Loading...
HomeMy WebLinkAboutPD16-163 - Original - MT2, LLC - Maintenance of Firing Range Bullet Trap - 04/25/2016 , d s M ai , /%/ e KEN "�ecor W'+SH INGTOH CONTRACT COVER SHEET This is to be completed by the Contract Manager prior to submission to City Clerks Office. All portions are to be completed. f you have questions, please contact City Clerk's Office. Vendor Name: M72, L.L.C. Vendor Number: .ICE Edwards Number Contract Number: I This is assigned by City Clerk's Office Project flame: Maintenance of Bullet Trap at Firing Range Description: F-1 Interlocal Agreement El Change Order 171 Amendment 0 Contract IJ Other: Contract Effective Date: 4/25/16 6/20/16 Termination Date: Contract Renewal Notice (Days): N/A Number of days required notice for termination or renewal or amendment Contract Manager: Chris Sprague Department: Police Contract Amount: 24 500 Approval Authority: ❑ Department Director Z mayor ❑ City Council Detail:. (i.e. address, location, parcel number, tax id, etc.): As of: 08/27/14 KE •NT w.aaih*To. GOODS & SERVICES AGREEMENT FOR ORDINARY MAINTENANCE between the City of Kent and MT2, L.L.C. THIS AGREEMENT is made by and between the City of Kent, a Washington municipal corporation (hereinafter the "City"), and MT2, L.L.C., organized under the laws of the State of Colorado, located and doing business at 14045 W. 66th Avenue, Arvada, CO 80004 (hereinafter the "Vendor"). AGREEMENT I. DESCRIPTION OF WORK. Vendor shall provide the following goods and materials and/or perform the following services for the City: Vendor will conduct Indoor firing range lead maintenance and cleaning in accordance with the April 6, 2016, proposal attached and Incorporated at Exhibit A. Vendor acknowledges and understands that it Is not the City's exclusive provider of these goods, materials, or services and that the City maintains Its unqualified right to obtain these goods, materials, and services through other sources. II. TIME OF COMPLETION. Upon the effective date of this Agreement, Vendor shall complete the work and provide all goods, materials, and services by June 24, 2016 at 1700 hours. The Shooting range will be closed for MT2 to start work on June 20, 2016 at 0600 hours. III. COMPENSATION. The City shall pay the Vendor an amount not to exceed Twenty-Four Thousand Five Hundred Dollars ($24,500.00), including applicable Washington State Sales Tax, for the goods, materials, and services contemplated in this Agreement. The City shall pay the Vendor the following amounts according to the following schedule: A payment of Three Thousand Five Hundred Dollars ($3,500.00) will be provided prior to the start of the work. At the completion of the work and upon receipt of the final invoice from MT2, L.L.C., the balance of Twenty-One Thousand Dollars ($21,000.00) will be paid within 30 days (net 30). If the City objects to all or any portion of an invoice, it shall notify Vendor and reserves the option to only pay that portion of the Invoice not In dispute. In that event, the parties will Immediately make every effort to settle the disputed portion. GOODS &SERVICES AGREEMENT FOR ORDINARY MAINTENANCE- 1 (Over$20,000.00,including WSST) A. Defective or Unauthorized Work, The City reserves its right to withhold payment from Vendor for any defective or unauthorized goods, materials or services. If Vendor is unable, for any reason, to complete any part of this Agreement, the City may obtain the goods, materials or services from other sources, and Vendor shall be liable to the City for any additional costs incurred by the City. "Additional costs" shall mean all reasonable costs, Including legal costs and attorney fees, incurred by the City beyond the maximum Agreement price specified above. The City further reserves its right to deduct these additional costs incurred to complete this Agreement with other sources, from any and all amounts due or to become due the Vendor. 8. Final Payment: Waiver of Claims. VENDOR'S ACCEPTANCE OF FINAL PAYMENT SHALL CONSTITUTE A WAIVER OF CLAIMS, EXCEPT THOSE PREVIOUSLY AND PROPERLY MADE AND IDENTIFIED BY VENDOR AS UNSETTLED AT THE TIME REQUEST FOR FINAL PAYMENT IS MADE. IV. PREVAILING WAGES. Vendor shall file a `Statement of Intent to Pay Prevailing Wages," with the State of Washington Department of Labor & Industries prior to commencing the Contract work. Vendor shall pay prevailing wages in effect on the date the bid is accepted or executed by Vendor, and comply with Chapter 39.12 of the Revised Code of Washington, as well as any other applicable prevailing wage rate provisions. The latest prevailing wage rate revision Issued by the Department of Labor and Industries is attached. V. INDEPENDENT CONTRACTOR. The parties intend that an Independent Contractor- Employer Relationship will be created by this Agreement. By their execution of this Agreement, and in accordance with Ch. 51.08 RCW, the parties make the following representations: A. The Vendor has the ability to control and direct the performance and details of its work, the City being interested only in the results obtained under this Agreement. s. The Vendor maintains and pays for its own place of business from which Vendor's services under this Agreement will be performed. C. The Vendor has an established and independent business that is eligible for a business deduction for federal income tax purposes that existed before the City retained Vendor's services, or the Vendor is engaged in an independently established trade, occupation, profession, or business of the same nature as that Involved under this Agreement. D. The Vendor is responsible for filing as they become due all necessary tax documents with appropriate federal and state agencies, including the Internal Revenue Service and the state Department of Revenue. E. The Vendor has registered its business and established an account with the state Department of Revenue and other state agencies as may be required by Vendor's business, and has obtained a Unified Business Identifier (UBI) number from the State of Washington. F. The Vendor maintains a set of books dedicated to the expenses and earnings of its business. VI. TERMINATION. Either party may terminate this Agreement, with or without cause, upon providing the other party thirty (30) days written notice at its address set forth on the signature block of this Agreement. VII. CHANGES. The City may issue a written change order for any change in the goods, materials or services to be provided during the performance of this Agreement. If the Vendor determines, for any reason, that a change order Is necessary, Vendor must submit a written change order request to GOODS&SERVICES AGREEMENT FOR ORDINARY MAINTENANCE - 2 (Over$20,000.00, including WSST) the person listed in the notice provision section of this Agreement, section XIV(D), within fourteen (14) calendar days of the date Vendor knew or should have known of the facts and events giving rise to the requested change. If the City determines that the change increases or decreases the Vendor's costs or time for performance, the City will make an equitable adjustment. The City will attempt, in good falth, to reach agreement with the Vendor on all equitable adjustments. However, if the parties are unable to agree, the City will determine the equitable adjustment as It deems appropriate. The Vendor shall proceed with the change order work upon receiving either a written change order from the City or an oral order from the City before actually receiving the written change order. If the Vendor falls to require a change order within the time allowed, the Vendor waives Its right to make any claim or submit subsequent change order requests for that portion of the contract work. If the Vendor disagrees with the equitable adjustment, the Vendor must complete the change order work; however, the Vendor may elect to protest the adjustment as provided in subsections A through E of Section VII, Claims, below. The Vendor accepts all requirements of a change order by: (1) endorsing It, (2) writing a separate acceptance, or (3) not protesting in the way this section provides. A change order that Is accepted by Vendor as provided In this section shall constitute full payment and final settlement of all claims for contract time and for direct, indirect and consequential costs, including costs of delays related to any work, either covered or affected by the change. VIII. CLAIMS. If the Vendor disagrees with anything required by a change order, another written order, or an oral order from the City, including any direction, Instruction, interpretation, or determination by the City, the Vendor may file a claim as provided In this section. The Vendor shall give written notice to the City of all claims within fourteen (14) calendar days of the occurrence of the events giving rise to the claims, or within fourteen (14) calendar days of the date the Vendor knew or should have known of the facts or events giving rise to the claim, whichever occurs first . Any claim for damages, additional payment for any reason, or extension of time, whether under this Agreement or otherwise, shall be conclusively deemed to have been waived by the Vendor unless a timely written claim Is made in strict accordance with the applicable provisions of this Agreement. At a minimum, a Vendor's written claim shall Include the Information set forth In subsections A, Items 1 through 5 below. FAILURE TO PROVIDE A COMPLETE, WRITTEN NOTIFICATION OF CLAIM WITHIN THE TIME ALLOWED SHALL BE AN ABSOLUTE WAIVER OF ANY CLAIMS ARISING IN ANY WAY FROM THE FACTS OR EVENTS SURROUNDING THAT CLAIM OR CAUSED BY THAT DELAY. A. Notice of Claim. Provide a signed written notice of claim that provides the following Information: 1. The date of the Vendor's claim; 2. The nature and circumstances that caused the claim; 3. The provisions In this Agreement that support the claim; 4. The estimated dollar cost, If any, of the claimed work and how that estimate was determined; and 5. An analysis of the progress schedule showing the schedule change or disruption if the Vendor is asserting a schedule change or disruption. B. Records. The Vendor shall keep complete records of extra costs and time incurred as a result of the asserted events giving rise to the claim. The City shall have access to any of the Vendor's records needed for evaluating the protest. The City will evaluate all claims, provided the procedures In this section are followed. If the City determines that a claim is valid, the City will adjust payment for work or time by an equitable adjustment. No adjustment will be made for an Invalid protest. GOODS&SERVICES AGREEMENT FOR ORDINARY MAINTENANCE- 3 (over$20,000.00,Including WSST) C. Vendor's Duty to Complete Protested Work. In spite of any claim, the Vendor shall proceed promptly to provide the goods, materials and services required by the City under this Agreement. D. Failure to Protest Constitutes Waiver, By not protesting as this section provides, the Vendor also waives any additional entitlement and accepts from the City any written or oral order (including directions, instructions, Interpretations, and determination). E. Failure to Follow Procedures Constitutes Waiver. By failing to follow the procedures of this section, the Vendor completely waives any claims for