Loading...
HomeMy WebLinkAboutPK18-239 - Original - Mr. Truck Wash, Inc. - Lake Meridian Picnic Shelter Roof Cleaning - 06/05/2018 �OT Records Management Document CONTRACT COVER SHEET This is to be completed by the Contract Manager prior to submission to the City Clerk's Office. All portions are to be completed. If you have questions, please contact the City Clerk's Office at 253-856-5725. ❑ Blue/Motion Sheet Attached ❑ Pink Sheet Attached Vendor Name: Mr. Truck Wash, Inc. dba Mr. Pressure Wash Vendor Number (JDE): 832874 Contract Number (City Clerk): Z � Category: Contract Agreement Sub-Category (if applicable) Qhuo,7e an il!.m Project Name. Lake Meridian Picnic Shelter Roof Cleaning Contract Execution Date: 06/06/2018 Termination Date: 09/30/2018 Contract Manager: Justin Oliver Department: Parks Contract Amount: $ 1923.08 Approval Authority: ❑ Director ❑ Mayor ❑ City Council X Superintendent Other Details: Clean and wash the roof of the oicnic shelter at Lake Meridian Park located at 14800 S.E. 272Id Street, Kent WA. `*✓ KENT GOODS & SERVICES AGREEMENT FOR ORDINARY MAINTENANCE between the City of Kent and Mr. Truck Wash, Inc, dba Mr. Pressure Wash THIS AGREEMENT is made by and between the City of Kent, a Washington municipal corporation (hereinafter the "City"), and Mr. Truck Wash, Inc. dba Mr. Pressure Wash organized under the laws of the State of Washington, located and doing business at 8040 Avondale Road NE, Redmond, WA 98052. Contact: Mayumi Miller, Phone: 206.250,5528 (hereinafter the "Vendor"). AGREEMENT I. DESCRIPTION OF WORK. Vendor shall provide the following goods and materials and/or perform the following services for the City: Clean and wash the roofing of the picnic shelter at Lake Meridian Park, located at 14800 S.E. 272rd Street, Kent WA, according to the contractor's proposal that was received on April 10, 2018 attached as Exhibit A. Work to be completed within the circled area of the map. Exact specifications to be confirmed by the City of Kent project manager on site with contractor. 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 by September 30, 2018. III. COMPENSATION. The City shall pay the Vendor an amount not to exceed ONE THOUSAND NINE HUNDRED TWENTY THREE DOLLARS AND EIGHT CENTS ($1923.08), 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 shall submit a final invoice to AccountsPayable@KentWA.gov from which the City shall pay. GOODS & SERVICES AGREEMENT FOR ORDINARY MAINTENANCE - 1 ($20,000 or Less, including 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 Unaij riz d Wank. 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 Pa men r Waiver of Claims. VENDOR'S ACCEPTANCE OF FINAL PAYMENT SHALL CONSTITUTE A WAIVER OF CLAIMS, EXCEPT THOSE PREVIOUSLY AND PROPERLY MADE AND IDENTIFIED BY VENDOR AS UNSETTLED AT THE TIME REQUEST FOR FINAL PAYMENT IS MADE. IV. PREVAILING WAGES. Vendor shall file a "Statement of Intent to Pay Prevailing Wages," with the State of Washington Department of Labor & Industries prior to commencing the Contract work. Vendor shall pay prevailing wages in effect on the date the bid is accepted or executed by Vendor, and comply with Chapter 39.12 of the Revised Code of Washington, as well as any other applicable prevailing wage rate provisions. The latest prevailing wage rate revision issued by the Department of Labor and Industries is attached. V. INDEPENDENT CONTRACTOR. The parties intend that an Independent Contractor- Employer Relationship will be created by this Agreement. By their execution of this Agreement, and in accordance with Ch. 51.08 RCW, the parties make the following representations: A. The Vendor has the ability to control and direct the performance and details of its work, the City being interested only in the results obtained under this Agreement. B. The Vendor maintains and pays for its own place of business from which Vendor's services under this Agreement will be performed. C, The Vendor has an established and independent business that is eligible for a business deduction for federal income tax purposes that existed before the City retained Vendor's services, or the Vendor is engaged in an independently established trade, occupation, profession, or business of the same nature as that involved under this Agreement. D. The Vendor is responsible for filing as they become due all necessary tax documents with appropriate federal and state agencies, including the Internal Revenue Service and the state Department of Revenue. E. The Vendor has registered its business and established an account with the state Department of Revenue and other state agencies as may be required by Vendor's business, and has obtained a Unified Business Identifier (UBI) number from the State of