Loading...
HomeMy WebLinkAboutCAG2023-216 - Original - Mr. Pressure Wash - Pressure washing at Burlington Park, Kent Memorial Park, Lake Meridian & Town Square Park - 04/06/2023 FOR CITY OF KENT OFFICIAL USE ONLY Sup/Mgr:7�— Agreement Routing Form Dir. Assist: • For Approvals,Signatures and Records Management KE N T This form combines&replaces the Request for Mayor's Signature and Contract Cover WASHINcroN Sheet forms. Dlr/Dep Dil Originator: Department: Shayla Ott Parks, Recreation & Community Services Date Sent: Date Required: 0 03/29/2023 As soon as possible CL Authorized to Sign: Date of Council Approval: QDirector or Designee N/A Budget Account Number: Grant? YesFI/]No 10006600.64190.5xxx Budget?W]Yes No Type: N/A Vendor Name: Category: Mr.Truck Wash, Inc. dba Mr. Pressure Wash Contract Vendor Number: Sub-Category: = 832874 Original R0 Pressure washing at Burlinton Park, Kent Memorial Park, Lake Meridian &Town Square Plaza Project Name: 1.1. Project Details:Vendor to pressure washing Park Shelters and surrounding pavement at 0 = Burlington Park, Kent Memorial Park, Lake Meridian and Town Square *, Plaza. c 40 E Agreement Amount: $1 4 772.29 Basis for Selection of Contractor: Other `Memo to Mayor must be attached Start Date: As soon as possible Termination Date: 05/31/2023 Im Q Local Business? Yes1ZNo* If meets requirements per KCC3.70.100,please complete"Vendor Purchase-Local Exceptions'form on Cityspace. Business License Verification:Yes In-Process Exempt(KCC 5.01.045) Notice required prior to disclosure? Contract Number: YesONo CAG2023-216 Comments: C a:+ 3 4) H •� i N 3 f0 C V1 Date Routed to the City Clerk's Office: 4/7/23 ,c«w»373__,0 Visit Documents.KentWA.gov to obtain copies of all agreements rev.20210513 KENT W--... GOODS & SERVICES MAINTENANCE AGREEMENT between the City of Kent and Mr. Truck Wash, Inc. dba Mr. Pressure Wash THIS AGREEMENT is made by and between the City of Kent, a Washington municipal corporation (hereinafter the "City"), and Mr. Truck Wash, Inc. dba Mr. Pressure Wash organized under the laws of the State of Washington, located and doing business at 8040 Avondale Road Northest, Redmond, WA 98052. Contact: Brittany Eisenhut, Phone: (253)852-4608 x101 (hereinafter the "Vendor"). AGREEMENT I. DESCRIPTION OF WORK. The Vendor shall provide the following goods and materials and/or perform the following maintenance services for the City: Pressure washing shelter roofs, restroom roofs and surrounding pavement of debris at Burlington Park, Kent Memorial Park, Lake Meridian and Town Square Plaze as outlined in vendor quote labeled Appendix A. The Vendor acknowledges and understands that it is not the City's exclusive provider of these goods, materials, or maintenance services and that the City maintains its unqualified right to obtain these goods, materials, and services through other sources. 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 October 315t 2023 . 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 Vendor an amount not to exceed FOURTEEN THOUSAND SEVEN HUNDRED SEVENTY TWO DOLLARS AND TWENTY NINE CENTS ($14,772.29), including applicable Washington State Sales Tax, for the goods, materials, and maintenance services contemplated in this Agreement. The City shall pay the Vendor the following amounts according to the following schedule: Vendor shall submit a final invoice to APInvoices@KentWA.gov from which the City will pay. GOODS & SERVICES MAINTENANCE AGREEMENT - 1 ($20,000 or Less, 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. VENDOR'S ACCEPTANCE 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. PREVAILING WAGES. The Vendor shall file a "Statement of Intent to Pay Prevailing Wages," with the State of Washington Department of Labor & Industries prior to commencing the Contract work. The Vendor shall pay prevailing wages in effect on the date the bid is accepted or executed by the Vendor, 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. V. 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 Vendor's 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 Vendor's services, or the Vendor is engaged in an independently 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 Vendor's business, and has obtained a Unified Business Identifier (UBI) number from the State of Washington. GOODS & SERVICES MAINTENANCE AGREEMENT - 2 ($20,000 or Less, including WSST) F. The Vendor maintains a set of books dedicated to the expenses and earnings of its business. VI. 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. VII. CHANGES. The City may issue a written change order 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 a change order is necessary, the Vendor 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 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 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 Vendor fails to require a change order within the time allowed, the Vendor waives its right to make any claim or submit subsequent change order requests for that portion of the contract work. If the Vendor disagrees with the equitable adjustment, the Vendor must complete the change order work; however, the Vendor may elect to protest the adjustment as provided in subsections A through E of Section IX, Claims, below. The Vendor 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 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. 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 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 GOODS & SERVICES MAINTENANCE AGREEMENT - 3 ($20,000 or Less, including WSST) this Agreement. Except as expressly contemplated by this section, all other costs will be borne by the Vendor. IX. CLAIMS. If the Vendor 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 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 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). X. 