Loading...
HomeMy WebLinkAboutContract : 1 Award Date. CAG;�;7� I �7 Awarded to: 9L 81-16 Cannrai JY ' 10 q t,...5I t-t-(Aw,-< A,.�- SUS 1 H � 3c�s,s�`�. ► 3 ' Bidding Requirements, City of Renton + Forms, Contract Forms, Conditions of the Contract,Plans and Specifications y City of Renton ' Construction of: FBO PARKING LOT RECONSTRUCTION AND C-RAMP STORM DRAINAGE REPAIR i PROJECT NO. 02-2012 ' City of Renton 1055 South Grady Way Renton WA 98057 General Bid Information: 425-430-7200 Project Manager: Ben Dahle 425-430-7476 Printed on Recycled Paper f Award Date: R CAG (a- Awarded to: RL A IA Cameftr iY I O°} lrJ i L�1 t4uv�S ih� Soc�Te-i RCN-ioN t,)A 9005'-�F V Bidding Requirements, City of Renton Forms, Contract Forms, Conditions of the Contract,Plans and Specifications � r City of Renton 1 Construction of: FBO PARKING LOT RECONSTRUCTION AND ' C-RAMP STORM DRAINAGE REPAIR PROJECT NO. 02-2012 ' City of Renton 1055 South Grady Way ' Renton WA 98057 General Bid Information: 425-430-7200 Project Manager: Ben Dahle 425-430-7476 ® Printed on Recycled Paper ADDENDUM NO. 1 FBO PARKING LOT RECONSTRUCTION AND C-RAMP STORM DRAINAGE REPAIR January 28,2013 City of Renton Public Works Transportation Division City Hall, 5`h Floor 1055 South Grady Way Renton WA 98057 To All Contract Document Holders: _ You are hereby notified of the following changes, deletions, additions, corrections and clarifications to the plans, specifications, and other documents comprising the Contract Documents for the City of Renton FBO Parking Lot Reconstruction and C-Ramp Storm Drainage Repair. This addendum consists of: A -2 pages of text and attachments. Description of Change INCORPORATE the following: Pre-Bid Attendance Roster(two pages), attached. Questions and Answers Publication No. 1 (two pages), attached. Geotechnical Information(two sheets), attached. Page 1 of 2 Addendum No. 1 —FBO Parking Lot Reconstruction and C-Ramp Storm Drainage Repair Revised 1/28/2013 bpd m C cU to Y u a1 N _ fa \ aJ > cr L O O 41 L a N t C m u Vf L1 m ty, m m U H fa C i O I O > 'O tL0 C m z 'L° aJ c c •F3 m E w m m v c cr a+ (U \ C > '0 y 4J a+ C > 'v� a� eCO L OOD �' N Ln N M :t! 41 Oa u v � CL tr► 0" aN•1 aJ m O M O C M CL C C N m 0 m O y- C t0 L L C M (U 'j ,C " � C tn C 'f H ( 0 C a7 0i L a) �O f0 0 C ,C aJ O �; � 'y . u oo co L > s 'tn u wZ v a c o o— ,- = , O c t • a c o o OJ 4A CL H C a O J C w O a O L C a aJ C w bo a tn v v a = ao a 0 C 41 41 C C }' C O a� V C O O aJ aJ 'L O J C u C ro w • vo N v u c °$ . o c O O C m aJ O L fl C� Q a+ ++ C m O a o E ±� 3 °u f ao to r 0) z a p ±' 3 ° 4 a° m c o y T o t p c to +' L o m L o a i N 41 C 41 N V � N -O � m O w L -O O A ° c o O 3 ? C c a O _�I- m Q Q N cc w cu L •O d w C C LL a (U W y w C O c - +� g v w °D w 'c C c -a a C E 'C C 7 Cr 7 _' L C L 7 a fa `tW G CC m O O a) V +' v*'i �' u O i aJ c C -0 ` cLO O X O i > > O -0 O O 'o O C Y a 0) d C c = OL c o oM1. 3 ro ar ,, 'n a o o '(U c c v tn 3 M1 c c •� > o _ a) a o 40 o { 0 �, o ro a +; u �0 0 0 ° c .n p o ;, L a, a w cco m m -0 o c c a 3 0 C m +1 N a v -O a aJ ,O U � L 41 E 41 L Q 1 0 m L 3 0 C C m N 0 0 0 d +' 0 .00 O u L 0 c�a 'L-' O O O O` a) t m C L ­u P tw c m c y a bW 2� 4 OC U CU u U U U U Z o 0 0 0 0 0 0 0 C 'C v. Z Z Z Z Z Z Z v H a v •O "O 'O v 'd •o m m m m m m m -a o O o 0 0 0 0 N N N N N N N N N N N N p p� O O O O e-1 N m It Ln ID - n O to a-i N z a O L N > d O 0000 � O m u "O N ` O C C *' O Y +•+ N L O y a m +O+ 7 V N m m Y ��=- U 111 cA 0! 0) L m C 7 O) m O m d 4 H > 4, t Oa Q1 C -mp m y vi CL 41 IA m to Q) O L u O) N O) M in E In m 4O 4) f0 C �_ W — o C a E Q u a m coo bA u u d — m t o a c 'C tai N m �i '` O 'd N 4) u C C = Y OD 7 OJ H CL W°� ` - 41 o ` m u CL 0" ' t j° e0 u0 Q .� 'a F Q m v1 u Q v1 m C ci v U M1. C f7 n t -0 'a w �w 7 O E aJ O d4 a ° °0' `0 3 m 'O c m O u 1 � O1 O O w V1 C -O +' m Q ?j G. C Q Q L1 1 m N O Q w +O+ m C 7 T Ln m N i 0 C cc m W C D ++ O +' W d C O •7 m m in O +-' d0 a U C it Q u u y +- a c_ 'O 'M y=, 41 u i i c rte-+ w G 'O +' c ^. avi E � -o w C V O C t O O N O L 5 w M � v0 � E w 41 41 r In y o O m O m L �' L u C N L u m M C m w CL O > � � Ol 7 Q u O1 ++ C: t O _ of E m c a L E �, E 41 m 'n 3 a 41 z -0 a m i`o a 41 Q Q U a a U r-I °--I ri rl Z Z Z Z Q Q Q Q M fr1 N M O O O O N N N N N n R N O O O O N 00 M tw m d 1 1 CITY OF RENTON jRENTON, WASHINGTON CONTRACT DOCUMENTS ifor the FBO PARKING LOT RECONSTRUCTION AND C-RAMP STORM DRAINAGE REPAIR PROJECT NO. 02-2012 December 2012 BIDDING REQUIREMENTS CONTRACT FORMS CONDITIONS OF THE CONTRACT SPECIFICATIONS PLANS I i CITY OF RENTON 1055 South Grady Way Renton, WA 98057 h ® Printed on Recycled Paper - CITY OF RENTON j SUMMARY OF FAIR PRACTICES POLICY ADOPTED BY RESOLUTION NO. 4085 It is the policy of the City of Renton to promote and provide equal treatment and service to all citizens and to ensure equal employment opportunity to all persons without regard to their race; religion/creed; national origin; ancestry; sex; age over 40; sexual orientation or gender identity; pregnancy; HIV/AIDS and Hepatitis C status; use of a guide dog/service animal; marital status; parental/family status; military status; or veteran's status, or the presence of a physical, sensory, or mental disability, when the City of Renton can reasonably accommodate the disability, of employees and applicants for employment and fair, non-discriminatory treatment to all citizens. All departments of the City of Renton shall adhere to the following guidelines: (1) EMPLOYMENT PRACTICES - The City of Renton will ensure all employment related activities included recruitment, selection, promotion, demotion, training, retention and separation are conducted in a manner which is based on job-related criteria which does not discriminate against women, minorities and other protected classes. Human resources decisions will be i in accordance with individual performance, staffing requirements, s governing civil service rules, and labor contract agreements. (2) COOPERATION WITH HUMAN RIGHTS ORGANIZATIONS - The City of Renton will cooperate fully with all organizations and commissions organized to promote fair practices and equal opportunity in employment. (3) CONTRACTORS' OBLIGATIONS - Contractors, sub-contractors, consultants and suppliers conducting business with the City of Renton shall affirm and subscribe to the Fair Practices and Non-discrimination policies set forth by the law and by City policy. Copies of this policy shall be distributed to all City employees, shall appear in all operational documentation of the City, including bid calls, and shall be prominently 1 displayed in appropriate city facilities. CONCURRED IN by the City Council of the City of Renton, Washington, this 7th day of IMarch , 2011 CITY O RENTON RENTON CITY COUNCIL Denis Law, Mayor until Pr sident Attest: ,.:::....: ...... Bonnie I. Walton, City Clerk =° - SEAL Cr1'Y OF R&NPON SUXfARYOFAAMUCANS WnHDLSutBII.TMACT POLICY ADOPTED DY-RESOLMONNO. "07 The policy+ of the City of Renton is to prmote and afford equal, tit and service to all cis and to amm t employnimt oppommity to persons with disabtfldws when the City of Renton can reasonably. accommodate the disability. "this policy shall be based an the principles of equal employment opportunity, the Ass With Dies Act and other applicable guiddines as set fth in federal,stain and local laws. All depa ats of the City of Renton shall adhere to the Wowing guidelines: (1) MOLOYMENT PRACTICES - All activities relating to employment such as rrcrcntmeffi,selection,promotion,tom►and training shall be conducted in anon- man= Persowd decisions will be based on individual poftnawe� staffing requite,and in a=rdww with the Americans With Disabilities Act and other applicable laws and regulations. (2) 'TI - TM C'rtY of Renton will cooperate Billy with all and teams organi=d to promote fax practices and equal opportnady for persons with disabilities in ar ley t and receipt of City suNices,actividw and programs. (3) AMERICANS WTTH DISAI3ILT1'IFS ACTPOLICY-The City of Pion Amencans WiRh Disabilities Act Policy will be maintained to fia equitable representation within the City work force and to assure equal ermpk*mx net opportunity and equal acres to City services, activities and prams to all people with disabilities. It shall l be ft respoxwbility and do duty of all City offwWs and employees to carry out the policies and guiddines as set forth in this policy (4) CO ,MM MO - Contrail rs, subcontractors, oo unhants and suppliers conducting business with the City of Renton shall abide by the require of the Ameticans Witii Disabities Act and promote awm to service$,activities and programs for people with disabilities. Copies of this policy shall be distributed to all City employ=,shall appear in all operational docurnentation of the City, including bid calls,and•shatl be pmwiaently displa*in appropriate City facilities. CONCURRED RV by the City Cototcil of the City of Rentom Washingtm this 4th day of Qatobor 1991 C RENTON RENTON CITY COUNCIL: Mayor PrBSid� ` Attest: City Cleric CITY OF RENTON FBO PARKING LOT RECONSTRUCTION AND C-RAMP STORM DRAINAGE REPAIR Project Number 02-2012 SCOPE OF WORK The work involved under the terms of this contract document shall be full and complete installation of the facilities as shown on the lans and as described in the constructionspecifications,to include but P not be limited to: Parking Lot Reconstruction for a Fixed Based Operator(FBO)and C-Ramp Storm Drainage Repair at the Renton Municipal Airport/Clayton Scott Field which includes new HMA and Portland Cement Concrete pavement section construction,paving HMA Class ''/2"PG 64-22,pavement marking,traffic control, stormwater pipe replacement, drainage improvements, and other miscellaneous improvements,utility work, and other work. The City of Renton desires to construct the proposed improvements in 2013 dependent on site conditions. Start of construction will be delayed until on or around April 15, 2013, if weather conditions require. The City of Renton shall have the final authority regarding start date of construction. Any contractor connected with this project shall comply with all Federal, State, County, and City codes and regulations applicable to such work and perform the work in accordance with the plans and specifications of this contract document. A total of 35 working days will be allowed for the completion of this project. Work in the C-Ramp area will be limited to 20 sequential working days excluding PCC cure time. t 1 t r 04_Scope of Work.doc\ I d t 4� z r � � N Z 0 Li H N ld P� W� A.. � z w .. I H x c7 I , w � 00 d, N co " N *. In ca r co ll'' �E,a o co t. '3' M t.. t d' a) M z r,_ ., w aid � t ? > '. V) w Q 5- c roy b t x I " (D N a � w 30 0 0 N I. ,s O I Ill yy yy I, t 6( 1 r{ z � F—+ a u U , a r N N 4 co � o VVV R. Z rn'o Q)M LU m n s,x a (� W tri aco M FBI is �� z " r r N `R cO o a 111 102 rn INSTRUCTIONS TO BIDDERS 1. Sealed bids for this proposal will be received by the City of Renton at the office of the Renton City Clerk, Renton City Hall, until the time and date specified in the Call for Bids. I At this time the bids will be publicly opened and read, after which the bids will be considered and the award made as early as practicable. No proposal may be changed or withdrawn after the time set for receiving bids. Proposals shall be submitted on the forms attached hereto. 2 Any omissions, discrepancies or need for interpretation should be brought, in writing, to the attention of the Project Engineer. Written addenda to clarify questions that arise may then be issued. No oral statements by Owner, Engineer, or other representative of the owner shall, in any way, modify the contract documents,whether made before or after letting the contract. 3 The work to be done is shown in the plans and / or specifications. Quantities are understood to be only approximate. Final payment will be based on actual quantities and at the unit price bid. The City reserves the right to add or to eliminate portions of that work as deemed necessary. 4. Plans may be examined at the Renton Municipal Airport Administrative Office, 616 West Perimeter Road, Unit A, Renton, WA 98057. Bidders shall satisfy themselves as to the local conditions by inspection of the site. 5. The bid price for any item must include the performance of all work necessary for completion of that item as described in the specifications. 6. The bid price shall be stated in terms of the units indicated and as to a total amount. In the event of errors,the unit price bid will govern. Illegible figures will invalidate the bid. 7. The right is reserved to reject any and/or all bids and to waive informalities if it is deemed _ advantageous to the City to do so. 8. A certified check or satisfactory bid bond made payable without reservation to the Director of Finance of the City of Renton in an amount not less than 5% of the total amount of the bid shall accompany each bid proposal. Checks will be returned to unsuccessful bidders immediately following the decision as to award of contract. The check of the successful bidder will be returned provided he enters into a contract and furnishes a satisfactory performance bond covering the full amount of the work within ten days after receipt of notice of intention to award contract. Should he fail, or refuse to do so,the check shall be forfeited to the City of Renton as liquidated damage for such failure. 9. All bids must be self-explanatory. No opportunity will be offered for oral explanation except as the City may request further information on particular points. 10. The bidder shall, upon request, furnish information to the City as to his financial and practical ability to satisfactorily perform the work. _ 11. Payment for this work will be made in Cash Warrants. Revised:May 2011 tp Page 1 I 1 19. Pollution Control Requirements Work under this contract shall meet all local, state and federal requirements for the prevention of environmental pollution and the preservation of public natural resources. The CONTRACTOR shall conduct the work in accordance with all applicable pollution control laws. The CONTRACTOR shall comply with and be liable for all penalties, damages, and violations under Chapter 90.48 RCW, in performance of the work. The CONTRACTOR shall also comply with Article 4 in the Puget Sound Air Pollution Control Agency Regulation III regarding removal and encapsulation of asbestos materials. 20. Standard Specifications All work under this contract shall be performed in accordance with the following standard specifications except as may be exempted or modified by the City of Renton Supplemental Specifications, Special Provisions other sections of these contract documents. These standard specifications are hereby made a part of this contract and shall control and guide all activities within this project whether referred to directly, paragraph by paragraph,or not. 1. WSDOT/APWA"2012 Standard Specifications for Road, Bridge and Municipal Construction" and "Division 1 APWA Supplement" hereinafter referred to by the abbreviated title "Standard Specifications." A. Any reference to "State," "State of Washington," "Department of Transportation," "WSDOT," or any combination thereof in the WSDOT/APWA standards shall be modified to read "City of Renton," unless specifically referring to a standard specification or test method. B. All references to measurement and payment in the WSDOT/APWA standards shall be detected and the measurement and payment provisions of Section 1-09.14, Measurement and Payment(added herein)shall govern. 21. If a soils investigation has been completed, a copy may be included as an appendix to this document. If one has not been provided for this project by the City or Engineer, the Bidders shall familiarize themselves adequately with the project site and existing subsurface condition as needed to submit their bid. Upon approval of the City, the Bidder may make such subsurface explorations and investigations as they see fit. The Bidder shall be responsible for protection of all existing facilities, utilities and other buried or surface improvements and shall restore the site to the satisfaction of the City. 22 Bidder's Checklist ❑ It is the responsibility of each bidder to ascertain if all the documents listed on the attached index are included in their copy of the bid specifications. If documents are missing, it is the sole responsibility of the bidder to contact the City of Renton to obtain the missing documents prior to bid opening time. ❑ Have you submitted, as part of your bid, all documents marked in the index as "Submit With Bid"? ❑ Has bid bond or certified check been enclosed? ❑ Is the amount of the bid guaranty at least 5 percent of the total amount of bid including sales tax? ❑ Has the proposal been signed? ❑ Have you bid on ALL ITEMS and ALL SCHEDULES? Revised:May 2011 tp Page 3 1 ❑ Have you submitted the Subcontractors List(If required) ❑ Have you reviewed the Prevailing Wage Requirements? ❑ Have you certified receipt of addenda, if any? 1 . I t Revised:May 2011 tp Page 4 CAG-12-175 CITY OF RENTON FBO PARKING LOT RECONSTRUCTION AND C-RAMP STORM DRAINAGE REPAIR PROJECT NUMBER 002-2012 CALL FOR BIDS Sealed bids will be received until 2:30 p.m. on January 29, 2013,at the City Clerk's office, 1055 South Grady Way, Renton WA 98057, 7t' floor, and will be opened and publicly read in Conference Room 51 Ion the 5thfloor,Renton City Hall, 1055 South Grady Way,Renton WA 98057. The work to be performed within 35 working days from the date of commencement under this contract shall include,but not be limited to: Parking Lot Reconstruction for a Fixed Based Operator(FBO) and C-Ramp Storm Drainage Repair at the Renton Municipal Airport/Clayton Scott Field which includes new HMA and Portland Cement Concrete pavement section construction, paving HMA Class '/2" PG 64-22, pavement marking, traffic control, stormwater pipe replacement, drainage improvements, and other miscellaneous improvements,utility work,and other work. The City reserves the right to reject any and/or all bids and to waive any and/or all informalities. Bid documents will be available December 21, 2012. Plans, specifications,addenda,and plan holders list for this project are available on-line through Builders Exchange of Washington,Inc., at http://www/bxwa.com. Click on"bxwa.com"; "Posted Projects"; "Public Works","City of Renton", "Projects Bidding". (Note: Bidders are encouraged to"Register as a Bidder," in order to receive automatic email notification of future addenda and to be placed on the"Bidders List." Questions about the project shall be addressed to: Ben Dahle, P.E., City of Renton,Renton Airport/Clayton Scott Field, 616 West Perimeter Road,Unit A,Renton,WA,98057,phone(425)430-7471,fax(425) 430-7472. In addition to being available online, approved paper copies of plans and specifications and contract forms may be obtained from the Engineer, Precision A pp roach Engineering, 4575 SW Research Way, Suite 250, Corvallis, OR 97330; phone 541-754-0043. There is a non-refundable fee of$30.00 plus $2.58 tax (total $32.58) for each set. If ordered by mail, add $5.00 for postage, which is also non- refundable. A mandatory prebid meeting will be held on January 15, 2013, at the former Chamber of Commerce Building, 300 Rainier Avenue N,Renton Washington at 2:30 p.m. A certified check or bid bond in the amount of five percent (5%) of the total of each bid must accompany each bid. The City's Fair Practices,Non-Discrimination, andAgfericans wit isability Act Policies shall apply. r Jas o A. eth, eputy City Clerk Published: BXWA December 21, 2012 Daily Journal of Commerce December 21, 2012 and January 11, 2013 07—Call for Bids(2)\ CITY OF RENTON Combined AfIldivit and Certification.fonn; • Non-Collusion.Anti-Tntst.and Minimum Nk"age (Non-Fedeval Aid) e' NON-COLLUSION AFFIDAVIT Being duly shorn,deposes and sirs, that he is the identical person.who submitted the foregoing proposal or bid, and that such bid is genuine and not sham or collusl.i-e or made in the interest or on behalf of any person not therein.nanned.. and further. that the deponent has not directly induced or solicited any other Bidder on the foregoing NNork or equipment to put in a sham bid, or any, other person or corporation to refrain from bidding, and that deponent leas not in any manner sought by collusion to secure to himself or to any other-person any advantage over other-Bidder or Bidders. AND CERTIFICATION RE: ASSIGNMENT OF ANTI-TRUST CLAIMS TO PURCHASER. Vendor and purchaser.recognize that in actual economic practice overcharges resulting from anti-trust violations are .in. fact usually borne by the purchaser. Therefor, vendor hereby assigns to purchaser any and all claims for such over- charges as to goods and materials purchased in.connection Nvith.this order or contract, except as to overcharges resulting from anti-trust violations commencing after the date of the bid, quotation, or other event establishing the price under this order or contract. In addition, vendor«arrants and represents that such of his suppliers and subcontractors shall assign any and all such claims to purchaser,subject to the aforementioned exception. AND MINIMUM WAGE AFFIDAVIT FORM I,the undersigned,having been duly s� orn, deposed, say and certi.fi>that in connection «ith the performance of the AS ork of tlni.s project. I xa411 pay each classification of laborer; worlunari, or mechanic employed in the performance of such. work; not less than tlne prevailing rate of wage or not less than the .minimum rate of N ages as specified in the principal �. Contract. 1 have read.the above and foregoing statement and certificate, know the contents thereof and the substance as.set forth therein is true to my knowledge and belief. FOR: NON COLLUSION AFFIDAVIT; ASSIGNMENT OF ANTI-TRUST CLAIMS TO PURCHASER AND MINIMUM WAGE AFFIDAVIT FBO:PA:RK:I::NG LOT RECONSTRUCTION AND C-RAMP STORM.D.RAIN AGE REPAIR. l.. . LI A� Com?Atiq �. . Name of Bidder's Firm Signature-of Authorized.Representative of Bidder Subscribed M Inc on this 2-91M day of _`JRrlaw 2013 . �QQAAIR - c �08125 15 Notary Public in and for the State of Washington w 2 �A / � �p Notary(Print) T �Ar�K�Gu/rc� My appointment expires: 0-7- TF�F W Ige,14 Non=Collusion Affidavit Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www,bxwa.com-Always Verify Scale Bill BONrb.FORM Rerewith find deposir iti rllc form of a ci etifkd check, cashier's e1we cash, r �bouod in th e amount of� S S +�hich amount.is spot less Thai five per° 11t o al bid. !� Signature Knmv All Men by These.Presents: That we, R.L. Alia Company ; as Principal, Ind North American 9becia ty Insurance company. Is Sar(:t . are Held and firnlly bound unto the Cit. of Renton, as Qb11L*C( , In thl; 1)1:11,11 SUI-n of Five Percent (5s) of Total Amount of Bid---Dollars. for rho pa�lnicnc of-whicll'the'Principal and lilt Suret?bind thcrclsetv(cs, their heirs, cxc4uCOrs,adrnin:strators, saccessoA-s and assigns,Joililly wid sCverally.by dabse presents. i 71 a condition of this obli'gmion is such d)at if the Obligee shall iZ.talcc airy award to rho Principal.o.r FBO PA17KING LOT RiECONSTRUC ION AND C-1tANIP STORM DRAINAGE t`'EPA1R accordin,"ro die tel-111S of the proposal or bid male by thy: Principal therefor, and rile Principal shall duly i.nako wid inter into a contract-with the Obli-ee in accordance;with'rho terms of said proposal or bid and. award and sh-a]1 Live bond for the faithful perfonllance thereof, wdai Surety or SLII—aies approved by the ObligcC; or if the Principal sball., in case of f4iiNre to do so, pay and foffeii to the Obligee chc penal amount of the deposit sp cif. d in the call forbids, chen this obligation shill be null and void; othmvisc it shall be and ramait) in.full force and effect and-the Surety shell forthwith.pay and tot'folt to the Qb11Gde,as penalty and Jiquidated.dmnages, the:amowi:c of this bond. SIGNED,SEALED AND DATED THIS 29th DAY OF January " ?O 13 R.L. Alia Compan r� Princ r`pad , Nort merican Specialty In Com Insurance SUle'tY' Deanna M. Meyer, Attorney-i Fact Pecei\°ed return of deposit ill tale sum of S I� F-- „ r t1f_hia}3onii.doc\ Page 15 Did Bond Form "Irovided to Builders Exchartoe of WA. Inc, For LE6aae Conditions Acireernent%ee www.bxwa.com.--AIwaY5 Verifv Scale b 1 iCITY OF RENTON PROJECT NUMBER 02-2012 1 FBO PARKING LOT RECONSTRUCTION iAND C-RAMI' STORK DRAINAGE REPAIR PROPOSAL TO THE CITY OF RENTON RENTON,WASHINGTON Ladies and/or Gentlemen: The undersimned hereby certify that the bidder has examined the site of the proposed work and have read and thoroughly understand the plans- specifications and contract governing the work embraced in this improvement,and the method by which payment will be made for said work, and hereby-propose to undertake and complete the work embraced in this improvement,or as much thereof as can be completed with the money available,in accordance with the said plans; specifications and contract and the follov0ng schedule of rates and prices: i (Note: Unit prices for all iteins;all extensions,and total amount of bid should be shown. Show unit prices both in writing and in figures.) !' Printed.Naive: �1 e 14Ap� ttu iSignature: Address: 107 (AlILL441"S !, iNames of Members of Partnership: RFC, v A 79057 i 1 i 1 OR Name of President of Corporation i - _ Name of Secretary of Corporation R�e��t� L AW0, Corporation Organized.under the lazi s of W{�SRrq(G`►e?e� With Main Office in State of Washington at �Y©� 10_r,npa&f.dog% Jge 1 6 Pro osal p Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale SCHEDULE OF PRICES tCity of Renton -Renton Municipal Airport/Clayton Scott.Field FBO PARKING LOT RECONSTRUCTION AND C-RAMP STORM DRAINAGE REPAIR ' PROJECT NO. 02-2012 FBO,PARKING LOT STORMWATER WORK ' Bid Item T Description Unit Quantity Unit Cost Total 1 Mobilization LS 1 _._....—__._.. 2 Roadway Surveying LS 1 3 Trench Excavation Safety System LS 1 4 6 In.PVC Roof Drain Pipe LF 142 `'[ 14 08 5 ! Ductile Storm Sewer Pipe 12 In.Diam. LF 79 `�� r °�L) 6 I Type 2 Catch Basin EA 1 [ J00 I 1 ; 500, 7 Concrete Inlet EA I 1 a, 8 psiPE per Planting Schedule EA 370 (() Z, a� o 9 Biofiltration Swale LS 1 -7,156 -- TOTAL FBO PARKING LOT STORMWATER WORK C-RAMP DRAINAGE REPAIR WORK Bid Item Description Unit Quantity Unit Cost Total 1 I Mobilization LS 1 i S,0o 15-i boo 2 I Roadway Surveying LS 1 .7-.J5()0 7_;sob 3 Project Temporary Traffic Control LS 1 5i 030 -;5,066 4 Trench Excavation Safety System LS 1 1000.S 103 5 I Demolition LS 1 q 006 Oa � QOd Oe r i 6 Roadway Excavation Incl.Haul CY 297 l Qa sl,_546 (R 7 ( Unsuitable Foundation Excavation Incl.Haul CY 75 1 .-�sSC1 I,—, ' 8 Construction Geotextile for Soil Stabilization SY 238 �1 C,,5z.S 9 I Gravel Base TON 392 gSgC)I ' 10 Crushed Surfacing Top Course TON 35 11 Replace Cement Concrete Panel SY 338 12 HMA CL 112°PG 64-22 TON 1 13 , Slotted Drain LF 202 �SMO Ca Coo 14 Slotted Drain Cleanout Port EA 2 1D0 ZOO ' Ductile Iron Storm Sewer Pipe 16 In.Diam.,Areas of 0p 15 Pavement Reconstruction LF 279 Ductile Iron Storm Sewer Pipe 16 In.Diam.,Existing ap op 16 HMA Pavement LF 10 I [ 'LOG 17 Type 2 Catch Basin EA 3 zi000 006 ` 18 Connection to Drainage Structure LS 14 19 Erosion Control LS 1 -7 jCM 21064 °_Q ' 20 Aircraft Tie-down EA 10 •000 log OQO 430 TOTAL-C-RAMP DRAINAGE REPAIR WORK j ' FBO Parking Lot Reconstruction and C-Ramp Storm Drainage Repair Page 1 Schedule of Prices Ige 17 Schedule of Prices Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale SCHEDULE OF PRICES, CONTINUED FBO PARKING LOT RECONSTRUCTION.-NON-STORMWATER WORK ELEMENTS ' Bid Item Description Unit Quantity Unit Cost Total 1 Mobilization LS 1 151600 ° 1 �;0013 � cn 2 Roadway Surveying L5 1 Z I SOo�- "Z,S'.]G-° 3 I Project Temporary Traffic Control LS 1 Z,SW S,'TOO � ' 4 Demolition LS 1 Z,030'4 5 Roadway Excavation Incl.Haul CY 620 Dd_ ' 6 Unsuitable Foundation Excavation Incl.Haul CY 156 -15i lza 7 Construction Geotextile for Soil Stabilization SY 1104 8 Gravel Base TON I 662 ZQ� 9 Crushed Surfacing Top Course TON 248 10 HMA CL 1/2"PG 64-22 TON 278 ' 11 Erosion Control LS 1 12 Extruded Curb LF 253 13 Relocate Existing Wheel Stops EA 14 136 14 Cement Cont.Driveway Entrance Type 4 SY 28 15 Cement Conc.,Sidewalk �r 16 Conduit Pipe 4 In.Diam. LF. 110 17 Permanent Signing LS 1 Go c� � 18 Paint Line LF 806 0 Gt? 006 0 19 Painted Stop Line LF 18 `'� 013 Z Cip DO 20 Plastic Traffic Arrow EA 2 .5C1 ° �Q 21 Plastic Traffic Letter EA 18 sc, `— 1 �&Z.� 22 I Plastic Access Parking Space Symbol EA 1 ��Q -LO TOTAL FBO PARKING LOT RECONSTRUCTION-NON-STQRMWATER WORK ELEMENTS $ GRAND TOTAL: $ } FBO Parking Lot Reconstruction and GRamp Storm Drainage Repair Page 2 Schedule of Prices Pa'9 a 18 Provided to Builders Exchange of WA, Inc. For usage Conditions.Agreement see www.bxwa.com-Always Verify Scale SUBCONTRACTOR LIST RCW 3930-060 requires that for all public works contracts a-Kceeding $1,000,000 that the bidder submit the names of all heating; ventilation and air conditioning, and plumbing subcontractors as described in chapter 18.1.06 RCW, and electrical subcontractors as described in chapter .19-28 RCW (this also includes the Control sYstern integrator Subcontractor as vvell as other electrical subcontractors). If the subcontractors names are not submitted with the bid., or vvithin one (I) hour after the published. bid submittal. time OR if two or more subcontractors are named to perform the same work-, then. the bid shall be considered nonresponsive and .therefore, told. Complete the follm-ing: If awarded the contract, �,L- AyA CampAgy will contract with the following subcontractors for the performance of heating,venliflation and air conditioning,plumbing,and electrical (including automatic controls)work: Bid Item (s) NIA J Pj /QF-5 5 oao- Subcontractor Name Address Phone No. State Contractor's License No. Bid Item (s) Subcontractor Name Address Phone No. State Contractor's License No. Bid Item(s) Subcontractor Name Address Phone No. State Contractor's License No. Bid Item.