Washington. F. The Vendor maintains a set of books dedicated to the expenses and earnings of its business. VI. TERMINATION. Either party may terminate this Agreement, with or without cause, upon providing the other party thirty (30) days written notice at its address set forth on the signature block of this Agreement. GOODS & SERVICES AGREEMENT FOR ORDINARY MAINTENANCE - 2 ($20,000 or Less, including INSST) VII. CHANGES. The City may issue a written change order for any change in the goods, materials or services to be provided during the performance of this Agreement, If the Vendor determines, for any reason, that a change order is necessary, Vendor must submit a written change order request to the person listed in the notice provision section of this Agreement, section XIV(D), within fourteen (14) calendar days of the date Vendor knew or should have known of the facts and events giving rise to the requested change. If the City determines that the change increases or decreases the Vendor's costs or time for performance, the City will make an equitable adjustment. The City will attempt, in good faith, to reach agreement with the Vendor on all equitable adjustments. However, if the parties are unable to agree, the City will determine the equitable adjustment as it deems appropriate. The Vendor shall proceed with the change order work upon receiving either a written change order from the City or an oral order from the City before actually receiving the written change order. If the Vendor fails to require a change order within the time allowed, the Vendor waives its right to make any claim or submit subsequent change order requests for that portion of the contract work. If the Vendor disagrees with the equitable adjustment, the Vendor must complete the change order work; however, the Vendor may elect to protest the adjustment as provided in subsections A through E of Section VII, Claims, below. The Vendor accepts all requirements of a change order by: (1) endorsing it, (2) writing a separate acceptance, or (3) not protesting in the way this section provides. A change order that is accepted by Vendor as provided in this section shall constitute full payment and final settlement of all claims for contract time and for direct, indirect and consequential costs, including costs of delays related to any work, either covered or affected by the change. VIII. CLAIMS. If the Vendor disagrees with anything required by a change order, another written order, or an oral order from the City, including any direction, instruction, interpretation, or determination by the City, the Vendor may file a claim as provided in this section. The Vendor shall give written notice to the City of all claims within fourteen (14) calendar days of the occurrence of the events giving rise to the claims, or within fourteen (14) calendar days of the date the Vendor knew or should have known of the facts or events giving rise to the claim, whichever occurs first . Any claim for damages, additional payment for any reason, or extension of time, whether under this Agreement or otherwise, shall be conclusively deemed to have been waived by the Vendor unless a timely written claim is made in strict accordance with the applicable provisions of this Agreement. 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, tice gf_QajM. 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. Reeor". 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 GOODS & SERVICES AGREEMENT FOR ORDINARY MAINTENANCE - 3 ($20,000 or Less, including WSST) 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 Dut t om R�eteProtested Work,. In spite of any claim, the Vendor shall proceed promptly to provide the goods, materials and services required by the City under this Agreement. D. fAdpre to Pcotest ConstitutqsWai�. 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. F' ilure to Eollow m [gcgd fires Constitutes Waiver. By failing to follow the procedures of this section, the Vendor completely waives any claims for protested work and accepts from the City any written or oral order (including directions, instructions, interpretations, and determination). IX. LIMITATION OF ACTIONS. VENDOR MUST, IN ANY EVENT, FILE ANY LAWSUIT ARISING FROM OR CONNECTED WITH THIS AGREEMENT WITHIN 120 CALENDAR DAYS FROM THE DATE THE CONTRACT WORK IS COMPLETE OR VENDOR'S ABILITY TO FILE THAT SUIT SHALL BE FOREVER BARRED. THIS SECTION FURTHER LIMITS ANY APPLICABLE STATUTORY LIMITATIONS PERIOD. X. WARRANTY. 