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 CONTRACT WORK IS COMPLETE OR VENDOR'S ABILITY TO FILE THAT SUIT SHALL BE FOREVER BARRED. THIS SECTION FURTHER LIMITS ANY APPLICABLE STATUTORY LIMITATIONS PERIOD. GOODS & SERVICES MAINTENANCE AGREEMENT - 4 ($20,000 or Less, including WSST) XI. 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 Vendor's representations to City. The Vendor shall promptly correct all defects in workmanship and materials: (1) when the Vendor knows or should have known of the defect, or (2) upon the Vendor's receipt of notification from the City of the existence or 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. XII. 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 Non-Discrimination Policy Declaration and comply with City Administrative Policy 1.2. XIII. 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 refusal on the Vendor's part, then the Vendor shall pay all the City's costs for defense, including all reasonable expert witness fees and reasonable attorneys' fees, plus the City's legal costs and fees incurred because there was a wrongful refusal on the Vendor's part. The provisions of this section shall survive the expiration or termination of this Agreement. XIV. 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. XV. 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. GOODS & SERVICES MAINTENANCE AGREEMENT - 5 ($20,000 or Less, including WSST) XVI. MISCELLANEOUS PROVISIONS. A. Recyclable Materials. Pursuant to Chapter 3.80 of the Kent City Code, the City requires its contractors and consultants to use recycled and recyclable products whenever practicable. A price preference may be available for any designated recycled product. B. Non-Waiver of Breach. The failure of the City to insist upon strict performance of any of the covenants and agreements contained in this Agreement, or to exercise any option conferred by this Agreement in one or more instances shall not be construed to be a waiver or relinquishment of those covenants, agreements or options, and the same shall be and remain in full force and effect. C. Resolution of Disputes and Governing Law. This Agreement shall be governed by and construed in accordance with the laws of the State of Washington. If the parties are unable to settle any dispute, difference or claim arising from the parties' performance of this Agreement, the exclusive means of resolving that dispute, difference or claim, shall only be by filing suit exclusively under the venue, rules and jurisdiction of the King County Superior Court, King County, Washington, unless the parties agree in writing to an alternative dispute resolution process. In any claim or lawsuit for damages arising from the parties' performance of this Agreement, each party shall pay all its legal costs and attorney's fees incurred in defending or bringing such claim or lawsuit, including all appeals, in addition to any other recovery or award provided by law; provided, however, nothing in this paragraph shall be construed to limit the City's right to indemnification under Section XIII of this Agreement. D. Written Notice. All communications regarding this Agreement shall be sent to the parties at the addresses listed on the signature page of the Agreement, unless notified to the contrary. Any written notice hereunder shall become effective three (3) business days after the date of mailing by registered or certified mail, and shall be deemed sufficiently given if sent to the addressee at the address stated in this Agreement or such other address as may be hereafter specified in writing. E. Assignment. Any assignment of this Agreement by either party without the written consent of the non-assigning party shall be void. If the non-assigning party gives its consent to any assignment, the terms of this Agreement shall continue in full force and effect and no further assignment shall be made without additional written consent. 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. As such, the Vendor 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, Contractor agrees to provide proof of a current city of Kent business license pursuant to Chapter 5.01 of the Kent City Code. GOODS & SERVICES MAINTENANCE AGREEMENT - 6 ($20,000 or Less, including WSST) K. Counterparts and Signatures by Fax or Email. This Agreement may be executed in any number of counterparts, each of which shall constitute an original, and all of which will together constitute this one Agreement. Further, upon executing this Agreement, either party may deliver the signature page to the other by fax or email and that signature shall have the same force and effect as if the Agreement bearing the original signature was received in person. IN WITNESS, the parties below execute this Agreement, which shall become effective on the last date entered below. All acts consistent with the authority of this Agreement and prior to its effective date are ratified and affirmed, and the terms of the Agreement shall be deemed to have applied. VENDOR: CITY OF KENT: a �,elf Borah[evehl�agex By: By: Print Name: Brittany Eisenhut Print Name: Brian Levenhagen Its: Accounting Its: Deputy Director DATE: Apr6,2023 DATE: Mar30,2023 NOTICES TO BE SENT TO: NOTICES TO BE SENT TO: VENDOR: CITY OF KENT: Brittany Eisenhut Ben Levenhagen Mr. Truck Wash dba Mr. Pressure Wash City of Kent 8040 Avondale Road Northeast 220 Fourth Avenue South Redmond, WA 98052 Kent, WA 98032 (253)852-4608 x101 (telephone) (253) 856-5133 (telephone) Billing @mrpressu rewash.net (email) Blevenhagen@KentWA.gov (email) ATTEST: &ab Kent City Clerk GOODS & SERVICES MAINTENANCE AGREEMENT - 7 ($20,000 or Less, including WSST) DECLARATION CITY OF KENT NON-DISCRIMINATION POLICY The City of Kent (City) is committed to conform to Federal and State laws regarding equal opportunity. As such all contractors, subcontractors, consultants, vendors, and suppliers who perform work with relation to this Agreement shall comply with the regulations of the City's