Loading...
HomeMy WebLinkAboutPK10-147 - Original - Design Air - Fourth Floor City Hall Duct Work - 07/16/2010 afn. �.6= a Records Man-a-g--- em'ent KENT Document YJ0.5 HlNGTON ➢ ,09 r 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. If you have questions, please contact City Clerk's Office. Vendor Name: Design Air Vendor Number: JD Edwards Number Contract Number: PJ\ to- 7 This is assigned by City Clerk's Office Project Name: Fourth Floor City Hall Duct Work Description: ❑ Interlocal Agreement ❑ Change Order ❑ Amendment ® Contract ❑ Other: Contract Effective Date: 7/2010 Termination Date: 8/2010 Contract Renewal Notice (Days): 60 Number of days required notice for termination or renewal or amendment Contract Manager: Charlie Lindsey Department: Parks/Facilities Detail: (i.e. address, location, parcel number, tax id, etc.): 220 4tb Ave S, Kent, Wa. 98032 S Publlc\RecordsManagement\Forms\ContractCover\adcc7832 1 11/08 • KENT NAS HI YGTOF PUBLIC WORKS AGREEMENT between City of Kent and Design Air THIS AGREEMENT is made by and between the City of Kent, a Washington municipal corporation (hereinafter the "City"), and Design Air organized under the laws of the State of Washington, located and doing business at 8657 South 190th st , Kent, Wa. 98031, 253-854- 2770, Ken Phillips (hereinafter the "Contractor"). AGREEMENT The parties agree as follows: I. DESCRIPTION OF WORK. Contractor shall perform the following services for the City in accordance with the following described plans and/or specifications: At City of Kent City Hall 4th Floor remove, dispose and replace the duct wrap insulation as required, repair sheet metal as required, located at 220 4th Ave S, in the City of Kent in accordance with the proposal dated June 22, 2010, which is attached and incorporated as Exhibit A. Contractor further represents that the services furnished under this Agreement will be performed in accordance with generally accepted professional practices within the Puget Sound region in effect at the time such services are performed. II. TIME OF COMPLETION. The parties agree that work will begin on the tasks described in Section I above immediately upon execution of this Agreement. Upon the effective date of this Agreement, the Contractor shall complete the work described in Section I within 60 days. III. COMPENSATION. The City shall pay the Contractor a total amount not to exceed $14,892.00, including any applicable Washington State Sales Tax, for the work and services contemplated in this Agreement. The City shall pay the Contractor fifty percent (500/0) of the Contract amount upon completion and acceptance of the work by the City, and the remainder upon fulfillment of the conditions listed below and throughout this Agreement. A. No Payment and Performance Bond. Because this contract, including applicable sales tax, is less than $35,000, and pursuant to Chapter 39.08 RCW, the Contractor, in lieu of providing the City a payment and performance bond, has elected to have the owner retain the final fifty PUBLIC WORKS AGREEMENT - 1 (Over$1OK, under$35K, and No Performance Bond) T percent (50%) of the Contract amount for a period of sixty (60) days after the date of final acceptance, or until receipt of all necessary releases from the State Department of Revenue, the State Department of Labor & Industries, and the State Employment Security Department, and until settlement of any liens filed under Chapter 60.28 RCW, whichever is later. B. Defective or Unauthorized Work. The City reserves its right to withhold payment from Contractor for any defective or unauthorized work. Defective or unauthorized work includes, without limitation: work and materials that do not conform to the requirements of this Agreement; and extra work and materials furnished without the City's written approval. If Contractor is unable, for any reason, to satisfactorily complete any portion of the work, the City may complete the work by contract or otherwise, and Contractor shall be liable to the City for any additional costs incurred by the City. 