Loading...
HomeMy WebLinkAboutIT05-409 - Original - Sea-Aire, Inc. - Computer Room Cooling System - 12/12/2005 IM . Records Manage'emeh-1 -It. KENT Document WASHINGTGN _ 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 Mary Simmons, City Clerks Office. Vendor Name: a-A:rp- Vendor Number: 33to44 9 JD Edwards Number Contract Number: /T�S` qo I This is assigned by Mary Simmons Description: A- " flO,ux9- SuS�2rt� 3 u 1� - >,r� final; 5�Sj2m Detail: P,I'rt kl Q an c� �s�a l ( Cnn ,nQ `�S�c gyp_ Project Name: onbkicVA Contract Effective Date: \ -I-.-aL- O S Termination Date: \a-3l - C S Contract Renewal Notice (Days): 0. Number of days required notice for termination or renewal or amendment Contract Manager: So�,� rAtNt%QL►CAA:- � Department: Abstract: ADCL7832 07/02 • KENT W I.S NIN6TON PUBLIC WORKS AGREEMENT between City of Kent and Sea-Aire, Inc. THIS AGREEMENT is made by and between the City of Kent, a Washington municipal corporation (hereinafter the "City"), and Sea-Aire, Inc. organized under the laws of the State of Washington, located and doing business at 340 Upland Drive, Tukwila,WA 98188 (206) 575-8051,Attn: Dave Andringa (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: Purchase and install Liebert "Deluxe System/3" 10-ton air-cooled precision cooling system - #DH125A,which work shall include the following: - Cut unit down to fit in elevator and reassemble in room. - Refrigerant piping and core drilling. - Fenced concrete pad for new condenser. - Excavate as needed and dispose of excavated spoils offsite. -8 foot wide by 13 foot deep area from building, equidistant from tree. - 4-5 inch thick,2000 psi slab reinforced with#4 bar 12 inches apart. -6 foot fence around perimeter with gate and slats matching existing fence. - Seismic floor stand and cut floor tiles to fit around stand. - Installation labor shall be paid at prevailing wage rate as required by law. - Start up and operations check of new system. This Agreement specifically excludes site preparation for pad, landscaping, City of Kent permit and electrical wiring. Contractor further represents that the services furnished under this Agreement will be performed in accordance with generally accepted professional practices 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, Contractor shall complete the work described in Section I by December 31,2005. nT TTT T! Xlfl TT70 A ViT `I 1T TT 1 III. COMPENSATION. The City shall pay the Contractor a total amount not to exceed $40,000, which shall include any applicable Washington State Sales Tax, for the work and services contemplated in this Agreement. The Contractor shall invoice the City monthly. The City will pay for the portion of the work described in the invoice that has been completed by the Contractor and approved by the City. The City's payment shall not constitute a waiver of the City's right to final inspection and acceptance of the project. A. Performance Bond. Pursuant to Chapter 39.08 RCW, the Contractor, shall provide the City a performance bond for the full contract amount to be in effect until sixty (60) days after the date of final acceptance, or until receipt of all necessary releases from the State Department of Revenue and the State Department of Labor and Industries and until settlement of any liens filed under Chapter 60.28 RCW, whichever is later. B. Retainaae. The City shall hold back a retainage in the amount of five percent (5%) of any and all payments made to contractor 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 and the State Department of Labor & Industries and until settlement of any liens filed under Chapter 60.28 RCW, whichever is later. The amount retained shall be placed in a fund by the City pursuant to RCW 60.28.011(4)(a), unless otherwise instructed by the Contractor. C. 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. D. 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 and that the Contractor has the ability to control and direct the performance and details of its work, the City being interested only in the results obtained under this Agreement. 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. m T"T Tn Al T�"710 AlnT` AmXTT n 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. VH. 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 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 TT TTT TIT\\)Y�TTl C. ♦/'\TTT\/T1TT 1 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: t. 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. 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. 1 T TT T! \T T^"TI0 A l.TTTT ff 1XTT A ,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. 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. 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 TT iTT Tl.{l)l�n V[. •l.TTT\?TIiT C 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. TIT TTT TT IN TT 11170 l/ IITTT TAiT < 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 Agreement, each party shall pay all its legal costs and attorney's fees incurred in defending or bringing such claim or lawsuit, 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 VII 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. TTTTT T/T AITTTI/TITT .'