equal employment opportunity policies. The City of Kent and its contractors are subject to and will comply with the following: • Title VI of the Civil Rights Act of 1964 (42 U.S.C. § 2000d et seq., 78 stat. 252), (prohibits discrimination on the basis of race, color, national origin); • 49 C.F.R. Part 21 (entitled Non-discrimination In Federally-Assisted Programs Of The Department Of Transportation-Effectuation Of Title VI Of The Civil Rights Act Of 1964); • 28 C.F.R. section 50.3 (U.S. Department of Justice Guidelines for Enforcement of Title VI of the Civil Rights Act of 1964). • Ch. 49.60 RCW (Washington Law Against Discrimination) The preceding statutory and regulatory cites hereinafter are referred to as "the Acts and Regulations". The following statements specifically identify the requirements the City deems necessary for any contractor, subcontractor, or supplier on this specific Agreement to adhere to. An affirmation of all of the following is required for this Agreement to be valid and binding. If any contractor, subcontractor, or supplier willfully misrepresents themselves with regard to the directives outlined below, 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 statements 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 I, 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. During the performance of this contract, the contractor, for itself, its assignees, and successors in interest (hereinafter referred to as the "contractor") agrees as follows: EEO COMPLIANCE DOCUMENTS - 1 of 5 A. Compliance with Regulations: The contractor, subcontractor, consultant, vendor, and supplier (hereinafter "Contractor") will comply with all Acts and the Regulations relative to non-discrimination, including those applicable to Federally- assisted programs of the U.S. Department of Transportation, State-assisted programs through the Washington State Department of Transportation, and generally under Washington's Law Against Discrimination, Ch. 49.60 RCW, as they may be amended from time to time, which are herein incorporated by reference and made a part of this contract. B. Non-discrimination: The contractor, with regard to the work performed by it during the contract, will not discriminate on the grounds of race, color, or national origin in the selection and retention of subcontractors, including procurements of materials and leases of equipment. The contractor will not participate directly or indirectly in the discrimination prohibited by the Acts and the Regulations, including employment practices when the contract covers any activity, project, or program set forth in Appendix B of 49 CFR Part 21. C. Solicitations for Subcontracts, Including Procurements of Materials and Equipment: In all solicitations, either by competitive bidding, or negotiation made by the contractor for work to be performed under a subcontract, including procurements of materials, or leases of equipment, each potential subcontractor or supplier will be notified by the contractor of the contractor's obligations under this contract and the Acts and the Regulations relative to non-discrimination on the grounds of race, color, or national origin. D. Information and Reports: The contractor will provide all information and reports required by the Acts and Regulations and directives issued pursuant thereto and will permit access to its books, records, accounts, other sources of information, and its facilities as may be determined applicable to contractor's contract by the City or the Washington State Department of Transportation to be pertinent to ascertain compliance with such Acts and Regulations and instructions. Where any information required of a contractor is in the exclusive possession of another who fails or refuses to furnish the information, the contractor will so certify to the City or the Washington State Department of Transportation, as appropriate, and will set forth what efforts it has made to obtain the information. E. Sanctions for Noncompliance: In the event of a contractor's noncompliance with the non-discrimination provisions of this contract, the City will impose such contract sanctions as it or the Washington State Department of Transportation may determine to be appropriate, including, but not limited to: a. withholding payments to the contractor under the contract until the contractor complies; and/or b. cancelling, terminating, or suspending a contract, in whole or in part. F. Incorporation of Provisions: The contractor will include the provisions of paragraphs (A) through (F) above in every subcontract, including procurements of materials and leases of equipment, unless exempt by the Acts and Regulations and directives issued pursuant thereto. The contractor will take action with respect to any subcontract or procurement as the City or the Washington State Department of Transportation may direct as a means of enforcing such provisions including sanctions for noncompliance. Provided, that if the contractor becomes involved in, EEO COMPLIANCE DOCUMENTS - 2 of 5 or is threatened with litigation by a subcontractor, or supplier because of such direction, the contractor may request the City to enter into any litigation to protect the interests of the City. In addition, the contractor may request the United States to enter into the litigation to protect the interests of the United States. 