Loading...
HomeMy WebLinkAboutCAG2019-321 - Original - Playcore Wisconsin, Inc. dba GameTime c/o SiteLines Park & Playground Products, Inc. - Engineered Wood Fiber for 13 Parks - 05/24/2019 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. GameTime Vendor Name: 90602 Vendor Number (7DE): Contract Number (City Clerk): J.2 Category: _Contract Agreement Sub-Category (if applicable): None Project Name: Engineered Wood Fiber for 13 Parks Contract Execution Date: 05/21/2019 Termination Date: 07/31/2019 Ben Levenhagen Parks Contract Manager: Department: Contract Amount: $32,455.28 Budgeted: 0✓ Grant? Part of NEW Budget: Local: ❑ State: F Federal: Related to a New Position: ❑ Notice required prior to public disclosure? Basis for Selection of Contractor? Other Approval Authority: Director ❑✓ Mayor City Council Other Details: Delivery and blown-in installation of 610 yards engineered wood fiber to 13 park locations. • KENT GOODS & SERVICES AGREEMENT FOR ORDINARY MAINTENANCE between the City of Kent and Playcore Wisconsin, Inc. dba GameTime, c/o Sitel-ines Park & Playground Products, Inc. THIS AGREEMENT is made by and between the City of Kent, a Washington municipal corporation (hereinafter the "City"), and Playcore Wisconsin, Inc. dba GameTime organized under the laws of the State of Wisconsin, located and doing business at 150 Playcore Drive SE, Fort Payne, AL 35967-7576 (hereinafter the "Vendor"). AGREEMENT I. DESCRIPTION OF WORK. Vendor shall provide the following goods and materials and/or perform the following services for the City: Delivery and blown-in installation of 610 yards of GT-Impax - engineered wood fiber to 13 park locations in the City of Kent as described in attached Quote #66465, dated 1/23/2019, marked as Exhibit A. Vendor acknowledges and understands that it is not the City's exclusive provider of these goods, materials, or services and that the City maintains its unqualified right to obtain these goods, materials, and services through other sources. II. TIME OF COMPLETION. Upon the effective date of this Agreement, Vendor shall complete the work and provide all goods, materials, and services by July 31, 2019. III. COMPENSATION. The City shall pay the Vendor an amount not to exceed THIRTY-TWO THOUSAND FOUR HUNDRED FIFTY-FIVE DOLLARS AND TWENTY-EIGHT CENTS ($32,455.28), including applicable Washington State Sales Tax, for the goods, materials, and services contemplated in this Agreement. The City shall pay the Vendor the following amounts according to the following schedule: Vendor shall submit invoice to AccountsPayable@KentWa.gov upon completion of contracted services as described in I. Description of Work. GOODS & SERVICES AGREEMENT FOR ORDINARY MAINTENANCE - 1 (Over$20,000.00, including WSST) If the City objects to all or any portion of an invoice, it shall notify Vendor and reserves the option to only pay that portion of the invoice not in dispute. In that event, the parties will immediately make every effort to settle the disputed portion. A. Defective or Unauthorized Work. The City reserves its right to withhold payment from Vendor for any defective or unauthorized goods, materials or services. If Vendor is unable, for any reason, to complete any part of this Agreement, the City may obtain the goods, materials or services from other sources, and Vendor shall be liable to the City for any additional costs incurred by the City. "Additional costs" shall mean all reasonable costs, including legal costs and attorney fees, incurred by the City beyond the maximum Agreement price specified above. The City further reserves its right to deduct these additional costs incurred to complete this Agreement with other sources, from any and all amounts due or to become due the Vendor. B. Final Payment: Waiver of Claims. VENDOR'S ACCEPTANCE OF FINAL PAYMENT SHALL CONSTITUTE A WAIVER OF CLAIMS, EXCEPT THOSE PREVIOUSLY AND PROPERLY MADE AND IDENTIFIED BY VENDOR AS UNSETTLED AT THE TIME REQUEST FOR FINAL PAYMENT IS MADE. IV. PREVAILING WAGES. Vendor shall file a "Statement of Intent to Pay Prevailing Wages," with the State of Washington Department of Labor & Industries prior to commencing the Contract work. Vendor shall pay prevailing wages in effect on the date the bid is accepted or executed by Vendor, and comply with Chapter 39.12 of the Revised Code of Washington, as well as any other applicable prevailing wage rate provisions. The latest prevailing wage rate revision issued by the Department of Labor and Industries is attached. V. INDEPENDENT CONTRACTOR. The parties intend that an Independent Contractor- Employer Relationship will be created by this Agreement. By their execution of this Agreement, and in accordance with Ch. 51.08 RCW, the parties make the following representations: A. The Vendor has the ability to control and direct the performance and details of its work, the City being interested only in the results obtained under this Agreement. B. The Vendor maintains and pays for its own place of business from which Vendor's services under this Agreement will be performed. C. The Vendor has an established and independent business that is eligible for a business deduction for federal income tax purposes that existed before the City retained Vendor's services, or the Vendor is engaged in an independently established trade, occupation, profession, or business of the same nature as that involved under this Agreement. D. The Vendor is responsible for filing as they become due all necessary tax documents with appropriate federal and state agencies, including the Internal Revenue Service and the state Department of Revenue. E. The Vendor has registered its business and established an account with the state Department of Revenue and other state agencies as may be required by Vendor's business, and has obtained a Unified Business Identifier (UBI) number from the State of Washington. F. The Vendor maintains a set of books dedicated to the expenses and earnings of its business. VI. TERMINATION. Either party may terminate this Agreement, with or without cause, upon providing the other party thirty (30) days written notice at its address set forth on the signature block of this Agreement. GOODS & SERVICES AGREEMENT FOR ORDINARY MAINTENANCE - 2 (Over$20,000.00, including WSST) VII. CHANGES. The City may issue a written change order for any change in the goods, materials or services to be provided during the performance of this Agreement. If the Vendor determines, for any reason, that a change order is necessary, Vendor must submit a written change order request to the person listed in the notice provision section of this Agreement, section XIV(D), within fourteen (14) calendar days of the date Vendor knew or should have known of the facts and events giving rise to the requested change. If the City determines that the change increases or decreases the Vendor's costs or time for performance, the City will make an equitable adjustment. The City will attempt, in good faith, to reach agreement with the Vendor on all equitable adjustments. However, if the parties are unable to agree, the City will determine the equitable adjustment as it deems appropriate. The Vendor shall proceed with the change order work upon receiving either a written change order from the City or an oral order from the City before actually receiving the written change order. If the Vendor fails to require a change order within the time allowed, the Vendor waives its right to make any claim or submit subsequent change order requests for that portion of the contract work. If the Vendor disagrees with the equitable adjustment, the Vendor