Loading...
HomeMy WebLinkAboutPK18-340 - Original - Skycorp Ltd. - Ransom Property Demolition - 08/23/2018 VENT tecords Management Document 1 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: Skycorp Ltd Vendor Number (]DE): Contract Number (City Clerk): !� 3Y Category: Contract-Agreement Sub-Category (if applicable) Choose an item. Project Name: Ransom Property Demolition Contract Execution Date: 7/23/2018 Termination Date: 9/30/18 Contract Manager: Lynn Osborn/BH Department: Parks Contract Amount: $21,890.00 Approval Authority: ❑ Director ® Mayor ❑ City Council Other Details: Demolition of house & foundation on recently Durchased Ransom ..... .. .............,__ ------ ._ property at 10040 SE 267`h Street (Upper Mill Creek); parcel 292205-9211 Division Contract: #PPD18-10 �NT PUBLIC WORKS AGREEMENT between City of Kent and Skycorp Ltd. THIS AGREEMENT is made by and between the City of Kent, a Washington municipal corporation (hereinafter the "City"), and Skycorp Ltd. organized under the laws of the State of Washington, located and doing business at 526 Northwest Avenue, Ste 11, Arlington, WA 98223; Skylar Waldal; 360-926-8989 (hereinafter the "Contractor"). AGREEMENT The parties agree as follows: I. DESCRIPTION OF WORK. Contractor shall perform the following services for the City in accordance with the following described plans and/or specifications: As described in attached Exhibit A, herein incorporated, contractor shall demolish the home on the recently purchased Ransom property, parcel 292205-9211, at 10040 SE 267th Street. Work includes asbestos abatement and concrete foundation removal. Contractor further represents that the services furnished under this Agreement will be performed in accordance with generally accepted professional practices within the Puget Sound region in effect at the time such services are performed. II. TIME OF COMPLETION. The parties agree that work will begin on the tasks described in Section I above immediately upon execution of this Agreement. Upon the effective date of this Agreement, the Contractor shall complete the work described in Section I by 9/30/2018. III. COMPENSATION. The City shall pay the Contractor a total amount not to exceed $21,890.00, including any applicable Washington State Sales Tax, for the work and services contemplated in this Agreement. The City shall pay the Contractor eighty-five percent (85%) of the Contract amount upon completion and acceptance of the work by the City, or at such earlier time as the City may determine is appropriate. The City will pay the remaining Contract amount upon fulfillment of the conditions listed below and throughout this Agreement. A. No Payment: and Performance Bond. Because this contract, including applicable sales tax, is less than $150,000, and pursuant to Chapter 39.08 RCW, the Contractor, in lieu of providing the City a payment and performance bond, has elected to have the City retain the final ten percent (10%) of the Contract amount for a period of thirty (30) days after the date of final acceptance, or until receipt of all necessary releases from the State Department of Revenue, the State Department of Labor & Industries, and the State Employment Security Department, and until settlement of any liens filed under Chapter 60.28 RCW, whichever is later. PUBLIC WORKS AGREEMENT - 1 (Over$20K, under$65K, and No Performance Bond) B. Retainaoe. The City shall also hold back a retainage in the amount of five percent (5%) of any and all payments made to contractor for a period of sixty (60) days after the date of final acceptance, or until receipt of all necessary releases from the State Department of Revenue, the State Department of Labor & Industries, and the State Employment Security Department, and until settlement of any liens filed under Chapter 60.28 RCW, whichever is later. The amount retained shall be placed in a fund by the City pursuant to RCW 60.28.011(4)(a), unless otherwise instructed by the Contractor within fourteen (14) calendar days of Contractor's signature on the Agreement. C. Defective or Unauthorized Work. The City reserves its right to withhold payment from Contractor for any defective or unauthorized work. Defective or unauthorized work includes, without limitation: work and materials that do not conform to the requirements of this Agreement; and extra work and materials furnished without the City's written approval. If Contractor is unable, for any reason, to satisfactorily complete any portion of the work, the City may complete the work by contract or otherwise, and Contractor shall be liable to the City for any additional costs incurred by the City. "Additional costs" shall mean all reasonable costs, including legal costs and attorney fees, incurred by the City beyond the maximum Contract price specified above. The City further reserves its right to deduct the cost to complete the Contract work, including any Additional Costs, from any and all amounts due or to become due the Contractor. D. Final Payment_..__Waiver of Claims. THE CONTRACTOR'S ACCEPTANCE OF FINAL PAYMENT (EXCLUDING WITHHELD RETAINAGE) SHALL CONSTITUTE A WAIVER OF CONTRACTOR'S CLAIMS, EXCEPT THOSE PREVIOUSLY AND PROPERLY MADE AND IDENTIFIED BY CONTRACTOR AS UNSETTLED AT THE TIME FINAL PAYMENT IS MADE AND ACCEPTED. IV. INDEPENDENT CONTRACTOR. The parties intend that an Independent Contractor- Employer Relationship will be created by this Agreement. By their execution of this Agreement, and in accordance with Ch. 51.08 RCW, the parties make the following representations: A. The Contractor has the ability to control and direct the performance and details of its work, the City being interested only in the results obtained under this Agreement. B, The Contractor maintains and pays for its own place of business from which Contractor's services under this Agreement will be performed. C. The Contractor has an established and independent business that is eligible for a business deduction for federal income tax purposes that existed before the City retained Contractor's services and is a service other than that furnished by the City, or the Contractor is engaged