/ 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. IN WITNESS,the parties below execute this Agreement,which shall become effective on the last date entered below. CONTRACTOR• CITY OF KENT: By: By: (Signature)� (Signature) Pr n N e: N,J l` veet Print N e: Jim White Its F A - Its Mavor / >i (Title) (Title) DATE: %�/f /n DATE: / - /,-). 'G NOTICES TO BE SENT TO: NOTICES TO BE SENT TO: CONTRACTOR: CITY OF KENT: Dave Andringa Chris Beagle Sea-Aire, Inc City of Kent 340 Upland Drive 220 Fourth Avenue South Tukwila, WA 98188 Kent, WA 98032 206-575-8051 (telephone) (253) 856-4612(telephone) 206-575-0653 (facsimile) (253) 856-4700(facsimile) APPROVED AS TO FORM: K t Law artment TTTTT T! AITl 1 n •ITTTTl IT1.TT O Department of Labor and Industries STATEMENT OF INTENT TO Prevailing Wage �G� a PAY PREVAILING WAGES (360)902-5335 Public Works Contract www Im wa gov/prevailmgwage 25.00 Filina Fee Required •This form must be typed or printed in ink. project Name conttfo1g •Fill in all blanks or form will be returned for correction(see back). G o o c-t rl •Please allow a minimum of 10 working days for processing. Contract awarding Agency(public agency-not federal or private) LT 0 r �J'EN I APFR DYED k ORM WILL BE MAILED TO THIS ADDRESS Address �t Contractor,company or agency name,address,city,state&2JP+4 1r r N U(: S City State Z[P+4 SEFk-� LI�Ec �dv�' E\"-(��-n,7 lJA 9 €5 (D3a DAwarding Agency Project Contact Penn Phone M 3 (f D LI P Lf4 C..Hk t 5 F�c P.Cz[-G gs3)2) ��✓ � County wham work will be padotmd City where work will be performed"V }�6 �f _c N l�0/u T Bid due date (m/ ) Date contra awarded (ntld/y) t9C) /(o pS /0 1 1-7 1 v5 Prime contractor(has contract with the public agency) Contractor Registration No Do intend to rue subcontractors? Do ou intend to appnmtrcesT SEA- �6R� 10� • E � Z�� ^ •",- Yet �No 3Yea No Craft/trade and occupation (Do NOT list apprentices) Rate of Rate of hourly Estimated no. Hourly Pay fringe benefits of workers Company name,address,city,state,ZIP+4 Indicate total dollar amount SEA - t Ii2E. . ly........ ..... ..M„ . of your contract 3 l (� (i14 N> n p/� I hereby certify that the above information is correct and that all r workers I employ on this Public Works Project will be paid no C�Q less than the Prevailing Wage Rates) as determined by the Industrial Statistician of the Department of Labor and Industries. Contractor Registration No UBI Title U I L e' S 7 OA,-4t -k2D(o3L� Ce0p - 3t o-4-Z ( PR ES • ti V Email address l kc-: a numbe � onir P-Je n$Ef CID(o) D S Cat! (� £ r Onl Check Number ` f� Amount APPROVED: Department of Labor and Industries Issued By. PN��hERiT RECEIVED By - - - - - - - --- - -- �,FSHIEHS Industnal Statistician F700-029-000 statement of intent to pay prevailing wages 7-02 After APPROVAL. send white copy to Award Ina AV=. Canary copy.L&I Affidavit of Wages Paid _ Page 1 of 2 Prevailing Wage Section ' Department of Labor& " ti_4 Affidavit of Wages Paid Industries PO Box 44540 Olympia, WA 98504-4540 Deceived: Affidavit Id: Status: 12/19/2005 88916 Approved on 12/19/2005 COMPANY Company MAM CONSTRUCTION Information: MAMCO"095L4 601 324 560 License History P O BOX 91 Search for Industrial KENT, WA 98035 Insurance Premium Status(253) 852-7022 Payment Type: Electronic Company Electronic Signature: PROJECT Public Agency: KENT, CITY OF 220 -4TH AVE S KENT, WA 98032-5895 County: KING Multiple Counties?No City: KENT Project Name: COOLING SYSTEM PAD Contract Number: 623 Date Intent Filed: 12/09/2005 Bid Due Date: 09/16/2005 Award Date: 10/17/2005 Date Work Completed: 12/16/2005 Prime Contractor: SEA AIREINC SEAAI I'206JQ (206) 575-8051 Did Your Company Hire Subcontractors To Perform All Work?No Did Your Company Hire Any Subcontractors? No $Amount: $4,674 00 Number of 1 Owners- Filed by: KAREN R GOFF EMPLOYEES WAGES Journey Level Trades/Occupations County Trade Occupation Wage Fringe Wo Hou KING FENCE ERECTORS FENCE LABORER $18 71 $0 00 1 5 KING LABORERS GENERAL LABORER $33 46 $0 00 1 12 1 .. u n n / • t I Pl I •m • , nTT1 nnnl / 1n Hn/nnnr 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 ali 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 day of A)a J gm her 200,E By: 0 7tT For: €P �h U1� /✓C Title: i,i2f 164y% Date: l 1/ 7 los 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 S 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 far 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. 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 2„i c_ Company, hereby acknowledge and declare that the before-mentioned company was the prime contractor for the Agreement known as Stet_A--.4- 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 eon rY , 2006 . By. For: sy4 - c �c Title: Date: t ' !7- 0 6 4G INSCO INSURANCE SERVICES, INC. insc% Underwriting Manager for: lq0 Developers Surety and Indemnity Company Indemnity Company of California 17780 Fitch,Suite 200-Irvine,California 92614•(949)263-3300 BOND NO. 576259P PUBLIC WORKS CONTRACT BOND -WASHINGTON PERFORMANCE & PAYMENT KNOW ALL MEN BY THESE PRESENTS: That we, Sea Aire, Inc,340 Upland Drive,Tukwila, WA 98188 as Principal, and Developers Surety and Indemnity Company a Iowa corporation authorized to transact a general