21-158.00 Wall & Company: Police Precinct Tree Removal Contract No.21-158
CONSTRUCTION AGREEMENT
WALL&COMPANY
THIS CONSTRUCTION AGREEMENT(the"Agreement") is made by and between the City of
Spokane Valley, a code City of the State of Washington ("City") and Wall & Company, ("Contractor")
jointly referred to as the"Parties".
IN CONSIDERATION of the terms and conditions contained herein the Parties agree as follows:
1.Work to Be Performed. Contractor shall do all work and furnish all labor,supervision,tools,materials,
supplies, and equipment and other items necessary for the construction and completion of the removal of
eight trees in the front parking lot and tree in the extra parking lot Project(the"Work")in accordance with
documents described in Exhibit B and in accordance with this Agreement (which are by this reference
incorporated herein and made part hereof and referred to as the"Contract Documents"),and shall perform
any changes in the work in accordance with the Contract Documents. The terms and provisions in this
Agreement shall control over any inconsistent or incompatible terms in any other Contract Document.
Contractor shall,for the amount set forth in paragraph 4,below,assume and be responsible for the cost and
expense of all work required for constructing and completing the Work and related activities to the City's
satisfaction, provided for in the Contract Documents, within the time limits prescribed in the Contract
Documents.
The City Manager or designee shall administer and be the primary contact for Contractor. Upon notice
from City,Contractor shall promptly commence work,complete the same in a timely manner,and cure any
failure in performance under this Agreement.
Unless otherwise directed by City, all work shall be performed in conformance with the Contract
Documents, and all City, state, and federal standards, codes, ordinances, regulations, and laws as now
existing or as may be adopted or amended.
2.Time for Performance. Contractor shall commence the Work within 10 days of receipt of the executed
contract and shall complete the Work within the times specified in the Contract Documents, as may be
extended in accordance with this Agreement and the Contract Documents.
3. Liquidated Damages. Time is of the essence for this Agreement. Delays cause inconvenience to the
residents of City and cost taxpayers undue sums of money, adding time needed for administration,
engineering, inspection, and supervision. It is impractical for City to calculate the actual cost of
delays. Accordingly, Contractor agrees to pay liquidated damages for failure to achieve Substantial
Completion(as defined in the Contract Documents)which shall be in the amount of$100.00 per day. These
liquidated damages are not a penalty, but are fixed and agreed upon by and between Contractor and City
because of the impracticability and difficulty of fixing and ascertaining the actual damages that City would
sustain in the event that the Work is not completed in accordance with the Contract Documents. Liquidated
damages may be retained by City and deducted from payments otherwise due to the Contractor.
4. Compensation. In consideration of Contractor performing the Work, City agrees to pay Contractor in
accordance with the Contract Documents the sum of$8,180.00,plus Washington State Sales Tax of$728.02
Construction Agreement Page 1 of 9
Contract No.21-158
(if applicable), for a total of$8,908.02, based on the bid submitted by Contractor(Exhibit C), and as may
be adjusted in accordance with the Contract Documents.
5. Payment. Contractor may elect to be paid in monthly installments, upon presentation of an application
for payment in a form satisfactory to City. Applications for payment shall be sent to the City Finance
Department at the address stated in paragraph 6.
Pursuant to chapter 60.28 RCW,five percent of the compensation due Contractor shall be retained by City.
City reserves the right to withhold payment under this Agreement for that portion of the work(if any)which
is determined in the reasonable judgment of the City Manager or designee to be noncompliant with the
Contract Documents, City standards,City Code, state standards,or federal standards.
6. Notice. Notice other than applications for payment shall be given in writing as follows:
TO THE CITY: TO THE CONTRACTOR:
Name: Christine Bainbridge, City Clerk Name: Joshua Wall
Phone: (509)720-5000 Phone: 509-270-5501
Address: 10210 East Sprague Avenue Address: 12421 E 30th Ave.
Spokane Valley, WA 99206 Spokane Valley, WA 99216
7. Applicable Laws and Standards. The Parties, in the performance of this Agreement, agree to comply
with all applicable federal, state, and local laws,codes, and regulations.
8. Certification Regarding Debarment, Suspension, and Other Responsibility Matters — Primary
Covered Transactions.
