Loading...
HomeMy WebLinkAboutPK16-296 - Original - Northwest Roof Service, Inc - Contract - 02/29/16 a ._ Records Mj - t® lC�l�T 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: Vendor Number: 5215 JD Edwards Number Contract Number: PK1IP--,ZgcP This is assigned by City Clerk's Office Project Name: Woo( Peplc4u-r(U i j- _ 4 b'5'b Description: ❑ Interlocal Agreement ❑ Change Order ❑ Amendment Contract ❑ Other: Contract Effective Date: 1 Termination Date: Contract Renewal Notice (Days): Number of days required notice for termination or renewal or amendment Contract Manager:Dk ctae) hLtPYIIWO-Department: PtLVIG,S -- -Hk,. yyw n "-Vf M,LalS Contract Amount: V15C)o • 00 Approval Authority: [Department Director El mayor ❑ City Council Detail: (i.e. address, location, parcel number, tax id, etc.): As of: 08/27/14 KENT PUBLIC WORKS AGREEMENT between City of Kent and Northwest Roof Service Inc. THIS AGREEMENT is made by and between the City of Kent, a Washington municipal corporation (hereinafter the "City"), and Northwest Roof Service organized under the laws of the State of Washington, located and doing business at 801 Central Ave North Kent Wa, 98032 Contact Person Merle Reader 253- 859-0903 (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: Scope of Work: Tear off existing and install new tapered insulation and Granulated Torch Down Roofing 1. Prepare and protect grounds as necessary for tear off 2. Tear off existing deck and railing , tear off roof system below down to decking & dispose of at a proper facility 3. Remove and replace any damaged or rotten plywood at an additional cost of $45.00 per sheet 1/2", $55 per sheet 5/8", $60 per sheet 1/4". 4. Remove any damaged or rotten fascia or rake boards at an additional $6.00 per lineal foot installed 5. Install new tapered insulation system with Ya" per foot slope from house to gutter at end 6. Install new fiberglass base sheet over rigid insulation with screws and plates 7. Install new 26 gauge gravel stop metal to rake ends (brown, black, white) 8. Install starter metal at gutter edge 9. Install new granulated torch down roofing 10. Re-flash roofing along all adjoining walls 11. On a daily basis, all debris generated by NWRS will be cleaned up and /or organized daily. _ 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 Timeline giving to the client Within four months from time of approval of estimate not to exceed 6/30/2016. III. COMPENSATION. The City shall pay the Contractor a total amount not to exceed 9,500.00, including any applicable Washington State Sales Tax, for the work and services contemplated in this Agreement. The City shall pay the Contractor the following amounts according to the following schedule: PUBLIC WORKS AGREEMENT - 1 in on nnn ... i- - nDTN1N41 PRnr FSS) Check issued by the City Of Kent. i A. No Payment and Performance Bondi No Retainag . Because this contract is $20,000 or less, the City has elected to waive both the performance/payment bond requirement of Chapter 39.08 RCW and the retainage requirement of Chapter 60.28 RCW. B. Defective or Unauthorized Work. The City reserves its right to withhold payment from Contractor for any defective or unauthorized work. Defective or unauthorized work includes, without limitation: work and materials that do not conform to the requirements of this Agreement; and extra work and materials furnished without the City's written approval. If Contractor is unable, for any reason, to satisfactorily complete any portion of the work, the City may complete the work by contract or otherwise, and Contractor shall be liable to the City for any additional costs incurred by the City. "Additional costs" shall mean all reasonable costs, including legal costs and attorney fees, incurred by the City beyond the maximum Contract price specified above. The City further reserves its right to deduct the cost to complete the Contract work, including any Additional Costs, from any and all amounts due or to become due the Contractor. C. Final Payment: Waiver of Claims. THE CONTRACTOR'S ACCEPTANCE OF FINAL PAYMENT SHALL CONSTITUTE A WAIVER OF