Loading...
HomeMy WebLinkAboutPK11-200 - Original - Bark Time Blower Truck Service - Lake Meridian Bark Installation - 06/20/2011 O Records Marragement,: KENT Document W ASHINGTOH I ice. 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: r ✓1'12 D 2 r ✓ �C � 5-eyv\C-� Vendor Number: >(0 (p JD Edwards Number Contract Number: This is assigned by City Clerk's Office I �[ Project Name: LoA t < u V -p �'� d �` L ^ Q)O v ( A 5 4� l j Q l l� Description: ❑ Interlocal Agreement ❑ Change Order ❑ Amendment 'Contract ❑ Other: Contract Effective Date: a " 7 D " L l Termination Date: -7 Contract Renewal Notice (Days): Number of days required notice for termination or renewal or amendment Contract Manager- YJt Department: pa v S Detail: (i.e. address, location, parcel number, tax id, etc.): S:Public\RecordsManagement\Forms\ContractCover\adcc7832 11/08 KENT WASHINGTON GOODS & SERVICES AGREEMENT FOR ORDINARY MAINTENANCE between the City of Kent and Bark Time Blower Truck Service THIS AGREEMENT is made by and between the City of Kent, a Washington municipal corporation (hereinafter the "City"), and Bark Time Blower Truck Service organized under the laws of the State of Washington, located and doing business at 2225 Cherry Road, Lake Stevens, WA 98258 P:425-508-3930 F:425-377-2535 (hereinafter the "Vendor"). AGREEMENT I. DESCRIPTION OF WORK. Vendor shall provide the following goods and materials and/or perform the following services for the City: Install/blow-in 2" to 3" of medium bark in areas discussed in walk through at Lake Meridian Park in Kent, Washington as described in the contractor's proposal dated May 25, 2011 attached and incorporated as Exhibit A. Vendor acknowledges and understands that it is not the City's exclusive provider of these goods, materials, or services and that the City maintains its unqualified right to obtain these goods, materials, and services through other sources. II. TIME OF COMPLETION. Upon the effective date of this Agreement, Vendor shall complete the work and provide all goods, materials, and services within 30 days. III. COMPENSATION. The City shall pay the Vendor an amount not to exceed Four Thousand Eight Hundred Eighty Four Dollars ($4,884.00), plus applicable Washington State Sales Tax, for the goods, materials, and services contemplated in this Agreement. The City shall pay the Vendor the following amounts according to the following schedule: GOODS & SERVICES AGREEMENT FOR ORDINARY MAINTENANCE - 1 (Under$10,000.00, including WSST) Vendor shall submit monthly invoices from which the City shall pay. If the City objects to all or any portion of an invoice, it shall notify Vendor and reserves the option to only pay that portion of the invoice not in dispute. In that event, the parties will immediately make every effort to settle the disputed portion. A. Defective or Unauthorized Work. The City reserves its right to withhold payment from Vendor for any defective or unauthorized goods, materials or services. If Vendor is unable, for any reason, to complete any part of this Agreement, the City may obtain the goods, materials or services from other sources, and Vendor shall be liable to the City for any additional costs incurred by the City. "Additional costs" shall mean all reasonable costs, including legal costs and attorney fees, incurred by the City beyond the maximum Agreement price specified above. The City further reserves its right to deduct these additional costs incurred to complete this Agreement with other sources, from any and all amounts due or to become due the Vendor. B. Final Payment: Waiver of Claims. VENDOR'S ACCEPTANCE OF FINAL PAYMENT SHALL CONSTITUTE A WAIVER OF CLAIMS, EXCEPT THOSE PREVIOUSLY AND PROPERLY MADE AND IDENTIFIED BY VENDOR AS UNSETTLED AT THE TIME REQUEST FOR FINAL PAYMENT IS MADE. IV. PREVAILING WAGES. Vendor shall file a "Statement of Intent to Pay Prevailing Wages," with the State of Washington Department of Labor & Industries prior to commencing the Contract work. Vendor shall pay prevailing wages in effect on the date the bid is accepted or executed by Vendor, and comply with Chapter 39.12 of the Revised Code of Washington, as well as any other applicable prevailing wage rate provisions. The latest prevailing wage rate revision issued by the Department of Labor and Industries is attached. V. INDEPENDENT CONTRACTOR. The parties intend that an Independent Contractor-Employer Relationship will be created by this Agreement. By their execution of this Agreement, and in accordance with Ch. 51.08 RCW, the parties make the following representations: A. The Vendor has the