(s) Subcontractor Name- Address Phone No. State Contractor's License,No. Bid Item(s) Subcontractor Name Address Phone No, State Contractor's License No. P:\r1,ni100 I fl)o_pke,,0600info-,OC)80specificatiojis,,legils`.12—stibcolitractorlist,doc Rc ised 9;2006 le 19 Subcontractor List Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale i ' Page 2 I ' Bid Item (s) Subcontractor Name ' address Phone No. State Contractor's License No. " Signature of:authorized Representative of Bidder Subscribed.and sworn to be before me on this 27-,11 dad-of T&vqpl . 20(3 . y WANKIZ& Notarty Public in and for the PQ �01Agy +`�, State of Washington CXP p812512W5 Notary(Print) 6'" T r 9tewl - s �O Residing at k guy 6,OUAP J �TF ININ,appointment expires: �F WP I pA?,n11001 tbo_pk�_,)106 00info1 0680speciFcatioits`,legalsil2_stibcoutractor list:doe Rcvised 9;2006 Ige 20 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see vwvw.bxwa.com-Always Verify Scale I■ BOND TO THE CITY OF RENTON Bond No. 2164548 ■ KNOW ALL MEN BY THESE PRESENTS: That we,the undersigned R L Alia Company r-- as principal, and North American Specialty Insurance Company corporation organized and existing under the laws of the State of New Hampshire as a surety corporation, and qualified under the laws of the State of Washington to become surety upon bonds of contractors with municipal corporations, as surety are jointly and severally held and firmly bound to the City of Renton in the penal sum of$279,075.00 for the payment of which sum on demand we bind ourselves and our successors,heirs,administrators or person representatives,as the case may be. This obligation is entered into in pursuance of the statutes of the State of Washington,the Ordinance of the City of Renton. Dated at Bellevue ,Washington,this / day of ,200 Nevertheless,the conditions of the above obligation are such that: WHEREAS,under and pursuant to Public Works Construction Contract CAG-13-175 providing for construction of FBO PARKING LOT RECONSTRUCTION AND C-RAMP STORM DRAINAGE REPAIR,the principal is required to furnish a bond for the faithful performance of the contract;and WHEREAS, the principal has accepted, or is about to accept, the contract, and undertake to perform the work therein provided for in the manner and within the time set forth; NOW, THEREFORE, if the principal shall faithfully perform all of the provisions of said contract in the manner and within the time therein set forth, or within such extensions of time as may be granted under said contract, and shall pay all laborers, mechanics, subcontractors and materialmen, and all persons who shall supply said principal or subcontractors with provisions and supplies for the carrying on of said work, and shall hold said City of Renton harmless from any loss or damage occasioned to any person or property by reason of any carelessness or negligence on the part of said r principal,or any subcontractor in the performance of said work,and shall indemnify and hold the City ' of Renton harmless from any damage or expense by reason of failure of performance as specified in the contract or from defects appearing or developing in the material or workmanship provided or performed under the contract within a period of one year after its acceptance thereof by the City of r Renton,then and in that event this obligation shall be void; but otherwise it shall be and remain in full force and effect. R.L.Alia Coma North American Specialty Insurance Company Principal Surety Signature Ric/44rZO L. 41-iA Signature PRC310 Karen P.Dever,Attornev-in-Fact Title Title r- J of ICITY OF RENTON FAIR PRACTICES POLICY AFFIDAVIT OF COMPLIANCE /� L• A(-f,4 hereby confirms and declares that: (Name of contractor/subcontractor/consultant) I. It is the policy of the above-named contractor/subcontractor/consultant, to offer equal opportunity to all qualified employees and applicants for employment without regard to their race; religion/creed; national origin; ancestry; sex; the presence of a physical, sensory, or mental disability; age over 40; sexual orientation or gender identity; pregnancy; HIV/AIDS and Hepatitis C status; use of a guide dog/service animal; marital status; parental/family status; military status; or veteran's status. II. The above-named contractor/subcontractor/consultant complies with all applicable federal, state and local laws governing non-discrimination in employment. III. When applicable, the above-named contractor/subcontractor/consultant will seek out and I negotiate with minority and women contractors for the award of subcontracts. �I�-I•F�} � rA Print Agent/Representative's Name PRc—s�o�r Print Agent/Rep r sentahve's Title Agent/Representative's Signature f/— 2 -/3 Date Signed Instructions: This document MUST be completed by each contractor, subcontractor, consultant and/or supplier. Include or attach this documents) with the contract. CONTRACTS OTHER THAN FEDERAL-AID FHWA THIS AGREEMENT, made and entered into this �'st day of by and between THE CITY OF RENTON, Washington, a municipal co rati n of the State of Washington, hereinafter referred to as "CITY" and R. hereinafter referred to as "CONTRACTOR." WITNESSETH: 1) The Contractor shall within the time stipulated, (to-wit: within 35 working days from date of commencement hereof as required by the Contract [Work in the C-Ramp area will be limited to 20 sequential working days excluding PCC cure time], of which this agreement is a component part) perform all the work and services required to be performed, and provide and furnish all of the labor, materials, appliances, machines, tools, equipment, utility and transportation services necessary to perform the Contract, and shall complete the construction and installation work in a workmanlike manner, in connection with the City's Project(identified as No. 02-2012 for improvement by construction and installation of: Parking Lot Reconstruction for a Fixed Based Operator (FBO) and C-Ramp Storm Drainage Repair at the Renton Municipal Airport/Clayton Scott Field which includes new HMA and Portland Cement Concrete pavement section construction, paving HMA Class '/2" PG 64-22, pavement marking, traffic control, stormwater pipe replacement, drainage improvements, and other miscellaneous improvements,utility work, and other work. The City of Renton desires to construct the proposed improvements in 2012 dependent on site conditions. Start of construction will be delayed until on or around April 15, 2013, if weather conditions require. The City of Renton shall have the final authority regarding start date of construction. All the foregoing shall be timely performed, furnished, constructed, installed and completed in strict conformity with the plans and specifications, including any and all addenda issued tby the City and all other documents hereinafter enumerated, and in full compliance with all applicable codes, ordinances and regulations of the City of Renton and any other governmental authority having jurisdiction thereover. It is further agreed and stipulated that all of said labor, materials, appliances, machines, tools, equipment and services shall be furnished and the construction installation performed and completed to the satisfaction and the approval of the City's Public Works Director as being in such conformity with the plans, specifications and all requirements of or arising under the Contract. The Contractor agrees to use recycled materials whenever practicable.. 2) The aforesaid Contract, entered into by the acceptance of the Contractor's bid and signing of this agreement, consists of the following documents, all of which are component parts of said Contract and as fully a part thereof as if herein set out in full, and if not attached, as if hereto attached. a) This Agreement b) Instruction to Bidders c) Bid Proposal d) Specifications e) Maps and Plans 1 C 1-2009 ' f) Bid g) Advertisement for Bids h) Special Provisions, if any i) Technical Specifications, if any 3) If the Contractor refuses or fails to prosecute the work or any part thereof, with such diligence as will insure its completion within the time specified in this Contract, or any extension in writing thereof, or fails to complete said work with such time, or if the Contractor shall be adjudged a bankrupt, or if he should make a general assignment for the benefit of his creditors, or if a receiver shall be appointed on account of the Contractor's insolvency, or if he or any of his subcontractors should violate any of the provisions of this Contract, the City may then serve written notice upon him and his surety of its intention to terminate the Contract, and unless within ten(10) days after the serving of such notice, such violation or non-compliance of any provision of the Contract shall cease and satisfactory arrangement for the correction thereof be made, this Contract, shall, upon the expiration of said ten (10) day period, cease and terminate in every respect. In the event of any such termination, the City shall immediately serve written notice thereof upon the surety and the Contractor and the surety shall have the right to take over and perform the Contract, provided, however, that if the surety within fifteen (15) days after the serving upon it of such notice of termination does not perform the Contract or does not commence performance thereof, the City itself may take over the work under the Contract and prosecute the same to completion by Contract or by any other method it may deem advisable, for the account and at the expense of the Contractor, and his surety shall be liable to the City for any excess cost or other damages occasioned the City thereby. In such event, the City, if it so elects, may, without liability for so doing, take possession of and utilize in completing said Contract such materials, machinery, appliances, equipment, plants and other properties belonging to the Contractor as may be on site of the project and useful therein. j4) The foregoing provisions are in addition to and not in limitation of any other rights or remedies available to the City. 5) Contractor agrees and covenants to hold and save the City, its officers, agents, representatives and employees harmless and to promptly indemnify same from and against any and all claims, actions, damages, liability of every type and nature including all costs and legal expenses incurred by reason of any work arising under or in connection with the Contract to be performed hereunder, including loss of life, personal injury and/or damage to property arising from or out of any occurrence, omission or activity upon, on or about the premises worked upon or in any way relating to this Contract. This hold harmless and indemnification provision shall likewise apply for or on account of any patented or unpatented invention, process, article or appliance manufactured for use in the performance of the Contract, including its use by the City, unless otherwise specifically provided for in this Contract. The Contractor agrees to name the City as an additional insured on a noncontributory primary basis. In the event the City shall, without fault on its part, be made a party to any litigation commenced by or against Contractor, then Contractor shall proceed and hold the City harmless and he shall pay all costs, expenses and reasonable attorney's fees incurred or paid by the City in connection with such litigation. Furthermore, Contractor agrees to pay all costs, expenses and reasonable attorney's fees that may be incurred or paid by City in the enforcement of any of the covenants,provisions and agreements hereunder. 2 C 1-2009 ` Nothing herein shall require the Contractor to indemnify the City against and hold harmless the City, from claims, demands or suits based solely upon the conduct of the City, its officers or employees and provided further that if claims or suits are caused by or result from the concurrent negligence of(a)the Contractor's agents or employees and (b)the City, its agents, officers and employees, and involves those actions covered by RCW 4.24.115, this indemnity provision with respect to claims or suits based upon such concurrent negligence shall be valid and enforceable only to the extent of the Contractor's negligence ' or the negligence of the Contractor's agents or employees. Should a court of competent jurisdiction determine that this agreement is subject to RCW 4.24.115,then, in the event of liability for damages arising out of bodily injury to persons or damages to property caused by or resulting from the concurrent negligence of the contractor and the city, its officers, officials, employees and volunteers, the contractor's liability hereunder shall be only to the extent of the contractor's negligence. It is further specifically and expressly understood that the indemnification provided herein constitute the contractor's waiver of immunity under the Industrial Insurance Act, Title 51 RCW, solely for the purposes of this indemnification. This waiver has been mutually negotiated by the parties. The provisions of this section shall survive the expiration or termination of this agreement. 6) Any notice from one party to the other party under the Contract shall be in writing and shall be dated and signed by the party giving such notice or by its duly authorized representative of such party. Any such notice as heretofore specified shall be given by personal delivery thereof or by depositing same in the Unite_ d States mail, postage prepaid, certified or registered mail. 7) The Contractor shall commence performance of the Contract no later than 10 calendar days after Contract final execution, and shall complete the full performance of the Contract not later than 35 [Work in the C-Ramp area will be limited to 20 sequential working_dus excluding PCC cure timel working days from the date of commencement. For each and every working day of delay after the established day of completion, it is hereby stipulated and agreed that the damages to the City occasioned by said delay will be the sum of per Section 1-08.9 of Standard Specifications as liquidated damages (and not as a penalty) for each such day,which shall be paid by the Contractor to the City. 1 8) Neither the final certificate of payment not any provision in the Contract nor partial or entire use of any installation provided for by this Contract shall relieve the Contractor of liability in respect to any warranties or responsibility for faulty materials or workmanship. The Contractor shall be under the duty to remedy any defects in the work and pay for any damage to other work resulting therefrom which shall appear within the period of one (1) year from the date of final acceptance of the work, unless a longer period is specified. The City will give notice of observed defects as heretofore specified with reasonable promptness after discovery thereof, and Contractor shall be obligated to take immediate steps to correct and remedy any such defect, fault or breach at the sole cost and expense of Contractor. Defective or Unauthorized Work. The City reserves its right to withhold payment from Contractor for any defective or unauthorized work. Defective or unauthorized work includes, without limitation: work and materials that do not conform to the requirements of this Agreement; and extra work and materials furnished without the City's written approval. If Contractor is unable, for any reason, to satisfactorily complete any portion of the work, the City may complete the work by contract or otherwise, and Contractor shall be liable to 1 3 C 1-2009 the City for any additional costs incurred by the City. "Additional costs" shall mean all reasonable costs, including legal costs and attorney fees, incurred by the City beyond the maximum Contract price specified above. The City further reserves its right to deduct the cost to complete the Contract work, including any Additional Costs, from any and all amounts due or to become due the Contractor. The Contractor agrees the above one year limitation shall not exclude or diminish the City's rights under any law to obtain damages and recover costs resulting from defective and unauthorized work discovered after one year but prior to the expiration of the legal time period set forth in RCW 4.16.040 limiting actions upon a contract in writing, or liability expressed or implied arising out of a written agreement. Final Payment: Waiver of Claims. THE CONTRACTOR'S ACCEPTANCE OF FINAL PAYMENT (EXCLUDING WITHHELD RETAINAGE) SHALL CONSTITUTE A WAIVER OF CONTRACTOR'S CLAIMS, EXCEPT THOSE PREVIOUSLY AND PROPERLY MADE AND IDENTIFIED BY CONTRACTOR AS UNSETTLED AT THE TIME FINAL PAYMENT IS MADE AND ACCEPTED. 9) The Contractor and each subcontractor, if any, shall submit to the City such schedules of quantities and costs, progress schedules, payrolls, reports, estimates, records and miscellaneous data pertaining to the Contract as may be requested by the City from time to time. 10) The Contractor shall furnish a surety bond or bonds as security for the faithful performance of the Contract, including the payment of all persons and firms performing labor on the construction project under this Contract or furnishing materials in connection with this Contract; said bond to be in the full amount of the Contract price as specified in Paragraph 12. The surety or sureties on such bond or bonds must be duly licensed as a surety in the State of Washington. 11) The Contractor shall verify, when submitting first payment invoice and annually thereafter, possession of a current City of Renton business license while conducting work for the City. The Contractor shall require, and provide verification upon request, that all subcontractors q � P P participating in a City project possess a current City of Renton business license. The Contractor shall provide, and obtain City approval of, a traffic control plan prior to conducting work in City right-of-way. 12) The total amount of this contract is the sum of �, g , numbers ��tu ee Nar�dre �d Rim T6,n.so J rn v li,A, C44 &y� t S-eu vi QnJ 76 4ee� written words ki 1J including Washington State Sales Tax. Payments will be made to Contractor as specified in the "Special Provisions" of this Contract. 13) INDEPENDENT CONTRACTOR. The parties intend that an Independent Contractor- Employer Relationship will be created by this Agreement and that the Contractor has the ability to control and direct the performance and details of its work, the City.being interested only in the results obtained under this Agreement. 14) LIMITATION OF ACTIONS. CONTRACTOR MUST, IN ANY EVENT, FILE ANY LAWSUIT ARISING FROM OR CONNECTED WITH THIS AGREEMENT WITHIN 120 CALENDAR DAYS FROM THE DATE THE CONTRACT WORK IS COMPLETE 4 C 1-2009 OR CONTRACTOR'S ABILITY TO FILE THAT CLAIM OR SUIT SHALL BE FOREVER BARRED. THIS SECTION FURTHER LIMITS ANY APPLICABLE STATUTORY LIMITATIONS PERIOD. 15) Non-Waiver of Breach. The failure of the City to insist upon strict performance of any of the covenants and agreements contained in this Agreement, or to exercise any option conferred by this Agreement in one or more instances shall not be construed to be a waiver or relinquishment of those covenants, agreements or options, and the same shall be and remain in full force and effect. 16) Written Notice. All communications regarding this Agreement shall be sent to the parties at the addresses listed on the signature page of the Agreement, unless notified to the contrary. Any written notice hereunder shall become effective three(3)business days after the date of mailing by registered or certified mail, and shall be deemed sufficiently given if sent to the addressee at the address stated in this Agreement or such other address as may be hereafter specified in writing. 17) Assignment. Any assignment of this Agreement by either party without the written consent of the non-assigning party shall be void. If the non-assigning party gives its consent to any assignment, the terms of this Agreement shall continue in full force and effect and no further assignment shall be made without additional written consent. 18) Modification. No waiver, alteration, or modification of any of the provisions of this Agreement shall be binding unless in writing and signed by a duly authorized representative of the city and Contractor. 19) Compliance with Laws. The Contractor agrees to comply with all federal, state, and municipal laws, rules, and regulations that are now effective or in the future become applicable to Contractor's business, equipment, and personnel engaged in operations covered by this Agreement or accruing out of the performance of those operations. 20) Counterparts. This Agreement may be executed in any number of counterparts, each of which shall constitute an original, and all of which will together constitute this one Agreement. IN WITNESS WHEREOF, the City has caused these presents to be signed by its Mayor and attested by its City Clerk and the Contractor has hereunto set his hand and seal the day and year first above-written. C TRACTOR CITY OF RE TON President Mayor Denis L a ATTE/S-T, Secr`eTary Bonnie I...- -Wi!i1t.on 1 City Clerk dba R� L. /q W4 e. M PA�JX Firm Name check one ' F— 4 UY 5 T C 1-2009 ❑ Individual ❑ Partnership ® Corporation Incorporated in Attention: If business is a CORPORATION, name of the corporation should be listed in full and both President and Secretary must sign the contract, OR if one signature is permitted by corporation by-laws, a copy of the by-laws shall be furnished to the City and made a part of the contract document. If business is a PARTNERSHIP, full name of each partner should be listed followed by d/b/a (doing business as)and firm or trade name; any one partner may sign the contract. If business is an INDIVIDUAL PROPRIETORSHIP,the name of the owner should appear followed by d/b/a and name of the company. 1 6 C -2009 CERTIFICATION OF PAYMENT OF PREVAILING WAGES ' Date: Ref: Pay Estimate No. Project: FBO PARKING LOT RECONSTRUCTION AND C-RAMP STORM DRAINAGE REPAIR CAG No. This is to certify that the prevailing wages have been paid to our employees and our subcontractors' employees for the period from through in accordance with the Intents to Pay Prevailing Wage filed with the Washington State Department of Labor&Industries. This form will be executed and submitted prior to or with the last pay request. Company Name By: Title: 18 Certif of Payment of Prevailing Wages.DOC\ Page 1 of 18 State of Washington Department of Labor & Industries Prevailing Wage Section - Telephone 360-902-5335 PO Box 44540, Olympia, WA 98504-4540 Washington State Prevailing Wage The PREVAILING WAGES listed here include both the hourly wage rate and the hourly rate of fringe benefits. On public works projects, worker's wage and benefit rates must add to not less than this total. A brief description of overtime calculation requirements are provided on the Benefit Code Key. 1 Journey Level Prevailing Wage Rates for the Effective Date: 12/20/2012 County Trade Job Classification Wage Holiday Overtime Note King Asbestos Abatement Workers Journey Level $40.83 5D 1H King Boilermakers Journey Level $60.24 5N 1C King Brick Mason Brick And Block Finisher $42.21 5A 1M King Brick Mason Journey Level $49.07 5A 1M King Brick Mason Pointer-Caulker-Cleaner $49.07 5A 1M King Building Service Employees Janitor $19.98 5S 2F King Building Service Employees Traveling Waxer/shampooer $20.39 5S 2F King Building Service Employees Window Cleaner (Scaffold) $24.52 5S 2F King Building Service Employees Window Cleaner(non-scaffold) $23.66 5S 2F King Cabinet Makers (In Shop) Journey Level $22.74 1 King Carpenters Acoustical Worker $49.57 5D 1M King Carpenters Bridge, Dock And Wharf $49.57 5D 1M Carpenters King Carpenters Carpenter $49.57 5D 1M King Carpenters Carpenters on Stationary Tools $49.70 5D 1M King Carpenters Creosoted Material $49.67 5D 1M King Carpenters Floor Finisher $49.57 5D 1M King Carpenters Floor Layer $49.57 5D 1M King Carpenters Scaffold Erector $49.57 5D 1M King Cement Masons Journey Level $50.13 7A 1M King Divers Et Tenders Diver $100.28 5D 1M 8A King Divers Et Tenders Diver On Standby $56.68 5D 1M King Divers Et Tenders Diver Tender $52.23 5D 1M King Divers Et Tenders Surface Rcv Et Rov Operator $52.23 5D 1M King Divers Et Tenders Surface Rcv Et Rov Operator $48.67 5A 1 B Tender King King Dredge Workers Assistant Engineer $49.57 5D 1T 8L King Dredge Workers JAssistant Mate(deckhand) $49.06 5D 1T 8L https:H fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 12/20/2012 Page 2 of 18 King Dredge Workers Engineer Welder $49.62 5D 1T 8L King Dredge Workers Leverman, Hydraulic $51.19 5D 1T 8L King Dredge Workers Maintenance $49.06 5D 1T 8L King Dredge Workers Mates And Boatmen $49.57 5D 1T 8L King Dredge Workers Oiler $49.19 5D 1T 8L King Drywall Applicator Journey Level $49.74 5D 1 H King Drywall Tapers Journey Level $49.79 5P 1 E King Electrical Fixture Maintenance Journey Level $25.08 5L 1 E Workers King Electricians - Inside Cable Splicer $62.74 7C 2W . King Electricians - Inside Cable Splicer (tunnel) $67.45 ' 7C 2W King Electricians - Inside Certified Welder $60.61 7C 2W King Electricians - Inside Certified Welder (tunnel) $65.10 7C 2W King Electricians - Inside Construction Stock Person $33.691 7C 2W King Electricians - Inside Journey Level $58.47 7C 2W King Electricians - Inside Journey Level (tunnel) $62.74 7C 2W King Electricians - Motor Shop Craftsman $15.37 1 King Electricians - Motor Shop Journey Level $14.69 1 King Electricians - Powerline Cable Splicer $64.95 5A 4A Construction t, King Electricians - Powerline Certified Line Welder $59.37 5A 4A Construction King Electricians - Powerline Groundperson $42.16 5A 4A Construction King Electricians - Powerline Head Groundperson $44.50 5A 4A Construction King Electricians - Powerline Heavy Line Equipment $59.37 5A 4A Construction Operator King Electricians - Powerline Jackhammer Operator $44.50 5A 4A Construction King Electricians - Powerline Journey Level Lineperson $59.37 5A 4A Construction King Electricians - Powerline Line Equipment Operator $49.95 5A 4A Construction _ King Electricians -- Powerline Pole Sprayer $59.37 5A 4A ,Construction King King Electricians - Powerline Powderperson $44.50 5A 4A _ Construction King Electronic Technicians Journey Level $31.00 1 King Elevator Constructors Mechanic $75.24 7D I 4A King Elevator Constructors Mechanic In Charge $82.00 7D 4A King Fabricated Precast Concrete All Classifications - In-Factory $14.15 5B 2K Products Work Only _ King Fence Erectors Fence Erector $15.18 1 King Fla ers Journey Level $34.61 7A 2Y King Glaziers Journey Level $52.76 7L 1Y King Heat It Frost Insulators And Journeyman $56.93 5J 15 ,, https:H fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 12/20/2012 Page 4 of 18 ' Over) King Laborers Choker Setter $40.83 7A 2Y King Laborers Chuck Tender $40.83 7A 2Y King Laborers Clary Power Spreader $41.59 7A 2Y King Laborers Clean-up Laborer $40.83 7A 2Y King Laborers Concrete Dumper/chute $41.59 7A 2Y Operator King Laborers Concrete Form Stripper $40.83 7A 2Y King Laborers Concrete Placement Crew $41.59 7A 2Y King Laborers Concrete Saw Operator/core $41.59 7A 2Y Driller King ILaborers Crusher Feeder $34.61 7A 2Y King Laborers Curing Laborer $40.83 7A 2Y King Laborers Demolition: Wrecking Et Moving $40.83 7A 2Y (incl. Charred Material) King Laborers Ditch Digger $40.83 7A I 2Y King Laborers Diver $42.11 7A 2Y King Laborers Drill Operator $41.59 7A 2Y (hydraulic,diamond) King Laborers Dry Stack Walls $40.83 7A 2Y King Laborers Dump Person $40.83 7A 2Y King Laborers Epoxy Technician $40.83 7A 2Y King Laborers Erosion Control Worker $40.83 7A 2Y King Laborers Faller Et Bucker Chain Saw $41.59 7A 2Y King Laborers Fine Graders $40.83 7A 2Y King Laborers Firewatch $34.61 7A 2Y King Laborers Form Setter $40.83 7A 2Y King Laborers Gabian Basket Builders $40.83 7A 2Y King Laborers General Laborer $40.83 7A 2Y King Laborers Grade Checker Et Transit $42.11 7A 2Y Person King Laborers Grinders $40.83 7A 2Y King Laborers Grout Machine Tender $40.83 7A I 2Y King Laborers Groutmen (pressure)including $41.59 7A 2Y Post Tension Beams King Laborers Guardrail Erector $40.83 7A 2Y King Laborers Hazardous Waste Worker (level $42.11 7A 2Y A) King Laborers Hazardous Waste Worker (level $41.59 7A 2Y B) - King Laborers Hazardous Waste Worker (level $40.83 7A 2Y C) King Laborers High Scaler $42.11 7A 2Y King Laborers Jackhammer $41.59 7A 2Y King Laborers Laserbeam Operator $41.59 7A 2Y King Laborers Maintenance Person $40.83 7A 2Y 1 _ https:H fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 12/20/2012 Page 5 of 18 IKing ILaborers Manhole Builder-mudman $41.59 . 7A 2Y King Laborers Material Yard Person $40.83 7A 2Y King Laborers Motorman-dinky Locomotive $41.59 7A 2Y King Laborers Nozzleman (concrete Pump, $41.59 7A 2Y Green Cutter When'Using Combination Of High Pressure Air Et Water On Concrete Et Rock, Sandblast, Gunite, Shotcrete, Water Bla King Laborers Pavement Breaker $41.59 7A 2Y King ILaborers Pilot Car $34.61 7A 2Y King Laborers Pipe Layer Lead $42.11. 7A 2Y King Laborers Pipe Layer/tailor $41.59 7A 2Y King Laborers Pipe Pot Tender $41.591 7A 2Y 1 King Laborers Pipe Reliner $41.59 7A 2Y King Laborers Pipe Wrapper $41.59 7A 2Y King Laborers Pot Tender $40.83 7A 2Y King Laborers Powderman $42.11. 