surety business in the State of Washington, as Surety, are held and firmly bound and obligated unto City or Kent,220 Fourth Avenue S,Kent,WA 98032 in the full and 'USt SUM of Thirty Eight Thousand Eight Hundred Seventy Nine and 68/100ths-- �$38,879 68— ) Dollars, lawful money of the United States, for the payment of which sum well and truly to be made, we do bind ourselves, and each of our heirs, executors and administrators, successors and assigns, jointly and severally, firmly by these presents. This bond is executed in pursuance of Chapter 39 08, revised Code of Washington. THE CONDITIONS OF THIS OBLIGATION ARE SUCH, That whereas the Principal entered into a certain contract with the City of Kent dated the 17th day of October 2005 , for Provide and install one 10-ton Liebert air cooled computer room unit YEAR NOW THEREFORE, if the Principal shall faithfully perform all the provisions of such contract and pay all laborers, mechanics and subcontractor and materialmen, and all persons who shall supply such person or persons or subcontractors, with provisions and supplies for the carrying on of such work, then this obligation is void, otherwise to remain in full force and effect. PROVIDED, HOWEVER, that the conditions of this obligation shall not apply to any money loaned or advanced to the Principal or to any subcontractor or other person in performance of any such work. Signed and Sealed this 1st day of December , 2005 YEAR Sea Aire, Inc Developers Surety and Indemnity Company Principal 1 'Seal) Surety By. kA� 1"A kz 1)/Ut4t/-2 a By 0 IF Carmen Meyers,Attorney-in-Fact ID-1287(WA)(REV 1101) 4G� Insc%1C0 (Td[ OMp DISCLOSURE RIDER Terrorism Risk Insurance Act of 2002 The Terrorism Risk Insurance Act of 2002 created a three-year program under which the Federal Government will share in the payment of covered losses caused by certain events of international terrorism. The Act requires that we notify you of certain components of the Act,and the effect, if any,the Act will have on the premium charged for this bond Under this program, the Federal Government will cover 90% of the amount of covered losses caused by certified acts of terrorism, as defined by the Act The coverage is available only when aggregate losses resulting from a certified act of terrorism exceed$5,000,000 00. Insurance carriers must also meet a variable deductible established by the Act The Act also establishes a cap of$100 billion for which the Federal Government or an insurer can be responsible. Participation in the program is mandatory for specified lines of property and casualty insurance, including surety insurance The Act does not, however, create coverage in excess of the amount of the bond, nor does it provide coverage for any losses that are otherwise excluded by the terns of the bond, or by operation of law. No additional premium has been charged for the terrorism coverage required by the Act. Developers Surety and Indemnity Company Indemnity Company of California 17780 Fitch,Suite 200 Irvine,CA 92614 (949)263 3300 www InscoDico.com I0-1498(Rev 5/03) POWER OF ATTORNEY FOR DEVELOPERS SURETY AND INDEMNITY COMPANY INDEMNITY COMPANY OF CALIFORNIA PO BOX 19725,IRVINE,CA 92623 (949)263-3300 KNOW ALL MEN BY THESE PRESENTS,that except as expressly limited,DEVELOPERS SURETY AND INDEMNITY COMPANY and INDEMNITY COMPANY OF CALIFORNIA,do each,hereby make,constitute and appoint ***Carmen Meyers, Jennifer Dawson, James G. Hunt, J.M. Reynolds, Rose Sapoznick, Sheri E. Lundberg, jointly or severally*** as their true and lawful Attomey(s)-m-Fact,to make,execute,deliver and acknowledge,for and on behalf of said corporations,as sureties,bonds,undertakings and contracts of suretyslup giving and grantmg unto said Attomey(s)-m-Fact full power and authority to do and to perform every act necessary,requisite or proper to be done in connection therewith as each of said corporations could do,but reservmg to each of said corporations full power of substitution and revocation,and all of the acts of said Attomey(s)-m-Fact,pursuant to these presents,are hereby ratified and confirmed. This Power of Attorney is granted and is signed by facsimile under and by authority of the following resolutions adopted by the respective Board of Directors of DEVELOPERS SURETY AND INDEMNITY COMPANY and INDEMNITY COMPANY OF CALIFORNIA,effective as of November 1,2000 RESOLVED,that the Chairman of the Board,the President and any Vice President of the corporation be,and that each of them hereby is,authorized to execute Powers ofAttomey,qualifying the attomey(s)named in the Powers of Attorney to execute,on behalf of the corporations,bonds,undertakings and connects of suretyship,and that the Secretary or any Assistant Secretary of the corporations be,and each of them hereby is,authorized to attest the execution of any such Power of Attorney, RESOLVED,FURTHER,that the signatures of such officers may be affixed to any such Power of Attorney or to any certificate relating thereto by facsimile,and any such Power of Attorney or certificate hearing such facsimile signatures shall be valid and binding upon the corporation when so affixed and in the firtm a with respect to any bond,undertaking or contract