Loading...
HomeMy WebLinkAboutCAG2019-234 - Original - Chet's Roofing - Toby Property - Roof Replacement #2015 - 03/08/2019 KENT 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. Vendor Name: Chet's Roofing & Construction 54397 Vendor Number ()DE): Contract Number (City Clerk): /4 OZr�l'j-0 7`3l Category. Contract Agreement _ Sub-Category (if applicable): None Roof/2015 Project Name: Contract Execution Date: 3/8/19 Termination Date: 3/22/19 Darrel Hammack Parks Contract Manager: Department: Contract Amount: $7,300.00 Budgeted: F1 Grant? Part of NEW Budget: Local: F State: Federal: �✓ Related to a New Position: Basis for Selection of Contractor? Bid Approval Authority: ❑ Director ❑ Mayor El City Council Other Details: 26301 79th Ave S Kent, WA 98032 400�.O�. 11� 4 KENT PUBLIC WORKS AGREEMENT between City of Kent and Chet's Roofing (Shannon Toby 20750 113th PL SE) THIS AGREEMENT is made by and between the City of Kent, a Washington municipal corporation (hereinafter the "City"), and Chet's Roofing organized under the laws of the State of Washington, king County, located and doing business at 26301 791h Ave south Kent Wa. 98032 (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: Provide all labor, material, permits and equipment necessary for removal and replacement of existing Asphalt shingle roofing material. Per described in proposal, Clean and remove debris from job site. Haul off and dispose of all debris in an acceptable facility. Contractor further represents that the services furnished under this Agreement will be performed in accordance with generally accepted professional practices within the Puget Sound region in effect at the time such services are performed. II. TIME OF COMPLETION. The parties agree that work will begin on the tasks described in Section I above immediately upon execution of this Agreement. Upon the effective date of this Agreement, Contractor shall complete the work described in Section I Within 14 days uopon recieveing the notice to proceed. III. COMPENSATION. The City shall pay the Contractor a total amount not to exceed $7300.00, including any applicable Washington State Sales Tax, for the work and services contemplated in this Agreement. The City shall pay the Contractor the following amounts according to the following schedule: Check from City of Kent accounts payable in the amount of $7300.00 City of Kent Home Repair Client (Shannon Toby) will be responsible for remaining balance of $200.00 and any and all change orders material and labor due to unforseen damages not included in original bid amount. PUBLIC WORKS AGREEMENT - 1 ($20,000 or Less - OPTIONAL PROCESS) A. No Payment and Performance Bond; No Retainage. Because this contract is $20,000 or less, the City has elected to waive both the performance/payment bond requirement of Chapter 39.08 RCW and the retainage requirement of Chapter 60.28 RCW. B. Defective or Unauthorized Work. The City reserves its right to withhold payment from Contractor for any defective or unauthorized work. Defective or unauthorized work includes, without limitation: work and materials that do not conform to the requirements of this Agreement; and extra work and materials furnished without the City's written approval. If Contractor is unable, for any reason, to satisfactorily complete any portion of the work, the City may complete the work by contract or otherwise, and Contractor shall be liable to the City for any additional costs incurred by the City. 'Additional costs" shall mean all reasonable costs, including legal costs and attorney fees, incurred by the City beyond the maximum Contract price specified above. The City further reserves its right to deduct the cost to complete the Contract work, including any Additional Costs, from any and all amounts due or to become due the Contractor. C. Final Payment: Waiver of Claims. THE CONTRACTOR'S ACCEPTANCE OF FINAL PAYMENT SHALL CONSTITUTE A WAIVER OF CONTRACTOR'S CLAIMS, EXCEPT THOSE PREVIOUSLY AND PROPERLY MADE AND IDENTIFIED BY CONTRACTOR AS UNSETTLED 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. 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: PUBLIC WORKS AGREEMENT - 2 ($20,000 or Less - OPTIONAL PROCESS) A. The Contractor's refusal or failure to supply a sufficient number of properly skilled workers or proper materials for completion of the Contract work. B. The Contractor's failure to complete the work within the time specified in this Agreement. C. The Contractor's failure to make full and prompt payment to subcontractors or for material or labor. D. The Contractor's persistent disregard of federal, state or local laws, rules or regulations. E. The Contractor's filing for bankruptcy or becoming adjudged bankrupt. F. The Contractor's breach of any portion of this Agreement. If the City terminates this Agreement for good cause, the Contractor shall not receive any further money due under this Agreement until the Contract work is completed. After termination, the City may take possession of all records and data within the Contractor's possession pertaining to this project which may be used by the City without restriction. VI. PREVAILING WAGES. Contractor shall file a "Statement of Intent to Pay Prevailing Wages," with the State of Washington Department of Labor & Industries prior to commencing the Contract