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. XI. DISCRIMINATION. In the hiring of employees for the performance of work under this Agreement or any sub-contract, the Vendor, its sub-contractors, or any person acting on behalf of the Vendor or sub-contractor shall not, by reason of race, religion, color, sex, age, sexual orientation, national origin, or the presence of any sensory, mental, or physical disability, discriminate against any person who is qualified and available to perform the work to which the employment relates. Vendor shall execute the attached City of Kent Equal Employment Opportunity Policy Declaration, Comply with City Administrative Policy 1.2, and upon completion of the contract work, file the attached Compliance Statement. XII. INDEMNIFICATION. Vendor shall defend, indemnify and hold the City, its officers, officials, employees, agents and volunteers harmless from any and all claims, injuries, damages, losses or suits, including all legal costs and attorney fees, arising out of or in connection with the Vendor's performance of this Agreement, except for that portion of the injuries and damages caused by the City's negligence. The City's inspection or acceptance of any of Vendor's work when completed shall not be grounds to avoid any of these covenants of indemnification. GOODS & SERVICES AGREEMENT FOR ORDINARY MAINTENANCE - 4 ($20,000 or Less, including WSST) IT IS FURTHER SPECIFICALLY AND EXPRESSLY UNDERSTOOD THAT THE INDEMNIFICATION PROVIDED HEREIN CONSTITUTES THE VENDOR'S WAIVER OF IMMUNITY UNDER INDUSTRIAL INSURANCE, TITLE 51 RCW, SOLELY FOR THE PURPOSES OF THIS INDEMNIFICATION. THE PARTIES FURTHER ACKNOWLEDGE THAT THEY HAVE MUTUALLY NEGOTIATED THIS WAIVER. In the event Vendor refuses tender of defense in any suit or any claim, if that tender was made pursuant to this indemnification clause, and if that refusal is subsequently determined by a court having jurisdiction (or other agreed tribunal) to have been a wrongful refusal on the Vendor's part, then Vendor shall pay all the City's costs for defense, including all reasonable expert witness fees and reasonable attorneys' fees, plus the City's legal costs and fees incurred because there was a wrongful refusal on the Vendor's part. The provisions of this section shall survive the expiration or termination of this Agreement. XIII. INSURANCE. The Vendor shall procure and maintain for the duration of the Agreement, insurance of the types and in the amounts described in Exhibit B attached and incorporated by this reference. XIV. WORK PERFORMED AT VENDOR'S RISK. Vendor shall take all necessary precautions and shall be responsible for the safety of its employees, agents, and subcontractors in the performance of the contract work and shall utilize all protection necessary for that purpose. All work shall be done at Vendor's own risk, and Vendor shall be responsible for any loss of or damage to materials, tools, or other articles used or held for use in connection with the work. XV. MISCELLANEOUS PROVISIONS. A. Recyclable-Mater'ials. 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. N DzWaivgr of Breaeh. 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. R25glution of Disputes and Ggygrnina 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 Ntdee. 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. Assionm n . 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. GOODS & SERVICES AGREEMENT FOR ORDINARY MAINTENANCE - 5 ($20,000 or Less, including WSST) 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. H. Compliance with Laws. The Vendor agrees to comply with all federal, state, and municipal laws, rules, and regulations that are now effective or in the future become applicable to Vendor's business, equipment, and personnel engaged in operations covered by this Agreement or accruing out of the performance of those operations. I. 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 Vendor 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. gily Susiness License Reapire 1. 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. Goun[ero its .and Signatures by Fax gr E-mail,. 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. 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. -- _,............... VENDOjR- CITY OF NT By: ^ 6La1C _._._ By:.. sggnah)re (srgnatcrre) Print Name: Pri t ame: Garin Lee, Superintendent Its:....... f Its: Parks Operations (title) DATE - 6/1 5 / DATE: b r A r804O ICES TO BE SENT TO: NOTICES TO BE SENT TO: DOR: CITY OF KENT: umi Miller Justin Oliver ruch Wash, Inc. dba Mr. Pressure Wash City of Kent Avondale Rd. NE 220 Fourth Avenue South Redmond, WA 98052 Kent, WA 98032 GOODS & SERVICES AGREEMENT FOR ORDINARY MAINTENANCE - 6 ($20,000 or Less, including WSST) (206) 250.5528 (telephone) (253) 856-5132 or (facsimile) (206) 455-2457 Cell (telephone) (253) 856.6120....._ (facsimile) ATTEST: Kent City Clerk GOODS & SERVICES AGREEMENT FOR ORDINARY MAINTENANCE - 7 ($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. Byray .