6. During the performance of this contract, the contractor, for itself, its assignees, and successors in interest agrees to comply with the following non-discrimination statutes and authorities; including but not limited to: Pertinent Non-Discrimination Authorities: i. Title VI of the Civil Rights Act of 1964 (42 U.S.C. § 2000d et seq., 78 stat. 252), (prohibits discrimination on the basis of race, color, national origin); and 49 CFR Part 21. ii. The Uniform Relocation Assistance and Real Property Acquisition Policies Act of 1970, (42 U.S.C. § 4601), (prohibits unfair treatment of persons displaced or whose property has been acquired because of Federal or Federal-aid programs and projects); iii. Federal-Aid Highway Act of 1973, (23 U.S.C. § 324 et seq.), (prohibits discrimination on the basis of sex); iv. Section 504 of the Rehabilitation Act of 1973, (29 U.S.C. § 794 et seq.), as amended, (prohibits discrimination on the basis of disability); and 49 CFR Part 27; V. The Age Discrimination Act of 1975, as amended, (42 U.S.C. § 6101 et seq.), (prohibits discrimination on the basis of age); vi. Airport and Airway Improvement Act of 1982, (49 USC § 471, Section 47123), as amended, (prohibits discrimination based on race, creed, color, national origin, or sex); vii. The Civil Rights Restoration Act of 1987, (PL 100-209), (Broadened the scope, coverage and applicability of Title VI of the Civil Rights Act of 1964, The Age Discrimination Act of 1975 and Section 504 of the Rehabilitation Act of 1973, by expanding the definition of the terms "programs or activities" to include all of the programs or activities of the Federal-aid recipients, sub-recipients and contractors, whether such programs or activities are Federally funded or not); viii. Titles II and III of the Americans with Disabilities Act, which prohibit discrimination on the basis of disability in the operation of public entities, public and private transportation systems, places of public accommodation, and certain testing entities (42 U.S.C. §§ 12131-12189) as implemented by Department of Transportation regulations at 49 C.F.R. parts 37 and 38; ix. The Federal Aviation Administration's Non-discrimination statute (49 U.S.C. § 47123) (prohibits discrimination on the basis of race, color, national origin, and sex); X. Executive Order 12898, Federal Actions to Address Environmental Justice in Minority Populations and Low-Income Populations, which ensures Non-discrimination against minority populations by discouraging programs, policies, and activities with disproportionately high and adverse human health or environmental effects on minority and low-income populations; EEO COMPLIANCE DOCUMENTS - 3 of 5 xi. Executive Order 13166, Improving Access to Services for Persons with Limited English Proficiency, and resulting agency guidance, national origin discrimination includes discrimination because of Limited English proficiency (LEP). To ensure compliance with Title VI, you must take reasonable steps to ensure that LEP persons have meaningful access to your programs (70 Fed. Reg. at 74087 to 74100); xii. Title IX of the Education Amendments of 1972, as amended, which prohibits you from discriminating because of sex in education programs or activities (20 U.S.C. 1681 et seq). xiii. Washington Law Against Discrimination (Ch. 49.60 RCW) 7. The submission of the final invoice for this contract will constitute a reaffirmation that the preceding statements were complied with during the course of the contract's performance. By signing below, I agree to fulfill the five requirements referenced above. By: g ,, For: Mr. Pressure Wash, Inc. Title: Accounting Date: Apr 6,2023 EEO COMPLIANCE DOCUMENTS - 4 of 5 CITY OF KENT ADMINISTRATIVE POLICY NUMBER: 1.2 EFFECTIVE DATE: October 20, 2022 SUBJECT: INCLUSIVE CONTRACTING SUPERSEDES: January 1, 1998 APPROVED BY Dana Ralph, Mayor POLICY: Equal employment opportunity and non-discrimination in contracting 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. Further, all contractors, subcontractors, consultants, suppliers, grantees, or subgrantees of the City, regardless of the value of the Agreement, are required to sign the City's Non-Discrimination Policy Declaration, prior to commencing performance. 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 coordinate with the City's Title VI coordinator, and perform 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 - 5 of 5 Appendix A March 07, 2023 Recommended Pressure Washing Specifications Pressure Wash Site: City of Kent Burlington Park Pagoda Roof(Prevailing Wage) Location: 101-299 Railroad Ave N,Kent,WA 98032 Client Name: Ben Levenhagen Client Phone: 253-856-5133 Second Contact Name: Second Contact Phone: Client Fax: Client E-mail: BLevenhagen@kentwa.gov Client Address(if different from Pressure Wash Site): 220 Fourth Avenue South,Kent,WA 98032 Project Type: Areas to be Pressure Washed Square Footage: Number of Buildings: Number of Units: Number of Parking Stalls: Number of Car Ports: Number of Stairways: Number of Stories: Number of Breezeways: Is Siding Pressure Washed?: No Type of Siding: Are Walkways Pressure Washed? No Walkway Square Footage: Amount of Gum Currently Present: Notes: Are Roofs Pressure Washed?: No Type of Roof: Notes: Water Supply Water used for pressure washing shall be supplied by: Type of water Mr Pressure Wash needs to use?: Hydrant Permit Required?: Water Detergent Mr.Pressure Wash will supply and use the following washing detergent: Water Disposal Mr.Pressure Wash will: Type of Drain on Premise: rnllimmnnt r Lift rental required?: Scaffolding required?: Harness required?: Time Frame Mr.Pressure Wash shall be granted access for pressure TBD washing on: Special Instructions Instructions: MPW WILL WASH ROOF OF PAGODA&RINSE GROUND OF DIBRIS FROM ROOF.MPW WILL NEED TO KNOW LOCTION OF WATER SOURCE PRIOR TO WASH.COLD WATER WASH WILL NEED LIFT. Additional Notes: Apt.Bldg: Comm.Bldg: Parking Bldg: Hydrant Permit Required?: Client Name: Ben Levenhagen Cost Breakdown Areas to Be Pressure Washed Cost Miscellaneous ROOF&RINSE GROUND OF PAGODA(IF WASH GOES OVER 5 HRS THEN MPW WILL CHARGE$350 HR UNTIL $1,750.00 WASH IS COMPLETE) GENIE S45 BOOM LIFT(ONE DAY RENTAL) $375.00 Total Miscellaneous $2,125.00 Subtotal: $2,125.00 Tax: $216.75 Tax is calculated at 10.2%,however,if you are in a service area that is at a different tax rate,we will make the adjustments upon invoicing said work. Total Quote: $2,341.75 This quote is effective till December 31, 