work. Contractor shall pay prevailing wages in effect on the date the bid is accepted or executed by Contractor, and comply with Chapter 39.12 of the Revised Code of Washington, as well as any other applicable prevailing wage rate provisions. The latest prevailing wage rate revision issued by the Department of Labor and Industries is attached. VII. CHANGES. The City may issue a written change order for any change in the Contract work during the performance of this Agreement. If the Contractor determines, for any reason, that a change order is necessary, Contractor must submit a written change order request to the person listed in the notice provision section of this Agreement, section XV(D), within fourteen (14) calendar days of the date Contractor knew or should have known of the facts and events giving rise to the requested change. If the City determines that the change increases or decreases the Contractor's costs or time for performance, the City will make an equitable adjustment. The City will attempt, in good faith, to reach agreement with the Contractor on all equitable adjustments. However, if the parties are unable to agree, the City will determine the equitable adjustment as it deems appropriate. The Contractor shall proceed with the change order work upon receiving either a written change order from the City or an oral order from the City before actually receiving the written change order. If the Contractor fails to require a change order within the time specified in this paragraph, the Contractor waives its right to make any claim or submit subsequent change order requests for that portion of the contract work. If the Contractor disagrees with the equitable adjustment, the Contractor must complete the change order work; however, the Contractor may elect to protest the adjustment as provided in subsections A through E of Section VIII, Claims, below. The Contractor accepts all requirements of a change order by: (1) endorsing it, (2) writing a separate acceptance, or (3) not protesting in the way this section provides. A change order that is accepted by Contractor as provided in this section shall constitute full payment and final settlement of all claims for contract time and for direct, indirect and consequential costs, including costs of delays related to any work, either covered or affected by the change. VIII. CLAIMS. If the Contractor disagrees with anything required by a change order, another written order, or an oral order from the City, including any direction, instruction, interpretation, or determination by the City, the Contractor may file a claim as provided in this section. The Contractor shall give written notice to the City of all claims within fourteen (14) calendar days of the occurrence of the events giving rise to the claims, or within fourteen (14) calendar days of the date the Contractor knew or should have known of the facts or events giving rise to the claim, whichever occurs first . Any claim for damages, additional payment for any reason, or extension of time, whether under this Agreement or PUBLIC WORKS AGREEMENT - 3 ($20,000 or Less - OPTIONAL PROCESS) otherwise, shall be conclusively deemed to have been waived by the Contractor unless a timely written claim is made in strict accordance with the applicable provisions of this Agreement. At a minimum, a Contractor's written claim shall include the information set forth in subsections A, items 1 through 5 below. FAILURE TO PROVIDE A COMPLETE, WRITTEN NOTIFICATION OF CLAIM WITHIN THE TIME ALLOWED SHALL BE AN ABSOLUTE WAIVER OF ANY CLAIMS ARISING IN ANY WAY FROM THE FACTS OR EVENTS SURROUNDING THAT CLAIM OR CAUSED BY THAT DELAY. A. Notice of Claim. Provide a signed written notice of claim that provides the following information: 1. The date of the Contractor's claim; 2. The nature and circumstances that caused the claim; 3. The provisions in this Agreement that support the claim; 4. The estimated dollar cost, if any, of the claimed work and how that estimate was determined; and 5. An analysis of the progress schedule showing the schedule change or disruption if the Contractor is asserting a schedule change or disruption. B. Records. The Contractor shall keep complete records of extra costs and time incurred as a result of the asserted events giving rise to the claim. The City shall have access to any of the Contractor's records needed for evaluating the protest. The City will evaluate all claims, provided the procedures in this section are followed. If the City determines that a claim is valid, the City will adjust payment for work or time by an equitable adjustment. No adjustment will be made for an invalid protest. C. Contractor's Duty to Complete Protested Work. In spite of any claim, the Contractor shall proceed promptly to provide the goods, materials and services required by the City under this Agreement. D. Failure to Protest Constitutes Waiver. By not protesting as this section provides, the Contractor also waives any additional entitlement and accepts from the City any written or oral order (including directions, instructions, interpretations, and determination). E. Failure to Follow Procedures Constitutes Waiver. By failing to follow the procedures of this section, the Contractor completely waives any claims for protested work and accepts from the City any written