Loading...
HomeMy WebLinkAboutCAG2020-072 - Original - Bill's Roofing - Davis Property - HRP Roof Replacement #2024 - 01/28/2020 Agreement Routing Form • For Approvals,Signatures and Records Management KENT This form combines&replaces the Request for Mayor's Signature and Contract Cover Sheet forms. WASHINGTON (Print on pink or cherry colored paper) Originator: Department: Brittany Levens Parks- Human Services Date Sent: Date Required: > 2/25/2020 0 QAuthorized to Sign: Date of Council Approval: Q 0 Director or Designee ❑Mayor Budget Account Number: Grant? El Yes ❑No 800219.64190.6001 Budget? ❑Yes ❑ No Type: Federal Vendor Name: Category: Bill's Roofing Contract Vendor Number: Sub-Category: C 35266 Original 0 Project Name: HRP Roof Replacement ID #2024 E 0 Project Details:Residential Roof Replacement: 21733 113th PL SE Kent, WA 98031 C a� E Agreement Amount: $9,900.00 Basis for Selection of Contractor: Bid 3 Start Date: 1/28/20 Termination Date: 3/28/20 Q Local Business? 0 Yes ❑ No* *Ifineets requirements per KCC3.70.700,please complete"Vendor Purchase-Local Exceptions"form on Cityspace. Notice req ed prior to disclosure? Contract Number: ❑Yes Date Received by City Attorney: Comments: C 3 0 _m oc •� L 3 C Im Date Routed to the Mayor's Office: V1 Date Routed to the City Clerk's Office: saccW22373_1_20 Visit Documents.KentWA.gov to obtain copies of all agreements KENT PUBLIC WORKS AGREEMENT between City of Kent and Bills Roofing ( Donell Davis) 21733 113t" PL SE Kent, WA 98031 THIS AGREEMENT is made by and between the City of Kent, a Washington municipal corporation (hereinafter the "City"), and Bills roofing organized under the laws of the State of Washington, Peirce County, located and doing business at 11316 216t" St E Graham Wa, 98338 (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 necassary for removal and replacement of existing cedar shake roofing material and replace with asphalt composite roofing material. Roofing material must be approved by home owner per HOA. Clean and remove debris from job site. Haul away 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 60 days uopon recievieng the notice to proceed.. III. COMPENSATION. The City shall pay the Contractor a total amount not to exceed $9,900.00, 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 $9,900.00 Client (Donell Davis) will be responsible for remaining balance of $11,916.00 and any or all change orders due to unforseen damages. 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: G By q � (signa�re) / (sign u e) Print Name: x-) .S�h Print Name: Merina Hanson Its 2 Its: Human Services Manager (title) h DATE: / DATE: NOTICES TO BE SENT TO: NOTICES TO BE SENT TO: CONTRACTOR: CITY OF KENT: Bill lawson Darrel Hammack Bills Roofing Dhammack@kentwa.gov 11316 216th ST e City of Kent Graham, WA 98338 220 Fourth Avenue South Kent, WA 98032 253-846-0833 (telephone) 253-846-1151Darrel Hammack (facsimile) (253) 253-856-5079 (telephone) (253) 253-856-6070 (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) DECLARATION CITY OF KENT EQUAL EMPLOYMENT OPPORTUNITY POLICY The City of Kent is committed to conform to Federal and State laws regarding equal opportunity. As such all contractors, subcontractors and suppliers who perform work with relation to this Agreement shall comply with the regulations of the City's equal employment opportunity policies. The following questions specifically identify the requirements the City deems necessary for any contractor, subcontractor or supplier on this specific Agreement to adhere to. An affirmative response is required on all of the following questions for this Agreement to be valid and binding. If any contractor, subcontractor or supplier willfully misrepresents themselves with regard to the directives outlines, it will be considered a breach of contract and it will be at the City's sole determination regarding suspension or termination for all or part of the Agreement; The questions are as follows: 1. I have read the attached City of Kent administrative policy number 1.2. 