HomeMy WebLinkAboutAG 12-112RETURN TO: Jeri-Lynn Clark EXT: 2401
CITY OF FEDERAL WAY LAW DEPARTMENT ROUTING FORM
ORIGINATING DEPT./DIV: CED /COMMUNITY SERVICES
2. ORIGINATING STAFF PERSON: JAY BENNETT EXT: 2650 3. DATE REQ. BY:
4. TYPE OF DOCUMENT (CHECK ONE):
• CONTRACTOR SELECTION DOCUMENT (E.G., RFB, RFP, RFQ)
• PUBLIC WORKS CONTRACT ❑ SMALL OR LIMITED PUBLIC WORKS CONTRACT
• PROFESSIONAL SERVICE AGREEMENT ❑ MAINTENANCE AGREEMENT
• GOODS AND SERVICE AGREEMENT ❑ HUMAN SERVICES/ CDBG
• REAL ESTATE DOCUMENT ❑ SECURITY DOCUMENT (E.G. BOND RELATED DOCUMENTS)
• ORDINANCE ❑ RESOLUTION
• CONTRACT AMENDMENT(AG #):_12 -112A ❑ INTERLOCAL
❑ OTHER
5. PROJECT NAME: EMERGENCY HOUSING REPAIR
NAME OF CONTRACTOR: IN TIME RENOVATIONS LLC
ADDRESS: 3712159 rST E, TACOMA, WA 98446
E -MAIL: IN TIME 1 @WAMAIL.NET
SIGNATURE NAME:
TELEPHONE 253- 474 -3215
FAX: 2534754524_
TITLE
7. EXHIBITS AND ATTACHMENTS: ❑ SCOPE, WORK OR SERVICES ❑ COMPENSATION ❑ INSURANCE REQUIREMENTS /CERTIFICATE ❑ ALL
OTHER REFERENCED EXHIBITS ❑ PROOF OF AUTHORITY TO SIGN ❑ REQUIRED LICENSES ❑ PRIOR CONTRACT /AMENDMENTS
8. TERM: COMMENCEMENT DATE: 7/23/2012
9. TOTAL COMPENSATION $ NOT TO EXCEED $19500.00
COMPLETION DATE: 12/31/2013
(INCLUDE EXPENSES AND SALES TAX, IF ANY)
(IF CALCULATED ON HOURLY LABOR CHARGE - ATTACH SCHEDULES OF EMPLOYEES TITLES AND HOLIDAY RATES)
REIMBURSABLE EXPENSE: ❑ YES ❑ NO IF YES, MAXIMUM DOLLAR AMOUNT: $
IS SALES TAX OWED ❑ YES ❑ NO IF YES, $ PAID BY: QCONTRACTOR ❑ CITY
❑ PURCHASING: PLEASE CHARGE TO: 119- 7300 - 996 -551- 20-410
10. D�OCUMENT /CONTRACT REVIEW
L+7 PROJECT MANAGER
• DIRECTOR
• RISK MANAGEMENT (IF APPLICABLE)
VLAW
11. COUNCILAPPROVAL (IF APPLICABLE)
INITIAL / DATE REV WE
INITIAL/ DATE APPROVED
COMMITTEE APPROVAL DATE: COUNCIL APPROVAL DATE:
12. CONTRACT SIGNATURE ROUTING
EAENT TO VENDOR/CONTRACTOR DATE SENT: �I�6 DATE RECD: I;o l I b r3
$(ATTACH: SIGNATURE AUTHORITY, INSURANCE CERTIFICATE, LICENSES, EXHIBITS
CLAW DEPARTMENT
QAIGNATORY (MAYOR OR DIRECTOR)
RtITY CLERK
• ASSIGNED AG#
• SIGNED COPY RETURNED
INITIAL/ DATE SIGNED
XR-tv. 22 •13
cm
tD• Z t
AG#
DATE SENT: I D • 7A ' 1?2
1/9
`
Federal Way CITY OF CITY HALL
33325 8th Avenue South
Federal Way, WA 98003 -6325
(253) 835 -7000
www ci" federaMoy com
AMENDMENT NO.1
TO
MASTER CONTRACTOR AGREEMENT
FOR
EMERGENCY HOUSING REPAIR PROGRAM GENERAL CONTRACTOR
This Amendment ( "Amendment No. 1 ") is made between the City of Federal Way, a Washington municipal
corporation ( "City "), and In Time Renovations, LLC, a Washington limited liability corporation ( "Contractor "). The
City and Contractor (together "Parties "), for valuable consideration and by mutual consent of the parties, agree to
amend the original Agreement for Emergency Housing Repair Program General Contractor Services ( "Agreement ")
dated effective July 23, 2012, as follows:
1. AMENDED COMPENSATION. The amount of compensation, as referenced by Section 4 of the
Agreement, shall be amended to change the total compensation the City shall pay the Contractor and the rate or
method of payment, as delineated in Exhibit "B-1", attached hereto and incorporated by this reference. The
Contractor agrees that any hourly or flat rate charged by it for its services contracted for herein shall remain locked
at the negotiated rate(s). Except as otherwise provided in an attached Exhibit, the Contractor shall be solely
responsible for the payment of any taxes imposed by any lawful jurisdiction as a result of the performance and
payment of this Agreement.
2. GENERAL PROVISIONS. All other terms and provisions of the Agreement, together with any prior
amendments thereto, not modified by this Amendment, shall remain in full force and effect. Any and all acts done by
either Party consistent with the authority of the Agreement, together with any prior amendments thereto, after the
previous expiration date and prior to the effective date of this Amendment, is hereby ratified as having been
performed under the Agreement, as modified by any prior amendments, as it existed prior to this Amendment. The
provisions of Section 13 of the Agreement shall apply to and govern this Amendment. The parties whose names
appear below swear under penalty of perjury that they are authorized to enter into this Amendment, which is binding
on the parties of this contract.
[Signature page follows]
AMENDMENT - 1 - 1/2010
` CITY OF CITY HALL
33325 Federal Way Feder Stn Avenue South
Federal Way, WA 98003 -6325
(253) 835 -7000
www cnWtTederahvay com
IN WITNESS, the Parties execute this Agreement below, effective the last date written below.
CITY OF FEDERAL WAY
ME
.riff,51- W-WO"I 11 06"OSSM
DATE: 4,2.P1,3
In Time Renovations,
Printed Name:,/
DATE:,
STATE OF WASHINGTON )
// nn ) ss.
COUNTY OF
ATTEST:
(10AM -
MCA
rty Clerk, Carol McNeil y, C C
AP ROVED ASTP FORM:
944�00 zloe(ffl t
ity Aft y, Patricia A Richardson
On this day personally appeared before me V,tW4 S( tmVherS , to me known to be the
COY\. of stn --V%" R"O S U t°_ that executed the foregoing
instrument, and acknowledged the said instrument to be the free and voluntary act and deed of said corporation, for
the uses and purposes therein mentioned, and on oath stated that he /she was authorized to execute said instrument
and that the seal affixed, if any, is the corporate seal of said corporation.
GIVEN my hand and official seal this _ (day of QC_fbk � , 208.
,���.\•N „L4,A �i�� Notary's signature JUK A44 VIA
Notary's printed name
Notary Public in ana for the State of Washington.
go
My commission expires
Ll zo 13
N yii AV g�\41
-15, 14► 20 "1�` \�0
/jf I CFO \N
AMENDMENT AMENDMENT - 2 - 1/2010
CITY OF CITY HALL
�.,_�....,
Federal Way Feder 8th Avenue South
Federal Way, WA 98003 -6325
(253) 835 -7000
www atyoffederaMW- com
EXHIBIT B -1
ADDITIONAL COMPENSATION
1. Total Compensation: In return for the Services, the City shall pay the Contractor an additional amount not to
exceed fourteen thousand and five hundred and 00 /100 Dollars ($14,500.00). The total amount payable to
Contractor pursuant to the original Agreement, all previous Amendments, and this Amendment shall be an amount
not to exceed nineteen thousand five Hundred and 00 /100 Dollars ($19,500.00).