must complete the change order work; however, the Vendor may elect to protest the adjustment as provided in subsections A through E of Section VII, Claims, below. The Vendor accepts all requirements of a change order by: (1) endorsing it, (2) writing a separate acceptance, or (3) not protesting in the way this section provides. A change order that is accepted by Vendor as provided in this section shall constitute full payment and final settlement of all claims for contract time and for direct, indirect and consequential costs, including costs of delays related to any work, either covered or affected by the change. VIII. CLAIMS. If the Vendor disagrees with anything required by a change order, another written order, or an oral order from the City, including any direction, instruction, interpretation, or determination by the City, the Vendor may file a claim as provided in this section. The Vendor shall give written notice to the City of all claims within fourteen (14) calendar days of the occurrence of the events giving rise to the claims, or within fourteen (14) calendar days of the date the Vendor knew or should have known of the facts or events giving rise to the claim, whichever occurs first . Any claim for damages, additional payment for any reason, or extension of time, whether under this Agreement or otherwise, shall be conclusively deemed to have been waived by the Vendor unless a timely written claim is made in strict accordance with the applicable provisions of this Agreement. At a minimum, a Vendor's written claim shall include the information set forth in subsections A, items 1 through 5 below. FAILURE TO PROVIDE A COMPLETE, WRITTEN NOTIFICATION OF CLAIM WITHIN THE TIME ALLOWED SHALL BE AN ABSOLUTE WAIVER OF ANY CLAIMS ARISING IN ANY WAY FROM THE FACTS OR EVENTS SURROUNDING THAT CLAIM OR CAUSED BY THAT DELAY. A. Notice of Claim. Provide a signed written notice of claim that provides the following information: 1. The date of the Vendor's claim; 2. The nature and circumstances that caused the claim; 3. The provisions in this Agreement that support the claim; 4. The estimated dollar cost, if any, of the claimed work and how that estimate was determined; and 5. An analysis of the progress schedule showing the schedule change or disruption if the Vendor is asserting a schedule change or disruption. B. Records. The Vendor shall keep complete records of extra costs and time incurred as a result of the asserted events giving rise to the claim. The City shall have access to any of the Vendor's records needed for evaluating the protest. The City will evaluate all claims, provided the procedures in this section are followed. If the GOODS & SERVICES AGREEMENT FOR ORDINARY MAINTENANCE - 3 (Over$20,000.00, including WSST) City determines that a claim is valid, the City will adjust payment for work or time by an equitable adjustment. No adjustment will be made for an invalid protest. C. Vendor's Duty to Complete Protested Work. In spite of any claim, the Vendor shall proceed promptly to provide the goods, materials and services required by the City under this Agreement. D. Failure to Protest Constitutes Waiver. By not protesting as this section provides, the Vendor also waives any additional entitlement and accepts from the City any written or oral order (including directions, instructions, interpretations, and determination). E. Failure to Follow Procedures Constitutes Waiver. By failing to follow the procedures of this section, the Vendor completely waives any claims for protested work and accepts from the City any written or oral order (including directions, instructions, interpretations, and determination). IX. LIMITATION OF ACTIONS. VENDOR MUST, IN ANY EVENT, FILE ANY LAWSUIT ARISING FROM OR CONNECTED WITH THIS AGREEMENT WITHIN 120 CALENDAR DAYS FROM THE DATE THE CONTRACT WORK IS COMPLETE OR VENDOR'S ABILITY TO FILE THAT SUIT SHALL BE FOREVER BARRED. THIS SECTION FURTHER LIMITS ANY APPLICABLE STATUTORY LIMITATIONS PERIOD. X. WARRANTY. Vendor warrants that it will faithfully and satisfactorily perform all work provided under this Agreement in accordance with the provisions of this Agreement. In addition to any other warranty provided for at law or herein, this Agreement is additionally subject to all warranty provisions established under the Uniform Commercial Code, Title 62A, Revised Code of Washington. Vendor warrants goods are merchantable, are fit for the particular purpose for which they were obtained, and will perform in accordance with their specifications and Vendor's representations to City. The Vendor shall promptly correct all defects in workmanship and materials: (1) when Vendor knows or should have known of the defect, or (2) upon Vendor's receipt of notification from the City of the existence or discovery of the defect. In the event any part of the goods are repaired, only original replacement parts shall be used—rebuilt or used parts will not be acceptable. When defects are corrected, the warranty for that portion of the work shall extend for an additional year beyond the original warranty period applicable to the overall work. The Vendor shall begin to correct any defects within seven (7) calendar days of its receipt of notice from the City of the defect. If the Vendor does not accomplish the corrections within a reasonable time as determined by the City, the City may complete the corrections and the Vendor shall pay all costs incurred by the City in order to accomplish the correction. XI. DISCRIMINATION. In the hiring of employees for the performance of work under this Agreement or any sub-contract, the Vendor, its sub-contractors, or any person acting on behalf of the Vendor or sub-contractor shall not, by reason of race, religion, color, sex, age, sexual orientation, national origin, or the presence of any sensory, mental, or physical disability, discriminate against any person who is qualified and available to perform the work to which the employment relates. Vendor shall execute the attached City of Kent Equal Employment Opportunity Policy Declaration, Comply with City Administrative Policy 1.2, and upon completion of the contract work, file the attached Compliance Statement. XII. INDEMNIFICATION. Vendor shall defend, indemnify and hold the City, its officers, officials, employees, agents and volunteers harmless from any and all claims, injuries, damages, losses or suits, including all legal costs and attorney fees, arising out of or in connection with the Vendor's performance of this Agreement, except for that portion of the injuries and damages caused by the City's negligence. The City's inspection or acceptance of any of Vendor's work when completed shall not be grounds to avoid any of these covenants of indemnification. GOODS & SERVICES AGREEMENT FOR ORDINARY MAINTENANCE - 4 (Over$20,000.00, including WSST) IT IS FURTHER SPECIFICALLY AND EXPRESSLY UNDERSTOOD THAT THE INDEMNIFICATION PROVIDED HEREIN CONSTITUTES THE VENDOR'S WAIVER OF IMMUNITY UNDER INDUSTRIAL INSURANCE, TITLE 51 RCW, SOLELY FOR THE PURPOSES OF THIS INDEMNIFICATION. THE PARTIES FURTHER ACKNOWLEDGE THAT THEY HAVE MUTUALLY NEGOTIATED THIS WAIVER. In the event Vendor refuses tender of defense in any suit or any claim, if that tender was made pursuant to this indemnification clause, and if that refusal is subsequently determined by a court having jurisdiction (or other agreed tribunal) to have been a wrongful refusal on the Vendor's part, then Vendor shall pay all the City's costs for defense, including all reasonable expert witness fees and reasonable attorneys' fees, plus the City's legal costs and fees