Loading...
HomeMy WebLinkAboutPK17-205 - Original - Rock Solid Trucking Inc - Contract - 05/04/17 R c o r d s Ma, '-a-;"�g"`///eM "r ,n%i KENT W 5 H Ns'.rof1 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 Flame: Rack Sold Trucking Inc. dba Bark Time Blower Truck Service 'vendor Number: 365068 JD Edwards Number Contract Number: K11 — This is assigned by City Clerk's Office Project Marne: Playground Cedar Playchip Install 9 East dill Parks Description: ❑ Interlocal Agreement ❑ Change Order ❑ Amendment X❑ Contract. El Other: Contract Effective Date: May 4, 2017 Termination Date: August 4, 2017 Contract Renewal Notice (Days): 7 days Number of days required notice for termination or renewal or amendment Contract Manager: Andrew Sheridan Department: Park Operations-East Contract Amount: $ 17, 12.00 Approval Authority: XE Department Director, ❑ Mayor E] City Council Detail: (i.e. address, location, parcel number, tax id, etc.): Blow in 360 yards of engineered wood fiber ( of'Fall Cedar Playchips) at 9 difference playgrounds located in the City of Kent as listed in Exhibit A of the attached contract. . .. .... . . As of; 08/27/14 KENT WI.S/I.N Gil r GOODS & SERVICES AGREEMENT between the City of Kent and Rock Solid Trucking, Inc. dba Bark Time Blower Truck Service THIS AGREEMENT is made by and between the City of Kent, a Washington municipal corporation (hereinafter the "City"), and Rock Solid Trucking, Inc. dba Bark Time Blower Truck Service organized under the laws of the State of Washington, located and doing business at 2225 Cherry Road, Lake Stevens, WA 98258, P: 888-377-9009, F: 425-377-2535, Jill Winchester, Representative. (hereinafter the "Vendor"). AGREEMENT I. DESCRIPTION OF WORK. Vendor shall provide the following goods and materials and/or perform the following services for the City: Blow in 360 yds of engineered wood fiber (Sof'Fall Cedar Playchips) at 9 different playgrounds. Company must supply a certificate that the product complies with current edition of ASTM F2075: Standard Specification for Use as a Playground Safety Surface Under and Around Playground Equipment. Product may only be delivered between 6:30 am to 3:30 pm, Tuesday-Friday. Deliveries must be coordinated with Park Staff. Description as described in Exhibit A, attached. Vendor acknowledges and understands that it is not the City's exclusive provider of these goods, materials, or services and that the City maintains its unqualified right to obtain these goods, materials, and services through other sources. II. TIME OF COMPLETION. Upon the effective date of this Agreement, Vendor shall complete the work and provide all goods, materials, and services within 90 days from the date contract is signed. III. COMPENSATION. The City shall pay the Vendor an amount not to exceed SEVENTEEN THOUSAND FIVE HUNDRED TWELVE AND NO CENTS ($17,512.00), including applicable Washington State Sales Tax, for the goods, materials, and services contemplated in this Agreement. The City shall pay the Vendor the following amounts according to the following schedule: Vendor will submit a final invoice to the City of Kent upon completion of work as described in I. Description of Work. GOODS & SERVICES AGREEMENT - 1 ($20,000 or Less, Incl. WSST) If the City objects to all or any portion of an invoice, it shall notify Vendor and reserves the option to only pay that portion of the invoice not in dispute. In that event, the parties will immediately make every effort to settle the disputed portion. A. Defective or Unauthorized Work. The City reserves its right to withhold payment from Vendor for any defective or unauthorized goods, materials or services. If Vendor is unable, for any reason, to complete any part of this Agreement, the City may obtain the goods, materials or services from other sources, and Vendor shall be liable to the City for any additional costs incurred by the City. "Additional costs" shall mean all reasonable costs, including legal costs and attorney fees, incurred by the City beyond the maximum Agreement price specified above. The City further reserves its right to deduct these additional costs incurred to complete this Agreement with other sources, from any and all amounts due or to become due the Vendor. B. Final Payment: Waiver of Claims. VENDOR'S ACCEPTANCE OF FINAL PAYMENT SHALL CONSTITUTE A WAIVER OF CLAIMS, EXCEPT THOSE PREVIOUSLY AND PROPERLY MADE AND IDENTIFIED BY VENDOR AS UNSETTLED AT THE TIME REQUEST FOR FINAL PAYMENT IS MADE. IV. INDEPENDENT