AMENDMENT - 3 - 1/2010
RETURN TO: Brook Lindquist
EXT: x2401
CITY OF FEDERAL WAY LAW DEPARTMENT ROUTING FORM
1. ORIGINATING DEPT./DIV:
2. ORIGINATING STAFF PERSON
JAY BENNETT EXT: X2650 3. DATE REQ. BY:
TYPE OF DOCUMENT (CHECK ONE):
❑ CONTRACTOR SELECTION DOCUMENT (E.G., RFB, RFP, RFQ)
❑ PUBLIC WORKS CONTRACT ❑ SMALL OR LIMITED PUBLIC WORKS CONTRACT
X PROFESSIONAL SERVICE AGREEMENT ❑ MAINTENANCE AGREEMENT
❑ GOODS AND SERVICE AGREEMENT ❑ HUMAN SERVICES / CDBG
❑ REAL ESTATE DOCUMENT ❑ SECURITY DOCUMENT (E.G. sorm xEt,nT$D Doctn�rrTS)
❑ ORDINANCE ❑ RESOLUTION
❑ CONTRACTAMENDMENT(AG#): ❑ INTERLOCAL
❑ OTHER
S. PROJECT NAME: EMERGENCY HOUSING REPAIR PROGRAM CONTRACTOR
6. NAME OF CONTRACTOR IN TIME RENOVATIONS
ADDRESS: 3712 159 STREET EAST TaCOMa, WA 98446
E-MAIL: IN TIME1(�WAMAIL.NET
SIGNATURE NAME: KE1�Y S[mtl�tExs
TELEPHONE 253-474-3215
FAX: 253-475-4524
TITLE OWNER
EXHIBITS AND ATTACHMENTS: X SCOPE WORK OR SERVICES X COMPENSATION X INSURANCE REQUIREMENTS/CERTIFICATE ❑ ALL
OTHER REFERENCED EXHIBITS ❑ PROOF OF AUTHORITY TO SIGN � REQUIRED LICENSES ❑ PRIOR CONTRACT/AMENDMENTS
8. TERM: COMMENCEMENT DATE: 7/23/2012 COMPLETION DATE: 12/31/2013
9. TOTAL COMPENSATION $ NOT TO EXCEED $5,000 (INCLUDE EXPENSES AND SALES TAX, IF ANY�
(IF CALCULATED ON HOURLY LABOR CHARGE - ATTACH SCHEDULES OF EMPLOYEES TITLES AND HOLIDAY RATES)
REIMBURSABLE EXPENSE: ��S X NO IF YES, MAXIMUM DOLLAR AMOUNT: $
IS SALES TAX OWED ❑ YES X NO IF YES, $ PAID BY: ❑ CONTRACTOR O CITY
❑ PURCHASING: PLEASE CHARGE TO: 119-7300-996-551-20-410
10. DOCUMENT/CONTRACT REVIEW INITIAL / DATE REVIEWED INITIAL / DATE APPROVED
❑ PROJECT MANAGER
❑ DIRECTOR
❑ RISK MANAGEMENT (tF.�rPLiC.aBLE)
❑ LAW
11. COUNCIL APPROVAL (IF APPLICABLE� COMMITTEE APPROVAL DATE: COUNCIL APPROVAL DATE:
12. CONTRACT SIGNATURE ROUTING J
❑ SENT TO VENDOR/CONTRACTOR DATE SENT: DATE REC'D:
❑ ATTACH: SIGNATURE AUTHORITY, INSURANCE CERTIFICATE, LICENSES, EXHIBITS
❑ LAW DEPARTMENT
❑ SIGNATORY (MAYOR OR DIRECTOR�
❑ CITY CLERK
❑ ASSIGNED AG#
❑ SIGNED COPY RETURNED
COMMENTS:
INITI / DATE SIGNED
g • � IZ
1'' 1`�' ' I 2
AG# (��'L
DATE SENT: �?S' �2 _
11/9
CED/COMMUNITY SERVICES
` CITY OF CITY HALL
,,"�. Fe d e ra I Way 33325 8th Avenue South
Federai Way, WA 98003-6325
(253)835-7000
www. atyoffederaMray. com
MASTER CONTRACTOR AGREEMENT
FOR
EMERGENCY HOUSING REPAIR PROGRAM — GENERAL CONTRACTOR
This Emergency Housing Repair Program ("EHRP") Master Contractor Agreement ("Agreement") is made between
the City of Federal Way, a Washington municipal corporation ("City"), and In Time Renovations, LLC, a
Washington limited liability corporation ("Contractor"). The City and Contractor (together "Parties") are located
and do business at the below addresses which shall be valid for any notice required under this Agreement:
IN TIME RENOVATIONS, LLC:
Kerry Summers, CGP
Owner
3712 159�' Street East
Tacoma, WA 98446
(253) 474-3215 (telephone)
(253) 475-4524 (facsimile)
The Parties agree as follows:
1. DEFINITIONS.
CITY OF FEDERAL WAY:
Jay Bennett
Community Services Manager
33325 8�' Ave. S.
Federal Way, WA 98003-6325
(253) 835-2650 (telephone)
(253) 835-2409 (facsimile)
1.1 Certificate of Acceptance shall mean a written statement issued by the City and signed by the City's inspector to
be delivered to a Homeowner for execution stating that all Work has been generally completed in accordance with the Work
Write-up for an Identified Project.
1.2 Change Order shall mean an amendment to the Work and/or Contract Price pertaining to an Identified Project,
submitted by Contractor and approved by a Homeowner and the City in accordance with the Project Docuxnents and the EHRP
Guidelines.
1.3 C� shall mean the City of Federal Way, and shall include its various departments, officers, employees, legal
representatives, agents and third party vendors.
1.4 Competitive Sealed Proposal shall refer to the project delivery method authorized by Chapter 39.04 RCW, the
adopted City of Federal Way Contract and Purchasing Manual, Chapter 5, Section E(Limited Public Works Process) and
required in connection with Reconstruction or Rehabilitation Projects under the EHRP, except in the cases of emergency
conditions, at which time the City shall select a vendor based upon availability and/or price and as outlined in the City of
Federal Way Contract and Purchasing Manual Chapter 2, Section D.
1.5 Contract Price shall mean the price to be paid by the City to the Contractor for the performance of the Work in
connection with an Identified Project. Any changes in the Contract Price shall only result from authorized Change Orders. The
Contract Price shall be paid in the form of a single payment at the completion of the Work in accordance with the Notice to
Proceed.
1.6 Contractor shall mean the contractor designated in the introductory paragraph of this Agreement. For
Reconstruction Projects, the Contractor shall be selected utilizing the Competitive Sealed Proposal method, with sealed work
plans and specifications in accordance with applicable laws and procedures, including the EHRP Guidelines.
MASTER CONTRACTOR AGREEMENT - 1- 4/2012
� CITY OF
'�...� Fecler�l
�1T'l t-1ALL
way �2��,�������,
Federal Way, WA �03-6325
(2�3� 83b-7UOD
wvrw c�tyoileciEralw,ay com
1.7 Contractor's Application for Pavment shall mean that certain Application and Certificate for Payment submitted
by Contractor requesting payment in accordance with the Notice to Proceed. Such Contactor's Application for Payment shall
reflect the cost for successful delivery of the entire Work completed by Contractor, shall include the notarized signature of the
Contractor and otherwise be in form and substance acceptable to the City.
