Loading...
HomeMy WebLinkAboutPW12-101 - Original - Holt Services, Inc. - Design/Install Pump & Piping System for Water Wells - 05/21/2012 records Mr agen� e KE 0 T Document WASHINGTOM ��; W — 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: Holt Services Inc Vendor Number: 442597 ID Edwards Number Contract Number: Ol a- 10 1 This is assigned by City Clerk's Office Project Name: Design/Install Pump and Piping system for Water Wells Description: ❑ Interlocal Agreement ❑ Change Order ❑ Amendment ® Contract ❑ Other: Contract Effective Date: 5/21/12 Termination Date: 8/31/12 Contract Renewal Notice (Days): N/A Number of days required notice for termination or renewal or amendment Contract Manager: Kevin Swinford Department: PW Operations Water Detail: (i.e. address, location, parcel number, tax id, etc.): Design & installation of pump and piping system for 2 existing municipal water wells. S Public\RecordsManagement\Forms\ContractCover\adcc7832 1 11/08 KENT WASHINGTON PUBLIC WORKS AGREEMENT between City of Kent and Holt Services, Inc THIS AGREEMENT is made by and between the City of Kent, a Washington municipal corporation (hereinafter the "City"), and Holt Services, Inc organized under the laws of the State of Washingtin, located and doing business at 10621 Todd Rd E, Edgewood, WA 98372 (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: Design and install pump and piping system for 2 existing municipal water wells as detailed in the scope of work attached and incorporated as exhibit A by this reference. 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, Contractor shall complete the work described in Section I by August 31st 2012. III. COMPENSATION. The City shall pay the Contractor a total amount not to exceed $8,606.70, including any applicable Washington State Sales Tax, for the work and services contemplated in this Agreement. The City shall pay the Contractor fifty percent (50%) 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 $25,000, and pursuant to Chapter 39.08 RCW, the Contractor, in lieu of providing the City a payment and PUBLIC WORKS AGREEMENT - 1 (Under$1OK and No Performance Bond) performance bond, has elected to have the owner retain the final fifty 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 (Under$1OK 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 (Under$IOK and No Performance Bond) 1 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 (Under$10K 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 (Under$IOK 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 (Under$10K 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 (Under$1OK 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: B By: 4c-:� (sgnat e) (signature) Print rQ Print Name: Brad Lake Its (title) i Its: Operations Manager DATE: �/ � /off— / DATE: 5 �2J I(> NOTICES TO BE SENT TO: NOTICES TO BE SENT TO: CONTRACTOR: CITY OF KENT: R. Holt Kevin Swinford, Water Facilities Supervisor Holt Services, Inc City of Kent 10621 Todd Road E 220 Fourth Avenue South Edgewood, WA 98372 Kent, WA 98032 253-604-4878 (telephone) (253) 856-5613 (telephone) 253-604-4063 (facsimile) (253) 856-6600 (facsimile) [In this field,you may enter the electronic file path where the contract has been saved) PUBLIC WORKS AGREEMENT - 8 (Under$1OK 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 day of lay: Qi For: Title: AZ 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 120 By: For: Title: Date: EEO COMPLIANCE DOCUMENTS - 3 A OPERATIONS DIVISION David Brock PE, Interim Manager • KEN T Phone: 253-856-5600 WASHINGTGN Fax: 253-856-6600 Mailing Address: 220 Fourth Avenue South Kent, WA 98032-5895 Location Address: 5821 South 240th To: Service Provider From: Kevin R. Swinford Date: 2-17/2012 Re: Design and Installation of Well Pump(s) The City of Kent is requesting the services and pricing of a local well system provider to design and install a pump and piping system for (2) existing municipal water wells. These wells are located within the City of Kent and reside on City of Kent property and are referred to as Summit Well and 108`' Well. The basis for design will include but not be limited to the following: Provide and install a pump plus piping and controls in each well to provide a minimum flow of 10gpm at existing well head discharge. Attached is the Cities best information of recent equipment and past set depth. It is the intent to set new smaller pumps at same location within casing. Scope of Work Furnish labor, material, and