ability to control and direct the performance and details of its work, the City being interested only in the results obtained under this Agreement. B. The Vendor maintains and pays for its own place of business from which Vendor's services under this Agreement will be performed. C. The Vendor has an established and independent business that is eligible for a business deduction for federal income tax purposes that existed before the City retained Vendor's services, or the Vendor is engaged in an independently established trade, occupation, profession, or business of the same nature as that involved under this Agreement. GOODS & SERVICES AGREEMENT FOR ORDINARY MAINTENANCE - 2 (Under$10,000.00, including WSST) t D. The Vendor is responsible for filing as they become due all necessary tax documents with appropriate federal and state agencies, including the Internal Revenue Service and the state Department of Revenue. E. The Vendor has registered its business and established an account with the state Department of Revenue and other state agencies as may be required by Vendor's business, and has obtained a Unified Business Identifier (UBI) number from the State of Washington. F. The Vendor maintains a set of books dedicated to the expenses and earnings of its business. VI. TERMINATION. Either party may terminate this Agreement, with or without cause, upon providing the other party thirty (30) days written notice at its address set forth on the signature block of this Agreement. VII. CHANGES. The City may issue a written change order for any change in the goods, materials or services to be provided during the performance of this Agreement. If the Vendor determines, for any reason, that a change order is necessary, Vendor must submit a written change order request to the person listed in the notice provision section of this Agreement, section XIV(D), within fourteen (14) calendar days of the date Vendor knew or should have known of the facts and events giving rise to the requested change. If the City determines that the change increases or decreases the Vendor's costs or time for performance, the City will make an equitable adjustment. The City will attempt, in good faith, to reach agreement with the Vendor on all equitable adjustments. However, if the parties are unable to agree, the City will determine the equitable adjustment as it deems appropriate. The Vendor shall proceed with the change order work upon receiving either a written change order from the City or an oral order from the City before actually receiving the written change order. If the Vendor fails to require a change order within the time allowed, the Vendor waives its right to make any claim or submit subsequent change order requests for that portion of the contract work. If the Vendor disagrees with the equitable adjustment, the Vendor must complete the change order work; however, the Vendor may elect to protest the adjustment as provided in subsections A through E of Section VII, Claims, below. The Vendor accepts all requirements of a change order by: (1) endorsing it, (2) writing a separate acceptance, or (3) not protesting in the way this section provides. A change order that is accepted by Vendor as provided in this section shall constitute full payment and final settlement of all claims for contract time and for direct, indirect and consequential costs, including costs of delays related to any work, either covered or affected by the change. VIII. CLAIMS. If the Vendor disagrees with anything required by a change order, another written order, or an oral order from the City, including any direction, instruction, interpretation, or determination by the City, the Vendor may file a claim as provided in this section. The Vendor shall give written notice to the City of all claims within fourteen (14) calendar days of the occurrence of the events giving rise to the claims, or within fourteen (14) calendar days of the date the Vendor knew or should have known of the facts or events giving rise to the claim, whichever occurs first . Any claim for damages, additional payment for any reason, or extension of time, whether under this Agreement or otherwise, shall be conclusively deemed to have been waived by the Vendor unless a timely written claim is made in strict accordance with the applicable provisions of this Agreement. GOODS & SERVICES AGREEMENT FOR ORDINARY MAINTENANCE - 3 (Under$10,000.00, including WSST) At a minimum, a Vendor's written claim shall include the information set forth in subsections A, items 1 through 5 below. FAILURE TO PROVIDE A COMPLETE, WRITTEN NOTIFICATION