Loading...
HomeMy WebLinkAboutCAG2020-391 - Original - Chet's Roofing & Construction - Roof Replacement 1554A - 09/23/2020ApprovalOriginator: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: rev. 200804 N/A FOR CITY OF KENT OFFICIAL USE ONLY Bid B00220.64190.6001 Contract 12/10/2020 Chets Roofing & Construction 4 Original 10/27/2020 54397 Parks, Recreation & Community ServicesBrittany Levens 9840 Federal 10/13/2020 jmp jmp 12/10/2020 CAG2020-391 KENT PUBLIC WORKS AGREEMENT between City of Kent and Chet's Roofing (Sue Cornell) THIS AGREEMENT is made by and between the City of Kent, a Washington municipal corporation (hereinafter the "City"), and Chet's Roofing & Construction organized under the laws of the State of Washington King County, located and doing business at 26301 79th Ave south Kent Wa. 98032 (hereinafter the "Contractor"). AGREEMENT The parties agree as follows: I. DESCRIPTION OF WORK. The Contractor shall perform the following services for the City in accordance with the following described plans and/or specifications: Provide all labor, material, permits and equipment necessary for removal of asphalt shingle roofing material and replace with asphalt shingle roofing material. Per described in proposal Clean and remove debris from job site, Haul off and dispose of all debris in an acceptable facility. The Contractor further represents that the services furnished under this Agreement will be performed in accordance with generally accepted professional practices within the Puget Sound region in effect at the time such services are performed. II. TIME OF COMPLETION. The parties agree that work will begin on the tasks described in Section I above immediately upon execution of this Agreement. Upon the effective date of this Agreement, the Contractor shall complete the work described in Section I Within 14 days uopon recieveing the notice to proceed. III. COMPENSATION. The City shall pay the Contractor a total amount not to exceed $9,840.00, 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 $9,840.00 City of Kent Home Repair Client (Sue Cornell) will be responsible for any and all of the remaining balance of $500.00 and any and all change orders due to unforseen damages. Card Payment Program. The Contractor 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 PUBLIC WORKS AGREEMENT - 1 ($20,000 or Less - OPTIONAL PROCESS) by check and is available for the convenience of the Contractor. If the Contractor voluntarily participates in this Program, the Contractor will be solely responsible for any fees imposed by financial institutions or credit card companies. The Contractor shall not charge those fees back to the City. 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. Defective or Unauthorized Work. The City reserves its right to withhold payment from the Contractor for any defective or unauthorized work. Defective or unauthorized work includes, without limitationr 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 the 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 the 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. FiNAI Pavment: Waiver of C|aims. 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 the Contractor's services under this Agreement will be performed. 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 the 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. 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. 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 the Contractor's business, and has obtained a Unified Business Identifier (UBI) number from the State of Washington. The Contractor has a valid contractor registration pursuant to Ch. L8.27 RCW or an electrical contractor license pursuant to Ch. 79.28 RCW. The Contractor maintains a set of books dedicated to the expenses and earnings of its business. PUBLIC WORKS AGREEMENT - 2 ($20,000 or Less - OPTIONAL PROCESS) B c c D E F G 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: The Contractor's refusal or failure to supply a sufficient number of properly skilled workers or proper materials for completion of the Contract work. The Contractor's failure to complete the work within the time specified in this Agreement. c D The Contractor's failure to make full and prompt payment to subcontractors or for material or labor. The Contractor's persistent disregard of federal, state or local laws, rules or regulations. The Contractor's filing for bankruptcy or becoming adjudged bankrupt. 