Loading...
HomeMy WebLinkAbout001612 Original Contract City of Port Angeles Ity Clerk's Copy Record#001612 0� City of Port Anger.,.,' 01 Public Works&Utilities Dept. Engineering Office 321 E.Fifth Street SMALL WORKS ROSTER Port Angeles WA 98362 ........... , KS Tel: 360-417-4541 Request for Bid Fax:360-417-4709 Contract Contract Title: Lincoln St Emergency Sanitary Main Repair Project Number: CON-2019-56 THIS CONTRACT is entered into the date last below written between the CITY OF PORT ANGELES, WASHINGTON ("City") AND BRUCH & BRUCH CONSTRUCTION, INC, WASHINGTON ("Contractor"). 1. WORK BY CONTRACTOR The Contractor shall perform the work as described in Attachment A (Attachment A includes Contractor's Proposal, Scope of Work, Statement of Work, Plans, Specifications, and any other related Contract Documents) that is attached hereto and by this reference is incorporated herein. 2.TERM OF CONTRACT All work under this Contract is to be completed as indicated (check one): All work under this Contract is to be completed by this date: December 14, 2019 ❑ All work under this Contract is to be completed _days from the Notice to Proceed. No work is to be performed prior to written Notice to Proceed by the City. (See attachment A for specific schedule for work). ❑ The performance period under this Contract commences —calendar days after notice to proceed and ends (xx days thereafter or after contract award). 3. PAYMENT A. The City shall pay the Contractor for the work performed under this contract in accord with the rates provided in Attachment F (check one): Force Account-Time and material, not to exceed: $100,000 ❑ Force Account-Time and actual expenses incurred, not to exceed: ❑ Force Account- Unit prices set forth in the Contractor's bid or quote, not to exceed: ❑ Firm Fixed Price set forth in Contractor bid or quote in the amount of: $_ The Contractor shall do all work and furnish all tools, materials, and equipment, in accordance with and as described in the Attachment A. The Contractor shall provide and bear the expense of all equipment, work, and labor of any sort whatsoever that may be required for the transfer of materials and for constructing and completing the work provided for in this contract and every part thereof; except those indicated to be furnished by the City of Port Angeles in Attachment A. B. The Contractor shall maintain time and expense records that may be requested by the City. The Contractor shall submit invoices to the City for payment for work performed. All invoices must reference the City's contract number. Invoices shall be in a format acceptable to the City. C. The City shall pay all invoices from the Contractor within 30 days of receipt of a properly completed invoice. D. All records and accounts pertaining to this Contract are to be kept available for inspections by representatives of the City for a period of three(3) years after final payment. Copies shall be made available to the City upon request. E. If during the course of the Contract, the work rendered does not meet the requirements set forth in the CON-2019-56 Page 1 [FORM REVISED 7/2017] � Contract, the Contractor shall correct or modify the required work to comply with the requirements of this Contract. The City shall have the right to withhold payment for such work until it meets the requirements of the Contract Documents. 4. RESPONSIBILITY OF CONTRACTOR A. Safety. Contractor shall bake all necessary precautions for the safety of employees on the work she and shall comply with all applicable provisions of federal, state, and local regulations, ordinances, and codes. Contractor shall erect and properly maintain, at all times, as required by the conditions and progress of the work, all necessary safeguards for the protection of workers and the public and shall post danger signs warning against known orunusual hazards. B. Warranty. Contractor shall be responsible for correcting all defects inworkmanship and/or materials discovered within one year after acceptance of this work. After correcting defect, Contractor shall be responsible for correcting all defects in workmanship and/or materials in the corrected work for one year after the City accepts the corrections. The Contractor shall start work to remedy such defects within seven (7) days of mailing notice of discovery thereof by City and shall complete such work within a reasonable time. In emergencies where damage may result from delay orwhere loss ofservice may result, such corrections may be made bvthe City, in which case the cost shall be borne by the Contractor. In the event the Contractor does not accomplish corrections at the time specified, the work will be otherwise accomplished and the cost of same shall be paid by the Contractor. C. Damages. Contractor shall be liable for any costs, losses, expenses, or damages including consequential damages suffered bvthe City resulting from defects in the Contractors work including, but not limited to, cost of materials and labor expended by the City in making emergency repairs and cost of engineering, inspection, and supervision by the City. The Contractor shall hold the City harmless from any and all claims that may be made against the City as a result of any defective work and the Contractor shall defend any such claims at its own expense. When materials or procedures are not specified in the Contract Document, the City will rely on the professional judgment ofthe Contractor to make appropriate selections. D. Nomdiscrim/nation/AffirnnativeAc±ion. Contractor agrees not todiscriminate against any employee or applicant for employment orany other persons in the performance ofthis Contract because of race, creed, color, national origin, marital status, sex, age, sexual orientation, genetic information, or handicap, orother circumstances as may bedefined byfederal, state orlocal law orordinance, except for abona fide occupational qualification. Contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided by Contractor setting forth the provisions of the nondiscrimination clause. E. Employment. Any and all employees of the Contractor, while engaged in the performance of any work or services required bvthe Contractor under this Contract, shall be considered employees ofthe Contractor only and not ofthe City. Any and all claims that may arise under the Workers Compensation Act on behalf of those employees, while so engaged, and all claims made by a third party as consequence of any negligent act or omission onthe part ofthe Contractor's employees, while soengaged onany ofthe work mrservices provided or rendered herein, shall not be the obligation of the City. S. COMPLIANCE WITH LAWS The Contractor shall comply with all federal, state and local laws and regulations applicable to the work done under this Contract. Any violation of the provisions of this paragraph shall be considered a violation of a material provision of this Contract and shall be grounds for cancellation, termination or suspension of the Contract by the City, in whole or in part, and may result in ineligibility for further work for the City. 6.TERMINATION OF CONTRACT A. This Contract shall terminate upon satisfactory completion of the work described in Attachment A and final payment bvthe City. B. The City may terminate the Contract and take possession ofthe premises and all materials thereon and finish the work bvwhatever methods itmay deem expedient, by giving 10 days written notice tothe Contractor, upon the occurrence ofany one ormore ofthe events hereafter specified. 1. The Contractor makes a general assignment for the benefit of its creditors. C(]N-2019'56 Page 2 [FORM REVISED 7/20|7] 2. A receiver is appointed as a result of the insolvency of the Contractor. 3. The Contractor persistently or repeatedly refuses or fails to complete the work required herein. 4. Contractor fails tomake prompt payment tosubcontractors for material orlabor. 5. Contractor persistently disregards federal, state orlocal regulations and ordinances. 6. Contractor persistently disregards instructions of the Contract Administrator, or otherwise substantially violates the terms ofthis Contract. 7. The City determines that sufficient operating funds are not available to fund completion of the work contracted for. C. In the event this Contract is terminated bvthe City, Contractor shall not be entitled to receive any further amounts due under this Contract until the work specified in Attachment "A" is satisfactorily completed, as scheduled, up to the date of termination. At such time, if the unpaid balance of the amount to be paid under this Contract exceeds the expense incurred by the City in finishing the work, and all damages sustained bvthe City or which may be sustained by reason of such refusal, neglect, failure or discontinuance of employment, such excess shall be paid by the City to the Contractor. If the City's expense and damages exceed the unpaid balance, Contractor and his surety shall be jointly and severally liable therefore to the City and shall pay such difference to the City. Such expense and damages shall include all legal costs incurred by the City to protect the rights and interests ofthe City under the Contract, provided such legal costs shall bereasonable. 7. OWNERSHIP OF DOCUMENTS A. Onpayment tothe Contractor bvthe City ofall compensation due under this Contract, all finished or unfinished documents and material prepared by the Contractor with funds paid by the City under this Contract shall become the property of the City and shall be forwarded to the City upon its request. B. Any records, reports, information, data, orother documents or materials given to or prepared or assembled by the Contractor under this Contract will be kept confidential and shall not be made available toany individual Vr organization bvthe Contractor without prior written approval ofthe City orbvcourt order. S. CLAIMS Any claim against the City for damages, expenses, costs, or extras arising out of the performance of this Contract must be made in writing to the City within thirty days after the discovery of such damage, expense or loss, and in no event later than the time of approval by the City for final payment. Contractor, upon making application for final payment, shall be deemed to have waived its right to claim for any other damages for which application has not been made, unless such claim for final payment includes notice of additional claim and fully describes such claim. 9. GENERAL ADMINISTRATION AND MANAGEMENT The Director of the Public Works and Utilities Department or his/her designee shall have primary responsibility for the City under this Contract and shall oversee and approve all work to be performed, coordinate communications, and review and approve all invoices, under this Contract. 10. INDEMNIFICATION / HOLD HARMLESS A. The Contractor shall defend, indemnify, and hold the City, its officers, officials, employees and volunteers harmless from any and all dainnS/ injuries, damages, losses or suits including attorney fees, arising out Dfnr in connection with the performance ofthis Contract, except for injuries anddamages caused bythe sole negligence of the City. B. Should acourt ofcompetent jurisdiction determine that this Contract issubject toKCVV4.24.115, then, in the event ofliability for damages arising out ofbodily injury topersonsordamnagesbopropedysausedbvornesu|ting from the concurrent negligence of the Contractor and the City, its officers, officials, employees, and volunteers, the Contractor's liability hereunder shall beonly bothe extent ofthe Contractor's negligence. ltisfurther specifically and expressly understood that the indemnification provided herein constitutes the Contractor's waiver of immunity under Industrial Insurance, Title 51 RC3W, solely for the purposes of this indemnification. This waiver has been mutually negotiated bxthe parties. The provisions of this section shall survive the expiration or termination of this Contract. C()N-2014-56 Page 3 [FORM REVISED 7/2V|7] 11. INSURANCE, BONDS, &RETAINAGE A. The Contractor shall maintain insurance as set forth in Attachment B. B. If the total bid amount including tax exceeds $35,000, this project will be awarded as a small works roster contract and payment and performance bonds and retainage will apply in accordance with Washington State law. A retainage of 5% will then be applicable to this contract. The Contractor shall obtain payment and performance bonds in accordance with this Contract and all Attachments incorporated herein. Copies of the Bid Security Transmittal Form, Performance and Payment Bond form, and Escrow Agreement for Retained Percentage form are available from the Operations Office of Public Works &Utilities (Telephone 360-417-4541). Performance Bond and Retainage forms are provided in Attachment C. The party to whom the Contract is awarded will be required to execute the Contract and obtain the Performance and Payment Bond within ten (10)calendar days from the date the notice of award is delivered to the bidder. Such bonds shall be on the form provided by the City, specify the name, contact phone, and address of the surety, and shall include a power of attorney appointing the signatory of the bonds as the person authorized to execute it (them). 12. PREVAILING WAGE This Contract is subject to Chapters 39.12 and 49.28 RCW, amendments thereto and regulations issued thereunder, relating to prevailing wages, benefits, and other requirements. Workers shall receive no less than the prevailing rate of wage. The City shall verify that contractor has received training on the requirements related to public works and prevailing wage under RCW 39.12. Contractor shall verify first-tier subcontractors have also received such training. Each subsequent tier shall verify that the tier below have received such training. No claim for additional compensation will be allowed which is based upon a lack of knowledge or a misunderstanding of any such requirements by the Contractor or a failure to include in Contractor's price adequate increases in such wages during the performance of this Contract.The Contractor is advised to consult the Washington State Department of Labor and Industries to determine the prevailing wages that must be paid. This public works project is being done in Clallam County. Washington State wage determinations for Clallam County Journeymen and Apprentices can be found at: https://fortress.wa.goy/Ini/`wagelookup/"­prvWacielookup-aspx https://fortress.wa.goy/Ini/wagelookup/"Ai2prenticeWageLookup.aspx Use the applicable wage determinations effective on the bid due date. A copy of the applicable wage rates is available for viewing at the Port Angeles Public Works and Utilities Contracts Office. In addition, the City will mail a hard copy of the applicable wage rates upon request. For a contract award under $2,500, and in accordance with RCW 39.12.040(2), the Contractor or subcontractor is authorized to submit a combined Statement Of Intent To Pay Prevailing Wages &Affidavit Of Wages directly to the City of Port Angeles at final invoicing. Submission shall be made on the form developed by the Washington State Department of Labor and Industries and available from the City of Port Angeles Public Works and Utilities Department. In case any dispute arises as to what are the prevailing rates of wages for a specific trade, craft or occupation and such dispute cannot be adjusted by the parties in interest, including labor and management representatives, the matter shall be referred for arbitration to the Director of the Department of Labor and Industries, and his decision shall be final, conclusive, and binding on all parties involved in the dispute. 13. INTERPRETATION AND VENUE This Contract shall be interpreted and construed in accordance with the laws of the State of Washington. The venue of any litigation between the patties regarding this Contract shall be Clallam County, Washington. 14. BRANDS OR EQUAL When a special"brand or equal"is named it shall be construed solely for the purpose of indicating the standards of quality, performance, or use desired. Brands of equal quality, performance, and use shall be considered, provided Contractor specifies the brand and model and submits descriptive literature when available. Any bid containing a brand which is not of equal quality, performance, or use specified must be represented as an CON-2019-56 Page 4 [FORM REVISED 7/2017] alternate and not as an equal, and failure to do so shall be sufficient reason to disregardthe bid. 15. INSPECTION AND REJECTION All goods, services work, or materials purchased herein are subject inspection and toapproval by the City. Any rejection of goods, services, work, or materials resulting because of nonconformity to the terms and specifications of this order, whether held by the City or returned, will be at Contractor's risk and expense. 