OF CLAIM WITHIN THE TIME ALLOWED SHALL BE AN ABSOLUTE WAIVER OF ANY CLAIMS ARISING IN ANY WAY FROM THE FACTS OR EVENTS SURROUNDING THAT CLAIM OR CAUSED BY THAT DELAY. A. Notice of Claim. Provide a signed written notice of claim that provides the following information: 1. The date of the Vendor's claim; 2. The nature and circumstances that caused the claim; 3. The provisions in this Agreement that support the claim; 4. The estimated dollar cost, if any, of the claimed work and how that estimate was determined; and 5. An analysis of the progress schedule showing the schedule change or disruption if the Vendor is asserting a schedule change or disruption. B. Records. The Vendor shall keep complete records of extra costs and time incurred as a result of the asserted events giving rise to the claim. The City shall have access to any of the Vendor's records needed for evaluating the protest. The City will evaluate all claims, provided the procedures in this section are followed. If the City determines that a claim is valid, the City will adjust payment for work or time by an equitable adjustment. No adjustment will be made for an invalid protest. C. Vendor's Duty to Complete Protested Work. In spite of any claim, the Vendor shall proceed promptly to provide the goods, materials and services required by the City under this Agreement. D. Failure to Protest Constitutes Waiver. By not protesting as this section provides, the Vendor also waives any additional entitlement and accepts from the City any written or oral order (including directions, instructions, interpretations, and determination). E. Failure to Follow Procedures Constitutes Waiver. By failing to follow the procedures of this section, the Vendor completely waives any claims for protested work and accepts from the City any written or oral order (including directions, instructions, interpretations, and determination). IX. LIMITATION OF ACTIONS. VENDOR MUST, IN ANY EVENT, FILE ANY LAWSUIT ARISING FROM OR CONNECTED WITH THIS AGREEMENT WITHIN 120 CALENDAR DAYS FROM THE DATE THE CONTRACT WORK IS COMPLETE OR VENDOR'S ABILITY TO FILE THAT SUIT SHALL BE FOREVER BARRED. THIS SECTION FURTHER LIMITS ANY APPLICABLE STATUTORY LIMITATIONS PERIOD. X. WARRANTY. This Agreement is subject to all warranty provisions established under the Uniform Commercial Code, Title 62A, Revised Code of Washington. Vendor warrants goods are merchantable, are fit for the particular purpose for which they were obtained, and will perform in accordance with their specifications and Vendor's representations to City. The Vendor GOODS & SERVICES AGREEMENT FOR ORDINARY MAINTENANCE - 4 (Under$10,000.00, including WSST) 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 part of the goods are repaired, only original replacement parts shall be used—rebuilt or used parts will not be acceptable. When defects are corrected, the warranty for that portion of the work shall extend for one (1) year from the date such correction is completed and accepted by the City. The Vendor shall begin to correct any defects within seven (7) calendar days of its receipt of notice from the City of the defect. If the Vendor does not accomplish the corrections within a reasonable time as determined by the City, the City may complete the corrections and the Vendor shall pay all costs incurred by the City in order to accomplish the correction. XI. DISCRIMINATION. In the hiring of employees for the performance of work under this Agreement or any sub-contract, the Vendor, its sub-contractors, or any person acting on behalf of the Vendor or sub-contractor shall not, by reason of race, religion, color, sex, age, sexual orientation, national origin, or the presence of any sensory, mental, or physical disability, discriminate against any person who is qualified and available to perform the work to which the employment relates. Vendor shall execute the attached City of Kent Equal Employment Opportunity Policy Declaration, Comply with City Administrative Policy 1.2, and upon completion of the contract work, file the attached Compliance Statement. XII. INDEMNIFICATION. Vendor shall defend, indemnify and hold the City, its officers, officials, employees, agents and volunteers harmless from any and all claims, injuries, damages, losses or suits, including all legal costs and attorney fees, arising out of or in connection with the Vendor's performance of this Agreement, except for that portion of the injuries and damages caused by the City's negligence. The City's inspection or acceptance of any of Vendor's work when completed shall not be grounds to