'Additional costs" shall mean all reasonable costs, including legal costs and attorney fees, incurred by the City beyond the maximum Contract price specified above. The City further reserves its right to deduct the cost to complete the Contract work, including any Additional Costs, from any and all amounts due or to become due the Contractor. C. Final Payment: Waiver of Claims. THE CONTRACTOR'S ACCEPTANCE OF FINAL PAYMENT (EXCLUDING WITHHELD RETAINAGE) SHALL CONSTITUTE A WAIVER OF CONTRACTOR'S CLAIMS, EXCEPT THOSE PREVIOUSLY AND PROPERLY MADE AND IDENTIFIED BY CONTRACTOR AS UNSETTLED AT THE TIME FINAL PAYMENT IS MADE AND ACCEPTED. IV. 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 Contractor has the ability to control and direct the performance and details of its work, the City being interested only in the results obtained under this Agreement. B. The Contractor maintains and pays for its own place of business from which Contractor's services under this Agreement will be performed. C. The Contractor has an established and independent business that is eligible for a business deduction for federal income tax purposes that existed before the City retained Contractor's services and is a service other than that furnished by the City, or the Contractor is engaged in an independently established trade, occupation, profession, or business of the same nature as that involved under this Agreement. D. The Contractor 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 Contractor has registered its business and established an account with the state Department of Revenue and other state agencies as may be PUBLIC WORKS AGREEMENT - 2 (Over$1OK, under$35K, and No Performance Bond) required by Contractor's business, and has obtained a Unified Business Identifier (UBI) number from the State of Washington. F. The Contractor has a valid contractor registration pursuant to Ch. 18.27 RCW or an electrical contractor license pursuant to Ch. 19.28 RCW. G. The Contractor maintains a set of books dedicated to the expenses and earnings of its business. V. TERMINATION. The City may terminate this Agreement for good cause. "Good cause" shall include, without limitation, any one or more of the following events: A. The Contractor's refusal or failure to supply a sufficient number of properly skilled workers or proper materials for completion of the Contract work. B. The Contractor's failure to complete the work within the time specified in this Agreement. C. The Contractor's failure to make full and prompt payment to subcontractors or for material or labor. D. The Contractor's persistent disregard of federal, state or local laws, rules or regulations. E. The Contractor's filing for bankruptcy or becoming adjudged bankrupt. F. The Contractor's breach of any portion of this Agreement. If the City terminates this Agreement for good cause, the Contractor shall not receive any further money due under this Agreement until the Contract work is completed. After termination, the City may take possession of all records and data within the Contractor's possession pertaining to this project which may be used by the City without restriction. VI. PREVAILING WAGES. Contractor 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. Contractor shall pay prevailing wages in effect on the date the bid is accepted or executed by Contractor, 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. VII. CHANGES. The City may issue a written change order for any change in the Contract work during the performance of this Agreement. If the Contractor determines, for any reason, that a change order is necessary, Contractor must submit a written change order request to the person listed in the notice provision section of this Agreement, section XV(D), within fourteen (14) calendar days of the date Contractor 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 Contractor's costs or time for performance, the City will make an equitable adjustment. The City will attempt, in good faith, to reach agreement with the Contractor on all equitable adjustments. However, if the parties are unable