Loading...
HomeMy WebLinkAboutCAG2022-197 - Original - FieldTurf USA, Inc. - Synthetic Turf Maintenance - 05/12/20225/5/22 CAG2022-197 GOODS & SERVICES AGREEMENT - 1 (Over $20,000, including WSST) GOODS & SERVICES AGREEMENT between the City of Kent and FieldTurf USA, Inc. THIS AGREEMENT is made by and between the City of Kent, a Washington municipal corporation (hereinafter the "City"), and FieldTurf USA, Inc. organized under the laws of the State of Florida, located and doing business at 7445 Cote-de-Liesse Road, Suite 200, Montreal, Quebec H4T 1G2, Canada. Phone: (800) 724-2969 (hereinafter the "Vendor"). AGREEMENT I. DESCRIPTION OF WORK. The Vendor shall provide the following goods and materials and/or perform the following services for the City: Three (3) year Agreement for two (2) site visits per year each to Wilson Playfields 1 and 2, located at 13028 S.E. 251st Street, Kent, WA 98031 and to Field 1 at Hogan Park at Russell Road, located at 24400 Russell Road, Kent, WA 98032 as described in Program 2 and Program 3 on the attached Maintenance & GMAX Proposal dated March 21, 2022 marked as Exhibit A. The annual cost of the service is $23,071.46. The materials, or services and that the City maintains its unqualified right to obtain these goods, materials, and services through other sources. II. TIME OF COMPLETION. Upon the effective date of this Agreement, the Vendor shall complete the work and provide all goods, materials, and services by September 30, 2025. III. COMPENSATION. The City shall pay the Vendor an amount not to exceed SIXTY NINE THOUSAND TWO HUNDRED FOURTEEN DOLLARS AND THIRTY EIGHT CENTS ($69,214.38), including applicable Washington State Sales Tax, for the goods, materials, and services contemplated in this Agreement. The City shall pay the Vendor the following amounts according to the following schedule: Vendor shall submit invoices to the City of Kent via email to APInvoices@KentWA.gov upon completion of each site visit as described in I. Description of Work. GOODS & SERVICES AGREEMENT - 2 (Over $20,000, including WSST) Card Payment Program. The Vendor may elect to participate in automated credit card payments provided for by the City and its financial institution. This Program is provided as an alternative to payment by check and is available for the convenience of the Vendor. If the Vendor voluntarily participates in this Program, the Vendor will be solely responsible for any fees imposed by financial institutions or credit card companies. The Vendor shall not charge those fees back to the City. If the City objects to all or any portion of an invoice, it shall notify the Vendor and reserves the option to only pay that portion of the invoice not in dispute. In that event, the parties will immediately make every effort to settle the disputed portion. A. Defective or Unauthorized Work. The City reserves its right to withhold payment from the Vendor for any defective or unauthorized goods, materials or services. If the Vendor is unable, for any reason, to complete any part of this Agreement, the City may obtain the goods, materials or services from other sources, and the Vendor shall be liable to the City for any additional costs incurred by the City. "Additional costs" shall mean all reasonable costs, including legal costs and attorney fees, incurred by the City beyond the maximum Agreement price specified above. The City further reserves its right to deduct these additional costs incurred to complete this Agreement with other sources, from any and all amounts due or to become due the Vendor. B. Final Payment: Waiver of Claims. V OF FINAL PAYMENT SHALL CONSTITUTE A WAIVER OF CLAIMS, EXCEPT THOSE PREVIOUSLY AND PROPERLY MADE AND IDENTIFIED BY VENDOR AS UNSETTLED AT THE TIME REQUEST FOR FINAL PAYMENT IS MADE. IV. INDEPENDENT CONTRACTOR. The parties intend that an Independent Contractor- Employer Relationship will be created by this Agreement. By their execution of this Agreement, and in accordance with Ch. 51.08 RCW, the parties make the following representations: A. The Vendor has the ability to control and direct the performance and details of its work, the City being interested only in the results obtained under this Agreement. B. The Vendor maintains and pays for its own place of business from which the services under this Agreement will be performed. C. The Vendor has an established and independent business that is eligible for a business deduction for federal income tax purposes that existed before the City retained the ndependently established trade, occupation, profession, or business of the same nature as that involved under this Agreement. D. The Vendor is responsible for filing as they become due all necessary tax documents with appropriate federal and state agencies, including the Internal Revenue Service and the state Department of Revenue. E. The Vendor has registered its business and established an account with the state Department of Revenue and other state agencies as may be required by the business, and has obtained a Unified Business Identifier (UBI) number from the State of Washington. F. The Vendor maintains a set of books dedicated to the expenses and earnings of its business. V. TERMINATION. Either party may terminate this Agreement, with or without cause, upon providing the other party thirty (30) days written notice at its address set forth on the signature block of this Agreement. GOODS & SERVICES AGREEMENT - 3 (Over $20,000, including WSST) VI. CHANGES.The City may issue a written amendment for any change in the goods, materials or services to be provided during the performance of this Agreement. If the Vendor determines, for any reason, that an amendment is necessary, the Vendor must submit a written amendment request to the person listed in the notice provision section of this Agreement, Section XV(D), within fourteen (14) calendar days of the date the Vendor knew or should have known of the facts and events giving