avoid any of these covenants of indemnification. IT IS FURTHER SPECIFICALLY AND EXPRESSLY UNDERSTOOD THAT THE INDEMNIFICATION PROVIDED HEREIN CONSTITUTES THE VENDOR'S WAIVER OF IMMUNITY UNDER INDUSTRIAL INSURANCE, TITLE 51 RCW, SOLELY FOR THE PURPOSES OF THIS INDEMNIFICATION. THE PARTIES FURTHER ACKNOWLEDGE THAT THEY HAVE MUTUALLY NEGOTIATED THIS WAIVER. In the event Vendor refuses tender of defense in any suit or any claim, if that tender was made pursuant to this indemnification clause, and if that refusal is subsequently determined by a court having jurisdiction (or other agreed tribunal) to have been a wrongful refusal on the Vendor's part, then Vendor shall pay all the City's costs for defense, including all reasonable expert witness fees and reasonable attorneys' fees, plus the City's legal costs and fees incurred because there was a wrongful refusal on the Vendor's part. The provisions of this section shall survive the expiration or termination of this Agreement. XIII. INSURANCE. The Vendor shall procure and maintain for the duration of the Agreement, insurance of the types and in the amounts described in Exhibit B attached and incorporated by this reference. XIV. WORK PERFORMED AT VENDOR'S RISK. Vendor shall take all necessary precautions and shall be responsible for the safety of its employees, agents, and subcontractors GOODS & SERVICES AGREEMENT FOR ORDINARY MAINTENANCE - 5 (Under$10,000.00, including WSST) in the performance of the contract work and shall utilize all protection necessary for that purpose. All work shall be done at Vendor's own risk, and Vendor shall be responsible for any loss of or damage to materials, tools, or other articles used or held for use in connection with the work. XV. MISCELLANEOUS PROVISIONS. A. Recyclable Materials. Pursuant to Chapter 3.80 of the Kent City Code, the City requires its contractors and consultants to use recycled and recyclable products whenever practicable. A price preference may be available for any designated recycled product. B. Non-Waiver of Breach. The failure of the City to insist upon strict performance of any of the covenants and agreements contained in this Agreement, or to exercise any option conferred by this Agreement in one or more instances shall not be construed to be a waiver or relinquishment of those covenants, agreements or options, and the same shall be and remain in full force and effect. C. Resolution of 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. D. Written Notice. All communications regarding this Agreement shall be sent to the parties at the addresses listed on the signature page of the Agreement, unless notified to the contrary. Any written notice hereunder shall become effective three (3) business days after the date of mailing by registered or certified mail, and shall be deemed sufficiently given if sent to the addressee at the address stated in this Agreement or such other address as may be hereafter specified in writing. E. Assignment. Any assignment of this Agreement by either party without the written consent of the non-assigning party shall be void. If the non-assigning party gives its consent to any assignment, the terms of this Agreement shall continue in full force and effect and no further assignment shall be made without additional written consent. F. Modification. No waiver, alteration, or modification of any of the provisions of this Agreement shall be binding unless in writing and signed by a duly authorized representative of the City and Vendor. 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. GOODS & SERVICES AGREEMENT FOR ORDINARY MAINTENANCE - 6 (Under$10,000.00, including WSST) H. Compliance with Laws. The Vendor agrees to comply with all federal, state, and municipal laws, rules, and regulations that are now effective or in the future become applicable to Vendor's business, equipment, and personnel engaged in operations covered by this Agreement or accruing out of the performance of those operations. I. 