16. SUBLETTING OR ASSIGNING OF CONTRACTS Neither the City nor the Contractor shall assign, transfer, or encumber any rights, duties or interest accruing from this Contract without the express prior written consent ofthe other. 17. INDEPENDENT CONTRACTOR The Contractor is and shall be at all times during the term of this Contract an independent contractor and not an employee ofthe City. 18. EXTENT OF CONTRACT/MODIFICATION This Contract, together with the attachments and/or addenda, represents the entire and integrated Contract between the parties hereto and supersedes all prior negotiations, representations, or agreements, either written ororal. This contract may be amended, modified or added to only by written instrument properly signed by both parties hereto. 19. SUBCONTRACTOR RESPONSIBILITY The Contractor shall include the language ofthis section ineach ofits first tier subcontracts, and shall require each of its subcontractors to include substantially the same language of this section in each of their subcontracts, adjusting only as necessary the terms used for the contracting parties. The requirements of this section apply to all subcontractors regardless oftier. At the time of subcontract execution, the Contractor shall verify that each of its first tier subcontractors meets the following bidder responsibility criteria: - At the time of subcontract bid submittal, have o certificate of registration in compliance with chapter 18.27 m~vx; - Have a current state unified business identifier number; - IfappUoab|e/ have: 1\ Industrial insurance coverage for the subcontractor's employees working in Washington as required in Title 51RCW; Z) Anemployment security department number asrequired inTile 5OR[%N; and 3) Astate excise tax registration number as required inTile 82 RCVV; 4) An dasthca| contractor license, if required by Chapter 19.28 R[1N; 5\ An elevator contract license, if required by Chapter 70.87 RCVV. - Not be disqualified from bidding on any public works contract under RCW 39.06.010 or 39.12.065(3). -Has received training on the requirements related to public works and prevailing wage under R{3N39.12. 20. COMPENSATION AND METHOD OF PAYMENT. A. The City shall pay the Contractor for work performed under this Contract as detailed in the bid, as incorporated in the Contract. B. Payments for work provided hereunder shall be made following the performance of such work, unless otherwise permitted by law and approved in writing bvthe City. No payment shall be made for any work rendered by the Contractor except as identified and set forth in this Contract. C()N-2010-56 Page 5 [FORM REVISED 7/2u/7] C. Progress payments shall be based on the timely submittal by the Contractor of the City's standard payment request form. D. Payments for any alterations in or additions to the work provided under this Contract shall be in accordance with the Request For Information (RFI) or Construction Change Order (CCO) process as set forth in the Contract Documents. Following approval of the RFI or CCO, the Contractor shall submit the standard payment request form(s). E. The Contractor shall submit payment requests with a completed Application for Payment form, an example of which is included in Attachment D to this Contract. This form includes a lien waiver certification and shall be notarized before submission. Applications for payment not signed or notarized shall be considered incomplete and ineligible for payment consideration.The City shall initiate authorization for payment after receipt of a satisfactorily completed payment request form and shall make payment to the Contractor within approximately thirty(30)days thereafter. Final payment requests shall also include a Certification of Work Completion and Acceptance located in Attachment D). IN WITNESS WHEREOF, the parties have executed this Contract as of the date of the last signature affixed below. BRUCH&BRUCH CONSTRUCTION, INC. CM OF PORT ANGELES By: By, Date:—.1-7-- Date: 7,A/h 7 Printed Name: Printed Name: Ak Title: Title: P 1107 Address: CitY: Aft ,,t y APPROVED TO FORM- Tax ID #: BY: CITY Phone Number; ATTORNEY ATTEST: BY: CITY CLERK CON-2019-56 Page 6 [FORM REVISED 7120171 City of Port Angeles ATTACHMENT "A" Engineering Office Public Works and Utilities Department WORK BY CONTRACTOR The Contractor shall do all work and furnish all tools, materials, and equipment in order to accomplish the project described below. Unless otherwise provided for in the Statement of Work, the Contractor will be responsible for obtaining and paying for any and all permits required for this work. General Scope: Emergency Sanitary Sewer Main Replacement. Location: Lincoln Street between 400 and 500 blocks, Port Angeles, Washington 98362 Site Point of Contact: Rob Feller at 360-417-4809 Work Hours and Schedule: The Contractor will be allowed to work from 6 AM to 11 PM, Wednesday through Friday, excluding weekends and holidays. Work outside of these hours may be requested from and is at the discretion of the City Engineer. Permits: None Required. Work Requirements: 1.0 Project Description This contract is to replace approximately 50' of 24" concrete sanitary sewer line with 24" SDR 35 PVC Sanitary sewer line. The Contractor shall remove and replace the damaged pipe. The scope of work shall include excavation of damaged pipe, shoring, replacement of pipe and backfill the excavation area per Site Point of Contact's direction. 2.0 Standard Specifications This contract incorporates the Washington State Department of Transportation's 2018 Standard Specifications for Road, Bridge and Municipal Construction with Amendments referred to herein as the Standard Specifications and the City of Port Angeles Urban Services Standards and Guidelines (current edition). 2.1 Special Provisions 0*AA4,4,0 ► N_Al I hereby certify that this technical submission describe below zz was prepared by me or under my direct supervision and that I am a duly registered Professional Engineer under the laws of tt the State of Washington. ,$q446341 Jonathan Boehme, PE IONAL Divisions 1 INTRODUCTION TO THE SPECIAL PROVISIONS CON-2019-56 Page 7 [FORM REVISED 7/2017] [LIOZIL CIDSIA9'd WMOA] 8 3273d 9S-610Z-NOD -sp!g aql speaj pue suado Al:)ilqnd A:)uabV 6uipejluoD aql q:)iqm uo a4ep aq-L ajea fiqlaado p!g salea :buimolloj aql pm waql awldaj pue 11! mollol leql sqdej6pied aajql aql pue sele(3 uoilaldwo:) 6uipeaq ,3qJ alala(] (dSD VMdV 9TOO '6 Alenuer) sU1011!u!J0(3 EITO-T -asuadxa umo sl! le Isuoi4e:)ilqnd asaql to saido:) uielqo pegs jopeiluoD walpa xawno -'saullapinq pue sp-lepue4s saowas ueqin,Sala&v vod jo A410 - uoil!paluaiin:) 'VMdVIJ-OCISM 'uc!llani4suojIL,41.?lunpVpue agp!.Iglpeoy.lojsueldp.lepue4S * Aue p Isuoi4e:)iApow alelS uolbuigseM ql!m 'uoppa paldope Alluajjn:) 'slfemq,611-1 pue SIRa-IIS JOJ Sa.?IA,9a 10.14UOJ JYJe.1 e Ll _L LUJOJ!Un UO / nU W * :aje a:)uajaj@j Aq sluawn:)o(] pejluoD aql olui palejodio:)ui osIV -padolaAap wam Aaql q:)iqm joj peiluo:) aq4 ui Aluo jeadde Allewjou SuOlSlAOJd lepqdS D!113adS:ParOjd ,,,ui-IIU.e se papasui 'e4ep palbid alqeijeA 10 uoisnpui aql si jaqloue olpaloid Duo wojj aDuajagp Aluo aql 'Allensn -uoibad Duo ueql ajow ui Allensn Ispafojd Auew ol Aldde Alle:)idAl Aaql leql ui suoi4e:)U!:)adS pjepuelS of jelpis aje SUOISIAO.d lepadS sainpnilS pue sa5ppq UOISIAI(] sawai alelS uol6uiqseM ism uoi6a,d Isamq1noS 'dMS uo16a, d lej4uaD qlnoS IdDS uoiba,d :WwAlo 'd0 uolba'd Isamq:PON 'dMN uoiba�d leilua:) UPON 'dDN uoi6a*d ujalseg 'd3 TSUO!ba'd :SmoJJOJ se aie suoileubisap uoibad -uoi5ad paleubisap aql uiql!m alqmildde Aluowwo:) aje suoisiAOM lepadS uoi&N e se papasui lelep p;)fojd alqeijeA jo uoisnpui aq4 si jaqloue of palbid Duo wojj a:)uaia.4!p Aluo aql 'Allensn -uolbad Duo ueql ajow ui Allensn Ispafojd Auew ol Aldde Alle:)idAl Aaq4 leql ui suoile:)!j!:)adS piepuelS ol jelpis aje suoisiAOJd lepadS lejauaE) UOISIAOJd lepadS sainpnilS pue sa6p!jg (alep dS9) UOISIAOJd lepadS uo16ad (alep Tsuoibad) 'UOISIAOJd lepadS :)!I!:)adS PaIOJd e salou osle pue UOISIAOJd lepadS lejauaE) e 01 UOISIAaj e SDION UOISIAOJd lepadS lejauaE) (alep) :smolloj se paleiluajagp aje sada SUOISIAOJd lepadS -:)iJpadS PafOJd pue IsajnpnjlS pue sabp!jg luo16ad Ilejaua!D !peiluo:) SM ui papnl:)ui we suoiSiAOJd lepadS jo sadAl lejaAaS -suoile:)UpadS piepue4S aq4 of sluawpuawV 6uiobajoj aql pue luoipnilsuo:) ledi:)iunW pue abp!jg 1peod joj suope:)UpadS pjepuelS 8TOZ @qJ JO SUOISIAOJd bui:p!ljuo:) Aue apasiadns pue peiluoD siql jo :ped e apew aAe SUOISIAOJd lepadS buimollol aq I A ward Date The date of the formal decision of the Contracting Agency to accept the lowest responsible and responsive Bidder for the Work. Contract Execution Date The date the Contracting Agency officially binds the Agency tothe Contract. Notice to Proceed Date The date stated inthe Notice toProceed onwhich the Contract time begins. Substantial Completion Date The day the Engineer determines the Contracting Agency has full and unrestricted use and benefit of the facilities, both from the operational and safety standpoint, any remaining traffic disruptions will be rare and brief, and only minor incidental work, replacement of temporary substitute facilities, plant establishment periods, or correction or repair remains for the Physical Completion of the total Contract. Pl0sical Completion Date The day all ofthe Work isphysically completed onthe project. All documentation required bvthe Contract and required by law does not necessarily need to be furnished by the Contractor by this date. Completion Date The day all the Work specified in the Contract is completed and all the obligations of the Contractor under the contract are fulfilled bvthe Contractor. All documentation required by the Contract and required by law must be furnished by the Contractor before establishment of this date. | Final Acceptance Date The date on which the Contracting Agency accepts the Work as complete. Supplement this Section with the following: All references in the Standard Specifications, Amendments, orVVSDOTGeneral Special Provisions, to the � terms"Department of Transportation", "Washington State Transportation Commission", "Commission", "Secretary of Transportation", "Secretary", "Headquarters", and"State Treasurer"shall be revised to read "Contracting Agency". All references to the terms=State"or"state"shall be revised to read"Contracting Agency"unless the reference istoanadministrative agency ofthe State ofWashington, aState statute orregulation, orthe context reasonably indicates otherwise. All references to"State Materials Laboratory"shall be revised to read"Contracting Agency designated location". All references to"final contract voucher certification"shall be interpreted to mean the Contracting Agency form(s) by which final payment is authorized, and final completion and acceptance granted. Additive A supplemental unit of work or group of bid items, identified separately in the Bid Proposal, which may, at the discretion of the Contracting Agency, be awarded in addition to the base bid. Alternate One of two or more units of work or groups of bid items, identified separately in the Bid Proposal, from which the Contracting Agency may make a choice between different methods or material of construction for performing the same work. Business Day A business day iuany day from Monday through Friday except holidays as listed in Section 1-08.5. Contract Bond The definition in the Standard Specifications for"Contract Bond"applies to whatever bond form(s) are required by the Contract Documents, which may be a combination of a Payment Bond and a Performance Bond. C[)N-2019-56 Page [FORM REVISED 7/2oi7l Contract Documents See definition for"Contract". Contract Time The period of time established by the terms and conditions of the Contract within which the Work must be physically completed. Notice of Award The written notice from the Contracting Agency to the successful Bidder signifying the Contracting Agency's acceptance of the Bid Proposal. Notice to Proceed The written notice from the Contracting Agency or Engineer to the Contractor authorizing and directing the Contractor to proceed with the Work and establishing the date on which the Contract time begins. Traffic Both vehicular and non-vehicular traffic, such as pedestrians, bicyclists, wheelchairs, and equestrian traffic. All references to "Engineer" and "Project Engineer" are redefined to mean City Engineer for the City of Port Angeles. The terms "Contract" and "Project Manual" are interchangeable. 1-04.1(2) Bid Items Not Included in the Proposal Section 1-04.1(2) is replaced with the following: "When the contract specifies Work that has no Bid item, and the Work is not specified as being included with or incidental to other Bid items, payment for the Work shall be included in an appropriate unit price or lump sum bid item in the Bid Form." 1-04.2 Coordination of Contract Documents, Plans, Special Provisions, Specifications, and Addenda Revise the second paragraph to read: Any inconsistency in the parts of the contract shall be resolved by following this order of precedence (e.g., 1 presiding over 2, 2 over 3, 3 over 4, and so forth): 1. Addenda, 2. Proposal Form, 3. Special Provisions, including APWA General Special Provisions, if they are included, 4. Contract Plans, 5. Amendments to the Standard Specifications, 6. Current edition of the City of Port Angeles Urban Services Standards and Guidelines, 7. WSDOT Standard Specifications for Road, Bridcle and Municipal Construction, and 8. WSDOT Standard Plans for Road, Bridge, and Municipal Construction. 1-04.4 Changes in Work Section 1-04.4, Changes, of the Standard Specifications shall be supplemented with the following: All revisions, clarifications, field requests and field authorizations for construction contracts shall be documented using the "REQUEST FOR INFORMATION (RFI)" form. A construction contract change order may be initiated by the Contractor, City Inspector, or Engineer by using the RFI form contained in Contract documents. CON-2019-56 Page 10 [FORM REVISED 7/20171 [L I OZ/L(13 SIAaM NNW] I I 35ud 95-61 OZ-NOD .@jojajaqj suoseaj aql bUlA16 jo:pej4uo:) aqj Apjou os la:)i4ou uappm Aq '11!m jaaui6u3 ay} lasn papu@4ui sq! joj Appaj pue a4aldwo:)Allei4ue4sqns�ljom aqj jap!suo:)jou saOP J@au16u3 aqj luoi:padsui siql cage ljj -a4e(] uoi4aldwo:) leiluelsqnS aql las ll!m liopeiluoD aqj of a:)ilou ua:g!jm Aq 'Jaaulbu3 aqj lasn papu@4ui S41 joj Apeaj pue alaidwa)Allei4uqsqns si �ljom aqj leq4 jopej4uoD aql ql!m sin:)uo:)jaau16u3 aq4 'uoi:padsui siq4 ia:Ue ljj -Alleja4e1lun ale(j uoilaidwo:) lei4ue4sqnS aql 4silqe4sa osle Aew iz)au16u3 DU -uoijaidwoo jo snje4s aqj auiwj@4@p of jo4:)ejluoD aqj pm liom aq4 jo uoipadsui ue appaps ll!m jaau16u3 aql -uoilaldwo:) le:)isAqd q:)eaj of japio ui papjdwoo aq of uiewai W44 liom jo swal! :)ijpads aql Isil lleqs isanbai sjopejjuoD aqj_ -ale(] uoilaldwo:) jeque4sqnS aqj qsilqelsa jaauibu:i aqj 4sanbaj pue jaau16u3 aqj Aplou os lleqs jopej4uoD aqj lalaidwo:)Alleilue4sqns aq of Niom aqj siap!suo:)jo:pej4uoD aqj uaqM alea uoi4oldwo:) leiluelsqnS (T)TT-SO-T 6uilsa.L leuoilejado pue suoipadsuj leu!:j TT-So-T, :buimollol aqj pm j! a:)eldai pue uoipas siq4 aqala(] uoi:padsuj leui:i TT-SO-T -peiluoD siql jo .9.J7 UOIP@S aaS :5uimolloj aqj pm pa4uawalddns si OT-SO-T uoi:paS sooluejeng 01,SO-T -paiinbai se Niom aqj wippad of ajnl!ej siopeAluoD aqj of padsai q4!m sabewep jo Apawai leuopppe jo4 anuaAe jaqjo Aue ansind of 4q61j sA:)ua5V buipeiluoD a44 qsiuiwip lou jjeqS UOIPaS S144 JO SUOISIAoid aqj japun paspjaxa slqbij aql *uoipaS siq4 Aq pap!Aoid s4q6ij sA:)uz)6V buipeiluo:) aql jo asi:)jaxa aqj of alqe4nq!j:pe liom aqj jo a:)uewjojjad aqj ui Aelap aqj jo asne:)aq pamolle aq ll!m uoilesuadwo:)jo awq pej4uo:) ui 4uawisnfpe ON -Niom pazijoqlneun siopeiluoD aqj jo juawa:)eldai jo IleAOWaJ 'UOIPaJJO:) Aq pabewep jo p@Aoi4sap sjaqlo jo liom jo 4uawa:)eldai pue iiedai joj siso:) pue 'paiinbai sa:)!