in an independently established trade, occupation, profession, or business of the same nature as that involved under this Agreement. D. The Contractor is responsible for filing as they become due all necessary tax documents with appropriate federal and state agencies, including the Internal Revenue Service and the state Department of Revenue. E. The Contractor has registered its business and established an account with the state Department of Revenue and other state agencies as may be required by Contractor's business, and has obtained a Unified Business Identifier (UBI) number from the State of Washington. F. The Contractor has a valid contractor registration pursuant to Ch. 18.27 RCW or an electrical contractor license pursuant to Ch. 19.28 RCW. PUBLIC WORKS AGREEMENT - 2 (Over$20K, under$65K, and No Performance Bond) G. The Contractor maintains a set of books dedicated to the expenses and earnings of its business. V. TERMINATION. The City may terminate this Agreement for good cause. "Good cause" shall include, without limitation, any one or more of the following events: A. The Contractor's refusal or failure to supply a sufficient number of properly skilled workers or proper materials for completion of the Contract work. B. The Contractor's failure to complete the work within the time specified in this Agreement. C. The Contractor's failure to make full and prompt payment to subcontractors or for material or labor. D The Contractor's persistent disregard of federal, state or local laws, rules or regulations. E The Contractor's filing for bankruptcy or becoming adjudged bankrupt. F. The Contractor's breach of any portion of this Agreement. If the City terminates this Agreement for good cause, the Contractor shall not receive any further money due under this Agreement until the Contract work is completed. After termination, the City may Lake possession of all records and data within the Contractor's possession pertaining to this project which may be used by the City without restriction. VI. PREVAILING WAGES. Contractor shall file a "Statement of Intent to Pay Prevailing Wages," with the State of Washington Department of Labor & Industries prior to commencing the Contract work. Contractor shall pay prevailing wages in effect on the date the bid is accepted or executed by Contractor, and comply with Chapter 39.12 of the Revised Code of Washington, as well as any other applicable prevailing wage rate provisions. The latest prevailing wage rate revision issued by the Department of Labor and Industries is attached. VII. CHANGES. The City may issue a written change order for any change in the Contract work during the performance of this Agreement. If the Contractor determines, for any reason, that a change order is necessary, Contractor must submit a written change order request to the person listed in the notice provision section of this Agreement, section XV(D), within fourteen (14) calendar days of the date Contractor knew or should have known of the facts and events giving rise to the requested change. If the City determines that the change increases or decreases the Contractor's costs or time for performance, the City will make an equitable adjustment. The City will attempt, in good faith, to reach agreement with the Contractor on all equitable adjustments. However, if the parties are unable to agree, the City will determine the equitable adjustment as it deems appropriate. The Contractor shall proceed with the change order work upon receiving either a written change order from the City or an oral order from the City before actually receiving the written change order. If the Contractor fails to require a change order within the time specified in this paragraph, the Contractor waives its right to make any claim or submit subsequent change order requests for that portion of the contract work. If the Contractor disagrees with the equitable adjustment, the Contractor must complete the change order work; however, the Contractor may elect to protest the adjustment as provided in subsections A through E of Section VIII, Claims, below. The Contractor accepts all requirements of a change order by: (1) endorsing it, (2) writing a separate acceptance, or (3) not protesting in the way this section provides. A change order that is accepted by Contractor as provided in this section shall constitute full payment and final settlement of all claims for contract time and for direct, indirect and consequential costs, including costs of delays related to any work, either covered or affected by the change. PUBLIC WORKS AGREEMENT - 3 (Over$20K, under$65K, and No Performance Bond) VIII. CLAIMS. If the Contractor disagrees with anything required by a change order, another written order, or an oral order from the City, including any direction, instruction, interpretation, or determination by the City, the Contractor may file a claim as provided in this section. The Contractor shall give written notice to the City of all claims within fourteen (14) calendar days of the occurrence of the events giving rise to the claims, or within fourteen (14) calendar days of the date the Contractor knew or should have known of the facts or events giving rise to the claim, whichever occurs first . Any claim for damages, additional payment for any reason, or extension of time, whether under this Agreement or otherwise, shall be conclusively deemed to have been waived by the Contractor unless a timely written claim is made in strict accordance with the applicable provisions of this Agreement. At a minimum, a Contractor's written claim shall include the information set forth in subsections A, items I 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 Clami_m. Provide a signed written notice of claim that provides the following Information: 1. The date of the Contractor's claim; 2. The nature and circumstances that caused the claim; 3, The provisions in this Agreement that support the claim; 4. The estimated dollar cost, if any, of the claimed work and how that estimate was determined; and 5. An analysis of the progress schedule showing the schedule change or disruption if