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. VENDOR: TY KE T: B , CIey; ��y gnat re) (signature) Print Name: �� � d Print ame: Jeff Watling Its: Its: Parks Director DATE: (,13-(1Itle) DATE: / �Ifgl z�ip41 NOTICES TO BE SENT TO: NOTICES TO BE SENT TO: VENDOR: CITY OF KENT: Brett Wilson Justin Oliver Bark Time Blower Truck Service City of Kent 2225 Cherry Road 220 Fourth Avenue South Lake Stevens, WA 98258 Kent, WA 98032 425-508-3930 (telephone) (206) 228-5527 (telephone) 425-377-2535 (facsimile) (253) 856-6120 (facsimile) Lake Meridian Bark Installation GOODS & SERVICES AGREEMENT FOR ORDINARY MAINTENANCE - 7 (Under$10,000.00, including WSST) ; DECLARATION CITY OF KENT EQUAL EMPLOYMENT OPPORTUNITY POLICY The City of Kent is committed to conform to Federal and State laws regarding equal opportunity. As such all contractors, subcontractors and suppliers who perform work with relation to this Agreement shall comply with the regulations of the City's equal employment opportunity policies. The following questions specifically identify the requirements the City deems necessary for any contractor, subcontractor or supplier on this specific Agreement to adhere to. An affirmative response is required on all of the following questions for this Agreement to be valid and binding. If any contractor, subcontractor or supplier willfully misrepresents themselves with regard to the directives outlines, it will be considered a breach of contract and it will be at the City's sole determination regarding suspension or termination for all or part of the Agreement; The questions are as follows: 1. I have read the attached City of Kent administrative policy number 1.2. 2. During the time of this Agreement I will not discriminate in employment on the basis of sex, race, color, national origin, age, or the presence of all sensory, mental or physical disability. 3. During the time of this Agreement the prime contractor will provide a written statement to all new employees and subcontractors indicating commitment as an equal opportunity employer. 4. During the time of the Agreement I, the prime contractor, will actively consider hiring and promotion of women and minorities. 5. Before acceptance of this Agreement, an adherence statement will be signed by me, the Prime Contractor, that the Prime Contractor complied with the requirements as set forth above. By signing below, I agree to fulfill the five requirements referenced above. Dated this /37y—day of �G+'l�-L_ 12011. (::By: For: - Title: /_V r Date: & EEO COMPLIANCE DOCUMENTS - 1 of 3 CITY OF KENT ADMINISTRATIVE POLICY NUMBER: 1.2 EFFECTIVE DATE: January 1, 1998 SUBJECT: MINORITY AND WOMEN SUPERSEDES: April 1, 1996 CONTRACTORS APPROVED BY Jim White, Mayor POLICY: Equal employment opportunity requirements for the City of Kent will conform to federal and state laws. All contractors, subcontractors, consultants and suppliers of the City must guarantee equal employment opportunity within their organization and, if holding Agreements with the City amounting to $10,000 or more within any given year, must take the following affirmative steps: 1. Provide a written statement to all new employees and subcontractors indicating commitment as an equal opportunity employer. 2. Actively consider for promotion and advancement available minorities and women. Any contractor, subcontractor, consultant or supplier who willfully disregards the City's nondiscrimination and equal opportunity requirements shall be considered in breach of contract and subject to suspension or termination for all or part of the Agreement. Contract Compliance Officers will be appointed by the Directors of Planning, Parks, and Public Works Departments to assume the following duties for their respective departments. 1. Ensuring that contractors, subcontractors, consultants, and suppliers subject to these regulations are familiar with the regulations and the City's equal employment opportunity policy. 2. Monitoring to assure adherence to federal, state and local laws, policies and guidelines. EEO COMPLIANCE DOCUMENTS - 2 of 3 CITY OF KENT EQUAL EMPLOYMENT OPPORTUNITY COMPLIANCE STATEMENT This form shall be filled out AFTER COMPLETION of this project by the Contractor awarded the Agreement. I, the undersigned, a duly represented agent of Company, hereby acknowledge and declare that the before-mentioned company was the prime contractor for the Agreement known as that was entered into on the (date), between the firm I represent and the City of Kent. I declare that I complied fully with all of the requirements and obligations as outlined in the City of Kent Administrative Policy 1.2 and the Declaration City of Kent Equal Employment Opportunity Policy that was part of the before-mentioned Agreement. Dated this day of , 2011. By: For: Title: Date: EEO COMPLIANCE DOCUMENTS - 3 of 3 tY4 Quote No. 52511 A • , Customer Misc 'Cust Name City of Kent Date 5/25/2011 Devl Name Lake Mendian Park Delivery Date Address Rep Brett Wilson City Kent State WA ZIP Cell# 425-508-3930 Phone Map Page Fax# Cell# Contact Justin Oliver Qty Description Unit Price TOTAL 148 Medium bark blown-in 2"-3"deep A service $ 3300 $ 4,88400 A service includes clean-up of all treated