Loading...
HomeMy WebLinkAboutPK10-199 - Original - All Around Fence Company - Riverbend Golf Course Fence Repair - 09/07/2010 Records Management� KENT WPSHINGTOV Document .�ry 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: - All ) 1 Y oiA I'l d F7evi C -e Cc Vendor Number: ID Edwards Number Contract Number: EKl o- 12 C? This is assigned by CityClerk's Office Project Name: Description: ❑ Interlocal Agreement ❑ Change Order ❑ Amendment ro- Contract ❑ Other: a Contract Effective Date: �' I D Termination Date: 0- V Contract Renewal Notice (Days): Number of days required notice for termination or renewal or amendment Contract Manager: ` Department: S Detail: (i.e. address, location, parcel number, tax id, etc.): t�V e (. CAI,✓k-, s I0 Y Zv�ti� '�a,&r�—q � � kt kc qe l - CoU� S-c S.Public\RecordsMana ement\Forms\ContractCover adcc7832 I11 08 KENT WASH INGTDN PUBLIC WORKS AGREEMENT between City of Kent and All Around Fence Co. THIS AGREEMENT is made by and between the City of Kent, a Washington municipal corporation (hereinafter the "City"), and All Around Fence Co. organized under the laws of the State of Washington, located and doing business at PO Box 1029 Ravensdale, WA 98051 P: 253-863-4895 F: 253-863-0704 (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: Repair two sections of damaged fencing at the driving range and at the 18 hole golf course as well as remove and replace a section of fence at the 18 hole golf course in order for the City of Kent Facilities division can remove an underground fuel tank at the at the Riverbend Golf Course in Kent, Washington as described in the contractor's proposals dated May 19 (2) and August 25, 2010 attached and incorporated as Exhibit A. Contractor further represents that the services furnished under this Agreement will be performed in accordance with generally accepted professional practices within the Puget Sound region in effect at the time such services are performed. II. TIME OF COMPLETION. The parties agree that work will begin on the tasks described in Section I above immediately upon execution of this Agreement. Upon the effective date of this Agreement, Contractor shall complete the work described in Section I within 30 days. III. COMPENSATION. The City shall pay the Contractor a total amount not to exceed Three Thousand Seven Hundred Ten Dollars ($3,710.00), plus 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. PUBLIC WORKS AGREEMENT - 1 (Under$10K and No Performance Bond) 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 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 and the State Department of Labor & Industries 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. PUBLIC WORKS AGREEMENT - 2 (Under$I OK and No Performance Bond) , E. The Contractor has registered its business and established an account with the state Department of Revenue and other state agencies as may be 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 PUBLIC WORKS AGREEMENT - 3 (Under$1OK and No Performance Bond) 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 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 PUBLIC WORKS AGREEMENT - 4 (Under$10K and No Performance Bond) 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. 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. PUBLIC WORKS AGREEMENT - 5 (Under$1OK and No Performance Bond) r 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 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 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. PUBLIC WORKS AGREEMENT - 6 (Under$10K and No Performance Bond) 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. 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: PMBy: By: (siqnnature) 11 (signature) Print Name: r?ov, V!L�1lJt,� Prin a e: Jeff Watling Its ywnf-r Its: Parks Director- (title) DATE: gI3d40►0 DATE: til�7 % 10 PUBLIC WORKS AGREEMENT - 7 (Under$10K and No Performance Bond) NOTICES TO BE SENT TO: NOTICES TO BE SENT TO: CONTRACTOR: CITY OF KENT: Ron Dagley Pete Petersen All Around Fence Co. City of Kent PO Box 1029 220 Fourth Avenue South Ravensdale, WA 98051 Kent, WA 98032 253-863-4895 (telephone) (253) 856-5190 (telephone) 253-863-0704 (facsimile) (253) 856-6190 (facsimile) Rrverbend Golf Fence Repair 9-26-10 PUBLIC WORKS AGREEMENT - 8 (Under$10K 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 b fi I s , 2010. By: nn For: All RyDUnd RAnCe, l Title: �WYlry- Date: 8130 �2a C) 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 , 2010. By: For: Title: Date: EEO COMPLIANCE DOCUMENTS - 3 �, V 1!