__._.,.... .. .... Title: _..._. / /y(/2 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 fallowing 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 ��lim' �UII�Oai�Gl�rmir✓i�ru��,,, WN We Clean Green Pressure Washing Specification For Justin Oliver Operations City of Kent-Lake Meridian Park Picnic Shelter Roof (Prevailing Wage) 14800 SE 272nd St Kent, WA 98032 206.883.1658 Mayumi Muller VP Business Development Mr. PressureWash 2062505528 mayumimuller@gmail.com April 10, 2018 Dear Justin: Thank you for your interest in our pressure washing services. I am confident you will feel satisfied with our services because there are five points that set us apart: t. Eco-friendly. We use the most advanced, eco-friendly cleaning technology. From our proprietary green cleaning enzyme formulation to our equipment that reduce water usage by recycling up to 98% of the gray water used for cleaning, no other company can match the effectiveness of our green cleaning methods. 2. Knowledge of laws and regulations. If you clean your parking lots, garages, or walkways and let grease or oil enter the storm drain system, you can be fined by the EPA or other government agencies. We help you comply with all federal, State, and local wastewater disposal regulations so you get sparkly clean surfaces without the worries. 3. Ability to clean areas others can't. We can clean areas with no access to water and no access to drains. Our specialized equipment can also clean dirty floors without the splash and spray of traditional spray guns, which means your floors will dry quickly so slippage and potential liability are minimized. 4. Superior customer service. Not only will we work around your business schedule so any disruption to your business is minimized, but you will also be assigned a personal service representative to ensure your total satisfaction of our services. 5. Total satisfaction guarantee. To ensure quality service, one of our project managers will be onsite to maintain our high quality standards. If you are not totally satisfied for any reason, we will arrange a prompt return visit at no extra cost to make things right. Mr. PressureWash is licensed, insured, bonded and experienced. We look forward to serving you! Kind regards, Mayumi Muller VP Business Development 2062505528 A. Scope of Work The work will consist of all preparation, pressure washing,and related items necessary to complete work described in these specifications and listed in the remaining pages included within. 1. Prepare and give notices to tenants on areas to be pressure washed,job hours,and special parking instructions, Notices are subject to client approval.Typically a 2-week notice and a 1-week reminder notice are given. 2. Place''Wet Floor'signs during job hours to minimize potential liability, 3. Apply protective cover to areas not to be pressure washed.Examples include covering electrical supplies with plastic cover and placing water-absorbent socks at strategic locations to prevent seepage. 4.. Pre-spray the areas to be pressure washed with eco-friendly, ncncmulsifying detergent 5, Adjust water pressure and temperature to the appropriate amount to provide optimal cleaning power without damaging client's property, For instance,different settings must be applied for pressuring washing a concrete floor vs.siding vs roofs vs..wooden decks, 6. Pressure wash the areas listed in Appendix A per quality standards established by Mr. PressureWash, 7. When necessary recycle,treat, and dispose of any wastewater appropriately per EPA, State, and local regulations. With the exception of water used for cleaning siding, Mr. PressureWash will vacuum up and reuse 98%of the water used for cleaning so almost no water is wasted 8. Note: For parking garage jobs, please ensure all vehicles are moved from their stalls. If you require us to come back to clean the stalls where vehicles were present and not moved,a fee of$15 per stall or a minimum of$250 will be added to the final invoice. B. Materials 1. Depending on the job specifications, Mr. PressureWash either requires the client to provide the water supply, or brings its own supply of water to the job site. See Appendix A for details. 2. Mr. PressureWash shall provide its proprietary, biodegradable detergent that cleans tough stains using enzymes and naturally occurring microbes. 