areas with backpack blowers 70 Tree Wells included there is no added charge Thank you for calling Bark Time. Upper parking areas and restroom areas also area by playground included Bed areas with natural bark chips are not included Subtotal $ 4,88400 Travel Fee Comments Tax Rate(s) 9 50% $ 46398 Payment Type CC# TOTAL $ 5,34798 Expires PROJECT NOTES We are looking forward to earning your business Please feel free to contact Brett Wilson directly if you should have any questions regarding this estimate, or future projects where we may be of value to you and your crew Thank you again for your business, and we look forward to working with you soon REPRESENTATIVE. Brett Wilson Cell: 425-508-3930 Office. 1-888-377-9009 Fax. 425-377-2535 Quote is valid for 30 days from the above date Contractors most have a tax resale certificate on rile This pricing has been discounted, based on the scale of the entire project Purchasing only selective products may void these discounts Above pricing is subject to product availability and market fluctuation No deposit required Invoking is due on the tenth of the following month 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. Automobile Liability insurance covering all owned, non- owned, hired and leased vehicles. Coverage shall be written on Insurance Services Office (ISO) form CA 00 01 or a substitute form providing equivalent liability coverage. If necessary, the policy shall be endorsed to provide contractual liability coverage. Commercial General Liability insurance shall be written on ISO occurrence form CG 00 01 and shall cover liability arising from premises, operations, independent contractors, products-completed operations, personal injury and advertising injury, and liability assumed under an insured contract. The Commercial General Liability insurance shall be endorsed to provide the Aggregate Per Project Endorsement ISO form CG 25 03 11 85. 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 1185 or a substitute endorsement providing equivalent coverage. 2. Workers' Compensation coverage as required by the Industrial Insurance laws of the State of Washington. B. Minimum Amounts of Insurance Contractor shall maintain the following insurance limits: 1. Automobile Liability insurance with a minimum combined single limit for bodily injury and property damage of $1,000,000 per accident. 2. Commercial General Liability insurance shall be written with limits no less than $1,000,000 each occurrence, $2,000,000 general aggregate and a $2,000,000 products-completed operations aggregate limit. EXHIBIT B (Continued ) C. Other Insurance Provisions The insurance policies are to contain, or be endorsed to contain, the following provisions for Automobile Liability and Commercial General Liability insurance: 1. The Contractor's insurance coverage shall be primary insurance as respect the City. Any Insurance, self-insurance, or insurance pool coverage maintained by the City shall be excess of the Contractor's insurance and shall not contribute with it. 2. The Contractor's insurance shall be endorsed to state that coverage shall not be cancelled by either party, except after thirty (30) days prior written notice by certified mail, return receipt requested, has been given to the City. 3. The City of Kent shall be named as an additional insured on all policies (except Professional Liability) as respects work performed by or on behalf of the contractor and a copy of the endorsement naming the City as additional insured shall be attached to the Certificate of Insurance. The City reserves the right to receive a certified copy of all required insurance policies. The Contractor's Commercial General Liability insurance shall also contain a clause stating that coverage shall apply separately to each insured against whom claim is made or suit is brought, except with respects to the limits of the insurer's liability. D. Acceptability of Insurers Insurance is to be placed with insurers with a current A.M. Best rating of not less than A:VII. 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. Commercial Certificate of Insurance FARMERS' Agency , Glenn Hahn Name . 11915 E Broadway Ave Ste 201 Issue Date (MM/DDNY) 06/20/2011 & • Spokane Valley,WA 992064997 Address • 509-924-4850 This certificate is Issued as a matter of information only and confers no rights upon the certificate holder This certificate does not amend,extend or alter the St 79 Dist. 21 Agent 849 coverage afforded by the policies shown below Companies Providing Coverage: Insured Company A Truck Im.urance E-,cl=ge . ROCK SOLID TRUCKING INC Letter Name . 