Loading...
HomeMy WebLinkAboutPK12-207 - Original - All Around Fence Company - Burlington Park & Russell Road Gate - Fence Repair - 09/20/2012 bL Records Manage m e t--- Was„,„GTOH - Document 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 Around Fence Vendor Number: JD Edwards Number Contract Number: I�l� — c07 This is assigned by City Clerk's Office Project Name: Fence Repair at Burlington Park & Russell Road Gate Description: ❑ Interlocal Agreement ❑ Change Order ❑ Amendment ® Contract ❑ Other: Contract Effective Date: 9/20/2012 Termination Date: 10/20/2012 Contract Renewal Notice (Days): 0 Number of days required notice for termination or renewal or amendment Contract Manager: Quientin Poil (tp) Department: Park Operations Detail: (i.e. address, location, parcel number, tax id, etc.): S•Public\RecordsManagement\Forms\ContraCtCDver\adcc7832 1 11/08 OPERATIONS ; Garin Lee Superintendent 220 4th Avenue South • Kent, WA 98032 KE T Fax 253-856-6120 .Nns M In.T.N PARKS, RECREATION & Sept 20th, 2012, PHONE: 253-856-5131 COMMUNITY SERVICES Jeff Watling All-Around Fence CO. Director Phone 253-856-5100 Fax 253-856-6050 RE: Fence Repair and Gate Repair 220 Ave s Name: Burlington Park Fence Repair and RR Gate Re Kent,WAA 980 98032-5895 g p pair This letter confirms your notification to proceed with repair and replacement approximately 92' of 6' chain link fence replacing sleeves and posts where needed at Burlington Park (W. Meeker and Railroad Ave N) and install new gate with three strands of barbed wire and green slats on a 4" hinge post at Russell Road Nursery (24400 Russell Road). Attached is your copy of the fully executed agreement with the City of Kent. All work shall start as of this notice to proceed and be completed by October 20th 2012, 30 days from the date of this letter. To avoid holding payment for services, remember to complete the necessary documentation with the Department of L&I and the Department of Revenue. If you have any questions, you can contact me at (253) 856-5127. Since , i Quientin Poil, Project Manager City of Kent Parks Maintenance West Operation Attached: Copy of agreement j Copy: Garin Lee, Park Operations Superintendent 0 rn m 1 C W y : 3 3 • MAYOR SUZETTE COOKE City of Kent Parks, Recreation &Community Services Jeff Watling, Director � --a. KENT WASHINOTON 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-Round Fence Co. organized under the laws of the State of Washington, located and doing business at P.O. Box 1029 Ravensdale, WA 98051-8101 Ph - (253) 863-4895 (hereinafter the "Vendor"). 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: The description of work has two different locations. Location 1-Burlington Green Park, W. Meeker and Railroad AVE N. Repair and replace approximately 92' of 6' chain link Galvanized Fence. Replace sleeves and posts were needed. ($2180.15 tax included) Location 2-Russell Road Nursery Gate, 24400 Russell Road. Installation of new gate leading into nursery. New gate with threes strands of barbed wire and green slates thru gate frame on a 4" hinge post. ($2387.10 tax included) Contractor further represents that the services furnished under this Agreement will be performed in accordance with generally accepted professional practices in effect at the time such services are performed. II. TIME OF COMPLETION. The parties agree that work will begin on the tasks described in Section I above immediately upon execution of this Agreement. Upon the effective date of this Agreement, Contractor shall complete the work described in Section I within 30 days of the contract being executed. III. COMPENSATION. The City shall pay the Contractor a total amount not to exceed FOUR THOUSAND FIVE HUNDRED SIXTY SEVEN AND TWENTY FIVE CENTS($4,567.25)Washmgton state sales Tax included. Applicable Washington State Retail Sales Tax on this contract shall be governed by WAC 458-20-171 and its related rules for the work 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 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 PUBLIC WORKS AGREEMENT- 1 (Roadway/Pedestrian Path- Under$10K 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 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 includej, without limitation: work and materials that do not conform to the requirements of this Agreement; and extra work and materials famished 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 and that the Contractor has the ability to control and direct the performance and details of its work, the City being interested only in the results obtained under this Agreement. V. TERMINATION. The City may terminate this Agreement for good cause. "Good cause" shall include, without limitation, any one or more of the following events: A. The Contractor's refusal or failure to supply a sufficient number of properly skilled workers or proper materials for completion of the Contract work. B. The Contractor's failure to complete the work within the time specified in this Agreement. 