protested work and accepts from the City any written or oral order (including directions, instructions, interpretations, and determination). IX. LIMITATION OF ACTIONS. VENDOR MUST, IN ANY EVENT, FILE ANY LAWSUIT ARISING FROM OR CONNECTED WITH THIS AGREEMENT WITHIN 120 CALENDAR DAYS FROM THE DATE THE CONTRACT WORK IS COMPLETE OR VENDOR'S ABILITY TO FILE THAT SUIT SHALL BE FOREVER BARRED. THIS SECTION FURTHER LIMITS ANY APPLICABLE STATUTORY LIMITATIONS PERIOD. X. WARRANTY. Vendor warrants that it will faithfully and satisfactorily perform all work provided under this Agreement in accordance with the provisions of this Agreement. In addition to any other warranty provided for at law or herein, this Agreement Is additionally subject to all warranty provisions established under the Uniform Commercial Code, Title 62A, Revised Code of Washington. Vendor warrants goods are merchantable, are fit for the particular purpose for which they were obtained, and will perform In accordance with their specifications and Vendor's representations to City. The Vendor shall promptly correct all defects in workmanship and materials: (1) when Vendor knows or should have known of the defect, or (2) upon Vendor's receipt of notification from the City of the existence or discovery of the defect. In the event any part of the goods are repaired, only original replacement parts shall be used—rebuilt or used parts will not be acceptable. When defects are corrected, the warranty for that portion of the work shall extend for an additional year beyond the original warranty period applicable to the overall work. The Vendor shall begin to correct any defects within seven (7) calendar days of Its receipt of notice from the City of the defect. If the Vendor does not accomplish the corrections within a reasonable time as determined by the City, the City may complete the corrections and the Vendor shall pay all costs Incurred by the City in order to accomplish the correction. XI. DISCRIMINATION. In the hiring of employees for the performance of work under this Agreement or any sub-contract, the Vendor, its sub-contractors, or any person acting on behalf of the Vendor or sub-contractor shall not, by reason of race, religion, color, sex, age, sexual orientation, national origin, or the presence of any sensory, mental, or physical disability, discriminate against any person who Is qualified and available to perform the work to which the employment relates. Vendor shall execute the attached City of Kent Equal Employment Opportunity Policy Declaration, Comply with City Administrative Policy 1.2, and upon completion of the contract work, file the attached Compliance Statement. XII. INDEMNIFICATION. Vendor shall defend, Indemnify and hold the City, Its officers, officials, employees, agents and volunteers harmless from any and all claims, injuries, damages, losses or suits, including all legal costs and attorney fees, arising out of or in connection with the Vendor's performance of this Agreement, except for that portion of the injuries and damages caused by the City's negligence. The City's Inspection or acceptance of any of Vendor's work when completed shall not be grounds to avoid any of these covenants of indemnification. IT IS FURTHER SPECIFICALLY AND EXPRESSLY UNDERSTOOD THAT THE INDEMNIFICATION PROVIDED HEREIN CONSTITUTES THE VENDOR'S WAIVER OF IMMUNITY UNDER INDUSTRIAL INSURANCE. TITLE 51 RCW, SOLELY FOR THE PURPOSES OF THIS INDEMNIFICATION. THE PARTIES FURTHER ACKNOWLEDGE THAT THEY HAVE MUTUALLY NEGOTIATED THIS WAIVER. GOODS&SERVICES AGREEMENT FOR ORDINARY MAINTENANCE - 4 (Over$20,000.00,including WSST) In the event Vendor refuses tender of defense in any suit or any claim, If that tender was made pursuant to this indemnification clause, and if that refusal is subsequently determined by a court having jurisdiction (or other agreed tribunal) to have been a wrongful refusal on the Vendor's part, then Vendor shall pay all the City's costs for defense, including all reasonable expert witness fees and reasonable attorneys' fees, plus the City's legal costs and fees Incurred because there was a wrongful refusal on the Vendor's part. The provisions of this section shall survive the expiration or termination of this Agreement. XIII. INSURANCE. The Vendor shall procure and maintain for the duration of the Agreement, Insurance of the types and In the amounts described in Exhibit B attached and Incorporated by this reference. XIV. WORK PERFORMED AT VENDOR'S RISK. Vendor shall take all necessary precautions and shall be responsible for the safety of its employees, agents, and subcontractors in the performance of the contract work and shall utilize all protection necessary for that purpose. All work shall be done at Vendor's own risk, and Vendor shall be responsible for any loss of or damage to materials, tools, or other articles used or held for use in connection with the work. XV. MISCELLANEOUS PROVISIONS. A. Recyclable Materials. Pursuant to Chapter 3.80 of the Kent City Code, the City requires Its contractors and consultants to use recycled and recyclable products whenever practicable. A price preference may be available for any designated recycled product. B. Non-Waiver of Breach. The failure of the City to insist upon strict performance of any of the covenants and agreements contained in this Agreement, or to exercise any option conferred by this Agreement in one or more Instances shall not be construed to be a waiver or relinquishment of those covenants, agreements or options, and the same shall be and remain in full force and effect. C. Resolution of Disoutes and Governing Law. This Agreement shall be governed by and construed in accordance with the laws of the State of Washington. If the parties are unable to settle any dispute, difference or claim arlsing from the parties' performance of this Agreement, the exclusive means of resolving that dispute, difference or claim, shall only be by filing suit exclusively under the venue, rules and jurisdiction of the King County Superior Court, King County, Washington, unless the parties agree in writing to an alternative dispute resolution process. In any claim or lawsuit for damages arising from the parties' performance of this Agreement, each party shall pay all its legal costs and attorney's fees incurred In defending or bringing such claim or lawsuit, Including all appeals, in addition to any other recovery or award provided by law; provided, however, nothing in this paragraph shall be construed to limit the City's right to indemnification under Section XII of this Agreement. D. Written Notice. All communications regarding this Agreement shall be sent to the parties at the addresses listed on the signature page of the Agreement, unless notified to the contrary. Any written notice hereunder shall become effective three (3) business days after the date of mailing by registered or certified mail, and shall be deemed sufficiently given if sent to the addressee at the address stated In this Agreement or such other address as may be hereafter specified in writing. E. Assignment. Any assignment of this Agreement by either party without the written consent of the non-assigning party shall be void. If the non-assigning party gives its consent to any assignment, the terms of this Agreement shall continue in full force and effect and no further assignment shall be made without additional written consent. F. Modification. No waiver, alteration, or modification of any of the provisions of this Agreement shall be binding unless in writing and signed by a duly authorized representative of the City and Vendor. GOODS &SERVICES AGREEMENT FOR ORDINARY MAINTENANCE - 5 (Over$20,000.00, Including WSST) C. Entire Agreement. The written provisions and terms of this Agreement, together with any Exhibits attached hereto, shall supersede all prior verbal statements of any officer or other representative. of the City, and such statements shall not be effective or be construed as entering Into or forming a part of or altering in any manner this Agreement, All of the above documents are hereby made a part of this Agreement. However, should any language In any of the Exhibits to this Agreement conflict with any language contained In this Agreement, the terms of this Agreement shall prevail. H. Compliance with Laws. The Vendor agrees to comply with all federal', state, and municipal laws, rules, and regulations that are now effective or in the future become applicable to Vendor's business, equipment, and personnel engaged in operations covered by this Agreement or accruing out of the performance of those operations. I, Public Records Act. The Vendor acknowledges that the City is a public agency subject to the Public Records Act codified in Chapter 42.56 of the Revised Code of Washington and documents, notes, emails, and other records prepared or gathered by the Vendor in its performance of this Agreement may be subject to public review and disclosure, even if those records are not produced to or possessed by the City of Kent. As such, the Vendor agrees to cooperate, fully with the City in satisfying the City"s duties and obligations under the Public Records Act. J. City Business License Requird Prior to commencing the tasks described in Section I, Contractor agrees to provide proof of a current city of Kent business license pursuant to Chapter 5.01 of the Kent City Cade. K. Counterl2grts This Agreement may be executed In any number of counterparts, each of which shall constitute an original, and all of which will together constitute. this one Agreement. Further, upon executing this Agreement, either party may deliver the signature page to the other by fax or email and that signature shall have the same force and effect as If the Agreement bearing the original signature was received In person, IN WITNESS, the parties below execute this Agreement, which shall become effective on the last elate entered below. VE CITY o TU gy:, (slg er _—nat (signature) Print fame: � ���"��� _ Pr n, Na ea zette Cooke--, Its .� sMavor (rule) Mavor GATE. ylho—, DATE: NOTICES TO BE SENT TO: NOTICES TO BE SENT TO: VENDOR: CITY OF KENT Jim Barthel Christopher Sprague MT2, L.L.C. City of Kent 14045 W 661h Ave, 220 Fourth Avenue South Arvada, Co, 80004 Kent, WA 98032 . .. ....... 303-456-6977 (telephone) (25 jk.�40-8225 (telephone303-456-6998 facsimile 56-6330 facsimile x l� VED AS TO FORM: end aw De artment PACivilNFiles\0pcn Files%M I•Firing Range�O alrnary%taint CiorxlstirvsAgr Ovcr2GK NlfiZ;� 1 GOODS& SERVICES AGREEMENT FOR ORDINARY MAINTENANCE - 6 (Over$20;000.00, including WSST) DECLARATION CITY OF KENT EQUAL EMPLOYMENT OPPORTUNITY POLICY The City of Kent Is committed to conform to Federal and State laws regarding equal opportunity. As such all contractors, subcontractors and suppliers who perform work with relation to this Agreement shall comply with the regulations of the City's equal employment opportunity policies. The following questions specifically identify the requirements the City deems necessary for any contractor, subcontractor or supplier on this specific Agreement to adhere to. An affirmative response is required on all of the following questions for this Agreement to be valid and binding. If any contractor, subcontractor or supplier willfully misrepresents themselves with regard to the directives outlines, It will be considered a breach of contract and it will be at the City's sole determination regarding suspension or termination for all or part of the Agreement; The questions are as follows: 1. I have read the attached City of Kent administrative policy number 1.2. 