/Uas leuoissajoid leuopppe joj uoi4esuadwo:) luoi4el!wil popm Inq lieln:),i:ped ui apnl:)ui lleqs slso:):pajipui pue paj!p pnS jopej4uoD aqj lanp awo:)aq of jo lanp saiuow wOJJ Ja@u16u3 aqj Aq papnpap aq ll!m 4uawAed -iopej4uoD aqj Aq ped aq lleqs 'wjojjad of pasn jai jo pal!ej jopeiluoD aqj Niom jo 'iljom pazijoq4neun jo aAlpa4ap buiApawai pue bui4:)ajjo:) of alqelnq!j:ne A:)uabV bui:peiluoD aqj Aq paiin:)ui slso:)paipul JO P@il(j -:)ilqnd aqj of abewep jo ssol jo Isp snoijas asne:)iu61w jo lalesun Alleilua4od aq pino:)Apawai s41 ui Aelap e ljaau16u3 aqj jo uoiuido aqj ui luaqm uoi4enl!s Aue si uoi4en4!s A:)ua6jawa uV -sa:)joj jaqjo jo A:)uabV buipej4uoD 6u1sn Aq palaldwo:) wiopad of sasnjai jopeiluo:) @44 NJOM aAeq jo 'paoeldai pue PaAOW@J NJOM Pa:pafaJ a44 @Aeq 'Ala4eipawwi papaijo:)�ljom pazijoq4neun pue aAI:Pajap aqlgAeq Aew jaau16u3 aqj 'uoilenl!s ADuabiawa ue aq of saupiapp jaau16u3 aqj leqm Apawai of japio ua:g!jm e ql!m Aldwo:)of sl!ej jo:pej4uoD aqj JI -Aiessa:)au waap Aew A:)ua6V bui:pej4uo:) aqj se sueaw ja44o Bans Aq jo sa:)joj A-)uabv buipej4uo:) pm laoilou ua:n!jm aqj ui payquap! aq Aew se Niom gins Apawai pue:paijo:)Aew Jaau16u3 aqj Isluawn:)o(] pej4uo:)aqj Aq paiinbai liom aqj 4o:ped Aue wiopad of sl!ej jo ljaau15u3 aql wojj a:)!4ou ua44!jm e ui paUpads awq aqj uiql!m liom pazijoqlneun JO @Alpajap ApaWai of sl!ej jopeiluoD aqj jj :buimolloj aqj q4!m uoipas siql juawaiddnS (dS9 VMdVSOO,7 IT-lRqOPO) )POM POzIJ041neun pue OAI:pa)OCI JO leAOWOM /'So-T 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 berepeated 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 o final inspection. The Engineer will set dote 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 asare 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 tothe Contractor, take whatever steps are necessary tocorrect 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 ofthe Contractor under the contract have been fulfilled. 1-05.13 Superintendents, Labor and Equipment of Contractor (August 14, 2013 A PWA GSP) Delete the sixth and seventh paragraphs of this section. 1-05.15Method mf Serving Notices (March 25, 2009APWA GSP) Revise the second paragraph to read: All correspondence from the Contractor shall be directed to the Project Engineer. All correspondence from the Contractor constituting any notification, notice of protest, notice of dispute, or other correspondence constituting notification required to be furnished under the Contract, must be in paper format, hand delivered or sent via mail delivery service to the Project Engineer's office. Electronic copies such as e-mails or electronically delivered copies of correspondence will not constitute such notice and will not comply with the requirements of the Contract. Add the following new section: 1-05.16 Water and Power 12005APWA GSP1 The Contractor shall make necessary arrangements, and shall bear the costs for power and water necessary for the performance of the vvork, unless the contract includes power and water as a pay item. [(>N-2010-56 Page 12 [FORM REVISED 7/2O/7] 1-07.1 Laws to be Observed (October 1, 2005 APWA GSP) Supplement this section with the following: In oases of conflict between different safety regulations, the more stringent regulation shall apply. The Washington State Department ofLabor and Industries shall bethe sole and paramount administrative agency responsible for the administration of the provisions of the Washington Industrial Safety and Health Act of 1973 (VVISHA). The Contractor shall maintain atthe project site office, nrother well known place atthe project site, all articles necessary for providing first aid to the injured. 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 onthe project site. Employees should not bepermitted to work on the project site beforethe Contractor has established and made known procedures for removal of injured persons toe hospital ora doctor's cane' The Contractor shall have sole responsibility for the safety, efficiency, and adequacy ofthe Contractor's plant, appliances, and methods, and for any damage ori juryneau|tinghomtheirfai|une, orirnpropermnain1enanco, use, oroperation. 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 belimited tonormal working hours. The required orimplied duty ofthe Engineer � toconduct construction review ofthe Contractor's performance does not, and shall not, beintended to include review and adequacy of the Contractor's safety measures in, on, or near the projectsite. 1-07.2 State Sales Tax (June 27, 20D1APWA G5P/ Delete this section, including its sub-sections, in its entirety and replace it with the following: 1-07.2 State Sales Tax (June 27, 2011APWA G5P> The Washington State Department of Revenue has issued special rules on the State sales tax. Sections 1- 07.2/1\ through 1-07.2(3) are meant 10clarify those rules. The Contractor should contact the Washington State Department ofRevenue for answers toquestions inthis area. The Contracting Agency will not adjust its payment ifthe Contractor bases abid onamisunderstood tax liability. The Contractor shall include all Contractor-paid taxes inthe unit bid prices Drother contract amounts. In some cases, however, state retail sales tax will not be included. Section 1-07.2(2) describes this exception. The Contracting Agency will pay the retained percentage (or release the Contract Bond ifaFHVVA'funded Project) only if the Contractor has obtained from the Washington State Department of Revenue a certificate showing that all contract-related taxes have been paid (R{3N6O.2O.O51). The Contracting Agency may deduct from its payments tothe Contractor any amount the Contractor may owe the Washington State Department of Revenue, whether the amount owed relates to this contract or not. Any amount sodeducted will be paid into the proper State fund. 1-07.2(l) State Sales Tax--Rule 171 WAC 458-20-171, and its related rules, apply tobuilding, repairing' or improving streets, roads, etc., which are owned by a municipal corporation, or political subdivision of the state, or by the United States, and which are used primarily for foot orvehicular traffic. This includes storm or combined sewer systems within and included as a part of the street or road drainage system and power lines when such are part of the roadway lighting system. For work performed in such cases, the Contractor shall include Washington State Retail C[)N-2019-56 Page 13 [FORM REVISED 7/2o|7] Sales Taxes in the various unit bid Kern prices, orother contract amounts, including those that the Contractor pays on the purchase of the materials, equipment, or supplies used or consumed indoing the work. 1-07.2(2) State Sales Tax--Rule 170 WAC 458-20-170, and its related rules, apply to the constructing and repairing of new or existing buildings, or other structures, upon uya| property. This includes, but is not limited to, the construction of streets, roads, highways, etc., owned by the state of Washington; water mains and their appurtenances; sanitary sewers and sewage disposal systems unless such sewers and disposal systems are within, and a part of, a street or road drainage system; telephone, telegraph, electrical power distribution lines, or other conduits or lines in or above streets or roads, unless such power lines become a part ofa street or road lighting system; and installing or attaching of any article of tangible personal property in or to real property, whether or not such personal property becomes a part ofthe realty by virtue of installation. For work performed in such cases, the Contractor shall collect from the Contracting Agency, retail sales tan onthe full contract price. The Contracting Agency will automatically add this sales tax to each payment to the Contractor. For this reason, the Contractor shall not include the retail sales tax in the unit bid item prices, or in any other contract amount subject to Rule 170, with the following exception. Exception: The Contracting Agency will not add in sales tax for a payment the Contractor or a subcontractor makes on the purchase or rental of tools, machinery, equipment, or consumable supplies not integrated into the project. Such sales taxes shall be included in the unit bid item prices or in any other contract amount. 1-07.2(3) Services � The Contractor shall not collect retail sales tax from the Contracting Agency on any contract wholly for � professional or other services /a�defied in Washington State Department ofRev�nu� R |�� 138 and 244). 1-07.18 PubUicLiabiKitV and PnopertyDammage Insurance Section 1.07.18 is replaced with"Attachment B"Insurance. 1-08.5 Time for Completion (September 12, 2016APNAGSP, Option A) Revise the third and fourth paragraphs to read: Contract time shall begin onthe first working day following the Notice to Proceed Date. Each working day shall be charged to the contract as it occurs, until the contract work is physically complete. If substantial completion has been granted and all the authorized working days have been used, charging of working days will cease. Each week the Engineer will provide the Contractor statement that shows the number ofworking days: (1) charged to the contract the week before; (2) specified for the physical completion ofthe contract; and (]) remaining for the physical completion ofthe contract. The statement will also show the nonworking days and any partial or whole day the Engineer declares as unworkable. Within 10 calendar days after the date of each statement, the Contractor shall file a written protest of any alleged discrepancies init. Tobeconsidered bvthe Engineer, the protest shall beinsufficient detail toenable the Engineer toascertain the basis and amount oftime disputed. Bynot filing such detailed protest inthat period, the Contractor shall be deemed as having accepted the statement as correct. If the Contractor is approved to work 10 hours a day and 4 days a week(a 4-10 schedule) and the fifth day of the week in which a 4-10 shift is worked would ordinarily be charged as a working day then the fifth day of that week will be- charged as a working day whether or not the Contractor works on that day. Revise the sixth paragraph toread: The Engineer will give the Contractor written notice of the completion date of the contract after all the Contractor's obligations under the contract have been performed by the Contractor. The following events must occur before the Completion Date can be established: (,()N'2014-56 Page 14 [FORM REVISED n2o\7] 1. The physicalwork onthe project must be and 2. The Contractor must furnish all documentation required by the contract and required by law, to allow the Contracting Agency toprocess final acceptance ofthe contract. The following documents must be received by the Project Engineer prior to establishing a completion date: a. Certified Payrolls . b. Material Acceptance Certification Documents c. Monthly Reports of Amounts Credited as DBE Participation, as required by the Contract Provisions. d. Final Contract Voucher Certification e. Copies ofthe approved"/#fidavitufPrevailing Wages Paid"for the Contractor and all Subcontractors f. Prope!1y owner releases per Section 1-07.24 . . Section 1-08.5 issupplemented with the following: This project shall bephysically completed within 2working days. End of Scope of Work City ofPortAngeles ATTACHMENT "B" EngineeringOffice INSURANCE Public Works and Utilities Department INSURANCE REQUIREMENTS FOR CONSTRUCTION AND SERVICE CONTRACTS Insurance The Contractor shall procure and maintain for the duration of the Contract, insurance against claims for injuries to persons or damage to property which may arise from or in connection with the performance ofthe work hereunder bvthe Contractor,their agents, representatives, employees or subcontractors. No Limitation Contractor's maintenance of insurance, its scope of coverage and Urnito as required herein shall not be construed to limit the liability of the Contractor to the coverage provided by such insurance, or otherwise limit the City's recourse toany remedy available atlaw orinequity. Minimum Scope of Insurance Contractor shall obtain insurance of the types described below: 1. Automobile Liabili insurance covering all owned, non-owned, hired and leased vehicles. Coverage shall be written on Insurance Services Office (IS]) form CA OO 01 ora substitute form providing equivalent liability coverage. If necessary, the policy shall be endorsed to provide contractual liability coverage. 2. Commercial General Liability insurance shall be written on ISO occurrence form CG 00 01 and shall cover liability arising from premises, operations, independent contractors, produds-conmp|eted operations, stop gap liability, personal injury and advertising injury, and liability assumed under an insured contract. The Commercial General Liability insurance shall be endorsed to provide the Aggregate Per Project Endorsement ISO form CG 35 03 1185 or an equivalent endorsement. There shall be no endorsement or modification of the Commercial General Liability Insurance for liability arising from explosion, collapse or underground property damage. The City shall be endorsed as an insured under the Contractor's Commercial General Liability insurance policy with respect to the work performed for the City using ISO Additional Insured endorsement CG 30 10 10 01 and Additional Inmured-[omp|etedOperations endorsement CG 20 37 10 01 or substitute endorsements providing equivalent coverage. ]. 'Coml2ensation overage as required by the Industrial Insurance laws of the State of Washington. Minimum Amounts of Insurance Contractor shall maintain the following insurance limits: 1. Automobile Liability insurance with a minimum combined single limit for bodily injury and property damage of$1,OOU,OOOper accident. 2. Commercial General Liabilitv insurance shall be written with limits no less than $1,000,000 each occurrence, $2,000,000 general aggregate and $2,000,000 produds-comp|*ted operations aggregate limit. Other Insurance Provision The Contractor's Automobile Liability and [onnnnemcia| General Liability insurance policies are to contain, or be endorsed to contain that they shall be primary insurance as respect the City. Any insurance, self-insurance, or C,[0N'2019-56 Page 16 [FORM REVISED 7/2o/7| insurance pool coverage maintained by the City shall be excess of the Contractor's insurance and shall not contribute with it. Acceptability of Insurers Insurance is to be placed with insurers with a current A.M. Best rating of not less than A: VII. E. Verification of Coverage Contractor shall furnish the City with original certificates and a copy of the amendatory endorsements, including but not necessarily limited to the additional insured endorsement, evidencing the insurance requirements of the Contractor before commencement of the work. F. Subcontractors The Contractor shall have sole responsibility for determining the insurance coverage and limits required, if any, to be obtained by subcontractors, which determination shall be made in accordance with reasonable and prudent business practices. G. Notice of Cancellation The Contractor shall provide the City and all Additional Insureds for this work with written notice of any policy cancellation, within two business days of their receipt of such notice. H. Failure to Maintain Insurance Failure on the part of the Contractor to maintain the insurance as required shall constitute a material breach of contract, upon which the City 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 City on demand, or at the sole discretion of the City, offset against funds due the Contractor from the City. CON-2019-56 Page 17 [FORM REVISED 7/2017] City of Port Angeles ATTACHMENT "C" Engineering Office PERFORMANCE BOND, Public Works and Utilities Department PAYMENT BOND & RETAINAGE PERFORMANCE BOND to [City of or County],WA Bond No. The[City of or County], Washington,has awarded to (Principal),a contract for the project designated as [Project Name],Project No. [Insert number],in Port Angeles,Washington,and said Principal is required to furnish a bond for performance of all obligations under the Contract. The Principal,and (Surety),a corporation,organized under the laws of the State of and licensed to do business in the State of Washington as surety and named in the current list of"Surety Companies Acceptable in Federal Bonds" as published in the Federal Register by the Audit Staff Bureau of Accounts,U.S. Treasury Dept.,are jointly and severally held and firmly bound to the [City or County] in the sum of us Dollars($ )Total Contract Amount,subject to the provisions herein. This statutory performance bond shall become null and void,if and when the Principal, its heirs,executors, administrators,successors,or assigns shall well and faithfully perform all of the Principal's obligations under the Contract and fulfill all the terms and conditions of all duly authorized modifications,additions,and changes to said Contract that may hereafter be made,at the time and in the manner therein specified; and if such performance obligations have not been fulfilled,this bond shall remain in full force and effect. The Surety for value received agrees that no change,extension of time,alteration or addition to the terms of the Contract,the specifications accompanying the Contract,or to the work to be performed under the Contract shall in any way affect its obligation on this bond,and waives notice of any change,extension of time,alteration or addition to the terms of the Contract or the work performed.The Surety agrees that modifications and changes to the terms and conditions of the Contract that increase the total amount to be paid the Principal shall automatically increase the obligation of the Surety on this bond and notice to Surety is not required for such increased obligation. This bond may be executed in two(2)original counterparts,and shall be signed by the par-ties'duly authorized officers. This bond will only be accepted if it is accompanied by a fully executed and original power of attorney for the officer executing on behalf of the surety. PRINCIPAL SURETY F.n-6—palsignature Date Surety Signature Date Printed Name Printed Name Title Title Name,address,and telephone of local office/agent of Surety Company is: CON-2019-56 Page 18 [FORM REVISED 7/20171 PAYMENT BOND to[City of_or_County],WA Bond No. The [City of,or—County],Washington,has awarded to (Principal),a contract for the project designated as [Project Name],Project No. [Insert Number],in Port Angeles,Washington, and said Principal is required under the terms of that Contract to furnish a payment bond in accord with Title 39.08 Revised Code of Washington(RCW)and(where applicable)60.28 RCW. The Principal,and (Surety),a corporation,organized under the laws of the State of and licensed to do business in the State of Washington as surety and named in the current list of"Surety Companies Acceptable in Federal Bonds" as published in the Federal Register by the Audit Staff Bureau of Accounts,U.S. Treasury Dept.,are jointly and severally held and firmly bound to the City of Port Angeles in the sum of -..