the Contractor is asserting a schedule change or disruption. B, Records. The Contractor shall keep complete records of extra costs and time incurred as a result of the asserted events giving rise to the claim. The City shall have access to any of the Contractor's records needed for evaluating the protest. The City will evaluate all claims, provided the procedures in this section are followed. If the City determines that a claim is valid, the City will adjust payment for work or time by an equitable adjustment. No adjustment will be made for an invalid protest. C. Conid-actor's_D,pty, to Complete-Protested Work, In spite of any claim, the Contractor shall proceed promptly to provide the goods, materials and services required by the City under this Agreement. D, Failure _tomm Protest Constitutes mWaiver. By not protesting as this section provides, the Contractor also waives any additional entitlement and accepts from the City any written or oral order (including directions, instructions, interpretations, and determination). E. Failure to Follow Procedures Constitutes Waiver. By failing to follow the procedures of this section, the Contractor completely waives any claims for protested work and accepts from the City any written or oral order (including directions, instructions, interpretations, and determination). IX. LIMITATION OF ACTIONS. CONTRACTOR MUST, IN ANY EVENT, FILE ANY LAWSUIT ARISING FROM OR CONNECTED WITH THIS AGREEMENT WITHIN 120 CALENDAR DAYS FROM THE DATE THE CONTRACT WORK IS COMPLETE OR CONTRACTOR'S ABILITY TO FILE THAT CLAIM OR SUIT SHALL BE FOREVER BARRED, THIS SECTION FURTHER LIMITS ANY APPLICABLE STATUTORY LIMITATIONS PERIOD. X. WARRANTY. Contractor warrants that it will faithfully and satisfactorily perform all work provided under this Agreement in accordance with the provisions of this Agreement. The Contractor shall PUBLIC WORKS AGREEMENT - 4 (Over$20K, under$65K, and No Performance Band) promptly correct all defects in workmanship and materials: (1) when Contractor knows or should have known of the defect, or (2) upon Contractor's receipt of notification from the City of the existence or discovery of the defect. In the event any parts are repaired or replaced, only original replacement parts shall be used—rebuilt or used parts will not be acceptable. When defects are corrected, the warranty for that portion of the work shall extend for an additional year beyond the original warranty period applicable to the overall work. The Contractor shall begin to correct any defects within seven (7) calendar days of its receipt of notice from the City of the defect. If the Contractor does not accomplish the corrections within a reasonable time as determined by the City, the City may complete the corrections and the Contractor shall pay all costs incurred by the City in order to accomplish the correction. XI. DISCRIMINATION. In the hiring of employees for the performance of work under this Agreement or any sub-contract, the Contractor, its sub-contractors, or any person acting on behalf of the Contractor or sub-contractor shall not, by reason of race, religion, color, sex, age, sexual orientation, national origin, or the presence of any sensory, mental, or physical disability, discriminate against any person who is qualified and available to perform the work to which the employment relates. Contractor shall execute the attached City of Kent Equal Employment Opportunity Policy Declaration, Comply with City Administrative Policy 1,2, and upon completion of the contract work, file the attached Compliance Statement. XII. INDEMNIFICATION, Contractor shall defend, indemnify and hold the City, its officers, officials, employees, agents and volunteers harmless from any and all claims, injuries, damages, losses or suits, including all legal costs and attorney fees, arising out of or in connection with the Contractor's performance of this Agreement, except for that portion of the injuries and damages caused by the City's negligence. The City's inspection or acceptance of any of Contractor's work when completed shall not be grounds to avoid any of these covenants of indemnification. Should a court of competent jurisdiction determine that this Agreement is subject to RCW 4.24.115, then, in the event of liability for damages arising out of bodily injury to persons or damages to property caused by or resulting from the concurrent negligence of the Contractor and the City, its officers, officials, employees, agents and volunteers, the Contractor's duty to defend, indemnify, and hold the City harmless, and Contractor's liability accruing from that obligation shall be only to the extent of the Contractor's negligence. IT IS FURTHER SPECIFICALLY AND EXPRESSLY UNDERSTOOD THAT THE INDEMNIFICATION PROVIDED HEREIN CONSTITUTES THE CONTRACTOR'S WAIVER OF IMMUNITY UNDER INDUSTRIAL INSURANCE, TITLE 51 RCW, SOLELY FOR THE PURPOSES OF THIS INDEMNIFICATION. THE PARTIES FURTHER ACKNOWLEDGE THATTHEY HAVE MUTUALLY NEGOTIATED THIS WAIVER. In the event Contractor refuses tender of defense in any suit or any claim, if that tender was made pursuant to this indemnification clause, and if that refusal is subsequently determined by a court having jurisdiction (or other agreed tribunal) to have been a wrongful refusal on the Contractor's part, then Contractor shall pay all the City's costs for defense, including all reasonable expert witness fees and reasonable attorneys' fees, plus the City's legal costs and fees incurred because there was a wrongful refusal on the Contractor's part. The provisions of this section shall survive the expiration or termination of this Agreement. XIII. INSURANCE. The Contractor shall procure and maintain for the duration of the Agreement, insurance of the types and in the amounts described in Exhibit B attached and Incorporated by this reference. XIV. WORK PERFORMED AT CONTRACTOR'S RISK. Contractor shall take all necessary precautions and shall be responsible for the safety of its employees, agents, and subcontractors in the performance of the contract work and shall utilize all protection necessary for that purpose. All work shall PUBLIC WORKS AGREEMENT - 5 (Over$20K, under$65K, and No Performance Bond) be done at Contractor's own risk, and Contractor shall be responsible for any loss of or damage to materials, tools, or other articles used or held for use in connection with the work. XV. MISCELLANEOUS PROVISIONS. A. &ggyclablg 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. jvon-N�alver ;f-B,rae'.;1 . 