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. The 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. The Contractor shall pay prevailing wages in effect on the date the bid is accepted or executed by the 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, the Contractor 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 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 IX, Claims, below. TheContractoracceptsall requirementsofachangeorderby: (1)endorsingit,(2)writingaseparate acceptance, or (3) not protesting in the way this section provides. A change order that is accepted by the 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. 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. Both parties represent to the other that at the time of signing this Agreement, they are able to perform as required and their PUBLIC WORKS AGREEMENT - 3 ($20,000 or Less - OPTIONAL PROCESS) A. B. E F performance will not be prevented, hindered, or delayed by the current COVID-19 pandemic, any existing state or national declarations 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 Contractor 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 Contractor 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 occrlrs, the City may direct the Contractor 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 secure 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 extent that the loss or damage has been caused or exacerbated by the failure of the Contractor to fulfill its obligations under this Agreement. Except as expressly contemplated by this section, all other costs will be borne by the Contractor. IX. CLAIMS. If the Contractor disagrees with anything required by a change order, another written order, or an oral order from the City, including any direction, instruction, interpretation, or determination by the City, the Contractor may file a claim as provided in this section. The Contractor shall give written notice to the City of all claims within fourteen (14) calendar days of the occurrence of the events giving rise to the claims, or within fourteen (14) calendar days of the date the Contractor knew or should have known of the facts or events giving rise to the claim, whichever occurs first , Any claim for damages, additional payment for any reason, or extension of time, whether under this Agreement or otherwise, shall be conclusively deemed to have been waived by the Contractor unless a timely written claim is made in strict accordance with the applicable provisions of this Agreement. At a minimum, a Contractor's written claim shall include the information set forth in subsections A, itemslthrough5below. FATLURE TO PROVTDE A COMPLETE, WRTTTEN NOTTFTCATTON OF CLArM WrrHrN THE TIME ALLOWED SHALL BE AN ABSOLUTE WAIVER OF ANY CLAIMS ARISING IN ANY WAY FROM THE FACTS OR EVENTS SURROUNDING THAT CTAIM OR CAUSED BY THAT DELAY. A Notice of Claim. information: Provide a signed written notice of claim that provides the following The date of the Contractor's claim; The nature and circumstances that caused the claim; The provisions in this Agreement that support the claim; The estimated dollar cost, if any, of the claimed work and how that estimate was determined; and An analysis of the progress schedule showing the schedule change or disruption if the Contractor is asserting a schedule change or disruption. 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. PUBLIC WORKS AGREEMENT - 4 ($20,000 or Less - OPTIONAL PROCESS) 1 2 3 4 5 B 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, Contractor's Duty to Comolete 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. 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). 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). X. 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. XI. WARRANTY. The 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 the Contractor knows or should have known of the defect, or (2) upon the Contractor's receipt of notification from the City of the existence or discovery of the defect. In the event any parts are repaired or replaced, only original replacement parts shall be used-rebuilt or used parts will not be acceptable. When defects are corrected, the warranty for that portion of the work shall extend for an additional year beyond the original warranty period applicable to the overall work. The Contractor shall begin to correct any defects within seven (7) calendar days of its receipt of notice from the City of the defect. If the Contractor does not accomplish the corrections within a reasonable time as determined by the City, the City may complete the corrections and the Contractor shall pay all costs incurred by the City in order to accomplish the correction. XII. 