of suretyship to which it is attached. IN WITNESS WHEREOF,DEVELOPERS SURETY AND INDEMNITY COMPANY and INDEMNITY COMPANY OF CALIFORNIA have severally cared these presents to be signed by their respective Executive Vice President and attested by their respective Secretary this I st day of February,2005 By: •-t�UAND��NO y O O,c � / kPANY David H.Rhodes,Executive Vice-President P R p r JQ •'... ..N Eye, i4 O P O q ri 6 fF.9r OCT 5 3y- 10 0= W 1967 a By,_Walter A Crowell,Secre =° ; 19 3 6 ;D= °•y p9<IFOPasp a2 '1. "•a..x,*.nmM STATE OF CALIFORNIA ) )SS COUNTY OF ORANGE ) On February 1,2005,before me,Nita G.Hiffineyer,personally appeared David H Rhodes and Walter Crowell,personally known to me(or proved to me on the basis of satisfactory evidence)to be the persons whose names are subscribed to the within instrument and acknowledged to me that they executed the same in their authorized capacities,and that by their signatures on the instrument the entity upon behalf of which the persons acted,executed the instrument WITNESS my hand and official seal. ��NM a HFFMEYER corait.•1543M j� Halm Kl0WCAUratw► Signature /'a "� aJm1 211111111 CLRMCATE The umderaigaed,as Executive Vice-President,of DEVELOPERS SURETY AND INDEM 41TY COMPANY and INDEMNITY COMPANY OF CALIFORNIA,does hereby certify that the foregoing Power of Attorney remains in full force and has not been revoked,and furthermore,that the provisions of the resolutions of the respective Boards of Directors of said corporations set forth in the Power`ofAttomey,are in force as of the date of this Certificate. This Certificate is executed in the City of Irvine,California,the day of '—k [f Yt t 7 uc S . By �..% David L Kerrigan,Executive Vice-President ID-I390(Rev.2105) EXHIBIT B INSURANCE REQUIREMENTS FOR CONSTRUCTION AND SERVICE CONTRACTS 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. 2. Commercial General Liability insurance shall be written on ISO occurrence form CG 00 01 and shall cover liability arising from premises, operations, independent contractors,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 1185. 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. 3. Workers' Compensation coverage as required by the Industrial Insurance laws of the State of Washington. B. Minimum Amounts of Insurance Contractor shall maintain the following insurance limits: 1. Automobile Liability insurance with a minimum combined single limit for bodily injury and property damage of $1,000,000 per accident. 2. Commercial General Liability insurance shall be written with limits no less than $1,000,000 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 and Commercial General Liability insurance: 1. The Contractor's insurance coverage shall be primary insurance as respect the City. Any Insurance, self-insurance, or insurance pool coverage maintained by the City shall be excess of the Contractor's insurance and shall not contribute with it. 2. The Contractor's insurance shall be endorsed to state that coverage shall not be cancelled by either party, except after thirty (30) days prior written notice by certified mail,return receipt requested,has been given to the City. 3. The City of Kent shall be named as an additional insured on all policies (except Professional Liability) as respects work performed by or on behalf of the contractor and a copy of the endorsement naming the City as additional insured shall be attached to the Certificate of Insurance. The City reserves the right to receive a certified copy of all required insurance policies. The Contractor's Commercial General Liability insurance shall also contain a clause stating that coverage shall apply separately to each insured against whom claim is made or suit is brought, except with respects to the limits of the insurer's liability. D. Acceptability of Insurers Insurance is to be placed with insurers with a current A.M. Best rating of not less than ANII. E. Verification of Coverage Contractor shall furnish the City with original certificates and a copy of the amendatory endorsements, including but not necessarily limited to the additional insured endorsement, evidencing the insurance requirements of the Contractor before commencement of the work. F. Subcontractors Contractor shall include all subcontractors as insureds under its policies or shall Ru-nish 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#: 18218 SEAAIRE ACORD- CERTIFICATE 4F LIABILITY INSURANCE 0DATE 4115105Drcvrr) 1FR_0DUC12R THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION Bell-Anderson Ins-Bellevue C/L ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE P.O.Box 40509 HOLDER THIS CERTIFICATE DOES NOT AMEND,EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW 11201 S.E.8TH ST,SUITE 100 Bellevue,WA 98015-4509 INSURERS AFFORDING COVERAGE NAIC# INSURED INSURER A American States Insurance Company SEA-AIRE,INC. INSURER B American Economy Insurance Company 340 UPLAND DR INSURER C TUKWILA,WA 98188 INSURER D INSURER E COVERAGES 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 CONTRACT OR 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 AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS LTR LICY N RINSRDD' TYPE OF INSURANCE