equipment to supply, install, and test complete submersible well pump systems at 108`h Well and Summit Well as per specifications by City. Both sites to achieve a minimum of 10 GPM, Pricing to include new pumps and motors, wire, all drop pipe (1" galvanized), check valves, and well seals to terminate at well head with manual gate valve, and any miscellaneous pipe fittings. Simplified control shall include NEMA 3R starter panel with integrated disconnect and on/off switches for pump control. Contractor shall supply a complete Appleton Powertite receptacle (male and female) for use with a City supplied generator and provide conduit and wiring for installation at back panel. This connector shall match the voltage and phase requirements of pump motor. Control equipment shall be mounted to plywood backboard attached to pressure treated 4 x 4 posts in concrete at well head location. Upon completion of well installations, contractor shall test systems with temporary generator supplied by the City. Contractor shall supply equipment descriptions and cut sheets plus supply all asbuilts for electrical and pump/piping profile. • The City of Kent has provided best available Information for each well to include well Records/Drilling report/previous pump tests and casing profile. • Final discharge piping shall be designed to terminate at well head. The City will establish final connection needed from contractor's end point. Special Provisions Currently there is no utility power at either location. It will be required by the well contractor to establish what the electrical requirements will need to be based on pump/motor design. All electrical equipment required for this project will be sized to meet the pump equipment needs. The City will provide generation needed to run well pump. City supplied generator is a 25Kw multi phase multi voltage diesel driven towable generator. Contractor shall be responsible for the security their own equipment at all times during the duration of project. At no time will the City be liable for damage or loss of property. The contractor will enter into a Public Works Agreement with the City for all work described above. Note: The work will be divided Into (2) schedules A,B Schedule A 108th Well Schedule B Summit Well Contractor will complete schedule A under contract. If the City is satisfied with performance and the completed schedule A the contractor shall perform schedule B under the same contract. Previous Pump and Motor information(For reference only) Summit Well(Previous pump set depth approx.200 feet) Motor: • Manufacturer GE 49419195 • HP 7 5 • Volt 230 • Phase 3 • Amps 21 Pump • Jacuzzi, 7.5 PPE4T, WGB 538 • 3"Piping 108t"Well(Previous pump set depth approx.225 feet) Motor: • Franklin Electric OP104013 • HP 20 • Volt 440 • Phase 3 • Amps 26.7 • RPM 3450 1081h Well Continued Pump: • Manufacturer unknown • No. 2056 MS T4 • Ser No. WLH 180 i April 16, 2012 Summit and 1081h Well Phase I Phase II Grundfos 10507-12 949.00 94900 Grundfos Watertight Control Box 8900 8900 6"X 1" Well Seal 34.00 3400 1" Gate Valve 16.00 16.00 231' 1" Gal Pipe 70000 70000 231' 12-3 Submersible Wire 23000 23000 Splice Kit 38.00 3800 4"X 4" Posts w/Plywood Panel Watertight on/off Switch Marinco Or Equivalent 800.00 800.00 Labor 1,00000 1,00000 Total without Tax 3,89000 3,89000 Please add$80 00 somewhere in your contract for Washington State Prevailing Wage Statements. Randy Holt Holt Services Inc 10621 Todd Road E Edgewood,Wa 98372 (PH)253 604 4878 i (Fax)253 604 4063 EXHIBIT B INSURANCE REQUIREMENTS FOR 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. 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 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. Automobile Liability insurance covering all owned, non- owned, hired and leased vehicles. Coverage shall be written on Insurance Services Office (ISO) form CA 00 01 or a substitute form providing equivalent liability coverage. If necessary, the policy shall be endorsed to provide contractual liability coverage. 3. Workers' Compensation coverage as required by the Industrial Insurance laws of the State of Washington. B. Minimum Amounts of Insurance Contractor shall maintain the following insurance limits: 1. Commercial General Liability insurance shall be written with limits no less than $2,000,000 each occurrence, $2,000,000 general aggregate and a $2,000,000 products-completed operations aggregate limit. 