Loading...
HomeMy WebLinkAboutCAG2021-450 - Original - All Around Fence Co. - Fence & Handrail Work at Various Parks - 10/13/2021Dir Asst: Jan AppleJan Applegate Parks, Recreation & Community Services 10/01/2021 10/06/2021 n/a 10006600.64190.5xxx N/A All Around Fence Company Contract 33539 Original Fence and Handrail Work at Various Parks Repair fence damage at Hogan Park @ Russell Road, Kiwanis Tot Lot #4, Kent Memorial Park, Uplands Playfield,Wilson Playfields and Service Club Ballfields. Install handrail on concrete stairs at Mill Creek Earthworks Park. as soon as possible Other 60 days from Notice to Proceed $16,402.70 CAG2021-450 PUBLIC WORKS AGREEMENT - 1 ($20K or Less and No Performance Bond) PUBLIC WORKS AGREEMENT between City of Kent and All Around Fence Company THIS AGREEMENT is made by and between the City of Kent, a Washington municipal corporation (hereinafter the "City"), and All Around Fence Company organized under the laws of the State of Washington, located and doing business at 13602 Pacific Avenue South, Tacoma WA 98444; Mailing Address P.O. Box 98909, Lakewood, WA 98496-8909. Phone: (253) 863-4895. Contact: Ron Dagley. (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: Per Contractor's Estimate dated 09/21/2021, repair fence damage at Hogan Park at Russell Road, corner of Field #2, located at 24400 Russell Road, Kent WA 98032. Per Contractor's Estimate dated 09/21/2021, supply labor and materials to repair holes in 5 ft chain link fence at Kiwanis Tot Lot #4, located at 5th Avenue South and West Crow Street, Kent WA 98032. Per Contractor's Estimate dated 09/21/2021, repair various fence damage at Kent Memorial Park, located at 850 Central Avenue North, Kent WA 98032. Per Contractor's Estimate dated 09/21/2021, install handrail on concrete stairs at Mill Creek Earthworks Park, located at 100 Reiten Road, Kent WA 98030. Per Contractor's Estimate dated 09/21/2021, fix holes in outfield fence at Uplands Playfield, located at 836 West Smith Street, Kent WA 98032. Per Contractor's Estimate dated 09/21/2021, fix cut in fence by gate at Wilson Playfields, located at 13028 SE 251st Street, Kent WA 98030. Per Contractor's Estimate dated 09/21/2021, repair arson damage and misc fence damage at Service Club Ballfields, located at 14608 SE 288th Street, Kent WA 98042. The above estimates are attached and marked 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 15 working days after the City issues its Notice to Proceed. Upon the effective date PUBLIC WORKS AGREEMENT - 2 ($20K or Less and No Performance Bond) of this Agreement, all physical work shall thereafter be completed within 60 days from the date the Notice to Proceed is issued. 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 SIXTEEN THOUSAND FOUR HUNDRED TWO DOLLARS AND SEVENTY CENTS ($16,402.70), including any applicable Washington State Sales Tax, for the work and services contemplated in this Agreement. The City shall pay the Contractor eighty-five percent (85%) of the Contract amount upon completion and acceptance of the work by the City, or at such earlier time as the City may determine is appropriate. The City will pay the remaining Contract amount upon fulfillment of the conditions listed below and throughout this Agreement. 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 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. Because this contract, including applicable sales tax, is $150,000 or less, and pursuant to Chapter 39.08 RCW, the Contractor, in lieu of providing the City a payment and performance bond, has elected to have the City retain the final ten percent (10%) of the Contract amount for a period of thirty (30) days after the date of final acceptance, or until receipt of all necessary releases from the State Department of Revenue, the State Department of Labor & Industries, and the State Employment Security Department, and until settlement of any liens filed under Chapter 60.28 RCW, whichever is later. B. Retainage. The City shall also hold back a retainage in the amount of five percent (5%) of any and all payments made to the Contractor for a period of sixty (60) days after the date of final acceptance, or until receipt of all necessary releases from the State Department of Revenue, the State Department of Labor & Industries, and the State Employment Security Department, and until settlement of any liens filed under Chapter 60.28 RCW, whichever is later. The amount retained shall be placed in a fund by the City pursuant to RCW 60.28.011(4)(a), unless otherwise instructed by the Contractor within fourteen (14) calendar days of the Agreement. C. 