A. By executing this Agreement, the Consultant certifies to the best of its knowledge and belief,
that it and its principals:
1. Are not presently debarred, suspended, proposed for debarment, declared
ineligible,or voluntarily excluded from covered transactions by any federal department or
agency;
2. Have not within a three-year period preceding this proposal been convicted of
or had a civil judgment rendered against them for commission of fraud or a criminal offense
in connection with obtaining, attempting to obtain, or performing a public (federal, state,
or local) transaction or contract under a public transaction; violation of federal or state
antitrust statutes or commission of embezzlement, theft, forgery, bribery, falsification or
destruction of records,making false statements,or receiving stolen property;
3. Are not presently indicted for or otherwise criminally or civilly charged by a
governmental entity (federal, state, or local) with commission of any of the offenses
enumerated in paragraph(A)(2)of this certification;and
4. Have not within a three-year period preceding this application/proposal had one
or more public transactions(federal, state,or local)terminated for cause or default.
B. Where the prospective primary participant is unable to certify to any of the statements in this
certification, such prospective participant shall attach an explanation to this Agreement.
Construction Agreement Page 2 of 9
Contract No.21-158
9.Prevailing Wages on Public Works. Contractor,any subcontractor,or other person doing work under
this Agreement, shall comply with the requirements of chapter 39.12 RCW, and shall pay each employee
an amount not less than the Prevailing Rate of Wage, as specified by the Industrial Statistician of the
Washington State Department of Labor and Industries("L&I"). If employing labor in a class not shown,
Contractor shall request a determination of the correct wage rate for the class and locality from the Industrial
Statistician. Contractor shall provide a copy of any such determinations to City.
Before commencing, during, and upon completion of the work, Contractor shall file all forms and pay all
fees required by L&I and shall indemnify and hold City harmless from any claims related to its failure to
comply with chapter 39.12 RCW.
The following information is provided pursuant to RCW 39.12.030:
A. State of Washington prevailing wage rates applicable to this public works project, published by
L&I,are located at the L&I website address:
https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx
B.This Project is located in Spokane County.
C.The effective prevailing wage date is the same date as the bid due date as referenced in the
original request for bids and as may be revised by addenda.
A copy of the applicable prevailing wage rates is also available for viewing at the City Community&Public
Works Department located at 10210 East Sprague Avenue, Spokane Valley, WA 99206. Upon request,
City will mail a hard copy of the applicable prevailing wages for this project.
10. Relationship of the Parties. It is understood and agreed that Contractor shall be an independent
contractor and not the agent or employee of City,that City is interested only in the results to be achieved,
and that the right to control the particular manner,method,and means in which the services are performed
is solely within the discretion of Contractor. Any and all employees who provide services to City under
this Agreement shall be deemed employees solely of Contractor. Contractor shall be solely responsible for
the conduct and actions of all its employees under this Agreement and any liability that may attach thereto.
11.Ownership of Documents. All drawings,plans,specifications,and other related documents prepared
by Contractor under this Agreement are and shall be the property of City,and may be subject to disclosure
pursuant to chapter 42.56 RCW,or other applicable public record laws.
12.Records. The City or State Auditor or any of their representatives shall have full access to and the right
to examine during normal business hours all of Contractor's records with respect to all matters covered in
this Agreement. Such representatives shall be permitted to audit, examine, make excerpts or transcripts
from such records, and to make audits of all contracts, invoices,materials, payrolls, and record of matters
covered by this Agreement for a period of three years from the date final payment is made hereunder.
13.Warranty. Unless provided otherwise in the Contract Documents,Contractor warrants that all Work
and materials performed or installed under this Agreement are free from defect or failure for a period of
one year following final acceptance by City,unless a supplier or manufacturer has a warranty for a greater
period, which warranty shall be assigned or transferred to City. In the event a defect or failure occurs in
work or materials, Contractor shall, within the warranty period, remedy the same at no cost or expense to
Construction Agreement Page 3 of 9
Contract No.21-158
City. This warranty provision shall not be construed to establish a period of limitation with respect to
Contractor's other obligations under this Agreement.
14.Contractor to Be Licensed and Bonded. Contractor shall be duly licensed,registered,and bonded by
the State of Washington at all times this Agreement is in effect.