2. Automobile Liability insurance with a minimum combined single limit for bodily injury and property damage of $2,000,000 per accident. 3 i 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 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. A�i CERTIFICATE OF LIABILITY INSURANCE D03/26/DD/Y 2012 A E(MM2 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT If the certificate holder is an ADDITIONAL INSURED,the pollcy(Ies)must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s) PRODUCER 1-253-627-7183 CONTACT Elomalee Pabalate NAME Arthur J. Gallagher Risk Management Services, Inc. PHC NN E 253-238-1160 AIC No 253-572-1430 P.O. Box 2925 ADDRESS Emma Pabalatet$AJG.Com Tacoma, WA 98401-2925 INSURERS AFFORDING COVERAGE NAIL EmmaLee Pabalate INSURERA AMERICAN FIRE & CAS CO 24066 INSURED INSURER WEST AMERICAN INS CO 44393 Holt Services, Inc. INSURER C Ohio Cas Ins Co 1481 10621 Todd Road East INSURER D• INSURERS Edgewood, WA 98372-2527 INSURER F COVERAGES CERTIFICATE NUMBER- 26208693 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY 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 LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS INSR TYPE OF INSURANCE ADDL SUBR POLICY NUMBER MMID�NYYY MMY EFF L ICY EXP LTR DDlYYYV LIMITS A GENERAL LIABILITY BLAS4436874 03/18/1 03/18/13 EACH OCCURRENCE $ 1,000,000 X DAMAGE TO RENTED 100,000 COMMERCIAL GENERAL LIABILITY PREMISES Ea occurrence $ CLAIMS-MADE OCCUR ME D EXP(Any one person) $ 10,000 PERSONAL B ADV INJURY $ 1,000,000 GENERAL AGGREGATE $ 2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER PRODUCTS-COMP/OP AGO $ 2,000,000 1-1 POLICY PRO LOC $ JECT B AUTOMOBILE LIABILITY BAW 4 368 4 D COMBINED SINGLE LIMIT 1,000,000 Ea accident)X ANY AUTO BODILY INJURY(Per person) $ ALLOWNED SCHEDULED BODILY INJURY(Per accident) $ AUTOS AUTOS NON-OWNED PROPERTY DAMAGE $ HIRED AUTOS AUTOS Per accident $ C UMBRELLA LIAB X OCCUR US054436874 03/18/1 03/18/13 EACH OCCURRENCE $4,000,000 EXCESS LIAB CLAIMS-MADE AGGREGATE $4,000,000 DEC) I X RETENTION$10,000 $ A WORKERS COMPENSATION BKA54436874 (WA Stopgap) 03/18/1 03/18/13 WCSTALIMTU- I OTH- AND EMPLOYERS'LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE� NIA EL EACH ACCIDENT ER E 11000,000 OFFICERIMEMBER EXCLUDED? (Mandatory in NH) E L DISEASE-EA EMPLOYEE $ 1,000,000 If yes,descnbeunder DESCRIPTION OF OPERATIONS below EL DISEASE-POLICY LIMIT E 1,000,000 71 DESCRIPTION OF OPERATIONS/LOCATIONS I VEHICLES(Attach ACORD 101,Additional Remarks Schedule,if more space Is required) The certificate holder is named as an additional insured with respect to general liability per form # CG 83 30 12 03. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE City of Kent THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS Public Works Operations 220 4th Ave South AUTHORIZED REPRESENTATIVE Kent, WA 98032-5895 �-� USA 01988-2010 ACORD CORPORATION All rights reserved. ACORD 25(2010105) The ACORD name and logo are registered marks of ACORD epabalate 26208693 1. BLANKET ADDITIONAL INSURED(Owners,Lessees,Contractors or Lessors) (Includes a Primary/Non-Contributory provision) Who is An Insured Section II is amended to include as an Insured any person or organization whom you are required to name as an additional insured on this policy in a written contract or written agreement, The written contract or written agreement must be currently in effect or becoming effective during the term of this policy and executed prior to the "bodily injury," "property damage" or "personal and advertising injury." The insurance provided the additional Insured is limited as follows: A. The person or organization is only an additional Insured with respect to liability: 1. Arising out of real property,as described In a written contract or written agreement,that you own, rent,lease or occupy; or 2. Caused In whole or in part by your ongoing operations performed for that insured. The insurance provided the additional insured in 1.A.2.above does not apply to: a. Coverage A . Bodily Injury and Property Damage Liability, Coverage B - Personal and Ad- vertising Injury Liability or defense coverage under the Supplementary Payments arising out of an architect's, engineer's or surveyor's rendering of or failure to render any professional services including: (1) The preparing, approving, or failing to prepare or approve maps, shop drawings, opin- ions,reports,surveys,field orders,change orders or drawings and specifications;and (2) Supervisory,inspection,architectural or engineering activities. b. "Bodily injury"or"property