to agree, the City will determine the equitable adjustment as it deems appropriate. The Contractor 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 Contractor fails to PUBLIC WORKS AGREEMENT - 3 (Over$10K, under$35K, and No Performance Bond) require a change order within the time specified in this paragraph, the Contractor waives its right to make any claim or submit subsequent change order requests for that portion of the contract work. If the Contractor disagrees with the equitable adjustment, the Contractor must complete the change order work; however, the Contractor may elect to protest the adjustment as provided in subsections A through E of Section VIII, Claims, below. The Contractor 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 Contractor 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 Contractor 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 Contractor may file a claim as provided in this section. The Contractor 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 Contractor 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 Contractor unless a timely written claim is made in strict accordance with the applicable provisions of this Agreement. At a minimum, a Contractor'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 Contractor'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 Contractor is asserting a schedule change or disruption. B. Records. The Contractor 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 Contractor'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. PUBLIC WORKS AGREEMENT - 4 (Over$IOK, under$35K, and No Performance Bond) C. Contractor's Duty to Complete Protested Work. In spite of any claim, the Contractor 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 Contractor 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 Contractor 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. CONTRACTOR MUST, IN ANY EVENT, FILE ANY LAWSUIT ARISING FROM OR CONNECTED WITH THIS AGREEMENT WITHIN 120 CALENDAR DAYS FROM THE DATE THE CONTRACT WORK IS COMPLETE OR CONTRACTOR'S ABILITY TO FILE THAT CLAIM OR SUIT SHALL BE FOREVER BARRED. THIS SECTION FURTHER LIMITS ANY APPLICABLE STATUTORY LIMITATIONS PERIOD. X. WARRANTY. Upon acceptance of the contract work, Contractor must provide the City a one-year warranty bond in a form and amount acceptable to the City. The Contractor shall correct all defects in workmanship and materials within one (1) year from the date of the City's acceptance of the Contract work. In the event any parts are repaired or replaced, 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 one (1) year from the date such correction is completed and accepted by the City. The Contractor shall begin to correct any defects within seven (7) calendar days of its receipt of notice from the City of the defect. If the Contractor does not accomplish the corrections within a reasonable time as determined by the City, the City may complete the corrections and the Contractor 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 Contractor, its sub-contractors, or any person acting on behalf of the Contractor 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. Contractor 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. Contractor 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 Contractor'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 Contractor's work when completed shall not be grounds to avoid any of these covenants of indemnification. PUBLIC WORKS AGREEMENT - 5 (Over$1OK, under$35K, and No Performance Bond) 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, agents 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. THE PARTIES FURTHER ACKNOWLEDGE THAT THEY HAVE MUTUALLY NEGOTIATED THIS WAIVER. In the event Contractor 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 Contractor's part, then Contractor 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 Contractor's part. The provisions of this section shall survive the expiration or termination of this Agreement. XIII. INSURANCE. The Contractor 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 CONTRACTOR'S RISK. Contractor 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 Contractor's own risk, and Contractor 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 Disputes 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 arising 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 PUBLIC WORKS AGREEMENT - 6 (Over$1OK, under$35K, and No Performance Bond) 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 Contractor. G. 