Loading...
Resolution 09-014 Declaring Emergency - Snow Removal Contract CITY OF SPOKANE VALLEY SPOKANE COUNTY,WASHINGTON RESOLUTION NO. 09-014 A RESOLUTION DECLARING AN EMERGENCY AND PROVIDING AUTHORITY FOR THE CITY MANAGER TO EXECUTE A CONTRACT FOR WINTER WEATHER ROAD SNOW AND ICE REMOVAL,AND OTHER MATTERS RELATED THERETO. WHEREAS, the City of Spokane Valley was notified by Spokane County that the County would no longer provide snow and ice removal services for the City of Spokane Valley after October 15, 2009; and WHEREAS, the City of Spokane Valley has initiated a Request for Qualifications process as part of establishing a long term solution for snow and ice removal in the City of Spokane Valley; and WHEREAS, this process cannot effectively or fairly be completed in time to provide services for the City of Spokane Valley by the winter season of 2009-2010; and WHEREAS, the failure to have a snow and ice removal process in place would result in significant risk to the health, safety and welfare of the citizens and businesses of Spokane Valley; and WHEREAS, the City of Spokane Valley purchased surplus equipment from the State of Washington for snow and ice removal purposes; and WHEREAS, the City of Spokane Valley does not have sufficient staff or appropriately trained staff to operate its snow and ice removal equipment at the present time; and WHEREAS, the property identified requires some immediate facility improvements to be usable for snow removal purposes and the equipment purchased requires repairs and assembly; and WHEREAS, the Public Works Department has determined that there is insufficient time to enter into and complete a competitive process using a request for proposal/request for qualification process and be able to have the snow and ice removal operation functional by this winter season; and WHEREAS, the Public Works Department has further determined that Poe Asphalt has a previous and ongoing contractual relationship with the City of Spokane Valley, has the experience, manpower and equipment immediately available to assist in performing these functions for a snow and ice removal program for this immediate winter season; and WHEREAS, these circumstances constitute an emergency which unless the City of Spokane Valley immediately enters into the contract in question, could have an adverse effect on the health, safety and welfare of the citizens of the City of Spokane Valley; NOW, THERFORE, THE CITY COUNCIL OF THE CITY OF SPOKANE VALLEY HEREBY RESOLVES AND DECLARES AS FOLLOWS: SECTION ONE -The above described circumstances constitute an emergency. Resolution 09-014 Winter Weather Road, Snow& Ice Removal Page 1 of 14 SECTION TWO The City Manager is hereby authorized to execute a contract substantially similar as that attached hereto and made a part hereof, in an amount not to exceed $280,000 for Phase I and $640,000 for Phase II. SECTION THREE Effective Date. This Resolution shall be in full force and effect upon adoption, and shall remain in effect until subsequent action by the City Council stating the conditions giving rise to this Emergency Proclamation have subsided. DATED this 6`h day of October, 2009. i Yip R chard M. Muns. , , ayor r : nLU ristine Bainbridge,City Clerk -- Approved as to Form: / I Office of the City Attorney / Resolution 09-014 Winter Weather Road, Snow&Ice Removal Page 2 of 14 • AGREEMENT FOR SERVICES Poe Asphalt Paving,Inc. Contract No. 09- THIS AGREEMENT is made by and between the City of Spokane Valley,a code City of the State of Washington, hereinafter"City"and Poe Asphalt Paving,Inc. hereinafter"Contractor," jointly referred to as "parties." IN CONSIDERATION of the terms and conditions contained herein the parties agree as follows: I. Work to Be Performed. The Contractor shall do all work and furnish all labor,tools, materials, supplies and equipment for winter snow and ice services as outlined in Exhibit 1, "Scope of Services". The parties shall enter into a lease agreement for the City's snow removal and deicing equipment for those times the Contractors employees are operating the vehicles. Additionally Contractor shall name the City as a primary insured on its insurance policy for the duration of the contract. The CONTRACTOR shall, for the amount set forth in this contract, assume and be responsible for the cost and expense of all work required for completing the work and related activities provided for in the Scope of Services, except those items mentioned therein to be furnished by the City of Spokane Valley. The City Manager, or designee, shall administer and be the primary contact for Contractor. Prior to commencement of work, Contractor shall exercise best efforts to contact the City Manager or designee to review the scope of work, schedule, and time of completion. Upon notice from the City, Contractor shall promptly commence work, complete the same in a timely manner, and cure any failure in performance under this agreement. Unless otherwise directed by the City, all work shall be performed in conformance with the contract, and City, State and Federal standards. Contractor acknowledges review of the contract requirements and accepts the same. Contractor shall exercise best efforts, including the selection of the highest quality materials, so that all work performed shall be in compliance with current related industry standards. 