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. The Contractor shall execute the attached City of Kent Equal Employment Opportunity Policy Declaration, Comply with City Administrative Policy t.2, and upon completion of the contract work, file the attached Compliance Statement. XIII. INDEMNIFICATION. The 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 the 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.ILs, then, in the event of liability for damages arising out of bodily injury to persons or damages to property caused by or resulting from the concurrent negligence of the Contractor and the City, its officers, officials, employees, agents and volunteers, the Contractor's duty to defend, indemnify, and hold the City harmless, PUBLIC WORKS AGREEMENT - 5 ($20,000 or Less - OPTIONAL PROCESS) c D E and the Contractor's liability accruing from that obligation shall be only to the extent of the Contractor's negligence. IT IS FURTHER SPECIFICALLY AND EXPRESSLY UNDERSTOOD THAT THE INDEMNIFICATION PROVIDED HEREIN CONSTITUTES THE CONTRACTOR'S WAIVER OF IMMUNITY UNDER INDUSTRIAL INSURANCE, TITLE 51 RCW, SOLELY FOR THE PURPOSES OF THIS INDEMNIFiCATION. THE PARTIES FURTHER ACKNOWLEDGE THAT THEY HAVE MUTUALLY NEGOTIATED THIS WAIVER. In the event the 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 the 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. XIV. 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, XV. WORK PERFORMED AT CONTRACTOR'S RISK. The 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 the Contractor's own risk, and the 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. 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 Disoutes 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. PUBLIC WORKS AGREEMENT - 6 ($20,000 or Less - OPTIONAL PROCESS) 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 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 the 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, the 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 PUBLIC WORKS AGREEMENT. 7 ($20,000 or Less - OPTIONAL PROCESS) to ltr ellectivs rlste are rrtifl€d and affirmod, and the termr of the Agreement ahell be deemcdto have applled, IIn thh rlCdr yEu roy cdltr thE str.tonli filcllln whGr thcqtrEct hi! hfln Eivdd j DATE G(lNTRACTOR: QJ\ Pri ccd*0.o Merina Hanson l'lurnan Services Manager CITY OF KEIIT; 4'u,?*zp Frint Narnel Its: DATE: Linda Jones Chet's Roofing & Construction 26301 79u Ave S Kent WA, 98032 toTrcEs CONTRACTOR: 253-987-0194 (retephone) (facstrnite) Darrel Hammack Clty of Kent 220 Fourth Avenue South l(ent, WA 98032 (?!9) 8s6-s07s (tetephone) (253) 856-6070 (facsirnile) I{OTICES TO BE $ENT ToI CITY OF I(ENT: ATTEST: Kent City Clerk PUBUC WORKS AGRFEMENT - E($2a,000 ortess - OqTTONAL inacpsS) Kim Komoto (Dec 10, 2020 13:02 PST) Kim Komoto DEGL4RAT?ON CITV OF KEilT EQUAL EMPLOYI'IET{T OPPORTUI{IW POTICY The city ot Kent is comrnitted to conforrn to Federal and state laws regarding equal opportunity.As such all contractors, subcontra.qrs. and suppri.o -*rt" J:;;;;;lurrk w1h reragon ro rhrsAgreement shall comply with the regulations orinE city's egual employment opportunity poticies. The following questlons specifically identifl, the requtrements the CIty deems necessary for anycontractor, subcontractor.-or supplier on this =pecin. Agreement to adhere to, An afflrmativeresponse is required on all of the following questions rorirlrr-agi*"r*t to be valid and blnding,If any contractor, subcontractor or suppliJr *iltnltly mlsrepreseits themselves with regard to thedirectives outlines, it will be conslde'.60 a b;ilti or contract and it wilt be at the ctty,s soledeterrnlnation regarding suspension or terminafion for alt or part of the Agreement; 1' I have read the attached city of Kent administrative policy number 1.2. 2' During the tirne of thls Agreement I will not discrimrT.ate in employment on the basls of sex,race' color, national origin, ager orthe presenre or"ll j.n=o.v,-r*nt l or physical disabllity. 3' During the time of this Agreement the prime contractor wiil provide a written staternent toall new employees and -subcontractors indicating ."-*iin["ni ," an equal opportunltyemployer. 4' During the time of the Agreement I. the prime contractor, will actively consider hiring andpromoUon of women and minorities. 