Q c/) d a ° G w L w a) a 3 a N .G W >, E N E" m L W •c `_ CL v `~ Ea '� a H c O •= G N r- in i o N ,O (a N N O .Q F E a) aa`, v° „°°,� w E w c (n o'�m `°m�� ca mcro �@ 131 v w� o o Loi h Lm, v g ai Q o� x o ,a), o U) -° m me E .rn g Via. m O' u 3 v 3> (°� CO o U a` m Xa, cn o E � U) m oD a (a ° m a o m U) c rn°o ' U= p t m.m Q 4 E w `m °a Z x�': ° 3 Y Z^ c a 3.° w G Cl)E - ••`- m m o c No rn w a coa C Q° 0) Q Qc -2 Q m 'c c m n m c o(D as a w oU m a, of o c Qy U mm C m pa) °a O m ° c O L aJ m U = N p w (%% O a) O O a U Z G U .� m m `�- a 'D p Ll > a) h O 7 D U w 0°> _° o Q o r �o D m o o z o vm m a) m 'm Q a) c ° - m m N a, a L7 E o i .°, �- N y m m m a 2 E n p c E t 0 y° > 10 0 �� O m .�` �) p 2 Y m w a= I-- m C f0 O 3 U -�, U .� 4- U -) y a) U z V� U d O n UD a L!J cb0 o G a N vi aroi o Q 0) p rn 4 r 3 °' '� m co o = v o p o co 3 00 N -o a - v u Ln c w cfl IL r v N ayi M (D o O m M y O LY N O ° a O IMftl I- s M ro Q N b r„ co cii ro> ZE r- m cfl i U N Lin Q LO : -T3 zi �. N O a) w tt m «') •Q G 0U 0> N h G (4 '� O V' z O N N m ar O G_ N �� uLO Lo N -Q 6 N_ ro O 2 O �= N O w ro U N N m N u y H ro vC 'G N y CO O Q i Q N � CO � (ri G ar wc`Q w xE Q ¢ a�iQ a3 421, E3oro W> z N �.LG =° L ro Y U C V C O. LLl N N a s O ro ,_ 'o � � cn UO cu m q) 0 w w 3 m a G C w_ a co c O E G 'O v Go O N °? v c E w ro E Q o Q > t0 c he ° a 3 E Q C 'U U m y •y o f �c Y ac U Z y ro � ro w >r Q U w w o ro >' M U - ui Z C.) w c 'oQ Q u� o •� o� L j b � �S a. Q y i^ o a) o . w 0 w 00Ei U 0 O U ro C C ,O w Ei QP r-G ro C a>r U m O>>s c O ro U w U w C m �wO w E E o ro y Qw r r W t- T� y = y O >ro 0 Lo Lo _) GO uir •y 2 Cl) Q O U r °) O O IL U ° w U m N Or U U •� b w N c U p 'V� N O w t7 m Q aj Cti' •O, '� v N ro O- Q O OLr O Q _- G M CU N v., N O U N ;+ �. 'C w0 M w Q G p C) C C 3r t-• O O N U W LO w �•, G 3 y •� a3 ro E w upi b m �' m y � G Z � w tr) o (Y aEi abi a C m Q E ao w �o,o �Q Uyf' m ti C w a E' war �w o ° `a ar o� •� : •O a 3 w '� U rn o E o � o C) G ood y r <n �' w � E Q,) ` a o 2 a o D .N Op h � y CL O 0p o° w y N � it ry U w oc >, i i "O •Q �U .,w„� O O 3 O y �O r O C N �O U N y N �.w O+°G.. M OO , p U V- Q� CV =NM N Q y V3 w � � Q + y•� �'`� N qa w -:03 ], O �0 (D CD " N W, z o Q)`� y'j `�° o m G Toy U in y ry.. c V C ' Q 'm .p •D O 'p > C y ro ld�ro .cr c io .to b C)) b • E c a a, w V N al C ro a o w C w ar �c ro ro M �, d v b° G OC ro' cy > y i .0 3 �_ G U a rt Or ro Za Z 42 °o aEi c m a o E .� "a a atw a E E c: x V ° w? o, �•� 0 0 G 0> °'p G c o �U [C o� 3O c o •ym o o G �' W•saw rnm °r• o c w •aU Q y N E U = Co O m a) W c o tri a L b L 1 .tV ar Z iM X a ..y, w 3� 3 c _ >• pZ -� Q m c`U y a= = C U om ' •- �° c ro U y w > Q c 'mm c ro 3 b G C U .O co C o U O aa) c" E> Wy y ro w a o w a c w > G acio°�E > ro ¢ ° w U z w o o c a G G U y ro Z w; .c a.'c ? o m o U E Y w 'c c o �� E pa ro Q o o`Q m C = Co ro o N o v ° ro o c o w 1 o c) w= o .E oa ) `�° U CO W o c Q Or w a ro w E 1) i y �_ y E LL[y a- w C Q LL G j M O .L.. C _ U = w O Y U O U p(a U Z 'Q ro 3 ro U C j 7 U y .ar p m o a ,G w a w U ro U ro O 0) c �' 'm m n- '' 1Y > r':. ro > ry m d' ro c y a ro ;D O maa ,� Q •> 1' d y a O O O 'C C> ro ro Y p 0 4> �ro me ro o BIZ �°? v'o`3 "'� _ACL abi� ayia 04 ov v y m� �a w 3� L et uw, cz �� EC��o v d4 m r.arm E p,� a Zo ob Dy v y0 zz(n �cu c c mw [r moo v, a cY aci �c o >a� om'n f0 w me Q� a ma om oca15 E' ca m m� m � 16 o �m� w as y •Q a E a m aGim E a d E 2 fr- y Q y ro r m oro cr M a W_ J c 3 Or w mC° N N 'O „sw, D ._ .y c LX L: H �- p w E o a cn c0 C C G Q ro co) N O C ° O O .� U p a .w co CJ a w w� Q o b 3 Z m U ca w ro t) a0 'N m Q w > G 3y c ro w Eora a) G>- bo t 0 G U oa � w a� w > ar w a rn �� p w y 4-- Q) Q wEar a c <° 0 � m v c - y z cr 0 v ro '� •6 m o a s 3 a Y E !p C W .Z roQ W C m w� •rn -�L. p w .c •C m ,G h '� w I- Q X U � �° Li E _ O w Z y U ° V y C �.. row 3 y ? w - C N N (n C ro Q a) roam w q y O U z �yOO U a E U S c' Y w C °U t i U w N o Q 'c C O ro y� w O.. N � O > L O ro .Q tri O y •O O p m 't O N Gcm > h O .O ,0 ..y. Or -Q) co iE U O m .� ,O •Q .Q, cfl cU = .O, IC) •Q v= •� N C h j Q+� E.= N .�lyD QM c c�Sco O.� OU a QOL- E D > M W Q) O O f� d' .�? O7 O tf7`O M U m a' (D C 'p 00 Cl) Q to ° Q) Np LO �' ul U O Q O) O (n QI to .O'1 lOfl -� N � N U h G lC0 lI) v F' V U C ,� U m .G o (0 N Q E (D N U C a) > (D N L 6 O •° vi (0 LO C Q •� O co N (D •= U 00 m N m U (D 00 ° U 00 �. 000 m to Q fND 0 3 3 c 0 VM' •Q 3 M v, C Z ,�„ t 9) O N - m to N +'c,. N C (D O N (fl O N 0 co (n N m w a) 'O M (n N U 'a O (D O N - U vj 3 a) (n N y (f) v, O° U 3 O t_U .