Loading...
HomeMy WebLinkAboutCAG2020-209 - Original - Mr. Truck Wash, Inc. dbs Mr. Pressure Wash - Pressure Washing at Town Square Plaza & Lake Meridian - 06/24/2020ApprovalOriginator:Department: Date Sent:Date Required: Authorized to Sign: Director or Designee Mayor Date of Council Approval: Grant? Yes No Type:Review/Signatures/RoutingDate Received by City Attorney:Comments: Date Routed to the Mayor’s Office: Date Routed to the City Clerk’s Office:Agreement InformationVendor Name:Category: Vendor Number:Sub-Category: Project Name: Project Details: Agreement Amount: Start Date: Basis for Selection of Contractor: Termination Date: Local Business? Yes No* *If meets requirements per KCC 3.70.100, please complete “Vendor Purchase-Local Exceptions” form on Cityspace. Notice required prior to disclosure? Yes No Contract Number: Agreement Routing Form For Approvals, Signatures and Records Management This form combines & replaces the Request for Mayor’s Signature and Contract Cover Sheet forms. (Print on pink or cherry colored paper) Visit Documents.KentWA.gov to obtain copies of all agreementsadccW22373_1_20 Budget Account Number: Budget? Yes No Dir Asst: Sup/Mgr: Dir/Dep: ee 06/19/2020 4 Other832874 Parks, Recreation & Community ServicesJan Applegate 4 06/24/2020 06/24/2020 Other n/a 10006600.64190.xxxx OtherMr. Truck Wash, Inc. N/A 7/31/2020 8176.30 N/A N/A GL BL 6/30/20 GOODS & SERVICES AGREEMENT FOR ORDINARY MAINTENANCE - 1 ($20,000 or Less, including WSST) GOODS & SERVICES AGREEMENT FOR ORDINARY MAINTENANCE between the City of Kent and Mr. Truck Wash, Inc. dba Mr. Pressure Wash THIS AGREEMENT is made by and between the City of Kent, a Washington municipal corporation (hereinafter the "City"), and Mr. Truck Wash, Inc. dba Mr. Pressure Wash organized under the laws of the State of Washington, located and doing business at 8040 Avondale Road Northeast, Redmond WA 98052. Contact: Mayumi Muller, Phone: 206-250-5528 (Cell) or 253-852-4608 (office) (hereinafter the "Vendor"). AGREEMENT I. DESCRIPTION OF WORK. The Vendor shall provide the following goods and materials and/or perform the following services for the City: Pressure washing at Town Square Plaza, located at 426 West Smith Street, Kent WA 98032. Ground wash to include fountain area, paver/tiles, wall seat benches and pervious concrete. Pressure washing at Lake Meridian, located at 14800 SE 272nd Street, Kent WA 98032. Areas to be pressure washed include the picnic shelter roof and rinse ground underneath. Contract work at the above areas as described in the contra ctor's proposal received on June 11, 2020 attached as Exhibit A. The 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, the Vendor shall complete the work and provide all goods, materials, and services by July 31, 2020 . III. COMPENSATION. The City shall pay the Vendor an amount not to exceed EIGHT THOUSAND ONE HUNDRED SEVENTY SIX DOLLARS AND THIRTY CENTS ($8,176.30), including applicable Washington State Sales Tax, for the goods, materials, and services contemplated in this Agreement. The City shall pay the Vendor the following amounts according to the following schedule: Vendor shall submit a final invoice to AccountsPayable@KentWA.gov from which the City will pay. GOODS & SERVICES AGREEMENT FOR ORDINARY MAINTENANCE - 2 ($20,000 or Less, including WSST) Card Payment Program. The Vendor may elect to participate in automated credit card payments provided for by the City and its financial institution. This Program is provided as an alternative to payment by check and is available for the convenience of the Vendor. If the Vendor voluntarily participates in this Program, the Vendor will be solely responsible for any fees imposed by financial institutions or credit card companies. The Vendor shall not charge those fees back to the City. If the City objects to all or any portion of an invoice, it shall notify the 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 the Vendor for any defective or unauthorized goods, materials or services. If the 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 the 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. The 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. The Vendor shall pay prevailing wages in effect on the date the bid is accepted or executed by the 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 the 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 the 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 the Vendor’s business, and has obtained a Unified Business Identifier (UBI) number from the State of Washington. GOODS & SERVICES AGREEMENT FOR ORDINARY MAINTENANCE - 3 ($20,000 or Less, including WSST) 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. 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, the Vendor must submit a written change order request to the person listed in the notice provision section of this Agreement, Section XVI(D), within fourteen (14) calendar days of the date the 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 o r 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 r equire 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 IX, 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 the 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. FORCE MAJEURE. Neither party shall be liable to the other for breach due to delay or failure in performance resulting from acts of God, acts of war or of the public enemy, riots, pandemic, fire, flood, or other natural disaster or acts of government (“force majeure event”). Performance that is prevented or delayed due to a force majeure event shall not result in liability to the delayed party. Bot h parties represent to the other that at the time of signing this Agreement, they are able to perform as required and their performance will not be prevented, hindered, or delayed by the current COVID -19 pandemic, any existing state or national declaration s of emergency, or any current social distancing restrictions or personal protective equipment requirements that may be required under federal, state, or local law in response to the current pandemic. If any future performance is prevented or delayed by a force majeure event, the party whose performance is prevented or delayed shall promptly notify the other party of the existence and nature of the force majeure event causing the prevention or delay in performance. Any excuse from liability shall be effective only to the extent and duration of the force majeure event causing the prevention or delay in performance and, provided, that the party prevented or delayed has not caused such event to occur and continues to use diligent, good faith efforts to avoid the effects of such event and to perform the obligation. Notwithstanding other provisions of this section, the Vendor shall not be entitled to, and the City shall not be liable for, the payment of any part of the contract price during a force majeure event , or any costs, losses, expenses, damages, or delay costs incurred by the Vendor due to a force majeure event. Performance that is more costly due to a force majeure event is not included within the scope of this Force Majeure provision. If a force majeure event occurs, the City may direct the Vendor to restart any work or performance that may have ceased, to change the work, or to take other action to secure the work or the project site during the force majeure event. The cost to restart, change, or sec ure the work or project site arising from a direction by the City under this clause will be dealt with as a change order, except to the GOODS & SERVICES AGREEMENT FOR ORDINARY MAINTENANCE - 4 ($20,000 or Less, including WSST) extent that the loss or damage has been caused or exacerbated by the failure of the Vendor to fulfill its obligations under this Agreement. Except as expressly contemplated by this section, all other costs will be borne by the Vendor. IX. 