CONTRACTOR. The parties intend that an Independent Contractor- Employer Relationship will be created by this Agreement. By their execution of this Agreement, and in accordance with Ch. 51.08 RCW, the parties make the following representations: A. The Vendor has the ability to control and direct the performance and details of its work, the City being interested only in the results obtained under this Agreement. B. The Vendor maintains and pays for its own place of business from which Vendor's services under this Agreement will be performed. C. The Vendor has an established and independent business that is eligible for a business deduction for federal income tax purposes that existed before the City retained Vendor's services, or the Vendor is engaged in an independently established trade, occupation, profession, or business of the same nature as that involved under this Agreement. D. The Vendor is responsible for filing as they become due all necessary tax documents with appropriate federal and state agencies, including the Internal Revenue Service and the state Department of Revenue. E. The Vendor has registered its business and established an account with the state Department of Revenue and other state agencies as may be required by Vendor's business, and has obtained a Unified Business Identifier (UBI) number from the State of Washington. F. The Vendor maintains a set of books dedicated to the expenses and earnings of its business. V. TERMINATION. Either party may terminate this Agreement, with or without cause, upon providing the other party thirty (30) days written notice at its address set forth on the signature block of this Agreement. VI. CHANGES. The City may issue a written amendment for any change in the goods, materials or services to be provided during the performance of this Agreement. If the Vendor determines, for any reason, that an amendment is necessary, Vendor must submit a written amendment request to the person listed in the notice provision section of this Agreement, section XIV(D), within fourteen (14) calendar days of the date Vendor knew or should have known of the facts and events giving rise to the requested change. If the City determines that the change increases or decreases the Vendor's costs or time for performance, the City will make an equitable adjustment. The City will attempt, in good faith, to GOODS & SERVICES AGREEMENT - 2 ($20,000 or Less, including WSST) reach agreement with the Vendor on all equitable adjustments. However, if the parties are unable to agree, the City will determine the equitable adjustment as it deems appropriate. The Vendor shall proceed with the amended work upon receiving either a written amendment from the City or an oral order from the City before actually receiving the written amendment. If the Vendor fails to require an amendment within the time allowed, the Vendor waives its right to make any claim or submit subsequent amendment requests for that portion of the contract work. If the Vendor disagrees with the equitable adjustment, the Vendor must complete the amended work; however, the Vendor may elect to protest the adjustment as provided in subsections A through E of Section VII, Claims, below. The Vendor accepts all requirements of an amendment by: (1) endorsing it, (2) writing a separate acceptance, or (3) not protesting in the way this section provides. An amendment that is accepted by Vendor as provided in this section shall constitute full payment and final settlement of all claims for contract time and for direct, indirect and consequential costs, including costs of delays related to any work, either covered or affected by the change. VII. CLAIMS. If the Vendor disagrees with anything required by an amendment, another written order, or an oral order from the City, including any direction, instruction, interpretation, or determination by the City, the Vendor may file a claim as provided in this section. The Vendor shall give written notice to the City of all claims within fourteen (14) calendar days of the occurrence of the events giving rise to the claims, or within fourteen (14) calendar days of the date the Vendor knew or should have known of the facts or events giving rise to the claim, whichever occurs first . Any claim for damages, additional payment for any reason, or extension of time, whether under this Agreement or otherwise, shall be conclusively deemed to have been waived by the Vendor unless a timely written claim is made in strict accordance with