2. During the time of this Agreement I will not discriminate in employment on the basis of sex, race, color, national origin, age, or the presence of all sensory, mental or physical disability. 3. During the time of this Agreement the prime contractor will provide a written statement to all new employees and subcontractors Indicating commitment as an equal opportunity employer. 4. During the time of the Agreement I, the prime contractor, will actively consider hiring and promotion of women and minorities. 5. Before acceptance of this Agreement, an adherence statement will be signed by me, the Prime Contractor, that the Prime Contractor complied with the requirements as set forth above. By signing below, I agree to fulfill the five requirements referenced above. By: For: Title: Date: EEO COMPLIANCE DOCUMENTS - 1 of 3 CITY OF KENT ADMINISTRATIVE POLICY NUMBER: 1.2 EFFECTIVE DATE: January 1, 1998 SUBJECT: MINORITY AND WOMEN SUPERSEDES: April 1, 1996 CONTRACTORS APPROVED BY Jim White, Mayor POLICY: Equal employment opportunity requirements for the City of Kent will conform to federal and state laws. All contractors, subcontractors, consultants and suppliers of the City must guarantee equal employment opportunity within their organization and, if holding Agreements with the City amounting to $10,000 or more within any given year, must take the following affirmative steps: 1. Provide a written statement to all new employees and subcontractors indicating commitment as an equal opportunity employer. 2. Actively consider for promotion and advancement available minorities and women. Any contractor, subcontractor, consultant or supplier who willfully disregards the City's nondiscrimination and equal opportunity requirements shall be considered in breach of contract and subject to suspension or termination for all or part of the Agreement. Contract Compliance Officers will be appointed by the Directors of Planning, Parks, and Public Works Departments to assume the following duties for their respective departments. 1. Ensuring that contractors, subcontractors, consultants, and suppliers subject to these regulations are familiar with the regulations and the City's equal employment opportunity policy. 2. Monitoring to assure adherence to federal, state and local laws, policies and guidelines. EEO COMPLIANCE DOCUMENTS - 2 of 3 CITY OF KENT EQUAL EMPLOYMENT OPPORTUNITY COMPLIANCE STATEMENT This form shall be filled out AFTER COMPLETION of this project by the Contractor awarded the Agreement. I, the undersigned, a duly represented agent of Company, hereby acknowledge and declare that the before-mentioned company was the prime contractor for the Agreement known as that was entered into on the (date), between the firm I represent and the City of Kent. I declare that I complied fully with all of the requirements and obligations as outlined In the City of Kent Administrative Policy 1.2 and the Declaration City of Kent Equal Employment Opportunity Policy that was part of the before-mentioned Agreement. By: For: Title: Date: EEO COMPLIANCE DOCUMENTS - 3 of 3 EXHIBIT A April 6,2016 Mr.Chris Sprague,Range Master csnraaueCyDkentwa.Rov City of Kent Police Department 24523116 Ave SE Kent,WA 98030 RE: Proposal for Indoor Firing Range lead Maintenance City of Kent Police Department,Kent,WA Dear Mr.Sprague: MT2,LI.0 Is pleased to present this proposal to the City of Kent Police Department(Department)for indoor firing range lead maintenance. MT2's project objectives are to support the Department in mitigating potential physical, occupational, and environmental hazards associated with high concentrations of lead in the range trap; as well as achieving compliance with USEPA and NRA recommended firing range environmental Best Management Practices(BMPs). MT2 proposes to provide labor,equipment,and associated supplies to clean out the berm/bullet trap and remove the bullets and larger lead fragments.MT2 will also restore the granulated ballistic rubber to the trap,and provide limited maintenance.Work will be performed in a professional,workmanlike manner, In accordance with applicable EPA,OSHA, State, Federal and Local regulations. MT2 will perform work with personnel who have successfully met HAZWOPER training requirements pursuant to OSHA 29 CFR 1910.120. lead Recovery and Range Maintenance Is our businessl MT2 Is the nation's#!1 providerof environmental services for firing ranges utilizing multiple work crews to guarantee that your range will get done.We offer a broad spectrum of services for firing ranges including lead reclamation and recycling;site remediation; and support for Best Management Practices (BMPs). MT2 uses the latest equipment along with our patented processes to: • Effectively remove lead from range traps and berms • Minimize health and environmental Impacts of lead during the removal and recovery activities • Optimize the process for removing lead e Work around range operation schedules Our experience speaks for itself: • Successful completion of over 1,000 firing range projects nationwide • Recovery of over 11,000,000 pounds of lead shot/bullets 4 Treatment of over 10,000,000 tons contaminated materials EXHIBIT A MT2 commits to applying our extensive experience providing environmental firing range services for law enforcement,military,municipal,and private firing ranges.Satisfied customers include: o Over 200 law enforcement agencies Including New York,Phoenix,Seattle,Denver,and Dallas • Cities and municipalities such as the Lakeville, MN; Northborough, MS; Houston, TX; and Hempstead,NY o Private clubs nationwide Including:ATA Homegrounds,the Firing Line, and Central Jersey Rifle and Pistol Club,Boy Scouts of America,and Phoenix Trap&Skeet • Agencies such as Leavenworth Fish and Game (WA), NAVSEA Crane Indiana, DOE at Cooper Nuclear Station,and Perry Nuclear Power Plant Protective Forces and all service branches of US Dept.of Defense,NAVFAC,Army Corps of Engineers Districts,and USEPA • Fortune 500 Companies and leading environmental engineering/constructlon companles • Land developers and home builders such as Pulte Homes,Vista Ridge,and others MT2 offers a Guaranteed Solution at a Guaranteed Price leading to expedited and cost-effective range maintenance.Our two-fold approach to limiting project risk Includes our MT2 personnel who are highly credentlaled and experienced; secondly, MT2 Is backed by $8 MM In General and Pollution Liability Insurance to provide customers,site owners,and others the best available "peace of mind"in dealing with environmental liabilities of remediation. Please contact me at (888) 435-6645 or E-mail: Ibarthel@mt2.com to discuss this Information and your project in further detall. Sincerely Yours, M M " James M Barthel President&CEO EXHIBIT A 1 fil 1k ,, 6 'w"d PROPOSAL: INDOOR FIRING RANGE LEAD I' ANTENAN�CE PREPARED FOR: CITY OF KENT POLICE DEPARTMENT 24523116 AVE SE KENT, WA 93030 SUBMITTED BY: MT2, LLC 14045 W 66TH AVE; ARVADA, CO 80004 303-456-6977 338-435-6645 APRIL 6, 2016 EXHIBIT A Table of Contents TECHNICAL.APPROACH..........................................................................................................1 Planning, Preparation, and Mobilization.............................................................................1 LeadRecovery/Recycling. ........................ ............................ ...........................................I Disposal of Hazardous Waste............................................................................................2 FinalReport.......................................................................................................................3 COSTCONSIDERATIONS.......................................................................................................4 Pricing. ........................................................................................ .....................................4 Pricing Assumptions:...........................................................................................................6 ProjectSchedule:...............................................................................................................6 EXPERIENCE&QUALIFICATIONS....._...................................................................................4 CompanyHistory...................................... ..... ..................................................................4 Indoor Range Services...................................................... ................................................4 AdditionalInformation.............................................. .........................................................5 MT2 Representative Project Experience............................................................................6 EXHIBIT BIT A TECHNICAL APPROACH The project objective Is to perform firing range lead maintenance services at the range.MT2 proposes to perform these maintenance tasks " In compliance with applicable EPA, OSHA, State, Federal and local � regulations. MT2 has on file the appropriate support documents such,as Respiratory " Protection Plan, Medical Surveillance Plan, and evidence of medical examinations for MT2 workers, certificates of worker training, and certificates of genera l/commerclaI liability Insurance. F/rrorrzlril,Preptni rllozr, (inn Mobili rrtlorr MT2 will provide personnel, equipment, and miscellaneous tools to perform the requested onsite activities. Upon mobilization to the site, appropriate signage and materials containment will be established, as required' o F • '1+iPork will be performed In a professional, workmanlike manner, In accordance with applicable EPA, OSHA, State, Federal and Local regulations, MT2 will perform work with � personnel who have successfully met HAZ1M OPER training requirements pursuant to OSHA 29 CFR 1910,120 as well as 29 CFR 1926.62 • MT2 will mobilize a field crew,associated equipment,appropriate health and safety equipment, and supporting suppilles and tools to complete the project.Work will be done with appropriate, protective clothing, which may Include respirators,Tyvek suits or equivalent,gloves and boots. OSHA compliant equipment and personnel decontamination procedures will be followed for workers entering and exiting the work zone. Onslte work may include use of MT2's portable shower unit,and assumes It can be connected to facility-provided hot and cold water and drains in an appropriate location near the range Lerid.la;'eevverjAeclpclhi • Material recovery will involve the collection of bullets/bullet fragments from the range trap system(s).MT2 will remove all rubberfrom the 5-lane granular rubber trap.The removed material will be processed to remove economically recoverable lead (as determined by onsite MT2 personnel), and provide drums and pallets for transport of lead for recycling. Bullets and lead fragments will be placed in these containers. MT2 will coordinate with an approved recycler to have the contalnerized lead