/t'+ A{ IFENCE JC0. tr l kiQ S��E C" Estimate Date- All-Around Fence Co. + Licensed • Bonded • Insured ' Estimate Time OpPO Box 1029• Ravensdale.WA 98051-8101 Ph .alga round a • Fax (253)863-0704 V ONTRACT www.allaroundfenceco.coin � 1� rAE�E•J ''• License No ALLARFC085BA Customer R 1 VIP r 1�el�li� �� I:C cor--% e X Start Date, Contact Name- P-e-M Z S3 70"7 74 11 Build Date, Phone#1. ZS3 S%p 5-1 90 Email: Phone#2 Fax# 2 5 3 $940 B I R D Billing Address: City: Zip Site Address, 2(2 101 V16Sr /1'u e K4e L City K2 v17- Zip. TKO �?_ Directions. J )U Ve. C.k�,t,b h 0!.4 4?- ,a IN underground Utikes: 1-800-424-5555 Footage Height r POSTS ppp Terminal ?.� n n ,/k t v j b� Line. 1 23) lip fTr Gate Material Specs 1 '(qxq V f Li'00 S►S J)AtvKej� r_eplquo. CLS P%oede ZV8 hn c3 Middle Rail IS(� o- t / Top Rail. i ■e Bottom Rail /•!14 ' f f Tension Wire yes c( `1 IN Standard Estate ❑Full Panel NOTES QPP�cuut C1gir0%( )Dor"� "-f Te/lSp6 (� i1t/kL M/De Use Only ❑Picture Frame —� ❑Kirkland ❑Lattice Top M/DN GATES, Walk Gate THIS CONTRACT IS SUBJECT TO THETERMS AND CONDITIONS PRINTED ON THE REVERSE SIDE AND WHICH Single Drive, ARE MADE A PART HEREOF BY THIS REFERENCE Double Drive Hillside WE PROPOSE hereb furnish material and labor-complete in accordance with the above specifications, fo the Roll Gate sum of L3 Price ` Authorized by Sales ❑CLEARING Signature Total �TEAR-OUT The prices, specifications, and conditions are satisfactory and are hereby accepted These prices subject to company audit before installation HAUL-AWAY NOTE This proposal maybe withdrawn by us if not accepted within days Terms, Convenants and Conditions Terms, This sale is for cash on completion A down payment maybe requested to be paid before work may begin If account is overdue the purchaser agrees to pay delinquency charge of 1% per month on the unpaid balance and an additional sur- charge of 25% of account balance plus reasonable attorney's fee, if account is referred to an attorney for collection Extras. In consideration of the price herein quoted, the purchaser agrees that the fence lines will be clear of all obstructions and that the lines will be properly marked by customer by stakes or otherwise The price herein named does not contemplate the encountering of rock, boulders, or other conditions that mandate the use of jackhammers or other coring equipment, if these conditions are encountered and if it is necessary to drill for the setting of the posts or to furnish extra large or deep foundations for the posts or to perform any extra labor, an extra per hour charge will be made to cover the additional ex- pense involved Purchaser agrees to supply power at the job site If power is unavailable at the job site purchaser agrees to pay for generator use Additional charges shall also apply to posts that need to be bolted to structures Delays Contracts which include erection, are taken on condition that the entire work be erected without interruption If it is neces- sary to make more than one trip to complete the erection on account of changes or delays on the part of the Purchaser, an extra charge may be made to cover the additional expense involved In the event of any undue delay caused by any party other than All-Around Fence Company, then All-Around Fence Company shall have the right to pass along any increases in cost resulting therefrom. Changes. No changes in measurements, location of lines or conditions will be allowed except at prices mutually agreed upon at the time these changes are made General Customer or their representatives will be present at start of job, as well as the day of completion This contract embodies the entire understanding between the parties, and there are not verbal agreements or representa- tions in connection therewith Purchaser must obtain licenses, planning permission approvals and permits, where such licenses, approvals and permits are required Location of well and pool pipes, electric lines,or any private utility will be clearly marked by the customer, and any damage incurred due to incorrect marking will solely be the responsibility of the customer to repair If repaired by All-Around Fence Company, it will be done at an hourly charge plus materials. This estimate is only and estimate The price is subject to change due to any of the following conditions 1) added mate- rial, 2) change in materials ordered Lawn damage, due to working in wet conditions at the customer's request, will