Loading...
HomeMy WebLinkAboutPK14-157 - Original - Mr. Pressure Wash - Pressure Wash Lake Meridian Park Building - 06/26/2014 I Records � e a KENT 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: Mr. Pressure Wash Vendor Number: JD Edwards Number Contract Number: Vk 14 ® 51 This is assigned by City Clerk's Office Project Name: Lake Meridian Park Pressure Wash Buildings Description: ❑ Interlocal Agreement ❑ Change Order ❑ Amendment ® Contract ❑ Other: Contract Effective Date: June 27, 2014 Termination Date: July 30, 2014 Contract Renewal Notice (Days): 0 Number of days required notice for termination or renewal or amendment Contract Manager: Justin Oliver (TP) Department: Park Operations Detail: (i.e. address, location, parcel number, tax id, etc.): S:Publlc\RecordsManagement\Forms\ContractCover\adcc7832 1 11/08 (CENT GOODS & SERVICES AGREEMENT FOR ORDINARY MAINTENANCE i between the City of Kent and Mr Pressure Wash THIS AGREEMENT is made by and between the City of Kent, a Washington municipal corporation (hereinafter the "City"), and Mr Pressure Wash organized under the laws of the State of Washington, located and doing business at 325 Railroad Ave S, Kent, WA 98032 P: 425-497- 8452 F: 206-260-0101 (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: Clean and wash the roofing of the picnic shelter and restroom buildings within the circled area of the aerial map attached and incorporated as Exhibit A. Perfrom according to contractor's proposal dated April 29th, 2014 attached and incorportated as Exhibit C. Duties to be performed at Lake Meridian Park located at 14800 SE 272nd Street in Kent, WA, 98042. 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 of Notice to Proceed. III. COMPENSATION. The City shall pay the Vendor an amount not to exceed Two Thousand One Hundred Ninety Nine Dollars and Thirty One Cents ($2,199.31), including 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 final invoice 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) 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 thei 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. City Business License Required. Prior to commencing the tasks described in Section I, Contractor agrees to provide proof of a current city of Kent business license pursuant to Chapter 5.01 of the Kent City Code. J. 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. I IN WITNESS, the parties below execute this Agreement, which shall become effective on the last date entered below. VENDOR: CITY OF KENT: i4 y, (signatur (signature, , Print Name Print Na e: m Gv f Its (�L f� 'a 1 Its: S nt of Parks. Operations DATE: E°4 DATE: NOTICES TO BE SENT TO: NOTICES TO BE SENT TO: VENDOR: CITY OF KENT: Mayumi Muller Justin Oliver Mr Pressure Wash City of Kent 325 Railroad Ave S 220 Fourth Avenue South Kent, WA 98032 Kent, WA 98032 (206)250-5528 (telephone) (206) 883-1658 (cell phone) LFIRn neaning2014 GOODS & SERVICES AGREEMENT FOR ORDINARY MAINTENANCE - 7 (Under$10,000.00, including WSST) Y 'i Exhibit A j P i q} F A,f GOODS & SERVICES AGREEMENT FOR ORDINARY MAINTENANCE - 8 (Under$10,000.00, including WSST) Exhibit C We p� yy b ik i7 d�ci c u Clean en Pressure Washing Specification For Justin Oliver Operations City of Kent- Lake Meridian Park 14800 SE 272nd St Kent, VVA 98032 206-883-1658 Mayumi Muller VP- Business Development Mr. ryP/�r++essu relt Gash 2d6_250.5528 mayurni@mrpressurewash.net April 29, 2014 GOODS & SERVICES AGREEMENT FOR ORDINARY MAINTENANCE - 9 (Under$10,000,00, including WSST) Dear Justin: Thank you for your interest in our pressure washing services. I a n confident you will feel satisfied with our services because there are five points that set us apart t. Eco-frfondly, We use the most advanced,eco-friendly cleaning technology- From our proprietary green cleaning enzyme formulation to our equipment that reduce water usage by recycling up to:98%of the gray seater used for cleaning, no other company can match the effectiveness of our green cleaning methods. 