2023. Please fax the last page with your signature to(206)260-0101 by December 31,2023.Any questions should be directed to Mayumi Muller at 206.250.5528. The undersigned agrees to the terms of this agreement on behalf of his/her organization or business.In the event of Client's default,Client agrees to reimburse MTW for all damages suffered,including but not limited to incidental,consequential,and other damages,and reasonable attorney fees and court costs. Appendix A May 28, 2019 Recommended Pressure Washing Specifications Pressure Wash Site: City of Kent Kent Memorial Park Picnic Shelter Roof&Ground(Prevailing Wages) Location: 850 Central Ave N,Kent,WA 98032 Client Name: Ben Levenhagen Client Phone: 2538565133 Second Contact Name: Todd Dow Second Contact Phone: 2538565133 Client Fax: Client E-mail: BLevenhagen@kentwa.gov Client Address(if different from Pressure Wash Site): 220 4th Ave So,Kent,WA 98032 Project Type: Areas to be Pressure Washed Square Footage: Number of Buildings: Number of Units: Number of Parking Stalls: Number of Car Ports: Number of Stairways: Number of Stories: Number of Breezeways: Is Siding Pressure Washed?: No Type of Siding: Are Walkways Pressure Washed? No Walkway Square Footage: Amount of Gum Currently Present: Notes: Are Roofs Pressure Washed?: No Type of Roof: Notes: Water Supply Water used for pressure washing shall be supplied by: Type of water Mr Pressure Wash needs to use?: Hydrant Permit Required?: Water Detergent Mr.Pressure Wash will supply and use the following washing detergent: Water Disposal Mr.Pressure Wash will: Type of Drain on Premise: rnllimmnnt r Lift rental required?: Scaffolding required?: Harness required?: Time Frame Mr.Pressure Wash shall be granted access for pressure TBD washing on: Special Instructions Instructions: MPW WILL WASH PICNIC SHELTER ROOF&RINSE GROUND.MPW WASH TECHS WILL WEAR METAL ROOF SHOES AND TIE OFF DURING WASH.MPW WILL NEED TO KNOW LOCATION OF WATER SOURCE PRIOR TO WASH. Additional Notes: Apt.Bldg: Comm.Bldg: Parking Bldg: Hydrant Permit Required?: Client Name: Ben Levenhagen Cost Breakdown Areas to Be Pressure Washed Cost Miscellaneous PICNIC SHELTER TABLES&GROUND WASH $750.00 PICNIC SHELTER ROOF ONLY $900.00 PICNIC SHELTER UNDERNEATH ROOF(RINSE&REMOVAL OF COBWEBS) $550.00 Total Miscellaneous $2,200.00 ENVIRONMENTAL FEE $110.00 Subtotal: $2,310.00 Tax: $235.62 Tax is calculated at 10.2%,however,if you are in a service area that is at a different tax rate,we will make the adjustments upon invoicing said work. Total Quote: $2,545.62 This quote is effective till December 31, 2023. Please fax the last page with your signature to(206)260-0101 by December 31,2023.Any questions should be directed to Mayumi Muller at 206.250.5528. The undersigned agrees to the terms of this agreement on behalf of his/her organization or business.In the event of Client's default,Client agrees to reimburse MTW for all damages suffered,including but not limited to incidental,consequential,and other damages,and reasonable attorney fees and court costs. Appendix A April 29, 2014 Recommended Pressure Washing Specifications Pressure Wash Site: City of Kent-Lake Meridian Park Shelter Roof(Prevailing Wage) Location: 14800 SE 272nd St,Kent,WA 98032 Client Name: Ben Levenhagen Client Phone: 253.856.5133 Second Contact Name: Second Contact Phone: Client Fax: Client E-mail: blevenhagen@kentwa.gov Client Address(if different from Pressure Wash Site): TBD,Kent,WA 98032 Project Type: Areas to be Pressure Washed Square Footage: Number of Buildings: Number of Units: Number of Parking Stalls: Number of Car Ports: Number of Stairways: Number of Stories: Number of Breezeways: Is Siding Pressure Washed?: No Type of Siding: Are Walkways Pressure Washed? No Walkway Square Footage: Amount of Gum Currently Present: Notes: Are Roofs Pressure Washed?: No Type of Roof: Notes: Water Supply Water used for pressure washing shall be supplied by: Type of water Mr Pressure Wash needs to use?: Hydrant Permit Required?: Water Detergent Mr.Pressure Wash will supply and use the following washing detergent: Water Disposal Mr.Pressure Wash will: Type of Drain on Premise: rnllimmnnt r Lift rental required?: Scaffolding required?: Harness required?: Time Frame Mr.Pressure Wash shall be granted access for pressure TBD washing on: Special Instructions Instructions: MPW will wash the two roofs of the buildings(the restroom/concession area and the picnic shelter).If client would like REST ROOMS/CONCESSIONS GROUND$1750 GROUND ALONG PICNIC AREA$3250 Additional Notes: Apt.Bldg: Comm.Bldg: Parking Bldg: Hydrant Permit Required?: Client Name: Ben Levenhagen Cost Breakdown Areas to Be Pressure Washed Cost Miscellaneous REST ROOMS/CONCESSIONS ROOF $1,239.00 PICNIC AREA ROOF $1,665.00 Total Miscellaneous $2,904.00 ENVIRONMENTAL FEE $145.00 Subtotal: $3,049.00 Tax: $311.00 Tax is calculated at 10.2%,however,if you are in a service area that is at a different tax rate,we will make the adjustments upon invoicing said work. Total Quote: $3,360.00 This quote is effective till December 31, 2023. Please fax the last page with your signature to(206)260-0101 by December 31,2023.Any questions should be directed to Mayumi Muller at 206.250.5528. The undersigned agrees to the terms of this agreement on behalf of his/her organization or business.In the event of Client's default,Client agrees to reimburse MTW for all damages suffered,including but not limited to incidental,consequential,and other damages,and reasonable attorney fees and court costs. Appendix A May 28, 2019 Recommended Pressure Washing Specifications Pressure Wash Site: City of Kent Town Square Plaza Ground Wash(Prevailing Wages) Location: Corner of Smith St&2nd,Kent,WA 98032 Client Name: Ben Levenhagen Client Phone: 253.856.5133 Second Contact Name: Todd Dow Second Contact Phone: Client Fax: Client E-mail: BLevenhagen@kentwa.gov Client Address(if different from Pressure Wash Site): 220 4th Ave