the applicable provisions of this Agreement. At a minimum, a Vendor's written claim shall include the information set forth in subsections A, items 1 through 5 below. FAILURE TO PROVIDE A COMPLETE, WRITTEN NOTIFICATION OF CLAIM WITHIN THE TIME ALLOWED SHALL BE AN ABSOLUTE WAIVER OF ANY CLAIMS ARISING IN ANY WAY FROM THE FACTS OR EVENTS SURROUNDING THAT CLAIM OR CAUSED BY THAT DELAY. A. Notice of Claim. Provide a signed written notice of claim that provides the following information: 1. The date of the Vendor's claim; 2. The nature and circumstances that caused the claim; 3. The provisions in this Agreement that support the claim; 4. The estimated dollar cost, if any, of the claimed work and how that estimate was determined; and 5. An analysis of the progress schedule showing the schedule change or disruption if the Vendor is asserting a schedule change or disruption. B. Records. The Vendor shall keep complete records of extra costs and time incurred as a result of the asserted events giving rise to the claim. The City shall have access to any of the Vendor's records needed for evaluating the protest. The City will evaluate all claims, provided the procedures in this section are followed. If the City determines that a claim is valid, the City will adjust payment for work or time by an equitable adjustment. No adjustment will be made for an invalid protest. C. Vendor's Duty to Complete Protested Work. In spite of any claim, the Vendor shall proceed promptly to provide the goods, materials and services required by the City under this Agreement. GOODS & SERVICES AGREEMENT - 3 ($20,000 or Less, including WSST) D. Failure to Protest Constitutes Waiver. By not protesting as this section provides, the Vendor also waives any additional entitlement and accepts from the City any written or oral order (including directions, instructions, interpretations, and determination). E. Failure to Follow Procedures Constitutes Waiver. By failing to follow the procedures of this section, the Vendor completely waives any claims for protested work and accepts from the City any written or oral order (including directions, instructions, interpretations, and determination), VIII. LIMITATION OF ACTIONS. VENDOR MUST, IN ANY EVENT, FILE ANY LAWSUIT ARISING FROM OR CONNECTED WITH THIS AGREEMENT WITHIN 120 CALENDAR DAYS FROM THE DATE THE CONTRACT WORK IS COMPLETE OR VENDOR'S ABILITY TO FILE THAT SUIT SHALL BE FOREVER BARRED. THIS SECTION FURTHER LIMITS ANY APPLICABLE STATUTORY LIMITATIONS PERIOD. IX. WARRANTY. Vendor warrants that it will faithfully and satisfactorily perform all work provided under this Agreement in accordance with the provisions of this Agreement. In addition to any other warranty provided for at law or herein, this Agreement is additionally subject to all warranty provisions established under the Uniform Commercial Code, Title 62A, Revised Code of Washington. Vendor warrants goods are merchantable, are fit for the particular purpose for which they were obtained, and will perform in accordance with their specifications and Vendor's representations to City. The Vendor shall promptly correct all defects in workmanship and materials: (1) when Vendor knows or should have known of the defect, or (2) upon Vendor's receipt of notification from the City of the existence or discovery of the defect. In the event any part of the goods are repaired, only original replacement parts shall be used—rebuilt or used parts will not be acceptable. When defects are corrected, the warranty for that portion of the work shall extend for an additional year beyond the original warranty period applicable to the overall work. The Vendor shall begin to correct any defects within seven (7) calendar days of its receipt of notice from the City of the defect. If the Vendor does not accomplish the corrections within a reasonable time as determined by the City, the City may complete the corrections and the Vendor shall pay all costs incurred by the City in order to accomplish the correction. X. DISCRIMINATION. In the hiring of employees for the performance of work under this Agreement or any sub-contract, the Vendor, its sub-contractors, or any person acting on behalf of the Vendor or sub-contractor shall not, by reason of race, religion, color, sex, age, sexual orientation, national origin, or the presence of any sensory, mental, or physical disability, discriminate against any person who is qualified and available to perform the work to which the employment relates. Vendor