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, Ri;aaLWtion ofi QLmu1i,---A;rtLl,,gjgr n"m IjM. 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; hr?Iu d,cW, however, nothing in this paragraph shall be construed to limit the Clty's der S right to indemnification unection XII of this Agreement. D. Written Notice. All communications regarding this Agreement shall be sent to the parties at the addresses listed on the signature page of the Agreement, unless notified to the contrary. Any written notice hereunder shall become effective three (3) business days after the date of mailing by registered or certified mail, and shall be deemed sufficiently given if sent to the addressee at the address stated in this Agreement or such other address as may be hereafter specified in writing. E. Assig r isn!:. Any assignment of this Agreement by either party without the written consent of the non-assigning party shall be void. If the non-assigning party gives its consent to any assignment, the terms of this Agreement shall continue in full force and effect and no further assignment shall be made without additional written consent. F. Modification. No waiver, alteration, or modification of any of the provisions of this Agreement shall be binding unless in writing and signed by a duly authorized representative of the City and Contractor. G. Entire AA[perr iant. 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 farming a part of or altering in any manner this Agreement. All of the above documents are hereby made a part of this Agreement. However, should any language in any of the Exhibits to this Agreement conflict with any language contained in this Agreement, the terms of this Agreement shall prevail. H. Compliance with Laws. The Contractor agrees to comply with all federal, state, and municipal laws, rules, and regulations that are now effective or In the future become applicable to Contractor's business, equipment, and personnel engaged in operations covered by this Agreement or accruing out of the performance of those operations. I, Public Records Act. The Contractor acknowledges that the City is a public agency subject to the Public Records Act codified in Chapter 42.56 of the Revised Code of Washington and documents, notes, emails, and other records prepared or gathered by the Contractor in its performance of this Agreement may be subject to public review and disclosure, even if those records are not produced to or PUBLIC WORKS AGREEMENT - 6 (Over$20K, under$65K, and No Performance Bond) 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: 1 Title: _.� dk Gl . ......... Date: EEO COMPLIANCE DOCUMENTS - 1 BIDDER RESPONSIBILITY CRITERIA Certification of Compliance with Wage Payment Statutes This certification is required by state law (RCW 39.04.350(2)) to be submitted to the City before the contract can be awarded. The bidder hereby certifies that, within the three-year period immediately preceding the bid solicitation date (June 1, 2018), the bidder is not a "willful" violator, as defined in RCW 49.48.082, of any provision of chapters 49.46, 49.48, or 49.52 RCW, as determined by a final and binding citation and notice of assessment issued by the Department of Labor and Industries or through a civil judgment entered by a court of limited or general jurisdiction. I certify under penalty of perjury under the laws of the State of Washington that the foregoing is true and correct. Skycorp, Ltd Y By ._....__— -..... _.._.........._._._.�, Sign r Au prize ficial Printed Name: _ ),61 Iva I c Title; Date: � ' ?. ` ..... .....__.. City and State: 4(J,dj-to,, t,,r �4 *If a corporation, proposal must be executed in the corporate name by the president or vice- president (or any other corporate officer accompanied by evidence of authority to sign). If a co- partnership, proposal must be executed by a partner. EEO COMPLIANCE DOCUMENTS - 4 possessed by the City of Kent. As such, the Contractor agrees to cooperate fully with the City in satisfying the City's duties and obligations under the Public Records Act. 1. CitY_6uslrtess-._LI 1 e Re red. Prior to commencing the tasks described in Section I, Contractor agrees to provide proof of a current city of Kent business license pursuant to Chapter 5.01 of the Kent City Code. K. Counterparts and Signatures by Fax or Email. This Agreement may be executed in any number of counterparts, each of which shall constitute an original, and all of which will together constitute this one Agreement. Further, upon executing this Agreement, either party may deliver the signature page to the other by fax or email and that signature shall have the same force and effect as if the Agreement bearing the original signature was received in person. IN WITNESS, the parties below execute this Agreement, which shall become effective on the last date entered below. 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. ..... __ ........ .. ._ CONTRACTOR:.w�._ .. ...._CITY OF KENT: 0 ' By: By; m Fyr �" a (slgnatureJ Print Nai e:,,..__ cr Print Name: Dana Ralph fts .._._�ntAI aCt/'- f�.w5 Its — Mavar --- (ntle J DATE: t3%l DATE: 41.zallT NOTICES TO BE SENT TO: NOTICES TO BE SENT TO: CONTRACTOR: CITY OF KENT: Skycorp Bryan Higgins Skylar Waldal City of Kent 526 Northwest Avenue, Ste 11 220 Fourth Avenue South Arlington, WA 98223 Kent, WA 98032 425-367-7887 (telephone) (253) 856-5113 (telephone) skycorpltd@yahoo.com (facsimile) (253) bhiggins@kentwa.gov (facsimile) _...............�.