Loading...
HomeMy WebLinkAboutCAG2021-485 - Original - Summit Structures of Washington, LLC - Hogan Park Utility Shed Construction - 11/15/2021ApprovalOriginator:Department: Date Sent:Date Required: Authorized to Sign: Director or Designee Date of Council Approval: Grant? Yes No Type:Review/Signatures/RoutingComments: 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. 20210513 FOR CITY OF KENT OFFICIAL USE ONLY * Memo to Mayor must be attached Dir Asst: Jan Apple 4 11/08/2021 Original2461898 Parks, Recreation & Community ServicesJan Applegate 12/31/2021 4 as soon as possible as soon as possible n/a 4 Other 10006600.66200 Contract $14,464.83 N/A 4 4 4 GL PUBLIC WORKS AGREEMENT - 1 ($20K or Less and No Performance Bond) PUBLIC WORKS AGREEMENT between City of Kent and Summit Structures of Washington, LLC THIS AGREEMENT is made by and between the City of Kent, a Washington municipal corporation (hereinafter the "City"), and Summit Structures of Washington, LLC organized under the laws of the State of Washington, located and doing business at 1595 N. National Avenue, Suite F, Chehalis, WA 98532; Contact: Al Shrock, Phone: (406) 402-8452 (cell) (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: Contractor will build on site a 12x16 foot utility shed at Hogan Park at Russell Road, located at 24400 Russell Road, Kent WA 98032 per Purchase Invoice # 64-09273 dated 10/27/2021 attached and incorporated as Exhibit A, with the exception of any terms and conditions included in the Purchase Invoice, which are specifically excluded from and not incorporated into this Agreement. 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 10 working days after the City issues its Notice to Proceed . Upon the effective date of this Agreement, all physical work shall thereafter be completed by December 31, 2021. 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 FOURTEEN THOUSAND FOUR HUNDRED SIXTY FOUR DOLLARS AND EIGHTY THREE CENTS ($14,464.83), 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. PUBLIC WORKS AGREEMENT - 2 ($20K or Less and No Performance Bond) 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 Contractor’s signature on 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 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. D.Final Payment: Waiver of Claims. THE CONTRACTOR’S ACCEPTANCE OF FINAL PAYMENT (EXCLUDING WITHHELD RETAINAGE) 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 Contractor’s services and is a service other than that furnished by the City, or the Contractor is engaged in an independently established trade, occupation, profession, or business of the same nature as that involved under this Agreement. D.The Contractor is responsible for filing as they become due all necessary tax documents with appropriate federal and state agencies, including the Internal Revenue Service and the state Department of Revenue. PUBLIC WORKS AGREEMENT - 3 ($20K or Less and No Performance Bond) 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. 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 bank rupt. 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 Prevailin g 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 agre e, 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. PUBLIC WORKS AGREEMENT - 4 ($20K or Less and No Performance Bond) 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 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 i n 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 shoul d 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 wai ved 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: PUBLIC WORKS AGREEMENT - 5 ($20K or Less and No Performance Bond) 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 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 