rise to the requested change. If the City determines that the change increases or decreases the Vendor's costs or time for performance, the City will make an equitable adjustment. The City will attempt, in good faith, to reach agreement with the Vendor on all equitable adjustments. However, if the parties are unable to agree, the City will determine the equitable adjustment as it deems appropriate. The Vendor shall proceed with the amended work upon receiving either a written amendment from the City or an oral order from the City before actually receiving the written amendment. If the Vendor fails to require an amendment within the time allowed, the Vendor waives its right to make any claim or submit subsequent amendment requests for that portion of the contract work. If the Vendor disagrees with the equitable adjustment, the Vendor must complete the amended work; however, the Vendor may elect to protest the adjustment as provided in subsections A through E of Section VIII, Claims, below. The Vendor accepts all requirements of an amendment by: (1) endorsing it, (2) writing a separate acceptance, or (3) not protesting in the way this section provides. An amendment that is accepted by the Vendor as provided in this section shall constitute full payment and final settlement of all claims for contract time and for direct, indirect and consequential costs, including costs of delays related to any work, either covered or affected by the change. VII. 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 governmen 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 Vendor shall not be entitled to, and the City shall not be liable for, the payment of any part of the contract price during a force majeure event, or any costs, losses, expenses, damages, or delay costs incurred by the Vendor due to a force majeure event. Performance that is more costly due to a force majeure event is not included within the scope of this Force Majeure provision. If a force majeure event occurs, the City may direct the Vendor to restart any work or performance that may have ceased, to change the work, or to take other action to secure the work or the project site during the force majeure event. The cost to restart, change, or 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 Vendor to fulfill its obligations under this Agreement. Except as expressly contemplated by this section, all other costs will be borne by the Vendor. VIII. CLAIMS. If the Vendor disagrees with anything required by an amendment, another written order, or an oral order from the City, including any direction, instruction, interpretation, or determination by the City, the Vendor may file a claim as provided in this section. The Vendor shall give written notice to the City of all claims within fourteen (14) calendar days of the occurrence of the events giving rise to the claims, or within fourteen (14) calendar days of the date the Vendor knew or should have known of the facts GOODS & SERVICES AGREEMENT - 4 (Over $20,000, including WSST) or events giving rise to the claim, whichever occurs first . Any claim for damages, additional payment for any reason, or extension of time, whether under this Agreement or otherwise, shall be conclusively deemed to have been waived by the Vendor unless a timely written claim is made in strict accordance with the applicable provisions of this Agreement. At a minimum, a Vendor's written claim shall include the information set forth in subsections A, items 1 through 5 below. FAILURE TO PROVIDE A COMPLETE, WRITTEN NOTIFICATION OF CLAIM WITHIN THE TIME ALLOWED SHALL BE AN ABSOLUTE WAIVER OF ANY CLAIMS ARISING IN ANY WAY FROM THE FACTS OR EVENTS SURROUNDING THAT CLAIM OR CAUSED BY THAT DELAY. A. Notice of Claim. Provide a signed written notice of claim that provides the following information: 1. The date of the Vendor's claim; 2. The nature and circumstances that caused the claim; 3. The provisions in this Agreement that support the claim; 4. The estimated dollar cost, if any, of the claimed work and how that estimate was determined; and 5. An analysis of the progress schedule showing the schedule change or disruption if the Vendor is asserting a schedule change or disruption. B. Records. The Vendor shall keep complete records of extra costs and time incurred as a result of the asserted events giving rise to the claim. The City shall have access to any of the Vendor's records needed for evaluating the protest. The City will evaluate all claims, provided the procedures in this section are followed. If the City determines that a claim is valid, the City will adjust payment for work or time by an equitable adjustment. No adjustment will be made for an invalid protest. C. Vendor's Duty to Complete Protested Work. In spite of any claim, the Vendor shall proceed promptly to provide the goods, materials and services required by the City under this Agreement. D. Failure to Protest Constitutes Waiver. By not protesting as this section provides, the Vendor also waives any additional entitlement and accepts from the City any written or oral order (including directions, instructions, interpretations, and determination). E. Failure to Follow Procedures Constitutes Waiver. By failing to follow the procedures of this section, the Vendor completely waives any claims for protested work and accepts from the City any written or oral order (including directions, instructions, interpretations, and determination). IX. LIMITATION OF ACTIONS. VENDOR MUST, IN ANY EVENT, FILE ANY LAWSUIT ARISING FROM OR CONNECTED WITH THIS AGREEMENT WITHIN 120 CALENDAR DAYS FROM THE DATE THE THIS SECTION FURTHER LIMITS ANY APPLICABLE STATUTORY LIMITATIONS PERIOD. X. WARRANTY. The Vendor warrants that it will faithfully and satisfactorily perform all work provided under this Agreement in accordance with the provisions of this Agreement. In addition to any other warranty provided for at law or herein, this Agreement is additionally subject