POLICY NUMBER PDATE IMM/DDTYYE POLICY DAITE EM/IDDITYYN LIMITS A GENERAL LIABILITY 01CG501553 04118/05 04/18/06 EACH OCCURRENCE $1 000 000 X COMMERCIAL GENERAL LIABILITY DAMAGE TO RENTED ncel E200 00Q CLAIMS MADE O OCCUR MED EXP(Any one person) $10 000 PREMISES(Ea ccc PERSONAL 8 ADV INJURY $1 000 000 GENERAL AGGREGATE s2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER PRODUCTS COMP/OP AGG s2,000,000 POLICY PRO- LOC JECT B AUTOMOBILE LIABILITY 02CE10276501 04/18/05 041M8106 COMBINED SINGLE LIMIT $1,000,000 X ANY AUTO (Ea accident) ALL OWNED AUTOS BODILY INJURY SCHEDULEDAUTOS (Per person) $ X HI RED AUTOS BODILY INJURY $ X NON-OWNED AUTOS (Per accident) PROPERTY DAMAGE $ (Per accident) GARAGE LIABILITY AUTO ONLY-EA ACCIDENT S ANY AUTO OTHER THAN EA ACC $ AUTO ONLY AGG $ A EXCESSIUMBRELLALIABILITY OISU35098610 04118/05 04118/06 EACH OCCURRENCE s3000000 X OCCUR ❑CLAIMS MADE AGGREGATE s3,000,000 DEDUCTIBLE $ X RETENTION $10000 $ TATUj WORKERS COMPENSATION AND OICG501553 04/18105 04118/06 1 WCSLIMIT OTH- fa- EMPLOYERS'LIABILITY E A ANY PROPRIETORIPARTNER/EXECUTIVE (WA Stop Gap) E L EACH ACCIDENT $1 OOO OOO OFFICER/MEMBEREXCLUDED9 EL DISEASE-EA EMPLOYEE $tm,000 If yes,describe under SPECIAL PROVISIONS below E L DISEASE-POLICY LIMIT $2,000,000 OTHER DESCRIPTION OF OPERATIONS/LOCATIONS I VEHICLES 1 EXCLUSIONS ADDED BY ENDORSEMENT 1 SPECIAL PROVISIONS "Supplemental Name" SEA-AIRE, INC. Certificate holder Is Addltonal Insured witIf respects to the operations of the Named Insured. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION City of Kent DATETHEREOF,THE ISSUING INSURER WILL ENDEAVOR TO MAIL 30_ DAYS WRITTEN 220 S"4TH"Avenue NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT,BUT FAILURE TO DO SO SHALL Kent,WA 98032.3544 IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER,ITS AGENTS OR REPRESENTATIVES AUTHORIZED REPRESENTATIVE ACORD 25(2001108)1 of 2 #M94193 JRH o ACORD CORPORATION 1988 IMPORTANT If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). 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 lieu of such endorsement(s) DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s), authorized representative or producer,and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon ACORD 25-S(2001/08) 2 of 2 #M94193 Departrnent of Labor and Industries STATEMENT OF INTENT TO Prevailing Wage PAY PREVAILING WAGES (360)902-5335 - o www.Ini.wa.gov/prevaMnwap '�••�"° Public Works Contract 25.00 Filing Fee Require •This form must be typed or printed in ink. Prakct Now Contract a •Fill in all blanks or form will be returned for correction(see back). S y STCM •Please allow a minimum of 14 working days for processing. Cartract Awarding Agar(public age"-not federal orprivate) GT Dhlf f`Et�J 1 PPRUVEII FORM WILbBE MAILED IOTHISADDRESS Address ^ Contractor,company or agency name,address,city,state&21P+4 of 42 L4 City St" 7]P+4 SEA—b'c�4�� aldt�c-• K -F WA Ct8C) 3a Awarding Aganry P+Mect Comas Paism Poone# C-HfZ t S f a.0 r Eli"-3)5 5� rl li(i P'� ��` 1 � ✓�' rJl rJ� CxuntywhmewodtwMbepexfomed Cuywhaa wadLvanbepetommd t.N ��tiT Bid due date y) Dam mmsaa awarded (ha/d/y) D©1 ICO DS" /b 1 1-1 1 CS' Prime contactor(bas contract with the public agency) . Contractor Registration No. Do w istaod'CG 12..E m use aubc uaetamT Do immd to see apprramomT �^ !, Yea No Yet `No S E A- e'� _ t�J� . E ZD(�-• ") Craft/trade and occupation (Do NOT list apprentices) Rate of Rate of hourly Estimated no. Hourly Pay fringe benefits of worken (2�.�1�t(�Er'r�'l'ioiU/fF�l� C��vamon>lNy � � • co:� � . t 1 ConaLmityLname,address,city,state,ZIP+4 Indicate total dollar amount L-�-; A }i -E i T C of our contract $ 3 p I hereby certify that dw above information is correct and that all�A workers I employ on this Public Works Project will be paid no //�� less than the Prevailing Wage Rate(s) as determined by the � t'Z( LJJ ( L (� ZJ` 8 8 Industrial Statistician of the Department of Labor and Indtntties. Contactor Registration No. UBI Tide Stgrtatme /�p(n �E� - 4Z pp ED• l"�' ` L Email address (((1��IJJ`L�•���/ (Ph�o/n7enumil .�-./ _ 1—L l'S5-A - Kam✓(p) J DS u 'r Ciaxt Nambm: Amount: � I Qnl APPROVED: Department of Labor and Industries Issued By By Industrial Statistician 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 08-31-05 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code ASBESTOS ABATEMENT WORKERS JOURNEY LEVEL $33 46 1N 5D BOILERMAKERS JOURNEY LEVEL $33 32 1 BRICK AND MARBLE MASONS JOURNEY LEVEL $41 17 1M 5A CABINET MAKERS(IN SHOP) JOURNEY LEVEL $16 67 1 CARPENTERS ACOUSTICAL WORKER $40 23 1 M 5D BRIDGE,DOCK AND WARF CARPENTERS $40 07 1 M 5D CARPENTER $4007 1M 5D CREOSOTED MATERIAL $40 17 1M 5D DRYWALL APPLICATOR $40 22 1 M 5D FLOOR FINISHER $4020 1M 5D FLOOR LAYER $40 20 1M 5D FLOOR SANDER $40 20 1 M 5D MILLWRIGHT AND MACHINE ERECTORS $4107 1M 5D PILEDRIVERS,DRIVING, PULLING,PLACING COLLARS AND WELDING $40 27 1M 5D SAWFILER $40 20 1 M 5D SHINGLER $40 20 1M 5D STATIONARY POWER SAW OPERATOR $40 20 1 M 5D STATIONARY WOODWORKING TOOLS $40 20 1M 5D CEMENT MASONS JOURNEY LEVEL $41 11 1M 5D DIVERS&TENDERS DIVER $8319 1M 5D 8A DIVER TENDER $39 51 1M 5D DREDGE WORKERS ASSISTANT ENGINEER $40 77 1T 5D 81- ASSISTANT MATE(DECKHAND) $40 28 