�....... ..... . APPRO >D AS TO FORM: Al L� Ken a '"Department ............._..... ---------.. A S : t f Kent It Jerk I V11n1I IbAll W91tlon,\Op,,,NIJI Cm k flan:oin W-1 Gkymry 1011, PUBLIC WORKS AGREEMENT - 7 (Over$20K, under$65K, and No Performance Bond) 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 EXHIBIT A SKYCORPT. Demolition •Environmental.General Contractors PROPOSAL/CONTRACT .1nne 8, 2018 To: City of Kent Bryan Higgins,Parks Capital Project Manager Park Planning and Devl Parks, Recreation&Community Services 220 Fourth Avenue South,Kent, WA 98032 Phone 253-856-5113 bhiggins@kentwa.gov, Re: Following Structures Situated at 10040 SE 267"i Street Kent,WA Tax Parcel#292205-9211 Ransom Property Located @ 10040 SE 267"Street Kent WA SkyCorp, Ltd, proposes to furnish all materials and perform all labor necessary to complete the following: Scope of work: Mobilization, demolition and removal of existing: • Building Demolition Structures,per scope of work dated June 1, 2018 Price: $19,900.00 Sales Tax: $1990.00 Clarifications Total:$21,890.00 1. Proposal is based on one mobilization. 2. Proposal per scope 3. SkyCorp, Ltd.will file Puget Sound Clean Air Permit. 4. Any and all salvage material belongs to SkyCorp,Ltd, 5. Additional work performed per hourly rate sheet 6. City of Kent will file demo permit according to scope of work 7- City of Kent has disconnected all utilities and capped sewer,gas lines etc. Exclusions: EXHIBIT A(Continued) Exclusions: 1. Engineering,soils testing,lay out and surveying 2. Traffic Control 3. No parking signs 4. Sidewalk Closures 5. Street use 6. Compaction test 7. Fencing or security 8. All fees and special inspections,demo permits 9. Private locates,utilities and capped sewer,gas lines etc. 10. Export of contaminated or unsuitable soils or import to replace exported quantity 11. Import or export of any fill material 12. Dewatering 13. Landscaping 14. Hazardous materials 15. All other work not included in this proposal Thank you for considering our proposal. Skylo al a SKYCORP,LTD. 425-367-7887 cell 360-926-8989 office 360.926-8987 fax Accepted this day of 20 Signature Print Name EXHIB11 A(Conlinuad) Parcel Number 292205-9211 Ransom Property 10040 SE 267'h Street Kent WA 98030 Building Demolition Scope of work 1. Schedule a meeting with the project manager prior to starting any demolition work. 2. Install temporary erosion control measures as needed or as required by city inspector to prevent silted runoff from leaving the site. Avoid removing excess organic material from around structure to help filter possible run off. 3. Utilize onsite water for dust control during demolition. Cap water line when complete. 4. Remove all asbestos as identified in the asbestos inspection report provided by Environmental Specialties. Removal shall be performed by a licensed/certified abatement contractor who shall dispose of the material in compliance with all applicable state and federal codes priorto starting demolition. Filing a Puget Sound Clean Air Agency permit is required prior to abetment. 5. Locate and remove the existing septic tank. Provide adequate fill material in place of the tank to make the site safe. Before starting work, ensure that the septic tank is empty. If waste is found in the tank, notify the project manager. 6. According to King County records this home used heating oil at some point in the past. Locate abandoned buried heating oil tank, possibly on west side of the garage. Remove and dispose of in accordance with state law. 7. Haul and dispose of any appliances found inside or outside the structure. lie. Refrigerators, furnaces, dishwashers, hot tubs, ranges,washers, dryers.) 8. Remove and properly dispose of all household goods remaining in home and outbuildings such as cleaning products, paints, pesticides, gasolines and oils. 9. Demolish and remove 1,820 SQ FT house, attached garage, and one outbuilding from backyard of the property. 10. Excavate, haul, and dispose of all concrete and concrete block foundations. Remove any and all concrete and asphalt from the site. Provide saw cut where driveway meets public street. 11. Remove and dispose of all miscellaneous yard debris including wood timbers, trailers, metal, and all outdoor trash found remaining on site. FXHIRIT A(Gonlinued) 12. Remove any landscaping or shrubs as identified by the project manager to facilitate removal of the buildings 13. Once the concrete foundations, buildings, and miscellaneous debris have been removed from the site, grade the soil to create a clean level surface. 14. Grass seed all exposed ground areas disturbed during the removal of the structures, and mulch area with straw. 15. Remove all temporary erosion measures that may have been utilized during the demolition. 16. Contractor responsible for cleaning any dirt tracked onto road during demo. 17. Recycle as much demolition material as possible. 18. Notify the project manager upon completion to schedule a walk thru. 19. Call phone number on permit to schedule final inspection. Notes e Pre bid inspection is recommended. • The city will obtain a demolition permit. o A copy of the asbestos survey will be provided. • Contractor will obtain a Puget Sound Clean Air Agency Permit. • Recycling of wood,wire, concrete, metal, and appliances is strongly recommended. • Contact Project Manager Bryan Higgins at 253 856 5113 for pre-bid access and for additional information. i I i EXHIBIT B INSURANCE REQUIREMENTS FOR CONSTRUCTION PROJECTS 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 or its equivalent, with minimum limits of $3,000,000 per occurrence and in the aggregate for each 1 year policy period. This coverage may be any combination of primary, umbrella or excess liability coverage affording total liability limits of not less than $3,000,000 per occurrence and in the aggregate. Products and Completed Operations coverage shall be provided for a period of 3 years following Substantial Completion of the work. 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 Additional Insured under the Contactor's Commercial General Liability insurance policy with respect to the work performed for the City. All endorsements adding Additional Insureds shall be issued on form CG 20 10 11 85 or a form deemed equivalent, providing the Additional Insureds with all policies and endorsements set forth in this section. 