15.Contractor to Provide Performance and Payment Bonds. Contractor shall provide a payment bond
and a performance bond in the full amount of the Agreement on the City's bond forms. Alternatively,
Contractor may elect to have the City retain 10% of the Agreement amount in lieu of providing the City
with a payment bond and a performance bond, pursuant to RCW 39.08.010(3).
16. Insurance. Contractor shall procure and maintain insurance, as required in this Section, without
interruption from commencement of the Contractor's work through the term of the Contract and for 30 days
after the physical completion date,unless otherwise indicated herein.
A. Minimum Scope of Insurance. Contractor shall obtain insurance of the types described below:
1. Automobile liability insurance covering all owned, non-owned, hired and leased
vehicles. Coverage shall be at least as broad as Insurance Services Office(ISO)form CA
00 01.
2.Commercial general liability insurance shall be at least as broad as ISO occurrence form
CG 00 01 and shall cover liability arising from premises, operations, stop gap liability,
independent contractors, products-completed operations for a period of three years
following substantial completion of the work for the benefit of the City, personal injury
and advertising injury, and liability assumed under an insured contract. The Commercial
General Liability insurance shall be endorsed to provide a per project general aggregate
limit, using ISO form CG 25 03 05 09 or an endorsement providing at least as broad
coverage. There shall be no exclusion for liability arising from explosion, collapse or
underground property damage. The City shall be named as an additional insured under the
Contractor's Commercial General Liability insurance policy with respect to the work
performed for the City using ISO Additional Insured endorsement CG 20 10 10 01 and
Additional Insured-Completed Operations endorsement CG 20 37 10 01 or substitute
endorsements providing at least as broad coverage.
3. Workers' compensation coverage as required by the industrial insurance laws of the
State of Washington.
B. Minimum Amounts of Insurance. Contractor shall maintain the following insurance limits:
1. Automobile liability insurance with a minimum combined single limit for bodily injury
and property damage of no less than$1,000,000 per accident.
2. Commercial general liability insurance shall be written with limits no less than
$2,000,000 each occurrence, $2,000,000 general aggregate, and no less than a$2,000,000
products-completed operations aggregate limit.
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:
Construction Agreement Page 4 of 9
Contract No.21-158
1. Contractor's insurance coverage shall be primary insurance with respect to City. Any
insurance, self-insurance, or insurance pool coverage maintained by City shall be excess
of Contractor's insurance and shall not contribute with it.
2.Contractor shall fax or send electronically in.pdf format a copy of insurer's cancellation
notice within two business days of receipt by Contractor.
3. If Contractor maintains higher insurance limits than the minimums shown above, City
shall be insured for the full available limits of commercial general and excess or umbrella
liability maintained by Contractor, irrespective of whether such limits maintained by
Contractor are greater than those required by this Agreement or whether any certificate of
insurance furnished to the City evidences limits of liability lower than those maintained by
Contractor.
4. Failure on the part of Contractor to maintain the insurance as required shall constitute a
material breach of this Agreement, upon which the City may, after giving at least five
business days' notice to Contractor to correct the breach, immediately terminate the
Agreement, or at its sole discretion, procure or renew insurance and pay any and all
premiums in connection therewith, with any sums so expended to be repaid to City on
demand, or at the sole discretion of the City,offset against funds due Contractor from the
City.
D.No Limitation. The Contractor's maintenance of insurance,its scope of coverage,and limits as
required herein 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 law
or in equity.
E.Acceptability of Insurers. Insurance is to be placed with insurers with a current A.M.Best rating
of not less than A:VII.
F. Evidence of Coverage. As evidence of the insurance coverages required by this Agreement,
Contractor shall furnish acceptable insurance certificates to City at the time Contractor returns the
signed Agreement,which shall be Exhibit D. The certificate shall specify all of the parties who are
additional insureds, and shall include applicable policy endorsements, and the deduction or
retention level. Insuring companies or entities are subject to City acceptance. If requested,
complete copies of insurance policies shall be provided to City. Contractor shall be financially
responsible for all pertinent deductibles,self-insured retentions,and/or self-insurance.
G. Failure to Maintain Insurance. Failure on the part of the Contractor to maintain the insurance
as required shall constitute a material breach of contract,upon which the City may,after giving as
least five business days' notice to Contractor to correct the breach, immediately terminate the
Agreement or, at its discretion,procure or renew such insurance and pay any and all premiums in
connection therewith,with any sums so expended to be repaid to the City on demand,or at the sole
discretion of the City,offset against funds due Contractor from the City.
