Loading...
HomeMy WebLinkAboutCAG2021-214 - Original - Northwest Roof Service, Inc. - Roof #1550 for 9619 S 242nd Ct - 04/28/2021ApprovalOriginator: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* Business License Verification: Yes In-Process Exempt (KCC 5.01.045) 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. Visit Documents.KentWA.gov to obtain copies of all agreementsadccW22373_1_20 Budget Account Number: Budget? Yes No Sup/Mgr: rev. 20210218 FOR CITY OF KENT OFFICIAL USE ONLY * Memo to Mayor must be attached N/A N/A 4 04/28/2021 Original52725 Parks, Recreation & Community ServicesBrittany Levens 14 days after NTP is issued 4 4/30/2021 When NTP is issued N/A 4 Bid B00220.64190.6001 ContractNorthwest Roof Service, Inc. 5,800.00 Federal 4 4 4 DH PUBLIC WORKS AGREEMENT - 1 ($20,000 or Less - OPTIONAL PROCESS) PUBLIC WORKS AGREEMENT between City of Kent and [Northwest Roof Service] THIS AGREEMENT is made by and between the City of Kent, a Washington municipal corporation (hereinafter the "City"), and Northwest Roof Service organized under the laws of the State of Washington, located and doing business at 801 Central Ave N 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, Permits, equipment and materials necessary for the removal and replacement of existing asphalt composite roofing material. Haul off and dispose of all debris in an acceptable facility. Color to be determined by home owner. Per bid Dated 3/23/2021 attached as Exhibit A. 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 within 14 calendar days after the City issues its Notice to Proceed. Upon the effective date of this Agreement, all physical work shall thereafter be completed within one week of date job was started. The term of this Agreement shall continue until all work has been completed, final acceptance has occurred, and all Contractor obligations have been fulfilled. III. COMPENSATION. The City shall pay the Contractor a total amount not to exceed $9,900.00, including any applicable Washington State Sales Tax, for the work and services contemplated in this Agreement. The City shall pay the Contractor the following amounts according to the following schedule: Check from City of Kent accounts payable not to exceed $5,800.00 including WSST. City of Kent Home Repair Client (Yun Yeh) will be responsible for the remaining balance of $9,173.60, as well as any additional charges including 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 by check and is available for the convenience of the Contractor. If the Contractor voluntarily participates in PUBLIC WORKS AGREEMENT - 2 ($20,000 or Less - OPTIONAL PROCESS) 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. B. 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 limitation: work and materials that do not conform to the requirements of this Agreement; and extra work and materials furnished without the City’s written approval. If 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. C. Final Payment: Waiver of Claims. THE CONTRACTOR’S ACCEPTANCE OF FINAL PAYMENT SHALL CONSTITUTE A WAIVER OF CONTRACTOR’S CLAIMS, EXCEPT THOSE PREVIOUSLY AND PROPERLY MADE AND IDENTIFIED BY CONTRACTOR AS UNSETTLED AT THE TIME FINAL PAYMENT IS MADE AND ACCEPTED. IV. INDEPENDENT CONTRACTOR. The parties intend that an Independent Contractor- Employer Relationship will be created by this Agreement. By their execution of this Agreement, and in accordance with Ch. 51.08 RCW, the parties make the following representations: A. The Contractor has the ability to control and direct the performance and details of its work, the City being interested only in the results obtained under this Agreement. B. The Contractor maintains and pays for its own place of business from which the Contractor’s services under this Agreement will be performed. C. The Contractor has an established and independent business that is eligible for a business deduction for federal income tax purposes that existed before the City retained 