CONTRACTOR'S CLAIMS, EXCEPT THOSE PREVIOUSLY AND PROPERLY MADE AND IDENTIFIED BY CONTRACTOR AS UNSETTLED ATTHE TIME FINAL PAYMENT IS MADE AND ACCEPTED. IV. INDEPENDENT CONTRACTOR. The parties intend that an Independent Contractor- Employer Relationship will be created by this Agreement. By their execution of this Agreement, and in accordance with Ch. 51.08 RCW, the parties make the following representations: A. The Contractor has the ability to control and direct the performance and details of its work, the City being interested only in the results obtained under this Agreement. B. The Contractor maintains and pays for its own place of business from which Contractor's services under this Agreement will be performed. C. The Contractor has an established and independent business that is eligible for a business deduction for federal income tax purposes that existed before the City retained Contractor's services and is a service other than that furnished by the City, or the Contractor is engaged in an independently established trade, occupation, profession, or business of the same nature as that involved under this Agreement. D. The Contractor is responsible for filing as they become due all necessary tax documents with appropriate federal and state agencies, including the Internal Revenue Service and the state Department of Revenue, E. The Contractor has registered its business and established an account with the state Department of Revenue and other state agencies as may be required by Contractor's business, and has obtained a Unified Business Identifier (UBI) number from the State of Washington. PUBLIC WORKS AGREEMENT - 2 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 s A through E of Section VIII, Claims, below. st the ad 9 may elect to protest adjustment as provided in subsection The Contractor accepts all requirements of a change order by: (1) endorsing it, (2) writing a separate acceptance, or (3) not protesting in the way this section provides. A change order that is accepted by Contractor as provided in this section shall constitute full payment and final settlement of all claims for contract time and for direct, indirect and consequential costs, including costs of delays related to any work, either covered or affected by the change. PUBLIC WORKS AGREEMENT 3 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. 1 At a minimum, a Contractor's written claim shall include the information set forth in subsections A, items 1 through 5 below. FAILURE TO PROVIDE A COMPLETE, WRITTEN NOTIFICATION OF CLAIM WITHIN THE TIME ALLOWED SHALL BE AN ABSOLUTE WAIVER OF ANY CLAIMS ARISING IN ANY WAY FROM THE FACTS OR EVENTS SURROUNDING THAT CLAIM OR CAUSED BY THAT DELAY. A. Notice of Claim. Provide a signed written notice of claim that provides the following information; 1. The date of the Contractor's claim; 2. The nature and circumstances that caused the claim; 3. The provisions in this Agreement that support the claim; 4. The estimated dollar cost, if any, of the claimed work and how that estimate was determined; and S. An analysis of the progress schedule showing the schedule change or disruption if the Contractor is asserting a schedule change or disruption. B. Records. The Contractor shall keep complete records of extra costs and time incurred as a result of the asserted events giving rise to the claim. The City shall have access to any of the Contractor's records needed for evaluating the protest. The City will evaluate all claims, provided the procedures in this section are followed. If the City determines that a claim is valid, the City will adjust payment for work or time by an equitable adjustment. No adjustment will be made for an invalid protest. C. Contractor's Duty to Complete Protested Work. In spite of any claim, the Contractor shall proceed promptly to provide the goods, materials and services required by the City under this Agreement. D. Failure to Protest Constitutes Waiver. By not protesting as this section provides, the Contractor also waives any additional entitlement and accepts from the City any written or oral order (including