� ,a) Y m q J O G m j :� ,° � c -O C •: O G U m o Uis(.a C m G �m •.m., m .m y E 'C U? G m� N �� C y x�� Q) O 00 Z` •tU Q m O V .0 D U Q) (n O. N •� h N m 47. �U .Q '�C N m N c Q N 'a > N i) � N E a) cc 3 4 c o j m Y W t m a m U .c v -0 (Qo b Y c Oi m > O U p U U O •° U a) a 3 h U m `° t 0O 9 v C Q C , G a) b (� C J a) cl m ,° 0- U 'C = a) Q) J w 'c G Y m 3 m m a ° v Z 'S m -_G to =m G h U yU p m 0.' m 'E y Q y t •.p. m U m '$ .4 •O Qi .- c°i L o o (b co Q 3 x c m c p) m oti (0 ° ma Q) (a m,c C cE Ol J Q •C .4 N .tU, O a N (D 0 C CD v., O N W a1 O N Q -I- m r� �` m O ° C °' �' O LO my Q) N > N x O N E N m a Np (O _Q) Q) a) N a O N 3 O) m O O) O = f� L' , a N C � w N Q C N C O N U '� E u' a Cl) ` a m w a m ° E v `cc ca c am cCL a yo 2ca c m G m' U Z N q 3 Q) O: F- E lc� o C ao p, m N o a` (n .- 3 CO o m o ° 'z `Q N O Uu`°', v , a ch h C Y° W j coo om (D ��" m "' E in 3 w�.. j m ° O CD 04 rn ux, Qv N O C',E > 'IT t_ 3 M � o () 0Ce) 4) h 3 (O C (n ` M ti c �.c aGi ° Q)) a i6 to m —0 m 15 Q cu ° O ° N ell) O c W m w � y b aa) Q Ug +-: G v m G O .c y Q G m o mQ ay aZ aci Z3 Q) co Ems° bQy m ro v co) m m ° m o vc'� m c? a 14 m U g co ac c.c c 36y c? •X 3� �.E � .',.m Z E C) yam °� a -� •� m o L1) c ti Q) t E °° C Q Q s Q m c°i 3 Q {2 °'o b c vas c m h .G .0 N 'a U �"• =6 7 O) C > N Q m O m C N 3 N y „� .` O w Q)�> vi° d ° m O o N O wa G Y Cb C > Q ma, p c v C G v •E Y 3 Z w EQm Q,y3 w 0 w� >> Q o •y x� m� m 'ro > o = v_m om 0 oa ¢ v aE (L c o° cN> � 0 .G 3 oU v O U o �i° E o v 0 m 0 �^ m•am- c �.0 .� rn C ?' o W i Q) U U c ti m ° 0 3 y v . Q U �P '6 U ui 3 Q c 1) m m IRT 'C m j as '- O m c (Ooa q) c CO U Oci a 3 n o m O E m m h c m om`U° lt�h v�o ate ab)Cu� Xo x = y N I N N N ma C (n (L m m 0 m oo }� s�o -v, ° Qm X00 m N0 ¢Ea`Ei °�� c v c h ° o N a in m aEi �= (fl N .vim m o •°' . m O Q, G ,C O.0 a) m = y _€ t to O U m -OO 0 3 j"0 V J >.� s-: G Q) c a) U Q O > O E .fit co Q 5 O ,GO 0. Q. c= i�t cn Oi O) ti C i C N a m p � X Q) O (Go U C w, O O) Qi C� Q .O N N m •C N w C N R vl �i N U G '— C O 4 O O b U C U 'R C 7 O m 3 _ E _ ui O n a .�) C m E U° '� •�') iq N •� aEi '> H '3p a C G O t p ° U W m� C G .� m m m a Z m Q .c E c (D (n m o Q m C ,m m X a) :? O c> m N o N a N m � p v a E — .4 O b c O a C Q) Q) O b Q a V N y xc c v v E x u ma w ti �_ c m (n a 3 Q) h 0) n ° U ° n a n m E 3 aEi� c m M U c w.o c �° W aai 3 S (� °° G_ ° Q a v c •U W >� C Q '; 'o i a0. U N_ b a t_rn `� •� c a cs � c v� o O �) d U E O Q �,, o 3 Q Q N >, . m m a) N v o .G ` m m m O i v •U E •O N U N O (� c•c c 3 3 m ro G avi (n i� Q) w -o c `m aG 3 = rn a�� U Q a ° o c 3 04 Q J m m m 3 U' I— _° L Oi +-• U m > O 3 (%l a) aQi m U ti p .G CO O i N a m CV y a) w Z E m N L E > U W cion ` „' ,G G° .c U v U Q) m > > c x, .G (� a 3 a s a rj c I- E = vi I - •0 c Q) Co i X c O j c a) c O p .° 3 C c O 00 c p `t t c 3 c U '� N (V c U O CO m (c) c m c (0 �s U C9 a coo c °° c ¢ ow ai a m .O nm o .O ia� ° (n ,G $,� m .O m'n a� m m :Q v ami v 3 G V 3 v N .0 V v U m CO U V �= CO c`) O\ -� v m d v m Dy y) m ° N ,N 'G Dm°i m O U Qx) C O Q°E U Q) a) (n a�v Q) E_ OuU axis w z oo v M S m C O a v y cfl U LO z O ,S l0 N N 0 ) U H z O U U w z 3: Oa w w a m O U F z O a QJ W z w a a w z R. O N C m tel' cU c v._ 0 b a P2 i 3 0 V c Cz 00 Q In uJ M U CT M LOU Q ri j C lvj O ' N t— O VJ 0 M N V ^7 C? a) y 'T - b W "t a 00 W Q) t-- Ulcq In (O M N ~ y = 'IT vj N �Q N �'w aU E �•' 0) vj O. C o CCU N C N i N O O m •Z c a •G � t� N y a v ,y ?. U O cu Cc 3 mmc o °EE c �, c o� Woo" c� Ecu m o aT _ U1 a U a1 M 3 Q " ° cid °Q •c o Yo` cu Q) w t m ` o c>a c U 3 .p ZU Io Cl) coi.� N y.a� p V t�8 a QG ,Ga U y. ,� z F N c°a �C m 3 y '� VIU.0 °� O 6i co x m � b cn aci n S O Q) O rnN G i 000 N a7 > ,C N a b o0 q) b C N C G LOQ) E U h Nm 117 m qJ N 3c ��Q)'" 93o aLQ� U m r U c V O q`1 g C Q W u a .N C U y O M 0 C OC lD LL y C� .0 N G O, N �s c0 U �-- N oho � c0 b yy M (D E E G t N Q N N cyo 0) U N i O ' O C� a1 C; k .a a) �_ M cm 69 cQD Q y o q a? m m s9 W: a E '" 0 0 = (9 v (•� G U G N Zsco U 4 O C J z C y G O `° b m°oE o�•� ao 00 yam• Q +�.. 46 In CU 'O" N p o° N N (n O ,a O> y y0 y E . n U p c0 C O > `� co •C W a) U) N o, byo Q m x°1`6 `Acu) E cmc c ° o �ocj 3 CO N �a,h a) Moi Zq, o?