Loading...
HomeMy WebLinkAboutEC15-412 - Original - Bird Busters - Meeker Street Underpass Pigeon Control - 12/31/2015 Records ■ 40, rJxPka bdtL KENT v/ Weeniecmoe , z1��.'.,- Document ys. axe y4[r .'S "f: rE fia, z m4 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: Bird Busters Vendor Number: JD Edwards Number Contract Number: E017 -L#I`I. This is assigned by City Clerk's Office Project Name: Meeker Street Underpass Pigeon Control Description: ❑ Interlocal Agreement ❑ Change Order Amendment ® Contract ❑ Other: Contract Effective Date: 12/31/2015 Termination Date: December 31, 2015 Contract Renewal Notice (Days): 365 Number of days required notice for termination or renewal or amendment Contract Manager: Matt Gilbert Department: Econ & Comm. Dev. Contract Amount: $44,700 Approval Authority: (CIRCLE ONE) Department Director Mayor City Council Detail: (i.e. address, location, parcel number, tax id, etc.): Pigeon Control of Meeker Street Underpass As of: 08/27/14 KENT w.s ,.oTo PUBLIC WORKS AGREEMENT between City of Kent and BirdBusters THIS AGREEMENT is made by and between the City of Kent, a Washington municipal corporation (hereinafter the "City"), and BirdBusters, organized under the laws of the State of Washington, located and doing business at 13609 NE 126th Place #120 Kirkland, WA, Chris Cook, (hereinafter the "Contractor"). AGREEMENT The parties agree as follows: I. DESCRIPTION OF WORK. Contractor shall perform the following services for the City in accordance with the following described plans and/or specifications: Initiate an aggressive live trapping program to reduce the current population of pigeons that are roosting/nesting under the bridge. Traps to be serviced based on the guidelines detailed in the attached proposal. Pigeons captured in the live trap will be humanely euthanized in accordance to WSDFW guidelines. Install bird netting to underside of bridge to prevent pigeons from roosting/nesting, Treatment area to include the sidewalk to the upper embankment only. Should re-infestation occur on any treated surface, all additional service necessary will be provided without additional cost. This agreement DOES NOT include non-treated surfaces or areas where the material has been removed or otherwise tampered with. Should access or removal of the material be necessary to gain access to any treated area, to perform building maintenance, additional service will be provided for a nominal service fee. The above treatment is warranted for a period of_1_years. Design and installation plan for the netting panels will be subject to any changes required by Washington State Department of Transportation pursuant to their approval. Additional costs j may apply. Details are attached and incorporated as Exhibit A Scope of Work this agreement will not exceed $44,700.00 + tax Contractor further represents that the services furnished under this Agreement will be performed in accordance with generally accepted professional practices within the Puget Sound region in effect at the time such services are performed. II. TIME OF COMPLETION. The parties agree that work will begin on the tasks described in Section I above immediately upon execution of this Agreement. Upon the effective date of this Agreement, Contractor shall complete the work described in Section I by December 31, 2016. III. COMPENSATION. The City shall pay the Contractor a total amount not to exceed $50,000, including any applicable Washington State Sales Tax, for the work and services contemplated in this PUBLIC WORKS AGREEMENT - 1 (Over$20K, but$65K or Less, and Performance Bond) Agreement. The Contractor shall invoice the City monthly. The City will pay for the portion of the work described in the invoice that has been completed by the Contractor and approved by the City. The City's payment shall not constitute a waiver of the City's right to final inspection and acceptance of the project. I A. Payment and Performance Bond. Pursuant to Chapter 39.08 RCW, the Contractor, shall provide the City a payment and performance bond for the full contract amount. B. Retainaae. The City shall hold back a retainage in the amount of five percent (5%) of any and all payments made to contractor for a period of sixty (60) days after the date of final acceptance, or until receipt of all necessary releases from the State Department of Revenue, the State Department of Labor & Industries, and the State Employment Security Department, and until settlement of any liens filed under Chapter 60.28 RCW, whichever is later. The amount retained shall be placed in a fund by the City pursuant to RCW 60.28.011(4)(a), unless otherwise instructed by the Contractor within fourteen (14) calendar days of Contractor's signature on the Agreement. C. Defective or Unauthorized Work. The City reserves its right to withhold payment from Contractor for any defective or unauthorized work. Defective or unauthorized work includes, without limitation: work and materials that do not conform to the requirements of this Agreement; and extra work and materials furnished without the City's written approval. If Contractor is unable, for any reason, to satisfactorily complete any portion of the work, the City may complete the work by contract or otherwise, and Contractor shall be liable to the City for any additional costs incurred by the City. "Additional costs" shall mean all reasonable costs, including legal costs and attorney fees, incurred by the City beyond the maximum Contract price specified above. The City further reserves its right to deduct the cost to complete the Contract work, including any Additional Costs, from any and all amounts due or to become due the Contractor. D. Final Payment: Waiver of Claims. THE CONTRACTOR'S ACCEPTANCE OF FINAL PAYMENT (EXCLUDING WITHHELD RETAINAGE) SHALL CONSTITUTE A WAIVER OF CONTRACTOR'S CLAIMS, EXCEPT THOSE PREVIOUSLY AND PROPERLY MADE AND IDENTIFIED BY CONTRACTOR AS UNSETTLED AT THE TIME FINAL PAYMENT IS MADE AND ACCEPTED. IV. INDEPENDENT CONTRACTOR. The parties intend that an Independent Contractor- Employer Relationship will be created by this Agreement. By their execution of this Agreement, and in accordance with Ch. 51.08 RCW, the parties make the following representations: A. The Contractor has the ability to control and direct the performance and details of its work, the City being interested only in the results obtained under this Agreement. B. The Contractor maintains and pays for its own place of business from which I Contractor's services under this Agreement will be performed. C. The Contractor has an established and independent business that is