directions, instructions, interpretations, and determination). E. Failure to Follow Procedures Constitutes Waiver. By failing to follow the procedures of this section, the Contractor completely waives any claims for protested work and accepts from the City any written or oral order (including directions, instructions, interpretations, and determination). IX. LIMITATION OF ACTIONS. CONTRACTOR MUST, IN ANY EVENT, FILE ANY LAWSUIT ARISING FROM OR CONNECTED WITH THIS AGREEMENT WITHIN 120 CALENDAR DAYS FROM THE DATE THE CONTRACT WORK IS COMPLETE OR CONTRACTOR'S ABILITY TO FILE THAT CLAIM OR SUIT SHALL BE FOREVER BARRED. THIS SECTION FURTHER LIMITS ANY APPLICABLE STATUTORY LIMITATIONS PERIOD. X. WARRANTY. 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 PUBLIC WORKS AGREEMENT - 4 eW� 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. 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 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. PUBLIC WORKS AGREEMENT - 5 ^^ /J/je 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 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, PUBLIC WORKS AGREEMENT - 6 7. City Business License Re quired, 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. K. Counterparts and Signatures by Fax or Email. 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. 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. CONTRACTOR: CITY OF KENT: B By: y: nnAA (slggnature)p (sib a ure) Print Name:/Yl e �� G✓ Print Name: Merina Hanson Its Its: Human Services Manager (title) 12 DATE: 3 9 ' I 1� DATE:— —� I �— i NOTICES TO BE SENT TO: NOTICES TO BE SENT TO: CONTRACTOR: CITY OF KENT: Merle Reader Darrel Hammack Northwest Roof Service Inc. Dhammack@kentwa.gov 801 Central Ave N City of Kent Kent, Wa 98032 220 Fourth Avenue South Kent, WA 98032 253-859-0903 (telephone) 253-850-3580 (facsimile) (253) 253-856-5079 (telephone) (253) 253-856-6070 (facsimile) [In thIs Oelb,you may enter the eled,.,,c fle,ath where the mntraR has been savedj l PUBLIC WORKS AGREEMENT - 7 .o 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: IV Northwest Roof saNice,Inc. For: Sol Central Ave '......,., 1-800-244-4705 '. Title: 1 U Date: a �a �ill m= n r,nnnDi raNi('F nnr i IMFNTS - 1 CITY OF KENT ADMINISTRATIVE POLICY NUMBER: 1.2 EFFECTIVE DATE: January 1, 1998 SUBJECT: MINORITY AND WOMEN SUPERSEDES: April 1, 1996 CONTRACTORS APPROVED BY Jim White, Mayor POLICY: Equal employment opportunity requirements for the City of Kent will conform to federal and state laws. All contractors, subcontractors, consultants and suppliers of the City must guarantee equal employment opportunity within their organization and, if holding Agreements with the City amounting to $10,000 or more within any given year, must take the following affirmative steps: 1. Provide a written statement to all new employees and subcontractors indicating commitment as an equal opportunity employer. 2. Actively consider for promotion and advancement available minorities and women. Any contractor, subcontractor, consultant or supplier who willfully disregards the City's nondiscrimination and equal opportunity requirements shall be considered in breach of contract and subject to suspension or termination for all or part of the Agreement. Contract Compliance Officers will be appointed by the Directors of Planning, Parks, and Public Works Departments to assume the following duties for their respective departments. 1. Ensuring that contractors, subcontractors, consultants, and suppliers subject to these regulations are familiar with the regulations and the City's equal employment opportunity policy. 