t he 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. PUBLIC WORKS AGREEMENT - 6 ($20K or Less and No Performance Bond) 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, lo sses 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 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 refus al 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 relinquishm ent 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 Agreemen t, 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 PUBLIC WORKS AGREEMENT - 7 ($20K or Less and No Performance Bond) award provided by law; provided, however, nothing in this paragraph shall be construed to limit the City's right to indemnification under Section XI II 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, unl ess 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 t his 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 thi s 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 Agre ement 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 ($20K or Less and No Performance Bond) 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: Brian Levenhagen, Deputy Parks Director By: Print Name: Its: NOTICES TO BE SENT TO: CONTRACTOR: Al Schrock, Sales Consultant Summit Structures of Washington, LLC 1595 N. National Avenue, Suite F Chehalis, WA 98532 (406) 612-4201 (cell) or (360) 791-2937 (telephone) n/a (facsimile) NOTICES TO BE SENT TO: CITY OF KENT: Todd Dow, MWIV Downtown Lead, Arborist City of Kent 220 Fourth Avenue South Kent, WA 98032 (253)856-5135 (desk) (206)430-2057 (cell) (telephone) (253)856-6120 (facsimile) ATTEST: Kent City Clerk Logan Smith (Nov 11, 2021 10:43 PST) Logan Smith Regional Financial Controller 11/11/2021 Logan Smith Brian Levenhagen (Nov 15, 2021 09:27 PST) 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: ________________________________________ Logan Smith (Nov 11, 2021 10:43 PST) Logan Smith Regional Financial Controller Summit Structures of Washington, LLC 11/11/2021 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 (10/27/2021), 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. Summit Structures of Washington, LLC 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. Logan Smith (Nov 11, 2021 10:43 PST) Logan Smith Madras, OR Regional Financial Controller Logan Smith 11/11/2021 11/8/21, 9:01 AM about:blank about:blank 1/4 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: 11/8/2021 County Trade Job Classification Wage Holiday Overtime Note *Risk Class King Laborers Air, Gas Or Electric Vibrating Screed $54.62 7A 4V 8Y View King Laborers Airtrac Drill Operator $56.31 7A 4V 8Y View King Laborers Ballast Regular Machine $54.62 7A 4V 8Y View King Laborers Batch Weighman $46.29 7A 4V 8Y View King Laborers Brick Pavers $54.62 7A 4V 8Y View King Laborers Brush Cutter $54.62 7A 4V 8Y View King Laborers Brush Hog Feeder $54.62 7A 4V 8Y View King Laborers Burner $54.62 7A 4V 8Y View King Laborers Caisson Worker $56.31 7A 4V 8Y View King Laborers Carpenter Tender $54.62 7A 4V 8Y View King Laborers Cement Dumper-paving $55.62 7A 4V 8Y View King Laborers Cement Finisher Tender $54.62 7A 4V 8Y View King Laborers Change House Or Dry Shack $54.62 7A 4V 8Y View King Laborers Chipping Gun (30 Lbs. And Over) $55.62 7A 4V 8Y View King Laborers Chipping Gun (Under 30 Lbs.)