2. During the time of this Agreement I will not discriminate in employment on the basis of sex, race, color, national origin, age, or the presence of all sensory, mental or physical disability. 3. During the time of this Agreement the prime contractor will provide a written statement to all new employees and subcontractors indicating commitment as an equal opportunity employer. 4. During the time of the Agreement I, the prime contractor, will actively consider hiring and promotion of women and minorities. 5. Before acceptance of this Agreement, an adherence statement will be signed by me, the Prime Contractor, that the Prime Contractor complied with the requirements as set forth above. By signing below, I agree to fulfill the five requirements referenced above. By: For: Title: Date: EEO COMPLIANCE DOCUMENTS - 1 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 f Zi Company, hereby acknowledge and decl that t b re-mentioned company as the prime contractor for the gre ment known as f 1 S 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: Title: Date: EEO COMPLIANCE DOCUMENTS - 3 City of Kent 4^4�� Parks, Recreation& Community Services K E N T Housing& Human Services Division Kent Home Repair Program �s�.��.�, 2204`'Ave. S Kent, WA 98032 Date:9/3/19 (253)856-5065 REQUEST FOR BID Bid Due 9/17/19 by 4:00 PM RESIDENT INFORMATION: (Location of work to be performed) Name: Donell Davis Address: 21733 113th PI SE Kent, WA 98031 Phone: 253-347-1354 Scope of Work: provide all labor, Permits, equipment and materials necessary for removal and replacement of existing cedar shake roof. Replace with asphalt composite roofing material. Roofing material and color must be approved by home owner per HOA. Hall off and dispose of all debris in a acceptable facility. 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 Agreement: 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. Warranty: Please include any complete service/product warranty description(s) with bid, if applicable. 1 CONTRACTOR INFORMATION: Company Name: j� ysl Business Address: l - Contact Person: Phone: vj L o t Sax: Email: 6 \� Svzoo�k\V\A�) C_ n C V BID PROPOSAL: NOTE: BIDS MUST BE SUBMITT T PREVAILING WAGE RATES FOR KING COUNTY BASE BID -� r- 1. Materials: $ � r ( 2. 3. Permit: $� Soo . &0 PRE-TAX TOTAL: $0.00 Washington State Sales Tax 95 (City of Kent, 10.0%) $0.00 S Qv cI � c� TOTAL BID: $0.00 �v� 7� ,® .j--- M;} o Signatur —476i I SEND COMPLETED BIDS TO: PIS S d d � � 5QIZL Darrel Hammack, Field Supervisor b%OL S a-r f- C O vt'\ — Kent Home Repair Phone: (253)856-5065 L k C6CUACI S 220 4`h Ave South Fax: (253)856-6070 ! �a Kent,WA 98032 Email: Dhammack@kentwa.eov C"� ,4/ r -e s G�; ILA Please contact with any questions by phone or email, Monday-Friday S AM to 4 PM. �_kf per FWA Contractor Reg.#ILLSRI930K3anded and Insured Bill Lawson,Owner BBB- AMEDITID 11316 216""Street East, Graham,WA 98338 NSDIM Puyallup/Graham(253)846-0833•Tacoma(253)565-2362 South King County(253) 833-8845.Olympia(360)943-7083 Toll Free 1-(888)-840-0833 •Fax(253)846-1151 Email:billsroofing@comcast.net Date:9 7119 Estimate submitted to: Work to be performed at: Donell Davis 253.347.1354 21733 113te pl.SE ' c/o Kent Housing/Darrel Hammack Kent,WA 98031 dhammack kentwa, ov Bills Roofing,Inc.will provide the following services: ' Protect any vulnerable areas from falling debris Remove existing cedar shake roofing material down to skipped sheathing and properly dispose Install Yz"OSB decking boards over ski F g peed sheathing to building code specifications Install a synthetic underlayment over entire