3. Mr. PressureWash shall adjust the pressure washing solution mixture to provide optimal cleaning power while minimizing wastewater created, 4,. Solution mixture at the job site shall be available for inspection at any time upon client's request. C. Protection of Surfaces Not to Be Pressure Washed 1. Mr. PressureWash shall protect all adjacent areas not to be pressure washed by taking appropriate measures, Areas to be protected include: •All electrical boxes,equipment, and buttons •Landscaping and shrubbery •Windows •Elevators •Underneath specific doors to prevent leakage •Fragile signs that may be damaged by pressure washing 2. Upon completion of work, Mr_ PressureWash shall remove all protection devices from areas not to be pressure washed. D. Resolution of Conflicts 1, The customer service representatives at the Mr. PressureWash corporate office are trained to answer any questions or concerns at anytime, During job hours,a project manager will also be onsite to inspect quality standards and answer any questions the client may have. If the project manager or customer service representatives are unable to resolve the issue, the client can phone Aaron Muller, President of Mr. PressureWash,directly at(425)766-3940. The client's satisfaction is our number one priority. 2, In the rare event that the client and Mr. PressureWash cannot settle their disagreements, all claims and disputes arising under or relating to this agreement are to be settled by binding arbitration in the slate of Washington.An award of arbitration may be confirmed in a court of competent jurisdiction, Disputes in which the amount at issue is Jess than $1,500 shall not be subject to this arbitration provision. E. Coordination of Work 1, Mr. PressureWash will coordinate with the client to perform the jab during hours that minimize disruption to the client's business, such as weekends and evenings. F. Safety 1. Employees of Mr. PressureWash are trained in workplace safety.All pertinent safety regulations shall be adhered to rigidly. 2. Water used for pressure washing shall be vacuumed up by Mr. PressureWash whenever possible to minimize the possibility of slippage, In addition, "Wet Floor"signs shall be placed at strategic locations during job hours to help minimize liability. G. Satisfaction Guarantee 1_ If the client is unhappy with the work performed by Mr. PressureWash for any reason,the client may contact the corporate office of Mr. PressureWash within 7 days after the job has been performed. Mr. PressureWash shall arrange a return visit at no cost to the client to correct any mistakes, Appendix A Recommended Pressure Washing Specifications Pressure Wash Site: City of Kent-Lake Meridian Park Picnic Shelter Roof(PreVailing Wage) Location: 14800 SE 272nd St, Kent,WA 98032 Client Name: Justin Oliver Client Phone: 2M.883.1658 Second Contact Name: Second Contact Phone: Client Fax: Client E-mail: Joliver@kentwa.gov Client Address(if different from Pressure Wash Site): TBD, Kent,WA 98032 Project Type: Areas to be Pressure Washed Square Footage: Number of Buildings: Number of Units: Number of Parking Stalls: Number of Car Ports: Number of Stairways: Number of Stories: Number of Breezeways: Is Siding Pressure Washed?: No Type of Siding: Are Walkways Pressure Washed? No Walkway Square Footage: Amount of Gum Currently Present: Notes: Are Roofs Pressure Washed?: No Type of Roof: Notes: PICNIC SHELTER ROOF&RINSE GROUND 5550 UNDERNEATH to be pressure washed: ENVIRONMENTAL FEE to be pressure washed: 1 Notes: Water Supply Water used for pressure washing shall be supplied by: Type of water Mr Pressure Wash needs to use?: Hydrant Permit Required?: Water Detergent Mr. PressureWash will supply and use the following washing detergent: Water Disposal Mr. PressureWash will: Type of Drain on Premise: Equipment Rental Lift rental required?: Scaffolding required?: Harness required?: Time Frame Mr. PressureWash shall be granted access for pressure TBD washing on: Special Instructions Instructions: MPW WILL WASH PICNIC SHELTER ROOF AND CLEANUP AROUND AFTER WASH. MPW WILL NEED TO KNOW LOCATION OF WATER SOURCE PRIOR TO WASH. Additional Notes: Apt. Bldg: Comm.Bldg: Parking Bldg: Hydrant Permit Required?: Client Name: Justin Oliver Cost Breakdown Areas to Be Pressure Washed Cost Miscellaneous PICNIC SHELTER ROOF&RINSE GROUND UNDERNEATH $1,665.00 ENVIRONMENTAL FEE $83,25 Total Miscellaneous $1,748,25 Subtotal: $1,748,25 Tax: $167.83 Tax is calculated at 10.1%, however, if you are in a service area that is at a different tax rate,we will make the adjustments upon invoicing said work, Total Quote: $1,916.08 This quote is effective till December 31,2018. Please fax the last page with your signature to (206)260-0101 by December 31, 2018. Any questions should be directed to Mayumi Muller at 2062505528. The undersigned agrees to the terms of this agreement on behalf of his/her organization or business.. In the event of Client's default, Client agrees to reimburse MTW for all damages suffered, including but not limited to incidental, consequential, and other damages, and reasonable attorney fees and court costs. H. Disclaimer 1. Due to the porous nature of concrete some stains such as rust,deep oil stains, some coffee stains,gum shawdows, some efflorescence may not come off, If customer is concerned with one specific stain please specify before signing proposal and we may be able to use special products or procedures to remove. WINDOWS Our cleaning process does not include professional window washing. We will rinse all windows, but they may need to be professionally cleaned after pressure washing work is completed. 