2. Term of Contract. Phase I: Shall be in full force and effect upon execution and shall remain in effect until December 31, 2009. Phase 2: Shall be in full force and effect based on a written notice to proceed from the City from January 1, 2010 and remain in effect until May 30, 2010. The City may terminate this agreement by ten(10)days' written notice to the other party. In the event of such termination,the City shall pay the Contractor for all work previously authorized and satisfactorily performed prior to the termination date. 3. Compensation. The City agrees to pay the Contractor for the Cost of the Work plus the Contractor's fee for overhead and profit as defined in Exhibit 2 and by this reference is incorporated herein and made a part hereof. Phase 1 total cost will not exceed $280,000. Phase 2 total cost will not exceed $640,000. 4. Payment. The Contractor may elect to be paid in monthly installments, upon presentation of an invoice to the City, or in a lump sum, upon completion of the work. Applications for payment shall be sent to the City Clerk at the below-stated address. Resolution 09-014 Winter Weather Road, Snow& Ice Removal Page 3 of 14 The City reserves the right to withhold payment under this agreement which is determined, in the reasonable judgment of the City Manager,to be noncompliant with the Contract Plans, Contract Documents, or City or State standards. 5. Notice. Notice shall be given in writing as follows: TO THE CITY: TO THE CONTRACTOR: Name: Christine Bainbridge, City Clerk Name: Brad Griffith Phone Number: (509)921-1000 Phone Number: (208) 777-0498 Address: 11707 East Sprague Ave., Suite 106 Address: 2732 N Beck Road Spokane Valley, WA 99206 Post Falls, ID 83854 6. Applicable Laws and Standards. The parties, in the performance of this agreement, agree to comply with all applicable Federal, State and local laws, and City ordinances and regulations. 7. Relationship of the Parties. It is hereby understood,agreed and declared that the Contractor shall be an independent Contractor and not the agent or employee of the City. Any and all employees who provide services to the City under this agreement shall be deemed employees of the Contractor. The Contractor shall be solely responsible for the conduct and actions of all employees under this agreement and any liability that may attach thereto. 8. Ownership of Documents. All drawings, plans, specifications, and other related documents prepared by the Contractor under this agreement are and shall be the property of the City,and may be subject to disclosure pursuant to RCW 42.56 or other applicable public record laws. 9. Records. The City or State Auditor or any of their representatives shall have full access to and the right to examine during normal business hours all of the Contractor's records with respect to all matters covered in this contract. Such representatives shall be permitted to audit, examine and make excerpts or transcripts from such records and to make audits of all contracts, invoices, materials, payrolls and record of matters covered by this contract for a period of three years from the date final payment is made hereunder. 10. Contractor to Be Licensed And Bonded. The Contractor shall be duly licensed and bonded by the State of Washington at all times this agreement is in effect. 11. Insurance. The Contractor shall procure and maintain for the duration of the Agreement, insurance against claims for injuries to persons or damage to property which may arise from or in connection with the performance of the work hereunder by the Contractor, their agents, representatives, employees or subcontractors. No Limitation. Contractor's maintenance of insurance as required by the agreement 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 to any remedy available at law or in equity. A. Minimum Scope of Insurance. Contractor shall obtain insurance of the types described below: 1. Automobile Liability insurance covering all owned, non-owned, rented, borrowed, hired and leased vehicles. Coverage shall be written on Insurance Services Office (ISO) from CA 00 01 or a substitute form providing equivalent liability coverage. If necessary, the policy shall be endorsed to provide Resolution 09-014 Winter Weather Road, Snow& Ice Removal Page 4 of 14 contractual liability coverage and the City shall be named as an additional insured on a primary basis. 