incurred because there was a wrongful refusal on the Vendor's part. The provisions of this section shall survive the expiration or termination of this Agreement. XIII. INSURANCE. The Vendor shall procure and maintain for the duration of the Agreement, insurance of the types and in the amounts described in Exhibit B attached and incorporated by this reference. XIV. WORK PERFORMED AT VENDOR'S RISK. Vendor shall take all necessary precautions and shall be responsible for the safety of its employees, agents, and subcontractors in the performance of the contract work and shall utilize all protection necessary for that purpose. All work shall be done at Vendor's own risk, and Vendor shall be responsible for any loss of or damage to materials, tools, or other articles used or held for use in connection with the work. XV. MISCELLANEOUS PROVISIONS. A. Recyclable Materials. Pursuant to Chapter 3.80 of the Kent City Code, the City requires its contractors and consultants to use recycled and recyclable products whenever practicable. A price preference may be available for any designated recycled product. B. Non-Waiver of Breach. The failure of the City to insist upon strict performance of any of the covenants and agreements contained in this Agreement, or to exercise any option conferred by this Agreement in one or more instances shall not be construed to be a waiver or relinquishment of those covenants, agreements or options, and the same shall be and remain in full force and effect. C. Resolution of Disputes and Governing Law. This Agreement shall be governed by and construed in accordance with the laws of the State of Washington. If the parties are unable to settle any dispute, difference or claim arising from the parties' performance of this Agreement, the exclusive means of resolving that dispute, difference or claim, shall only be by filing suit exclusively under the venue, rules and jurisdiction of the King County Superior Court, King County, Washington, unless the parties agree in writing to an alternative dispute resolution process. In any claim or lawsuit for damages arising from the parties' performance of this Agreement, each party shall pay all its legal costs and attorney's fees incurred in defending or bringing such claim or lawsuit, including all appeals, in addition to any other recovery or award provided by law; provided, however, nothing in this paragraph shall be construed to limit the City's right to indemnification under Section XII of this Agreement. D. Written Notice. All communications regarding this Agreement shall be sent to the parties at the addresses listed on the signature page of the Agreement, unless notified to the contrary. Any written notice hereunder shall become effective three (3) business days after the date of mailing by registered or certified mail, and shall be deemed sufficiently given if sent to the addressee at the address stated in this Agreement or such other address as may be hereafter specified in writing. E. Assignment. Any assignment of this Agreement by either party without the written consent of the non-assigning party shall be void. If the non-assigning party gives its consent to any assignment, the terms of this Agreement shall continue in full force and effect and no further assignment shall be made without additional written consent. GOODS & SERVICES AGREEMENT FOR ORDINARY MAINTENANCE - 5 (Over$20,000.00, including WSST) G. Entire Agreement. The written provisions and terms of this Agreement, together with any Exhibits attached hereto, shall supersede all prior verbal statements of any officer or other representative of the City, and such statements shall not be effective or be construed as entering into or forming a part of or altering in any manner this Agreement. All of the above documents are hereby made a part of this Agreement. However, should any language in any of the Exhibits to this Agreement conflict with any language contained in this Agreement, the terms of this Agreement shall prevail. H. Compliance with Laws. The Vendor agrees to comply with all federal, state, and municipal laws, rules, and regulations that are now effective or in the future become applicable to Vendor's business, equipment, and personnel engaged in operations covered by this Agreement or accruing out of the performance of those operations. I. Public Records Act. The Vendor acknowledges that the City is a public agency subject to the Public Records Act codified in Chapter 42.56 of the Revised Code of Washington and documents, notes, emails, and other records prepared or gathered by the Vendor in its performance of this Agreement may be subject to public review and disclosure, even if those records are not produced to or possessed by the City of Kent. As such, the Vendor agrees to cooperate fully with the City in satisfying the City's duties and obligations under the Public Records Act. J. 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. 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. VENDOR: CITY OF KENT: By: By (si ture) (signature) Print a gr °tx Print Name: Dana Ralph Its &(nor L4 Its Ma or DATE: J DATE: `I C NOTICES TO BE SENT TO: NOTICES TO BE SENT TO: VENDOR: CITY OF KENT: Mary Ann Hinze Ben Levenhagen, Support Services Field Supervisor GameTime c/o SiteLines Park & Playground Products, Inc. City of Kent 4818 Evergreen Way #200, 220 Fourth Avenue South Everett, WA 98203 Kent, WA 98032 Vendor acknowledges e re d fro ntract. erms are per City of Kent Contract. Vendor Signature: ate: '� (800) 541-0869 or (253) 508-9548 (cell) or (425) 355-5655 (telephone) (425) 425-347-3056 (facsimile) (253) 856-5133 (telephone) 253 856-6120 facsimile APPROV AS TO FORM: e t La epartment TE '' AA� VIAU Kent City Clerk GOODS & SERVICES AGREEMENT FOR ORDINARY MAINTENANCE - 7 (Over$20.000.00. includinq WSST) DECLARATION CITY OF KENT EQUAL EMPLOYMENT OPPORTUNITY POLICY The City of Kent is committed to conform to Federal and State laws regarding equal opportunity. As such all contractors, subcontractors and suppliers who perform work with relation to this Agreement shall comply with the regulations of the City's equal employment opportunity policies. The following questions specifically identify the requirements the City deems necessary for any contractor, subcontractor or supplier on this specific Agreement to adhere to. An affirmative response is required on all of the following questions for this Agreement to be valid and binding. If any contractor, subcontractor or supplier willfully misrepresents themselves with regard to the directives outlines, it will be considered a breach of contract and it will be at the City's sole determination regarding suspension or termination for all or part of the Agreement; The questions are as follows: 1. I have read the attached City of Kent administrative policy number 1.2. 2. During the time of this Agreement I will not discriminate in employment on the basis of sex, race, color, national origin, age, or the presence of all sensory, mental or physical disability. 3. During the time of this Agreement the prime contractor will provide a written statement to all new employees and subcontractors indicating commitment as an equal opportunity employer. 4. During the time of the Agreement I, the prime contractor, will actively consider hiring and promotion of women and minorities. 