$54.62 7A 4V 8Y View King Laborers Choker Setter $54.62 7A 4V 8Y View King Laborers Chuck Tender $54.62 7A 4V 8Y View King Laborers Clary Power Spreader $55.62 7A 4V 8Y View King Laborers Clean-up Laborer $54.62 7A 4V 8Y View King Laborers Concrete Dumper/Chute Operator $55.62 7A 4V 8Y View King Laborers Concrete Form Stripper $54.62 7A 4V 8Y View King Laborers Concrete Placement Crew $55.62 7A 4V 8Y View King Laborers Concrete Saw Operator/Core Driller $55.62 7A 4V 8Y View King Laborers Crusher Feeder $46.29 7A 4V 8Y View King Laborers Curing Laborer $54.62 7A 4V 8Y View King Laborers Demolition: Wrecking & Moving (Incl. Charred Material) $54.62 7A 4V 8Y View 11/8/21, 9:01 AM about:blank about:blank 2/4 King Laborers Ditch Digger $54.62 7A 4V 8Y View King Laborers Diver $56.31 7A 4V 8Y View King Laborers Drill Operator (Hydraulic, Diamond) $55.62 7A 4V 8Y View King Laborers Dry Stack Walls $54.62 7A 4V 8Y View King Laborers Dump Person $54.62 7A 4V 8Y View King Laborers Epoxy Technician $54.62 7A 4V 8Y View King Laborers Erosion Control Worker $54.62 7A 4V 8Y View King Laborers Faller & Bucker Chain Saw $55.62 7A 4V 8Y View King Laborers Fine Graders $54.62 7A 4V 8Y View King Laborers Firewatch $46.29 7A 4V 8Y View King Laborers Form Setter $54.62 7A 4V 8Y View King Laborers Gabian Basket Builders $54.62 7A 4V 8Y View King Laborers General Laborer $54.62 7A 4V 8Y View King Laborers Grade Checker & Transit Person $46.42 7A 4V 8Y View King Laborers Grinders $54.62 7A 4V 8Y View King Laborers Grout Machine Tender $54.62 7A 4V 8Y View King Laborers Groutmen (Pressure) Including Post Tension Beams $55.62 7A 4V 8Y View King Laborers Guardrail Erector $54.62 7A 4V 8Y View King Laborers Hazardous Waste Worker (Level A) $56.31 7A 4V 8Y View King Laborers Hazardous Waste Worker (Level B) $55.62 7A 4V 8Y View King Laborers Hazardous Waste Worker (Level C) $54.62 7A 4V 8Y View King Laborers High Scaler $56.31 7A 4V 8Y View King Laborers Jackhammer $55.62 7A 4V 8Y View King Laborers Laserbeam Operator $55.62 7A 4V 8Y View King Laborers Maintenance Person $54.62 7A 4V 8Y View King Laborers Manhole Builder-Mudman $55.62 7A 4V 8Y View King Laborers Material Yard Person $54.62 7A 4V 8Y View King Laborers Motorman-Dinky Locomotive $55.62 7A 4V 8Y View King Laborers nozzleman (concrete pump, green cutter when using combination of high pressure air & water on concrete & rock, sandblast, gunite, shotcrete, water blaster, vacuum blaster) $46.42 7A 4V 8Y View King Laborers Pavement Breaker $55.62 7A 4V 8Y View King Laborers Pilot Car $46.29 7A 4V 8Y View King Laborers Pipe Layer (Lead)$46.42 7A 4V 8Y View King Laborers Pipe Layer/Tailor $55.62 7A 4V 8Y View King Laborers Pipe Pot Tender $55.62 7A 4V 8Y View King Laborers Pipe Reliner $55.62 7A 4V 8Y View King Laborers Pipe Wrapper $55.62 7A 4V 8Y View King Laborers Pot Tender $54.62 7A 4V 8Y View King Laborers Powderman $56.31 7A 4V 8Y View 11/8/21, 9:01 AM about:blank about:blank 3/4 King Laborers Powderman's Helper $54.62 7A 4V 8Y View King Laborers Power Jacks $55.62 7A 4V 8Y View King Laborers Railroad Spike Puller - Power $55.62 7A 4V 8Y View King Laborers Raker - Asphalt $46.42 7A 4V 8Y View King Laborers Re-timberman $56.31 7A 4V 8Y View King Laborers Remote Equipment Operator $55.62 7A 4V 8Y View King Laborers Rigger/Signal Person $55.62 7A 4V 8Y View King Laborers Rip Rap Person $54.62 7A 4V 8Y View King Laborers Rivet Buster $55.62 7A 4V 8Y View King Laborers Rodder $55.62 7A 4V 8Y View King Laborers Scaffold Erector $54.62 7A 4V 8Y View King Laborers Scale Person $54.62 7A 4V 8Y View King Laborers Sloper (Over 20")$55.62 7A 4V 8Y View King Laborers Sloper Sprayer $54.62 7A 4V 8Y View King Laborers Spreader (Concrete)$55.62 7A 4V 8Y View King Laborers Stake Hopper $54.62 7A 4V 8Y View King Laborers Stock Piler $54.62 7A 4V 8Y View King Laborers Swinging Stage/Boatswain Chair $46.29 7A 4V 8Y View King Laborers Tamper & Similar Electric, Air & Gas Operated Tools $55.62 7A 4V 8Y View King Laborers Tamper (Multiple & Self- propelled) $55.62 7A 4V 8Y View King Laborers Timber Person - Sewer (Lagger, Shorer & Cribber) $55.62 7A 4V 8Y View King Laborers Toolroom Person (at Jobsite)$54.62 7A 4V 8Y View King