eligible for a business deduction for federal income tax purposes that existed before the City retained Contractor's services and is a service other than that furnished by the City, or the Contractor is engaged in an independently established trade, occupation, profession, or business of the same nature as that involved under this Agreement, D. The Contractor is responsible for filing as they become due all necessary tax documents with appropriate federal and state agencies, including the Internal Revenue Service and the state Department of Revenue. E. The Contractor has registered its business and established an account with the state Department of Revenue and other state agencies as may be required by Contractor's PUBLIC WORKS AGREEMENT - 2 (Over$20K, but$65K or Less, and Performance Bond) business, and has obtained a Unified Business Identifier (UBI) number from the State of Washington. F. The Contractor has a valid contractor registration pursuant to Ch. 18.27 RCW or an electrical contractor license pursuant to Ch. 19.28 RCW. G. The Contractor maintains a set of books dedicated to the expenses and earnings of its business. V. TERMINATION. The City may terminate this Agreement for good cause. "Good cause" shall include, without limitation, any one or more of the following events: A. The Contractor's refusal or failure to supply a sufficient number of properly skilled workers or proper materials for completion of the Contract work. B. The Contractor's failure to complete the work within the time specified in this Agreement. C. The Contractor's failure to make full and prompt payment to subcontractors or for material or labor. D. The Contractor's persistent disregard of federal, state or local laws, rules or regulations. E. The Contractor's filing for bankruptcy or becoming adjudged bankrupt. F. The Contractor's breach of any portion of this Agreement. If the City terminates this Agreement for good cause, the Contractor shall not receive any further money due under this Agreement until the Contract work is completed. After termination, the City may take possession of all records and data within the Contractor's possession pertaining to this project which may be used by the City without restriction. VI. PREVAILING WAGES. Contractor shall file a "Statement of Intent to Pay Prevailing Wages," with the State of Washington Department of Labor & Industries prior to commencing the Contract work. Contractor shall pay prevailing wages in effect on the date the bid is accepted or executed by Contractor, and comply with Chapter 39.12 of the Revised Code of Washington, as well as any other applicable prevailing wage rate provisions. The latest prevailing wage rate revision issued by the Department of Labor and Industries is attached. VII. CHANGES. The City may issue a written change order for any change in the Contract work during the performance of this Agreement. If the Contractor determines, for any reason, that a change order is necessary, Contractor must submit a written change order request to the person listed in the notice provision section of this Agreement, section XV(D), within fourteen (14) calendar days of the date Contractor knew or should have known of the facts and events giving rise to the requested change. If the City determines that the change increases or decreases the Contractor's costs or time for performance, the City will make an equitable adjustment. The City will attempt, in good faith, to reach agreement with the Contractor on all equitable adjustments. However, if the parties are unable to agree, the City will determine the equitable adjustment as it deems appropriate. The Contractor shall proceed with the change order work upon receiving either a written change order from the City or an oral order from the City before actually receiving the written change order. If the Contractor fails to 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 PUBLIC WORKS AGREEMENT - 3 (Over$20K, but$65K or Less, and Performance Bond) f;- accepted by Contractor as provided in this section shall constitute full payment and final settlement of all claims for contract time and for direct, indirect and consequential costs, including costs of delays related to any work, either covered or affected by the change. VIIi. CLAIMS. If the Contractor disagrees with anything required by a change order, another written order, or an oral order from the City, including any direction, instruction, interpretation, or determination by the City, the Contractor may file a claim as provided in this section. The Contractor shall give written notice to the City of all claims within fourteen (14) calendar days of the occurrence of the events giving rise to the claims, or within fourteen (14) calendar days of the date the Contractor knew or should have known of the facts or events giving rise to the claim, whichever occurs first . Any claim for damages, additional payment for any reason, or extension of time, whether under this Agreement or otherwise, shall be conclusively deemed to have been waived by the Contractor unless a timely written claim is made in strict accordance with the applicable provisions of this Agreement. At a minimum, a Contractor's written claim shall include the information set forth in subsections A, items 1 through 5 below. FAILURE TO PROVIDE A COMPLETE, WRITTEN NOTIFICATION OF CLAIM WITHIN THE TIME ALLOWED SHALL BE AN ABSOLUTE WAIVER OF ANY CLAIMS ARISING IN ANY WAY FROM THE FACTS OR EVENTS SURROUNDING THAT CLAIM OR CAUSED BY THAT DELAY. A. Notice of Claim. Provide a signed written notice of claim that provides the following information: 1. The date of the Contractor's claim; 2. The nature and circumstances that caused the claim; 3. The provisions in this Agreement that support the claim; 4. The estimated dollar cost, if any, of the claimed work and how that estimate j 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. PUBLIC WORKS AGREEMENT - 4 (Over$20K, but$65K or Less, and Performance Bond) X. WARRANTY. Contractor warrants that it will faithfully and satisfactorily perform all work provided under this Agreement in accordance with the provisions of this Agreement. The Contractor shall promptly correct all defects in workmanship and materials: (1) when Contractor knows or should have known of the defect, or (2) upon Contractor's receipt of notification from the City of the existence or discovery of the defect. In the event any parts are repaired or replaced, only original replacement parts shall be used—rebuilt or used parts will not be acceptable. When defects are corrected, the warranty for that portion of the work shall extend for an additional year beyond the original warranty period applicable to the overall work. 