be the customers responsibility All materials remain the property of All-Around Fence Company until fully paid for and can be removed for non-payment. Locating, clearing and staking of fence and/or property lines is the sole responsibility of the purchaser Purchaser further agrees that All-Around Fence Company shall not be held responsible for claims of encroachment, damage to underground pipes, wires or hidden obstructions, and herewith waives any claims relating thereto ' �+� 61aa arrm I i Q��pR0iiy4 All-Around Fence Co. Estimate Date: D Licensed • Bonded • Insured tit Time: C_ i�V\ PO Box 1029• Ravensdale.WA 98051-8101 Ph 125318634895 • Fax, 12531863-0704 �OSAL / CONTRACT FENCE CO. www.a[laroundfenceco.com �(] ,P License No ALLARFC0858A Customer Kai V'I Feo—s cxj' ov",p Start Date Contact Name. YJ-Q'S`P ZS 3 70cl 19 `1 Budd Date. -T1 Phone#1: Zi�3 RSA 51 C(c) Email Phone#2: Fax#: 'Z-S 3 $5 10 (Ot 90 Billing Address City. Zip: Ytil Site Address- 'L O ( CL CAS I e-CLe t/ t City 4-e✓1T Zip GFO 3Z— Directions 49 r a l V ltiln 1Z^"e p-c wos_( htee kt y cat h W-OL ,se._ Underground Utilities: 1-800424-5555 (Z( vow— Footage- Height 491 ..3- - POSTS r1PluLC 3 , f� col TerminLine Gate Jyt 1 L)\ Aq V a MY Material Specs 9 Zg l0 X S Top Rail IS g Middle Rail Bottom Rail Tension Wire ❑Standard Estate rI YEAR GUARANTEE on Workmanship & Materials ❑Full Panel [ w t , , `3 t Z )C 6 l< Office Use Only ❑Picture Frame NOTES 6�0 P c M/D ❑Kirkland ? T��SIC�� wIV-Q ❑Lattice Top MID/U GATES Walk Gate THIS CONTRACT IS SUBJECT TO THE TERMS AND CONDITIONS PRINTED ON THE REVERSE SIDE AND WHICH - Single Drive ARE MADE A PART HEREOF BY THIS REFERENCE Double Drive Hillside WE PROPOSE here o f ish m anal and labor-comptete in a cordands with the above spau�cations,for thts Roll Gate sum of Z�J O Price Authorized by Sales ID ❑CLEARING Signature Total ?lCjS TEAR-OUT The prices, specifications, and conditions are satisfactory and are hereby accepted These prices subject to company audit before installation HAUL-AWAY NOTE This proposal maybe withdrawn by us if not accepted within 0 days Terms, Convenants and Conditions Terms: This sale is for cash on completion A down payment may be requested to be paid before work may begin If account Is overdue the purchaser agrees to pay delinquency charge of 1% per month on the unpaid balance and an additional sur- charge of 25°/0 of account balance plus reasonable attorney's fee, if account Is referred to an attorney for collection Extras In consideration of the price herein quoted the purchaser agrees that the fence lines will be clear of all obstructions and that the lines will be properly marked by customer by stakes or otherwise The price herein named does not contemplate the encountering of rock, boulders, or other conditions that mandate the use of jackhammers or other coring equipment, if these conditions are encountered and if it is necessary to drill for the setting of the posts or to furnish extra large or deep foundations for the posts or to perform any extra labor, an extra per hour charge will be made to cover the additional ex- pense involved Purchaser agrees to supply power at the lob site If power is unavailable at the lob site purchaser agrees to pay for generator use Additional charges shall also apply to posts that need to be bolted to structures Delays. Contracts which include erection, are taken on condition that the entire work be erected without interruption If it is neces- sary to make more than one trip to complete the erection on account of changes or delays on the part of the Purchaser, an extra charge may be made to cover the additional expense involved In the event of any undue delay caused by any party other than All-Around Fence Company, then All-Around Fence Company shall have the right to pass along any increases in cost resulting therefrom Changes: No changes in measurements, location of Imes or conditions will be allowed except at prices mutually agreed upon at the time these changes are made General: Customer or their representatives will be present at start of lob, as well as the day of completion This contract embodies the entire understand ng between the parties, and there are not verbal agreements or representa- tions in connection therewith Purchaser must obtain licenses, planning permission approvals and permits, where such licenses, approvals and permits are required Location of well and pool pipes, electric lines, or any private utility will be clearly marked by the customer, and any damage Incurred due to incorrect marking will solely be the responsibility of the customer to repair If repaired by All-Around Fence Company, it will be done at an hourly charge plus materials This estimate is only and estimate The price is subject to change due to any of the following conditions. 