�U y E o � o a)o o a 3 w U�j h CU G .0 LLJ @ OIm m m a Q)Q v�3E mn o c -O Q 'x, ,,,, U � �tE �, 07 l'a Y C > Y Y y � O-OC�c'�7� C h y co q)Q ° N Q. UL m o� cUa aid o C Q N ° 4 v ") U) E m °° E a, �—ID -S'> EE cc (D >E aG) °- ami o, y w y (,) L 01 D n Q O v� rL(b 'ca CO3� n c o�� c E . o mi a c F o -: E E m o ° °' <n q7 a) U Z i V] Ta'0 y o N Q LIZ: w y u°cWomTO 0 )n N U C O Oi a O m ns c'Sm Qo o c o y a, O=Y� cn co mw= o w y U w O b co GO .G 20 N w N 5+ a U ,O .0 O ,O C O P1 ,O O 0 O .Q •.m U .Q M q) .Q Q w U .Q W �. U O V> VJ O U •� Ilu U O > y Q C y U q„ cn al [ m Q 0 U v1 G m .0 y Q N p N EO 3 q .'C.. w O N C ,•�.. N E w Q o 3 0 l LL- y y O o � Q ? a �o o m y c LL q) co 3 E as !n m b m a; Z13 o G N x 0 E 121G-�a .w O N U o h c\ 6rz 5 O alb ,(yQ�z U 0 Y o y a� m m o0 3 Q �7 3 � cEo y y 13 CU q) UO °' O N (b C > Q) m O N N v om o o U=0 > lII 30 3,c ci°cc 3i S Qpm o U m co �✓a•So� N N o> a Z y o is U m o O bq U N .M y C w y b x Y QA) mb m c w Y O y (b l`0 E a m 0 gi'yas ca U Qb orL43 U E Q x�° O oy3 .lu d C U O •= LL70 C N C O U O m a, CL b cts a E O ca ° n o G n E > p U 4 o v 4• m C E M c u N Q) L ° C) y G n N q) Ew c0 r 0 o a 3 (.0 � c ct) U O •� C� E m 5 L M y = w U U �3 0 Qc .o ` . o cn C ca t0 CU y y 3 � c E ° Q cu U O z N 10 N q) y (\ G m a 3 E oa �r (b b co N LQ m y Lo b aT m NU Q) >Q. 90 G °Q In > .y Cy0 d ca 3 Q ti ° c c w? c Q z m .- c o m � to a Z y o co y o m c U v o bA II•O +C h O N q) U o U O b cd N y U o 0 E m m Q N m v ac) o y y E Z o c m i o c o N E y O .0) I— OG fiOb' o o o n y y G (o o a m 0 V p U Y O U Co 0 CO ,Q y � y G O 0 0 bD a as � OZ a v o c rn (13 F- > L M z 0 3 a�Ei co O O � o N OQ It h ay .c m L U U � ro ro ti. Z Co Q Q Q O U U U U j--_ °'0 > W3 m c z C �: (1) Ln N 0 .`O.. N N °'3 m N Q W H W a o O LLoo a ti 0 01.OU N U to "ocu = c0 m a, 0 ro m Z 3 m c Q O 0 Q 4 cl: Q Ncj LO N 64 Q 'o zm 4) ?- C s c .rn U y o; o .o •E G N y0 .4 () N L) ro rY o Q) ar Q C Eo W C G? O m N Z m t rn E Z O ,0., G m 3 • m m 20 0 CL Q .O C c m m ro y v- r c .S ro Y m ° _ E UV U j CO yy O C a � O a -0 " W 3 •.O-. U to 1J— y U F- en O O O� �i Q 3 al C .� O U y aE0c4 co 0 ro ay Eam Na a w Q co m a E m a)d roil- cli V i 3 Q) h m G.� G ro 00 wco N t O N N cco c0 (D m Nn w O ca N m °Y E 00 3 m a Q � c _ y E c O r i 3 Q) h m m � c a N m - LL O X C N c °Y E 00 o m o Q c �aQ) c m ar O (O Lo NO LOO O o ua Cl) v3 .c a Rf ' a) QE 3 � m Q) U 0 ro i O o th C 0 ° m m70 sy ro N N ro N o� U �a a ,a? cu w Q G C N 'o CX y` CLctj U m •� CL C O ON N c N (3) N L _ .N a CO a) U) ro C C: Q) .� a)� ma m Q cc Q CU O � c G •.0.. o m � U C .O o C o C ai of air t 0 Q Z: v Q r- 00 n V Cl) n N 63 0 U E N C U m C" m 3 N a Q) `t0 00 (�0 LO M Q m o W) rj N N N `ro m � U - ` a) U C 'S > c LL m — a`' > C3) U c cu D U Q) ,C m m N lu C Q) m � y O y N co c a O Q O Cl) U Q p M O RS m l0Ca O tit O Q O m v C c E o y 02, y O % a(b T (D -0 O G U C O 1S U .0�. �(b Q O h m O N j N O O EE � r$ _ °�' 0 0 �a y y c E o 0 U O y `O n S m (U Y ai a rn y ca o E m o U Q a1 y .N O ro Q m m 0) y -E a o O> n Q C C O O �3 aym = cu �S O N > 00 ami m CL U ° v m hUE m rnm C7 cn o — � U IZ lo Q) a � a m rn (^O U Q) Qc LO O Cb N ro . O.0. ro :..q=) o o ca`o U � Y 0 U C m � a °LL CO N co v U 0 .0 E '' a) � K ar ca a •� ro m � -a ro m c o Ff0 •C o � U O L O O G N b U N l_GU Q m a_ o ° o w U N O m Q O N m ro ° 0 OC, y- C 0 ,0. y U m Q) Y a C Z? a� (a © O N mcm N OCL ,N � @ O co CO Y_ N a) mm a ro c c o ro 0 C C ° U 2 N m Q y oaX' a, U CO U •.O-, j N � E N h m aEi 3 a� G m m Q N a) E .0 N W ro i G U •C m G Q (0 3aa � M G y0 0 - LO t0 axi ro � � 3 aS o .o^ Q o ;Q c •o q, ro Cv LZ � aY M CO N m m vi N Cb 0 m U^` 4 1.1 U o3a� N m O C) �' c a� 4) LL E OZ3 m0. coNO > .-, O N LO G 01 y U O Oh U y N y `a o0 m co E u) m U y E c Q m o °� a N O o ° Cy, 0 x 'zz z E U 42 '..00 U a� 2- .2 ca Ij -zt .rE-zt a7 O dccam2 a) Um •j y cay�� a) ¢' o °l E O N G +- (D o E U a) U N y Z ° o .o y w0 E c 'm m r � E E to � U) O O Q h O Q T n n O (O O N CD O O (D m Z (O N CO co va m Y H 0 IE �O h 3 a) G o: C. o; N G o: v' 29 O a` W U Q O N N W O G „'G„ M M x ;D •+" N O al W i f0 = r• U Q) C sr a) C w E Cl) N r N a) ° b Q) O) N co r�i Q? m ao o `� G 00 Lo I- (O cu` N m ro Uma v ° ° oOm O (' G .X cj U3 Q O Lo LO a)aE CQ j N U �`'� N LO h Q h Li) �S N a o °'°°' .ly O) ° LO Q ,N q) Ln to N 4 C 6 GLo .N U') D Lo O CN -UGU UN pN N V:No z y V' C'1 b ' a V y_ j E Q) O (a E m U z Z C V4 m U)Q CL h GY5y —Tj cCQ Q. 'p ca p $ y M vy G N X a Q V Q) .� N Y O :D m G G b Q ..>'. Y ro G N jQ v, Q N Q) •.'C., b a) �' N 'O� a O O. z6 p a) m(aq) ti a C - U !•-.�m a m i E c (D U - mm °lz a ti h m N 3 = �m e m m JUo o a w � d U o UE E�Qoi n EEcri 5. Q) a aU �oj o l co° v coc o m o > �, 3 U m Qa a N N b a o, N W C N '� '� U C I C ca N z a) ro °� d ha- o `m ani U as o a > Q`)w 'S m aci o f a) : con J 'O h (,� 3 C U uj c U a) ro O a, C) 3 O� a `�° `0 Q [Y m rn G cm, M Q. Q Q) o Q) N N a m o `n It d oy L con m Y co E w� J a O) C v Ln yEa)o U E ti LO ` d m N 3 0 ca m O N O N h N Q) E N O N m k O N = C N N O O .M- M O co -Q +C.. Q C1 M 6r ti ro M M Q cco 0, O h Q) U +'C.., •L01 N a) N ,4 N V co •a O .E Q CXC a cu co Q) M p Ln +i'. N U _ C C m'sm C j O a N OU :Q) W a a° U ro O G w (2 O O W m b t C : O Z3 07 '� Q N y to - Z h Q a cD C N .Q) 0) Q U toO cu Z z C LO .