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. I In the event Contractor refuses tender of defense in any suit or any claim, if that tender was made pursuant to this indemnification clause, and if that refusal is subsequently determined by a court having jurisdiction (or other agreed tribunal) to have been a wrongful refusal on the Contractor's part, then Contractor shall pay all the City's costs for defense, including all reasonable expert witness fees and reasonable attorneys' fees, plus the City's legal costs and fees incurred because there was a wrongful refusal on the Contractor's part. The provisions of this section shall survive the expiration or termination of this Agreement. XIII. INSURANCE. The Contractor shall procure and maintain for the duration of the Agreement, insurance of the types and in the amounts described in Exhibit B attached and incorporated by this reference, XIV. WORK PERFORMED AT CONTRACTOR'S RISK. Contractor shall take all necessary precautions and shall be responsible for the safety of its employees, agents, and subcontractors in the PUBLIC WORKS AGREEMENT - 5 (Over$20K, but$65K or Less, and Performance Bond) performance of the contract work and shall utilize all protection necessary for that purpose. All work shall be done at Contractor's own risk, and Contractor shall be responsible for any loss of or damage to materials, tools, or other articles used or held for use in connection with the work. XV. MISCELLANEOUS PROVISIONS. A. Recyclable Materials. Pursuant to Chapter 3.80 of the Kent City Code, the City requires its contractors and consultants to use recycled and recyclable products whenever practicable. A price preference may be available for any designated recycled product. B. Non-Waiver of Breach. The failure of the City to insist upon strict performance of any of the covenants and agreements contained in this Agreement, or to exercise any option conferred by this Agreement in one or more instances shall not be construed to be a waiver or relinquishment of those covenants, agreements or options, and the same shall be and remain in full force and effect. C. Resolution of Disputes and Governing Law. This Agreement shall be governed by and construed in accordance with the laws of the State of Washington. If the parties are unable to settle any dispute, difference or claim arising from the parties' performance of this Agreement, the exclusive means of resolving that dispute, difference or claim, shall only be by filing suit exclusively under the venue, rules and jurisdiction of the King County Superior Court, King County, Washington, unless the parties agree in writing to an alternative dispute resolution process. In any claim or lawsuit for damages arising from the parties' performance of this Agreement, each party shall pay all its legal costs and attorney's fees incurred in defending or bringing such claim or lawsuit, including all appeals, in addition to any other recovery or award provided by law; provided, however, nothing in this paragraph shall be construed to limit the City's right to indemnification under Section XII of this Agreement. D. Written Notice. All communications regarding this Agreement shall be sent to the parties at the addresses listed on the signature page of the Agreement, unless notified to the contrary. Any written notice hereunder shall become effective three (3) business days after the date of mailing by registered or certified mail, and shall be deemed sufficiently given if sent to the addressee at the address stated in this Agreement or such other address as may be hereafter specified in writing. E. Assignment. Any assignment of this Agreement by either party without the written consent of the non-assigning party shall be void. If the non-assigning party gives its consent to any assignment, the terms of this Agreement shall continue in full force and effect and no further assignment shall be made without additional written consent. F. Modification. No waiver, alteration, or modification of any of the provisions of this Agreement shall be binding unless in writing and signed by a duly authorized representative of the City and Contractor. G. Entire Agreement. The written provisions and terms of this Agreement, together with any Exhibits attached hereto, shall supersede all prior verbal statements of any officer or other representative of the City, and such statements shall not be effective or be construed as entering into or forming a part of or altering in any manner this Agreement. All of the above documents are hereby made a part of this Agreement. However, should any language in any of the Exhibits to this Agreement conflict with any language contained in this Agreement, the terms of this Agreement shall prevail. H. Compliance with Laws. The Contractor agrees to comply with all federal, state, and municipal laws, rules, and regulations that are now effective or in the future become applicable to Contractor's business, equipment, and personnel engaged in operations covered by this Agreement or accruing out of the performance of those operations. I. Public Records Act. The Contractor acknowledges that the City is a public agency subject to the Public Records Act codified in Chapter 42.56 of the Revised Code of Washington and documents, notes, emails, and other records prepared or gathered by the Contractor in its performance of this Agreement may be subject to public review and disclosure, even if those records are not produced to or PUBLIC WORKS AGREEMENT - 6 (Over$20K, but$65K or Less, and Performance Bond) I i possessed by the City of Kent. As such, the Contractor agrees to cooperate fully with the City In satisfying the City's duties and obligations under the Public Records Act. i J. 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 i the Kent City Code. K. Counterparts and Signatures by Fax or Email. This Agreement may be executed in any ! j number of counterparts, each of which shall constitute an original, and all of which will together constitute this one Agreement. Further, upon executing this Agreement, either party may deliver the signature page to the other by fax or email and that signature shall have the same force and effect as if the Agreement bearing the original signature was received in person. IN WITNESS, the parties below execute this Agreement, which shall become effective on the last date entered below. i CONTRACTOR: CITY OF KENT � t By: L _ By. z �;o (¢7 nature , ;` (signature) Print Name:�I__t!