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 n 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 C 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. D. Final Payment: Waiver of Claims PAYMENT (EXCLUDING WITHHELD RETAINAGE) SHALL CONSTITUTE A WAIVER OF IMS, 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: PUBLIC WORKS AGREEMENT - 3 ($20K or Less and No Performance Bond) 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 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 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 Contract from the State of Washington. F. The Contractor has a valid contractor registration pursuant to Ch. 18.27 RCW or an electrical contractor license pursuant to Ch. 19.28 RCW. G. The Contractor maintains a set of books dedicated to the expenses and earnings of its business. V. TERMINATION. include, without limitation, any one or more of the following events: A. workers or proper materials for completion of the Contract work. B. Agreement. C. Th material or labor. D. regulations. E. ged bankrupt. F. 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 may be used by the City without restriction. VI. PREVAILING WAGES. The 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. PUBLIC WORKS AGREEMENT - 4 ($20K or Less and No Performance Bond) 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 . 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 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 PUBLIC WORKS AGREEMENT - 5 ($20K or Less and No Performance Bond) 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. 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 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 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 PUBLIC WORKS AGREEMENT - 6 ($20K or Less and No Performance Bond) 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, and the 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 the al 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. PUBLIC WORKS AGREEMENT - 7 ($20K or Less and No Performance Bond) 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 of resolving that dispute, difference or claim, shall only be by filing suit exclusively under the venue, rules and jurisdiction of the King County Superior Court, King County, Washington, unless the parties agree in writing to an alternative dispute resolution process. In any claim or lawsuit for damages arising from the parties' performance of this Agreement, each party shall pay all its legal costs and attorney's fees incurred in defending or bringing such claim or lawsuit, including all appeals, in addition to any other recovery or award provided by law; provided, however, nothing in this paragraph shall be construed to limit the City's right to indemnification under Section XIII of this Agreement. D. Written Notice. All communications regarding this Agreement shall be sent to the parties at the addresses listed on the signature page of the Agreement, unless notified to the contrary. Any written notice hereunder shall become effective three (3) business days after the date of mailing by registered or certified mail, and shall be deemed sufficiently given if sent to the addressee at the address stated in this Agreement or such other address as may be hereafter specified in writing. E. Assignment. Any assignment of this Agreement by either party without the written consent of the non-assigning party shall be void. If the non-assigning party gives its consent to any assignment, the terms of this Agreement shall continue in full force and effect and no further assignment shall be made without additional written consent. F. Modification. No waiver, alteration, or modification of any of the provisions of this Agreement shall be binding unless in writing and signed by a duly authorized representative of the City and the 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 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. PUBLIC WORKS AGREEMENT - 8 ($20K or Less and No Performance Bond) K. Counterparts and Signatures by Fax or Email. This Agreement may be executed in any number of counterparts, each of which shall constitute an original, and all of which will together constitute this one Agreement. Further, upon executing this Agreement, either party may deliver the signature page to the other by fax or email and that signature shall have the same force and effect as if the Agreement bearing the original signature was received in person. IN WITNESS, the parties below execute this Agreement, which shall become effective on the last date entered below. All acts consistent with the authority of this Agreement and prior to its effective date are ratified and affirmed, and the terms of the Agreement shall be deemed to have applied. CONTRACTOR: By: Print Name: Its DATE: CITY OF KENT: By: Print Name: Brian Levenhagen Its: Parks Deputy Director NOTICES TO BE SENT TO: CONTRACTOR: Ron Dagley All Around Fence Company P.O. Box 98909 Lakewood, WA 98496 (253) 863-4895 (telephone) (253) 863-0704 (facsimile) NOTICES TO BE SENT TO: CITY OF KENT: Ben Levenhagen, Support Services Field Supervisor City of Kent 220 Fourth Avenue South Kent, WA 98032 (253) 856-5133 or (253) 508-9548 (cell) (telephone) (253) 856-6120 (facsimile) ATTEST: Kent City Clerk 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 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 determination regarding suspension or termination for all or part of the Agreement; The questions are as follows: 1. I have read the attached City of Kent administrative policy number 1.2. 