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 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). X.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. GOODS & SERVICES AGREEMENT FOR ORDINARY MAINTENANCE - 5 ($20,000 or Less, including WSST) THIS SECTION FURTHER LIMITS ANY APPLICABLE STATUTORY LIMITATIONS PERIOD. XI. WARRANTY. The 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. The 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 the Vendor’s representations to City. The Vendor shall promptly correct all defects in workmanship and materials: (1) when the Vendor knows or should have known of the defect, or (2) upon the 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. XII.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. The 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. XIII.INDEMNIFICATION. The 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 the Vendor's work when completed shall not be grounds to avoid any of these covenants of indemnification. 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 the 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 the 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. XIV. 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. XV. WORK PERFORMED AT VENDOR'S RISK. The Vendor shall take all necessary precautions and shall be responsible for the safety of its employees, agents, and subcontractors in the GOODS & SERVICES AGREEMENT FOR ORDINARY MAINTENANCE - 6 ($20,000 or Less, including WSST) performance of the contract work and shall utilize all protection necessary for that purpose. All work shall be done at the Vendor's own risk, and the 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. XVI. 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 XIII 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 the Vendor. G.Entire Agreement. The written provisions and terms of this Agreement, together with any Exhibits attached hereto, shall supersede all prior verbal statements of any officer or other representative of the City, and such statements shall not be effective or be construed as entering into or forming a part of or altering in any manner this Agreement. All of the above documents are hereby made a part of this Agreement. However, should any language in any of the Exhibits to this Agreement conflict with any language contained in this Agreement, the terms of this Agreement shall prevail. H.Compliance with Laws. The Vendor agrees to comply with all federal, state, and municipal laws, rules, and regulations that are now effective or in the future become applicable to the 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 GOODS & SERVICES AGREEMENT FOR ORDINARY MAINTENANCE - 7 ($20,000 or Less, including WSST) 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: By: (signature) Print Name: Its: (title) DATE: CITY OF KENT: By: (signature) Print Name: Garin Lee Its: Superintendent, Park Operations DATE: NOTICES TO BE SENT TO: VENDOR: Mayumi Muller, VP Business Development Mr. Truck Wash, Inc. dba Mr. Pressure Wash 8040 Avondale Road Northeast Redmond, WA 98052 (206) 250-5528 (cell) or (253) 852-4608 (telephone) (206) 260-0101 (facsimile) NOTICES TO BE SENT TO: CITY OF KENT: Ben Levenhagen, Support Services Field Supervisor City of Kent 220 Fourth Avenue South Kent, WA 98032 (253)508-9548 (cell) or (253) 856-5133 (telephone) (253)856-6120 (facsimile) ATTEST: Kent City Clerk June 21, 2020 VP Business Development Mayumi Muller Garin Lee (Jun 24, 2020 07:42 PDT) 6/24/20 Kim Komoto (Jun 30, 2020 21:09 PDT) Kim Komoto EEO COMPLIANCE DOCUMENTS - 1 of 3 DECLARATION CITY OF KENT EQUAL EMPLOYMENT OPPORTUNITY POLICY The City of Kent is committed to conform to Federal and State laws regarding equal opportunity. As such all contractors, subcontractors and suppliers who perform work with relation to this Agreement shall comply with the regulations of the City’s equal employment opportunity policies. The following questions specifically identify the requirements the City deems necessary for any contractor, subcontractor or supplier on this specific Agreement to adhere to. An affirmative response is required on all of the following questions for this Agreement to be valid and binding. If any contractor, subcontractor or supplier willfully misrepresents themselves with regard to the directives outlines, it will be considered a breach of contract and it will be at the City’s sole determination regarding suspension or termination for all or part of the Agreement; The questions are as follows: 1.I have read the attached City of Kent administrative policy number 1.2. 2.During the time of this Agreement I will not discriminate in employment on the basis of sex, race, color, national origin, age, or the presence of all sensory, mental or physical disability. 3.During the time of this Agreement the prime contractor will provide a written statement to all new employees and subcontractors indicating commitment as an equal opportunity employer. 4.During the time of the Agreement I, the prime contractor, will actively consider hiring and promotion of women and minorities. 