Laborers Topper $54.62 7A 4V 8Y View King Laborers Track Laborer $54.62 7A 4V 8Y View King Laborers Track Liner (Power)$55.62 7A 4V 8Y View King Laborers Traffic Control Laborer $49.50 7A 4V 9C View King Laborers Traffic Control Supervisor $52.45 7A 4V 9C View King Laborers Truck Spotter $54.62 7A 4V 8Y View King Laborers Tugger Operator $55.62 7A 4V 8Y View King Laborers Tunnel Work-Compressed Air Worker 0-30 psi $142.82 7A 4V 9B View King Laborers Tunnel Work-Compressed Air Worker 30.01-44.00 psi $147.85 7A 4V 9B View King Laborers Tunnel Work-Compressed Air Worker 44.01-54.00 psi $151.53 7A 4V 9B View King Laborers Tunnel Work-Compressed Air Worker 54.01-60.00 psi $157.23 7A 4V 9B View King Laborers Tunnel Work-Compressed Air Worker 60.01-64.00 psi $159.35 7A 4V 9B View King Laborers Tunnel Work-Compressed Air Worker 64.01-68.00 psi $164.45 7A 4V 9B View King Laborers Tunnel Work-Compressed Air Worker 68.01-70.00 psi $166.35 7A 4V 9B View King Laborers Tunnel Work-Compressed Air Worker 70.01-72.00 psi $168.35 7A 4V 9B View 11/8/21, 9:01 AM about:blank about:blank 4/4 King Laborers Tunnel Work-Compressed Air Worker 72.01-74.00 psi $170.35 7A 4V 9B View King Laborers Tunnel Work-Guage and Lock Tender $57.41 7A 4V 8Y View King Laborers Tunnel Work-Miner $57.41 7A 4V 8Y View King Laborers Vibrator $55.62 7A 4V 8Y View King Laborers Vinyl Seamer $54.62 7A 4V 8Y View King Laborers Watchman $42.08 7A 4V 8Y View King Laborers Welder $55.62 7A 4V 8Y View King Laborers Well Point Laborer $55.62 7A 4V 8Y View King Laborers Window Washer/Cleaner $42.08 7A 4V 8Y View 11/8/21, 9:03 AM about:blank about:blank 1/1 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. Apprentice Level Prevailing Wage Rates for King County and Laborers Trade for the Effective Date: 11/8/2021 Step Occupation Begin Hours End Hours Apprentice Wage Holiday Overtime Note Step 1 Window Washer,Cleaner/Western WA 1 1000 $38.10 7A 4V 8Y Step 2 Window Washer,Cleaner/Western WA 1001 2000 $42.08 7A 4V 8Y Step 3 Window Washer,Cleaner/Western WA 2001 3000 $42.08 7A 4V 8Y Step 4 Window Washer,Cleaner/Western WA 3001 4000 $42.08 7A 4V 8Y Step 5 Window Washer,Cleaner/Western WA 4001 5000 $42.08 7A 4V 8Y Step 6 Window Washer,Cleaner/Western WA 5001 6000 $42.08 7A 4V 8Y Step 1 Laborer/Western WA 1 1000 $38.10 7A 4V 8Y Step 2 Laborer/Western WA 1001 2000 $42.23 7A 4V 8Y Step 3 Laborer/Western WA 2001 3000 $46.36 7A 4V 8Y Step 4 Laborer/Western WA 3001 4000 $48.43 7A 4V 8Y Step 5 Laborer/Western WA 4001 5000 $50.49 7A 4V 8Y Step 6 Laborer/Western WA 5001 6000 $52.56 7A 4V 8Y PURCHASE AsX TNVO|CE # Order Type Date Agent 64-09273 New Build Sale LO/27 /2O2t Al Schrock Dealer: Phone Sales 7595 N National Ave Chehalis, WA 98532 4064028452 Total $6,295.O0 SUMMIT lnvoice from: Summit Structures Washington 7595 N. National Ave. Ste F Chehalis, WA 98532 360-797-2937 Description Utlllty Shed 12x16 Serial Number U912Ie-LO2721-O3A3A Sldlng: Painted - No Paint, Trlm: Painted - No Paint, Roof: Shingles - Black 6" Utility & Classic Overhang (open Sofflt) ($3-95 / square foot) 8/12 Roof Pltch (On Slte Only) ($2 / square foot) 9'walls Bulld on stte (no paint). (36 Man hours x $77.77 per hour = $2,800). Prevalllng wage is $64.94 for King County House Wrap ($2 / square foot) Material Surcharge Promo discount on 9' walls 50% off Remove door Remove window Standard Garage Package (9x7 Standard Garage Door) Todd Dow's signature agrees to the Full Terms and Conditions; including: 1. Driver supplied blocks are $4.5O each. 2. Buildings are not recommended to be raised higherthan 36" from the ground. 3. Site Preparation is the responsibility of the customer. 4. overage Miles are $3'50/mile for 8' wide units; $4'50lmile for 70' & L2' units, and $5.00/mile for 14'wide units, and $3.50/mile for all onsite deliveries. 