H. Subcontractor Insurance. Contractor shall cause each and every subcontractor to provide
insurance coverage that complies with all applicable requirements of Contractor-provided
insurance as set forth herein, except Contractor shall have sole responsibility for determining the
Construction Agreement Page 5 of 9
Contract No.21-158
limits of coverage required to be obtained by subcontractors. Contractor shall ensure that the City
is an additional insured on each subcontractor's Commercial General liability insurance policy
using an endorsement as least as broad as ISO CG 20 10 10 01 for ongoing operations and CG 20
37 10 01 for completed operations.
17. Indemnification and Hold Harmless. Contractor shall defend, indemnify and hold the City, its
officers,officials,employees and volunteers harmless from any and all claims,injuries,damages,losses or
suits including attorney fees,arising out of or in connection with the performance of this Agreement,except
for injuries and damages caused by the sole negligence of the City.
However, should a court of competent jurisdiction determine that this Agreement is subject to RCW
4.24.115,then, in the event of liability for damages arising out of bodily injury to persons or damages to
property caused by or resulting from the concurrent negligence of the Contractor and the City, its officers,
officials,employees, and volunteers,the Contractor's liability hereunder shall be only to the extent of the
Contractor's negligence. It is further specifically and expressly understood that the indemnification
provided herein constitutes the Contractor's waiver of immunity under Industrial Insurance,Title 51 RCW,
solely for the purposes of this indemnification. This waiver has been mutually negotiated by the parties.
The provisions of this section shall survive the expiration or termination of this Agreement.
18.Waiver. No officer,employee,agent,or other individual acting on behalf of either party has the power,
right,or authority to waive any of the conditions or provisions of this Agreement. No waiver in one instance
shall be held to be waiver of any other subsequent breach or nonperformance. All remedies afforded in this
Agreement or by law shall be taken and construed as cumulative and in addition to every other remedy
provided herein or by law. Failure of either party to enforce at any time any of the provisions of this
Agreement or to require at any time performance by the other party of any provision hereof shall in no way
be construed to be a waiver of such provisions nor shall it affect the validity of this Agreement or any part
thereof.
19. Assignment and Delegation. Neither party shall assign, transfer, or delegate any or all of the
responsibilities of this Agreement or the benefits received hereunder without first obtaining the written
consent of the other party.
20. Confidentiality. Contractor may, from time-to-time,receive information which is deemed by City to
be confidential. Contractor shall not disclose such information without the prior express written consent of
City or upon order of a Court of competent jurisdiction.
21. Disputes. All disputes arising under or related to this Agreement that cannot be resolved through
informal discussion and negotiations shall be resolved by litigation filed in the Superior Court of the State
of Washington for Spokane County,unless otherwise required by applicable federal or state law.
22. Subcontractor Responsibility. As required by RCW 39.06.020,Contractor shall verify responsibility
criteria for each first tier subcontractor and its subcontractors of any tier that hires other subcontractors shall
verify responsibility criteria for each of its subcontractors. Verification shall include that each
subcontractor, at the time of subcontract execution, meets the responsibility criteria listed in RCW
39.04.350(1) and possesses an electrical contractor license, if required by chapter 19.28 RCW, or an
elevator contractor license if required by chapter 70.87 RCW. This verification requirement shall be
included in every subcontract of every tier.
23. Jurisdiction and Venue. This Agreement is entered into in Spokane County, Washington. Venue
Construction Agreement Page 6 of 9
Contract No.21-158
shall be in Spokane County, State of Washington.
24.Entire Agreement. This Agreement constitutes the entire and complete agreement between the parties
and supercedes any prior oral or written agreements. This Agreement may not be changed, modified, or
altered except in writing signed by the Parties.
25.Anti-kickback. No officer or employee of City,having the power or duty to perform an official act or
action related to this Agreement, shall have or acquire any interest in this Agreement, or have solicited,
accepted,or granted a present or future gift,favor,service,or other thing of value from any person with an
interest in this Agreement.