damage"occurring after: (1) All work,including materials,parts or equipment furnished in connection with such work, on the project (other than service, maintenance or repairs) were performed by or on behalf of the additional Insured(s) at the site where the covered operations have been completed;or (2) That portion of"your work" out of which the injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcontrac- tor engaged in performing a principal as part of the same project. B. The limits of Insurance applicable to the additional insured are those specified in a written contract or written agreement or the limits of Insurance as stated in the Declarations of this policy and defined in Section III-Limits Of Insurance of this policy,whichever are less.These limits are Inclusive of and not In addition to the limits of insurance available under this policy. C. The insurance provided the additional insured does not apply to the liability resulting from the sole negligence of the additional insured. i Includes copyrighted material of ISO Properties.,Inc,,with Its permission. CG 83 3012 03 0 ISO Properties, Inc, 2003 Page 2 of 8 Y D. As respects the coverage provided to the additional Insured under this endorsement, Section iV- Conditions is amended as follows: 1. The following Is added to Condition 2.Duties In The Event Of Occurrence,Offense,Claim,or Suit An Adrlitinnal rmimad under thin endnrne,munr .,III an onnn an nraM e'Ahlo- a. Give written notice of an "occurrence" or an offense,that may result in a claim or"suit" under this Insurance to us; b. Tender the defense and indemnity of any claim or "suit"to all insurers whom also have insurance available to the additional Insured; and c. Agree to make available any other Insurance which the additional insured has for a loss we cover under this Coverage Part. 2. The following Is added to Condition 3.Legal Action Against Us: We have no duty to defend or Indemnify an additional insured under this endorsement until we receive written notice of a claim or"suit"from the additional insured. 3. The following Is added to Paragraph a.,Primary insurance of Condition 4.Other Insurance: If the additional Insured's policy has an Other insurance provision making its policy excess,and a Named Insured has agreed in a written contract or written agreement to provide the additional insured coverage on a primary and noncontributory basis,this policy shall be primary and we will not seek contribution from the additional insured's policy for damages we cover. 4. The following is added to Paragraph b.,Excess Insurance of Condition 4.Other Insurance: Except as provided in Paragraph 4.a.Primary Insurance as amended above,any coverage provided hereunder shall be excess over any other valid and collectible insurance available to the additional insured whether primary, excess, contingent or on any other basis. in the event an additional Insured has other coverage available for an "occurrence" by virtue of also being an additional insured on other policies,this insurance is excess over those other policies. 2. FIRE,LIGHTNING,EXPLOSION AND SPRINKLER LEAKAGE DAMAGE TO PREMISES YOU RENT If Damage To Premises Rented To You under Coverage A Is not otherwise excluded from this policy,the following applies: A. The last paragraph of 2.Exclusions of Section I-Coverage A Is replaced by the following: If Damage To Premises Rented To You is not otherwise excluded,Exclusions c.through n. do not apply to damage by fire, lightning, "explosion" or sprinkler leakage to premises while rented to you or temporarily occupied by you with permission of the owner, A separate limit of Insurance applies to this coverage as described in Section III-Limits Of Insurance. Includes copyrighted material of ISO Properties., Inc., with its permission. CG 83 3012 03 0 ISO Properties, Inc., 2003 Page 3 of 8 B, Paragraph fi of Section III-Limits Of Insurance is replaced by the following: 8. Subject to 5. above, the Damage To Premises Rented To You Limit shown in the Summary of Limits and Charges section of this policy is the most we will pay under Coverage A for damages because of"property damage" to premises rented to you or temporarily occupied by you with the permission of the owner arising out of any one fire, lightning, "explosion" or sprinkler leakage incident. C. Paragraph b.