or oral order (including directions, instructions, interpretations, and determination). IX. LIMITATION OF ACTIONS. CONTRACTOR MUST, IN ANY EVENT, FILE ANY LAWSUIT ARISING FROM OR CONNECTED WITH THIS AGREEMENT WITHIN 120 CALENDAR DAYS FROM THE DATE THE CONTRACT WORK IS COMPLETE OR CONTRACTOR'S ABILITY TO FILE THAT CLAIM OR SUIT SHALL BE FOREVER BARRED. THIS SECTION FURTHER LIMITS ANY APPLICABLE STATUTORY LIMITATIONS PERIOD. X. WARRANTY. Contractor warrants that it will faithfully and satisfactorily perform all work provided under this Agreement in accordance with the provisions of this Agreement. The Contractor shall promptly correct all defects in workmanship and materials: (1) when Contractor knows or should have known of the defect, or (2) upon Contractor's receipt of notification from the City of the existence or discovery of the defect. In the event any parts are repaired or replaced, only original replacement parts shall be used—rebuilt or used parts will not be acceptable. When defects are corrected, the warranty for that portion of the work shall extend for an additional year beyond the original warranty period applicable to the overall work. The Contractor shall begin to correct any defects within seven (7) calendar days of its receipt of notice from the City of the defect. If the Contractor does not accomplish the corrections within PUBLIC WORKS AGREEMENT - 4 ($20,000 or Less - OPTIONAL PROCESS) a reasonable time as determined by the City, the City may complete the corrections and the Contractor shall pay all costs incurred by the City in order to accomplish the correction. XI. DISCRIMINATION. In the hiring of employees for the performance of work under this Agreement or any sub-contract, the Contractor, its sub-contractors, or any person acting on behalf of the Contractor or sub-contractor shall not, by reason of race, religion, color, sex, age, sexual orientation, national origin, or the presence of any sensory, mental, or physical disability, discriminate against any person who is qualified and available to perform the work to which the employment relates. Contractor shall execute the attached City of Kent Equal Employment Opportunity Policy Declaration, Comply with City Administrative Policy 1.2, and upon completion of the contract work, file the attached Compliance Statement. XII. INDEMNIFICATION. Contractor shall defend, indemnify and hold the City, its officers, officials, employees, agents and volunteers harmless from any and all claims, injuries, damages, losses or suits, including all legal costs and attorney fees, arising out of or in connection with the Contractor's performance of this Agreement, except for that portion of the injuries and damages caused by the City's negligence. The City's inspection or acceptance of any of Contractor's work when completed shall not be grounds to avoid any of these covenants of indemnification. Should a court of competent jurisdiction determine that this Agreement is subject to RCW 4.24.115, then, in the event of liability for damages arising out of bodily injury to persons or damages to property caused by or resulting from the concurrent negligence of the Contractor and the City, its officers, officials, employees, agents and volunteers, the Contractor's liability hereunder shall be only to the extent of the Contractor's negligence. IT IS FURTHER SPECIFICALLY AND EXPRESSLY UNDERSTOOD THAT THE INDEMNIFICATION PROVIDED HEREIN CONSTITUTES THE CONTRACTOR'S WAIVER OF IMMUNITY UNDER INDUSTRIAL INSURANCE, TITLE 51 RCW, SOLELY FOR THE PURPOSES OF THIS INDEMNIFICATION. THE PARTIES FURTHER ACKNOWLEDGE THAT THEY HAVE MUTUALLY NEGOTIATED THIS WAIVER. In the event Contractor refuses tender of defense in any suit or any claim, if that tender was made pursuant to this indemnification clause, and if that refusal is subsequently determined by a court having jurisdiction (or other agreed tribunal) to have been a wrongful refusal on the Contractor's part, then Contractor shall pay all the City's costs for defense, including all reasonable expert witness fees and reasonable attorneys' fees, plus the City's legal costs and fees incurred because there was a wrongful refusal on the Contractor's part. The provisions of this section shall survive the expiration or termination of this Agreement. XIII. INSURANCE. The Contractor shall procure and maintain for the duration of the Agreement, insurance of the types and in the amounts described in Exhibit B attached and incorporated by this reference. XIV. WORK PERFORMED AT CONTRACTOR'S RISK. Contractor shall take all necessary precautions and shall be responsible for the safety of its employees, agents, and subcontractors in the performance of the contract work and shall utilize all protection necessary for that purpose. All work shall be done at Contractor's own risk, and Contractor shall be responsible for any loss of or damage to materials, tools, or other articles used or held for use in connection with the work. XV. MISCELLANEOUS PROVISIONS. A. Recyclable Materials. Pursuant to Chapter 3.80 of the Kent City Code, the City requires its contractors and consultants to use recycled and recyclable products whenever practicable. A price preference may be available for any designated recycled product. PUBLIC WORKS AGREEMENT - 5 ($20,000 or Less - OPTIONAL PROCESS) B. Non-Waiver