So,Kent,WA 98032 Project Type: Areas to be Pressure Washed Square Footage: Number of Buildings: Number of Units: Number of Parking Stalls: Number of Car Ports: Number of Stairways: Number of Stories: Number of Breezeways: Is Siding Pressure Washed?: No Type of Siding: Are Walkways Pressure Washed? No Walkway Square Footage: Amount of Gum Currently Present: Notes: Are Roofs Pressure Washed?: No Type of Roof: Notes: Water Supply Water used for pressure washing shall be supplied by: Type of water Mr Pressure Wash needs to use?: Hydrant Permit Required?: Water Detergent Mr.Pressure Wash will supply and use the following washing detergent: Water Disposal Mr.Pressure Wash will: Type of Drain on Premise: rnllimmnnt r Lift rental required?: Scaffolding required?: Harness required?: Time Frame Mr.Pressure Wash shall be granted access for pressure TBD washing on: Special Instructions Instructions: MPW WILL WASH ALL GROUND SURFACE PAVERS,BENCHES,PERVIOUS CONCRETE.MPW WILL NEED TO KNOW LOCATION OF WATER SOURCE PRIOR TO WASH. Additional Notes: Apt.Bldg: Comm.Bldg: Parking Bldg: Hydrant Permit Required?: Client Name: Ben Levenhagen Cost Breakdown Areas to Be Pressure Washed Cost Miscellaneous GROUND WASH TO INCLUDE FOUNTAIN AREA,PAVER/TILES,WALL SEAT BENCHES&PERVIOUS CONCRETE $5,650.15 Total Miscellaneous $5,650.15 ENVIRONMENTAL FEE $283.00 Subtotal: $5,933.15 Tax: $605.18 Tax is calculated at 10.2%,however,if you are in a service area that is at a different tax rate,we will make the adjustments upon invoicing said work. Total Quote: $6,538.33 This quote is effective till December 31, 2023. Please fax the last page with your signature to(206)260-0101 by December 31,2023.Any questions should be directed to Mayumi Muller at 206.250.5528. The undersigned agrees to the terms of this agreement on behalf of his/her organization or business.In the event of Client's default,Client agrees to reimburse MTW for all damages suffered,including but not limited to incidental,consequential,and other damages,and reasonable attorney fees and court costs. EXHIBIT B INSURANCE REQUIREMENTS FOR SERVICE CONTRACTS Insurance The Contractor shall procure and maintain for the duration of the Agreement, insurance against claims for injuries to persons or damage to property which may arise from or in connection with the performance of the work hereunder by the Contractor, their agents, representatives, employees or subcontractors. A. Minimum Scope of Insurance Contractor shall obtain insurance of the types described below: 1. Commercial General Liability insurance shall be written on ISO occurrence form CG 00 01 and shall cover liability arising from premises, operations, independent contractors, products-completed operations, personal injury and advertising injury, and liability assumed under an insured contract. The City shall be named as an insured under the Contractor's Commercial General Liability insurance policy with respect to the work performed for the City using ISO additional insured endorsement CG 20 10 11 85 or a substitute endorsement providing equivalent coverage. 2. Automobile Liability insurance covering all owned, non-owned, hired and leased vehicles. Coverage shall be written on Insurance Services Office (ISO) form CA 00 01 or a substitute form providing equivalent liability coverage. If necessary, the policy shall be endorsed to provide contractual liability coverage. 3. Workers' Compensation coverage as required by the Industrial Insurance laws of the State of Washington. 4. Contractor's/Consultant's Pollution Liability insurance covering losses caused by pollution conditions that arise from the operations of the Contractor. 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. EXHIBIT B (Continued) 2. Automobile Liability insurance with a minimum combined single limit for bodily injury and property damage of $1,000,000 per accident. 3. Contractor's/Consultant's Pollution Liability-insurance shall be written in an amount of at least $1,000,000 per loss, with an annual aggregate of at least $1,000,000. Coverage may be written on a claims-made basis. 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. ACOR" CERTIFICATE OF LIABILITY INSURANCE DATE(MMIDDIYYYY) ll.. � 03/24/2023 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTNAME: Belltown Agency Book Belltown Insurance Group Inc a/CONNo Ext: (888)443-7744 A/c No): (619)688-1241 3911 5th Avenue E-MAIL-ADDRESS: -MAIL t seattle.com Weson bi ADDRESS: weston@bigseattle.com 200 INSURERS AFFORDING COVERAGE NAIC# San Diego CA 92103 INSURER A: ASSOCIATED INDUSTRIES INSURANCE CO 23140 INSURED INSURER B: LNW WEST AMERICAN INSURANCE CO 44393 Mr Truck Wash Inc. DBA Mr. Pressure Wash,AABLE Safety INSURER C: TOKIO MARINE SPECIALTY INS CO 23850 Clean, Mr. Hood Clean INSURER D: 1 Lake Bellevue Dr Ste 208 INSURER E: Bellevue WA 98005 INSURER F: COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE ADDL SUBR POLICY EFF POLICY EXP LIMITS LTR POLICY NUMBER MM/DD/YYYY MM/DD/YYYY X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 CLAIMS-MADE L^ OCCUR PR ME SESOEa'ON currDence $ 300,000 MED EXP(Any one person) $ 10,000 A X X AES1194552-03 12/22/2022 12/22/2023 PERSONAL&ADV INJURY $ 1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 2,000,000 X POLICY❑ JECTPRO ❑ LOC PRODUCTS-COMP/OP AGG $ 2,000,000 OTHER: $ AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT $ Ea accident 1,000,000 X ANY AUTO BODILY INJURY(Per person) $ B OWNED X SCHEDULED X BAW57724152 02/01/2023 02/01/2024 BODILY INJURY(Per accident) $ AUTOS ONLY /� AUTOS XHIRED �/ NON-OWNED PROPERTY DAMAGE $ AUTOS ONLY X AUTOS ONLY Per accident Comp/Coll Deductibles $ 1,000/$1,000 X UMBRELLA LIAB OCCUR EACH OCCURRENCE $ 3,000,000 A EXCESS LIAB CLAIMS-MADE X EXA1227653.00 12/22/2022 12/22/2023 AGGREGATE $ 3,000,000 DED RETENTION$ PR/COMP OPS AGG $ 3,000,000 WORKERS COMPENSATION PER OTH- AND EMPLOYERS'LIABILITY Y/N STATUTE ER ANY PROPRIETOR/PARTNER/EXECUTIVE E.L.EACH ACCIDENT $ 1,000,000 A OFFICER/MEMBER EXCLUDED? ❑ N/A AES1194552-03 STOPGAP 12/22/2022 12/22/2023 (Mandatory in NH) E.L.DISEASE-EA EMPLOYEE $ 1,000,000 If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ 1,000,000 C Pollution Liability X PPK2279093 05/23/2022 05/23/2023 $1,000,000 DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES (ACORD 101,Additional Remarks Schedule,may be attached if more space is required) Certificate Holder,City of Kent,is named as an Additional Insured per attached Acord CG 20 10 11 85 Endorsement. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. City of Kent AUTHORIZED REPRESENTATIVE 220 Fourth Avenue South Kent WA 98032 ©1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25(2016/03) The ACORD name and logo are registered marks of ACORD POLICY NUMBER: COMMERCIAL GENERAL LIABILITY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - (FORM B) This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART. SCHEDULE Name of Person or Organization: (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement.) WHO IS AN INSURED (Section II) is amended to include as an insured the person or organization shown in the Schedule, but only with respect to liability arising out of"your work"for that insured by or for you. CG 20 10 11 85 Copyright, Insurance Services Office, Inc., 1984 Page 1 of 1 ❑ r s� K E N T Welcome Sheyle Ott Basic Inlorma0on Legal Entity Name UBI License lype Reissuence FileLocal Application Id License Number Application Slaws Mr Truck Wash,Inc. 6027963100010002 BLIC S e 7217 2090114(2023) Issued ®Pnntable Application I Download Business License Certificate Sl Approve FileLocal Applicedon 9 Manual Business License Renewal 2023 A Send FileLocal Renewal Nohce 2023 State of Washington Department of Labor & Industries Prevailing Wage Section - Telephone 360-902-5335 PO Box 44540, Olympia, WA 98504-4540 Washington State Prevailing Wage The PREVAILING WAGES listed here include both the hourly wage rate and the hourly rate of fringe benefits. On public works projects, worker's wage and benefit rates must add to not less than this total. A brief description of overtime calculation requirements are provided on the Benefit Code Key. Journey Level Prevailing Wage Rates for the Effective Date: 3/22/2023 County Trade Job Classification Wage Holiday Overtime Note *Risk Class King Laborers Air, Gas Or Electric Vibrating $56.80 15J 4V 8Y View Screed King Laborers Airtrac Drill Operator $58.56 15J 4V 8Y View King Laborers Ballast Regular Machine $56.80 15J 4V 8Y View King Laborers Batch Weighman $48.14 15J 4V 8Y View King Laborers Brick Pavers $56.80 15J 4V 8Y View King Laborers Brush Cutter $56.80 15J 4V 8Y View King Laborers Brush Hog Feeder $56.80 15J 4V 8Y View King Laborers Burner $56.80 15J 4V 8Y View King Laborers Caisson Worker $58.56 15J 4V 8Y View King Laborers Carpenter Tender $56.80 15J 4V 8Y View King Laborers Cement Dumper-paving $57.84 15J 4V 8Y View King Laborers Cement Finisher Tender $56.80 15J 4V 8Y View King Laborers Change House Or Dry Shack $56.80 15J 4V 8Y View King Laborers Chipping Gun (30 Lbs. And $57.84 15J 4V 8Y View Over) King Laborers Chipping Gun (Under 30 Lbs.) $56.80 15J 4V 8Y View King Laborers Choker Setter $56.80 15J 4V 8Y View King Laborers Chuck Tender $56.80 15J 4V 8Y View King Laborers Clary Power Spreader $57.84 15J 4V 8Y View King Laborers Clean-up Laborer $56.80 15J 4V 8Y View King Laborers Concrete Dumper/Chute $57.84 15J 4V 8Y View Operator King Laborers Concrete Form Stripper $56.80 15J 4V 8Y View King Laborers Concrete Placement Crew $57.84 15J 4V 8Y View King Laborers Concrete Saw Operator/Core $57.84 15J 4V 8Y View Driller King Laborers Crusher Feeder $48.14 15J 4V 8Y View King Laborers Curing Laborer $56.80 15J 4V 8Y View King Laborers Demolition: Wrecking Et Moving $56.80 15J 4V 8Y View (Incl. Charred Material) King Laborers Ditch Digger $56.80 15J 4V 8Y View King Laborers Diver $58.56 15J 4V 8Y View King Laborers Drill Operator (Hydraulic, $57.84 15J 4V 8Y View Diamond) King Laborers Dry Stack Walls $56.80 15J 4V 8Y View King Laborers Dump Person $56.80 15J 4V 8Y View King Laborers Epoxy Technician $56.80 15J 4V 8Y View King Laborers Erosion Control Worker $56.80 15J 4V 8Y View King Laborers Faller 8t Bucker Chain Saw $57.84 15J 4V 8Y View King Laborers Fine Graders $56.80 15J 4V 8Y View King Laborers Firewatch $48.14 15J 4V 8Y View King Laborers Form Setter $57.84 15J 4V 8Y View King Laborers Gabian Basket Builders $56.80 15J 4V 8Y View King Laborers General Laborer $56.80 15J 4V 8Y View King Laborers Grade Checker Ft Transit Person $59.85 15J 4V 8Y View King Laborers Grinders $56.80 15J 4V 8Y View King Laborers Grout Machine Tender $56.80 15J 4V 8Y View King Laborers Groutmen (Pressure) Including $57.84 15J 4V 8Y View Post Tension Beams King Laborers Guardrail Erector $56.80 15J 4V 8Y View King Laborers Hazardous Waste Worker (Level $58.56 15J 4V 8Y View A) King Laborers Hazardous Waste Worker (Level $57.84 15J 4V 8Y View B) King Laborers Hazardous Waste Worker (Level $56.80 15J 4V 8Y View C) King Laborers High Scaler $58.56 15J 4V 8Y View King Laborers Jackhammer $57.84 15J 4V 8Y View King Laborers Laserbeam Operator $57.84 15J 4V 8Y View King Laborers Maintenance Person $56.80 15J 4V 8Y View King Laborers Manhole Builder-Mudman $57.84 15J 4V 8Y View King Laborers Material Yard Person $56.80 15J 4V 8Y View King Laborers Mold Abatement Worker $56.80 15J 4V 8Y View King Laborers Motorman-Dinky Locomotive $59.95 15J 4V 8Y View King Laborers nozzleman (concrete pump, $59.85 15J 4V 8Y View green cutter when using combination of high pressure air 8t water on concrete $ rock, sandblast, gunite, shotcrete, water blaster, vacuum blaster) King Laborers Pavement Breaker $57.84 15J 4V 8Y View King Laborers Pilot Car $48.14 15J 4V 8Y View King Laborers Pipe Layer (Lead) $59.85 15J 4V 8Y View King Laborers Pipe Layer/Tailor $57.84 15J 4V 8Y View King Laborers