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. D. The Contractor is responsible for filing as they become due all necessary tax documents with appropriate federal and state agencies, including the Internal Revenue Service and the state Department of Revenue. E. The Contractor has registered its business and established an account with the state Department of Revenue and other state agencies as may be required by the Contractor’s business, and has obtained a Unified Business Identifier (UBI) number from the State of Washington. F. The Contractor has a valid contractor registration pursuant to Ch. 18.27 RCW or an electrical contractor license pursuant to Ch. 19.28 RCW. G. The Contractor maintains a set of books dedicated to the expenses and earnings of its business. PUBLIC WORKS AGREEMENT - 3 ($20,000 or Less - OPTIONAL PROCESS) 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: A.The Contractor’s refusal or failure to supply a sufficient number of properly skilled workers or proper materials for completion of the Contract work. B.The Contractor’s failure to complete the work within the time specified in this Agreement. C.The Contractor’s failure to make full and prompt payment to subcontractors or for material or labor. D.The Contractor’s persistent disregard of federal, state or local laws, rules or regulations. E.The Contractor’s filing for bankruptcy or becoming adjudged bankrupt. F.The Contractor’s breach of any portion of this Agreement. If the City terminates this Agreement for good cause, the Contractor shall not receive any further money due under this Agreement until the Contract work is completed. After termination, the City may take possession of all records and data within the Contractor’s possession pertaining to this project which may be used by the City without restriction. VI.PREVAILING WAGES. 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. The Contractor accepts all requirements of a change order by: (1) endorsing it, (2) writing a separate acceptance, or (3) not protesting in the way this section provides. A change order that is accepted by 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 - 4 ($20,000 or Less - OPTIONAL PROCESS) 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 occurs, 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, items 1 through 5 below. FAILURE TO PROVIDE A COMPLETE, WRITTEN NOTIFICATION OF CLAIM WITHIN THE TIME ALLOWED SHALL BE AN ABSOLUTE WAIVER OF ANY CLAIMS ARISING IN ANY WAY FROM THE FACTS OR EVENTS SURROUNDING THAT CLAIM OR CAUSED BY THAT DELAY. A.Notice of Claim. Provide a signed written notice of claim that provides the following information: 1.The date of the Contractor's claim; 2.The nature and circumstances that caused the claim; 3.The provisions in this Agreement that support the claim; 4.The estimated dollar cost, if any, of the claimed work and how that estimate was determined; and 5.An analysis of the progress schedule showing the schedule change or disruption if the Contractor is asserting a schedule change or disruption. B.Records. The Contractor shall keep complete records of extra costs and time incurred as a result of the asserted events giving rise to the claim. The City shall have access to any of the Contractor's records needed for evaluating the protest. PUBLIC WORKS AGREEMENT - 5 ($20,000 or Less - OPTIONAL PROCESS) The City will evaluate all claims, provided the procedures in this section are followed. If the City determines that a claim is valid, the City will adjust payment for work or time by an equitable adjustment. No adjustment will be made for an invalid protest. C.Contractor's Duty to Complete Protested Work. In spite of any claim, the Contractor shall proceed promptly to provide the goods, materials and services required by the City under this Agreement. D.Failure to Protest Constitutes Waiver. By not protesting as this section provides, the Contractor also waives any additional entitlement and accepts from the City any written or oral order (including directions, instructions, interpretations, and determination). E.Failure to Follow Procedures Constitutes Waiver. By failing to follow the procedures of this section, the Contractor completely waives any claims for protested work and accepts from the City any written or oral order (including directions, instructions, interpretations, and determination). 