recycled. Details regarding the resulting funds obtained from the value of the lead will be defined in PrJcPncg Observed wear, apparent damage,and/or minor trap maintenance will be reported to the Client MT2 processing will Include the recovery of small particulate "fines" consisting of degraded rubber,lead dust,and other materials such as paper, plastic,etc.These materials mostly serve an overall negative effect on the healthy operation of an active range. The amount of material recovered can vary significantly from site to site,and this proposal does not explicitly imply that all fines will be removed during MT2 processing. However, MT2 views"fines" removal as a value EXHIBIT A added service to be provided as possible. MT2 wig containerize collected fines and stage them appropriately with other lead contaminated waste,or, If requested by Client, place them back onto the berm(not recommended) • Large debris,such as shotgun wads and large pieces of paper targets,will be removed • Processed rubber will be placed back upon the berm and groomed to a uniform slope and thickness Upon completion of lead recovery/recycling activities, MT2 will decontaminate equipment and associated working area.Cleaning will also Include HEPA vacuuming the shooting range floor and walls,up to a height of eight(8)feet General,clean waste will be disposed of at the Client facility • Generated lead-Impacted waste will be placed Into appropriate containers. Additional Information regarding the disposal of this waste is detailed in the Disposal of Hazardous Waste section Supply atnl,Tttstallation of New GrattttlarRubber = MT2 will supply up to 4,000 lbs of"Super Trap"granular rubber,provided directly from the Super Trap system manufacturer,Paragon Tactical(htto://www.naragontactical.comA • Rubber will be placed Into the supply bins and/or on the berm,as needed • Any remaining,unused rubber(as applicable)will be left onsite for future use Disposal of Httzardotts Misle Waste that contains lead must be disposed of in an appropriate manner.MT2 pricing for the above listed services does not Include costs for the profiling,manifesting,transportation,and appropriate disposal of lead-contaminated waste as hazardous waste.As part of the offered service, MT2 offers the following waste disposal service: Lead-containing waste will be placed in MT2-provided cubic yard Gaylord box(es) (or proper containers)of similarvolume),labeled,and staged onsite for eventual pickup • once the waste profile Is approved,the waste will be picked up and transported to an appropriate hazardous waste disposal facility with the proper manifesting • Pricing assumes Client signs the waste manifest In a timeframe that does not Impede the disposal process • Pricing Is for up to two(2)cubic yard(CY)Gaylord box(or proper container of similar volume)of lead-contaminated hazardous waste. If requested, additional disposal can be offered at an additional,per CY rate. Client remains the generator of the waste EXHIBIT A Final Report MT2 strives to provide all of our Clients with the same professional level of range services that have made us the nation's leading provider of environmental firing range maintenance services, not only through professional onsite services, but also through providing the necessary documentation to ensure our Client's"peace of mind"that the onsite work has been completed In full compliance with existing rules and regulations. As part of this goal, MT2 summarizes onslte activities into a final report,which often Includes: Summary of performed onsite activities • Date(s)and timeframe In which the work was performed Disposal documentation,documenting that the material has been disposed of In an appropriate manner • Certificate of Recycling,documenting the amount of lead recovered and recycled from the range EXHIBIT A COST CONSIDERATIONS AyTr"M The pricing presented below is based can MT2's understanding of the range configuration and information provided by the Client. 75-lane Plans,Preparation,and MoblllzationLead Recovery/RecyclingRemoval and processing off granular rubber fro tra p Bullet/bullet fragment removal from bullet trap(s)as deemed economically recoverable by onsite MT2 personnel Containerize and recycle recovered lead 11 Observed wear,apparent damage,and/or minor trap maintenance will be reported to the Client "Fines""removal,as detailed in technical approach 1 Lump $18,5002/ $1815002r Large debris removal,as detailed In technical approach Sum HbPA vacuum work area,range floor,and range wails,up to 8 feet Place generated waste Into labelled bags and stage for eventual disposal by Client Final Report Summary of performed onsite activities Date(s)and timeframe In which the work was performed Disposal Documentation Certificate of Recycling Supply and Installation of New Granular Rubber Supply up to 4,000 lbs of"Super Trap"granular rubber - Provided directly from the Super Trap system manufacturer, Up to Lump Paragon Tactical 4,000 Sum $3,000 $3,000 Place rubber Into supply bins and/or on the berm,as needed lbs Any remaining,unused rubber(as applicable)will be left onsite forfuture use Disposal of Hazardous Waste - Performed In conjunction with other onsite activities.Client may need to provide access by transporter after MT2 demobilization Up to CY Box -- The waste will be disposed of in an EPA approved landfill 2 or Sag $1,500 $ ,000 with the proper manifesting - Pricing Is for two(2)Gaylord boxes(or proper containers of similar volume)of lead-contaminated hazardous waste Client remains the generator of the waste Total(not to exceed): $24,500 1P T2 will provide the C ien 25° split of the value of recycled lead less the same percent of the cost of containers, pallets,transport and applicable taxes,to be used to offset project costs.MT2 does not guarantee the value or quantity of recovered lead."file actual value of recycled lead will be determined at the time of recycling zl MT2 pricing prior to Client lead recycle credit EXHIBIT A Pricbsg Asstunptiorrs: • MT2 will be provided upfront payment of$3,500 prior to MT2 mobilization.Balance of Payment (Payment minus mobilization payment,minus applicable recycling credit)due to MT2 within 30 days of Client receipt of MT2 Invoice(Net 30 days).Balance of payment invoice will be submitted to Client along with Lead Recycling Certificates) (if applicable), as well as other project documentation (If applicable).Client agrees to pay MT2 an additional 1.5% per month on the account and all collection fees for any past due amount owed MT2 • Continuous work schedule,no Interruptions to process schedule • MT2 pricing assumes work will be performed du ring normal work hours 0700—1700 M on-Sat a n d excludes federa I holidays • Pricing does not include the management of live ammunition, only spent rounds. No live ammunition will be managed by MT2. if live ammunition is discovered,it will be left onsite for Client to manage. • MT2 will review and approve final contract terms and other conditions • MT2 pricing does Include applicable service contract rates • MT2 pricing does not include any liquidated damages, bonding or retention Client will provide access to power, water(hot and cold), heat, and light,and allow access to bathroom facilities and shower facilities(if available) • MT2 reserves the right to work up to 12 hours per day • Pricing is valid for 90 days from date of this proposal Project Scirefitrle: MT2 requires 2 weeks advance notice prior to mobilization and arrival at the range. The site work is expected to take approximately 3-4 days onsite to complete.Filled containers will be loaded at the end of the job and may require coordination with the Client to allow access by the trapsporter to load drums for transport.Currently,MT2 anticipates a project start at a mutually agreed upon date as early as the second quarter of 2016. EXHIBIT A Date: April 6,2016 Citent Kent Police Department Job Nu mbar TBD Contact Chris Sprague;osprague@kentvra.gov Project Name "fBD �..�� ., ,...�,..__.. Location 24523116th love SP,. .�..�.. .�.� �..�..�, J KENT,WA 98030 MT2,LLC i _ • i i i Contractor 14045 West 66",Avenue Arvada,Colorado 60004 •"i di i i Description of the Work: Perform lead maintenance seMoeas as outlined In MT2 Proposal dated April 6,2016 Time of Performance: Starting at a mutually agreeable dale as early as seowd quarter,2016 Price SEEM Plans,preparation,and Mobilization Lead Recovary/Racycling - Removal and processing of all granular rubber from 5-'lane trap ouilet/bulfet fragment removal from bullet trap(s)as deemed economically recoverable by onsite MT2 personnel Contalnerize and recycle recovered lead rr Observed wear,apparent damage,and/or minor trap maintenance will be reported to the Client "Fines"removal,as detailed in technical approach 1 Lump Sum $18,500V $18,50O1, Large debris removal,as detailed In technical approach il[PA vacuum work area,range floor,and range walls,up to 8 feet - Place generated waste Into labelled bags and stage for eventual disposal by Client Final Report - Summary of performed onsite activities Date(s)and tfineframe In which the work was performed - Disposal Documentation Certificate of llc vcling Supply and installation of New Granular Rubber Supply up to 4,000lbs of"Super Trap"granular rubber up to Provided directly from the super Trap system manufacturer,Paragon Tactical 4,000 Lump Sum S0,C04t ?5,0r30 Place rubber Into supply bens and/or on the berm,as needed lbs Any remalnln unysad rubber as apr iicable)will be left onslte for future use Disposal of Hazardous Waste - Performed In conjunction with other onsite activities,Client may need to provide access by transporter after MT2 demobilization Cy Box or The waste will be disposed of In an CPA approved landfill with the proper manifesting Up to 2 bag $1,500 $3,a - Pricing Is for two(2)Gaylord boxes(or proper containers of similar volume)of lead- contaminated hazardous waste Client remains thenerator of the waste Total(not to exceed): $24,500 If IAT2 will provide,the Client 25%split of the value of recycled lead less the same percentof the cost of containers,pallets,transport and applicable taxes,to be used to offset prolect costs.MT2 does not guarantee the value or quantity of recovered lead.The actual value of recycled lead will be determined at the time of recycling rr MT2 prilcing prior to Client lead recycle credit Pricing Assumptions are outlined In&IT2 Proposal dated Apr f 6,2016 Terms of Payment. MT2 will be provided upfront payment of$3,500 prier to MT2 mobilization.Balance of Payment(Payment minus mobilization payment,minus applicable recycling credit)[due to MT2 v&iln 30 days of Cli'ont reoeipt of MT2 Invoice(Net ail days).Balance of paymentinvoice vaill be submitted to Client along with Lead Racyding Ceitificate(s)(ifapplicable),as well as other protect documentation(if applicable).Client agrees to pay IAT2 an add'itlonal 1.6%per month on the account and all collection fees forany past due Mount owed MT2 Address for CorrespondencefNotices See above I@ General Conditions ❑ Affidavit Attachments(as checked) f.M Olher(Spedfy) A. MT2 Proposal dated April6,2016 Contractor: MT2 LLC Client: Kent Police Da artment Signature O}to Signature Dato EXHIBIT A 1.0 RESPONSIBILITY Contractor shall perform the work with diligence,in accordance with good construction practices and in accordance with the drawings,specifications, procedures, and other requirements of this contract. Contractor shall furnish all supervision, labor, facilities,storage,equipment,materials,supplies,and services necessary to perform the work unless otherwise specified In the Project Offer.Contractor shall be solely responsible for payment of all insurance premiums required hereunder.The cost of all wages,salaries,tools,supplies,parts,machinery,equipment,and expenses of whatever nature or description arising out of this contract are to be bome by Contractor. WL2gntractor Contractor shalt perform the work as an ape save control of the method the work,Contraor has n6 aulhority to act or make a nd this contract shall WVWM not be construed as to relationship of Principal and Agent.Joint en re a unship,the existence of which is hereby expressly denied. 