2. Commercial General Liability insurance shall be written on ISO occurrence form CO 00 01 and shall cover liability arising from premises, operations, independent contractors, products-completed operations, stop gap liability, personal injury and advertising injury, and liability assumed under an insured contract. The City shall be named 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 CO 20 10 10 01 and Additional Insured-Completed Operations endorsement CG 20 37 10 01 or substitute endorsements providing equivalent coverage. 3. Workers' Compensation coverage as required by the Industrial Insurance laws of the State of Washington. B. 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$1,000,000 per accident. 2. Commercial General Liability insurance shall be written with limits no less that$1,000,000 each occurrence, $2,000,000 general aggregate and a$2,000,000 products-completed operations aggregate limit. C. Other Insurance Provisions. The insurance policies are to contain, or be endorsed to contain,the following provisions for Automobile Liability and Commercial General Liability insurance: 1. The Contractor's insurance coverage shall be primary insurance as respect the City. Any Insurance, self-insurance,or insurance pool coverage maintained by the City shall be excess of the Contractor's insurance and shall not contribute with it. 2. The Contractor's insurance shall be endorsed to state that coverage shall not be cancelled by either party,except after thirty(30)days prior written notice by certified mail, return receipt requested,has been given to the City. D. 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. 12. Indemnification and Hold Harmless. The Contractor shall defend, indemnify and hold the City, its officers, officials, employees and volunteers harmless from any and all claims, injuries, damages, losses or suits including attorney fees, arising out of or in connection with the performance of this agreement, except for injuries and damages caused by the sole negligence of the City. Resolution 09-014 Winter Weather Road, Snow&Ice Removal Page 5 of 14 Should a court of competent jurisdiction determine that this Agreement is subject to RCW 4.24.115,then, in the event of liability for damages arising out of bodily injury to persons or damages to property caused by or resulting from the concurrent negligence of the Contractor and the City, its officers, officials, employees, and volunteers,the Contractor's liability hereunder shall be only to the extent of the Contractor's negligence. It is further specifically and expressly understood that the indemnification provided herein constitutes the Contractor's waiver of immunity under Industrial Insurance, Title 51 RCW solely for the purposes of this indemnification. This waiver has been mutually negotiated by the parties. The provisions of this section shall survive the expiration or termination of the agreement. 13. Waiver. No officer, employee, agent, or other individual acting on behalf of either party, has the power, right, or authority to waive any of the conditions or provisions of this agreement. No waiver in one instance shall be held to be waiver of any other subsequent breach or nonperformance. All remedies afforded in this agreement or by law, shall be taken and construed as cumulative, and in addition to every other remedy provided herein or by law. Failure of either party to enforce, at any time, any of the provisions of this agreement, or to require, at any time, performance by the other party of any provision hereof, shall in no way be construed to be a waiver of such provisions, nor shall it affect the validity of this agreement, or any part thereof. 14. Assignment and Delegation. Neither party shall assign,transfer, or delegate any or all of the responsibilities of this agreement, or the benefits received hereunder, without first obtaining the written consent of the other party. 15. Jurisdiction and Venue. This agreement is entered into in Spokane County, Washington. Venue shall be in Spokane County, State of Washington. 16. Arbitration. All disputes arising under this agreement shall be resolved through arbitration pursuant to State law. Rules for arbitration shall be those prescribed by the American Association of Arbitration. 17. Entire Agreement. This written agreement constitutes the entire and complete agreement between the parties, and supersedes any prior oral or written agreements. This agreement may not be changed, modified, or altered,except in writing and signed by the parties hereto. 