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 PUBLIC WORKS AGREEMENT-2 (Roadway/Pedestrian Path- Under$10K and No Performance Bond) 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 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. PUBLIC WORKS AGREEMENT-3 (Roadway/Pedestrian Path- Under S10K and No Performance Bond) 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. 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 PUBLIC WORKS AGREEMENT-4 (Roadway/Pedestrian Path- under$10K and No Performance Bond) will not be acceptable. When defects are corrected, the warranty for that portion of the work shall extend for one (1) year from the date such correction is completed and accepted by the City. The Contractor shall begin to correct any defects within seven (7) calendar days of its receipt of notice from the City of the defect. If the Contractor does not accomplish the corrections within a reasonable time as determined by the City, the City may complete the corrections and the Contractor shall pay all costs incurred by the City in order to accomplish the correction XI. DISCRIMINATION. In the hiring of employees for the performance of work under this Agreement or any sub-contract, the Contractor, its sub-contractors, or any person acting on behalf of the Contractor or sub-contractor shall not, by reason of race, religion, color, sex, age, sexual orientation, national origin, or the presence of any sensory, mental, or physical disability, discriminate against any person who is qualified and available to perform the work to which the employment relates. Contractor shall execute the attached City of Kent Equal Employment Opportunity Policy Declaration, Comply with City Administrative Policy 1.2, and upon completion of the contract work, file the attached Compliance Statement. XII. INDEMNIFICATION. Contractor shall defend, indemnify and hold the City, its officers, officials, employees, agents and volunteers harmless from any and all claims, injuries, damages, losses or suits, including all legal costs and attorney fees, arising out of or in connection with the Contractor's performance of this Agreement, except for that portion of the injuries and damages caused by the City's negligence. The City's inspection or acceptance of any of Contractor's work when completed shall not be grounds to avoid any of these covenants of indemnification. Should a court of competent jurisdiction determine that this Agreement is subject to RCW 4.24.115, then, in the event of liability for damages arising out of bodily injury to persons or damages to property caused by or resulting from the concurrent negligence of the Contractor and the City, its officers, officials, employees, agents and volunteers, the Contractor's liability hereunder shall be only to the extent of the Contractor's negligence. IT IS FURTHER SPECIFICALLY AND EXPRESSLY UNDERSTOOD THAT THE INDEMNIFICATION PROVIDED HEREIN CONSTITUTES THE CONTRACTOR'S WAIVER OF IMMUNITY UNDER INDUSTRIAL INSURANCE, TITLE 51 RCW, SOLELY FOR THE PURPOSES OF THIS INDEMNIFICATION. THE PARTIES FURTHER ACKNOWLEDGE THAT THEY HAVE MUTUALLY NEGOTIATED THIS WAIVER. The provisions of this section shall survive the expiration or termination of this Agreement. XIII. INSURANCE. The Contractor shall procure and maintain for the duration of the Agreement, insurance of the types and in the amounts described in Exhibit B attached and incorporated by this reference. XIV. WORK PERFORMED AT CONTRACTOR'S RISK Contractor shall take all necessary precautions and shall be responsible for the safety of its employees, agents, and subcontractors in the performance of the contract work and shall utilize all protection necessary for that purpose. All work shall be 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. PUBLIC WORKS AGREEMENT-5 (Roadway/Pedestrian Path- Under S10K and No Performance Bond) A. Recyclable Materials. Pursuant to Chapter 3.80 of the Kent City Code, the City requires its contractors and consultants to use recycled and recyclable products whenever practicable. A price preference may be available for any designated recycled product. B. Non-Waiver of Breach. The failure of the City to insist upon strict performance of any of the covenants and agreements contained in this Agreement, or to exercise any option conferred by this Agreement in one or more instances shall not be construed to be a waiver or relinquishment of those covenants, agreements or options, and the same shall be and remain in full force and effect. C. Resolution of Disputes and Governing Law. This Agreement shall be