3.0 EXAMINATION OF JOBSITE Contractor warrants that it has examined the jobsite,and has satisfied Itself as to the nature and location of the work,the general and local condition,and ground conditions at the jobsite. 4.0 SUPERVISION BY Contractor Contractor shall retain at the jobsite a competent manager who shall represent Contractor and,who shall have full and complete authority to act in behalf of Contractor. Contractor shall indemnify and hold en a the defense for losses,damages,settle other expenses or liabilities arising out of or relating to liabilities. s,actions,proceedings,or causes of action of every kind arising out o or to comply w rd Milton,rule or arder of ry ady;2)Improper,sub-standard,inadequate,willful or negligent perfcrmanoe 6.0 SCHEDULES Contractor shall execute the work diligently with sufficient numbers of qualified personnel,equipment,materials,and supplies to accomplish the work.Any special working hours will be subject to prior approval of Client 7.0 SAFETY AND CLEANUP Contractor shall be responsible for the health and safety of its employees while present at the jobsite.Contractor shall comply with all applicable laws,rules and other regulations relating to safety,including but not limited to,those set forth In the Occupational Health and Safety Acts(OSHA).Contractor shag keep the premises and vicinity of the work clean of debris and rubbish. SSIGNMENT Contractor shall not assign or further subcontract any major prior written consent Cant contract agreemen ARY or o is duties and obligations under this contrect. ON This Agreement may be termma 'written notice for Cfient's convenience without Le to perform by any party. If within rive(6)days wrften ny efficiency in the work, romptnesswtihwhichIIisbeing rfo mmenoed to ao �Imeor�,Wed u;nt;or if Contractor becomes bankrupt or Insolvent or goes or Is pu n,a Cher voluntarily or Involuntan�y,Client may terminate the contract. EXHIBIT A r1minated pufflurypenorming 10.0 PAYMENT TERMS AND CONDITIONS 10.1 Payment Terms IQ Coo for mobilization as spedfied In Contractor Pro ! 30 days upon C6enl re ten agrees to pay ConUactor an additional n Ulu account and all collection fees for soy past due smount awe a the Work Client may in its absolute disae r ntractor andthat Client's direction results In I under this agreement, theNwJWrac or va I be equitably adjusted by C�obli utual agreemen 11.0 RECORDS AND ACCOUNTS Contractorwill maintain good accounting and personnel records reflecting performance of the work and shall preserve such records for a period of three(3)years after completion and acceptance of the protect as a whole. 12.0 DISPUTES ct Dispute Resolution Effort In the event o ' daim,ordispute between the Contractor and Client(the Parties)arising out of or relating to IN UeI r or the breach thereof,ex alms which have been waived by the making or aooeptanoe of final pa question, claim,or dispute shot]be settled reement between the Parties.The Parties sh in good faith to resolve through negotiation any claim,dispute,oontro counterclaim arising out o g to this ConVad.Either Party may Initiate dispute negotiations by providing written notice In rly,setting forth the nature of the dispule and the relief requested.The recipient of such notice shall res usiness days with a written statement of Its position on, and recommended solution to. the d' a dispute Is not reso his exchange of correspondence, then representatives of each Party ement authority shall meet at a mutually ag ime and place vhthln ten(10) business days from o the initial notice(unless otherwise mutually agreed between the exchange relevant Inform ' erspectives,and to attempt to resolve the dispute.If agreement between the Parties canno ed within ender days from date of initial written notice,either Party may file for mediation. Ion All claims,disputes a rs in question arising out of or related to Ibis Agreement remaining after the • WDireet Dispute Resolution Effort shall be su edtation period(unless otherwise mutual n e partles)as a condition precedent to arbitration.Client and Contrac vor t , sputes and other matters in question between them In accordance with the Construction I mericen Arbitration Association currently In effect.Request for mediation sh g no sooner than 30 days after write cation between the parties. The parts edlator's fee and fling fees equally.Agreements reached in mediationIl•b rceable as en agreements In any court having jurisdiction thereof. f111 Ion Subject to the con o i forth In irtediation(above)of[his Agreement,all cieinrs,disputes and o question arising cart of or relaling to r breach thereof shall he decided by anoa%-Ah the Construction Industry Arbitralon Rules of the Americanwuu agreement to arbitrate shall be specifically enforce and shall be initiated upon written notice by either party,The artrilrali days unless extended by mutual agr he Parties.The award rendare a I be final,and judgment may be entered upon it In accordance with applicab a awing j U un. 13.0 WORKMEN AND EMPLOYMENT PRACTICES Contractor shall not discriminate against any employee or applicant for employment because of race,color,national origin,religion, sex,age,or for any reason prohibited by law. 1 EXHIBIT A URANCE Contractor s . Insurance for the benefit of Contractor,and Client,with minimum coverage's and limits as fol (a)Workmen's Com Statutory (b)Employer's Liability $110002000 CSL (c)Comprehensive General Liabiity $6, , Covering bodily Injury and property dame a acting contra slily,Independent contractors,productslcompleted operations,broad form prope edy damage and hazards. (d)Automotive vering owned,non-ovmed and hired automobiles,for l3odity In u roperty Damage u ion Liability $6,000,000 15.0 FORCE MAdEURE An event of'Force Majeure"occurs when an event beyond the control of the Party claiming Force Majeure prevents such Party from fulfilling its obligations.An event of Force Majeure includes,Wthout limitation,acts of God(including tioods,hurricanes and other adverse weather),war,riot,civil disorder,acts of terrorism,disease,epidemic,strikes and labor disputes,actions or inactions of government or other authorities,law enforcement actions,curfews,closure of transportation systems or other unusual travel difficulties,or inability to provide a safe working environment for employees. in the event of Force Majeure,the obligations of Contractor to perform the Services shall be suspended for the duration of the even[of Force Majeure.In such event, efflOW .... ite�fpeentp�lltE�[�lRICAIEf}119XV0 lW"""tWft- WIN Pal aim 11110)%K90 the schedule shall be extended by a like number of days as the event of Force Majeure.If Services aresuspended for thirty(30)days or more,Contractor may,In its sole discretion,upon seven(7)days prior written notice,terminate this Agreement.Ivlhs+ f�ll�el,e�sr8errtreelM+ loop l�Nll!��fllllllllll!llli l�} 16.0 LAWS This contract shall be construed and governed by laws of the state in which the project Is located.Contractor shall comply with laws,statutes,ordinances,rules and regulations of any governmental entity having jurisdiction over the work. 17,0 CONFIDENTIAL INFORMATION AND TECHNOLOGY Processes and techniques used by Contractor are considered proprietary and confidential technologies belonging exclusively to Contractor.The Client acknowledges this statement and agrees not to copy,adapt or re-engineer the processes and techniques of lead recovery developed and used by Contractor for the Client own use.The Client also agrees not to commercialize andlor market the processes and techniques developed by Contractor to provide lead recovery services to other clubs,organizations or businesses involved with shocting ranges. EXHIBIT .A► EXPERIENCE & QUALIFICATIONS CorraPrIrry HBsi'm y With over 15 years' Industry experience, MT2 Is recognized as the nation's#1 environmental firing range service provider and the largest and most professional contractor. We have demonstrated unmatched' credentials and capabilities through performing over 1,000Indoor and ; s' outdoor range projects nationwide for a diverse variety of clientsr� Including police firing ranges, military ranges, local and national government agencies, and private clubs. Our firing range services Include lead reclamation(bullets and lead shot recovery),firing range design,shooting range construction,gun range cleaning,and complete firing range maintenance and firing range remedlatlon services. Our VErjjjsE APAINST FIRIN11 MOE LEAO 11AURDS customer value proposition Is to offer leading technology, superior 'A field services, and knowledgeable environmental' regulatory expertise Aaxm to support sustained range operations, responsible maintenance, and cJN Q,9i6s1M9FcYx closure/remediation services. Ii dom—Range Services MT2 offers a wide range of Indoor range services from routine shooting range maintenance,cleaning,and lead reclamation to range decommissioning and demolition.We work with your budget and schedule to best meet your project needs. MT2 can help design and implement your range Improvement and maintenance projects including: Range Evaluation and consultation • Range assessment,OSHA Health&Safety ■ Range sustalnability(NRA/NSSF Best Management Practices,regulatory Support) • Assist with all aspects of range development Range Maintenance/Improvements + Shooting range maintenance and Improvements • Shooting range cleaning and fixation of lead contaminated surfaces, reduction In airborne lead (booths,walls,floors,equipment,etc.) Installation or replacement of HVAC system Complete shooting range lead abatement • Shooting range remedlation and closure Lead Reclamation/Recycling Recovery of 95%--100%of bullets/bullet fragments from bullet trap MT2 has proprietary agreements with lead smelters/recyclers to leverage quantity based pricing; resulting In the best market price for recycled lead on behalf of our customers Removal and transportation offsite of recovered range lead/brass EXHIBIT Arlrllflmrrrl derfortitrrlloii Focus on Safety: MT2 Is a leader In range safety. We provide consultation and assessment for all environmental and OSHA safety Issues. MT2 has never received OSHA or EPA violations.In fact,not only does MT2 comply with regulations, we also helped establish industry standards for environmental and safety methods. Specialized Fleet of Equipment: MT2 Is committed to excellence.We have Invested millions of dollars In developing