� C:, C V h• 27 � Q) G LO m o G U Q) ro O N in v. L(� O LO : O o ,"C,..O E 3 m °O (O m vOi ro ° E cn N U r m m O r i o °a' ° rn (mi O ro a,, m m oo m 0 co 0 m m (h c .c c o .O .d N rn O m M O o v 3 m Q y E Q 63 C y U G 64 m 0 N •S ;y y X U W y 3 M' 3 G .G Uy y ~ m N Q O v •y y p y N Q. o, d i ZC6 U p OU uj a 'O w ° _G m m C E a Cti W .m a y h ro ro m cu Wm Q m a ami ca c m y a o U m m Qm 3 E•� m m s 3w q) c a o Q) c Q b o° 0 3 m°` o, E ° 'C .ro m Lam' ro m ,0, m G O Q �' y CU 0) N 0) •Q) �_ .'tea h > y E, Q'c 0 [1 W m O m a wo Eo (o m > ;�o=n= c Iwo (n ?. h ay °' c °`'a) ; > mp a) Q) o z LU y Q, 4) L U Q U o O U x m m rn� E b m a) •.0.. G2 y E_ rn 3 o LO U rnm F. Q) .(] a m Q) C b c o c N m c o 0 o C7� _� ° °p°i -,,=m E = m 3mo)c = °3 ° cci o avVn o m c a W ro ro:bm rnm c Y oo�, m. E m C y € �" a) Srn y.� U m m °Qi c 3,arl m _Tcn °o E z 0 U 'C l m °- QC) +° U °, U (7 m N o U X '=' h U CL U m � 0 t g�.mm ° E `c ,ro a a5 m m m y b o (V m N a) r- C42 y G w h v� ro 0 .0 O Cm w° O) ~ U m > a r' G 'O N ro y N Z. m U W m O U Y t (j J C o o m ro_ a a) U' 'N cu 3 .c ° a y ' 3 m ro d m C O o E q3j 'J q a JC U p y .N m U -Q m U •C2 $ r o° c a Q.c)o o a)a �, oID �m c h ='c c rnom; rn a u c >, Sc u) .� ^° N m O` O m 0 u Y0 U > O -1 ,,, U ro -� c E E a ro ro 3 N -_OC � C N m m 3 o N 0 E m (n a a) E ti ro C m U m° () ` y Ol . �i 3 c E Tu U c o o a O >, 2 o m o) a) U m U b Q) c a) y c co j o m �- �C Q) b a n a) m ` m >.E'�cU X c� om�o f M c•m cD a) i'Q) > a) N a `°•= w U 'N '°E m cti _ c `D a) U c o o a (b a c U o U a N> m rn a W (n as ,= m o a 'x o 3' ; c E Q,) o xs .z ti °i ti ro n c E cZa,a) y cc a) .y x N 4bo°' a) tiro c m ~ m ca)E E N a) Z Q) c° °zuz C o Qa) c Y m °° a) o ° m m .6 ° J °' °•E .2 a m > -.c U I -m c c ~) ro 4) cCL NmU>o m N c aEi C O °c C Co a) ro J ,h c o�.o C ..U, 8 ° .co N E E O v m U ,o > o o v° E m ro o�?tio ca ro m ° o aEi �Qo� a X U .O m N U3a) m E c c W w oroz� _ U ro aUi U O Y c) a) y �' O m a a) U ro Z y U a O Ga' m o G c m , 3 Gm Q) C O 4 --Cu .4 •C m LL 0 W Z I' v1 cu C V' s, O O a) O •.. Ei O •O m O., N C C `l U .0 E = +m.. N fl C m65 O U O, O cn c > C G m c U h a O ro G N W cn o Y <� c U y v.. N vi U a 3 c) `- a U o N Q m c m Q (a v .cy R m O U N Q m y C o o o ti c N o y m C a O .N O Q m •� •O° ~ m m N (o O N •a N: G :� Q .°� e` y a .v ti 4 E ro o m m 4Z� �• m ti a Q y .y M C ,C c- Q) m .Ql y •a -a) ° y m (2 Q N cco U m ca cn C m p b Q) N v1 Q) O N y Q) w U d [L h _S d> a) Q.) d O a •� •° d a O E 5 d 3 I_ o d N hD d d' O a) 0o a c °' c o ON ,c a) � (D G y O G N E N W 00 (O O U 00 y O = T a o0 O O L O 07 m -� V Cl) (0 00 LO m N 00 co 00 00 dCl) m W V �., O 00 O Un a p N 00 (3) d' p� m 1- O 00r-- 00 N O co O N m � a) y L? +V h z C) Q) d = N C Lo G a) m E (O d ;Q LO N N d O O e t[) N C O O N y d N V Q N C N 0) et N O sY m N U y 'wc- rl) ro co o Q.CL a y Q ECL E °' c h �+a o ° ;t L Q v m Y c o z a G ° m } U c s v 0 c s a r m r U O V L U 4 c c c m > y m c y L) w o ` ;C o p r m c m— o � as C U 6 -Da 6i a c c o o _ ° 2 u .- J ° Y (� 3 E G m o a N c w -OG N Q, y O Q .G y k p E E +-" p, .i U Cl) N •.mom.. >. Q >�.. 207 ca CX v IW- v Q) c 3 LCp m 3 >_ Q) E �' m L m _c' O m a0 O N '('h Q) N O N0 00 t N 00 N a N N d .O CC N y O V •.° W U U y m O ay) O y Q• 'O G m 0) y j 'v', m i Q E N N N G m N Q 3 Z y w o a " m 3 oma- . o y Z^ m o L C m Oo n .E (o LO Oj � N y is O d O ` a Lo LO o O.. rn N y Ln (0 o a U '� (o Lf) C a) o Q) '7 a •- v_ z � IQ C V r ,U Q. •.-�., O O N E (7 01 G 00 C� (C N O co E ,N '- m O cp (V �t a m U cL N O m V a0 ,4? 6) Ln i h- 00 O py y (D ch ' U co 0000 p) O Q N C � Cl) O) 64 p a' 664 am UY O 6M4 ,C rEf?- G 6 O) uj O Gm U C y W N Q° y o m m GQ Q ami rj)y �'� c U° b 0 o N h E Q0 U L v D c=co co 3 co C7 m U) =° 0) (� a) c�a E °5 aEi ° i =' C m le o C , ,taycE 7.3 y c ai V) o r m ( aC vm nc7m W. a1 CD C U) oW (v O C ` � O G m G p( N C CU m p od OcQ y� Q) p Q) Um cm, o+C13 Ua m U M, m m -a E `rww.Z� Uoco a °)'oca= cm C Y Y Q@ c' C v m 3 j U) i `y cmii a) a m m a) Y n co y a) j y 4 .a t .� °) a) y y c�9 Q, y O a Q) N o o m ai c p .- Cl) ,G (�° a -0 °1 c ami 2>a o �' ma (n -In m.m m (D E c � c o E2 �'` OU N y U) Q z m C a) N y y N y w .ot n- j m (n 'c a) " a) E G Q- Q' C a .0 Q d p m y m �' -o m 3 a) .� Q) G 3 N M mai p d =°.c c0 Oi C •O y Y m ea N ` ,-, L) r ti Cu .G c m _ ,c0 ti a ;Ja 3 o .c ° E o c m 3 3 c Uva vy I_ '- CL (0 W o a� c W I .°) U Q m Q Q Q c 3 a) (n y a U m a° a i J vc.- v "f 3 y o i .G E G �O (n w Q O O N Y q v.. M m C O) O C N m m a m y Z ° m �- m m ° Q -v V' m cu w t o c .