1.8 EHRP shall mean the CDBG Program being implemented by the City pursuant to Grant No. B-12-MC-53-0015
between the City and the Department of Housing and Urban Development.
1.9
1.10
EHRP Guidelines shall mean Emergency Housing Repair Guidelines adopted by HSD.
HSD shall mean the City's Human Services Division.
1.11 Homeowner shall mean an owner of a Residence that qualifies under the EHRP for the Rehabilitation of its
Residence located on the Homeowner's Property.
1.12 Homeowner A�reement shall mean the agreement by and between a Homeowner and the City governing, and
executed in connection with, an Identified Project.
1.13 Homeowner's Pronertv shall mean the land of a Homeowner, all rights and appurtenances thereto; all
improvements naw or hereafter attached to the land or improvements, and all substitutions and replacements thereof and
additions and successions thereto.
1.14 HUD shall mean the U.S. Department of Housing and Urban Development and any successor government
agency.
1.15 Identified Project shall mean the Rehabilitation of a specified Residence located on a specified Homeowner's
Property pursuant to the EHRP. Each such Identified Project shall be subject to and governed by the terms and provisions of this
Agreement and the Project Documents.
1.16 Mana�er shall mean the Manager of HSD or any other person(s) that may be designat� to perform the various
functions assigned to the Manager.
1.17 Notice to Proceed shall mean the written authorization issued by the City for the Contractor to procead with the
Work set forth in the Work Write-up for an Identified Project.
1.18 Payment Request shall mean the form prepared, signed and submitted to HSD by the Contractor. The Payment
Request shall reflect the value of all the completed and approved Work on the specified line items by trade, the total of the line-
item cost of all of the completed Work by trade listed.
1.19 Plans and Svecifications shall mean a detailed itemized list approved by the City that provides instructions to
the Contractor for an Identified Pmject, which may include drawings as applicable. Plans and Specifications may be amended
by authorized Change Orders.
1.20 Project Documents shall mean this Agreement, the Homeowner Agreement, the Plans and Specifications, the
Notice to Proceed, the Certificate of Acceptance, and all other documents pertaining to, or executed in connection with, an
Identified Pmject.
1.21 Rehabilitation Project shall mean those repairs required to remove all life, health, or safety hazards to a
Residence on a Homeawner's P'raperty, plus increases pursuant to Change Orders.
MASTER CONTRACTOR AGREEMENT - 2- 4/2012
� t1TY OF
� �e�dera�
cirr w�t�.
��� 33325 8Yh /A�r2nue So�ath
���Q�a�� �� ���z�
����, �.���
�����
I.22 Residence shall mean a single family detached dwelling located on, or to be rehabilitated on a Homeowner's
Property.
1.23 Subcontractor shall mean any person or entity that, pursuant to this Agreement, will perform Work at a
Residence at the request of Contractor.
1.24 S� shall mean an identification of all relevant characteristics of a Homeowner's
Property, including but not limited to a Homeowner's Property location, the improvements location description of a
Homeowner's Property.
1.25 Work shall mean the labor and the materials necessary to complete an Identified Project pursuant to the Project
Documents.
1.26 Work Write-up shall mean the form that specifies and quantifies the Work to be done in connection with an
Identified Project, and includes the Plans and Specifications.
2. TERM. The term of this Agreement shall commence upon the effective date of this Agreement, wluch shall be the date
of mutual execution, and shall continue until the completion of the Work, but in any event no later than December 31, 2013
("Term"). This Agreement may be extended for additional periods of time upon the mutual written agreement of the City and
the Contractor.
3. WORK.
3.1 Work. For each Identified Project, the Contractor shall provide goods, materials, labor and services and
otherwise perform the work more specifically described in Exhibit "A", attached hereto and incorporated by this reference
("Work"), performed to the City's satisfaction, within the time period prescribed by the City and pursuant to the direction of the
Mayor or his or her designee.
3.2 Side A�reements. All work to be performed and all specifications pertaining thereto will be identified in
the Project Documents. CONTRACTOR SHALL PERFORM NO OTI�R WORK UNLESS CHANGE ORDERS FOR
ADDTTIONAL WORK OR MATERIALS ARE ISSUED IN ACCORDANCE WTTH THIS AGREEMENT AND 'TI�
PROJECT DOCiJMENTS. All properly approved and executed Change Orders shall be made a part of Project Documents.
The Contractor agrees not to enter into any side agreements for additional work or materials for a Residence over and
above those specified in the Work Write-up, where such labor is to be performed or material to be supplied or installed
prior to the issuance of a Certificate of Acceptance.
3.2 Warranties. The Contractor warrants that it has the requisite training, skill, and experience necessary to provide
the Work and is appropriately accredited and licensed by all applicable agencies and governmental entities, including but not
limited to obtaining a City of Federal Way business registration. The Contractor warrants it will provide services in a manner
consistent with the accepted practices for other similar services within the Puget Sound region in effect at the time those services
are performed. The Contractor warrants goods are merchantable, are fit for the particular purpose for which they were obtained,
and will perform in accordance with their specifications and Contractor's representations to City. The Contractor shall, at its
sole cost and expense, correct all Work performed which the City deems to have defects in workmanship and material
discovered within one (1) year after the City's fmal acceptance of the Work. This Agreement is subject to all wamanty
provisions established under the Uniform Commercial Code, Title 62A RCW. The Contractor shall furnish the City with all
manufacturer's and supplier's written guarantees, warranties and operating instructions covering materials and equipment
furnished under the Project Documents for each Identified Project, tagether with any documentation required for validation. In
the event any part of the goods is repaired, only original replacement parts shall be used; rebuilt or used parts are not acceptable.
When defects are corrected, the warranty for that portion of the work shall extend for one (1) year from the date such correction
is completed and accepted by the City. The Contractor shall begin to correct any defects within seven (7) calendar days af its
receipt of notice from the City of the defect at na additional expense ta the City or the Homeowner. If the Contractor daes not
MASTER CONTRACTOR AGREEMENT - 3- 4/2012
� C1TY OF
� �������
C1TY ]�4LL
��� 33325 8th P.ven�e Soutn
Fsd+eral 1Alay,1NA 9$003-6325
(253j 535-700t3
�+wwc�fyaai�!cvm
accomplish the corrections within a reasonable time as deternuned by the City, the City may complete the corrections and the
Contractor shall pay all costs incurred by the City in order to accomplish the correction.
3.3 Time and Inspection. The Work to be performed in conneetion with each Identified Project
shall commence on the date specified in the Notice to Proceed issued in connection with such Identified Project. The Work shall
be completed within the time period specified in said Notice to Proceed. Work shall be subject, at all times, to observation and
inspection by and with approval of the City, but the making (or failure or delay in making) such inspection or approval shall not
relieve Contractor of responsibility for performance of the Work in accordance with this Agreement, notwithstanding the City's
knowledge of defective or non-complying performance, its substantiality or the ease of its discovery.
3.4 Clean Uv. At any time ordered by the City and immediately after completion of the Work, the Cont�actar shall,
at its own expense, clean up and remove all refuse and unused materials of any kind resulting from the Work. In the event the
Contractor fails to perform the necessary clean up, the City may, but in no event is it obligated to, perform the necessary clean
up and the costs thereof shall be immediately paid by the Contractor to the City and/or the City may deduct its costs from any
remaining payments due to the Contractor.