shall execute the attached City of Kent Equal Employment Opportunity Policy Declaration, Comply with City Administrative Policy 1.2, and upon completion of the contract work, file the attached Compliance Statement. XI. INDEMNIFICATION. Vendor shall defend, indemnify and hold the City, its officers, officials, employees, agents and volunteers harmless from any and all claims, injuries, damages, losses or suits, including all legal costs and attorney fees, arising out of or in connection with the Vendor's performance of this Agreement, except for that portion of the injuries and damages caused by the City's negligence. The City's inspection or acceptance of any of Vendor's work when completed shall not be grounds to avoid any of these covenants of indemnification. IT IS FURTHER SPECIFICALLY AND EXPRESSLY UNDERSTOOD THAT THE INDEMNIFICATION PROVIDED HEREIN CONSTITUTES THE VENDOR'S WAIVER OF IMMUNITY UNDER INDUSTRIAL INSURANCE, TITLE 51 RCW, SOLELY FOR THE PURPOSES OF THIS INDEMNIFICATION. THE PARTIES FURTHER ACKNOWLEDGE THAT THEY HAVE MUTUALLY NEGOTIATED THIS WAIVER. In the event Vendor refuses tender of defense in any suit or any claim, if that tender was made pursuant to this indemnification clause, and if that refusal is subsequently determined by a court having jurisdiction (or other agreed tribunal) to have been a wrongful refusal on the Vendor's part, then Vendor shall pay all the City's costs for defense, including all reasonable expert witness fees and reasonable GOODS & SERVICES AGREEMENT - 4 ($20,000 or Less, including WSST) attorneys' fees, plus the City's legal costs and fees incurred because there was a wrongful refusal on the Vendor's part. The provisions of this section shall survive the expiration or termination of this Agreement. XII. INSURANCE. The Vendor shall procure and maintain for the duration of the Agreement, insurance of the types and in the amounts described in Exhibit B attached and incorporated by this reference. XIII. WORK PERFORMED AT VENDOR'S RISK. Vendor shall take all necessary precautions and shall be responsible for the safety of its employees, agents, and subcontractors in the performance of the contract work and shall utilize all protection necessary for that purpose. All work shall be done at Vendor's own risk, and Vendor shall be responsible for any loss of or damage to materials, tools, or other articles used or held for use in connection with the work. XIV. 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 XI of this Agreement. D. Written Notice. All communications regarding this Agreement shall be sent to the parties at the addresses listed on the signature page of the Agreement, unless notified to the contrary. Any written notice hereunder shall become effective three (3) business days after the date of mailing by registered or certified mail, and shall be deemed sufficiently given if sent to the addressee at the address stated in this Agreement or such other address as may be hereafter specified in writing. E. Assignment. Any assignment of this Agreement by either party without the written consent of the non-assigning party shall be void. If the non-assigning party gives its consent to any assignment, the terms of this Agreement shall continue in full force and effect and no further assignment shall be made without additional written consent. F. Modification. No waiver, alteration, or modification of any of the provisions of this Agreement shall be binding unless in writing and signed by a duly authorized representative of the City and Vendor. G. Entire Agreement. The written provisions and terms of this Agreement, together with any Exhibits attached hereto, shall supersede all prior verbal statements of any officer or other representative of the City, and such statements shall not be effective or be construed as entering into or forming a part of or altering in any manner this Agreement. All of the above documents are hereby made a part of this Agreement. However, should any language in any of the Exhibits to this Agreement conflict with any language contained in this Agreement, the terms of this Agreement shall prevail. GOODS &SERVICES AGREEMENT - 5 ($20,000 or Less, including WSST) H. Compliance with Laws, The Vendor agrees to comply with all federal, state, and rnuniclpal laws, rules, and regulations that are now effective or in the future become applicable to Vendor's business, equipment, and personnel engaged in operations covered by this Agreement or accruing out of