2225 CHERRY RD Company B Farmers Insurance Exchange & Letter • WOODINVILLE,WA 98072 Company C MO-Century Insurance Company AddressLetter Company Letter Coverages 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 terns,exclusions and conditions of such policies Limits shown may have been reduced by paid claims Co. Type y T e of Insurance Policy Number Policy Effective Policy Expiration Policy Limits Ltr Date(MM/DD/yl) Date(MM/DD/YY) B General Liability 604723764 08/07/2010 08/07/2011 General Aggregate $4,000,000 Products-Comp/OPS K Commercial General Aggregate $4,000,000 i Liability Personal& )e -Occurrence Version Adverusing Injury $ Contractual-Incidental Each Occurrence $2,000,000 Only Fire Damage (Any one fire) $ 100,000 Owners&Contractors Prot Medical Expense (Any one person) $5,000 B Automobile Liability 604723764 08/07/2010 08/07/2011 Combined Single All Owned Commercial Limit $ 1,000,000 Autos Bodily Injury X Scheduled Autos (PC rpeison) $ )c Hired Autos I Bodily Injury $ )e Non-Owned Autos (Per accident) Garage Liability Property Damage $ Garage Aggregate $ Umbrella Liability Limit $ Workers'Compensation Statutory and Each Accident $ Employers' Liability Disease-Each Employee $ ty Disease-Policy Limit $ Description of OperationsNehicles/Restnctions/Special stems: KENT,WA HAS BEEN ADDED AS AN ADDITIONAL INSURED-BP 0450 ENDORSEMENT TO FOLLOW Certificate Holder Cancellation CITY OF KENT Should any of the above described policies he cancelled before the expiration date Name 220 FOURTH AVENUE SOUTH thereof,the issuing company will endeavor to mad 30 days written notice to the & KENT,WA 98032 certificate holder named to the left, �but �failure to mail such notice shall impose no Address abliganon^�h'!� n�dhe company,its agents or representatives- Authorized Representative 56-2192 4-94 Copy Distribution:Service Center Copy and Agent's Copy H-oi BUSINESSOWNERS BP 07 02 0197 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. AMENDMENT - AGGREGATE LIMITS OF INSURANCE (PER PROJECT) This endorsement modifies insurance provided under the following: BUSINESSOWNERS POLICY Under Paragraph D. Liability And Medical Ex- penses Limits Of Insurance in the Businessowners Liability Coverage Form, the limit of insurance for all injury or damage other than injury or damage under the "products-completed operations hazard" applies separately to each of your projects away from prem- ises owned by or rented to you. BP 07 02 0197 Copyright, Insurance Services Office, Inc, 1997 Page 1 of 1 ❑ e POLICY NUMBER 60472 37 64 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 to 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 for that insured s BP 04 50 0197 Copyright, Insurance Services Office, Inc., 1997 Page 1 of 1 O Page 1 of 4 State of Washington Department of Labor & Industries Prevailing Wage Section - Telephone 360-902-5335 PO Box 44540, Olympia, WA 98504-4540 Washington State Prevailing Wage The PREVAILING WAGES listed here include both the hourly wage rate and the hourly rate of fringe benefits. On public works projects, worker's wage and benefit rates must add to not less than this total. A brief description of overtime calculation requirements are provided on the Benefit Code Key. Journey Level Prevailing Wage Rates for the Effective Date: 6/3/2011 Count Trade Job Classification Wage Holiday Overtime Note King Laborers Air, Gas Or Electric Vibrating Screed $40.03 7A 1H King Laborers Airtrac Drill Operator $41.28 7A 1H King Laborers Ballast Regular Machine $40.03 7A 1H King Laborers Batch Weighman $33.93 7A 1H King Laborers Brick Pavers $40.03 7A 1H a King Laborers Brush Cutter $40.031 7A 1H 3 King Laborers Brush Hog Feeder $40.03 7A 1H King Laborers Burner $40.03 7A 1H King Laborers Caisson Worker $41.28 7A 1H ; King Laborers Carpenter Tender $40.03 7A 1H King Laborers Caulker $40.03 7A 1H King Laborers Cement Dumper-paving $40.77 7A 1 H King Laborers Cement Finisher Tender $40.03 7A 1 H King Laborers Change House Or Dry Shack $40.03 7A 1 H King Laborers Chipping Gun (under 30 Lbs.) $40.03 7A 1H King Laborers Chipping Gun(30 Lbs. And Over) $40.77 7A 1H King Laborers Choker Setter $40.03 7A 1H King Laborers Chuck Tender $40.03 7A 1 H a King Laborers Clary Power Spreader $40.77 7A 1 H King Laborers Clean-up Laborer $40.03 7A 1H King Laborers Compressed Air Worker 0-30 psi $52.08 7A 1 H King Laborers Compressed Air Worker 30.01-44.00 $57.08 7A 1H psi King Laborers Compressed Air Worker 44.01-54.00 $60.76 7A 1H >� psi King Laborers Compressed Air Worker 54.01-60.00 $66.46 7A 1H >34 psi King Laborers Compressed Air Worker 