2. Monitoring to assure adherence to federal, state and local laws, policies and guidelines. i ccn rr)MDi Tani('F r)()!'l IMFNTS - 2 � �` OP ID: BW DATE(MWODMYY) 4corr® CERTIFICATE OF LIABILITY INSURANCE 02/29116 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE CERTIFICATE AFFIRMATIVELY O NEGATIVELY ALTER COVERAGE AFFORDED T POLICIESHE BELOW. THIS O SURANE DOES NOT CONSTITUTE A CONTRACTBETWEENHESSUING NSRER(S) AUTHORZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder Is an ADDITIONAL INSURED,the POlicy(ies) must be endorsed. If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsements . CONTACT PRODUCER 206-626.9029 NAME: _ _ FAX Gunning&Associates,Inc. 206-628-0644 OAAt-w Emily 200 1st Avenue West#108 EMAIL Seattle,WA 98119 Becky L Witty PaooucER CUSTOM Ion__NWR0001 __ -- —_ --- INSURER(SIAEFORDIN000VERAGE NA- Qg INSURED Northwest Roof Service, Inc. IN d Sp suRERA:Uniteecialty Ins Co A VIII 125 37 801 Central Avenue North INSURE-.:American States Ins Co _,19704 Kent,WA 98032 INSURERC: . - INSURER D: _ .._. -- INSURER E: — INSURER F COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED 70 THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN hWY HAVE BEEN REDUCED BY PAID CLAIMS. _ Vim--- POLICY EFF POLYP LIMITS 1NSR TYPE OF INSURANCE POLICY NUMBER RIMIDO/YYYY MMR1DM/YY LTft 1,000,00 GENERAL LU\BItIIY EACH OCCURRENCE S _ 01/01/16 01/01/17 PREMISES/Ea occurrence S 60,00. A X COMMERCIAL GENERAL LMLLITY X BV01643570 excluded 'CLAIM&MADE OCCUR fAED EXP CAnY one rsonl S PNAL&AOV INJURY S 1,000,000 XIWA StopGap _ j t Aj-- — j 1 GENERAL AGGREGATE 1 2,000r00 J _PRODUCTS COMPIOP AGO S 2,000,00 GEN'L AGGREGATE LIMIT APPLIES PER: - S POLICY I X PRO LOC COMBINED SINGLE LIMIT 5 1,000,00 AUTDMOBILE LIABILITY lEa ecdtlenq B ANY AUTO 01CI663914-4 ! 01f01116 OV01117 BODILY INJURY(Per PUcld $ _ ALL OWNED AUTOS I BODILY INJURY(per ev9dene'5 X SCHEDULED AUTOS ' I PROPERTYOAMAGE S (Per atddenf) X HIREOAUTOS I 5 X_I NON-OWNEDAUTOS �— $ UMBRELLA UAa EACH OCCURRENCE S _ OCCUR AGGREGATE 5 EXCESS LWB CLAIMS-MADE _ S DEDUCTIBLE S RETENTION S WG STATU- X OTH- WORKERS COMPENSATION TORY 26FIS AND Ea PLOYERS'LIABILITY Y/N I BV01643570 01/01/16 01/01117 j ELEACH ACCIDENT S 1,000,00 A ANY OFFICER,IMEMB %CLUDED?ECUTNE NIA 1,000,00 EMPLOYERS LIABILITY E.L.DISEASE-EA EMPLOYEE $ (Mandatory In NH) E.L.DISEASE.POLICY LIMIT S 11000,00 11 yes,d a-'under DESCRIPTION OF OPERATIONS belmv DESCRIPTION OF OPERATIONS I LOCATIONS/VEHICLES (Attach ACORD 101,Additional Rerearss Schedule,If more space Is required) the Named Insuredsperr attached Insured as 0704Pects work performed by CERTIFICATE HOLDER CANCELLATION KENT-05 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. City of Kent Home Repair 220 Fourth Avenue South AUTHORIZED REPRESENTATIVE Kent,WA 98032 Becky L Witty ©1988.2009 ACORD CORPORATION. Al ighis reserved. ACORD 25(2009109) The ACORD name and logo are registered marks of ACORD I POLICY NUMBHR: RVO 1643570 COMMERCIAL GENERAL LIABILITY CG 20 26 07 04 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - DESIGNATED PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Organization(s) As required by written contract Information required to complete this Schedule,if not shown above,will be shown in the Declarations. Section II—Who Is An Insured is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule,but only with respect to liability for "bodily injury", "property damage" or"personal and adver- tising injury" caused, in whole or in part, by your acts or otissions or the acts or omissions of those acting on your behalf: A, In the performance of your ongoing operations; or B. In connection with your premises owned by or rented to you. I II CG 20 26 07 04 C,ISO Properties,Inc.,2004 Page 1 of 1 ❑ CITY OF KENT EQUAL EMPLOYMENT OPPORTUNITY COMPLIANCE STATEMENT This form shall be filled out AFTER COMPLETION of this project by the Contractor awarded the Agreement. I, the undersigned, a duly represented agent of Company, hereby acknowledge and declare that the before-mentioned company was the prime contractor for the Agreement known as that was entered into on the (date), between the firm I represent and the City of Kent. I declare that I complied fully with all of the requirements and obligations as outlined in the City of Kent Administrative Policy 1.2 and the Declaration City of Kent Equal Employment Opportunity Policy that was part of the before-mentioned Agreement. By. For: - Title: Date: li EXHIBIT B INSURANCE REQUIREMENTS FOR SERVICE CONTRACTS Insurance The Contractor shall procure and maintain for the duration of the Agreement, insurance