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 Contractor agrees to comply with all federal, state, and municipal laws, rules, and regulations that are now effective or in the future become applicable to Contractor's business, equipment, and personnel engaged in operations covered by this Agreement or accruing out of the performance of those operations. PUBLIC WORKS AGREEMENT - 7 (Over$1OK, under$35K, and No Performance Bond) I. Counterparts. This Agreement may be executed in any number of counterparts, each of which shall constitute an original, and all of which will together constitute this one Agreement. IN WITNESS, the parties below execute this Agreement, which shall become effective on the last date entered below. CONTRACTOR: CITY OF KENT: By: Q a-, Gy. By: (s)00r�)` (signature) Print N me: R o el M a u,r.,. Prir- Naym : ette Cooke Itsre �� nItso r (title) DATE: �� 2� —/0 DATE: -7 NOTICES TO BE SENT TO: NOTICES TO BE SENT TO: CONTRACTOR: CITY OF KENT: Ken Phillips David Gilmore, Building Systems Coordinator Design Air City of Kent 8657 South 190`h St 220 Fourth Avenue South [Kent, Washington 98031 Kent, WA 98032 253-854-2770 (telephone) (253) 856-5085 (telephone) [Insert Fax Number] (facsimile) (253) 856-6080 (facsimile) 253•FS5�1 Co�3t AP VED TO FORM: Ken La De ment duddesmgai¢h4th PUBLIC WORKS AGREEMENT - 8 (Over$1OK, under$35K, and No Performance Bond) 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. Dated this Z�' day of 1xye , 20 (L. By: o-r\ For: eS r A PN r 6 Title: �✓/� Date: EEO COMPLIANCE DOCUMENTS - 1 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 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. Dated this day of , 20 By: For: Title: Date: EEO COMPLIANCE DOCUMENTS - 3 b eSi n Air - --- - An EMGOA Oampany Date: June 22, 2010 To: City of Kent Parks, Recreation &Community Re: Kent City Hall 4th Floor Repairs Services From: Ken Phillips Phone: 253-854-2770 Fax- 253-867-1434 To David Gilmore: Design Air is pleased to offer the following proposal for the HVAC Duct Repairs on the 4°i Floor of City Hall. This proposal is base on the prglect walk on September 4'h 2009 The following scope applies to the NTE Budget of Repairs on only the 4"' floor at this time. • Remove, Dispose and Replace the duct wrap insulation as required. • After the duct wrap has been removed the sheet metal will be repaired. Repairs could be that the duct is capped due to the top being crushed in, resealed or both.The extent of the repairs N011 not be known until it is exposed. • Neudorfer Engineers will perform a Pre Duct Repair (base line) survey as well as a final balance after the repairs have been completed. This budget is based on 40 hours of sheet metal field labor, 8 hours fab shop labor and duct insulation labor along with materials. This project will be invoiced on a T&M NTE basis. Rates are as follows: Sheet Metal $102.66, Insulation 595.84, Materials are cost plus 15%, Subcontractors are invoice price plus 10%.Labor rates above include all applicable mark up's. Page 2 of 3 The following exclusions are incorporated in this proposal: • Payment and Performance bonds(we can bond) • Washington State Sales Tax • Permits • Piping or Plumbing • Fire Protection • Controls • Refrigerant Piping • Painting, Patch or Repair • Concrete Cutting, Patching, Grouting, Core Drilling, House keeping pads, Removal, Repair or Disposal. X-Ray or magnetic testing. • Commissioning • Architectural sheetmetal and or Louvers • Temporary services and utilities, Scaffolding, Barricades. Traffic Control or Flaggers. • Electrical work, motor starters, disconnects. and