5' Before acceptance of this Agreement, an adherence statement wlll be signed by rne, thePrime contractor, that the prime contractoi comprie, ;iih th; requirements as set forthabove. By signing below, I agree to fulfill the five requiremene referenced above. lc"-\c The questions are as follows: By: For: Title Date:q EEO COMPLIANCE DOCUMENTS - 1 CITY OF KENT ADMINISTRATIVE POLICY NUMBER: L,2 EFFECTIVE DATE: January 1, 1998 SUBJECT:MINORITY AND WOMEN CONTRACTORS SUPERSEDES: April 1, 1996 APPROVED BY Jim White, Mayor 1 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: 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 Depaftments 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 EEO COMPLIANCE DOCUMENTS - 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: _________________________________________ ASb YSb'bo Prt EIDDE R R,ESPONSIBILITY CRITERXA certiflcation of compliance wlth wage payment statuter This certification ls reguired by state law (RCW 39-04.350(2)) to be submttted to the City before the contract can be awarded, The bidder hereby certifies that, wlthln the three-year perlod irnmediately preceding the bid solicitation date (Date$l25l2020), the bidder is not a "willfttl" vtolator, as defined ln RCW 49-48'082, of any provlslon of chapters 49.+6,4:9,48, or 49.52 RCW, as determined by a final and binding citation and notice of assessment lssued by the Depaftment of Labor and Industries or through a civil iudgment entered by a court of limited or general Jurlsdiction. I certify.under penalty of Perjury under the laws of the state of washington that the foregoing lstrue and correct. Cet's Roofing and ConstruGion By: Official* Printed Name; Title:(.c/A-- Date:q\,E-J \-6*p-.: City and $tate:e-\-t- (,5q*fy'--- *If a cgrpolattotl, proposal must he executed In the carporate name by the presldent or vie-presldenl @r any other corporate offier accampanied by evidence of authirity ti sign), If a co-partnerchip, ptoposal rnust be executed by a paftner, {\ BIDDER RESPONSIBILITY CRITERIA . 1 Bonded md Insured C-ont. Reg. fCHETSRC924BB "8"-w fl(l(DFITt(i 796 Ave. South, Kent WA 98032 l-877-6ll-1514 * (200 7E9-9730 * (253) 887-0194 * Fax: (253) 854-4516 Proposal & Sales Agreement Datez9l9D020 COVD.l9 related construction operations and public safety: Provide COUD-l9 Health Guidelines supervisor, ahvays present on job site. Provide required safety equfument and personal protection. Provide no more than six people crew on the job with minimum of 6-feet of social distance while performing work. Description: Ramblerwithroofareaof1900 SFhasonelayerof3-tab. Roofhas open sofiits. Roofslopes are4"-12". Job hasgood accessforvehicles and equipment. Scope ofwork: Prokct grounds and stucture from any damages. Remove and properly diqpose all roofng materials, flashings, and accessories, associated with existing roof systun. Inspect roofsheathing and replace any discovered defective decking materials at additional $70 per sheet ofplywood installed. Apply self-adhesive membrane at all roof eaves, valleys, and penetations. Apply Safeguard 30 Hybrid felt. Install W-Metal valley flashings, drip edge metal flashings and gutter drip edge metal flashings. Install Pabco series laminated composition shingles per manufactrrer installation qpecification. Shingles include Algae resistance. Provide nailing and accessories for I l0 MPH wind resistance wtrranty. Flash all roof penetations. Flash plumbing pipes with no-carlk boots. Flash adjoined walls. Install field-formed kick-out flashings, where gutters meet house wall, to divert water away from siding into the gutter. Install field-formed rain diverters where gutters meet fascia tails at roof gable ends. Provide and install utility o<haust vents at all appointed penekations. Install Ridge-Vent for exhaust ventilation system. Cap ridges with manufactrrer Hips & Ridges caps, maintaining 5 5/8" weather exposure. Install ridges, facing laps away from direction of prwailing winds. Use 2" roofing nails to install ridges over core-a-vqlt or ridge-vent. Clean roofsurface, gutters, and grounds. Remove and diqpose all debris. Construction quality shall be professional and equal to that normally expected delivered at the journeyman level from within tades utilized. Construction of an aesftetically pleasing overall appearance of the finished surfaces is a standard requirement for this project. Alternate - Skylights: Remove and replace two skylights with fxed glass TAM skylights. Cirrb dimensions 2' x 4'. Labor Warranty: 10 years Type of roofing Material: Material Warranty: Lifetime Color ofroot |Vith Payment to be made as followsz NET DUE oN REcEIpr oF STATEMENT FoLLowrNG coMpLETroN> Base bid 1: $91100.00 - p,anco nr.ier with J0 years hanwtty - Accqted Alternale 1 : $ 1 r0 00.0 0 - na to rrptoce two skytishts - Accqtd. (Add local