(_`/ t '`) Print Narrx : uzette Cooke Its E' l r' 171 G,e' It¢ Mayor / (title) d:— DATE: !/ � DATE, I t i NOTICES TO BE SENT TO: NOTICES TO BE SENT TO:� CONTRACTOR: CITY OF KENT: Chris Cook Matt Gilbert, Current Planning Manager BlydBusters 13609 NE 126ei Place Economic and Community Development Kirkland, WA 98034 Department 1-800-820-1980(telephone) City of Kent 425-821-5672(facsimlle) 220 Fourth Avenue South Kent, WA 98032 (253) 253-856-5454(telephone) 253 253-856-5465 facsimile APP OVED AS TO FORM: r r' Kent' w Department e PUBLIC WORKS AGREEMENT - 7 (Over$20K, but$65K or Less, and Performance Bond) i DECLARATION i CITY OF KENT EQUAL EMPLOYMENT OPPORTUNITY POLICY i i 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. I 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. For: 4)0,6L4Xl- ? f' `S Title: Date I i EEO COMPLIANCE DOCUMENTS - 1 i 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. i EEO COMPLIANCE DOCUMENTS - 2 f- 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 Ke nt. 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. By: For: Title: Date: i EEO COMPLIANCE DOCUMENTS - 3 F^ Certified installers of FVBye 7mbird control products 13609 NE 126" PI #120, Kirkland, WA. 98034 1- 00-820-19 0 FAX: (425) 821-5672 Service Address: Bill To: Meeker Street Underpass CITY OF KENT Meeker Street & Hwy 167 overpass 400 West Gowe Kent, WA 98032 Kent, WA 98032 Attn: Matt Gilbert Main 253-856-5454 Direct 253-856.5436 mgiIbert(a)KentWA.gov Subject: Meeker Street Underpass Pigeon Control Thank you for allowing BirdBusters the opportunity to provide your property with the finest quality bird control program available. We feel after inspecting your property that the following program will meet your expectations! SCOPE OF WORK Initiate an aggressive live trapping program to reduce the current population of pigeons that are roosting/nesting under the bridge. Traps to be serviced based on the guidelines detailed below. Install bird netting to underside of bridge to prevent pigeons from roosting/nesting. Treatment area to include the sidewalk to the upper embankment only. Over the roadway is not included in this option. COST OF SERVICE: $44,700.00 + tax WARRANTY In accordance with the above work description Bird Busters agrees to provide all labor and materials necessary to control the Target Bird using the control procedures as noted above. Should re-infestation occur on any treated surface, all additional service necessary will be provided without additional cost. This agreement DOES NOT include non-treated surfaces or areas where the material has been removed or otherwise tampered with. Should access or removal of the material be necessary to gain access to any treated area, to perform building maintenance, additional service will be provided for a nominal service fee. The above treatment is warranted for a period of_1_year. ACCEPTANCE OF PROPOSAL: The prices, specifications and conditions are satisfactory and hereby accepted. Accepted by: Date Company Representative: Chris Cook Date 12-11-2015 Please sign and return one copy to our office. Thanks t AM1 +r <e Red line here shows where spikes will be installed on the outside edge of the bridge. ry ,a t £ w5 i s s r uls � r i t' We will require access into the , l wx r, � fenced area while work is „•: ,z x being done. tt"�fzx i.s it S,R t Special Note: *Access to fenced area will be necessary. *Sidewalk Right of Way permit to allow for access equipment is included in the cost of service. *We will require a lay down area next to the bridge to fabricate the net panels we plan on making to install. *Design and installation plan for the netting panels will be subject to any changes required by WSDOT pursuant to their approval. Additional costs may apply. * We estimate 75-100 linear feet of bird spikes will be installed to additional roosting sites located above the sidewalks. These areas we not treated with the original spike install done by other contractor. More specifics on how netting and trapping is estimated. Netting to be used with be made from FlyBye Bird Control Products. Architects specifications for the netting can be found at www.flybye.com We intend to fabricate a frame made from 1' x 2" exterior grade wood sized to fit each individual gap that is located between lower concrete flange beams, sized to eliminate as much "play" in the net as possible and still allow the netting to fit in-between the flanges. The netting will be attached to the wood frame with stainless steel staples. Illustration of how that wood frame Land netting will sit on the lower - -- -- concrete flange beam. Trapping: Traps will be placed above the sidewalk situated on plywood placed on flange beams similar to how the netting is to be installed. Setting the traps on a small sheet of plywood will allow the birds to find the bait and enter the traps. When the trapping program is complete we will remove the traps and replace the removed bird spikes with new spikes. Yearly trapping programs typically consist of 3-4 weeks of pre-baiting to start. After the bait is accepted we will trap for 6-8 weeks. After we have seen a decline in the trapped pigeons we will stop the program for 8-12 weeks. Treatment will begin again after the 8-12 weeks off and continue for a calendar year. We estimate a total of 30-35 visits. Pigeons captured in the live trap will be humanely euthanized in accordance to WSDFW guidelines. t r r 4 t Picture illustrates a typical live trap �'( used for pigeon removal. 6{�f} j�yJf J}$ Iy Ii F 70 EXHIBIT B INSURANCE REQUIREMENTS FOR CONSTRUCTION AND 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. 2. Commercial General Liability insurance shall be written on ISO occurrence form CG 00 01 and shall cover liability arising from premises, operations, independent contractors, products-completed operations, personal injury and advertising injury, and liability assumed under an insured contract. The Commercial General Liability insurance shall be endorsed to provide the Aggregate Per Project Endorsement ISO form CG 25 03 11 85. The City shall be named as an insured under the Contractor's Commercial General Liability insurance policy with respect to the work performed for the City using ISO additional insured endorsement CG 20 10 11 85 or a substitute endorsement providing equivalent coverage. 3. 