2. Client acknowledges that if the project has been scheduled and confirmed by all parties and Mr.Pressure Wash, Inc show's up and is not allowed to wash because client is unprepared for any reason a$250 reschedule fee will be accessed to the client. This proposal accepted by: This proposal submitted by:: Justin Oliver, Operations Date Mayumi Muller, VP Business Development City of Kent-Lake Meridian Park Picnic Shelter Roof Mr. Pressure Wash (PreVailing Wage) Equipment Needed Safety Harness and Lanyard Paper Work Sandwich Board Gallery Sitemap Image Lake Meridian Pressure Washing Scope 2018 Lake Meridian Park 14800 SE 272nd St. Kent, WA 98042 Clean and wash the roofing of the picnic shelter according to contractor's proposal that was received on April 10`h, 2018. Work to be completed within the circled area of the map. Exact specifications to be confirmed by City of Kent project manager on site with contractor. i+ I Z I G e„1 r r r Y P 1 I�6 v y Department of Labor and Industries a Prevathn Wa e(360)902-5335 STATEMENT OF INTENT T( PAY PREVAILING WAGE • This form must be typed or printed m ink. Public Works Contrin • Ul in nIY blsRpca or the fur HI be rat rned Cur g.nrreetion Paee Ingtcuc'hong) $40.00 Filing Fee Require • Please allow a minimum of 10 working days for processing. • Once approved,your term will be posted online at Intent ID # (Assigned by L&I) It —LF rtr o'zwd, vJ l' W ✓^° dF'�S,Asp kanrw Gam an itnfurrneuhu rA.amd�4 tncr XuY'orma¢iau _. . Your Company Name e Conlacr Rai— You,Mr.T uck Wash,Inc ribs Mr. Pressure Wash Your Address ------- Agency 8040 Avondale Rd. NE entcity stare 7ipi4gencRedmond'. W A 98052 th Avenue South — .MR Conlreoloi Regis[ation NunvlSer Your 96Number entA enc Concoct Name .m. p MRTRUTW'888NA y state >Yi 602.796.310 Kent WA r 032 149.Yurn lr04,0 al Insurance Acoount Number Awarding g y hone Number' "- 149.904.00 - — 25'�.856,5122 Your liinnil Address re .....--- _. .._ .�. ...... _..„ (required u noti6ce[lon oCappwval) Your Phone Number County Where WCk Will Ba I°enfornnte city WI'oefe Work Witl Ra Performed BILLING�4RPRES SUREWASH.NET 253 852 4608,EX I' King .Kent _ Ip1 AddiHtttal DetaRa Gpntrncr netalts :..: a gf Expected Job start Date(mm/dd/yyyv) --.�,... Bid Due Date(Pdme G7ontrnt2mv°a) Award Dale(Prime Cmtractor'e} 1A RSite A�ttdress/Directions 'I'elnl looil0r Amount of]ggr Contract(including sales tax)or indicate time and materials,ifappiicable. � ❑ T&M KVeatherkufl.an ar Ene EDYtlent ioelx Lksts this ptuftzo utilize Fvnencan Recovery and Rasnwcsmaant Ac[(ARRA)funds2 Yes Nn u+s D this project utilize any wtaChanvndun or energy a£fiuetnty upgrade Cunds ® '(AdtRA or athmrwise)7 ❑Yes ElNo ¢r1au+'fa`antryttnWa pa ...,n tntarnuuom ,mac iG'a,At"ttdMt f16aawnvludurdw Prime Contractors Company Name Frimt Comractor's Intent Number Hiring Conhactor s Company Name prime Contaulor's Registration Number pride Conractor's UBI Number ""- t ltdnng G)rnpnny'a Cortlactor Registretion Num lr ber friutg Commemrs UBl TSrmrw in a meutinfnrumtian Do yen intend to use ANYsubconuactors' El Yes ®No W iit employees perform work on this project? ®Yes El No WAI.ALL work be subcontracted? El Yes ®No Do you intend to use apprentice employees? ❑Yes ❑Na Number of Owner/Operators who own at least 30%of the company who will perform work on this pmfecC ❑None(0) ❑One(p) 0 Two(2) ❑Three(3) Cratlsdhwndes/6nenpatpgnx-(Do rro[list apprentices, They are 1ys6Lw7 on the Affldavd of Wages Paid Rate of Hourly only)ffam employee works in more than one trade,ensure that all hours worked in each fade are reported Number of Rate of Hourly y aP Usual(`Fringe") br Pow. ,FtrndiRalianal Ci:t#ks(frada°xFtpicupalinnsplca4t usegdtlatuluanA�.�. Workers ... Pay Ucneflta. LABORERS NOZZL,E�M.A.N 47.44 5i ttnlur6 Hi ei, Ivheaby Cenlfp that I have read purl ninultr.turd the lf,menooa to complde Ibis Pain qnd that the'infamaitem,i;ntdudvs an m are coreet and dou all t Public Weak;Pin om wlRl be hid no less ttmn the Prevai & y ldmnda, waCRCrx A employ un Ihity, .�... .