roof surface Install 3x1 gutter metal on all gutter edges Install drip metal on all rake edges Install 26 gauge valley metal in all valleys Install a custom color match starter course Install Lifetime Laminated Asphalt Shingles according to manufacturer's specifications Shingle products to be nailed with electro-galvanized roofing nails according to manufacturer's specifications Install 26 gauge step flashings on all wall runs Install new metal based pipe flashings on all pipe flanges Install any functional vents(IE.Kitchen,bathroom,etc.) all vents are to be metal Install new RVO-38(metal) exhaust vents per code-or- Install a Lomanco,baffled ridge vent system on all horizontal peeks Securely flash chimney with 26 gauge metal Securely flash skylights with 26 gauge metal Install new high profile ridge shingles Clean roof,grounds,and gutters of excess materials and debris generated by Bill's Roofing Inc. (Please note that the HOA is requiring upper end shingles with a 3501b. weight requirement,the products below meet those requirements,we can install any style or products if customer has another preference.) GAF Grand Sequoia-or-CertainTeed Presidential Price $21816.00(Tax and Permit Fees included in price) Initial9& GAF Grand Canyon-or-CertainTeed Presidentiai n Price $22762.00 (Tax and Permit Fees included in price) Initial Color: 10 year workmanship warranty Bill's Roofing was rated 100%in the recent KOMO poll of the top 49 Roofing Contractors in King and Pierce County And supports an A+rating with BBB,Angie's List and Check Book All material is guaranteed to be as specified.Bill's Roofing,Inc.will not be responsible for any damages to the interior or exterior due to vibrations during constructions,i.e.,dust/debris between tongue and groove boards,light fixtures and hung items not properly fastened, etc.Any unauthorized activity on roof or non-payment in full voids all warranties. k Credit card payments are accepted with a 2%finance fee.After(10)days from invoice date,the account becomes past due and is subject fi to a 1.5%per month finance charge. Customer agrees to pay all attorneys'fees and costs in the events of any need for collections. Authorized Signature Date: t City of Kent Parks, Recreation& Community Services KEN T Housing& Human Services Division Kent Home Repair Program WAS.-OTQN 220 4rh Ave. S Kent, WA 98032 Date:9/3/19 (253)856-5065 REQUEST FOR BID Bid Due 9/17/19 by.4:00 PM RESIDENT INFORMATION: (Location of work to be performed) Name: Donell Davis Address: 21733 113th PI SE Kent, WA 98031 Phone: 253-347-1354 Scope of Work: i provide all labor, Permits, equipment and materials necessary for removal and replacement of existing cedar shake roof. Replace with asphalt composite roofing material. Roofing material and color must be approved by home owner per HOA. Hall off and dispose of all debris in a acceptable facility. 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 Agreement: 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. Warranty: Please include any complete service/product warranty description(s) with bid, if applicable. 1 HOUSING & HUMAN SERVICES Merina Hanson Housing and Human Services Manager 220 4th Avenue South * Kent, WA 98032 KENT CITY OF KENT Fax: 253-856-6070 WASHINGTON HOME REPAIR PROGRAM Award of Contract PHONE: 253-856-5070 Client: Donnell Davis Date: 12/10/2019 Case #: 2024 Phone # 253-347-1354 Address: 21733 113th PI SE Kent, WA 98031 Contractor: Bills Roofing Inc. 