2. During the time of this Agreement I will not discriminate in employment on the basis of sex, race, color, national origin, age, or the presence of all sensory, mental or physical disability. 3. During the time of this Agreement the prime contractor will provide a written statement to all new employees and subcontractors indicating commitment as an equal opportunity employer. 4. During the time of the Agreement I, the prime contractor, will actively consider hiring and promotion of women and minorities. 5. Before acceptance of this Agreement, an adherence statement will be signed by me, the Prime Contractor, that the Prime Contractor complied with the requirements as set forth above. By signing below, I agree to fulfill the five requirements referenced above. By: ___________________________________________ For: __________________________________________ Title: _________________________________________ Date: _________________________________________ EEO COMPLIANCE DOCUMENTS - 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 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 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 (09/21/2021 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. ALL AROUND FENCE COMPANY 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. EXHIBIT A .ARQ�iy FENCE CO. _t j Job name: Contact person:-' Phone #1: 2S3 _ 9 All Around Fence Co. (AAFCO) On -site Time of estimate: L IAYV Licensed, bonded, and insured. C5lidate: Phone/Email quote date: PO Box 98909, Lakewood WA 98496 Estimator's name: 6rh Office:, 253-863-4895 Fax: 253-863-0704 Revised date: ice use allaroundfence@allaroundfencewa.com Revised date: CID: VT+ — H U 1 -41 D le P_., Owl rk, PROPOSAL/CONTRACT LIC# ALLARAF839KS evGnh �� MgmtCo.: -5133 4JPhone#2: 1....,.,-., ndling Addr Email: � l�-Y�Yl it►GvQe� Y5 ! Billing email if dill: %J slack, Gaiv Wood Chain link Footage ' Height j Material specs Top rail Middle rail Bottom rail Tension wire Wood styles: Standard Estate ❑ Full Panel ❑ Picture Frame ❑ Kirkland ❑ Rambler ❑ Horizontal ❑ Shadow Board ❑ Lattice Top ❑ Custom ❑ Gates: Single walk ❑ Single drive ❑ Double drive ❑ Roll ❑ Hillside ❑ Tear out/Haul away i Orna- mental lro I I Notes: ]'rice: � �eeIs e-s !'ux ro hr Rd*51 upon Job fomfdelion. *ONCE YOU RETURN YOUR SIGNED CONTRACT TO US, YOU ARE AGREEING TO THE JOB AND YOU ARE R1:S1'[,]NS111LF FOR THE FULL PAYMENT (INCLUDES LABOR AND MATERIALS) EVEN IF YOU CANCEL THE JOB. *We propose hereby to furnish materials and labor -complete in accordance with the above specifications. We have a $600.00 minimum plus materials. If you change your job and the price falls below that cost, you maybe required to pay the $600.00 minimum plus materials price. *One year warranty on workmanship & materials supplied by AAFCO. We do not warranty wood gates over 10' wide, no exceptions. We do not stain or paint fences. *This estimate is just an estimate and may be withdrawn by AAFCO if not accepted within 30 days. *Most of our correspondence is done by email. Payment is due upon receipt of invoice. We accept checks & money orders. For a fee, we also accept debit and credit cards. Tax will be added to your job upon job completion. *THE CUSTOMER IS RESPONSIBLE F(A)MARKING THEIR PRIVATE UTILITY LOCATIONS AND FENCE LINES. AAFCO IS NOT RESPONSIBLE FOR tyr1LJTYNPR1VKI-FR LINES. Estimator's Authorization: VI The prices, specifications, and conditions are sates story, understood, and are hereby accepted by my signature below: Customer's signature: Date: o�,y Mil ��� FENCE CO. Job name: c JJM 0 Contact person: r e Phone #1: :253 - 12) Ja edtttr'ss: �e 1 Email; ~� _ ] 301ing email if diff: All Around Fence Co. (AAFCO) On-siteestimate: Time of I L Licensed, bonded, and insured. estiniate date: I I —)—I_ � Phone/Email quote date: PO Box 98909, Lakewood WA 98496 Estimator's name: Office: 253-863-4895 Fax: 253-863-0704 Pdrl Revised date. Office use allaroundfence@ailaroundfencewa.com Revised date: IM/D: v4 _ H u 141 D 1@ lP,1 OAI Irfi PROPOSAL/CONTRACT LIC# ALLARAF839KS ve na�in Tan Orna- Woodclay mental Other Vinyl Iron Footage Height 1 POSTS Terminal Line Gate Material specs Top rail Middle rail Bottom rail Tension wire Wood styles: Standard Estate ❑ Full Panel ❑ Picture Frame ❑ Kirkland ❑ Rambler ❑ Horizontal ❑ Shadow Board ❑ Lattice Top ❑ Custom ❑ Gates: Single walk ❑ Single drive ❑ Double drive ❑ Roll ❑ Hillside ❑ away Notes: Mgmt Co.: L' I 6 � Ke. v 4 1. Phone #2: 253__746 _ 41 i3i9ingAddicss tf diff. PER Price: <5 2— e7 J ra■ to be added upon job completion. •[3h!(:Ii YOU RETURN YOUR SIGNED CONTRACT TO US, YOU ARE AGREEING TO THE JOB AND YOU ARE RESPONS1til F FOR THE FULL PAYMENT (INCLUDES LABOR AND MATERIALS) EVEN IF YOU CANCEL THE JOB *We propose hereby to furnish materials and labor -complete in accordance with the above specifications. 