�° t o E m m z c o * y o ,o U C O C () m o rn o s o a) m a) o a) a) D v Q y a o a) E ° v rn= <C 'm m E a) E r) _o Q L�UO 'O p U) 'i h t5 a) y L a) +�.. 00 O U O C O O Q. � a .0 m QL m Co 'C C .E C .c C '`00 O a C) +.0 W C m C E >� > Q m a) N L+_0 N ,C s p y m c.) y O Z O m a "C7 p 0.. v O U U a y Y O :� I' N W N W z y J G c Q o �°. Z" G C C G N W y C G G O G� C Y C O 'a O j O G a I Cl) G d O c G .O Co .R G y- (a = ,O .O..Q ,O ° �p 6° a) .�7 G > O C .O" = .O .Q a' .Q Q ,O m O O O O q 3 O C p h C� O U m d C O. U Y G U d C U U y U h O ) G ry U O G co C a) o N y y E a) y o y U a) O y a) y a) y L N .Q y p a) v.., 4) O U Q �' O.S v Q y Q O Q c Q O O d' O a) 0o a O CL Q) m d O W d $ O y a z Ov a°) Eamic.°' uMi Q) �o m o d� C o m O m VN h t •"y' OOi m N Hm Z N RQ)E j N °� C m co N '= Q) Co G a) yoo Q) Q .�o m a Cc U 4i (J ()ctj h y F Z O +y E C \O Q) to d O ca o ai Z y c Q) c U m U U is z y m J N c F;Q) c W Z U) t wU q p U 4 O E n c a U m Q ° q) M o M c v � 30O V) C c " J GL N p U N C . m p• ) N C O cu to U W •� CN ° aci mQ)a LL - _ •U zto m Co y (1)m "a 01 j Zm Q1 y G a o Q\i .0 ti U O m •(0 O --.. y dO O W Cl E Q (L) m \ Q) C LL p O ° a U O Q N Q) O m 69 _� SACL L m a) x 3 ti a c co p m c = O Z O C J a '> E V w z CL E i"_ Q�° o C7 2 c y Q) m c E ' QEi Z o Eo = E o -) O U 06 ,c ° o Y m cu m Q m °) W N rn m c\a \ Z U c CW.o ami 1° U 1)). a c v = Cl) W Z c o c y c S m m c ar3 m 0 42 -y Lo m Q .-2 a y o �_ c a U y N O CA co Z O N C CA y m U c rn 4? (u 12- o�a) E H Qa 3 E c o Q=i �' Q) Qr m � m •� E E O m w N i 3 a) .n 2 8)-,Q U N 3 C CL C m U) o Q)3° C a O N o m E o m m E �Q _ S, oaE c a) -2 w \ W a m > y m Q Q) C) C Q Q E EY p ccri O O_ .2 3 i= -o Z a) Co E � � v 00 tL .o , c u m a) O C m m=m� Q) a h w ` y •O 'C y L -0 CL Y o° U °= CL y y O w Q a „m„ m 0 O V m 'gyp �Q.,) ,O 3 m� O N_ ,O co -En a >� a) w U 4) m 'E wEO 0 U IE O o Q\Q) axi 0 3 p Q) m d Environmental, Land Surveyors & Consultants - - == --- -- -- - --n -- Consulting Land Surveying Services Land Surveying Parcel Subdivisions Construction Layout Water Quality Testing Boundary Line Alteration FEMA Elevation Certificates Legal Description Preparation 1495 NW Gilman Blvd Ste 14 Issaquah, WA 98027 • Tel. (425) 881-7430 . Fax (425) 881-7731 www.american-engineering.net American Surveying & Environmental, LLC at a Glance Consulting- Land Surveying & Related Services Founded- September, 2012, formerly known 'American Engineering Corporation Ownership- Privately held S -Corporation Office- Redmond, WA Annual Sales- $600,000+ General Liability Insurance - $1 million/ $2 million policy Professional Liability Insurance - $2,000,000 policy Employees- 4 hourly staff About American Surveying & Environmental, LLC American Surveying & Environmental, LLC is a full- service consulting company offering land surveying and construction surveying & layout services. We have a highly experienced and motivated staff who will work closely with you to serve your project needs. Our office is equipped with a comprehensive network of computer stations and software including the most current version of AutoCAD Civil 3D. Our field crews are equipped with the latest electronic surveying instruments and GPS equipment and are backed by a time -efficient survey calculation and mapping program. Our field survey equipment includes Topcon GPS receivers, Topcon Robotic and Nikon Total Stations, Leica Digital Level and TDS & Spectra Ranger Data Collectors. Areas of Expertise • Boundary and Topographic Surveying • Legal Description Composition • Construction Surveying & Layout • Certified Federal Surveyor • Water Quality Testing/Monitoring • Land Use Planning and Permitting American .. Environmental, / Land SuNeyors&ConsultanU /�/%iiia✓,/,c/,r�i{/ii, r����il%%i� �r /%r r �///i iiij / %//�� Services Provided Land Surveying: • Boundary Surveys • Topographic Surveys and Site Mapping • Horizontal and Vertical Control Surveys • ALTA/ACSM Surveys • Construction Layout Surveying • Survey Monument Perpetuation/Restoration • Easement Exhibits and Legal Descriptions • Parcel Maps • Condominium Surveys & Plans • Long Plat/Subdivision Surveys • Boundary/Lot Line Adjustment Surveys • Record of Survey • Aerial Maps • Hydrographic Surveys • Settlement Monitoring • FEMA Elevation Certificate • As Built Surveys & Record Drawings • Title report and Property Encumbrance Reviews • Land Description Reviews (LDR) — CFedS • Cert. of Inspection & Possession (CIP) - CFedS • Boundary Assurance Certificates (BAC) - CFedS Contact Information Phone: (425) 881-7430 F a x: (425) 881-7731 Website: www.arnerican-engineering.net Michael Sjolin, Principal Registered Professional Land