2, Ifnovlk?due of lnvv's and regulaef€one If you clean your parking lots, garages,or walkways and let grease or oil enter the storm drain system,you can be fined by the EPA or other government agencies. We help you comply with all federal, State,and local wastewater disposal regulations so you get sparkly clean surfaces without the worries. 3.Ability to cicDn areas others r an't. We can clean areas with no access to water and no access to drains. Our specialized equipment can also clean dirty floors without the splash and spray of traditional spray guns,which means your floors will dry quickly so slippage and potential liability are minimized. 4. 3uplerlor customer 5ervjc� Not only will we worts around your business schedule so any disruption to your business is minimized, but yru will also he assigned a personal service representative to ensure your total satisfaction of our services. 6. TotG+t sattsanaaiorr itraute�. To ensure quality service,one of our project managers will be onsite to maintain our high quality standards. If you are not totally satisfied for any reason,we will arrange a prompt return visit at no extra cost to make things right. [Ar.Pre5sureWash is licensed,insured, bonded and experienced. We look forward to serving you! Kind regards, Nlayumi Muller VP- Business Development 206.250.5528 GOOD) IX JCmvi�cD HU KCCI•I CIV I run umu"w,ml I IHtIV CIVHIVLC 1V (Under$10,000.00, including WSST) A. Scope of Work The work will consist of all preparation, pressure washing,and related items necessary to complete war,,described in these specifications and listed In the remaining pages Included within. 1_Prepare and give notices to tenants on areas to be pressure washed,jot)hours,and special parking instructions,Notices are subject to client approval.TYpic911y a 2-week notice and a 1-week reminder notice are given. 2. Place"Wet Floor"signs during jot) hours to minimize potential IdabB7ty. ?_Apply protective cover-to areas not to be pressure'washed.Examples Include covering electrcal supplies with plastic cover and placing'water-absorbent socks at strategic locations to prevent seepage. T. Pre-spray the areas to he pressure washed with eco-friendly, non-emulsifying detergent. 5.Adjust water pressure and temperature to the appropriate amoun$to provide optimal cleaning pov;er vithout d imaging I, client's property. For instance,different settings must be applied for pressuring washing a concrete floor vs.siding vs- roofs vs.vrooden decks. f. Pressure wash the areas listed§n Appendix A per quality standards established by fir. Pressure'Nash. 7.when necessar{recycle,treat,and dispose of ally wastewater approfinately per EPA,State, and locals regulations.Will the exception ofwater used for cleaning siding,Mr. PressureV9ash Will vacUium up and reuse 98% oS the water used for clearing so almost no water is wasted. P. Mote:For perking garagejohs, please ensure all vehicles are moved front iher stalls_If Vou require us to come back to clean the stalls where vehicles were present,and not moved, a fee of sf;t 5 per stall or a minimum of$250 will be added to the final invoice. , Materials 1-Depending on the jots specifications,Mr.PressureUVash either requires the client to provide the water supply,or brings its own supply of v,'ater to the jot)site. See Appendix A for details. 2. Mr. PressureWash shall provide its proprietary, Nodegradable detergent that cleans tough stains using enzymes and naturally occurring microbes. S. Mr. PressureWash shall adjust the pressure washing solution mixture to provide optimal cleaning power while minimizing wastewater created. 