sales tax and building permit fee, only if required) Please Note: There is a 37o Service Fee Added for all paymants made by credit card. Conditions ofSrle: Payment is expected on day of completion of contract. If paying by credit card, a 3o/o servie fee will be added to balance due. An account is considercd past due five days after the invoice date. An annual interest rate of 18o/o on past due ac@unts on the 1st ofthe month after the account has become past due, then will be applied monthly bases starting on the 1st day ofeach month following. All expenses incurred by Contractor for collection of monies owed, i.e. attorney fees, collections agency fees, interest and late fees, will be responsibility of the Buyer. Contractor must be given noti@ of any problems arising with workmanship to remedy the situation prior to any work being undertaken or compleGd by other contractors. If anyone other than CR&CInc., performs work on or adjust/damages roof surface, the workmanship warranty will become null and void. No commitments are given by any promises or statements made by any agent of Contracbr other than written and provided herein. By signing this proposal, you also give CR&CInc., the right to correct any and all issues or conerns in correspondence with the work performed by CR&CInc.I have received a copy of thas propcal and have read bacbide and received Notlce to Customer form. I understand I have 72-hour timeperlod to cancel this signed contract. I also understand that if I decide to cancel this contract after 72-hour time period, I will be responsible for cct of the material that is special oldered or non-refundable. Respectfully submitted by Chet's Roofinq & Construcdon:Buyer's Approval Slgnature: € Yury M. Shedel (253 ) 83 1 -257 1 yury@chetsroofi ns.com - I - of3 Customer's initials: _,tt 2 Print Full Name:Dnte: Proooscl Submitted To:Work To Be Performed At: Sue Cornell 25128 25th Ave S Kent, WA 98032 206-212-6263 Exhibit A Back Page of Contract Warranty(s): CR&CInc = Chet's Roofing & Const. Inc. Warranty(s) will not be instated until all balance is paid in full. If balance is not paid in full, after collection process is exhausted, warranties become null & void. No return visits or additional work will be done if there is outstanding monies owed to Contractor. Warranties noted above become effective when payment is received in full. All work performed by CR&CInc., will be warranted against leaks and poor workmanship. Defective materials are covered by the manufacturer's warranty. Workmanship warranty does not cover damages due to uncontrollable weather conditions. Liability for Payment: By signing this contract, you are stating you have authorization to act on behalf of the property owner. However, all persons sioning this contract on behalf of the oropertv owner can and will be held legally resoonsible for pavment of the contract price himself. if prooertv owner does not pav. Credit Card Payments: If paying by credit card, a 3o/o service fee will be added. If paying by check, no fee. No Verbal Agreements & Excess Materials: No verbal or other agreements shall change any part of this contract. If it isn't written in your contract, then it is NOT part of this agreement. A Change Order for anything to be done outside this contract agreement must be signed. Title to the described products will pass to Buyers when products are installed pursuant to RCW 19.16.100 and 19.16.250. Excess materials are not subject to contract. Contractor may bring additional materials to be sure enough was estimated to complete the work agreed upon in full. Hidden Defeds: We may withdraw from this contract at any time before work begins. This proposal is based upon a visual inspection and readily identifiable conditions. Hidden defects in materials, structure, previous workmanship or rotted wood are not included in the contract bid. We are not ALLOWED by law to cover up rotted wood. Should extra work be necessary to remedy those conditions, Contractor will use its best efforts to reach Buyer or his representative after the discovery of hidden conditions. Additional charges for replacing these hidden defects are listed below: Roof Sheathing: Defedive Rafterct Bead Board Soffit: $7O.OO per sheet of t/z" plywood $4O.OO per lineal ft. $8.OO per lineal ft. Dryrotlxboards: Cedar 2 x Facia: Additional Layer: $6.00 per lineal ft. $25.OO per lineal ft. $75.OO per aquare *Any additional work reque*ed by Buyer must be signed off on a Change Order. Iabor is 975 per hr. (9727.OO with Prcvailing Wage, if applicable) per guy plus material and 33o/o overhead cost. Overhead includes, admin expense+ insurances, fuel, taxes and profit. Con seq uentia I Damages : Consequential damages are not responsibility of the Contractor. Example: dust & debris in attic, cracked sheetrock, broken flowers and bushes, dust on neighbor's house, falling objects inside house, (pictures, vases, etc.)