the performance of those operations. I. Public Records Act. The Vendor 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 Consultant 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 Vendor agrees to cooperate fully with the City in satisfying the City's duties and obligations under the Public Records Act. J. City Business License Required. Prior to commencing the tasks described in Section, 1, Contractor agrees to provide proof of a current city of Kent business license pursuant to Chapter 5.01 of the Kent City Code. K. Counteroits and Sianatures 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 an the last date enitered below. All acts consistent with the authority of this Agreement and prior to its effective date are ratified and affirmed, and the terms of the Agreement shall be deemed to have applied. , VENDOR: CITY OF KE�NT, o I By: By e. signatpre), (signature) Print Na.;:qe: 1AI)MO Pr tName: Julie Parascondola Its: Its: Director DATE: DATE: ............ NOTICES TO BE SENT TO: NOTICES TO BE SENT TO: VENDOR: CITY OF KENT: Jill Winchester Andrew Sheridan Rock Solid Trucking, Inc. Mtc Worker III - East Operations c1ba Bark Time Blower Truck Service City of Kent 2225 Cherry Road 220 Fourth Avenue South Lake Stevens, WA 98258 Kent, WA 98032 888-377-9009 (telephone) (253) 561-1850 (telephone) 425-508-1885 (cell) (253) 630-0670 (facsimile) 425-377-2535 (facsimile) GOODS & SERVICES AGREEMENT - 6 ($20,000, or Less, including WSST) DECLARATION CITY OF KENT EQUAL EMPLOYMENT OPPORTUNITY POLICY The City of Kent is committed to conform to Federal and State laws regarding equal opportunity. As such all contractors, subcontractors and suppliers who perform work with relation to this Agreement shall comply with the regulations of the City's equal employment opportunity policies. The following questions specifically identify the requirements the City deems necessary for any contractor, subcontractor or supplier on this specific Agreement to adhere to. An affirmative response is required on all of the following questions for this Agreement to be valid and binding. If any contractor, subcontractor or supplier willfully misrepresents themselves with regard to the directives outlines, it will be considered a breach of contract and it will be at the City's sole determination regarding suspension or termination for all or part of the Agreement; The questions are as follows: 1. I have read the attached City of Kent administrative policy number 1.2. 2. During the time of this Agreement I will not discriminate in employment on the basis of sex, race, color, national origin, age, or the presence of all sensory, mental or physical disability. 3. During the time of this Agreement the prime contractor will provide a written statement to all new employees and subcontractors indicating commitment as an equal opportunity employer. 4. During the time of the Agreement I, the prime contractor, will actively consider hiring and promotion of women and minorities. 5. Before acceptance of this Agreement, an adherence statement will be signed by me, the Prime Contractor, that the Prime Contractor complied with the requirements as set forth above. By signing below, I agree to fulfill the five requirements referenced above. By: For: {_r � _ Title: t � Date: EEO COMPLIANCE DOCUMENTS - 1 of 3 CITY OF KENT ADMINISTRATIVE POLICY NUMBER: 1.2 EFFECTIVE DATE: January 1, 1998 SUBJECT: MINORITY AND WOMEN SUPERSEDES: April 1, 1996 CONTRACTORS APPROVED BY Jim White, Mayor POLICY: Equal employment opportunity requirements for the City of Kent will conform to federal and state laws. All contractors, subcontractors, consultants and suppliers of the City must guarantee equal employment opportunity within their organization and, if holding Agreements with the City amounting to $10,000 or more within any given year, must take the following affirmative steps: 1. Provide a written statement to all new employees and subcontractors indicating commitment as an equal opportunity employer. 2. Actively consider for promotion and advancement available minorities and women. Any contractor, subcontractor, consultant or supplier who willfully disregards the City's nondiscrimination and equal opportunity requirements shall be considered in breach of contract and subject to suspension or termination for all or part of the Agreement. Contract Compliance Officers will be appointed by the Directors of Planning, Parks, and Public Works Departments to assume the following duties for their respective departments. 