5. Before acceptance of this Agreement, an adherence statement will be signed by me, the Prime Contractor, that the Prime Contractor complied with the requirements as set forth above. By signing bel w, I agree to fulfill the five requirements referenced above. By: For: Title: A1wt410 r�f��27�we Date: EEO COMPLIANCE DOCUMENTS - 1 of 3 CITY OF KENT ADMINISTRATIVE POLICY NUMBER: 1.2 EFFECTIVE DATE: January 1, 1998 SUBJECT: MINORITY AND WOMEN SUPERSEDES: April 1, 1996 CONTRACTORS APPROVED BY Jim White, Mayor POLICY: Equal employment opportunity requirements for the City of Kent will conform to federal and state laws. All contractors, subcontractors, consultants and suppliers of the City must guarantee equal employment opportunity within their organization and, if holding Agreements with the City amounting to $10,000 or more within any given year, must take the following affirmative steps: 1. Provide a written statement to all new employees and subcontractors indicating commitment as an equal opportunity employer. 2. Actively consider for promotion and advancement available minorities and women. Any contractor, subcontractor, consultant or supplier who willfully disregards the City's nondiscrimination and equal opportunity requirements shall be considered in breach of contract and subject to suspension or termination for all or part of the Agreement. Contract Compliance Officers will be appointed by the Directors of Planning, Parks, and Public Works Departments to assume the following duties for their respective departments. 1. Ensuring that contractors, subcontractors, consultants, and suppliers subject to these regulations are familiar with the regulations and the City's equal employment opportunity policy. 2. Monitoring to assure adherence to federal, state and local laws, policies and guidelines. EEO COMPLIANCE DOCUMENTS - 2 of 3 CITY OF KENT EQUAL EMPLOYMENT OPPORTUNITY COMPLIANCE STATEMENT This form shall be filled out AFTER COMPLETION of this project by the Contractor awarded the Agreement. I, the undersigned, a duly represented agent of Company, hereby acknowledge and declare that the before-mentioned company was the prime contractor for the Agreement known as that was entered into on the (date), between the firm I represent and the City of Kent. I declare that I complied fully with all of the requirements and obligations as outlined in the City of Kent Administrative Policy 1.2 and the Declaration City of Kent Equal Employment Opportunity Policy that was part of the before-mentioned Agreement. By: For: Title: Date: EEO COMPLIANCE DOCUMENTS - 3 of 3 EXHIBIT A GameTime, CIO SiteLines Park& Playground Products, Inc.Corporate& Billing Office: 4818 QUOTE e�11►15 �11G ` Evergreen Way,#200, Everett WA 98203 #66465 800-541-0869 1 425-355-5655 1 fax 425-347-3056 PLA CORE C�°'"Y 01/23/2019 City of Kent Surfacing w/blowing services Kent Parks&Recreation Project#: P56535 Attn:Jacob Call Ship To Zip:98032 5821 S.240th St. Kent, WA 98032 Phone:253-341-2842 jcall@kentwa.gov Quantity Part# Description I GTIMPAX GT-Impax-bulk engineered wood fiber 11730 $12,484.80 $12,484.80 sq feet- Includes deliver to 13 park locations, blowing .services and Washington State Prevailing wages Multiple park locations SubTotal: $12,484.80 Tax: $2,950.48 Freight: $l 7,020.00 Total Amount: $32,455.28 MaryAnn Hinze SiteLines Park&Playground PrMucts.Inc. ******PLEASE MAKE YOUR ORDER PAYABLE TO "GAMETIME" ****** Page l of 4 City of Kent Surfacing w/blowing services QUOTE #66465 01/23/2019 ---ENGINEERED WOOD FIBER SURFACING SPECIAL CONDITIONS----- • GTlmpax Engineered Wood Fiber Safety Surfacing is[PEMA-certified and meets the requirements of ASTM and CPSC for impact attenuation and ADA accessibility. • Freight charge is calculated based on mileage to jobsite,not quantity.Variations in delivery location,quantity,or requests for split shipments may result in changes to the per-square-foot or per-cubie-yard price. • IMPORTANT!Once delivery date is scheduled,postponements or cancellations made less than three business days prior to the scheduled delivery date will be subject to a S350 cancellation fee.Please advise of any scheduling changes as early as possible. • Approximately 30°lo additional engineered wood fiber is recommended to account for natural settling and compaction.Mechanical compaction is recommended for instant accessibility. • Geotextile fabric and wear mats(sold separately)are recommended to reduce trenches beneath all swings and slide exitways.A drainage systems with drainage strips is recommended for sites with poor drainage.Use of a complete GTimpax-brand underlayment package (gcotextile fabric,drain strips,and wear mats)will provide a 25-year product warranty;Call SiteLines for pricing and information.Delivery of underlayments(if applicable)will be made separately from the delivery of the bulk engineered wood fiber.Underlayment installation should be completed before the surfacing bulk delivery. • For proper surfacing drainage,a 1%slope on the subbase is required;subbase slopes greater than 1%will require additional engineered wood fiber.Call SiteLines for pricing. • PLEASE NOTE IMPORTANT SITE ACCESS REQUIREMENTS:If the play area is accessible by an over-the-road semitruck(75'long x 14'tall,requiring 12'wide access and adequate space for the truck to turn around),bulk material will be unloaded directly into the play area.If area is not accessible due to size or ground conditions,material will be unloaded in the nearest location designated by customer and approved by driver(to be hauled in by customer),or customer must make an advance request for delivery in smaller trucks(NOTE:multiple trucks will increase freight charge).Bulk material unloading shall be handled by driver;installation shall be Buyer's responsibility. • For installation by Buyer,estimated labor required for distribution of bulk engineered wood fiber is two people for approximately 90 minutes per 1,000 square feet with the use of a front-end loader or Bobcat. Blown-in installation services are available in some areas for an additional charge;call for availability(lead time is typically longer than for standard trucks).I loses can extend up to 300'feet;please specify distance to back of play area at time of order.Biown-in installation may not ensure instant accessibility.Additional mechanical compaction maybe required.BULK ENGINEERED WOOD FIBER DELIVERY ADDRESS,IF DIFFERENT THAN DELIVERY ADDRESS FOR OTHER MATERIALS:COMPANY: ATTN: ADDRESS: CITY/STATE/zip: DELIVERY CONTACT NAME: PHONE: FAX: INITIAL HERE to confirm that there a clear route of access for a 75'longsemi-sized truck to approach the play area for unloading and then to turn around for exiting site,including clearance under power lines.If full-sized clear route does not exist,call SiteLines to discuss site access limitations,as smaller trucks may be required. For blowing services,specify distance between truck parking and farthest point of the play area: feet Page 2 of 4 E Page Removed - Refer to City of Kent contract terms I Initialed by Vendor: Gary Max, Authorized Representative for GameTime City of Kent Surfacing w/blowing services j QUOTE 96646 01/23/ 19 GAME"1IM 'GENERAL TERaYIS&CONDITIO\S----- QUOTATION AC TTANCR This quotation is subject to the policies in the current GameTime Park and Playground catalog and t terms and conditions stated here' .Acceptance of illis propoml indicates your agreement to these terms and conditions,regardless of form of y ur purchase tetdlot,unless otherwise reet to writing by bolh parties. PRICING:We will be plea.