., broken windows, patio furniture. Contractor is not responsible for subsequent damages due to inadequacies, structural or otherwise, of your property before, during or after the contract work process. Please move flowerpots, patio furniture, and any other object that is NOT connected to your house away from work area. Driveways and Access: Contractor must have access to driveway or yard area for placement of dumpster or dump truck for debris. Contractor is not responsible for indentation on grass from trucks or cracks in your driveway. If you do not want our dump trucks in your driveway, please notify us BEFORE the start date of your project. We will take every effort possible to preserve and protect your property. M iscel la n eoss Issues.' Due to covid-t9 pandemic, CRC Inc., has put in place a safety plan that adhetes to all the Governor's tequirements for construdion companies, Masks, gloves, sanitation, social distancing, and driving separate vehicles, may cause jobs to take longer than pteviously estimated and each job will be executed based on these guidelines, Buyer agrees to supply electrical power to Contractor. Either an outside outlet or extension cord. Contractor is not responsible for damages caused by Supplier delivery trucks. Satellite dishes will be removed and reinstalled, but we are not responsible for your signal. Please contact your cable company. Once contract is signed, we will set a start date, which is dependable on weather conditions. Any delays to Customers, will be rescheduled in matter of priority. You do not have to be present when we commence work. Contractor is not liable for leaks prior to start date. Contractor is not liable for leaks from repair calls, only for new roof installs. We're not respo nsible for critters, bees or ants entering your property before or after work is completed. Buyer is responsible for keeping up with roofmaintenance. Thismeanskeepingroofandgutterscleanedofdebrisfromtrees. Cloggedgutterscancausewaterto flow upward under metal trim and cause a leak. This is not a warranty issue. Page 2 of 2 Initial: _ -2 - of 3 Customer's initials: Department of [abor and lndustries Contractor Registration Business Name: Chet's Roofing & Construction lnc. Disclosure Statement Notice to Customers This contractor is registered with the state of Washington, registration no. CHETSRC924BB has posted with the State a bond or deposit of $12,000.00 for satisfying claims against the contractor for breach of contract including negligent or improper work in the conduct of the contractor's business. The expiration date of this contractor's registration is711,122 THIS BOND OR DEPOSIT MIGHT NOT BE SUFFICIENT TO COVER A CIAIM THAT MIGHT ARISE FROM THE WORK DONE UNDER YOUR CONTRACT. This bond or deposit is not for your exclusive use because it covers all work performed by this contractor. The bond or deposit is intended to pay valid claims up to $ $12,000.00 that you and other customers, suppliers, subcontractors, or taxing authorities may have. FOR GREATER PROTECTION YOU MAY WTHHOLD A PERCENTAGE OF YOUR CONTRACT. You may withhold a contractually defined percentage of your construction contract as retainage for a stated period of time to provide protection to you and help ensure that your project will be completed as required by your contract. YOUR PROPERTY MAY BE LENED. lf a supplier of materials used in your construction project or an employee or subcontractor of your contractor or subcontractors is not paid, your property may be liened to payment and you could pay twice for the same work. FOR ADDITIONAL PROTECTION, YOU MAY REQUESTTHE CONTRACTOR TO PROVIDE YOU WITH ORIGINAL "UEN RELENE" DOCUMENTS FROM EACH SIIPPLIER OR SI/.BCONTRACTOR ON YOIJR PROIECT. The contractor is required to provide you with further information about lien release documents if you request it. General information is also available from the state Department of Labor and Industries. I have received a copy of this disclosure statement. Dated this_ day of_the year Signature of Customer The controctor must retain o signed copy of this disclosure stotement in his or her files for a minimum of three yeors and produce a signed or electronic signature copy of the disclosure stotement to the deportment upon request. For more information, please refer to RCW 18.27 .114, F525-030-000 Disclosure Statement Notice to Customer I?