1T 5D 81- BOATMEN $40 77 1T 5D 8L ENGINEER WELDER $40 82 1T 5D 8L LEVERMAN,HYDRAULIC $42 34 1T 5D 81. MAINTENANCE $40 28 1T 5D 8L MATES $40 77 1T 5D 8L OILER $40 40 1T 5D 8L DRYWALL TAPERS JOURNEY LEVEL $40 29 1E 5P ELECTRICAL FIXTURE MAINTENANCE WORKERS JOURNEY LEVEL $18 69 1 Page 1 KING COUNTY Effective 08-31-05 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code ELECTRICIANS-INSIDE CABLE SPLICER $50 60 1D 5A CABLE SPLICER(TUNNEL) $54 40 1D 5A CERTIFIED WELDER $48 88 1D 5A CERTIFIED WELDER(TUNNEL) $52 50 1D 5A CONSTRUCTION STOCK PERSON $26 72 1D 5A JOURNEY LEVEL $4715 1D 5A JOURNEY LEVEL(TUNNEL) $50 60 1D 5A ELECTRICIANS-MOTOR SHOP CRAFTSMAN $15 37 2A 6C JOURNEY LEVEL $14 69 2A 6C ELECTRICIANS-POWERLINE CONSTRUCTION CABLE SPLICER $50 84 4A 5A CERTIFIED LINE WELDER $46 37 4A 5A GROUNDPERSON $3364 4A 5A HEAD GROUNDPERSON $3546 4A 5A HEAVY LINE EQUIPMENT OPERATOR $46 37 4A 5A JACKHAMMER OPERATOR $3546 4A 5A JOURNEY LEVEL LINEPERSON $46 37 4A 5A LINE EQUIPMENT OPERATOR $39 50 4A 5A POLE SPRAYER $46 37 4A 5A POWDERPERSON $3546 4A 5A ELECTRONIC TECHNICIANS ELECTRONIC TECHNICIANS JOURNEY LEVEL $31 00 1 ELEVATOR CONSTRUCTORS MECHANIC $52 27 4A 6Q MECHANIC IN CHARGE $57 41 4A 6Q FABRICATED PRECAST CONCRETE PRODUCTS ALL CLASSIFICATIONS $11 90 2K 5B FENCE ERECTORS FENCE ERECTOR $18 71 1 FENCE LABORER $12 77 1 FLAGGERS JOURNEY LEVEL $28 78 1N 5D GLAZIERS JOURNEY LEVEL $41 15 1H 5G HEAT&FROST INSULATORS AND ASBESTOS WORKERS MECHANIC $4318 1S SJ HEATING EQUIPMENT MECHANICS MECHANIC $33 65 1 HOD CARRIERS&MASON TENDERS JOURNEY LEVEL $33 94 1N 5D INDUSTRIAL ENGINE AND MACHINE MECHANICS MECHANIC $15 65 1 INDUSTRIAL POWER VACUUM CLEANER JOURNEY LEVEL $9 07 1 INLAND BOATMEN CAPTAIN $3514 1K 5B COOK $3011 1K 5B DECKHAND $2909 1K 5B ENGINEERIDECKHAND $3166 1K 5B MATE,LAUNCH OPERATOR $3324 1K 5B Page 2 KING COUNTY Effective 08-31-05 wwwwwwwwwww,twwwwwv�www*w,rww,rww*www*wwwwwwwwww*www*wwwwwwwwwwwww*ww*www,twwwwww*wwwwwwwwww*wwwt*t*ww**w**ww*ww*wwwww (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code INSPECTION/CLEANING/SEALING OF SEWER&WATER SYSTEMS BY REMOTE CONTROL CLEANER OPERATOR,FOAMER OPERATOR $9 73 1 GROUT TRUCK OPERATOR $11 48 1 HEAD OPERATOR $12 78 1 TECHNICIAN $7 35 1 TV TRUCK OPERATOR $10 53 1 INSULATION APPLICATORS JOURNEY LEVEL $40 07 1 M 5D IRONWORKERS JOURNEY LEVEL $44 62 10 5A LABORERS ASPHALT RAKER $33 94 1N 5D BALLAST REGULATOR MACHINE $3346 1N 5D BATCH WEIGHMAN $28 78 1N 5D BRUSH CUTTER $3346 1N 5D BRUSH HOG FEEDER $3346 IN 5D BURNERS $3346 1N 5D CARPENTER TENDER $3346 1N 5D CASSION WORKER $34 30 IN 5D CEMENT DUMPER/PAVING $33 94 1N 5D CEMENT FINISHER TENDER $3346 1N 5D CHANGE-HOUSE MAN OR DRY SHACKMAN $3346 1N 5D CHIPPING GUN(OVER 30 LBS) $33 94 1N 5D CHIPPING GUN(UNDER 30 LBS) $3346 1N 5D CHOKER SETTER $3346 1N 5D CHUCKTENDER $3346 1N 5D CLEAN-UP LABORER $3346 1N 5D CONCRETE DUMPER/CHUTE OPERATOR $33 94 1N 5D CONCRETE FORM STRIPPER $3346 1N 5D CONCRETE SAW OPERATOR $33 94 1N 5D CRUSHER FEEDER $2878 1N 5D CURING LABORER $3346 1N 5D DEMOLITION,WRECKING&MOVING(INCLUDING CHARRED $3346 1N 5D DITCH DIGGER $3346 1N 5D DIVER $3430 1N 5D DRILL OPERATOR(HYDRAULIC,DIAMOND) $33 94 IN 5D DRILL OPERATOR,AIRTRAC $34 30 IN 5D DUMPMAN $3346 1N 5D EPDXY TECHNICIAN $3346 1N 5D EROSION CONTROL WORKER $3346 1 N 5D FALLER/BUCKER,CHAIN SAW $33 94 1N 5D FINAL DETAIL CLEANUP(i e,dusting,vacuuming,window cleaning,NOT $26 46 IN 5D construction debris cleanup) FINE GRADERS $3346 1N 5D FIRE WATCH $28 78 1N 5D FORM SETTER $3346 IN 5D GABION BASKET BUILDER $3346 1N 5D GENERALLABORER $3346 1N 5D GRADE CHECKER&TRANSIT PERSON $33 94 IN 5D GRINDERS $3346 1N 5D GROUT MACHINE TENDER $3346 1N 5D Page 3 KING COUNTY Effective 08-31-05 wwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwww�,twwwwww*wwww*ww,twwwwwrwwwwwwwwww,e�,k�rwr*ww (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code GUARDRAIL ERECTOR $3346 1N 5D HAZARDOUS WASTE WORKER LEVEL A $34 30 1N 5D HAZARDOUS WASTE WORKER LEVEL B $3394 1N 5D HAZARDOUS WASTE WORKER LEVEL C $3346 1N 5D HIGH SCALER $34 30 1N 5D HOD CARR I ER/MORTARMAN $3394 1N 5D JACKHAMMER $3394 1N 5D LASER BEAM OPERATOR $3394 1N 5D MANHOLE BUILDER-MUDMAN $3394 1N 6D MATERIAL YARDMAN $3346 1N 5D MINER $34 30 1N 5D NOZZLEMAN,CONCRETE PUMP,GREEN CUTTER WHEN USING HIGH $3394 1N 5D PRESSURE AIR&WATER ON CONCRETE&ROCK,SANDBLAST, GUNITE,SHOTCRETE,WATER BLASTER PAVEMENT BREAKER $3394 1N 5D PILOT CAR $28 78 1N 5D PIPE POT TENDER $3394 1N 5D PIPE RELINER(NOT INSERT TYPE) $3394 1N 5D PIPELAYER&CAULKER $3394 1 N 5D PIPELAYER&CAULKER(LEAD) $34 30 1N 5D PIPEWRAPPER $3394 1N 5D POT TENDER $3346 1N 5D POWDERMAN $34 30 1N 5D POWDERMAN HELPER $3346 1N 5D POWERJACKS $3394 1N 5D RAILROAD SPIKE PULLER(POWER) $3394 1N 5D RE-TIMBERMAN $3430 1N 5D RIPRAP MAN $3346 1N SD RODDER $3394 1N 5D SCAFFOLD ERECTOR $3346 IN 5D SCALE PERSON $3346 1 N 5D SIGNALMAN $3346 1N 5D SLOPER(OVER 20") $3394 1N 5D SLOPER SPRAYMAN $3346 IN 5D SPREADER(CLARY POWER OR SIMILAR TYPES) $3394 1 N 5D SPREADER(CONCRETE) $3394 1N 5D STAKE HOPPER $3346 IN 5D STOCKPILER $3346 1N 50 TAMPER&SIMILAR ELECTRIC,AIR&GAS $3394 1N 5D TAMPER(MULTIPLE&SELF PROPELLED) $3394 1N 5D TOOLROOM MAN(AT JOB SITE) $3346 1 N 5D TOPPER-TAILER $3346 1N 5D TRACKLABORER $3346 1N 5D TRACK