60.01-64.00 $68.58 7A 1H >� psi King Laborers Compressed Air Worker 64.01-68.00 $73.68 7A 1H 8Q psi https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 6/3/2011 Page 2 of 4 King Laborers Compressed Air Worker 68.01-70.00 $75.58 7A 1H psi King Laborers Concrete Dumper/chute Operator $40.77 7A 1 H King Laborers Concrete Form Stripper $40.03 7A 1H King Laborers Concrete Placement Crew $40.77 7A 1H King Laborers Concrete Saw Operator/core Driller $40.77 7A 1 H King Laborers Crusher Feeder $33.93 7A 1H King Laborers Curing Laborer $40.03 7A 1 H King Laborers Demolition: Wrecking Et Moving (incl. $40.03 7A 1H Charred Material) King Laborers Ditch Digger $40.03 7A 1H King Laborers Diver $41.28 7A 1H King Laborers Drill Operator (hydraulic,diamond) $40.77 7A 1H King Laborers Dry Stack Walls $40.03 7A 1H f King Laborers Dump Person $40.03 7A 1H King Laborers Epoxy Technician $40.03 7A 1H ' King Laborers Erosion Control Worker $40.03 7A 1H King Laborers Faller Et Bucker Chain Saw $40.77 7A 1H King Laborers Fine Graders $40.03 7A 1H King Laborers Firewatch $33.93 7A 1H King Laborers Form Setter $40.03 7A 1H King Laborers Gabian Basket Builders $40.03 7A 1H King Laborers General Laborer $40.03 7A 1H King Laborers Grade Checker Et Transit Person $41.28 7A 1H King Laborers Grinders $40.03 7A 1H King Laborers Grout Machine Tender $40.03 7A 1H King Laborers Groutmen (pressure)including Post $40.77 7A 1H Tension Beams 'King Laborers Guardrail Erector $40.03 7A 1H King Laborers Hazardous Waste Worker (level A) $41.28 7A 1H King Laborers Hazardous Waste Worker (Level B) $40.77 7A 1H King Laborers Hazardous Waste Worker (Level C) $40.03 7A 1H King Laborers High Scaler $41.28 7A 1H King Laborers Jackhammer $40.77 7A 1H King Laborers Laserbeam Operator $40.77 7A 1H King Laborers Maintenance Person $40.03 7A 1H King Laborers Manhole Builder-mudman $40.77 7A 1H King Laborers Material Yard Person $40.03 7A 1H King Laborers Miner $41.28 7A 1 H King Laborers Motorman-dinky Locomotive $40.77 7A 1H k King Laborers Nozzleman (concrete Pump, Green $40.77 7A 1H Cutter When Using Combination Of High Pressure Air Et Water On Concrete Et Rock, Sandblast, Gunite, Shotcrete, Water BLa King Laborers I Pavement Breaker $40.77 7A 1H https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 6/3/2011 Page 3 of 4 King Laborers Pilot Car $33.931 7A 1H King Laborers Pipe Layer Lead $41.281 7A 1H l King Laborers Pipe Layer/tailor $40.77 7A 1H King Laborers Pipe Pot Tender $40.77 7A 1H King Laborers Pipe Reliner $40.77 7A 1H King Laborers Pipe Wrapper $40.77 7A 1H King Laborers Pot Tender $40.03 7A 1H King Laborers Powderman $41.28 7A 1H King Laborers Powderman's Helper $40.03 7A 1H King Laborers Power Jacks $40.77 7A 1H King Laborers Railroad Spike Puller - Power $40.77 7A 1H King Laborers Raker - Asphalt $41.28 7A 1H King Laborers Re-timberman $41.28 7A 1H King Laborers Remote Equipment Operator $40.77 7A 1H King Laborers Rigger/signal Person $40.77 7A 1H King Laborers Rip Rap Person $40.03 7A 1H King Laborers Rivet Buster $40.77 7A 1H King Laborers Rodder $40.77 7A 1H ; King Laborers Scaffold Erector $40.03 7A 1H King Laborers Scale Person $40.03 7A 1H King Laborers Sloper (over 20") $40.77 7A 1H King Laborers Sloper Sprayer $40.03 7A 1H 1 King Laborers Spreader (concrete) $40.77 7A 1H King Laborers Stake Hopper $40.031 7A 1H King Laborers Stock Piler $40.03 7A 1H King Laborers Tamper 8 Similar Electric, Air Et Gas $40.77 7A 1H ° Operated Tools King Laborers Tamper (multiple 8 Self-propelled) $40.77 7A 1H King Laborers Timber Person - Sewer (lagger, $40.77 7A 1H Shorer Ft Cribber) King Laborers Toolroom Person (at Jobsite) $40.03 7A 1H t King Laborers Topper $40.03 7A 1H King Laborers Track Laborer $40.03 7A 1H , King Laborers Track Liner (power) $40.77 7A 1H King Laborers Truck Spotter $40.03 7A 1H King Laborers Tugger Operator $40.77 7A 1H King Laborers Tunnel Work-Guage and Lock Tender $41.38 7A 1H King Laborers Tunnel Work-Miner $41.381 7A 1H aQ King Laborers Vibrator $40.77 7A 1H King Laborers Vinyl Seamer $40.03 7A 1H King Laborers Watchman $30.84 7A 1H King Laborers Welder $40.77 7A 1H King Laborers Well Point Laborer $40.77 7A 1H King Laborers Window Washer/cleaner $30.841 7A I 1H x s https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 6/3/2011 Page 4 of 4 King Landscape Construction Irrigation Or Lawn Sprinkler Installers $13.561 1 King Landscape Construction Landscape Equipment Operators Or 28.1 1 ; Truck Drivers King Landscape Construction Landscaping or Planting Laborers $17.87 1 https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 6/3/2011