4. TERMINATION.
4.1 Termination with Cause
4.1.1 The City may terminate this Agreement in its entiret� or as to an Identified Project for cause by giving
written notice to the Contractor under any of the following circumstances:
a. If Contractor neglects to perform the Work in connection with any Identified Project properly, or in a
tunely manner, or refuses or neglects to supply proper or sufficient materials or workmen, or fails to perform any provision of
any of the Project Documents pertaining to an Identified Project;
b. If Contractor is adjudged banknxpt, makes a general assignment for the benefit of his creditors, or if a
receiver is appointed on account of insolvency;
c. If Contractor fails to make prompt payment to any Subcontractor for material or labor; or
d. Contractor violates any public law or ordinance.
4.1.2. If the City terminates this Agreement in its entirety or as to an Identified Project for cause, the City
may take possession of the Identified Pmject site or sites and utilize any and all materials and appliances to be provided under
the respective Project Documents which are located on the site or sites to finish the Work. The City shall not prejudice any of
the City's rights or remedies under this Agreement or the respective Project Documents, or by law, by terminating this
Agreement in its entirety or as to an Identified Project for cause or by taking possession of the site or sites.
4.1.3. In case of termination of this Agreement in its entirety or as to an Identified Project for cause pursuant
to this subsection, the Contractor shall not be entitled to receive any payment for any Identified Project until the Work for such
Identified Project is completed. Upon completion of any such Identified Project, the Contractor sha11 be given any balance of the
Contract Price less any damages and less the amount of expenses incurred by the City in finishing the Work for such Identified
Project, including any costs in addition to or in excess of those originally contemplated in the Project Documents for such
Identified Project. If the cost in completing the Work for any such Identified Project is greater than the original Contract Price,
the Contractor shall pay the difference to the City upon ten (10) days written demand.
4.2 Termination Without Cause. The City may terminate this Agreement in its entirety or as to an Identified Project
without cause by giving written notice of said termination to the Contractor. In case of termination of this Agreement in its
entirety or as tv an Identified Project without cause pursuant to this subsection, the Contractor shall submit his final statement
for all Work performed through the date of termination for the respective Identified Pmject or, in the case of the termination of
this Agreement in its entirety, for all Identified Projects under this Agreement, which shall be payable in the manner provided in
Section V of this Agreement.
MASTER CONTRACTOR AGREEMENT - 4- 4/2012
� C�JTY �OF
�. F�d�era�
C1TY HALL
��� 33325 8th Av�enue South
�ederal V�lay; WA 98()D3-+637�
{253j 835-7000
www. crry�derahva�! cc�m
43 Acceptance of Inferior Work. In connection with any Identified Project, the City may accept Work that appears
to be inconect if, in the City's opinion, it is impractical to have the Work corrected. In such case, the City does not waive the
defect, but rather may deduct a reasonable amount for the loss sustained from the Contract Price for said Identified Project. This
subsection is not intended to limit the right of the City to recover additional damages as may be permitted under this Agreement,
the respective Project Documents or by law.
4.4 Cessation of Work. Upon receipt of a notice to terminate from the City, the Contractor shall discontinue all
Work under this Agreement and all Project Documents for each Identified Pmject, unless the notice specifies a later termination
date or that specific Work be completed prior to termination.
5. COMPENSATION.
5.1 Contract Price. In retum for the Work, the City shall pay the Contractor an amount not to exceed a maximum
amount and according to a rate or method as delineated in Exhibit "B", attached hereto and incorporated by this reference. The
Contractar agrees that any hourly or flat rate charged by it for its services contracted for herein shall remain locked at the
negotiated rate(s) for the Term. Except as otherwise provided in Exhibit "B", the Contractor shall be solely responsible for the
payment of any taxes imposed by any lawful jurisdiction as a result of the performance and payment of this Agreement.
5.2 Chang,e Orders. If the Contractor determines that a change in the Work or Contract Price is required; the
Contractor may submit an estimate for increases or decreases due to such change. The City shall review the requested change. If
the City elects to authorize the change, the City will compute the reduction from or addition to the Contract Price due to said
change and will authorize such change in writing by the issuance of a Change Order. The Contractor will not, and shall not have
any obligation to, perform any change in the Work until a Change Order has been authorized and issued by the City. Under no
circumstances may the amount of the Contract Price, plus Change Orders exceed the maximum amount of assistance authorized
under the EHRP Guidelines.
5.2 Method of Payment. Once the Work has been completed, the Contractor shall submit a Payment Request in the
form specified by the City, including a description of what Work have been performed, the name of the personnel perfornung
such Work, and any hourly labor chazge rate for such personnel. The Contractor will then schedule and conduct a walk-through
inspection of the Residence together with the Homeowner and the Contractor. During the final inspection, the City's inspector
will prepaze a field report in which the City's inspector determines whether the Work has been satisfactorily completed in
accordance with the Project Documents. He will discuss the warranty and any other outstanding issues with the Homeowner.
The City's inspector and the Homeowner will make a list of items that are in need of correction or completion, based upon the
Project Documents (the "Punch List"). The City's inspector will provide the Homeowner and Contractor with a copy of the
Punch List. The Contractor will schedule and complete the Work on the Punch List within five (5) days of receipt thereof.
When the Work on the Punch List is complete, the Contractor, Homeowner and City's inspector will verify that all such Work
has been completed. Upon completion of all Work on the Punch List and verification of the completion by the Contractor, the
Homeowner and the City's Inspector, the City's Inspector will sign and forward the Payment Request for the final payment to the
City HSD office for processing and payment, which fmal payment, will be made to the Contractor after thiriy (30) days from the
date of the Payment Request. If the Work do not meet the requirements of this Agreement, the Contractor will correct or modify
the work to comply with the Agreement. The City may withhold payment for such work until the work meets the requirements
of the Agreement.
5 3 Defective or Unauthorized Work. If any goods, materials, or services provided under this Agreement are either
defective, unauthorized, ar otherwise da not meet the requirements of this Agreement, the Contractor will correct or mvdify the
work to comply with the Agreement and the City reserves the right to withhold payment from the Contractor until the govds,
materials, or services aze acceptable to the City. If Contractor 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 Contractor shall be liable to the City for any
additional costs incurred by the City. "Additianal 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
MASTER CONTRACTOR AGREEMENT - 5- 4/2012
� C1TY OF
� Fe�der��
Contractor.
C1T( HALL
�� 3332� 8th AvenUe South
� �ederai Way, WA 98�U3-8325
(253) 835-7U00
az�►�s�w rrtyotfe�iermhvay co�r►
5.4 Non-A,pprovriation of Funds. If sufficient funds are not appropriated or allocated for payment under this
Agreement for any future fiscal period, the City will not be obligated to make payments for Work or amounts incurred after the
end of the current fiscal period, and this Agreement will terminate upon the completion of all remaining Work for which funds
are allocated. No penalty or expense shall accrue to the City in the event this provision applies.
5.5 Final Pavment: Waiver of Claims. Contractor's acceptance of final payment shall constitute a waiver of any
and all claims, except those previously and properly made and identified by Contractor as unsettled at the time request for final
payment is made.
6. INDEMNIFICATION.
6. I Contractor Indemnification. The Contractor agrees to release indemnify, defend, and hold the City, its elected
of�cials, officers, employees, agents, representatives, insurers, attomeys, and volunteers harmless from any and all claims,
demands, actions, suits, causes of action, arbitrations, mediations, proceedings, judgments, awards, injuries, da�nages, liabilities,
taxes, losses, fines, fees, penalties expenses, attomey"s fees, costs, and/or litigation expenses to or by any and all persons or
entities, incIuding, without limitation, their respective agents, Iicensees, or representatives, arising from, resulting from, or in
connection with this Agreement or the performance of this Agreement, except for that portion of the claims caused by the City's
sole negligence. Should a court of competent jurisdiction determine that this Agreement is subject to RCW 4.24.115, then, in
the event of liability for damages arising out of bodily injury to persons or damages to property caused by or resulting from the
concurrent negligence of the Contractor and the City, the Contractor's liability hereunder shall be only to the extent of the
Contractor's negligence. Contractor shall ensure that each sub-contractor shall agree to defend and indemnify the City, its
elected officials, officers, employees, agents, representatives, insurers, attorneys, and volunteers to the extent and on the same
terms and conditions as the Contractor pursuant to this paragraph. The City's inspection or acceptance of any of Contractor's
work when completed shall not be grounds to avoid any of these covenants of indemnification.