7A 2Y ` King Laborers Powderman's Helper $40.83 7A 2Y King Laborers Power Jacks $41.59 7A 2Y King Laborers Railroad Spike Puller - Power $41.59 7A 2Y King Laborers Raker - Asphalt $42.11 7A 2Y King Laborers Re-timberman $42.11 7A 2Y King Laborers Remote Equipment Operator $41.59 7A 2Y King Laborers Rigger/signal Person $41.59 7A 2Y King Laborers Rip Rap Person $40.83 7A 2Y King Laborers Rivet Buster $41.591 7A 2Y King Laborers Rodder $41.59 7A 2Y King Laborers Scaffold Erector $40.83 7A 2Y King Laborers Scale Person $40.83 7A 2Y King Laborers Sloper (over 20") $41.59 7A 2Y King Laborers Sloper Sprayer $40.83 7A 2Y King Laborers Spreader (concrete) $41.59 7A 2Y King Laborers Stake Hopper $40.83 7A 2Y King Laborers Stock Piler $40.83 7A 2Y King Laborers Tamper Et Similar Electric, Air $41.59 7A 2Y Et Gas Operated Tools King Laborers Tamper (multiple Et Self- $41.59 7A 2Y propelled) King Laborers Timber Person - Sewer (lagger, $41.59 7A 2Y Shorer Et Cribber) King Laborers Toolroom Person (at Jobsite) $40.83 7A 2Y King Laborers Topper $40.83 7A 2Y King Laborers Track Laborer $40.83 7A 2Y King Laborers Track Liner (power) $41.59 7A 2Y King ILaborers ITraffic Control Laborer $37.01 7A 2Y 8R https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 12/20/2012 Page 6 of 18 King Laborers Traffic Control Supervisor $37.01 7A 2Y 8R King Laborers Truck Spotter $40.83 7A 2Y King Laborers Tugger Operator $41.59 7A 2Y King Laborers Tunnel Work-Compressed Air $55.89 7A 2Y >� Worker 0-30 psi King Laborers Tunnel Work-Compressed Air $60.92 7A 2Y >� Worker 30.01-44.00 psi King Laborers Tunnel Work-Compressed Air $64.60 7A 2Y 8� Worker 44.01-54.00 psi King Laborers Tunnel Work-Compressed Air $70.30 7A 2Y ?_9 Worker 54.01-60.00 psi King Laborers Tunnel Work-Compressed Air $72.42 7A 2Y 8� Worker 60.01-64.00 psi King Laborers Tunnel Work-Compressed Air $77.52 7A 2Y 88Q Worker 64.01-68.00 psi King Laborers Tunnel Work-Compressed Air $79.42 7A 2Y 8� Worker 68.01-70.00 psi King Laborers Tunnel Work-Compressed Air $81.42 7A 1H 8� Worker 70.01-72.00 psi King Laborers Tunnel Work-Compressed Air $83.42 7A 1H 8Q Worker 72.01-74.00 psi King Laborers Tunnel Work-Guage and Lock $42.21 7A 2Y E2�I Tender King Laborers Tunnel Work-Miner $42.21 7A 2Y 8_C King Laborers Vibrator $41.59 7A 2Y King Laborers Vinyl Seamer $40.83 7A 2Y King Laborers Watchman $31.46 7A 2Y King Laborers Welder $41.59 7A 2Y King Laborers Well Point Laborer $41.59 7A 2Y King Laborers Window Washer/cleaner $31.46 7A 2Y King Laborers - Underground Sewer General Laborer Et Topman $40.83 7A 2Y Et Water King Laborers - Underground Sewer Pipe Layer $41.59 7A 2Y Et Water King Landscape Construction Irrigation Or Lawn Sprinkler $13.56 1 Installers King Landscape Construction Landscape Equipment $28.17 1 Operators Or Truck Drivers King Landscape Construction Landscaping or Planting $17.87 1 Laborers King Lathers Journey Level $49.74 5D 1H King Marble Setters Journey Level $49.07 5A 1M King Metal Fabrication (In Shops Fitter $15.86 1 King Metal Fabrication (In Shop) Laborer $9.78 1 King Metal Fabrication (In Shops Machine Operator $13.04 1 King Metal Fabrication (In Shop) Painter $11.10 1 King Metal Fabrication (In Shop, Welder $15.48 1 King Millwright Journey Level $50.671 5D I 1M https:H fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 12/20/2012 Page 7 of 18 King IModular Buildings Cabinet Assembly $11.561 1 King Modular Buildings Electrician $11.561 1 King Modular Buildings Equipment Maintenance $11.56 1 King Modular Buildings. Plumber $11.56 1 King Modular Buildings Production Worker $9.40 1 King Modular Buildings Tool Maintenance $11.56 1 King Modular Buildings Utility Person $11.56 1 King Modular Buildings Welder $11.56 1 King Painters Journey Level $37.51 6Z 2B King Pile Driver Journey Level $49.82 5D 1M King Plasterers Journey Level $48.23 7Q 1 R King Playground Ft Park Equipment Journey Level $9.04 1 Installers King IPIU mbers 8 Pipefitters Journey Level $70.84 6Z 1G King Power Equipment Operators Asphalt Plant Operators $51.89 7A 3C 8P King Power Equipment Operators Assistant Engineer $48.62 7A 3C 8P King Power Equipment Operators Barrier Machine (zipper) $51.40 7A 3C 8P King Power Equipment Operators Batch Plant Operator, $51.40 7A 3C 8P Concrete King Power Equipment Operators Bobcat $48.62 7A 3C 8P King Power Equipment Operators Brokk - Remote Demolition $48.62 7A 3C 8P Equipment King Power Equipment Operators Brooms $48.62 7A 3C 8P King Power Equipment Operators Bump Cutter $51.40 7A 3C 8P King Power Equipment Operators Cableways $51.89 7A 3C 8P King Power Eouipment Operators Chipper $51.40 7A 3C 8P King Power Equipment Operators Compressor $48.621 7A 3C 8P King Power Equipment Operators Concrete Pump: Truck Mount $51.89 7A 3C 8P With Boom Attachment Over 42 M King Power Equipment Operators Concrete Finish Machine -laser $48.62 7A 3C 8P Screed King Power Equipment Operators Concrete Pump - Mounted Or $50.98 7A 3C 8P Trailer High Pressure Line Pump, Pump High Pressure. King Power Equipment Operators Concrete Pump: Truck Mount $51.40 7A 3C 8P With Boom Attachment Up To 42m King Power Equipment Operators Conveyors $50.98 7A 3C 8P King Power Equipment Operators Cranes: 20 Tons Through 44 $51.40 7A 3C 8P Tons With Attachments King Power Equipment Operators Cranes: 20 Tons Through 44 $51.40 7A 3C 8P Tons With Attachments Overhead, Bridge Type Crane: 20 Tons Through 44 Tons King Power Equipment Operators Cranes: 100 Tons Through 199 $52.44 7A 3C 8P Tons, Or 150'Of Boom (including Jib With https:H fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 12/20/2012 Page 8 of 18 King Power Equipment Operators Cranes: 100 Tons Through 199 $52.44 7A 3C 8P Tons, or 150'of boom (including jib with attachments); Overhead, bridge type, 100 tons and over; Tower crane up to 175'in height, base to boom. King Power Equipment Operators Cranes: 200 Tons To 300 Tons, $53.01 7A 3C 8P Or 250' Of Boom (including Jib With Attachments) King Power Equipment Operators Cranes: 45 Tons Through 99 $51.89 7A 3C 8P Tons, Under 150' Of Boom (including Jib With Attachments) King Power Equipment Operators Cranes: A-frame - 10 Tons And $48.62 7A 3C 8P .� Under King Power Equipment Operators Cranes: Friction 100 Tons $53.01 7A 3C 8P Through 199 Tons King Power Equipment Operators Cranes: Friction Over 200 Tons $53.57 7A 3C 8P King Power Equipment Operators Cranes: Over 300 Tons Or 300' $53.57 7A 3C 8P Of Boom (including Jib With Attachments) King Power Equipment Operators Cranes: Through 19 Tons With $50.98 7A 3C 8P Attachments A-frame Over 10 Tons King Power Equipment Operators Crusher $51.40 7A 3C 8P King Power Equipment Operators Deck Engineer/deck Winches $51.40 7A 3C 8P (power) King Power Equipment Operators Derricks, On Building Work $51.89 7A 3C 8P King Power Equipment Operators Dozer Quad 9, HD 41, D10 and $51.89 7A 3C 8P Over King Power Equipment Operators Dozers D-9 Et Under $50.98 7A 3C 8P j King Power Equipment Operators Drill Oilers: Auger Type, Truck $50.98 7A 3C 8P Or Crane Mount King Power Equipment Operators Drilling Machine $51.40 7A I 3C 8P King Power Equipment Operators Elevator And Man-lift: $48.62 7A 3C 8P Permanent And Shaft Type King Power Equipment Operators Finishing Machine, Bidwell And $51.40 7A 3C 8P Gamaco Et Similar Equipment King Power Equipment Operators Forklift: 3000 Lbs And Over $50.98 7A 3C 8P With Attachments King Power Eauipment Operators Forklifts: Under 3000 Lbs. With $48.62 7A 3C 8P Attachments King Power Equipment Operators Grade Engineer: Using Blue $51.40 7A 3C 8P Prints, Cut Sheets, Etc King Power Equipment Operators Gradechecker/stakeman $48.62 7A 3C 8P King Power Equipment Operators Guardrail Punch $51.40 7A 3C 8P King Power Equipment Operators Guardrail Punch/Auger $51.40 7A 3C 8P King Power Equipment Operators Hard Tail End Dump $51.89 7A 3C 8P Articulating Off- Road 1 https:H fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 12/20/2012 Page 9 of 18 . ' Equipment 45 Yards. 8t Over King Power Equipment Operators Hard Tail End Dump $51.40 7A 3C 8P Articulating Off-road Equipment Under 45 Yards King Power Equipment Operators Horizontal/directional Drill $50.98 7A 3C 8P Locator King Power Equipment Operators Horizontal/directional Drill $51.40 7A 3C 8P Operator King Power Equipment Operators Hydralifts/boom Trucks Over $50.98 7A 3C 8P 10 Tons King Power Equipment Operators Hydralifts/boom Trucks, 10 $48.62 7A 3C 8P Tons And Under King Power Equipment Operators Loader, Overhead 8 Yards. Et $52.44 7A 3C 8P Over King Power Equipment Operators Loader, Overhead, 6 Yards. But $51.89 7A 3C 8P Not Including 8 Yards King Power Equipment Operators Loaders, Overhead Under 6 $51.40 7A 3C H8P Yards King Power Equipment Operators Loaders, Plant Feed $51.40 7A 3C King Power Equipment Operators Loaders: Elevating Type Belt $50.98 7A 3C King Power Eouipment Operators Locomotives, All $51.40 7A 3C 8P King Power Equipment Operators Material Transfer Device $51.40 7A 3C 8P King Power Equipment Operators Mechanics, All (leadmen - $52.44 7A 3C 8P $0.50 Per Hour Over Mechanic) King Power Equipment Operators Mixers: Asphalt Plant $51.40 7A 3C 8P King Power Equir)ment Operators Motor Patrol Grader- Non- $50.98 7A 3C 8P finishing King Power Equipment Operators Motor Patrol Graders, Finishing $51.89 7A 3C 8P King Power Equipment Operators Mucking Machine, Mole, Tunnel $51.89 7A 3C 8P Drill, Boring, Road Header And/or Shield King Power Equipment Operators Oil Distributors, Blower $48.62 7A 3C 8P Distribution Et Mulch Seeding Operator King Power Equipment Operators Outside Hoists (elevators And $50.98 7A 3C 8P Manlifts), Air Tuggers,strato King Power Equipment Operators Overhead, Bridge Type Crane: $51.40 7A 3C 8P 20 Tons Through 44 Tons King Power Equipment Operators Overhead, Bridge Type: 100 $52.44 7A 3C 8P Tons And Over King Power Equipment Operators Overhead, Bridge Type: 45 $51.89 7A 3C 8P Tons Through 99 Tons . King Power Eauipment Operators Pavement Breaker $48.62 7A 3C 8P King Power Equipment Operators Pile Driver (other Than Crane $51.40 7A 3C 8P Mount) King Power Equipment Operators Plant Oiler - Asphalt, Crusher $50.98 7A 3C 8P King Power Equipment Operators Posthole Digger, Mechanical $48.62 7A 3C 8P King Power Equipment Operators Power Plant $48.62 7A 3C 8P 1 King Power Equipment Operators Pumps - Water $48.62 7A 3C 8P ' https:H fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 12/20/2012 Page 10 of 18 ' King Power Equipment Operators Quad 9, Hd 41, D10 And Over $51.891 7A 3C 8P King Power Equipment Operators Quick Tower- No Cab, Under $48.62 7A 3C 8P 100 Feet In Height Based To ' Boom King Power Equipment Operators Remote Control Operator On $51.89 7A 3C 8P Rubber Tired Earth Moving ' Equipment King Power Equipment Operators Rigger And Bellman $48.62 7A 3C 8P King Power Equipment Operators Rollagon $51.89 7A 3C 8P King Power Equipment Operators Roller, Other Than Plant Mix $48.62 7A 3C 8P King Power Equipment Operators Roller, Plant Mix Or Multi-lift $50.98 7A 3C 8P Materials King Power Equipment Operators Roto-mill, Roto-grinder $51.40 7A 3C 8P King Power Equipment Operators Saws - Concrete $50.98 7A 3C 8P King Power Eouipment Operators Scraper, Self Propelled Under $51.40 7A 3C 8P 45 Yards King Power Eouipment Operators Scrapers - Concrete Et Carry All $50.98 7A 3C 8P King Power Equipment Operators Scrapers, Self-propelled: 45 $51.89 7A 3C 8P Yards And Over King Power Equipment Operators Service Engineers - Equipment $50.98 7A 3C 8P King Power Equipment Operators Shotcrete/gunite Equipment $48.62 7A 3C 8P iKing Power Equipment Operators Shovel , Excavator, Backhoe, $50.98 7A 3C 8P Tractors Under 15 Metric Tons. King Power Equipment Operators Shovel, Excavator, Backhoe: $51.89 7A 3C 8P Over 30 Metric Tons To 50 . Metric Tons King Power Equipment Operators Shovel, Excavator, Backhoes, $51.40 7A 3C 8P Tractors: 15 To 30 Metric Tons King Power Equipment Operators Shovel, Excavator, Backhoes: $52.44 7A 3C 8P Over 50 Metric Tons To 90 ' Metric Tons King Power Equipment Operators Shovel, Excavator, Backhoes: $53.01 7A 3C 8P Over 90 Metric Tons ' King Power Equipment Operators Slipform Pavers $51.89 7A 3C 8P King Power Equipment Operators Spreader, Topsider Et $51.89 7A 3C 8P Screedman King Power Equipment Operators Subgrader Trimmer $51.40 7A 3C 8P ' Kin Power Equipment 0 Operator Tower Bucket Elevators 50.98 7A 3C 8P King P $ _ _ _ King Power Equipment Operators Tower Crane Over 175'in $53.01 7A 3C 8P Height, Base To Boom King Power Equipment Operators Tower Crane Up To 175' In $52.44 7A 3C 8P Height Base To Boom King Power Equipment Operators Transporters, All Track Or $51.89 7A 3C 8P Truck Type King Power Equipment Operators Trenching Machines $50.98 7A 3C 8P ' King Power Equipment Operators Truck Crane Oiler/driver - 100 $51.40 7A 3C 8P Tons And Over King Power Equipment Operators Truck Crane Oiler/driver Under $50.98 7A 3C 8P 100 Tons https:H fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 12/20/2012 Page l 1 of 18 ' King IPower Equipment Operators Truck Mount Portable Conveyor $51.40 7A I 3C 8P King Power Equipment Operators Welder $51.89 7A 3C 8P King Power Equipment Operators Wheel Tractors, Farmall Type $48.62 7A 3C 8P King Power Equipment Operators Yo Yo Pay Dozer $51.40 7A 3C 8P King Power Eouipment Operators- Asphalt Plant Operators $51.89 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Assistant Engineer $48.62 7A 3C 8P Underground Sewer Et Water ' King Power Equipment Operators- Barrier Machine (zipper) $51.40 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Batch Plant Operator, $51.40 7A 3C 8P Underground Sewer Et Water Concrete King Power Equipment Operators- Bobcat $48.62 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Brokk - Remote Demolition $48.62 7A 3C 8P Underground Sewer Et Water Equipment King Power Equipment Operators- Brooms $48.62 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Bump Cutter $51.40 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Cableways $51.89 7A 3C 8P ' Underground Sewer Et Water King Power Equipment Operators- Chipper $51.40 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Compressor $48.62 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Concrete Pump: Truck Mount $51.89 7A 3C 8P ' Underground Sewer Et Water With Boom Attachment Over 42 M King Power Equipment Operators- Concrete Finish Machine -laser $48.62 7A 3C 8P Underground Sewer Et Water Screed iKing Power Equipment Operators- Concrete Pump -Mounted Or $50.98 7A 3C 8P Underground Sewer Et Water Trailer High Pressure Line Pump, Pump High Pressure. King Power Equipment Operators- Concrete Pump: Truck Mount $51.40 7A 3C 8P Underground Sewer Et Water With Boom Attachment Up To 42m King Power Equipment Operators- Conveyors $50.98 7A 3C 8P ' Underground Sewer Et Water King Power Equipment Operators- Cranes: 20 Tons Through 44 $51.40 7A 3C 8P Underground Sewer Et Water Tons With Attachments King Power Equipment Operators- Cranes: 20 Tons Through 44 $51.40 7A 3C 8P Underground Sewer Et Water Tons With Attachments ' Overhead, Bridge Type Crane: 20 Tons Through 44 Tons King Power Equipment Operators- Cranes: 100 Tons Through 199 $52.44 7A 3C 8P Underground Sewer Et Water Tons, Or 150'Of Boom ' (including Jib With King Power Equipment Operators- Cranes: 200 Tons To 300 Tons, $53.01 7A 3C 8P Underground Sewer Et Water Or 250' Of Boom (including Jib https:H fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 12/20/2012 Page 12 of 18 With Attachments) King Power Equipment Operators- Cranes: 45 Tons Through 99 $51.89 7A 3C 8P ' Underground Sewer Et Water Tons, Under 150'01 Boom (including Jib With Attachments) King Power Equipment Operators- Cranes: A-frame - 10 Tons And $48.62 7A 3C 8P Underground Sewer Et Water Under King Power Equipment Operators- Cranes: Friction 100 Tons $53.01 7A 3C 8P Underground Sewer Et Water Through 199 Tons ' King Power Equipment Operators- Cranes: Friction Over 200 Tons $53.57 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Cranes: Over 300 Tons Or 300' $53.57 7A 3C 8P Underground Sewer Et Water Of Boom (including Jib With Attachments) King Power Equipment Operators- Cranes: Through 19 Tons With $50.98 7A 3C 8P Underground Sewer Et Water Attachments A-frame Over 10 Tons King Power Equipment Operators- Crusher $51.40 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Deck Engineer/deck Winches $51.40 7A 3C 8P Underground Sewer Et Water (power) King Power Equipment Operators- Derricks, On Building Work $51.89 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Dozer Quad 9, HD 41, D10 and $51.89 7A 3C 8P Underground Sewer Et Water Over King Power Equipment Operators- Dozers D-9 rt Under $50.98 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Drill Oilers: Auger Type, Truck $50.98 7A 3C 8P Underground Sewer Et Water Or Crane Mount King Power Equipment Operators- Drilling Machine $51.40 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Elevator And Man-lift: $48.62 7A 3C 8P Underground Sewer Et Water Permanent And Shaft Type King Power Equipment Operators- Finishing Machine, Bidwell And $51.40 7A 3C 8P Underground Sewer Et Water Gamaco Et Similar Equipment King Power Equipment Operators- Forklift: 3000 Lbs And Over $50.98 7A 3C 8P Underground Sewer Et Water With Attachments ' King Power Equipment Operators- Forklifts: Under 3000 Lbs. With $48.62 7A 3C 8P Underground Sewer $Water Attachments King Power Equipment Operators- Grade Engineer: Using Blue $51.40 7A 3C 8P Underground Sewer Et Water Prints, Cut Sheets, Etc ' King Power Equipment Operators- Gradechecker/stakeman $48.62 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Guardrail Punch $51.40 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Guardrail Punch/Auger $51.40 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Hard Tail End Dump $51.89 7A 3C 8P Underground Sewer Et Water Articulating Off- Road Equipment 45 Yards. Et Over https:H fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 12/20/2012 Page 13 of 18 ' King Power Equipment Operators- Hard Tail End Dump $51.40 7A 3C 8P Underground Sewer Et Water Articulating Off-road Equipment Under 45 Yards King Power Equipment Operators- Horizontal/directional Drill $50.98 7A 3C 8P Underground Sewer Et Water Locator King Power Equipment Operators- Horizontal/directional Drill $51.40 7A 3C 8P I Underground Sewer Et Water Operator King Power Equipment Operators- Hydralifts/boom Trucks Over $50.98 7A 3C 8P Underground Sewer Et Water 10 Tons King Power Equipment Operators- Hydralifts/boom Trucks, 10 $48.62 7A 3C 8P Underground Sewer $Water Tons And Under King Power Equipment Operators- Loader, Overhead 8 Yards. Et $52.44 7A 3C 8P Underground Sewer Et Water Over King Power Equipment Operators- Loader, Overhead, 6 Yards. But $51.89 7A 3C 8P Underground Sewer Et Water Not Including 8 Yards King Power Equipment Operators- Loaders, Overhead Under 6 $51.40 7A 3C 8P Underground Sewer Et Water Yards King Power Equipment Operators- Loaders, Plant Feed $51.40 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Loaders: Elevating Type Belt $50.98 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Locomotives, All $51.40 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Material Transfer Device $51.40 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Mechanics, All (leadmen - $52.44 7A 3C 8P Underground Sewer Et Water $0.50 Per Hour Over Mechanic) King Power Equipment Operators- Mixers: Asphalt Plant $51.40 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Motor Patrol Grader- Non- $50.98 7A 3C 8P Underground Sewer Et Water finishing King Power Equipment Operators- Motor Patrol Graders, Finishing $51.89 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Mucking Machine, Mole, Tunnel $51.89 7A 3C 8P Underground Sewer Et Water Drill, Boring, Road Header And/or Shield King Power Equipment Operators- Oil Distributors, Blower $48.62 7A 3C 8P Underground Sewer Et Water Distribution Et Mulch Seeding Operator King Power Equipment Operators- Outside Hoists (elevators And $50.98 7A 3C 8P Underground Sewer Et Water Manlifts), Air Tuggers,strato tKing Power Equipment Operators- Overhead, Bridge Type Crane: $51.40 7A 3C 8P Underground Sewer Et Water 20 Tons Through 44 Tons King Power Equipment Operators- Overhead, Bridge Type: 100 $52.44 7A 3C 8P Underground Sewer Et Water Tons And Over King Power Equipment Operators- Overhead, Bridge Type: 45 $51.89 7A 3C 8P Underground Sewer Et Water Tons Through 99 Tons ' King Power Equipment Operators- Pavement Breaker $48.62 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Pile Driver (other Than Crane $51.40 7A 3C 8P https:H fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 12/20/2012 Page 14 of 18 Underground Sewer Et Water Mount) King Power Equipment Operators- Plant Oiler - Asphalt, Crusher $50.98 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Posthole Digger, Mechanical $48.62 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Power Plant $48.62 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Pumps - Water $48.62 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Quad 9, Hd 41, D10 And Over $51.89 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Quick Tower - No Cab, Under $48.62 7A 3C 8P Underground Sewer Et Water 100 Feet In Height Based To Boom King Power Equipment Operators- Remote Control Operator On $51.89 7A 3C 8P Underground Sewer Et Water Rubber Tired Earth Moving Equipment King Power Equipment Operators- Rigger And Bellman $48.62 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Rollagon $51.89 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Roller, Other Than Plant Mix $48.62 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Roller, Plant Mix Or Multi-lift $50.98 7A 3C 8P Underground Sewer bt Water Materials King Power Equipment Operators- Roto-mill, Roto-grinder $51.40 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Saws - Concrete $50.98 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Scraper, Self Propelled Under $51.40 7A 3C 8P Underground Sewer Et Water 45 Yards King Power Equipment Operators- Scrapers - Concrete Et Carry All $50.98 . 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Scrapers, Self-propelled: 45 $51.89 7A 3C 813 Underground Sewer Et Water Yards And Over King Power Equipment Operators- Service Engineers - Equipment $50.98 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Shotcrete/gunite Equipment $48.62 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Shovel , Excavator, Backhoe, $50.98 7A 3C 8P Underground Sewer Et Water Tractors Under 15 Metric Tons. King Power Equipment Operators- Shovel, Excavator, Backhoe: $51.89 7A 3C 8P Underground Sewer Et Water Over 30 Metric Tons To 50 Metric Tons King Power Equipment Operators- Shovel, Excavator, Backhoes, $51.40 7A 3C 8P Underground Sewer Et Water Tractors: 15 To 30 Metric Tons King Power Eouipment Operators- Shovel, Excavator, Backhoes: $52.44 7A 3C 8P Underground Sewer Et Water Over 50 Metric Tons To 90 Metric Tons King Power Equipment Operators- Shovel, Excavator, Backhoes: $53.01 7A 3C 8P htt s:Hfortress.wa. ov/lni/wa elooku / rvWa elooku .as x 12/20/2012 P g g PP g P P Page 15 of 18 Underground Sewer Et Water Over 90 Metric Tons King Power Equipment Operators- Slipform Pavers $51.89 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Spreader, Topsider Et $51.89 7A 3C 8P Underground Sewer Et Water Screedman King Power Equipment Operators- Subgrader Trimmer $51.40 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Tower Bucket Elevators $50.98 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Tower Crane Over 175'in $53.01 7A 3C 8P Underground Sewer Et Water Height, Base To Boom King Power Equipment Operators- Tower Crane Up To 175' In $52.44 7A 3C 8P Underground Sewer Et Water Height Base To Boom King Power Equipment Operators- Transporters, All Track Or $51.89 7A 3C 8P Underground Sewer Et Water Truck Type King Power Equipment Operators- Trenching Machines $50.98 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Truck Crane Oiler/driver - 100 $51.40 7A 3C 8P Underground Sewer Et Water Tons And Over King Power Equipment Operators- Truck Crane Oiler/driver Under $50.98 7A 3C 8P Underground Sewer Et Water 100 Tons King Power Equipment Operators- Truck Mount Portable Conveyor $51.40 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Welder $51.89 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Wheel Tractors, Farmall Type $48.62 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Yo Yo Pay Dozer $51.40 7A 3C 8P Underground Sewer Et Water King Power Line Clearance Tree Journey Level In Charge $42.91 5A 4A Trimmers King Power Line Clearance Tree Spray Person $40.73 5A 4A Trimmers King Power Line Clearance Tree Tree Equipment Operator $41.29 5A 4A Trimmers King Power Line Clearance Tree Tree Trimmer $38.38 5A 4A Trimmers King Power Line Clearance Tree Tree Trimmer Groundperson $28.95 5A 4A Trimmers King Refrigeration Et Air Journey Level $69.96 6Z 1G Conditioning Mechanics King Residential Brick Mason Journey Level $49.07 5A 1M King Residential Carpenters Journey Level $28.20 1 King Residential Cement Masons Journey Level $22.64 1 King Residential Drywall Applicators Journey Level $38.08 5D 1M ' King Residential Drywall Tapers Journey Level $49.79 5P 1E King Residential Electricians JOURNEY LEVEL $30.44 1 King Residential Glaziers Journey Level $34.60 7L 1H King Residential Insulation Journey Level $26.28 1 I https:H fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 12/20/2012 Page 16 of 18 Applicators King Residential Laborers Journey Level $23.03 1 King Residential Marble Setters Journey Level $24.09 1 King Residential Painters Journey Level $24.46 1 King Residential Plumbers Et Journey Level $34.69 1 Pipefitters King Residential Refrigeration Et Air Journey Level $69.96 6Z 1G Conditioning Mechanics King Residential Sheet Metal Journey Level (Field or Shop) $41.30 7F 111 ' Workers King Residential Soft Floor Lavers Journey Level $41.78 5A 3D King Residential Sprinkler Fitters Journey Level $41.31 5C 211 (Fire Protection) King Residential Stone Masons Journey Level $49.07 5A 1M King Residential Terrazzo Workers Journey Level $45.43 5A 1M King Residential Terrazzo/Tile Journey Level $21.46 1 Finishers King Residential Tile Setters Journey Level $25.17 1 King Roofers Journey Level $43.90 5A 1 R King Roofers Using Irritable Bituminous $46.90 5A 111 Materials King Sheet Metal Workers Journey Level (Field or Shop) $68.52 7F 1 E King Shipbuilding Et Ship Repair Boilermaker $35.83 7M 1H King Shipbuilding Et Ship Repair Carpenter $38.24 70 3B King Shpbuilding Et Ship Repair Electrician $37.851 70 3B King Shipbuilding Et Ship Repair Heat Et Frost Insulator $56.93 5.1 1S King Shipbuilding Et Ship Repair Laborer $36.81 70 313 King Shipbuitding Et Ship Repair Machinist $37.81 70 36 King Shipbuilding Et Ship Repair Operator $40.20 70 3B King Shipbuilding Et Ship Repair Painter $37.81 70 3B King Shipbuilding Et Ship Repair Pipefitter $37.79 70 3B King Shipbuilding Et Ship Repair Rigger $37.781 70 3B King Shipbuilding Et Ship Repair Sandblaster $36.81 70 3B King Shipbuilding Et Ship Repair Sheet Metal $37.77 70 3B King Shipbuilding Et Ship Repair Shipfitter $37.78 70 313 King Shipbuilding Et Ship Repair Trucker $37.63 70 3B King Shipbuilding Et Ship Repair Warehouse $37.68 70 313 King Shipbuildine Et Ship Repair Welder/Burner $37.78 70 3B King Sign Makers Et Installers Sign Installer $22.92 1 (Electrical) King Sign Makers Et Installers Sign Maker $21.36 1 (Electrical) King Sign Makers Et Installers (Non- Sign Installer $27.28 1 Electrical King Sign Makers Et Installers (Non- Sign Maker $33.25 1 Electrical S https:H fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 12/20/2012 Page 17 of 18 King Soft Floor Layers Journey Level $41.78 5A 3D King Solar Controls For Windows Journey Level $12.44 1 King Sprinkler Fitters (Fire Journey Level $69.44 5C 1X Protection) King Stage Rinina Mechanics (Non Journey Level $13.23 1 Structural King Stone Masons Journey Level $49.07 5A 1M King Street And Parking Lot Journey Level $19.09 1 Sweeper Workers King Surveyors Assistant Construction Site $50.98 7A 3C 8P Surveyor King Surveyors Chainman $50.46 7A 3C 8P tKing Surveyors Construction Site Surveyor $51.89 7A 3C 8P King Telecommunication Journey Level $22.76 1 Technicians King Telephone Line Construction - Cable Splicer $35.09 5A 2B Outside King Telephone Line Construction - Hole Digger/Ground Person $19.22 5A 2B Outside King Telephone Line Construction - Installer (Repairer) $33.63 5A 2B Outside King Telephone Line Construction Special Aparatus Installer 1 $35.09 5A 2B Outside King Telephone Line Construction Special Apparatus Installer II $34.37 5A 2B Outside King Telephone Line Construction - Telephone Equipment Operator $35.09 5A 2B Outside (Heavy) King Telephone Line Construction Telephone Equipment Operator $32.62 5A 2B Outside (Light) King Telephone Line Construction Telephone Lineperson $32.62 5A 2B Outside King Tetephone Line Construction - Television Groundperson $18.65 5A 213 Outside King Telephone Line Construction - Television Lineperson/Installer $24.66 5A 2B Outside King Telephone Line Construction - Television System Technician $29.42 5A 2B Outside King Telephone Line Construction - Television Technician $26.43 5A 213 Outside King Telephone Line Construction - Tree Trimmer $32.95 5A 2B Outside King Terrazzo Workers Journey Level $45.43 5A 1M King Tile Setters Journey Level $21.65 1 King Tile, Marble ft Terrazzo Finisher $37.76 5A 1B Finishers King Traffic Control Stripers Journey Level $41.27 7A 1K King Truck Drivers Asphalt Mix Over 16 Yards (W. $47.91 5D 3A 8L WA-Joint Council 28) King Truck Drivers Asphalt Mix To 16 Yards (W. $47.07 5D 3A 8L https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 12/20/2012 Page 18 of 18 WA-Joint Council 28) King Truck Drivers Dump Truck Et Trailer $47.91 5D 3A 8L i King Truck Drivers Dump Truck (W. WA-Joint $47.07 5D 3A 8L Council 28) King Truck Drivers Other Trucks (W. WA-Joint $47.91 5D 3A 8L Council 28) King Truck Drivers Transit Mixer $23.45 1 King Well Drillers Et Irrigation Pump Irrigation Pump Installer $17.71 1 Installers iKing Well Drillers Et Irrigation Pump Oiler $12.97 1 Installers King Well Drillers Et Irrigation Pump Well Driller $18.00 1 Installers i i i L t Ili i j i f https:H fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 12/20/2012 Department of Labor and Industries STATEMENT OF INTENT TO Prevailing Wagey Sc.rP (360)902-5335 2 PAY PREVAILING WAGES www.Ini.wa.gov//TradesLicensing/PrevailingWage Public Works Contract $25.00 Filing Fee Required • This form must be typed or printed in ink. Project Name Contract# • Large,bold numbers match instructions on back of form. • Please allow a minimum of 10 working days for processing. Contract Awarding Agency(public agency-not federal or private) • Once approved your form will be posted online at the above website. 