18. Anti-kickback. No officer or employee of the City, having the power or duty to perform an official act or action related to this agreement, shall have, or acquire,any interest in this agreement, or have solicited, accepted, or granted, a present or future gift, favor, service, or other thing of value from any person with an interest in this agreement. 19. Business Registration. Prior to commencement of work, Contractor shall register with the City as a business. 20. Severability. If any section, sentence, clause or phrase of this agreement should be held to be invalid for any reason by a court of competent jurisdiction, such invalidity shall not affect the validity of any other section, sentence, clause or phrase of this agreement. 21. Exhibits. Exhibits attached and incorporated into this agreement are: 1. Scope of Services 2.Cost of Work 3. Insurance Certificates Resolution 09-014 Winter Weather Road, Snow&Ice Removal Page 6 of 14 IN WITNESS WHEREOF,the parties have executed this agreement this day of , 2009. CITY OF SPOKANE VALLEY: CONTRACTOR: City Manager Owner Tax I.D.No.: ATTEST: APPROVED AS TO FORM: City Clerk/Deputy City Clerk Office of the City Attorney Resolution 09-014 Winter Weather Road, Snow&Ice Removal Page 7 of 14 Exhibit 1 SCOPE OF SERVICES WINTER MAINTENANCE CITY OF SPOKANE VALLEY BACKGROUND AND GENERAL The City of Spokane Valley desires winter maintenance services for the established public streets of the City of Spokane Valley on a 24 hour/7 days per week basis. The services will consist of snow removal and deicing application as directed by the City using a combination of City owned equipment, personnel, materials and maintenance facility and Contractor owned equipment, materials and personnel. EQUIPMENT The City will provide the maintenance facility at 11702 East First Avenue, Spokane Valley. and the following equipment: 3-single axle plow/sander trucks. I-tandem axle plow/sander truck. 2-single axle plow/deicer trucks. The Contractor will provide the following equipment: 2-road graders with 14' mold boards and wings. 1-Caterpiller Model No 14 with 16' mold board. Additional Road Graders w/wings as needed for emergency snow removal. 1-Front Loader. All equipment used in winter maintenance operations will be stored and readied for use at the maintenance facility. The Contractor will fully maintain City equipment and Contractor equipment to achieve the highest level of operational efficiency. All parts and supplies used for City owned vehicles in winter maintenance operations will be supplied by the City. The City will provide cell phone communication equipment for each vehicle used in the winter maintenance operations and remain inside the vehicle. A unit will be provided for the Contractor's Project Manager. STAFFING The Contractor will provide trained and skilled driver/operators for each of the pieces of equipment used in the winter maintenance operations. The Contractor will provide 9 driver/operators and 1 Mechanic/Operator as a base level service. All 10 staff will receive all City snow plow and deicing training. An additional 6 operators will be made available in the event of extreme snow conditions. The Contractor will have a Project Manager available by cellular phone 24 hours/7 days per week. The City will provide 2 operators that will be included as truck drivers in the winter maintenance operation. The Contractor will coordinate scheduling and assignment of the City operators with the City's Street Maintenance Superintendent. The Contractor will also include City staff in the Contractor's safety plan. CALL TO BEGIN WORK Resolution 09-014 Winter Weather Road, Snow& Ice Removal Page 8 of 14 The Contractor shall have a project manager available 24 hours/7days a week to receive calls to work without exception. The City will pay the contractor a minimum of 2 hours per day for the project manager to be available on a 24/7 basis. A Nextel, (Walkie/Talkie phone) will be provided by the City. The Contractor's PM will also provide a backup phone. Communication is of the utmost importance. No work shall begin prior to receipt of directions from the City and work shall continue until notification from the City to stop work. CALLOUT RESPONSE TIME The Contractor shall have equipment and operators on the job and operating on assigned roadways as soon as possible when notified by the City. When requested by the City with 8 hours of notification, the Contractor will place requested driver/operators on standby pay. The City will pay the contract 2 hours of pay for each drive/operator during a 24 hour period. When the Contractor's staff is on standby pay the contractor shall have the driver/operators on assigned roadways within 2 hours of notification by the City. Equipment shall be stored and in ready state at the City's Maintenance facility at 11702 E. First Ave. The City will pay the Contractor for contractor owned equipment 1 hour of service