6.2 Industrial Insurance Act Waiver. It is specifically and expressly understood that the Contractor waives any
immunity that may be granted to it under the Washington State industrial insurance act, Title 51 RCW, solely for the purposes
of this indemnification. Contractor's indemriification shall not be limited in any way by any limitation on the amount of
damages, compensation or benefits payable to or by any third party under workers' compensation acts, disability benefit acts or
any other benefits acts or programs. The Parties further acknowledge that they have mutually negotiated this waiver.
6.3 Ci.ty Indemnification. The City agrees to release, indemnify, defend and hold the Contractor, its officers,
directors, shareholders, partners, employees, agents, representatives, and sub- contractors harmless from any and all claims,
demands, actions, suits, causes of action, arbitrations, mediations, proceedings, judgments, awards, injuries, damages, liabilities,
losses, fines, fees, penalties expenses, attomey's fees, costs, and/or litigation expenses to or by any and all persons or entities,
including without limitation, their respective agents, licensees, or representatives, arising from, resulting from or connected with
this Agreement to the extent solely caused by the negligent acts, enors, or omissions of the City.
6.4 Survival. The provisions of this Section shall survive the expiration or termination of this Agreement with
respect to any event occurring prior to such expiration or termination.
7. INSURANCE. The Cantractor agrees to carry insurance far liability which may arise from or in connection with the
perfarmance of the services or work by the Contractor, their agents, representatives, employees or subcontractors performed
under the Project Documents for an Identified Project for the duration of the Agreement and thereafter with respect to any event
occurring prior to such expiration or termination as follows:
7.1. Minimum Limits. The Cvntractor agrees to carry as a minimum, the following insurance, in such forms and
with such cairiers wha have a rating that is satisfactory to the City:
MASTER CONTRACTOR AGREEMENT - 6- 4/2012
� C17Y QF
'�..... Fe�leral
CI�Y HALL
��� 33�25 8th AvenuQ South
F�dera! Way WA 98003-632�
(253 j 835-7000
ww�v. crtyoltederah�ray. cam
a. Commercial general liability insurance covering liability arising from premises, operations, independent
contractors, pmducts-completed operations, stop gap liability, personal injury, bodily injury, death, property damage, products
liability, advertising injury, and liability assumed under an insured contract with limits no less than $1,000,000 for each
occurrence and $2,000,000 general aggregate.
b. Workers' compensation and employer's liability insurance in amounts sufficient pursuant to the laws of
the State of Washington;
c. Automobile liability insurance covering all owned, non-owned, hired and leased vehicles with a
minimum combined single limits in the minimum amounts required to drive under Washington State law per accident for bodily
injury, including personal injury or death, and property damage.
7.2. No Limit of Liabilitv. Contractor's maintenance of insurance as required by the agreement shall not be
construed to limit the liability of the Contractor to the coverage provided by such insurance, or otherwise limit the City's
recourse to any remedy available at Iaw or in equity. 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.
7.3. Additional Insured Verification. The City shall be named as additional insured on all commercial general
liability insurance policies. Concurrent with the execution of this Agreement, Contractor shall provide certificates of
insurance for all commercial general liability policies attached hereto as Exhibit "C" and incorporated by this reference. At
City's request, Contractor shall furnish the City with copies of all insurance policies and with evidence of payment of
premiums or fees of such policies. If Contractor's insurance policies are "claims made," Contractor shall be required to
maintain tail coverage for a minimum period of three (3) years from the date this Agreement is actually terminated or upon
project completion and acceptance by the City.
7.4 Survival. The provisions of this Section shall survive the expiration or termination of this Agreement.
8. CONFIDENTIALITY. All information regarding the City obtained by Contractor in performance of this Agreement
shall be considered confidential subject to applicable laws. Breach of confidentiality by the Contractor may be grounds for
immediate termination. All records submitted by the City to the Contractor will be safeguarded by the Contractor. The
Contractor will fully cooperate with the City in identifying, assembling, and providing records in case of any public records
disclosure request.
9. WORK PRODUCT. All originals and copies of work product, including plans, sketches, layouts, designs, design
specifications, records, files, computer disks, magnetic media or material which may be produced or modified by Contractor
while performing the Work shall belong to the City upon delivery. The Contractor shall make such data, documents, and files
available to the City and shall deliver all needed or contracted for work product upon the City's request. At the expiration or
termination of this Agreement, all originals and copies of any such work product remauung in the possession of Contractor shall
be delivered to the City.
10. BOOKS AND RECORDS. The Contractor agrees to maintain books, records, and documents which sufficiently and
properly reflect all direct and indirect costs related to the performance of the Work and maintain such accounting procedures
and practices as may be deemed necessary by the City to assure proper accounting of all funds paid pursuant to this Agreement.
These records shall be subject, at a11 reasonable tunes, to inspection, review or audit by the City, its authorized representative,
the State Auditor, or other govemmental officials authorized by law to monitor this Agreement.
11. INDEPENDENT CONTRACTOR / EMPLOYEE CONDITIONS.
11.1 Independence. The Parties intend that the Contractar shall be an independent contractor and that the Contractor
has the ability to control and direct the performance and details of its work, the City being interested only in the results obtained
under this Agreement. The City shall be neither liable nor obligated to pay Contractor sick leave, vacation pay or any other
benefit of employment, nor to pay any social security, income, or other tax which may arise as an incident of employment,
MASTER CONTRACTOR AGREEMENT - 7- 4/2012
C1TY OF
'� Federa�
CiTY HAIL
��� 33325 8th Avenue South
Fesleral �IVay, WA 98003-6323
{2s3) 835-7000
�.yivw cityoffedEraiway com
except as specifically provided in Section 4. Industrial or any other insurance that is purchased for the benefit of the City,
regardless of whether such may provide a secondary or incidental benefit to the Contractor, shall not be deemed to convert this
Agreement to an employment contract. If the Contractor is a sole proprietorship or if this Agreement is with an individual, the
Contractor agrees to notify the City and complete any required form if the Contractor retired under a State of Washington
retirement system and agrees to indemnify any losses the City may sustain through the Contractor's failure to do so.
11.2 Sa�. Contractor shall take all necessary precautions and shall be responsible for the safety of its employees,
agents, and subcontractors at the work site and in the performance of the contract work and shall utilize all protection necessary
for that purpose. Contractor shall comply with all applicable provisions of federal, state and municipal safety and health laws
and codes, including without limitation, all OSHA/WISHA requirements, Safety and Health Standards for Construction Work
(Chapter 296-155 WAC), General Safety and Health Standards (Chapter 296-24 WAC), and General Occupational Health
Standazds (Chapter 296-62 WAC). Contractor shall erect and properly maintain, at all times, all necessary guazds, barricades,
signals and other safeguards at aIl unsafe places at or near the site for the protection of its employees and the public, safe
passageways at all road crossings, crosswalks, street intersections, post danger signs warning against known or unusual hazards
and do all other things necessary to prevent accident or loss of any kind. Contractor shall protect from damage all water, sewer,
gas, steam or other pipes or conduits, and all hydrants and all other property that is likely to become displaced or damaged by
the performance of the Work. The Contractor shall, at its own expense, secure and maintain a safe storage place for its materials
and equipment and is solely responsible for the same
11.3 Risk of Work All work shall be done at Contractor's own risk, and Contractor shall be responsible for any
loss of or damage to materials, tools, or other articles used or held for use in connection with the work. Industrial or any other
insurance that is purchased for the benefit of the City, regardless of whether such may provide a secondary or incidental benefit
to the Contractor, shall not be deemed to convert this Agreement to an employment contract. Even though Contractor is an
independent contractor, the work must meet the approval of the City and shall be subject to the City's general right of inspection
to secure satisfactory completion
12. CONFLICT OF INTEREST. It is recognized that Contractor may or will be performing professional services during
the Term for other parties; however, such performance of other services shall not conflict with or interfere with Contractor's
ability to perform the Services. Contractor agrees to resolve any such conflicts of interest in favor of the City. Contractor
confirms that Contractor does not have a business interest or a close family relationship with any City officer or employee who
was, is, or will be involved in the Contractor's selection, negotiation, drafting, signing, administration, or evaluating the
Contractor's performance.