(1)(b) of Condition 4.Other Insurance(Section IV-Conditions) is replaced by the follow- Ing: (1) That is Fire, Lightning, Explosion or Sprinkler Leakage insurance for premises rented to you or temporarily occupied by you with the permission of the owner; D. Paragraph 9.a. of the definition of "Insured contract" In Section V- Definitions is replaced by the following: 9. "Insured contract" means: a. A contract for the lease of premises. However, that portion of the contract for a lease of premises that indemnifies any person or organization for damages by fire, lightning, "explo- sion" or sprinkler leakage to premises while rented to you or temporarily occupied by you with the permission of the owner is not an "insured contract"; E. The following definition is added to Section V-Definitions: "Explosion" means a sudden release of expanding pressure accompanied by a nolse, a bursting forth of material and evidence of the scattering of debris to locations further than would have resulted by gravity alone. "Explosion"does not include any of the following: 1. Artificially generated electrical current including electrical arcing that disturbs electrical de- vices,appliances or wires; 2. Rupture or bursting of water pipes; 3. Explosion of steam boilers,steam pipes,steam engines or steam turbines owned or leased by you,or operated under your control, or 4. Rupture or bursting caused by centrifugal force. 3. NON-OWNED WATERCRAFT Subparagraph g.(2)of Paragraph 2.,Exclusions of Section i-Coverage A is replaced by the following: (2) A watercraft you do not own that is: (a) Less than 51 feet long; and (b) Not being used to carry persons or property for a charge; 4. SUPPLEMENTARY PAYMENTS In the Supplementary Payments-Coverages A and B provision: The limit for the cost of bail bonds in Paragraph 1.b.Is changed from$250 to$1000, Includes copyrighted material of ISO Properties, Inc,with its permission. CO 83 3012 03 © ISO Properties,Inc.,2003 Pago 4 of 8 S. PERSONAL AND ADVERTISING INJURY-ELECTRONIC PUBLICATION EXTENSION Paragraphs 14.b.,d.and e.of Section V-Definitions are replaced by the following: b. Malicious prosecution or abuse of process; d. Oral, written, televised, videotaped or electronic publication of material that slanders or libels a person or organization or disparages a person's or organization's goods, products or services; e. Oral, written,televised, videotaped or electronic publication of material that violates a person's right of privacy; The following is added to Paragraph 14."Personal and Advertising Injury"of Section V-Definitions: h. Discrimination or humiliation that results in Injury to the feelings or reputation of a natural person, but only if such discrimination or humiliation Is: (1) Not done intentionally by or at the direction of: (a) An insured;or (b) Any"executive officer"director,stockholder,partner or member of the insured; and (2) Not directly or indirectly related to the employment, prospective employment or termination of employment of any person or persons by any insured. Subparagraphs b. and c, of 2., Exclusions of Section I - Coverage B - Personal And Advertising injury Liability are replaced by the following: b. Material Published With Knowledge Of Falsity "Personal and advertising injury" arising out of oral, written, televised, videotaped or electronic publication of material,if done by or at the direction of the insured with knowledge of its falsity; c. Material Published Prior To Policy Period "Personal and advertising injury" arising out of oral, written, televised, videotaped or electronic publication of material whose first publication took place before the beginning of the policy pe- riod; 6. AGGREGATE LIMITS OF INSURANCE(PER LOCATION) The General Aggregate Limit under Section III Limits Of Insurance applies separately to each of your "locations" owned by or rented to you or temporarily occupied by you with the permission of the owner. "Location" means premises involving the same or connecting lots, or premises whose connection Is Interrupted only by a street,roadway,waterway or right-of-way of a railroad. 