-US Dollars(S )Total Contract Amount, subject to the provisions herein. This statutory payment bond shall become null and void,if and when the Principal,its heirs,executors,administrators, successors,or assigns shall pay all persons in accordance with Titles 60.28, 39.08,and 39.12 RCW including all workers, laborers,mechanics,subcontractors,and materialmen,and all persons who shall supply such contractor or subcontractor with provisions and supplies for the carrying on of such work,and all taxes incurred on said Contract under Title 50 and 51 RCW and all taxes imposed on the Principal under Title 82 RCW; and if such payment obligations have not been fulfilled,this bond shall remain in force and effect. The Surety for value received agrees that no change,extension of time,alteration or addition to the terms of the Contract,the specifications accompanying the Contract,or to the work to be performed under the Contract shall in any way affect its obligation on this bond, and waives notice of any change,extension of time,alteration or addition to the terms of the Contract or the work performed.The Surety agrees that modifications and changes to the terms and conditions of the Contract that increase the total amount to be paid the Principal shall automatically increase the obligation of the Surety on this bond and notice to Surety is not required for such increased obligation. This bond may be executed in two(2)original counterparts,and shall be signed by the parties'duly authorized officers. This bond will only be accepted if it is accompanied by a fully executed and original power of attorney for the officer executing on behalf of the surety. PRINCIPAL SURETY Principal Signature Date Surety Signature Date Printed Name Printed Name 'title "title Name,address,and telephone of local office/agent of Surety Company is: CON-2019-56 Page 19 [FORM REVISED 7/2017] ESCROW AGREEMENT for RETAINED PERCENTAGE [Insert Project Title] Escrow No.: City of Port Angeles Contract No.. (Project Completion Date: TO: reimburse yourself from such monies for the entire amount of your fee, 8. This agreement shall not be binding until signed by both panic-, and accepted by you. 9. This document contains the entire agreement between you,the Contractor,and the City,with respect to this Escrow,and you THIS ESCROW AGREEMENT is for the investment of the retained are not a party to,nor bound by any instrument or agreement percentage of the above contract,in accordance with chapter 60.28 of other than this. You shall not be required to take notice of any the Revised Code of Washington. It is limited to FDIC insured default or any other matter,nor be bound by nor required to Washington State Chartered Banks who are covered by the State of give notice or demand,nor required to take any action whatever Washington Public Deposit Protection Act. except as herein expressly provided. You shall not be liable for any loss or damage not caused by your own negligence or The undersigned, (as"Contractor"),has willful misconduct. directed the CITY OF PORT ANGELES(as"City"),to deliver to you its wan-ants which shall be payable to you and/or the contractor. CONTRACTOR The warrants are to be held and disposed of by you in accordance with the following instruction: Federal Tax I.D.No. INSTRUCTIONS By: 1. Upon delivery the warrants shall be endorsed by you and Title: forwarded to the City for collection. You shall use the monies to purchase investments selected by the Contractor and Address: approved by the City. You may follow the last written direction received by you from the Contractor,for each purchase,provided the direction otherwise conforms with this DATE: agreement. Acceptable investments are: A. Bills,certificates,notes or bonds of the United CITY OF PORT ANGELES States; B. Other obligations of the United States or its By: agencies; C. Obligations of any corporation wholly owned by Title: the Government of the United States; D. Indebtedness of the Federal National Mortgage DATE: Association; E. Time deposits in commercial banks; THE ABOVE ESCROW AGREEMENT RECEIVED AND F. Other investments,except stocks,selected by the ACCEPTED on the day of 20— Contractor,subject to express prior written consent of the City. BANK 2. The investments shall be in a form which allows you alone to reconvert them into money if you are required to do so by the By: City. 3. The investments must mature on or prior to the date set for the Title: completion of the contract,including extension there of or thirty(30)days following the final acceptance of the work. Address: 4. When interest on the investments accrues and is paid,you shall collect the interest and forward it to the Contractor unless otherwise directed by the Contractor. S. You are not authorized to deliver to the Contractor all or any DISTRIBUTION: part of the investments held by you pursuant to this agreement City Clerk Contractor (or any monies derived from the sale of such investments,or Financial Institution File Copy the negotiation of the City's warrants)except in accordance with the written instructions fumi the City. Compliance with such instructions shall relieve you of any further liability related thereto. 6. In the event the City orders you,in writing,to reconvert the investments and return all monies,you shall do so within thirty (30)days of receipt of the order. 7, The Contractor agrees to compensate you for your services in accordance with your current published schedule of applicable escrow fees. Payment of all fees shall be the sole responsibility of the Contractor and shall not be deducted from any monies placed with you pursuant to this agreement until and unless the City directs the release to the Contractor of the investments and monies held hereunder,whereupon you shall be entitled to CON-2019-56 Page 20 [FORM REVISED 7/2017] City of Part Angeles ATTACHMENT "D" Engineering Office FORMS Public Warks and Utilities Department REQUEST FOR INFORMATION (RFI) FORM PROJECT NAME: PROJECT/CONTRACT NUMBER: ORIGINATOR: City Contractor ITEM: REFERENCE DRAWING OR SPECIFICATION: DESCRIPTION OF CLARIFICATION' /REQUEST: DATE REPLY REQUESTED: CRITICAL TO SCHEDULE: YES NO 1 ORIGINATOR SIGNATURE: DATE: COMMENTS: RFI Number: CON-2019-56 Page 21 [FORM REVISED 7/20171 �����/ /^���^�� _-~� �. Port Public Works Department 32lEast 5= Street/ Port Angeles, WA 98362 Contract No.&Title Project Manager: Date Change Prime: o. -Prepared Order NP Change Title: Change Scope/Justification: CONTRACT AMOUNT Original Substantial 70riginal Contract Completion ('1_ Previous Time Extension by _n-74— Previous Change Orders Change Order(days)* This Change Order Amount(including Suspension of Work(days) -applicable taxes) New Contract Amount Change Order#I Time Extension(days) New Substantial Completion CONTRACTOR: CITY OF PORT ANGELES Signature Signature Name&Title Name&Title Date: Date: This Change Proposal shaUnep/eenth^Uandcomplet compensation and final settlement of all Claims for all(1)time;(2)direct,indirect, and overhead costs;(3)profit;and(4)costs nrdamages associated with delay,inconveniencedisruption ofschedule,impact,ripple effect,loss of efficiency or productivity,acceleration of work,lost profits,and/or any other costs or damages related to any work either covered or affected by the Change Proposal,or related to the events giving rise to the Change Proposal. CONTRACTOR'S APPLICATION FOR PAYMENT Page I of 2 PROJECT NAME: PROJECT NUMBER: TO: City of Port Angeles DATE: Public Works&Utilities Department 321 E 51h Street Port Angeles,WA 98362 FROM: PAYMENT REQUEST NO. PERIOD From: to rend of period]: STATEMENT OF CONTRACT ACCOUNT I Original Contract Amount(Excluding Sales Tax) $ 2 Total Value of Approved Change Order No(s)._ (Excluding Sales Tax) $ 3 Adjusted Contract Amount[Line I+Line 2] $ 4 Total Retainage to be Withheld[5%of Line 3] $ 5 Value of Work Completed to Date (per attached breakdown) $ 6 Material Stored on Site(per attached breakdown and material receipts) $ 7 Subtotal [Line 5+Line 6] $ 8 Sales Tax [8.7%of Line 7],As Applicable $ 9 Retainage for Work Completed to Date[5%of Line 7] 10 Subtotal[Line 7+Line"8-Line 9] $ 11 Previous Retainage Withheld(Line 9 from previous payment application) $ 12 Total Previously Paid(Line 10 from previous payment application) $ 13 RETAINAGE TO BE WITHHELD FOR THIS PAYMENT [Line 9—Line III $ 14 AMOUNT TO BE RELEASED TO CONTRACTOR [Line 10-Line121 f $ WAIVER OF CLAIMS FOR EXTRA COST OR TIME: The undersigned Applicant waives and releases, up through the date hereof, any and all claims for costs or item extensions arising out of or relating to extra or changed work or delays or acceleration not specifically identified and reserved in the amounts identified below or previously acknowledged in writing by the City of Port Angeles. CERTIFICATE OF THE CONTRACTOR: I hereby certify that the work performed and the materials supplied through the ending period date noted above represent the actual value of accomplishment under the terms of the contract(and all authorized changes) between the Applicant and the City of Port Angeles, relating to the above referenced project, and that the remaining contract balance is sufficient to cover all costs of completing the work in accordance with the contract documents. Continued on Page 2 CON-2019-56 Page 23 [FORM REVISED 7/2017] CONTRACTOR'S APPLICATION FOR PAYMENT Page 2 of 2 1 also certify that all lower-tier payments, less applicable retention,have been made by the Applicant for the periods covered by previous payment(s)received by the Applicant to (1) all lower-tier subcontractors/suppliers, and(2) for all materials, equipment and labor used or in connection with the performance of this contract. I further certify that I have complied with all federal, state and local tax laws, including Social Security laws and Unemployment Compensation laws and Workmen's Compensation laws, insofar as applicable to the performance of this work, and have paid all such taxes,premiums and/or assessments arising out of the performance of the work. I further certify that,to the best of my knowledge, information and belief, all work for which previous payment(s) have been received shall be free and clear of liens, claims, security interests and encumbrances in favor of the Contractor, subcontractors,material suppliers, or other persons or entities making a claim by reason of having provided labor, materials and equipment relating to the work. Within seven(7)days of receipt of the payment requested herein, all payments, less applicable retention, will be made through the period covered by this pay request to all my lower-tier subcontractors/suppliers and for all materials, equipment, labor, taxes and assessments arising out of the performance of all said lower-tire work. DATED: CONTRACTOR: SIGNATURE: PRINTED NAME AND TITLE: SUBSCRIBED AND SWORN to before me this day of , 20 Notary Public in and for the State of residing at My appointment expires APPROVAL: Project Manager Date City Engineer Date CON-2019-56 Page 24 [FORM REVISED 7/20171 pORI A/V ry G'I VNQ CERTIFICATION OF WORK COMPLETION AND ACCEPTANCE PROJECT: PROJECT NO.: All work on the above referenced project has been completed in accordance with the contract documents and the final inspection and the warranty provision included therein or relating thereto. The final estimate in the amount of$ , including any applicable taxes, has been reviewed and is in agreement with our records. I further certify that the final estimate amount shown above is a true and correct statement showing all the monies due me from the City of Port Angeles for work performed and material furnished under this contract. City Council acceptance and final payment, including retained percentages, is hereby respectfully requested. Contractor, hereby releases the City of Port Angeles, Washington, from any and all liens arising out of this Contract or is, herewith, providing a bond covering all unpaid obligations for work, materials, equipment or any other liens outstanding on this Contract. CONTRACTOR: ADDRESS: AUTHORIZED OFFICIAL: DATE: CON-2019-56 Page 25 [FORM REVISED 7/2017] City of Port Angeles ATTACHMENT "E" Engineering Office FORCE ACCOUNT FORM(S) Public Works and Utilities Department fto" vs ;z"=at-huma - Daily Report of Force Account Worked Cmwaci Number 1131a Vr ¢r Nufter I Mm, N&V* prme Grotractor Subcorwackr a Lztw Ti*Subcontracar Lre,'S4atw —7�1r &asi,.oi Mawtg(Acc*ptance RAM PLmber Descriptcn of wok peflomeld Tiime Wacked Record[ Workers arKffirw Eqpipwivt Occupation ofwwkers of Houm Worked Re% O.T.Amount Size FkaOT Rzte, Rate 2 3 4 5 V0 3 14 17 calwaud By r,�Ae checked"BY E Total Ucoerr Entry Numtw Er"ied By Date Entry Verted dare lnspectx's Signalure Cardrack4l's ReVveserit3bw Sgraftare 74e D07 Forr422-0CFA REIAW6 541=12 CON-2019-56 Page 26 [FORM REVISED 7/2017] City of Port Angeles ATTACHMENT "F" Engineering Office BRUCH &BRUCH EXCAVATION RATES Public Works and Utilities Department Bruch & Bruch Labor rates received via email and attached. Bruch & Bruch Construction, Inc. equipment list received via email and attached. The primary equipment that is expected to be used is highlighted in yellow. FEMA rates will be used for equipment. haps://www.fei-na.g,ov/media-library-data/1566918062583- b079c79686366aa3819da87b011dbe73/FEMA Schedule of Eguipment Rates 2019 508clean 081319 �f AH Unread By Date v Today "Ob hind P "t ,''l- F L 4'r," L ti�f 04 '411"r sean@bruchandbrUch,,com Ecpjipment Details 330 W! —"E.,'YTEPi"1A,L Here i�the equipinent of,Mrf,�t Of It-the MBW� in V'eikov%,that ',i be u�,,e':L se a n @ b ruc ha nd b ruch.,cc:m Crvp,rtime Rates 3 25 Mf "'EXTERNAL EN A11-- sean@bruchanfibru,ch,com straight TVrne rates 3 25 PNI "'EY,TERP,b'-',L ErAAJ.