5.Before acceptance of this Agreement, an adherence statement will be signed by me, the Prime Contractor, that the Prime Contractor complied with the requirements as set forth above. By signing below, I agree to fulfill the five requirements referenced above. By: ___________________________________________ For: __________________________________________ Title: _________________________________________ Date: _________________________________________ June 21, 2020 VP Business Development Mr. Truck Wash, Inc EEO COMPLIANCE DOCUMENTS - 2 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 - 3 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: _________________________________________ Pressure Washing Specification For Ben Levenhagen Support Services Field Supervisor City of Kent Town Square Plaza Ground Wash(Prevailing Wages) Corner of Smith St & 2nd Kent, WA 98032 253.856.5133 Mayumi Muller VP Business Development Mr. PressureWash 206.250.5528 mayumi@mrpressurewash.net EXHIBIT A HOW IS MR PRESSURE WASH 4,U E DIFFERENT? Q Established since 2008 Q Over 30 Employees Q Operation Managers & Field Supervisors Q Eastside Business of the Year Winner Q King County Executive Small Business Award for Green/Sustainable Small Business of the Year Q Green Business Certified Q King County Best Workplace for Waste Prevention and Recycling Q Waste Water Compliant and approved by Seattle, Tacoma, Redmond, Everett, and King County MOST COMPREHENSIVE CUSTOM EQUIPMENT INSURANCE IN THE INDUSTRY FOR PARKING GARAGES INCLUDING POLLUTION COVERAGE. Commercial General Liability Insurance $1,000,000 rTl- All equipment has been retrofitted to run on propane to omit Umbrella Liability Insurance $5,000,000 less than the L&I allowable Carbon Monoxide levels. Pollution Liability Insurance $1,000,000 Vr CO Meters are used throughout entire job to ensure the safety General Aggregate $2,000,000 of workers and building tenants. Q All water is captured and recycled. This allows for no standing puddles, less water used and no dirt or oils clogging up parking garages oil water separators. 3 0 ' Dear Ben: Thank you for your interest in our pressure washing services. I am confident you will feel satisfied with our services because there are five points that set us apart: 1. Eco-friendly. We use the most advanced, eco-friendly cleaning technology. From our proprietary green cleaning enzyme formulation to our equipment that reduce water usage by recycling up to 98% of the gray water used for cleaning, no other company can match the effectiveness of our green cleaning methods. 2. Knowledge of laws and regulations. If you clean your parking lots, garages, or walkways and let grease or oil enter the storm drain system, you can be fined by the EPA or other government agencies. We help you comply with all federal, State, and local wastewater disposal regulations so you get sparkly clean surfaces without the worries. 3. Ability to clean areas others can't. We can clean areas with no access to water and no access to drains. Our specialized equipment can also clean dirty floors without the splash and spray of traditional spray guns, which means your floors will dry quickly so slippage and potential liability are minimized. 4. Superior customer service. Not only will we work around your business schedule so any disruption to your business is minimized, but you will also be assigned a personal service representative to ensure your total satisfaction of our services. 5. Total satisfaction guarantee. To ensure quality service, one of our project managers will be onsite to maintain our high quality standards. If you are not totally satisfied for any reason, we will arrange a prompt return visit at no extra cost to make things right. Mr. PressureWash is licensed, insured, bonded and experienced. We look forward to serving you! Kind regards, Mayumi Muller VP Business Development 206.250.5528 A. Scope of Work The work will consist of all preparation, pressure washing, and related items necessary to complete work described in these specifications and listed in the remaining pages included within. Prepare and give notices to tenants on areas to be pressure washed, job hours, and special parking instructions. Notices are subject to client1. approval. Typically a 2-week notice and a 1-week reminder notice are given. Place "Wet Floor" signs during job hours to minimize potential liability.2. Apply protective cover to areas not to be pressure washed. Examples include covering electrical supplies with plastic cover and placing water-3. absorbent socks at strategic locations to prevent seepage. Pre-spray the areas to be pressure washed with eco-friendly, non-emulsifying detergent.4. Adjust water pressure and temperature to the appropriate amount to provide optimal cleaning power without damaging client's property. For5. instance, different settings must be applied for pressuring washing a concrete floor vs. siding vs. roofs vs. wooden decks. Pressure wash the areas listed in Appendix A per quality standards established by Mr. PressureWash.6. When necessary recycle, treat, and dispose of any wastewater appropriately per EPA, State, and local regulations. With the exception of water used7. for cleaning siding, Mr. PressureWash will vacuum up and reuse 98% of the water used for cleaning so almost no water is wasted. Note: For parking garage jobs, please ensure all vehicles are moved from their stalls. If you require us to come back to clean the stalls where8. vehicles were present and not moved, a fee of $15 per stall or a minimum of $250 will be added to the final invoice. B. Materials Depending on the job specifications, Mr. PressureWash either requires the client to provide the water supply, or brings its own supply of water to the1. job site. See Appendix A for details. Mr. PressureWash shall provide its proprietary, biodegradable detergent that cleans tough stains using enzymes and naturally occurring microbes.2. Mr. PressureWash shall adjust the pressure washing solution mixture to provide optimal cleaning power while minimizing wastewater created.3. Solution mixture at the job site shall be available for inspection at any time upon client's request.4. C. Protection of Surfaces Not to Be Pressure Washed Mr. PressureWash shall protect all adjacent areas not to be pressure washed by taking appropriate measures. Areas to be protected include:1. • All electrical boxes, equipment, and buttons • Landscaping and shrubbery • Windows • Elevators • Underneath specific doors to prevent leakage • Fragile signs that may be damaged by pressure washing Upon completion of work, Mr. PressureWash shall remove all protection devices from areas not to be pressure washed.2. D. Resolution of Conflicts The customer service representatives at the Mr. PressureWash corporate office are trained to answer any questions or concerns at anytime. During1. job hours, a project manager will also be onsite to inspect quality standards and answer any questions the client may have. If the project manager or customer service representatives are unable to resolve the issue, the client can phone Aaron Muller, President of Mr. PressureWash, directly at (425) 766-3940. The client's satisfaction is our number one priority. In the rare event that the client and Mr. PressureWash cannot settle their disagreements, all claims and disputes arising under or relating to this2. agreement are to be settled by binding arbitration in the state of Washington. An award of arbitration may be confirmed in a court of competent jurisdiction. Disputes in which the amount at issue is less than $1,500 shall not be subject to this arbitration provision. E. Coordination of Work Mr. PressureWash