proprietary systems and we own a large selection of specialized equipment available nationally for separating and processing range materials. MT2"s fleet of equipment Is the largest In the Industry which, when combined with our experience, gives us a considerable advantage in providing substantial cost and schedule savings to our clients. Licensed, Banded and Insured: MT2 maintains applicable professional licensing, Is fully bondable, and provides$BMM of Insurance protection Including general and Pollution Liability Insurance to provide customers, site owners, and others the best available "peace of mind" In dealing with environmental liabilities. Knowledgeable range owners Insist that this package be provided before any work Involving lead Is performed. Exclusive Lead Treatment Technology: MT2 utilizes patented and proprietary ECOB4ONDO technology to mitigate potential physical, occupational, and environmental hazards associated with high concentrations of lead and other metals In firing range soils,All technology achieves compliance with EPA and state regulatory agencies recommended firing range environmental Best Management Practices(BMPs). Staff Experience and Expertise, Our personnel have on average 24 years overall environmental experience including performing lead removal and lead maintenance. This expertise saves tiime and money for our customers since there will be no learning curve that may be Incurred by less experlenced' firms. MT2 Is ldighiy Recominendedl « « « « EXHIBIT A MT2 Reps°eserrtatIve Pi-oJect Rypei^lence The following projects showcase our extensive experience In the remedlation and maintenance of small arms firing ranges.Additional project descriptions and client references are available upon request. S=le P , ce De N. Precinct or Training Range le i i d Maintgnopce-Seattle-WA MT2 completed bullet trap lead removal,recycling of lead bullets/bulletfragments,and removal/replacement of ballistic granulated rubber media at the Seattle Police Department, North Precinct Police Training Range.. MT2's project objectives were to support the Seattle Police Department In mitigating potential physical, occupational, and environmental hazards associated with high concentrations of lead In the range trap; as well as achieving compliance with US EPA and NRA recommended firing range environmental Rest Management Practices(BMPs). MT2 range lead maintenance activities Included: 1) Separate spent ammunition(lead bullets and bullet fragments)from rubber used In the backstop of the 4 lane firing range, 2) Containerize recovered bullets/bullet fragments for proper recycling, 3) Remove, separate and replace ballistic rubber to the trap to allow for continued use,and 4)Containerize,transport and dispose of wastes created as a result of the operation(e.g. PPE). City and County f Denver,CO: MT2 was contracted rtotprovide lead removal and bullet trap cleaning. The project objective was to separate lead from the trap, containerize recovered lead for recycling,and replace granulated rubberfor " reuse, and HEPA vacuum trap. The cleanout and lead removal scope of services included the following: 1) MT2 removed) bullets and debris from ,N" the bullet trap utilizing a TrapVac;MT2 recovered 95%--100%of the bullets and bullet fragments from the bullet trap; 2) MT2 containerized, labeled, removed and transported offsIte recovered range lead and other metal slug and shot from spent ammunition; 3) MT2 replaced separated shredded rubber to the trap; and 4)MT2 HEPA vacuumed the trap. USCG Galveston Sector Houston Galveston Range Lead Maintenance Galveston, MT2 was contracted by the US Coast Guard(USCG)to support In the mitigation of potential physical,occupational, and environmental hazards associated with high concentrattons of lead in the training range berms; as well as achieving compliance with US EPA and NRA recommended firing range environmental Rest Management Practices(11MPs),MT2 performed lead maintenance at the USCG Sector Houston Galveston SAFR:Range#1 Trap containing a bullet trap/berm with rubber media.The range Is approximately 84 feet wide by 12 feet high. The major lead maintenance work tasks Included 1)Lead bullets and bullet fragments were removed and separated from the rubber media within the trap; 2) Recovered lead bullets/bullet fragments were containerized and shipped to an approved lead recycling facility; and 3) MT2 replaced rubber media and provided additional rubber media as needed to the trap to a uniform depth per manufacturers recommendations, The Firing Lime R n�e Legd RgMgvald gecycllng—Aurora,CO,MT2 was contracted to support in the mitigation of potential physical, occupational, and environmental hazards associated with high concentrations of lead,;as well as achieving compliance with US EPA and NRA recommended lring rapge environmental Rest Management Practices (RMPs). MT2 performed lead maintenance at the bullet trap/berrrr with rubber media,The major lead maintenance work tasks Included 1)Lead bullets and bullet fragments were removed and separated from the rubber media within the trap; 2) Recovered lead bullets/bullet fragments were contalnerized and shipped to an approved' lead recycling facility; and 3) MT2 replaced rubber media and provided additional rubber media as needed to the trap to a uniform depth per manufacturers recommendations. EXHINT A Central Jersey Rifign pistol Club Indoor Firing Range MT2 services Incl uded the Maintenance Jac on_ NJ; � Installation of a dust containment system to minimize contaminatlon of other portions of the rear portions of the M r range, extraction of the trap materials, separation of the °� .k�wr.•.r° �' rr �' " ;'` Grantex from the bullets, replacement of the Grantex, HEPA p vacuuming the trap and other exposed portions of the range, x' and minor maintenance to, the system. These maintenancem �. activities Including tighten and/or replace any loose or missing r nuts and bolts on the bullet trap, add additional new rubber media as necessary to rebulid the back stop, and groom the slope to re-establish correct pitch/angle of back stop. MT2 utilized a TrapWac system In order separate lead from rubber trap material for recycling and to reuse the rubber.it Is estimated that MT2 was able to recover approximately 515% of bullets and large lead fragments.The Grantex was re-Installed and the Impact area groomed according to manufacturer's requirements. Recovered lead was made available to Club members for recycling. Colorado Division of+Wildlife Indoor Firing Ranee Lead Removal and FacIIIt X Decontamination;Grand Junction, CO: MT2 was contracted to perform Indoor range lead recovery and facility dismantling/decontamination In preparation of range Improvement projects. MT2 provided lead decontamination Including bullet and �. water removal from the trap, HEPA vacuum and wlpe- '! down of non-porous surfaces, and ECOBOND19 LBP lead treatment of porous surfaces to, support less expensive disposal of these materials as non-hazardous waste. MT2. applied ECOBt ND19" LBP lead stabilization reagent to porous surfaces requiring dismantling/ decontamination In order to bind the lead dust and render the material as nonhazardous. MT2 utilized a TrapVac system to separate lead from rubber trap material for recycling and to reuse rubber. MT2's lead separation technologies provided a 95%lead recovery. five points Correctlonail Facilityt RulletTrap Lead Removal and Remediation; Romulus, NY„ MT2 was contracted to perform � bullet trap lead removal and removal/replacement of ballistic granulated rubber media at the Five points Correctional Facility outdoor small arms range located approximately two i miles south of Romulus, New York. Range lead remedlation shall Include;J) Separation of spent ammunition (lead buillets and bullet fragments) from Grantex rubber backstop 2) Contalnerization of recovered lead for recycling, 3) Removal, replacement, separation and replacement of Grantex rubber Into the bullet trap to allow for continued use; and 4) HEPA �_- vacuum the trap and surrounding hard surfaces. EXHIBIT A City and COUnty of Denver Decatur Facility,Ammunition Trap leanin a d t d fWmovall Denver Co:MT2 was contracted to provide final bullet trap cleaning and closure prior to facility demolition. The project objective was to separate lead from the trap, containerize recovered lead for recycling, containerize granulated rubber for transportation and reuse e (at the Aurora Police Department range), and HEPA vacuum trap.The cleanout and lead removal scope of services.Included n the following: 11 MT2 removed bullets and debris from the bullet trap utilizing.a TrapVaq MT2 recovered 95 100 of � the bullets and bullet fragments from the bullet trap; 2) MT2 contalrrerized, labeled, removed andl transported off site recovered range lead and other metal slug and shot from spent ammunition;3)MT2 containerized,transported separated shredded rubber for reuse at the Aurora Police Department range site;and 4)MT2 HEPA vacuumed the trap. Aurora Police Dept. Firing RaUSe Lead Remedlatlon: AuroraY CO: MT2 was contracted to provide cast-effective firing range lead maintenance at Aurora Police Department Range #1, a bullet trap/berm with rubber media. The range Is approximately 100 feet wide by 12-15 feet high.The firing range Is a static range; bullets are fired at stationary targets from a firing Ilne. MT2 removed and separated lead bullets from the rubber media within the trap; replaced degraded and lost rubber media(MT2 Installed 25mm Ballistic Rubber to attain a �, w uniform depth of approximately 6"within the backstop berm); and recycled recovered lead bullets. MT2 performed these maintenance tasks In compliance with CDPHE regulations Including dust control and monitoring and storm water protection and control measures. Greeley Police Department Shooting Flange Lead �� �m ern i Remediatlon, Greeley, CO: MT2 was contracted to perform f /' �� i;;r�J� bullet trap lead removal and removal/replacement of ballistic granulated rubber media at the Greeley Police Department w* outdoor small arms range located approximately. MT2 range lead remedlation tasks Included:1)Removal of lead fragments from the rubber berm trap, Including the removal of bullets, casings,soil and debris from the rubber berm trap;2)Repair of existing rubber berm a nd replaced recycled rubber media back on the containment area; 3) Installed additional new rubber media as needed to the back stop slope to meet specifications for correct angle and a depth of 24" minimum per drawings; and 4) Containerized hazardous wastes created during the project for proper transport and disposal Including collected shooting related debris,PPE and HEPA filters. EXHIBIT A Cherry- Creek Gun Club - Aurora,. CO, The Cherry Creek Gun Club Indoor firing range facility contained lead contaminated soil. Lead bullet and bullet fragments from within the tap four r feet of the Impacted surface were In a confined space within the base containment at the end of a culvert. The primary project objectives were to deploy a flexible, reliable and cost- ' effective stabilization method to treat the lead contaminated soil to below the RCRA standard of 5.0 mg/1 TCLP,followed by transportation of removed sail to a non-hazardous disposal site. MT2 project services and treatment with