&. —' CON-2019-56 Page 27 [FORM REVISED 7/20]7] aJMMM BRUCH&BRUCH CONSTRUCTION,INC. EQUIPMENT DETAILS EQUIPMENT TYPE NUMBER MAKE YEAR MODEL# ENGINE SIZE MISC.NOTES #1-$010 Dump Truck #1 Kenworth 1998 T800 430 hp,diesel 12114 CY Box,GVW 100,000,drop axle,high lift tailgate #m-Pu Trailer #102 Columbia 2007 12/14 CY Box,3 axle #2-Soho Dump Truck #2 Kenworth 1991 T800 430 hp,diesel 12/14 CY Box,GVW 100,000,drop axle #lot-Pup Trailer #101 Truckweld 1997 141161 cy,4 axle,aluminum box #3.Solo Dump Truck #3 Kenworth 1988 T800 1430 hip,diesel 12114 CY Box,GVW 100,00 ,drop axle,high lift tailgate #105.Pu e Trailer #105 Columbia 1996 12/14 CY Box,3 axle #4-Solo Dump Truck #4 lKenworth 1978 W900 445 ho,diesel 10 Cy Box,GVW 88,000 #104-Pup Trailer #104 Columbia 1996 12/14 CY Box,3 axle #5-Sold Dump Truck #5 Kenworth 1990 T800 425 hp,diesel 12/14 CY Box,GVW 100,000,drop axle,high lift tailgate #103-Pup Trailer #103 Columbia 1996 12/14 CY Box,3 axle #6-Solo Dump Truck #6 Kenworth 1995 T800 430 hp,diesel 12/14 CY Box,GVW 100,000,drop axle,high IM tailgate #106-Pu "trailer #106 Columbia 2002 14/16 CY Box,3 axle,high lift tailklate #7-Tractor Truck #7 Kenworth 1996 T800 470 hp,diesel GVW 105,500#,drop axle #8-Solo Dump Truck #8 Kenworth 2007 T800 550 hp,diesel GVW 105,500#,drop axle,12/14 cy Box,high lift tailgate,scales #108-Pup Trailer #108 Strudyweld 2007 14/16 CY Box,4 axle #9-Tractor Truck #9 Kenworth 2009 T800 550 hp diesel GVW 105,500#,drop axle #10-Water Truck #low Kenworth 1971 W900 350 hp,diesel 3,500 gallon water tank #100-30'ron Tilted Bed #100 Trailmax 2005 30 ton,29 foot deck #110-Great Northern Trailer #110 Great Northern 2006. 14K,20 foot deck,2 axle #111-DeckOver Tilt Trailer #111 MaxxForce TNT 2007 12K,20 foot deck,Tilthed,2 axle Lowboy Trailer #9L Trail Kind 1998 NA 60 ton,3 axle w/4th booster axle,flip neck,24 It deck GVW 160,000# Jeep Attachment #9j Busby 1988 NA 22 ton,2 axle,GVW 203,000# Side Dump Trailer #9S Trail King 2000 NA 27 CY,4 axle side dump,GVW 100,000# Cat Excavator 321 CIL #20 Cat —2004 321 CL 138 hip,diesel Hydraulic Quick Change,ROPS,Thumb,1.0 cy digging bucket,2.0 cy cleanout bucket Mower Attachment EX50HD#20M US Mower 2008 EX50HD Brush Flail Mower,cut width 50 Inches Hitachi Mini Excavator #21 Hitachi 2006 ZX35U2 29.9 no,diesel Min,5'8"arm,rubber tracks,ROPS,thumb,Mach Quick Change-24'&36*bucket Cat Excavator:T3—ODL #22 at 2008 33 DL 268 hp,diesel 1.9 CY Bucket,3.0 CY Cleanout bucket,thumb,ROPSZdrauic uickChan ge Cat Excavator 315DL #23 Cat 2008 3150L 117 Hp,diesel 36"HD Bucket, "6 Cleanout bucket,thumb,ROP,H Quick Change Breaker Attachement#23B Cat 200 1-1100 1700 bs farce, 26 dB(A),3.7 Inch Bit Cat Excavator 330L #24 Cat 1994 336—L 222 hp,diesel 2.0 CY Bucket,thumb,ROPS Cat—Excavator 330BL #25 Ta—t ­-1-99 33-0BL 236 hp-diesel 1.9 CY Bucket,3.0 CY Cleanout bucket,thumb,R� a 9e Kobelco ED-150 Blade Runner #26 Kobelco 2006 ED-150 94 hp,diesel Thumb,24",36",60"digging bucket&Hoe Pac,10'8" 11u 1 ',cBlade 1WCh ' 6.w. e, C #26Hoe Kent 2005 K-HP1351IFt Vib Plate Compactor,Serial#1356500 Linkhelt Excavator Q-2800 #27 Linkbeft 1995 0-2800 128 hp-diesel Quick Change-1.0 CY muffi/ditch buckets,thumb,ROPS Cat Excavator 345BL #28 Cat 1998 345BL 286 no-diesel 3,0 CY Bucket,thumb,ROPS Hitachi ZX2001-C —#29 Hitachi 2003 ZX20OLC 140 hp-diesel 60 foot Reach,0.75 CY bucket Terex Loader 72-61 AA #30 Terex 1978_300 hp-diesel 5.0 CY Bucket,ROPS Michigan Loader L125 #31 Michic jan 1968 L125A 205 hp-diesel 15 CY Bucket,ROPS John Deere TC544H #32 John Deere 1997 TC54H 138 ph-diesel 3.0 cy bucket,ROPS,quick-change forks Cat 966 Loader #34 Cat 1978 966 170 hp-diesel 3.5 CY Bucket,ROPS Cat 980G Loader #35 Cat 1994 984G 300 hp-diesel 7.0 CY or 7.5 CY spade nose bucket,Rops,scales,auto grease John Deere Backhoe JD410 #37 John Deere 1991 410D 90 hip,diesel Extends Hoe,Hoe Pac,EROPS,4-1 bucket,4x4 Hoe Pac,Attachment Stanley HS3000 John Deere Backhoe JD310 #38 John Deere 1994 J0310 79 hp,diesel 4 Wheel Drive,Extenda Hoe Cat 4468 Backhoe #39 Cat 1994 4468 102 hh,diesel 4 Wheel Drive,Extenda Hoe,1.75 cy bucket John Deere Dozer 55OG #41 John Deere 1995 65OG 80 hp,diesel 6-way Blade,winch,ROPS International Dozer TD-25 #42 International 1980 TO-25 310 hp,diesel Semi U,4 barrel Ripper,ROPS International Dozer TD-15 #43 International 1981 TD-15 140 hp,diesel Semi U,winch,ROPS John Deere Dozer 750 #44 John Deere 2001 750 148 hp,diesel 6-way Blade,Rippers,ROPS John Deere Dozer 850 #45 John Deere 2006 850J 185 hp,diesel 6-way Blade,Rippers,ROPS John Deere Dozer 700 LPG #46 John Deere 2007 700 123 hp,diesel 6-way Blade,Rops,LOP Cat D-H5 Track Sudder #47 Cat 1996 D5H TSK 150 hp,diesel 6-way Blade,ESCO 212 swing grapple Cat D81-Dozer #48 Cat 1988 D8L 335 hp,diesel ROPS,Ripper,Full U dozer,4 barrel ripper,stump splifter,99,000lbs Dresser Grader 850 #50 Dresser 1990_210 hp-diesel 14'Blade ROPS Waldor Sweepmaster 11 Broom #54 Waldon 1992 4cyl,diesel 8'broom,cab,water tank Cat 160H Grader #56 Cat 2002 160H 220 hp,Vhp,diesel 14'Blade,ROPS,rear H pers 40,300lbs 77 R—o-117—CT.=_#62 at 1996 145 hp,diesel -Inch m,ROPS Cat Roller CS563 #63 Cat 1990 145 hp,diesel 84-Inch Drum,Enclosed Cab Ingersoll-Rand SDIOOD—79T—'Ingersoll-Rand 1996 U5 hp,diesel Wrich Drum,ROPS Cat 615C Scraper #67 Cat 1991 615C 265 hp,diesel 16 cy cap,ROPS,Efevating Powerscreen Cher tarn 1400 #91 S Powerscreen 2001_90 hp,diesel 5'x 12'-2 deck screen,6"-vibrating grizzley,track mounted Pecjson-Terex Jaw Crusher #911 Pegson 2006 XR400 230 hp,diesel 42"x 26"jaw,98,000 lbs,track mounted,magent Off Road Dump Truck(Old#8) #70 Kenworth 1968 W848 400 ho,diesel 18/20 CY Box Furukawa Rock Drill #71 1 Furukawa 2003 HCR-9 1176 Hp,diesel 250 cm compresssor,dust collector, Light Plant #92 Coleman Engineering 1996 10.5 hp,diesel 6 kw generator,4/1000 watt lights,360 degree rotating tower,30 mast Volvo Off Road Dump Truck #72 Volvo 1998 315 hp,diesel 6x6,30 ton truck,tail date Volvo Off Road Dump Truck #73 Volvo 1997 315 no,diesel 6x6,30 ton truck,tail gate Volvo Off Road Dump Truck #74 Volvo 1997 315 hp,diesel 6x6,30 ton truck,tail gate Kenworth Water Truck #75 Kenworth 1994 T800B 340 hp,diesel 4000 gallon tank Kenworth Water Truck #76 Kenworth 1994 T800B 340 hp,diesel 4000 gallon tank Volvo Off Road Dump Truck #77 Volvo 1998 315 hp,diesel 6x6,30 ton truck,tail gate 6"Pioneer Pump #82 Pioneer I 2009lPP66S12L 80 hip,diesel 6 Inch Pump,Silent Pak,3400 qpm max,dual axle. Hoses&Suction separate. ChevX Crew Cab #11 Chew 20061 350016.5L,diesel Automatic,1 ton,44,Crew cab GMC Crew Cab #12 GMC 19971 35001350 VB- as Automatic,1 ton,44,Crew cab Ford F450 Flatbed W3 Ford 1 19991 F45017.3 L diesel 6 Speed,l ton,toot box Bruch Bruch Construction Page 1 EquipDetails,2011 r. IMMM BRUCH&BRUCH CONSTRUCTION,INC. EQUIPMENT DETAILS EQUIPMENT TYPE NUMBER MAKE YEAR MODEL# ENGINE SIZE MISC-NOTES Ford F450 Flatbed #14 Ford 2000-F450-6,51.-diesel 6 Speed,Standard cab GVW 14,000, 3800 waft generator Ford F350 Crew Cab #15 Ford 2008 F350 5.41.V8- as Automatic,1 ton,4x4,Crew cab Ford F550-Xtra cab #16 Ford 2012 F550 6.51-Diesel Automatic Extra cab GVW 18,000,225 amp welder,4x4,5000 lb Auto-crane boom Shop Truck #17 Kenworth 1986 W900 TOO hpm4esel Autocrane service box,1 1,GGOlb Autocrame boom,400 amp welder, #17 Cutris-Toledo Comp(2002-21.7 CFM&30 a[tank),GVW 34,000 Ford Flat Bed #18 Ford 2004 F450 6.OL-diesel 6 Speed,Standard cat)GVW 14,0UU, MU amp welder,4x4,26cfm compresseor Nissan Pickup #19 Nissan 1995 Exe 4 Winder- as Automatic,standard bed Chevy Pickup #95 Chervy 1 1996 1500c -�2 wheel drive,standard cab cylinder-gas 575Te Ford Extra Cab #96 Ford 2004 F150 V8- as Automatic,1/2 ton,4 wheel drive Chevy Pickup #97 Chevy 1997 2500 V8- as Automatic,3/4 ton,4x4 Bruch Bruch Construction Page 2 EquipDetails2011 V%J IIIJ�s G AIJIJY✓/ VYlO/!,'%%/YY/9,lf lbY Y1,f61t Ari 1 Y✓R 6 „10'AN -AW;o p¢J P 740!eJia e47 el4nap is piM aq hays aJ(eP!Yo4 R epuayy we 00 9 ai epJpeg wtl 009 Jp1s PSUJalJsd tl oJn Iltl�3 I £Z'99 40'0 t g£'Zb blt. �.. �.1 i,. a �r.. N., 0'0 00 0O li /rLU9.1' Ez"59 Z00 118'ge 00 00 0'Db 'e Us $ So0 9E'Ob 00 00 0'OV £4'99 zo"o z=ee 00 00 2o Ez GO So 0 9L Be 00 0'0 o'ob E'S8 ZO"O gL'g£ 00 00 0'ov a59 $ So ZOb£ 00 0'D 0'04 £z'98 So £'LE 00 00 0o ZG'EL VB'LZb iZ-98 £0"0 60'=9 gZ'ZL 68"9Ll 4£954 gZ£9tr BOIL OS£b Z bp'EB L0'ZL. 60 L9 00 00 0'bk 1 ast0rul woae/s}yI- H'� ZL'EL bB'l4b Z"98 £0'O 60'LS gZ'Zl 88511 4£'054 0'EBb $ BO"Z4 O9"£404 bp'E6 GO'ZL ep'L5 00 00 0'Ov 7 JSII.9lZb 4'59 £0'0 Be LS 9Z'Zl 88'6=1 11£'99= O'£Bb 80"ZL 09'£vOZ 110'£6 L0'ZL 84'15 00 00 0'Ov 1 wowgObv z'99 £0'0 LB"£5 58'4= 8b'EZl SL'5Ot OZ"£B4 80'ZL OB'99LZ 09'98 8E'9L [6'ES 00 00 0'Ob l 1N 5L'>He aIa104v Z'g8 E0"0 L8 E5 SB"Zl 9b'EZl $ 5459= OZ"£811 9024 OB"85LZ OB"98 BE'BL 48£5 00 00 0G 7 Japun RgO JazoO f BOLL yZ'V4b EZ59 £0'q 611'49 $—9-0—C1 Lg'VZL VL 99l OZ'£Hb S 90Z Og Ulz v8'66 LULL 611 119 00 00 O'Ov 1 1N OE-5L ax31en 4S�l B9"LL $ 4Z44b S £Z98 S EO'0 6V VG S 90 C I S L9'VZL S VL 99l OZ'EHV $ 90Z 09'6LL 48'68 t LULL t 6v vg 00 00 0o l ad Deg Ja e0g�/ 99 LL $ vZ'Vbb Ez'98 $ £0'0 $ 611'49 $ 80"El $ L9'4Zl $ VL 99l $ OZ'£Bb $ 90Z 09'6LLZ$ 11966$ LULL $ BV'119 0'0 00 004 1 Pes4Jan0 Jep '1 OE'9L £7944$ £Z99 $ EO'p $ 9095 $ 44'EL S So 9zl $ os 99l $ OZ"£9v $ 90'el $ OZ'£OZZ$ ZO"Lot 3 90 OL S 8095 0"0 00 004 l 1N 09O£ax31s�4S Do RL $ £t'OVV Ez'SB $ £0'0 $ 90'5g $ ZZ'9l $ z0'9zl $ 115"90l $ OZ'tev $ BO"ZL $ 0Z CRT$ Zp'ttl= 90'84 8095 0'0 00 0'011 1 ,ISPSJO Iaced Jgoyy G z0'OG $ 96'004$ CC go s cc 76'L4 $ 09'LL s V9601 $ 48'94= $ OZ£8V $ 90Z $ 08'8=6 L$ OV L9 69 L9 S ZBG4 00 00 0o 1 Was'Jays w O 00l $ 611'604 EZ98 $TO $ 96.'9V $ OZ li, 595"lll $ lZ'eVl $ OZ Set $ g0'ZL S 001096M 11188$ 8699 t 9L'84 00 00 0O l uo eM aaieM 0014= 6F got, £Z98 $ £0'O $ 9L"811 $ OL'L4 99'ltl $ KZ"64t $ 0Z£Ob $ 90'ZL $ OV"056 L$ 11186$ 5688 BL'9b 00 00 0104 JP1R4a J1 ' Do"z s BV'govt £Z'98 $ £0'0 $ 9794 $ 0L'LL $ 99'LLl $ 7z84L $ '£Hb $0Zgo 05058 7T Ree s go go S 57e$ 00 00 004 1 7uaw In 3paoa OO u1e1n i+V� LL'ZL $ 801E L4$ £L"98 E9'0 9764 $ bB'Ll $ 58"£14 $ LZ'Z9L OZ"£9V $ Sorel Ob'OBBt$ 114'=6$ 511'01 $ OL'Bb$ 07 00 0104 1 as!xV Ot JPl Rpegmo-I,+ � 1900 54XVI IV 36V3103WR 3Wi1 X518 "dW3Nn 'dW3Nn 3NV0103W S11d3N38 1133N38 S3OVM a¢M aM SM —H naH naH NOINn N511VOIAISSV10 ltllbl 1V1O1 NH N3d Vl OIVdl831 OIVd IMIC13d 3101. VOId 1V141. AINnOH SSObO '1'O '1'0 '1'S '1'O Sw!1'0 eu41'S E4'Z %5=00'0 WHOViJHt %09'0 %4419 %5914 SO'ZL V Iisal !IIl4d 00'Z+Sl pleuapayya soap tl PJsnid WSW :SN3808V1 E6"08 $ LB'DIV$1 Ce 99 $I£0'0 $1 VV 60 $1 Z9 ll $ ZL£Ll $I BZ't9L 09'849 $ ZZ le $1 09'LL6t$ 9996 gl'VL VV BV$ 00 00 0"Ob O ualaoy!saelO ANV pwa!47 em{8 1­5 M0040 8 easel upanf 40-78iaaf 40nJ8uu 1—:NVW31101 'peJ uogeolp"017 Wamol a41 u¢4l Jamal aq louue�, Ez 59 $I coo $I go zv $ ! 00 o"D o"o4 �J lz"ZL $ Z9 We$ EZ199 $ ZO"OS 1 96l $ LOW $1 8696 $1 G£'BZt S 091849 $ ZZ LZ S 1 00'8L91$ 06'£8 S £6'Zg 96'lb$ 00 00 blob O W.1 !d kZ'ZL $ Z9'LBE CC go $I So 96'ly $ LO'0t $ 9858 $ L£'8Zt Og 648 $ ZZ'LZ 00'6=9 L$ OB'E8$ EB'ZB 58'=4$ 0"O 0'0 0104 O JwagelleJaua 4Z'ZL $ ZO-l8£ £Z"58 $ ZO'0 $ 561=4 $ LO'OL $ 86'56 $ L£'HZL pB'B48 $ ZZ'LZ 40'8=91$ OB'E9 E6"Z9 S6'l4$ 00 0'0 0104 O ng laluo0 oyyeJy lZ"Zt $ zO't9£ £ZSB $ z0'0 T 96 LV $ LO'M $ 8896 $ aBZL s 09'849 $ ZZ"lZ $1 00'8L91$ O6'£e £8'29$ 96'lb$ 0'0 O"0 p"Ob O JagellaJiva0 ayleJy LZ'ZL $ Z9 go Ez"go $ Z0'0 96 lo $ LO'OL 8858 $ L£"9zt $ 081846 7,Z'LZ $ 00'6=0=$ 08'£8 EB'Z8 581=4 00 O"0 0O O SI1 i'EZ58 $ Sos go Lv $11 R OO 0"0 0"Ob ±EZ9g $ ZOOS 56'44 $ i D'0 00 p'04 f EZ 99 ZO"0 96 LV $ W 00 0"0 0104 f eZBB $ Zq"0 $ 96'44 $ f tl'0 0"0 004 �If 8299 $ E00 $9'44 e-58 $ EO"0 $ £9144 $ 0'0 0'p 0Otr eZ'98 $ £0"tl $ 9£194 $ 0'O 0"0 OqV r EZ"98 S EO"0 $ or gr $ 00 q'0 OOV J, EZ'S9 $ CFO"0 $ 9£'94 $ tl'b 0"0 0 D4 t EZ'99 $ coo $ 5E'9V $ 0'0 b"0 004 I 00 Oro 0"0s ko slyV LZ"ZL $ Z9 L9£ BZ"59 $ ZOO 58'=4 $ GO'�0l 96'98 $ LE"9ZL $ OB'9V9 $ 4-4Z 00"919 L p8£B £8'ZO 981=4 0'O 0"0 0'Ob 0 ( Dios'Jels wn0 r Z0"0 S 98'lb $ G00K $ 6890 $ LE'BZL $ O9"848 $ zZ'IZ OO'9L9 4 08"£e$ C6 Z9$ 581=4$ 09 00 004 O u eM JpeM le"ZL $ Z9 L9E £Z'48 $ 400 $ 48"LV $ GO'Ol S 9696 $ LE'M S 091949 $ ZZ"LZ $ 00"9=8 1 OB'E9 ED C9 981=4 Do 00 00' 0 JP1 R M l le 6L $ Z9't9E £Z'S8 $ 400 $ 96'ly $ LO'Ol $ 98'96 LSOZL 00"8Vtl $ 4Z'LE 00'9=97$ Do C9 E8'Z9$ 96'=9 0'0 00 0O O aaixv OL 4JiR Psgma'i 1500 S3Xtl1 !R1 3nv310WI. 3WR 3L NOi9 'dW3Nn 'dW3Nn 3HV0103W S.t!d3N3S 1143N38 930VM SSM a eM aM a+nOH .n H pnoH NOINn NOI1V013ISSV10 ttllbl 14101 NN N3d V3 DOW 1N3) OiVd 1V83033 31VIS V01d iVlpl A1NnOH SSONp '1'0 '1'0 '1'S '1.0 ew!1'0 —!1'S EL'Z %5=00'0 SWOV I AHL %000 %ZL'S %9917 ZZ'LZ $ poo/d wsg usw n¢M I rep 1 PJe401N uvVS L$+VO aenJd o0 uoau4af us 8 uSPPa07ua0uIA aumg east l+4p uoeJepuy Oe¢al VJO1V83dO 'peJ uglsoty.g0 7aemq a41 741q Ya4rue0,4889 $ 4L"54E$ EZ'S9 $ ZO"0 4516E 848 $ Lb'OB $ 66"OZl 04"8L9 $ 9V"OZ Og"lg5l$ Bp"6G 4£85 ' " 0"00'DV 1S4aaPeJp49'99 $ VL'9v£$ £4'58 $ ZO'0 $ v5'8£ $ ev8 Lb"OB $ 86"Oel Ob"849 $ 9V'0Z O8"=954 9084 49'85 498E tl"0 00 q'Ob 1. Sls!d49'99 $ VL'94E 6298 Zoo 119"BE $ Bb'8 GV'08 $ 66OZI S OV9l9 $ 004 09 L891 906[ 4£65$ 458£ $ D0 00 0"Ov 111s.Jeuap49'99 ;7154£ EZ'98 $ ZO'O b5'Be 9 6418 $ LVO6S 86'OZl $ Ob"9M $ 9bOZ 09'=95= 806L$ l£'69 $ 4S'Be S 00 00 0104 1 o0 oWnijvg"8g $ VL'Sb£ £Z'98 $ ZO'0 V9'Be $ BV'6 LV'06 $ 6B'OZL Ob'9l9 $ 9V OZ DO'Wg'1$ 808= 1£165 V9'B£ 0'0 0'9 0'04 .L a0 aW.JjV99g VL'M E 58 zO'0 458£ Bv'B Lb08 660Zt Ov'gl9 Ov'0 O9leg l g0'6L LE85 115'8£ 00 00 0"Ov 1Js eilv£'ZL $ 98'998 SZ99 $ £0'0 $ LL'Zb 5Z"OL ZL-LB $ 69'Bel 04'919 9V'04 OV'90LL 9948$ 69£9 lLZt' 0'0 00 O"Op1 af-40- HIp/.� 4£'ZL C999E E-58 E0'O LL'zb 9Z"ot ZZ L6 go Bel OFBl8 94'04 FTOL L 99'48 89£9 4l'Zb 00 0.0 0104 1 'I b£"ZL 80106E £Z'99 £O'tl LG"Zb 5Z'04 L'L8 69'tl£t 00'9l9 BV'0 OV'90L t 99'45 69'£9 li.zb 0'0 0'0 0"011 I w0a9 d� 69'9C08598 EZ99 E00 89'94 1610= Xv0L l5 Be 0v'PL9 or oz 09'EZ94 ZV'OB LO'g9 69'94 00 00 0"OV 1 in 91>H9 eJa!aw1 3�� 6g'gL 09'98£ £z'99 £0'0 S 65"54 118"o t. LE'40l l9"Be s OT Ulu 9v'04 S OWSZ9,t Zb"OB L089 6594 00 00 0o 1 .P.­8 60 Jaz OEOC £O6uE s Ez'99 $ 00'0 t ll9V S LO'Il 05'904 $1 04'Wb $ OV9Lg $ 911"OZ 0b'VVBLs gb'lB 84'80$_TLOV S 00 00 0O 1 1N 0£-9L 0x3 ia^a4S Be 9L £Oleg£T eZ98 EO"0s LL'9V LO'I405'90= s Ot'lvl I 04'8=8t 94'84 5 0V'bb94 Ov'l8 6L'99 S ll'9b S O"o 0"0 004 1 0.d ASS BE OL £p'88£ EZ SO COO ll'9b LOLL 09904 0L'LVl 1 ovetH OPO s OV'4b9tS 4'=8 s 5L 89 ll'gv 00 00 0o 1 P..41.0 J¢Peol 869= 1646£ -9fr £0"0 Oz 9v lZ'L4 98'901 06"e" Oti9V 919 'OZ 00"9991 V9'ZB zo 69 OL'9V 0'0 0"0 0104 1 JN 09-OC-3!an 49/ 88'8= lB'ZB8' S'Z'9S £O'0 04'94ZZ 9S"e0t OB'Zbb Ob'9 L8 Ot Oe S 009M I,S V9 S L969 0194 5 OO 0'0 004 1 J pwpla7sd JW0W��� / J 1800 53X111 IR1 3AV31 O3WR 3WJIMOIS 'dW3Nn 'dW3Nn 3NV0103W 91133N38� 11d3N38 830vm SSM SSM SSM off w . nOH NOINn NOI1tl01diS8Vl0 1tl141 14101 8H N3d i01Vd 1831 aIVd 1"3034 31VIS V01d itllpl A1NnOH SSOHO '1'0 '1'O 1'S '1'0 aw!1 D --!I'S L'Z %L 0'0 '✓ OV I JH l 09'0 'L OV' u¢ naM w!f 4iaPiJeW laey0!W uy7eW msy}}Y¢y1 aausl usNB :SN31SWV31 6O l aunt enp0ag3 '0141'NOu0n81SNOO HOnae R H0nN8 J iIJ J(Y�/IJ Xll I IYrf(Wti'i (/HP6Xr IY�iff f�/J �f { ON 'Aad Ho s#w 1ON £L-Z s 1000 $1 BO"L s 00 0'4 00 ,• F.P. n%: CLe s 000 Ze'0 00 0't 0'0 £CZ s 000 $ LO't 00 0'L 00 E L 000 $ 680 00 0't 00 £G'Z 000 GB'0 00 0'L 00 D4 z t DO"D ZB'0 00 0't 00 £t'Z s 000 T9B"0 00 0"4 00 EL' s Boo 9C'O 00 0'L 00 Z9'LB 94'EL £t'Z 000 Bz't Eb'0 z1v s I LS'S s 90' t T I goiet LO'ZL 40'£6 Lo"L 60'£5 00 0't 00 l s>faruy wooglH!w H 29"L6 9b£L EL'Z 00'0 $ BZ"G £7'0 Zt'7 t9`9 We BO'Zt GO"ZL bd'EB LO'ZL 60'tg 00 0"L 00 1 repoH Z9'EB 97'£4 Et' 000 9z"t £40 844 tSS 90"zL 0' 4 LD'ZL bo"Ee LO"ZL 60'49 00 0't 00 l woolg/ Z9"ZOL 5L'bt Ed'Z BOB 9£'t 900 L£"b 1195 BO'ZL 90' 4 6E'9L OA'BB 6£'94 LB"£S 00 0'l 00 l AW 9L>HS wo#asiy ax3%�/ Z9'Ot SL"bl £L'Z s 000 T 9C s 900 L£'b —Fg-q---T 90" L s 90'Zl 8£eL Be 86 6E'9L L6 C9 00 0'L 00 lopun9gO 1szo0U Z9 CO LZ'bt EL' 00'0 9£'t 90'0 7f—t, 069 77M90"t Lt'LL. 49'66 LULL 6P VT S 00 0'L 00 1 1W 0£-5t ax3 Vo"u4S Z9'£01 7 z F7-F £L'Z 000 ge s 94'0 tb'V 065 90'Z7T 90Z4 —L L-LL Ve 68 t L4'Lt S ®b'V5 00 0't 00 1 old PS io woS Z9'EOL lzn $ EL'z $ 000 $ 9E't $ 940 sL4'b 06'9 90'Zt $ 90ZG $ LULL $ 49'66$ L6'LL $ 6b'b5$ 00 0'L 00 1 paay�snO+opeol b5'40L $ Lbvl £t'z $ 000 $ BE't Lb'0 9b'b $ L6'S 90z $ 90'Zt $ 9084 t ZC LO It 50'94$ 9059$ 00 0'L 00 1 1UW 05.0E aX31ono4S 45"bot $ Lb'bt c 7 F T–T 000 $We T 440 $ 94'0 $ 765 $ 90'zt $ BO'ZL $ SO'97ZO'LOL$ 50'97 90'55 6'0 0'L 00 1 ps Olaled lq-A 9S"26 67'ZL £L'z $-60-0—$ oz'4 $ 44'0 $ 77E i 94'9 $ 90'Zt $ 90Zt 8979 9t LR 6949 S Z6'L4 00 0'L 00 1 loe Ln'b8 HE E-7 000 $ ZZ't $ 44'0 46'£ $ Lz"S 9o'Zt $ 90Zt $ 5699 $ 41'69$ 9899 5 9L'94$ 00 0't 0'D l o aMiq M�Y 7o'tr6 Ben Et'z $ 000 $ ZZ"L $ L4'O $ 46"E CZ'9MRO-T---f.80z $ 5689 $ Vd'6B 9699$ BL 9b$ 00 0"L tl'0 1 A�l94un1 10'78 s B6"Zt EL'Z s BOB $ zz s L7 46'E LZ'9 BO"Zt $ 9O"ZL $ 1186$ 9699 $ 91'90 00 0'4 0"0 l Waw m 3paoH 9O u9gnauy�j / SL'99 ZZ"£t $ 9L'Z $ 00"0 $ bz'L $ Zb'0 $ £0'b $ 6£'S BO'ZL $ 90'Zl $ 9v oz $ 04'48 $ 94'Ol. $ 9L'6b$ O'0 0'L 0'0 l sol><V 04-0+19 Po9 ul, � 1505 63XV1 191 3A313W II I1?1015 'dW3Nn 'dW3Nn 3t1V0,O3W S11d3N38 11d3N38 63OVM eM s aA# s eM wnoH wnaH wnoH NOINn NOI1VO13I9SV1O 19101 1V1O1 8H 83d Vd grod 1831 OIVd 1V83O3i 31V1S ""A 1V1O1 AlBnOH 9S080 '1'0 '1'0 '1'S '1'0 0.41.'0 ou41'9 EL'Z %SL00'0 wH 01111H L %09'0 %U'S %99'7 90'ZL V ileal 11114d 00'Z+Sl piaua(1oW s�asO V P+onid 4�QW :5838O8V1 1£'604 $ EL"£L $ £L'Z $ 000 $ 7Z'L $ 07'0 t VZ'b s L9'S t ZZ'LZ $ ZZ"Lz $ 9L oz s 99'66$ 9L 4L$ 44'67 t 00 0'1 00 0 uogear—f0,kNVgws!47 anyy --MS qeO 4on#8....rl uianf 4ow8 Re 4owg uu l•-:NVW3HOd 'qa1 uoaeawasal01.