�d to honor this quote for 30 DAYS after issue date,for fabrication and shipment immediately roll ing your order. (see estimated delivery lead t c below),Orders placed after this(late(a•requested for delayed delivery are subject to possib pricing increase. ORDER PLACE P"NT FOR"' X SUPPORTED AGENCIES:Requirements for order placement arc a signed pure a agreement or signed quote acceptance and color select" s. ORDER PLACEMENT FOR NON- 'AX SUPPORTED AGENCIES: PAYMENT WITH ORDER IS RF.Q (ED FOR ALL ORDERS UNDER$10,000.00(Shipping costs excl ed)along with a fully- executed purchase agreement and color elections.CREDIT APPROVAL IS REQUIRED F'OR ORDER'OVER$10,000 unless payment Is sent with order.To request ere it approval,please submit a fully-executed purchase ogrecmen,color selections(if applicable),a completed GameTime credit application,na a completed project information sheet. Forward all information it to Site Lines'corporate lice for Fastest processing.Once ordered,any items , dolled,returned,or refused are subject to a 25%restocking fee;all freight from&to factor is Buyer's responsibility. Partial cancellations an or modifications may also result in increased per-unit prices on remaininf.items.Some p duels are made-to-order and are not subject t cancellation or return.Buyer shall verify all quantities prior to order placement;SiteLines bears no sponsibility for incorrect quantities. EXCLUSIONS:Unless specifically included herein,this qd ration excludes the following:bu' ing permits,site prep work and landscaping; removal of existing equipment;receiving,offloading,&inve ory of equipment;storage of ocis prior to installation;transfer of equipment from storage site to installation site;equipment assembly and i tallation;mounting hardw e;safety surfacing;containment borders;drainage provisions. Performance and payment bonds are NOT included on this quote a less otherwise note ,if a bond is required,bonding costs are 3%of the contract amount(rifler taxes,if applicable)and the bond cost will be ded to the fin invoice. FREIGHT CHARGES:Line item prices are FOR;FACTORY uiless o erwise ted.Freight costs are based on weight,volume,&destination, for combined shipment of all items to a single destination.Split shipments r re sod quantities may result in increased freight charges.If the destination zip code differs from the one listed or if one was not supplied at ' e of quote,the cost of freight may change, SHIPMENT!Including transit time,the current estimated lead time is 8 w .EK, from receipt of your completed order(slightly longer for Alaska deliveries),Lead times do not begin until all required order infer atirne is ceived and accepted by SiteLines and after credit has been approved by GameTime.All equipment is delivered unassembled unle . otherwise led. RECEIPT OF GOODS:laivll'ORTANT-Offload Inventory,Inventory,f pection,and star a shall be the responsibility of the Buyer.Freight carrier will call 24 hours in advance to notify you of your deliver date.tJpon arrival,tru driver will bring goods to the end of the truck container;offloading to ground is Buyer's responsibility.For la a or bulky orders,Buyer y wish to have a forklift and/or additional manpower on hand, For delivery in a truck equipped with a li gate,call for revised quote prd to submitting order;additional charges will dapply. Once Wooded,Buyer shall check the delivered items agar t the delivery receipt provided by ec driver,noting any shortages or damages on the receipt before signing for the delivery.IMPORTANT!Ar shorlages or damages not noted or a delivery receipt shall be the Buyer's responsibility.SiteLincs can assist you with your claim gainst the carrier;please notify SiteLines f any shortages or damages within three business(lays following delivery. SAFETY COMPLIANCE:All eligible Gagne rim equipment and GT-Impax safety surfacing has been signed to meet US CPSC and ASTM safety standards,and has been awarded third-par IPFMA ecatification for compliance.Validation ofcon liance can be found at wwwJPHMA.org. WARRANTIES:Manufacturers'standard oduct warranties apply and cover equipment replacement nod freig costs only;labor is not included.SiteLincs offers no additional rranties. TAXES:All orders delivering in Wa ington are subject to applicable sales tax unless a tax exempt certificate or rese or permit is provided at the time of order placement. PAYMENT TERMS:Tax-suppo cd Government Agencies:Payment due not 30 days after ship date.All other organizatd ns:Payment required with order by check or credit c d(VISA MC and American Ex ress accepted).Payment terms may be granted to some cu omers with excellent credit history LS?IiStl j jj A. 11�1'1i111id&L,(?Ir 5; 1y,j-(J �+ ' tf�Y ,� a ' ; ;completion of Gune1'i ds crodit application,project intorm on sheet,copy orpayment/perrormunce bond and approval by Game"Time's credit manager is requ ed.50%deposit wilt be required for made o-order custom products and Dynamo products;a 50%deposit will be required for PlayWorx product .A 1.5%per month finance charge w'I be im osed oil all past due accounts.Game Time products may be invoiced separately tom other produc �&services and shall be payable s aralely freom those services and in advance of project completion.Retainage may not be withhold. Should you have y questions,please call our office at 800-541-0869(AK&WA only)or 425-355-5655 or contact your local sales representative.T ank you for choosing SiteLines,and we took forward to the opportunity to serve you. Pale 3 of 4 Citv of Kent Surfacing w/blowing services QUOTE #66465 01/23/2019 QUOTE ACCEPTANCE: Acceptance of this proposal shall be made by an authorized agent of your company and indicates your agreement to the terms and conditions slated herein. Please complete and return all pages to SiteLines'corporate office for order processing. ACCEPTANCE O 't1t' l:ATION- Signature: _ )) tl�--'�✓" _ Printed Na/me'_� JOL i Title: 11`dEV JfbjyJ 1 ws ,CL4-ov- P.O.#: l5aa�3 Order Information: p_ Bill To: C S "Gay, Ship To: Address: a Aye , 5 _ 1--- Attn:--- aJ scab_ Ca VL -- City,State,Zip: /Lt. LIA k'03 .. �'5 Address: Billing Contact: _ A 110 City,State,Zip: ke W� n I dJ Billing Phone: S 3 -6 —5--& C1 .5- J [I Billing Fax: A A / _--------- Phon_. E-Mail: at� e.hlsp oke4l^t 0V Cell g�'to Federal Tax ID#: t E-Mail: �Q�, W�1owv Project Owner: Jobsite Location: Organization: Organization: _ ^_ Attn: Attn: Address: Address: City,State,Zip: City,State,Zip; _ SEND OWNER'S MANUAL TO(no P.O.boxes): _BILLING ADDRESS L SHIPPING ADDRESS OWNER DESIRED EQUIPMENT DELIVERY DATE(subject to current delivery lead times): Page 4 of 4 2019 Engineered Fibers Park Name Address Zip Amount Needed Abor Heights 360 11525 SE240th St 98031 60 yds Chestnut Ridge 9901 S 203rd st 98031 30 yds Eastridge 143rd Ave SE & SE 257th PI 98042 40 yds Commons 5th Avenue N and W james street 98032 60 yds Glenn Nelson 3216 S 268th street 98032 60 yds Green Tree 12011 SE 215th 98031 60 yds Green View 12033 SE 277th PI 98030 40 yds Kent Memoriol Park 850 central ave N 98032 60 yds Lake Meridian 14800 SE 272nd street 98042 30 yds Springwood 12700 SE 274th st 98030 30 yds Tudor Square 26713 112th Ave SE 98030 30 yds Turnkey 23312 100th Ave SE 98031 40 yds West Fenwick 3808 S reith rd 98032 70 yds Total Yards Needed 610 yds EXHIBIT B INSURANCE REQUIREMENTS FOR SERVICE CONTRACTS Insurance The Contractor shall procure and maintain for the duration of the Agreement, insurance against claims for injuries to persons or damage to property which may arise from or in connection with the performance of the work hereunder by the Contractor, their agents, representatives, employees or subcontractors. A. Minimum Scope of Insurance Contractor shall obtain insurance of the types described below: I. Automobile Liabilitv insurance covering all owned, non-owned, hired and leased vehicles. Coverage shall be written on Insurance Services Office (ISO) form CA 00 01 or a substitute form providing equivalent liability coverage. If necessary, the policy shall be endorsed to provide contractual liability coverage. 