will coordinate with the client to perform the job during hours that minimize disruption to the client's business, such as weekends1. and evenings. F. Safety Employees of Mr. PressureWash are trained in workplace safety. All pertinent safety regulations shall be adhered to rigidly.1. Water used for pressure washing shall be vacuumed up by Mr. PressureWash whenever possible to minimize the possibility of slippage. In addition,2. "Wet Floor" signs shall be placed at strategic locations during job hours to help minimize liability. G. Satisfaction Guarantee If the client is unhappy with the work performed by Mr. PressureWash for any reason, the client may contact the corporate office of Mr. PressureWash1. within 7 days after the job has been performed. Mr. PressureWash shall arrange a return visit at no cost to the client to correct any mistakes. Appendix A May 28, 2019 Recommended Pressure Washing Specifications Pressure Wash Site: City of Kent Town Square Plaza Ground Wash(Prevailing Wages) Location: Corner of Smith St & 2nd, Kent, WA 98032 Client Name: Ben Levenhagen Client Phone: 253.856.5133 Second Contact Name: Todd Dow Second Contact Phone: Client Fax: Client E-mail: BLevenhagen@kentwa.gov Client Address (if different from Pressure Wash Site): 220 4th Ave So, Kent, WA 98032 Project Type: Areas to be Pressure Washed Square Footage: Number of Buildings: Number of Units: Number of Parking Stalls: Number of Car Ports: Number of Stairways: Number of Stories: Number of Breezeways: Is Siding Pressure Washed?: No Type of Siding: Are Walkways Pressure Washed? No Walkway Square Footage: Amount of Gum Currently Present: Notes: Are Roofs Pressure Washed?: No Type of Roof: Notes: Water Supply Water used for pressure washing shall be supplied by: Type of water Mr Pressure Wash needs to use?: Hydrant Permit Required?: Water Detergent Mr. PressureWash will supply and use the following washing detergent: Water Disposal Mr. PressureWash will: Type of Drain on Premise: Equipment Rental Lift rental required?: Scaffolding required?: Harness required?: Time Frame Mr. PressureWash shall be granted access for pressure washing on: TBD Special Instructions Instructions: MPW WILL WASH ALL GROUND SURFACE PAVERS, BENCHES, PERVIOUS CONCRETE. MPW WILL NEED TO KNOW LOCATION OF WATER SOURCE PRIOR TO WASH. Additional Notes: Apt. Bldg: Comm. Bldg: Parking Bldg: Hydrant Permit Required?: Client Name: Ben Levenhagen Cost Breakdown Areas to Be Pressure Washed Cost Miscellaneous GROUND WASH TO INCLUDE FOUNTAIN AREA, PAVER/TILES, WALL SEAT BENCHES & PERVIOUS CONCRETE $5,136.50 Total Miscellaneous $5,136.50 ENVIRONMENTAL FEE $257.00 Subtotal: $5,393.50 Tax: $550.14 Tax is calculated at 10.1%, however, if you are in a service area that is at a different tax rate, we will make the adjustments upon invoicing said work. Total Quote: $5,943.64 This quote is effective till December 31, 2020. Please fax the last page with your signature to (206) 260-0101 by December 31, 2020. Any questions should be directed to Mayumi Muller at 206.250.5528. The undersigned agrees to the terms of this agreement on behalf of his/her organization or business. In the event of Client's default, Client agrees to reimburse MTW for all damages suffered, including but not limited to incidental, consequential, and other damages, and reasonable attorney fees and court costs. H. Disclaimer Due to the porous nature of concrete some stains such as rust, deep oil stains, some coffee stains, gum shawdows, some efflorescence may not1. come off. If customer is concerned with one specific stain please specify before signing proposal and we may be able to use special products or procedures to remove. WINDOWS: Our cleaning process does not include professional window washing. We will rinse all windows, but they may need to be professionally cleaned after pressure washing work is completed. Client acknowledges that if the project has been scheduled and confirmed by all parties and Mr. Pressure Wash, Inc show’s up and is not allowed to2. wash because client is unprepared for any reason a $250 reschedule fee will be accessed to the client. This proposal accepted by: This proposal submitted by: _____________________________________________________________________________ Ben Levenhagen, Support Services Field Supervisor Date Mayumi Muller, VP Business Development City of Kent Town Square Plaza Ground Wash(Prevailing Wages) Mr. PressureWash SERIOUS NOTICE MUST READ: Many garages have inferior ventilation systems. This can cause an unsafe level of Carbon Monoxide to build up in the garage and also in the building itself. Our technicians are trained and are always monitoring CO 2 levels. If at anytime they become unsafe our policy is to discontinue washing until the levels decrease to a safe level. If we are not able to finish the work with our standard cleaning systems due to unsafe CO2 levels then we will need to bring in our specialized cleaning equipment designed to omit very little CO2. If this is the case there will be change order cost of 25% of the job. Signature ____________________________________ I have personally inspected all pressure washing work done by Mr. Pressure Wash, Inc and am satisfied with the quality of work performed and am satisfied that the job is fully completed. I understand that if MPW has to come back for any reason, additional fees will be charged. Signature ____________________________________ Date ____________________________________ Equipment Needed Truck 11 ECO VAC Trailer 16" Vacuum Spinner Safety Vest Paper Work Drain Cover Gallery PAVERS & FOUNTAIN GROUND GROUND GROUND GROUND PAVERS GROUND & BENCHES PAVERS & BENCHES PAVERS & PERVIOUS CONCRETE BENCHES & PERVIOUS Sitemap Image Pressure Washing Specification For Ben Levenhagen Support Services Field Supervisor City of Kent-Lake Meridian Park Picnic Shelter Roof (PreVailing Wage) 14800 SE 272nd St Kent, WA 98032 253-856-5133 Mayumi Muller VP Business Development Mr. PressureWash 2062505528 mayumimuller@gmail.com HOW IS MR PRESSURE WASH 4,U E DIFFERENT? Q Established since 2008 Q Over 30 Employees Q Operation Managers & Field Supervisors Q Eastside Business of the Year Winner Q King County Executive Small Business Award for Green/Sustainable Small Business of the Year Q Green Business Certified Q King County Best Workplace for Waste Prevention and Recycling Q Waste Water Compliant and approved by Seattle, Tacoma, Redmond, Everett, and King County MOST COMPREHENSIVE CUSTOM EQUIPMENT INSURANCE IN THE INDUSTRY FOR PARKING GARAGES INCLUDING POLLUTION COVERAGE. Commercial General Liability Insurance $1,000,000 rTl- All equipment has been retrofitted to run on propane to omit Umbrella Liability Insurance $5,000,000 less than the L&I allowable Carbon Monoxide levels. Pollution Liability Insurance $1,000,000 Vr CO Meters are used throughout entire job to ensure the safety General Aggregate $2,000,000 of workers and building tenants. Q All water is captured and recycled. This allows for no standing puddles, less water used and no dirt or oils clogging up parking garages oil water separators. 