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 1.2, 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 4.24.115, then, in the event of liability for damages arising out of bodily injury to persons or damages to property caused by or resulting from the concurrent negligence of the Contractor and the City, its officers, officials, employees, agents and volunteers, the Contractor's duty to defend, indemnify, and hold the City harmless, PUBLIC WORKS AGREEMENT - 6 ($20,000 or Less - OPTIONAL PROCESS) 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 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. PUBLIC WORKS AGREEMENT - 7 ($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 - 8 ($20,000 or Less - OPTIONAL PROCESS) to its effective date are ratified and affirmed, and the terms of the Agreement shall be deemed to have applied. CONTRACTOR: By: Print Name: Its DATE: CITY OF KENT: By: Print Name: Merina Hanson Its: Human Services Manager DATE: NOTICES TO BE SENT TO: CONTRACTOR: Merle Reader Northwest Roof Service, Inc 801 Central Ave N Kent, WA 98032 253-859-0903 (telephone) N/A (facsimile) NOTICES TO BE SENT TO: CITY OF KENT: Darrel Hammack City of Kent 220 Fourth Avenue South Kent, WA 98032 (253) 856-5079 (telephone) (253) 856-6070 (facsimile) ATTEST: Kent City Clerk [In this field, you may enter the electronic filepath where the contract has been saved] Merina Hanson (Apr 28, 2021 08:31 PDT) Apr 28, 2021 Alisa Berkland (Apr 28, 2021 08:40 PDT) Alisa Berkland Office Manager Alisa Berkland Apr 28, 2021 EEO COMPLIANCE DOCUMENTS - 1 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: ________________________________________ Alisa Berkland (Apr 28, 2021 08:40 PDT) Alisa Berkland Office Manager Northwest Roof Service Inc Apr 28, 2021 EEO COMPLIANCE DOCUMENTS - 2 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 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: ________________________________________ BIDDER RESPONSIBILITY CRITERIA - 1 BIDDER RESPONSIBILITY CRITERIA Certification of Compliance with Wage Payment Statutes This certification is required by state law (RCW 39.04.350(2)) to be submitted to the City before the contract can be awarded. The bidder hereby certifies that, within the three-year period immediately preceding the bid solicitation date (Insert Date), the bidder is not a “willful” violator, as defined in RCW 49.48.082, of any provision of chapters 49.46, 49.48, or 49.52 RCW, as determined by a final and binding citation and notice of assessment issued by the Department of Labor and Industries or through a civil judgment entered by a court of limited or general jurisdiction. I certify under penalty of perjury under the laws of the State of Washington that the foregoing is true and correct. Insert Bidder's Business Name By: __________________________________________ Signature of Authorized Official* Printed Name: _________________________________ Title: ________________________________________ Date: ________________________________________ City and State: _________________________________ *If a corporation, proposal must be executed in the corporate name by the president or vice- president (or any other corporate officer accompanied by evidence of authority to sign). If a co- partnership, proposal must be executed by a partner. Alisa Berkland (Apr 28, 2021 08:40 PDT) Alisa Berkland Kent Office Manager Alisa Berkland Apr 28, 2021 No.021-296 Northwest Roof Service, Inc.Yage l-2 Seattle 206.624.1102 FAX: 253.850.3580 Merle Reeder Srlesman 801 Central Ave N ' Kent, WA 98032 Bellevue South King County Tacoma 