-aOL5 - 3 - of3 Customer's initials KENT City of Kent Porks, Recreation & Community Services Housing & Humon Services Division Kent Home Repoir Progrom 220 4th Ave. S Kent, WA 98032 (2s3) 8s6-s06s WasBrNGroN Date e/3120 REQUEST FOR BID BidDueg/L7/2O by.4:00 PM RESIDENT INFORMATION: (Location of work to be performed) Name: Sue Cornell Address:25128 25th Ave S Kent, WA 98032 Phone:206-272-6263 Scope of Work: provide all labor, Permits, equipment and materials necessary for removal and replacement of existing asphalt composite roofing material. Hall off and dispose of all debris in a acceptable facility. Color to be determined by home owner. SmallWorks 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 Asreement: lf 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 lndustries. I Warranty: Please include any complete service/product warranty description(s) with bid, if applicable CONTRACTOR I NFORMATION: Company Name:Chet's Roofing & Constructi on, lnc Business Address: 2630L 79th Ave. S Kent, WA 98032 Contact person: Yury M Shedel phone: 253-83L-257L psx. 253-854-45L6 Email : yury@chetsroofing.com B ID PROPOSAL: NOTE: BIDS MUST BE SUBMITTED AT PREVAILING WAGE RATES FOR KING COUNTY BASE BID L Materials s 4,500.00 2. Labor s 4,600.00 3. Permit s 300.00 PRE.TAX TOTAL:0.00 s9,400.00 Washington State Sales Tax (City of Kent, 10.0%)o.oo S94o.oo TOTAL BID:s o.oo S10,34o.oo lry SZQ&I Signature: SEND COMPLETED BIDS TO: Darrel Hommock, Field Supervisor Kent Home Repair 220 4rh Ave South Kent, WA 98032 Phone: (253) 856-5065 Fax: (253) 856-6070 Email: Dhammack@kentwa.gov 2Please contoct with any questions by phone or emoil, Mondoy- Fridoy 8 AM to 4 PM. EXHIBIT B INSURANCE REQUIREMENTS FOR SERVICE CONTRACTS Insurance The Contractor shall procure and maintain for the duration of the Agreement, insurance against claims for injuries to persons or damage to property which may arise from or in connection with the performance of the work hereunder by the Contractor, their agents, representatives, employees or subcontractors. A. Minimum Scope of Insurance Contractor shall obtain insurance of the types described below: 1. 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 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. 2. Automobile Liability insurance covering all owned, non- owned, hired and leased vehicles. Coverage shall be written on Insurance Services Office (ISO) form CA 00 01 or a substitute form providing equivalent liability coverage. If necessary, the policy shall be endorsed to provide contractual liability coverage. 3. Workers'Compensation coverage as required by the Industrial Insurance laws of the State of Washington. B. Minimum Amounts of Insurance Contractor shall maintain the following insurance limits 1. Commercial General Liability lnsurance shall be written with limits no less than $1,000,000 each occurrence, $1,000,000 general aggregate and a $1,000,000 products-completed operations aggregate limit. 2. Automobile Liability insurance with a minimum combined single limit for bodily injury and property damage of $1,000,000 per accident, 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 namin the City as additional insured shall be attached to the 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 A:VII. 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. KENT CITY OF KENT HOME REPAIR PROGRAM Award of Contract HOUSING & HUMAN SERVICES Merina Hanson Housing and Human Services Manager 220 4th Avenue South Kent, WA 98032 Fax: 253-856-6070 PHONE: 253-856-5070 WasHtNoroN Client: Sue Cornell Case #: 1554A Address:25L28 25th Ave S Date: 9/22/2020 Phone # (2O6)2t2-6263 Kent, WA 98032 Contractor: Chet"s Roofing & Construction 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: r'Building nMechanical E e lectrical f] elumbins None !otner: Please obtain the necessary permit(s) and submit one copy of each permit to the Kent Housing & Human Services - Home Repair Supervisor within ten (10) working days from the date of this Award of Contract. If no permits are required for this project, a Notice to Proceed will be issued to you within five (5) working days from the date of this Award of Contract. If permit(s) are required, a notice to Proceed will be issued to you within five (5) working days from the date the copy of each/all required permit(s) are received by the Kent Housing & Human Services - Home Repair Supervisor. NOTE: YOU ARE NOT AUTHORIZED TO BEGIN WORK UNTIL A SIGNED COPY OF THE PUBLIC