'APPR0EDfORM WILL BE MAILED TO THIS,ADDRESS Address Contractor,company or agency name,address,city,state&ZIP+4 City State ZIP+4 ' Awarding Agency Project Contact Person Phone# County where work was performed City where work was performed Bid due date (mm/dd/yy) Date contract awarded (mm/dd/yy) 8 Will all work be subcontracted? Do you intend to use subcontractors? ❑ Yes ❑ No ❑ Yes ❑ No Prime contractor(has contract with the public agency) Contractor Registration# Expected job start date(mm/dd/yy) Do you intend to use apprentices? ❑ Yes ❑ No Craft/trade/occupation(Do NOT list apprentices) Estimated no. Rate of Rate of hourly fringe Indicate number of owners expected to perform work. of workers hourly pay benefits Company name Indicate total dollar amount of your contract $ or time and materials if applicable. Address I hereby certify that the above information is correct and that all workers I employ on this Public Works Project will be paid no less City State ZIP+4 than the Prevailing Wage Rate(s) as determined by the Industrial Statistician of the Department of Labor and Industries Contractor Registration No. UBI Title Signature Industrial Insurance Account Number Email address Phone number For L&I Use Only Check Number: ❑,$25 or $ For L&I Use Only Issued By: APPROVED: Department of Labor and Industries By Industrial Statistician F700-029-000 statement of intent to pay P revailin wages 12-04 After APPROVAL,send white copy to Awarding Agency. Canary copy—L&I How to expedite the processing of your form: REQUIRED FOR PROCESSING ERRORS THAT CAUSE REJECTION i Filing Fee No fee or wrong amount. $25.00 filing fee required. Bid Due Date and Date Contract Awarded Missing. Award date is before bid due date. Prevailing Wage is based on the date bids from prime contractor were due to the contract awarding agency. Craft/trade/occupation Craft not listed, not specific, or does not match prevailing wage occupation listings. Owner/Operators: If the work will be performed by owners/partners, state"Owner/Operator" under the"Craft"section, and the wage and fringe need not be completed. Do list the number of owners on the job. (Individuals who own less than 30% of the company are not considered to be owner/operators and must be paid prevailing wage.) All work subcontracted: If all work will be performed by subcontractors, check the appropriate box on the form. Rate of Hourly Pay Missing or incorrect wages. Enter the rate of hourly pay and rate of qualified hourly fringe benefits, as defined by RCW 39.12.010, that you will actually provide to the workers. The amount listed for"Rate of Hourly Pay" plus the amount listed for the"Rate of Hourly Fringe Benefits", if any, must equal or exceed the Prevailing Wage rate. Estimated number of workers Missing Total Dollar Amount of Your Contract Missing—Enter"time and materials" if applicable. The exact dollar amount will be required on the Affidavit of Wages Paid form. Contractor Registration No. or UBI Missing or not registered. Companies not required to obtain a contractor's registration number need only indicate UBI (i.e.,janitorial, surveying, truck driving). Signature Missing—Intent must be signed by an authorized representative. Apprentices: Do not list apprentices or apprenticeship wages on this Statement of Intent. If you use apprentices on this project, they must be listed on the Affidavit of Wages Paid form (F700-007-000), and registered with the Washington State Apprenticeship and Training Council within 60 days of hire. Any workers not registered as such must be paid prevailing journey level wages. Call (360) 902-5323 to verify registration. Electrical and Plumber trainees registered with the Department of Labor and Industries MUST ALSO be registered with the Washington State Apprenticeship and Training Council to qualify for apprentice rates. If there is not enough space to list all required information on one form, use additional Intent forms as needed. Please indicate at the top of each form"Page 1 of 2","Page 2 of 2",etc. No additional fee is required. No other attachments will be accepted. Approval of this Intent will be based on the information provided by the contractor/subcontractor. It does not signify approval of the classifications of labor used by the contractor/subcontractor. L&I will mail the approved white copy of this Intent to the organization provided on the front of this form. Make a copy for your records. A copy of the approved Intent form for each employer must be posted at the jobsite for contracts in excess of$10,000.00. Prevailing wage rates are available on the Internet at www.Lni.wa.gov/TradesLicensing/PrevailingWage Submit both copies white and canary) and the 25.00 filing f p ( ry) $ gee to. MANAGEMENT SERVICES Please fold in thirds so the address DEPT.OF LABOR AND INDUSTRIES will show in a window envelope PO BOX 44835 OLYMPIA,WASHINGTON 98504-4835 For questions call (360)902-5335 F700-029-000 statement of intent to pay prevailing wages—backer 12-04 i Department of Labor and Industries �a�STArgp� AFFIDAVIT OF WAGES PAID Prevailing Wage Program o b y (360)902-5335 _ Public Works Contract www.Ini.wa.gov/TradesLicensing/PrevWage �y J °yoz $40.00 Filing Fee Required 1889 a • This form must be typed or printed in ink. Affidavit ID #(Assigned by L&I)' • Fill in ALL blanks or the form will be returned for correction(see instructions). •Please allow a minimum of 10 business days for processing. • Once approved,your form will be posted online at: hUps://fortress.wa.gov/lni/i)xviapub/SearchFor.asp ;`Your Company Information Awarding Agency Information Your Company Name Project Name Contract Number Your Company Address Awarding Agency City State Zip+4 Awarding Agency Address Your Contractor Registration Number Your UBI Number City State Zip+4 Your Industrial Insurance Account Number Awarding Agency Contact Name Phone Number Your Email Address(required for notification of approval) Your Phone Number County Where Work Was Performed City Where Work Was Performed. Additional Details Contract Details Your Job Start Date(mm/dd/yyyy) Your Date Work Completed(mm/dd/yyyy) Bid Due Date(Prime Contractor's) Award Date(Prime Contractor's) Job Site Address/Directions Your Approved Intent ID# Indicate Total Dollar Amount of Your Contract (including sales tax). 1$ EHB 2805(RCW 39.04.370)—Is the Prime Contractor's C3 Yes If you answered"Yes"to the EHB 2805 question and the Award Date is 9/1/2010 or contract at a cost of over one million dollars $1,000,000? ❑NO later you must complete and submit the EHB 2805 RCW 39.04.370 Addendum. ARRA-Funds Weatherization or,Energy,Efficient Funds Does this project utilize American Recovery and Reinvestment Act(ARRA)funds? Does this project utilize any weatherization or energy efficiency upgrade funds ❑Yes ❑No (ARRA or otherwise)? ❑Yes ❑No Prime Contractor',s Company Information Hiring Contractor's Company Information Prime Contractor's Company Name Hiring Contractor's Company Name Prime Contractor's Registration Number Prime Contractor's UBI Number Hiring Contractor's Registration Number Hiring Contractor's UBI Number Employment Information Did you use ANY subcontractors? ❑Yes(Addendum B Required) ❑No Did employees perform work on this project? ❑Yes ❑No Was ALL work subcontracted? ❑Yes(Addendum B Required) ❑No Did you use apprentice employees? ❑Yes ❑No Number of Owner/Operators who own at least 30%ofthe company who performed work on this project: ❑None(0) ❑One(1) ❑Two(2) ❑ Three(3) You must list the First and Last Name(s)of any Owner/Operator performing work below List your Crafts/Trades/Occupations Below-For Journey Level Workers you must Number of Total#of Hours Rate of Hourly Rate of Hourly provide all of the information below. Owner/Operators-must provide their First and Last Workers Worked Pay Usual("Fringe") name no other information required. "Apprentices are not recorded below.You must Benefits use Addendum D to list Apprentices. Si nature-Block "' _- I hereby certify that I have read and understand the instructions to complete this form and that the information on the form and any addenda is correct and that all workers I employed on this Public Works Project were paid no less than the Prevailing Wage Rates as determined by the Industrial Statistician of the Department of Labor and Industries. Print Name. Print Title: Signature: Date: ForLBzI.Use'Onl " ` APPROVED: Department of Labor and Industries By Industrial Statistician F700-007-000 Affidavit of Wages Paid 3-2011 Department of Labor and Industries ST AFFIDAVIT OF WAGES PAID Prevailing Wage Program o b (360)902-5335 6 _ Public Works Contract www.ini.wa. ov/TradesLicensin /PrevWa e w� a e e e � �J. v $40.00 Filing Fee Required 0 1889� • This form must be typed or printed in ink. Affidavit ID # (Assigned by L&I): • Fill in ALL blanks or the form will be returned for correction(see instructions). • Please allow a minimum of 10 working days for processing. • Once approved,your form will be posted online at https:Hfortress.wa.P-ov/inUt)wiai)ub/SearchFor.asp Youry-Com an °Information Awarding Agency Information Your Company Name Project Name lContractNumber Your Address Awarding Agency City State 7 ip+4 Awarding Agency Address Your Contractor Registration Number Your UBI Number City State Zip+4 Your Industrial Insurance Account Number Awarding Agency Contact Name Phone Number Your Email Address(required for notification ofapproval)7our Phone Number County Where Work Was Performed City Where Work Was Performed Additional D Details °""° Contract Details Your Job Start Date(mm/dd/yyyy) Your.Date Work Completed(mm/dd/yyyy) Bid Due Date(Prime Contractor's) Award Date(Prime Contractor's) Job Site Address/Directions Your Approved Intent ID# Indicate Total Dollar Amount of Your Contract (including sales tax). $ EHB 2805(RCW 39.04.370) c.t ime Contractor's If you answered"Yes"to the EHB 2805 question and the Award Date is 9/1/2010 or ,..0 Contract at a cost of over one lots($1,000,000),l Yes ❑No later you must complete and submit the EHB 2805 RCW 39.04.370)Addendum. ARRA'P'unds Weatherization or Ener -Efficient Funds Does this project utilize American Recovery and Reinvestment Act(ARRA)fund oes this project utilize any weatherization or energy efficiency upgrade funds �.�" I ❑Yes ❑No RRA or otherwise)? ❑Yes ❑No Prime Contractor,s Company Informatio �7 , !Hiring Contractor's Com an I 1"," 4 w� n Prime Contractor's Company Name Hiring Contractor's Company Na Prime Contractor's Registration Number Prime Contractor's UBI Number Hiring Contractor's Registration Number Hiring Contractor's UBI Number E.0lo ment.lnformationa ' ) ❑ employees P project? ❑Yes ❑No Did you use ANY subcontractors? El Yes(Addendum B Reouired No Did em to ees erform work on this ro ect� Was ALL work subcontracted? ❑Yes(Addendum B Reouired) ❑No Did you use apprentice employees? ❑Yes ❑No I Number of Owner/Operators who own at least 30%ofthe company who performed work on this project: ❑None(0) ❑One(1) ❑Two(2) ❑ Three(3) You must list the First and Last Name(s)of any Owner/Operator performing work below List your Crafts/Trades/Occupations Below-For Journey Level Workers you must Number of Total#of Hours Rate of Hourly Rate of Hourly provide all of the information below. Owner/Operators-must provide their First and Last Workers Worked Pay Usual("Fringe") name no other information required. "Apprentices are not recorded below.You must Benefits use Addendum D to list A' rentices. ins Si nature Block I hereby certify that I have read and understand the instructions to complete this form and that the information on the form and any addenda is correct and that all workers I employed on this Public Works Project were paid no less than the Prevailing Wage Rate(s)as determined by the Industrial Statistician of the Department of Labor and Industries. Print Name: Print Title: Signature: Date: For'L&T Use Only_ APPROVED: Department of Labor and Industries B Industrial Statistician Numbered Version of F700-007-000 Affidavit of Wages Paid 3-2011 Department of Labor&Industries Prevailing Wage Program ���ST^reo� INSTRUCTIONS P.O.Box 44540 o b Olympia,Washington 98504-4540 AFFIDAVIT OF WAGES PAID FOR 91]SB9� Phone(360)902-5335/Fax(360)902-5300 PUBLIC WORKS CONTRACTS COMPLETE ALL FIELDS ON THE FORM The numbered blocks in the following instructions correspond to the numbered blocks on the numbered Affidavit of Wages Paid above. In addition,a completed sample form(without numbers)is included at the end of these instructions. © Your Company Information— Enter the following information: a) Your Company Name and Address. b) Your Contractor Registration Number—You can verify this number at: https://fortress.wa.izov/lni/bbip/Search.aspxx. c) Your UBI Number(Unified Business Identifier)—This 9-digit number registers you with several state agencies and allows you to do business in Washington. You can verify this number at: https:Hfortress.wa.gov/dol/dolprodibpdLicenseQuery/. d) Your Industrial Insurance Account Number— You can verify this number at: https://fortress.wa.gov/lni/cEpsi/MainMenu.aspx?Messageld=2001 e) Please provide your Email Address so that L&I can notify you of form approval and/or any required corrections.If you do not provide this information,L&I will use standard mail to send you correction notices.You can access approved forms at:https://fortress.wa.�zov/ini/pwiapub/SearchFor.asp. No notice of approval will be mailed. f) Your company Phone Number. Awarding Agency Information—Enter the following information regarding the agency that awarded the contract.This information is available from the Prime Contractor: a) Project Name—This is the name the Awarding Agency assigned to the project. b) Contract Number—This is the number the Awarding Agency assigned to the project. c) Awarding Agency—This is the name of the agency that awarded the contract. d) Please enter the Street Address,City,State and Zip+4 of the Awarding Agency. e) Awarding Agency Contact Name and Phone Number—Enter the name and phone number of the person the Prime Contractor communicates with at the Awarding Agency. f) County Where Work Was Performed—Enter the name of the county where the work was performed. If the work was performed in multiple counties,include the names of all counties where work was performed. g) City Where Work Was Performed—Enter the name of the city where the work was performed. If the work was performed outside the limits of any city,or in multiple cities,include the name of the nearest city. ® Additional Details a) Your Job Start Date—This is the date that you began work on the project. b) Your Date Work Completed—This is the date you completed work on the project.You cannot have a date in the future. c) Job Site Address/Directions—Enter the specific address of the project or provide brief details regarding the location of the site,if no specific address exists. d) Your Approved Intent ID#—Enter the 6-digit number,assigned by L&I,from the approved Intent form filed for this project. Instructions to F700-007-000 Affidavit of Wages Paid 12-2010 Page 3 of 5 t i Contract Details a) Bid Due Date—Enter the date the Prime Contractor had to submit a bid to the Awarding Agency for this project(mm/dd/yyyy). • What if my contract was not bid?—If the.contract you are working under was not required.to be bid,you will enter the date the contract was awarded. b) Award Date—This is the date the Awarding Agency awarded the contract to the Prime Contractor (mm/dd/yyyy). c) Indicate the Total Dollar Amount of Your Contract—Enter the total amount of your contract, including the applicable sales tax. You must enter the final amount of your contract. You cannot enter Time and Materials on an Affidavit of Wages Paid. EHB 2805 (RCW 39.04.370) -F700-164-000 is an addendum to your Affidavit of Wages Paid Form.RCW 39.04.370 requires you to complete form F700-164-000 for contracts entered into between September 1,2010 and December 31,2013 if the Prime's contract is at a cost of over one million dollars($1,000,000).If you fail to properly provide the requested information more than one time between September 1,2010 and December 31,2013,pursuant to RCW 39.04.350(1)(f)you will not be considered a responsible bidder qualified to be awarded a public works project. Use as many of these forms as you need in order to provide the requested information for all relevant project items. I This is an addendum to form F700-007-000. ARRA&Weatherization Funding Questions—Enter the information regarding the source of funds. This information should be obtained from the Awarding Agency or the Prime Contractor. a) Does this project utilize American Recovery and Reinvestment Act(ARRA)funds? b) Does this project utilize any weatherization or energy efficiency upgrade funds(ARRA or otherwise)? Prime Contractor's Company Information—Enter information about the contractor who has the direct contract with the Awarding Agency: a) Prime Contractor's Company Name—Enter the Prime Contractor's company name. b) Prime Contractor's Registration Number—Enter the Contractor Registration Number for the Prime Contractor.You can verify the number at:https:Hfortress.wa.p-ov/lni/bbip/Search.aspx. c) Prime Contractor's UBI Number—Enter the UBI number for the Prime Contractor. You can verify this number at:https://fortress.wa.gov/dol/dolprodibpdLicenseQuery/. O Hiring Contractor's Company Information—Enter the information about the Hiring Contractor. This is the contractor who hired or contracted your firm to perform work on this project: a) Hiring Contractor's Company Name—Enter the name of the contractor who hired or contracted your firm to perform work on this project. b) Hiring Contractor's Registration Number—Enter the Contractor Registration Number for the contractor who hired you.You can verify the number at:https://fortress.wa.pov/lni/bbip/Search.aspxx. c) Hiring Contractor's UBI Number—Enter the UBI Number for the contractor who hired you. You can verify this number at: https://fortress.wa.eov/dol/dolprod/bpdLicenseOuery/. Employment Information—Enter information about the individuals who performed work on this project: a) Did you use any subcontractors?-If PART of the work was performed by subcontractors you hired, check the"Yes"box and complete Addendum B. b) Did employees perform work on this project. -If employees,including apprentices,performed any work on the project,check the"Yes"box and list each employee's applicable craft/trade/occupation. If you utilized apprentices on this project you must complete Addendum D. c) Was ALL work subcontracted?-If ALL work was performed by subcontractors,check the"Yes" box and complete Addendum B. d) Did you use apprentice employees?—If you used apprentices on this project please be aware: Instruction to F700-007-000 Affidavit of Wages Paid 3-2011 1. Any workers NOT registered with the Washington State Apprenticeship and Training Council(WSATC)must be paid the correct journey-level prevailing rate of wage. 2. Any apprentice NOT registered with the WSATC within 60 days of hiring must be paid at the correct journey-level prevailing rate of wage for the time preceding the date of registration. 3. You MUST be a registered training agent with the WSATC in order to pay a registered apprentice less than journey-level prevailing rate of wage. 4. To verify apprenticeship and/or registered training agent status call(360)902-5324. e) Number of Owners/Operators who own at least 30%of the company who performed work on the project—Indicate the number of Owners/Operators who performed work on the project.If no 30%+ Owners/Operators performed work on the project,check the box"None". Crafts/Trades/Occupations and Apprentices—List the craft/trade/occupation of each worker,journey-level and apprentice,employed on this project. ❖ Crafts/Trades/Occupations If you indicated above that Owners/Operators worked on this project,and you also indicated above that no employees performed work on the project,and that ALL work was subcontracted,then you do not need to fill in this section. Individuals who own less than 30%of the company are not considered Owner/Operators under RCW 39.12 and must be listed as employees and paid at least the prevailing rate of wage for the work performed. Use Addendum A for additional Crafts/Trades/Occupations that will not fit on this form. Residential Construction-If you are using any residential classifications(e.g.Residential Carpenter, Residential Laborer,etc.)you must provide information regarding the following questions,on Addendum C,in order for L&I to determine if residential rates are being utilized appropriately: 1. Did the Awarding Agency,in compliance with RCW 39.12.030,determine that the project meets the definition of residential construction? 2. Please indicate the type of structure(e.g.single-family dwelling,duplex,apartment, condominium or other residential structure). 3. Including any basement or garage,how many stories or levels does the structure have? 4. What is the facility used for(answer"yes"or"no"to each of the following options)?: a. Permanent residence only? b. Rehabilitation house? c. Transitional housing? d. Communal dining facility? e. Treatment services? f. Counseling? g. Other? 5. Does each dwelling unit have its own full,self-contained kitchen? 6. Does each dwelling unit have its own full bathroom? 7. Is there a community facility or manager's office on site? 8. Is any part of the facility used by members of the public? Instruction to F700-007-000 Affidavit of Wages Paid 3-2011 i Landscape Construction-If you are using"Landscape Construction'or any of the sub-classifications within Landscape Construction(e.g.Landscape or Planting Laborer,Irrigation or Lawn Sprinkler Installers,Landscape Equipment Operators or Truck Drivers)you must provide information regarding the following questions,on Addendum C,in order for L&I to determine if Landscape Construction rates are being utilized appropriately: 1. The beautification of a plot of land through addition of or modification to lawns,trees and bushes under the Landscape Construction Scope of work(WAC 296-127-01346)is a limited universe and has exclusions that may affect its application.Please provide L&I with more information so we can verify whether the landscape construction wage rates apply to this project. a. Please describe the whole project—not just your part. b. Please describe your part(s)of the project—the tasks you performed,equipment used,and tools used.Please provide as much detail as you can. c. If the project involves installing an irrigation system,trenching,installing French drains or other subsurface water collection systems,or spreading top soil or mulch,please tell us the relevant depths. 2. If Equipment Operators and/or Truck Drivers were used,describe the type,and list the size or rated capacity of the equipment. ❖ Apprentices—If you employed apprentices on this project,list each apprentice by Name,Registration Number,Trade,the number of hours the individual had completed in the program when they started work(Beginning Hours)and ended work(Ending Hours)on the project,Beginning and Ending dates of work performed on this project,and Rate of Hourly Pay and Usual("Fringe")Benefits. 1. Any workers NOT registered with the Washington State Apprenticeship and Training Council(WSATC)must be paid the correct journey-level prevailing rate of wage. 2. Any apprentice NOT registered with the WSATC within 60 days of hiring must be paid at the correct journey-level prevailing rate of wage for the time preceding the date of registration. 3. You MUST be a registered training agent with the WSATC in order to pay a registered apprentice less than journey-level prevailing rate of wage. 4. To verify apprenticeship and/or registered training agent status call(360)902-5366. „ Number of Workers—Enter the number of journey-level workers employed on this project for that craft/trade/occupation. Total Number of Hours Worked—Enter the number of hours worked for that Craft/Trade/Occupation. ,.2 Rate of Hourly Pay—Enter the rate of hourly pay,as defined by RCW 39.12.010,that you actually paid the workers for that Craft/Trade/Occupation. The amount listed for"Rate of Hourly Pay"plus the amount listed for the"Rate of Hourly Fringe Benefits,"if any,must equal or exceed the applicable prevailing rate of wage. .± Rate of Hourly Usual("Fringe")Benefits—Enter the rate of hourly fringe benefits for that Craft/Trade/Occupation. This is the cost of fringe benefits,as defined by RCW 39.12.010,that you actually paid to the workers. The amount listed for"Rate of Hourly Pay"plus the amount listed for"Rate of Hourly Usual ("Fringe")Benefits,"if any,must equal or exceed the applicable prevailing rate of wage. Instruction to F700-007-000 Affidavit of Wages Paid 3-2011 If there is not enough space to list all required information on one form,use the appropriate Addendum as needed.No additional fee is required for using Addendums to the form.No other attachments will be accepted. L&I approval of your Affidavit of Wages Paid is based on the information you provide.Approval of the form does not signify that the classifications of labor you listed on the form are the correct classifications of work for the tasks performed on the public works project.It is your responsibility to pay workers the prevailing rate of wage for the classification of work that correctly applies to the actual work they perform. Be sure to include your email address on the form.If you do not provide this information,L&I will use standard mail to send you correction notices.You will be able to access approved forms at: https:ll fortress.wa.gov/lni/pwiapub/SearchFor.asp(No notice of approval will be mailed). MAILING INSTRUCTIONS FURTHER INFORMATION You must n2wl the completed and signed form Make checks payable to: With oia i inal signature(a photocopy of a Department of Labor and Industries signature'will no be accepted),with the$40 filing fee to: Ifyou have questions or would like assistance in "Ma De Services eom le g f rm,please call us at(36 0)902- p tin the form, Depar tment of Labo &Industries 5335 or emait the:Rrevailing Wage office at- Prevailing,W,age Program pw1 @Lni.wa.gov. PO Box 44835_ Olvirinia. WA 98.504-483.5 Prevailing wage rates are available on the Internet at: http://www.lni.wa.cov/TradesLicensinwPrevWage/WageRates/default.asp Instruction to F700-007-000 Affidavit of Wages Paid 3-2011 Department of Labor and Industries �STATg0� AFFIDAVIT OF WAGES PAID Prevailing Wage Program o 2 (360)902-5335 _ r. Public Works Contract www.lni.wa.jzov/TradesLicensinWPrevWaRe �� J o? $40.00 Filing Fee Required 1859 • This form must be typed or printed in ink. Affidavit ID ##(Assigned by L&I)• • Fill in ALL blanks or the form will be returned for correction(see instructions). • Please allow a minimum of 10 working days for processing. SAMPLE • Once approved,your form will be posted online at h�tt s-//fortress.wa. og v/lni/pwiapub/SearchFor.asp Your Company Information Awarding Agency Information Your Company Name Project Name r123-456 ontract Number ABC Company Road Repair Your Address Awarding Agency 1234 Main Street WA St Department of Transportation City State Zip+4 Awarding Agency Address , Olympia WA 198501-1234 PO Box 123 ' Your Contractor Registration Number Your UBI Number City ` State Zip+4 ABCCI*0123AA 123456789 Olympia r ,' WA 98501 Your Industrial Insurance Account Number Awarding Agency Contact Name Phone Number 111,111-11 John Doe'`,, �\ \ (555)`555-5555 Your Email Address(required for notification of approval) Your Phone Number County Where Work Was Performed °ti City Where Work Was Performed prevailingwage lni.wa.gov 1(555)555-5555 f Thurston Olympia Additional Details Contract Details Your Job Start Date(mm/dd/yyyy) Your Date Work Completed(mm/dd/yyyy),\ Bid Due Date(Prime Contractor's) Award Date(Prime Contractor's) 2/1/2011 3/1/2011 1/1/2011 � �' / 1/5/2011 Job Site Address/Directions Your Approved Intent ID# Indicate Total Dollar Amount of Your Contract Plum and State Street 123456 (including sales tax). $10,000.00 EHB 2805(RCW 39.04.370)—Is the Prime Contractor's El Yes �®No If you answered"Yes"to the EHB 2805 question and the Award Date is 9/1/2010 or Contract at a cost of over one million dollars $1,000,000)? later ou must complete and submit the EHB 2805 RCW 39.04.370 Addendum. ARRA Funds Y Weatherization or_Energy Efficient Funds Does this project utilize American Recovery and Remye'stment Act(ARRA)funds?. Does this project utilize any weatherization or energy efficiency upgrade funds ❑Yes ®No (ARRA or otherwise)? ❑Yes ®No Prime Contractor's Company Information Hiring Contractor's Company Information Prime Contractor's Company Name y, Hiring Contractor's Company Name XYZ Company CBA Company Prime Contractor's Registration Number ``'� Prime Contractor's UBI Number Hiring Contractor's Registration Number Hiring Contractor's UBI Number XYZCI*0123AA 987654321` CBACI*0123AA 1456789123 Employment.Information Did you use ANY subcontractors? ❑Yes(Addenduin'B Reauired) ®No Did employees perform work on this project? ®Yes ❑No Was ALL work subcontracted?. _❑Yes(Addendum B Reauiredl 0 N Did you use apprentice employees? El Yes No Number of Owner/Operators who own at least 30%of the company who performed work on this project: ❑None(0) ®One(1) ❑Two(2) ❑ Three(3) You must list the First and Last Names of an 'Owner/O erator performing work below List your Crafts/Trades/Occupations Below-For Journey Level Workers you must Number of Total#of Hours Rate of Hourly Rate of Hourly provide all of the information below. Owner/Operators-must provide their First and Last Workers Worked Pay Usual("Fringe") name no other information required. **Apprentices are not recorded below.You must Benefits use Addendum D to list Apprentices. General Labor 2 153 41.23 8.54 Carpenter 5 210 52.26 10.13 Si nature Block I hereby certify that I have read and understand the instructions to complete this form and that the information on the form and any addenda is correct and that all workers I employed on this Public Works Project were paid no less than the Prevailing Wage Rate(s)as determined by the Industrial Statistician of the Department of Labor and Industries. Print Name:Jane Doe Print Title:Bookkeeper Signature: Date:3/5/2011 For'I&I Use-Oniv.