1. Ensuring that contractors, subcontractors, consultants, and suppliers subject to these regulations are familiar with the regulations and the City's equal employment opportunity policy. 2. Monitoring to assure adherence to federal, state and local laws, policies and guidelines. EEO COMPLIANCE DOCUMENTS - 2 of 3 CITY OF KENT EQUAL EMPLOYMENT OPPORTUNITY COMPLIANCE STATEMENT This form shall be filled out AFTER COMPLETION of this project by the Contractor awarded the Agreement. I, the undersigned, a duly represented agent of Company, hereby acknowledge and declare that the before-mentioned company was the prime contractor for the Agreement known as that was entered into on the (date), between the firm I represent and the City of Kent. I declare that I complied fully with all of the requirements and obligations as outlined in the City of Kent Administrative Policy 1.2 and the Declaration City of Kent Equal Employment Opportunity Policy that was part of the before-mentioned Agreement. By: For: Title: Date: EEO COMPLIANCE DOCUMENTS - 3 of 3 EXHIBIT A Quote No. 3615 P Customer Misc Cust, dame City Of Kent Late 4/20/2017 Cevl Name 9 Locations Delivery Late Address TBL Rep Brittney City Kent State Wa Zip 98032 Cell# 425-m1885 Phone Map Page Fax# _ Cell# Contact Qty Description Unit Price ' TOTAL . ... 360 A Service Installation of Sof fall Play Chips $ 48.00 ! $ 17,280.00 Includes installation and clean up and up to 150' of hoses. Each additional ,would be$39.00 per yard. 360 Bulk Discount $ 5.00 $ (1,800.00) 360 Prevailing Wage $ 1.00 $ 360.00 1 Filing Fee for prevailing wage $ 80.00 $ 80.00 I j Subtotal $ 15,92-0 00 Comments Tax Rate(s) $ 10.00 Payment Type $ 1,592,00 cc# . ,...w_. TOTAL $ 17,512.00 Expires PROJECT NOTES:OTES: We are looking forward to earning your business. Please feel free to contact,Jill Winchester directly if you should have any questions regarding this estimate, or future projects where we may be of value to you and your crew. Thank you again for your business, and we look forward to working with you soon. REPRESENTATIVE: Jill Winchester Cell: 425-508-1335 Office: 1-3$5-377-9909 Fax: 425- 77-25 5 Quote is valid for 30 days from the above date. Contractors must have a tax resale certificate on file. This pricing has been discounted, based on the scale of the entire project. Purchasing only selective products rraay void these discounts. Above pricing is subject to product availability and market fluctuation.. No deposit required. Invoicing is due on the tenth of the following rraonth. ++��f' .»«.PACE ``,,yyyy.//^*,.. t�fEK V•"AC E- Applegate, Jan From: Applegate, Jan Sent: Thursday, April 20, 2017 11:24 AM To: Applegate, Jan Subject: FW: Quote No. 3615 From: barktimeaaol.com [mailto:barktime@aol.com] Sent: Thursday, April 20, 2017 11:19 AM To: Applegate, Jan Subject: Re: Quote No. 452017 1 don't know why its doing that when I change it in to a Jpeg.. so weird.. This is what is says Quote is valid for 30 days from the above date. Contractors must have a tax resale certificate on file. This pricing has been discounted, based on the scale of the entire project. Purchasing only selective products may void these discounts. Above pricing is subject to product availability and market fluctuation. No deposit required. Invoicing is due on the tenth of the following month. This quotation is subject to Bark Time Blower Truck Service General Terms and Conditions. Bimey Bark Time Blower Track Services,Inc. Office 425-317-9009 Fax 425-0-2535 barktlme@aol.com i Scope of Work EWF 2017 Blow in 360yds of engineered wood fiber at 9 different playgrounds. Company must supply a certificate that the product complies with current edition of ASTM F2075:Standard Specification for Use as a Playground Safety Surface Under and Around Playground Equipment. Product may only be delivered between 6:30 am to 3:30 pm,Tuesday-Friday. Deliveries must be coordinated with Park Staff. Yards Address Chestnut Ridge 30 9901 S.203`d St. Eastridge 40 SE 257th St& 143`d Ave S. Garrison Creek 30 9615 S. 218`h St. GreenTree 60 120`h Avenue SE &SE 216`h ST Greenview 50 SE 277th Place and 120th Place SE Lake Meridian 40 14800 SE 272"d Street,98042 Springwood 30 12700 SE 274`h St. Tudor Square 30 112`h Avenue SE &SE 268`h ST Turnkey 50 23312 100`h Ave SE Total Yards 360yds Page 1of1 State of Washington Department of Labor & Industries Prevailing Wage Section - Telephone 360-902-5335 PO Box 44540, Olympia, WA 98504-4540 Washington State