5. Permits and approvals from local authorlties are the responsibility of the customer. 6. Any remaining amount due, is agreed upon to be paid in full at the time of delivery, or at the time of completion of an On Site Build. 7. There will be a $100 administrative charge per item for changes in orders after 5 business days. 8. Cancellations after 3 business days will result in a cancellation fee of $300, up to 10% of the price of the building. 9. Summit Structures Washington does not paint or stain on-site, nor is paint or stain provided for on-site builds. 10. All information given is true and accurate. Total $L4,464.83 Amount Due Today $3,616.21 Remaining Balance $10,848.62 Ship to: Todd Dow 24400 Russel Rd Kent , WA 98032 (206) 430-2057 Quantity L L t 1" 1, r L ! L I Subtotal Taxes Delivery $758.40 $384.O0 $764.50 $2,800.00 $384.00 $954.00 -$382.00 -$250.00 -$65.00 $1,495.00 $13,137.90 $1,326.93 FREE STRUCTUNES OF XASHINGTON Si8n Date EXHIBIT A TERMS AND CONDITIONS OF SALE Controlling Tems and Condltions. hereunder. will be considered stolon and the culprit WLL be prosecut€d to the full extent of the law' three feet of any other structure or property line' location or for any particular purpose, and purchaser's inabillty to use or place the portable building(s) sold hereunder in any specific locatlon or manner. consent may wlthhold for any reason or no reason. AND VENUE OFTHE UNITED STATES FEDERAL AND STATE COURTS. dellveredlocatlonthattt'epo,t"ut"ou.iiFinordecayoftreatedmaterialsforthelifeofthebuilding(s),againsttermitelnfestationofalltreated turther llmited as provided by the Limitation of Liabillty section of thes€ terms and condltlons' (sELLER DtSCLqtMS ALL OTHER WARRANTTES, tNCLUDtNG WTTHOUT LtM|TAT|ON THE tMPLIED WARRANTTES OF MERCHANTABILIry AND FITNESS FOR A PARTICULAR PURPOSE), valld, legal and enforceable. Signature Date fnsurance The Contractor shall procure and maintain for the duration of the Agreement, insuranci against claims for lnjuries to pe.rsons or damage to. p.ipJrtf *hich may arisE from or in conneition with the performance of the ivoit ntireunder by'the Contractor, their agents, representatives, employees or subcontractors. A. Minimum ScoPe of Insurance Contractor shall obtain insurance of the types described below: EXHIBIT B THSURANCE REQUTREMENTS FoR CONSTRUCTIbN PROJECTS 1. Commercial General Liability insurance shall be written on m occurrence foim CA 00 01 and shall cover liability arising from premises, operations, independent contractors, products-completed operations, personal inlury and idvertistng injury, and liability assumed under an insured contract. ?nd Citv 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- ownelthireA and teaseO vehicles. Coverage shall,be written on Insurance Services Office (I5O) form CA 00 01 or a substitute form providing equivalent liability coverage. If nec€ssary, the dolicy shalt Oe endorsed to provide contractual liabilitY coverage. 3. $lofkers' SoFpensation-covefage- as required. by the GEustiiat lnsurance laws of the State of Washington. B. Minimum Amounts of fnsurance Contractor shall maintain the following insurance limits: 1. Cor0.mercia! General Liabllityinsurance shall be written with ffi000 each occurrence, $1,000,000 general aggregate and a $1,000,000 products-completed oPerations aggregate limit. 2. Aqtpmobile-ti-Abllitv insurance with a minimum combined singfelmitToi bodily injury and property damage of $1,000,000 per accident. EXHIBIT B (Continued) C. Other Insurance Provisions The insurance policies are to contain, or be endorsed to contain' the following provisions tor Ruto-moUJie [iaOifity and Commercial General Liability insurance: 1. The cOntractor's insurance coverage shall be orimgry insu.rance as respect- tnJCr=iV. AnV lnJuiJni", ieif-insuiance,-or inlurance pool.covergg-t ^- maintained by the City shall Ue excisi tif ini Contractbr's insurance and shall not contribute with it. 2. The Contractor's insurance shall be endorsed to state that coverage shall not be cancelled by either party, elcept after thirty-(30) {ays.priol -, .