__!. Iisy aeRat xar eleiltnnurwkY OY the lnehmonal y.Inns+XCinitof plea Umupruntnto'Laber and hn9ucimts Print Name:1J Wilson Pwlnl Title:Office Mahn. cr _..giunntura: In „_ Date: f5' A n'rvei lrypwrcwt"gha'Danartmen¢o#0.almnr mnd hrdueletew,fnv9ustrtaC$�ptggYcimi— NuTiGH„ If the prime sanlrgpl'Ix xipiasr n(nearn mmnillinp dollars(.a LaBO.Vnn.Vn} Rt.W'J9.¢4,J7h regn{ras you is compltlY the EtlB 2tl¢5(RCW 39.V4.Jt0)Addendum and anech It la quur AmdexiY a(Wvgar o!PataF rrpgp roar wurh ua he project concludes. q'his le aaWy^a aatce.The'f:HB 280a Addendum is pot mbmitted wish this Intent.E M'02V-QrV Smtemam of Inleal to Pay Fut'rular,Wait"01.2011 5/15/2018 aboutblank State of Washington Department of Labor & Industries Prevailing Wage Section - Telephone 360-902.5335 P01 Box 44540, Olympia, WA 98504-4540 Washington State Prevailing Wage The PREVAJUNG 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: 5/1 51201 8 ounty Trade V�age Holida Overtime Note ,Co iassifa�c ti � y King Uh—u ors Air, Gas Or Electric Vibrating $46.57 7A Screed I King Laborers Airtrac Drill Operator $48.02 7A 31 King Laborers Ballast Regular Machine $46.57 ZA 31 King _abartLs Batch Weighman $39.48 jg3-1 King -ram Brick Pavers $46.57 jA 11 King Lbo Brush Cutter $46.57 7A 2-1 King Lgborers Brush Hog Feeder $46.57 7A 31 King 411orers Burner $46.57 jA 11 King 14tgt= Caisson Worker $48.02 jA � King La orers Carpenter Tender $46.57 7A King LA. For s Caulker King Laborers $47.57 7 31 Cement Dumper-paving $47 44 King j,d glA Cement Finisher Tender $46.57 jg 3-1 King L4Wrers Change House Or Dry Shack $46.57 7A King Laborers 31 Chipping Gun (under30 Lbs.) $46.57 7g i1 King L orers Chipping Gun(30 Lbs. And Over) $47.44 A 11 King Laborers Choker Setter $46.57 7A � King 4&bo=rs Chuck Tender $46.57 7A King dabgrer_s, Clary Power Spreader Kin $47.44 7A g l- borers Clean-up Laborer $46.57 7A 31 Kin 1 g rer Concrete Dumper/chute Operator $47,g4 Iq 31 King Labnr�rs Concrete Form Stripper $46.57 7A King Laborers Concrete Placement Crew $47.44 ZA 31 3-1 Kingb fed, Concrete Saw Operator/core Driller $47.44 ]9 31 King Laborers Crusher Feeder $39.48 7A 3-1 King LaLffers Curing Laborer $46.57 ZA 31 King LA 0_rers Demolition: Wrecking Et Moving $46.57 7 (incl. Charred Material) g 31 King Labnrtrts. Ditch Digger $46.57 7A I King l:.'or,rS Diver aboutblank $48.02 ZA 21 114 5/15/2019 aboutblank King Labor, ers Drill Operator $47.44 7A 31 (hydraulic,diamond) King Lahorers Dry Stack Walls $46.57 A 31 King Lgboorfn Dump Person $46.57 L 31 King LabQr r Epoxy Technician $46.57 A 31 King LaLolrmu Erosion Control Worker $46.57 A 3 King l.abarerss Faller a Bucker Chain Saw $47.44 7A 3-1 King L&L(ers. Fine Graders $46,57 A 31 King Laborers Firewatch $39.48 A 31 King Laborers Form Setter $46.57 A 31 King L ar s Gabian Basket Builders $46.57 A 31 King Laborers General Laborer $46.57 A 31 King ¢ ro er5 Grade Checker Et Transit Person $48.02 7A 31 King LiLo er5, Grinders $46.57 A 31 King Lab nets Grout Machine Tender $46.57 A 31 King aborers Groutmen (pressure)including Post $47.44 7A 3! Tension Beams King ors Guardrail Erector $46,57 A I King Laborers Hazardous Waste Worker (level A) $48.02 7A 31 King Idt rers Hazardous Waste Worker (level B) $47,44 7A I King Laborer Hazardous Waste Worker (level C) $46.57 A 31 King Laborers High Scaler $48.02 A 31 King LA borers Jackhammer $47.44 7A 31 King tzalQ= Laserbeam Operator $47.44 7A 31 King Laborer Maintenance Person $46.57 A 31 King Laborers Manhole Builder-mudman $47.44 A 31 King LL.bareres Material Yard Person $46.57 A 31 King LAI0er� Motorman-dinky Locomotive $47.44 A 31 King Laborers NOzzieman(concrete Pump, $47.44 A 31 Green Cutter When Using, Combination Of High Pressure Air Ft Water On Concrete a Rock, Sandblast, Gunite, Shatcrete, Water Bla King Laborers Pavement Breaker $47.44 7A 11 King or r Pilot Car $39.48 7A 31 King borers Pipe Layer Lead $48.02 A 31 King L.aboorers Pipe Layer/tailor $47.44 A X King Laborers Pipe Pot Tender $47.44 A 31 King porters Pipe Reliner $47.44 7A 3-1 King LA119rers Pipe Wrapper $47.44 A 31 King LALQrens Pot Tender $46.57 A 31 King 1.dl;l Qr r Powderman $48.02 A 1 King Wmarfn Powderman's Helper $46.57 A 31 King Laborenr Power Jacks $47,44 A 31 King labored, Railroad Spike Puller - Power $47.44 7A 31 King o!p_rs Raker - Asphalt $48.02 A 1 King _.8hni�rs Re-timberman $48.02 A 31 about:blank 214 EXHIBIT R 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 LiLgbil.ity 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 Lia ilit 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. 