-q nw uagl 1-01 aq 1.—,% EIe $1000 $I Lo"I $ 00 0"L 00 ( d' Zt'96 $1 L6"LLt I EL-Z t 000 $ 90'1 $ s I 09'£ s I L9'b ZZ"LZ $ ZZ Lz $ £8'Z9 $ 06'69$ E6"Z9$ 96 G s 1. 00 0"t 00 O Mje!d Zt'96 L6'Lt EL'Z 000 $ 90'4 $ B£'0 $ 09E 497 $ ZZ'4Z $ Zz'tZ $ £6'Z9 OB'EB £6'Z9$ 96'44$ » 00 0't 00 O lwogal lwsusO Z G'96 $ ze $ EL'Z $ 000 $ 50'1 $ 9£'0 09'E LB'b ZZ LZ $ ZZ'tZ $ £6'Z9 $ 06'69 £6"Z9$ 9640 s 1. 00 0"L 00 O dns loAuoO tw., ZL'96 $ L6'tL $ £L'Z s 000 $ 90'd $ B£'tl n9'E 119'0 ZZ'4Z ZZ"tZ $ C6 Z9 08'E@ £6'Z9$ 96'40 s 1. 00 0'L DO O .q.1 1.1u.0 aLpwy £t'z $ BOB $ 50'4 $ B£'0 09'£ 16'11 ZZ'tZ ZZ'Lz $ £6'Z9 O6"EB E6'ZB$ 96'47 00 0'L 00 0 +o q th£Lz 000 $ 90'4 $ 00 0'L 00 r t£cZ DO $ so L $ 0'0 0 '0 £L'Z 00'0 $ 90'4 00 0'L 00 II £t'Z 000 $ SO't $ 1 0 04 00 I£L'z 00'0 n $ 00 0-L 00 £t'Z $ 000 $ zt'L $ 00 0"4 00 'r £t'z $ 000 $ Et'L $ 00 0't 0'n Cte 000 $ $ 00 £tZ 000 EL'b ! 00 £L'z o0"0 $ £t'4 $ 0'n 0 CLe s 000 0' do ZL"96 L6'Ll £L'Z 000 $ 90'4 $ B£'0 t 09'£ylt L9'b s ZZ'LZ $ ZZ'LZ $ CO Z9 06 C9 66'29$ 96'14 0'0 0'4 00 O LB 4L H e 00-0 $ 90"t $ B£'0 09'E 1911 zz'lz ZZ"tZ $ £8 Z9 $ 08'£9$ C6 Z9$ SB'Lb 00 0"4 00 O u eM1eIaM Z 1'98 16'44 $ Et'Z 00'0 50'4 $ 9E'0 09"£ 49'4 ZZ'tZ $ ZZ'4Z $ EB'Z9 06'£9 EB'ze$ 58'10$ 0"0 0't 0'0 O ZL'96 $ 76'tL $ £t'Z DO'0 $ 90'1 $ B£'0 09"E 19'4 zZ'LZ $ Zz'LZ $ E8'Z9 $ OB'ee$ £6Z9$ S6"Lb$ 00 0'L 00 0 sopV OL+Py 9 pogrAal 1900 93XV1 191 3AV31O3OV 3WLl N349 'dW3Nn 'dW3Nn 3HVO1O3W S1Id3N38 1133N38 93OVM QMeM oM --- wnoH wnoH NOW NOUVOIdISSVIO 1V1O1 1ViO1 8H 83d Vi OWd(83) OIVd 1V83O33 31V1S VOId 1VlOy A18nOH 68080 '1'0 '1'0 '1'S '1'0 owll'O -"1'9 £L'Z %9£00'0 wH0V/IHL %09'0 %ZL'9 %59"L ZZ'LZ $ Pooh Mag.ewe..m tK..a oP1e4al8 ue!+8 4S—V0) aawd oO uoau4of ue 8 uoPPeO#usoulA owng soil LS+40 uowspuV oeeq:SHO1tl83dO mei uo,4uV aslO 1—ol ey7 ueLp 1smo1 eq 1-0, 9tL6 10 it £t'Z 00'0 $ 660 $ 9£'0 B£'E 49'tr "OZ $ 9V"OZ $ LC 69 90'6L $ t£"6S $ 45'8£ $ 0"0 0'L 0"0 1 �oyaoUaoPwO 91'16 $ L4'tL $ EL'z 9 000 $ 660 e£'0 T B£"E $ 450 $ 9v Oz $ 9v 04 $ 4£'65 $ 9064 LE OS $ v5 BE$ D'0 0'L 00 1 M a1o!d et L8 tb'LL Et'z S DO"0 s 660 $ 9£'0 6£'E 494 9V'0Z $ 9b'OZ $ LE'85 90'84 LC 69 S 46'8£t 00 0"t 00 1 wsusO 9t'L6 Lb"LL Et'Z DO'0 $ 660 $ 9E'0 8£'E $ VS"b 9b0Z $ 94"OZ $ dC 69 90'64 de reg $ 49'8£ n"0 0'L 00 1 uS IOAU00 a4#wy Q6'e Lb'll ELZ t 000 $ 660 $ 9E'n s 8£'E $ 79"4 F, PV Oe $ 9b'De $ 4£85 S 90 OL S 4£'65$ PS BE 00 0'G 00 1 xgaj lo4u.0 ay#w1 9l'L6 toEL' s 000 660 s 9£'0 6£'E S b9b OOZ S 9V'D LE'69 90'64 LC 69 06'8£ 00 0"L 00 1 1s old bZ'96 OLZL $ £t'Z s BOB $ LO'L $ 9E'o 09'E L94 $ 94'OZ $ 9b"OZ $ 60'SO 9908 S 69'£9 $ tL'Z4 00 0'L 00 1 s4au11-09MIA-1 H ve98 s OLZt --c-LZ 50O -2 7d -it—p 119E 1 794 § 9b"OZ 9b'0e $ 89"£9 9609 Ong 9 LL'b t 00 0'4 00 1 i.N.H P-96 s ol'Zt £L'Z 000 -73L BE'0 09'E L9'b 94'0 94'0 69'£9 99'09 89 DO s IL'b O'0 0"L Do 1 waolg VZWL I LLZL ELZ o0'0 VLs L40 B9"E OZ 94'OZ 9V OZ 40199 Zb108 10969 8550 00 0'L 0'0 1 1W 9L1HS-1>w737 bZ'LOL GL'Zt et'Z 000 s K s t4'0 Be C s Oz'S t 9b'OZ ov 04 s 1099 2408 t L099 65'50 O'0 0'L 00 1 lspun ax3gO lazo onn4S bt'ZOL $ Be el $ EL'z DO'0 $ SL't $ tb'0 EB"E Beg 9V OZ $ 9V Be $ BL89 9V L6 $ 6L:99$ 11'91$ 00 0'L 00 1 1W0£-9t1y bt'Zot 69"ZL. EL- DO'0 SL-t t4'O £6'£ 9Z"S 9v oz 94'0 $ 87,'99 9b t8 67'69 1490 00 0"t 0'0 1 o+d Hes ZOis w G J bG' L 86"ZL £L'Z DO"0 St'd 50 E6'E 9"S 94"nZ 90'0 6198 9b LB 6L'99 Lt'9b 00 0"L O'0 1 Pao4+e�O lePenl�I 9L CM go C6 £L'Z t DO'0 L s al S 66'£ ££'5 9b0Z T 911'0- T L9"B9 69"Z6 4.969 tlL'96 0'o 0'L 00 1 1W 05.0£ 310+a4 9L'£OG s BOLL EL'Z DO'0 S66'£ £E"5 9t OZ 9b'OZ 70169 toee L0169 OL"9b '0 0't 00 1 1oPa10laAodioloW'J / 1900 63XV1 19l 3AV3103W9 MlMOIS 'dW3Nn 'dW3Nn 31110,1113W S1I33N38 11d3N38 93OVM a aM aM aM wnoH wnoH wnoH NOINn Nouvo3196V1O 1V1O1 1V1O1. 8H 83d V3 OlVd(H3)1 OlVd 1V83O33 31V16 VDIA 1V1O1. AunOH SSO8O 'L'O "1"O 'L"S '1"0 owll'O -"1"9 L' °S#0'0 1-HOVIIHt %00'0 °Z'S 99'4 I 94' uew.naM wif 4#spuaW lseyalW u#VeW xayNeW sswal uePH :S8319WV31 gtoz teuna~a,,neag3 fNAH..l..6""'A0 'ONI'NOILona16NOO HonN9 9 HOnus AM 10 W.�,1�71/ J/n1®I p�41;GJJfi ll!!//n i l/��8111>iillJl`rAI �D�lpa}f lylgf,rY o„?I�JIA,�,rllarr: Y.p,meS�,d o0 9, «,I �,aM. .3ypN' E'Z s 000 s 190'1 7 ii ,i'fifie ,' t /d o))AlgU)MwlpflgjwlxmIW 01, 0'0 0.0 i EL'Z 000 ZB'0 01, 00 00 9L'Z 000 LO'L 0't 00 0"0 11 EL'Z 000 86'0 0'1, 00 00 111 EL'Z 000 LB'0 0't 00 0'0 111 EL'Z 000 Z6'0 0't 00 00 £cz MOT 99a OL Oro 00 £1,'Z 000 91'0 O'L o'0 00 E5"LZL Lb'9t £t'Z 000 BZ't 99'0 ZE'S ZL'7 90ZL 80 L 40E6 bD'EB LO`ZG 60"L 0'l 00 00 1 syan+l woo8Ls41ie+ H ES"LZ4 64'91 £t'Z 000 9Z'L 950 ZE'9 ZL'G 90ZL 9R"Z1, 40"EB b0"EB LO"Z1,. 60't5 0'1, O'O 00 l +oiloe 4 £S'LZL Lb 94 EL'Z $ 000 8Z"L 950 ZE'9 ZI'L 9DZL a0'ZL 40'EB b0'£6 LOZG 60'15 OL 00 0'o -I wa.a 9 t'8ZL 9Z'GL £1,'Z 000 5£"L 590 995 991. BO'ZL 80' L 09'98 DB"98 6£"9G Le C9 0'L 00 00 l 1N SL>HO s+.ias,l-3 I 9t'8ZL 9Z'LL £1,'Z 000 S£'L 65"0 99"9 95"L 90"Z1, 9O'ZL $ 08'96 09'98 BE'94 L6'£9 0'1, 00 Do l repun V60r oO I 9£'BZt vv LL £1,'Z 000 9E"L 090 s LG"5 5 49'7 a0'ZL 80'ZL b8'88 b8'88 LL LL. 6445 R'L 00 00 1 1N 06.5La 9W-4S Fe FF i 44'71 £t"Z 000 9E'4 09'0 LL'S 49'1 90"Z1, 80' L ve 66 4B"86 LL GC B4'45 0'1, 00 00 l wd A•S+•e+•5 e£"6ZL b4'LL $ EL"Z 00"0 $ 9£1, 090 $ LL'S $ 491. 90 Z 90'ZL $ b8"68 $ 49'56 S LULL 64'4S$ 0'1, 00 00 l P..4r.�0+.P..l ZL"O£1, $ Z9'LL $ £t'Z 5 000 $ 8£1, $ LSO $ 97'9 $ £L"C $ 90'Z4 $ 90'ZL $ Zo'tot $ ZO"LOL$ 5o"9G. $ a0'SS$ 0't 0'0 0"0 l 1"05'-OE-a II 415 ZL"0£1, $ Z9'LL $ EL"Z 00"0 $ 9£'1, 49'0 01'9 EL'4 aO"Zl S 80'ZL $ ZD'Lot $ ZO'LOL 90 OL $ 8099 0"L 00 0"0 l +epwO p+led+ol.W 60'964 5554 EL"Z S Oq"0 OZ't ZS'0 $ 009 $ 699 $ 90"ZL $ go el, $ 94'79 $ 8b'79 69'L9$ Z6 71,$ 0t 00 D'0 l ol.s Zq'Ll4 09'91 EL'Z $ 00'0 0'Z4 ZZ'4 $ £S'O 015 Z9"9 $ 990'Zt $ b769 4t'69$ 98"99$ 91'84$ 0'L 0"0 00 1 uo.M+.7 M ZoT $ 08 SL Et"Z $ 000 S ZZ'L S E5"0 tlL'S Z8'9 $ Gou $ eozT $ 41'69 4L'Be$ 9099$ 97 at, 0'1, 00 00 l +W17Vs 1 I'll I Zo'Lt4 $ o9'SL EL'Z $ 00'0 $ ZZ'L £S'0 $ OL"4 ZB"B $ 90"Z4 $ 90 Z $ 44'89 $ LL'89$ 9899$ 91'84$ O'L 00 00 l luew!n 3 P••8 k0 4loinn l+Ve E£'BLL $ LL'BL $ EL'Z $ 000550 $ LZS $ LB'9 9024 8o'ZL 41'16 $ 41'16$ 9V 01 S 9L"64$ 06 0'0 0'0 l s.(zV Ot,P17P.q'n 1500 93XVI I77 3AV3'103W1 3WI1 X01. 'dW... 'dW3Nn 38V T. S11d3N38 .LIi3N38 836VM ...M a eM a eM wnoH .+noH wnOH NOINni NOLLV013158V10 1V101 1V101 BN 83d iOWd l83) OIVd 1Va.. 31V1. VOGi 'IV101 A18nOH SSOBO '1'0 '1'0 '1'15 '1'0 •o+ll'O •t+81'S EL'Z %9100'0 .+H 041+HL %09'0 %Z7'9 %99'L ' O'Z' V Ile•l #04d 00"Z7+91 PieuaOayy ,oe4 V 9+•nld 4+•W �583848V1 RL£t $ BULL $ EL'Z $ 000 $ PZ'L $ 690 $ 999 $ 99"L ZZ"LZ $ ZZ'IZ $1 9998 $ 9998$ 91'41 S bb'64$ D"L 00 00 O u09.Jel0 ANV 91w si41 "N4V 1-5 ei.0 4.n,8 t....r upenr 4cn,81-r 4--le uu 1-:NVW3NOi 'ole+ M_.l 044 u.'9,_Q gq)guue7, EL"Z $ 000 $I GO"L $ 0'1, 00 00 Zo'OZL 08 VL s I £1,'Z $ 00'0 $ 50'1 $ 090 $ OR $ Zb"9 ZZ'LZ $ ZZ'tZ $ 08£9 DB"E9$ £8"Z9$ 58"1,4$ O ZD'OZt Do Vb $ ELZ $ 000 $ 90't $ 050 $ 09 $ Zb'9 $ 2Z'LZ zZ'LZ 06 ED oe se$ EB'Z9 5B"Lb q't 0"0 00 O +.+aq.11e,oug0 Zo'OZt $ 08'4t $ EL"Z $ 000 90'1 $ 090 $ 09'4 $ Zb'9 ZZ"LZ u Iz $ 08'£9 06"E9$ ED Z9 k 0"L 00 0'o q ^S loquo0 al w1 ZO'OZt O6"bt EL'Z $ 000 $ GO't $ 090 $ O9'b $ ZL'9 $ ZZ'LZ 1 ZZ'LZ $1 06 ED 06'E8$ EB"Z9 56'Lb1. O'L Do 00 O +oq•lloquo0a 9+1 ZO'OZL $ OB"blS I £L"Z S 00'o $ 90'd $ 090 $ o9'b Z4'9 Z2'LZ ZZ'LZ OB"E9 $ 08£6$ £B'Z9$ SB'lb 01, 00 00 0 •li El"Z $ DO"0 50'1 0't 00 00 MA E L $ Dtl"0 $ 50'1 0'1, 00 00 ` 'E L'Z $ 000 $ 50'L 0'L 00 Do ( j EL"Z $ 00'0 501 $ 0'1, 0'0 00 £1,z $ 000 $ ZLL $ 0t 00 00 ELz $ 000 zcd s O'L 0'0 00 CrZ $ 000 £1,L $ 0 t 00 Do sd z $ 000 £L L $ 0 L D'0 O'o edz $ 000 $ ecL $ 01, 00 Dar £1,'z0 000 $ £41, $ o1, 00 00 000 S ZO'OZL $ 06"b1, 9L'Z $ LO'0 50'1 $ 090 $ DB"b Z4'9 ZZ'LZ ZZ LZ 08'99 08 ce EO 69$ 58'14$ u 0'0 Do 0 °los .g,­G O r ZO'OZL $ p8"b1, $ £1,'Z $ 00"0 50'1 $ 05'0 $ 09'4 $ Z49 $ ZZ'tZ $ ZZ'L2 $ 08'£9 Delo £6'Z9$ 98"1,4$ 0'1, 0'0 00 O uo.M,.1 M("ll zoon $ Bert. $ $1,'Z $ 000 $ 90'1 $ 05'O $ 084 $ Zb'0 22'LZ $ ZZ'LZ OB"Ee OB'E9$ 98'Z9$ 56"44$ D"1, 0'o D'0 0 H+17 Hgnl A G ZO'M $ O6'0L $ ELZ $ 00'0 go $ 09'0 $ 09'b Z4'9 ZZ 1,2 $ ZZ'bZ $ DB'E9 $ 08"B9$ £B Z9 98'4b 0'1, 0'0 00 O ..IxV tlL,Pl7 P•q*+l( „Vy' 11500 53XV1 171 3AV3103W7 3WLL X515 'dW3M) 'dW3Nn 38V0103W S1143N38 11431438 S30VM eM ..M .M •+noH noH noH NOINn NOUVOUISSV'15 1V.LO1 1V1tl1 8H H Vi 01Vd 183) OIVd 1118303i 31V18 V01d ivioi A'78nOH S.OBO '1'0 1'0 '1'15 '1'0 •wil'O ..41'9 EL'Z %9100'0 -IN 04 L+NL %09'0 %ZL'S %99'L ZZ'LZ $ p-M w.g uVw n.M 1-0-++•4-18-961(3.110)sm,d o0 uaouyar ue g uapp.0 7ueaulq ewng east L+YO uos+opuV oee.l:SHO1V83dO 'ale+ua)eoyresel07semol eLP uet0+ .l.q louu.0. LC'ELt $ LULL $ EL'Z $ 000 66'0 Lb'0 $ Z54 909 9v Oz 9v oz 9091 9080 $ M89$ 4S"8E $ . 0'1, 00 00 1 ,ayao4aope,0 LL'E4L 71'41 $ EL"Z $ 00'0 $ Be L4'o $ Z9'4 $ 900 99"0Z $ 94'OZ $ a0'67 9091$ t£9S$ 499E$ 0'L 00 00 1 W.1 id t7'ELt $ Lt'bt ELZ $ 000 $ 680 $ 14'0 SZS'4 90'9 94'OZ 94'OZ $ 9091 $ 90'67$ LC 6G $ 45'8E $ O'L 00 0'0 1 ,o,og.1le+gu.0 U CI£ 8 7FEL'Z $ 000 $ 660 Lb'0 $ Z54 $ 90"9 $ 9bOZ W4OZ 909L $ 8q"67$ LS 6S $ VG 6C $ . 0"L 00 0"O 1 ng laquaO aHe+l LL'EtL 1,4 bt $ 1,'Z£ O09 $ 66.0 $ L4'0 $ ZSb 90"9 $ 969Z 9b'OZ $ 9091 S 90'8L$ LE"85 499E $ . OL OD 00 1 +oq.liwluoO aWl LL"Et4 LL'4L £1,'Z o0"0 86'0 &0 Z5"4 50'9 9b"OZ 94"OZ 80'61 90'81. LE'BS 49"B£ 0'1, 0'D 00 1 SL $ EO'SL $ £L"Z $ 000 $ LO'L $ 150 $ 984 $ 949 $ 9v Oz $ 9b'OZ $ 9948 $ 99"49$ 69"E9$ LC ZV$ 0'1, 00 0"0 1 m4an+l waoga)Alo+ H MET £0'151 EL'Z 00'0 LO'4 15'0 49'4 94'8 94'gZ 94'OZ 99'49 99'49 BB"E9$ tL'Z4 0'L 0'0 0'0 1. +•floe 5t OZL ED £1,'Z DO"0 L0'L LS'0 4a'b 94'9 9b'0Z 94'OZ 99'49 99'49 89'£9 LL"Z4 u 0'O 00 1 BL'BZL 0 9 EL'Z OO'0 4t'L 45'0 LL"5 Ze'9 94'OZ Bb'0Z 498 4"06 LO"99 BS"9b 0'L 00 00 1. 114 9 N volge+l-3 97'924 08'96 1 E!'Z 000 s V1,L 49'0 LL'9 ZB'9 99'OZ 949 Zb'OB Z4"o6 LO199 O5"154 01, 00 00 1 +•Pun 760+•00 I 96 4n $ aq'9L EL'Z $ 000 $ 514 $ 950 £Z'S 00'1 94 Be S B4"OZ $ 9V 1,6 ab"LB$ 6L'99$ Lt'94S 0'l 00 00 1 114 OE-94-z I-.45 98'GZL 90'91 s EL'Z s 000 94'4 990 s £Z'9 00'1 I 99'02 9v Oz 94'16 9b-LB 5 6799 LL'9401, 00 00 1 .d A•$+•Haas 96177L 90'94 s £1,"Z 00'0 9L'4 590 77-900'7 94'tlZ 9b'OZ 4'1 96 94"L6 6L'99$ 41'94 0 00 00 1 Pe•41-0I-Peol LE BZL Fe,'9t s EL'Z s 00.0 s LL'L 99'0 s OES 604 9h"0 go Oz 49'M s g S 7989 S OL 9V 0"t 0'0 00 1 1W 09-OE-3"V-Ls I 4£BZL 4 MOL EL'Z 00'4 Lt"L 95'0 OE9 807 94'gZ 94'02 V9 09 ZB L9"89 S B27 0'L 0'D 00 1 +.P.+O I.A.d,.Ioyd 1800 ;3XV1 Ill 3AV3103W 7 3WI1 X01. 'dW3Nn .��'dW3Nn 38V0103W .11d3N38 11431438 .3O VM •.M .M •.M N H noH NO1Nn NOI1V9WISSVID 1V101 1V101 BH 834 40144183) OIVd 1V8303i 31V1S V01i 1V101 AlBnON SSOBO '1'0 '1'0 '115 '1'0 ..Il'O -11'9 L'Z ° 1,00'0 s, 04 IN L 09' 9'1, 94'0Z u.w n.M wtf 47epueyy leeyalW up,.Ly+AayNaN s.wgr n•1+. :s8 1SWV31 6402 Lgunl enq.-h3 '0NI'NOLL0n81SN00 H0n88 7 H0n88 FEMA's SCHEDULE OF EQUIPMENT RATES DEPARTMENT OF HOMELAND SECURITY FEDERAL EMERGENCY MANAGEMENT AGENCY RECOVERY DIRECTORATE PUBLIC ASSISTANCE DIVISION WASHINGTON,OC 20472 The rates on this Schedule of Equipment Rates are for applicant owned equipment in good mechanical condition, complete with all required attachments.Each rate,covers all costs eligible under the Robert T.Stafford Disaster Relief and Emergency Assistance Act,42 U.S.C.§5121,at sec.,for ownership and operation of equipment,including depreciation,overhead,all maintenance,field repairs,fuel,lubricants,tires,OSHA equipment and other costs incidental to operation.Standby equipment costs are not eligible. Equipment must be in actual operation performing eligible work in order for reimbursement to be eligible.LABOR COSTS OF OPERATOR ARE NOT INCLUDED in the rates and should be approved separately from equipment costs. Information regarding the use of the Schedule is contained in 44 CFR§206.228 Allowable Costs.Rates for equipment not listed will be famished by FEMA upon request.Any appeals shall be in accordance with 44 CFR§206.206 Appeals. THESE RATES ARE APPLICABLE TO MAJOR DISASTERS AND EMERGENCIES DECLARED BY THE PRESIDENT ON OR AFTER August 15,2019. f'FMA Code,10 Fut fa4mk' Y don Costptt dad Code Specifications Capacity or Size HP Notes Unit 8010 Air Compressor Air Delivery 41 CFM to 10 Hoses included. hour $ 1,62 8011 Air Compressor Air Delivery 103 CFM to 30 Hoses included. hour $ 9,86 8012 Air Compressor Air Delivery 130 CFM to 50 Hoses included, hour $ 12.49 8013 Air Compressor Air Delivery 175 CFM to go Hoses included. hour $ 20.98 8014 Air Compressor Air Delivery 400 CFM to 145 Hoses included. hour $ 32,13 8015 Air Compressor Air Delivery 575 CFM to 230 Hoses included. hour $ 57,05 8016 Air Compressor Air Delivery 1100 CFM to 355 Hoses included. hour $ 95S0 8017_Air Compressor Air Delivery 1600 CFM to 500 Hoses included. hour $ 98.55 8040 Ambulance to 150 hour $ 28.09 8041 Ambulance to 210 hour $ 41,18 8050_Board,Arrow_ to 8 Trailer Mounted. hour $ 4.53 8051 Board,Message to 5 Trailer Mounted. hour $ 11.60 8060. Auger,Portable Hole Diameter 16 In to hour $ 2.34 8061 Auger,Portable Hole Diameter 18 In to 13 hour $ 4,65 Includes digger,boom and 8062 Auger,Tractor Mntd Max,Auger Diameter 36 In to 13 mounting hardware. hour $ 3,25 Includes digger,boom and mounting hardware. Add this rate to tractor rate for total 8063 Auger,Truck Mold Max.Auger Size 24 In to too auger and tractor rate. hour $ 34,93 8064 Hydraulic Post Driver hour $ 35.27 Horizontal Directional Boring 8065 Auger Machine 250 X 100 300 DO-1406 YR-2003 hour $ 172,29 Horizontal Directional Bonng 8066 Auger Machine 50 x 100 24 Average to 7,000 las hour $ 33.83 8067 Auger,Directional Boring Machine Auger,Directional Boring Machine 7,000-10,000 lbs 45 IJT920L(2013) hour $ 41,04 8068 Bush Hog Bush Hog-Model 326 Single Spindle Rotary Cutters hour $ 20,61 8068-1 Bush Hog Bush Hog-Model 3210 Lift,Pull,Semi-Mount&Offset Model hour $ 28.74 8068-2 Bush Hog Bush Hog-Model 2815 Flex Wing Rotary Cutters hour $ 43.17 8070 Automobile to 130 Transporting people. Mile $ 0.545 8071 Automobile to 130 Transporting cargo, hour $ 12.43 8072 Automobile,Police to 250 Patrolling. mile $ 0.545 8073 Automobile,Police to 250 Stationary with engine running, hour $ 16.05 8075 Motorcycle,Police I mile $ 0.505 8076 Autornflole-Chevy Trailblazer 6 or 8 ci 285 to 300 hour $ 23,99 8077 Automobile-Ford Expedition Fire Command Center Eco Boost V-6 360 2015 Model hour $ 19.82 8078 MRAP Armored Rescue Vehicle Search and Rescue Military Suplus Vehicle 375-450 Qualified foe operational rate on Multi-Theater(Military 8078 1 MRAP C-MTV Suplus)Vehlde gvwr 55000 Lbs I to 350 Qualified foe operational rate on 8080 All Terrain Vehicle(ATV) _Engine I I OCC 4-Wheel,20"lyre 6.5-7.5 hour $ 8,23 SOW All Terrain Vehicle(ATV) Engine 125cc,4-Wheel;21"tyre 7S-8,6 hour $ 8,67 8082 All Terrain Vehicle(ATV) Engine 150cc,4-Wheel;22"tyre 9.0-10.0 hour $ 8.68 8083 All Terrain Vehicle(ATV) Engine 200m,4-Wheel;24"tyre 12-14.0 hour $ 9,23 8084 All Terrain Vehicle(ATV) Engine 250cc,4-Wheei;24"tyre 15-17 hour $ 9.81 8085 All Terrain Vehicle(ATV) Engine 300cc,4-Wheel;24"tyre 18-20 hour I$ 10.66 SON All Terrain Vehicle(ATV) Engine 400cc,4-Wheel;25"tyre 26-28 --hro' $ 12.20 8087 All Terrain Vehicle(ATV) Engine 450cc,4-Wheel;25"tyre 26-28 hour�$ �07 11088 All Terrain Vehicle(ATV) Engine 65Ccc,4-Wheel;25"tyre 38-40 hour $ 13.86 8089 All Terrain Vehicle(ATV) ErIngfine 750cc,4-Wheel;25"tyre 44-46 hour $ 14,79 8110 Barge,Deck Size 50'45W.25' 0 Push by Tug-Boat hour $ 52.00 Sill Barge,Deck Size 50'x35x9' 0 Push by Tug-Boat hour $ 61.96 8112 Barge,Deck Sin 120'x45'x10* 0 Push by Tug-Boat hour $ 109,97 8113 Barge,Deck Size 160'x45*xl 1 0 Push by Tug-Boal hour $ 136.90 8120 Boat,To. Size 55'x20'x5' to 870 Steel hour $ 35231 8121 Boat,Tow, Size 60*101IX51 to 1050 Steel. hour $ 400.32 8122 Boat,Tow Size 70'x30'x7.5' to 1350 Steel hour $ 624,56 8123 Boat,Tow Size 120',64*X8' to 2000 Steel. hour $ 1,181,86 8124 Airboat 81 5AGIS Airboat w1spray unit 400 hour $ 32,70 8125 Airboat 815AGIS Ahboat w/spray unit 4125 hour $ 33,06 81 26 Swtimp,Buggy Conquest 360 hour $ 41,35 8130 Boat,Row 0 Heavy duty. hour $ 1,46 8131 Boat,Runabout Size 13'x5' to 50 Outboard. hour 1$ 12.55 8132 Boat,Tender Size 14'x7' to 100 Inboard with 360 degree drive. hour $ 16,58 8133 Boat,Push Size 45'x21')6' to 435 Flat hull, hour $1235,03 8134 Boat,Push Size 54'x2l')6' to 525 Flat hull. hour $ 290.74 8135 Boat,Push Size 58'x24'x7.5' to 705 Flat hull. hour $ 3,57. 