'We have a $600.00 minimum plus materials. If you change your job and the price falls below that cost, you may be required to pay the $600.00 minimum plus materials price - *One year warranty on workmanship & materials supplied by AAFCO. We do not warranty wood gates over 10' wide, no exceptions. We do not stain or paint fences. *This estimate is just an estimate and may be withdrawn by AAFCO if not accepted within 30 days. *Most of our correspondence is done by email. Payment is due upon receipt of invoice. We accept checks & money orders. For ;i fee, we also accept debit and credit cards. Tax will be added to your job upon job completion. *THE CUSTOMER [S RESPONSIBLE FOR MARKING THEIR PRIVATE UTILITY LOCATIONS AND FENCE LINES, AAFCO IS NOT RESPONSIBLE FOR IT) 'II.I&WSPRINKLER LINES. Iislintator's Authorization: y "I" + f The prices, specifications, and conditions are satisfactory, friderstood, and are hereby accepted by my signature below: Customer's signature: Date: - Roe On -site Time of All Around Fence Co. (AAFCO) estimate: l IGCV'r1 estimate date: Phone/Email quote date: Licensed, bonded, and insured. _z) _ %6Z) PO Box 98909, Lakewood WA 98496 Estimator's name: an FENCE CO_ . Office: 253-863-4895 Fax: 253-863-0704 Revised date: office use allaroundfence@allaroundfencewa.com Revised date: IM/D: Job name: C1 I D 1 _ 1e �{ r PROPOSAL/CONTRACT LIC# ALLARAFS39KS Contact person: eY1 �y�h� eYl Mgmt Co.: b 6 Ke-Pi4 Phone #1: 253 _ t (o - 5 13 3 Phone #2: Q site GJ 13ilauig AJdre.ss iFdifF Email: b U--ve-vi Y� � e-n+ V I 1 io�- 'Billing email if diff: -4 _44 Black, Galv Wood Chain link INN F Footage- -� Height (AA I t I- +C � I►'l - VLF .0 [ .. u POSTS - Termina! I © 1 Line -,- 1 _ _ y Gate ➢ I'"-� -- — - M ri ate al specs Top rail r ' Middle rail , I.. Bottom rail � � � !- Tension wire - -- - - --- Wood styles: Notes: � v t � � Price �7(O �® Standard Estate ❑ � (O Full Panel ❑ fax to be added upon Job completion. Picture Frame ❑ *ONCE YOU RETURN YOUR SIGNED CONTRACT TO US, YOU ARE AGREEING TO THE JOB AND YOU ARE Kirkland ❑ RESPONSIBLE FOR THE FULL PAYMENT (INCLUDES LABOR AND MATERIALS) EVEN IF YOU CANCEL THE .JOB. Rambler ❑ *We propose hereby to furnish materials and labor -complete in accordance with the above specifications. Horizontal ❑ *We have a $600.00 minimum plus materials. Ifyou change your job and the price falls below that cost, you may be required Io pay the $600.00 minimum plus materials price. Shadow Board [I`One year warranty on workmanship & materials supplied by AAFCO. We do not warranty wood gates over 10' wide, no Lattice Top ❑ IvXceptiom. We do not stain or paint fences. Custom ❑ *This estimate is just an estimate and may be withdrawn by AAFCO if not accepted within 30 days. *Most of our correspondence is done by email. Payment is due upon receipt of invoice. We accept checks & money orders. For a Gates: fee, we also accept debit and credit cards. Tax will be added to your job upon job completion. Single walk ❑ *-1-111i CUSTOMER IS RESPONSIBLE FOR MARKING THEIR PRIVATE UTILITY LOCATIONS AND FENCE LINES. AAFC0 IS NOT RESPONSIBLE FO _ I It. f'rY/SPRIN' KI.J-R LINES. Single drive Cl Double drive ❑ Roll ❑ Estimator's Authorization: Hillside ❑ _ The prices, specifications, and conditions are sa sfactory, understood, and are hereby accepted by my Tearing signature below: included if checked Tear out/Haulaway included ichecked) Customer's signature: Date: - ' tN ARCE CO. Job name: Contact person. Phone #1: 2S3 All Around Fence Co. (AAFCO) On-siteestimate: Time of Licensed, bonded, and insured. 1 estimate date: Phone/Email quote date. PO Box 98909, Lakewood WA 98496 fstim$tvr'_r name: Office: 253-863-4895 Fax: 253-863-0704 6� allaroundfence@allaroundfencewa.com Revised date: Revised date: office use MAD: V14 _ u r le 1Z po', r • PROPOSAL/CONTRACT LIC#1 ALLARAF839KS Mgmt Co.: Phone #2: 1Tu—",J 1 7 15111111,9 Address if dill. alack, 'White Chain Clay link Vinyl Gate Material specs Top rail Middle rail Bottom rail Tension wire Wood styles: Standard Estate ❑ Full Panel ❑ Picture Frame ❑ Kirkland ❑ Rambler ❑ Horizontal ❑ Shadow Board ❑ Lattice Top ❑ Custom ❑ Gates: Single walk ❑ Single drive ❑ Double drive ❑ Roll ❑ Hillside ❑ 7t+ Notes: Price: 00 '13 10 11i: to be added upoo Job completion. *ONCE YOU RETURN YOUR SIGNED CONTRACT TO US, YOU ARE AGREEING TO THE JOB AND YOU ARE RESPONSIBLE FOR THE FULL PAYMENT (INCLUDES LABOR AND MATERIALS) EVEN IF YOU CANCEL THE JOB *We propose hereby to furnish materials and labor -complete in accordance with the above specifications. ' We have a $600.00 minimum plus materials. If you change your job and the price falls below that cost, you may be required to pay the $600.00 minimum plus materials price. *Onc: year warranty on workmanship & materials supplied by AAFCO. We do not warranty wood gates over 10' wide, no exceptions. We do not stain or paint fences. *This estimate is just