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. A4C a CERTIFICATE OF LIABILITY INSURANCE °ATE'MM`°°""""' 0 4/2612 01 8 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTANAME. Weston Sprigg Belltown Insurance Group, Inc PHONE (888)443 7744 FAX pg!L NP,(K1y, (Md,Nel (206}443-8335 2133 3rd Ave#106 E-MAIL Weston t bl ADDRESS gsealtle.Com INSURER(S)AFFORDING COVERAGE NAIC9 Seattle WA 98121 INSURER A: KINSALE INSURANCE COMPANY 38920 INSURED INSURERS: LNW OHIO SECURITY INSURANCE CO 24082 Mr Truck Wash, Inc.dba Mr Pressure Wash INSURER INDEMNITY INS CO OF NORTH AMER t 43575 VID#754073 INSURER D 8040 Avondale Way NE INSURER E Redmond WA 98052 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. NOTWTHSTANDING 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, L. EXCLUSIONS AND CONDITIONS OF SUCH POLICIES LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS INSR' AUUCSUaR. "'... .... POLICY EFr POLICY EXR LTR TYPE OF INSURANCE INRD mn POLICY NUMBER X (MMIDDfIYVYI IMMIOD/VYVYI LIMITS —_.- .._.......... __.....___..:�...:n...:.:. ....__ COMMERCIAL GENERAL L LIABILITY EACH OCCURRENCE f $ 1,000,000 :. CLAIMS-MADE X OCCUR DAMIA8E To RENTED s 100,000 PREMISES(E e���Rerce) ,. . X Pollution Liability MILD EXP Airy L.per:pnl ! $ A _ Y 0100045850-0 12/22/2017 12/22/2018 PERSONAL a ADV INJURY S 1,000,000 GEN L AGGREGATE LIMIT APPLIES PER GENERAL AGGREGATE $ 2,000,000 PRO POLICY X_ C OC PRODUCTS GOMPIGP AGO I $ 2,000,000 OTHER $ AUTOMOBILE LIABILITY f9sacI Y1791Nt;Lf,.... $ 1 000,000 yLa acc,aon,l ANY AUTO I '', BODILY INJURY IPer pereen) $,... .,.... ALL OWNED 'V SCHEDULED I -.. , _... . ....,. B AUTOS IN AUTOS Y BAS57724152 02/01/2018 02/01/2019 BODILY INJURY(Peracadentl $ -1 NON-OVyNED I ruaeD AUTos X AUTOS Pd1Dr'EFi1Y fkAMP.G'0." $ ... I {Ptrr axgl;gl, UMBRELLA LIAR OCCUR EACH OCCURRENCE $ 1,000,000 C 'X Excess LIAR aAIMs MADE'., Y N10996892001 12I22J2017 12/22/2018 AGGneGA rE _ S X=R J DED ETENrIaN$ 10000 f j $ I WORKERS COMPENSATION PER 19 AND EMPLPROP YERS'LIABILITY SYATD E O ER AND MPLO YIN t IErORIPARTNER/EXECUTIVE f E L EACH ACCIDENT $ 1 000,000 A OFFICERIMEMBER EXCLUDED' I NIA 0100045850-0(STCP GAP) 12122/2017 12/22/2018' - (Mandatory In NED l E L DISEASE EA EMPLOYEE' s 1,006.000 yes descres f as escr Di under --- - ON OF oPERATIDNs below �� j : E L DISEASE-POLICY LIMIT . $ 1,000,000 i i DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES(ACORD 101,Addltienal Hari Schedule,may be attached it more apace Is required) Certificate Holder,City of Kent, is named 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 City of Kent ACCORDANCE WITH THE POLICY PROVISIONS, 220 Fourth Avenue South AUTHORIZED REPRESENTATIVE Kent, WA 98032 8tJU1yX. g (? cbdDw,._.> ©1988-2014 ACORD CORPORATION.All rights reserved. ACORD 25(2014/01) The ACORD name and logo are registered marks of ACORD THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - COMPLETED OPERATIONS Attached 8To 1dForme .�, -.. Effective ..d .......�.....m,. ng Part of Policy C Effective Dote of Endorsement Named Insured !III. 12/22/2017 12 01AM at the Named Insured Mr Truck Wash Inc ...__ m a Declarations Additional Premium _A ...... wYtl WVW address shown on t R This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE .... _....___.... .. ..... Name of Additional Insured Person(s)or Organization(s) Location and Description of Completed Operations Blanket, as required by written contract. EXCLUDES ALL NEW RESIDENTIAL CONSTRUCTION City of Kent "Your work"does not Include "new residential 220 Fourth Avenue South construction",which means any building or Kent, WA 98032 structure not previously occupied, and designed or intended for occupancy in whole or in part as a residence by any person or persons. "New residential construction" does not include apartments or apartment buildings or assisted living facilities. --------- ...........�. ......� .._ - --..._ - - --_....... _ ...... ....�---... ........_ Information required to complete this Schedule, if not shown above, will beshown 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' or "property damage" caused, in whole or in part, by "your work' at the location desig- nated and described in the schedule of this endorse- ment performed for that additional insured and in- cluded in the "products-completed operations hazard". ALL OTHER TERMS AND CONDITIONS OF THE POLICY REMAIN UNCHANGED. CG 20 37 07 04 © ISO Properties, Inc., 2004 Page 1 of 1 ----------- -------------------------------- ----- RCW 14 al sales BUSINESS LICENSE Fedusetax must be and use tax must 6e coded LICENSE MUST BE PAID ANNUALLY BY No. 1715 for all qualified • JANUARY 1st TO AVOID PENALTY sales within the city of Issuance of License Rocs Nor Imply Licensee's Kent, w, o,o. Compliance with State and Local Laws THIS LICENSE MUST BE POSTED IN A CONSPICUOUS 01 PLACE. NOT TRANSFERABLE OR ASSIGNABLE NAME AND ADDRESS OF BUSINESS BLC-2090I 14 MR TRUCK WASH INC MAYOR 325 RAILROAD AVE S The City of Kent KENT, WA 98032 Tax Registration Endorsement n,„ua'ruAVE so KGYI;W YSHiNGI'ON PHOP