to all warranty provisions established under the Uniform Commercial Code, Title 62A, Revised Code of Washington. The Vendor warrants goods are merchantable, are fit for the particular purpose for which they were obtained, and will perform in accordance with their specifications and the promptly correct all defects in workmanship and materials: (1) when the Vendor knows or should have known of the defect, or (2) upon the from the City of the existence or GOODS & SERVICES AGREEMENT - 5 (Over $20,000, including WSST) discovery of the defect. In the event any part of the goods are repaired, only original replacement parts shall be used rebuilt or used parts will not be acceptable. When defects are corrected, the warranty for that portion of the work shall extend for an additional year beyond the original warranty period applicable to the overall work. The Vendor shall begin to correct any defects within seven (7) calendar days of its receipt of notice from the City of the defect. If the Vendor does not accomplish the corrections within a reasonable time as determined by the City, the City may complete the corrections and the Vendor shall pay all costs incurred by the City in order to accomplish the correction. XI. DISCRIMINATION. In the hiring of employees for the performance of work under this Agreement or any sub-contract, the Vendor, its sub-contractors, or any person acting on behalf of the Vendor or sub-contractor shall not, by reason of race, religion, color, sex, age, sexual orientation, national origin, or the presence of any sensory, mental, or physical disability, discriminate against any person who is qualified and available to perform the work to which the employment relates. The Vendor shall execute the attached City of Kent Equal Employment Opportunity Policy Declaration, Comply with City Administrative Policy 1.2, and upon completion of the contract work, file the attached Compliance Statement. XII. INDEMNIFICATION. The Vendor shall defend, indemnify and hold the City, its officers, officials, employees, agents and volunteers harmless from any and all claims, injuries, damages, losses or suits, including all legal costs and attorney fees, arising out of or in connection with the Vendor's performance of this Agreement, except for that portion of the injuries and damages caused by the City's negligence. The City's inspection or acceptance of any of the Vendor's work when completed shall not be grounds to avoid any of these covenants of indemnification. IT IS FURTHER SPECIFICALLY AND EXPRESSLY UNDERSTOOD THAT THE INDEMNIFICATION PROVIDED HEREIN CONSTITUTES THE VENDOR'S WAIVER OF IMMUNITY UNDER INDUSTRIAL INSURANCE, TITLE 51 RCW, SOLELY FOR THE PURPOSES OF THIS INDEMNIFICATION. THE PARTIES FURTHER ACKNOWLEDGE THAT THEY HAVE MUTUALLY NEGOTIATED THIS WAIVER. In the event the Vendor refuses tender of defense in any suit or any claim, if that tender was made pursuant to this indemnification clause, and if that refusal is subsequently determined by a court having jurisdiction (or other agreed tribunal) to have been a wrongful ref the Vendor Ve The provisions of this section shall survive the expiration or termination of this Agreement. XIII. INSURANCE. The Vendor shall procure and maintain for the duration of the Agreement, insurance of the types and in the amounts described in Exhibit B attached and incorporated by this reference. XIV. WORK PERFORMED AT VENDOR'S RISK. The Vendor shall take all necessary precautions and shall be responsible for the safety of its employees, agents, and subcontractors in the performance of the contract work and shall utilize all protection necessary for that purpose. All work shall be done at the Vendor's own risk, and the Vendor shall be responsible for any loss of or damage to materials, tools, or other articles used or held for use in connection with the work. XV. 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 GOODS & SERVICES AGREEMENT - 6 (Over $20,000, including WSST) 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 XII of this Agreement. D. Written Notice. All communications regarding this Agreement shall be sent to the parties at the addresses listed on the signature page of the Agreement, unless notified to the contrary. Any written notice hereunder shall become effective three (3) business days after the date of mailing by registered or certified mail, and shall be deemed sufficiently given if sent to the addressee at the address stated in this Agreement or such other address as may be hereafter specified in writing. E. Assignment. Any assignment of this Agreement by either party without the written consent of the non-assigning party shall be void. If the non-assigning party gives its consent to any assignment, the terms of this Agreement shall continue in full force and effect and no further assignment shall be made without additional written consent. F. Modification. No waiver, alteration, or modification of any of the provisions of this Agreement shall be binding unless in writing and signed by a duly authorized representative of the City and the Vendor. G. Entire Agreement. The written provisions and terms of this Agreement, together with any Exhibits attached hereto, shall supersede all prior verbal statements of any officer or other representative of the City, and such statements shall not be effective or be construed as entering into or forming a part of or altering in any manner this Agreement. All of the above documents are hereby made a part of this Agreement. However, should any language in any of the Exhibits to this Agreement conflict with any language contained in this Agreement, the terms of this Agreement shall prevail. H. Compliance with Laws. The Vendor agrees to comply with all federal, state, and municipal laws, rules, and regulations that are now effective or in the future become applicable to the Vendor's business, equipment, and personnel engaged in operations covered by this Agreement