425.454.20"7s 253-859-0903 253'627 '1567 Email: merler@nwroof'com ROOFING PROPOSAL & SALES AGREEMENT Contrrctors Registr&tion No. NORTHRS0SSDW Western WA t.800.244.4705 www.nwroof.com March 2021 Dlte Proposal Submitted To Work To Be Performed At Name Street City/Strte/Zip Contect Person 'felephone / Cell Fax / e-mail City of Kent Home RePair Neme Street C.itylState/LiP Contact Person 'Ielephone / Cell Fax i e-mail Yun Yeh 220 Fourth Ave. S 9619 S.ct. Kent,wA 98032 Ke wA 98030 Darrel Hammack Yun Y 25s-856-5065/253-856-5079 206-7 45-3735/253-8 I Tear off existing roof system down to decking and dispose of at a proper facility in container provided by NWRS lnspect all sheathing for dry rot andlor damages. Re-nail any loose sheathing as necessary' Remove and replace uny 1.ott"n or delaminated sheathing at $2.80 per square foot for labor and materials Yz"cdx Install new 26 gauge starter metal at all gutter edges Install Safeguard Synthetic f'elt over entire roof deck Install 2" drip metal on rake edges to conceal raw edges of plywood' InstallMalarkey laminated shingles over roof felt Install new no-caulk flashings over plumbing vent pipes Replace B-vent flashing, 3' pipe, storm collar, and cap to just below roof line Replace existing box vins wiih new RVO 38 metal vents, add to a total of l0 RVO38 metal vents lnsiall metal flapper verrts for bath or kitchen fans as needed Install rrew hip and ridge cap to all hips and ridges. On a daily baiis, all de-bris generated-by NWRS will be cleaned up and/or organized in a professional manner' Note Any Additional work not specifically outlined in the specifications above will be performed on a time and material basis of $65 per man hour Workmanship Warrantv Meterial Warrantv Limited Lifetime Please c color: paid in full, this roofwill tre guaranteed in writing against lenks due to poor workmenship and defective materials from the date of completion, See options above'At su ch timc rs thc contract price has been Conditions of Sale It is mutually agreed between buyer and contractor that the intbrmation listed herein represents an order to purchase the des{rribed products and services Acceptance of this order by NoR.lHwEsr rioor sERVlcE, INC. shall complete this Agreement- No verbal statements or other agreements shall change any part of this contract. Titletothe describedproductspassestobuyerwhenproor"oarein'stalledattheaddressshownonthiscontractordeliveredtothebuyertbrselfuse Each person signing this contract signs as a principal on behalf of the named parties and himself , personally. This order is payable when NORTHWEST Roolr sERVlcE' INC. determines that the installation or product shipment has been completed. should the rvtxt< ue inprogress more than thirty (30) days, a monthly invoice shall be mailed on thc firsr ofthe month for work completed to date. The contract price includes a 5% cash/check-tliscount. Buyer agrees to tnake payment-within ten (10) days of each invoice date. lf payment is not timely made, contractor may. at its discretion. cease working on the iob until payment is made After ten ( I 0) days from the invoice date, ths account becomes past due and is subject to l-ll2i/oper month late charges for buslness ani commercial work and l7o per month fbr residential work fiom the date of the invoice. ln the event a past due amount is refened to attomeys for collection, the contractor shall receive attorney s tbe s. court costs and expe( witness tbes in addition to any arnounts due on the past due account. Both parties consent to jurisdiotion and venue of the courts ol King county' washington 'I.ransportation charges are included in the l'inal sales price unless specifically noted in this Agreement. All paynrents shall be made to NoRl'HwEST RooF sERVlcE. INC., g0l central Ave N, Kent, washington qg0ji-or rurh addiess as shall be designated by NbRTFIWEST RooF sERVlcE, lNC ln addition the buver agrees to read the contractors disclosure and disclairner on the reverse side ofpage one ofthis pioposal and agrees to the ternls and conditions listed herein L 2. 