line voltage wiring. VFD's • Duct smoke detectors and Smoke Testing • Structural reinforcement or access doors • General cleanup, debiis facilities and/oi debris boxes • Abatement and or Hazardous material removal or Disposal • SaniCan & fees • Smoke testing requirements • Dust control barriers • Dumpstei Fees • Ceiling removal or reinstallation • Mold Mitigation • Hazardous removal or abatement • Scaffold • Fire Rated Exhaust Shaft Page 3 of 3 ce with the above scope our proposal will be quoted as follows: In accordance v p P P 1) T&M NTrE Proposal S 13.600.00 Above prices can be held for 15 days subject to review for pi ice changes for matey ials and equipment We will work with you to hold the above prices as long as possible. Add for Payment and Performance Bond S .SS% We include all work to be performed during regular straight time hours. This proposal is based upon acceptance of a mutually agreeable contract and project schedule. We will telephone or fax our quotation to you prior to bid. Please contact the undersigned if you have any questions or concerns regarding the above scope of work. We appreciate the opportunity to work with you in bidding this project Sincerely, Resign Air Ken Phillips Cell 253-26 r-4235 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. 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 Commercial General Liability insurance shall be written on ISO occurrence form CG 00 01 and shall cover liability arising from premises, operations, independent contractors, products-completed operations, personal injury and advertising injury, and liability assumed under an insured contract. The Commercial General Liability insurance shall be endorsed to provide the Aggregate Per Project Endorsement ISO form CG 25 03 11 85 There shall be no endorsement or modification of the Commercial General Liability insurance for liability arising from explosion, collapse or underground property damage The City shall be 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 CG 20 10 11 85 or a substitute endorsement providing equivalent coverage. 2. 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 than S1,000,000 each occurrence, $2,000,000 general aggregate and a$2,000,000 products- completed operations aggregate limit EXHIBIT B (Continued) C. Other Insurance Provisions The insurance policies are to contain, or be endorsed to contain, the following provisions for Automobile Liability, Commercial General Liability and Builders Risk 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. 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 against 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. Before any exposure to loss may occur, the Contractor shall file with the City a copy of the Builders Risk insurance policy that includes all applicable conditions, exclusions, definitions, terms and endorsements related to this project. B Continued Exhibit (Continued) 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 CERTIFICA MBER MARSH CERTIFICATE OF INSURANCE NYC-0042201)55 01 PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS MARSH USA Inc NO RIGHTS UPON THE CERTIFICATE HOLDER OTHER THAN THOSE PROVIDED IN THE ATTN CHRISTINE CAYO POLICY THIS CERTIFICATE DOES NOT AMEND,EXTEND OR ALTER THE COVERAGE 601 MERRITT 7 AFFORDED BY THE POLICIES DESCRIBED HEREIN NORWALK,CT 06856-6010 COMPANIES AFFORDING COVERAGE EMCOR CERTREQUEST@MARSH COM -- _ (203)229-6787 FAX COMPANY 81312-DES-AIR-09-10 AD 20035 X A Continental Casualty Company INSURED COMPANY Ala a+ DESIGN AIR LTD B Transportation Insurance Co 8657 SOUTH 190TH STREET - KENT,WA 98031 COMPANY y C COMPANY D COVERAGES This certificate supersedes and replaces any previously Issued certificate for the policy penod noted below 4 THIS IS TO CERTIFY THAT POLICIES OF INSURANCE DESCRIBED HEREIN HAVE BEEN ISSUED TO THE INSURED NAMED HEREIN FOR THE POLICY PERIOD INDICATED NOTWITHSTANDING ANY REQUIREMENT TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THE CERTIFICATE MAY BE ISSUED OR MAY PERTAIN THE INSURANCE AFFOROED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS CONDITIONS AND EXCLUSIONS OF SUCH POLICIES AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS CO POLICY EFFECTIVE POLICY EXPIRATION LTR TYPE OF INSURANCE POLICY NUMBER DATE(MM/DD/YY) ' DATE(MMIDDIYY) LIMITS A GENERAL LIABILITY GL2095786232 10/01/09 10/01/10 GENERAL AGGREGATE $ 6,000,000 X COMMERCIAL GENERAL LIABILITY PRODUCTS-COMP/OPAGG $ 14,000,000 CLAIMS MADE �OCCUR PERSONAL&ADVINJURY $ 2,000,000 OWNER'S&CONTRACTOR'S PROT EACH OCCURRENCE $ 2,000,000 X PER PROJECT GENERAL FIRE DAMAGE(Any one fire) $ 500,000 AGGREGATE APPLIES MED EXP(Any one person) $ 25,DOD A AUTOMOBILE LIABILITY BUA 2095786280 10/01/09 10101110 COMBINED SINGLE LIMIT $ 2,000,000 X ANYAUTO ALL OWNED AUTOS BODILY INJURY $ SCHEDULED AUTOS (Par person) X HIRED AUTOS BODILY INJURY X NON-OWNED AUTOS (Per accident) $ X AUTO PHYSICAL DAMAGE PROPERTY DAMAGE $ 500 COMP/$500 COLL DED GARAGE LIABILITY AUTO ONLY-EA ACCIDENT $ ANY AUTO OTHER THAN AUTO ONLY EACH ACCIDENT $ AGGREGATE $ A EXCESS LIABILITY 2068208285 10/01/09 10/01/10 EACH OCCURRENCE $ 5000,000 X UMBRELLA FORM AGGREGATE $ 5,000,000 OTHER THAN UMBRELLA FORM $ WORKERS COMPENSATION AND WC ST TH- EMPLOYERS'LIABILITY TORY LIMITS ER EL EACH ACCIDENT $ THE PROPRIETOR/ INCL EL DISEASE-POLICY LIMIT Is TIVE PARTNERS/EXECU OFFICERS ARE EXCL EL DISEASE-EACH EMPLOYEE $ OTHER $1,000,000-EACH PERSON B WA STOP GAP LIABILITY SGL 2095786263 10/01/09 10/01/10 $1,000,000-EACH OCCURRENCE $1,000,000-13I DISEASE AGG DESCRIPTION OF OPERATIONSILOCATIONSIVEHICLES/SPECIAL ITEMS RE DAL#20035 CITY OF KENT CITY HALL 4TH FLOOR UPGRADES ADDITIONAL INSURED UNDER ALL POLICIES(EXCEPT WORKERS COMPENSATION&EMPLOYERS LIABILITY)WHERE REQUIRED BY CONTRACT CITY OF KENT WASHINGTON,PARKS AND RECREATION FACILITIES COVERAGE PROVIDED TO THE ADDITIONAL INSUREDS IS PRIMARY&NON-CONTRIBUTORY WAIVER OF SUBROGATION IN FAVOR OF CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE POLICIES DESCRIBED HEREIN BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE INSURER AFFORDING COVERAGE WILL ENDEAVOR TO MAIL 60 DAYS WRITTEN NOTICE TO THE CITY OF KENT CERTIFICATE HOLDER NAMED HEREIN BJT FAILURE TO MAI-SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR ATTN DAVID GILMORE,BUILDING SYSTEMS COORDINATOR LIAEIUTY OF ANY KIND UPON THE INSURER AFFORDING COVERAGE,ITS AGENTS OR REPRESENTATIVES OR THE 220 FOURTH AVENUE SOUTH ISSUER OF THIS CERTIFICATE KENT,WA 98032 AUTHORIZED REPRESENTATIVE of Marsh USA Inc BY Heidi Bauenrr ier MM1(3/02) VALID AS OF 07/02/10 ADDITIONAL INFORMATION NYC-004220155-01 0710Z„p°Dm' PRODUCER COMPANIES AFFORDING GE MARSH USA Inc ATTN CHRISTINE CAYO COMPANY 601 MERRITT 7 E NORWALK,CT 06856-6010 EMCOR CERTREQUEST@MARSH COM COMPANY (203)229-6787 FAX F 381312-DES-AIR-09-10 AD 20035 X INSURED COMPANY DESIGN AIR LTD 8657 SOUTH 190TH STREET G KENT,WA 98031 COMPANY H TEXT CONTINUED FROM DESCRIPTION SECTION ADDITIONAL INSUREDS UNDER ALL POLICIES CERTIFICATE HOLDER CITY OF KENT ATTN DAVID GILMORE,BUILDING SYSTEMS COORDINATOR 220 FOURTH AVENUE SOUTH KENT,WA 98032 AUTHORIZED REPRESENTATIVE of Marsh USA Inc By Heidi Bauermelster Page POLICY NUMBER GL 2095786232 Formerly Known As CG 20 10 11 85 Continental Casualty Co 10/01/2009 10/01/2010 THI S ENDORSEMENT CHANCES 1HE POLL CY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED -OWNERS,LESSEES OR CONTRACTORS (FORM E) THIS ENDORSEMENT MODIFIES INSURANCE PROVIDED UNDER THE F CLLOWING COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE NAME OFPERSON OR ORGANIZATION: INSURED DESIGN AIR LTD RE DAL#20035 CITY OF KENT CITY HALL 4TH FLOOR UPGRADES CITY OF KENT WASHINGTON,PARKS AND RECREATION FACILITIES (IF NO ENTRY APPEARS ABOVE,INFORhIATIONREQUIRED TO COMPLETE THIS END ORSEMENT WILLBESHOWNINTHE DECLARATIONS AS APPLICABLET0THIS HUDORSEMENT) WHOIS AN INSURED (SECTION II)IS AMENDED TOINCLUDE AS ANINSURED THEPERSCN OR ORGANIZATION SHOWN IN THE SCHEDULE,BUT ONLY WITH RESPECT TO LLABILITYARISR,�G OUT OF "YOUR WORK" FOR THAT INSURED BY OR FOR YOU Includes copyright material of Insurance Services Offices,Inc used with its permission Hart For &Sery o FormerlyXhownAs