an estimate and may be withdrawn by AAFCO if not accepted within 30 days. *Most of our correspondence is done by email. Payment is due upon receipt of invoice. We accept checks & money orders. For a fee, we also accept debit and credit cards. Tax will be added to your job upon job completion. *77 If; CUSTOMER IS RESPONSIBLE FOR MARKING THEIR PRIVATE UTILITY LOCATIONS AND FENCE LINES. AAI�C0 IS NOT RESPONSIBLE FOR ' A11-WSPRINKLFR LINES. Fstimator's Authorization: _ The prices, specifications, and conditions are sa sfactttry, understood, and are hereby accepted by my signature below: Tear out/Haul away Customer's signature: ' Date: All Around Fence Co. (AAFCO) On -site Licensed, bonded, and insured. estimate date: PO Box 98909, Lakewood WA 98496 Fsl imnlor's name: FENCE CO. Office: 253-863-4895 Fax: 253-863-0704 Revised date: allaroundfence@allaroundfencewa.com Revised date: Job name: G1 1 .0 Contact person: Phone #1: 2S _ 100 5ite arrfjrp.' m-- fi l Email: )_ Billing email if diff Wood Footage Height POSTS Terminal Line Gate Material specs Top rail Middle rail Bottom rail Tension wire Wood styles: Standard Estate ❑ Full Panel ❑ Picture Frame ❑ Kirkland ❑ Rambler ❑ Horizontal ❑ Shadow Board ❑ Lattice Top ❑ Custom ❑ Gates: Single walk ❑ Single drive ❑ Double drive ❑ Roll ❑ Hillside ❑ Black, white Orna- Galt' Tan Chain Clay mental I I Other link Vinyl Iron Notes: S e D Trnte of 11 140 esnle: rrra Phone/Email quote date: use M/D: PROPOSAL/CONTRACT LIC#ALLARAF839KS MgmtCo.:I✓f!4 ol� Kei,..4 Phone #2: 2 57 "_7 Q Price: ® rox to be added upon Job completion. . . IX/% *ONCE YOUli11.RETURN YOUR SIGNED CONTRACT TO US, YOU ARE AGREEING TO THE JOB AND YOU ARE RI`.SI'i)NSF. FOR THE FULL PAYMENT (INCLUDES LABOR AND MATERIALS) EVEN IF YOU CANCEL THE JOB **We propose hereby to furnish materials and labor -complete in accordance with the above specifications. We have a $600.00 minimum plus materials. If you change your job and the price falls below that cost, you may be required to pay the $600.00 minimum plus materials price. *One year warranty on workmanship & materials supplied by AAFCO. We do not warranty wood gates over 10' wide, no exceptions. We do not stain or paint fences. *This estimate is just an estimate and may be withdrawn by AAFCO if not accepted within 30 days. *Most of our correspondence is done by email. Payment is due upon receipt of invoice. We accept checks & money orders. For a fee, we also accept debit and credit cards. Tax will be added to your job upon job completion. "TI IE CUSTOMER IS I{ESI'ONSlBLE FOR MARKING THEIR PRIVATE UTILITY LOCATIONS AND FENCE LINES. AAFCO IS NOT RESPONSIBLE ITLJTY/SPRINKI..Iijt LINES. Estimator's Authorization: Lev I V _ The prices, specifications, and conditions are satisfaetar , understood, and are hereby accepted by my signature below: Tear out/Haul away Customer's signatum: Date: do F ENCE Co. Job name: Contact person::_��yi Lt Phone #1: 2.;-A -PV diff: All Around Fence Co. (AAFCO) On -site Time h Licensed, bonded, and insured. estimate date: _z) L estimate: t Phone/Email quote date: PO Box 98909, Lakewood WA 98496 Fstitttatar's name: Office: 253-863-4895 Fax: 253-863-0704 �n allaroundfence@allaroundfencewa.com Revised date: office use IM/D: Revised date: 7 - u I +i p le- � pAi r . PROPOSAL/CONTRACT LIC# ALLARAFS39KS VG Mgmt Co.: Phone #2: c� _ 6-111-7 Address if dill F alv Tan Orna- - Wood Chain Clay mental Other _ Footage nk Vinyl Iron _ Height - POSTS - - Terminal Line Gate - Material specs - Top rail Middle rail Bottom rail - Tension wire Wood styles: Notes: Standard Estate ❑ Price: 19 i C1 00 Full Panel ❑ Fax to be added upon job completion. Picture Frame ❑ Kirkland ❑ *ONCE YOU RETURN YOUR SIGNED CONTRACT TO US, YOU ARE AGREEING TO THE JOB AND YOU ARE RF:SPONSIIILL FOR THE FULL PAYMENT (INCLUDES LABOR AND MATERIALS) EVEN IF YOU CANCEL THE JOB. Rambler ❑ *We propose hereby to furnish materials and labor -complete in accordance with the above specifications. Horizontal ❑ 'We have a $600.00 minimum plus materials. If you change your job and the price falls below that cost, you maybe required w pay the $600.00 minimum plus materials price. Shadow Board ❑ eonc year warranty on workmanship & materials supplied by AAFCO. We do not warranty wood gates over 10' wide, no p ❑ exceptions. We do not stain or paint fences. 'This estimate is just an estimate and may be withdrawn by AAFCO if not accepted within 30 days. *Most of our correspondence is done by email. Payment is due upon receipt of invoice. We accept checks & money orders. For a lec, we also accept debit and credit cards. Tax will be added to your job upon job completion. k ❑ REJEstimaloi's *THE CUSTOMER IS RESPONSIBLE FOI ARKING THEIR PRIVATE UTILITY LOCATIONS AND FENCE LINES. AAFCO IS NOT RESPONSIBLE FOR I " f.!' 