of Breach. The failure of the City to insist upon strict performance of any of the covenants and agreements contained in this Agreement, or to exercise any option conferred by this Agreement in one or more instances shall not be construed to be a waiver or relinquishment of those covenants, agreements or options, and the same shall be and remain in full force and effect. C. Resolution of Disputes and Governing Law. This Agreement shall be governed by and construed in accordance with the laws of the State of Washington. If the parties are unable to settle any dispute, difference or claim arising from the parties' performance of this Agreement, the exclusive means of resolving that dispute, difference or claim, shall only be by filing suit exclusively under the venue, rules and jurisdiction of the King County Superior Court, King County, Washington, unless the parties agree in writing to an alternative dispute resolution process. In any claim or lawsuit for damages arising from the parties' performance of this Agreement, each party shall pay all its legal costs and attorney's fees incurred in defending or bringing such claim or lawsuit, including all appeals, in addition to any other recovery or award provided by law; provided, however, nothing in this paragraph shall be construed to limit the City's right to indemnification under Section XII of this Agreement. D. Written Notice. All communications regarding this Agreement shall be sent to the parties at the addresses listed on the signature page of the Agreement, unless notified to the contrary. Any written notice hereunder shall become effective three (3) business days after the date of mailing by registered or certified mail, and shall be deemed sufficiently given if sent to the addressee at the address stated in this Agreement or such other address as may be hereafter specified in writing. E. Assignment. Any assignment of this Agreement by either party without the written consent of the non-assigning party shall be void. If the non-assigning party gives its consent to any assignment, the terms of this Agreement shall continue in full force and effect and no further assignment shall be made without additional written consent. F. Modification. No waiver, alteration, or modification of any of the provisions of this Agreement shall be binding unless in writing and signed by a duly authorized representative of the City and Contractor. G. Entire Agreement. The written provisions and terms of this Agreement, together with any Exhibits attached hereto, shall supersede all prior verbal statements of any officer or other representative of the City, and such statements shall not be effective or be construed as entering into or forming a part of or altering in any manner this Agreement. All of the above documents are hereby made a part of this Agreement. However, should any language in any of the Exhibits to this Agreement conflict with any language contained in this Agreement, the terms of this Agreement shall prevail. H. Compliance with Laws. The Contractor agrees to comply with all federal, state, and municipal laws, rules, and regulations that are now effective or in the future become applicable to Contractor's business, equipment, and personnel engaged in operations covered by this Agreement or accruing out of the performance of those operations. I. Public Records Act. The Contractor acknowledges that the City is a public agency subject to the Public Records Act codified in Chapter 42.56 of the Revised Code of Washington and documents, notes, emails, and other records prepared or gathered by the Contractor in its performance of this Agreement may be subject to public review and disclosure, even if those records are not produced to or possessed by the City of Kent. As such, the Contractor agrees to cooperate fully with the City in satisfying the City's duties and obligations under the Public Records Act. J. City Business License Required. Prior to commencing the tasks described in Section I, Contractor agrees to provide proof of a current city of Kent business license pursuant to Chapter 5.01 of the Kent City Code. PUBLIC WORKS AGREEMENT - 6 ($20,000 or Less - OPTIONAL PROCESS) K. Counterparts and Signatures by Fax or Email. This Agreement may be executed in any number of counterparts, each of which shall constitute an original, and all of which will together constitute this one Agreement. Further, upon executing this Agreement, either party may deliver the signature page to the other by fax or email and that signature shall have the same force and effect as if the Agreement bearing the original signature was received in person. IN WITNESS, the parties below execute this Agreement, which shall become effective on the last date entered below. CONTRACTOR: CITY OF KENT: r y 6y: fZ�� By: / 1 signature) (sign ure) Print N me: U nc�.G J(nP-3 Print Name: Merina Hanson Its C A 2 L M0CA-P Its: Human Services Manager (title) 1-4 DATE: DATE: NOTICES TO BE SENT TO: NOTICES TO BE SENT TO: CONTRACTOR: CITY OF KENT: i Chet's Roofing Darrel Hammack Charlton Shane Van Dyke Dhammack@kentwa.gov 26301 79"' Ave S. City of Kent Kent WA, 98032 220 Fourth Avenue South Kent, WA 98032 (253) 253-856-5079 (telephone) 253-335-3140 (telephone) (253) 253-856-6070 (facsimile) (facsimile) i (In this field,you may enter the electronic