- wrinen notice byA;iiiel-d friii, '.eiurn receipt requested, has been given to the CitY. 3. The City of Kent shall be named as an additional insured on all policies (except professio-nal LiaUility) .t i"tpigti *oit< performed by or on behalf :::[ffi "JT^lTgilrJii*"*.'9".".t'.F:#ti&iq,Fii*['$'h:]:1" Citv reserves tfr-Jtight'to receive a certified'copy. of.all required insurance illi#;:'iFi ii "iii cioi;s com m Jr.ii r Ee ne.u i [i a ui t itv i niu ra nce sha I I atso contain r iiuur!-iiiting-*r"t coverJgl s.hall apqly-separately.to each insured againsi'iiom ;ltini is made or iuit is brought, except with iutp"iit t-o ihe 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 endorse;;;l;-, inciuOing Ou[ not.necessa-rily limited to the- -, additional insured ;;;;;#eni, evidencing tne insuranie requirements of ne-Eontiaitoi uerote 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 tut onti".tors shall be subject to all of the same insurance requirements as stated herein for the Contractor if CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) 1110512021 PRODUCER PLG INSURANCE LLC P.O. BOX 40402 EUGENE, OR 97404 THIS CERTIFICATION IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW, INSURERS AFFORDING COVERAGE NAIC # INSURED SUMMIT STRUCTURES OF WASHINGTON 1595 NATIONAL AVE , SUITE F CHEHALIS, WA 98532 INSURER A: OHIO SECURITY 24082 INSURER B: INSURER C: INSURER D: INSURER E COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWI IHS IANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSUMNCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSI LTR TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE NATE /MM/NNPV\ POLICY EXPIRATIOT DATE IMM/DD/YY}LIMITS A YES GEI x i ffir'[:il"".NERAL L,AB, 1,, Y l-l "*,rr roo. F-l o""r* I BL560 1 80779 0811012021 08t1012022 EACH OCCURRENCE s 1,000,00( UAMAUE IUKENIEU PREMISES (Ea occurence)s 1,000,00( MED EXP (Any one person)s 15,00( PERSONAL & ADV INJURY $ 1,000,00( GENERAL AGGREGATE $2,OOU,UU( GEI ,( ,1'L AGGREGATE LI['IT APPLIES PER:I T---l PRO-lPoLlCYl lrpcr I lLoc PRODUCTS. COMP/OP AGG $ z,uuu,uu( $ AU'I iT""'l:::'*'''* I o, , n**.n o,,..," | ""*.or..o or.n. | *,*ro or.o. | *on -o**., orro. COMBINED SINGLE LIMIT (Ea accident)$ BODILY INJURY (Per person)$ BODILY INJURY (Per accidenl)$ PROPERTY DAN,IAGE (Per accident)$ GAIIAGE LIABILITY I o*"orro AUTO ONLY.EA ACCIDENT $ OTHER THAN AUTO ONLY: EA ACC AGG $ $ EXCESS/UMBRELLA LIABILITY I occuR | | cLAtMS MADE _l o.rr.r,ur- I RETENTION $ EACH OCCURRENCE $ AGGREGATE $ $ $ $ WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? lf yes, describe under SPtrClAl PROVISIONS halow I WC STATU- I I OTH I ToRY LIMITS I I ER E.L. EACH ACCIDENT $ E.L. DISEASE. EA EMPLOYEI $ E.L. DISEASE - POLICY LIMIT $ OTHER DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES / EXCLUSIONS ADDED BY ENDORSEIVIENT / SPECIAL PROVISIONS The certificate holder, City of Kent (WA), is an Additional lnsured, per endorsement CG 8810. This endorsement extends Al status to 3rd parties, when written contract in place. CG 8810 also contains Primary/Non-contributory language, as well as Waiver of Subrogation. CIry OF KENT 220 4TH AVE S. KENT, WA 98032 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATETHEREOF,THEISSUINGINSURERwlLLENDEAVoRToTuo't 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMEO TO THE LEFT, BUT FAILURE TO DO SO SHALL IMPOSE NO OBLIGATIO'Iq? LNAILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR REPF{lsilt/JNes. /,/ auf H dAJaED RE P REdf NTATTvE,W4^:-*- 6078ofCOMMERCIAL GENERAL LIABILITY CG 88 10 04 13 THIS ENDORSEMENT CHANGES THE POLICY.PLEASE READ IT CAREFULLY. COMMERCIAL GENERAL LIABILITY EXTENSION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART 6178of60180779002436220 6278of 6378of60180779002436220 6478of 6578of60180779002436220 6678of 6778of60180779002436220 General Business License 2021 License Number 9713493 UBI 6042964740010001 www.FileLocal.org License is issued for this application Expires: 12/31/2021 Licensee: Summit Structures of Washington, LLC Summit Structures of Washington, LLC 1595 N National Ave Chehalis, WA 98532-2217 City of Kent 220 4th Avenue S Kent, WA 98032 253-856-5200 Kentwa.gov customerservice@kentwa.gov City of Kent Issued: 11/4/2021 Signature: Email: Signature: Email: Signature: Email: Signature: Email: japplegate@kentwa.gov Garin Lee (Nov 9, 2021 11:37 PST) glee@kentwa.gov rlashley@kentwa.gov Melissa McCormick (Nov 15, 2021 10:50 PST) Melissa McCormick cityclerk@kentwa.gov Summit.Structures. Nov2021 Final Audit Report 2021-11-15 Created:2021-11-08 By:Janice Applegate (japplegate@kentwa.gov) Status:Signed Transaction ID:CBJCHBCAABAAWZNU2LN-zEgBn5KvCBIdswpyAc_P4QFF "Summit.Structures. Nov2021" History Document created by Janice Applegate (japplegate@kentwa.gov) 2021-11-08 - 5:35:49 PM GMT- IP address: 146.129.252.126 Document e-signed by Janice Applegate (japplegate@kentwa.gov) Signature Date: 2021-11-08 - 5:45:53 PM GMT - Time Source: server- IP address: 146.129.252.126 Document emailed to Garin Lee (glee@kentwa.gov) for signature 2021-11-08 - 5:45:55 PM GMT Email viewed by Garin Lee (glee@kentwa.gov) 2021-11-09 - 7:36:34 PM GMT- IP address: 146.129.252.126 Document e-signed by Garin Lee (glee@kentwa.gov) Signature Date: 2021-11-09 - 7:37:18 PM GMT - Time Source: server- IP address: 146.129.252.126 Document emailed to Logan Smith (logan@summitstructures.com) for signature 2021-11-09 - 7:37:21 PM GMT Email viewed by Logan Smith (logan@summitstructures.com) 2021-11-11 - 6:36:48 PM GMT- IP address: 66.249.84.197 Document e-signed by Logan Smith (logan@summitstructures.com) Signature Date: 2021-11-11 - 6:43:37 PM GMT - Time Source: server- IP address: 67.204.188.239 Document emailed to Ronald Lashley (rlashley@kentwa.gov) for signature 2021-11-11 - 6:43:43 PM GMT Email viewed by Ronald Lashley (rlashley@kentwa.gov) 2021-11-12 - 8:47:49 PM GMT- IP address: 73.169.162.193 Document e-signed by Ronald Lashley (rlashley@kentwa.gov) Signature Date: 2021-11-12 - 9:31:11 PM GMT - Time Source: server- IP address: 73.169.162.193 Document emailed to Brian Levenhagen (bjlevenhagen@kentwa.gov) for signature 2021-11-12 - 9:31:14 PM GMT Email viewed by Brian Levenhagen (bjlevenhagen@kentwa.gov) 2021-11-15 - 5:26:42 PM GMT- IP address: 146.129.252.126 Document e-signed by Brian Levenhagen (bjlevenhagen@kentwa.gov) Signature Date: 2021-11-15 - 5:27:32 PM GMT - Time Source: server- IP address: 146.129.252.126 Document emailed to Kim Komoto (kkomoto@kentwa.gov) for signature 2021-11-15 - 5:27:35 PM GMT Email viewed by Kim Komoto (kkomoto@kentwa.gov) 2021-11-15 - 5:29:35 PM GMT- IP address: 146.129.252.126 Document e-signed by Kim Komoto (kkomoto@kentwa.gov) Signature Date: 2021-11-15 - 5:30:28 PM GMT - Time Source: server- IP address: 146.129.252.126 Document emailed to Melissa McCormick (cityclerk@kentwa.gov) for signature 2021-11-15 - 5:30:30 PM GMT Email viewed by Melissa McCormick (cityclerk@kentwa.gov) 2021-11-15 - 6:48:15 PM GMT- IP address: 146.129.252.126 Document e-signed by Melissa McCormick (cityclerk@kentwa.gov) Signature Date: 2021-11-15 - 6:50:44 PM GMT - Time Source: server- IP address: 146.129.252.126 Agreement completed. 2021-11-15 - 6:50:44 PM GMT