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' Comioensation coverage as required by the Industrial Insurance laws of the State of Washington. 4. Contractor's Polllution Liability insurance covering losses caused by pollution conditions that arise from the operations of the Contractor. B. Minimum Amounts of Insurance Contractor shall maintain the following insurance limits: EXHIBIT B (Continued) 1. Commercial General Liability insurance shall be written with minimum limits of $3,000,000 per occurrence and in the aggregate for each 1 year policy period. This coverage may be any combination of primary, umbrella or excess liability coverage affording total liability limits of not less than $3,000,000 per occurrence and in the aggregate. Products and Completed Operations coverage shall be provided for a period of 3 years following Substantial Completion of the work. 2. Automobile Liability insurance with a minimum combined single it for bodily injury and property damage of $1,000,000 per accident. 3. Contractor's Pollution Liability insurance shall be written in an amount of at least $2,000,000 per loss, with an annual aggregate of at least $2,000,000. Coverage may be written on a claims-made basis. 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: 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. I EXHIBIT B (Continued) i j D. Contractor's Insurance for Other Losses The Contractor shall assume full responsibility for all loss or damage from any cause whatsoever to any tools, Contractor's employee owned tools, machinery, equipment, or motor vehicles owned or rented by the Contractor, or the Contractor's agents, suppliers or contractors as well as to any temporary structures, scaffolding and protective fences. E. Waiver of Subrogation The Contractor and the City waive all rights against each other any of their Subcontractors, Sub-subcontractors, agents and employees, each of the other, for damages caused by fire or other perils to the extend covered by Builders Risk insurance or other property insurance obtained pursuant to the Insurance Requirements Section of this Contract or other property insurance applicable to the work. The policies shall provide such waivers by endorsement or otherwise. F. Acceptability of Insurers Insurance is to be placed with insurers with a current A.M. Best rating of not less than ANII. G. 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 Automobile Liability and Commercial General Liability insurance of the Contractor before commencement of the work. H. 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. a do CERTIFICATE OF b LIABILITY INSURANCE DAT"11 W2D101 8 Y , 17 fr THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS 'ERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND,EXTEND OR ALTER THE.COVERAGE AFFORDED BY THE POLICIES -LOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(9),AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(iesj must have ADDITIONAL INSURED provisions or Tie andorsed- 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(a)- PRDCIUCER GO N MAE, ' nHCL nigedC1Y11nY(( Squad ChoPoc hltim m kgcnry,lnc. aE E Imnft+rvL;A0 1141rcC111<or, py 99 1602 19009 ,rd AFEUue Wnt k 310 A15D ESS 9 INSUR!ER(SI,AFFORDING COVERAGE NAICq L,nmeo ld. 'NA....,_ 93U36 INSURER A. CRUA9 T[iR[Nn CO _134N INSURED ------ INSURERB ZURICH ANIGR INS CO Ifi535 5<YCOLY.LID INSURERCv. 52M1 V1V A,[tiYG I I INSURER D. INSURER E: A I'I[ivyiauv WA 93223 INSURER COVERAGES CERTIFICATE NUMBER: REVIS30N NUMBER: THIS 15 TO CERTIFYTHAT 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. TYPE OF INSURANCE _.... LTR INSD AND POLICYNUMBER �YERP .. -... __..__ " ........."._.._�. fMMIDDITYYYI IMMIDDrrVVY) LIMITS ., X COMMERCIAL GENERAL LIABILITY ,...__....,�_-_ ...._ 00000"' FAGH OCCURRENCE IOOOOUI_I J CLAIMS MADE �OCCUr DARTMT)-TOTxWCETT PVnFMBw11 CEr uxCU,YHu9 $ 56(100 ,,.._ .. _....._ X I Ilkillon FUR REDLXPIAoR p F 10000 h X II)fL,siunal Liao 1' V' L.PKd22U14 04/114/201K 0410411019 PFABDNALa Auv INJURY S 1000000 GEN L ACC'RECAfE LIMIT APPLIES PER GENERAL AGGREGATE !S 2000001) POLICY v-IRO. E _. ... _._ I� IFG➢ ill. PRODUCTS COMPIOPAGG IL 00000U OTHER_ PaIInNLn LIa6 $ 1 )0(000 AUTOMOBILE LIABILITY F',a mcadon9 $ I0a00011 ANY AUTO BODILY INJURY C.,person) ....OWNED SCHEDULED - --- -- ,-._-.......-- lJ AUTOS ONLY X AUTOS Y TKK-907 G1175fi4 0¢/Ud/2UIft UN04/?t11q aoDILV INJURv(Per a„nart) $ ' HIRED NON OWNED -- --- X AUTOS ONLY X AUTOS ONLY P 'TM.TvIXtuC' $ ._. 11'vG i E ilprv�"."_ 8 UMBRELLA LIAB OCCUR LALII OCCURRENCE $ EXCESS LIAB CLAIMS MACE AGGREGATE $ .. .-".._."._ .._, DED ! RETENTION$ B —.., nRNERS COMPENSATION ,,,••,•,• •••••• ._..�-.._.".",_,",".- .. AND EMPLOYERS'LIABILITY YIN _X STATUTE 1NYPROPRIETOWPARTNERIEXECUTIVE E,L EACH ACCIDENT $ 1000U0U A IJFPICERMEMBEREXCLUDED9 NIA UPK-122014(1VA Stop G,tp) lI4/l14/>_Ulft UbUI_U 19 .E ..�. 00 t yF% domy In NH) EL DISEASE EA EMPLOYEE$ I000000 eyes a 5TIONunder DESCRIPTION OF OPERATIONS Dv^low EL DISEASE-POLICYLIMIT $ 000000 DESCRIPTION OF DPERATIONS I LOCATIONS!VEHICLES (ACORO 101,Atldltlowl RemarXa BcM1adula,may be attacM1etl Ir more space Is mgplretl) City of Kent is included as Primary & Non-Contributory Additional Insured. Waiver of Subrogation in their favor including both Ongoing and completed operations applies on a per project basis as required by written contract, per EN0111, EN0320, EN0118, ENO]09 and EN0137 Blanket endorsements attached. Auto Form CA20481013. CERTIFICATE HOLDER CANCELLATION': SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF,NOTICE WILL BE DELIVERED IN City or Kcnt ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE 22U 4th Avnuue Smith 13aT1'Bla.ndr.n IHYg Kent,NSA 9S032 ©1988-2015 ACORD CORPORATION, All Tights reserved. ACORD 25(2016I03) The ACORD name and logo are registered marks of ACORD Skycorp, LTD Policy# EPK-122014 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY, ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - COMPLETED OPERATIONS This endorsement modifies insurance provided under the fallowing; COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name of Additional Person(s) or Location And Description Of Completed Organization(s): Operations Where Required by Written Contract All Locations i .........