LINER(POWER) $3394 1N 5D TRUCK SPOTTER $3346 1 N 5D TUGGER OPERATOR $3394 1N 5D VIBRATING SCREED(AIR,GAS,OR ELECTRIC) $3346 1N 5D VIBRATOR $3394 1N 5D VINYL SEAMER $3346 1N 5D WELDER $3346 1N 5D WELL-POINT LABORER $3394 1N 6D Page 4 KING COUNTY Effective 08-31-05 wwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwww (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code LABORERS-UNDERGROUND SEWER&WATER GENERALLABORER $3346 1N 5D PIPE LAYER $33 94 IN 5D LANDSCAPE CONSTRUCTION IRRIGATION OR LAWN SPRINKLER INSTALLERS $11 07 1 LANDSCAPE EQUIPMENT OPERATORS OR TRUCK DRIVERS $10 63 1 LANDSCAPING OR PLANTING LABORERS $8 42 1 LATHERS JOURNEY LEVEL $40 22 1M 5D METAL FABRICATION(IN SHOP) FITTER $15 86 1 LABORER $978 1 MACHINE OPERATOR $13 04 1 PAINTER $11 10 1 WELDER $15 48 1 MODULAR BUILDINGS CABINET ASSEMBLY $11 56 1 ELECTRICIAN $11 56 1 EQUIPMENT MAINTENANCE $11 56 1 PLUMBER $11 56 1 PRODUCTION WORKER $9 26 1 TOOL MAINTENANCE $11 56 1 UTILITY PERSON $11 56 1 WELDER $11 56 1 PAINTERS JOURNEY LEVEL $32 00 2B 5A PLASTERERS JOURNEY LEVEL $40 58 1R 5A PLAYGROUND&PARK EQUIPMENT INSTALLERS JOURNEY LEVEL $8 42 1 PLUMBERS&PIPEFITTERS JOURNEY LEVEL $5241 1G 5A POWER EQUIPMENT OPERATORS ASSISTANT ENGINEERS $38 42 1T 5D 8L BACKHOE,EXCAVATOR,SHOVEL (3 YD&UNDER) $41 12 1T 5D 8L BACKHOE,EXCAVATOR,SHOVEL (OVER 3 YD&UNDER 6 YD) $41 59 1T 5D 8L BACKHOE,EXCAVATOR,SHOVEL(6 YD AND OVER WITH $42 13 1T 5D 8L BACKHOES, (75 HP&UNDER) $40 71 IT 5D 8L BACKHOES, (OVER 75 HP) $41 12 1T 5D 8L BARRIER MACHINE(ZIPPER) $41 12 1T 5D 8L BATCH PLANT OPERATOR,CONCRETE $4112 1T 5D 8L BELT LOADERS(ELEVATING TYPE) $40 71 1T 5D 8L BOBCAT(SKID STEER) $38 42 1T 5D 8L BROOMS $38 42 1T 5D 8L BUMP CUTTER $41 12 1T 5D 8L CABLEWAYS $4159 1T 5D 8L CHIPPER $41 12 1T 5D 8L COMPRESSORS $38 42 1T 5D 8L CONCRETE FINISH MACHINE-LASER SCREED $38 42 1T 5D 8L CONCRETE PUMPS $40 71 1T 5D 81- CONCRETE PUMP-TRUCK MOUNT WITH BOOM ATTACHMENT $41 12 1T 5D 8L CONVEYORS $40 71 1T 5D 8L Page 5 KING COUNTY Effective 08-31-05 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code CRANES, THRU 19 TONS,WITH ATTACHMENTS $40 71 1T 5D 8L CRANES, 20-44 TONS,WITH ATTACHMENTS $41 12 1T 5D 8L CRANES, 45 TONS-99 TONS,UNDER 150 FT OF BOOM(INCLUDING $41 59 1T 5D 8L JIB WITH ATACHMENTS) CRANES, 100 TONS-199 TONS,OR 150 FT OF BOOM(INCLUDING JIB $42 13 1T 5D 8L WITH ATTACHMENTS) CRANES,200 TONS TO 300 TONS,OR 250 FT OF BOOM(INCLUDING JIB $42 68 1T 5D 8L WITH ATTACHMENTS) CRANES,A-FRAME, 10 TON AND UNDER $3842 1T 5D 8L CRANES,A-FRAME,OVER 10 TON $40 71 1T 5D 81. CRANES,OVER 300 TONS,OR 300'OF BOOM INCLUDING JIB WITH $43 22 1T 5D 8L ATTACHMENTS CRANES,OVERHEAD, BRIDGE TYPE(20-44 TONS) $41 12 1T 5D 8L CRANES,OVERHEAD, BRIDGE TYPE(45-99 TONS) $41 59 1T SD 8L CRANES,OVERHEAD, BRIDGE TYPE(100 TONS&OVER) $42 13 1T 5D 8L CRANES,TOWER CRANE UP TO 175'IN HEIGHT,BASE TO BOOM $42 13 1T 50 8L CRANES,TOWER CRANE OVER 175'IN HEIGHT,BASE TO BOOM $42 68 1T 51D 8L CRUSHERS $4112 1T 51D 8L DECK ENGINEER/DECKWINCHES(POWER) $41 12 1T 51D 8L DERRICK,BUILDING $41 59 1T 51D 8L DOZERS,D-9&UNDER $40 71 1T 51D 8L DRILL OILERS-AUGER TYPE,TRUCK OR CRANE MOUNT $40 71 1T 5D 8L DRILLING MACHINE $41 12 1T 5D 8L ELEVATOR AND MANLIFT,PERMANENT AND SHAFT-TYPE $3842 1T 51D 8L EQUIPMENT SERVICE ENGINEER(OILER) $40 71 1T 5D 8L FINISHING MACHINE/BIDWELL GAMACO AND SIMILAR EQUIP $41 12 1T 5D 8L FORK LIFTS,(3000 LBS AND OVER) $40 71 1T 5D 8L FORK LIFTS, (UNDER 3000 LBS) $3842 1T 5D 81. GRADE ENGINEER $40 71 1T 5D 8L GRADECHECKER AND STAKEMAN $3842 1T 5D 8L GUARDRAIL PUNCH $41 12 1T 5D 8L HOISTS,OUTSIDE(ELEVATORS AND MANLIFTS),AIR TUGGERS $40 71 1T 5D 8L HORIZONTAL/DIRECTIONAL DRILL LOCATOR $40 71 1T 5D 81. HORIZONTAL/DIRECTIONAL DRILL OPERATOR $41 12 1T 5D 81. HYDRALIFTS/BOOM TRUCKS(10 TON&UNDER) $3842 1T 5D 8L HYDRALIFTS/BOOM TRUCKS(OVER 10 TON) $40 71 1T 51D 8L LOADERS,OVERHEAD(6 YD UP TO 8 YD) $41 59 1T 5D 8L LOADERS,OVERHEAD(8 YD&OVER) $42 13 1T 5D 8L LOADERS,OVERHEAD(UNDER 6 YD),PLANT FEED $41 12 1T 51D 8L LOCOMOTIVES,ALL $41 12 1T 5D 8L MECHANICS,ALL $41 59 1T 50 8L MIXERS,ASPHALT PLANT $41 12 1T 5D 81. MOTOR PATROL GRADER(FINISHING) $41 12 1T 5D 8L MOTOR PATROL GRADER(NON-FINISHING) $40 71 1T SD 8L MUCKING MACHINE,MOLE,TUNNEL DRILL AND/OR SHIELD $41 59 1T 5D 8L OIL DISTRIBUTORS, BLOWER DISTRIBUTION AND MULCH SEEDING $3842 1T 5D 8L OPERATOR PAVEMENT BREAKER $3842 1T 51D 8L PILEDRIVER(OTHER THAN CRANE MOUNT) $41 12 1T 5D 8L PLANT OILER(ASPHALT,CRUSHER) $40 71 1T 5D 8L POSTHOLE DIGGER,MECHANICAL $3842 1T 5D 8L POWER PLANT $3842 1T 5D 8L PUMPS,WATER $3842 1T 5D 8L Page 6 KING COUNTY Effective 08-31-05 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code QUAD 9, D-10,AND HD-41 $41 59 1T 5D 8L REMOTE CONTROL OPERATOR ON RUBBER TIRED EARTH MOVING $41 59 1T 5D 8L EQUIP RIGGER AND BELLMAN $38 42 1T 5D 8L ROLLAGON $41 59 1T 5D 8L ROLLER,OTHER THAN PLANT ROAD MIX $38 42 1T 5D 8L ROLLERS,PLANTMIX OR MULTILIFT MATERIALS $40 71 1T 5D 8L ROTO-MILL,ROTO-GRINDER $41 12 1T 5D 8L SAWS,CONCRETE $40 71 1T 5D 8L SCRAPERS-SELF PROPELLED,HARD TAIL END DUMP,ARTICULATING $41 12 1T 5D 8L OFF-ROAD EQUIPMENT(UNDER 45 YD) SCRAPERS-SELF PROPELLED,HARD TAIL END DUMP,ARTICULATING $41 59 1T 5D 81. OFF-ROAD EQUIPMENT(45 YD AND OVER) SCRAPERS,CONCRETE AND