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. f /1 Merina Hanson I �•/v• t Authorized Agent u ervices Ma a er Date > 0 a Darrel Hammack ` Z-19-l©21� Authorized Agent Home Repair Supervisor Date c v Y Mayor Dana Ralph . City of Kent Parks, Recreation &Community Services Julie Parascondola, CPRP, Director HOUSING & HUMAN SERVICES Merina Hanson Housing and Human Services Manager 220 4th Avenue South KENT Kent, WA 98032 WASHINGTON Fax: 253-856-6070 CITY OF KENT PHONE: 253-856-5070 HOME REPAIR PROGRAM NOTICE TO PROCEED DATE: 12/10/2019 Homeowner: Donnell Davis Phone # 253-347-1354 Address: 21733 113th PL SE Kent, WA 98031 Contractor: Bills Roofing Inc. 11316 216th St E Graham, WA 98338 You are hereby authorized to proceed with the work described in your bid proposal and Construction Contract dated9/17/201 for 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 r'MI .Z<-•��� Authorized Agent ' m ervic 'Manager Date > C, Darrel Hammack - o?o� Authorized Agent Repair P gram upervisor Date v Mayor Dana Ralph City of Kent Parks, Recreation &Community Services Julie Parascondola, CPRP, Director , T PERMIT Check permit status "online" at `✓KENT www.ci.kent.wa.uslper nitcenter Permit #: CRAL-2195187 IVR #: 216215 Project: Permit Name: DAVIS RESIDENCE - REROOF APN: 9265800530 Site Address: 21733 113 PL SE KENT, WA 98031 OWNER ON APPLICATION Name:DAVIS DONNELL Phone: Address: 21733 113TH PL SE E-mail: KENT, WA 98031 TYPE OF CONSTRUCTION Stories 2 Bedrooms 4 Units 7 Square Feet 29 Valuation 10532.51 one District ode Edition 2015 Scope of Work RE-ROOF REROOF RESIDENTIAL BUILDING. TEAR OFF OLD ROOF, INSTALL NEW UNDERLAYMENT, METALS, FLASHING, VENTS, RIDGE, AND ASPHALT SHINGLES. **SUBJECT TO FIELD INSPECTION.** NUMBER OF ROOFING SQUARES: 29 Conditions ROOF TEAR OFF INSPECTIONS Call for Inspection 1040 prior to placing felt paper or equivalent. RESIDENTIAL REROOF INSPECTIONS Inspection Codes 1040 and 1009 must be requested and approved for final approval. Permit Items BUILDING VALUATION 29 RES REROOF SHAKE, COMP SHINGLE, TILE CONSTRUCTION CONTRACTOR Name: BILL'S ROOFING, INC License: BILLSRI930K3 Address: 11316 216TH ST E Phone: 253-846-0833 GRAHAM, WA 98338 �l ve, Issued By: Building Services Mgr Date: 18-DEC-19 Expiration Date: 15-JUN-20 Page 1 of 1 JOBCARD /'"�► Permit#: CRAL-2195187 IVR#: 216215 Project: DAVIS RESIDENCE-REROOF K E N T Site Address: 21733 113 PI.SE � ,. Building/Fire Insp.Requests: TDD: (253)813-2068 Building Insp. 7-8 AM (253)856-5427 (253)856-5412 Contractor Permit Items Name: BILL'S ROOFING, INC Address: 11316 216TH ST E GRAHAM,WA 98338 Phone: 253-846-0833 State License: BILLSRI930K3 Type(s)of Construction Occupancy Group(s) Scope of Work RE-ROOF REROOF RESIDENTIAL BUILDING. TEAR OFF OLD t i ROOF,INSTALL NEW UNDERLAYMENT, METALS, FLASHING,VENTS,RIDGE,AND ASPHALT SHINGLES. "SUBJECT TO FIELD INSPECTION." NUMBER OF ROOFING SQUARES:29 f Inspection Approvals 1.DO NOT COVER WORK until it is inspected.approved and signed below. INSPECTIONS DATE BY INSPECTIONS DA-rE4_ By INSPEC f IONS DATE BY_.__ Footings Gas Test Rough Framing Stem Walls Gas Piping __ ! Insulation , Under-Floor Water Service _UG Plumbing Pre-Roof Rough Plumbing. Roof Nailing Roush Mechanical ' Exterior Sheathing Vapor Barrier Gypsum Wallboard Pre-Construction Ceiling Grid 2.FIRE INSPECTIONS/Do not call for Fire Alarm System until electrical is approved. INSPECTIONS i DATE BY INSPECTIONS DATE BY INSPECTIONS DATE BY UG Thrust Blocks Yard I lydrant UG Il dro Y OH Sprinklers UG Flush Monitoring f Fire Alarm System 3.FINAL INSPECTIONS INSPECTIONS DATE BY INSPECTIONS DATE j BY INSPECTIONS UA'I'E: BY Final Building Final Fire Final Plumbing Final Planning Final Mechanical Final Public Works Check Your Permit Status Permit list «Go Back Click on a permit to see more detail. Status PermitlAddress ApplicantlProject Description DONE CRAL-2195187___ DAVIS RESIDENCE-REROOF Permit Details Print Review activities are chronological.Please scroll to the bottom to view remaining open review activities. Permit Status: DONE Permit Number:ORAL-2195187 IVR Number:216215 Applicant: Address:21733113 PL SE Project Description:DAVIS RESIDENCE-REROOF Permit