Pipe Pot Tender $57.84 15J 4V 8Y View King Laborers Pipe Reliner $57.84 15J 4V 8Y View King Laborers Pipe Wrapper $57.84 15J 4V 8Y View King Laborers Pot Tender $56.80 15J 4V 8Y View King Laborers Powderman $58.56 15J 4V 8Y View King Laborers Powderman's Helper $56.80 15J 4V 8Y View King Laborers Power Jacks $57.84 15J 4V 8Y View King Laborers Railroad Spike Puller - Power $57.84 15J 4V 8Y View King Laborers Raker - Asphalt $59.85 15J 4V 8Y View King Laborers Re-timberman $58.56 15J 4V 8Y View King Laborers Remote Equipment Operator $57.84 15J 4V 8Y View King Laborers Rigger/Signal Person $57.84 15J 4V 8Y View King Laborers Rip Rap Person $56.80 15J 4V 8Y View King Laborers Rivet Buster $57.84 15J 4V 8Y View King Laborers Rodder $57.84 15J 4V 8Y View King Laborers Scaffold Erector $56.80 15J 4V 8Y View King Laborers Scale Person $56.80 15J 4V 8Y View King Laborers Sloper (Over 20") $57.84 15J 4V 8Y View King Laborers Sloper Sprayer $56.80 15J 4V 8Y View King Laborers Spreader (Concrete) $57.84 15J 4V 8Y View King Laborers Stake Hopper $56.80 15J 4V 8Y View King Laborers Stock Piler $56.80 15J 4V 8Y View King Laborers Swinging Stage/Boatswain $48.14 15J 4V 8Y View Chair King Laborers Tamper Et Similar Electric, Air $57.84 15J 4V 8Y View Et Gas Operated Tools King Laborers Tamper (Multiple Et Self- $57.84 15J 4V 8Y View propelled) King Laborers Timber Person - Sewer (Lagger, $57.84 15J 4V 8Y View Shorer Et Cribber) King Laborers Toolroom Person (at Jobsite) $56.80 15J 4V 8Y View King Laborers Topper $56.80 15J 4V 8Y View King Laborers Track Laborer $56.80 15J 4V 8Y View King Laborers Track Liner (Power) $57.84 15J 4V 8Y View King Laborers Traffic Control Laborer $51.48 15J 4V 9C View King Laborers Traffic Control Supervisor $54.55 15J 4V 9C View King Laborers Truck Spotter $56.80 15J 4V 8Y View King Laborers Tugger Operator $57.84 15J 4V 8Y View King Laborers Tunnel Work-Compressed Air $158.87 15J 4V 9B View Worker 0-30 psi King Laborers Tunnel Work-Compressed Air $163.90 15J 4V 9B View Worker 30.01-44.00 psi King Laborers Tunnel Work-Compressed Air $167.58 15J 4V 9B View Worker 44.01-54.00 psi King Laborers Tunnel Work-Compressed Air $173.28 15J 4V 9B View Worker 54.01-60.00 psi King Laborers Tunnel Work-Compressed Air $175.40 15J 4V 9B View Worker 60.01-64.00 psi King Laborers Tunnel Work-Compressed Air $180.50 15J 4V 9B View Worker 64.01-68.00 psi King Laborers Tunnel Work-Compressed Air $182.40 15J 4V 9B View Worker 68.01-70.00 psi King Laborers Tunnel Work-Compressed Air $184.40 15J 4V 9B View Worker 70.01-72.00 psi King Laborers Tunnel Work-Compressed Air $186.40 15J 4V 9B View Worker 72.01-74.00 psi King Laborers Tunnel Work-Guage and Lock $59.95 15J 4V 8Y View Tender King Laborers Tunnel Work-Miner $59.95 15J 4V 8Y View King Laborers Vibrator $57.84 15J 4V 8Y View King Laborers Vinyl Seamer $56.80 15J 4V 8Y View King Laborers Watchman $43.76 15J 4V 8Y View King Laborers Welder $57.84 15J 4V 8Y View King Laborers Well Point Laborer $57.84 15J 4V 8Y View King Laborers Window Washer/Cleaner $43.76 15J 4V 8Y View Signature: 1 '7— Signature: Garin Lee(Mar29,202314:30 PDT) Email: glee@kentwa.gov Email: rlashley@kentwa.gov Signature• Melissa Mcco�micK Melissa McCormick(Apr7,2023 14:40 PDT) Email: cityclerk@kentwa.gov Mr. Pressure Wash Contract Final Audit Report 2023-04-07 Created: 2023-03-29 By: Shayla Ott(sott@kentwa.gov) Status: Signed Transaction ID: CBJCHBCAABAAg5DEg8NE7vU-011gsvCeNQ7eEcyEEwMr "Mr.Pressure Wash Contract" History Document created by Shayla Ott (sott@kentwa.gov) 2023-03-29-7:39:27 PM GMT Document emailed to glee@kentwa.gov for signature 2023-03-29-7:44:29 PM GMT Email viewed by glee@kentwa.gov 2023-03-29-9:30:12 PM GMT d4 Signer glee@kentwa.gov entered name at signing as Garin Lee 2023-03-29-9:30:46 PM GMT �a Document e-signed by Garin Lee (glee@kentwa.gov) Signature Date:2023-03-29-9:30:48 PM GMT-Time Source:server Document emailed to Ronald Lashley(rlashley@kentwa.gov)for signature 2023-03-29-9:30:50 PM GMT Email viewed by Ronald Lashley (rlashley@kentwa.gov) 2023-03-29-11:17:51 PM GMT d4 Document e-signed by Ronald Lashley (rlashley@kentwa.gov) Signature Date:2023-03-30-0:10:31 AM GMT-Time Source:server Document emailed to bjlevenhagen@kentwa.gov for signature 2023-03-30-0:10:33 AM GMT Email viewed by bjlevenhagen@kentwa.gov 2023-03-30-3:47:31 PM GMT Signer bjlevenhagen@kentwa.gov entered name at signing as Brian Levenhagen 2023-03-30-3:48:17 PM GMT Powered by Adobe L�KEN7 Acrobat Sign 140 Document e-signed by Brian Levenhagen (bjlevenhagen@kentwa.gov) Signature Date:2023-03-30-3:48:19 PM GMT-Time Source:server Document emailed to billing@mrpressurewash.net for signature 2023-03-30-3:48:22 PM GMT Email viewed by billing@mrpressurewash.net 2023-04-06-2:44:09 PM GMT Signer billing@mrpressurewash.net entered name at signing as Brittany Eisenhut 2023-04-06-2:49:27 PM GMT &9 Document e-signed by Brittany Eisenhut(billing@mrpressurewash.net) Signature Date:2023-04-06-2:49:29 PM GMT-Time Source:server ley Document emailed to Kim Komoto (kkomoto@kentwa.gov)for signature 2023-04-06-2:49:31 PM GMT Email viewed by Kim Komoto (kkomoto@kentwa.gov) 2023-04-06-6:19:07 PM GMT Email viewed by Kim Komoto (kkomoto@kentwa.gov) 2023-04-07-9:32:42 PM GMT Document e-signed by Kim Komoto (kkomoto@kentwa.gov) Signature Date:2023-04-07-9:33:01 PM GMT-Time Source:server Document emailed to cityclerk@kentwa.gov for signature 2023-04-07-9:33:02 PM GMT Email viewed by cityclerk@kentwa.gov 2023-04-07-9:37:54 PM GMT dg Signer cityclerk@kentwa.gov entered name at signing as Melissa McCormick 2023-04-07-9:40:29 PM GMT Document e-signed by Melissa McCormick (cityclerk@kentwa.gov) Signature Date:2023-04-07-9:40:31 PM GMT-Time Source:server Agreement completed. 2023-04-07-9:40:31 PM GMT Names and email addresses are entered into the Acrobat Sign service by Acrobat Sign users and are unverified unless otherwise noted. Powered by Adobe L�KEN7 Acrobat Sign