4.Solution mixture at the jot)site shall be available for inspection at any time upon client's request. . Protection of Surfaces Not to Be Pressure Washed 1. tar. PressureWash shall protect all adlacen.areas not to be prassUre washed by taking appropriate measures.Areas to be protected include: Ali electrical boxes,equipment,andt)Usttons Landscaping and shrubl)ery Windows Elevators Underneath specific doors to prevent leakage Fragile signs that may he damaged lay pressure washing 2, Upon completion of work, Mr.PressureWash shalf'remove ali protection devices,from areas not to de pressure washed. GOODS & SERVICES AGREEMENT FOR ORDINARY MAINTENANCE - 11 (Under$10,000.00, including WSST) D, Resolution of Conflicts I The custor-nerservice representatives arthp Mr, PressureWash corporate office are trained To answer any CLIAsflons or concerns at anytime.During job hours,a project manager will also be onsite to inspect qua4ify Btancards and answer any questions the clientmay have.If the project manager or customer service representatives are unable to resolve the issue, the client can phone Aaron Muller, President of 1,11, PF6SS1JreVq3sm,directly at(425)766-3940,The client's satisfaction is our ruffriber One priority. 2. In the rare event that the client and Mr.PressureWaah cannot Settle their disagreements,all ciainis and cflspules arising under or relating to this agreement are to be settled by binding arbitration 111 the state of Washington.An award of arbitration may be confirmed o Li court of coropethritjurisdiction. Disputes in which the aniount at issue is less than $1,504)shill not lae subioct to this orbiki-311011 provision. E. Coordination of Work 1. Mr.PressuiesNash will coordinate with the client to perfi)IIn the job FJLlfij)g hours that niinimize disruption to the client's business,5s)ch as weekends and evenings. F. Safety 1. Employees of Mr. PresSLKOW3611 are trained in wod<pkice.safety.Ail pertinent safety regulations shall be adhered to rigidly. 2.Water used for pressure,washing shall be vacuumed tip by Mr. PreSSLueWash whenever possible to minimize the possjbjliey of slippage.In addition,"Wet Floor signs shall be placed at strategic locations during job hours to help minimize liability. G. Satisfaction Guarantee 1. It the client is unhoppy with the work performed by Mr pressureWash for any reason,the client may contact the corporate office of Mr. Pr&.ssuTeW3sh w1thin 7 days after the job has beer,,performed. Mr- PressuraWash shall arrange I return visit at no,cost to the client to correct MY mistakes_ GOODS & SERVICES AGREEMENT FOR ORDINARY MAINTENANCE - 12 (Under$10,000.00, including WSST) I, Appendix A RZecommended Pressure-, Mshirig specifications Pressure Wash Site: City of Kent-Lake Mendian Park Location: 14800 CE 272nd Bt, Kent,RNA 98032 Client Name: Justin Oliver Client Phone: 205-583-1658 Second Contact Name; Second Contact Phone: Client Fax: Client E-mail: J0kver05KeWWA..gov Client Web Site: www.cityofken€.earn Client Address: TSD,Kent,V,NA of different€rom Frvssvrz Wash SAet. Project Type: Areas to be PreMire Wash ad Square Footage: Number of Buildings: Number of Units: Number of Parking Stalls: Number of Car Ports: Number of Stairways: Number of Stories; Number of Breezeways: Ise Siding Pressure Washed?: No Type of Siding: Are Walkways Presstre Washed? No Walkway Square Footage: Arnount of Gum Currently Present: Notes: Are Roofs Pressure Washed? No Type of Roof: Notes: REST ROOMS;CONCESSIONS ROOF 2100 to be pressure washed: PICNIC AREA ROOF to be pressure 555G washed: ENVIRONMENTAL FEE to be pressure 1 washed: Notes; GObuJ a DCmvj cC HumCzri CIA I rum UM"111MRT I`IHIIN I CINMIMI IZ 1J (Under$10,000.00, including WSST) water Supply Water used for pressure washing shall be supplied by: If supplied by client,type of water needed: Hydrant Permit Required?: Water Deteruent Mr.Pressure Wash will supply and use the