�W " APPROVED: Department of Labor and Industries B Industrial Statistician SAMPLE-F700-007-000 Affidavit of Wages Paid 3-2011 t t t t t t t t t RENTON AIRPORT FBO PARKING LOT RECONSTRUCTION AND C-RAMP STORM DRAINAGE REPAIR SPECIAL PROVISIONS � aTagp 1 INTRODUCTION TO THE SPECIAL PROVISIONS (July 31, 2007 APWA GSP) The work on this project shall be accomplished in accordance with the Standard Specifications for Road, Bridge and Municipal Construction, 2012 edition, as issued by the Washington State Department of Transportation (WSDOT) and the American Public Works Association (APWA), Washington State Chapter (hereafter "Standard Specifications"). The Standard Specifications, as modified or supplemented by the Amendments to the Standard Specifications and these Special Provisions, all of which are made a part of the Contract Documents, shall govern all of the Work. These Special Provisions are made up of both General Special Provisions (GSPs) from various sources, which may have project-specific fill-ins; and project-specific Special Provisions. Each Provision either supplements, modifies, or replaces the comparable Standard Specification, or is a new Provision. The deletion, amendment, alteration, or addition to any subsection or portion of the Standard Specifications is meant to pertain only to that particular portion of the section, and in no way should it- be interpreted that the balance of the section does not apply. The project-specific Special Provisions are not labeled as such. The GSPs are labeled under the headers of each GSP, with the date of the GSP and its source, as follows: (May 18, 2007 APWA GSP) (August 7, 2006 WSDOT GSP) Also incorporated into the Contract Documents by reference are: • Manual on Uniform Traffic Control Devices for Streets and Highways, currently adopted edition, with Washington State modifications, if any • Standard Plans for Road, Bridge and Municipal Construction, WSDOT/APWA, current edition • City of Renton Standard Plans and Details, current editions • King County Surface Water Design Manual, current edition • City of Renton Amendments to the King County Surface Water Design Manual, current edition Contractor shall obtain copies of these publications, at Contractor's own expense. When p conflicts exist between the standards, the more stringent requirement will apply. �. DIVISION 1 GENERAL REQUIREMENTS 1-01.1 General Section 1-01.1 is supplemented with the following: Whenever reference is made to the State, Commission, Department of Transportation, r.., Secretary of Transportation, Owner, Contracting Agency Project Engineer or Engineer, 1 such reference shall be deemed to mean the City of Renton acting through its City Council, employees, and duly authorized representatives for all contracts administered by the City of Renton. r� RNT001 FBO PARKING LOT RECONSTRUCTION AND C-RAMP STORM DRAINAGE REPAIR 1 r The Contractor shall ensure a surveying accuracy within the following tolerances: Vertical Horizontal Slope stakes ±0.10 feet ±0.10 feet Subgrade grade stakes set 0.04 feet below grade ±0.01 feet ±0.5 feet (parallel to alignment) ±0.1 feet (normal to alignment) Stationing on roadway N/A ±0.1 feet Alignment on roadway N/A ±0.04 feet _ Surfacing grade stakes ±0.01 feet ±0.5 feet (parallel to alignment) ±0.1 feet (normal toalignment) Roadway paving pins for surfacing or paving ±0.01 feet ±0.2 feet (parallel to alignment) ±0.1 feet (normal to alignment) The Contracting Agency may spot-check the Contractor's surveying. These spot-checks will not change the requirements for normal checking by the Contractor. When staking roadway alignment and stationing, the Contractor shall perform independent checks from different secondary control to ensure that the points staked are within the specified survey accuracy tolerances. The Contractor shall calculate coordinates for the alignment. The Contracting Agency will verify these coordinates prior to issuing approval to the Contractor for commencing with the work. The Contracting Agency will require up to seven calendar days from the , date the data is received. Contract work to be performed using contractor-provided stakes shall not begin until the stakes are approved by the Contracting Agency. Such approval shall not relieve the Contractor of responsibility for the accuracy of the stakes. Stakes shall be marked in accordance with Standard Plan A10.10. When stakes are needed that are not described in the Plans, then those stakes shall be marked, at no additional cost to the Contracting Agency as ordered by the Engineer. Payment Payment will be made in accordance with Section 1-04.1 for the following bid item when included in the proposal: "Roadway Surveying", lump sum. The lump sum contract price for "Roadway Surveying" shall be full pay for all labor, G equipment, materials, and supervision utilized to perform the work specified, including any resurveying, checking, correction of errors, replacement of missing or damaged stakes, and coordination efforts. �j RNT001 FBO PARKING LOT RECONSTRUCTION AND C-RAMP STORM DRAINAGE REPAIR 6 1. 1-05.7 Removal of Defective and Unauthorized Work (October 1, 2005 APWA GSP) Supplement this section with the following: If the Contractor fails to remedy defective or unauthorized work within the time specified in a written notice from the Engineer, or fails to perform any part of the work required by the Contract Documents, the Engineer may correct and remedy such work as may be identified in the written notice, with Contracting Agency forces or by such other means as the Contracting Agency may deem necessary. If the Contractor fails to comply with a written order to remedy what the Engineer determines to be an emergency situation, the Engineer may have the defective and unauthorized work corrected immediately, have the rejected work removed and replaced, or have work the Contractor refuses to perform completed by using Contracting Agency or other forces. An emergency situation is any situation when, in the opinion of the Engineer, a delay in its remedy could be potentially unsafe, or might cause serious risk of loss or damage to the public. Direct or indirect costs incurred by the Contracting Agency attributable to correcting and remedying defective or unauthorized work, or work the Contractor failed or refused to perform, shall be paid by the Contractor. Payment will be deducted by the Engineer from monies due, or to become due, the Contractor. Such direct and indirect costs shall include in particular, but without limitation, compensation for additional professional services required, and costs for repair and replacement of work of others destroyed or damaged by correction, removal, or replacement of the Contractor's unauthorized work. No adjustment in contract time or compensation will be allowed because of the delay in the performance of the work attributable to the exercise of the Contracting Agency's rights provided by this Section. The rights exercised under the provisions of this section shall not diminish the Contracting Agency's right to pursue any other avenue for additional remedy or damages with respect to the Contractor's failure to perform the work as required. 1-05.11 Final Inspection Delete this section and replace it with the following: 1-05.11 Final Inspections and Operational Testing (October 1, 2005 APWA GSP) 1-05.11(1) Substantial Completion Date When the Contractor considers the work to be substantially complete, the Contractor shall so notify the Engineer and request the Engineer establish the Substantial Completion Date. The Contractor's request shall list the specific items of work that remain to be completed in order to reach physical completion. The Engineer will schedule an inspection of the work with the Contractor to determine the status of completion. The Engineer may also establish the Substantial Completion Date unilaterally. If, after this inspection, the Engineer concurs with the Contractor that the work is substantially complete and ready for its intended use, the Engineer, by written notice to RNT001 FBO PARKING LOT RECONSTRUCTION AND C-RAMP STORM DRAINAGE REPAIR 7 the Contractor, will set the Substantial Completion Date. If, after this inspection the Engineer does not consider the work substantially complete and ready for its intended use, the Engineer will, by written notice, so notify the Contractor giving the reasons therefor. Upon receipt of written notice concurring in or denying substantial completion, whichever is applicable, the Contractor shall pursue vigorously, diligently and without unauthorized interruption, the work necessary to reach Substantial and Physical Completion. The Contractor shall provide the Engineer with a revised schedule indicating when the Contractor expects to reach substantial and physical completion of the work. The above process shall be repeated until the Engineer establishes the Substantial Completion Date and the Contractor considers the work physically complete and ready for final inspection. 1-05.11(2) Final Inspection and Physical Completion Date When the Contractor considers the work physically complete and ready for final inspection, the Contractor by written notice, shall request the Engineer to schedule a final inspection. The Engineer will set a date for final inspection. The Engineer and the Contractor will then make a final inspection and the Engineer will notify the Contractor in writing of all particulars in which the final inspection reveals the work incomplete or unacceptable. The Contractor shall immediately take such corrective measures as are necessary to remedy the listed deficiencies. Corrective work shall be pursued vigorously, diligently, and without interruption until physical completion of the listed deficiencies. This process will continue until the Engineer is satisfied the listed deficiencies have been corrected. If action to correct the listed deficiencies is not initiated within 7 days after receipt of the written notice listing the deficiencies, the Engineer may, upon written notice to the Contractor, take whatever steps are necessary to correct those deficiencies pursuant to Section 1-05.7. The Contractor will not be allowed an extension of contract time because of a delay in the performance of the work attributable to the exercise of the Engineer's right hereunder. Upon correction of all deficiencies, the Engineer will notify the Contractor and the Contracting Agency, in writing, of the date upon which the work was considered physically complete. That date shall constitute the Physical Completion Date of the contract, but shall not imply acceptance of the work or that all the obligations of the Contractor under the contract have been fulfilled. 1-05.11(3) Operational Testing It is the intent of the Contracting Agency to have at the Physical Completion Date a complete and operable system. Therefore when the work involves the installation of machinery or other mechanical equipment; street lighting, electrical distribution or signal systems; irrigation systems; buildings; or other similar work it may be desirable for the Engineer to have the Contractor operate and test the work for a period of time after final inspection but prior to the physical completion date. Whenever items of work are listed in the Contract Provisions for operational testing they shall be fully tested under operating conditions for the time period specified to ensure their acceptability prior to the Physical Completion Date. During and following the test period, the Contractor shall correct any items of workmanship, materials, or equipment which prove faulty, or that are not in first RNT001 FBO PARKING LOT RECONSTRUCTION AND C-RAMP STORM DRAINAGE REPAIR 8 class operating condition. Equipment, electrical controls, meters, or other devices and equipment to be tested during this period shall be tested under the observation of the Engineer, so that the Engineer may determine their suitability for the purpose for which they were installed. The Physical Completion Date cannot be established until testing and corrections have been completed to the satisfaction of the Engineer. The costs for power, gas, labor, material, supplies, and everything else needed to successfully complete operational testing, shall be included in the unit contract prices related to the system being tested, unless specifically set forth otherwise in the proposal. Operational and test periods, when required by the Engineer, shall not affect a manufacturer's guaranties or warranties furnished under the terms of the contract. Add the following new section: 1-05.16 Water and Power (October 1, 2005 APWA GSP) The Contractor shall make necessary arrangements, and shall bear the costs for power and water necessary for the performance of the work, unless the contract includes power and water as a pay item. Add the following new section: 1-05.17 Oral Agreements (October 1, 2005 AWPA GSP) No oral agreement or conversation with any officer, agent, or employee of the Contracting Agency, either before or after execution of the contract, shall affect or modify any of the terms or obligations contained in any of the documents comprising the contract. Such oral agreement or conversation shall be considered as unofficial information and in no way binding upon the Contracting Agency, unless subsequently put in writing and signed by the Contracting Agency. 1-07.1 Laws to be Observed (October 1, 2005 APWA GSP) Supplement this section with the following: In cases of conflict between different safety regulations, the more stringent regulation shall apply. The Washington State Department of Labor and Industries shall be the sole and paramount administrative agency responsible for the administration of the provisions of the Washington Industrial Safety and Health Act of 1973 (WISHA). The Contractor shall maintain at the project site office, or other well known place at the project site, all articles necessary for providing first aid to the inured. The Contractor shall establish, publish, and make known to all employees, procedures for ensuring immediate removal to a hospital, or doctor's care, persons, including employees, who may have been injured on the project site. Employees should not be permitted to work on the project site before the Contractor has established and made known procedures for removal of injured persons to a hospital or a doctor's care. RNT001 FBO PARKING LOT RECONSTRUCTION AND C-RAMP STORM DRAINAGE REPAIR 9 The Contractor shall have sole responsibility for the safety, efficiency, and adequacy bf the Contractor's plant, appliances, and methods, and for any damage or injury resulting from their failure, or improper maintenance, use, or operation. The Contractor shall be solely and completely responsible for the conditions of the project site, including safety for all persons and property in the performance of the work. This requirement shall apply continuously, and not be limited to normal working hours. The required or implied duty of the Engineer to conduct construction review of the Contractor's performance does not, and shall not, be intended to include review and adequacy of the Contractor's safety measures in, on, or near the project site. 1-07.18 Public Liability and Property Damage Insurance Section 1-07.18 is deleted replaced by the following new section and subsections: 1-07.18(1) General The Contractor shall obtain and maintain in full force and effect, from the Contract Execution Date to the Completion Date, public liability and property damage insurance with an insurance company(ies) or through sources approved by the State Insurance Commissioner pursuant to RCW 48. The Contractor shall not begin work under the Contract until the required insurance has been obtained and approved by the Contracting Agency. Insurance shall provide coverage to the Contractor, all subcontractors, Contracting Agency and the Contracting Agency's consultant. The coverage shall protect against claims for bodily injuries, personal injuries, including accidental death, as well as claims for property damages which may arise from any act or omission of the Contractor or the subcontractor, or by anyone directly or indirectly employed by either of them. If warranted work is required the Contractor shall provide the City proof that insurance coverage and limits established under the term of the Contract for work are in full force and effect during the period of warranty work. The Contracting Agency may request a copy of the actual declaration pages(s) for each insurance policy effecting coverage(s) required on the Contract prior to the date work commences. Failure of the Contractor to fully comply during the term of the Contract with the requirements described herein will be considered a material breach of contract and shall be caused for immediate termination of the Contract at the option of the Contracting Agency. All costs for insurance shall be incidental to and included in the unit or Lump Sum prices of the contract and no additional payment will be made. 1-07.18(2) Coverages All coverage provided by the Contractor shall be in a form and underwritten by a company acceptable to the Contracting Agency. The City requires that all insurers: 1. Be licensed to do business within the State of Washington. 2. Coverage to be on an "occurrence" basis (Professional Liability and Pollution coverage are acceptable when written on a claims-made basis). The City may also require proof of professional liability coverage be provided for up to two (2) years after the completion of the project. 3. The City may request a copy of the actual declaration page(s) for each insurance policy affecting coverage(s) required by the Contract prior to the date work commences. 4. Possess a minimum A.M. Best rating of AVII (A rating of A XII or better is preferred.) If any insurance carrier possesses a rating of less than AVII, the City may make an exception. RNT001 FBO PARKING LOT RECONSTRUCTION AND C-RAMP STORM DRAINAGE REPAIR 10 The City reserves the right to approve the security of the insurance coverage provided by the insurance company(ies), terms, conditions, and the Certificate of Insurance. Failure of the Contractor to fully comply during the term of the Contract with these requirements will be considered a material breach of contract and shall be cause for immediate termination of the contract at the option of the City. The Contractor shall obtain and maintain the minimum insurance coverage set forth below. By requiring such minimum insurance, the City of Renton shall not be deemed or construed to have assessed the risks that may be applicable to the Contractor. The Contractor shall assess its own risks and if it deems appropriate and/or prudent, maintain higher limits and/or broader coverage. Coverage shall include: A. Commercial General Liability - ISO 1993 Form or equivalent. Coverage will be written on an occurrence basis and include: • Premises and Operations (including CG2503; General Aggregate to apply per project, if applicable) • Explosion, Collapse, and Underground Hazards. • Products/Completed Operations • Contractual Liability (including Amendatory Endorsement CG 0043 or equivalent which includes defense coverage assumed under contract) • Broad Form Property Damage • Independent Contractors • Personal/Advertising Injury • Stop Gap Liability B. Automobile Liability including all • Owned Vehicles • Non-Owned Vehicles • Hired Vehicles C. Workers' Compensation • Statutory Benefits (Coverage A) - Show Washington Labor & Industries Number D. Umbrella Liability (when necessary) • Excess of Commercial General Liability and Automobile Liability. Coverage should be as broad as primary. E. Professional Liability - (whenever the work under this Contract includes Professional Liability, including Advertising activities) the CONTRACTOR shall maintain professional liability covering wrongful acts, errors and/or omissions of the (CONTRACTOR) for damage sustained by reason of or in the course of operations under this Contract. F. Pollution Liability - the City may require this coverage whenever work under this Contract involves pollution risk to the environment. This coverage is to include sudden and gradual coverage for third party liability including defense costs and completed operations. Contractor shall name City of Renton, and its officers, officials, agents, employees and volunteers as Additional Insured (ISO Form CG 2010 or equivalent). The Contractor shall provide City of Renton Certificates of Insurance prior to commencement of work. The City reserves the right to request copies of insurance policies, if at their sole discretion it is deemed appropriate. Further, all policies of insurance described above shall: A. Be on a primary basis not contributory with any other insurance coverage and/or self-insurance carried by City of Renton. B. Include a Waiver of Subrogation Clause. C. Severability of Interest.Clause (Cross Liability) D. The Contractor shall provide the Contracting Agency and all Additional Insured's with written notice of any policy cancellation, within two business days of their receipt of such notice. RNT001 FBO PARKING LOT RECONSTRUCTION AND C-RAMP STORM DRAINAGE REPAIR 11 E. Failure on the part of the Contractor to maintain the insurance as required shall constitute a material ,breach of contract, upon which the Contracting Agency may, after giving five business days' notice to the Contractor to correct the breach, immediately terminate the contract or, at its discretion, procure or renew such insurance and pay any and all premiums in connection therewith, with any sums so expended to be repaid to the Contracting Agency on demand, or at the sole discretion of the Contracting Agency, offset against funds due the Contractor from the Contracting Agency. 1-07.18(3) Limits LIMITS REQUIRED Providing coverage in these stated amounts shall not be construed to relieve the Contractor from liability in excess of such limits. The Contractor shall carry the following limits of liability as required below: Commercial General Liabilitv General Aggregate* $2,000,000 ** Products/Completed Operations Aggregate $2,000,000 ** Each Occurrence Limit $1,000,000 Personal/Advertising Injury $1,000,000 Fire Damage (Any One Fire) $50,000 Medical Payments (Any One Person) $5,000 Stop Gap Liability $1,000,000 * General Aggregate to apply per project (ISO Form CG2503 or equivalent) **Amount may vary based on project risk Automobile Liabilit Bodily Injury Property Damage $1,000,000 (Each Accident) Workers' Compensation Statutory Benefits - Coverage A Variable (Show Washington Labor and Industries Number) Umbrella Liability Each Occurrence Limit $1,000,000 General Aggregate Limit $1,000,000 Products/Completed Operations Aggregate $1,000,000 Professional Liability If required) Each Occurrence Incident Claim $1,000,000 Aggregate $2,000,000 Pollution Liability (If required) to apply on a per proiect basis Per Loss $1,000,000 Aggregate $1,000,000 The City may require the Contractor to keep professional liability coverage in effect for up to two (2) years after completion of the project. The Contractor shall promptly advise the CITY OF RENTON in the event any general aggregates are reduced for any reason, and shall reinstate the aggregate at the Contractor's expense to comply with the minimum limits. and requirements as stated above and shall furnish to the CITY OF RENTON a new certificate of insurance showing such coverage is in force. �. 1-07.18(4) Evidence of Insurance: Within 20 days of award of the Contract, the Contractor shall provide evidence of insurance by submitting to the Contracting Agency the Certificate of Insurance (ACORD Form 25s or equivalent) conforming to items as specified in Sections 1-07.18(1), 1- 07.18(2), and 1-07.18(3) as revised above. Other requirements are as follows: RNT001 FBO PARKING LOT RECONSTRUCTION AND C-RAMP STORM DRAINAGE REPAIR 12 A. Strike the following or similar wording: "This Certificate is issued as a matter of information only and confers no rights upon the Certificate Holder". B. Strike the wording regarding cancellation notification to the City: "Failure to mail such notice shall impose no obligation or liability of any kind upon the company, its agents or representatives". C. Amend the cancellation clause to state: "Should 'any of the above described policies be cancelled before the expiration date thereof, notice will be delivered in accordance with the policy provisions." For Professional Liability coverage only, instead of the cancellation language specified above, the City will accept a written agreement that the consultant's broker will provide the required notification. 1-07.24 Rights of Way (October 1, 2005 APWA GSP) Delete this section in its entirety, and replace it with the following: Street right of way lines, limits of easements, and limits of construction permits are indicated in the Plans. The Contractor's construction activities shall be confined within these limits, unless arrangements for use of private property are made. Generally, the Contracting Agency will have obtained, prior to bid opening, all rights of way and easements, both permanent and temporary, necessary for carrying out the work. Exceptions to this are noted in the Bid Documents or will be brought to the Contractor's attention by a duly issued Addendum. Whenever any of the work is accomplished on or through property other than public right of way, the Contractor shall meet and fulfill all covenants and stipulations of any easement agreement obtained by the Contracting Agency from the owner of the private property. Copies of the easement agreements may be included in the Contract Provisions or made available to the Contractor as soon as practical after they have been obtained by the Engineer. Whenever easements or rights of entry have not been acquired prior to advertising; these areas are so noted in the Plans. The Contractor shall not proceed with any portion of the work in areas where right of way, easements or rights of entry have not been acquired until the Engineer certifies to the Contractor that the right of way or easement is available or that the right of entry has been received. If the Contractor is delayed due to acts of omission on the part of the Contracting Agency in obtaining easements, rights of entry or right of way, the Contractor will be entitled to an extension of time. The Contractor agrees that such delay shall not be a breach of contract. Each property owner shall be given 48 hours notice prior to entry by the Contractor. This includes entry onto easements and private property where private improvements must be adjusted. The Contractor shall be responsible for providing, without expense or liability to the Contracting Agency, any additional land and access thereto that the Contractor may desire for temporary construction facilities, storage of materials, or other Contractor needs. However, before using any private property, whether adjoining the work or not, the Contractor shall file with the Engineer a written permission of the private property owner, and, upon vacating the premises, a written release from the property owner of each property disturbed or otherwise interfered with by reasons of construction pursued RNT001 F80 PARKING LOT RECONSTRUCTION AND C-RAMP STORM DRAINAGE REPAIR 13 under this contract. The statement shall be signed by the private property owner, or proper authority acting for the owner of the private property affected, stating that permission has been granted to use the property and all necessary permits have been obtained or, in the case of a release, that the restoration of the property has been satisfactorily accomplished. The statement shall include the parcel number, address, and date of signature. Written releases must be filed with the Engineer before the Completion Date will be established. 1-08 PROSECUTION AND PROGRESS Add the following new section: 1-08.0 Preliminary Matters (May 25, 2006 APWA GSP) Add the following new section: 1-08.0(1) Preconstruction Conference (October 10, 2008 APWA GSP) ' Prior to the Contractor beginning the work, a preconstruction conference will be held between the Contractor, the Engineer, and such other interested parties as may be invited. The purpose of the preconstruction conference will be: 1. To review the initial progress schedule; 2. To establish a working understanding among the various parties associated or affected by the work; 3. To establish and review procedures for progress payment, notifications, approvals, submittals, etc.; 4. To establish normal working hours for the work; 5. To review safety standards and traffic control; and 6. To discuss such other related items as may be pertinent to the work. The Contractor shall prepare and submit at the preconstruction conference the following: 1. A breakdown of all lump sum items; 2. A preliminary schedule of working drawing submittals; and 3. A list of material sources for approval if applicable. 