26.Assurance of Compliance with Applicable Federal Law. During the performance of this Agreement,
the Contractor,for itself,its assignees,and successors in interest agrees as follows:
A. Compliance with Regulations: Contractor shall comply with the federal laws set forth in
subsection G of this Section 26 ("Pertinent Non-Discrimination Authorities") relative to non-
discrimination in federally-assisted programs of the U.S. Department of Transportation,
Washington State Department of Transportation(WSDOT), as they may be amended from time-
to-time,which are herein incorporated by reference and made a part of this Agreement.
B. Non-discrimination: Contractor, with regard to the work performed by it during this
Agreement,shall 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.
Contractor shall 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 Contractor for work to be
performed under a subcontract,including procurements of materials,or leases of equipment,each
potential subcontractor or supplier shall be notified by Contractor of Contractor's obligations under
this Agreement and the Acts and the Regulations relative to non-discrimination on the grounds of
race,color,or national origin.
D.Information and Reports:Contractor shall provide all information and reports required by the
Acts,the Regulations, and directives issued pursuant thereto,and shall permit access to its books,
records,accounts,other sources of information,and its facilities as may be determined by the City
or the WSDOT to be pertinent to ascertain compliance with such Acts,regulations,and instructions.
Where any information required of Contractor is in the exclusive possession of another who fails
or refuses to furnish the information, Contractor shall so certify to the City or the WSDOT, as
appropriate,and shall 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 Agreement,the City will impose such contract sanctions as it
or the WSDOT may determine to be appropriate,including,but not limited to:
1. withholding payments to Contractor under the Agreement until Contractor complies;
and/or
2.cancelling,terminating,or suspending the Agreement, in whole or in part.
Construction Agreement Page 7 of 9
Contract No.21-158
F.Incorporation of Provisions:Contractor shall include the provisions of paragraphs one through
six of this Section 26 in every subcontract, including procurements of materials and leases of
equipment, unless exempt by the Acts, regulations and directives issued pursuant thereto.
Contractor shall take action with respect to any subcontract or procurement as the City or the
WSDOT may direct as a means of enforcing such provisions, including sanctions for
noncompliance. Provided,that if Contractor becomes involved in, or is threatened with litigation
by a subcontractor or supplier because of such direction,Contractor may request that the City enter
into any litigation to protect the interests of the City. In addition,Contractor may request the United
States to enter into the litigation to protect the interests of the United States.
G. Pertinent Non-Discrimination Authorities: During the performance of this Agreement, the
Contractor agrees to comply with the following non-discrimination statutes and authorities;
including but not limited to:
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;
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);
Federal-Aid Highway Act of 1973, (23 U.S.C. §324 et seq.), (prohibits discrimination on
the basis of sex);
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;
The Age Discrimination Act of 1975, as amended, (42 U.S.C. §6101 et seq.), (prohibits
discrimination on the basis of age);
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);
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);
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;
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);
Construction Agreement Page 8 of 9
Contract No.21-158
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;
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);and
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.).
27. Business Registration. Prior to commencement of Work under this Agreement, Contractor shall
register with the City as a business if it has not already done so.
28. Severability. If any section,sentence,clause,or phrase of this Agreement should be held to be invalid
for any reason by a court of competent jurisdiction, such invalidity shall not affect the validity of any other
section,sentence,clause,or phrase of this Agreement.
29. Exhibits. Exhibits attached and incorporated into this Agreement are:
A. Scope of Work
B. Cost Statement
C. Insurance Endorsements
D. Performance and Payment Bond,requesting withholdingh 10%per clause 15
The Parties have executed this Agreement this z J`4 day ofo vQr- ,2021.
CITY OF SPOKANE VALLEY: Contractor:
1/11 1"-- Cail4K-,..._ 4....1-Ji
Mark Calhoun, City Manager By:
Its: Authorized Representative
APPROVED FORM:
0 1/
Office .' e City ey
Construction Agreement Page 9 of 9
Estimate
WALL 2107-2707-4488
& COMPANY 2021-10-28
Wall and Company LLC Spokane Valley City Hall - Deanna Horton
18512 E Bow Ave 10210 E. Sprague Avenue
Spokane Valley WA 99016 Spokane Valley WA 99206
info@wallandcompany.com dhorton@spokanevalley.org
509-270-5501 509-979-4583
Precinct single large Tree Removal
10210 E. Sprague Avenue, Spokane Valley, WA, 99206
Description Unit Price Quantity Total
Remove Tree $2,900.00 1.00 $2,900.00
Cut down and Haul off Large tree behind the Police Precinct.