2. Commercial General Liability insurance shall be written on ISO occurrence form CG 00 01 and shall cover liability arising from premises, operations, independent contractors, products-completed operations, personal injury and advertising injury, and liability assumed under an insured contract. The Commercial General Liability insurance shall be endorsed to provide the Aggregate Per Project Endorsement ISO form CG 25 03 11 85. The City shall be named as an insured under the Contractor's Commercial General Liability insurance policy with respect to the work performed for the City using ISO additional insured endorsement CG 20 10 11 85 or a substitute endorsement providing equivalent coverage. 3. Workers' Compensation coverage as required by the Industrial Insurance laws of the State of Washington. B. Minimum Amounts of Insurance Contractor shall maintain the following insurance limits: 1. Automobile Liability insurance with a minimum combined single limit for bodily injury and property damage of $1,000,000 per accident. 2. Commercial General Liability insurance shall be written with limits no less than $1,000,000 each occurrence, $2,000,000 general aggregate and a $2,000,000 products-completed operations aggregate limit. EXHIBIT B (Continued ) C. Other Insurance Provisions The insurance policies are to contain, or be endorsed to contain, the following provisions for Automobile Liability and Commercial General Liability insurance: 1. The Contractor's insurance coverage shall be primary insurance as respect the City. Any Insurance, self-insurance, or insurance pool coverage maintained by the City shall be excess of the Contractor's insurance and shall not contribute with it. Z. The Contractor's insurance shall be endorsed to state that coverage shall not be cancelled by either party, except after thirty (30) days prior written notice by certified mail, return receipt requested, has been given to the City. 3. The City of Kent shall be named as an additional insured on all policies (except Professional Liability) as respects work performed by or on behalf of the contractor and a copy of the endorsement naming the City as additional insured shall be attached to the Certificate of Insurance. The City reserves the right to receive a certified copy of all required insurance policies. The Contractor's Commercial General Liability insurance shall also contain a clause stating that coverage shall apply separately to each insured against whom claim is made or suit is brought, except with respects to the limits of the insurer's liability. D. Acceptability of Insurers Insurance is to be placed with insurers with a current A.M. Best rating of not less than ANII. E. Verification of Coverage Contractor shall furnish the City with original certificates and a copy of the amendatory endorsements, including but not necessarily limited to the additional insured endorsement, evidencing the insurance requirements of the Contractor before commencement of the work. F. Subcontractors Contractor shall include all subcontractors as insureds under its policies or shall furnish separate certificates and endorsements for each subcontractor. All coverages for subcontractors shall be subject to all of the same insurance requirements as stated herein for the Contractor. ® DATE(MMIDD/YYYY) AC"o CERTIFICATE OF LIABILITY INSURANCE 04/29/2019 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must 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 endorsement(s). PRODUCER CONTACT NAME: Marsh USA,Inc. - — ------ PHONE FAX Two Alliance Center A/C No Ext:__ ______ 3560 Lenox Road,Suite 2400 E-MAIL Atlanta,GA 30326 ADDRESS: Attn:Atlanta.CertRequest@marsh.com I Fax:212-948-4321 __ INSURER(S)AFFORDING COVERAGE NAIC# CN1 02326389-CAS-GAUWX-1 8-19 INSURER A:Westchester Fire Insurance Company — — 10030 INSURED INSURER B:Travelers Property CasualtyComp aaOf America 25674 GameTime — --"- 150 Playcore Drive SE INSURER C:National Union Fire Insurance Co.of Pittsburgh PA 19445 Fort Payne,AL 35967 INSURER D:The Travelers Indemnity Company of America 25666 INSURER E:Lib Surplus Insurance Corp 10725 INSURER F:The Charter Oak Fire Insurance Co. 25615 COVERAGES CERTIFICATE NUMBER: ATL-004935986-01 REVISION NUMBER: 4 THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR. TYPE OF INSURANCE '�ADOCSU_BR. POLICY EFF POLICY EXP LTR N D POLICY NUMBER MM/DD/YYYY MM/DD/YYYY LIMITS A X COMMERCIAL GENERAL LIABILITY G2821800A002 08/01/2018 08/01/2019 1 EACH OCCURRENCE $ 2,000,000 DAMAGE RETE CLAIMS-MADE X OCCUR PREM SESO(Ea occur ante) _ $ 100,000 X 'SIR$250,000 Per Occ. MED EXP(Any one person) T$ 10,000 -- ------- — 'i PERSONAL&ADV INJURY $ 2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER. GENERAL AGGREGATE $ 4,000,000 -__ X PRO- POLICY LOC PRODUCTS-COMP/OP AG G $ _ 4,000,000 OTHER POLICY AGGREGATE $ 10,000,000 B AUTOMOBILE LIABILITY TJ-CAP-9D897065TIL-18 08/01/2018 08/01/2019 COMBINED SINGLE LIMIT $ 1,000,000 Ea accident) X ANY AUTO BODILY INJURY(Per person) $ ~' OWNED SCHEDULED BODILY INJURY(Per accident) $ AUTOS ONLY _AUTOS - _- HIRED NON-OWNED PROPERTY DAMAGE $ AUTOS ONLY AUTOS ONLY APer accident) Comp./Coll.Ded.:$1,000 ' $ X UMBRELLA LIAB X OCCUR BE 014788208 08/01/2018 08/01/2019 EACH OCCURRENCE $ 25,000,000 EXCESS LIAB CLAIMS-MADE AGGREGATE $ 25,000,000 DED X RETENTION$10,000 $ F WORKERS COMPENSATION 'TROUB-9D90032-6-18 08/01/2018 08/01/2019 X 7 PER oTH- AND EMPLOYERS'LIABILITY STATUTE D Y/N TC2HUB-9D90031-4-18 08/01/2018 08/01/2019 1,0007000 ANYPROPRIETOR/PARTNER/EXECUTIVE E.L.EACH ACCIDENT $ ___ B OFFICER/MEMBER EXCLUDED? N/A UB-7J602089-18-14-G 08/01/2018 08/01/2019 — (Mandatory in NH) E1 DISEASE-EA EMPLOYEEI $ 1,000,000 If yes,describe under (See Additional Page.) E.L.DISEASE-POLICY LIMIT $ 1,000,000 DESCRIPTION OF OPERATIONS below E Excess Umbrella 1000054456-08 08/01/2018 08/01/2019 Each Occurrence 25,000,000 Aggregate 25,000,000 DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES(ACORD 101,Additional Remarks Schedule,may be attached if more space is required) RE: All Jobs The City of Kent is listed as additional insured(except workers'compensation)as their interests may appear,during and until completion of the referenced project,on a primary and non-contributory basis via CG 2010,when required by written contract. A Waiver of Subrogation applies in favor of the additional insured on the Workers Compensation policy,when required by written contract. CERTIFICATE HOLDER CANCELLATION City of Kent SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE 220 Fourth Avenue South THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN Kent,WA 98032 ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE of Marsh USA Inc. Manashi Mukherjee _Ma%AAA . ©1988-2016 ACORD CORPORATION. All rights reserved. ACORD 25(2016/03) The ACORD name and logo are registered marks of ACORD AGENCY CUSTOMER ID: CN102326389 LOC#: Atlanta ADDITIONAL REMARKS SCHEDULE Page 2 of 2 AGENCY NAMED INSURED Marsh USA,Inc GameTime 150 Playcore Drive SE POLICY NUMBER Fort Payne,AL 35967 CARRIER NAIC CODE EFFECTIVE DATE: ADDITIONAL REMARKS THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER: 25 FORM TITLE: Certificate of Liability Insurance Workers'Compensation(Continued): TROUB-9090032-6-18(AZ,FL,OR,WI,MA) TC2HUB-9D90031-4-18(AL CA CO GA IA IL IN KS KY MD MI MN MO MT NC NE NV NY OK PA SC TN TX UT VA) UB-7J602089-18-14-G(AZ CA CO CT FL GA ID IL IN KS MD MN MO MT NC NH NV NY OK OR PA TN TX WV) ACORD 101 (2008/01) ©2008 