1)added mate- rial, 2) change in materials ordered Lawn damage, due to working in wet conditions at the customer's request, will be the customers responsibility All materials remain the property of All-Around Fence Company until fully paid for and can be removed for non-payment Locating, clearing and staking of fence and/or property lines Is the sole responsibility of the purchaser Purchaser further agrees that All-Around Fence Company shall not be held responsible for claims of encroachment, damage to underground pipes, wires or hidden obstructions, and herewith waives any claims relating thereto ��PRovya All-Around Fence Co. Estimate Date. nZS //0 Licensed • Bonded • Insured Estimate Time. V\ PO Box 1029 • Ravensdale,WA 98051-8101 FENCE CO. Ph I2531 863-4895 • Fax (253)863-0704 PROPOSAL / CONTRACT www.al(aroundfenceco.com n ` License No ALLARFC0858A Customer ��y����Y�CY �O t� �t7�'tiQ '�� Start Date Contact Name p Build Date Phone 41 2)z; R LD � � Email. Phone#2- Fax# 7'1�73 <r�15(0 (0 19 d Billing Address City, Zip Site Address- 2 c�l�l W£S Meeke v- City- K e v' T Zip, G$U 3 2- Dlrections Underground Utilities: 1-500-424-5555 Footage (� Z� jZo �` T eMIO FCA(4L Height (� I to C v X7<x yc fzjzMoue. Fr;(ILC r lvfirr Aa 1-- POSTS01 (o Terminal V19 -cy—k Q O Q �� Line -2,318 Gate Material Specs �b0� �I C '�`t1.S-� F h C�t�X.Z �py'Nt✓ �UfiT SAYS Top Rail }t ( Middle Rail y2.5 Z� ! Zb Bottom Rail 1lZS Tension Wire < I 340---P Ft nL , ❑Standard Estate A ' ❑Full Panel i2 CaYI9 �2?- C f ce Use Only El Picture Frame NOTES 2 MO t) A,ey-O)K 4 Zt c� r- M/D f ❑Kirkland 1J0 (r3eo-E to ( ,✓+ �!! C.�'4m fli 1 1 V1 IC , (ZP, yr Sfr � �ia- ❑Lattice Top Ca/ (Cc'-11 e✓ C) M/DIU AA ' GATES I rl S+ck I l a v,�l �i !c u I? Cr y r�K I -Zoe to TeV'ItF �nI-p- Walk Gate THIS CONTRACT IS SUBJECT TO THE TERMS AND CONDITIONS PRINTED ON THE REVERSE SIDE AND WHICH Single Drive use rrw 'ARE MADE A PART HEREOF BY THIS REFERENCE Double Drive Hillside WE PROPOSE hereby to furnish material and labor-complete in accordance with the above specifications,for the Roll Gate sum of 0- Price �-2%fOo Authorized by Sales 4 )CLEARING Signature Total TEAR-OUT The prices, specifications, and conditions are satisfactory and are hereby accepted These prices subject to q company audit before installation HAUL-AWAY NOTE This proposal may be withdrawn by us if not accepted within� _days Terms, Convenants and Conditions Terms This sale is for cash on completion A down payment may be requested to be paid before work may begin If account is overdue the purchaser agrees to pay delinquency charge of 1% per month on the unpaid balance and an additional sur- charge of 25% of account balance plus reasonable attorney's fee, if account is referred to an attorney for collection Extras- In consideration of the price herein quoted, the purchaser agrees that the fence lines will be clear of all obstructions and that the lines will be properly marked by customer by stakes or otherwise The price herein named does not contemplate the encountering of rock boulders, or other conditions that mandate the use of jackhammers or other coring equipment, if these conditions are encountered and if it is necessary to drill for the setting of the posts or to furnish extra large or deep foundations for the posts or to perform any extra labor, an extra per hour charge will be made to cover the additional ex- pense involved Purchaser agrees to supply power at the lob site If power is unavailable at the lob site purchaser agrees to pay for generator use Additional charges shall also apply to posts that need to be bolted to structures Delays Contracts which include erection, are taken on condition that the entire work be erected without interruption if rt is neces- sary to make more than one trip to complete the erection on account of changes or delays on the part of the Purchaser, an extra charge may be made to cover the additional expense involved In the event of any undue delay caused by any party other tha,) All-Around Fence Company, then All-Around Fence Company shall have the right to pass along any increases in cost resulting therefrom Changes: No changes in measurements, location of lines or conditions