4. 5. 6. '7. 8. L l0 il l2 13 Product Ontions; Malarkey Vista A/R Investment Cost (Price Valid For 30 Davs) $12,999.00 Plus Tax, Permits Terms: Net l0 daYs YR5 Buyers ApProval Date NRS, lNC. Supervisor's APProvrl Exhibit A KENT BrD rABiilnribHr FoRM KENT HOME REPAIR CITY OF KENT, WASHINGTON TOyur."Y.h@ /" /a"'1a t- PRO I ECT NAME: Yun Yeh.ATF Dt lE: 3/3ll o)1 TIME DU E: 4:00 om ESTIMATED COST: $ 7500.00 Total Lump Sum Bid: €e/- col Bidder: ff ts,5/5'. @ I /24'eBills Roofing ?6fuChet's Roofing 't,o, zzs G 7,/r aoNorthwest Roof Service CONTRACTOR IN FORMATION : Company Name: Business Address:8o Contact Person Phone: ?_)AL) Email: BID PROPOSA,L: BASE BID 1. Materials: 2. Labor 3. Permit PRE.TAX TOTAL: Washington State Sales Tax (City of Kent, 10.1%) TOTAL BID: Signature SE DCO PTETED BIDS TO: Darrel Hommock, Field SuPervisor Kent Home RePair 220 4rh Ave South Kent, WA 98032 L a3Z -78(,-4s2f rax:ls 3 - 8So - 35'8 CI e*4 Qat Vv/) A5 oO $L TaP I up *-rh )'r'-""''\-'- L f-(1- v,:' C L s { 5 0.00 oe 37?.60so.oo I s 0.00 Phone: (253) 856-5065 Fax: (253) 856-6070 Email: Dhammack@ kentwa'sov ,Lt2 2 see nextCOUNW pageKINGFORRAETESA6wREVPLINGAIDITTETASUBEBMMUSTBIDS Pleasecontoctwithdnyquestionsbyphoneoremoil,Mondoy-FridoySAMto4PM, 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 insurance 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 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 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. - ACOFTD OP lD: BW COVERAGES CERTIFICATE OF LIABILITY INSURANCE CERTIFICATE NUMBER: THlScERTlFlcATElslSSUEDASAMATTERoFlNFoRMATloNffi SE[Jlii.1',irr|,.i,ll?J^il'yfr']y,="'"'"S,*=="jllx=-rIj::[?i:_l1^,.:l.lliit_id;ovERAGE AFFC,RDED By rHE poL,c,ESBELow. rHrs cERrrFrcArE oF TNSURANcE DoES Nor coNsrrurE;-;'o-#*"&'El#="r*""il,?"t!i,,if;lj:'r??-il,,T5rt!H,:LT REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. |*oORTANT: lf the certificate holder ir .n A @;;:Hl:ffi?'ll';:"J:iiJH H:lLlilli?#ricies mav require an endorsement. A statement on this certiricate dc,es not conrer rishts to the Gunning & Associates, lnc. 200 1st Avenue West #108 Seattle, WA 98119 Becky L Witty NWROOOl AFFoRoTNGcovERAGE _ j ruatc*hwest Roof ServiceJnc. 801 Central Avenue North Kent, WA 98032 rrusunee a ' United Specialty lns Co A tX -1253:rr.rsunen e, Travelers Cas lns Co of Amer -119046 REVISION NUMBER:rHls ls ro CERTFY rHAr rHE POLTC ffiINDICATED NOTWITHSTANDING ANY REQUIREMENT, TERM oR coNDlrloN o1 nruv coNTRACT on omen DocuMENT wrrH RESpECT To wHrcH THisCERTIFICATE MAY BE lssuED oR MAY PERTAIN, THE INSURANCE nrionoro BY THE polrcrEs oesciiaro HERETN rs sue;eci To ALL THE TERrvrs,ni HnvE-e"reNr REDUcED By pArD cLArMS. GENERAL LIABILITY A X I cot4t/TERCtAL GENERAL LtABTLtTy x W4stqp s"p ] GEN.L AGGREGATE LII/IT APPLIES PER Polrcy x !$oi '-- ,o. 01t01t2021 01101t2022 i MED EXP (Any one person) I S PERSONAL & ADV-INJURY S cENERAL AGGREGATE s 2,000,0 PRooucrs-cor/piopAGG s 2,000,000 ALL OWNED AUTOS SCHEDULED AUTOS HIRED AUTOS NON.OWNEO AUTOS BA-7R1 99217 BODILY INJURY (Per rrerson) S BODILY INJURY (Per itccident/ S o1to1t2021 : PROPERTY DAIT]AGE (PER AccrDENr) ) EXCESS LIAB CLAII/S.MADE--1 -- DEDUCTIBLE EACH OCCURRENCE S AGGREGATE S WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETORiPARTNER/EXECUTIVE OFFICER/NlEI\I3ER EXCLUDED? (Mandatory in NH) li yes descflbe under ATN21 97233 EMPLOYERS LIABILITY 01t01t2021 01101t2022 E L EAcH AccrDENr s 1,000,0 - E L prsEASE - EA Er,l1gIE!_s 1,000,000 ELoTSEASE-poLlq./Ltillr s 1,000, dFi'.T5l"dfIfF;3i.i3tl,".ATloNS/VEHIcLES(AttachAcoRD.10.,1,.Additionaln".u,t.,sffi [:6ifit',r,%i+nr1'ffi];1*i;'U1iU!i'ii3ildridii1irtirt*#fgi","**ilP*e srequre. by written contract per atticheJ to;r;i. 