or accruing out of the performance of those operations. I. Public Records Act. The Vendor acknowledges that the City is a public agency subject to the Public Records Act codified in Chapter 42.56 of the Revised Code of Washington and documents, notes, emails, and other records prepared or gathered by the Vendor in its performance of this Agreement may be subject to public review and disclosure, even if those records are not produced to or possessed by the City of Kent obligations under the Public Records Act. J. City Business License Required. Prior to commencing the tasks described in Section I, Contractor agrees to provide proof of a current city of Kent business license pursuant to Chapter 5.01 of the Kent City Code. K. Counterparts and Signatures by Fax or Email. This Agreement may be executed in any number of counterparts, each of which shall constitute an original, and all of which will together constitute this one Agreement. Further, upon executing this Agreement, either party may deliver the signature page GOODS & SERVICES AGREEMENT - 7 (Over $20,000, including WSST) to the other by fax or email and that signature shall have the same force and effect as if the Agreement bearing the original signature was received in person. IN WITNESS, the parties below execute this Agreement, which shall become effective on the last date entered below. All acts consistent with the authority of this Agreement and prior to its effective date are ratified and affirmed, and the terms of the Agreement shall be deemed to have applied. VENDOR: By: Print Name: Its DATE: CITY OF KENT: By: Print Name: Dana Ralph Its Mayor DATE: NOTICES TO BE SENT TO: VENDOR: Erica Oesterreich, Customer Service Coordinator FieldTurf Tarkett 19600 SW 129th Avenue, Suite A Tualatin, OR 97062 (503) 563-6386 (telephone) (503) 692-8659 (facsimile) NOTICES TO BE SENT TO: CITY OF KENT: Ben Levenhagen, Support Services Field Supervisor City of Kent 220 Fourth Avenue South Kent, WA 98032 (253) 508-9548 (cell) or (253) 856-5133 (telephone) (253) 856-6120 (facsimile) APPROVED AS TO FORM: Kent Law Department ATTEST: Kent City Clerk 05/12/2022 EEO COMPLIANCE DOCUMENTS - 1 of 3 DECLARATION CITY OF KENT EQUAL EMPLOYMENT OPPORTUNITY POLICY The City of Kent is committed to conform to Federal and State laws regarding equal opportunity. As such all contractors, subcontractors and suppliers who perform work with relation to this 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 of 3 CITY OF KENT ADMINISTRATIVE POLICY NUMBER: 1.2 EFFECTIVE DATE: January 1, 1998 SUBJECT: MINORITY AND WOMEN SUPERSEDES: April 1, 1996 CONTRACTORS APPROVED BY Jim White, Mayor POLICY: Equal employment opportunity requirements for the City of Kent will conform to federal and state laws. All contractors, subcontractors, consultants and suppliers of the City must guarantee equal employment opportunity within their organization and, if holding Agreements with the City amounting to $10,000 or more within any given year, must take the following affirmative steps: 1. Provide a written statement to all new employees and subcontractors indicating commitment as an equal opportunity employer. 2. Actively consider for promotion and advancement available minorities and women. 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 of 3 CITY OF KENT EQUAL EMPLOYMENT OPPORTUNITY COMPLIANCE STATEMENT This form shall be filled out AFTER COMPLETION of this project by the Contractor awarded the Agreement. I, the undersigned, a duly represented agent of Company, hereby acknowledge and declare that the before-mentioned company was the prime contractor for the Agreement known as that was entered into on the (date), between the firm I represent and the City of Kent. I declare that I complied fully with all of the requirements and obligations as outlined in the City of Kent Administrative Policy 1.2 and the Declaration City of Kent Equal Employment Opportunity Policy that was part of the before-mentioned Agreement. By:__________________________________________ For: _________________________________________ Title: ________________________________________ Date: ________________________________________ March 21, 2022 Wilson Fields 1 &2, Hogan Park Brian Saw Ben Levenhagen Proposal to perform Maintenance & GMAX testing for Wilson Fields & Hogan Park Field The scope of services under this proposal shall consist of the following on each visit offered herein. Field: Wilson North Lower Field: Wilson South Upper Field: Hogan Park Field #1 Size: 104,378 Size: 121,734 Size: 125,000 Product: FTHD-1 Install Date: 06/15/2014 Product: FTHD-1 Product: Astroturf Install Date: 2018 Install Date: 06/15/2014 ADVANCED CARE MAINTENANCE- SMG Sport Champ maintenance sessions including: (a; a general sweeping to remove foreign objects such as dirt, leaves, bird droppings, gum and other debris that may collect on the field surface; and (b) a deep groom, sweep and rejuvenation to de -compact infill in an effort to maintain appropriate G- Max levels. This is a three step process: decompaction, brushing and infill cleaning with a vacuum rotary brush and fine groom with a power surface brush. Overall analysis and inspection of the field and its applicable systems, including infill depth and consistency, infill migration, field edging attachments, sewn and glued seams, line verification and field inserts (inlays). Up to eight (8) minor repairs (including sewing/adhesive failures, inlay separation, and general workmanship) to the FieldTurf surface, in the discretion of the Field Care crew at time of visit. If necessary, additional repairs can be performed on a separate visit and at an additional cost, if applicable. Additionally, any additional warranty repairs discovered during the maintenance visit may need to be performed on a separate visit, to be scheduled on a mutually agreeable date, as the time set aside for the proposed services may not provide enough time to complete all required