CG201011 85 ReoxlerNo 14.9389 • 1 •y ADDITIONAL INSURED This endorsement modifias insurance providedunder the following Business Auto Coverage Form Itis agreedthe"Who Is An Insured" promsionis amendedto Include as an insured the person or organization designated below as An additional insured,subjectto the following provisions (1) The insurance applies only with resp ect to any liability arising out of the operation of covered autos (2) The Nam ed Insured is authorized to act for such additional insured in all matters pertmning to this in surance,including receipt of notice of cancellation, (3) Return premium,if any, shalt be pai dto the Named Insured, (4) Nothing contain edhereinsh all affect any nghtofrecoveryasa claimantwhich the additional insured would have if not designated as such INSURED DESIGN AIR LTD RE DAL#20035 CITY OF KENT CITY HALL 4TH FLOOR UPGRADES i CITY OF KENT WASHINGTON,PARKS AND RECREATION FACILITIES 1 This endorsement is part of your policy and takes effect on the effective date of your policy, unless an othe r eff ectiv e date is shown below Must Be Completed Complete Only When This Endorsemerit Is Not Prepared Wth the Policy Or Is Not to be Effective wRh the Policy EhDT NO POLICY NO ISSJEDTO EFFECWE DATE OF 9 BUA 2095786294 THS ENDORSEMENT ENICORGROtP,INC 10/01/2009 10/01/2010 CNA For AI I The Cornm ihente You Matte G-39543A State of Washington DEPARTMENT OF LABOR AND INDUSTRIES Prevailing Wage Section-Telephone(360)902-5335 PO Box 44540,Olympia,WA 98504-4540 Washington State Prevailing Wage Rates For Public Works Contracts The PREVAILING WAGES listed here Include both the hourly wage rate and the hourly rate of fringe benefits On public works projects, workers'wage and benefit rates must add to not less than this total A brief description of overtime calculation requirements is provided on the Benefit Code Key KING COUNTY EFFECTIVE 3-03-2010 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code ASBESTOS ABATEMENT WORKERS JOURNEY LEVEL $40 03 1 H 5D BOILERMAKERS JOURNEY LEVEL $56 53 1C 5N BRICK MASON BRICK AND BLOCK FINISHER $39 49 1M 5A JOURNEY LEVEL $46 35 1M 5A BUILDING SERVICE EMPLOYEES JANITOR $17 98 2F 5S TRAVELING WAXER/SHAMPOOER $18 39 2F 5S WINDOW CLEANER(NON-SCAFFOLD) $22 65 2F 5S WINDOW CLEANER(SCAFFOLD) $23 51 2F 5S CABINET MAKERS (IN SHOP) JOURNEY LEVEL $16 67 1 CARPENTERS ACOUSTICAL WORKER $4860 1H 5D BRIDGE, DOCK AND WARF CARPENTERS $48 47 1H 5D CARPENTER $48 47 1H 5D CREOSOTED MATERIAL $48 57 1H 5D DRYWALL APPLICATOR $48 74 1H 5D FLOOR FINISHER $48 6C 1H 5D FLOOR LAYER $4860 1H 5D FLOOR SANDER $4860 1H 5D MILLWRIGHT AND MACHINE ERECTORS $49 47 1H 5D PILEDRIVERS, DRIVING PULLING, PLACING COLLARS AND WELDING $48 67 1H 5D SAWFILER $4860 1H 5D SHINGLER $4860 1H 5D STATIONARY POWER SAW OPERATOR $4860 1H 5D STATIONARY WOODWORKING TOOLS $4860 1H 50 CEMENT MASONS JOURNEY LEVEL $49 15 1M 5D DIVERS &TENDERS DIVER $10028 1M 5D 8A DIVER ON STANDBY $56 68 1M 5D DIVER TENDER $52 23 1M 5D SURFACE RCV&ROV OPERATOR $52 23 1M 5D SURFACE RCV&ROV OPERATOR TENDER $48 85 113 5A DREDGE WORKERS ASSISTANT ENGINEER $49 57 1T 5D 8L ASSISTANT MATE(DECKHAND) $49 06 1T 5D 8L BOATMEN $49 57 1T 5D 8L ENGINEER WELDER $49 62 1T 5D 8L Page 1 KING COUNTY EFFECTIVE 3-03-2010 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code LEVERMAN, HYDRAULIC $51 19 IT 5D 8L MAINTENANCE $49 06 1T 5D 81- MATES $49 57 1T 5D 8L OILER $4919 1T 5D 81- DRYWALL TAPERS JOURNEY LEVEL $48 79 1E 5P ELECTRICAL FIXTURE MAINTENANCE WORKERS JOURNEY LEVEL $25 34 1E 51 ELECTRICIANS-INSIDE CABLE SPLICER $61 95 2W 51- CABLE SPLICER(TUNNEL) $66 57 2W 5L CERTIFIED WELDER $59 85 2W 5L CERTIFIED WELDER(TUNNEL) $64 25 2W 5L CONSTRUCTION STOCK PERSON $31 83 2W 5L JOURNEY LEVEL $57 74 2W 5L JOURNEY LEVEL(TUNNEL) $61 95 2W 51 ELECTRICIANS-MOTOR SHOP CRAFTSMAN $15 37 2A 6C JOURNEY LEVEL $14 69 2A 6C ELECTRICIANS-POWERLINE CONSTRUCTION CABLE SPLICER $59 79 4A 5A CERTIFIED LINE WELDER $54 59 4A 5A GROUNDPERSON $3907 4A 5A HEAD GROUNDPERSON $41 22 4A 5A HEAVY LINE EQUIPMENT OPERATOR $54 59 4A 5A JACKHAMMER OPERATOR $41 22 4A 5A JOURNEY LEVEL