governed by and construed in accordance with the laws of the State of Washington. If the parties are unable to settle any dispute, difference or claim arising from the parties' performance of this Agreement, the exclusive means of resolving that dispute, difference or claim, shall only be by filing suit exclusively under the venue, rules and jurisdiction of the King County Superior Court, King County, Washington, unless the parties agree in writing to an alternative dispute resolution process. In any claim or lawsuit for damages arising from the parties' performance of this Agreement, each party shall pay all its legal costs and attorney's fees incurred in defending or bringing such claim or lawsuit, in addition to any other recovery or award provided by law; provided, however, nothing in this paragraph shall be construed to limit the City's right to indemnification under Section 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. Ass�mnent. 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. PUBLIC WORKS AGREEMENT-6 (Roadway/Pedestrian Path- Under$10K and No Performance Bond) H. Compliance with Laws. The Contractor agrees to comply with all federal, state, and municipal laws, rules, and regulations that are now effective or in the future become applicable to Contractor's business, equipment, and personnel engaged in operations covered by this Agreement or accruing out of the performance of those operations. IN WITNESS,the parties below execute this Agreement,which shall become effective on the last date entered below. CONTRACTOR: CITY TN T: By: tl�U r, DI-) By: (signature) (s-gnature) Print Name: r10 u► DaiPrint Name: Garin Lee Its: (9cyN4�400' Its: Park Su erintendant (Title) Title) DATE: R 12 V 1 /2- DATE: I a NOTICES TO BE SENT TO: NOTICES TO BE SENT TO: CONTRACTOR: CITY OF KENT: Ron Dagley Ben Levenhagen All Around Fence Co. City of Kent P.O. Box 1029 220 Fourth Avenue South Ravensdale, WA 98051-8101 Kent, WA 98032 PH-253-863-4895 (253) 856-5133 (telephone) 253-863-0704 FAX (253) 856-6120 (facsimile) Holiday Carousel,Duchess Construction,Inc PtiBLIC WORKS AGREEMENT-7 (Roadway/Pedestrian Path- Under SJOK and No Performance Bond) DECLARATION CITY OF KENT EQUAL EJiPLOYMENT 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 k-0 day of -]� 2012. By: ✓l 0 4 For: 4 1 t 9 (`-0 0t ri 1r) Title: LQV*, Y, Date: F ( 2 ! Z 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 , 200_ By: For: Title: Date: EEO COMPLIANCE DOCUMENTS-3 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 it 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. Exhibit B (Continued) C. Other Insurance Provisions The insurance policies are to contain, or be endorsed to contain, the following provisions for Automobile Liability, Commercial General Liability and Builders Risk insurance: 1. The Contractor's insurance coverage shall be primary insurance as respect the City. Any insurance, self-insurance, or insurance pool coverage maintained by the City shall be excess of the Contractor's insurance and shall not contribute with it. 2. The Contractor's insurance shall be endorsed to state that coverage shall not be cancelled by either party, except after thirty (30) days prior written notice by certified mail, return receipt requested, has been given to the City. D. Contractor's Insurance For Other Losses The Contractor shall assume full responsibility for all loss or damage from any cause whatsoever to any tools, Contractor's employee owned tools, machinery, equipment, or motor vehicles owned or rented by the Contractor, or the Contractor's agents, suppliers or contractors as well as to any temporary structures, scaffolding and protective fences. E. Waiver of Subrogation The Contractor and the City waive all rights against each other any of their Subcontractors, Sub-subcontractors, agents and employees, each of the other, for damages caused by fire or other perils to the extend covered by Builders Risk insurance or other property insurance obtained pursuant to the Insurance Requirements Section of this Contract or other property insurance applicable to the work. The policies shall provide such waivers by endorsement or otherwise. F. Acceptability of Insurers Insurance is to be placed with insurers with a current A.M. Best rating of not less than ANII. G. Verification of Coverage Contractor shall furnish the City with original certificates and a copy of the amendatory endorsements, including but not necessarily limited to the additional insured endorsement, evidencing the Automobile Liability and Commercial General Liability insurance of the Contractor before commencement of the work. Before any exposure to loss may occur, the Contractor shall file with the City a copy of the Builders Risk insurance policy Exhibit B (Continued) 