Surveyor— (WA) No. 45174 Certified Federal Surveyor— No. 1570 (CFedS) msiolin@american-engineering.net Brett Garr, Principal Land Surveyor in Training— (WA) No. 1139 bgarr@american-engineering.net Rory Allen, Principal Certified Erosion and Sediment Control Lead rallen@american-engineering.net 1495 148th Ave NE Redmond, WA 98052 • Tel. (425) 881-7430 • Fax (425) 881-7731 www.american-engineering.net American Surveying & Environmental, LLC NO Land Surveyors & Consultants - STAFF RESUMES Michael Sjolin, Director of Surveys, Principal Registered Professional Land Surveyor No. 45174 (WA) Certified Federal Surveyor No. 1570 Michael has more than Seventeen years' of experience in the land surveying profession. During this time he has conducted and supervised cadastral surveys, topographic surveys and construction layout surveys and been involved as project manager of many different types and sizes of projects. He has vast experience drafting numerous types of survey maps, including boundary surveys, topographic, ALTA, condominium, wetland delineation, long and short plats, GIS mapping, and boundary line adjustments. In addition, he is well -versed at preparing various types of legal descriptions and easement documents including exhibit maps using Autodesk Civil 3D. Michael also has ample experience conducting and supervising FEMA Elevation Certificate surveys used for flood insurance. Michael has a very methodic and systematic approach to insure a high level of quality control. His attention to detail and careful project approach makes him a valuable member of ASE's professional team. Michael's experience also includes performing complex boundary computations and construction staking pre -calculations for a variety of different projects in both the private and public sector. His project experience range includes small residential lots, large site development projects; both private and public, airports, county roads and state highways. He is highly capable and has the experience needed to simultaneously manage multiple projects from beginning to completion with accuracy and attention to detail and the ability to maintain required project budgets and time constraints. In June of 2012 Michael received Certified Federal Surveyor (CFedS) status from the United States Department of the Interior Bureau of Land Management. The CFedS program, which has been approved by the U.S. Secretary of the Interior, was designed specifically to enhance the level of knowledge and expertise in the professional land surveying community for survey work performed on federal lands and especially on Indian trust lands. To earn the CFedS designation, professional land surveyors must complete approximately 120 hours of course materials prepared by the BLM's National Training Center, in Phoenix, Arizona, and pass the certification examination. To maintain the certification, a CFedS must complete 10 hours of continuing education annually, This certification has provided Michael the additional knowledge and skill to offer superior boundary survey practice. 1495 NW Gilman Blvd Ste 14 Issaquah, WA 98027 • Tel. (425) 881-7430 . Fax (425) 881-7731 www.american-engineering.net Page 5A Brett Garr, Project Manager, Principal Land Surveyor in Training No. 1139 Brett has more than seventeen years' experience as a field surveyor beginning his career as a rodman/instrument operator while working at David Evans and Associates at the Everett office, then worked his way up to Project Manager at American Engineering Corporation. Brett's surveying experience includes many years of experience in field survey layout of plats, roads, water, sewer and other infrastructure. He also has a very broad base of experience in boundary, topographic & mapping surveys for land development and civil design. Brett possesses excellent communication skills and understands exactly what is required to provide the client with superior quality and excellent service. Brett works well with construction contractors and has the ability to simplify and solve most any of the complications that are involved in most public works construction projects. Brett is an especially valuable personnel asset to have on your project team. Brett earned Land Surveyor in Training status in May of 2011 and he is currently working towards obtaining his professional surveyor license here in Washington State. Rory Allen, Project Manager, Principal Certified Erosion & Sediment Control Lead Rory Allen has more than eight years' experience in the field starting his career as a rodman/instrument operator at American Engineering Corporation and