following washing detergent: ti atef Disposal Eric.Pressure Wash will: Type of Drain on Premise: Equipment Rental Lift rental required?: Scaffolding required?: Harness required?: Time Frame Mr.PressireWash shall be granted NA access for pressure washing on: SI31dal Instructions ns Instructions: MPS will wash the two roofs,of the buildings(the restfoomt concession area and the pirnir shelter). mlf ciientwould like REST ROOMS/CONCESSIONS GR0UND 51472 mGROUND ARONG PICNIC AREA`73020 Additional Rotes: Apt.Bldg: Comm,Bldg: Parking Bldg: GOODS & SERVICES AGREEMENT FOR ORDINARY MAINTENANCE - 14 (Under$10,000.00, including WSST) Cost Brl�akdown Areas to Be Pressure Washed Cost Miscellaneous REST ROOMSt CONCESSIONS ROOF $525,00 PICNIC .AREA ROCLF $1,387.50 ENVIRONMENTAL FEE $96.00 Total Miscellanaocrs $2,008-50 Subtotal: $2,008.50 ' Tax: $190.81 i Total Quote: $2.109.31 This quote is effective till Decernher 31,2014. Please fax the Iasi page with your signature to(206)260-0101 by December 31,20,14. ,Any€iuestiorts should be directed to Nlayurni Muller at 206.250.5528.The undersigned agrees to the terms of this aareernant on behalf of hiss her organizarion or business. Disclaimer t_Due to the porous nature of concrete some stains such as rust,deep oil stains.sortie coffee stems,gum shawdows, some efflorescence may not come of? if customer is concerned vtith one mpecific Stain please specify before signing proposal and we n-tay be able to use speoial products or procedures to camore. A, ND,0VA=:Our cleaning process does not include professional window washing_we will rinse all windows, but they may need to be professionally cleaned after pressure washing work is completed. 2 C1 ur ae Pnrnsi cis twat if tnc�p oject aeon°ch ouled and c 7firniec l / all Partl n ["V, pircssof h.me aw s up and( nut allow d to wash lac .use c;leu If unpre�ar d to any rHs_ n rr ru reac.,e_iur fie ovil 4C r Coss-:3 to the o?ent. This proposal accepted by: This proposal submitted by: Justin Oliver,Operations Date Miyumi Muller,VP-Business Development City of Kent-take Meridian Park Mr.PressuraWash GOODS & SERVICES AGREEMENT FOR ORDINARY MAINTENANCE - 15 (Under $10,000.00, including WSST) II Gallery I s? kK x � . t 4 RESTROOMS RESTROOKI GROUNU i ov t r I !,aw�� 4 �r (• GIr�x Yh t t i a 4 t : RESTROOM GROUND STAIRS PICNIC AREA i k a PICNIC:AREA RGOF PICNIC AREA GROUND s�"� r 2 '}a � A 4 4 b '�"1Yi It�ii4� Ct I N i PICNIC.AREA STAIR,' GOODS & JCKV1l.CJ HUKCCmmN 1 rVK VKUIIVHKT 1'IH11V I CIVHIVI.0 ' 10 (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. By For: vjrV2. t Title: 'L``4 4 Date: 1 EEO COMPLIANCE DOCUMENTS - 1 of 3 CITY OF KENT ADMINISTRATIVE POLICY NUMBER: 1.2 EFFECTIVE DATE: January 1, 1998 i 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. I 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 f= V_yA P111 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 � � 11 (date), between the firm I represent and the City of Kent. I declare that I complied full with all of the requirements and obligations as outlined in the City P Y of Kent Administrative Policy 1.2 and the Declaration City of Kent Equal Employment Opportunity Policy that was part of the before-mentioned Agreement. I By C-� � `� For: , V`4Yyi � u Title: Date: EEO COMPLIANCE DOCUMENTS - 3 of 3 POLICY NUMBER: COMMERCIAL GENERAL LIABILITY CG20101001 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS -- SCHEDULED PERSON OR ORGANIZATION This endorsement modifies Insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name of Person or Organization: City of Kent 220 Fourth Avenue South Kent, WA 98032 (If no entry appears above,information required to complete this endorsement will be shown in the Declarations-aS applicable to this endorsement.) A. Section 11—Who Is An Insured is amended to (1) All work, including materials, part§':oP' Include