7. AGGREGATE LIMITS OF INSURANCE(PER PROJECT) The General Aggregate Limit under Section iII Limits Of Insurance applies separately to each of your projects away from premises owned by or rented to you. Includes copyrighted material of ISO Properties.,Inc.,with its permission. CG 83 30 12 03 0 ISO Properties, Inc.,2003 Page 5 of 8 8. VOLUNTARY PROPERTY DAMAGE COVERAGE At your request,we will pay for"loss" to property of others caused by your business operations.The most we will pay for this coverage is $500 each "occurrence." The "loss" must occur during the policy period. The"occurrence" must take place in the"coverage territory". "Loss" means unintended damage or destruction. "Loss" does not mean disappearance, abstraction or theft. This coverage does not apply to: 1. Damage arising out of the use of any"auto"; 2. Property you own,occupy,rent or lease from others; or 3. Property on your premises for sale,service,repair or storage. None of the other policy exclusions apply to this coverage. If the policy to which this endorsement is attached is written with a property damage liability deductible, the deductible shall apply to Voluntary Property Damage. The limit of coverage stated above shall not be reduced by the amount of this deductible. 9. OFF PREMISES CARE,CUSTODY OR CONTROL COVERAGE A. We will pay those sums that you become legally obligated to pay as damages because of "property damage" to personal property of others white in your or your "employees" care,custody or control or real property of others over which you or your "employees" are exercising physical control if the "property damage" arises out of your business operations, This Coverage is subject to sections B.,C., D.and E.below. B. Exclusions This Insurance shall not apply to: 1. "Property damage" of property at premises owned, rented,leased,operated or used by you; 2. "Property damage" of property while in transit; 3. The cost of repairing or replacing: (a) Any of your work defectively or incorrectly done by you or by others on your behalf; or (b) Any product manufactured, sold or supplied by you, unless the "property damage" is caused directly by you after delivery of the product or completion of the work and resulting from a subsequent undertaking;or 4. "Property damage" of property caused by or arising out of the "products-completed operations hazard". C. Limits Of Insurance-The most we will pay for"property damage" under this Section 9. is$5,000 for each "occurrence". The most we will pay for the sum of all damages covered under this Section 9. because of"property damage" is an annual aggregate limit of$25,000. The Limits Of Insurance provided under this Section 9. are inclusive of and not in addition to any other limits provided in the policy or endorsements attached to it. D. Deductible - We will not pay for "property damage" In any one "occurrence" until the amount of "property damage" exceeds $250. If the policy to which this endorsement is attached contains a "property damage"deductible,that deductible shall apply if it is greater than$250, E. In the event of"property damage"covered by this endorsement, you shall, if requested by us, replace the property or furnish the labor and materials necessary for repairs thereto at your actual cost, excluding profit or overhead charges. Includes copyrighted material of ISO Properties., Inc.,with its permission. CG 83 3012 03 © ISO Properties,Inc.,2003 Page 6 of 8 10. NEWLY FORMED OR ACQUIRED ORGANIZATIONS A. Paragraph 4.of Section 11-Who is An Insured Is deleted and replaced by the following: 4. Any business entity acquired by you or Incorporated or organized by you under the laws of any Individual state of the United States of America over which you maintain majority ownership interest exceeding fifty percent. Such acquired or newly formed organization will qualify as a Named Insured if there Is no similar Insurance available to that entity, However: a. Coverage under this provision applies only until the expiration of the policy period in which the entity was acquired or incorporated or organized by you. b. Coverage A does not apply to "bodily Injury" or "property damage" that occurred before the entity was acquired or incorporated or organized by you. c. Coverage 8 does not apply to "personal and advertising injury" arising out of an offense committed before the entity was acquired or incorporated or organized by you. d. Records and descriptions of operations must be maintained by the first Named Insured. B. This Section 10. does not apply to newly formed or acquired organizations if coverage Is excluded either by provisions of the Coverage Part or by other endorsement(s)attached to it. 11. DUTIES IN THE EVENT OF OCCURRENCE,OFFENSE,CLAIM OR SUIT A. The requirements in Section IV-Conditions,Paragraph 2.a.,that you must see to it that we are notified of an "occurrence" applies only when the 'occurrence" is known to: 1. You, if you are an individual; 2. A partner,If you are a partnership; 3. A member or manager,if you are a limited liability company; 