working his way up to survey party chief. Rory understands exactly what is required to produce the finished products of mapping and site development and applies that knowledge in gathering field data. Rory is a major player in the mapping and the collection of field data for all projects. Rory has always pushed himself to keep up with equipment technology and is constantly working on ways to keep projects within budget while obtaining all the data that is required for the finished product. In December of 2012 Rory obtained his Certified Erosion & Sediment Control Lead certification. Rory is currently working towards obtaining his 'Land Surveyor in Training' status here in Washington State. 1495 NW Gilman Blvd Ste 14 Issaquah, WA 98027 • Tel. (425) 881-7430 • Fax (425) 881-7731 www.american-engineering.net Page 5B American Surveying & Environmental, LCC r � or rhe+ i iil/�ir�y/r ��irl %:r„ r rr✓nr ie%!�/ri % „r �,�!��/%i�� % j { � �%�/�//r r i�, „�%; !//i 1 ,,,Gil�ir�i,.� � 1�Land Su"eyors & Consultants STATEMENT OF QUALIFICATIONS American Surveying & Environmental, LLC (ASE) is a small sized firm with a 20+ year history in the Seattle and Puget Sound area offering professional surveying, construction staking, and planning services. Formerly known as American Engineering Corporation (AEC), ASE was formed in 2012 when the employees purchased the business from the principal of AEC, Einar Gundersen. Our staff members have worked together on a variety of survey projects involving boundary surveys, topographic surveys and site mapping for design, roadway and right of way surveys, constructions layout services for building construction and civil site development, ALTA surveys for commercial & residential properties, parking lots and underground utilities, new housing projects for residential and multifamily, condominium surveys, FEMA Elevation Certificate surveys and settlement monitoring. American Surveying & Environmental, LLC has a proven record of providing high quality land surveying services to our clients. We are pleased to introduce you to our company and the professional services we are able to provide. Our land surveying services include boundary surveys from single family lots to commercial sites having multiple lots and entire blocks, site mapping for planning and design, land use permitting, ALTA surveys, long plats and short plats, site and roadway mapping for storm water management, erosion control, sanitary sewer and water distribution design. Our staff is also experienced in the field and is able to provide coordination and observation during the entire development process from feasibility to construction with the city, engineering consultants, contractors, or architects. American Surveying & Environmental, LLC's drafting department is equipped with the latest version of AutoCAD Civil 3D as we are on the subscription program with Autodesk and we automatically are upgraded with the latest versions of CADD programs as they are introduced. Our drafters attend continuing education classes as well as online webinars to maintain a high level of proficient use of the software. The following pages are select projects ASE has taken on and successfully completed since our formation in September, 2012. 1495 NW Gilman Blvd Ste 14 Issaquah, WA 98027 . Tel. (425) 881-7430 • Fax (425) 881-7731 www.american-engineering.net American Surveying & Environmental, LCC / / AMERICAN SURVEYING & ENVIRONMENTAL, LLC SURVEY PROJECTS rearnlifter Operations Center Location: Snohomish County Airport (Paine Field), Everett, WA: Project Owner: Snohomish County Airport Prime Contractor: Strider Construction, Bellingham, WA Contract Value: $73,000 Project Description: The site was developed to provide the Boeing Company with a maintenance facility for the Boeing 747 Dreamlifter. This project consisted primarily of construction layout services, however, ASE provided services for the composition of legal descriptions so Mukilteo Water & Wastewater District and the Snohomish County PUD could obtain the proper land use license agreements from the Snohomish County airport for the underground gas, water and electrical utilities servicing the property. ASE Was also requested to replace an inadvertently destroyed survey monument controlling the right-of-way position for a portion of SR525 (Paine Field Blvd) that directly abuts the project site. ASE conducted the necessary document research to determine original monument position for replacement. ASE filed the necessary permit with the Washington State Depart of Natural Resources and the required Land Corner Record