1-08.6 Suspension of Work (Additional project-specific Special Provision) Supplement this section with the following: The City of Renton desires to construct the proposed improvements in 2012 dependent on site conditions. Start of construction will be delayed until on or around April 15, 2013 if weather conditions require. The City of Renton shall have the final authority regarding start date of construction. I RNT001 FBO PARKING LOT RECONSTRUCTION AND C-RAMP STORM DRAINAGE REPAIR 14 I 1-09.9 Payments (March 13, 2012 APWA GSP) Supplement this section with the following: Lump sum item breakdowns are not required when the bid price for the lump sum item is less than $20,000. 1-09.9 Payments (March 13, 2012 APWA GSP and additional project-specific Special Provisions) �j Delete the first four paragraphs and replace them with the following: The basis of payment will be the actual quantities of Work performed according to the Contract and as specified for payment. The Contractor shall submit a breakdown of the cost of lump sum bid items at the Preconstruction Conference, to enable the Project Engineer to determine the Work performed on a monthly basis. A breakdown is not required for lump sum items that include a basis for incremental payments as part of the respective Specification. Absent a lump sum breakdown, the Project Engineer will make a determination based on information available. The Project Engineer's determination of the cost of work shall be final. Progress payments for completed work and material on hand will be based upon progress estimates prepared by the Contractor and reviewed, adjusted and approved by the Engineer. A progress estimate cutoff date will be established at the preconstruction conference. ' The initial ro ress estimate will be made not later than 30 days after the Contractor p 9 Y commences the work, and successive progress estimates will be made every month thereafter until the Completion Date. Progress estimates made during progress of the work are tentative, and made only for the purpose of determining progress payments. The progress estimates are subject to change at any time prior to the calculation of the final payment. The value of the progress estimate will be the sum of the following: 1. Unit Price Items in the Bid Form —the approximate quantity of acceptable units of work completed multiplied by the unit price. 2. Lump Sum Items in the Bid Form — based on the approved Contractor's lump sum ' breakdown for that item, or absent such a breakdown, based on the Engineer's determination. 3. Materials on Hand — 100 percent of invoiced cost of material delivered to.Job site or other storage area approved by the Engineer. 4. Change Orders—entitlement for approved extra cost or completed extra work as determined by the Engineer. Progress payments will be made in accordance with the progress estimate less: 1. Retainage per Section 1-09.9(1), on non FHWA-funded projects; 2. The amount of progress payments previously made; and RNT001 FBO PARKING LOT RECONSTRUCTION AND C-RAMP STORM DRAINAGE REPAIR 15 3. Funds withheld by the Contracting Agency for disbursement in accordance with the .Contract Documents. , Progress payments for work performed shall not be evidence of acceptable performance or an admission by the Contracting Agency that any work has been satisfactorily completed. The determination of payments under the contract will be final in accordance with Section 1-05.1. Add the following new section: i 1-11 TRENCH EXCAVATION SAFETY SYSTEM (CITY OF RENTON SPECIFICATION) 1-11.1 Description As required by RCW 39.04.180, on public works projects in which trench excavation will exceed a depth of four feet, any contract therefor shall require adequate safety systems for the trench excavation that meet the requirements of the Washington Industrial Safety and Health Act, Chapter 49.17 RCW. These requirements shall be included in the Bid Schedule as a separate item. The costs of trench safety systems shall not be considered as incidental to any other contract item and any attempt to include the trench safety systems as an incidental cost is prohibited. Work under this section will comply with City of Renton and State of Washington requirements. Measurement When shown as lump sum in the Plans or in the Proposal, Trench Excavation Safey System will be measured per lump sum and will include all items associated with the work as shown on the plans, proposal, or in the specificaions or as required by the City of Renton and State of Washington. Payment "Trench Excavation Safety System", per lump sum Add the following new section: 1-12 DEMOLITION (NEW SPECIFICATION) 1-12.1 Description This item covers the labor and materials necessary for demolition of pavement markings, drainage structures, abandoned piping, conduit, wire, electrical handholes, miscellaneous , concrete structures, concrete-encased conduit, buried cable, and recompaction of existing grade. This item includes removal from the site of all demolition materials, unless otherwise shown on the plans or directed by the Owner. Measurement When shown as lump sum in the Plans or in the Proposal, Demolition will be measured per lump sum and will include all items associated with the work as shown on the plans, proposal, or in the specificaions. RNT001 FBO PARKING LOT RECONSTRUCTION AND C-RAMP STORM DRAINAGE REPAIR 16 Payment "Demolition", per lump sum ' 1-13 SECURITY/BADGING (NEW SPECIFICATION) 1-13.1 Description Except for material deliveries and other intermittent onsite activities, all Contractor personnel working within the limits of the airport security fence will be required to be authorized by the Airport unless otherwise approved by the Owner. A "Security Identification" badge will be issued once application for access and approval by the Airport has been received. Application for access shall be made a minimum of fourteen days prior to planned access. Application access procedures will be determined by the Owner. ' The Owner shall have the sole authority in determining who is required to have "Security Identification" badging. The Airport does not charge for the badging process or issuance of "Security Identification" badging. ' Security identification badges shall be returned to the Owner within 10 days of final project acceptance. The Contractor shall be charged $150.00 per each security identification badge not returned. ' Measurement The work covered by this section shall be considered as a subsidiary obligation of the Contractor covered under applicable contract items. Payment No direct payment will be made for this work 1-14 QUALITY CONTROL AND ACCEPTANCE TESTING (NEW SPECIFICATION) ' 1-14.1 Description All quality control and acceptance testing required under this contract will be the responsibility of the Contractor and shall be performed at no additional cost to the Owner. This testing shall include, but is not limited to: a. All acceptance testing required under this contract shall be performed by a qualified independent testing laboratory retained by the Contractor. Certification of the laboratory resumes of personnel performing these tests shall be submitted to the Owner. Testing frequencies will per the Standard Specifications, City of Renton ' requirements, or as otherwise directed by the Owner. This testing shall include, but is not limited to: 1 • Gradations and all other conformance testing including cores for depth checks as required for soils and aggregates RNT001 F80 PARKING LOT RECONSTRUCTION AND C-RAMP STORM DRAINAGE REPAIR 17 • Moisture-density relationships for soils-and aggregates as required to control ' compaction • Compaction testing for soils, aggregates, and stabilized base materials ' • Concrete mix design, strength, and conformance tests required under these project specifications and drawings. ' b. An independent testing laboratory meeting the requirements of ASTM D 3666 or other recognized state certification, as approved by the Engineer, is required to perform the following: ' • Mix design and all acceptance testing for Hot Mix Asphalt (HMA) Pavements c. The Contractor's own qualified personnel shall perform all quality control testing ' required to satisfactorily monitor work quality and progress. However, all contractor acceptance testing must be performed by independent testing laboratories as ' specified in Paragraphs 1-14.1.a and 1-14.1.b. Measurement The work covered by this section shall be considered as a subsidiary obligation of the Contractor covered under applicable contract items. ' Payment No direct payment will be made for this work , DIVISION 5 SURFACE TREATMENT AND PAVEMENTS 5-01 CEMENT CONCRETE PAVEMENT REHABILITATION Replace Portland Cement Concrete Panel , Section 5-01.3(4) is supplemented with the following: Joint sealing material for PCC Joint Sealant shall meet the requirements of ASTM D 5893 - Standard Specifications for Cold Applied, Single Component, Chemically Curing Silicone Joint Sealant for Portland Cement Concrete Pavements. Measurement Section 5-01.4 is supplemented with the following: When dowel bars are called for in the plans or project specifications their measurement will not be made separately but shall be included in the Replace Cement Concrete Panel bid item. ' RNT001 FBO PARKING LOT RECONSTRUCTION AND C-RAMP STORM DRAINAGE REPAIR 18 r 5-04.3(7)A Mix Design (March 10, 2010 APWA GSP and additional project-specific Special Provisions) Delete this section and replace it with the following; r1. General. Prior to the production of HMA, the Contractor shall determine a design aggregate structure and asphalt binder content in accordance with WSDOT r Standard Operating Procedure 732. Once the design aggregate structure and asphalt binder content have been determined, the Contractor shall submit the HMA mix design on DOT form 350-042 demonstrating the design meets the requirements r of Sections 9-03.8(2) and 9-03.8(6). For HMA accepted by commercial evaluation only the first page of DOT form 350-042 and the percent of asphalt binder is required. In no case shall the paving begin before the determination of anti-strip requirements has been made. Anti-strip requirements will be determined by: Testing by Contractor in accordance with WSDOT TM 718. r The mix design will be the initial Job Mix Formula (JMF) for the HMA being produced. Any additional adjustments to the JMF will require the approval of the Project Engineer and may be made per Section 9-03.8(7). rMix design -verification is valid for one year from the date of verification. At the discretion of the Engineer, agencies may accept mix designs verified beyond the ' verification year with certification from the Contractor that the materials and sources are the same as those shown on the original mix design. ' The Contractor shall select a design level of Equivalent Single Axle Loads (ESAL's) appropriate for the required use and shall submit to the Owner for final approval prior to construction. ' . 2. Mix Design Verification. Not Required ' 3. Field Verification Testing Process. Not Required ' 4. Non Statistical Evaluation. Non statistical acceptance will apply to all HMA not designated as Commercial HMA in the contract documents. Non statistical acceptance testing will be conducted as outlined in 5-04.3(8)A. r5. Commercial Evaluation. HMA shall be accepted by a Manufacturer's Certificate of Compliance stating the material meets the requirements in the contract. Where r HMA Commercial is used for the traveled way, a minimum of one acceptance test to verify gradation, fracture, sand equivalent, and oil content is required for each day of paving in addition to the Manufacturer's Certificate of Compliance. ' 5-04.3(8)A1, General (March 10, 2010 APWA GSP and additional project-specific Special Provisions) rDelete these sections and replace them with the following: rAcceptance of HMA shall be as defined under nonstatistical or commercial evaluation. rRNT001 FBO PARKING LOT RECONSTRUCTION AND C-RAMP STORM DRAINAGE REPAIR 19 Nonstatistical evaluation will be used for all HMA not designated as Commercial HMA in the contract documents. ' Commercial evaluation will be used for Commercial HMA and other classes of HMA as allowed by the contract. Commercial HMA may be used for amounts of HMA less ' than 2500 tons in any application. Testing beyond that specified in 5-04.3(7)A, Item 3 for Commercial HMA will be at the discretion of the Engineer. Anti-strip additive, where required, will be verified and documented by the Engineer. Aggregates. The acceptance criteria for aggregate properties of sand equivalent, , voids in mineral aggregate (VMA), fracture and gradation will be their conformance to , the requirements of Section 9-03.8(2) the Standard Specification, 2012 edition. 5-04.3(8)A4, Definition of Sampling Lot and Sublot (March 10, 2010 APWA GSP and additional project-specific Special Provisions) Delete this section and replace it with the following: ' For the purpose of acceptance sampling and testing, a lot is defined as the total quantity of material or work produced for each job mix formula (JMF) placed. Only one lot per mix ' design will be expected to occur. The initial JMF is defined in Section 5-04.3(7)A Mix Design. The Contractor may request a change in the JMF in accordance with Section 9- 03.8(7). If the request is approved, all of the material produced up to the time of the , change will be evaluated on the basis of tests on samples taken from that material and a new lot will begin. For proposal quantities less than 2500 tons sampling and testing for evaluation shall be ' performed as described in 5-04.3(7)A, item 5, Commercial Evaluation. The verification sample referenced in item 3 may be used as an acceptance sample, additional testing will be at the discretion of the Engineer. When using a previously verified mix design, testing for volumetric properties may be waived at the engineer's discretion. At least one acceptance sample is required when using this method of acceptance. 5-04.3(8)A5, Test Results ' (March 10, 2010 APWA GSP and additional project-specific Special Provisions) Delete this section and replace it with the following: The Contractor's Independent Testing Laboratory will furnish the Owner with a copy of the results of all acceptance testing performed in the field at the beginning of the next t paving shift. The Contractor's Independent Testing Laboratory will also provide the Composite Pay Factor (CPF) of the completed sublots after three sublots have been ' produced. The CPF will be provided by the midpoint of the next paving shift after sampling. Sublot sample test results (gradation and asphalt binder content) may be challenged by the Contractor. For HMA mixture accepted by statistical evaluation with a mix design that did not meet the verification tolerances, the test results in the test section including the percent air voids (Va) may be challenged. To challenge test results, the Contractor shall submit a written challenge within 7-calendar days after receipt of the specific test results. A split of the original acceptance sample will be retested as , determined by the Project Engineer. The split of the sample with challenged results will not be tested with the same equipment or by the same tester that ran the original acceptance test. The challenge sample will be tested for a complete gradation analysis , and for asphalt binder content. The results of the challenge sample will be compared to RNT001 FBO PARKING LOT RECONSTRUCTION AND C-RAMP STORM DRAINAGE REPAIR 20 the original results of the acceptance sample test and evaluated according to the ' following criteria: Deviation ' U.S. No. 4 sieve and larger Percent passing ±4.0 U.S. No. 8 sieve Percent passing ±2.0 U.S. No. 200 sieve Percent passing ±0.4 Asphalt binder Percent binder content±0.3 Va Percent Va ±0.7 ' If the results of the challenge sample testing are within the allowable deviation established above for each parameter, the acceptance sample test results will be used for acceptance of the HMA. The cost of the additional testing will be the Contractor's responsibility. ' 5-04.3(8)A7 Test Section— HMA Mixtures (March 10, 2010 APWA GSP) Delete this section. ' 5-04.5(1)A Price Adjustments for Quality of HMA Mixture (March 10, 2010 APWA GSP) Delete the first paragraph and table and replaced them with the following: Statistical analysis of quality of gradation and asphalt content will be performed based ' on Section 1-06.2 using the following price adjustment factors: Table of Price Adjustment Factors Constituent Factor"f" ' All aggregate passing: 1 %", 1", 3/4", 'h", 3/8" and No. 4 sieves 2 All aggregate passing No. 8 15 All aggregate passing No. 200 sieve 20 Asphalt binder 52 ' Delete items 1-3 in Paragraph two and replaced with the following: A pay factor will be calculated for sieves listed in Section 9-03.8(7) for the class of HMA and for the asphalt binder. 1. Nonstatistical Evaluation. Each lot of HMA produced under Nonstatisical Evaluation and having all constituents falling within the tolerance limits of the job mix formula shall be accepted at the unit contract price with no further evaluation. When one or more constituents fall outside the nonstatistical acceptance tolerance limits in Section 9-03.8(7), the lot shall be evaluated in accordance with Section 1-06.2 to determine the appropriate CPF. The nonstatistical tolerance limits will be used in the calculation of the CPF and the maximum CPF shall be 1.00. When less than three sublots exist, backup samples of the existing sublots ' or samples from the street shall be tested to provide a minimum of three sets of results for evaluation. ' 2. Commercial Evaluation. If sampled and tested, HMA produced under Commercial Evaluation and having all constituents falling within the tolerance RNT001 FBO PARKING LOT RECONSTRUCTION AND C-RAMP STORM DRAINAGE REPAIR 21 limits of the job mix formula shall be accepted at the unit contract price with no further evaluation. When one or more constituents fall outside the commercial ' acceptance tolerance limits in Section 9-03.8(7), the lot shall be evaluated to determine the appropriate CPF. The commercial tolerance limits will be used in the calculation of the CPF and the maximum CPF shall be 1.00. When less than ' three sublots exist, backup samples of the existing sublots or samples from the street shall be tested to provide a minimum of three sets of results for evaluation. For each lot of HMA produced under Nonstatistical or Commercial Evaluation when the calculated CPF is less than 1.00, a Nonconforming Mix factor (NCMF) will be determined. The NCMF equals the algebraic difference of CPF minus 1.00 multiplied ' by 60 percent. The Job Mix Compliance Price Adjustment will be calculated as the product of the NCMF, the quantity of HMA in the lot in tons, and the unit contract price per ton of the mix. If a constituent is not measured in accordance with these Specifications, its individual , pay factor will be considered 1.00 in calculating the composite pay factor. 5-04.5(1)6 Price Adjustments for Quality of HMA Compaction ' (March 10, 2010 APWA GSP) Delete this section and replace it with the following: ' The maximum CPF of a compaction lot is 1.00 ' For each compaction lot of HMA when the CPF is less than 1.00, a Nonconforming Compaction Factor (NCCF) will be determined. THE NCCF equals the algebraic difference of CPF minus 1.00 multiplied by 40 percent. The Compaction Price , Adjustment will be calculated as the product of the NCCF, the quantity of HMA in the lot in tons and the unit contract price per ton of the mix. DIVISION 6 , STRUCTURES 6-01 GENERAL REQUIREMENTS FOR STRUCTURES , 6-01.1 Description Section is supplemented with the following: City of Renton standards and requirements, and all public and private utility standards and ' requirements including but not limited to electric power, telephone, television, communication, water, gas, all petroleum products, steam, chemicals, sewage, drainage, irrigation and similar pipes, lines or cables, whether shown in the contract documents or not, ' shall supersede WSDOT standard specifications and general special provisions. RNT001 F80 PARKING LOT RECONSTRUCTION AND C-RAMP STORM DRAINAGE REPAIR 22 DIVISION 7 DRAINAGE STRUCTURES, STORM SEWERS, SANITARY SEWERS, WATER MAINS, AND CONDUITS ' Add the following section: 7-00 GENERAL REQUIREMENTS FOR DRAINAGE STRUCTURES, STORM SEWERS, 1 SANITARY SEWERS, WATER MAINS, AND CONDUITS 7-00.1 Description City of Renton standards and requirements, and all public and private utility standards and requirements including but not limited to electric power, telephone, television, communication, water, gas, all petroleum products, steam, chemicals, sewage, drainage, irrigation and similar pipes, lines or cables, whether shown in the contract documents or not, shall supersede WSDOT standard specifications and general special provisions. ' 7-01 DRAINS Description Section 7-01.1 is supplemented with the following: Work also consists of construction slotted drain in accordance with the plans, these ' Specifications and Standard Plans, and Manufacturer Requirements and Recommendations at the locations shown on the plans. Materials Section 7-01.2 is supplemented with the following: Slotted Drain shall meet the requirements shown in the plans. Slotted Drain channel is made from LLDPE linear Low Density Polyethylene. Channels to have a mechanical tongue and groove and bolted connection, and shall mechanically lock into the concrete surround every at a maximum interval of 5-inches along it's length. Channel shall have a .011 Manning's coefficient, and neutral non-sloping body. Top reveal shall be non removable and is the finish at the surface. System shall be anchored into the concrete with Rebar clips or physical anchors at an interval of 5 to 10-inches along the channel ' body. Integral Rebar Clips are standard. Minimum 3000 psi concrete encasement shall include longitudinal #4 0.5-inch rebar along chairs on either side of the trench neck. System shall be capable capable of Supporting H-20/1-1-25 Top Load Classification. ' The Contractor shall provide a drainage plan with details of all component parts to the proposed system for Owners review and approval prior to ordering materials. ' Add the following section: 7-01.3(3) Slotted Drain Slotted Drain shall be installed in conformance with the Manufacturer's requirements and recommendations and as follows: EXCAVATION. Excavation shall be made to the required width and depth, and the subgrade upon which the drain is to be built shall be a smooth, uniform grade compacted ' to 95% of the maximum density as determined by ASTM D 698. All soft and unsuitable material shall be removed and replaced with suitable approved material. The underlying ' RNT001 FBO PARKING LOT RECONSTRUCTION AND C-RAMP STORM DRAINAGE REPAIR 23 1 course shall be checked and accepted the Owner before placing drain. The width of the trench shall be sufficient to permit satisfactory installation and jointing of the slotted drain and placing of a high slump concrete backfill material under and around the drain, but shall not be less than the external slotted drain diameter plus 6 inches (150 mm) on each side. The depth of the trench shall be as shown on the plans. , The trench may be roughly shaped to the slotted drain bed. INSTALLATION. The Portland Cement Concrete mix design and forms for the mixing, placing, finishing, and curing of concrete for channel drains and slotted drains shall conform to the requirements of the Manufacturer and Standard Specifications, or as shown on the drawings, and shall be in accordance with the following requirements. The , concrete shall have a minimum compressive strength of 3,000 PSI at 28 days and shall be air entrained with a design air content of 5.5 percent. The concrete shall be tamped and spaded until it is consolidated and mortar entirely covers and forms the top surface, The surface of the concrete shall be floated smooth and the edges rounded the radii sown on the drawings. Before the concrete is given the final finishing, the surface shall be tested with a 10-foot straightedge, and any irregularities of more than % inch in 10 feet shall be eliminated.. Concrete for channel drains and slotted drains shall be scored with Dummy-grooved joints matching the joints at the connection of the preformed sections or adjacent concrete joint spacing as directed by the Owner, if applicable, not to exceed 15 feet ' apart, except where shorter lengths are necessary for closures, but no section shall be less than 4 feet long. Expansion joint and sealant material of the type shown in the drawings shall be , constructed to replace a dummy groove at maximum spacing of 60 feet or as otherwise recommended by the Manufacturer or shown on the drawings. When the drain is placed next to concrete pavement, expansion joints in the drain encasement shall be located opposite expansion joints in the pavement. When a drain abuts a concrete pavement or other concrete structure, an expansion joint shall be placed between the drain and the other structure. Longituidinal joints along the edges of the channel drains and slotted drains shall be constructed as shown in the plans. Forms shall not be removed within 24 hours after the concrete has been placed. Minor defects shall be repaired with mortar containing 1 part cement and 2 parts fine aggregate. , The operations of depositing, compacting, and finishing channel drains and slotted drains shall be conducted so as to build a satisfactory structure. If any section of the concrete is , found to be porous, other than minor defects which may be plastered or is otherwise defective, it shall be removed and replace by the Contractor without additional cost to the Owner. JOINING. The top of all drains.shall be held firmly in place to the proper grade, to preclude movement during the backfilling operation. Drain joints shall be firmly joined as per manufacturer's recommendations, or as indicated, to secure the pipe and prevent infiltration of the backfill. The installation of channel drain and slotted drain shall be per manufacturer's recommendations. RNT001 FBO PARKING LOT RECONSTRUCTION AND C-RAMP STORM DRAINAGE REPAIR 24 , BACKFILLING. All drains shall be inspected before any concrete or backfill is placed. ' Damaged drains shall be aligned or replaced at the expense of the Contractor. The drain assemblies shall be backfilled with concrete that will easily flow under and ' around the drain and the trench wall. The opening in the top of grates and castings shall be covered to prevent unwanted material from entering the drain during the backfilling and subsequent surfacing operations. III t After concrete has sufficiently cured, the spaces adjacent to the structure shall be refilled to the required elevation with material specified on the drawings and compacted by mechanical equipment to the density required under paved areas for the respective backfill materials. In the case of conflicting installation requirements between the plans, these specifications, and Manufacturer requirements or recommendations, the more stringent shall apply. Measurement Section 7-01.4 is supplemented with the following: ' The length of slotted drain will be the number of linear feet of completed installation measured along the invert. Pipe in excess of the length designated by the Owner will not be measured or paid for. An additional 36-inches of PCC shall be constructed at the ends of the slotted drain and will not be measured or paid for. All fittings, pipes, joints and connections to drainage structures or other pipe types will not be measured or paid for. The number of slotted drain cleanout ports will be measured per each. All fittings, joints and connections to the slotted drain will not be measured or paid for Payment Section 7-01.5 is supplemented with the following: "6 In. PVC Roof Drain Pipe", per linear foot "Slotted Drain", per linear foot "Slotted Drain Cleanout Port", per each ' 7-04 Storm Sewers Cleaning and Testing Section 7-04.3 1 is supplemented with the following: ' t � ) pp 9 Cleaning and Testing shall meet City of Renton Requirements. i Payment Section 7-04.5 is supplemented with the following: "Ductile Iron Storm Sewer Pipe 12 In. Diam., per linear foot "Ductile Iron Storm Sewer Pipe 16 In. Diam., Areas of Pavement Reconstruction", per linear foot "Ductile Iron Storm Sewer Pipe 16 In. Diam., Existing HMA Pavement", per linear foot Prices shall include compensation for all cleaning and testing activities. RNT001 FBO PARKING LOT RECONSTRUCTION AND C-RAMP STORM DRAINAGE REPAIR 25 i 7-05 Manholes, Inlets, Catch Basins, and Drywells Connections to Existing Manholes Section 7-05.3(3) is supplemented with the following: ' This section also applies to the existing box culvert connection. The Contractor shall verify invert and top elevations prior to construction. The Contractor shall excavate as required to obtain access to the box culvert. The box culvert shall be kept in operation at all times and the necessary precautions shall be taken to prevent debris or other material from entering the sewer. All damage to the box culvert resulting from the Contractor's operation shall be repaired at no expense to the Contracting Agency. Payment Section 7-05.5 is supplemented with the following: , Prices shall include compensation for all cleaning and testing activities. ' DIVISION 8 ' MISCELLANEOUS CONSTRUCTION Add the following section: 8-00 GENERAL REQUIREMENTS FOR MISCELLANEOUS CONSTRUCTION 8-00.1 Description City of Renton standards and requirements, and all public and private utility standards and requirements including but not limited to electric power, telephone, television, communication, water, gas, all petroleum products, steam, chemicals, sewage, drainage, irrigation and similar pipes, lines or cables, whether shown in the contract documents or not, shall supersede WSDOT standard specifications and general special provisions. All work shall be done in conformance with above standards and requirements. 