as an Insured the person or organization equipment furnished In conneotlon:V 111k; . shown in the Schedule, but only with respect to such work, on the project (other than liability arising out of your ongoing operations service, maintenance or repairs)ta•be performed for that insured. performed by or on behalf of the adds B. With respect to the Insurance afforded to these tional insured(s) at the site of the coY'" additional insureds, the following exclusion is ered operations has been completed;' added: or .: 2. Exclusions (2) That portion of"yourworkn out of whioFii' 1 to "bodily In- the Injury or damage arises has been„ This Insurance does not apply y y put to Its Intended use by any person er' Jury"or"property damage"occurring after: organization other than another con tractor or subcontractor engaged in' performing operations for a principalars' a part of the same project. CG 20 10 10 01 ©ISO Properties,Inc., 2000 Page 11 of 1 13 CERTIFICATE OF LIABILITY INSURANCE 061261MID0/1'YYY) 6/26/14 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(les)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 endorsements. _ PRODUCER NAME: Weston Sprigg Belitown Insurance Group,Inc. PHONE AIC No Exit (206)443-7744-098 FAX No: 2133 3rd Ave#106 aooRE8S. weston@bigseaUle.com _ Seattle,WA 98121 PRODUCER Phone (888)443-7744 Fax (206)443-8335 INSURERIS)AFFORDING COVERAGE NAIC d INSURED INSURERA: Safeco-American States Ins CO _ Mr Truck Wash Inc INSURERS: Liberty Northwest 325 Railroad Ave S INSURER C: Drive-United Financial_Casualty Co. Kent,WA 98032 INsuRERo: INSURERE: _ _ INSURERF: COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD I INDICATED. NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACTOR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAYBE ISSUED OR MAY PERTAIN,THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN 15 SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. _ TYPE OF INSURANCE INSR WVD POLICY NUMBER MMIDDIYYYY MMIDD/YYyY) LIMITS ILTR ADD SUB POLICY EFF POLIC XP G ENERAL LIABILITY EACH OCCURRENCE 5 1,000,000 ❑✓ COMMERCIAL GENERAL LIABILITY PREMISES Ea occu ence $ 1,000,000 ❑ ❑ CLAIMS-MADE 0 OCCUR Y OICH78238770 MED EXP(Any one person) 5 10,000 A ❑ 02/01/2014 02/01/2015 PERSONAL&ADV INJURY $ _ 1,000,000 ❑ GENERALAGGREGATE $ 2,000,000 '.. GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMPIOP AGG $ 2,000,000 ❑ POLICY ❑ PER0 ❑ LOC _ _ $_ AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT $ 1,000,000 (Ea accident) ❑ ANY AUTO BODILY INJURY(Per person) $ I❑� ALL OWNED AUTOS 01340115-0 605LYINJURY(Per eccidentk $ SCHEDULEDAUTOS Y 02/01/2014 02/01/2015 - I�� PROPERTY DAMAGE $ L_I HIREDAUTOS (Peraccident) 0 NON-OWNED AUTOS $ O UMBRELLA LIAB ❑ OCCUR EACH OCCURRENCE $ 5,000,000 ❑q EXCESS LIAR ❑ CLAIMS-MADE Y 01SU41786840 02/01/2014 02/01/2015 AGGREGATE 5 5,000,000 ❑ DEDUCTIBLE _ $ RETENTION S 10,000 S WORKERS COMP ENSA70N O STATU. _ ETH RY AND EMPLOYERS'LIABILITY ANY PROPRIETORIPARTNERfEXECUTIVE y1h 01CH78238770 E.L.EACH ACCIDENT $ 1,000,000 A OFFICERIMEMBER EXCLUDED? NIA 02101/2014 02/01/2015 - (Mandatory in NH) Stop C'aP E.L.DISEASE-EA EMPLOY E 5 1,000,000 If yes tlescdbe under E.L.DISEASE-POLICY LIMIT $ 2,000,000 DESCRIPTION OF OPERATIONS tslmv _ B Contractors Equipment Y BM055391072 02/01/2014 02/01/2015 $25.000 DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES (Attach ACORD 101,Additional Remarks Schedule,If more space is required) Certificate Holder,City of Kent,Is named as Additional Insured. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF,NOTICE WILL BE DELIVERED IN City of Kent ACCORDANCE WITH THE POLICY PROVISIONS. 220 Fourth Avenue South _ Kent,WA 98032 AUTHORIZED REPRESENTATIVE /dam• @ 1988-2009 ACORD CORPORATION. All rights reserved. ACORD 25(2009109)OF The ACORD name and logo are registered marks of ACORD i