filepath where the contract has been saved] PUBLIC WORKS AGREEMENT - 7 ($20,000 or Less - OPTIONAL PROCESS) K. Counterparts and Signatures by Fax or Email. This Agreement may be executed in any number of counterparts, each of which shall constitute an original, and all of which will together constitute this one Agreement. Further, upon executing this Agreement, either party may deliver the signature page to the other by fax or email and that signature shall have the same force and effect as if the Agreement bearing the original signature was received in person. IN WITNESS, the parties below execute this Agreement, which shall become effective on the last date entered below. CONTRACTOR: CITY OF KENT: By: By: 7xq- - (signature) (sign ure) Print Name: Print Name: Merina Hanson Its Its: Human Services Manager (title) DATE: DATE: NOTICES TO BE SENT TO: NOTICES TO BE SENT TO: CONTRACTOR: CITY OF KENT: Chet's Roofing Darrel Hammack Charlton Shane Van Dyke Dhammack@kentwa.gov 26301 791h Ave S. City of Kent Kent WA, 98032 220 Fourth Avenue South Kent, WA 98032 (253) 253-856-5079 (telephone) 253-335-3140 (telephone) (253) 253-856-6070 (facsimile) (facsimile) [In this field,you may enter the electronic filepath where the contract has been saved] PUBLIC WORKS AGREEMENT - 7 ($20,000 or Less - OPTIONAL PROCESS) 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 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 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 fulfi e five requirements referenced above. By: For: UU Yt_ - -1..,() UF1''✓� Title: Date: c-i EEO COMPLIANCE DOCUMENTS - 1 HOUSING AND HUMAN SERVICES Merina Hanson Housing and Human Services Manager 220 4th Avenue South Kent, WA 98032 KEN T Fax: 253-856-6070 W A 5 H I N G T O N CITY OF KENT PHONE: 253-856-5070 HOME REPAIR PROGRAM NOTICE TO PROCEED DATE: 3/8/2019 Homeowner: Shannon Toby Phone # 253-332-0802 Address: 20750 113th PI SE Kent, WA 98031 Contractor: Chet's Roofing & Construction Inc. You are hereby authorized to proceed with the work described in your bid proposal and Construction Contract dated 10/30/1fifor the above referenced project. Please contact the homeowner within five (5) working days of the date of this Notice to Proceed to arrange for commencement of the work and notify (by phone at 253- 856-5065 is acceptable) the Kent Housing & Human Services Home Repair Field Supervisor of your intended start-work date. Copies of any applicable permits necessary for completion must be received prior to initiation of work. Work must commence within fifteen (15) working days of the date of this Notice to Proceed and must be completed within twenty (20) working days (four (4) calendar weeks) following commencement of work. Following completion of work, contractor shall obtain satisfactory final inspection on any/all required permits and then submit a final invoice for the project to the Kent Housing & Human Services - Home Repair Supervisor. The Notice to Proceed is not valid unless signed by an authorized representative of the City of Kent. Merina Hanson Authorized Agent an rvices M ger Date m Darrel Hammack i � Authorized Agent Repair Pr gram Supervisor Date C Y ' • Mayor Dana Ralph - City of Kent Parks, Recreation &Community Services Julie Parascondola, CPRP, Director City of Kent Parks, Recreation&Community Services Housing& Human Services Division ��� Kent Home Repair Program WAONIN G�GN ,2204`�'Ave.S Kent, WA 98032 (253)856-5065 REQUEST FOR BID Due bate 10/29/18 by 4:00pm RESIDENT INFORMATION: (Location of work to be performed) Name: Shannon Toby Address: 20750 113th PL SE Kent,WA 98031 Phone: 253-332-0802 Scope of Work: provide all labor, Permits, equipment and materials necessary for removal and replacement of existing asphalt composite roofing material_ Hall off and dispose of all debris in a acceptable facility. Color to be determined by home owner. Small Works Roster&Vendor Set-up: Successful bidder must have a registered account with the Washington State Municipal Research & Services Center(MRSC)with the City of Kent listed as a selected public agency on account. Please visit www.mrscrosters.org or call (206) 436-3798 with questions about MRSC registration. New vendors must complete and submit a City of Kent Vendor Set-up Form,and are responsible to update information with the City as necessary. Public Works A,g_reennent: If selected, successful bidder agrees to enter into a Public Works Agreement with The City of Kent for this job and provide copies of any necessary permits. Contractor is responsible to complete and provide proof of all required releases with the State of Washington Department of Labor and Industries. Warran : Please include any complete service/product warranty description(s)with bid, if applicable. 1 CONTRACTOR INFORMATION:Company Name: 1 t�� IZGd� CA Business Address: " S t� C� 1- GI)G C a 0 Contact Person: Phone: -�- J� Fax: o ( 54 y Email: BID PROPOSAL: NOTE: BIDS MUST BE SUBMITTED AT PREVAILING WAGE RATES FOR KING COUNTY BASE BID 1. Materials: $ s 2. Labor: 3. Permit: $ C.QD PRE-TAX TOTAL: $ �� Washington State Sales Tax (City of Kent, 10.0%) TOTAL B I D: $ �_�Co - W Signa?OMPLETED Z4 SEN BIDS TO: Darrel Hammack, Field Supervisor Kent Home Repair Phone: (253)856-5065 220 42h Ave South Fax: (253)856-6070 Kent,WA 98032 Email: pharrsmack kentwa.gov Please contact with any questions by phone or email, Monday-Friday 8 AM to 4 PM. 2 Bonded and Insured Cont.Reg.