8-01 EROSION CONTROL AND WATER POLLUTION CONTROL Measurement Section 8-01.4 is supplemented with the following: When shown as lump sum in the Plans or in the Proposal, Erosion Control will be measured per lump sum and will include all items associated with temporary erosion control as shown on the plans, proposal, or in the specificaions. RNT001 FBO PARKING LOT RECONSTRUCTION AND C-RAMP STORM DRAINAGE REPAIR 26 Payment Section 8-01.5 is supplemented with the following: "Erosion Control", lump sum. ' Payment shall be made at the Contract lump sum for"Erosion Control". This price shall be full compension for elements of work, testing, surveying, for furnishing materials; for all disposal costs, and for all site restoration and cleanup costs, labor, equipment, tools, ' submittal of all required documentation, and incidentals necessary as shown on the plans. or otherwise necessary to complete the item unless performed under another bid item. 8-02.4 ROADSIDE RESTORATION Measurement Section 8-02.4 is supplemented with the following: When shown as lump sum in the Plans or in the Proposal, construction of a Biofiltration swale will be measured per lump sum and will include all items associated with the ' Biofiltration swale as shown on the plans, proposal, or in the specificaions except as noted. Excavation for the Bioinfiltration swale will be paid under the Roadway Excavation Incl. Haul bid item. Payment Section 8-01.5 is supplemented with the following: "Biofiltration Swale", lump sum. Payment shall be made at the Contract lump sum for"Biofiltration Swale". This price shall be full compension for elements of work including perforated pipe, testing, surveying, for furnishing materials; for all disposal costs, and for all site restoration and cleanup costs, labor, equipment, tools, submittal of all required documentation, and incidentals necessary as shown on the plans or otherwise necessary to complete the item unless performed under another bid item. I8-04 CURBS, GUTTERS, AND SPILLWAYS Add the following two sections: 8-04.3(6) Relocate Existing Wheel Stop Contractor to remove Owner provided wheel stops from onsite location, thoughoughly clean including pressure washing, paint yellow (2 coats), reinstall in locations shown, and anchor using new materials. 8-04.3(7)Aircraft Tie-down Contractor to install Aircraft Tie-down in conformance with the drawings and manufacturer requirements. The location of the existing tie-down anchors to be demolished shall be documented by survey prior to removal. The tie-down anchors shall be laid out by survey, and be installed at the existing locations locations confirmed with the Owner prior to installation. Installation shall be in accordance with the drawings and manufacturers recommendations, whichever is more restrictive. Verify with the Owner. ' Contractor shall protect new pavement from uplift, scarring or other damage and shall repair to the satisfaction of the Owner. Concrete shall conform to the requirements of the Manufacturer and Standard Specifications, or as shown on the drawings, and shall be in accordance with the following requirements. The concrete shall have a minimum RNT001 FBO PARKING LOT RECONSTRUCTION AND C-RAMP STORM DRAINAGE REPAIR 27 i compressive strength of 3,000 PSI at 28 days. All debris and residue shall be cleaned by broom, power wash, or as required without damage to new pavement. Measurement Section 8-04.4 is supplemented with the following: Relocation of Existing Wheel Stops will be measured per each Aircraft Tie-down will be measured per each new tie-down anchor installed, as completed units in place, ready and operational, and accepted by the Owner. Payment Section 8-04.5 is supplemented with the following: "Relocate Existing Wheel Stop", per each. "Aircraft Tie-down", per each. Add the following section: ' 8-31 SANITARY REQUIREMENTS (NEW SECTION) ' 8-31 Description This item consists of placing portable sanitary stations on site. i 8-31.4 Measurement There is no measurement item for this requirement. 8-31.5 Payment There is no unit price for this item. All costs shall be incidental to all bid items throughout the life of the project. DIVISION 9 i MATERIALS 9-03.8(2) HMA Test Requirements (March 10, 2010 APWA GSP) Section 9-03.8(2) is supplemented with the following: ESAL's The Contractor shall select a design level of Equivalent Single Axle Loads (ESAL's) appropriate for the required use and shall submit to the Owner for final approval prior to construction. RNT001 FBO PARKING LOT RECONSTRUCTION AND C-RAMP STORM DRAINAGE REPAIR 28 J 9-03.8(7) HMA Tolerances and Adjustments (March 10, 2010 APWA GSP) Delete Item 1 and replace it with the following: ' 1. Job Mix Formula Tolerances. After the JMF is determined as required in 5-04.3(7)A, the constituents of the mixture at the time of acceptance shall conform to the following tolerances: . Nonstatistical Commercial Evaluation Evaluation Aggregate, percent passing ' 1" 3/<<" '/2", and 3/8" sieves ±6% ±8% U.S. No. 4 sieve ±6% ±8% U.S. No. 8 sieve ±6% ±8% U.S. No. 200 sieve ±2.0% ±3.0% Asphalt Binder ±0.5% ±0.7% ' These tolerance limits constitute the allowable limits as described in Section 1-06.2. The tolerance limit for aggregate shall not exceed the limits of the control points section, except the tolerance limits for sieves designated as 100% passing will be 99-100. The tolerance limits on sieves shall only apply to sieves with control points. CONSTRUCTION PROJECT DAILY SAFETY INSPECTION CHECKLIST follows. r f t i 1 1 1 rRNT001 FBO PARKING LOT RECONSTRUCTION AND C-RAMP STORM DRAINAGE REPAIR 29 September 29,2011 AC 150/5370-217 Appendix 4. Construction Project Daily Safety Inspection Checklist The situations identified below are potentially hazardous conditions that may occur during airport construction projects. Safety area encroachments,unauthorized and improper ground vehicle operations, and unmarked or uncovered holes and trenches near aircraft operating surfaces pose the most prevalent threats to airport operational safety during airport construction projects. The list below is one tool that the , airport operator or contractor may use to aid in identifying and correcting potentially hazardous conditions.It should be customized as appropriate for each project. Potentially Hazardous Conditions DATE OF INSPECTION Item Action Required or None Excavation adjacent to runways,taxiways,and aprons improperly backfilled. ❑ Mounds of earth,construction materials,temporary structures,and other obstacles near any open runway, taxiway,or taxi lane;in the related Object Free area ❑ and aircraft approach or departure areas/zones;or obstructing any sign or marking. Runway resurfacing projects resulting in lips exceeding ❑ 3 in(7.6 cm)from pavement edges and ends. Heavy equipment(stationary or mobile)operating or idle near AOA, in runway approaches and departures ❑ areas,or in OFZ. Equipment or material near NAVAIDs that may degrade or impair radiated signals and/or the ❑ monitoring of navigation and visual aids.Unauthorized or improper vehicle operations in localizer or glide slope critical areas,resulting in electronic interference and/or facility shutdown. Tall and especially relatively low visibility units(that is,equipment with slim profiles)—cranes,drills,and ❑ similar objects—located in critical areas,such as OFZ and approach zones. Improperly positioned or malfunctioning lights or unlighted airport hazards,such as holes or excavations, ❑ on any apron,open taxiway,or open taxi lane or in a related safety,approach,or departure area. Obstacles,loose pavement,trash,and other debris on or near AOA. Construction debris(gravel,sand,mud, ❑ paving materials)on airport pavements may result in aircraft propeller,turbine engine,or tire damage.Also, loose materials may blow about,potentially causing personal injury or equipment damage. 51 Appendix 4 Construction Project Daily Safety Inspection Checklist AC 150/5370-217 September 29, 2011 Item Action Required or None Inappropriate or poorly maintained fencing during construction intended to deter human and animal intrusions into the AOA.Fencing and other markings ❑ that are inadequate to separate construction areas from open AOA create aviation hazards. Improper or inadequate marking or lighting of runways (especially thresholds that have been displaced or runways that have been closed)and taxiways that could cause pilot confusion and provide a potential for a ❑ runway incursion. Inadequate or improper methods of marking,barricading,and lighting of temporarily closed portions of AOA create aviation hazards. Wildlife attractants—such as trash(food scraps not collected from construction personnel activity),grass ❑ seeds,tall grass,or standing water—on or near airports. Obliterated or faded temporary markings on active ❑ operational areas. Misleading or malfunctioning obstruction lights. Unlighted or unmarked obstructions in the approach to ❑ any open runway pose aviation hazards. Failure to issue,update,or cancel NOTAMs about airport or runway closures or other construction related ❑ airport conditions. Failure to mark and identify utilities or power cables. Damage to utilities and power cables during construction activity can result in the loss of runway/ taxiway lighting;loss of navigation,visual,or approach ❑ aids;disruption of weather reporting services;and/or loss of communications. ( Restrictions on ARFF access from fire stations to the ❑ runway/taxiway system or airport buildings. Lack of radio communications with construction ❑ vehicles in airport movement areas. Objects,regardless of whether they are marked or flagged,or activities anywhere on or near an airport ❑ that could be distracting,confusing,or alarming to pilots during aircraft operations. Water, snow,dirt,debris,or other contaminants that temporarily obscure or derogate the visibility of runway/taxiway marking,lighting,and pavement ❑ edges.Any condition or factor that obscures or diminishes the visibility of areas under construction. Spillage from vehicles(gasoline,diesel fuel,oil)on active pavement areas,such as runways,taxiways, ❑ aprons,and airport roadways. Appendix 4 Construction Project Daily Safety Inspection Checklist 52 September 29,2011 AC 150/5370-2F Item Action Required or None , Failure to maintain drainage system integrity during construction(for example,no temporary drainage ❑ ' provided when working on a drainage system). Failure to provide for proper electrical lockout and tagging procedures.At larger airports with multiple maintenance shifts/workers,construction contractors ❑ should make provisions for coordinating work on circuits. , Failure to control dust. Consider limiting the amount of area from which the contractor is allowed to strip turf. ❑ Exposed wiring that creates an electrocution or fire ignition hazard.Identify and secure wiring,and place it ❑ in conduit or bury it. Site burning,which can cause possible obscuration. ❑ ' Construction work taking place outside of designated ❑ work areas and out of phase. 1 t i 1 f 1 53 Appendix 4 Construction Project Daily Safety Inspection Checklist Q w m � o z o � z z r r w a v=i O W o m cr O z ❑ �3: w z z J Q U OZ22 a HZO Z 0 cr w ¢ ¢ p 2 z QWmr o a-n a w w¢z o W 0-16wW �(D <za = z to w co Z ,WA W O W o J W Q cr m a O Z _ v, W=OUnJ =° Uw - U Q � W�nCnwmmo �� � UJ O LU Z cr 0 w Op W Q J O L) 0Ww 00 O a Z z W F CC LL W Hz � V z z ❑- rO❑¢❑ Q Z- O Cl) W C) a aF M3:0 Z�w� tea: Q W z zW -Zic znorw a w D m Z W Ir z �� wNMxQwwo m a cr F- Z g O- Q > zYQWZSCn¢ LL, cr O O a Q O Z _.z Q � � QDWzwO�pz¢ Z a w_❑ W Z rnW -OCLWWOao CC W Q cr O¢ J ¢ W W N c'7 S ❑❑ ❑¢2 L¢L W O J w_W ^ x W Q S W ❑ w ¢ F Q O Q W❑¢ Z co O QawWto p �' W i '�1 cr < J //C11 Q r�Q¢Ocn¢w20 a o �ZO¢ mrw ¢ wv U a> -r O V jZ>Q axOz2a2WWw Co� C7 � U � Z UWQr-m W wQ(o W QQ2<oU W rJz ❑ Qw�� ¢ O W LLj WCL n U)(L ❑Qt aQ 0Cn0LLl❑ 0( U s ¢�z� '7 c7� �'Un '7 zzx 7 ❑ � J 0-0 Wz ¢Zo o Un Z 00OOW0 O Cl)zWN O O�z�Q O w�U LLU—) < Wir LLJ 0 to rH Z�Z F U C7 �� > -H a w r ¢O w ~ w ZW a_j 0 cc Ir O rWg �WNO UwWN ¢ °�W�oO SOW W2S2 >pJ¢WO Lll C7 ?r UfAm J o¢Oco¢�O a Q � ¢S a armSo a Cnx > war- � awQ¢ Q W 2 WZ U C) Of ❑ ❑ ❑ UOCZ cA CL OZ) CL a W (D w a cn Q Z g w Z g z a J J z ova p O 'a ,a� r z z z Q o g (D z O z z z a cwc Zn M N 3Atl JQNd G Q Q ¢ € Cl) W a a z a w V) ❑ Q Q a w F z _ W ❑ ❑ < g N 3Atl NtlJOI Z y W Q O �R z w z IL o ; Z V ❑ < Z_ ❑ Z — i LL Z_ W O LL LL Z Q Z Y - a y w 0 Un fn Z J ❑ J Cn Q Ir z Z Ph 5 z z g a ❑ Q w z J O ❑ w O 0 a w 0 E ru 0 co a P�" Q w a c~J z D Q o ❑ z za C�C w Y• w 2 ¢ ¢ ¢ O w Z a Q Q m G J cn w H a W W O W w p Z Z Z Z a H 5 O O ° w O O w F Q ¢ ¢ ¢ �? O O U it U �P� U m H U U o cn o C7 U ❑ ❑ U) _ � - O w Z z w = � cc J ;' Q a Q �� GRO U � V r r o OZ a M v n m r` ao rn ° r f s R� a (D U) �OJ Q¢O W ° _ > W� U ~ U-IS- 0 W Q Z Q cQi� ir Z Cn Cn ❑ Q III z o o a m p O ON O 2 Z O U O Q F ° ¢¢ }Q 0 J p vii GG 0�m 2J�w Q wQ p O ww wUSO Ocl �o °W �Cn7 L1. C7 �O¢ QQZ>Zcn t=C/) U F Oz xQO_O UZ�W O W YS F-LUU W�U USO❑OQ FO o ��--' HF-,8 QWU° Jr� O~ WFtn I F- F- FCn S- Z JW � >- W>❑ � �mn cnp❑ zC7zNzZ J¢ �? OOZw Uo_o¢ w�Or LLo �Um P" QN OF W¢ O_}2¢¢O Q� S Z ZQ L¢LW Q� z¢z SJJ Ow QJ UzQ 0>Q�za UO O QO z~0¢ 2oQU cnQQ zw Z DcnQ ¢�O -:1n,rC O ¢ O w� J¢¢O OQp¢m Ozw Wd >cUi�Y , �c75m 0 C,' awl OzozC7z Cr� LL w UJ ❑LLI 0 Z¢ CL ~QU JW W ¢ W 2 m J¢> U0w0z0 ° o Z w ZS wUw0 w¢QZ DUQ w¢ HOW O mm U a�0 WpwC)L) o p ¢ wcn ¢ >CO ¢OW0 ¢z z= W zr� z � U ¢ UU W¢W z U OO gJ w 2H FEW w Q¢ W W_ Cn awa ZSC~nS<U QF J ° Qz �wJQ 2z�z W <n¢m w0 C cnw, .- WW� ¢��}mow WX Q ° �Q w¢QZ =oz¢ J 6LLW �° G °, O W¢ w cn W m 0¢ Q W 2 ¢ J Z ¢¢— U z S H W w¢o W CE �❑� wO�O�LL OHO co ~ j� WOZW 3:0F-0 QOM zW _ZZLL OOz ¢UOwow JQF z g WU p>❑w>iU wu-0 0 FZZ QCn ❑-❑ A-+ p¢OU �uoruQa-j 0 W O w Q¢Q aQowa zUwU W 99M wm `O F-ZW H w W ¢¢2>¢Z J W z n- ¢W> -W=W Q a W U w a r Z W a = o O wr¢ ornYS = W x w WU_ ¢w~ JOo°J°�o z-10 z CE zO aOa OmwOJ oU¢wm U z�z ¢J W z �,//,� z F %0 ¢g z Q O Q W--L p 0 LU-L J Q CL Z J W J-Q Q°Q w _I w z p Q m 2 � F o W LL m gx U- o z o Otw W W Q zJ J�2S (nOH U W�Q JQF2 ZQa❑ ¢UUD JF F Z¢ J H wF¢ W 2¢? 2UCn F W Z 7 Q W S� QJ ❑U� 0=Z OQZ�O� w¢o �m O y~yQ� Q�LLZ mWag L ¢a¢C7 WP: A QFF O O H JHOZ0m mO¢ F J Il CnS wZ(nO JSZQ O O_WNZ W Z v, ¢CnU Z�� QU��OQ ro o° J F-WO C70t-� J�O ZZ J Z WZQ a_ �Z� ¢a WW Qw Q9z zw = OOM ZF =�U¢_ /�� Q~0? o_= O Z0_U V� Z Q W W W¢0O>J xHJ Q° JUD fnW S� UZ❑Q U OZm ~ O>W �Ir J fr UQ zOQpzM< MOM �< O N�� �O00 OF-zQ = ¢OOZOF Z� () 0W� °� aW°}°w°o 0w° WF- m ozz �OZM F��o �Wm° �� J gaw LLI zaa zzWW�" Z°m z "}° 2UQN❑ zraQ c ) zg,m mz Y zv0 Z O Z¢ ¢W LL Cr a:1 Z C)IL° O O 0 W ❑Z W Q O W Z 0 O W 0 Z Z O Z W O Z 0 IL W W Fob 000W°O FF(D Qa Q °�? >- 0- a�2W /O\ T ao °oz0 \CW °~ TZ LL C r N (h V In CO I- a0 `/ r N / r 6MP'8 AOO OOlNd\SLaa4.\JMC7\ 6ild d LOO1Nd\d ape q-wd9O b-ZL/6O/OL it w m T J J Z N c) ❑ Q W � � T J O U) O LL W W - a. C0 O 0 x zzm o F O? _j a ❑ zW p of x O 0¢ Z m cD❑ w w ¢ o! a a x W? W x H O Z C7 H Y U J w ❑ Z Ow J 0 Q� � W Z > ¢ D! p 5 > a aUa- v w of pad x a o o m o w CC cr W W w °z w W U 066 U W w w� w 3 W Q H oC J z ¢ O J > > J w 0 0 0 v O A F- a 0 Q w x a w w F o a s a c7 cn V U Z Z w I z � Q o o o V) m I I Ja a iL� W® b ZY¢ o Z Z LU I w U y I w II a Q W Q I m m a LL U 0 V a ® a I b w w ► I N >? O J w w I NC7 U 3 H 0 p !n p Z.. ¢ ZZY0W lii Lij C'S Q to m Qw (tSwm U LU Z �- w ❑ ❑ ❑ UQZ Cl) Z W D O z W J Z J H U Z j W J O U w O Z CO x x �_ W a a V) W J w ¢ 0 O O 2 Z FFQ- J Q w w j z JO m o z F W F W Q z OU LL WW J > Z_ Z_ m m Z_ Z Z OJ ¢ Z W J ) � Z 7 Y '�,i ❑ D d U' p Z Z 2 U F W LL q W 7 J Z O O a w m w w LL LL J D Q H } O O w ¢ ❑ 0 F W } D W > > p Z U LL ¢ ¢ F- Z w H W O O O LL w W ¢ Ir _ ¢ w 2 z W ¢ ¢ = a' a' of Q 0 W W m x 0 m U 0 LL ¢O O 0 Z U Z O o z � m E O � O w � o z w � H ❑ z z a IX w ¢ M a' O O O � w F- z 7 ¢ ¢ ¢ w J ¢ F J > > ¢ M ¢ ¢ ¢ W w (9 7 O W x w m w a w w U ❑ LL m x U m C9 W cn U cn U U cn v) M � m Cl) w m m ¢ cn ¢ o z o w w 1 o I I I l ; j H ® ® N © ® ® ^ a a ® o w Z I ' o I N 3 ' i � Xo y N � 1 ' I 1 1 I V I I I J 0 i 0 m I ' i i I I I I a x W z ' Xo 3 1 I ® �= X U) � 1 I I i i i u i N ® ° o ® 0j � © ® ® Gl 0 a x J x l i i i 1 I f X J U w i 0a x 0 o= 0 0 0 0 zo zoo zo O O O 5 F O f0 < N Q1 OD c7 tp O - (O 00 N 0° W W ID aa N N m O N O W m m V O n Q Z (O r co N N N W C Z N C Z N N m m N N F j ~j ~j CH w� w� cn U G ~ !n to !A !n > } > Z Z Z m LL QQ } Y LL !n LL LL a a ~ to m m LL LL a a a to (n (n fn m v1 } Y } z Z l z LL a LL LL Q tq 'n Q O w Z J J J J U U f/) O O O J J W m N J J J J W W W Z J J J J J W W W J Z J J J J J U U m O O U O J W J > > > a. w a z❑N l Y O �"U Q 0 8 ` A w 6 3 ` ❑ III W a E t; 5 I� z� �: w z 0),Z0 C7 c m U 2 0 �m W O Z War W II, O Q2 a LL z Z Z cZ a o N Z = � Y i � 1 I( o w ° C? z m N LL cli g LL Q w J Q O moo w � M z }Z W U Q~W°N m Z� °Z�'� Z ° ch K1-aON ° Z g z Ow00 W Z =��pT �WOQ �u�LLOw W F r 0 O LL aO� ¢ �j�FQ =¢~W >¢ax Lu Q ti cn z 2❑UZ ❑ O §ag❑T- cnQ�O ¢p�O ¢ = LL n :Ord----' ---- I O Q 0Z)�� Q W OugQW (11100-1 wm2� a cn O 3 zn z �m0� m 0, M, mQ?Q m��W W w ° ZHzz J z 2ozp� CD>0 z QcnY2 r U wW�W ❑¢QUO _ �0 ❑cog CL �Fl- 2 a Ua0wLL J ¢� Qmvi¢m U m aaa W a' ❑ Q 1,1°OW �ua�m uJQ�U' Z Z 1 I a U) a� z Oz ¢ cnJw m w Z wo, OWwm _O Q F- Fa¢ }QQ= QQmQm Q CU N ZF ❑�❑� ~ ~ ❑JOJ°C7¢m�F ❑W wJ Z z Z J ` Z O wmZLL Q W ZQ�oZ-Ci mtQUmzr= z0 a �z ¢��¢ Om =Z CC 00 a2-WN cc p: Z a Z - J p LL 2 _ \ O H M W O 0.Z_Z ❑ J J W O o Fr W W❑ �U a O fY \\ 1 O di S MU1 , U w m ZF o ¢mx W Q wQQmw t-w-W m 2¢ Q = w W ;. + r C7 Oz v m(n� Q m2�2JOQ¢t-pZ❑t-FW 2 � z ° W O z Fp Qwat- ❑ ❑ cn �wF��ZwQJ¢LL> a� U ma w �0 a ❑p>'w tW-zzWwQmmQ�❑❑a�¢W°� QZ (W7 O ~ z ,.... 1 } ', w >O ¢0 m wzQ�w aw�?g=0~gW�OCmrya TOZ� aOQ Z w - _ p \. 1 U z U Zin ❑Hw0 C7 (n�L0W L0mW J~xw~�ZZ UW ? W O U 2f�5 o1S ,,,, Q O° o mzLL Z z zgwpz❑QO o�'cs2oQ?a ZoCa ¢ i. II,ti+ z t= UW ¢ JW¢Q ¢ W¢wz¢wQFC7�F pr�QwW �� ¢ (� ° (� 1 -.i / (r 1, i r. J M m O a Z 2 O w Z a ❑ ¢ g Ww z ¢❑gym p J�°�Lor2xoVOz?moOwmm � Oa a if I1_ ', C) ❑ a N(n O u)U) w GaOZwF-~❑a00wwcnam0 ZJ Q Z Q / / 3 C ¢ Jo U O� x O cnHOLLZ�m❑Lgi �~ O(D M Q ¢ mr H C7 C7JQ I m -D 0 Wmz FQ(nz LL FZa li Z 0 Q� m zzJ� o z^pu�¢LL=OOt-�¢ Q W li Q r J -r x arQ2 z cn- pxw (nz❑01- oog ZY O C O cn U (oN ❑ wmUm �� Z WU1-Ow�JwwYa W U G to IL 2� : + q} � Z wma- vi OwQLLO¢�W¢z Q>iWWa a: 0. ° —�, lllt3:' Q w w�¢�� w (n�Zm�r Q �wa�ZWwww a U �I ~ ❑ OOO O ~(n U m(n 2 �o U Z O U 2�W Y��L�x 0 3: a � � cr \'.7j, 1}a U) O v U ❑ O m t=�Qin JOO(nm�QwUwLLLUwM O W/� a of r 1'la{9'.I U z � N ¢m F Qm¢O°o W 0(n W lE -O mz o m LL V/ ZS W 22❑OwFwX>-w0QZ cn;� t I I N(nZp2¢U pL WZwt-m>ZU2a { .;111 t; W}Ov°QZ¢Z>HZ W SO 0 ¢ N 2 p W Q p W p Q Z W-W 2 I S:l C7❑(n UFa2UQwZ�❑G>� J��S m~F-o a Wm O O w W $ 1 r t W JF2a W W-S-Wa:Q�LL 20w N ?� O W w V§cnZaWEJZ�QWwmlwwm o Q3 Z 4 i {iilF`ill.i I Lgic�nc�O�mcZ7r0U) C)wFiO�'w0LL HO U O 2 (n2~ C7 W W C'J�H H�m FZ U 2 ti4;(rl it l !'; i YF W z z FLL]¢W�Y F5 Otwi�~¢~QLL1Z ° !A �mOZ to ( n z-xot-¢J�mozo�}��Wxacw ❑ z•• a 3' Q>it-2aUU❑a2a2(n(i__J 9 n¢m w ¢ l 11 ug' ZzYOw ) ill O� I ° r cli r r LiiO3 Ucnm T w ' b \ jlliu t tl' ❑1 I ' a Q W 2 2 �❑ U 0. : , ��I I t 1, � It I ❑ ❑ ❑ U Q (n Z J fi' I O I Oa 1 1 i�il 11 lil a 1 O�m w W Q F W O W > m d O 1. ❑W�_jCO t-� WZ° ¢ p02�QZw0 HW ¢tea =LL w Z.oW�xO> Z F w ~a w rm� (nFOJ Za (n�2 ~O H zZamF-❑QS ° ❑�H J(n W a z p C7 F U W p 2 J W U ❑ -Ol Z 0 Z¢ O(q m F ¢J Q / 1 A. : 1 ri t� `I + a U Z W V>�a W Z m ~W> j Q 22J0 WW t- ZWW > F¢Z>�i O CW J C)N d j W (7 C7 (i {6 11 t t I: 1 Q� f Z 2 2 Y O (n 2 zz(° �r �' ' ll{t'1`t o t I �ocai�a�ZOZ F tom .ate F0`n \ I.tl h m ❑ cnza W Q -w t-.-.¢^�J LL cn 0 W p(n F 0 }Q Q F-�F Z Z O 4. .0 1,+. - U w J 2 m ❑ � - o w 2 H t a (o W- x t , U Y W +..1' LL W- Z F-co 3I. 43 zmUZoEvW Oa crixwC7wm x z�a w LLa Ja Hc)Wzm2 ❑ 0oF-wm❑J O zma�-U z W~Om00Za FO 2I<W>aa a rI F_❑UJOHO Zz Y MOWM0 i f l OI a _ U¢F z C)O Q O¢p W 2 i s al W U t W 2 O U z¢ m OD W U O Z U d a a0 CI1 r. ¢_ , ❑w ❑ U) F-f\ o f ,;�F-� Q oU Q mt-ro� ./ W i.. 1111 it `\ ¢ r c~1-JU' �¢� t-O W HJ Z ¢W LLJ is 1{r c~i�W0LL�0>� ZO 3: -cnC7rOz< F. O U w p J p U W Z 2^z Z♦- b -- O macn0 Way �w QW W m J U Z W 2 O ❑N Q m 0 ° Cn C3 OFOt-��Ot= Win �wWOz❑LL Z ❑ � � i Q��p(nLL❑a zZ zUm❑wtw�ZO O ZFZO❑OZ0 O0 Ow-o QU W 8) 0', mW �zwC7zZz zWO aJWW �❑ UWwZQma❑ ¢ 0�JFOCO-❑ z (n❑Z m W i ! �cnOWWO1-zwWz_ ��xNQmmQ (7 {' i Zr(ngxaQwF 51W0:) .0 Z f'r• ; wwL io~Wwm��ga m3�-vwM Fm t. F" , '�a: i t r NWZ¢2QCnZ❑ ❑WH JU}J D r 1 1 ❑ CnO H wn W 2c�-Q0F-J 23f W¢0❑J❑r�Wg�WCnt-T❑zWCJ- °zW�zzo°wv'QZSto8X,QZ<LWL zF¢Q \ I r QmUO �F-oC~LLaa❑ cn0} 3 t y n zmain00¢L�t w❑aOwp❑Z�zF-oOWz C7 C7 Ox O <cr C70JZ °¢ 0❑�Q r�.�fr � ¢5y Zz(oo �t :-1-.:1 1i 17r{j-�_ '\ J' CO Z9UwZ_Qj9L�i ¢m>O¢>M� t=0^ rrr mZ❑wl-Om¢�00z¢❑CO0LgLNOM1w0 U) a 5 , . W- ¢ ❑w m w Q m ¢W_ wm bo :t cf htt l: ❑mrwr00mar- OrU Za (n L, r11 i::i ¢ =wZOJ2awwILawZ mcnru0a w tt maMint-�t=m a2 ❑w Ua ❑ Z 3 71 ...I t) lr',:. +1 H LD Z , ui co n co °i U X o U W Z t l� YI�f) W.Z pwp Z Z >Q p W z >Q C7 �0❑O O a� LLQQWp C7 $ �. ii}, U' ; w WOJm2 Q❑ �zraQ P. ZDo {{ w m¢¢Ur ¢ <= zOO2wQz F a a❑ m t- a ❑r w '�a \ -�:r 6 t\ t Z N❑QQ❑ Z(n2Q Zw ¢z OUmWLL ❑OJOOW III'Wa' EM U pLL ZS- USQ LlJa i (n co v I� ❑ t-wZ3�z 0❑(np Uma�OZ 2 (n Z J¢ rn ¢2(n-z U / .Z w- O c / m mzp0a zWwa F°�Wzwm - - 1 zoww-mzW zs—0 z-Z zi i U W W Z w m z❑ O z W Z m w -• z c IL ZdZQpJ C7m W Z >O9zpp� r� W U F- ,� —J w O I M5W F- Q ¢- O 3 w / ° I r aZOwww= w�OWO maaZ¢(nU U - z W J O / <w LL a H �. L I U (n H / Z 1� `::\ 3 , ,::: \ 1 \,1� cn Z¢t=LL Z(n HZQO �OwO J�� W zOZ I mWC7omQ1- ~�m� (n0�0C1-❑O QI W U a / IL o� o .�..° ..��. �' ``"_.-��ti.? Il.-+-+°: \ +� i U❑>Q w J W 0>LL w O W Q U }2C7� .... ;t , 1 \ `1 Ocna�2¢O JOaO 2❑❑QOZS H o ' 1 7„ i }}Y O r Z J¢ F- Qz,� / - - - - 1 t+: 1: ,. , y F0 >LLZ� F1-(/l2 U¢zaa¢F I ', ¢ m Z,Q �. �� 1 t' 1 1 >OmQQO z(n'❑9 Q~ate❑F-a OOa I \ i � 'Lli 't',,.'l.`, ' r ug❑❑OLgJLOZ�Qm LLZCnQzzo (� aU 0 / �b' i It+l,!4;�:±io QC?a}xwUUwO=a m 00wwM� G=1 F Q ° \ F J m 02 w❑m m mo m Ur a F-w❑_ w 3. m❑ FS Ja i Z z w a Q Z O r z J p m o \ o Wa¢ww0 cnax�0 O2cnpa 2 azo 000(nC7a- z2t-¢t- ❑ww2gZ � t=C7a�WOmLL O~ ZQC7ZOwa LL wa \ S 1 r!i J ggm❑-UWomx O Q Q 0 m o/ 1 OLLI�\ I (/� WZ�LL� 2LL0ZM0 C7zHmww mN Up = I I� y,11tt W �wC7>§ ZO (nz-z-U HY(n FJ-�W ' t i1rIr11 , ' , ❑WZJ w9mz rw> ¢��QZ W 7 /° = 1 3 Jog\Jaz 3 ; 1 tl,l,� O �Q ❑�o�a 1 111 : 1 a , 0 OLL mgzUm�z¢(i� ZOO WUWF o 1 W 0- Wzz. I� t,l i Z Z _3 0dIr-j u'o�❑ OUWm❑z_m Q 3 QU7\¢C7w xf 1 `t,l;;; J ODUw¢�QDOWQQ QZ�QFQJ Z 1 3 MWO �QF I I \','1''1 I U22mOzx 2� F w2ZMQ ZOZ XO} X� \ yi I 1 ',11. 1!1 \ JUO(nwF-�JZ Z� (n 2 TI _J F- 0 20¢w� wOUNOZm > ,\�� OwJ W� W U a o a a O L� - 11 I,+tl l?t 'i .i Z r O z u m F LL 2 U 0¢¢IW---m F ❑¢r0 1 a¢ Q w \I } U zo3WNZM�WZWOavwOW�_�F F- 1 \ > 1 ,11 1 1 U }�az�oz_O�Q�Y�❑aOQZw} O H LL Q Oo= ° s 1 I,''' 1 „'` Z zmZg�WmU❑z�¢m¢OZHFC7JJ UUa 1 \ ,,.t\`\\,h ' U Qwxw >ug¢w-Waa❑-zzz O 07 Wm ¢i J LQFmw0QwW-a¢ 1 - O(n Om=Om❑O LLmw0o(_i W OS- 1 Q LL 2 W Z O m S O Q Z O¢LL J a W W J 2 O W2M000I-U�¢O¢oQOWW F-0 W r N ri v 6mP'ftOINUJWMd\ \6>Id H\d\"mf-w"l/£0/Oj= ac p o m ¢ 00 z f F- 0 w m Q ZW U Z Z M D ¢ w W J Z¢ W r w m cr Z ¢_ Z W ¢¢mw a t=n O z I � z O QO¢� 1 F LL H I ( II If 0 o p = p zzW0 Q cr O ¢ w cc,) cL CWJ 0QQZ I C7 w * ga ¢¢ao ( I k i I ( I ❑ 0 L1J W ❑LL Z Z d ¢ V Z m °W O U l 1 1 ` L Q Q C) j 0 (D 0 FDoFI I Fz ` - - � Z z U- ¢ z w m I HO Z w� O Zz � U) =OJ�n o� I I � z Z ° o LL a � �L) Z�DO I I Z0 I CL W Z w QQ C3 w a_? I I ¢�¢ I I I I Q � cc Q J ? w � H ¢ Q ¢ s a Z Y % J W (7 2 Z AYE" 1 -i Cl) c~il O W w ZO pmzC, OOm M ` Q Za N d Z Z p z } a ¢U w��z I I mLL¢� ;O I ii I VL)Z Z 0 _ U O U Q O W W LJLwow ❑ w m ¢ V O ¢ ❑ I I I I Ii I = 2 � O_ _Z O Z g ¢ C) w ¢ mo Qoga I I i x—== '�° , ( Z -j2 V Q a _ X I zQ c� 0 a o w N CL w ?o •`�"� O Z Ca LL * ., i I I ¢ x I v = O C/) L I) z¢ I aim¢ I I j z Z Y pm � � � � LliLD 0 n� a Li z � ' - 0wo = iuz U Q w I{ O~ a o- < I w I I o • I I 0 II I O 1 y g „ 1 I o i ❑❑ M w LgL � Z 1 II ( I I ¢�¢ ■\ � -• ZW � 1� �� 1 I Z 00 LD Z 2 Q I I Z¢O W oz w ❑O W 111 7 i N OLL� ¢F.8 5wo Om °oYr 1 aW z1z ao� ¢ 1 } W —� II I I I a° wza O<U< ' zQ 1 05 �0Z oaW U � �t I I o �wQ Oros t Z cn 00 ¢[C pow Zz iw¢ �rrrrrr���t Y�ara h, rw ey LL o r C7 e W II I I �¢� zJ }z o W m Om �Q I LL ' I I O J O a o uaor_v o ? o'o w o CD r I I I �o X o O I I }CD W I I ! Oaw wLL ° o t W ❑ Q F Q z m m w _ _ O O r g d OF w >� o r �� >C7wv I i z � Oj W- w ❑ H Ccm—n om ��z QzN W I I 4 U F w czi� W�� ,� FLL Uj Z UZ Z F� ❑¢? CCjW~O m?cn O_¢o �_ w w 0 Oa O v a J z z Z Oa❑ F- F-HOw JU W O ¢U U LL2 ZZFC7 0 ti�0U woz Da� p¢ ❑ z �z �¢ C7= �� 9OZW 32 �?pw i 1 a zaiai c~i�w00 w1 U Z OwO �= 00 �U pU�O ° J0000 ( 1 Q? Z W J 2 0 ¢ ❑ F w ~ W Q Q F F w H pOU O�j om m oz LL¢ 0 Uw ¢m =cnw0 DZ�ir {� � t-2 8- co t�i Z zJ U¢ 0¢N 4' Z ZQU ¢pwdZ ¢U n Q Zz �Q zLL 00 �OQ� jmw� LD O LL Z¢g F z a w 0 0 w J z Q z Z w H U I u \1 ¢wZ WO�¢ �2 _ ❑ Um Zw �U C7¢ W o¢ i U I (b 1 _ Zw cn �O C7 �W ¢�' �LLZ� U aQ �mUm p¢ Z ¢ �} uiZ mm Cz7w Wwwo ¢ h OzZ Oww w m J O Um z� 0� �0 'ILL O ='_ Cn LL2O F- W Op UO� �❑ 0� ¢Q QoOw� ° v` 9 QQ m¢ cn W w o U ¢ w w W Q_ow rpmo ¢O Jfn Z OW 0? ¢J Om ¢cngzp ¢ 'o z Q w< z~ O 0 0 w Z LL w U ¢ w¢w o m U ¢ r m wH¢ Z ��¢ wino¢ O� ZZ j cn wW <F-w 'w zQ❑O� (D wmdU op¢ai¢ c=nzw �o ¢ W zo o¢Q Zw 'w Fn wC7Q8r Z_ O_0Qw �z9w z8� UU z i- a¢ Zzd wp Oa❑_ 59<wa (n z¢Ow JO0Z OZJ w0 o O wZ ¢¢O wJ 2�m F �m Q ¢--W U =~Q Z O ~�Q ¢ Z m C7 O U O LL¢O X U U r 0 _ ¢ocwi� cnwOQ gaOQ F-z LL Cn n� ��� zw �wm WwZ-2 fl za ma�U am -QUO Lo Cn ¢'W ❑F- cn¢� ¢rZ oLLC7¢O J ooww �oZU �ZO Ww w (� o00 O¢p U�Q 0 DIr cr cr CL¢¢Wa �QQ w� = C� ¢U tow WgaZ CE: zpo w LL) �30Q zwaw ¢C¢jw wz w Q z°¢ �¢� Jza 0�20°- Z ¢o?� O¢�cW ¢OJ Oa W 00 J<0 J0� 0W W W CC W U LLJ♦w g �_ Um ¢¢O ¢Ucn C) cr U)z V CV cM V L6 r N ch V to _ 6mP'dd OlNa\Sla, a4S\JMO\0 dD0040\6ild O a\FJ\: mf-Wd fw Ulm m W W m T z 0 Z ci w r o a ai O C7 W w W o 0 z o7°W� Wg o Z Z mLLgFW F z 0 _ = 2a� Ocr Q Q Cl) z FmLuWZ Zm Z W - W (no 00 aO c� cr---- 0OCLOU OQ❑0Z OUQ uj e Z ❑a(��O LLmmo W Q wWm=� w°a j a � � Q Z z_ �000Z 0W ma JZW (/� Z a J d �W(nOUO Q❑m0 r lt7 n-OQ W m W W W m w J —� W Om W QJ Jg UU _Z Z _ W pJp O- wag W Z� _O IL Q W J W ma W of 'J0m0 'R T ow m< O0Oa 200 ~ v d mam ?i Q Z OVU¢0 'o -' o.ZOOS ' Z O )M 3= O mgQg 0a-P w Z Q W CL z WmoZ o �°CV H a Z O w m J W ¢O W m a Cl) 0. ¢ w x 0 W❑¢LLB QOTO Q O Z a w } x-g0� a F- m C27 W rn a � ❑ rz0wa CL<0Ir ❑ W m m C)C) o U z ° o J a Q°�9Q oom, m = W > ,❑wz ¢ U g m Z EL 2a00 YFOZ N Q 3 c Z w - - 0 m Wp=Fx--a2 rz¢� a U 0 0 m w 0 00000 �OxO Lu O CD C7 ® ¢ ¢ mF0¢P wm00 Q Z Z Y pW Cd U a OWa-z> apxz 0 F 55 Lu Q a ❑ W U �_° �FZ W W W D O � W �?oQ¢g °�_C) o_ Z 0aaC) mz con CL U)Q O Wmoo°Z ao�,cn CO p m a~Fn U O g p Q O> UQ ¢ ~p m M x m m U W a ¢ OU)TF a- F- CL M o3 O �OQO Q O a m Na0 U¢ OUmF- w Z N C6 v F Q W Q m Z W >7 Z W F(nmz mW a¢z 0 0� w QLLWpJ� d �} WC,)Q)c�wm U Q a J ILL ❑W O Z�j W z m U F W W O H w Q p o m a >a F W F-LL J m �WUO (n0 Wa2cr 0W0 m JO OOw Z = awOOOZx(cnx7a QUOIpZO 2OLOOUO?r=g}Om 2 wm Oa O LL m w O (n 2a JF (n F.L J(n(,DF W 0(nmmF J_a�U W Zm W W OZ�J W ZJ a�W��Z a W OFZS>F0J (n2Qm m 2 W ZQmZO WO} Q Ox J¢W mm (nom x a W ZOF-QmQ mZa�Ua tam OF-�}JO2 cn CID F- m�m0 Oz C00 wz-2mwm ❑aUm mw¢ Oz ugm Z�(naOwC7W (n0�w�O mCSJwO�z<Z75 F—CW �~ Ocai� OW-jO 0W Owww O=U w QLLp (n¢LlZ~mxw w�2}afl-Ln O�F¢awZ>a0 F J C7 W J FO W W Um> FO _ aQ�2 F(n UZ m F(n 2000(n UN�m a=JJ �O F W �am�J❑m ¢F-QOZQ Q¢OOOOC7Z (n ¢ F- Z w O w W a 0 a z x 0 2 a z w 0 w 2 S g Cr a F D m 2 F m a}m�z 0 W O 0 p w Z U U¢ z0 �g}C7 O¢ ga�¢wxUgaa[Qa ❑FS ¢ J LL F� a m O(nor w aLL gV�aug>>¢cr 0W¢O S'J OOOO>OO2aU 0gcnm co co W O Mw DO2i W CO mZ W Q Q2W W W ¢mm0>�C7m00 > W>-p Fa 00m Q-d0F-}2U W wJO JdF F-FZ- (n(n ❑mJ<JF-m LLJ U) ZZx Oa�U}a?m(W M =OW Q F22OW ZO Fzmcr-< -m F W Moo z W ±F¢ O W Jm <m(n W-M J W W a¢JOa W m?>m QF U DO �tz�> w a00WW m a2— a W Jan �WF-m U a0 am¢F �gcn�2 w¢❑� W� W0MWF- �ZOZ- W¢UZ OOa CL O� _> 2U2mmzoo '�a3¢�� =ozOUO¢Zxz 2m W W 2F}0(n W- (n m F-J 2- (n❑ a Q F-0QU} >OU� 23: C70 Fina >i ZO O z O z W L=M F W X QQ J aw a Om0>m ¢U >W W~a-! <JQ OLL❑F UOZ 2i mZ Z}W g_1C7w(Qn FH W W J❑W Famm a¢.2 J ZO F W 2FFg❑HZQ HZCaJa 9 -Q_ J2 O} -Z-J 0C W LL] mU W 2x�xm ZOwFZO�Q�z Z W W �z 0-F-Q W QZ00LL U0"Y(� Z W 2 zF UJ (7QYOZYZJ �F20¢w 02 W LLO0QLL UC7 Q a>¢x a aC7LLamt-OZWw w F- z� m� v�2 w=mx� QO�(nt-w V�❑O zOLLQ](n2�20 �. �J �UmO Qz zOZ0>�O0�W 22 a W LL❑J O W g OUSmQ Z a?20LL mMZ W 2mxwmo ¢ mF}Z? mgt ?O aU U Z m ZCWJ Z O �m0 rr W Ix-0>- QOOj FFOC7? $ � 0QQ(np 2Z U0W<WZ<<-F zwMW m D w� OW aw 2gmOP Fxm-zQU (n�UJLLm§Oz_z LLl 2 0 2 0 m W(n x m¢Z a Z z m W J O U F 0 0 w 0 W a z�Q m 2¢91 -,—Z- O 2 Z LQL Om 2 m x x Q to x-a ¢ z0-U(n c15 F- 2 ma MW,W }aDF 00 OF zm0C7m3 �g ao�` m¢m w m J y Z Q=g Q�Q O W F g❑ w¢m O a F C7 =¢W J D z a Q x U Z m O O W O m(n Z:5 c m vi z� F= a F=U W z m m w Z❑F2 g-LLCo WOugm �mY pz mo J2Q W}(nt-O Jxw C) vi- C7Z ¢x000 �_UaWQ OZpF-<nxz¢ W M x O O�OF-OJQ ¢Q(nZ � �F- F- xOQxO❑U2 ¢O x w O ow CZQ� mp� UWF F-wF-Qt-U ¢W0M rr¢ ❑ Fw(n-¢Ww LL}OF-� mazOO2W❑wQ FO J LL2 -OOMLLOZ p(nQ w xOU F� Qag C70❑ Z� a F ZtnO 2 m w❑vwiS Q~ OF¢> F Ozx Dwmow pz0 I- Jw(Q� ZOZ�F FO -9az-j¢m OpUWmFMO<Mw wm g❑❑ WF� ug 920 Ow(n z J O¢ ¢a(FF 1¢2 ¢ m OW ofZ F-Z Hm pa2mOQ�W �O W- z�i Z W� mw r 2- m ❑xm Oz O Op C7-¢ mQ LL (nay oF=LLOZ ¢o m z �� ULL pOx mF g a zugot=�=~ �O m¢xxU' WZaz O OxLL 0a UO ZZa}O OJJ O Co W Q ¢(nQmZ W m F W } 2am- W O� o W FO W ZOw-P�O OLLZMW MF-- (n W >mZ �z W ¢Sp0 9MPgE<F ag OO W ZU U QZ U O Og W> J 0mL F-W F-a O LL¢mF2J2 U QF ❑ 20 �Q -O > C7 } O LL Uw(nzw 7 ❑ ❑ _J II M aOZ QOO LL J~F-x LLQ W 0a w JF-(n0 W SJ .2 ¢J F mUa0 JU) W W pC n-m2a mm Q W CD Z FaJ IM F�. ❑a F=wC7UFwD( F-C) ❑FQO zW 3�0 ,�c7(n�_wF w �¢F OOF=O =0¢Oaz�c7�C6 00W 0 xmo zQ�°C¢FwZOw} Zwm}J Zoom aw ¢� =ZOFm�Zw aLLm�(nm� OxQw¢= za(n} LL Um ¢ Fz ¢ Fm O CDF=WwJ C7 W YmW a} °,017,oo cwl: -x�JQ OzF_ m x(n xxW>-fix UOga IrD a("2z❑zQ - L�. pQ>UUO W N 2 W ILL Za ZO W FZ (.jdz a W JOQ �} �Uz UZ��m❑U W UUWUU W0E-W¢�W Z)ir a �r ON W W Q Tmm LL0�KM 2-O m0❑a ¢❑W ¢ mO NZ000 z W C,20M2 U¢ N2 W LL wa U QO N0 N JF-OLL Na0 N�¢U¢xQF?m NLL Ua(n N0<M N� N¢U N�.2(n Si m¢m NOZQF-Oa NF-Z o C7¢�O W❑(n Z y C) ¢' E A cn❑ WmO W v0 SZ 2 ❑QW J W O JZ �J W cr W W Oa ri?C7 W rn� z Hg- Ur U�..F U ❑ UCn Z W>a F-J �¢� 2� >2 F F2 Fc�Z ❑JLL (9_(.