repairs discovered during the performance of the services. This offer does not include the repair of any damage to the field as a result of acts of vandalism and/or neglect. The price includes normal wear and tear; any major repairs or necessary maintenance as a result of damage due to abnormal wear and tear, abuse, vandalism, or neglect are subject to additional cost. Program 1 - Two (2) Year Agreement: Four (4) site visit to each of the 3 fields Includes: -Two (2) Advanced Care Visits per year • Pre and Post Field Inspection with written Field Maintenance Summary • Minor Seam and Inlay Repairs, not to exceed eight (8) repairs up to fifteen (15) linear sq. ft. • Field Magnet Sweep • Light Infill added to High Traffic Areas Program 2 - Three (3) Year Agreement: Six (6) site visits to each of the 3 fields Includes: -Two (2) Advanced Care Visits per year • Pre and Post Field Inspection with written Field Maintenance Summary Minor Seam and Inlay Repairs, not to exceed eight (8) repairs up to fifteen (15) linear sq. ft. • Field Magnet Sweep • Light Infill added to High Traffic Areas Program 3 - One (1) Annual GMAX Test with Written Report for each of the 3 fields 2-The price offered is the followin PROGRAM 1: TOTAL COST PROGRAM 1: $35,940 PROGRAM 2: TOTAL COST PROGRAM 2: $53,910 PROGRAM 3: TOTAL COST PROGRAM 4: $995 each field (per year) The price is subject to an increase without notice in the event that there is an increase in raw materials, freight, or directexpenses in maintaining the grass surface. The Price is valid for a period of sixty (60) days. Notwithstanding any other document or agreement entered into by FieldTurf in connection with the supply andinstallation only of its product pursuant to the present proposal, the following shall apply: • This bid proposal and its acceptance is subject to strikes, accidents, delays beyond our control and force majeure. • Payment shall be due within thirty (30) days of completion of each scheduled maintenance visit. • Unless otherwise agreed upon and noted herein, the maintenance visit shall be performed as scheduled by theparties on an agreed -upon date. FieldTurf requires suitable access to all fields proposed herein. The suitable access area must be at least five (5) feet wide and comprised of a hard, stable or paved surface. To the extent suitable access is not provided, additional costs may apply and service delays may occur. Additionally, FieldTurf will not be responsible for damage to any access or surrounding areas to unsuitable conditions. • Accounts overdue beyond 30 days of billing will be charged at an interest rate of 1.5% per month (19.56% perannum). • This proposal is based on a single mobilization. If the site is not ready and additional mobilizations are necessaryadditional charges will apply. • The proposed price does not include any applicable sales or use taxes; and • In the event that FieldTurf is ultimately obliged to take collection procedures for payment, acceptor of this bidshall be liable for Field Turf's collection costs including attorney fees and costs. To move forward scheduling this maintenance, please sign this document with the program selected and provide a purchase order as acceptance of the proposal amount and scope of work. Should you have any questions regarding this proposal, please contact me at: Erica.Oesterreich@tarkettsports.com or call 503-563-6386. FieldTurf USA, Inc. Per: Erica Oesferreich Erica Oesterreich, Customer Service Coordinator P: 503.563.6386 READ, AGREED, AND ACCEPTED BY ADDRESSE Signature: Print Name: Date: PO #: Program(s) Selected For FieldTurf to schedule and execute above services, a signed agreement and/or PO from the customer must be sentto FieldTurf directly RETURN SIGNED AGREEMENT AND/OR PO TO: FieldTurf USA, Inc. Fax: 503.692.8659 Email: Eric@.OesterreichO.tarkettsports.com PO/Agreement can be mailed, emailed and/or faxedAll payments should be mailed to: FieldTurf Tarkett 7445 Cote-de-Liesse Road Suite 200 Montreal, Quebec H4T 1G2 EXHIBIT B INSURANCE REQUIREMENTS FOR SERVICE CONTRACTS Insurance The Contractor shall procure and maintain for the duration of the Agreement, insurance against claims for injuries to persons or damage to property which may arise from or in connection with the performance of the work hereunder by the Contractor, their agents, representatives, employees or subcontractors. A. Minimum Scope of Insurance Contractor shall obtain insurance of the types described below: 1. Commercial General Liability insurance shall be written on ISO occurrence form CG 00 01 and shall cover liability arising from premises, operations, independent contractors, products -completed operations, personal injury and advertising injury, and liability assumed under an insured contract. The City shall be named as an Additional Insured under the Contractor's Commercial General Liability Insurance policy with respect to the work performed for the City covering both ongoing and completed operations. 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 $2,000,000 each occurrence, $2,000,000 general aggregate and a $2,000,000 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. SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. INSURER(S) AFFORDING COVERAGE INSURER F : INSURER E : INSURER D : INSURER C : INSURER B : INSURER A : NAIC # NAME:CONTACT (A/C, No):FAX E-MAILADDRESS: PRODUCER (A/C, No, Ext):PHONE INSURED REVISION NUMBER:CERTIFICATE NUMBER:COVERAGES IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. OTHER: (Per accident) (Ea accident) $ $ N / A SUBR WVD ADDL INSD THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. $ $ $ $PROPERTY DAMAGE BODILY INJURY (Per accident) BODILY INJURY (Per person) COMBINED SINGLE LIMIT AUTOS ONLY AUTOSAUTOS ONLY NON-OWNED SCHEDULEDOWNED ANY AUTO AUTOMOBILE LIABILITY Y / N WORKERS COMPENSATION AND EMPLOYERS' LIABILITY OFFICER/MEMBER EXCLUDED? (Mandatory in NH) DESCRIPTION OF OPERATIONS below If yes, describe under