�_ _........_ . ... .e— nformation re___W__quired to complete this Sc..hedule if not shown above will be shown in the Declarations. A. Section III — Who Is An Insured within the Common Provisions is amended to include as an 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 designated and described in the schedule of this endorsement performed for that additional insured and included in the "products-completed operations hazard". EN0320-0211 Page 1 of 1 Sycorp, LTD Policy#EPK-122014 q�rr roP qir I•AUBIrtiK,jrnn7s THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY, PRIMARY N- I CDT R ADDITIONAL INSURED WITH WAIVER OF SUBROGATION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART CONTRACTORS POLLUTION LIABILITY COVERAGE PART ERRORS AND OMISSIONS LIABILITY COVERAGE PART THIRD PARTY POLLUTION LIABILITY COVERAGE PART SCHEDULE Name of Additional Insured Persons) or Organization(s) Where Required by Written Contract A. SECTION III — WHO IS AN INSURED within the Common Provisions is amended to include as an additional insured the person(s) or organization(s) indicated in the Schedule shown above, but solely with respect to "claims" caused in whole or in part, by "your work" for that person or organization performed by you, or by those acting on your behalf. This insurance shall be primary and non-contributory, but only in the event of a named insured's sole negligence. B. We waive any right of recovery we may have against the person(s) or organization(s) indicated in the Schedule shown above because of payments we make for "damages" arising out of"your work" performed under a designated project or contract with that person(s)or organization(s). C. This Endorsement does not reinstate or increase the Limits of Insurance applicable to any "claim" to which the coverage afforded by this Endorsement applies. ALL OTHER TERMS AND CONDITIONS OF THE POLICY REMAIN UNCHANGED, EN0118.0211 Page 1 of 1 Skycorp, LTD Policy# EPK-122014 Crum : ' 'forster THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. AMENDED D WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART CONTRACTORS POLLUTION LIABILITY COVERAGE PART ERRORS AND OMISSIONS LIABILITY COVERAGE PART THIRD PARTY POLLUTION LIABILITY COVERAGE PART ONSITE CLEANUP COVERAGE PART SCHEDULE Name of Persons} or Organiaation(s) Where Required by Written Contract [Information rerfwred to cam(alete this Schedule if not shown above,will be shown in the Declarations ..............._..... .. .... .. ......_._....., .m.... ....e..______ .,... ... ...-..-I SECTION VI — COMMON CONDITIONS, item 17. Transfer Of Rights of Recovery Against Others To Us within the Common Provisions is amended by the addition of the following: Solely as respects the person(s) or organizations) indicated in the Schedule shown above, we waive any right of recovery we may have against the person(s) or organization(s) indicated in the Schedule shown above because of payments we make for"damages" arising out of your ongoing operations or "your work" performed under a written contract with that person(s) or organization(s) and included in the "products- completed operations hazard". However, this waiver shall not apply to "damages" resulting from the sole negligence of the person(s) or organization(s) indicated in the Schedule shown above. ALL OTHER TERMS AND CONDITIONS OF THE POLICY REMAIN UNCHANGED, EN0109-0211 Page 1 of 1 3 U ST ` 1 FZWAR(0W11NY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. GENERAL CHANGE ENDORSEMENT Policy Change __ Number POLICY NUMBER POLICY CHANGES COMPANY EPK-122014 EFFECTIVE Crum and Forster Specialty Insurance Company 4/4/2018 to 4/4/2019 P Y NAMED INSURED �._. Skycorp, LTD COVERAGE PARTS AFFECTED _ COMMERCIAL GENERAL LIABILITY COVERAGE PART CHANGES AGGREGATE LIMITS OF INSURANCE PER PROJECT It is hereby agreed that, Section IV — LIMITS OF INSURANCE AND DEDUCTIBLE, item 2. is amended by the addition of the following: The General Aggregate Limit applies separately to each of your projects away from premises owned by or rented to you. It is further agreed that the Policy Aggregate Limits of Insurance Per Project has a cap of$5,000,000 ALL OTHER TERMS AND CONDITIONS OF THE POLICY REMAIN UNCHANGED Authorized Representative Signature EN0137-0211 Page 1 of 1 Skycorp, LTD Policy# EPK-122014 Crum :,Forster part o0 Ih,.FrAICIF X:@,V,...up THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART CONTRACTORS POLLUTION LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Persons) or 0rganization(s) Where Required By Written Contract SECTION III — WHO IS AN INSURED within the Common Provisions is amended to include as an additional insured the person(s) or organization(s) indicated in the Schedule shown above, but only with respect to liability caused, in whole or in part, by"your work"for that insured which is performed by you or by those acting on your behalf. ALL OTHER TERMS AND CONDITIONS OF THE POLICY REMAIN UNCHANGED, EN0111.0211 Page 1 of 1 �, ar V DRTE MMIDDnYYY CERTIFICATE OF LIABILITY INSURANCE „-- _ U8I06l2018 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. T —MPORTANT. If the certificate holder Is an ADDITIONAL INSURED,the policy(ies)must have ADDITIONAL INSURED provisions or 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 endorsomentfs). PRODUCER WPh ` Heather Wingert Insurance Agency NAOAE:. 16300 Mill Creek Blvd Ste#122 (Arc NE Eatb 425-385-8930 FAX NAI 425 385 8931 ,..... E�MAUL heather win erta ene com Mill Creek WA 98012 "ooREss� � g 9--- Y _ INSURERS)AFFORDING COVERAGE NAIC0 INSURERA:Rockhill Insurance Company INSURED INSURERe _ Seattle Asbestos Environmental.Corp -- 17523 160th ST SE INSURER c.: Monroe WA 98272 VIANnen11 , I...... _. INSURER E'.. _ __ 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 NOTVVITHSTANDING 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. fNSR -- AhUt .SlNB1L — — POLfCYEFF I F`OUVYEXP LIR TYPE OPIEi5URANCE 1 ROd.ICYNIIMRER !tMMa00rtMYVYL_[MMJODfVYYYI�--- LIMITS COMMERCIAL GENERAL LIABILITY ✓ ✓ err ro cuRRENCE s 1,000,000 A G1 TIM,MADE � 11 CUR ',ENVP010615-03 OW1812016 I06A16l2019 DANAAFIORIbgTTU ..... -dminlsL Iram;gl -HA s 1@0,000_. o-_ .. ... MED L;;v tA,IJ, e,TP,Pp„I 55,000 �I_IraUN u x AUV At4@IDY 11,000,000 rcFrA rl RF,ATE I IMIT _.._.... ✓ APPI-EFLAT I t.