LINEPERSON $54 59 4A 5A LINE EQUIPMENT OPERATOR $46 32 4A 5A POLE SPRAYER $54 59 4A 5A PCWDERPERSON $4122 4A 5A ELECTRONIC TECHNICIANS ELECTRONIC TECHNICIANS JOURNEY LEVEL $31 00 1 ELEVATOR CONSTRUCTORS MECHANIC $67 91 4A 6Q MECHANIC IN CHARGE $73 87 4A 6Q FABRICATED PRECAST CONCRETE PRODUCTS ALL CLASSIFICATIONS $13 60 2K 5B FENCE ERECTORS FENCE ERECTOR $15 18 1 FLAGGERS JOURNEY LEVEL $33 93 1H 5D GLAZIERS JOURNEY LEVEL $48 61 1Y 5G HEAT&FROST INSULATORS AND ASBESTOS WORKERS MECHANIC $5028 1S 51 HEATING EQUIPMENT MECHANICS MECHANIC $59 32 1E 6L HOD CARRIERS&MASON TENDERS JOURNEY LEVEL $41 28 1H 5D INDUSTRIAL ENGINE AND MACHINE MECHANICS MECHANIC $15 65 1 Page 2 KING COUNTY EFFECTIVE 3-03-2010 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code INDUSTRIAL POWER VACUUM CLEANER JOURNEY LEVEL $9 24 1 INLAND BOATMEN CAPTAIN $48 39 1K 5B COOK $4536 1K 58 DECKHAND $4536 1K 5B ENGINEER/DECKHAND $4625 1K 5B MATE, LAUNCH OPERATOR $47 35 1K 5B INSPECTION/CLEANING/SEALING OF SEWER 8 WATER SYSTEMS BY REMOTE CONTROL CLEANER OPERATOR,FOAMER OPERATOR $31 49 1 GROUT TRUCK OPERATOR $11 48 1 HEAD OPERATOR $24 91 1 TECHNICIAN $19 33 1 TV TRUCK OPERATOR $20 45 1 INSULATION APPLICATORS JOURNEY LEVEL $48 47 1M 5D IRONWORKERS JOURNEY LEVEL $54 27 10 5A LABORERS ASPHALT RAKER $4128 1H 5D BALLAST REGULATOR MACHINE $4003 1H 5D BATCH WEIGHMAN $33 93 1H 5D BRUSH CUTTER $4003 1H 5D BRUSH HOG FEEDER $4003 1H 5D BURNERS $4003 1H 5D CARPENTER TENDER $4003 1H 5D CASSION WORKER $41 28 1H 5D CEMENT DUMPERIPAVING $40 77 1H 5D CEMENT FINISHER TENDER $4003 1H 5D CHANGE-HOUSE MAN OR DRY SHACKMAN $4003 1H 5D CHIPPING GUN (OVER 30 LBS) $40 77 1H 5D CHIPPING GUN(UNDER 30 LBS) $4003 1H 5D CHOKER SETTER $4003 1H 5D CHUCKTENDER $4003 1H 5D CLEAN-UP LABORER $4003 1H 5D CONCRETE DUMPER/CHUTE OPERATOR $40 77 1H 5D CONCRETE FORM STRIPPER $4003 1H 5D CONCRETE SAW OPERATOR $dD 77 1H 5D CRUSHER FEEDER $3393 1H 5D CURING LABORER $4003 1H 5D DEMOLITION,WRECKING 8 MOVING(INCLUDING CHARRED MATERIALS) $4003 1H 5D DITCH DIGGER S40 03 1H 5D DIVER $4128 1H 5D DRILL OPERATOR(HYDRAULIC, DIAMOND) $40 77 1H 5D DRILL OPERATOR,AIRTRAC $41 28 1H 5D DUMPMAN $4003 1H 5D EPDXY TECHNICIAN $4003 1 H 5D EROSION CONTROL WORKER $4003 1H 5D FALLERlBUCKER,CHAIN SAW $40 77 1H 5D FINAL DETAIL CLEANUP(i e,dusting,vacuuming, window cleaning,NOT $30 84 1H 5D construction debris cleanup) Page 3 KING COUNTY EFFECTIVE 3-03-2010 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code FINE GRADERS $4003 1H 5D FIRE WATCH $33 93 1H 5D FORM SETTER $4003 1H 5D GABION BASKET BUILDER $4003 1H 5D GENERAL LABORER $4003 1H 5D GRADE CHECKER&TRANSIT PERSON $41 28 1H 5D GRINDERS $40 03 1H 5D GROUT MACHINE TENDER $4003 1H 5D GUARDRAIL ERECTOR $4003 1H 5D HAZARDOUS WASTE WORKER LEVEL A $41 28 1H 5D HAZARDOUS WASTE WORKER LEVEL B $4077 1H 5D HAZARDOUS WASTE WORKER LEVEL C $4003 1H 5D HIGH SCALER $4128 1H 50 HOD CARRIERIMORTARMAN $41 28 1H 5D JACKHAMMER $4077 11-1 5D LASER BEAM OPERATOR $4077 1H 5D MANHOLE BUILDER-MUDMAN $4077 1H 5D MATERIAL YARDMAN $4003 1H 5D MINER $41 28 1H 5D NOZZLEMAN,CONCRETE PUMP,GREEN CUTTER WHEN USING HIGH $4077 1H 5D PRESSURE AIR&WATER ON CONCRETE&ROCK, SANDBLAST, GUNITE, SHOTCRETE,WATER BLASTER PAVEMENT BREAKER $4077 1H 51D PILOT CAR $33 93 1H 5D PIPE POT TENDER $4077 1H 5D PIPE RELINER(NOT INSERT TYPE) $4077 1H 51D PIPELAYER&CAULKER $4077 1H 5D PIPELAYER&CAULKER(LEAD) $41 28 1H 5D PIPEWRAPPER $4077 1H 50 POT TENDER $4003 1H 5D POWDERMAN $41 28 1H 5D POWDERMAN HELPER $4003 1H 5D POWERJACKS $4077 1H 5D RAILROAD SPIKE PULLER(POWER) $4077 1H 5D RE-TIMBERMAN $41 28 1H 5D RIPRAP MAN $4003 11-1 5D RODDER $4077 1H 5D SCAFFOLD ERECTOR $4003 1H 5D SCALE PERSON $4003 1H 5D SIGNALMAN $4003 1H 51D SLOPER(OVER 20") $4077 1H 5D SLOPER SPRAYMAN $4003 1H 5D SPREADER(CLARY POWER OR SIMILAR TYPES) $4077 1H 5D SPREADER(CONCRETE) $4077 1H 5D STAKE HOPPER $40 03 1H 5D STOCKPILER $4003 1H 5D TAMPER&SIMILAR ELECTRIC,AIR&GAS $4077 1H 5D TAMPER(MULTIPLE&SELF PROPELLED) $4077 1H 5D TOOLROOM MAN(AT JOB SITE) $4003 1H 5D TOPPER-TAILER $4003 1H 5D TRACKLABORER $4003 1H 5D TRACK LINER(POWER) $40 77 1H 5D Page 4