Prevailing Wage The PREVAILING WAGES listed here include both the hourly wage rate and the hourly rate of fringe benefits. On public works projects, worker's wage and benefit rates must add to not less than this total. A brief description of overtime calculation requirements are provided on the Benefit Code Key. Journey Level Prevailing Wage Rates for the Effective Date: 5/3/2017 jauLnty Trade Job Classification Wage Holiday Overtime Note King Landscape Construction Irrigation Or Lawn Sprinkler $13.56 1 Installers King Landscape Construction Landscape Equipment $28.17 1 Operators Or Truck Drivers King Landscape Construction Landscaping or Planting $17.87 1 Laborers https://fortress.wa.gov/Ini/wagelookup/prvWagelookup.aspx 5/3/2017 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. 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 City shall be named as an insured under the Contractor's Commercial General Liability insurance policy with respect to the work performed for the City using ISO additional insured endorsement CG 20 10 1185 or a substitute endorsement providing equivalent coverage. 2. 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. 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. Commercial General Liability insurance shall be written with limits no less than $2,000,006 each occurrence, $2,000,000 general aggregate and a $2,000,000 products-completed operations aggregate limit. 2. Automobile Liability insurance with a minimum combined single limit for bodily injury and property damage of $2,000,000 per accident. 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 ACORa DATE(MMIODNYYY) �� CERTIFICATE OF LIABILITY INSURANCE 09/01/2016 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW, THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER, IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(!es)must be endorsed. If SUBROGATION 13 WAIVED,subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsements. PRODUCER PHONE FAX LEGACY ONE INS SERVICES INCL j 750 SWIFT BLVD STE 4 INSURER(S)AFFORDING COVERAGE NAICM RICHLAND WA 99352-3521 INSURERA: NATIONWIDE MUTUAL INSURANCE COMPANY 23787 INSURED INSURER B: AMCO INSURANCE COMPANY 19100 BARK TIME BLOWER TRUCK SERVICE INSURERC: DBA ROCK SOLID TRUCKING INC INSURER D: 2225 CHERRY RD INSURERE: LAKE STEVENS WA 98258-9532 1 INSURER F: 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 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 MAY HAVE BEEN REDUCED BY PAID CLAIMS. ILTR NSR ADD) 3U3R TYPE OF INSURANCE POLK:Y NUMBER PISLN:Y EXP fiWINDDAYM LIMITS X COMMERCIALGENERALLIABILMY EACH OCCURRENCE S 1,000,000 DAMAGE TO KIRTM5-- CLAIMS-MADE a OCCUR $ 100,000 X PDDedOCc 250 MED EXP(Any one arson) S 5.000 B X ACP GLAO 7545770723 09/07/2016 09/07/2017 PERSONAL&ADV INJURY S 1,000,000 II GENT AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE S 2.000.000 X POLICY JEST LOC PRODUCTS-COMPIOP AGG S 2,000 000 OTHER: $ AUTOMOBILE LIABILITY INEDt)"I'm" $ 1,000,000 Lft it ANY AUTO BODILY INJURY(Per person) S ALL OWNED SCHEDULED p AUTOS rx AUTOS X ACP BA 7545770723 09107/2016 09107/2017 BODILY INJURY(Per accident) S XHIRED AUT03 NON-OWNED NED ROPE $ S UMBRELLALIAB M OCCUR EACH OCCURRENCE _ s 2,000.000 B EXCESS LIAR CLAIMS-MADE X ACP CAA 7545770723 09/07/2016 09/07/2017 AGGREGATE S 2,000,000 QED I I RETENTIONS $ WORKERS COMPENSATION ER 7H- AND EMPLOYERS'LIABILITY Y I N TAT T ANYPROPRIETOWPARTNERIEXECUTIVE E.L.EACH ACCIDENT $ OFFICERlMEMBER EXCLUDED? ❑NIA (Mandatory In NH) E.L.DISEASE-EA EMPLOYEE S If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT S X DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES(ACORD 101,Additional Remarks Schedule,may ba attached if mom space Is required) City of Kent is added as an additional insured. CERTIFICATE HOLDER CANCELLATION 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 AUTHORIZED REPRESENTATIVE 220 4th Ave S Jeff Pomeroy Kent WA 98032 01988-2014 ACORD CORPORATION. All rights reserved. ACORD 25(2014/01) The ACORD name and logo are registered marks of ACORD AMCO INSURANCE COMPANY 11323 1100 LOCUST ST DEPT 1100 DES MOINES, IA 50391-2000 CHANGE OF DECLARATIONS ENDORSEMENT-COMMERCIAL GENERAL LIABILITY X Policy Number ACP GLA07545770723 Named Insured BARK TIME BLOWER TRUCK SERVICE -DBA & Address ROCK SOLID TRUCKING INC 2225 CHERRY RD LAKE STEVENS WA 98258 Policy Period: Covers From: 09/07/16 TO 09/07/17 12:01 A.M. Standard Time Effective Date of This Endorsement: 09/07/16 12:01 A.M. Standard Time Agent LEGACY ONE INS SERVICES INC 46-11323-002 Address 750 SWIFT BLVD STE 4 RICHLAND WA 99352 This policy is changed as follows: PREMIUMS OTHER PR/CO AAk##A4R#**#*AA#*A!