'Jdd;yl ribtr-cii',!'icf ii,"ri'r'di.i.. City of Kent Parks, Recreation & Community Services 220 4lh Avenue South SHOULD ANY OF THE ABOVE DESCRIBED POLICIET; BE CANCELLED BEFORETHE EXPIRATION DATE THEREOF, NOTICE VI/ILL BE DELIVERED INACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE Becky L Witty o 1988-2009 AcoRD are registered marks of ACORD CORPORATIOI,I. All rights reserved.ACORD 2s (2009/oe)The ACORD name and logo I I I I I I il:lri POLICY NUMBER: ATT.\.r21 97233 THIS ENDORSEMENT CHANGES THE POLICY. COMMERCIAL GENI=RAL LIABILITY cG 20 10 04 13 PLEASE READ IT CARIEFULLY. ADDITIONAL INSURED - oWNERS, LESSEES; oRCONTRACTORS - SCHEDULED PERSOru ON ORGANIZATION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name Of Additional lnsured person(s) Or Organization(s)Location(s) Of Covered Operationsrequired bywritten@ prior to the named insured's work. lnformation required to complete this Schedule, if not shown above, will be shown ln ilr" o".rr=tn^ A. Section ll - Who ls An lnsured 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' inluryl, 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 forthe additional insured(s) at tne location(s) designated above. However: 1. The insurance afforded to such additional insured only applies to the extent permitted by law; and 2. lf coverage provided to the additional insured isrequired by a contract or agreement, the insurance afforded to such additional insuredwill 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 affr:rded to theseadditional insureds, the following additional exclusions apply: This insurance does not apply to ',bodily injury', or "property damage" occurring ifter: 1. All work, including materials, parts orequipment furnished in connec;tion with suchwork, on the project (other than service, maintenance or repairs) to be performed by oron behalf of the additional insured(s) at thelocation of the covered operations has been completed; or 2. That portion of "your work,' out of which theinjury or damage arises has been put to itsintended use by any person or organization other than another contractor or subcontractorengaged in performing operations for aprincipal as a part-of the same project. cG 20 10 04 13 @ lnsurance Services Office, lnc.,2012 Page 1 of 2 C. With respect to the insurance afforded to these additional insureds, the following is added to Section lll- Limits Of lnsurance: lf coverage provided to the additional insured is required by a contract or agreement, the most wewill pay on behalf of the additional insured is ihe amount of insurance: 1. Required by the contract or agreement; or 2. Available under the applir:able Limits lnsurance shown in the Declarations; whichever is less. This endorsement shall not increaseapplicable Limits of lnsurance shown in Declarations. of the the Page 2 of 2 O lnsurance Services Office, lnc.,2012 cG 20 10 04 13 POLICY NUMBER: ATr\21 97233 COMMERCIAL GENEIRAL LIABILITY cc 20 37 0413 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES; ORCoNTRACTORS - COM PLETEO Ope-nafrcirus This endorsement modifies insurance provided under the foilowing: COMMERCIAL GENERAL LIABILITY COVERAGE PARTPRO D UCTS/COM PLETE D O PE RATI O I.IS LINE iLIrV bOVE RAG E PART SCHEDULE Name Of Additional lnsured person(s) Or Organization(s)Location And Qescription OfAs required by written contract, fully executed prior tothe named insured's work. Any and all locations. no*n rOou ,n A. Section ll - Who ls An lnsured is amended toinclude as an additional insured the person(s) ororganization(s) shown in the Schedule, but'onlywith respect to tiabitity for ',bodily injury,, or."property dqmage" caused, in whole br in pari, by"your work" at the location designated anddescribed in the Schedule of this e"ndorsementperformed for that additional insured andinclude-d in the "products-completed operations hazard". However: 1. The insurance afforded to such additionalinsured only applies to the extent permitted by law; and 2. lf coverage provided to the additional insuredis required by a contract or agreement, theinsurance afforded to such additional insuredwill not be broader than that which you arerequired by the contract or agreement toprovide for such