�j a� X00❑ z (n`)¢ �g z 2W aaU(2i�(nwUF a F �cnwCO m- a_ WF- MMW(n= ZOO 2 C7m� o Boa oW¢m° m ¢ o � YWQ Jo-0—<ir>— J ❑ v (n xcn > F❑z WmInOW ow>zcn m m (n m z 2 w w m c7 m Z O m m W z m W�J wpm¢p O p m 2 m W W U` 2 m}z m O F 2 J w >i 0 Z ¢-zp a O a w0 p pF- FJ o -+ LL - ¢FWM Z LL? > C7¢ O¢O¢m-OUm>�wz¢ g❑UOJ>ZF ar U mLL mF F- < cn W D 80 W g Z�} (n WQ Z FJFLLLL FULL} a¢mw x0 <moo>wm�Zm❑ O� gU �r > mF=- JO w❑ 2 F--iii J r0Q z¢ J F Om- a- z qa 0 Z Q O m O w ¢U C7 Z a z LL W 2 F Z x(n w -w�F a gLL O a w¢C7¢U¢❑4a W m Q W Z p M Q�O W Q F O M,o ZO�w U z U)F -W W❑W �O a p Z0 O� �m x w-g w❑Z (Zn F-W�a z¢a >W g 007 z- O�0 III QQ m W� Fa o Za- 2 zF a0>¢>wWFp OQ a z ^/W UO(¢ 0>Um MO�ZW --,So 0=U Q W W(n���Q((Z>W W�❑m >OQQ ¢Fgg-m2zZ OUz OQ.Y }¢g F-�1 O 00DO Jam0ZLL Q W Z 1>i>j w- W Z>fnOrOOY2OZOwILzzLL]OQ(nZma(n O F W a V a JOpm JFm Sz a 0200 z ,�,¢ FO �> Z❑ U m�Fam F ❑-WOmW omw WWDWWQ x0 IN CD 0 �F T-0-O Q F a J Fg U O Z C,-C) ¢J(n 0 O �w Z O g�F a�Z a�M f oD w z O g OQ w V»F¢D a F U 2¢¢m w�o� F(n Q-zJ 7xmJLL m_ } Sa _ ¢ (n W g J� F-�O a F-Z O C) m Q Z Z (n W F W W m W O a O O w z J W Q W J O m m O W Z O S O W W m F W} a a F 0w zUx �O W Ua W w W Q OF(nmm a a❑ m--OZ>22 F-UUmx W Um0L7Z- U� m-OUl LLOx OS amm F❑a❑¢m W W z<o gW Q- m >Q Z,F-MWM W W m JQ W F (nm �v,zao U—a c7mz—aF WwF 22 WO(n OFZ(n a2F(nFF OwZ Uw x J O�uwgp xI 2"'❑}¢3z2-a LL zug m >ax Fg m0z UZM0 (n Cg,=Z¢} >O OaFamCD m �Fmmxm�FUwFWWmOainUC`�OwO>>w-M50 ZJUOxOg¢Q°- Q(n Fm- 0❑2 D❑U Z 0 n O m OW F m j Z O>W a 0 x ?i O O ¢m O O m O OW a Oa OJ?Y F F=m O Z U O=N¢ O Q 4 F m 0 Fw mm om-> aQ m W(n(n} a g F❑SJg Jog zOZM<OJOQw?mF Wm¢C7FW MWz zUm p❑FQ 02()W¢O U-yJF. O W �Om a Z❑ mU W FJmmJ_Jm¢ OS U W> Z mma gF ma2 UO� (2 W gmow QOLL§ OF(-nQO W�FO(nmZ W(nJ W W¢dmamQ Og}O Ej>�z0 W❑aQ WQ V D�a CL -00 m W 2gFF- O UOC�OQQ JMWE>FLL W LL W�CLJO¢OJJOOxz�w W¢Zmg 1 W Z SZm Z m ¢ } U Ow-C7OU �- w 2m--m QO O m Z a W z w -20?t m OQ gF-- 2H�a¢ � W wJ >a F(n- Vc Q O Q Z U)Z O O a Y C ¢U m g WIM W 2 Z 0 U z 0 O W¢W O Q O U O d O�m¢ m O 2-W LL Z a>z O=z W`�` W- Z O❑¢ WZ O OF �Ww;U� UW� w>w0LL a 0 mpwOJUgO❑ ZaZmm a2❑ � Oogzz ¢ P Fa 00 2Z p LL ZOO UwW3- FQ-U) 0W OaOF <U) (7W U =awWxaw¢>OOLLDOZ�O<W of--PwM Mwoo?ZQpzx❑w ,0�0 OFOO OQLLO ZwOm W Zmcn oLLz0 W F-C6 2 W Y Jm OUO aZU Z(n- m W CL 2 zu Z-J O0Z(c020 00 W Z P W( --J7 Q W UOOOOZQa2OwwOO>}2 WIOQmZmFaOOOO W OZm¢mwZO ZQ(nz WW O o=z ¢a O r- Q O O W F z z W o w U z U(nC°mo¢¢x¢ �F Z O❑LL O O z w O O o W z Qw Om O a w U m m 2 W mLL m z_= _ UQ O w m p �z- W 0 z x-UW w CC LL FOw dN O m Ow }O2F FOFO W mo>zF W F ,- xOCLM205¢Fm 00Z- CL C7--W zCOLLJVO 3WCn❑ W(n Wz a ¢¢m=M,0WzF¢ FOEmO Z-wFgW WOW Y > za <7 j0� wa z�FQ OZJ.SFY ag2¢F- a¢?LL00 > xWgF z(n0}2a2 zmm¢Uaw❑wz W maUWt=C7Ww a O Ma) W m mwm0m p2U 02aam= ¢ °� UzmzJwC) (D wa❑F}2❑> dam g z z�(nm n F F-¢O ❑ a a�(na Z OmU U FwZ-ZOa wUm ¢OOwx}WL❑¢¢O-ZWo Qw C7 Z !Q 0Z0? p0QmZC7 C7w0, ZZWO<m ¢ UOa❑owm¢mFOzoz ZOM¢2zz- ZOWZZ¢NOwzwUu- W}mF- Zo ¢ ?)g�A (n Z QQ Z❑ gUCnNU }❑ Qop<W¢O W OpUpOU¢000(n=m LLJm2 E75 W OJam �ON� OF-'(n�OU QOOO W xO0(nm O tZi-w6<mzQOF2gOOmOO� -Z�ZFUgmoUaZa>pU.mi>O 0OO9 J C7 r LL o J O g z v z w m z J m 0 O m a F _ a xpm m}o} ozQ WW �W m❑m Fm�aJVi -JO" 0 0z JZMO U❑m W Nw a W F2 QFam¢< a UO 2 W Zm�mmF JLL>i(nmO W OJ�Q-mOW LL m0Qmair -i Z) Lu W (n0 JOmW LL ZOZM 0Z (n>j a�m 0 OWD jQIOF>w cr>Fw W F-- CL mm W(n(na 0_(n~ JCn- QO �FgJ z Fn O S S_ g z�2 O CD Q V O O m O Z p 0 0 a Q 0 2 Lu 02 Z W 0 0 0 0 Z F I W Q m O O m o 2 S a o O Z m❑ O Z 0 2 O z 2 a O co O❑ ZgaU Q- F NQ¢a V U NaUQ NUFUFa Z NggO(n....W Zm-OF-2❑UUa�(nFOFUOa, Co) OacnU-Fm NU?i —6^^P'dd O1NFJ\Slaa4S\�JMO\OV OObO\6M O FJ\!1\ Ad wd lj� f 1 _ 0C 1 it m Ch N oz O } Op O UUO I I i1 7i. � Z F w wZO !I I aTi W Z cj M LL �uaory o z Q o?o s' a -06 LU o a❑U U 3 ���CQ J G7 � a cnn O CO c0❑0Z II i U o --___ ----- w Q a OU " 1/ \ �\ p, a I \ i v LL, cr �w 1 I ZVQ � I Al II I Z Z ? -- --� -- -- --- , (.� Q Z ¢7 0 w i Z n Z oU UC3 Q :� ZWFU aid w gnu _� ❑W F-CL W Q F- i a Z Z 01 \ I I I I a JQ >m❑�wW JZW Z NO aJQWJ a- 0Q w ¢wwz=am>w O W Z O = J Q¢ov�w❑Ir g0 � J aC ' 1 ; n �o¢O�¢��❑ Z _j a CQ a _ a 1;X4 ':'., tI } ,`:NI ! I • OaOOgZZ�2Vi OZ � G Z !00 U¢ H Z¢W❑J Z ` ' 7 ¢O HZaEU6QEzD W � ('� W to A (r mpZ>mWWOZU � C 0 w S ,1 I =O Q cr 0, O �Za00jU a 31 ! I a m ¢wacn�Qa m P v�wX0 ¢Omyyp UJ❑W W� 30 1i ( `;� li,i ,} I Q>J=ww71-Q❑ II 1 ` I J❑Q d Z¢ Z N , Q J 2 Q O w❑Q W 1z J { II >W p W O F❑Q F N ?� O O Z W O °,_ i�0 ' ol'`'' I ; ! 7 Q F Q d❑Q J j LL N N Z ww Wz i .' III I ¢z9JQ}R¢wo U p ¢2 Q W i � 1 a }}Q Q O Z W p N ❑>LU ! �.� II aj I1, "+` I W W¢W¢�❑wZQ 0 Cl) W❑Fpzwmag�n w Z� Q \� 1; j 1 t >CDWF-2 JH❑Q� Z Z X OW ax=FF-m W ZFS LLI �Q U C_OM J U? d al•a � 1 Q W Z d W (,D >> w Q X W I; ! a 'ly 1{. .,' `\ I I O F-W Z W W W H Q W OC 2 LU W❑ U CO W > i I ! I i 1 a CO W U�dwO JH�� ❑ ❑ ❑ U WE fn t CL 2 4 !'-`j"- -!` 1 11 t W rrO Zw LL>N } t F p 2i W J LL Q O =F W ! �, I'i '1 I ! J J g W U¢Q U d CV 0 Z ¢ $a I I! w p', i ) Z r Cv of d 0o II'I w¢ a / 1 ¢U a I I O 1 t WU OZ '¢'z aQ �li .I'. �a it CO ¢p J 4 11 > I I ? 1 ❑ (7 $I( 45'OZ" { p W 1 11 U I z � z s I 1 F� C7 C7s ' w❑�.I1 " ; t O' ! j Sri iri ici zz(D I�I t OI W N N N W CL X� Y I i l CEuLIfV �I 0 w m ' X i III! 1 H1 + m v M y Y; �1• I rn co co / •7 I Q V I Z Od In (O P_ � ¢i !4 � m rn m F Jill i wH¢ O II I r r III I O CL QI r • lj C3, ¢ o O o ,! .t. 1 zQ-w 2 t m n °rn t°n N Z ❑ II` 'O. Z r r r° O o C7 } \�W� Z ^vW Q¢ \ ? O m z i,li (OrU ( Z > 2 U � 1 1 I' j (n O 3;.. F_ w W !, 1 I 1 Z O O 2 CD w LL �,j i III ' 1 I 11( I'V' O z w O Y Ir i Yi U1 J O d Q a mcn U U)X �•�-- U IL ¢ d moo Q 0 LZL LZL N Z z?� z ITIt 11 j / (� ZDJz _j% cna g b 4 w w O O Z� z m " ! • • • --- US---as - �s ---�----cxflno -�}as > > ` � n co o 10_N U CL as`-- es -r1 -ter p r °o ¢¢ rC J} z 3 1 1 1V 1¢O I O W cr Z !z / I It o> O III w cs o as 1 1 ¢ C7 p m ,r a U \i 2 0 N ¢F" Q I ~ `mom W Z , I v m 1, II stn 111 111` 1 1 W Q\i I , z C L i ¢ m t Ci w Er 0 1 V t �� � VI•t 1 {' I I p W , / + C--.f I H / 1 Q C7 'o Vi �i f IL w=z `O O�i 3 1tV' 1 H , / 3 O 3 ('� ❑Z t"' Z z >Z Z W z !�' ° i L Cn U /w� i 3 w 2 )OOp °a UUO� z z❑¢z Z QZ w¢w0 !� r C) w Z<Z U 3 OJ ❑ !',I , 1V,1 ,V,,j 11 , s I w F w 1( 1 11t 1. �• V \""1111 111 'I \ 1}i \'..{ 3 !� �' -as-- as' % GL---°S`- as - ,1 1 6mp,OS31-LOOINH\S1aay \`JMa\Cl OOb0\6Md L d\F1j a sNd-wd L/CO/O m J W N (n O W cn m W ¢ Z Z ❑ zUOO g❑ g a z o , ���i F a ❑ I- O LL i a❑¢U Sw°' p ¢ z U Z 1Z- r HIJION o Z vi0mLLY m�� w p W 0 'T- r wr x No Q¢w�0 -W C) x z zz N O W LL Luo U �OD aoo impair Zz� x cn '� p a c=n O m co0) m0) L) LL LUZ❑ F- z W U F- rn m T m T z U w w z O ¢2 w o a ! LLQQ cw) >Wz W F' w� ENO Cl me �_, Zw Zw wr 0)o -2wjz dQ0 z 2 Cl)p w corn iON: 0M4 w mw vcp Fw�> ❑gq Q p F- °TO cnm I °>r z 0)� v°n' w W2❑❑ wmF- ❑ w UU Z 0 Zw �Nq � vo°oI `r ri rnN O❑�? m� , �20QZ pO2 x¢ Q Q U 0)0)1 �o ^O Wm zw z CO y2 F'cn� m¢F U (� F a z Z Z CF)--- zwg w - �N-�N --F0WZ -- � �W �0¢ga 0Ww Z o OZ �0 � C7 ` `\zF wzOa❑ w m ZS U H _ Z +I +I :. � \ 0 1 zwzw ?a.3:o QS�Sp F-((60jr¢ �Z� � O F- � d � a � w top° Z Ww x¢U¢❑ ¢-U Q ❑ Oz m Qcr W w 1 w a C7w 0 0E-w Q wQ m iz Z my $ 1 w¢ ��JzJ cn�rx- ¢ ~ F-W 0 -j U) W O C7 mrn z Q C7� ?a2~U ❑w 3 ¢ wp U aZ00 w Zz YcncnZ o Jmw W ¢ ¢¢ Z Q luic Z w � I OJ T U p W g Z� ?0 5 U U O N Z cc Q I z z� pz QC9awug Ywo U O¢ O D� O z¢ oCDJ¢J ¢FW w O �¢ _ Mp0 W o� ¢° ( gam zg¢oa W�a ¢ w oo p�ry � ~ a Q W J F- ° i•.. acn Q❑w gZ� w ULLZ a� F z� ¢ F- Z � Z F Q U zOrLZO zP0 UU w Q¢ U w o W LL tYY�z W'r F- mZ ¢ zaw x LL zw mm °m° mcNO ~ ~ wmoOO ��C7 �¢ UO� 3 rnN �o�o P w I U �pWCnO Q>F 2❑ Qm ❑¢ to o Ln o u�o 0 z U Q a¢Q cn b W Z¢ 0) UO mrn coommrn 1. ? > Q J F¢~W ¢Cm7cn W~ ZU cnz Cz_7 a� rN rN rN '� ..(. Z Q p �C<F cn U= O¢ WQ N � � O z ZW ZWZWI a LL Q mcnm�> zviz g w� ❑F- � o ¢ Z Zcn O p I o� SWaaO gwo �❑ U❑ ¢� z N C7 -3 U �� ° m w F �paoa pg� ❑F az L)O ¢ O w D o Z 0zm>w LL F- Op ma Q� UO cp m a H¢ YZ r;r,i ° o '� - .i U 0 d U ow 1-OOZJ z -w NF QF- mZ OJ W Z Q J U2 ¢ Ocn J 7 ¢ Z Om �> QO°� I p Q U �m¢�cxn U�� wW �g wQ F L Z Y inm w wwZO v a O LL F -iDaz wW0 Z¢ m CU3� z Fto ¢�¢ w >>� Q ❑¢ Z I. O I a LL ZQO❑ aCOa ¢m z❑ Q w 2 = W� U gJ V ( m m Q pxwzg w❑w x� Uz g� O p p p U 2Z to ��aQm C7 a Q Ucn¢¢a wm UU mQ wa ❑ Q W ° F W N CIS V In (p C W Z'F'- z� w g`;z .1 � a EL z m w w w 1 � Q O �< mmZD w m m F r O_ • d9 Z:❑ zN 1 NOLLIW Cn z ❑Om d Z W z q ag p O J 1 :D Co OQaoW U ¢ aZw ¢ cl o a Q ❑-wQw Q O Z W LL O w K` r� ¢ m 0� Z°0mY 03: z ¢ Z0o LL > v m pi m Z W 2❑. I w Q F Q J J W O g Q 2� aQ 00 g-J ¢W J w¢wcn2 BUT-) ❑ ¢ ~z o 2 C7 Fx ( w cnxz- Ulm wQ CO 0) J:❑ Z cm +gym C7 QDiuPZ❑ Z �to�O>i z F- wmF- Q I Z Z J ❑F- F ^C'4 ipp z a❑O¢¢ g OpC7WW ui� Cl) wzw0 z D0 ® rnin Z W ..� '0)U orn J -. r- m co❑a ad z J Z 0)O w O� mm mco aoN Z� w vc=i�LL, rZ ¢Ow�� zZ �p� Z rL�. rn Wrn rio Zw U ^ZXwZ z- a wC7�i 00 ¢ 1-1z N_ Z Q c°Dr- cop°m Q x 'LL U1>iw w O_F zp� FF F- 0~z uJ F z a co co J F- - O w - CC W rn rn W ¢ It F- I � OT N o,-°T �� 1 -�.>i W¢N W❑ J J U x> F ❑ Q Q FOZyF >❑ wFOX JJ cn war w z z (la' cntjT�F- .0 Z< 2�WwW❑ ww 3 z-i Q a-0 : w.=- �LD w 0ZQ U z ❑�W F-¢ m m U) ti p to l: wp w ❑Q0_ ww to pwZ ❑ (D ❑cnzg 00 F- ~t- Z • -` - - - >F- m m z �¢= g �w °og�� Ka �do�m w l i ❑W WN�a~O mo �z�OOz m0 O �. ��,, O w� I i ZOQ005 ?OmwOacUi�Uw cnw >N _O k I 0J LL c n? W W ¢Q F Z Z F- W �p-Z ❑ ~ 11 tr t 0 I. >Y¢p 2 »z Z O W W _ Q W d d `vnl w U) �z2wa H LLJ OOF-Z,-, zm on nr .`corn i J W w ❑2 U ww mF-p� JJ z mr rnry 8L ODn , Q mainUZ mmOg pz ¢ c°�f rno mrna`OOrn mT i a'i 0 0�ZC�QQnQO Z ZzF-a-awm�0c>'i� w MOOD CO7O NO"a. Z W Z� Z �¢Z W 2U W gg W ZSZ❑�?pZ > rnrn wrn coocprn C4cn on d aaUOZgmUZ�_-O arao rNrNmrnmrn z¢ J J F-W70Y� Q F-Y¢F¢apb Zr rN_rN F-¢ IIII Q U2 cn W¢�-� 0 - - �� LL, w ZwZw x`� �, iF :. I F w �NOWJzO (n ��Q❑z❑O❑ ❑� GR o Q w J❑ I W F cnxOCuU cnu� QC7>¢jw>� x. a Yo c°np zZ G �w o>F W �az0F� Z a�oaam�am Y`a °�wyo Q W Z I Fn U) c.7mz q m d�1r3 ' acn Lu Z C7 ¢� . 7 v❑� U r N J rN r� v n co g CL ❑O a II ~W a m w ¢p i !I N N z❑p z (W7QZ0 coc - Oa C) a •�' X 1 Z�Q� 00 QO�w ¢ U w 1 �L CC° a z W co I a LL,l¢ p III 0 0 V o WZ0 vC) U7❑OQ J rnU? v°ovrn corn wgw C) Uga p� 0 cp pi r co ui vi pi U a-? n rn >C7❑❑ a pr ocn o;rcor 4 co U) Ci(M mn a z N : co O m O ao rn o rn ON rn i Cl) Z (n Qi 1D +I +I c�j mco co mn mn mn f mc0)v I v_�WrQ Q 2 z�N mn �O ODN ODN ON ODN cDN .. r r vZ a 2 L (17 p F �n rnNO mN zwzw zwzw zw 0^ zw Ju �C¢J w N JO w Q a , W maw cp cc) Q _j C) cc: 7 w + >3 m N Z W I, z m O U) Q W W O > ZW � : _ t I l ¢ O z �m -- -- - - a W 1. mmmm ¢ m U III vo . ? �' DwUUU2U Z W TO. aZ - zmzzzo <nc� a a ' » > ¢ w ° 0) O v W ¢ - d >i Z o C7 U m ❑ w Z - 0 2 ❑ I ❑tLZ �11 +I +I +I Y^ c W v � z '�' _ ¢-o , a z �o ag �� zc❑Zg ag �o t zU-L I m x w W J Al O nao oN �a crnpc" 2 Qa �a o� 0mo C7 ¢D co _ ❑w H no (n W oo 7)2z J In W oC7 U O ' W � Cl)CC)w_I r N W Q O D N ❑p 0 W¢ m i W a , ¢ O Q Cr Q � c Cl)F zr �Z Zr UUO�- �Z rN Z z Q lJ ¢ ¢ Q O ZW w w� w WIrW O W� Zr I� W�� i Z m Z Q ❑ m Z LL .' wm > LL > w Uwa O O w w W O❑ cq}U pp ° JU W g r W O J 0 w W a❑ z m z W❑ J z¢ J z w Q > CLz ¢o�w �z -,H ' o 0 o Q o o ❑ ¢ a Q UUO2 ¢ ° cnF-❑ p o U U ❑ a o F O m U w0 OJ ao wC7 ZZZ W U Z❑ ¢ w -0 ! W 1� = w Q U g m¢ qa , U) Cry U ❑w 0 I U I ¢ ❑ U) cr U) (n ° Z l I g 0 x 6n^P'1fl O1NN s as MQ\Q \6ild a\a �-w L/co/oj. �■ wr i �i■ `ice" gig► z W m z O w z O CQ XW0 > Y W Z T-cc W C7UF 2 U 11FJ W❑F Z F_ ❑W OJ¢2 W LL W qa0 g¢FW ❑ W(n W a tp O c!)WI ¢F w¢ U QM W m zJ z W°O C7 C7> m� >< F H LL a> Z Z Z 2 2 F F- W (n U) F-Z=F F F-F' Z H fn a m J W❑ ❑��L m �w ��CO o W U > ¢ UZZW W w� o (n W T- 0 Q U U Q¢- O Qz cn�MF- °00 U °� ¢ U U O) 00 H > a ¢O z a ¢ CO o0 Z Z ❑ O C.) m ❑ w HO Cl) �a Wam z om z a °z acp J z li_i`) o°Q cool DZQ v_~i �z <w U OZ OLn CLj d Q W .1 �� 0mm W �U ZU ❑ ¢x _Lrpr W W �� �m0 z wg z U aW QHC ~ z " IQO 1 ° w T— mN 5 � zC) -j� W W c7 °Oool = j JZa O ID� O� o m oa a. 00 W Q w¢w o a Oz woo Uw_z 2 C) N I , O U H F z Q 5 Z Q 0 cc U) Z `I �'° ° a (n ZWCL G a Z ..iii .. x F 3: W LL LQ L z z U O d J j Q Z¢W CL 5w zo ,.,,, \ °z� ZO °O o° ���oz H O a (n / ¢� W z In w m (n . \ cn g 0 a o ° m z O LL g zC) >U L. . - zZz Z J ¢Z QW a�w f � 1 Y� al0 wW❑O Z a O W >Z W U o O (~n N O H F WO F-L) Wz O _ z 'ZU z E z CJ Z L) 3: OLD V CO U (/' (n Q W Z Q Q F zZYOW W� F U) Lu Q aQ oo0Ucrz v0) aF J W w z W O a Cl) 0 a LL- >F Z 0 U) Q W ❑ w 7 o W 0 W W Q p W a F w rra O a O F F- J��o UC7U >WC7 ❑ ~ U (n W C7 >C) LLJFd W Z Cl OF W Z Z a 2 dF ,Ln d—>F- a W ❑ cc CCIJ o0 w(n o w z W U C7 0 0 LL W W W LLI F-W CL W U w a Qw z z z C7 C) (U) CL C) O�¢� ¢O a Lo a0 \\\\\ m z F z W a Fa x g z U�Z O00 OLL Z❑ CF 7¢ (Wnw o 3: W F ¢ x X NOW gC) m�3W zJ a� LL C7Z = ❑ a w w rU❑ J0U COw00 -jZ m; N o9 a� J �w ° o F- Nw 0Q(n¢< w gawp CV ❑o Q I .. fop O §Z a za J W UQ C7N F I a. j ° o° C7ga UJm c) mz O I, .., Igo° of zaw �H¢m zmoW0m 0, i i� �i w¢O o �� -C,)<M a J z❑ O °p mO&5 W 0m W FY< Q W U ;;i\\/ ELa� :D Cf)Z:15 ��woo w :o W a iiii��\/ F Z F ❑ ❑Q W Z O co U J / F-W0U zU¢ a O (n m Jx \\.: Z0 ¢ W z Um Z LL w2W� UmUF-m ~ W //. ❑o O W 3: W¢�0 z W Q F wz w W Q w❑w U g; a°�U�rtn2g�i1H Cl) N OF ¢g O as ... 2Omzzmdo� ° H a J LL1 �❑wU¢aJ� co UZ LU z � a .//�/i T-OUW=wUWawp �2 L U)m FW /°poo mC70am zaazU �> a zcwi� � , ' OZ¢OOWO(nw00 WQ O Wz vl�oOg agQ�Qmwzcow-' i- Z� z �r�' C) F .- "'(.: fg pool mm❑OmJ=OLLJz F-W W2FWC) cc: 0 F (nZ❑C7 F-Z�?UQUU g�m ¢N r0�°W�Oora?c¢ ��grs Q¢o5 J m F- Z/Q Z r N (15 C Wz 4 F Z❑ 0 W O ❑m W U o w III CL W w� mQO a C� coo o m ❑ m2 a❑LL a Zoe cm N LLO� ¢0g ° m a m0LLOQ OF= w'ya�Ro coo ��o mH� O O� Oo❑W� WZW (/ Gcd u, F z m ❑ i�l'Wa3� C7 �<� >QLL m JZ C7o o ao ° W Qa�LL Fg W f'" OD 2� °� a CL F- a w r 00 zo orn ct 00 m- �O�u ALL¢ rn° N 20¢ �0o C7Z > U� uWj�O m <--Wam ��L�(1 �Ow L) zo F-0 ° N LL0 a02 O ¢ma ¢ J�❑ 2 w U mLLT} (nLuZ NQ Owz coo m�� C�7z (=n0¢�ZO�a= Q z� Z a L)ri) co U)W XU C7U N C7 NQ� jU¢ ZU mUa� W W JF W wF 2 aomZ m❑ WLI a ❑aF <aw0 �Q 00<0EawOO U>LL O� v v0o (00� ¢W OF a WOLL 00� WU WW�QUaaW5; W �j aU �m ❑ J L)10 mU� Fes- W¢(n C)(1) Z? ^� Qa Ori)) �U) ZZ �¢F g¢o dW zm��¢>Q2F w 0 D O 2 n=O w U 0 O w g a w 0 W¢m=❑ U(n Wz J_ i+� NU❑ ioU� U(n J_ w.���W WaOFN m W Q Q F(na❑ma-< 3: n J �N W W W W OZ � N Q W O O LLI J F-0 %% O Q� JU WU gk P=W I-O U) g- YZ \\\ 0z m No �t-m QH �W / \ Oz OZ W " \ W +I O g CL Z 92 LL W ::::: / m z > k NIW Z H o g LU O W LU a/e 0 UQ) z� Z ;; wo Z Z �? Z W U) J C O z w J W Ir F- W �( F- <Z Oaw❑ FW-O aJ Oz pa>m of C) Cc W m Fmu a z 30VdkiflS ¢Y W w ww0 Z� M0138 �oQa U) zw0H 0 ❑ ug 0 U v~) IVIFl31b'W m m ❑J 1NVIV3S NIW VA L 0 ¢O�� z0 Z U O¢ O _ one,SIIi&OlNFJIWMO\CiWd N\!!\JWN4-wjftl I£0/IM _ IY N 3 I ! l � 'j I l ` O z w t ' O ! z w 3 ! , x m Z Z g H Z Z LL i t +{ u 0 0 O o LL W M F r H1lION o Z ; LLl c' Q O N I Z ¢ N N = W w C,TO 5 JZ Z O d (/5 O as CO I N w___ � �\I: c,.� > ._ } zNQ I. p�? nm —co Cl) c� >p I! U Z -w❑ a❑ wocn Fir i vC ,;c 7 ci N z ! r cn a� !'� w O Way ¢Dw Z a Ni 1 aaN ! N ~ X:-OO ¢ ,_. ¢and ¢J W¢0,Om I M Q Z d Z W d Caw w wamao \ I ¢ ❑ 'FL,O ¢O ac7 z p� I i l w ww �W W Q a c-q I i� a _ __ x .N-_ / _ wWw \ � �TS , !, Z l Q O �Z �Z �w0 ~� O Z�❑�\ 1 , a LL U ¢Q ¢Q Z�p ¢ 1- Z (� z�W 9. �1�� �� s z Q ocn am o�¢ �UQ ¢ pa� i i Q cnz mz ~WU � n Q w 00/ o ' 0 1 a ! ( 2 ¢ zLD zp ,`jl-a � ¢ W w N 1\ I 1 ; a l ¢ 1J 0� o� J� Q� � Z ? F-Z N /• Z o 1.�� N .�� 1 aj I N 1 ', LL \ 1 '' I W cc: W f.7 CL 0❑aTT , F ° I 8 wz wz p1-O Q ('} Z Z=' 1 coal I \ I w 9 I Z � a r� 1=� _Zw� �� Q w 11 a J�y °non u� �r s�ld - - / p 444 n. W Q N LL U U Z Q U W Z 2 J In N t x w '.1 //' ' '// \ \"�. �. 1 .{ \ W I4' f— m D p �p Z F Q U U❑_j w v° ..} �\ ❑ 1; O xz z ❑v ❑p ❑pw z ¢ � ZU�❑ i 1 Q¢o .;/ / / { 1\\ �ZOI 1..11• \ (n 1 I l Z Fa �¢ �� Op❑ '0 Ow �(�j / / / { j y\ .i ,\ \' t``!: p ' Q❑ ¢ (nom cn ct 0NU Q Il Z tl Ow¢; f °�; ' 1 / \ �T^' I!`, 1. I a ( `i� I Z OF ao cn¢ m¢ ¢wz Z Q o i s a / \ o l O Ncn cj gw gw UoU; 002 Q cr cj 1/ \� :.\g U F� ?Z �U �U i0 W O W U (A i D Jw Jg Ja Ja JWN ¢ Q Z V �mrnQ i —°— a ///' / : Y\`\v { I �o �o �z '<z <'-73 G ¢ - m¢ i / .� cnz Cl) cnQ cnQ cntop O a c~n��` �,' / I e� °tl I !I!1 I ( ?a ?cn ?� ?� ?cN.l❑ m Q Z¢Z N rNi I / � �i I/�_ \`e. z O N m a 1, i o / ry"/ l `• 1 N U Z i �� / /!_ l \� ifl M d N k LL, o o ' ° � / ° 1l. * y 1 �°;Iw f N � � o rQ1- N ¢ 3 c� 'V ( O Q V C) 0 / �� p` Q o 3 l 1 / !. 1 1=-. I 1� n. '. I .'1 Z w q) , U U) / o m W / / / 3' ` I i O U) 1 a- i j I ! i j �j Z� Q / J W : 1 Z Z 4 I it (I1 / I I, I l Z Z Ow W / H❑ �O O 1 1 1 I1 1 l Cu W Lnm J 1 / cn W N I I H Q LL O ''o !' y/ J I rn W-< z I m ¢ x¢ ! \ / I 1,111 o 1 1-w 3 / /. II O 0 w a d w j 0 Q l J LLaWZ > +5, 1 Iv ' a°° -I �/ I� 11o1 ! a Q p�wp wp ! ¢Uln >O C/5 13-F- �LL w O z 1/ ; °1 I I ¢ ¢ wppw 00 w i Z __j o U ,� � t .� i j t `!' 11 O- d) l 0 J m N� Q gw�w Jd pa>00 ( Q J I ❑ ❑au�a Sr ��¢Jm °n orN y/ �y I� / t 11 uww IOW a Q �dO� ❑w p a 1 mJ s ❑❑ aI l Z F� wz O�¢?n- 1/' 1 Mrn� Off} - -- .. ,, i3 °v� !:I 1 C¢7ti� wCO l w wLLw0 0❑ O cr z Z �Z / ' ` Z w U' X i 1 /, �� ¢U Q Q [d[ ! /; dW F { Z Z Z W m ' / 1 1 ! ¢ >0 7 w w ❑ �p w I = t ( .2' JZ 1 3 { �! w ' �a�01=d; N: . i,� ! I !': n Z �UUZQ O 3 0 p U a 1° CO cy ,: t. \, 1 cn w W U 0❑I� of m °P- y / �" 1� r o }NaJ Ur x cr' U�C7i'n'� 1 N N' 1(— ��1_ �yd i 1 il � I ~N i O Z�InJ Z� w U) ' -I- i 1 1 J W pZ ❑ 1 d1.1 i } G { Z�41 Z /n 0 ¢J N t z�� O °n t 1 3 236 aoja w �a�oT{ 0 U�¢� u�¢O Q _ 0000 I I .0 ^\r ¢ W—Ap g pwH j --� ne ---end I III w m�� j l J o >p 3 UI-o�¢ y 1 N Ucv` m ! W 0 e)U)C) '-L ow co L�j v ti m oI t Iii'ill r �v ~ Q� ZQZZZ LLZOO to N z o¢ o❑w�=a Z7= O w� Oda ¢ UwC7 , =as -� `, tr`;1 I; ! i W OZ OZcn�0 ZOw a 1 ` A O - 3 Z. 1 w >p x�—a ¢a �O O�¢w� Oat 1 11 y W CL F- LL Q>[n UQ� 1 (� to -1 1 7 F f.. vi,- I {I t r c�i vi j f n z 11 CIO LU U 1/ N V F3 ,p I, �J� .6 0)w Z 1 11''tI, 1 c0 m W p� N `o. % ter 1 mNQ q / z Ar�� \\\} t :.m / 2W0) +. 0 ❑F 10 �` XO U, ,1-; Il \ � ¢ ao / ❑O m w m Z 1 . I - ' i� t; P it 1 V \ ' >¢Z -?�N --�c}s F-0s= -cs--- S----as----as -was I-La,__- aS----fs- '-ar---as rt - J w p: cnw� �`n i �_ i"� / t rn ' Uzi U! U Z 111 aD r n O O 1 j'/ O p� / r i i I t N Y1 ! j It X o �-ij r n a00 F- N - // %% /(: ' "� I 'i,411 I, i ,I!., m o¢1 ' N co c0 W Z /1 J _ / ✓ / ,1 I{ }i II l �1 ,ln W ! J Cn! O �� w 1 W q� / / r �, r Zz� C2 rx Z❑ 1 n / / / l ! I z N _o o a z Z O ZO- �• H ,-�° I : ' :N/ �.y I i,!11� In ao In ~ +I �_U C.7Z¢w W w pZ IP ¢ to 'l l ,. I' / t //, N/ `I!. m?N > (L �1 min 7 N O J Z, Q v N O N y o / `r It 1 1 '1�; 4 Umw ?O pl Hw?! W �3� { rn N N irn ,r l: 1 1 11 t t: H �p X¢ Cr W C.7 �I'W Q m 'w Fr p❑pwp � mn i I I1 I 1c ,. I• I w U> zZ dH1,. 2 Vrnm �_ O z�m 0 z E �1 f -F _.f _ / AI wHWUQd ,p ! o / O __ 1 _ .�S-�_ I„ 1 f, �L••.; - o , / .j. 1 <° 1 1 1 4"1111. 14 7.7 OS= �__� ; Ico y � r I I m —as a as-- �s t_ s'. vs as �-- �1t I i t yl 'I 1 t "1 it UA I 1 O W Z_z � N Q', /v r m r �'! tl'11Y tl li II Ij `}, ` �! s'' ° >z~ ! CO W / N O,W J N I 1111 I tl tl tl� I p 2a�Z / W❑ // LLp'}Q II. 1111111 t1�10 I 11 HOUJ ?❑o x Oicnw zap X1=o� �pj ( t U 00i/ ¢'Z❑ .ji/ t gam 03: w 0� Q / i U 10 W vv + I!t 111%`�`A 1 I! >a 0 z CW9 (n / W:H w 3 Y / r Z'`,11WI w 3 N 1 1 11ry.j, W >W 1' O.J a i I I l 1,1',N 1'I 1 Z ? X w Q. Z U w W OF I'I' kill, II' I w c)w a /n 111 1 1 C~J2-¢ aZ 3 �\ ,1 �� 1 1 1111 as-! a5----ag- _¢ ! r 3 tN 1111 1„� __99_I ' ¢J W ! F w 4� kill I I}11I f IC-1) Z z u W- 1111,1 111}11' 't ' \ O = Q \� W p Y�l\1 ', ' 't'll ¢O C -)' 6_!Pe1J lslaa4S\`J�dD0040 6�1d OS3d LOQ j 1 E\d ja6u_!z�ao66-wd�l/CO/0i o w N m � O � O Z w U z r T _ w W �aor_v a z ru L � W W LL r J LO p n c= O U) 0 W Z Q Z CUJ 0 Z Z a Z Q ❑ V ❑ Q Z w iQ= '°° 0 nm CE ui LL >F J J ? a) I 1 J Z W U W O iJ-- �/ % ; a0 d w U ❑ °goW °a�0w z� a Q n F gw¢Qm ZZQ¢m w a �; 1 =gyp O Q O N Z W JZ aFJZ d OZ 1 ��r �' i d Z O d a Ir o� ww�o U��0 z I �o i 1 Q� W e N w ImooJ i ago_ c zo ( am— Z? aC CaC o Zw NTI 'oOFw ZCLF0��❑ aJ �❑i �� U G to CL-CJrv, JF-U HWU ¢W ; Uw 3 1 i Q Q U CL w =mw��� ~zO w°zzo c7Z csX ,' Y',! m EL Q m CO z 0 F¢W Z I O~w D m ( a h P F LL cl UZ¢WW iWZQQ wQQQ x0 xa° ! ' s ❑ NA L�i Qaa ¢>aa wr wQ� ❑ N O 3 j U 0 ' ❑ CA _ps____ps___ __ps____ps..___ps____ps_�__ps____ps___ ps___ ____ ____ps____QS__7ios____as____as_ �� F as-.__p .. Q rrr��� O Z Z . oz W CLi p Z 1 f 3 I 0 0 0 U QZ P d ° Uxl= I 1 bJ 1 wO f ' la � � i I I ;� � / ❑ U ci CL a. ELI w OSo- OS-?--OS- cag�--,,cS �C]5--�-OSs-�-C]S-„__QS f__-f]S-=w S----OS---4 OS_r__OS_i 09� -=OS---T45'- ❑ OS• � r i Mhm P� zP-0� l I! ZOO C\l n- i O nro caoo m�C' , w— xiz� I 7=Z i J J =CnW Lo n ! U) wi�¢Q pa? N'rLI� -W W Q I 3 w 0 l Q� cr U) C) ) i� W a ❑w z Cl) oco i U wz z 10 I z i a 2❑ O j z � Y, > wOO ( 3 cr ~� s� G o 3 3 4 0 0 cn Z ❑ Z Z g 0 0 W Z ¢ N N C ~n 2OQ ¢SQ wH � Z Z z 0 ¢Op Z¢j mm x+ 0 ¢ as wa- z oaa �o� �z ¢ III Z ❑ ❑ w Q¢ ¢ W O ¢ FF am a� ¢ ¢z0 OF-¢ OJ Q U) ¢ FL Z FL Z w z�W J Z 0 0 0 C7 w Z wo w� ooz OOZ zg a 20� ir w 3w �w w WrQ ❑r❑p Wo m� v 2 `U) uwi¢o i ¢�o �¢r- �_ �`'na� Q o 2z �Z U �riH >❑w w~ F- (-) pQ c¢ Z x�❑ -W Fw +I 'WQEM Q Hm F_Cn 0 ¢>Q 0m5 oZ ¢ w ozzO zzo w Q�p -W�d w¢ 2 C7�dm co W �� c r J w LL w J¢U J Q ao wz wZ 'r QaF mw W� W -P W Z w =O W ❑ W �o tQi �� � Z QQU) o¢U ZQ �--+ mZ Z ¢ 0 ° 2 W III o Fa 2 ❑ wOD ;a} a z v0, wo U� C-, Ow w z=g �¢Q o~ Q NU I- gw :5'UP US H Z. wz¢ Ww H WaZ Li UX, U, >z w3:0 m=ow OLL U F Z z �U N U C O W z Q~W W O J H W (7 v J w J g J W J L L J J d�0 Q Z¢m Q W U Q¢ Qd Q� Q� Qo Q LLJJZW W20W� F- F❑ F❑ H Z H Z F o F- 0.2t Z Z d W Cn Z N F_ Cn Q cn Q Cn LO cr (n >¢CL O Cn J Za ZU Zg Z� ZN W H= 0—paZWa mow z z �}w U o}w¢J D 6Mp 6ulpeJE)-LOO1NH\slaayS\JMO\CIVDOOv0\6�d 09d L00 d\U\:d -epemf-wd L/EO/0 r� rr rr rr rr �r rr rr r �r rr r rr r r� &W M ire ac w m T �oo LO ,\ a °o T Z z r ch \i O co ) \� W w T a \1 O d R al U: U cn N a O LL la I w¢ W Z I' I J O J w a ¢ O r O I I. a Q z LL O a a Cn Cn p 1 I z- a LL Q J az iit ❑ ¢ w tr z a LLJ xx cc, wil ~❑ yay 0 > a w U z�C.7 W F Z O �p J ¢ 0 Lu Z Q 'l,l Z❑ ❑ W Z LL ir I .. �. w 1'l -iw aOJ Z Um HO C7 l I., w ¢ ¢ I I I:.A ❑❑ LLm wQ OUQ J .t.l.. w 2_> o - F- a I I J � 1'j. O?¢ wz Y UZ QHLu Q w —L?tom Q z a C7 Q O x J ~ Z ❑� I ¢ w L,0 Q wrnw W Z5 W :.11.: Wz z a .1 F- H Q Z � Z L:I as �, ❑ LL 0 a ¢< w aOQ w a w 00 Z O H O V U Z 2 Z 00 JJ a0 ❑ -t 3:==4 w w W U z O MF- J. � 1=0 4am z ❑aqQ LL LL _j z ¢ a 0 U) -Cn �❑ ¢� 0- Q DH � O ¢� W i.f' o Q J 0 0 ¢Q CJJ ow= r¢ Z d a ❑ iiii .11: >LL ZF-F- z Z _Z ❑ Z . d O¢ I:.b (O a w LL�J w Z Z O Q �❑ Oi. a am \\�, Ut- ¢� z ww �❑ O z aC Q O LU 0� O Z z \�\ LL 10 owU _3 a- ¢ � Q Er U Q LL¢,,, Q m H CL w a b a- azz ~z LL m a �a W - ,,,0 0� co 0� I /�.:. mUU za Fes- !.L W LL 0 „I h: Z :. m z 00d GN3 F J r. in O D� _ Z J F UZ :L I:. m O Cn z Cr Y¢ N O U i DQ PI{. Q r W p a Z U CL 'I'I U // Cn N C!) U ZOw wzz '. U 2 ¢ O O z O m /„ z z l j iv Z O Q •- •', �\ Y O w Q uj Fez ooz _ ° � \) uiC73:L w v ,y: \ h m LU a o�� ri,LLWO= p o m "' � oaov ¢z Cl)z F F-u) F W w �Q❑ 00¢ r p Q ww C3 _j w z LL O >z d Ir O co �2<C, Q a Q a o Ocr a w W w (n a 0 0 ¢ O¢� Z�z w (7 z CL_ Cl) a Z r JF- Z lxg g C m Q w O U r U z w �❑Q-- �Z=w LL w U)❑Ua❑ CnOCn❑ J0 pQ�mz wC, wz O_UQO cr �p zw co T LL Z�5- vao O> 1-Q ~O aw oz z a ?w❑ a s a ¢ p z j LL U p za�ww 0 Quj �w OwU¢ Z¢ Or LL rn = ¢Z Oz UzWa- zw ¢- 0 0� C)z 0�0 w 00 w= m z�ZQ OOU� ¢ cr❑pC¢„Cn Cl) (U Q❑ wU cOO oowm0 U� z¢ >Lij LL Cr c/)F- w zw O� ❑ LLCCn0 n- Zw z> a ¢¢wFOiF m� W Q v~i OaaQ Oz OU W 0 H Cl) ozU0z O nF0 QZ Q ICL o Uw �a }J O > FQ w mw C°w w U(7wU- ¢a ❑¢ Q Cl) in Ul a�v❑i�? z z w wD zz ° zP>w F a ¢w w Zw ¢ O > U n U- O 5u) ❑ O4 wz Q g a IFOLCli X00 °' �wd0 Owg U �W Z o2LL ¢-, OF ¢¢ z Wn +I � ,\�\ LLO w OZ z aw0 wo w ¢0 Y JW cr co'v a \1 �z ¢ Qa� ❑W ga Zp O0 Cl) 0 O co I 1 mo '� = zQa (ni L m ¢ w z Z 9.. ❑ z Cn Q�Q :D C!: ❑ U �LL O Z20 \\\\� / oU g Cn ¢zU ¢w cn Z LL FL O pzz I UI �¢ c� a �J❑ oe,w w o \ Z ov \ a/ �� z O ii ��� ❑rn~ U z Z <LZ B 4w°y o ❑ J // m Z_ to ❑_ Q W 0 .cy ~O¢ — mU ¢ m NWW� �Om w W U 00 � 405 mJ \ w 0 U CL F ¢U z (QJ� T 1 /ii J j Z Fz +I diiiii H a W O /7 d Z j r++ c� r Q LL X 0,0 ` \��/ W III 0111 n \\ OJ %/ O jr Q •°o ° //// �/r w Q� Z � �� *fq c7 San's LL ❑ 2 C7 m m �m EL iii %%ii//ii/ %\� J ❑ Q w O Z iii ❑ LL III 0 Zww 1w1,0 0 (n 2 ¢w� w U NN QFCn �❑ z = air ❑ i ¢ cn ¢ z z O� a 54 9 ❑o w F� ¢ w z�0 m } w❑z Z z0 � ZQ /p �z - O Y oCm U I/' p �Cn ❑ t� ¢ins U LL Cnw wQLL, z0 ¢ ¢❑ ❑ U O ZO mw= OF- O m LLF a w aw uw) w OOr za z z�2 a� C7 w m ¢ LL cn CO Q~ m 0 0 Q +I WO ¢� II > zIN> W— U O > j= a U zFno wU Ch 0 �? a a U OJ w Q a a w 0? ¢ F<- ¢p Q z J ❑ ¢ 0 a ¢ z �Q w z0 ui ❑ Q ¢ g=z �0LL ¢za �� iQ 0 o F- Co w F-0 L J z Z w 005 w ¢ wr❑ Q O wwZ >�� Ho w� 9/��nb/E Y OZ UZz w QLL� p-Cn QO ¢O ZQO Z� CL aww �w OQ U z �mU) NCl) Z-0 6i Z� ru) c)LL O aQ ulvj Z XU) cn Cn�cn WZ z I i bmP'SllV13 0-1001NU\sls@gS\JMO\Qd000170\r)ld OSJ 1001NU\8\:d -GPBN4-wd6 L oim W co 5 0 z f? 0 6a Z Z C*) 4 W t_u 0 LU LL CL U) 0 qzi 4 CO) _j p ❑ z z m 502 < d LU v z z z 0 z a �W Cr< 0. P: i3C z va Z. jum, > m 0 b W� CL =) a W 0 H= Er W LU ,0 < F- a: z 4 _j(n Lu 09 y <Z rn Z V ZE 81 �M CL 0 W C) z Uj m -1, r1i R W < 0 F 4 0 Z _j a. (L a. a in, R j m I a 002 UJ < z Z Z, Y6 Z O W a: <cr Q U EL z W cr 0 CL co R LL aE s �j cli UM 6 z As C\j pin I 1!�q �Jijij�j (D 0 0 cn IN fl g IMME f 0 < In 9 PIN h it 212, 151 UH �We q)W Lu L? 7 z I If�1 1 4 Cd LD L) Ln a) 4 C0 Lu �jm < LLp 24 0 0 0 C) crz 0 C0 O is V, C) 10 a. a. Hum,* W if WIN Z 9 W 0 fro 11 W F- W _j W Cf) W,_z > Z W Cl? W EL- aj O C/) < Z F- 0 E Lu 0 cr z 0 CQ '3: C 0 W 0,*m 0 < z W 0 W F,- D Z cW1 0 Mo 0a: Z w F-w t�_ F- LL W W W <'W < F- <Z< W ir r--3: 0-- E p D- _0 D > < 0 F.- 2 0 WZ CL C) W F- W 0 (D T 0 LL 0 W cc<M cr F- z _j <Z 0 U, ro W> C', Wz cl: W W 'L LL w EE U)F- Wax < W LL W W U., S:ZO=L-, cr Cl)W 00- In CL P=z z z 0;� O< LU ,_>j C) 0- wl Z< LL,p Lz,L'i_Zj W Czf)CL LL, W =01 ZO< C<)z 02W L =Qm 0 ca 01-__..s - C) W>_ PL Zom F- W C:L:)OW:CDL 0-< D 0 - W Z z _j W Z W 0 CL c) L= <> P:❑ CO LL.F W .g,�,g Ld C/) < ri) LU Co CL 0 3: < LL 90 CZ0 's Z< Om �-W WOMOMPOE ?0 F- 0 0 M,Z W U)< 0 7-:. W o� 2 zw6y WW 2W 0 �z<,m-->.W1 000 , -- two 86�0 0 cr 9 M,� �5 IL �0_j M U) 0 �0 ,<z > < 0 LL F,- Z Z Lf) W— <0 0 z CL�-0 C) 5 C6 0 < W , , -) z a� - -< C)=W W- < . T C,0( , ma z>W Cl) FEZ W 0 cr <0 Z W 0 0 W CWL C/) 0 (.) < 0 Z<F-57 t 0 o &2(L 2�m z cr z ir cr W❑ Wm FM- Z�Z !�E E Z W<2 D - W CL 0 LL LLJ 0 0 0 1 --0 0 cW-_ M, m<OW ❑ 0 mo< <Z—z LL W 0< U)z_j Q, OnWT,=nL>n0O z 2 0 U) -Lu CW,)O> L.,j z< LL LL z 0 cr LL,W W W z 0 W z O_ z< .0 20 0 W _-j,,<m<- W Z 20 060 MWW9�-now0wx Q OF C�,)L± Cl) w C, LU Z< I W W-0 m<T CL C) -W _j LL Z<m m -0-W - >_W Cl) Z 0 z 0 o 0 < F _j -< -0 c,)F- <0�M M: U III z P WO 3:Fn im_ cf) 0 0>-C, < CE ca C,)LU CL D T_C)U)C\1 O :5 cjj 9 0 < m 0--1�0 C) Z _j LL U,a F- z Q)W Cr LL W W W (_)g C)Z 0 CL u) W cr❑ (W)0, <0 cW, -26 'Lu WO 0 Q< CrWWWMM09 M 0 CWr F-=,I U' z LOL 2 0 > Wr— kz Z=) -> n W(D <g 0 z 0-Z- 0 0-M L)Z-W-.2='-- �6 Z< �-=zz W--< &-)o g 9-, cn P=W C) a_ 00 W M cr :2 z W <Z< MW�L<L C/) - - -F EL cc: IL 0 6 L ,�n z< W _.JUN cr W M, <Cm) col:(ZD CZI) �Zj'r p <0— < a-E 0< 0 0 z z -W <, ?z"i"..!�i cr 'L < !g 5 0 C) L)uj LD 0 0 a- T_0 LU W z < U)0=)W W MW :5 050W -Z 0 CD t 20 U)a-C.) F Z' F— < W cn =;j 0 C)m _-,2 W < -M c.n a:. ZW 0,OW CO P=< < Im-0 W, z 50 S- Om W= ct) 1 0 z a- <ZWWfWO<W E z - TtT �n ap Z <0 COLOZ T_ F 0 Iz-z D<0 0 z M, ow aw, z W'OL 0 ,,�t� z W Q< _j U_C) <0 W W<O Y�W < 0 D OZO (n z 9 <z < C) 0 <�aw!_�OWWO guoD < Z 20W 0 D LL D z JW0 Oz cc W _j z cl: 0 0'r ❑(1)F- m 2 cl: >_ Z 0 W C-)0 Sn�Z F-< LU W 0 M m�<_— 8 9- %_'i 0 z. �e cr 0❑LL 2 W L= F-9 0 a_0 LL 0 D LU Cl) 0 z <:�W ==� (n U) YZ Z z 0 2 - _�Z 0 _1 W 09WW P=L) 0 Z W LL cr W C) _j 0 F _j_j 0 _j D 0_1<� _j W 0 �=000 < 0 cr z z 0 _j < 0 W 0 W a: jr 0 cr _j I _3 Er _3 0 Z _j 0 W _j <C.) (D Z:) < Z <C)2 W <LL —LL M C/)z <(/)MO < a.Q CL R LL 0 Vl U) CJ C0 -It 6 b C\i L6 (16 c6 f5mP'bu'PBJE)-LOOiNFJ\sl99qS\E)M(]\(]VOOOt7O\6�d- 8\8\ mf d /60/0 m "N m = 0 1� ._WiW ism a� N > m FF N N cr U ? C X1.1 ¢ N m LL Z F O w w w ! v v co w r LL O Z LU Z O U T !180r_v o z J w ¢ w - - w wo � ( r w 3 w a }_ O = Lo z�M w a vi O O o ° ¢ Y p ■ � H z w p Q r- w ..c 3 w z Z ZgOr o v°r'' ca J ¢ Q j i Y Ii 2 O Z I in Q ¢ C7 Z ¢�O vw ¢ mJ 000 w U Q /� U 2>a �~ a `°r COQ ai N n ¢ m Z d Z 2 J w r O -- -- - -------a O Q Z p ZL6 w Z O Z �i c3 Ni S _; o U Q Z ¢ C~J� ` a`n w 0 M � 0�[ � W w Qw OZ h oz > w QF a[ Y Z cl o vwi u~i Zo \° ZU' CZ7 cn z z w Z W z Y I 0E Cn(n z cn � a O Z C w ° a_- Z w G Q ,. Fj L) Z° GHQ 0 O O a Z °C a O(7 a Q a i d o Z ? W zz } r a o r 3 CL w aYC U Q CL Q U na I I O�°o LU CL W (I CC ir °—° °l o i =g Z �; = m a J i I w w a 0. _� CO Q w o in I J Z = Q Z W > W a W O Q Q O m W a WO ��¢ Q a2 ¢ O cm U 1 w I Q zWo C7 (D w ~O O J o I O Y¢w Z ?a Q U = w ( o o _ boa Y wo O w z ¢ w I I 0 d� ¢woo Z O r o� a LLi CZ-7 L) LDm e d �Cn Z QwQ Z Z tlw W j� Q O I^1 Q W = LLI U U I a 8l DDOUccZ (A Q ° CL O a ..Ol .A4 ..04 )�2 uj _ i 't( i j U w ° O i . w U I N ¢ -� Q I W ¢ w J ( M ¢ I ' M T J ¢ ¢O ' _ C7 C7 Z O, Q W cr O n X co 0 Q 4 N Q T p p w ¢I Z Lki 3 m ~j C7 ¢ o j w O Y w ¢; Z U c7 aI Z Z m w z z ¢i .4 O C7 CD 0 M -I dI 0£ (n(n z v, in s I ¢i ¢I Y I N z }} I p O Ww (/1 J~ )�2 r cr LL F- Z W I CO ¢ w Y M O J Far J w w Q H d U) m co ¢ O z¢ I Z V) " Q � w W w Q 3 Z O °7 r W I i I U 0 CP Z ¢ LU co Z� 00 3 o o Z m Q C7 0�Q Y I I w cf) CD O Y �jO�bs ca°� z z // (y cc I Z U c� m� NT �� (/ ZZ mJ _ Z Z m C/7 Z_J I Z I I n.9 Cn Cn z (n 0 ZCL nu Q W U Q w w LQ a p Q I d ul n a_ III w O CO �� U - _ > m N U = U = rn� N Qv N N m N )�2 C, P�"mQu`°i w 'r t. O � w lll � z� mr _ S2 0 CC Lu 71 Z J ~� O z m o Q F5 2 ¢ w —J m w w w ¢Ld U _- - _� - - -� mC °o�°o zw Y I °s ZIP (7 m W U� 0 o f� a. LL N w O Y W °m Qr y� ' Z Z m J V7 Z Z Z �� I a0 SD a0 cn Cn Z cn cn N CZ d I OJ l(7 4 3 F W l.L w LLi W J Q J O co Q(JQw mw Zw Z m ¢crEr w� G�C'i Q ° " r ch O¢ 2Z U OW wrn Cl:Z OU a Q Z 0 ii, 7o OOZ m Z 000 ° ,I Z o0 0 CL J W ¢Q 12i> ' ' W J w Z F- - ZOw >U draw O❑p Q O m M i 1 d W Z_Z w J� YO= ZO U)Z ww wZ J LJ m0a U� Vn�o UQ wvk= Q:E z L)w°o Q co Q 6^+P'1flORcf1-LOOlNFi\S3aayS\JMO\0 X0040\6ild 08 L00 ll\11)Wr-WJW 4/EO/OL