time for each 24 hour period to have the equipment ready, maintained and operational. PLOWING ROUTES Streets have been selected and listed in priority order for winter maintenance operations. Maps of the streets with their priority indicated will be provided to the Contractor for use by the PM and operators. Strict adherence to the clearing of only the public roadways as assigned is mandatory. No altering of the assigned streets or areas to be cleared or deiced will be made without direction from the City. The following table summarizes the length of streets in each Priority for snow removal: Street Priority C/L Miles Lane Miles Priority 1 Major Arterials 29.27 135.64 Priority 2 Minor Arterials 60.98 159.12 Priority 3 Collectors/Hilly Locals 75 155 Priority 4 Valley Floor Locals 272.37 544.74 SNOW REMOVAL MANAGEMENT AND LEVEL OF SERVICE Snow shall not be pushed onto traffic islands,trees, shrubs, handicap ramps or into piles that block intersections. Snow removed from two lane roadways shall be plowed a minimum of 12 feet in width for each lane. All lanes of multi-lane roadways shall be cleared of snow to the curb and all intersections shall be cleared. Snow/ice shall be removed as close as possible to bare pavement but in no case leaving more than ''/" of snow or ice on the pavement. The desire of the City is to maintain adequate traction for vehicles that are properly equipped for winter driving conditions. The level of service will be as outlined in the City's adopted Snow Plowing and Deicing Level of Service plan as posted on the City's web site. Resolution 09-014 Winter Weather Road, Snow&Ice Removal Page 9 of 14 DEWING ROUTES Deicing Routes have been selected and listed in priority order for winter operations. Maps of the streets with their priority indicated will be provided to the Contractor for use by the PM and operators. Strict adherence to the deicing of only the public roadways as assigned is mandatory. No altering of the assigned streets or areas to be deiced will be made without direction from the City. DEICING MANAGEMENT Granular Material for deicing will be supplied by the City amd located at the City maintenance site. Liquid deicing material will be supplied by the Contractor and will be maintained in a holding tank located at 12001 East Empire Avenue, Spokane Valley. Due caution and care in loading deicing chemical will be taken to avoid spills. The City shall be immediately notified of spills or leakage of deicing chemicals. Application rates will be determined in advance of deicing application and street assignments. Strict adherence to these application rates shall be followed. MAINTENANCE FACILITY AND EQUIPMENT The Contractor shall prepare, maintain and operate the equipment, including City owned plow/deicing trucks, and the maintenance facility at 11702 East First Avenue, Spokane Valley. The Facility will be used for storage of maintenance equipment and materials and utilize existing buildings for equipment maintenance, parts and supplies storage and operations staging. Contractor will work with the City to keep the equipment and facility secure from theft, vandalism and trespass. All work by the Contractor to prepare, maintain and operate the equipment and maintenance facility will be reimbursed in full. COMMUNICATIONS WITH CITY Communications with the City are essential to the success of winter maintenance. Contractor will notify City immediately upon occurrence of any collisions or damage to public or private property. The Contractor will immediately notify the City of any operational or emergency situations that impact the winter maintenance operations. PUBLIC RELATIONS All public contacts and relations are the responsibility of the City. The Contractor will immediately notify the City of any contacts with the public, law enforcement or elected officials. DAMAGES Contractor agrees to reimburse the City for the replacement of signs, sign posts, guard posts or guard rails, curbs and medians damaged by the Contractor if resulting from the Contractor's negligence as determined by the City's representative. Normal wear and tear of City streets will not be the responsibility of the Contractor. PRESEASON/POST SEASON MEETING Prior to the beginning of winter maintenance operations the Contractor will meet with City staff to review all winter maintenance operations. The Contractor will make their employees Resolution 09-014 Winter Weather Road, Snow&Ice Removal Page 10 of 14 available for a"dry run" of all streets and a review of the winter operations including communications. At the completion of winter operations in the Spring of 2010, a meeting will be held with the City and the Contractor to review the past season's operations and discuss any problems or difficulties arising from the past season's contract. Resolution 