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, $1,000,000 general aggregate and a $1,000,000 products-completed operations aggregate limit. EXHIBIT B Cont. C. Other Insurance Provisions The insurance policies are to contain, or be endorsed to contain, the following provisions for Automobile Liability and Commercial General Liability insurance: 1. The Contractor's insurance coverage shall be primary insurance as respect the City. Any Insurance, self-insurance, or insurance pool coverage maintained by the City shall be excess of the Contractor's insurance and shall not contribute with it. 2. The Contractor's insurance shall be endorsed to state that coverage shall not be cancelled by either party, except after thirty (30) days prior written notice by certified mail, return receipt requested, has been given to the City. 3. The City of Kent shall be named as an additional insured on all policies (except Professional Liability) as respects work performed by or on behalf of the contractor and a copy of the endorsement naming the City as additional insured shall be attached to the Certificate of Insurance. The City reserves the right to receive a certified copy of all required insurance policies. The Contractor's Commercial General Liability insurance shall also contain a clause stating that coverage shall apply separately to each insured against whom claim is made or suit is brought, except with respects to the limits of the insurer's liability. D. Acceptability of Insurers Insurance is to be placed with insurers with a current A.M. Best rating of not less than ANII. E. Verification of Coverage Contractor shall furnish the City with original certificates and a copy of the amendatory endorsements, including but not necessarily limited to the additional insured endorsement, evidencing the insurance requirements of the Contractor before commencement of the work. F. Subcontractors Contractor shall include all subcontractors as insureds under its policies or shall furnish separate certificates and endorsements for each subcontractor. All coverages for subcontractors shall be subject to all of the same insurance requirements as stated herein for the Contractor. pa ry Client#: 323034 DANDSSPE ACORD," CERTIFICATE OF LIABILITY INSURANCE D12121ATE 2015 r 12/21/2075 � 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. IWPOATAfMffthe certificate holder is an ADDITIONAL INSURED,the policy(ies)must 6e 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 NAME:NTACT Leeann Harmon, CISR USI Northwest PH(AIONE 503 295.9393 FA 610 362.8132 700 NE Multnomah, Suite 1300 E-MAILo EXt: Arc No): ADDRESS: leoarin.harmon@usi.biz Portland, OR 97232 INSURER(S)AFFOROING COVERAGE NAIC# 503 224-8390 INSURERA:North Pacific Insurance Company 23892 INSURED .__._. INSURER 8: D&S Specialty Products, Inc. INSURERC: DBA: BirdBusters : 13609 NE 126th Place, Suite 120 INSURER D Kirkland,WA 98034 INSURERE: NSURERF 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 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. INSR ADDLSUBR POLICY EFF PLICY EXP LTR TYPE OF INSURANCE _ INSR MD POLICYNUMBER MMIDD MMIOLOIS VY LIMITS A GENERAL LIABILITY C16157429 0612412015 06/241201C EACH OCCURRENCE $1,000,000 X COMMERCIAL GENERAL LIABILITY DAMAGE TO RENTED ! PREM ....) REMISES Ea acmnence $100,000 __ ! CLAIMS-MADE F7X OCCUR MED ESP(Any one person) $5 000 X WA Stop Gap PERSONAL BADVINJURY $1000,000 GENERAL AGGREGATE $2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMPIOP AGG $2,600,060 POLICY X PRO- $ R OC A AUTOMOBILE LIABILITY C16157420 6/24/2015 06124/201f EOMBIINIEeDtSINGLELIMIT $1,990,906 X ANY AUTO BODI LY INJ URY(Per person) $ ALL OWNED SCHEDULED AUTOS AUTOS BODILY INJURY(Per accident) $ X' HIRED AUT03 X NON-OWNED PROPERT DAMAGE $ IX : Peracciden[ $ A X UMBRELLA LIAB J( OCCUR C16157420 0612412015 06/2412016 EACH OCCURRENCE $3 00O 000 EXCESS LIAB CLAIMS-MADE AGGREGATE $3 000,000 DED I I RETENTION$ $ WORKERS COMPENSATION WVY LIMI- OTH- AND EMPLOYERS'LIABILITY YIN ANY PROPRIETORIPARTNERIEXECUTIVE —] E.L.EACH ACCIDENT $ OFFICER/MEMBER EXCLUDED? NIA (Mandatory in NH) E.L.DISEASE EA EMPLOYEE $ j ha describe uml., DESCRIPTION OF OPERATIONS below E L DISEASE POLICY LIMIT $ DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES(Attach ACORD 101,Additional Remarks Schedule,I7 more space Is required) The General Liability policy includes an automatic Additional Insured endorsement that provides Additional Insured status to the Certificate Holder, only when there is a written contract that requires such status, and only with regard to work performed on behalf of the named insured, CERTIFICATE HOLDER CANCELLATION 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 AUTHORIZED REPRESENTATIVE @ 1988-2010 ACORD CORPORATION.All rights reserved. ACORD 25(2010/05) 1 of 1 The ACORD name and logo are registered marks of ACORD #S168941761M15567667 TYJJT '� f` I. BLANKET ADDITIONAL INSURED(Owners, Lessees Or Contractors) (Includes a Primary/Non-Contributory provision) Section It-Who Is An Insured is amended to include as an Insured any person or organization whom you are required to name as an additional insured on this policy In a written contract or written agreement.The written contract or written agreement must be currently in effect or becoming effective during the term of this policy and executed prior to the"bodily Injury,*"property damage"or"personal and advertising injury." The Insurance provided the additional Insured is limited as follows: A. The person or organization Is only an additional insured with respect to liability: 1. Arising out of real property, as described Ina written contractor written agreement,that you own, rent, lease or occupy; or 2. Caused by your ongoing operations performed for the additional insured. The Insurance provided the additional Insured In 1.A.2, above does not apply to: a. Coverage A-Bodily Injury and Property Damage Liability, Coverage B-Personal and Advertising Injury Liability or defense coverage under the Supplementary Payments arising out of an architect's, enginear's or surveyor's rendering of or failure to render any professional services including: (1) The preparing, approving,or failing to prepare or approve maps, shop drawings, opinions, reports,surveys,field orders,change orders or drawings and specifications; and (2) Supervisory, inspection, architectural or engineering activities. b. "Bodily injury"or"property damage"occurring after: (1) All work, Including materials, parts or equipment furnished in connection with such work, on the project(other than service,maintenance or repairs)that was performed by or on behalf of the additional insureds) at the site where the covered operations have been completed;or (2) That portion of"your work"out of which the Injury or damage arises has been put to its Intended use by any person or organization other than another contractor or subcontractor engaged in performing