ANY PROPRIETOR/PARTNER/EXECUTIVE $ $ $ E.L. DISEASE - POLICY LIMIT E.L. DISEASE - EA EMPLOYEE E.L. EACH ACCIDENT EROTH-STATUTEPER LIMITS(MM/DD/YYYY)POLICY EXP(MM/DD/YYYY)POLICY EFFPOLICY NUMBERTYPE OF INSURANCELTRINSR DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) EXCESS LIAB UMBRELLA LIAB $EACH OCCURRENCE $AGGREGATE $ OCCUR CLAIMS-MADE DED RETENTION $ $PRODUCTS - COMP/OP AGG $GENERAL AGGREGATE $PERSONAL & ADV INJURY $MED EXP (Any one person) $EACH OCCURRENCE DAMAGE TO RENTED $PREMISES (Ea occurrence) COMMERCIAL GENERAL LIABILITY CLAIMS-MADE OCCUR GEN'L AGGREGATE LIMIT APPLIES PER: POLICY PRO-JECT LOC CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) CANCELLATION AUTHORIZED REPRESENTATIVE ACORD 25 (2016/03) © 1988-2016 ACORD CORPORATION. All rights reserved. CERTIFICATE HOLDER The ACORD name and logo are registered marks of ACORD HIRED AUTOS ONLY Willis Towers Watson Northeast, Inc. c/o 26 Century Blvd P.O. Box 305191 Nashville, TN 372305191 USA Fieldturf USA, Inc. c/o Sports Division Tarkett Inc. 7445 Cote-de-Liesse Road, Suite 200 Montreal, QC H4T 1G2 CAN Project: Wilson Fields/Hogan Park AC Maintenance & GMAX WC Policies: Policy # UB-8P793534-22-51-K - covers all other states. Policy # UB-8P760619-22-51-R - covers AZ, MA, OR, WI only. City of Kent 220 Fourth Avenue South Kent, WA 98032 04/29/2022 1-877-945-7378 1-888-467-2378 certificates@willis.com XL Insurance America Inc 24554 Travelers Property Casualty Company of Ame Travelers Indemnity Company of America 25674 25666 Charter Oak Fire Insurance Company 25615 W24679066 A 1,000,000 500,000 10,000 1,000,000 2,000,000 2,000,000 Y US00010327LI22A 05/01/2022 05/01/2023 B 5,000,000 05/01/202305/01/2022YTC2JCAP-823K312A-TIL-22 A 1,000,000 10,000 US00010615LI22A 05/01/2022 05/01/2023 1,000,000 UB-8P793534-22-51-K C 1,000,000No05/01/2022 05/01/2023 1,000,000 1,000,000 D Workers Compensation & Employer's Liability E.L. Each AccidentUB-8P760619-22-51-R 05/01/2022 05/01/2023 E.L. Disease-Pol Lmt Work Comp - Per Statute E.L. Disease-Each Emp 250733022520859SR ID:BATCH: $1,000,000 $1,000,000 $1,000,000 Willis Towers Watson Certificate Center Page 1 of 2 ACORD 101 (2008/01) The ACORD name and logo are registered marks of ACORD © 2008 ACORD CORPORATION. All rights reserved. THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER: FORM TITLE: ADDITIONAL REMARKS ADDITIONAL REMARKS SCHEDULE Page of AGENCY CUSTOMER ID: LOC #: AGENCY CARRIER NAIC CODE POLICY NUMBER NAMED INSURED EFFECTIVE DATE: Fieldturf USA, Inc. c/o Sports Division Tarkett Inc. 7445 Cote-de-Liesse Road, Suite 200 Montreal, QC H4T 1G2 CAN The City of Kent is included as Additional Insured on the General Liability and Automobile Liability policy, as respects to the liability arising out of ongoing and completed operations performed on the project specified in the construction contract for the period of time required within the contract. It is further agreed that such insurance as is afforded shall be Primary and Non-contributory with any other insurance in force for or which may be purchased by the Additional Insured, where required by written contract executed prior to loss and permitted by law. 22 Willis Towers Watson Northeast, Inc. See Page 1 See Page 1 See Page 1 See Page 1 25 Certificate of Liability Insurance W24679066CERT:2507330BATCH:22520859SR ID: CG 20 10 04 13 © Insurance Services Office, Inc., 2012 Page 1 of 2 COMMERCIAL GENERAL LIABILITY CG 20 10 04 13 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED – OWNERS, LESSEES OR CONTRACTORS – SCHEDULED PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Organization(s) Location(s) Of Covered Operations Any person or organization that you are required in a written contract or written agreement to include as an additional insured provided the “Bodily Injury” or “Property Damage” occurs subsequent to the execution of the written contract or written agreement. As required per written contract Information required to complete this Schedule, if not shown above, will be shown in the Declarations. A. Section II – Who Is An Insured is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury" caused, in whole or in part, by: 1. Your acts or omissions; or 2. The acts or omissions of those acting on your behalf; in the performance of your ongoing operations for the additional insured(s) at the location(s) designated above. However: 1. The insurance afforded to such additional insured only applies to the extent permitted by law; and 2. If coverage provided to the additional insured is required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. B. With respect to the insurance afforded to these additional insureds, the following additional exclusions apply: This insurance does not apply to "bodily injury" or "property damage" occurring after: 1. All work, including materials, parts or equipment furnished in connection with such work, on the project (other than service, maintenance or repairs) to be performed by or on behalf of the additional insured(s) at the location of the covered operations has been completed; or 2. That portion of "your work" out of which the injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcontractor engaged in performing operations for a principal as a part of the same project. C. With respect to the insurance afforded to these additional insureds, the following is added to Section III – Limits Of Insurance: POLICY NUMBER: US00010327LI22A Effective: 05/01/22-23 Page 2 of 2 © Insurance Services Office, Inc., 2012 CG 20 10 04 13 If coverage provided to the additional insured is required by a contract or agreement, the most we will pay on behalf of the additional insured is the amount of insurance: 1. Required by the contract or agreement; or 2. Available under the applicable Limits of Insurance shown in the Declarations; whichever is less. This endorsement shall not increase the applicable Limits of Insurance shown in the Declarations. CG 20 37 04 13 © Insurance