3 0 ' Dear Ben: Thank you for your interest in our pressure washing services. I am confident you will feel satisfied with our services because there are five points that set us apart: 1. Eco-friendly. We use the most advanced, eco-friendly cleaning technology. From our proprietary green cleaning enzyme formulation to our equipment that reduce water usage by recycling up to 98% of the gray water used for cleaning, no other company can match the effectiveness of our green cleaning methods. 2. Knowledge of laws and regulations. If you clean your parking lots, garages, or walkways and let grease or oil enter the storm drain system, you can be fined by the EPA or other government agencies. We help you comply with all federal, State, and local wastewater disposal regulations so you get sparkly clean surfaces without the worries. 3. Ability to clean areas others can't. We can clean areas with no access to water and no access to drains. Our specialized equipment can also clean dirty floors without the splash and spray of traditional spray guns, which means your floors will dry quickly so slippage and potential liability are minimized. 4. Superior customer service. Not only will we work around your business schedule so any disruption to your business is minimized, but you will also be assigned a personal service representative to ensure your total satisfaction of our services. 5. Total satisfaction guarantee. To ensure quality service, one of our project managers will be onsite to maintain our high quality standards. If you are not totally satisfied for any reason, we will arrange a prompt return visit at no extra cost to make things right. Mr. PressureWash is licensed, insured, bonded and experienced. We look forward to serving you! Kind regards, Mayumi Muller VP Business Development 2062505528 A. Scope of Work The work will consist of all preparation, pressure washing, and related items necessary to complete work described in these specifications and listed in the remaining pages included within. Prepare and give notices to tenants on areas to be pressure washed, job hours, and special parking instructions. Notices are subject to client1. approval. Typically a 2-week notice and a 1-week reminder notice are given. Place "Wet Floor" signs during job hours to minimize potential liability.2. Apply protective cover to areas not to be pressure washed. Examples include covering electrical supplies with plastic cover and placing water-3. absorbent socks at strategic locations to prevent seepage. Pre-spray the areas to be pressure washed with eco-friendly, non-emulsifying detergent.4. Adjust water pressure and temperature to the appropriate amount to provide optimal cleaning power without damaging client's property. For5. instance, different settings must be applied for pressuring washing a concrete floor vs. siding vs. roofs vs. wooden decks. Pressure wash the areas listed in Appendix A per quality standards established by Mr. PressureWash.6. When necessary recycle, treat, and dispose of any wastewater appropriately per EPA, State, and local regulations. With the exception of water used7. for cleaning siding, Mr. PressureWash will vacuum up and reuse 98% of the water used for cleaning so almost no water is wasted. Note: For parking garage jobs, please ensure all vehicles are moved from their stalls. If you require us to come back to clean the stalls where8. vehicles were present and not moved, a fee of $15 per stall or a minimum of $250 will be added to the final invoice. B. Materials Depending on the job specifications, Mr. PressureWash either requires the client to provide the water supply, or brings its own supply of water to the1. job site. See Appendix A for details. Mr. PressureWash shall provide its proprietary, biodegradable detergent that cleans tough stains using enzymes and naturally occurring microbes.2. Mr. PressureWash shall adjust the pressure washing solution mixture to provide optimal cleaning power while minimizing wastewater created.3. Solution mixture at the job site shall be available for inspection at any time upon client's request.4. C. Protection of Surfaces Not to Be Pressure Washed Mr. PressureWash shall protect all adjacent areas not to be pressure washed by taking appropriate measures. Areas to be protected include:1. • All electrical boxes, equipment, and buttons • Landscaping and shrubbery • Windows • Elevators • Underneath specific doors to prevent leakage • Fragile signs that may be damaged by pressure washing Upon completion of work, Mr. PressureWash shall remove all protection devices from areas not to be pressure washed.2. D. Resolution of Conflicts The customer service representatives at the Mr. PressureWash corporate office are trained to answer any questions or concerns at anytime. During1. job hours, a project manager will also be onsite to inspect quality standards and answer any questions the client may have. If the project manager or customer service representatives are unable to resolve the issue, the client can phone Aaron Muller, President of Mr. PressureWash, directly at (425) 766-3940. The client's satisfaction is our number one priority. In the rare event that the client and Mr. PressureWash cannot settle their disagreements, all claims and disputes arising under or relating to this2. agreement are to be settled by binding arbitration in the state of Washington. An award of arbitration may be confirmed in a court of competent jurisdiction. Disputes in which the amount at issue is less than $1,500 shall not be subject to this arbitration provision. E. Coordination of Work Mr. PressureWash will coordinate with the client to perform the job during hours that minimize disruption to the client's business, such as weekends1. and evenings. F. Safety Employees of Mr. PressureWash are trained in workplace safety. All pertinent safety regulations shall be adhered to rigidly.1. Water used for pressure washing shall be vacuumed up by Mr. PressureWash whenever possible to minimize the possibility of slippage. In addition,2. "Wet Floor" signs shall be placed at strategic locations during job hours to help minimize liability. G. Satisfaction Guarantee If the client is unhappy with the work performed by Mr. PressureWash for any reason, the client may contact the corporate office of Mr. PressureWash1. within 7 days after the job has been performed. Mr. PressureWash shall arrange a return visit at no cost to the client to correct any mistakes. Appendix A April 10, 2018 Recommended Pressure Washing Specifications Pressure Wash Site: City of Kent-Lake Meridian Park Picnic Shelter Roof (PreVailing Wage) Location: 14800 SE 272nd St, Kent, WA 98032 Client Name: Ben Levenhagen Client Phone: 253-856-5133 Second