operations for a principal as part of the some project. B. The limits of Insurance applicable to the additional insured are those specified in a written contract Or written agreement or the limits of Insurance as stated In the Declarations of this policy and defined in Section III-Limits Of Insurance of this policy,whichever are less. These limits are Inclusive of and not In addition to the limits of Insurance available under this policy. C. The insurance provided the additional Insured does not apply to the liability resulting from the sole negligence of the additional insured. I i i CO r 8w416 12 03 Includes copyrWed matcrlal of ISO r'raperaos,Inc,auh its p0misslon. page 2 of 9 i D. As respects the coverage provided to the additional insured under this endorsement, Section IV- Conditions is amended as follows: 1. The following is added to Condition 2.Duties In The Event Of Occurrence,Offense,Claim, or Suit: An additional insured under this endorsement will as soon as practicable; a. Give written notice of an"occurrence"or an offense,that may result in a claim or"suit" under this insurance to us; b. Tender the defense and indemnity of any claim or"suit"to all insurers whom also have Insurance available to the additional insured; and c, Agree to make available any other insurance which the additional insured has for a loss we cover under this Coverage Part, 2. The following is added to Condition 3. Legal Action Against Us: We have no duty to defend or indemnity an additional Insured under this endorsement until we receive written notice of a claim or"suit"from the additional Insured. 3. The following Is added to Paragraph a., Primary Insurance of Condition 4.Other Insurance: If the additional insured's policy has an Other Insurance provision making its policy excess, and a Named Insured has agreed in a written contract or written agreement to provide the additional insured coverage an a primary and noncontributory basis, this policy shall be primary and we will not seek contribution from the additional insured's policy for damages we cover. 4. The following is added to Paragraph b.,Excess Insurance of Condition 4.Other Insurance: Except as provided in Paragraph 4.a.Primary Insurance as amended above, any coverage provided hereunder shall be excess over any other valid and collectible Insurance available to the additional Insured whether primary,excess,contingent or on any other basis, In the event an additional Insured has other coverage available for an"occurrence"by virtue of also being an additional Insured on other policies,this Insurance is excess over those other policies. 2. FIRE, LIGHTNING,EXPLOSION AND SPRINKLER LEAKAGE DAMAGE TO PREMISES YOU RENT If Damage To Premises Rented To You under Coverage A is not otherwise excluded from this policy, the following applies: A. The last paragraph of 2. Exclusions of Section 1-Coverage A is replaced by the fallowing: It Damage To Premises Rented To You is not otherwise excluded, Exclusions c.through In.do not apply to damage by fire, lightning,"explosion"or sprinkler leakage to premises while rented to you or temporarily occupied by you with permission of the owner. A separate limit of Insurance applies to this coverage as described in Section III- Limits Of Insurance. B. Paragraph 6.of Section tit-Limits Of Insurance is replaced by the fallowing: j 6. Subject to 6. above,the higher of$300,000 or the Damage To Premises Rented To You Limit shown in the Summary of Limits and Charges section of this policy is the most we will pay under Coverage A for damages because of"property damage"to premises rented to you or temporarily occupied by you with the permission of the owner arising out of any one fire, lightning,"explosion"or sprinkler leakage incident. Ce $41612 03 Includescopyrlghled matenal or ISO Properties,Inc.,aue Its pecrnimon, Page 3 of 9 f- C16-15-74-20 BIRDBUSTERS, DBA: 06/24/15 IL01460810 WASHINGTON COMMON POLICY CONDITIONS All Coverage Parts included in this policy are subject to the following conditions. The conditions in this endorsement replace any 3. We may cancel the Commercial Property similar conditions in the policy that are less favorable Coverage Part and the Capital Assets Program to the insured, (Output Policy) Coverage Part, if made a part A. Cancellation of this policy, by mailing or delivering to the first Named Insured and the first Named Insured s 1. The first Named Insured shown in the agent or broker written notice of cancellation at Declarations may cancel this policy by notifying least five days before the effective date of us or the insurance producer in one of the cancellation for any structure where two or following ways: more of the following conditions exist: a. Written notice by mail, fax or e-mail; a. Without reasonable explanation, the b. Surrender of the policy or binder; or structure is unoccupied for more than 60 c. Verbal notice. consecutive days, or at least 65% of the rental units are unoccupied for more than Upon receipt of such notice, we will cancel this 120 consecutive days, unless the structure policy or any binder issued as evidence of is maintained for seasonal occupancy or is coverage, effectiveon the later of the following: under construction or repair; a. The date on which notice is received or the b. Without reasonable explanation, progress policy or binder is surrendered; or toward completion of permanent repairs to b. The date of cancellation requested by the the structure has not occurred within 60 first Named Insured. days after receipt of funds following 2. We may cancel this policy by mailing or satisfactory adjustment or adjudication of delivering to the first Named Insured and the loss resulting from a fire; first Named Insured's agent or broker written c. Because of its physical condition, the notice of cancellation, including the actual structure is in danger of collapse; reason for the cancellation, to the last mailing d. Because of its physical condition, a address known to us, at least: vacation or demolition order has been a. 10 days before the effective date of issued for the structure, or it has been cancellation if we cancel for nonpayment of declared unsafe in accordance with premium; or applicable law; b. 45 days before the effective date of e. Fixed and salvageable items have been cancellation if we cancel for any other removed from the structure, indicating an reason; intent to vacate the structure; except as provided in Paragraphs 3. and 4. f. Without reasonable explanation, heat, below. water, sewer and electricity are not furnished for the structure for 60 consecutive days; or g. The structure