Inspections Inspected/ Results Inspection Comments Contact Scheduled 02/11/2020 PASSED ROOF SHEATHING 048222-01, ' Building INSPECTION NAILING PHONE MSG Services 02/18/2020 PASSED FINAL BUILDING 048445-01,' Building INSPECTION PHONE MSG` Services #per page: 10 125 If your permit does not appear in this list,you may have entered the permit number incorrectly on the previous page. You must include the 4- character alphanumeric code and dash (e.g., RA13-, CNST-)at the beginning of the permit number.Please check your permit number and enter it again. Washington Shh�ryaNrert of Labor&Industries(https://Ini.wa.gov) PUBLIC WORKS PROJECTS Prevailing Wage Rates for Public Works Contracts �-: Help for this page Printer Friendly Awarding Agencies Look Up Journey Level Rates (https:#Ini.wa.gov/licensing- Important Note about Rates:Choosing correct worker classifications depends upon determinations published by permits/public-works-projects/awarding- L&I.Review our Determinations. agencies) Look up Prevailing Wage rates with effective dates as far back as March 4,1998. !+ Which rates(effective date)should you select? Contractors/Employers � C+)When are Prevailing Wage rates updated? (https:#Ini.wa.gov/licensing- Select County Select Trade permits/public-works- AdamsAsbestos Abatement Workers projects/contractors-employers) Asotin Boilermakers Benton Brick And Marble Masons Chelan Brick Mason Clallam Bricklayers&Marble Masons Prevailing Wage Policies Clark Building Service Employees (https:#Ini.wa.gov/licensing- Columbia Cabinet Makers(In Shop) permits/public-works- Cowlitz Carpenters Douglas Cement Masons projects/prevailing-wage-policies) Ferry I Divers&Tenders Effective Date: 12/10/2019 Get Wages _j 'ownload Wages Apprentice Wages Workers Benefit Code Key for 12/10/2019 Note: select View under'Risk Class to verify workers compensation insurance w your project.Use this toot to find and understand the insurance risk classifications to pay for (https:#Ini.wa.gov/licensing- the trade and occupations you are utilizing on your project.Workers'compensation risk classifications are determined by the nature of your project,nature of business permits/public-works- ,phase of construction. projects/workers) County Trade Job Classification Wage Holiday Overtime Note 'Risk Class King Roofers Journey Level $53.27 5A 3H View King Roofers Using Irritable Bituminous Materials $56.27 5A 3H View Scopes of Work (https:#In i.wa.gov/I icensing- permits/public-works- projects/scopes-of-work) Interested Parties (https:#I n i.wa.gov/I i cen s i n g- permits/publ ic-works- projects/interested-parties) Prevailing Wage Advisory (https://In i.wa.gov/I icens i ng- p e r m i t s/p u b l i c-works- projects/prevai ling-wage-advisory) Prevailing Wage Rates WAC 296-127-01370 Roofers. For the purpose of the Washington state public works law, chapter 39. 12 RCW, roofers apply and install any and all types of roofing materials, other than sheet metal. The work of roofers includes, but is not limited to: (1) The installation of slate and tile and all substitute materi- als taking the place of slate and tile, with necessary metal flashing to make water-tight. All cementing in, on or around slate and tile roofs. All laying of felt or paper beneath the slate and tile. All dressing, punching and cutting of all roof slate or tile ei- ther by hand or machinery. (2) The installation of all forms of plastic, slate, slag, grav- el; asphalt and composition roofing; rock asphalt mastic when used for damp and waterproofing; prepared paper; compressed paper, and chemi- cally prepared paper with or without coating. The installation of all damp resisting preparations when applied on roofs with mop, three-knot brush, roller, swab or spray system. (3) The installation of all forms of elastomeric and/or plastic (elasto-plastic) roofing systems, both sheet and liquid applied, whether single-ply or multi-ply. All types of aggregates, blocks, bricks or stones used to ballast these elasto-plastic systems. All types of aggregates used as a ballast for inverted roofing membrane assembly, or roof of similar construction where the insula- tion is laid over the roofing membrane. All sealing and caulking of seams and joints on these elasto- plastic systems to insure water-tightness . All liquid-type elasto-plastic preparation for roofing, damp or waterproofing when applied with a squeegee, trowel, roller or spray equipment. All sheet-type elasto-plastic systems, whether single or multi- ply, for waterproofing. All priming of surfaces to be roofed, damp or waterproofed, whether done by roller, mop, swab, three-knot brush, or spray systems . All types of preformed panels used in waterproofing. (4) The application of all types of spray-in-place foams such as urethane or polyurethane, and the coatings that are applied over them. (5) The application of roof insulation, when the insulation mate- rial is applied as an integral part of the roofing system, whether the insulation material is applied as the first, last or any other layer in between. (6) The handling, hoisting and storing of all roofing, damp and waterproofing materials . (7) The tear-off and/or removal of any type of roofing, including roofing materials containing asbestos, all spudding, sweeping, vacuum- ing and/or cleanup of any and all areas of any type where a roof is to be relayed, and all other cleanup required in connection with roofing work. [Statutory Authority: Chapter 39.12 RCW, RCW 43 . 22 .270 and 43 . 22 . 051 . WSR 00-15-077, § 296-127-01370, filed 7/19/00, effective 7/19/00 . ] Certified on 10/25/2019 WAC 296-127-01370 Page 1 Site alert Washington State Department of Labor & Industries Public Works Projects Awarding Agency: KENT,CITY OF Project: Donnell Davis Project Overview Project name Contract no. Award Date Prime Contractor Name Donnell Davis 2024 12-10-2019 BILL'S ROOFING INC Job site Project cost Bid Date Phone number 21733113th PI SE $23,997.60 9-17-2019 253-846-o833 Kent,WA 98031 Contract Type L&I Account ID WA UBI Number Description Small Works(Less than$350,000) 98002101 602691571 Tear off old roofing material.Install all new necessary metals,flashing,vents, Contractor License no. underlayment and shingles all according to Awarding Agency Contact BILLSRI93oK3 code Darrel Hammack,253-856-5079 Notice of Completion Status Apprentice Utilization Required NOC Not Filed No Change Certificate of Release OMWBE Utilization Required Not Released No Change Intent Details Close Document Received Date:12-10-2019 Intent Id:1026006 Affidavit Id:920755 Status:Approved on 12-10-2019 Intent Contractor Details Company Name BILL'S ROOFING INC Address 11 316 216TH ST E GRAHAM,WA,98338 Contractor Registration No. BILLSR1930K3 WA US]Number 602691 571 Phone Number 253-846-0833 Industrial Insurance Account ID 98002101 Email Address billsroofing@comcast.net Filed By Carrie Lawson OMWBE Certifications as of 12-10-2019 No active certifications exist for this business. Prime Contractor for Project Company Name BILL'S ROOFING INC Contractor Registration No. BILLSR19301<3 WA UBI Number 602691571 Phone Number 253-846-0833 Project Information Awarding agency KENT,CITY OF 220-4TH AVE S KENT,WA-98032-5895 Awarding agency contact Darrel Hammack Awarding agency contact phone number 253-856-5079 Contract no. 2024 Project name Donnell Davis Contract amount $23,997.60 Contract Type Small Works(Less than$350,000) Is apprentice utilization required? No Is OMWBE utilization required? No Bid date 9-1 7-2019 Award date 12-10-2019 Project Site Address or Directions 21733 113th PI SE Kent,WA 98031 Project Description Tear off old roofing material.Install all new necessary metals,flashing,vents, underlayment and shingles all according to code Intent Details Expected project start date 1-13-2020 In what county(or counties)will the work be performed? King In what city(or nearest city)will the work be performed? Kent What is the estimated contract amount?OR is this a time and materials estimate? $23,997.60 Does your company intend to hire ANY subcontractors? No Will your company have employees perform work on this project? Yes Do you intend to use any apprentices?