against claims for injuries to persons or damage to property which may arise from or in connection with the performance of the work hereunder by the Contractor, their agents, representatives, employees or subcontractors. A. Minimum Scope of Insurance Contractor shall obtain insurance of the types described below: 1. Automobile Liability insurance covering all owned, non-owned, hired and leased vehicles. Coverage shall be written on Insurance Services Office (ISO) form CA 00 01 or a substitute form providing equivalent liability coverage. If necessary, the policy shall be endorsed to provide contractual liability coverage. 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, $2,000,000 general aggregate and a $2,000,000 products-completed operations aggregate limit. i EXHIBIT B (Continued ) C. Other Insurance Provisions The insurance policies are to contain, or be endorsed to contain, the following provisions for Automobile Liability and Commercial General Liability insurance: 1. The Contractor's insurance coverage shall be primary insurance as respect the City. Any Insurance, self-insurance, or insurance pool coverage maintained by the City shall be excess of the Contractor's insurance and shall not contribute with it. 2. The Contractor's insurance shall be endorsed to state that coverage shall not be cancelled by either party, except after thirty (30) days prior written notice by certified mail, return receipt requested, has been given to the City. 3. The City of Kent shall be named as an additional insured on all policies (except Professional Liability) as respects work performed by or on behalf of the contractor and a copy of the endorsement naming the City as additional insured shall be attached to the Certificate of Insurance. The City reserves the right to receive a certified copy of all required insurance policies. The Contractor's Commercial General Liability insurance shall also contain a clause stating that coverage shall apply separately to each insured against whom claim is made or suit is brought, except with respects to the limits of the insurer's liability. D. Acceptability of Insurers Insurance is to be placed with insurers with a current A.M. Best rating of not less than 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. I� �� II No. 016-061 Northwest hoof Service, Inc. Page 1-1 801 Central Ave N•Kent,WA 98032 Seattle Bellevue South King County Tacoma Western WA 206.624.1102 425,454.2079 253.859,0903 253,627.1567 1,800,244.4705 FAX: 253.850.3580 E-mail: merler@nwroof.com www.nwroof.com Merle Reeder ROOFING PROPOSAL&SALES AGREEMENT February 22, 2016 Estimator Contractors Registration No.NORTHRS088DW Date Proposal Submitted To Work To Be Performed At Name City of Kent Home Repair Name Raynette McCormack Street 220 Fourth Ave. S. Street 1110 E. Smith St. City/State/Zip Kent,WA 98032 City/State/Zip Kent,WA 98030 Contact Person Darrel Hammack Contact Person Raynette Phone/Cell 253-856-50651253-856-5079 Phone/Cell 206-920-0522 E-mail dhammack@kentwa.gov E-mail Existing roof.'Deck and railing built aver existing hot tar/torch down roof Scope of Work: Tear off existing and install new tapered insulation and Granulated Torch Down Roofing 1. Prepare and protect grounds as necessary for tear off 2. Tear off existing deck and railing,tear off roof system below down to decking&dispose of at a proper facility 3. Remove and replace any damaged or rotten plywood at an additional cost of$45.00 per sheet W', $55 per sheet 5/8", $60 per sheet'/d'. 