will be allowed except at prices mutually agreed upon at the time these changes are made General Customer or their representatives will be present at start of lob, as well as the day of completion This contract embodies the entire understanding between the parties, and there are not verbal agreements or representa- tions in connection therewith Purchaser must obtain licenses, planning permission approvals and permits, where such licenses, approvals and permits are required. Location of well and pool pipes, electric lines, or any private utility will be clearly marked by the customer, and any damage Incurred due to incorrect marking will solely be the responsibility of the customer to repair If repaired by All-Around Fence Company, it will be done at an hourly charge plus materials This estimate is only and estimate The price is subject to change due to any of the following conditions 1) added mate- rial, 2) change in materials ordered. Lawn damage, due to working in wet conditions at the customer's request, will be the customers responsibility All materials remain the property of Ail-Around Fence Company until fully paid for and can be removed for non-payment Locating, clearing and staking of fence and/or property lines is the sole responsibility of the purchaser Purchaser further agrees that All-Around Fence Company shall not be held responsible for claims of encroachment, damage to underground pipes, wires or hidden obstructions, and herewith waives any claims relating thereto EXHIBIT B INSURANCE REQUIREMENTS FOR CONSTRUCTION PROJECTS Insurance The Contractor shall procure and maintain for the duration of the Agreement, insurance against claims for injuries to persons or damage to property which may arise from or in connection with the performance of the work hereunder by the Contractor, their agents, representatives, employees or subcontractors. A. Minimum Scope of Insurance Contractor shall obtain insurance of the types described below: 1. Automobile Liability insurance covering all owned, non-owned, hired and leased vehicles. Coverage shall be written on Insurance Services Office (ISO) form CA 00 01 or a substitute form providing equivalent liability coverage. If necessary, the policy shall be endorsed to provide contractual liability coverage 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 11 85. 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. Worker's 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: Automobile Liability insurance with a minimum combined single limit for bodily injury and property damage of $1,000,000 per accident. Commercial General Liability insurance shall be written with limits no less than $1,000,000 each occurrence, $1,000,000 general aggregate and a $1,000,000 products-completed operation aggregate limit C. Other Insurance Provisions The insurance policies are to contain, or be endorsed to contain, the following provisions for Automobile Liability, Commercial General Liability and Builders Risk insurance' 1. The Contractor's insurance coverage shall be primary insurance as respect the City. Any insurance, self-insurance, or insurance pool coverage maintained by the City shall be excess of the Contractor's insurance and shall not contribute with it. 2. The Contractor's insurance shall be endorsed to state that coverage shall not be cancelled by either party, except after thirty (30) days prior written notice by certified mail, return receipt requested, has been given to the City. Exhibit B (Continued) D. Contractor's Insurance For Other Losses The Contractor shall assume full responsibility for all loss or damage from any cause whatsoever to any tools, Contractor's employee owned tools, machinery, equipment, or motor vehicles owned or rented by the Contractor, or the Contractor's agents, suppliers or contractors as well as to any temporary structures, scaffolding and protective fences. E. Waiver of Subrogation The Contractor and the City waive all rights against each other any of their Subcontractors, Sub-subcontractors, agents and employees, each of the other, for damages caused by fire or other perils to the extend covered by Builders Risk insurance or other property insurance obtained pursuant to the Insurance Requirements Section of this Contract or other property insurance applicable to the work. The policies shall provide such waivers by endorsement or otherwise F. Acceptability of Insurers Insurance is to be placed with insurers with a current A.M. Best rating of not