WORKS CONTRACT IS RETURNED TO KENT HOUSING & HUMAN SERVICES. HOME REPAIR SUPERVISOR AND A NOTICE TO PROCEED IS ISSUED FOR THIS PROJECT. This Award of Contract is not valid unless signed by an authorized representative of the City of Kent. Merina Hanson 4.zz-2f7,0 Authorized Agent n Date Darrel Hammack Authorized Agent so ger o Ot < =PCov o Mayor Dana Ralph Home Repai S City of Kent Parks, Recreation & Community Services Julie Parascondola, CPRP, Director KENT HOUSING & HUMAN SERVICES Merina Hanson Housing and Human Services Manager 220 4th Avenue South Kent, WA 98032 Fax; 253-856-6070 PHONE: 253-856-5070 WasHtNoroN CITY OF KENT HOME REPAIR PROGRAM NOTICE TO PROCEED DATE. /A - /2 -20ao Homeowner: Address: Contractor: Sue Cornell Phone # 206-212-6263 25128 25th Ave S Kent, WA 98032 Chet's Roofinq & Construction 26301 79th Ave S.Kent.Wa 98032 You are hereby authorized to proceed with the work described in your bid proposal and Construction Contract datedgl17l20 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 Authorized Agent rvt anager Darrel Hammack Authorized Agent mS pe sor D ool < =pc CJv o Mayor Dana Ralph me parr g City of Kent Parks, Recreation & Community Services Julie Parascondola, CPRP, Director PERMIT KENT APN:7523800095 Site Addregs: 25128 25 AVE S IVR | 2227',73 KENT, WA 98032 Permit #: CnRl-2203445 PermiT Nane: CORNEI,L RESIDENCE - RERooF Proj ect: Check permit status "online" at www. c i. ke n t.w a. u s/pe rm itc e nte r OWNER ON APPLICATION |f36e; CORNELL SUE E Address:25L28 25TH AVE S KENT, WA 98032 Phone: E-mail: TYPE OF CONSTRUCTION '7202.52 -6 201,5 Stories 4 Square Feet 19.5 District Edition I@il@@ Scope of Work RE.ROOF REROOF RESIDENTIAL BUILDING. TEAR OFF COMP AND INSTALL NEW COMP NUMBER OF ROOFING SQUARES: 19.5 Conditions ROOF TEAR OFF INSPECTIONS call for rnspecLion 1040 prior to placing fe1t. paper or equivalent. RESIDENTIAL REROOF INSPECTIONS Inspeetion Codes 1040 and 1009 must be request.ed and approved for final approval. Permit Items BUTLDING VALUATION 19.5 RES REROOF STTAKE, COMP SHINGLE, TILE CONSTRUCTION CONTRACTOR Name: CHETS ROOFING & CONSTRUCTION Address: 26301, 79TH AVE S KENT, WA 98032 License: Phone: CHETSRC924BB 253-887-0194 5bc,'6 {)rA* Issued By: Building Services Mgr Date: 13-OCT-20 Page 1 of 1 Expiration Date: 11-APR-21 Permit masterRevision: 7.1 BLCType2080085Number25-JAN-08Ent DtOPENStatusBUSLICENSEProject602786907 CHET'S ROOFING &CONSTRUCTIONNameDecision Compl Dt25-JAN-08Issue Dt31-DEC-20Expire Dt117079PidBusiness License Signature:Email:Signature:Email:Signature:Email:rlashley@kentwa.govJulie Parascondola (Dec 10, 2020 12:49 PST)Julie Parascondolajparascondola@kentwa.govMelissa McCormick (Dec 10, 2020 13:55 PST)Melissa McCormickcityclerk@kentwa.gov ChetsRoofing_Sue-Cornell Final Audit Report 2020-12-10 Created:2020-12-10 By:Brittany Levens (blevens@kentwa.gov) Status:Signed Transaction ID:CBJCHBCAABAAUWsN7neyKTV9HrvcQPpb3IFoXRVbVPMg "ChetsRoofing_Sue-Cornell" History Document created by Brittany Levens (blevens@kentwa.gov) 2020-12-10 - 7:11:38 PM GMT- IP address: 146.129.252.126 Document emailed to Ronald Lashley (rlashley@kentwa.gov) for signature 2020-12-10 - 7:14:30 PM GMT Email viewed by Ronald Lashley (rlashley@kentwa.gov) 2020-12-10 - 7:14:38 PM GMT- IP address: 146.129.252.126 Document e-signed by Ronald Lashley (rlashley@kentwa.gov) Signature Date: 2020-12-10 - 7:16:02 PM GMT - Time Source: server- IP address: 146.129.252.126 Document emailed to Julie Parascondola (jparascondola@kentwa.gov) for signature 2020-12-10 - 7:16:04 PM GMT Email viewed by Julie Parascondola (jparascondola@kentwa.gov) 2020-12-10 - 8:49:17 PM GMT- IP address: 146.129.252.126 Document e-signed by Julie Parascondola (jparascondola@kentwa.gov) Signature Date: 2020-12-10 - 8:49:45 PM GMT - Time Source: server- IP address: 146.129.252.126 Document emailed to Kim Komoto (kkomoto@kentwa.gov) for signature 2020-12-10 - 8:49:47 PM GMT Email viewed by Kim Komoto (kkomoto@kentwa.gov) 2020-12-10 - 9:01:47 PM GMT- IP address: 146.129.252.126 Document e-signed by Kim Komoto (kkomoto@kentwa.gov) Signature Date: 2020-12-10 - 9:02:06 PM GMT - Time Source: server- IP address: 146.129.252.126 Document emailed to Melissa McCormick (cityclerk@kentwa.gov) for signature 2020-12-10 - 9:02:08 PM GMT Email viewed by Melissa McCormick (cityclerk@kentwa.gov) 2020-12-10 - 9:52:18 PM GMT- IP address: 146.129.252.126 Document e-signed by Melissa McCormick (cityclerk@kentwa.gov) Signature Date: 2020-12-10 - 9:55:45 PM GMT - Time Source: server- IP address: 146.129.252.126 Agreement completed. 2020-12-10 - 9:55:45 PM GMT