4. Remove any damaged or rotten fascia or rake boards at an additional $6.00 per lineal foot installed 5. Install new tapered insulation system with '/4"per foot slope from house to gutter at end 6. Install new fiberglass base sheet over rigid insulation with screws and plates 7. Install new 26 gauge gravel stop metal to rake ends (brown, black, white) 8. Install starter metal at gutter edge 9. Install new granulated torch down roofing 10. Rc-flash roofing along all adjoining walls 11. On a daily basis, all debris generated by NWRS will be cleaned up and/or organized daily. Note: This roofing option is intended to eliminate the roof being used as a deck any longer-the door should be eliminated-Tree proposed membrane installed is only adequate for its intended use, which is a roof. Any access, use, activities of any kind will void the warranty. Please aeknowledge by initialing here X Note: Any Additional work not specifically outlined in the specifications above will be performed on a t me and material basis. Polyglass Granulated Torch Down Investment Quote$ 12,985.53 Price Valid For 30 Days With Sales Tax and City of Kent permit-Terms: Net 10 days Please choose color: $9,500 to be paid by City of Kent-the balance by owner At such time the contract price has been paid in full, the installation worlananship on the repairs outlined above will be guaranteed for a period of LU hy years by N WRS. With a 12 year roofing material warranty from the manufacturer. Conditions of Sale It is mutually agreed between buyer and contractor that the information listed herein represents an order to purchase the described products and services. Acceptance ofthis order by NORTIWEST ROOF SERVICE,INC:.shall complete this Agreement. No verbal statements or other agreements shall change any put of this contract. Title to the described products passes to buyer when products are installed at the address shown on this contract or delivered to the buyer for self use. Each person signing this contract signs as a principal on behalf of the named parties and himself,personally. This order is payable when NORTHWEST ROOF SERVICE, INC.determines that the installation or product shipment has been completed. Should the work be in progress more than thirty(30)days,a monthly invoice shall be mailed on the first of the month for work completed to dale.The contract In includes a 5%cash/check discount Buyer agrees to make payment within ten(10)days of each invoice date. if payment is not timely made,contractor may,at its discretion,cease working on the job until payment is made. After ten(10)days from the invoice date,the account becomes past due mid is subject to 1-1/2%per month late charges for business and commercial work and 1%per month for residential work from the date of the invoice. In the event a past due amount is referred to attorneys for collection,the contractor shall receive attorney's fees,court costs mid expert witness fees in addition to any amounts due on the past due account Both parties consent tojurisdiction and venue of the courts of King County,Washington. 'transportation charges are included in the final sales price unless specifically noted in this Agmcment. All payments shall be made to NORTHWEST ROOF SERVICE,INC.,801 Central Ave N,Kent,Washington 98032,or such address as shall be designated by NORTHWEST ROOF SERVICE,INC. In addition the buyer agrees to read the contractors disclosure and disolaimer on the reverse side of page one of this proposal and agrees to the teens and conditions listed herein Buyers Approval (late NRS,INC.Supervisor's Approval i Page 1 of 3 State of Washington Department of Labor & Industries Prevailing Wage Section - Telephone 360-902-5335 PO Box 44540, Olympia, WA 98504-4540 Statement Intent aPrevailing Wage Project Detail - Project Dashboard Document Received Intent ID: Affidavit ID: Status: Approved On Date: 6/6/2016 766249 6/10/2016 Company Details Company Name: NORTHWEST ROOF SERVICE INC Address: 801 Central Ave N KENT, WA, 98032 Contractor Registration No. NORTHRS088DW WA UBI Number 601360713 Phone Number 253-859-0903 Industrial Insurance Account ID 57958201 Email Address alisab@nwroof.com Filed By Berkland, Alisa Prime Contractor Company Name NORTHWEST ROOF SERVICE INC Contractor Registration No. NORTHRS088DW WA UBI Number 601360713 Phone Number 253-859-0903 Project Information Awarding Agency KENT, CITY OF 220 - 4TH AVE S KENT, WA - 98032- 5895 Awarding Agency Contact Darrel Hammack Awarding Agency Contact Phone Number 253-856-5065 L.a.-,... //F.... ........ ..... ... ../1..7 I ncnv r,i7ni,)nln Page 2 of 3 Contract Number 016-061 Project Name Contract Amount $12,985.53 Bid due date 2/22/2016 Award Date 2/23/2016 Project Site Address or Directions 1110 E Smith Street Kent, WA 98030 Payment Details Check Number: Transaction Id: 105268603 Intent Details Expected project start date: (MM-DD-YYYY) 5/30/2016 In what county (or counties) will the work be King performed? In what city (or nearest city) will the work be Kent performed? What is the estimated contract amount? OR is $12,985.53 this a time and materials estimate? Will 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)? Does your company intend to hire ANY No subcontractors? Does your company intend to hire subcontractors No to perform ALL work? Will your company have employees perform Yes work on this project? Do you intend to use any apprentices? No (Apprentices are considered employees.) How many owner/operators performing work on 0 the project own 30% or more of the company? Journey Level Wages County Trade Occupation Wage Fringe # Workers f Page 3 of 3 King Roofers Journey Level I$45.71 1$0.00 12 Public Notes n Show/Hide Existing Notes No note exists n�an}Iloi-ailc acne hi7 ni?ni n State of Washington Department of Labor & Industries Prevailing Wage Section - Telephone 360-902-5335 PO Box 44540, Olympia, WA 98504-4540 Affidavit e i Project Detail - Project Dashboard Document 6/14/2016 Intent 766249 Affidavit 649142 Affidavit Approved on Received Date Id Id Status 6/20/2016 Your Company Information Name NORTHWEST ROOF SERVICE INC Address 801 Central Ave N KENT,WA,98032 WA UBI no. 601360713 Contractor Registration no. NORTHRS088DW Industrial Insurance Account Id 57958201 Email Address alisab@nwroof.com Filed By Berkland,Alisa Project Information Awarding agency: KENT, CITY OF 220 - 4TH AVE S KENT, WA - 98032-5895 Awarding agency contact: Darrel Hammack Awarding agency contact phone number: 253.856-5065 Project Details Project name County where work was performed King City where work was performed Kent Job site address/directions: 1110 E Smith Street Kent, WA 98030 Prime contractor name NORTHWEST ROOF SERVICE INC State of Washington Department of Labor & Industries Prevailing Wage Section - Telephone 360-902-5335 PO Box 44540, Olympia, WA 98504-4540 Payment Receipt ', our wlvrrl. ra 1-,as 1-,as ', ttn p ( Ss _[J nt"youI 10.rn as !3Cl n S;143(fH°tt£"d, Transaction 6/14/2016 Date Transaction Id 105281164 Project Name CLC 4� �,�16 fG7 ; C. Farm Filed Affidavit Form Id 649142 Payment Type E-Check ************0786 `Amount Billed $40.00 r I m�4 Nwru Z N ?OZ a FAO ^'RFD m 5oci o � 0 6 1 ro w5 Nsd 0 e 3 N u G iP L c r N SI z � � e �A o � q ^ 3 g- NO.OF N p O WIiNH<1LLti4G � r O 'p Gg E%EMPLIDNS � OR Cl Mg Qa g g g� mo a N o aoda ao L 'm C' Gi.oq sT. 2 ' £ na y a a O N2 v $Ao 3 u m ;4 2 0 a s RN 1 s m a 2 . 0 ad e^ v a 2 4-q µog � _( AD Y3 'o'•Y a8 �1 A0'A NF 6 th N a O z i S m 2 o c4 Trh rou N V � � Q uad 5644 w m n W 4 7 �z 3 Om N D O q y T [� _ om m r' TAM o HSm w Vl �ORm.� Np ^ N G i i �9� ti(v' � wN31h Oa W N 10 mm3 EllQw n1i mC'mm m@4m mASn --m � n m nmE,� on o tOD36 �'� x to rn �� cu N0q, 4 G) R �5 ° YL S� n¢ •t @ O�6�` nt �@ ° m a.°•8m g m m �� oQ o ,s rt i3 N �, -, 2•� ,mo cr.zm a a P o 4 0 w o m n o•�� O m' 'o '3.0 tr 3 Z o � � d j• �•3-_' mME J (D Ojj -p>O - m o m mv 'm o wa - 3g•'� � � S m ow CR s S g a o — 0 N m Qi n w O 5 ° m v Booa z smw_.s - m Boo N o @ @ m �� m yI by aN ti a =o 0 m w 2@ W O m ° Z � N E y tau rtri i Z � a m o. wp -i o p 0 a � �p sm vi Op G� v . 91 m y � rym p ry . m ? o a .N, 5 n i rya !3 � Z Ph Elm WOF O WITCH ➢MG N.. 0 FXAPTIaM p A v a S m ° Q ao N N YX F j y j ea pn m £ w B m a o Oi.oft sT"2 o G � qL es 3 � sSo iv j G q a m G5 a o 2 y v pb y S�1 0 o vovm o N O Ef0 m o 0 P V ��)C a 5 0 jg � aa� m F o I 03 a p A P m ^ m p ZA c o z 8s To C� cn ro z' - C wn mCzm El m,?`L cn 3m3 � nt a,am 3p o 1mn p Z rn nt a o g. m N D�-v 3 ro '^ o 3� o N m Y e 0 OI D(S rvV N mom M. m� @ Q In v Ll O�pp � ¢° (_]•O � �'� Cl W W.Q O' i3.m. a a ogm ° -o g U-�o a 0 a3 - �J3c - � w N �'= L' n N 0 m�0 A O(o A'a m a 9 D a S 07 p N p w o O •°c ,�.^ D 'a'nm Hew aN� s < � � § 51 Li p N D D A a.m m mm Q �r4 m b o�32 o'.O0 m±o m w �K � dram T m a ro m a 3 oA � oo »a I _ m a DO n ? S S OA� am N yjA m9 o� m 1