with the Snohomish County Auditor post installation of monument. ASE provided horizontal position and grade control for site development for the duration of the project for roadway (asphalt and concrete), curbing, site lighting, underground utility vaults and duct banking, water, underground jet fuel pipeline, storm -water facilities, sanitary sewer facilities, airplane noise walls, concrete airfield ramp paving and channelization. The project required a fast paced schedule for on-time completion which ASE was able to maintain through the life of the project. Upon completion of construction, ASE provided the project engineer, CH2MHill with a complete as -built survey which included the concrete airfield ramp. 1495 NW Gilman Blvd Ste 14 Issaquah, WA 98027 . Tel. (425) 881-7430 • Fax (425) 881-7731 www.american-engineering.net American Surveying & Environmental, LCC I iif/i;r,�/%� ��, ✓�r� ,r%/% /�ar� i „iFizlO/%Jrl i/�,i,,,r /�'�/ii/,✓�,���� .i/fid/i� i ,/�/i,�� a/i ✓ri , . �a. Location: Redmond, WA: Project Owner: City of Redmond Prime Contractor: Road Construction Northwest, Renton, WA Contract Value: $20,000 Project Description: The city of Redmond was utilizing an abandoned railroad grade to construct a pedestrian trail to interconnect the Bear Creek Trail and the Sammamish River Trail. ASE provided horizontal position and grade control for the trail surface, which was concrete, asphalt and gravel depending on location, storm drain facilities, roadway intersection improvements, parking lot position and grading, retaining walls, concrete stairway, water structures and various architectural features. This project required ASE to provide the contractor with a creative approach for the survey layout of the concrete banding design at the trail plaza's in order to minimize the amount of survey stakes on the ground, but still enable the construction crew to build the features as designed. SR9 212th Street SE to 176th Street SE Stage 3 IAL dening Location: Snohomish County, WA: Project Owner: Washington State Department of Transportation Prime Contractor: Northwest Construction, Bellevue, WA Contract Value: $150,000 Project Description: The Washington Department of Transportation (WSDOT) was widening the existing two-lane State Route 9 into a four -lane (with center median) improved highway with intersection safety enhancements. ASE provided horizontal position and grade control for construction layout of the following: demolition and clearing limits, three storm water retention ponds, a storm water drainage system that comprised of over two hundred drainage structures, intersection improvements, curbing, slope staking, drainage ditches, intelligent traffic signals, highway illumination, driveways and road approaches, subgrade and top of asphalt finished grade of highway (bluetops), and channelization and signage. This project required night work for certain task to be completed due to heavy daytime traffic volumes though this travel corridor. This project was constructed on a demanding and rigorous schedule which required absolute scheduling commitments along with tight completion deadlines. 1495 NW Gilman Blvd Ste 14 Issaquah, WA 98027 . Tel. (425) 881-7430 • Fax (425) 881-7731 www.american-engineering.net American Surveying & Environmental, LCC/ // "' . /r, /p"l jR Anderson Concrete Recycling Topographic Survey & Grading Pians Location: King County, WA (Tukwila): Project Owner: Anderson Concrete Recycling Plant Contract Value: $45,000+ Project Description: King County Land Use required the property owner to apply for a site grading permit in order to close operations. The planned timeline at the beginning of the project for complete closure was two years. The project site is a concrete recycling plant with a substantial volume of both raw and recycled concrete products on the property. A critical factor for this project is a steep slope which is greater than 40% and comprises the majority of the property area. This project required ASE to conduct a detailed topography and mapping survey of the property to locate all improvements and in addition, make an accurate measurement of the volumes of both the raw unprocessed concrete rubble and the recycled concrete stockpile. This project was unusually challenging for the field survey crew due to the continuous activity of heavy machinery on site for the operations of the plant. ASE subcontracted with a professional engineer to manage the grading permit process with King County. 1495 NW Gilman Blvd Ste 14 Issaquah, WA 98027 • Tel. (425) 881-7430 • Fax (425) 881-7731 www.american-engineering.net