additional insured. B. With respect to the insurance afforded to theseadditional insureds, the following is added toSection lll - Limits Of lnsurance: lf coverage provided to the additic,nal insured isrequired by a contract or agreement, the most wewill pay on behalf of the additional insured is theamount of insurance: 1. Required by the contract or agreement;or 2. Available under the applicable Limits oflnsurance shown in the Declarations; whichever is less. This endorsement shall not increase the applicableLimits of lnsurance shown in the Declrarations. cG 20 37 04 13 @ lnsurance Services Office, lnc.,2012 Page 1 of 1 UNITED SPECtALry INSURANCE COMPANY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. vEN 051 00 (02t20) PRIMARY AND NON.CONTRIBUTING INSURANCE ENDORSEMEINT This endorsement modifies the Conditions provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART ThC fOIIOWiNg iS AddEd tO SECTION IV - COMMERCIAL GENERAL LIABILITYCONDITIONS Of thc COMMERCIAL GENERAL LIABILITY COVERAGE P,ART, ANdsupersedes any provision to the contrary: Primary and Non-Contributory lnsurance Any coverage provided to an Additional lnsured under this policy shall be excess over any othervalid and collectible insurance available to such Additional lniured whether piiru,v, excess,contingent or on any other basis unless: ' a' (1) The Additional lnsured is a Named lnsured under such other insurance; and (2) A fully written contract fully executed prior to the Named lnsured,scommencement of work for such Additional lnsured for the specific projectthat is the subject of the claim,',suit,,,or,,occurrence', expressly requirersthat this insurance: (i) apply on a primary and non_contributory basis; and (ii) would not seek contribution from any other insurance available tothe additional insured. or b' Prior to a loss, you request in writing and ure agree in writing that this insurance s;hall applyon a prrmary and non-contributory basis. All other terms, conditions and exclusions under this policy are applicabl: to thisEndorsement and remain unchanged. vEN 051 00 (02t20) Page 1 c,f 1 State of Washington Department of Labor & Industries Prevailing Wage Section - Telephone 360-902-5335 PO Box 44540, Olympia, WA 98504-4540 Washington State Prevailing Wage The PREVAILING WAGES listed here include both the hourly wage rate and the hourly rate of fringe benefits. On public works projects, worker's wage and benefit rates must add to not less than this total. A brief description of overtime calculation requirements are provided on the Benefit Code Key. Journey Level Prevailing Wage Rates for the Effective Date: 3/31/21 County Trade Job Classification Wage Holiday Overtime Note *Risk Class King Residential Brick Mason Journey Level $60.57 7E 1N View King Residential Carpenters Journey Level $36.44  1 View King Residential Cement Masons Journey Level $46.64  1 View King Residential Drywall Applicators Journey Level $64.94 7A 4C View King Residential Drywall Tapers Journey Level $36.36  1 View King Residential Electricians Journey Level $48.80  1 View King Residential Glaziers Journey Level $28.93  1 View King Residential Insulation Applicators Journey Level $28.18  1 View King Residential Laborers Journey Level $29.73  1 View King Residential Marble Setters Journey Level $27.38  1 View King Residential Painters Journey Level $23.47  1 View King Residential Plumbers & Pipefitters Journey Level $92.19 6Z 1G View King Residential Refrigeration & Air Conditioning Mechanics Journey Level $87.01 6Z 1G View King Residential Sheet Metal Workers Journey Level $89.61 7F 1E View King Residential Soft Floor Layers Journey Level $51.91 5A 3J View King Residential Sprinkler Fitters (Fire Protection) Journey Level $53.04 5C 2R View King Residential Stone Masons Journey Level $60.57 7E 1N View King Residential Terrazzo Workers Journey Level $55.71 7E 1N View King Residential Terrazzo/Tile Finishers Journey Level $24.39  1 View King Residential Tile Setters Journey