Contact Name: Second Contact Phone: Client Fax: Client E-mail: BLevenhagen@kentwa.gov Client Address (if different from Pressure Wash Site): TBD, Kent, WA 98032 Project Type: Areas to be Pressure Washed Square Footage: Number of Buildings: Number of Units: Number of Parking Stalls: Number of Car Ports: Number of Stairways: Number of Stories: Number of Breezeways: Is Siding Pressure Washed?: No Type of Siding: Are Walkways Pressure Washed? No Walkway Square Footage: Amount of Gum Currently Present: Notes: Are Roofs Pressure Washed?: No Type of Roof: Notes: Water Supply Water used for pressure washing shall be supplied by: Type of water Mr Pressure Wash needs to use?: Hydrant Permit Required?: Water Detergent Mr. PressureWash will supply and use the following washing detergent: Water Disposal Mr. PressureWash will: Type of Drain on Premise: Equipment Rental Lift rental required?: Scaffolding required?: Harness required?: Time Frame Mr. PressureWash shall be granted access for pressure washing on: TBD Special Instructions Instructions: MPW WILL WASH PICNIC SHELTER ROOF AND CLEAN UP AROUND AFTER WASH. MPW WILL NEED TO KNOW LOCATION OF WATER SOURCE PRIOR TO WASH. Additional Notes: Apt. Bldg: Comm. Bldg: Parking Bldg: Hydrant Permit Required?: Client Name: Ben Levenhagen Cost Breakdown Areas to Be Pressure Washed Cost Miscellaneous PICNIC SHELTER ROOF & RINSE GROUND UNDERNEATH $1,942.50 Total Miscellaneous $1,942.50 ENVIRONMENTAL FEE $97.00 Subtotal: $2,039.50 Tax: $208.03 Tax is calculated at 10.1%, however, if you are in a service area that is at a different tax rate, we will make the adjustments upon invoicing said work. Total Quote: $2,247.53 This quote is effective till December 31, 2020. Please fax the last page with your signature to (206) 260-0101 by December 31, 2020. Any questions should be directed to Mayumi Muller at 2062505528. The undersigned agrees to the terms of this agreement on behalf of his/her organization or business. In the event of Client's default, Client agrees to reimburse MTW for all damages suffered, including but not limited to incidental, consequential, and other damages, and reasonable attorney fees and court costs. H. Disclaimer Due to the porous nature of concrete some stains such as rust, deep oil stains, some coffee stains, gum shawdows, some efflorescence may not1. come off. If customer is concerned with one specific stain please specify before signing proposal and we may be able to use special products or procedures to remove. WINDOWS: Our cleaning process does not include professional window washing. We will rinse all windows, but they may need to be professionally cleaned after pressure washing work is completed. Client acknowledges that if the project has been scheduled and confirmed by all parties and Mr. Pressure Wash, Inc show’s up and is not allowed to2. wash because client is unprepared for any reason a $250 reschedule fee will be accessed to the client. This proposal accepted by: This proposal submitted by: _____________________________________________________________________________ Ben Levenhagen, Support Services Field Supervisor Date Mayumi Muller, VP Business Development City of Kent-Lake Meridian Park Picnic Shelter Roof (PreVailing Wage) Mr. PressureWash SERIOUS NOTICE MUST READ: Many garages have inferior ventilation systems. This can cause an unsafe level of Carbon Monoxide to build up in the garage and also in the building itself. Our technicians are trained and are always monitoring CO 2 levels. If at anytime they become unsafe our policy is to discontinue washing until the levels decrease to a safe level. If we are not able to finish the work with our standard cleaning systems due to unsafe CO2 levels then we will need to bring in our specialized cleaning equipment designed to omit very little CO2. If this is the case there will be change order cost of 25% of the job. Signature ____________________________________ I have personally inspected all pressure washing work done by Mr. Pressure Wash, Inc and am satisfied with the quality of work performed and am satisfied that the job is fully completed. I understand that if MPW has to come back for any reason, additional fees will be charged. Signature ____________________________________ Date ____________________________________ Equipment Needed ECO VAC Trailer Safety Harness and Lanyard Safety Vest Hat/Safety Glasses/Rain Gear Paper Work Wet Sidewalk Sign Sandwich Board Gallery Sitemap Image Page I of 4 State of Washington Department of Labor & Industries Prevaiting Wage Section - Tetephone 360-902-5335 PO Box 44540, Olympia, WA 98504-4540 Washington State Prevailing Wage The PREVAILING WAGES listed here include both the hourty wage rate and the hourty 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 catcutation requirements are provided on the Benefit Code Key. Journey Level Prevailing Wage Rates for the Effective Date: 611912020 Trade Job Classification Waqe H Overti N Risk King View View View View View View View View King View View View View Kin View Kin King View View View Kin Kin K n Ki Ki ng Ki ng Ki King King Kin Kin King Ki Ki Ki ng King Ki Ki Laborers Air, Gas Or Etectric Vibrating Screed s50.86 7A 4V 8Y Laborers Airtrac Drit[ Operator 552.44 7A 4V 8Y Laborers Battast Regular Machine s50.86 7A 4V BY Laborers Batch Weighman 543.1 1 7A 4V 8Y Laborers Brick Pavers s50.86 7A 4V 8Y Laborers Brush Cutter s50. 86 7A 4V BY Laborers Brush Hog Feeder 550. 86 7A 4V 8Y Laborers Burner ss0.86 7A 4V 8Y Laborers Caisson Worker 552.44 7A 4V 8Y Laborers Carpenter Tender s50. 86 7A 4V 8Y Laborers Cement Dumper-paving s51.80 7A 4V 8Y Laborers Cement Finisher Tender ss0.86 7A 4V 8Y Laborers Change House Or Dry Shack $50.86 7A 4V BY Laborers Chipping Gun (30 Lbs. And Over) s51.80 7A 4V 8Y Laborers Chipping Gun (Under 30 Lbs. ) s50. 86 7A 4V BY Laborers Choker Setter 5s0.86 7A 4V 8Y Laborers Chuck Tender 5s0.86 7A 4V 8Y Laborers Ctary Power Spreader s51.80 7A 4V 8Y Laborers Clean-up Laborer s50. 86 7A 4V 8Y Laborers Concrete Dumper/Chute Operator ss1.80 7A 4V BY Laborers Concrete Form Stripper s50. 86 7A 4V 8Y Laborers Concrete Placement Crew 551.80 7A 4V 8Y Laborers Concrete 5aw Operator/Core Dritter ss1.80 7A 4V 8Y Laborers Crusher Feeder 543.11 7A 4V BY Laborers Curing Laborer s50.86 7A 4V 8Y https : / / secure. I n i . wa . g ov/wa g el oo ku p/ PrvWa ge Loo kU p. a spx 6/19/2020 King Demotition: Wrecking &$so (lncl. Charred al King Kin King King Ki Ki King K King King Kin King King King King King Kin King King Ki King Kin Ki Ki King Page 2 of 4 7A 4V 8Y View View View View View View View View View View View View View View View View View View View View View King King King Laborers Ditch Digger s50.86 7A 4V 8Y 4VLaborersDiver552.44 7A BY Laborers DrilI Operator (Hydrautic, Diamond) s51.80 7A 4V BY Laborers Dry Stack Watts sso.86 7A 4V 8Y Laborers Dump Person s50.86 7A 4V 8Y Laborers Epoxy Technician 5s0. 