All surrounding vehicles shall be moved before work begins.
1.00 $2,900.00
Subtotal $2,900.00
Tax $258.10
Total $3,158.10
Compensation. Client shall pay as set forth above. Price is subject to change, with customer's change
order and approval.
Invoicing & Payment.
Signature Date
1/2
Estimate
0 WALL 2105-2413-7520
& COMPANY 2021-10-28
Wall and Company LLC Spokane Valley City Hall - Deanna Horton
18512 E Bow Ave 10210 E. Sprague Avenue
Spokane Valley WA 99016 Spokane Valley WA 99206
info@wallandcompany.com dhorton@spokanevalley.org
509-270-5501 509-979-4583
Remove Trees - Police Precinct
10210 E. Sprague Avenue, Spokane Valley, WA, 99206
Tree Removal
Description Unit Price Quantity Total
Tree Removal $425.00 8.00 $3,400.00
Cut down 8 20' trees. Clean up and haul away. tree
Stump Grind
Description Unit Price Quantity Total
Stump Grind $235.00 8.00 $1,880.00
Stump Grind 8 Stumps, clean up and haul off chips. stump
Subtotal $5,280.00
Tax $469.92
Total $5,749.92
Compensation. Client shall pay as set forth above. Price is subject to change, with customer's change
order and approval.
Invoicing & Payment.
Signature Date
1/2
From: Joshua&Dust Wall
To: Peanna Horton
Subject: Re:SV Precinct Trees.
Date: Wednesday,November 10,2021 1:11:28 PM
Attachments: 2021-10-19 okina lot tree removal.odt
[EXTERNAL]This email originated outside the City of Spokane Valley.Always use caution when opening
attachments or clicking links.
Deanna,
Sorry Im just seeing this now. I don't know how you got my iCloud account. I normally don't
check that one.
Here is the attached contract. I signed it with a pdf saved signature. Is this not acceptable?
I will have the city of Spokane valley added as a certificate holder and send you an updated
Certificate of Liability. It will take a few days to get this over to you.
I do want you to withhold the 10%per clause 15 of the contract in lieu of payment and
performance bonds.
Once all is in we are ready to schedule the work.
Joshua Wall, President
joshua.wall@wallandcompany.com
Wall And Company, LLC
P:509-270-5501
E: info@wallandcompany.com
CL#: WALLCCL833L3
www.wallandcompany.com
On Nov 1, 2021, at 8:33 AM, Deanna Horton <dhorton@spokanevalley.org>
wrote:
Josh,
This isn't an actual signature, did you realize that? I also need a current
insurance cert, and an email stating you want us to withhold the 10% per
clause 15 of the contract in lieu of payment and performance bonds.
Respectfully,
Deanna
From:Joshua Wall <joshuadwallPicloud.com>
Sent: Monday, November 01, 2021 8:24 AM
To: Deanna Horton<dhortonPspokanevalley.org>
Subject: Re: SV Precinct Trees.
[EXTERNAL]This email originated outside the City of Spokane Valley.Always use caution
when opening attachments or clicking links.
Deanna,
Attached is the signed tree removal agreement.
Joshua Wall, President
joshua,wal I Pwallandcomoany.com
Wall And Company, LLC
P:509-270-5501
E: info Pwallandcompany.corn
CL#: WALLCCL833L3
www.wallandcompany.com
On Oct 28, 2021, at 1:24 PM, Deanna Horton
<dhortonPspokanevallev.org>wrote:
Josh,
Attached is the contract to cut those 8 trees in the front of the
Precinct and the one large one in the extra lot behind the
Precinct. I need you to take the two quotes you have sent to
me and remove the paragraphs which speak to compensation,
invoicing and payment. These conflict the contract you are
signing. I also need a current insurance cert, I am trying to
find yours but my bifocals are clearly missing it. let me know if
you have any questions.
Respectfully,
Deanna Horton, CFM
Deanna Horton,CFM I Administrative Assistant,Certified Floodplain Manager
10210 E.Sprague Avenue I Spokane Valley,WA 99206
(509)720-5301 I dhorton@spokanevalley.org
<image001 jpg>
This email and any attachments may be subject to disclosure pursuant to
Washington State's Public Record Act,chapter 42.56 RCW.