13. EQUAL OPPORTiJNTTY EMPLOYER. In all services, pmgrams, activities, hiring, and employment made possible
by or resulting from this Agreement or any subcontract, there shall be no discrimination by Contractor or its subcontractors of
any level, or any of those entities' employees, agents, subcontractors, or representatives against any person because of sex, age
(except minimum age and retirement provisions), race, color, religion, creed, national origin, marital status, or the presence of
any disability, including sensory, mental or physical handicaps, unless based upon a bona fide occupational qualification in
relationship to hiring and employment. This requirement shall apply to, but not be limited to, the following: employment,
advertising, layoff or termination, rates of pay or other forms of compensation, and selection for training, including
apprenticeship. Contractor shall comply with and shall not violate any of the terms of Chapter 49.60 RCW, Title VI of the Civil
Rights Act of 1964, the Americans With Disabilities Act, Section 504 of the Rehabilitation Act of 1973, 49 CFR Part 21, 21.5
and 26, or any other applicable federal, state, or local law or regulation regarding non-discrimination.
14. GENERAL PROVISION9.
14.1 Interpretation and Modification. This Agreement, togetber with any attached Exhibits, contains all of the
agreements of the Parties with respect to any matter covered or mentioned in this Agreement and no prior statements or
agreements, whether oral or written, shall be effective for any purpose. Should any language in any Elchibits to this Agreement
conflict with any language in this Agreement, the terms of this Agreement shall prevail. The respective captions of the Sections
of this Agreement are inserted for convenience of reference only and shall not be deemed to modify or otherwise affect any of
MASTER CONTRACTOR AGREEMENT - 8- 4/2012
� C1TY OF
'*�..� F�d�era�
C1TY H�ALL
l
��� 33325 8'thh Avenue South
Fedsrai VVay WA 98UO3-6325
�2�3) 835-7000
�v�mvcrtyc�tfederalway_com
the provisions of this Agreement. Any provision of this Agreement that is declared invalid, inoperative, null and void, or illegal
shall in no way affect or invalidate any other provision hereof and such other provisions shall remain in full force and effect.
Any act done by either Party prior to the effective date of the Agreement that is consistent with the authority of the Agreement
and compliant with the terms of the Agreement, is hereby ratified as having been performed under the Agreement. No provision
of this Agreement, including this provision, may be amended, waived, or modified except by written agreement signed by duly
authorized representatives of the Parties.
14.2 Assi ent and Beneficiaries. Neither the Contractor nor the City shall have the right to transfer or assign, in
whole ar in part, any or all of its obligations and rights hereunder without the prior written consent of the other Party. 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. Subject to the foregoing, the rights and obligations of the
Parties shall inure to the benefit of and be binding upon their respective successors in interest, heirs and assigns. This
Agreement is made and entered into for the sole protection and benefit of the Parties hereto. No other person or entity shall
have any right of action or interest in this Agreement based on any provision set forth herein.
14.3 Applicable Law. This Agreement is subject to all laws of the United States of America, the State of
Washington, and ordinances of the City and all rules and regulations of any regulatory body or office having jurisdiction and in
particular, without limitation, the federal regulations codified at Title 24, Code of Federal Regulations (CFR) Part 570 or 24
CFR Part 92.
14.4 Compliance with I�ws. The Contractor shall comply with and perform the Services in accordance with all
applicable federal, state, local, and city laws including, without limitation, all City codes, ordinances, resolutions, regulations,
rules, standards and policies, as now existing or hereafter amended, adopted, or made effective. If a violation of the City's
Ethics Resolution No. 91-54, as amended, occurs as a result of the formation or performance of this Agreement, this Agreement
may be rendered null and void, at the City's option.
14.5 Enforcement. Time is of the essence of this Agreement and each and all of its provisions in which performance
is a factor. Adherence to completion dates set forth in the description ofthe Services is essential to tlie Contractor's performance
of this Agreement. Any notices required to be given by the Parties shall be delivered at the addresses set forth at the beginning
of this Agreement. Any notices may be delivered personally to the addressee of the notice or may be deposited in the United
States mail, postage prepaid, to the address set forth above. Any notice so posted in the United States mail shall be deemed
received three (3) days after the date of mailing. Any remedies provided for under the terms of this Agreement are not intended
to be exclusive, but shall be cumulative with all other remedies available to the City at law, in equity or by statute. 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 Ageement 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. Failure or delay of the City to
declare any breach or default immediately upon occunence shall not waive such breach or default. Failure of the City to declare
one breach or default does not act as a waiver of the City's right to declare another breach or default. This Agreement shall be
made in, govemed by, and interpreted in accordance with the laws of the State of Washington. If the Parties are unable to settle
any dispute, difference or claim arising from this Agreement, the exclusive means of resolving that dispute, difference, or claim,
shall be by filing suit under the venue, rules and jurisdiction of the King County Superior Court, King County, Washington,
unless the parties agree in writing ta an alternative process. If the King County Superior Court does not have jurisdiction over
such a suit, then suit may be filed in any other appropriate court in King County, Washington. Each party consents to the
personal jurisdiction of the state and federal courts in King County, Washington and waives any objection that such courts are
an inconvenient forum. If either Party brings any claim or lawsuit arising from this Agreement, each Party shall pay all its legal
costs and attorney's fees and expens�s 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, however nothing in this paragraph shall be construed to
limit the Parties' rights to indemnification under Section 5 of this Agreement.
14.6 Execution. Each individual executing this Agreement on behalf of the City and Contractar represents and
warrants that such individual is duly authorized to execute and deliver this Agreement. This Agreement may be executed in any
MASTER CONTRACTOR AGREEMENT - 9- 4/2012
� ClTlf OF
� F�d�ra� V�a�
c�nr w4L�
3332� 8th Avenue South
�ederai �Vti'ay, V4'A J8D03-6325
(253) 83�-70Ut1
ww�v rriyof�ederahvay. com
number of counterparts, each of which shall be deemed an original and with the same effect as if all Parties hereto had signed
the same document. All such counterparts shall be construed together and shall constitute one instrument, but in making proof
hereof it shall only be necessary to produce one such counterpart. The signature and acknowledgment pages from such
counterparts may be assembled together to form a single instrument comprised of all pages of this Agreement and a complete set
of all signature and acknowledgment pages. The date upon which the last of all of the Parties have �ecuted a counterpart of this
Agreement shall be the "date of mutual execution" hereof.
[Signature page fallows]
MASTER CONTRACTOR AGREEMENT - 10 - 4/2012
C17Y OF
'�. Federa�
C1TY HALL
��� 3332� 8th Av�enue Sauth
Federai V4'ay, ll�lA 9$Ob3-8325
�253) $35-7DD0
wwrv cr.tyai'Tederahvay. tam
IN WITNESS, the Parties execute this Agreement below, effective the last date written below.