86 7A 4V BY Laborers Erosion Control Worker 550.86 7A 4V 8Y Laborers Falter & Bucker Chain Saw s51.80 7A 4V 8Y Laborers Fine Graders 550.86 7A 4V 8Y Laborers Firewatch 543.1 1 7A 4V 8Y 4VLaborersForm Setter s50. 86 7A 8Y Laborers Gabian Basket Builders ss0.86 7A 4V BY Laborers GeneraI Laborer ss0.86 7A 4V 8Y Laborers Grade Checker & Transit Person 552.44 7A 4V 8Y 4VLaborersGrindersss0.86 7A BY Laborers Grout Machine Tender s50.86 7A 4V 8Y Laborers Groutmen (Pressure) lnctuding Post Tension Beams $s1.80 7A 4V BY Laborers Guardrait Erector ss0.86 7A 4V 8Y Laborers Hazardous Waste Worker (Levet A) 552.44 7A 4V 8Y Laborers Hazardous Waste Worker (Levet B) 551.80 7A 4V BY Laborers Hazardous Waste Worker (Levet C) 5s0. 86 7A 4V BY Laborers High Scater 552.44 7A 4V BY Laborers Jackhammer s51.80 7A 4V BY Laborers Laserbeam Operator ss1.B0 7A 4V BY Laborers Maintenance Person ss0. 86 7A 4V 8Y Laborers Manhote Builder-Mudman s51.80 7A 4V BY Laborers MateriaI Yard Person s50.86 7A 4V 8Y Laborers Motorman-Dinky Locomotive 5s1.80 7A 4V BY Nozzteman (Concrete Pump, Green Cutter When Using Combination Of High Pressure Air & Water On Concrete & Rock, Sandbtast, Gunite, Shotcrete, Water Btaster, Vacuum Btaster) s51.80 7A 4V BY Pavement Breaker s51.80 7A 4V BYLaborers Laborers Pilot Car 543.11 7A 4V 8Y https : / / secure. I n i . wa . g ovlwa g e I ooku p/ PrvWa ge Loo kU p. a spx 6/19/2020 Page 3 of 4 Lead 552.44 7A Kin Kin King Kin Ki Ki King Ki King King Kin King King Ki King Ki K King King King King King Kin King King King King K King ew View View View View View View View View View View View View View View View View View King K Laborers Pipe Layer/Taitor s51.80 7A 4V 8Y Laborers Pipe Pot Tender s51.80 7A 4V 8Y Laborers Pipe Retiner s51.80 7A 4V 8Y Laborers Pipe Wrapper s51.80 7A 4V 8Y Laborers Pot Tender s50.86 7A 4V 8Y Laborers Powderman s52.44 7A 4V BY Laborers Powderman's Hetper ss0.86 7A 4V 8Y Laborers Power Jacks s51.80 7A 4V 8Y Laborers Railroad Spike Putter - Power s51.80 7A 4V BY Laborers Raker - Asphatt 552.44 7A 4V 8Y Laborers Re-timberman 552.44 7A 4V 8Y Laborers Remote Equipment Operator $51.80 7A 4V BY Laborers Rigger/SignaI Person ss1.80 7A 4V BY Laborers Rip Rap Person s50.86 7A 4V BY Laborers Rivet Buster 551 . B0 7A 4V 8Y Laborers Rodder $51.80 7A 4V 8Y Laborers Scaffotd Erector 550.86 7A 4V BY Laborers Scale Person 5s0.86 7A 4V 8Y ss1.B0 7A 4V BYLaborersStoper (Over 20") Laborers Sloper Sprayer s50.86 7A 4V BY Laborers Spreader (Concrete)$s1.80 7A 4V 8Y Laborers Stake Hopper ss0.86 7A 4V BY Laborers Stock Piler s50.86 7A 4V 8Y Laborers Swinging Stage/ Boatswain Chair s43.1 1 7A 4V 8Y Laborers Tamper & Simitar Etectric, Air & Gas Operated Toots ss1.B0 7A 4V 8Y Laborers Tamper (Muttipte & Setf- propetted) 551.80 7A 4V BY Laborers Timber Person - Sewer (Lagger, Shorer & Cribber) s51.80 7A 4V BY Laborers Tootroom Person (at Jobsite) s50.86 7A 4V 8Y Laborers Topper 5s0.86 7A 4V BY Laborers Track Laborer 550.86 7A 4V 8Y Laborers Track Liner (Power)ss1.B0 7A 4V 8Y Laborers Traffic Control Laborer s46. 1 0 7A 4V 9C Laborers Traffic Contro[ Supervisor 548.84 7A 4V 9C Laborers Truck Spotter ss0.86 7A 4V 8Y Laborers Tugger Operator 551.80 7A 4V 8Y Laborers TunneI Work-Compressed Air Worker 0-30 psi s120.61 7A 4V 9B Laborers TunneI Work-Compressed Air Worker 30.01-44.00 psi 5125.64 7A 4V 9B https : //secu re. I n i . wa . g ovlwa g el ooku p/ PrvWa g e LookU p. a s px 6/19 /2020 Laborers Tunnel Work-Compressed Air Worker 54.01-60.00 psi 51 35.02 7A 4V 9B Laborers TunneI Work-Compressed Air Worker 60.01-64.00 psi 5137.14 7A 4Y 9B Laborers Tunnel Work-Compressed Air Worker 64.01-68.00 psi 5142.24 7A 4V 9B Laborers TunneI Work-Compressed Air Worker 68.01-70.00 psi s144.14 7A 4V 9B Laborers Tunnel Work-Compressed Air Worker 70.01-72.00 psi 5146.14 7A 4V 9B Laborers TunneI Work-Compressed Air Worker 72.01-74.00 psi 5148.14 7A 4V 9B Laborers Tunne[ Work-Guage and Lock Tender ss2.54 7A 4V 8Y Laborers Tunnel Work-Miner 552.54 7A 4V BY Laborers Vibrator ss1.80 7A 4V 8Y Laborers Vinyl Seamer s50.86 7A 4V 8Y Laborers Watchman s3e.1 B 7A 4V BY Laborers Wetder 551.80 7A 4V 8Y Laborers Wett Point Laborer 551.80 7A 4V 8Y King King King King King unn e[ Work-Compressed 5129.32 7A r Worker 44.01-54.00 sl Page 4 of 4 4V 9B View View View View View King View View King View King Ki King View King View King King View King Laborers Window Washer/Cteaner s3e.1 7A 4V BY View King https : //secu re. I n i . wa. gov/wa gelooku p/PrvWa ge LookU p. aspx 6/19/2020 • • 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. Mlinimum Scope of Insurance Contractor shall obtain insurance of the types described below: Automobile Liability insurance covering all owned, non -owned, hired and leased vehicles. Coverage shall be written on Insurance Services Office (ISO) form CA 00 01 or a substitute form providing equivalent liability coverage. If necessary, the policy shall be endorsed to provide contractual liability coverage. 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: 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. 2. The Contractor's insurance shall be endorsed to state that coverage shall not be cancelled by either party, except after thirty (30) days prior written notice by certified mail, return receipt requested, has been given to the City. 3. The City of Kent shall be named as an additional insured on all policies (except Professional Liability) as respects work performed by or on behalf of the contractor and a copy of the endorsement naming the City as additional insured shall be attached to the Certificate of Insurance. The City reserves the right to receive a certified copy of all required insurance policies. The Contractor's Commercial General Liability insurance shall also contain a clause stating that coverage shall apply separately to each insured against whom claim is made or suit is brought, except with respects to the limits of the insurer's liability. D. Acceptability of Insurers Insurance is to be placed with insurers with a current A.M. Best rating of not less than AWII. 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. SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. INSURER(S) AFFORDING COVERAGE INSURER F : INSURER E : INSURER D : INSURER C : INSURER B : INSURER A : NAIC # NAME:CONTACT (A/C, No):FAX E-MAILADDRESS: PRODUCER (A/C, No, Ext):PHONE INSURED REVISION NUMBER:CERTIFICATE NUMBER:COVERAGES 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). 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. OTHER: (Per accident) (Ea accident) $ $ N / A SUBR WVD ADDL INSD 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. $ $ $ $PROPERTY DAMAGE BODILY INJURY (Per accident) BODILY INJURY (Per person) COMBINED SINGLE LIMIT AUTOS ONLY AUTOSAUTOS ONLY NON-OWNED SCHEDULEDOWNED ANY AUTO AUTOMOBILE LIABILITY Y / N WORKERS COMPENSATION AND EMPLOYERS' LIABILITY OFFICER/MEMBER EXCLUDED?