(Apprentices are considered employees.) No How many owner/operators performing work on the project own 30%or more of the company? 0 No company owner added Journey Level Wages County Trade Occupation Wage Fringe Workers King Roofers Journey Level $53.27 $0.00 5 Public Notes There are no public notes. Help us improve 0 Site alert Aft Washington State Department of k,h Labor & Industries Public Works Projects Awarding Agency: KENT,CITY OF Project: Donnell Davis Project Overview Project name Contract no. Award Date Prime Contractor Name Donnell Davis 2024 12-10-2019 BILL'S ROOFING INC Job site Project cost Bid Date Phone number 21733 113th PI SE $23,997.60 9-17-2019 253-846-o833 Kent,WA 98031 Contract Type L&I Account ID WA UBI Number Description Small Works(Less than$350,000) 98002101 602691571 Tear off old roofing material.Install all new necessary metals,flashing,vents, Contractor License no. underlayment and shingles all according to Awarding Agency Contact BILI SRI93oK3 code Darrel Hammack,253-856-5079 Notice of Completion Status Apprentice Utilization Required NOC Not Filed No Change Certificate of Release OMWBE Utilization Required Not Released No Change EER Affidavit 920755 Close Document Received Date:2-13-2020 Intent Id:1o26006 Afidavit Id:920755 Affidavit Status:Approved on 2-13-2020 Contractor Details(Prime Contractor) Name BILL'S ROOFING INC Address 11 316 216TH ST E GRAHAM,WA,98338 WA IJBI no. 602691571 Contractor Registration no. BILLSRI9301<3 Industrial Insurance Account Id 98002101 Email Address billsroofing@comcast.net Filed By Lawson,Carrie OMWBE Certifications as of 12-10-2019 No active certifications exist for this business. Project Information Awarding agency KENT,CITY OF 220-4TH AVE S KENT,WA-98032-5895 Awarding agency contact Darrel Hammack Awarding Agency 253-856-5079 Project name Donnell Davis County where work was performed King City where work was performed Kent Project Site Address or Directions 21733 113th PI SE Kent,WA 98031 Project Description Tear off old roofing material.Install all new necessary metals, flashing,vents,underlayment and shingles all according to code Prime contractor name BILL'S ROOFING INC Prime contractor registration no. BILLSRI930K3 Contract no. 2024 Contract Type Small Works(Less than$350,000) Is apprentice utilization required? No Is OMWBE utilization required? No Prime contractor phone number 253-846-0833 Prime contractor intent id 1026006 Original contract amount $21,816.00 Bid due date 9-17-2019 Contract award date 12-10-2019 Intent filed date 12-10-2019 job start date 2-10-2020 Date work completed 2-12-2020 Project Completion Did your company hire any subcontractors? No Did your company have employees perform work on this project? Yes Did you use any apprentices on this project? No Is the prime contract at a cost of over one million dollars IS 1,000,000)? No Company Owner Information How many owner/operators performed work on the project that own 30%or more of the company? 0 No company owner added Affidavit Subcontractor(s) No subcontractors are selected for this affidavit Journey Level Wages County Trade Occupation Wages Fringe Workers Hours King Roofers Journey Level $53.27 $0.00 6 126.50 Apprentice Wages No apprentices have been selected for this affidavit Public Notes --On 2/13/2020'--