4. An executive officer or designee,if you arP a corporation; 5. A trustee, if you are a trust;or 6. A designee,if you are any other type of organization. B. The requirements in Section iV - Conditions, Paragraph 2.b., that you must see to It that we receive written notice of a claim or "suit" will not be considered breached unless the breach occurs after such claim or"suit' is known to: 1. You,if you are an individual; 2. A partner, if you are a partnership; 3. A member or manager if you are a limited liability company; 4. An executive officer or designee,if you are a corporation; 5. A trustee,if you are a trust; or 6. A designee,if you are any other type of organization. Knowledge of an "occurrence," claim or "suit` by the agent, servant or "employee" of any insured shall not In itself constitute knowledge of the Insured unless an officer or designee shall have received notice from its agent,servant or"employee". Includes copyrighted material of ISO Properties., Inc., with its permission. CG 83 3012 03 0 ISO Properties,inc.,2003 Page 7 of 8 12. BODILY INJURY Paragraph 3.of the definition of"bodily injury" in the Section V-Definitions Is replaced by the following: 3. "Bodily injury" means bodily Injury, sickness or disease sustained by a person, including mental anguish or death resulting from any of these at any time. 13. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS We have the right to recover our payments from anyone liable for an Injury covered by this policy.We will not enforce our right against any person or organization for whom you perform work under a written contract that requires you to obtain this agreement from us. This agreement shall not operate directly or indirectly to benefit anyone not named in the agreement. 14. MEDICAL PAYMENTS If Coverage C Medical Payments Is not otherwise excluded, the Medical Expense Limit provided by this policy shall be the greater of: A. $10,000;or B. The amount shown in the Declarations. All other terms and conditions of your policy remain unchanged. Includes copyrighted material of ISO Properties,,Inc.,with its permission. CG 83 30 12 03 ® ISO Properties, Inc., 2003 Page 8 of 8 i I I I , 4 � Page I of 2 State of Washington Department of Labor & Industries Prevailing Wage Section - Telephone 360-902-5335 PO Box 44540, Olympia, WA 98504-4540 Statement of Intent to Pay Prevailing Wage Document Received Date: Intent Id: Affidavit Id: Status:Approved On ! 3/27/2012 505437 3/28/2012 , Company Details HOLT SERVICES INC UBI#: 602690511 13000 Lakeholme Rd SW Reg# HOLTSS1898JG LAKEWOOD, WA 98498 E-mail- bholt@holtservices!nc.com 1253-318-8996 I } ! industrial Insurance Account Id: 477,140-02 I i Filed By Holt, Barbara - - --- - --------- --------------- -------- -- - ----- - - - r - -I I Prime Contractor Company Name HOLT SERVICES INC j Contractor Registration No. HOLTSS1898JG I: WA UBI Number 602690511 I! Phone Number 253-318-8996 I Project Information I!Awarding Agency KENT, CITY OF 220 - 4TH AVE S KENT, WA- 98032-5895 Awarding Agency Contact Kevin R. Swinford ;!Awarding Agency Contact Phone Number 253-856-5613 !;Contract Number �.Project Name Water Wells I:Bid due date 2/17/2012 I;Award Date 3/20/2012 https://secureaccess.wa.gov/lnilpwiaNiewlntent aspx 3/29/2012 I � z I r Page 2 of 2 Project Site Address or Directions i Intent Details Does your company intend to hire subcontractors to No perform all work? Does your company intend to hire any subcontractors? No Will your company have employees perform work on this Yes protect? I Do you intend to use any apprentices? (apprentices are No considered employees.) Will this project utilize American Recovery and No Reinvestment Act (ARRA) funds? !Specifically, will this project utilize any weatherization or No energy efficiency upgrade funds (ARRA or otherwise)? How many owner/operators performing work on the 0 project own 30%or more of the company? i I What is the estimated contract amount?Or is this a time $7,511.70 and materials estimate? Expected project start date: (MM-DD-YYYY) 4/3/2012 In what county(or counties)will the project be done? King In what city(or nearest city)will the project be done? Kent journey Level Wages County Trade Occupation Wage Fringe Workers i King Well Drillers & Irrigation Pump Oiler $12.97 $0.00 1 Installers King Well Drillers& Irrigation Pump Irrigation Pump Installer $17.71 $0.00 1 Installers f r-lShow/Hide Existing Notes No note exists https://secureaccess.wa.gov/H/pwiaNiewlntent.aspx 3/29/2012