(Mandatory in NH) DESCRIPTION OF OPERATIONS below If yes, describe under ANY PROPRIETOR/PARTNER/EXECUTIVE $ $ $ E.L. DISEASE - POLICY LIMIT E.L. DISEASE - EA EMPLOYEE E.L. EACH ACCIDENT EROTH-STATUTEPER LIMITS(MM/DD/YYYY)POLICY EXP(MM/DD/YYYY)POLICY EFFPOLICY NUMBERTYPE OF INSURANCELTRINSR DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) EXCESS LIAB UMBRELLA LIAB $EACH OCCURRENCE $AGGREGATE $ OCCUR CLAIMS-MADE DED RETENTION $ $PRODUCTS - COMP/OP AGG $GENERAL AGGREGATE $PERSONAL & ADV INJURY $MED EXP (Any one person) $EACH OCCURRENCE DAMAGE TO RENTED $PREMISES (Ea occurrence) COMMERCIAL GENERAL LIABILITY CLAIMS-MADE OCCUR GEN'L AGGREGATE LIMIT APPLIES PER: POLICY PRO-JECT LOC CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) CANCELLATION AUTHORIZED REPRESENTATIVE ACORD 25 (2016/03) © 1988-2015 ACORD CORPORATION. All rights reserved. CERTIFICATE HOLDER The ACORD name and logo are registered marks of ACORD HIRED AUTOS ONLY 06/18/2020 Belltown Insurance Group, Inc. 3911 5th Ave Suite 200 San Diego CA 92103 Belltown Agency Book (888) 443-7744 (619) 688-1241 weston@bigseattle.com Mr Truck Wash, Inc. DBA Mr. Pressure Wash, AABLE Safety Clean 8040 Avondale Way NE Redmond WA 98052 ASSOCIATED INDUSTRIES INSURANCE CO. INC 23140 LNW WEST AMERICAN INSURANCE CO 44393 NATIONAL UNION FIRE INS CO OF PITTSBURGH 19445 A X AES1194552 00 12/22/2019 12/22/2020 1,000,000 100,000 5,000 1,000,000 2,000,000 2,000,000 B BAW57724152 02/01/2020 02/01/2021 1,000,000 C BE 012781150 12/22/2019 12/22/2020 3,000,000 3,000,000 A AES1194552 00 - STOP GAP 12/22/2019 12/22/2020 1,000,000 1,000,000 1,000,000 The City of Kent is named as an Additional Insured. 30 Day Notice of Cancellation City of Kent Parks Maintenance/Parks, Recreation & Community Services 220 Fourth Avenue South Kent WA 98032 POLICY NUMBER: AES1194552 00 COMMERCIAL GENERAL LIABILITY CG20100413 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 Orcianization(s) I Location(s) Of Covered Operations City of Kent Parks Maintenance/Parks, Recreation & Community Services 220 Fourth Avenue South Kent, WA 98032 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 include as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury" caused, in whole or in part, by: 1. Your acts or omissions; or 2. The acts or omissions of those acting on your behalf; in the performance of your ongoing operations for the additional insured(s) at the location(s) designated above. However: 1. The insurance afforded to such additional insured only applies to the extent permitted by law; and 2. If coverage provided to the additional insured is 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. B. With respect to the insurance afforded to these additional insureds, the following additional exclusions apply: This insurance does not apply to "bodily injury" or "property damage" occurring after: 1. All work, including materials, parts or equipment furnished in connection with such work, on the project (other than service, maintenance or repairs) to be performed by or on behalf of the additional insured(s) at the location of the covered operations has been completed; or 2. That portion of "your work" out of which the injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcontractor engaged in performing operations for a principal as a part of the same project. CG 2010 0413 0 Insurance Services Office, Inc., 2012 Page 1 of 2 C. With respect to the insurance afforded to these additional insureds, the following is added to Section III — Limits Of Insurance: If coverage provided to the additional insured is required by a contract or agreement, the most we will pay on behalf of the additional insured is the amount of insurance: 1. Required by the contract or agreement; or 2. Available under the applicable Limits of Insurance shown in the Declarations; whichever is less. This endorsement shall not increase the applicable Limits of Insurance shown in the Declarations. Page 2 of 2 0 Insurance Services Office, Inc., 2012 CG 20 10 0413 Signature: Email: Signature: Email: Signature: Email: rlashley@kentwa.gov Brian Levenhagen (Jun 30, 2020 16:52 PDT) bjlevenhagen@kentwa.gov Melissa McCormick (Jul 2, 2020 13:15 PDT) Melissa McCormick cityclerk@kentwa.gov MrTruckWash Final Audit Report 2020-07-02 Created:2020-06-19 By:Janice Applegate (japplegate@kentwa.gov) Status:Signed Transaction ID:CBJCHBCAABAAP5VaEaQJ3flajpZ-_S6rC-t0XgC10V4p "MrTruckWash" History Document created by Janice Applegate (japplegate@kentwa.gov) 2020-06-19 - 9:23:31 PM GMT- IP address: 146.129.252.126 Document emailed to Mayumi Muller (mayumi@mrpressurewash.net) for signature 2020-06-19 - 9:35:33 PM GMT Email viewed by Mayumi Muller (mayumi@mrpressurewash.net) 2020-06-19 - 10:00:06 PM GMT- IP address: 172.58.76.110 Document e-signed by Mayumi Muller (mayumi@mrpressurewash.net) Signature Date: 2020-06-21 - 12:47:38 PM GMT - Time Source: server- IP address: 66.235.46.104 Document emailed to Garin Lee (glee@kentwa.gov) for signature 2020-06-21 - 12:47:43 PM GMT Email viewed by Garin Lee (glee@kentwa.gov) 2020-06-24 - 2:39:19 PM GMT- IP address: 146.129.252.126 Document e-signed by Garin Lee (glee@kentwa.gov) Signature Date: 2020-06-24 - 2:42:37 PM GMT - Time Source: server- IP address: 146.129.252.126 Document emailed to Ronald Lashley (rlashley@kentwa.gov) for signature 2020-06-24 - 2:42:43 PM GMT Email viewed by Ronald Lashley (rlashley@kentwa.gov) 2020-06-24 - 6:22:28 PM GMT- IP address: 146.129.252.126 Document e-signed by Ronald Lashley (rlashley@kentwa.gov) Signature Date: 2020-06-24 - 6:27:04 PM GMT - Time Source: server- IP address: 146.129.252.126 Document emailed to Brian Levenhagen (bjlevenhagen@kentwa.gov) for signature 2020-06-24 - 6:27:08 PM GMT Email viewed by Brian Levenhagen (bjlevenhagen@kentwa.gov) 2020-06-29 - 7:30:11 PM GMT- IP address: 174.246.32.68 Document e-signed by Brian Levenhagen (bjlevenhagen@kentwa.gov) Signature Date: 2020-06-30 - 11:52:45 PM GMT - Time Source: server- IP address: 146.129.252.126 Document emailed to Kim Komoto (kkomoto@kentwa.gov) for signature 2020-06-30 - 11:52:49 PM GMT Email viewed by Kim Komoto (kkomoto@kentwa.gov) 2020-07-01 - 4:08:26 AM GMT- IP address: 146.129.252.126 Document e-signed by Kim Komoto (kkomoto@kentwa.gov) Signature Date: 2020-07-01 - 4:09:10 AM GMT - Time Source: server- IP address: 146.129.252.126 Document emailed to Melissa McCormick (cityclerk@kentwa.gov) for signature 2020-07-01 - 4:09:13 AM GMT Email viewed by Melissa McCormick (cityclerk@kentwa.gov) 2020-07-02 - 8:12:26 PM GMT- IP address: 146.129.252.126 Document e-signed by Melissa McCormick (cityclerk@kentwa.gov) Signature Date: 2020-07-02 - 8:15:43 PM GMT - Time Source: server- IP address: 146.129.252.126 Signed document emailed to Janice Applegate (japplegate@kentwa.gov), Kim Komoto (kkomoto@kentwa.gov), Melissa McCormick (cityclerk@kentwa.gov), Ronald Lashley (rlashley@kentwa.gov), and 3 more 2020-07-02 - 8:15:43 PM GMT