is not maintained in substantial compliance with fire, safety and building codes. I n ni As na in ® Insurance Services Office Inc 2010 Paqe 1 of 4 F 4. If: 7. If this policy Is cancelled, we will send the first a. You are an individual; Named Insured any premium refund due. If we cancel, the refund will be pro rate. If the first b. A covered auto you own is of the "private passenger type"; and Named Insured cancels, the refund will be at least 90% of the pro rate refund unless the C. The policy does not cover garage, following applies: automobile sales agency, repair shop, a. For Division Two — Equipment Breakdown, service station or public parking place if the first Named Insured cancels, the operations hazards; refund will be at least 75% of the pro rate we may cancel the Commercial Automobile refund. Coverage Part by mailing or delivering to the b. If: first Named Insured and the first Named Insured's agent or broker written notice of (1) You are an individual; cancellation, including the actual reason for (2) A covered auto you own is of the cancellation, to the last mailing address known "private passenger type"; to us: (3) The policy does not cover garage, a. At least 10 days before the effective date of automobile sales agency, repair shop, cancellation if we cancel for nonpayment of service station or public parking place premium; or operations hazards; and b. At least 10 days before the effective date of (4) The first Named Insured cancels; cancellation for any other reason if the the refund will be not less than 90% of an policy is in effect less than 30 days; or y unearned portion not exceeding $100, plus c. At least 20 days before the effective date of 95% of any unearned portion over$100 but cancellation for other than nonpayment if not exceeding $500, and not less than 97% the policy is in effect 30 days or more; or of any unearned portion in excess of$500. d. At least 20 days before the effective date of The cancellation will be effective even if we cancellation if the policy Is in effect for 60 have not made or offered a refund. days or more or is a renewal or continuation policy, and the reason for cancellation is 8. If notice is mailed, proof of mailing will be that your driver's license or that of any sufficient proof t notice. driver who customarily uses a covered B. Changes "auto" has been suspended or revoked The policy contains all the agreements between during policy period. you and us concerning the Insurance afforded. S. We will also mail or deliver to any mortgage The first Named Insured shown in the Declarations holder, pledgee or other person shown In this is authorized to make changes in the terms of this policy to have an interest in any loss which policy with our consent. This policy's terms can be may occur under this policy, at their last amended or waived only by endorsement issued mailing address known to us, written notice of by us and made a part of this policy. cancellation, prior to the effective date of C. Examination Of Your Books And Records cancellation. If cancellation is for reasons other than those contained in Paragraph A.3. above, We may examine and audit your books and this notice will be the same as that mailed or records as they relate to this policy at any time delivered to the first Named Insured. If during the policy period and up to three years cancellation is for a reason contained in afterward, Paragraph A.3, above, we will mail or deliver D. Inspection And Surveys this notice at least 20 days prior to the effective 1. We have the right to: date of cancellation. 6. Notice of cancellation will state the effective a. Make inspections and surveys at any time; date of cancellation. The policy period will end b. Give you reports on the conditions we find; on that date. and c. Recommend changes. it i i Page 2 of 4 m Insurance Services Office, Inc., 2010 119805 It 01 46 08 10 r- Washington State Department of Labor & Industries I Washington State Department of Labor & Industries Intent Details for Intent Id: 739649 Document Received Date: Intent Id: Affidavit Id: Status:Submitted On 12/30/2015 12/30/2015 739649 Company Details BIRDBUSTERS UBI#:601839141 13609 NE 126TH PL#150 Reg#: BIRDB**OOODC KIRKLAND,WA 98034 E-mail:deborah@willardspestcontrol.com 425-820-8496 Industrial Insurance Account Id: 55072004 Flied By Wilder, Deborah Prime Contractor Company Name BIRDBUSTERS Contractor Registration No. BIRDB"000DC WA UBI Number 601 83 91 41 Phone Number 425-820-8496 Project Information Awarding Agency KENT,CITY OF 220-4TH AVE S KENT,WA-98032-5895 Awarding Agency Contact Matt Gilbert Awarding Agency Contact Phone Number 253-856-5454 Contract Number Project Name Meeker Street/WA 167 bridge Bid due date 12/29/201 S Award Date 12/29/2015 Project Site Address or Directions Intent Details Does your company Intend to hire subcontractors to No perform all work? Does your company Intend to hire any NO subcontractors? i Will your company have employees perform work on Yes this project? Do you intend to use any apprentices?(apprentices No are considered employees.) WIII this project utilize American Recovery and No Reinvestment Act(ARRA)funds? Specifically,will this project utilize any No weatherization or energy efficiency upgrade funds (ARRA or otherwise)? 0 r How many owner/operators performing work on the project own 30%or more of the company? What is the estimated contract amount?Or is this a $46,756.50 time and materials estimate? Expected project start date:(MM-oo-yyyy) 1/l/2016 In what county(or counties)will the project be done? King In what city(or nearest city)will the project be done? Kent journey Level Wages County Trade Occupation Wage fringe # Workers King I Fence Erectors I Fence Erector I$15.18 I I3 M Sh+r,^v/Hide EASting Mutes PRO note aulsts 0+Ad_.aMngun Sole Os{A of L.whor ih lndosirk-,We of this A-is su6yacf to Rio l®wa of lhs sia[e of Mshington. qr;p]s5 d.AA Washii6,oii" I I I Classification Wage Holiday Overtime Notes County Trade lob Classrf g y King Fence Erectors Fence Erector $15.18 1 i I� I WAC 296-127-01328: Fence erectors and fence laborers. Page 1 of 1 WAC 296-127-01328 Fence erectors and fence laborers. For the purpose of the Washington state public works law, chapter 39.12 RCW, fence erectors and fence laborers erect and repair metal and wooden fences and fence gates around industrial establishments (schools, playgrounds, etc.), residences, farms and along highways using power tools and hand tools. The work of the fence erectors includes, but is not limited to: (1) Fence erector. • Lays out fence line, using tape measure, and marks for postholes. • Digs