CARRY ALL $40 71 1T 5D 8L SCREED MAN $41 12 1T 5D 8L SHOTCRETE GUNITE $38 42 1T 5D 8L SLIPFORM PAVERS $41 59 1T SD 8L SPREADER,TOPSIDE OPERATOR-BLAW KNOX $41 12 1T 5D 8L SUBGRADE TRIMMER $41 12 1T 5D 8L TOWER BUCKET ELEVATORS $40 71 1T 5D 8L TRACTORS,(75 HP&UNDER) $40 71 1T 5D 8L TRACTORS,(OVER 75 HP) $41 12 1T 5D 8L TRANSFER MATERIAL SERVICE MACHINE $41 12 1T 5D 8L TRANSPORTERS,ALL TRACK OR TRUCK TYPE $41 59 1T 5D 8L TRENCHING MACHINES $4071 1T 5D 8L TRUCK CRANE OILERIDRIVER(UNDER 100 TON) $40 71 1T 5D 8L TRUCK CRANE OILERIDRIVER(100 TON&OVER) $41 12 1T 513 8L TRUCK MOUNT PORTABLE CONVEYER $41 12 1T 5D 8L WHEEL TRACTORS,FARMALL TYPE $38 42 1T 5D 8L YO YO PAY DOZER $41 12 1T 5D 8L POWER EQUIPMENT OPERATORS-UNDERGROUND SEWER& (SEE POWER EQUIPMENT OPERATORS) POWER LINE CLEARANCE TREE TRIMMERS JOURNEY LEVEL IN CHARGE $33 88 4A 5A SPRAY PERSON $3216 4A 5A TREE EQUIPMENT OPERATOR $32 59 4A 5A TREE TRIMMER $30 31 4A 5A TREE TRIMMER GROUNDPERSON $22 76 4A 5A REFRIGERATION&AIR CONDITIONING MECHANICS MECHANIC $49 71 1G 5A RESIDENTIAL BRICK&MARBLE MASONS JOURNEY LEVEL $27 05 1 RESIDENTIAL CARPENTERS JOURNEY LEVEL $23 47 1 RESIDENTIAL CEMENT MASONS JOURNEY LEVEL $22 64 1 RESIDENTIAL DRYWALL TAPERS JOURNEY LEVEL $40 29 IIE 5P RESIDENTIAL ELECTRICIANS JOURNEY LEVEL $26 24 1 RESIDENTIAL GLAZIERS JOURNEY LEVEL $2714 1H 5G Page 7 KING COUNTY Effective 08-31-05 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code RESIDENTIAL INSULATION APPLICATORS JOURNEY LEVEL $1760 1 RESIDENTIAL LABORERS JOURNEY LEVEL $18 12 1 RESIDENTIAL PAINTERS JOURNEY LEVEL $18 36 1 RESIDENTIAL PLUMBERS&PIPEFITTERS JOURNEY LEVEL $22 95 1 RESIDENTIAL REFRIGERATION&AIR CONDITIONING JOURNEY LEVEL $49 71 1G 5A RESIDENTIAL SHEET METAL WORKERS JOURNEY LEVEL(FIELD OR SHOP) $19 48 1 RESIDENTIAL SOFT FLOOR LAYERS JOURNEY LEVEL $3304 1B 5A RESIDENTIAL SPRINKLER FITTERS(FIRE PROTECTION) JOURNEY LEVEL $26 76 1B 5C RESIDENTIAL TERRAZZO/TILE FINISHERS JOURNEY LEVEL $26 30 1 RESIDENTIAL TERRAZZO/TILE SETTERS JOURNEY LEVEL $38 43 1B 5A ROOFERS JOURNEY LEVEL $34 53 1R 5A USING IRRITABLE BITUMINOUS MATERIALS $37 53 1R 5A SHEET METAL WORKERS JOURNEY LEVEL(FIELD OR SHOP) $48 22 1E 6L SIGN MAKERS&INSTALLERS(ELECTRICAL) SIGN INSTALLER $23 36 1 SIGN MAKER $16 84 1 SIGN MAKERS&INSTALLERS(NON-ELECTRICAL) SIGN INSTALLER $17 31 1 SIGN MAKER $15 61 1 SOFT FLOOR LAYERS JOURNEY LEVEL $33 04 1B 5A SOLAR CONTROLS FOR WINDOWS JOURNEY LEVEL $12 44 1 5S SPRINKLER FITTERS(FIRE PROTECTION) JOURNEY LEVEL $50 24 1H 5C STAGE RIGGING MECHANICS(NON STRUCTURAL) JOURNEY LEVEL $13 23 1 SURVEYORS CHAIN PERSON $9 35 1 INSTRUMENT PERSON $11 40 1 PARTY CHIEF $13 40 1 TELECOMMUNICATION TECHNICIANS TELECOMMUNICATION TECHNICIANS JOURNEY LEVEL $22 76 1 TELEPHONE LINE CONSTRUCTION-OUTSIDE CABLE SPLICER $28 92 2B 5A HOLE DIGGERIGROUND PERSON $16 22 2B 5A INSTALLER(REPAIRER) $27 74 2B 5A JOURNEY LEVEL TELEPHONE LINEPERSON $26 90 2B 5A SPECIAL APPARATUS INSTALLER I $28 92 2B 5A SPECIAL APPARATUS INSTALLER II $28 34 2B 5A Page 8 KING COUNTY Effective 08-31-05 ,t,�.x��•t+«r x*tw*,t,tt«..�*aa-i.**t***wv*t**,t,t�*r***,rr*x+<r*mot*w.«**«w,t+�*,r*��r**r**«**�***,r++*tt***.**�r***r***t«*x***.* (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code TELEPHONE EQUIPMENT OPERATOR(HEAVY) $28 92 2B 5A TELEPHONE EQUIPMENT OPERATOR(LIGHT) $26 90 2B 5A TELEVISION GROUND PERSON $15 39 2B SA TELEVISION LINEPERSON/INSTALLER $2045 2B SA TELEVISION SYSTEM TECHNICIAN $24 32 2B SA TELEVISION TECHNICIAN $21 88 2B SA TREE TRIMMER $26 90 2B SA TERRAZZO WORKERS&TILE SETTERS JOURNEY LEVEL $38 43 1 B 5A TILE,MARBLE&TERRAZZO FINISHERS FINISHER $3226 1B 5A TRAFFIC CONTROL STRIPERS JOURNEYLEVEL $3340 1K SA TRUCK DRIVERS ASPHALT MIX(TO 16 YARDS) $37 94 1T 5D 8L ASPHALT MIX(OVER 16YARDS) $38 52 1T 5D 8L DUMP TRUCK $37 94 1T 5D 8L DUMP TRUCK&TRAILER $38 52 1T 5D 8L OTHER TRUCKS $38 52 1T 5D 81. TRANSIT MIXER $23 45 1 WELL DRILLERS&IRRIGATION PUMP INSTALLERS IRRIGATION PUMP INSTALLER $17 71 1 OILER $12 97 1 WELL DRILLER $17 68 1 Page 9 Verify Workers' Comp Premium Status - Employer Liability Certificate Page I of 1 Washington State Department of � 15TA Employer Liability Labor and Industries 0 a �„ � Certificate Department of Labor and Industries Employer Liability Certificate Date: 11/16/2005 UBI #: 600 360 471 Business Name: SEA-AIRE INC Legal Business Name: SEA-AIRE INC Account#: 989,118-00 'Doing Business As'Name: SEA-AIRE INC Quarterly Premium Reports: Quarter 3 of Year 2005 Workers'Comp Premium Status: Account is current. Firm has voluntarily reported and paid their premiums. Licensed Contractor? Yes Account Representative: T6/CASSANDRA SMITH (360)902-4652 - E-mail: SMCA235@lni.wa.gov Industrial Insurance Information The information above shows the employer's industrial insurance (workers' compensation) premium status with the Department of Labor and Industries. Employers report and pay premiums each quarter based on hours of employee work already performed, and are liable for premiums found later to be due Industrial insurance accounts have no policy periods, cancellation dates or limitations of coverage. (See RCW 51.12.050 and 51.16.190.) https //fortress.wa.gov/lm/crpsi/AcctInfoPrint.aspx9AccountId=98911800&AccountMana... 11/16/2005