less than AXII. G. Verification of Coverage Contractor shall furnish the City with original certificates and a copy of the amendatory endorsements, including but not necessarily limited to the additional insured endorsement, evidencing the Automobile Liability and Commercial General Liability insurance of the Contractor before commencement of the work Before any exposure to loss may occur, the Contractor shall file with the City a copy of the Builders Risk insurance policy that includes all applicable conditions, exclusions, definitions, terms and endorsements related to this project H. Subcontractors Contractor shall include all subcontractors as insureds under its policies or shall furnish separate certificates and endorsements for each subcontractor All coverages for subcontractors shall be subject to all of the same insurance requirements as stated herein for the Contractor. PollcyNumber 604698828 Dale Entered 12/8/2009 DATE IMM'DDNYYYI CERTIFICATE OF LIABILITY INSURANCE 1 12/8/2009 PRODUCER Brewton-Hight Insurance Agency, Inc THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION 2416 NW Myhre Rd #101 ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE PO Box 840 HOLDER THIS CERTIFICATE DOES NOT AMEND, EXTEND OR Silverdale, WA 98383 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW Phone (360)692-6880 Fax (360)692-9043 INSURERS AFFORDING COVERAGE NAIC# INSURED All Around Fence Company INSURER A Truck Insurance Exchange Ronald Dagley INSURER 14323 16th St East INSURER Sumner, WA 98390 INSURERO INSURER E COVERAGES i HE 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 OTITER DOCUMCNT 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 INSR ADD POLICY EFFECTIVE POLfCYEXPIRATION LIMITS LTR p y A POLICY NUMBER i t A M GENERAL LIABILITY EACH OCCURRENCE 52,000,000 A COUVER^IAL GENERAL LIABILITY 604698828 12/1/2009 12/1/2010 b�IS'SL RENTE[) OREMSESIE_aevu-0- S100,000 CLAMS YAOE �' OCCUR MEDEXP[AII.n Vusnnl 55,000 PERSONAL&ADVINJURY _S2,000,000 _ LGENERALAGGREGATE 34,000,000 PRODUCTS COMPROPAGG S4,0001000 GEN L AGGREGATE LIMIT APPLIES PER _ �Y P O- POLICY . FT LCC AUTOMOBILE LIABILITY COHBINE➢SINGLE LIMIT A (Ea acaM=Al) 52,000.000 ANI AUTO 604698828 12/1/2009 12/1/2010 _ ALL OW NEO AUTOS BODILY INJURY SCHEDULED AUTOS (Per $ MIRED AUTOS I BODILY INJURY (Per aeudenD S ' NON OWNFO AUTOS J,_ PROPERTYDAMAGE S IPer aeudanq GARAGE LIABILITY AUTOONLY EAACCIOENT S ANY ALFrO OTHER THAN EA ACC S AUTO ONLY AGG S EXCESS I UMBRELLA LIABILITY FACH OCCURRENCE S ocwR CLAIIAS MADE AGGPEGATE 5 DEDUCTIBLE RETENTION S S /WORKERS COMPENSATION W'CSTATU. OrH�� AND EMPLOYERS LIABILITY YIN -_LORYLIMITS ER ; AIJY PROPRIETOR'PARTn"R E>EEUTIVE A EL PAC"ACCIDENT g1,000,000 CrFsrER LIFTIEER EXCLUDED, � 604698828 12/1/2009 12/1/2010 -- (Mlndilory in NH) El. DISEASE EA E•d PLOYEE S1,000,000 r,cs PROIA Je< SIONS EL DISEASE POUCYLIIAT 51/000/000 CP_CI„L PHO`.I roloY. OTHER DESCRIPTION OF OPERATIONS 1 LOCATIONS I VEHICLES I EXCLUSIONS ADDED BY ENDORSEMENT I SPECIAL PROVISIONS CERTIFICATE HOLDER CANCELLATION City of Kent SHOULD ANY OFTHEABOVE DESCRIBED POLICIES SE CANCELLED BEFORE THE EXPIRATION DATE THEREOF THE ISSUING INSURER WILL ENDEAVOR TO MAIL30 DAYS WRITTEN 220 4th Ave S NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT BUT FAILUPE TO DO 30 SHALL Kent, WA 98032 IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER ITS AGENTS OR REPRESENTATIVES _ AUTHORIZED REPRESENTATIVE ACORD 25(2009101) 01988-2009 ACORD CORPORATION All rights reserved The ACORD name and logo are registered marks of ACORD RFox¢ad uvng Fom+s Bass Plus soltAAre ewa FWMSBaSS cum I R Ic s 0 Pu^bdona S30 239 197; 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 This Certificate of Insurance 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(2009101) r POLICY NUMBER 60469-88-28 BUSINESSOWNERS BP 04 50 0197 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS This endorsement modifies insurance provided under the following. BUSINESSOWNERS POLICY SCHEDULE* Name of Person Or Organization CITY OF KENT, * Information required to complete this Schedule, if not shown on this endorsement, will be shown in the Decla- rations The following is added to Paragraph C. Who Is An Insured in the Businessowners Liability Coverage Form 4. Any person or organization shown in the Schedule is also an insured, but only with respect to liability arising out of your ongoing operations performed forthatinsured BP 04 50 0197 Copyright, Insurance Services Office, Inc , 1997 Page 1 of 1 ❑