#f A#*# ENDORSEMENT CHANGES •'*••****R A!*•*!***Arr R*A ITEM CG2010 0413 HAS BEEN ADDED A NEW COPY OF THIS FORM HAS BEEN PRINTED j ADD TERRITORY OF 502 ADD CLASS CODE OF 49.950 } FORM CG2010 0413 VARIABLE INFORMATION HAS BEEN ADDED 1 A NEW COPY OF THIS FORM HAS BEEN PRINTED FORM CG2010 0413 VARIABLE INFORMATION HAS BEEN ADDED A NEW COPY OF THIS FORM HAS BEEN PRINTED FORM CG2010 0413 VARIABLE INFORMATION HAS BEEN ADDED A NEW COPY OF THIS FORM HAS BEEN PRINTED R!R*#***************R****A A***#A TOTAL **4***f*A*!********A*****!!R*A!A -CHARGE—_.. ---- --- ---------THIS IS NOT A BILL - SEE YOUR BILLING STATEMENT i GL AM EN (06-90) DIRECT BILL LN1X 16243 COMM. 1500 AGENT COPY ACP GLAO 7545770723 939314192 47 001S305 POLICY NUMBER: / J CIS 6LJ90 754577072 3 COMMERCIAL GENERAL LIABILITY CG20100413 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - SCHEDULED PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s)Or Organization(s) CITY OF KENT 220 4TH AVE S KENT,WA 98032 Location(s)Of Covered Operations 220 4TH AVE S KENT,WA 98032 Information required to complete this Schedule, if not shown above,will be shown in the Declarations. A. Section II — Who Is An Insured is amended to 2. If coverage provided to the additional insured is Include as an additional insured the person(s) or required by a contract or agreement, the organization(s) shown in the Schedule, but only insurance afforded to such additional insured with respect to liability for"bodily injury", "property will not be broader than that which you are damage" or "personal and advertising injury" required by the contract or agreement to caused, in whole or in part, by: provide for such additional insured. 1. Your acts or omissions;or B. With respect to the insurance afforded to these 2. The acts or omissions of those acting on your additional insureds, the following additional behalf; exclusions apply: in the performance of your ongoing operations for This insurance does not apply to "bodily injury"or the additional insured(s) at the location(s) "property damage`occurring after: designated above. 1. All work, including materials, parts or However: equipment famished in connection with such 1. The insurance afforded to such additional work, on the project (other than service, insured only applies to the extent permitted by maintenance or repairs) to be performed by or law;and on behalf of the additional insured(s) at the location of the covered operations has been completed; or CG 2010 0413 *Insurance Services Office, Inc., 2012 Page 1 of 2 X ACP GLA07545770723 ME 16243 AGENT COPY 47 0015306 CG 20 10 0413 2. That portion of "your work" out of which the 1. Required by the contractor agreement;or injury or damage arises has been put to its 2. Available under the intended use by any person Or organization applicable Limits of Insurance shown in the declarations; other than another contractor or subcontractor engaged in performing operations for a whichever is less. principal as a part of the same project. This endorsement shall not increase the C. With respect to the insurance afforded to these applicable Limits of Insurance shown in the additional insureds, the following is added to Declarations. Section III—Limits of Insurance: If coverage provided to the additional insured is required by a contract or agreement, the most we will pay on behalf of the additional insured is the amount of insurance: All terms and conditions apply unless modified by this endorsement. i I I i I I I Page 2 of 2 ©Insurance Services Office, Inc., 2012 CG 2010 0413 xACP GLA07545770723 ME 16243 AGENT COPY 47 0015307 City of Kent • Business License KENT 'N.s.IN610. BARK TIME BLOWER"TRUCK SERVICE 2225 CHERRY RD LAKE STEVENS, WA 98258 Please tear at perforation ------------------------------------------------ BUSINESS LICENSE Per RCW xZ 14 local sales and use tax must be coded LICENSE MUST BE PAID ANNUALLY BY No. 1715 for all qualified O JANUARY Ist TO AVOID PENALTY sales within the city of KENTIssuance of License Does Not Imply Licensee's Kent. w.e w c*0., Compliance with State and Local Laws THIS LICENSE MUST BE POSTED IN A CONSPICUOUS Year : 201-7 PLACE.NOT TRANSFERABLE OR ASSIGNABLE NAME AND ADDRESS OF BUSINESS BLOC"-2160931 BARK TIME BLOWER SERVICE MAYOR 2225 CHERRY RD The City of Kent LAKE STFVFNS, WA 99258 l',_041-A AV� ` ILL F.WASHING I1C)N'P0n