8136 Boat,Push size 64'.25'A' to 870 jFlat hull hour $ 359,36 8140 Boat,Tug Length 16 Ft tol 00 hour $ 47.35 8141 Boat,Tug Length 18 Ft to 175 hour $ 70.55 8142 Boat,Tug Length 26 Ft to 250 hour $ 9010 8143 Boat,Tug Length 40 Ft to 380 hour $ 215,09 8144 Boat,Tug Length 51 Ft to 700 hour $ 302.01 8145 Jet Ski 3-seater hour $ 27,70 8146 Jet Ski hour $ 8,60 8147 Boat,Inflatable Rescue Raft Zodiac 0 hour $ 1,13 8148 Boat,Runabout 1544 ths 11 passenger capacity 190-250 hour $ 65.51 2000 Johnson 0.1boaml Mot.,w 15" 8149 Boat,removable engine shaft -- 15 hour $ 1.58 8151 Broom,Pavement Broom Length 961n to 100 hour $ 3041 Add Prime Mover cost for total 8153 Broom,Pavement,Mntd Broom Length 721n to 18 rate hour $ 6.24 Add Prime Mover cost for total 8154 Broom,Pavement,Pull Broom Length 84 In to 20 rate hour $ 2375 8155 Broom,Pavement Broom Length 721n to 35 hour $ 2528 8157 Sweeper,Pavement to 110 hour $ 78.79 8158 Sweeper,Pavement to 230 hour $ 102,03 8180 Bus to 150 hour $ 21,60 8181 Bus to 210 hour $ 25,82 8182 Bus to 300 hour $ 39.65 8183 Blower Gasoline powered Toro Pro Force 27 hour $ 15,40 8183x Mosquito Sprayer 2015 Adapco Guardian 95 ES 15-gal;350 lbs hour $ 18.83 8184 Back-Pack Slower to 4.4 hour $ 1,53 8185 Walk-Behind Blower 13 hour $ 6.83 8187 Chainsaw Bar Length=20 in -3.0cuin 23 hour $ 1.91 8i 88 Chainsaw Bar Length=20 in 5.0 cut in hour $ 2.59 8189 Chainsaw Bar Length=20 in 6,0 cu in 34 hour $ 217 8190 Chain Saw Bar Length=16 in 25 cu in 2.4 hour $ 1.80 8191 Chain Saw(STIHL) Bar Length=25 in 7.5 cu in 3.62 hour $ 3.73 8192 Chain Saw,Pole Bar Length=18 in 4.0 cu in 3.2 hour $ 2.10 8193 Skidder model 748 E to 173 hour $ 56,25 8194 Skidder model 648 G11 to 177 hour $ 105.44 6195 Cutter,Brush Cutter Size 8" to 150 hour $ 119.52 8196 Cutter,Brush Cutter Size 8 ft to 190 hour $ 134.74 8197 Cutter,Brush Cutter Size 1011 to 245 hour $ 142.31 Cutter,Brush-247 hp,1997 Model 8198 '8mncher Cutter 511 Feller to 247 hour $ 193.95 8199 Log Trailer 40 It 0 hour $ 10.15 8200 Chipper,Brush Chipping Capacity 61n to 35 Trailer Mounted. hour $ 8.97 8201 Chipper,Brush Chipping Capacity 9 In to 65 Trailer Mounted. hour $ 17.06 8202 Chipper,Brush Chipping Capacity 121n to 100 Trailer Mounted. hour $ 24.89 8203 Chipper,Brush Chipping Capacity 15 In to 125 Trailer Mounted. hour $ 35.75 8204 Chipper,Brush Chipping Capacity 18 In to 200 Trailer Mounted, hour $ 50.41 8208 Loatler-Tractor-Knuckleboom model Berko 595 ML to 173 hour $ 169.74 8209 Loader-Wheel model 210 wl Buck Saw 50 inch Bar to 240 hour $ 98.48 8210 Clamshell&Dragline,Crawler 149,999 lbs to 235 Bucket not included in rate, hour $ 134.68 8211 Clamshell&Dragline,Crawler 250,000 Ihs to 520 Bucket not included in rate. hour $ 178.82 8212 Clamshell&Dragline,Truck to 240 Bucket not included in rate. hour $ 147.05 8218 BOMAG Compactor BW100AD-3 33 Hour $ 24.80 8219 Compactor-2-Ton Pavement Roller Single Drum Vibratory Compactor to 2.9 Ton 28 hour $ 28.72 8220 Compactor to 10 hour $ 15.92 8221 Compactor,towed,Vibratory Drum to 45 Plus tow Truck hour $ 33.56 8222 Compactor,Vibratory,Drum to 75 hour $ 24.09 8223 Compactor,pneumatic,wheel to 100 hour $ 26.90 8225 Compactor,Sanitation to 300 hour $ 96.11 8226 Compactor,Sanitation _ to 400 hour $ 154.63 8227 Compactor,Sanitation 535 hour $ 264.25 8228 Compactor,towed,Pneumatic,Wheel Hercules PT-11, 10,000 ms 11-Wheels(Towed) hour $ 18.48 Compactor,Towed Steel Drum Static 8229 Compactor GTD-54120 20,000 lips Grid Drum(Towed) hour $ 16.22 8240 Feeder,Gnzzly to 35 hour $ 25.47 8241 Feeder,Grizzly to 55 hour $ 33.55 8242 iFeeder,Grizzly to 75 hour $ 65.18 8250 Dozer,Crawler Deere 4501 LTto 75 hour $ 54.20 8251 Dozer,Crawler Deere 650K LGP;ROPS/FOPS to 105 hour $ 65.14 8252 Dozer,Crawler to 160 hour $ 98.77 8253 Dozer,Crawler to 250 hour $ 153.35 8254 Dozer,Crawler to 360 hour $ 218.47 Make/Model:CAT D30T(disc.2014); 8255 Dozer,Crawler Protection:EROPS;Type Semi-U to 574 hour $ 317.49 8256 IDozer,Crawler to 850 hour $ 358.48 8260 Dozer,Wheel to 300 hour $ 56.26 8261 Dozer,Wheel to 400 hour $ 101.22 8262 Dozer,Wheel to 500 hour $ 184,08 8263 Dozer,Wheel to 625 hour $ 239.31 8269 Box Scraper 3 hitch attach for tractor;2007 Befco 0 hour $ 3.65 Includes teeth.Does not include 8270 Bucket,Clamshell Capacity 1,0 CY 0 Clamshell&Dragline hour $ 4.64 Includes teeth.Does not include 827'1 Bucket,Clamshell Capacity 2.5 CY 0 Clamshell&Dragline hour $ 8.81 includes teeth.Does not include 8272 Bucket,Clamshell Capacity 5.0 CY 0 Clamshell&Dragline hour $ 13.19 Includes teeth.Does not include 8273 Bucket,Clamshell Capacity T5 CY 0 Clamshell&Dragline hour $ 23.31 Does not include Clamshell& 8275 Bucket,Dragline Capacity 2.0 CY 0 Dragline hour $ 3.98 Does not include Clanshell& 8276 Bucket,Dragline Capacity 5.0 CY 0 Dragline hour $ 9.93 Does not include Clamshell& 8277 Bucket,Dragline Capacity 10 CY 0 Dragline hour $ 14.19 Does not include Clamshell& 8278 Bucket,Dragline Capacity 14 CY 0 Dragiine hour $ 18.72 Crawler,Truck&Wheel. 8280 Excavator,Hydraulic Bucket Capacity 0.5 CY to 45 Includes bucket. hour $ 18.97 Crawler,Truck&Wheel. 8281 Excavator,Hydraulic Bucket Capacity 1.0 CY to 90 Includes bucket. hour $ 36.06 Crawler,Truck&Wheel. 8282 lExcavator,Hydraulic Bucket Capacity 1.5 CY to 160 Includes bucket. hour $ 55.30 Crawler,Truck&Wheel. 8283 Excavator,Hydraulic Bucket Capacity 2.5 CY to 265 Includes bucket. hour $ 158.86 Crawler,Track&Wheel. 8284 Excavator,Hydraulic Bucket Capacity 4.5 CY to 420 Includes bucket. hour $ 264.64 Crawler,Truck&Wheel. 8285 Excavator,Hydraulic Bucket Capacity 7.5 CY to 650 Includes bucket. hour $ 304.91 Crawler,Truck&Wheel. 8286 Excavator,Hydraulic Bucket Capacity 12 CY to 1000 Includes bucket. hour $ 466.41 8287 Excavator 2007 model Gradall XL3100 III 184 hour 1$ 102.62 8288 Excavator 2003 model Gradall XL4100 III 238 hour $ 117.66 8289 Excavator 2006 model Gradall XL5100 230 hour $ 109.03 8290 Trowel,Concrete Diameter 48 In to 12 hour $ 4.94 8300 Fork Lift Capacity 6000 lbs to 60 hour $ 14.73 8301 Fork Lift Capacity 12000 Lbs to 90 hour $ 21.12 8302 Fork Lift Capacity 18000 Lbs to 140 hour $ 28.79 8303 Fork Lift Capacity 50000 Lbs to 215 hour $ 63.25 8306 Fork Lift Material handler Diesel,CAT TH360B 6600-11500 gvwr lbs 94.9 3.1-3.5 Mton hour $ 4461 8307 Fork Lift Material handler Diesel,CAT TH4608 9000 Lbs 94.9 4.5.4.9 Mton hour $ 51.93 8308 Fork Lift Material handler Diesel,CAT TH560B 10000 Lbs 117.5 4.5-4.9 Mton hour $ 56.14 8309 Fork Lift Accessory 2003 ACS Paddle Fork 0 hour $ 3.53 8310 Generator Prime Output 5.5 KW to 10 hour $ 5.36 8311 Generator Prime Output 16 KW to 25 hour S 7.81 8312 Generator Prime Output 60KW to 88 hour $ 25.56 8313 Generator Prime Output 100 KW to 125 hour $ 43.60 8314 Generator Prime Output 150 KW to 240 hour $ 62.83 8315 Generator Prime Output 210 KW to 300 hour $ 85.70 8316 Generator Prime Output 280 KW to 400 hour $ 103.34 8317 Generator Prime Output 350 KW to 500 hour $ 114.23 8318 Generator Prince Output 530 KW to 750 hour $ 202.00 8319 Generator Prime Output 710 KW to 1000 hour $ 225.34 8327 Generator Prime Output 800 KW 1065 hour $ 232.46 8328 Generator Prime Output 900 KW 1355 hour $ 295.15 8329 Generator Prime Output 1000 KW 1000 Open hour $ 356.94 8320 Generator Prime Output 1100 KW 1645 Open hour $ 393.43 8321 Generator Prime Output 2500 KW to 3000 hour $ 553.78 8322 Generator Prime Output 1,000 KW to 1645 Enclosed hour $ 450.78 8323 Generator Prime Output 1,500 KW to 2500 Enclosed hour $ 583.01 8324 Generator Prime Output 1100KW 2500 Enclosed hour $ 567.48 8325 Generator Prime Output 40KW 63 Open hour $ 23,16 8326 Generator Prima Output 20KW 35 Open/Closeed hour $ 18.05 8327 Gcncrator Urge Prime Output 80 KW 120 Hr. $ 31.65 8328 Generator Heavy Duty Prime Output 200OKW Open Hr. $ 490.00 Includes Rigid and Articulate 8330 Graders Moldboard Size 10 Ft to 110 equipment. hour $ 43.98 Includes Rigid and Articulate 8331 Graders Moldboard Size 12 Ft to 150 equipment. hour $ 63,63 Includes Rigid and Articulate 8332 Graders Moldboard Size 14 Ft to 225 equipment. hour $ 80.43 Per 25 toot length.Includes 8350 Hose,Discharge Diameter 3 In 0 couplings. hour $ 0.16 Per 25 foot length.Includes 8351 Hose,Discharge Diameter 4 In 0 couplings, hour $ 0.24 Per 25 foot length.Includes 8352 Hose,Discharge Diameter 6 In 0 couplings. 4.r 0.82Per 25 foot length.Includes8353 Hose,Discharge Diameter 8 In 0couplings. 0.82 Per 25 foot length.Includes 8354 Hose,Discharge Diameter 12 In 0 couplings, hour $ 0,92 Per 25 foot length.Includes 8355 Hose,Discharge Diameter 16 In 0 couplings hour $ 1.71 Per 25 foot length.Includes 8356 Hose,Suction Diameter 31n 0 couplings. hour $ 0,31 Per 25 foot length.Includes $357 Hose,Suction Diameter 41n 0 couplings. hour $ 0.37 Per25 foot length.Includes 8358 Hose,Suction Diameter 61n 0 couplings hour $ 1.17 Per 25 foot length.Includes 8359 Hose,Suction Diameter 81n 0 couplings. hour $ 1,11 Per 25 foot length.Includes 8360 Hose,Suction Diameter 121n 0 couplings hour $ 1,73 Per 25 foot length.Includes 8361 Hose,Suction Diameter 16 In a couplings. hour $ 3.29 8380 Loader,Crawler Bucket Capacity 0.5 CY to 32 Includes bucket, hour $ 19.59 8381 Loader,Crawler Bucket Capacity 1 CY to 60 Includes bucket. hour $ 36,87 8382 Loader,Crawler Bucket Capacity 2 CY to lie Includes bucket. hour $ 69.24 8383 Loader,Crawler Bucket Capacity 3 CY to 178 Includes bucket. hour $ 103.22 8384 Loader,Crawler Bucket Capacity 4 CY to 238 Includes bucket. hour $ 12373 8390 Loader,Wheel Bucket Capacity 0.5 CY to 38 hour $ 20.80 8391 Loader,Wheel Bucket Capacity I CY to 60 hour $ 41.33 8392 Loader,Wheel Bucket Capacity 2 C to 105 CAT-926 hour $ 38,10 8393 Loader,Wheel Bucket Capacity 3 CY to 152 hour $ 46,17 8394 Loader,Wheel Bucket Capacity 4 CY 232 hour $ 76,27 8395 Loader,Wheel Bucket Capacity 5 CY 255 hour $ 79.50 8396 Loader, to 305 hour $ 116,12 L Wheel Bucket Capacity 6 CY 8397 Loader,Wheel Bucket Capacity 7 CY to 360 hour $ 129.40 8398 Loader,Wheel Bucket Capacity SCY to 530 hour $ 188,87 11401 Loader,Tractor,Wheel Bucket Capacity 0.87 CY to 80 Case 580 Super L hour $ _I 37,13 8410 Mixer,Concrete Portable Batching Capacity 10 Cft 8 1 Diesel Powered hour $ 3,13 8411 Mixer,Concrete Portable Botching Capacity 12 Cft 11 Gasoline Powered hour $ 4,31 11412 Mixer,Concrete,Trailer Mntd Batching Capacity 11 Cft to 10 hour 1532 8413 Mixer,Concrete,Trailer Mold Batching Capacity 16 Cft to 25 hour $ 20,47 8414 Truck,Concrete Mixer Mixer Capacity 13 CY to 300 hour $ 84,71 8419 Hand-Held,Pavement Breakers Weight 25-90 Lbs 0 Air Tool/Electric Power hour $ 1,12 8420 Self-Propelled Pavement Breaker, to 70-80 Self-Propelled(Diesel) hour 8421 Vibrator,Concrete Hand Held to 4 hour $ 1.63 8423 Spreader,Chip Spread Hopper Width 12,5 Ft to 152 hour $ 90Z7 8424 Spreader,Chip Spread Hopper Width 16.5 Ft to 215 hour $ 125.19 8425 Spreader,Chip,Mom Hopper Size 8 Ft to 8 Trailer&truck mounted. hour $ 4.77 8430 Paver,Asphalt,Towed 0 Does not include Prim Mover, hour $ 12.67 Includes wheel and crawler 8431 Paver,Asphalt Crawler to 50 equipment. hour $ 76,41 Includes wheel and crawler 8432 Paver,Asphalt Crawler to 125 equipment. hour 1$ 96.52 Includes wheel and crawler 8433 Paver,Asphalt Crawler to 175 equipment. hour $ 144,69 Includes wheat and crawler 11434 Paver,Asphalt 35,00OLbs&Over to 250 equipment. hour $ 224,01 8436 Pick-up,Asphalt to 110 hour $ 98.06 8437 Pick-up,Asphalt Cederapids CR MS-2 113 to 140 Asphalt-Pick-up Machine hour $ 140.59 8438 Pick-up,Asphalt Ehaw-Knox MC-330 184 to 200 Asphalt-Pick-up Machine hour $ 189.7 8439 Pick-up,Asphalt MTV 1000C to 275 Asphalt-Pick-up Machine hour $ 214,03 8440 Striper Paint Capacity 40 Gat to 22 hour $ 16,92 8441 Striper Paint Capacity 90 Gal to 60 hour $ 2424 8442 Striper Paint Capacity 120 Gal to 122 hour $ 45,28 8445 Striper,Truck Mntd Paint Capacity 120 Gal to 460 hour $ 83,35 8446 Striper,Walk-behind Paint Capacity 12 Gal 5 hour $ 4,23 2002 Leeboy Conveyor Belt 8447 Paver accessory-Belt Extension Extension 24'X 50' 0 crawler hour $ 33,48 8450 Plow,Snow,Grader Mntd Width to 10 Ft 0 Include 8451 Plow,Snow,Grader Mntd lWidth to 14 Ft 0 Inclutle Grader far total cast hour $ 33.21 8452 Plow,Truck Mold Width to 15 Ft 0 Include truck for total cost hour $ 25.23 With leveling wing.Include 8453 Plow,Truck Mold Width to 15 Ft 0 truck for total cost hour $ 41.04 8455 Spreader,Sand Mounting Tailgate,Chassis 0 Truck not included hour $ 8,24 8456 Spreader,Sand Mounting Dump Body 0 Truck not included hour $ 10.55 8457 Spreader,Sand Mounting Truck(10yd) 0 Truck not included hour $ 13.41 8458 Spreader,Chemical Capacity 5 CY to 4 Trailer&truck mounted. hour $ 6.30 8469 Pump-Trash Pump 10 MTC 2"Pump to 7 10,000 gph hour $ 7.87 8470 Pump Centrifugal,8M pump 2"-10,000 galmr, to 4.5 Hoses not included, hour $ 6.31 8471 Pump Diaphragm pump 2"-3,000 al/hr. to 6 Hoses not included. hour $ 6.98 8472 Pump Centrifugal,18M pump 3"-18,000 gal/hr,pump to 10 Hoses not included. hour $ 8.05 8473 Pump to 15 Hoses not included. hour $ 12.08 8474 Pump to 25 Hoses not included. hour $ 13.77 8475 Pump to 40 Hoses not included. hour $ 16.98 8476 Pump 4"-40,000 gaVhr. 4"-40,000 gal/hr, to 60 Hoses not included, hour $ 27.45 8477 Pump to 95 Hoses not included. hour $ 32.77 8478 Pump to 140 Hoses not included. hour $ 41.84 8479 Pump to 200 Hoses not included. hour $ 50.79 8480 Pump to 275 Does not include Hoses. hour $ 68.33 8481 Pump to 350 Does not include Hoses. hour $ 81,66 8482 Pump to 425 Does not include Hoses. hour $ 99.01 8483 Pump to 500 Does not include Hoses. hour $ 117.21 8484 Pump to 575 Does not include Hoses. hour $ 136.53 8485 Pump to 650 Does not include Hoses. hour $ 154.88 Add this rate to truck rate for 8486 Aerial Lift,Truck Mntd Max.Platform Height 40 Ft total lift and truck rate hour $ 11.63 Add this rate to truck rate for 8487 Aerial Lift,Truck Mold Max.Platform Height 61 Ft total lift and truck rate hour $ 21.99 Atld this rate to truck rate for 8488 Aerial Lift,Truck Mold Max.Platform Height 80 Ft total lift and truck rate hour $ 39.80 Articulated and Telescoping. Add this rate to truck rate for 8489 Aerial Lift,Truck Mntd Max.Platform Load-SOOLbs 81 Ft-100 Ft.Ht. total lift and truck rate hour $ 42.16 Articulated,Telescoping, 8490 Aerial Lift,Self-Propelled Max.Platform Height 37 Ft.Ht. to 15 Scissor. hour $ 9.02 Articulated,Telescoping, 8491 Aerial Lift,Self-Propelled Max.Platform Height 60 Ft.Hl. to 30 Scissor. hour $ 17.39 Articulated,Telescoping, 8492 Aerial Lift,Self-Propelled Max.Platform Height 70 Ft.Ht.. to 50 Scissor. hour $ 31.57 8493 Aerial Lift,Self-Propelled Max.Platform Height 125 FL Ht. to 85 Articulated and Telescoping. hour $ 56.70 8494 Aerial Lift,Self-Propelled Max.Platform Height 150 Ft.Ht. to 130 Articulated and Telescoping. hour $ 73.90 8495 I.C.Aerial Lift,Self-Propelled Max.Platform Load-500 Lbs 75'x155',40Ft Ht. to 80 2000 Lbs Capacity hour $ 29.71 8496 Crane,Truck Mntd Max.Lift Capacity 24000 Lbs 0 Include truck rate for total cost hour $ 16.54 8497 Crane,Truck Mold Max.Lift Capacity 36000 Lbs 0 Include truck rate for total cost hour $ 23.17 8498 Crane,Truck Mold Max.Lift Capacity 60000 Lbs 0 Include truck rate for total cost hour $ 37,46 8499 Pump-Trash-Pump CPB Rating-IOMTC 10000 al/Hr 7 Self-Priming Trash Pump hour $ 7.76 8500 Crane Max.Lift Capacity 8 MT to 80 hour $ 40.75 8501 Crane Max.Lift Capacity 15 MT to 150 hour $ 67.83 8502 Crane Max.Lift Capacity 50 MT to 200 hour $ 93.95 8503 Crane Max.Lift Capacity 70 MT to 300 hour $ 180.23 8504 Crane Max.Lift Capacity 110 MT to 350 hour $ 258.23 8510 Saw,Concrete Blade Diameter 14 In to 14 hour $ 7.62 8511 Saw,Concrete Blade Diameter 26 In to 35 hour $ 12.47 8512Saw,Concrete Blade Diameter 48 In to 65 hour $ 26.81 8513 Saw,Rock Blade Diameter to 100 hour $ 35.13 8514 Saw,Rock Blade Diameter to 200 hour $ 68.85 8517 Jackhammer(Dry) Weight Class 25-45-Lbs 0 Pneumatic Powered hour $ 1.77 8518 Jackhammer(Wet) Weight Class 30-55 Lbs 0 Pneumatic Powered our $ 2.02 8521 Scraper Scraper Capacity 15 CY to 262 hour $ 133,80 8522. Scraper Scraper Capacity 22 CY to 365 hour $ 174.30 8523 Scraper Scraper Capacity 34 CY to 500 hour $ 322.77 8524 Scraper Scraper Capacity 44 CY l0 604 hour $ 354.64 8540 Loader,Skid-Steer