#CHETSRC924BB ' ROOFING Y CONSTRUCTION INC. 26301 79"'Ave.South,Kent WA 98032 1-877-611-1514*(206)789-9730*(253)887-0194*Fax:(253)854-4516 Proposal & Sales Agreement Date: 10/30/2018 Proposal Submitted To: City of Kent/Darrel Hammack Repair supervisor Shannon Toby 220 Fourth Avenue South,Kent WA.98032 20750 113"PI SE Kent WA 98031 253 856 5065/253 865 5079 253 332 0802 dhammack kentwa. ov Description:4/12 pitch,One Story Rambler,Three Layers,Good access,16 Sq. Scope of work: 1. Remove and properly dispose all roofing materials, flashings and accessories,associated with existing roof system. 2. Any bad plywood will be an additional$60 per 4x8 sheet of CDX for removal and install. 3. Apply IKO self-adhesive membrane at all roof leading edges,valleys and roof penetrations. 4. Apply Two Ply 15 LB felt Paper. 5. Install drip edge and gutter edge metal flashings. 6. Install 30 year IKO Cambridge composition shingles per manufacturer installation specification. 7. Shingles include Algae resistance.Provide nailing and accessories for 130 MPH wind resistance warranty. 8. Flash all roof penetrations such as chimneys,skylights,and gas furnace exhaust vents.Flash plumbing pipes with no-caulk boots.Flash adjoined walls.Provide and install utility exhaust vents at all appointed penetrations. 9. Install ridge with IKO manufacturer Hips&Ridges caps,maintaining 5 5/8"weather exposure.Install ridges,facing laps away from direction of prevailing winds. 10. Remove and properly dispose all roofing materials,flashings and accessories,associated with existing roof system. 11. Clean roof surface,gutters and grounds.Remove and dispose all debris. Labor Warranty:10 years Material Warranty:30 years Type of roofing Material:IKO AR 30 year Color of roof. With Payment to be made as follows:NET DUE ON RECEIPT OF STATEMENT FOLLOWING COMPLETION> Dollars$7,500.00 with tax Add local sales tax and building permit fee, only if required)Please Note: There is a 3%Service Fee Added for all payments made by credit card. Conditions of Sale: Payment is expected on day of completion of contract. If paying by credit card,a 3% service fee will be added to balance due. An account is considered past due five days after the invoice date. An annual interest rate of 18%on past due accounts on the 1st of the month after the account has become past due, then will be applied monthly bases starting on the 151 day of each month following. All expenses incurred by Contractor for collection of monies owed, i.e. attorney fees, collections agency fees, interest and late fees, will be responsibility of the Buyer. Contractor must be given notice of any problems arising with workmanship to remedy the situation prior to any work being undertaken or completed by other contractors. If anyone other than CR&CInc., performs work on or adjust/damages roof surface, the workmanship warranty will become null and void. No commitments are given by any promises or statements made by any agent of Contractor other than written and provided herein. By signing this proposal you also give CR&CInc.,the right to correct any and all issues or concerns in correspondence with the work performed by CR&CInc. I have received a copy of this proposal and have read backside,and received Notice to Customer form.I understand I have 72-hour time period to cancel this signed contract.I also understand that if I decide to cancel this contract after 72-hour time period,I will be responsible for cost of the material that is special ordered or non-refundable. Respectfully submitted by Chet's Roofing&Construction: Buyer's Approval Signature: Charlton Shane Van Dyke(253)335-3140 Shane.chetsroofrng@gmail.com Print Full Name: Date: Page- 1 -of 1 Customer's initials: Back Page of Contract Warranty(s): CR&Clnc = Chet's Roofing& Const.Inc. Warranty(s) will not be instated until all balance is paid in full. If balance is not paid in full, after collection process is exhausted, warranties become null& void. No return visits or additional work will be done if there is outstanding monies owed to Contractor. Warranties noted above become effective when payment is received in full. All work performed by CR&CInc., will be warranted against leaks and poor workmanship. Defective materials are covered by the manufacturer's warranty. Workmanship warranty does not cover damages due to uncontrollable weather conditions. Liability for Payment: By signing this contract, you are stating you have authorization to act on behalf of the property owner. However, all Dersons si nq ina this contract on behalf of the property owner can and will be held legally responsible for payment of the contract price himself, if property owner does not pay. No Verbal Agreements&Excess Materials: No verbal or other agreements shall change any part of this contract. If it isn't written in your contract, then it is NOT part of this agreement. A Change Order for anything to be done outside this contract agreement must be signed. Title to the described products will pass to Buyers when products are installed pursuant to RCW 19.16.100 and 19.16.250. Excess materials are not subject to contract. Contractor may bring additional materials to be sure enough was estimated to complete the work agreed