CITY OF FEDERAL WAY ATTEST:
, '
kip Priest, Mayor City Clerk, Carol McN lly, C
DATE: �-�'` (,� APPROVED AS TO FORM:
� J�� �.
City Att ey, Patricia A Richazdson
IN TIME RENOVA'
I�
LLC
�'�ti , �����
,.--.�
Title: �C✓�° �!'-
DATE: 7 ZZ !?
STATE OF WASHINGTON )
_ ) ss.
COUNTY OF
On this day personally appeared before me ��� �CA!��.�;.�� , to me known to be the
�= � - . . _
S�-�,.e,,.e,, of T�, Tw�. (�e,.urv [ L G that executed the foregoing
instrument, and acknowledged the said instrument to be the free and voluntary act and deed of said corporarion, for
the uses and purposes therein mentioned, and on oath stated that he/she was authorized to execute said instrument
and that the seal affixed, if any, is the corporate seal of said corporation.
GNEN my hand and official seal this a�� day of 20f�.
Notary's signature
Notary's printed name
�ANETTE �, g���"7 � Notary Public in and for the State of Washington.
STAT� pp �
NOTARY PUgLIC
� COMM13310H EXp��
My cammission expires � � �-t� -/G
MASTER CONTRACTOR AGREEMENT - 11 - 4/2012
�
C1TY OF
Federal
CiTY HALL
��� 33325 83h Avenue St�ath
Fed�erai 1lVay 1NA 98i?03-£325
�2�3) 835-7000
ynvrv c�:fyo3fea'�raiwflg! �orn
EXHIBIT '�A�'
WORK
Identified Proiects
MASTER CONTRACTOR AGREEMENT - 12 - 4/2012
� C1TY OF
'�.., F�d�era�
Gl�'1' HALL
��� 33�32� 8�h Aven�re So�uth
F�esierai #Nay, �IVA 98043-632�
�253) 83�-7U90
tivwaa! c�tyvff+�derahvay c�xr►
EXHIBIT �B"
COMPENSATION
Total Compensation: In return for the Work, the City shall pay the Contractor an amount not to exceed five
thousand and 00/100 Dollars ($5,000.00) for the following Identified Projects:
Pro'ect Number Sco e Cost
MASTER CONTRACTOR AGREEMENT - 13 - 4/2012
� t1"fY OF
"�. Feclera�
CTTY �P+LL
��� 33325 8th Avenue So�th
Federal'W�y, iN'A 98fl03-f3325
(2,53) 835-7000
yvw�v. crtyafle�ieralway com
EXHIBIT �C"
INSURANCE CERTIFICATE
(to be provided by Contractor)
MASTER CONTRACTOR AGREEMENT - 14 - 4/2012
A ` c ,,, o , R°� CERTIFICATE OF LIABILITY INSURANCE ��3oi2ol z"'
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
BELpW. THIS CER?1FICATE OF INSURANCE DOES NOt CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORI2ED
REPRESENTATIVE OR PRODUCER, ANO THE CERTIFICATE HOLDER.
IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the palicy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject M
the terms and conditions of the policy, certain policies may require an endorsemerK. A statemerrt on this certificate does not confer rights to tl�e
certificate holder in lieu of such endorsement(s).
PRODUCER NTA HAI12'�( ChaO
MeDonald Insurance Group ZIIC. PHONE ,(425)827-7400 F � .(425)827-7402
416 6th 3t 3 '�'�
PO Box 3089 iNSUr� S AFFORDING COVERAOE wuc r
Kirkland WA 98083-3089 INSURERA:F11'St MBrC11 Ins Co
INSURED INSIIRER B :
In Time Renovations LLC i���
3712 159th St E • i►�su�Rq:
INSURER E •
Tacoms �, 98446 iwsurs�aF:
COVERAGES CERTIFICATE NUMBER:li/12 REVISION NUMBER:
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED WAMED ABOVE FOR THE POLICY PERIOD
INDICATED. NOTIMTHSTANDING ANY REQUIREMENT, TERM OR CONDITiON OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
CER77FICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLIC�ES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
� TYPE OF INSURANCE pOLICY N MBE ��fF POLICY P uM �
GENERAL UABILJTY EACH O URRENCE E 1� OOO � OOO
X CAMMERCIAI 6ENERAL LIABILITY ��- S 50 � OOO
A CLPJMS-MADE a OCCUR -CGL-00000017464-01 1/24/2011 1/24/2012 MEDEXP ona arnon S $�l
$5 , 000 D�DIICTIHL$ PERSONAI & ADV INJURY S 1� OOO � OOO
� � GENERAL AGGREGATE S 2� OOO � OOO
GEN'L AOGREGATE LIMIT APPLIES PER: PRODUCTS - COMP/OP AGC3 S 2� OOO � OOO
POLICY � LOC S
AUTOMOBILE LIABILITY � M .
ANY AUTO � BODILY INJURY (Per petsdt) � S
AUTOS �D �H� LED � � �� BODILY INJURY (P� aodda�T) i
NON-0WNED . P g
HIRED AUTOS q�p'Q$
a
UMISRELLA LJAB p�UR EACH OCCURRENCE i
��� � CLPJMS-MADE A GGREGAT6 S
RETENTiON � � � $
p, wort�c�rea cor�eNSr�noN TOP Cai1P - 1PASHINCiTOti S A U- X H-
AND EMPLOYERS' LIABILITY � --
ANY PROPRIETOR/PARTNERlEXECUTIVE � N � A . E.L. EACH ACCIDENT S 1 OOO OOO
OFFrCeRnNEMBEREXCa_UDED9 -�L-00000017464-01 1/24/2011 1/24/2012
(Mandatory In NH) . . . E.L. DISEASE - EA EMPLOYE S 1 000 000
If yes, describe unOer �
DESCRIPTION OF OPERATI NS below E.L DISEASE - POLICY LIMIT S 1 OOO OOO
DE8CRIP710N OF OPERATfON81 LOCATIONS / YEMICLES (Akaeh ACORD 101, A�Iqa�al Re�qrks Schodule, if moro sp�cs Is nquMed) .
Certificate Solder ia named mdditional insured mith re�cts to xork parformed by tha namad insnred !or
genoral liability as raquirod by written contract par form CVX-GL-5071 attachod.
City of F�d�eral �Pay
Attn: Brook Lindquimt/Jay Bannett
33325 8th Ave 3
Feci�ral Way, WA
ACORD 25 (201
INS02S r�nt nn.�i n+
SHWLD ANY OF THE ABOVE DESCRIBED POLICIE8 8E CANCELLED BEFORE
THE EXPIRATION DA7E THEREOF, NOTICE YY1LL BE DELIVERED IN
ACCORDANCE WITH THE POL�Y PROVtSiON8.
AUTHOPoZED REPRESENTATIVE
F McA,llistor, Jr./1CAT �`�����> ¢��_
� 1988-2010 ACORD
Tho e�`AR(1 nama anil Innn aro roniaMrorl marlre ni Af:ARII
COMAAERCIAL �EPIERAL UA8)LITY
7HIS ENDOR5EMENT CHANGES THE POLICY. PLEASE READ ff CAREFUU.Y.
ADDITiONAL INSURED - OWNERS, LESSEES OR
CONTRACTQRS - AUTOMATIC STATUS WHEW
REQUlRED IN CONSTRUGTION AGREEIVIENT WITH YOU
This endorsem�t modd'�es � provided under �e fottowing
CO(UMERCIAL GENERAL UABILITY COVEEiAGE PqRT
A seccbn N- who Is An tr�red � ame�ed to � as a�, ad�tion�l �sured any persor, a
organization for whorn you are performing operatia�s when yau and such person or o�ganizatian have
eed-in writin ln cantractor _._ _ __.... _._
-_ .. _ __.__ - _ �. g- - agreementthet s�h°persm� ororganizati� �dded as an°addflional
insured on your policy. Such �rson or organizatUon is an additta�al lnsured onty wiih respect .to I�bility
for °bodily injury." "property damage" cx "personai and advertising injury" caused, in whate or in part,
�
1. Yaur ads or omissia�s; a
2 The scts ar omTssia�s of tho�e ading an yatN beha�;
In the perform�e of Y� �9�9 �� for the sdditional insured.