Operating Capacity 976-1250 Lbs to 36 hour $ 26.83 8541 Loader,Skid-Steer Operating Capacity 1751-2200 Lbs to 66 hour $ 35.47 8542 Loader,Skid-Steer Operating Capacity 2901 to 3300 Lbs to 81 hour $ 38.72 8550 Snow Blower,Truck Mow Capacity 600 Tph to 75 Does not include truck hour $ 35.39 8551 Snow Blower,Truck Mntd Capacity 1400 Tph to 200 Does not include truck hour $ 94.72 8552 Snow Blower,Truck Mold Capacity 2000 Tph to 340 Does not include truck hour $ 143.88 8553 Snow Blower,Truck Mold Capacity 2500 Tph to 400 Does not include truck hour $ 156.93 8558 Snow Thrower,Walk Behind Cutting Width 25 in to 5 hour $ 2.97 8559 Snow Thrower,Walk Behind Cutting Width 60 In to 15 hour $ 14.47 8560 Snow Blower capacity 2,000 Tph to 400 hour $ 234.49 8561 Snow Blower Capacity 2,500 Tph to 500 hour $ 256.20 8562 Snow Blower Capacity 3.500 Tph to 600 hour $ 285.56 8563 The Vammas 4500 Snow Remover 26ft Plow,20ft Broom+Airblast 428 Equip with Plow&Broom hour $ 260.00 8564 The Vammas 5500 RM300 96"W x 20"D 350 Soil Stabilization,Redaimer hour $ 21290 8565 Oshkosh Pavement Sweeper H-Series 420 Equip with Broom hour $ 229.00 8569 Dust Control De-Ice Unit 1300.2000 gal 173"Lx98"Wx51"H 5.5 Hydro Pump w/100'1/2"hose hour $ 3.54 Loader and Backhoe Buckets 8570 Load-Backhoe,Wheel Loader Bucket Capacity 0.5 CY to 40 included. hour $ 23.95 Loader and Backhoe Buckets 8571 Loader-Backhoe,Wheel Loader Bucket Capacity 1 CY to 70 included. hour $ 33.36 Loader and Backhoe Buckets 8572 Loader-Backhoe,Wheel Loader Bucket Capacity 1.5 CY to 95 included. hour $ 43.46 Loader and Backhoe Buckets 8573 Loader-Backhoe,Wheel Loader Bucket Capacity 1,75 CV to 115 included, hour $ 49.55 burners,insulated tank,and 8580 Distributor,Asphalt Tank Capacity Mounted on Trailer 550 Gal 16 circulating spray bac hour $ 14.97 Truck Mounted.Includes burners,insulated tank,and circulating spray bar. Include 8581 Distributor,Asphalt Tank Capacity Mounted on Trailer 1000 Gal 38 truck rate. hour $ 22.45 Truck Mounted,Includes burners,insulated tank,and circulating spray bar. Include 8582 Distributor,Asphalt Tank Capacity Mounted on Truck 4000 Gal truck rate. hour $ 32.52 ETNYRE Oil Distributor Model- 8583 Distributor PB348 300 hour $ 43.57 8584 Distributor ETNYRE Quad Chip Spreader 280 hour $ 90.67 8590 Trailer,Dump Capacity 20 CY 0 Does not include Prime Mover. hour $ 13.13 8591 Trailer,Dump Capacity 30 CY 0 Does not include Prime Mover. hour $ 13.37 8600 Trailer,Equipment Capacity 30 Tons 0 hour $ 16.71 8601 Trailer,Equipment Capacity 40 Tons 0 hour $ 18.49 8602 Trailer,Equipment Capacity 60 Tons 0 hour $ 19.30 8803 Trailer,Equipment Capacity 120 Tons 0 hour $ 30.52 Includes a centrifugal pump with 8610 Trailer,Water Tank Capacity 4000 Gal 0 sump and a rear spraybar. hour 1$ 15.85 Includes a centrifugal pump with 8611 Trailer,Water Tank Capacity 6000 Gal 0 sump and a rear spraybar. hour $ 19.49 Includes a centrifugal pump with 8612 Trailer,Water Tank Capacity 10000 Gal 0 sump and a rear spraybar. hour $ 22.76 Includes a centrifugal pump with 8619 Trailer,Water Tank Capacity 14000 Gal 0 sump and a rear spraybar. hour $ 28.39 8614 Truck-Water Tanker 1000 gal.tank 175 hour It 35.84 8620 Tub Grinder to 440 hour $ 98.30 8621 Tub Grinder to 630 hour $ 148.62 8622 Tub-Grinder to 760 hour $ 189.56 8623 Tub Grinder to 1000 hour $ 332.79 8627 Horizontal Grinder Model HG6000 630 hour $ 59.12 8628 Stump Grinder 1988 Vermeer SC-112 102 hour $ 48.59 8629 Stump Grinder 24"grinding wheel 110 hour $ 46.31 Trailer&truck mounted. Does 8630 Sprayer,Seed Working Capacity 750 Gal to 30 not include Prime Mover. hour $ 14.78 Trailer&truck mounted. Does 8631 Sprayer,Seed Workm2 Capacity 1250 Gal to 50 not include Prime Mover. hour $ 19.74 Trailer&truck mounted. Does 8632 Sprayer,Seed Working Capacity 3500 Gal to 115 not include Prime Mover. hour $ 32.52 8633 Muicher,Trailer Mold Working Capacity 7 TPH to 35 hour $ 15.59 8634 Mulcher,Trailer Mntd Working Capacity 10 TPH to 55 hour $ 23.12 8635 Mulcher,Trailer Mntd Working Capacity 20 TPH to 120 hour $ 33.58 8636 Scraper Soil Recycler WR 2400 w 317 gal fuel tank 563 hour $ 265.76 8637 Trailer CAT Double Belly Bottoro-dump Trailer 26 CY of soil in one dump 330 13 CY of soil each berry hour $ 95.10 Barber Beach Sand Rake 600HDr, 8638 Rake towed 0 Towed by Beach vehicle hour $ 15.78 Wildcat 626 Cougar Trommel Screen 8639 Chipper chipper batt 125 hour $ 35.38 8640 Trailer,Office Trailer Size 8'x 24' 0 Cargo Size left hour $ 2.31 8641 Trailer,Office Trailer Size 8'x 32' 0 Cargo Size 24ft hour $ 2.76 8642 Trailer,Office Trailer Size 10'x 32' 0 Cargo Size 20ft hour $ 3.69 8643 Trailer Haz-Mat Equipment trailer 8'x18' 0 Move by Tractor to Location hour $ 38.88 8644 Trailer,Covered Utility Trailer (7'X 16') 0 Move by Tractor to Location hour $ 5.88 8645 Trailer,Dodge Ram 8'x 24'shower trailer-12 showers 101 hour $ 30.33 8646 Trailer,Dodge 8'x 32'Flatbed water 25,000 MGVW 200 4x2-A1de hour $ 28,60 Walk-behind,Crawler&Wheel 8650 Trencher to 40 Mounted.Chain and Wheel. hour $ 16.91 Walk-behind,Crawler&Wheel 8651 Trencher to 85 Mounted.Chain and Wheel. hour $ 29.53 8654 Trencher accessories 2008 Griswold Trenchbox 0 hour $ 1.96 8660 Plow,Cable Plow Depth 24 in to 30 hour $ 13.77 8661 Plow,Cable Plow Depth 36 in to 65 hour $ 40.07 8662 Plow,Cable Plow Depth 48m to 110 hour $ 44.60 Includes hydraulic pole Max.Boom=60 Ft,12,000 Ft-Lb alignment attachment. Include 8670 Derrick,Hydraulic Digger Hydraulic Lift Capacity 15,500 Lbs 275 truck rate hour $ 35.07 Includes hydraulic pole Max.Boom=90 Ft,14000 Ft-Lb alignment attachment. Include 8671 Derrick,Hydraulic Digger Hydraulic Lift Capacity 26,700 Lbs 310 truck rate hour $ 56.12 Sonic Sidegrip Vibratory Pile 8672 Movax SP-60 28.32 ton Head 134KW 178 Driver Hour $ 109.20 Truck,Fire-Industrial-1121Ft Ladder 2-1000gpm Nozzles 1-Each 8680 Aerial Platform Pump/Tank Capacity 30009pm/1000 gal Wafer or Foam 600 side of Platform Hour $ 198.30 8681 Truck,Fire,Engine Type-i Pump/Tank Capacity 1000GPM/300gal Engine,with Pump&Roll hour $ 140.00 8682 Truck,Fire,Engine Type-2 Pump/Tank Capacity SOOGPNI/3009al Engine,with Pump&Roll hour $ 132.00 8683 Truck,Fire,Ladder(48ft)(Type-III) Pump/Tank Capacity 1509po600gal, 115-149 Hose 1-1/2"D 500'Long hour $ 119.30 Truck Fire,Aerial(Cummins 8684 IXL9)100Ft Ladder Pump/Tank Capacity 2000 pm/500gal 450 1500gpm Monitor/nozzle hour $ 178.00 1000gpM400gal,500gpm Master 8685 Truck,Fire,Ladder(48ft)(Type-1) Pump/Tank Capacity Stream 200-250 Hose 2-1/2"D 1200'Long hour $ 154.00 8686 Truck,Fire,Ladder(48ft)(Type-I1) Pump/Tank Capacity 500gprrV300 aI, 100-199 Hose 2-1/2"D 1000'Long hour $ 131.50 8687 Truck,Fire,Support Water Tender S1 Pump/Tank Capacity 300GPW4000+gal 115-149 S1 Water Tender hour $ 114.50 8688 Truck,Fire,Support Water Tender S2 Pump/Tank Capacity 200GPM/2500+gal S2 Water Tender hour $ 103.50 8689 Truck,Fire,Support Water Tender S3 Pump/Tank Capacity 200GPM/1000+al S3 Water Tender hour $ 79.00 6690 Truck,Fire-Water Tender Pump Capacity 1000 GPM 0150 psi hour $ 70.33 8691 Truck,Fire,Tanker Pump/Tank Capacity 1250 GPM/2500 gal Soo hour $ 74.57 8692 Truck,Fire,Pumper Pump/Tank Capacity 1500 GPW1000 gal 500 hour $ 81.10 8693 Truck,Fire,Pumper Pump Capacity 2000 GPM hour $ 84.04 8694 Truck,Fire Aerial Ladder(75Ft) Pump/Tank Capacity 1500GPM/600 gal 475 hour $ 121.00 8695 Truck,Fire Aerial Ladder(150Ft) Ladder length 150 FT No Platform, hour $ 146.43 8696 Truck,Fire Rescure) No Ladder 330 Rescure Equipment hour S 96.36 8697 Truck,Fire,Tactical Water Tender Ti Pump/Tank Capacity 250GPIW2000+gal 175 hour $ 119.50 8698 Truck,Fire,Tactical Water Tender T2 Pump/Tank Capacity 250GPWIO00+gal hour $ 102.67 8699 Truck,Fire,Engine Type-3 Pump(Tank Capacity 150GPW500gal Engine,with Pump&Roll hour $ 126.50 8700 Truck,Flatbed Maximum Gvw 15000 Lbs to 200 Diesel Engine hour $ 25.46 8701 Truck,Flatbed Maximum Gvw 25000 Lbs to 275 Gasoline Engine hour $ 40.36 8701-1 Truck,Flatbed Maximum Gm 25000 Lbs 200 Diesel Engine hour 1$ 28.55 8702 Truck,Flatbed Maximum Gvw 30000 Lbs 217 Diesel Engine hour $ 32.90 8703 Truck,Flatbed Maximum Gvw 45000 Lbs to 380 Diesel Engine hour $ 52.73 8708 Trailer,semi Off to 53ft,fiat-bed,freight,two axle 50,000+gvwr o hour $ 8.67 8709 Trailer,semi enclosed 48 ft to 53 It,two axles 50,000+gvwr 0 Enclosed hour 8710 Trailer,semi 28ft,single a)le,freight 25,000 gvwr 0 hour 8711 Flat bed utilfty trailer 6 ton 0 hour $ 3.21 8712 1 Cleaner,Sewer/Catch Basin Hopper Capacity 5 CY 50 Truck Mounted.(350 gal) hour $ 25.51 8713 Cleaner,Sower/Catch Basin Hopper Capacity 14 CY 60 Truck Mounted.(1500 Gal) hour $ 32.02 8714 Vactor-Combined Sewer Cleaning 800 Gal Spoils/400 Gal Water 500/800 gal 190 with water&waste Tanks hour $ 85.10 8714-1 Vector Combine Vaccum Truck 1500 gal Water 15 Cu Yd 330 with water&waste Tanks hour $ 86.94 8715 Truck,Hydro Vac model 11555.7 38-HP pump 36 Towed by tractor hour $ 18.50 8716 Leaf Vac Tow by Truck 22,000 cfm capacity 85 Leat Vac+Truck Code 8811 hour $ 52.93 8717 Truck,Vacuum 60,000 GVW 400 hour $ 76.72 8719 Litter Picker model 2007 Barber 0 Towed by tractor hour $ 9.60 8720 Truck,Dump Struck Capacity 8 CY to 220 hour $ 57.70 8721 Truck,Dump Struck Capacity 10 CY to 320 hour $ 72.05 8722 Truck,Dump Struck Capacity 12 CY to 400 hour $ 79.62 8723 Truck,Dump Struck Capacity 14 CY to 400 hour $ 77.50 8724 Truck,Dump,Off Highway Struck Capacity 28 CY to 450 hour $ 136.57 8725 Truck,Dump Struck Capacity 18 CY to 400 hour $ 91_65 8730 Truck,Garbage Capacity 25 CY to 255 hour $ 49.79 8731 Truck,Garbage Capacit 32 CY to 325 hour $ 57.06 Environmental Beta Attenuation Air 8733 E-BAM Services Monitor 0 Powered by Solar System hour $ 3.07 8734 Attenuator,safety that can stop a vehicle at 60 mph 0 hour $ 5.64 8735 Truck,Attenuator 2004 Truck Mounted for 60 mph 0 hour $ 3.89 8736 Truck,tow 1987 Chevy Kodiak 70 175 hour $ 28.73 8744 Van,Custom Special Service Canteen Truck 350 hour $ 18.35 8745 lVan,step model MT10FD 300 hour $ 22.05 8746_ Van-up to 15 passenger light duty,class 1 225-300 hour $ 2048. 8747 Van-up to 15 passenger light duly,class 2 225-300 hour $ 20.77 8748 Van-cargo light duty,class 1 225-300 hour $ 22,44 8749 Van-cargo light duty,class 2 225-300 hour $ 22.68 8750 Vehicle,Small to 30 hour $ 6.41 8753 Vehicle,Recreational to 10 hour $ 2.87 8754 Matter Cvach GVW=50534 56 Passenger.l-Driver 430 Passenger Transportation Hour $ 63.94 8755 Golf Cart Capacity 2 person 0 Battery operated hour $ 3.80 Includes ground cable and lead 8770 Welder,Portable to 16 cable. hour $ 4.11 Includes ground cable and lead 8771 Welder,Portable to 34 cable. hour $ 7.21 Includes ground cable and lead 8772 Welder,Portable to 50 cable, hour $ 13.66 Includes ground cable and lead 8773 Welder,Portable to 80 cable. hour $ 13.75 Include pump and rear spray 8780 Truck,Water Tank Capacity 2500 Gal to 175 system. hour $ 31.05 Include pump and rear spray 8781 Truck,Water Tank Capacity 4000 Gal to 250 system. hour $ 56.57 8788 Container&roil off truck Roll off Truck 30 yds, 200 Roll-off-Truck only hour $ 23.73 8789 Truck,Tractor 1997 Freightliner F120 430 hour $ 56.81 8790 Truck,Tractor 4 x 2 25000 lbs to 210 hour $ 43,43 8791 Truck,Tractor -4x2 35000 Iles to 330 hour $ 47.57 8792 Truck,Tractor 6 x 2 45000 lbs to 360 hour $ 52.98 Enclosed w/lift gate.Medium duty 8794 Truck,freight class 5 gvwr 16000-19500 Lbs 200 4 X 2 Axde(D) hour $ 27.25 8795 Truck,backhoe carrier Three axle,class 8,heavy duty over 330DOLbs 280 hour $ 34.56 Eenclosed w/lift gate.Heavy duty, 8796 Truck,freight class 7 26,001 to 33,000 Ibs gvwr 217 4 X 2 Axle(D) hour $ 31,43 Tiltand roll-back,two axle,class 7 8798 Truck heavy duty, to 33,000 gvwr 217 4 X 2 Axle(D) hour $ 32.13 Tilt and roil back,three axle.class 8 8799 Truck, heavy duty over 33,001+gvwr 280 6 X 4 Axte(D) hour $ 42.33 88DO Truck,Pickup When transporting people. mile $ 0.545 88(11 Truck,Pickup 1/2-ton Pickup Truck 4x2-Axle 160 hour $ 12.78 8802 Truck,Pickup 1-ton Pickup Truck 4x2-Axle 234 hour $ 17.91 8803 Truck,Pickup 1 1/4-ton Pickup Truck 4x2-Axle 260 hour $ 21.10 8804 Truck,Pickup 1 12-ton Pickup Truck 4x2-Axle 300 hour $ 23.22 8805 Truck,Pickup 1 3/4-ton Pickup Truck 4x2-Axle 300 24.85 8806 Truck,Pickup 3/4-ton Pickup Truck 4x2-Axle 165 hour $ 1432 8807 Truck,Pickup 3/4-ton Pickup Truck 4x4-Axle 285 Crew hour $ 22.64 8808 Truck,Pickup 1-ton Pickup Truck 4x4-Axle 340 Crew hour $ 22,99 8809 Truck,Pickup 1 114-ton Pickup Truck 4x4-Axle 360 Crew hour $ 26.55 8810 iTrUCk,PICKUP 1 112-ton Pickup Truck 4x4-Axle 362 Crew hour $ 2682 L1128811 JTruck,Pickup I 3/4-ton Pickup Truck 4x4-Axle 362 Crew --Lour $ 27,55 8820 Skidder accessory 2005 JCB Grapple Claw 0 hour $ 1,75 8821 Forklift,accessory 2005 ACS Grapple Bucket 0 hour $ 1,56 Debris/Log(Knuckleboom 8822 Truck, Loader Loader/Truck) 230 hour $ 53,22 8'' 0 If 2 1 8822 8823 Chipper-Wood Recycler Cat 16 engine 700 hour $ 118,50 'e W - 8824 Skidder model Cat up to 160 hour $ 64.79 8825 Skidder 40K lbs-model Cat 525C 161 and up hour $ 128,67 8840 Truck,service and lube up to 26,000 gvwr 215-225 hour $ 4019 If t, 'Od g_ I n e na Ed one 2009 International 1,800 gal.storage 8841 Truck,fuel tank 200 hour $ 32,01 (". fj�with 8842 Mobile Command Trailer (B'X 28)with 7,5 KW Generator 0 Move to Location by Tractor hour $ 14,73 8843 Mobile Response Trailer (8'X 31')with 4.5 KW Generator) 0 Move to Location by Tractor hour $ 13,87 8844 Mobile Command Center (unified)(RV)Ulitimaster MP-35 43 FT Long with Generator 400 hour $ 86,10 8845 Mobile Command Post Vehicle (RV)(in-Motion) 22-Ft Long 340 hour $ 31.55 (RV)(Stationary)w/9.6 KW 8846 Mobile Command Post Vehicle Generator 22-Ft Long 340 hour $ 20,33 48'x8'Trailer,Fully Equiped Mobile 8847 Mobile Command Center(Trailer) Command Center 48-Ft Long 0 Move to Location by Tractor hour $ 31.69 48'x8'When being Moved w/Truck 8848 Mobile Command Center(Trailer) Tractor 310 hour $ 50,69 43'x85x 13.5'H with self 301w 8849 Mobile Command Center Generator 280 lGenerator Rate not included hour $ 55,37 8850 IMobile Command Center 2007-Freightliner MT-55,(RV) 260 hour $ 47,12 1990-Ford Econoline- 8851 Mobile Command Van Communication Van 230 Communication Equipment hour $ 42,78 47.5'X 8.75 Fully Equip'(In motion) 8852 Mobile Command Center (RV) 410 hour $ 6804 8853 Mobile Command Center 47.5'X 8.75 Fully Equip'(Stationary) 410 hour $ 45,89 r8854 Mobile Command Vehicle 53'X 8.75 Fully Equip 480.550 hour $ 98.84 TerexjAmda AL 4000.with(4)500 8870 Light Tower wall lights w/101ow power unit 13,5 hour $ 11,11 8871 Light Tower 2004 Allmand hour $ 6.93 8872 SandBagger Machine (Spider)automatic w/Vibration&Conveyor Motors 2-45 hour $ 49,42 OH-58 KIOWA(Military)is the same 8900 Helicopter as'Bell-20683 420 hour $ 467,00 OH-58 KIOWA(Military)is the same 8901 Helicopter as'Bell-206BR 420 hour 489.00 Model Bell 206-1_3 Jet Range 8902 Helicopter Helicopter 650 Jet Range III-Helicopter hour $ 575,00 8903 Helicopter Model Bell 206LI Long Ranger 650 Long Ranger hour $ 585.47 Model Bell 206LT Long Range 8904 Helicopter Twinninger 450 Twinranger hour $ 763.30 8905 Helicopter Model Bell 407 EMS-Ambulance 250 hour $ 625.35 8906 Piper-Fixed wing Model Navajo PA-31 310 hour $ 476,60 PA-31-350,Navajo Chieftn twin 8907 Piper-Fixed wing engine 350 hour $ 507.20 8908 Sikorsky Helicopter Model UH-60(Blackhawk)medium lift Medium Lift 16§0 Fire Fighter Same as S hour $ 2,974,45 8909 Helicopter Model UH-A(Blackhawk)Medium lift---Medium Lift 1890 Fire Fighter — hour $ 5,559,04 8910 Boeing Helicopter Model CH-47(Chinook)heavy lift Heavy Lift_ 2850 Fire Fighter — hour $ 10,857,50 8911 Helicopter-light utility Model Bell 407GX-7 seater 7-Seaters 675 Passenger Aircraft hour $ 620,38 8912 Helicopter-light utility Modle Bell 206L-7 seater 7-Seaters 420 Passenger Aircraft hour $ 607,92 8913 Helicopter Model Bell-206L4 726 hour $ 570,24 8914 King Air 200 Turboprop Aircraft Blackhawk King Air B200XP61 669 hour $ 1,318 11 8915 Turboprops Blackhawk Aircraft Blackhawk Caravan XP42 A 850 hour $ 738.12 $916 Turboprops Blackhawk Aircraft King Air C90 XP1 35 A 550 hour $ 1,108,33 8917 Aerostar Piston Aircraft Aemstar 601P 290 hour $ 466,67 Engines-Lycom,rg T53-1_-11ITravel Range 253 Nautical 8918 Bell UH-I H Huey Helicopter 11 Iturbostaft I 1100 Miles hour $ 1,376,74 Overha nderground Wire 8943 Wire Puller Machine Overhead Wire Pulling Machine 30 Pulling Machine hour $ 20.16 Overhead Wire Tensioning 8944 Wire Tensioning Machine 3000 Lbs Machine hour $ 14.84 8945 Aerial Lift-20 Ft High model 2008 Genie Scissor Lift 1000 Lbs 24 Volt hour $ 8.44