09-014 Winter Weather Road, Snow& Ice Removal Page 11 of 14 Exhibit 2 1. Cost of the Work. Cost of the Work means the sum of costs incurred and paid by Contractor in the proper performance of the Work. Costs shall include only the following items: 1.1 Direct Costs 1.1.1 Payroll Costs. Charges for Payroll Costs will be limited to actual costs of Contractor's construction personnel stationed in the field. Payroll costs shall include, but not be limited to, salaries and wages plus the cost of fringe benefits, which shall include social security contributions, unemployment, excise, and payroll taxes, workers' compensation, health and retirement benefits. The expenses of performing Work outside of regular working hours, on Saturday, Sunday, or legal holidays, shall be included in the above to the extent authorized by Owner. 1.1.2 Equipment Costs. Charges for Equipment Costs used by the contract to complete the work in the field. 1.1.3 Material Costs. Charges for Material Costs furnished by the Contractor and incorporated in the Work. The City and Contractor agree that materials listed under Attachment C—Part 4 of Exhibit 2 represent the maximum authorized types of materials and unit rates which will be considered reimbursable under the terms of the this contract unless subsequently changed for reasons approved by the City by a formal change order to the Contract. 1.2 Subcontractor Costs 1.2.1 If required by the City, the Contractor shall obtain competitive bids from subcontractors acceptable to the City and Contractor and shall deliver such bids to the City, who will then determine which bids, if any, will be acceptable. 1.2.2 Material Costs. Charges for Material Costs furnished by the Subcontractor and incorporated in the Work. If required by the City, the Contractor shall obtain competitive bids and shall deliver such bids to the City, who will then determine which bids, if any, will be acceptable. 1.2.3 Payments made by the Contractor to Subcontracts may be based on a lump sum price from the Subcontractor. 2 Overhead and Profit. Contractor's fee means a percentage over the direct costs (Items 1.1 and 1.2 above) to account for the contractor's overhead and profit. 2.1 Fee for overhead and Profit for the Project costs is a percentage over the direct cost (Item 1.1 above) that includes the overhead and profit for the contractor over work executed by the contractor. Overhead costs includes, but are not limited to, the cost of the contractor's offices and office personnel, insurance, bonds, and any other overhead and operating expenses not specifically included in the Cost of the Work as defined in Section 1.1 above. Resolution 09-014 Winter Weather Road, Snow&Ice Removal Page 12 of 14 2.2 Fee for overhead and profit for subcontractor's cost is a percentage over the cost charged by the subcontractor to the contractor(Item 1.2 above). The overhead and profit for the operation of the subcontractor is already included in the subcontractor cost charged by the subcontractor to the contractor. 3. Direct Cost Rates. LABOR .._ 'F . . • Costs. Description Hourly Cost OT Cost Superintendent/Manger $ 56.35 $ 70:05 Foreman $ 41.85 $ 55.45 Operator $ 40.85 $ 54.45= Teamster $ 40.85 $ 54.45 Laborer $ 37.85 $ 50.35 EQUIPMENT, ,j; Description Hourly Cost 38 KW Tractor, ', $ 60.00 22 KW End Dump $ - . ' 60.00 29 KW End Dump S. 60.00 40 D End Dump $ ° 60.00 56 Pete End Dump $ 60.00 60 KW End Dump _ $ 60:00 23 Pete Super Dump $ 80.50 24 Pete Super Dump $ 80:50 25 Pete Super.Dump $ 80.50' 27:Pete Super Dump $ ' 80:50 28.Pete Super Dump $ 80.50 257 Water Truck $ 44,50 259 Water Truck $ 60.00: 205 Ford Tack Truck $ 4450' 273 Ford Service Truck $ 39.00 230Ford F250 $ - 16.00 300 Ford F150 $ • 16.00 202 Ford F450 $ 26.75 208 Ford F450 $ 26.75 247 Ford F550 $ 26.75 75 Trailking Lowbed $ 3700 102 4 axle pup $ `, 21.00 103,4 axle pup'; $ 21.00 187'4 axle pup' $ 21:00 188 4 axle pup ' $ 21:00 197 Belly Dump Trailer . . $ 21.00 1443 axle tilt trailer $ 26.25 Resolution 09-014 Winter Weather Road, Snow& Ice Removal Page 13 of 14 Description v ' ' • • • ;' : 'Hourly Cos _r 131 Trailmax Trailer $ 15:75 132 Trailmax Trailer $ 15.75 149 Trailmax Trailer $ 15.75 461 Cat Grade Roller $ 54.50 406 DD 34 Roller $ 44.25 411 Dynapac-102 Roller -- '. $ 44.25 418 DD70 Roller $ 65.00 416 DD110 Roller $ 79.00 505 Bomag •$ 85.00 524 Blawknox 5510 $ 175.00 722 John Deere 210 $ • 50.00 718 Huber 750 $ 55.00 711 Cat 160 • $ 85.50 828 Broce Broom $ • 55.00 926-lack Trailer,' • $ .. .16.00 421 Plate Wackers $ 5.30; 946,Multi saw $ 26.25 MATERIALS •:v .. s, , `' , . uCosts' Description HMA $ 59.00 Top Course (5/8) $ 6.30 3 Overhead and Profit Fees Overhead and Profit;Fees _•• Fee' • Direct Costs • 22% Subcontractor 8% Resolution 09-014 Winter Weather Road, Snow& Ice Removal Page 14 of 14