A person's or organizati�'s status as en additional tnsured under this endorsement ends when your .
operatfons ta ihat add�ional Mswed are canpieted.
It is turther agreed that such insurance as is afforded by this Poiicy for the benefits af an additiona)
insured shaA be primary and nai-contributory.
B. Wtth respect to the 3nswance affarded to these addittonai insureds. the iolbwing additiunal exdusiar�s
aPP�Y-
This insu�rn� dcea not appty ta
1. •Badlly injury." "PropertY dam�e° a"Personal and a�rertis�g in3ury+" aris�9 out ot the rend�ing
of, or rne ta�,te to render, arry profes�or►al ancr►�ech,r�i, engtneeting or �nreylrtg s�,
includk�g:
a. Tha prepar�g, approving. or failtng to prepare or approve, maps� shop drawings, op�ions.
reports. suroeys, field orders, change orders or drawings and specificattons; or
b- Supervisary, inspection, architectural or engin�ring activities.
2. 'BadiiY inj�yl" or "pruperty damage' or�ctxring atter.
a. Atf waic. lnduding materfals. Parts ar equlpmerit fumisi�d 'm coru�tion wit� s�h work, on �e
project (dher tltan servkk�. ma�tce w repairs) to be �rformed by or on behaif of ihe
addilianal �sunea(s) at tl,e location or me cov�red opera�or� h� be� oom� or
b. That portion aF `yotx� v�orlc out of which the �jury or damage arises has been put to iis �ed
use by any person or orgenization other than anather contractor or subcontracior engaged In
performing operations for a pnc��ai as a part of the same project.
7his endo�sert�nt tomts a pa�t of Nte Pd(cy to whkt► attached� eHective en the inception date of the Poqcy unless
otherwiss stet� herei�.
tThe foN�ing intormalion ie reqWrad oMy wl�n lfiis �t is i�ued si,bsequent ro prepa�ation ot »�e t'aiicy.)
EndorsemerR affecth►e 1 1/ 2 4/ � 7 PopcY 1'b• Endorse�r�ent No.
WA-6L-0000017464-01
Namad insured In Time Renovatic�ns LLC
CounMrsigned by
(Authorized AepreseMstivej
CVX-C�L-5071(�OQS)
McDonald Insurance Group, Inc.
P.O Box 3089
Kirkland, WA 98033
Applicable to ACORD 25 - Certificate of Liability
This certificate of liability insurance does not necessarily imply that primary coverage or other
additional insured requirements are provided for the additional insured(s) unless an endorsement
is attached specifying these coverages. This certificate does not necessarily comply with all
contract requirements between the named insured and the additional insured(s). All involved
parties should have their attorney review the policy for actual coverage and compliance with
their written agreement or contract..
Applica6le to ACORD 25, 27, 28, and 24
This certificate is the "latest" ACORD 25 (May, 2010) Certificate of Liability Insurance, or
ACORD 27 (December, 2009) Evidence of Property Insurance or ACORD 28 (December 2009)
Evi�nce of Commercial Property Insurance or ACORD 24 (Septetnber 2009) Certificate of
Property Insurance . In order to issue certificates from our a�ency, these revisions listed above
must be used. If you previously received an ACORD 25, 27, 28 or 24 with an earlier revision
date, there are notable changes between the forms. Please note the following significant
characteristics of the new ACORD forms.
❖ T'he cancellation clause refers back to the policy terms.
❖ Cancellation notice from the insurance carrier is provided to the first named insured. That
right is not available to certificate holders.
❖ The ACORD form is copyrighted. Permission to alter it is not available.
❖ As Insurance Agents we receive authority from the insurance carriers that we represent to
issue certificates. Carriers do not authorize us to include special language or alter the
form even without the copyright concerns. The carriers also do not authorize us to
complete special coverage forms provided by the certificate holder.
����
����
McDonald Insurance Group, Inc — Po Box 3089 Kirkland, WA 98083
,.��� INTIM-1 OP ID: NO
'`�� R CERTIFICATE OF LIABILITY INSURANCE ° �'�` M � °° """ r '
02l24/12
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 COVERAGf AFFORDED BY THE POLICIES
BELOW. THiS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BE'NVEEN THE ISSUING INSURER(S), AUTHORIZED
REPRESENtATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER.
IMPORTANT: If the certificate hoider is an ADDITIONAL INSURED, the policy(ies) must be endoraed. If SUBROGATION IS WAIVED, subject to
the terms and conditions of the policy, certain policies may require an endorsemerrt. A statement on thls certificate does not confer righffi to the
certifica� holder in lieu of such endorsemerrt(sl.
PRODUCER
Foumier Insurance Solutions
Univers Place Branch
5712 Orc rd Street
University Place, WA 88467
: Mutual of Enumclaw
INSU�D
3712 759th Sw Esst
Tacoma, WA 98446
D:
��
COVERAGES CERTIFICATE NUMBER: REVISION NUMBER:
THIS IS TO CERTIFY 11iAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
INDICATED. NOTIMTHSTANDING ANY REQU�REMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT 1MTH RESPECT TO WHICH THIS
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFpRDED 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.
L7R TYPE OF IN$URANCH POUCY NUM�R LIAMT8
OENERAL LIA&LITY EACH OCCURRENCE t
COMMERCIAL GENERAL LIA8ILITV PREMISES Ea ocaxrence E
CWMS-MADE � OCCUR MED EXP (My ane peison) f
PERSONAL 6 ADN INJURY S
GENERALAGCiREGATE t
GEML AGGREGATE UMIT APPLIES PER: PRODUCTS - COAAPIOP AGG E
POLICY � LOC =
AU70NOBILEUA�L.PTY � L L ����
A n►vv nuro BAP000052007 02123112 0?J23113 BODILY INJURY (Per person) S
� X A��EWLED BODILYINJURY(Peraa9derR) E
X HIRED AUTOS X A�� ED �� A :
i
��� � OCCUR EACH OCCURRENCE 3
aC�� CWMS-MADE AGGREGATE i
DED RETENTION S :
NWRKE�COMPENSA710N VNC TH-
AND EMPLOYER8' IJA8IUTY •—
ANY PROPRIEI'ORIPARTNEWEXECUTIVE YQ N I A E.L. EACH ACCIDENT S
OFFICERIMEM�R EXCLUDEDI
(Mandatory In NN) E.L. DISEASE - EA EMPLOYE E
If ea desaibe �mCer --
GRIPTION OF OPERATIONS bela+r E.L. DISEASE - POUCY LIMIT E
DE�IPTION OF OPERAT10N81 LOCATION8/ VEHICLE8 (Athch ACORD 101, Addltloml Ranpulu Schedu�0. �����)
Evidence of Coverage
SHOULD ANY OF THE ABOVE DE3CRIBED POLICIES BE CANCELLED BEFORE
THE EXPIRATION DATE THEREOF. NOTICE WILL BE DELIVERED IN
ACCORDANCE YVITH THE POLICY PROVISIONS.
AUTHORIZED REPRESENTAiNE
��, �. ��.
� 188&2010 ACORD CORPORATION. AII rlgMs reserved.
ACORD 25 (201 a05) The ACORD name and togo are registered marks of ACORD