Services Office, Inc., 2012 Page 1 of 2 COMMERCIAL GENERAL LIABILITY CG 20 37 04 13 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED – OWNERS, LESSEES OR CONTRACTORS – COMPLETED OPERATIONS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Organization(s) Location And Description Of Completed Operations Any person or organization that you are required in a written contract or written agreement to include as an additional insured provided the “Bodily Injury” or “Property Damage” occurs subsequent to the execution of the written contract or written agreement. As required per written contract Information required to complete this Schedule, if not shown above, will be shown in the Declarations. A. Section II – Who Is An Insured is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for "bodily injury" or "property damage" caused, in whole or in part, by "your work" at the location designated and described in the Schedule of this endorsement performed for that additional insured and included in the "products-completed operations hazard". However: 1. The insurance afforded to such additional insured only applies to the extent permitted by law; and 2. If coverage provided to the additional insured is required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. POLICY NUMBER: US00010327LI22A Effective: 05/01/22-23 Page 2 of 2 © ISO Properties, Inc., 2004 CG 20 37 04 13 B. With respect to the insurance afforded to these additional insureds, the following is added to Section III – Limits Of Insurance: If coverage provided to the additional insured is required by a contract or agreement, the most we will pay on behalf of the additional insured is the amount of insurance: 1. Required by the contract or agreement; or 2. Available under the applicable Limits of Insurance shown in the Declarations; whichever is less. This endorsement shall not increase the applicable Limits of Insurance shown in the Declarations. All other terms and conditions of this policy remain unchanged. XIL 424 0605 ©, 2005, XL America, Inc. Insured, as required by written contract. insurance shall apply as primaryand not contributing with any insurance carried by such Additional It is agreed that to the extent that insurance is afforded to any Additional Insured under this policy, this ENDORSEMENT This endorsement, effective 12:01 a.m., May 1, 2022 forms a part of Policy No. US00010327LI22A issued to Tarkett Finance, Inc. by XL Insurance America, Inc. THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. PRIMARY INSURANCE CLAUSE ENDORSEMENT This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS COVERAGE PART IXI 405 0910 08/01/18 sg © 2010 X.L. America, Inc. All Rights Reserved. May not be copied without permission. Name of Person(s) or Entity(ies) Mailing Address: Number of Days Advanced Notice of Cancellation: As required by a written contract or written agreement. All certificate holders on file with the Insured. 30 All other 10 for nonpayment All other terms and conditions of the Policy remain unchanged. schedule shown below: advanced written notice will be mailed or delivered to person(s) or entity(ies) according to the notification In the event coverage is cancelled for any statutorily permitted reason, other than nonpayment of premium, CANCELLATION NOTIFICATION TO OTHERS ENDORSEMENT THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ENDORSEMENT This endorsement, effective 12:01 a.m., May 01, 2022 forms a part of Policy No. US00010327LI22A issued to Tarkett Finance Inc. by XL Insurance America, Inc. COMMERCIAL AUTO THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. BLANKET ADDITIONAL INSURED- PRIMARY AND NON-CONTRIBUTORY WITH OTHER INSURANCE This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM PROVISIONS 1. The following is added to Paragraph A.1.c., Who Is An Insured, of SECTION II - COVERED AUTOS LIABILITY COVERAGE: Any person or organization who is required under a written contract or agreement between you and that person or organization, that is signed and executed by you before the "bodily injury" or "property damage" occurs and that is in effect during the policy period, to be named as an addi- tional insured is an "insured" for Covered Autos Liability Coverage, but only for damages to which this insurance applies and only to the extent that person or organization qualifies as an "insured" under the Who Is An Insured provision contained in SECTION II. 2. The following is added to Paragraph B.5., Other Insurance of SECTION IV - BUSINESS AUTO CONDITIONS: Regardless of the provisions of paragraph a. and paragraph d. of this part 5. Other Insurance, this insurance is primary to and non-contributory with applicable other insurance under which an addi- tional insured person or organization is the first named insured when the written contract or agreement between you and that person or or- ganization, that is signed and executed by you before the "bodily injury" or "property damage" occurs and that is in effect during the policy pe- riod, requires this insurance to be primary and non-contributory. CA T4 74 0215 © 2015 The Travelers Indemnity Company. All rights reserved. Includes copyrighted material of Insurance Services Office, Inc. with its permission. Page 1 of 1 Policy #TC2JCAP-823K312A Effective: 05/01/2022- 05/01/2023            !   ""#$  % &      '          !"#  $#%%!"$     &       # "  "(  ( "(  )!* + #"" "      #     (  ,     " )!  "  )  ( )  (  #  ""   #  ""   " )! ) " )!, # #"" "   ""   !   ""*    $- #   "  ' () (* ++. /011  !" (   (* "" $ !* $ 1  1                                !"" #$"%&""' &#%&"( #     !!! & #!!)(*)"!&+ ',""#$"("  *  !"%"  *-% " (  %"  !!! &. '/ (" #$"! 0&) )! )!"