ECCIBONDII successfully treated the lead contaminated soil to the required RCRA level of less than 5.0 mg/I TCLP lead. MT2's successful project activities Included working In a confined space environment.ECOBOND did not significantly increase the final weight of the soil,thus reducing disposal costs, Decommissioningand Closure of Indoor FiringRange,Arvada CO The City of Arvada required cast-effective,safe and responsible lead/lead dust treatment In order to decommission a former indoor firing range. This lead hazard project Included both lead dust and lead ' contamination In paint and in a variety of building materials Including w wood, cinderblock, sheet rock, concrete and ceramic tile. Sampling confirmed lead levels up to 100,000 ppm or 10% by weight,which Is ° �- ��,„"�i �� , r •d considered a substantial risk. Major concerns for this project Included �sb� i~f Worker safety and protection from lead hazards, Prevention of lead � V dust contamination to other building areas and the environment,and Effective treatment of lead dust and lead contamination for loin cost,. environmentally protective waste disposal. The City selected MT2's �,• t� ECfOBGNDO LBP technology based on Its proven ability to i Seal lead dust, reducing airborne lead dust generation by up to 99%; thereby �� � V° protecting workers and the environment; 2), Effectively treat lead In building materials,allowing for non-hazardous waste disposal,and 3)Save time and money through ease of application -easily applied using a standard commercial paint sprayer. MT2's ECOBONDO technology provided highly effective lead treatment with an average 92%reduction in lead dust and TCLP results for treated materials well below 5.0 mg/I Pb at a cost of less than 25C per square foot for the product plus application. EXHIBIT B INSURANCE REQUIREMENTS FOR CONSTRUCTION PROJECTS 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. A. Minimum Scope of Insurance Contractor shall obtain insurance of the types, described below: 1 C;Q1pMgrS;1a1 Ggner insurance shall be written on ISO occurrence! form CG 00 01 or Its equivalent. This coverage may be any combination of primary, umbrella or excess liability coverage affording total liability limits of not less than $3,000,000 per occurrence and in the aggregate. Products and Completed Operations coverage shall be provided for a period of 3 years following Substantial Completion of the work. The Commercial General Liability insurance shall be endorsed to provide the Aggregate per Project Endorsement ISO form CG 25 03 11 85. The City shall be named as an Additional Insured under the Contaictor's Commercial General Liability insurance policy with respect to the: work performed for the City. All endorsements adding Additional Insureds shall be issued on form CG 20 10 1185 or a form deemed equivalent, providing the Additional Insureds with all policies and endorsements set forth In this, section. 2. Automobile.Liability insurance covering all owned, non-owned, hired and leased vehicles. Coverage shall be, written on Insurance Services, Office (ISO) form CA 00 01 or a substitute form providing equivalent liability coverage. If necessary, the policy shall be endorsed to provide contractual liability coverage. 3. Workers' Compensation coverage as required by the Industrial Insurance laws of the State of Washington. 4. Contractor's Pollution Liability insurance covering losses caused by pollution conditions that arise from the operations of the Contractor. B. Minimum Amounts of Insurance Contractor shall maintain the following insurance limits: EXHIBIT B (Continued) D. Contractor's Insurance for Other Losses The Contractor shall assume full responsibility for all loss or damage from any cause whatsoever to any tools, Contractor's employee owned tools, machinery, equipment, or motor vehicles owned or rented by the Contractor, or the Contractor's agents, suppliers or contractors as well as to any temporary structures, scaffolding and protective fences.. E. Waiver of Subrogation The Contractor and the City waive all rights agaiinst each other any of their Subcontractors, Sub-subcontractors, agents and employees, each of the other, for damages caused by fire or other perils to the extend covered by Builders Risk insurance or other property insurance obtained pursuant to the Insurance Requirements Section of this Contract or other property insurance applicable to the work. The policies shall provide such waivers by endorsement or otherwise. F. Acceptability of Insurers Insurance is to be placed with insurers with a current A.M. Best rating of not less than ANII. G. '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 Automobile Liability and Commercial General Liability insurance of the Contractor before commencement of the work. H. Subcontractors Contractor shall include all subcontractors as insureds under its policies or shall furnish separate certificates and endorsements for each subcontractor. All coverages for subcontractors shall be subject to all of the same insurance requirements as stated herein for the Contractor. Client#:33569 METTREPC ACORD. CERTIFICATE OF LIABILITY INSURANCE DATE(MMIDD1YYYY) 4107/2016 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND,EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S1r AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT:If the certificate holder is an ADDITIONAL INSURED,the pollcy(les)must be endorsed.If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy,certain policies may require an endorsement A statement on this certificate does not confer rights to the certificate holder In Ileu of such endorsement(s). PRODUCER Pat Reece Holmes Murphy-Colorado o E t:720-622-8246 FAX No):865-668-0069 7600 East Orchard Road,Suite 330 South A IpitE , preece@holmosmurphy.com Village,CO 80111 INSURERS AFFORDING COVERAGE NAIC a INSURER A:Starr Indemnity&Liability Corn 38318 INSURED INSURER a. Metals Treatment Technologies,LLC ------__-- - ---- dba MT2, LLC INSURER C: 14045 West 66th Avenue wsvaER°: Arvada,CO 80004 OM ER E INSURER f: COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACTOR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS. EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. L TYPE OF INSURANCEOL CY EFF POL C S U _ POLICY NUMBER MMID MMID LIMITS A GENERALLIABILITY X 1000066167161 1010112016 10/0112016 EACH OCCURRENCE $1 000000 X COMMERCIAL GENERAL LIAS:LITY ELATED �i ta000yrenceL 5100,000 XpCLAIMS-MADE a OCCUR MIST EXP(Any one arson S5 000 BliimPD Ded:$2 5L 00 PERSONAL&AOV INJURY $1,000,000 GENERAL AGGREGATE s2,000,000 GENL AGGREGATE LIMIT APPLIES PER: PRODUCTS•COM)fOP AGG s2,000,000 POLICY X PR - .F-1OC S A AUTOMOBILE LIABILITY SISIPCA08276015 10/01/2015 101011201!# a eg��e�}'NGLE MIT Si 000 000 X ANY AUTO LBOOILY INJURY(Per person) S ALL OVIN AUTOSEO M ED BODILY INJURY(Per accident) S X WREOAUTOS X ANO�NO-0YS NlED I P �DA►tAGE S f A UMBRELLA LIAR X OCCUR 1000336207151 10101/2015101011201 EACH OCCURRENCE 38 U00,000.._.,___„ �( EXCESS LIAR LAIMS4AAOE I AGGREGATE S 00O 000 OEO X RETENTIONSO 1 S WORKERS COMPENSATION - - _ WC ST TU- OTH- A AND EMPLOYERS'UABILITY YIN 100000148901 10/01/2015 10/0112016 X T �r LlrnTg __ ANY PROFRiETOR1P_P�TNER/EXECUTIVE 'E.L.EACH ACCIDENT 51 OOO 0OO OFFICERIMEMEER UOE09 a NIA (Mandatory InNIQ If E.LOISEASE-EAEt�lOYE 11OOD000 yyes,desalt under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT I S1.000.000 A Professional Llab 1000065167151 1010112015 10/01/2016 $1,000,000;$16,000 Dad A Pollution Liab 1000065167151 0/01/2015 1010112016 i $1,000,000;$2,500 Dad DESCRIPTION OF OPERATIONSI LOCATIONS I VEHICLES(Attach ACORN 101,Add tIonal Remarks Schedule,If more space Is required) As required by written contract or written agreement,The City Kent are included as Additional Insured under General Liability and Automobile Liability with respect to the above referenced. As required by written contract or written agreement,under General Liability on a primary and non contributory basis with respect to the above referenced. (See Attached Descriptions) CERTIFICATE HOLDER CANCELLATION ANY OF THECANCELLED City of Kent THE SHOULD EXPIRATION DATE V THEREOF, NOT DESCRIBED CEIEWILL BE DELIVERED NE 220 Fourth Avenue South ACCORDANCE WITH THE POLICY PROVISIONS. Kent,WA 98032 AUTHORIZED REPRESENTATIVE (T44u+- ©1888-2010 ACORD CORPORATION.All rights reserved. ACORD 25(2010105) 1 of 2 The ACORD name and logo are registered marks of ACORD #S2000901M199262 SAKS1 DESCRIPTIONS (Continued from Page 1) As required by written contract or written agreement,a Waiver of Subrogation in favor of the Certificate Holder applies to Workers Compensation,General Liability and Automobile Liability with respect to the above referenced. SAGITTA 25.3(2010105) 2 of 2 ##S200090/M199262 POLICY NUMBER:1000065167151 COMMERCIAL GENERAL LIABILITY CG20100413 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS -- SCHEDULED PERSON OR ORGANIZATION This endorsement modifies Insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s)Or Organizations : Location(s)Of Covered Operations Where Required By Written Contract I Where Required By Written Contract Information required to complete this Schedule if not shown above will be shown in the Declarations. A. Section 11 — Who Is An Insured Is amended to 1. All work, including materials, parts or Include as an additional insured the person(s) or equipment furnished in connection with such organization(s) shown in the Schedule, but only work, on the project (other than service, Wth respect to liability for"bodily injury", "property maintenance or repairs) to be performed by or damage" or "personal and advertising injury" on behalf of the additional Insured(s) at the caused, in whole or in part, by: location of the covered operations has been 1. Your acts or omissions; or completed;or 2. The acts or omissions of those acting on your 2. That portion of "your work" out of which the { behalf; injury or damage arises has been put to its in the performance of your.ongoing operations for intended use by any person or organization the additional Insured(s) at the locations) other than another contractor or subcontractor designated above. engaged in performing operations for a principal as a part of the same project. However. 1. The insurance afforded to such additional C. With respect to the insurance afforded to these insured only applies to the extent permitted by additional insureds, the following is added to law; and Section III--Limits Of insurance: 2. If coverage provided to the additional insured Is If coverage provided to the additional Insured is required by a contract or agreement, the required by a contract or agreement, the most we insurance afforded to such additional insured will pay on behalf of the additional insured is the will not be broader than that which you are amount of insurance: required by the contract or agreement to 1. Required by the contract or agreement; or provide for such additional insured. 