upon in full. Hidden Defects: We may withdraw from this contract at any time before work begins. This proposal is based upon a visual inspection and readily identifiable conditions. Hidden defects in materials, structure, previous workmanship or rotted wood are not included in the contract bid. We are not ALLOWED by law to cover up rotted wood. Should extra work be necessary to remedy those conditions, Contractor will use its best efforts to reach Buyer or his representative after the discovery of hidden conditions.Additional charges for replacing these hidden defects are listed below: Roof Sheathing: $1.70 per lineal ft. of plywood Dry rot boards: $4.90 per lineal ft. Defective Rafters: $14.00 per lineal ft. Cedar Facia: $9.80 per lineal ft. Bead Board Soffit: $6.98 per lineal ft. Additional Layer: $58.00 per square *Any additional work requested by Buyer must be signed off on a Change Order. Labor is$75 per hr per guy plus material and 33% overhead cost. Overhead includes, admin expenses, insurances, fuel, taxes and profit. Consequential Damages: Consequential damages are not responsibility of the Contractor. Example: dust&debris in attic, cracked sheetrock, broken flowers and bushes, dust on neighbor's house, falling objects inside house, (pictures, vases, etc.)., broken windows, patio furniture. Contractor is not responsible for subsequent damages due to inadequacies, structural or otherwise, of your property before, during or after the contract work process. Please move flower pots, patio furniture, and any other object that is NOT connected to your house away from work area. Drive Ways and Access: Contractor must have access to driveway or yard area for placement of dumpster or dump truck for debris. Contractor is not responsible for indentation on grass from trucks or cracks in your driveway. If you do not want our dump trucks in your drive way, please notify us BEFORE the start date of your project. We will take every effort possible to preserve and protect your property. Miscellaneous Issues: Buyer agrees to supply electrical power to Contractor. Either an outside outlet or extension cord. Contractor is not responsible for damages caused by Supplier delivery trucks. Satelite dishes will be removed and reinstalled, but we are not responsible for your signal. Please contact your cable company. Once contract is signed, we will set a start date, which is dependable on weather conditions. Any delays to Customers, will be rescheduled in matter of priority. You do not have to be present when we commence work. Contractor is not liable for leaks prior to start date. Contractor is not liable for leaks from repair calls, only for new roof installs. We're not responsible for critters, bees or ants entering your property before or after work is completed. Buyer is responsible for keeping up with roof maintenance. This means keeping roof and gutters cleaned of debris from trees. Clogged gutters can cause water to flow upward under metal trim and cause a leak. This is not a warranty issue. Page 2 of 2 Initial: Chet's Roofing &construction Job Invoice No. 26301 79th Ave.s Kent,WA 98032 (263)887-0111 fax(253)854-4515 Job Invoice submitto: Jobaddr"s. -•- Name Shga -T,6y, Name A(1dr388 ad@88 Cfry City Pmne Phone Units _ l7cscription _ Unit Price TOTAL 16 sq. IKO AR 30 year 80.00 $1 280.00 2 bnd Ridges and His 1 bndl=40feet) $ 66.00 $110.00 1 bnd smarter(1 Wdl=100 feat) $ 55,00 $55.00 8 roll 15 LB felt gaper $ 66.00 $52$.00 1 roll Self-adhosive membrane(S"1 roll covers=6i5'of eaves $ 85.00 $95.00 , 10 ft Roof-to-wall �' $ 1.60 $15.00 _10 ft Pan Metal(feet) _w $ 3.00 $30,00 t bnd 1 Step metal flashin s 8x12 50 pe per bund[o $ 45.00 $45.00 _ 2 C Pi a boot 1 1!2"nocaulks $ 12.00 $24.00 pC Pipe boot 2"nocaulks $ 0 _ pc Pipe boot 3"nocaulks Is 15.00 P. Pipe boot 4"nocaulks $ 17,OD 60 11 dr ed a metal fiashtng for gable ends(color BLACK) $ 1.10 $66.00 120 �ft $Tarter(0utteo drip edge metal flashing(BLACK) $ 1.10 $1 023 0 �� itW-Valley metal(legit) $ 3.50 � I 7 PC, RVO-38 vents for attic-exhaust (1 vent der 3 sq) $ 15.00 ' $105.00 ft vent-a-ridge(gout fee# comes in 4'sectlons $ 4.00 c 4"RVC bathroom titflity vent~ $ ry 25.00 pC 6"RVC bathroom utility vent $ 28.00 pc Kitchen vent 5 $ 50.00 1 box nails(1 box per'10 sq) _ $ 50.00 $50,00 1 box lA11 tacker staples for felt $ 6.00 $6.00 lb 2"r4go nails $ 10.00 box rubberheads for Roof-to-wall metal $ 18.00 box N17 for plywood $ 55.00 sheet 112"CDX plywood $ 26.00 s . deck tapes and preps I $ 1.60 faStic cement $12,00 klckouWdiv�erters as needed _ $25.00 1 rile 'Truck charge(add$75 for"no access"Jobs V$48.00 $45.00 17 I Die osal fee(add vfor each additional layer$10) $16.00 ' $272.00 Total cost of materlals and die osal: $2,861.00 17 sq. !tear off(for 1 layer add$16 per additional layer) $20.DO $340.00 172 S ;install comp(add$6 per sq.for each 50 yr,wafranfed comp) $22.Q0 $378.40 0 1 recover with CDX(add$8 If replace 6xisfin od) $B.50 _17 �SAM 8Qd$12 per sq.ea.layer If root not acoasible) $5.00 _ $85.00 180 vafleys $0,26 $45.00 0 e J $1,30 M $45.00 s . p1pes a den6ans $20.00 a P)asttc cement and kickouts $7,00 beams and rafter tails $2-00 deck is as and pr $2.00 n/s Total labor $54SAO 1 rVa Labor OH $254.S2 $254.52 nla OH $1.387.37 Chfmnay $200.00 71 bird blacks $20.00 ft new fascla $8..50 I pC 2-d-anchors v $150.00 Subtotal $3,963.92 Company OH $1,887.37 TOTAL BID: $6,361-29 Approval - Date Order No Sales Rep Shano Van Dyke Scheduled �I Notes/Remarks _ l Page 1 of 2 POST ON JOBSITE PRIOR TO BEGINNING OF WORK Department of Labor and industries FAS ALTERATION PERMIT#3169220F Contractor Name License Number Installation Description, CHET'S ROOFING&CONST INC CHETSRC924BB Tear off composition roof and install new composition Purchaser's mailing address 26301 79TH AVE S services to inspect KENT WA 98032 Description Quantity Amount Telephone number 2538870194 Structural*-STRUCTURAL-RE-ROOF I' 168.30 Premises owner's name Toby, Shannon Inspection Fee: $168.30 Address of inspection Additional Fees May Be Assessed Upon Field 20750 113th PI SE KENT WA 98031 Inspection This permit expires one(1)year after the date of purchase. Applied: 3/8/2019 Expiration: 3/8/2020 Date Approved By Date Approved By MECHANICAL PLUMBING Type Type ELECTRICAL STRUCTURAL Type - Type OTHER OTHER Type Type — ---- ---..._— Inspection Date Area, Building or Equipment Inspected Action Taken Inspector Property Owner: Retain Permit Number for your records .Attention Applicant! The Department will not conduct this inspection if there are unrestrained animals on the premises. Failure to comply with this requirement may result in additional inspection service fees and delay in service. Department of Labor and Industries a Disclosure Statement Contractor Registration Notice to Customers Business Name: Chet's Roofing& Construction Inc. This contractor is registered with the state of Washington, registration no. CHETSRC924BB has posted with the state a bond or deposit of$ 12000,00 for the purpose of satisfying claims against the contractor for breach of contract including negligent or improper work in the conduct of the contractor's business. The expiration date of this contractor's registration is 01/04/2020 THIS BOND OR DEPOSIT MIGHT NOT BE SUFFICIENT TO COVER A CLAIM THAT MIGHT ARISE FROM THE WORK DONE UNDER YOUR CONTRACT. This bond or deposit is not for your exclusive use because it covers all work performed by this contractor. The bond or deposit is intended to pay valid claims up to $12000.00 that you and other customers, suppliers, subcontractors, or taxing authorities may have. FOR GREATER PROTECTION YOU MAY WITHHOLD A PERCENTAGE OF YOUR CONTRACT. You may withhold a contractually defined percentage of your construction contract as retainage for a stated period of time to provide protection to you and help insure that your project will be completed as required by your contract. YOUR PROPERTY MAY BE LIENED. If a supplier of materials used in your construction project or an employee or subcontractor of your contractor or subcontractors is not paid, your property may be liened to payment and you could pay twice for the same work. FOR ADDITIONAL PROTECTION, YOU MAY REQUEST THE CONTRACTOR TO PROVIDE YOU WITH ORIGINAL "LIEN RELEASE"DOCUMENTS FROM EACH SUPPLIER OR SUBCONTRACTOR ON YOUR PROJECT. The contractor is required to provide you with further information about lien release documents if you request it. General information is also available from the state Department of Labor and Industries. I have received a copy of this disclosure statement. Dated this day of of the year Signature of Customer The contractor must retain a signed copy of this disclosure statement in his or her files for a minimum of three years and produce a signed or electronic signature copy of the disclosure statement to the department upon request. For more information, please refer to ? ,� 13.27.114. F625-030-000 Disclosure Statement Notice to Customer 12-2015 HOUSING AND HUMAN SERVICES Merina Hanson Housing and Human Services Manager 220 4th Avenue South • Kent, WA 98032 KENT CITY OF KENT Fax: 253-856-6070 WASH 1NGTON HOME REPAIR PROGRAM Award of Contract PHONE: 253-856-5070 Client: Shannon Toby Date: 1/23/2019 Case #: 2015 Phone # 253-332-0802 Address: 20750 113th PI Se Kent, WA 98031 Contractor: Chet's Roofing This letter confirms that your company has submitted the "lowest and best" bid for the above referenced project. The following permits are required for this work: Building ❑Mechanical ❑Electrical ❑ Plumbing ❑ None ❑Other: Please obtain the necessary permit(s) and submit one copy of each permit to the Kent Housing & Human Services - Home Repair Supervisor within ten (10) working days from the date of this Award of Contract. If no permits are required for this project, a Notice to Proceed will be issued to you within five (5) working days from the date of this Award of Contract. If permit(s) are required, a notice to Proceed will be issued to you within five (5) working days from the date the copy of each/all required permit(s) are received by the Kent Housing & Human Services - Home Repair Supervisor. NOTE: YOU ARE NOT AUTHORIZED TO BEGIN WORK UNTIL A SIGNED COPY OF THE PUBLIC WORKS CONTRACT IS RETURNED TO KENT HOUSING & HUMAN SERVICES- HOME REPAIR SUPERVISOR AND A NOTICE TO PROCEED IS ISSUED FOR THIS PROJECT. This Award of Contract is not valid unless signed by an authorized representative of the City of Kent. Merina Hanson Authorized Agent m Services nager Date 0 Darrel Hammack Authorized Agent Home Repair Supervisor Date v V w- Mayor Dana Ralph City of Kent Parks, Recreation &Community Services 3ulie Parascondola, CPRP, Director