%)&# %'  501  3DJHRI  . ...... TRAVELERSJ 21(72:(5648$5( +$57)25'&7                                                                     Name and Address of Designated Persons or Organizations: 1$0($1<3(562125*$1,=$7,21:,7+:+20<28+$9($*5((',1$:5,77(1 &2175$&77+$7127,&(2)&$1&(//$7,212)7+,632/,&<:,//%(*,9(1 BUT 21/<,) <286((72,77+$7:(5(&(,9($:5,77(15(48(67723529,'(68&+ 127,&(,1&/8',1*7+(1$0($1'$''5(662)68&+3(56212525*$1,=$7,21 $)7.570(),5671$0(',1685('5(&(,9(6127,&()520862)7+( &$1&(//$7,212)7+,632/,&<$1' :(5(&(,9(68&+:5,77(15(48(67$7/($67'$<6%()25(7+( %(*,11,1*2)7+($33/,&$%/(180%(52)'$<66+2:1,17+,6(1'256(0(17 Number of 'D\V1RWLFH  $''5(667+($''5(66)257+$73(56212525*$1,=$7,21,1&/8'(',168&+ :5,77(15(48(67)520<287286 (1'256(0(17 :&   5  (03/2<(56 /,$%,/,7< 32/,&< $1' :25.(56 &203(16$7,21 ‹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otice Of Cancellation To Designated Persons Or Organizations '$7( 2) ,668(5 3DJHRI  ,.. TRAVELERSJ 21(72:(5648$5(+$57)25'&7       Name and Address of Designated Persons or Organizations:  'D\V1RWLFH (03/2<(56 /,$%,/,7< 32/,&< $1' :25.(56 &203(16$7,21 ‹  7KH 7UDYHOHUV ,QGHPQLW\&RPSDQ\$OO ULJKWV UHVHUYHG 67$66,*1 Number of (1'256(0(17 :&   5  32/,&< 180%(5UB-8P793534-22-51-K '$7( 2) ,668( 5  3DJHRI  ...... TRAVELERSJ 21(72:(5648$5( +$57)25'&7      Name and Address of Designated Persons or Organizations: 1XPEHURI 'D\V1RWLFH $OORWKHUWHUPV DQGFRQGLWLRQV RIWKLVSROLF\UHPDLQXQFKDQJHG 7KLVHQGRUVHPHQWFKDQJHVWKH SROLF\WRZKLFKLWLVDWWDFOOHGDQGLVHIIHFWLYHRQWKHGDWHLVVXHGXQOHVVRWKHUZLVH VWDWHG (The information below is required only when this endorsement is issued subsequent to preparation of     3ROLF\1R(QGRUVHPHQW1R 3UHPLXP ,QVXUDQFH &RPSDQ\&RXQWHUVLJQHGE\ (1'256(0(17 :&   5  (03/2<(56 /,$%,/,7< 32/,&< $1' :25.(56 &203(16$7,21 ‹  7KH 7UDYHOHUV ,QGHPQLW\&RPSDQ\$OO ULJKWV UHVHUYHG 67$66,*1 WKH SROLF\ '$7( 2) ,668( (QGRUVHPHQW (IIHFWLYH 5 ,QVXUHG 5 32/,&< 180%(5UB-8P793534-22-51-K From:FileLocal Portal To:Vachon, Connie Subject:Receipt for FileLocal Payment Date:Thursday, April 21, 2022 12:42:31 PM Hello Marie-France Nantel, This email serves as a receipt for the license and/or tax filing(s) you submitted through FileLocal. The amounts may appear as separate transactions in your account, since funds are distributed separately to the City/Cities you are paying and to FileLocal and Kubra. You paid the following items: Form Name Filing Period Amount Payment Conf.# Kent FileLocal User Fee ($4.00 per City Paid) Kent GBL Application "Applied For" Apr 2022 $101.00 06644I KUBRA- Kent Convenience Fee non- refundable $2.51 06654I FileLocal FileLocal User Fee ($4.00 per City Paid) non- refundable $4.00 06636I Amount $107.51 You may receive an additional message from the FileLocal Portal confirming your filing: TO VIEW or PRINT filing: 1. Log into your account on FileLocal-wa.gov. 2. Move your mouse over Account Center on the menu bar and select Activity Center. 3. Click the PRINT/VIEW button in the row of the filing. Thank you for using www.FileLocal-wa.gov, your one stop for local business licensing and tax filing! ABOUT THIS MESSAGE This one-time alert was sent based on your request. Future email receipts will only be sent if you request a receipt with each payment. This service message was delivered to you to provide you with information about your online filing and payment. This message is sent from an unmonitored mailbox. If you want to contact FileLocal, please do not reply to this message, but instead call our Technical Support Line at 1-877-693-4435 or email us at filelocal@e-govsystems.com. Our Technical Support Service Center is open from 7:00 am to 5:00 pm PT, Monday through Friday. Replies to this message will not be read or responded to. Please add FileLocal@kubra.com to your safe-senders list to ensure that future messages are not blocked by your mail provider. Signature: 4. xe���� Email: japplegate@kentwa.gov Signature: Garin Lee jApr25,202214:56 PDT) Email: glee@kentwa.gov Signature: 10,a"L �- Email: rlashley@kentwa.gov Signature: Brian Leven hagen (May 3, 2022 09:08 PDT) Email: bj[evenhagen@kentwa.gov FieldTurf.2022-2025 Final Audit Report 2022-05-03 Created: 2022-04-25 By: Janice Applegate Qapplegate@kentwa.gov) Status: Signed Transaction ID: CBJCHBCAABAA_ePJ7LxQKbiNs12yRnG6nAyF3ptUwQ6U "FieldTurF.2022-2025" History Document created by Janice Applegate (japplegate@kentwa.gov) 2022-04-25 - 8:58:17 PM GMT- IP address: 146.129.252.126 Document e-signed by Janice Applegate (japplegate@kentwa.gov) Signature Date: 2022-04-25 - 9:08:45 PM GMT - Time Source: server- IP address: 146.129.252.126 Document emailed to Garin Lee (glee@kentwa.gov) for signature 2022-04-25 - 9:08:47 PM GMT Email viewed by Garin Lee (glee@kentwa.gov) 2022-04-25 - 9:54:46 PM GMT- IP address: 146.129.252.126 EY Document e-signed by Garin Lee (glee@kentwa.gov) Signature Date: 2022-04-25 - 9:56:22 PM GMT - Time Source: server- IP address: 146.129.252.126 Document emailed to Darren Gill (darren.gill@tarkett.com) for signature 2022-04-25 - 9:56:24 PM GMT 3 Email viewed by Darren Gill (darren.gill@tarkett.com) 2022-04-25 - 10:14:35 PM GMT- IP address: 165.225.213.72 s Email viewed by Darren Gill (darren.gill@tarkett.com) 2022-05-02 - 4:07:32 PM GMT- IP address: 165.225.213.94 Document e-signed by Darren Gill (darren.gill@tarkett.com) Signature Date: 2022-05-02 - 4:08:12 PM GMT - Time Source: server- IP address: 165.225.213.94 Document emailed to Ronald Lashley (rlashley@kentwa.gov) for signature 2022-05-02 - 4:08:16 PM GMT .; Email viewed by Ronald Lashley (rlashley@kentwa.gov) 2022-05-02 - 5:55:20 PM GMT- IP address: 146.129.252.126 Q Adobe Acrobat Sign E= Document e-signed by Ronald Lashley (rlashley@kentwa.gov) Signature Date: 2022-05-02 - 6:16:45 PM GMT - Time Source: server- IP address: 146.129.252.126 Document emailed to Brian Levenhagen (bjlevenhagen@kentwa.gov) for signature 2022-05-02 - 6:16:47 PM GMT Email viewed by Brian Levenhagen (bjlevenhagen@kentwa.gov) 2022-05-03 - 4:07:17 PM GMT- IP address: 146.129.252.126 E= Document e-signed by Brian Levenhagen (bjlevenhagen@kentwa.gov) Signature Date: 2022-05-03 - 4:08:03 PM GMT - Time Source: server- IP address: 146.129.252.126 Agreement completed. 2022-05-03 - 4:08:03 PM GMT 0 Adobe Acrobat Sign