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD INSURED: PLAYCORE GROUP, INC. INSURER AFFORDING COVERAGE: POLICY EFFECTIVE DATES:08-01-2018- 08-01-2019 Westchester Surplus Lines Insurance Co. POLICY NUMBER: G2821800A 002 COMMERCIAL GENERAL LIABILITY CG 20 10 04 13 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - SCHEDULED PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Organization(s) Locations Of Covered Operations Blanket as required by written contract As per written contract Information required to complete this Schedule, if not shown above, will be shown in the Declarations. A. Section II — Who Is An Insured is amended to B. With respect to the insurance afforded to these include as an additional insured the person(s) or additional insureds, the following additional organization(s) shown in the Schedule, but only exclusions apply: with respect to liability for "bodily injury", "property This insurance does not apply to "bodily injury" or damage" or "personal and advertising injury" pp y y ry caused, in whole or in part, by: "property damage"occurring after: 1. All work, including materials, parts or 1. Your acts or omissions; or equipment furnished in connection with such 2. The acts or omissions of those acting on your work, on the project (other than service, behalf; maintenance or repairs) to be performed by or in the performance of your ongoing operations for on behalf of the additional insured(s) at the the additional insured(s) at the location(s) location of the covered operations has been designated above. completed; or However: 2. That portion of "your work" out of which the injury or damage arises has been put to its 1. The insurance afforded to such additional intended use by any person or organization insured only applies to the extent permitted by other than another contractor or subcontractor law; and engaged in performing operations for a 2. If coverage provided to the additional insured is principal as a part of the same project. required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. CG 20 10 04 13 Cr, Insurance Services Office, Inc., 2012 Page 1 of 2 C. With respect to the insurance afforded to these 2. Available under the applicable Limits of additional insureds, the following is added to Insurance shown in the Declarations; Section Ili —Limits Of Insurance: whichever is less. If coverage provided to the additional insured is This endorsement shall not increase the required by a contract or agreement, the most we applicable Limits of Insurance shown in the will pay on behalf of the additional insured is the Declarations. amount of insurance: 1. Required by the contract or agreement; or Page 2 of 2 cD Insurance Services Office, Inc., 2012 CG 20 10 04 13 4/11/2019 abouttlank State of Washington Department of Labor & Industries Prevailing Wage Section - Telephone 360-902-5335 PO Box 44540, Olympia, WA 98504-4540 Washington State Prevailing Wage The PREVAILING WAGES listed here include both the hourly wage rate and the hourly rate of fringe benefits. On public works projects, worker's wage and benefit rates must add to not less than this total. A brief description of overtime calculation requirements are provided on the Benefit Code Key. Journey Level Prevailing Wage Rates for the Effective Date: 4/11/2019 County Trade Job Classification Wage Holiday Overtime Note King Laborers Air, Gas Or Electric Vibrating $48.90 7A 31 Screed King Laborers Airtrac Drill Operator $50.42 7A 31 King Laborers Ballast Regular Machine $48.90 7A 31 King Laborers Batch Weighman $41.45 7A 31 King Laborers Brick Pavers $48.90 7A 31 King Laborers Brush Cutter $48.90 7A 31 King Laborers Brush Hog Feeder $48.90 7A 31 King Laborers Burner $48.90 7A 31 King Laborers Caisson Worker $50.42 7A 31 King Laborers Carpenter Tender $48.90 7A 31 King Laborers Caulker $48.90 7A 31 King Laborers Cement Dumper-paving $49.81 7A 31 King Laborers Cement Finisher Tender $48.90 7A 31 King Laborers Change House Or Dry Shack $48.90 7A 31 King Laborers Chipping Gun (under 30 Lbs.) $48.90 7A 31 King Laborers Chipping Gun(30 Lbs. And Over) $49.81 7A 31 King Laborers Choker Setter $48.90 7A 31 King Laborers Chuck Tender $48.90 7A 31 King Laborers Clary Power Spreader $49.81 7A 31 King Laborers Clean-up Laborer $48.90 7A 31 King Laborers Concrete Dumper/chute Operator $49.81 7A 31 King Laborers Concrete Form Stripper $48.90 7A 31 King Laborers Concrete Placement Crew $49.81 7A 31 King Laborers Concrete Saw Operator/core $49.81 7A 31 Driller King Laborers Crusher Feeder $41.45 7A 31 King Laborers Curing Laborer $48.90 7A 31 King Laborers Demolition: Wrecking Et Moving $48.90 7A 31 (incl. Charred Material) King Laborers Ditch Digger $48.90 7A 31 King Laborers Diver $50.42 7A 31 aboutblank 1,A 4/11/2019 abouttlank King Laborers Drill Operator $49.81 7A 31 (hydraulic,diamond) King Laborers Dry Stack Walls $48.90 7A 31 King Laborers Dump Person $48.90 7A 31 King Laborers Epoxy Technician $48.90 7A 31 King Laborers Erosion Control Worker $48.90 7A 31 King Laborers Faller Et Bucker Chain Saw $49.81 7A 31 King Laborers Fine Graders $48.90 7A 31 King Laborers Firewatch $41.45 7A 31 King Laborers Form Setter $48.90 7A 31 King Laborers Gabian Basket Builders $48.90 7A 31 King Laborers General Laborer $48.90 7A 31 King Laborers Grade Checker Et Transit Person $50.42 7A 31 King Laborers Grinders $48.90 7A 31 King Laborers Grout Machine Tender $48.90 7A 31 King Laborers Groutmen (pressure)including $49.81 7A 31 Post Tension Beams King Laborers Guardrail Erector $48.90 7A 31 King Laborers Hazardous Waste Worker (level A) $50.42 7A 31 King Laborers Hazardous Waste Worker (level B) $49.81 7A 31 King Laborers Hazardous Waste Worker (level C) $48.90 7A 31 King Laborers High Scaler $50.42 7A 31 King Laborers Jackhammer $49.81 7A 31 King Laborers Laserbeam Operator $49.81 7A 31 King Laborers Maintenance Person $48.90 7A 31 King Laborers Manhole Builder-mudman $49.81 7A 31 King Laborers Material Yard Person $48.90 7A 31 King Laborers Motorman-dinky Locomotive $49.81 7A 31 King Laborers Nozzleman (concrete Pump, $49.81 7A 31 Green Cutter When Using Combination Of High Pressure Air Et Water On Concrete Et Rock, Sandblast, Gunite, Shotcrete, Water Bla King Laborers Pavement Breaker $49.81 7A 31 King Laborers Pilot Car $41.45 7A 31 King Laborers Pipe Layer Lead $50.42 7A 31 King Laborers Pipe Layer/tailor $49.81 7A 31 King Laborers Pipe Pot Tender $49.81 7A 31 King Laborers Pipe Retiner $49.81 7A 31 King Laborers Pipe Wrapper $49.81 7A 31 King Laborers Pot Tender $48.90 7A 31 King Laborers Powderman $50.42 7A 31 King Laborers Powderman's Helper $48.90 7A 31 King Laborers Power Jacks $49.81 7A 31 King Laborers Railroad Spike Puller - Power $49.81 7A 31 King Laborers Raker - Asphalt $50.42 7A 31 King Laborers Re-timberman $50.42 7A 31 abouttlank 2/4 4/11/2019 about:blank King Laborers Remote Equipment Operator $49.81 7A 31 King Laborers Rigger/signal Person $49.81 7A 31 King Laborers Rip Rap Person $48.90 7A 31 King Laborers Rivet Buster $49.81 7A 31 King Laborers Rodder $49.81 7A 31 King Laborers Scaffold Erector $48.90 7A 31 King Laborers Scale Person $48.90 7A 31 King Laborers Sloper (over 20") $49.81 7A 31 King Laborers Sloper Sprayer $48.90 7A 31 King Laborers Spreader (concrete) $49.81 7A 31 King Laborers Stake Hopper $48.90 7A 31 King Laborers Stock Piler $48.90 7A 31 King Laborers Tamper E: Similar Electric, Air E: $49.81 7A 31 Gas Operated Tools King Laborers Tamper (multiple Et Self- $49.81 7A 31 propelled) King Laborers Timber Person - Sewer (lagger, $49.81 7A 31 Shorer Et Cribber) King Laborers Toolroom Person (at Jobsite) $48.90 7A 31 King Laborers