<,..E N u r.LiF A rE So 2,000,000 I100 � E1 IOC PROCU Ts uIA AWArc a 2,000,000 IV!r P _ _ AUTOMOBILE LIABILITY 'F5x Ae AM•AUTG Ran11 INdI,'- H[r P><'a<,I (VANfU &IIF[X IJro IIIIOEOMV( AIJTDS 1Sr fl ,r , r,I; U H P,LD NON11'1111 AL;[Crri 1.11 AUTGS ONIv .-(d'+ acNr4mrryq_ UTABRELLALIAB r,),[I , �� + EICIP)C(URR[NCI EXCESSLIAB UAIMCM„DF AGRREGATF - WORKERS COMPENSATION 1 .� DI��I Pd.k Y3111 AND EMPLOYERS`LIABILITY YIN i IL�RIAfUId FR nllY"NOpRlRllflYra{AR rN6HfR%ECUI VE F---I I ." EI EACH ACCIIILNI .". nrelt;'VorylMBh Us,'T""'I'MHp — EI DIyI ASI FP[MIIU`FF 3 Iry I I'YV IPIM1 A Professional iX GPFHA tICWSl by U.G D BARE V"C1LIG,e^L YNB 9 GW% A Contractors Pollution Liability �ENVP010615-02 i)pY1812018 t18rt BI2D19 11 o0a 00031,00o 00a Aggregate Liablity E]jENVP01061502 LABY18/2018 j(ill/18/2010 11,000e0041000000 Aggrcamro DESCRIPTION OF OPERATIONS!LOCATIONS IVEHICLEs IAgOftD IDl,Atltllflanal RemarMa Schetlple,may he aHachotl if more apace le regWretll Asbestos removal contractor CERTIFICATE HOLDER CANCELLATION Skycorp,LTD SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE 526 NW Avenue.Suite 11 THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN Arlington, WA 98223 ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE Heather Shelter ©1968-2015 ACORD CORPORATION. All rights reserved. A CORD 25(2016/03) The ACORD name and logo are registered marks of ACORD Produces usln9 Forms Boas wee sothvere.vmw.Porma Bose com Icl Impressive PHHIIshInO eoo.xoe.ls]] • .m �� ,:� a ,. ��.�. u" g�rli° M i III�m r m :� �������i, VVUVI : Ib IIIIIIII uV IIIIIII IIIIIII VVV OV �IViI" U�U�U6o,UUVm rm Ou IIII IIII ul�l IIIIIII ulVll�ulll�lr III p�illii Jim' n a��ll III .uV imu UUUUUU UUIU W � mull V iii I I IIIII of ul a � o� II "" 11p m II u Eft t VI01101 III VII����� IIII �Ilr III III(IIII I����I mlll A'� r�ppm II����IIII ppp�ppp� I"�"wm .IIII JI�'� ��.. i,p� o��u'' IIIVI' �IV wlliN IIIIIIIIIIIIII IIIIIIIVI������UIII�II��p�I�I�p IIIIm@m�m �mmmmIIm@IIIIII�IIIIII��pp��pp pp ppuu ' mm IIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIII�IIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIII IIIIIIIIIIIIIIII����������pp��p��p�p�� pp IIIIIIIIIIIIIIIIIIIIIIII IIIIIIIIIIIIIIIIIIIIIIII IIIIIIIIIIIIIIII �II�VIIIIIIIIII UUUU� ���II�I�I�III��V�IIIVI��I�I��D�VIVVIVVIVVOIOIIIIIIIIVVVVVVVVVVVVVVVVVV�� �VIIIIIIIIIIIIIIIIIIIIIIIIIII�IIVVVVVVVVVVVVVVVV IIIII IIIIIII � .�m � al I � mu IIII IIII IIII �ilul� III IIIVI � Illm I � ou '� I� ��I�� ��Iilllll Illill�lllllllllllll�lllll Ilm,, Iw Ill�m �I�rrl� rrrrual u I !. � Il mlllll III lol I IIIII IIIII Illl�lllllljllllllllllllllllllllllll IIIIIII IIIII m � 1� m NN L,I.ail u�,.tip ur. lu,v i I u V�,�III �.� I I Illlllllllluuuuullllllm�m � �� up°I I IIIIIIIIIIII uIIPq���' l A�„��I�J,�A�u uu luau uuuuul� I p YYI�IYYYYYYYYYYYYYI vvv"v'"',,;, IIIIImiuuVVVVVVVIIIII Rolcik-Wilcox, Cheryl From: Higgins, Bryan Sent: Thursday, August 23, 2018 2:47 PM To: Rolcik-Wilcox, Cheryl Subject: FW: Skycorp Contract Importance: High Cheryl, Lynn is out this week but our contractor sent back the message below, so can you please send the contract for signature, Thank you! Bryan Higgins, Parks Capita!Project Manager Park Planning and Development I Parks, Recreation & Community Services 220 Fourth Avenue South, Kent, WA 98032 Phone 253-856-5113 cell 206 348 49S7 hi Ig"m @&ntWA.nav_ CITY OF KENT, WASHINGTON KentWA.gov Facebook YouTube i'I LOY III aII I H I I I k P f l 14 PIT MI'A 4u eni R ikiNrtIg,, X I I IS I MATT From: SkyCorp LTD [mailto:skycorpltd@yahoo.com] Sent: Thursday, August 23, 2018 9:26 AM To: Osborn, Lynn Cc: Higgins, Bryan Subject: RE: Skycorp Contract Importance: High EXTERNAL. EMAIL Good Morning, diycarrp Ltd, is acknowledging the highlighted area for this project. Thank you Lee SKYCORP, LTD. Skyler Waldal 526 N West Ave, Ste 11 Arlington, WA 98223 360.926.8989 Office sP y_r_ r)W2yalroo.corn From: Osborn, Lynn [mailto:LOsborn@kentwa.gov] Sent: Wednesday, August 15, 2018 1:00 PM To: Skyler Waldal (skycorpltd@yahoo.com) Cc: Higgins, Bryan Subject: FW: Skycorp Contract Hi Lee and Skylar. Our Law Department recently updated the contract verbiage to correct bad math, which has resulted in a small change in the verbiage about the extra holdback, but not in the actual terms. It is a clerical correction only per the below message to me from them. Please confirm that you have seen and acknowledged the change which is highlighted on the attached page. Then the contract will (finally) be forwarded to the mayor for signature. Thanks so much! Lynn Lynn Osborn, Parks Planning & Development Specialist Parks, Recreation and Community Services I Parks Planning & Development Division 220 Fourth Avenue South, Kent, WA 98032 Direct Line 253-856-5111 I Main 253-856-5110 hgs.l rrn_@ Kf!n ', A goy CITY OF KENT, WASHINGTON i n Facebook You'rube L.IllPti L IIId TDI I` MI l'IVV I.VI011191'pl l Ix N.Y4JI.L I I IT I.IVI"'1 Mac; INII v is MA 1. From: Rolcik-Wilcox, Cheryl Sent: Wednesday, August 15, 2018 8:49 AM To: Osborn, Lynn Subject: Skycorp Contract Hi Lynn— The change is highlighted on the attached page. It said 90% instead of 85%, which didn't match up with the math from the 10% retained in lieu of performance bond (addressed in section III(A) and the 5% retainage (addressed in section III(B). If they are okay with this, let me know and I'll just reprint the updated page and replace the old one. Tammy has already signed off on the pink sheet, so once we get the okey doke, I'll send it down to the Mayor! So sorry for the inconvenience! Please apologize to the vendor for me as well! Cheryl Rolclk-Wilcox, Lead Civil Legal Assistant& Paralegal Civil Division I Office of the City Attorney 220 Fourth Avenue South, Kent, WA 98032 Direct Line 253-856-5771 I Fax 253-856-6770 croilrlk._ i Lr1KLXPKe4A_goV CITY OF KENT, WASHINGTON KentWA.aov Facebook YouTube III...UNTIL I,nril.SIM lr Il1l Iuuto�rtmlC nrl H IJOlu rtaurl)lxaa r r r T,l Man