2. Available under the applicable Limits of B. With respect to the insurance afforded to these Insurance shown in the Declarations; additional Insureds, the following additional whichever is less. exclusions apply: This endorsement shall not Increase the This Insurance does not apply to "bodily injury" or applicable Limits of Insurance shown in the "property damage"occurring after. Declarations. CG 2010 0413 C Insurance Services Office, Inc.,2012 Page 1 of 1 COMMERCIAL GENERAL LIABILITY CG 20 33 0413 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - AUTOMATIC STATUS WHEN REQUIRED IN CONSTRUCTION AGREEMENT WITH YOU This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART A. Section II -- Who Is An Insured is amended to B. With respect to the insurance afforded to these Include as an additional Insured any person or additional insureds, the following additional organization for whom you are performing exclusions apply: operations when you and such person or This insurance does not apply to: organization have agreed in writing In a contract or agreement that such person or organization be 1• "Bodily injury", "property damage" or "personal added as an additional insured on your policy, and advertising injury" arising out of the Such person or organization is an additional rendering of, or the failure to render, any insured only with respect to liability for "bodily professional architectural, engineering or injury", "property damage" or "personal and surveying services,including: advertising injury"caused,in whole or In part, by: a. The preparing, approving, or failing to 1. Your acts or omissions; or prepare or approve, maps, shop drawings, opinions, reports, surveys, field orders, r 2. The acts or omissions of those acting on your change orders or drawings and t behalf;In the performance of your ongoing specifications;or operations for the additional Insured. b, Supervisory, inspection, architectural or However,the insurance afforded to such additional engineering activities. Insured:I1. Only applies to the extent permitted by law;and This exclusion applies even if the claims against any Insured allege negligence or other wrongdoing 2. Will not be broader than that which you are In the supervision, hiring, employment, training or required by the contract or agreement to monitoring of others by that insured, if the provide for such additional insured. . "occurrence" which caused the "bodily Injury" or A person's or organization's status as an additional "property damage", or the offense which caused Insured under this endorsement ends when your the"personal and advertising Injury", involved the operations for that additional Insured are rendering of or the failure to render any completed. professional architectural, engineering or surveying services. CO 20 33 0413 0 Insurance Services Office, Inc.,2012 Page 1 of 2 2. "Bodily injury" or `property damage" occurring same project. after: C. With respect to the Insurance afforded to these a. All work, including materials, parts or additional Insureds, the following Is added to equipment furnished In connection with Section III-Urnits Of Insurance; such work, on the project (other than The most we will pay on behalf of the additional service, maintenance or repairs) to be insured is the amount of Insurance: performed by or on behalf of ft additional 1. Required by the contract or agreement you Insured(s) at the location of the covered have entered into with the additional insured;or operations has been completed,or 2. Available under the applicable limits of b. That portion of"your work"out of which the Insurance shown in the Declarations; injury or damage arises has been put to its whichever is less. intended use by any person or organization other than another contractor or This endorsement shall not increase the applicable subcontractor engaged in performing limits of Insurance shown in the Declarations, operations for a principal as a part of the Page 2 of 2 ®insurance Services Office, Inc., 2012 CG 20 33 04 13 Page I of 4 State of Washington Department of Labor & Industries Prevailing Wage Section - Telephone 360-902-5335 PO Box 44540, Olympia, WA 98504-4540 Washington State Prevailing Wage The PREVAILING, WAGES listed here include both the hourly wage rate and the hourly rate of fringe benefits. On public works projects, worker's wage and benefit rates must add to not less than this total. A brief description of overtime calculation requirements are provided on the Benefit Code Key, Journey Level Prevailing Wage Rates, for the Effective Date: 4/8/2016 Count Trade Job Classification Aaq.2.�pllday 9vertime Note King Labo"r'ers lAir, Gas Or Electric Vibrating $43.9�5 7A 31 !iScreed King Laborers lAirtrac Dritt Operator $45.32 7A 31 King Laborers Ballast Regular Machine $43.95 7A 31 King Laborers Batch Weighman $37.26 A 31 King Laborers Brick Pavers $43.95 A 31 King Laborers Brush Cutter $43.95 A 31 �King Laborers Brush Hog Feeder $43.95 A 31 in Laborers Burner $43.95 7A 31 °Xlng Laborers Caisson Worker $45.32 7A 31 ng Laborers Carpenter Tender $43.95 7A 31 King LabMia Caulker $43.,95 Z6 3J King Labprm Cement Dumper-p,aving $44.76 w 2A 31 King Cement Finisher Tender $43.95' ZA 11 King LAb-omeu Change House Or Dty Shack $43,95 2A 1 King LAL)Q I � Chipping Gun (under 30 Lbs.) $43.95 7-A King Laborers Chipping Gun(30 Lbs. And $44.76 7A 31 I Over) King Laborers Choker Setter $43.95 7A 31 King Laborers Chuck Tender $43.9'5 LA 31 King LA11gLe-ci Clary Power Spreader $44.76, ZA- x King hAbqLqr.5 Clean-up Laborer $43.95 2A 31 King Liala[eu :Concrete Dumper/chute $44.76 2A 3.1 Operator Laborers Concrete Form Stripper $43.95 A 31 King Laborers Concrete Placement Crew $44.76 A 31 King Laborers Concrete Saw Operator/core $44,76 7A 31 Driller King Laborers Crusher Feeder $37.26 A 31 King mmµiLabourers Curing Laborer $43.,95 7A 31 King I Laborers $4195 7A 1� 31 littps:/Ifortress.wa.gov/liii/wagelooktil)/PrvWagelooktip.aspx 4/8/2016 91OZ/8/V x s rira c ��a y n.rci�clr� oo� nn�err�{nQ un 'ssa.�,fl //sc��tf IE VL 9L1bb5 Japua,l.1od a Id sJaJmge1 Sul>I IE YL 91WS Jollex/Ja el a Id - sJajoge-1 Sui78 T vz ZE'spS peal Ja el aid . UUW Sulm T vL 9Z"LE5 Je)1011d �Mqq SuI>l T VZ 9L16175 Ja eaJg 3uawan d a l SuI>l qq jaleM J allun elgpueS �:qd 13 aaaaauo:)up Jaaem 13 JIv' atnssaJd 48IFI JO uolgeulqwo:) Suisn uagM Jal>n:)uaaJg I£ VL 9L'6bS `dujnd alaJ:)u©:)) uewalzzoN vaJagej Sul>I 6 IE VL 9L'66S anl3awoa)ol AS Ujp-uewJozoW' sJaJogel sul>i - IE VZ WDS uosJad PRA lelJaM sjaiogel sul>i VZ 9L,Pps umpnw-Japling aloqueW - saaaogel SuI)i IE VL WU$ uOsJad aoueua4ulQw sJaJoge-1 auI>I v'L 9LIPPS Jo3eJadp weagJaseg s.taJogery BuI>{ p IE 9L"66S JawWeqlael- sJajog2 4 'Sul>l T ZE'SpS JaleaS ON �i 3 SuIA lanai) rE VL IG6-EVS JajJoM alseM sraopJeleH sJ Jogs Sul.4 �g lane) Tf VZ 9L"Pv5, JaNJOW915ft SOON MH sJ�q—q Sum `�larval IE V WE6S aa�lJop YM 3 lseM snOPMeH e Fl lleJpienE sJaJoge-1,p Suit., sweag uolsua,L zsod r T V7 9L'beS Sulpnpul(aJnssaJd) uawlnoJD s"16JUM Sul}I IE VZ 6"E6S Japua.,aulq:)eW InoJ sJajoge 8ul>l' r IE VL JG6'E6S sJapulJD sJaaogel &uINII uosJad y I£ �L jZE*gpS 11sueJL Jaa:)aq:)apeJE) sJaldgel Sul>I T '9Z WEBS Jaaoge-IleJauag SuI>l T VZ WEDS stapling jajseg uelgeE Sul>I T VZ WE'PS Ja>las uAjoj aq Sulm T VZ 9Z'LES plemaJlj UMN( r ,.,.. SUI># T VL 96'EP$ _ �mm sJapeJE)auld g7almlTuD# 9E 9L'bb$ ones uleq:)Ja)lang 13 JalleA sJaJaq�j SUI51 IE L 96'DS JaNJOM ioJ;uo:)uolsoJ3 sJaJogel Sul}{ I£ VL 6`EPS uel:)}ugaa.L Axod3 sJaJogel 8ul>l IE VL WEPS uosJad dwn(l s)aaogel SuI)i IE VZ WEDS SWIM Vels Aja sJaJoge-1 $uI}l" 4 d_ (puowel T VZ 9L"vb5 opleJlado Illip rjmu.l SuI)i T 'vZ ZE'SI'S JaAl(l 91JIUM _.... Sul>l T V—Z WEDS Jagel(I gaII(I n Sut>I {lelJalew paJJeq: 'foul) SulAow B Sulpaim .uollllowad VJO Z 02e(I Page 3 of 4 King tt(_)a.rS. Pipe Retiner $44.76 7-A 31........... King iLaborer Pipe Wrapper $44.76 ZA 31 9 La-bore,s Pot Tender $43.95 M 31 'King Ub_Qw� Powderman $45.32 7A if FKing I-i i t-nr e r s Powderman's Helper $43.95 7A it Kin g Laborers Power Jacks $44.76 7A 31 I,,King Laborers Railroad Seike Putter- Power $44.76 7A 31 �Kin�g Laborers Raker- Asphalt $45.321 7A 31 VT ,King Laborers Re-timberman $4532 7A it �Kin g Laborers Remote Equipment Operator $44.76 7A 31 King lalrpl's Rigger/signal Person.-- $44.76 7A 31 King Laborers Rip Rap Person $43.95 7A 31 King 'Laborers Rivet Buster $44.76 7A 31 King Laborers Rodder $44.76 7A 31 King Laborers Scaffold Erector $43,95 7A 31 King Laborers Scale Person $43.95 7A 31 King Lil-turga Sto2er (over 20") $44.76 7A 31 King �lcrs Sloper S2rger $43,.95 7A I Spreader (concrete) $44.76 JA 31 King LAbqLer5 Stake Hopper $43.95 ZA 21 King Igborgg Stock Piler $43.95 7A I King Laborers Tamper 8t Similar Electric, Air $44.76 7A 31 Et Gas Operated Tools King Laborers Tamper(multiple ft Self- $44.76 LA 31 2r02elted) King Laborers Timber Person -Sewer $44.76 7A 31 1 (tagger, Shorer Et Cribber) bKjng Laborers Tootroom Person (at Jobsite) $43.95 7A 31 King Laborers To $43.95 7-A 31 King Labgoeu Track Laborer $43.95 ZA 31 King Laborers Track Liner(2over) $44.76 ZA_ 31 King ILab ws Traffic Control Laborer $39.84 2A 31 aKing Ui�=U Traffic Control S2E2a�� $39.84 7-A 31 King Laborers Truck Spotter $43.95 7A 31 King I Laborers Tugger Operator $44.76 7 31 King Laborers Tunnel Work-Compressed Air $74.29 7A 31 Worker 0.30 psi King Laborers Tunnel Work-Compressed Air $79.3,2 7_8 I Worker 30.01-44.00 psi p King Laborers Tunnel Work-Compressed Air $83.00 7A 31 Worker 44.01-54,00 si King Laborers Tunnel Work-Compressed Air $88.70 2A 31 AQ Worker 54,01-60,00 psi King Laborers Tunnel Work-Compressed Air $90,82 7A 31 Worker 60,01-64.00 psi King La o ers Tunnel Work-Compressed Air $95.92 ZA 31 AQ Worker 64.01.68,00 psi lit tl)s:/Yfortress.wa.gov/lni/wageI ookup/prvWagel ookup,aspx 4/8/2016 Page 4 of 4 King Laborei Tunnel Work-Compressed Air I $97.82 2A I AQ i Worker 68.01.70.00 psi King Laborers Tunnel Work-Compressed Air $99.82 7A 31 Worker 70.01.72.00 psi King Laborers runnel Work-Compressed Air $101.82 26 31 AQ Worker 72.01-74.00 psi 11(ing Laborers Tunnel Work-Guage and Lock $45.42 7A 3! Tender King Lab rers Tunnel Work-Miner $45.42 2A 31 $Q King Lob erg Vibrator $44.76 I.A it King Laborers Vinyl Seamer $43.95 7A 31 King Laborers Watchman $33.86 7A 31 King Laborers Welder $44.76 7A 31 King Laborers jWelt Point Laborer $44.76 7A 31 King Laborers IWIndow Washer/cleaner $33.86 7A 31 littps://foitress.wa.gov/lni/Wagelooktip/PrvWagelookxip.aspx 4/8/2016 REQUEST FOR MAYOR'S SIGNATURE ° Print on Cherry-Colored Paper KIENT Routing Information: (ALL REQUESTS MUST FIRST BE ROUTED THROUGH THE LAW DEPARTMENT) Approved by Director Originator, Chris, Sprague Phone (Originator): 857 Cite Sent, A l 5/1 gate Required` ASAP Return Signed Document to: Kim Komoto Contract Termination Date, JuCie 20 2016 VENDOR NAME: Cate Finance Notified; MT , LLCr (Only required on contracts 20 000 and over or an an Grant GATE OF' COUNCIL APPROVAL: N/A Date Risk Manager Notified:4/6/16 Re uired on Non-City Standard Contracts A reements Has this Document been Specific0ly Account Number: Authorized in the Budget? eYES Q NO C) ,)Z 2,1 "� 5L15 Brief Explanation of Document, Maintenance, including bullet trap cleaning for the firing range. 11NOW waft '&B)All CO o hrough T e Law Department ,:: � ihprjt b' *pleted by to a rtment) Received: Approval of Law Dept,. Lave De t. Comments. i P c Date Forwarded to Ma or: Shaded Areas To Be Completed any A,,, 1 istration Staff deceived f�zir w� vanm'i Recorn �ndations:and Comments: � aVi�rm 0 -" wi�Yw��V Disposition:; //,W/ 1 `0't r" Date eturhed,", <<"fOf FACIV1 OTM5 OrArr MI ProcessingRequest W Mayors 91pature.dacy �