Level $21.04  1 View King Roofers Journey Level $57.30 5A 3H View King Roofers Using Irritable Bituminous Materials $60.30 5A 3H View KENT HOME REPAIR City of Kent Human Services Division 220 4th Avenue South Kent, WA 98032 Fax: 253-856-6070 Email: HomeRepair@kentwa.gov PHONE: 253-856-5065 City of Kent Parks, Recreation & Community Services Julie Parascondola, CPRE, Director Mayor Dana Ralph KentWA.gov CITY OF KENT | HOME REPAIR PROGRAM Award of Contract This letter confirms that has submitted the “lowest and best” bid for the following project: The following permit(s) are required to complete this project: Building Mechanical Plumbing Other: __________________________ Electrical No Permit Required Please obtain the necessary permit(s) and submit one photocopy of each permit to the Kent Housing & Human Services - Home Repair Coordinator 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 Coordinator. Intent to Pay Prevailing wage must also be filed with the State of Washington Department of Labor and Industries (L&I) before a Notice to Proceed can be issued. NOTE: YOU ARE NOT AUTHORIZED TO BEGIN WORK UNTIL YOU HAVE RECEIVED A NOTICE TO PROCEED FOR THIS PROJECT. This Award of Contract is not valid unless signed by an authorized representative of the City of Kent. Merina Hanson Authorized Agent Human Services Manager Date Darrel Hammack Authorized Agent Home Repair Supervisor Date Project Description Homeowner Name: Address: Phone Number: Northwest Roof Service Yun Yeh 4 2067453735 Darrel Hammack (Apr 28, 2021 08:29 PDT) Apr 28, 2021 Merina Hanson (Apr 28, 2021 08:31 PDT) Apr 28, 2021 Signature: Email: Melissa McCormick (Apr 28, 2021 09:52 PDT) Melissa McCormick cityclerk@kentwa.gov Yun Yeh- PW Contract Final Audit Report 2021-04-28 Created:2021-04-28 By:Brittany Levens (blevens@kentwa.gov) Status:Signed Transaction ID:CBJCHBCAABAAlmKHdnc58sSJwONeB7wicCkO8cFxcTRq "Yun Yeh- PW Contract" History Document created by Brittany Levens (blevens@kentwa.gov) 2021-04-28 - 3:15:20 PM GMT- IP address: 146.129.252.126 Document emailed to Darrel Hammack (dhammack@kentwa.gov) for signature 2021-04-28 - 3:24:44 PM GMT Email viewed by Darrel Hammack (dhammack@kentwa.gov) 2021-04-28 - 3:27:56 PM GMT- IP address: 146.129.252.126 Document e-signed by Darrel Hammack (dhammack@kentwa.gov) Signature Date: 2021-04-28 - 3:29:53 PM GMT - Time Source: server- IP address: 146.129.252.126- Signature captured from device with phone number XXXXXXX2109- Initials captured from device with phone number XXXXXXX2109 Document emailed to Merina Hanson (mhanson@kentwa.gov) for signature 2021-04-28 - 3:29:55 PM GMT Email viewed by Merina Hanson (mhanson@kentwa.gov) 2021-04-28 - 3:30:57 PM GMT- IP address: 98.232.40.129 Document e-signed by Merina Hanson (mhanson@kentwa.gov) Signature Date: 2021-04-28 - 3:31:23 PM GMT - Time Source: server- IP address: 98.232.40.129 Document emailed to Alisa Berkland (alisab@nwroof.com) for signature 2021-04-28 - 3:31:26 PM GMT Email viewed by Alisa Berkland (alisab@nwroof.com) 2021-04-28 - 3:38:48 PM GMT- IP address: 67.183.80.235 Document e-signed by Alisa Berkland (alisab@nwroof.com) Signature Date: 2021-04-28 - 3:40:08 PM GMT - Time Source: server- IP address: 67.183.80.235 Document emailed to Kim Komoto (kkomoto@kentwa.gov) for signature 2021-04-28 - 3:40:11 PM GMT Email viewed by Kim Komoto (kkomoto@kentwa.gov) 2021-04-28 - 3:48:53 PM GMT- IP address: 146.129.252.126 Document e-signed by Kim Komoto (kkomoto@kentwa.gov) Signature Date: 2021-04-28 - 3:51:02 PM GMT - Time Source: server- IP address: 146.129.252.126 Document emailed to Melissa McCormick (cityclerk@kentwa.gov) for signature 2021-04-28 - 3:51:06 PM GMT Email viewed by Melissa McCormick (cityclerk@kentwa.gov) 2021-04-28 - 4:39:38 PM GMT- IP address: 146.129.252.126 Document e-signed by Melissa McCormick (cityclerk@kentwa.gov) Signature Date: 2021-04-28 - 4:52:39 PM GMT - Time Source: server- IP address: 146.129.252.126 Agreement completed. 2021-04-28 - 4:52:39 PM GMT