postholes with mechanical posthole digger or power-driven auger. • Aligns posts, using line or by sighting along edges of posts. • Verifies vertical alignment of posts with plumb bob or spirit level. • Attaches fence-rail support to post, using hammer and pliers. • Cuts metal tubing, using pipe cutter, and inserts tubing through rail support. • Completes top fence rail of metal fence by connecting tube sections, using metal sleeves. •Attaches rails or tension wire along bottoms of posts to form fencing frame. • May weld metal parts together, using portable gas welding equipment. • Stretches wire, wire mesh, barbed wire, or chain link fencing between posts and attaches fencing to frame. • Assembles gate and fastens in position, using hand tools. • Saws required length of lumber to make rails for wooden fence. • Nails top and bottom rails to fence posts, or inserts them in slots on posts. • Nails pointed slats to rails to construct picket fence. • Erects alternate panel, basket weave, and louvered fences. (2) Fence laborer. In addition to assisting the fence erector in the performance of the tasks described above, the work of the fence laborer includes, but is not limited to: • Digs holes for posts with spade or posthole digger. • Blasts rock formations with dynamite to facilitate digging of holes. • Sets metal or wooden posts in upright position in holes. • Mixes concrete by hand or by use of a cement mixer. • Pours concrete around base of posts or tamps soil into holes to embed posts. • All the cleanup required in connection with the erection of fences. [Statutory Authority: Chapter 39.12 RCW, RCW 43.22.270 and 43.22.061. WSR 00-15-077, § 296-127-01328, filed 7/19/00, effective 7/19/00.] htto://a D Ds.I ea.wa.ci ov/WAC/defa u It.aspx?cite=296-127-01328 12/31/2015 Gilbert, Matthew File Actions Query Permits Land Project Insp L_of Q Request tNjndow Help _ ❑ X : X Application ' Fee Cale I Fee Pmt_Ii Address I Applicant I Ruantity Issue I Checklist`' BLDC 2168864 BUSLICENSE Prop 21-DEC15 Dev. Applicant Q.; Applicant Home Ph:F ++as' Representative: Work Ph: Position/Title: EstensiorcF— Address Line 1. Faai � Address Lima TypeI state City J State:�r Zip; '. SSN:.� E-mail -- —. Iderdiliers`. Contact Contact:BIRD BUSTERS Home PA:F— Representative: Work Ph;425-820-8496 Positron/Tiller Extension:- Address Line 1;13609 NE MU KEN 120 Fax Address Line 2:1 � Typel City J State: IRKLAND I" ZkP 9M Bidhdale-I E-mail: I 'Copy Applicant From: Apl)lw nl 0wmy Prolessional i i 1 File Actions Query permits Land Project Insp C of C Request Window Help _ ❑ X r x Apphcalian I Fee Calc I Fee Pmt I Address I. Applicant I ;quantity I Issue li Checklist ® 'Permit Type:BLOC B. 2160064 Project BUSLICENSE Date:21 DEC-2015 APN.1000OW0000 "I NOADDRESS IKENT :Target Decision -Nodes- ¢.; X Activity Description Assgd To End Date Decision By Date Beg End Cmt BL]Sr SUE 11saue New Business lLicense CU5 21-DEC-2075 DON��CDE�H J27D C2015 r-f-r rim F—rVI _—F—( —r F-r-1 I I I F—F—r r� F-F-rr- r I I I F-F-r Dept.FINA Durhv. Comment: 73609 NE 126TH PL SUITE 120 425-820-8496 r All Activities te D StaONE Dur Type: KIRKLAND,WA 98034 rOnly Available Permit Signoff I Activity Paint J Add Activity I Assig_n.Activities I ; Matt Gilbert, AICP Current Planning Manager Planning Services I Economic&Community Development 400 West Gowe, Kent, WA 98032 Main 253-856-5454 1 Direct 253-856-5435 mgilbert@KentWA.gov CITY OF KENT,WASHINGTON KentWA.gov Facebook __• YouTube PLEASE CONSWeRTHE ENWROTAMCFET aEeoaE PRENTU46 THIS E-MAat. II 2 * * * L® LI PERFORMANCE AND PAYMENT BOND Bond No. YF82158800 KNOW ALL MEN BY THESE PRESENTS. That D&S Specialty Products, Inc.dice BirdBusters as Principal,and Old Republic Surety Company as surety,are held and firmly bound onto City of Kent as Obligee,In the fWl and)ust sum of Forty Six Thousand Seven Hundred Fifty Six&501100---- - Dovare($ 46 Try$$0 ) lawful money of the United States,to the payment of which aum,well and truly to be made,the Principal and Surety bind themselves,their and each of their heirs.executors.administrators,successors and assigns,jointly and severally,firmly by these presents. WHEREAS,The Principal has entered Into a written contract dated December 31,2015 with the Obligee for ' Install bird netting to underside of Bridge to prevent pigeon from roosting/nesting. Treatment area to Include the sidewalk to the upper embankment only. which contract Is hereby referred to and made a pad hereof as hilly and to the same extent as If copied at length herein. Now,Therefore,The Condition Of This Obligation Is Such, that if the Principal shell faithfully pedamr said contract according to Its j leans,covenants and conditions and shag promptly pay all persons supplying labor or material to the Principal for use In the prosecution of the work under said contrad,then this obligation shag be void;otherwise It shah remain In full force and effect, I Subject to the named ObilgWs priority,an persons who have supplied labor or material directly to the Principal for use in the prosecution j of the work under sold centred shell have a tared right of action under this bond. i The Surely's aggregate Nabliny hereunder"I In no event exceed the amount set forth above, j No claim,suit or salon shall be brought hereunder Baer the expiration of one(1)year following the date of which Principal ceased work j on sold contract.If this limitation is made void by any law controlling the construction hereof,such limitation shall be deemed to be amended to equal ire rNnlmum period of tlmllalion permitted by such law. Signed,sealed and doled this 31st day of December 20 15 rr f D&S Specialty Products,Inc,gibe BlydBuster Moe) Old Republic Surety Company By' r San ra Stewart, nnomeyIMrmh onsc unz(693) REQUEST FOR MAYOR'S SIGNATURE K� a T Please Fill in All Applicable Boxes Ori inator: ,e o - Phone (Originator): -- Date Sent: z 3 ! j Date of Council Approval: ,) . Return Date of Approval from Finance: 12 ) 3i( j5- "rf t f, - (Only required on contracts$10,000 &over or on any Grant Signed Document to: , 1 .� Agreements) Date Required: r Date of Approval from Risk Manager: 1-2-f ; A-5' Vendor Name: Budgeted: YES p NO ❑ } j Budget Fund:. Jr�d Brief Explanation of Document: t 5 All Contracts Must Be Routed Through The Law Department (This area to be completed by the Law Department) Received: Law Department Approved as to Form: Law Dept. Comments: Yt(rl�f t } Le Forwarded to Mayor ( s Shaded Areas To Be Completed By Administration Staff Received: Recommendations and Comments. i r ; r,. Date Returned: P.`.Lhllbanis'D mumenl P,rcesAn3°� SM1eal lo'Map(e 51gne1we Jcq