'YISPRiN ' Fit LINES. e ❑ ve ❑ Estimaloi's Authorization: _ Hillside ❑ The prices, specifications, and conditions are satisfact , understood, and are hereby accepted by Clearing signature below: my included It checked Tear out/Haul away (Included if checked) RCostomer} s signature: Date, a time of All Around Fence Co. (AAFCO) On -site / --Z 1 i:stinlate: O �• ARo estimate date: / I't one/Email quote date: Licensed, -yam Licensed, bonded, and insured.zV2 (FrEeNCE PO Box 98909, Lakewood WA 98496 L;stintatoes name: Office: 253-863-4895 Fax: 253-863-0704 office use CO. Revised date: _ allaroundfence@allaroundfencewa-com Revised date: t �' •- Z 1 •2 M/D: Job name: PROPOSAL/CONTRACT LIC#ALLARAF839KS Contact person: y e- h .e. Mgmt Co.: C I d- y IJ Phone #1: C Yt'� Phone #2: 2 � �3 - �'�S w — 5 133 'LA !0 site 1I �� S 2 p � e-T- � Y,_L G`�,04 2 Billing .ldckcs5ifdifC Email: EbLe-ve,Y1 n,i en e1'I f C 1 — Billing email If diff: Y% hite i Gft'r1 Tan Orna- I _ Wood Challr• CClay mental Other link Vinyl iron Footage 4 Height rl POSTS Terminal Line Gate Material specs '403 Zia Top rail (S/ Middle rail r�J$ Bottom rail Q Tension wiree{ 1 � Price: Wood styles: Standard Estate ❑ Notes: �o �I �;+ti,t aw► V Q O 1.. �'fl i 1 � } y 1 l0 Full Panel ❑ TAX lu bdaddca upon lob completion. Picture Frame ❑ *ONCE YOU RETURN YOUR SIGNED CONTRACT TO US, YOU ARE AGREEING TO THE JOB AND YOU ARE Kirkland ❑ RI-'IN1't}\SIHLl. FOR THE FULL PAYMENT (INCLUDES LABOR AND MATERIALS) EVEN IF YOU CANCEL THE 1013- Rambler El '"We propose hereby to furnish materials and labor -complete in accordance with the above specifications. 'We have a $600.00 minimum plus materials. If you change your job and the price falls below that cost, you may be required Horizontal ❑ to pay the $600.00 minimum plus materials price. Shadow Board ❑ 'One year warranty on workmanship & materials supplied by AAFCO. We do not warranty wood gates over I O' wide, no exceputim. We do not stain or paint fences. Lattice Top ❑ •This estimate is just an estimate and may be withdrawn by AAFCO if not accepted within 30 days. Custom ❑ •Nlost of our correspondence is done by email. Payment is due upon receipt of invoice. We accept checks & money orders. For:i Gates: Ice, we also accept debit and credit cards. Tax will be added to your job upon job completion. "TI II: CUSTOMER IS RESPONSIBLE FOR MARKING THEIR PRIVATE UTILITY LOCATIONS AND FENCE LINES. Single walk ❑ AAFC0 IS NOT RESPONSIBLE FOCEJr­T.'Y/SPRINK_LER LINES. Single drive ❑ Double drive ❑Roll ❑ Estimator's Authorization:�_.__ Hillside ❑ The prices, specifications, and conditions are satisfactory, u erstood, and are hereby accepted by my Baring signature below: Included if checked Tear out/Haul away ® Customer's signature: Date: incladed if ci�e ed S Ykl a 10/1/21, 8:35 AM about:blank 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: 10/1/2021 County_ Trade Job Classification Wage Holiday Overtime Note *Risk Class King Fence Erectors King Fence Erectors Fence Erector Fence Laborer $46.29 7A 4V 8Y View $46.29 7A 4V 8Y View about:blank 1 /1 EXHIBIT B INSURANCE REQUIREMENTS FOR CONSTRUCTION PROJECTS 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 ANII. E. Verification of Coverage Contractor shall furnish the City with original certificates and a copy of the amendatory endorsements, including but not necessarily limited to the additional insured endorsement, evidencing the insurance requirements of the Contractor before commencement of the work. F. Subcontractors Contractor shall include all subcontractors as insureds under its policies or shall furnish separate certificates and endorsements for each subcontractor. All coverages for subcontractors shall be subject to all of the same insurance requirements as stated herein for the Contractor. FEDERATED INSURANCEv° Dear Policyholder, Thank you for choosing Federated Insurance to handle your insurance and risk management needs. The attached certificate document(s) have been issued or updated. Please feel free to contact us with any additional changes, additions or deletions that may be needed by contacting the Federated Client Contact Center at: Phone: 1-888-333-4949 Fax: 507-446-4664 E-mail: clientcontactcenter@fedins.com Thank you for your business! Client Contact Center Enclosed: Certificate Document(s) MISC-0829 (04-13) AI n� CERTIFICATE OF LIABILITY INSURANCE DAT0MM/2021YY) 09l30/2021 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsements . PRODUCER FEDERATED MUTUAL INSURANCE COMPANY HOME OFFICE: P.O. BOX 328 CONTACT CLIENT CONTACT CENTER IA CNNo Ext : 888-333-4949 aic Niel 507-446-4664 ADDRESS: CLIENTCONTACTCENTER FEDINS.COM OWATONNA, MN 55060 INSURER(S) AFFORDING COVERAGE NAIC # INSURER A: FEDERATED MUTUAL INSURANCE COMPANY 13935 INSURED 198-037-4 INSURER B: ALL AROUND FENCE COMPANY INSURER C: PO BOX 98909 INSURER D: LAKEWOOD, WA 98496-8909 INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER: 103 REVISION NUMBER: 1 THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCE ADDL INSR SUER WVD POLICY NUMBER POLICY EFF MMIDDIYYVY POLICY EXP MMIDDIYYYV LIMITS A X COMMERCIAL GENERAL LIABILITY CLAIMS -MADE ❑X OCCUR Y N 9369175 01/15/2021 01/15/2022 EACH OCCURRENCE $1,000,000 E TO RENTED PREMISES (Ea occurrence) $100,000 MED EXP (Any one person) EXCLUDED GEN'L tX PERSONAL& ADV INJURY $1,000,000 AGGREGATE LIMIT APPLIES PER: POLICY El JEST ❑ LOC OTHER: GENERAL AGGREGATE $2,000,000 PRODUCTS - COMP/OP AGG $2,000,000 A AUTOMOBILE X LIABILITY ANY AUTO OWNED AUTOS ONLY SCHEDULED AUTOS HIRED AUTOS ONLY NON -OWNED AUTOS ONLY N N 9369175 01/15/2021 01/15/2022 COMBINED SINGLE LIMIT Ea accident $1,000,000 BODILY INJURY (Per person) BODILY INJURY (Per accident) PROPERTY DAMAGE Per accident A X UMBRELLA LABX EXCESS LIAB OCCUR CLAIMS -MADE N N 9369176 01/15/2021 01/15/2022 EACH OCCURRENCE $5,000,000 AGGREGATE $5,000,000 DED I I RETENTION A PrHB EMPLOYERS' LIABILITY YIN N ANY PROPRIETORIPARTNEWEXECUTIVE OFFICERIMEMBEREXCLUDED? (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below NIA N 9369175 01/15/2021 01/15/2022 OTH- PER STATUTE ER E.L. EACH ACCIDENT $1,000,000 E.L. DISEASE - EA EMPLOYEE $1,000,000 E.L DISEASE - POLICY LIMIT $1,000,000 DESCRIPTION OF OPERATIONS I LOCATIONS i VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) SEE ATTACHED PAGE CERTIFICATE HOLDER CANCELLATION 198-037-4 1031 CITY OF KENT SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE 220 4TH AVE S THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN KENT, WA 98032-5838 ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE 4,1 © 1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25 (2016103) The ACORD name and logo are registered marks of ACORD AGENCY CUSTOMER ID: 198-0: LOC ACORL�® ADDITIONAL REMARKS SCHEDULE Page 1 of 1 AGENCY NAMED INSURED FEDERATED MUTUAL INSURANCE COMPANY ALL AROUND FENCE COMPANY PO BOX 98909 LAKEWOOD, WA 98496-8909 POLICY NUMBER SEE CERTIFICATE # 103.1 CARRIER NAIC CODE SEE CERTIFICATE # 103.1 1 EFFECTIVE DATE: SEE CERTIFICATE # 103.1 ADDITIONAL REMARKS THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER: 25 FORM TITLE: CERTIFICATE OF LIABILITY INSURANCE STOP -GAP (EMPLOYER'S LIABILITY) COVERED STATE(S) WA PROJECT LOCATIONS: EARTHWORKS PARK, 100 REITEN RD, KENT WA 98030 SERVICE CLUB BALL FIELDS, 14608 SE 288TH ST, KENT WA 98042 HOGAN PARK, 24400 RUSSELL RD, KENT WA 98032 KENT MEMORIAL PARK, 850 CENTRAL AVE N, KENT WA 98032 UPLANDS PLAYFIELD, 836 W SMITH ST, KENT WA 98032 WILSON PLAYFIELDS, 13028 SE 251ST ST, KENT WA 98030 TOT LOT 941 W CROW ST & 5TH AVE S, KENT WA 98032 THE CERTIFICATE HOLDER IS AN ADDITIONAL INSURED SUBJECT TO THE CONDITIONS OF THE ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - AUTOMATIC STATUS WHEN REQUIRED IN A WRITTEN CONSTRUCTION AGREEMENT WITH YOU ENDORSEMENT FOR GENERAL LIABILITY. ACORD 101 (2008101) O 2008 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD COMMERCIAL GENERAL LIABILITY CG 20 33 04 13 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - AUTOMATIC STATUS WHEN REQUIRED IN CONSTRUCTION AGREEMENT WITH YOU This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART A. Section II - Who Is An Insured is amended to B. With respect to the insurance afforded to these include as an additional insured any person or additional insureds, the following additional organization for whom you are performing exclusions apply: operations when you and such person or This insurance does not apply to: organization have agreed in writing in a contract 1. "Bodily injury", "property damage" or or agreement that such person or organization be "personal and advertising injury" arising out added as an additional insured on your policy. of the rendering of, or the failure to render, Such person or organization is an additional "bodily any professional architectural, engineering or insured only with respect to liability for "property "personal surveying services, including: injury", damage" or and advertising injury" caused, in whole or in part, by: a. The preparing, approving, or failing to 1. Your acts or omissions; or prepare or approve, maps, shop drawings, opinions, reports, surveys, field orders, 2. The acts or omissions of those acting on your change orders or drawings and behalf; specifications; or in the performance of your ongoing operations for b. Supervisory, inspection, architectural or the additional insured. engineering activities. However, the insurance afforded to such This exclusion applies even if the claims against additional insured: any insured allege negligence or other 1. Only applies to the extent permitted by law; wrongdoing in the supervision, hiring, and employment, training or monitoring of others by 2. Will not be broader than that which you are that insured, if the "occurrence" which caused the required by the contract or agreement to "bodily injury" or "property damage", or the provide for such additional insured. offense which caused the "personal and A person's or organization's status as an advertising injury", involved the rendering of or additional insured under this endorsement ends the failure to render any professional when your operations for that additional insured architectural, engineering or surveying services. are completed. © Insurance Services Office, Inc., 2012 Page 1 of 2 CG 20 33 04 13 Policy Number: 9369175 Transaction Effective Date: 01-15-2021 2. 