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. Clients?:65581 ALLAROU3 ACORD. CERTIFICATE OF LIABILITY INSURANCE DAT 31 1212012 Y, 2l2012 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 policy(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 CONTACT NAME Bell-Anderson Ins-Renton C11L P" " 425 291.5200 ,vc No 4252915100 600 SW 39th Street,Suite 200 E MAFss No E t Renton,WA 98057 A➢Da INSUREIII AFFORDING COVERAGE NAICY 425 291-5200 INSURER The Ohio Casualty Insurance Co INSURED INSURER IS All Around Fence Co INSURER PO BOX 1029 Ravensdale,WA 98051 INSURER 0 I INSl1RER E INSURER F COVERAGES CERTIFICATE NUMBER, REVISION NUMBER. THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TOTHE INSURED NAMEDABOVE FORTHE POLICY PERIOD INDICATED NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACTOR 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 LTR TYPE OF INSURANCE AW SUB POLICY NUMBER MM/00 EFF MM!DDYEXP NY`Q UMW A GENERAL LIABILITY X X SKS54924037 12101/2011 121011201 ppEAApCHOEECTCTURgqR��ENCE $11000.000 X COMMERCIAL GENERAL LIABILnY PREEMIGESEao&E erica $1000000 CLAIMS-MADE F OCCUR MEDEXP(Any one rson) sly 000 PERSONAL SADV INJURY t1000000 GENERAL AGGREGATE s2,000,000 GENL AGGREGATE LIMIT APPLIES PER PRODUCTS-COMP/DP AGO s2,000,000 POLICY FX7 JECT PR0. LOC $ A AUTOMOBILE LIABILITY X X BAS54924037 1210112D11 17JO112012 COMBINED MBINEDSINGLE LM t1,000,000 X ANY AUTO BODILY INJURY(Per person) $ !RED SCHEDULED BODILY INJURY(Per accident) s AUTOS AUTOS ' X MIRED AUTOS X NON-OWNED PROPERTYDAMAGE $ 1 AUTOS P reeodenl X It"Oth Car $ A X UMBRELLALIAS OCCUR US054924037 1210112011 1210112012 EACH OCCURRENCE s2000000 EXCESS LIAB CLAIMS-MADE AGGREGATE s2 000 000 oE0 I X1 RETEN7101400000 r 1 WORKERS COMPENSATION SKS54924037 2/01/2011 11210112011 =Rs LI I1 DTN- AN➢EMPLOYERS*LIABILITYPR A ANY PROPRIETORIPARTNERIXECUTIVE YIN (WA Stop Gap) EL EACHACCIDENT 51,000,000 I OFFICERNMEMEER EXCLUDED? INI I Man dglory In NH) EL DISEASE• EMPLOYEE s1 00D0 'D WdRIPTONOFOPERATIONSbalow ELOISEASE•PC_ICYLIMB E1D000D000 - ---. I T DESCRIPTION OF OPERATIONS I LOCATIONS 1 VEHICLES(Attach ACORD 101,Additional Remarks Schedule,If man apace Is"unad) RE:Kent Memorial Park,Kent WA City of Kent Is an additional Insured for general liability and auto liabildy,but only If required bywrltten contract or written agreement per General Llablllty Master Pak Blanket Additional Insured provision CG8810 1009&CA8810 0110.Waiver of Transfer of Rights of Recovery Against Others per General Liability Master Pack CG8810 1009&CABB10 011D General Liability coverage provided to the Certificate (See Attached Descriptions) CERTIFICATE HOLDER CANCELLATION I City of Kent SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN 220 4th Ave S ACCORDANCE WITH THE POLICY PROVISIONS Kent,WA 98032 AUU�TJ/HHO�R�IZEO REPRESENTATM m 1 DBS-2010 ACORD CORPORATION.All rights reserved ACORD 25(201 DIDS) 1 of 2 The ACORD name and logo are registered marks of ACORD #53733731M359709 PL,f i_ DESCRIPTIONS (Continued from Page 1) Holder will be Primary and Non-Contnbutory per General Liability Master Pak CG8810 1009 Per project aggregate applies per endorsement CG88701208.Completed operations per endorsement CG8583 1009. SAGITTA 25 3(2010105) 2 of 2 #S3733731M359709 *FENCE A!(-Around Fence Co. Estimate Date. rLicensed • Bonded • Insured PO Box 1029• Ravensdale,WA 98051-Bl01 Estimate Time: it Ph (2531863.4895 • Fax (253) 863-0704 Email allaroundfence@msn corn PROPOSAL / CONTRACTwww.allaroundfencewa.com License No ALLAFIFC085BA Customer: _ l� '� J _ Start Date: Contact Name 243,e Lever rti kcQe4A Budd Date: Phone #1. Email: Phone 42- Fax#- Billing Address City- Zip. Site Address- City- Zip Directions: Underground Uti(ifies: 1-800-424-5555 FootageCM Height. 5` 1,00t 2�c 9 if Terminal.POS 'Zlk-li5-1 1P21 d Z� S1.2-tV'eS iS 29Q Line ro=� Gate. 2 if Material Specs. U I9.Q11t yuI S 1 kci tc rtti tc 0 Gk - Top Rail ` ti.-1 crt1+ (y fLE✓l SL�v'' 7 Middle Rail' Bottom Rail: Tension Wire. 1 f l Lk Z 23 g2 ❑Standard Estate ❑Full Panel Office Use Only ❑Picture Frame NOTES. M/D ❑Kirkland 0 Lattice Top M/DAl GATES �f, Walk Gate- C/ 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 b to f Wish materi a bor-complete in accordance with the above specifications,for the Roll Gate. sum of Price []CLEARINGAuthorized by Sales Signature Total Al The prices, specifications, and conditions are satisfactory and are hereby accepted. These prices subject to company audit before installation HAUL-AWAY NOTE This proposal may be withdrawn by us if not accepted within _days 1 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 overdie 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 sre 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 andlor 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