Topper $48.90 7A 31 King Laborers Track Laborer $48.90 7A 31 King Laborers Track Liner (power) $49.81 7A 31 King Laborers Traffic Control Laborer $44.33 7A 31 8R King Laborers Traffic Control Supervisor $44.33 7A 31 8R King Laborers Truck Spotter $48.90 7A 31 King Laborers Tugger Operator $49.81 7A 31 King Laborers Tunnel Work-Compressed Air $107.60 7A 31 8Q Worker 0-30 psi King Laborers Tunnel Work-Compressed Air $112.63 7A 31 8Q Worker 30.01-44.00 psi King Laborers Tunnel Work-Compressed Air $116.31 7A 31 8Q Worker 44.01-54.00 psi King Laborers Tunnel Work-Compressed Air $122.01 7A 31 8Q Worker 54.01-60.00 psi King Laborers Tunnel Work-Compressed Air $124.13 7A 31 0 Worker 60.01-64.00 psi King Laborers Tunnel Work-Compressed Air $129.23 7A 31 8Q Worker 64.01-68.00 psi King Laborers Tunnel Work-Compressed Air $131.13 7A 31 8Q Worker 68.01-70.00 psi King Laborers Tunnel Work-Compressed Air $133.13 7A 31 8Q Worker 70.01-72.00 psi King Laborers Tunnel Work-Compressed Air $135.13 7A 31 8Q Worker 72.01-74.00 psi King Laborers Tunnel Work-Guage and Lock $50.52 7A 31 8Q Tender King Laborers Tunnel Work-Miner $50.52 7A 31 8Q King Laborers Vibrator $49.81 7A 31 King Laborers Vinyl Seamer $48.90 7A 31 King Laborers Watchman $37.67 7A 31 about:blank 'Aia 4/11/2019 abouttlank King Laborers Welder $49.81 7A 31 King Laborers Well Point Laborer $49.81 7A 31 King Laborers Window Washer/cleaner $37.67 7A 31 about:blank 4/4 T City of Kent Master Business License Application DATE: KEN w..•,. .o• City of Kent Customer Service • 220 Fourth Avenue S. • Kent,WA 98032-5895 253-856-5210 . customerserAce@KentWA.gov BUSINESS INFORMATION AM licensesgMire December 31.Re-Issue invoice mailed end of calendar year. Legal Entity Name: Playcore Wisconsin, Inc. Trade Name DBA: GameTime Physical Address: 544 Chestnut Street City: Chattanooga State: TN ZIP: 37402 Mailing Address:544 Chestnut Street City. Chattanooga State: TN ZIP: 37402 Email: playcorewisconsin-tax@playcore.com phone: 423-265-7529 WA State UBI#: 601790901-001 WA State TRN(if applicable): 0 Individual 0 Partnership 0 LLC ■ Corporation 0 Other Type of Business:(check all that apply) 0 Wholesale Trade 0 Retail Trade 0 Service 0 Manufacturing 0 Construction 0 Govt. 0 TranspJCommunJUtil. 0 Finance/InsurJRE 0 Education O Health Industry 0 Sales/Mktg. 0 Other Description of Business Activity:Sale and manufacture of park, playground, and recreation equipment Date when business activity began in Kent: 04/15/2019 Owners)/Officers Name(s): Richard E. Ruegger Address: 544 Chestnut Street City: Chattanooga State: TN Zip: 37402 Phone: 423-265-7529 Email: playcorewisconsin-tax@playcore.com Estimated Annual Gross Income in Kent(Check the box that applies to your business) 0 $0- $2,000 ■ $2,001 - $200,000 0 $200,001 - $1,000,000 0 More than $1,000,000 Contact person: Don King Phone: 423-997-5255 Email: don.king@gametime.com THIS SECTION APPLIES TO BUSINESSES THAT HAVE A PHYSICAL LOCATION WITHIN CITY LIMITS COMMERCIAL BUSINESSES NAILS Code:339999 Square Footage: N/A Do You Share a Location with Another Business? ■ No 0 Yes (If yes, please call C/S at 253-856-5201) If so please list other entity: Will your business engage in selling,giving away,distributing,dispensing,exchanging for anything of value, planting, growing, processing, packaging, storing,or any other act relating to marijuana as that term is defined in RCW 69.50.101? 0 Yes ■ No Do you have more than one location within the City of Kent? 0 Yes ■ No If yes, please list location(s): Does your business require a specialty license(i.e.Applicable if your business has Amusement Devices,Cabaret,or Pool&Billiard Tables)? 0 Yes ■ No If so please list: T Emergency Contact: Phone: Phone: COMMERCIAL BUSINESSES (CON'T) Does your business manufacture,process or package food or drink? ❑ Yes ■ No Does your business prepare, serve or make available food or drink for consumption by the public? ❑ Yes ■ No Total number of employees NSA (Use this number to determine license fee) Driver's License# (Kent Businesses only) Fee Schedule iNUi'y1BER OF EMPLOYEES: OPENING JULY 1 0-24 Employees $245.62 $195.62 25-49 Employees $345.62 $245.62 50-99 Employees $545.62 $345.62 100 or more employees $745.62 $445.62 Independent Contractor $101.00 $51.00 (Example:Someone leasing a chair at a licensed salon or barber shop) Non-Profit No Charge 501 (c)3 Required Relocation in Kent No Charge (New App.req.) Prior Kent Address: NON-RESIDENT BUSINESS THIS SECTION IS FOR BUSINESSES WHICH DO NOT HAVE AN OFFICE OR PHYSICAL LOCATION IN THE CITY OFKENT. Fee Schedule If your annual gross income in Kent is$2000 or less you are not required to obtain a business license with the City of Kent.This is for non-resident businesses only. Operating before July 1 $101.00 Operating after July 1 $51.00 RENTAL HOUSING BUSINESS SECTION THIS SECTION IS ONLY FOR RENTAL PROPERTIES WHICH CONTAIN TWO OR MORE HOUSING UNITS Fee Schedule Opening July 1 2 to 10 units $101.00 $51.00 11 to 50 units $301.00 $151.00 51 and above $601.00 $301.00 TAX REGISTRATION By completing this application,you are also registering to file City of Kent business and occupation (B&O) tax returns. If your business activities are exempt from B&O tax, please write the reason(s) here: The City also levies a utility tax,admissions tax,and gambling tax upon certain business activities. For tax forms or additional information,visit us at KentWA.gov or contact the Tax Division at 253-856-6266. 1 hereby certify that the statements and information furnished by me on this application are true and complete to the best of my knowledge.I also acknowledge that the statements and information furnished by me on this application are public records and are available for public inspection pursuant to State of Washington RCW 42.17.260.1 understand that issuance of this license is conditioned upon compliance at all times with all applicable ordinances,regulations and statutes of the City of Kent and State of Washington.The issuance of this business license does not imply compliance with the Zoning lM6form Fire and Building Codes- Signature Print Name Scott Hooker. Title: Senior Tax Accountant Date: 04/15/2019 .........................................INCOMPLETE APPLICATIONS WILL NOT BE PROCESSED........................................ FOR OFFICE USE ONLY.QL n [dare Reed Amount Paid Request for Mayor's Signature KENO WRSHINGTON Complete this form and route to the Office of the City Attorney (Print on cherry-colored paper) Q Approved by Director Originator: Jan Applegate Phone (Originator): 256-856-5122 Date Sent:05/17/2019 Date Required:05/21/2019 Returned Signed Document to: Jan Applegate 8 Contract Coversheet Attached Has this Document been Specifically Authorized GameTime Go SiteLines Park 8 Playground Products,Inc. Vendor Name: in the Budget? Yes @No Date of Council Approval: Account Number: 15106404.63180.xxxx Brief Explanation of Document: This is our annual replenishment of wood fiber safety surfacing. We are required by National Playground Safety Institute standards to maintain a minimum 12 inch depth of wood fiber surfacing. In recent years we have used this method of having the wood fiber blown in. This has enabled us to maintain safe levels at little added cost. Also this method has enabled us to recover time used in the past to spread wood fiber for other types of playground repairs. i3iEr'E'VED 111y.�rio'g KENT LAVV p-r Date Received by City Attprney: RECEIVED- Comments: ' ] Date Routed to the May 's O r MAY 2 3 2019 Date Routed to the City Clerk: S b ��� t Office of the Mayor Date Returned to Originator: adccW19756_4_18