'Bodily injury" or "property damage" occurring after: a. All work, including materials, parts or equipment furnished in connection with such work, on the project (other than service, maintenance or repairs) to be performed by or on behalf of the additional insured(s) at the location of the covered operations has been completed; or b. That portion of "your work" out of which the injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcontractor engaged in performing operations for a principal as a part of the same project. C. With respect to the insurance afforded to these additional insureds, the following is added to Section III - Limits Of Insurance: The most we will pay on behalf of the additional insured is the amount of insurance: 1. Required by the contract or agreement you have entered into with the additional insured; or 2. Available under the applicable Limits of Insurance shown in the Declarations; whichever is less. This endorsement shall not increase the applicable Limits of Insurance shown in the Declarations. Page 2 of 2 © Insurance Services Office, Inc., 2012 CG 20 33 04 13 Policy Number: 9369175 Transaction Effective Date: 01-15-2021 City of Kent .40s Business License \SL �IcriT YVASHI NGTON ALL AROUND FENCE COMPANY PO BOX 98909 LAKEWOOD, WA 98496 Please tear at perforation ------------------------------------------------- BUSINESS LICENSE LICENSE MUST BE PAID ANNUALLY BY i JANUARY 1st TO AVOID PENALTY KE N.T Issuance of License Dbes Not Imply Licensee's W A S H I. N O T O r Complissice with State and Local Laws THIS LICENSE MUST BE POSTED IN A CONSPICUOUS PLACE. NOT TRANSFERABLE OR ASSIGNABLE NAME AND ADDRESS OF BUSINESS BLOC-2171028 ALL AROUND FENCE COMPANY 13602 PACIFIC AVE S TACOMA, WA 98444 Tax Registration Endorsement Per RCW 92.14 local sales and use tax must be coded No. 1715 for all qualified sales within the city of Kent. 2021 I,J G- r�,9— MAYOR The City ,of Kent At 220 4TH AVE. SO KENT, WASHINOTON 98032 AI I .Around . Fence.Oct2021 Final Audit Report 2021-10-14 Created: 2021-10-01 By: Janice Applegate Qapplegate@kentwa.gov) Status: Signed Transaction ID: CBJCHBCAABAAagLuZbz7KNsFt_n6dmFLsOfsuBubSgSf "AII.Around.Fence. Oct2021" History s Document created by Janice Applegate (japplegate@kentwa.gov) 2021-10-01 - 4:32:03 PM GMT- IP address: 146.129.252.126 t: o Document e-signed by Janice Applegate (japplegate@kentwa.gov) Signature Date: 2021-10-01 - 4:42:22 PM GMT - Time Source: server- IP address: 146.129.252.126 Document emailed to Garin Lee (glee@kentwa.gov) for signature 2021-10-01-4:42:25 PM GMT s Email viewed by Garin Lee (glee@kentwa.gov) 2021-10-06 - 3:38:28 PM GMT- IP address: 146.129.252.126 c:5p Document e-signed by Garin Lee (glee@kentwa.gov) Signature Date: 2021-10-06 - 3:39:04 PM GMT - Time Source: server- IP address: 146.129.252.126 Document emailed to Ron Dagley (allaroundfence@msn.com) for signature 2021-10-06 - 3:39:08 PM GMT Email viewed by Ron Dagley (allaroundfence@msn.com) 2021-10-07 - 1:44:35 PM GMT- IP address: 50.210.63.9 Email viewed by Ron Dagley (allaroundfence@msn.com) 2021-10-08 - 1:33:27 PM GMT- IP address: 50.210.63.9 Cep Document e-signed by Ron Dagley (allaroundfence@msn.com) Signature Date: 2021-10-08 - 6:22:09 PM GMT - Time Source: server- IP address: 50.210.63.9 Document emailed to Ronald Lashley (rlashley@kentwa.gov) for signature 2021-10-08 - 6:22:13 PM GMT s Email viewed by Ronald Lashley (rlashley@kentwa.gov) 2021-10-12 - 10:38:40 PM GMT- IP address: 146.129.252.126 Adobe Sign Document e-signed by Ronald Lashley (rlashley@kentwa.gov) Signature Date: 2021-10-12 - 10:43:11 PM GMT - Time Source: server- IP address: 146.129.252.126 Document emailed to Brian Levenhagen (bjlevenhagen@kentwa.gov) for signature 2021-10-12 - 10:43:13 PM GMT s Email viewed by Brian Levenhagen (bjlevenhagen@kentwa.gov) 2021-10-13 - 4:22:06 PM GMT- IP address: 146.129.252.126 c:5o Document e-signed by Brian Levenhagen (bjlevenhagen@kentwa.gov) Signature Date: 2021-10-13 - 4:22:55 PM GMT - Time Source: server- IP address: 146.129.252.126 ; Document emailed to Kim Komoto (kkomoto@kentwa.gov) for signature 2021-10-13 - 4:22:58 PM GMT s Email viewed by Kim Komoto (kkomoto@kentwa.gov) 2021-10-13 - 5:40:06 PM GMT- IP address: 146.129.252.126 Document e-signed by Kim Komoto (kkomoto@kentwa.gov) Signature Date: 2021-10-13 - 5:40:30 PM GMT - Time Source: server- IP address: 146.129.252.126 Document emailed to Melissa McCormick (cityclerk@kentwa.gov) for signature 2021-10-13 - 5:40:32 PM GMT s Email viewed by Melissa McCormick (cityclerk@kentwa.gov) 2021-10-14 - 2:52:54 PM GMT- IP address: 146.129.252.126 c:5o Document e-signed by Melissa McCormick (cityclerk@kentwa.gov) Signature Date: 2021-10-14 - 2:54:28 PM GMT - Time Source: server- IP address: 146.129.252.126 15 Agreement completed. 2021-10-14 - 2:54:28 PM GMT a Adobe Sign