<Spokane Valley City Hall-8 trees- Estimate-2021-09-13.pdf><Spokane
Valley City Hall-big tree-Estimate-2021-09-13.pdf><2021-10-19 pking
lot tree removal.docx>
from: INILN(ANIjl IN
Te: DA MAO&
subject: Mere goll tpd
Dow: Friday,NNovember12,12,202112:59:24 PM
!!EXTERNAL)This email originated outside the City of Spokane Valley.Always use caution when opening attachments or clicking link.
ACO DATE(MM/DD/YYYY)
CERTIFICATE OF LIABILITY INSURANCE 10:82021
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(les)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 LONIACI Laws Hart
NAME:
Alpine Insurance Inc / NE �: 509-325-7350
Brad Fitzgerald ADDRESS: inf�I� co I r No 509-209-9047
eiosuranceinc. m
59 E Queen Ave,Ste 112 INSURER(S)AFFORDING COVERAGE NAIC I
SPOKANE WA 99207 INSURER A: OHIO SECURITY INS CO 24082
INSURED INSURERS! OHIO CAS INS CO 24074
Wall And Company LLC INSURER C:
18512E Bow Ave INSURER D:
INSURER!_
Spokane Valley WA 99016-9783 INSURER F I
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.
POLICY EFF POLICY RP
LIRR TYPE OF INSURANCE INA 6WVD POUCY NUMBER ( 9OYYYTY) Y) UNITS
X COMMERCIAL GENERAL UABILITY EACH OCCURRENCE 3 1,000,000
CLAIMS-MADE XI OCCUR PREMISES(Ea occurrence) S 1,000,000
X SPC MED EXP(Any one pinion) S 15,000
A Y BKS62252130 10/27/2021 10/27/2022 PERSONAL SADVINJURY S 1,000,000
GENL AGGREGATE LNIIT APPLIES PER: GENERAL AGGREGATE S 2,000,000
POUCY ef n LOC PRODUCTS-COMPIOP AGG 5 2,000,000
OTHER: S
AUTOMOeLE LIABILITY LUMNINEO SINGLE LIMfr $
(Ea accident)
ANY AUTO BODILY INJURY(Per person) s
OWNED SCHEDULED
AUTOS ONLY AUTOS BODILY INJURY(Per accident) S
—HIRED —NON-OWNED PROPUITY DAMAGE S
AUTOS ONLY AUTOS ONLY (Par aeddent)
UMBREUJIUAB OCCUR EACH OCCURRENCE S 1.000.000
y
B p EXCESS LIAM CLAIMS-MADE ES062252130 10/27/2021 10/27/2022 AGGREGATE S 1,000.000
DED I (RETENTIONS TRIA
TION
AND EMPLOYERIKER �LIASEJTY Y/N 'STATUTE I IER
ANY PROPRIETORRARTNERIEXECUTIVE E.L EACH ACCIDENT S
OFFICER/MEMBER EXCLUDED, N/A
LMandatory In NH) EL DISEASE-EA EMPLOYEE S
N y descn8a under
DESCRIPTION OF OPERATIONS Wow E.L DISEASE-POUCY LIMIT S
INLAND MARINE PHYSICAL RENTED OR LEASED 5100.000
A DAMAGE COVERAGE BKS62252130 10/27/2021 10272022 EQUIPMENT
INSCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES(ACORD 101,Additional Remarks Selladala,nary be attached B Vlore NPAN I r gldrsd) --_
CERTIFICATE HOLDER IS INCLUDED AS AN ADDITIONAL INSURED,IF REQUIRED BY WRITTEN CONTRACT OR WRITTEN AGREEMENT,AS PER
ENDORSEMENT CG8810,IN REPSECT TO THE OPERATIONS OF THE NAMED INSURED PERFORMED ON THEIR BEHALF.
CERTIFICATE HOLDER CANCELLATION
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
THE EXPIRATION DATE THEREOF,NOTICE WILL BE DELIVERED IN
City of Spokane Valley ACCORDANCE WITH THE POUCY PROVISIONS.
10210 E Sprague Ave AUTHORIZED REPRESENTATIVE
Spokane Valley WA 99206
5 1988.2015 ACORD CORPORATION. All rights reserved.
ACORD 25(2016/03) The ACORD name and logo are registered marks of ACORD
Customer name: WALL& COMPANY LLC Company: SF Mutual
Address: 18512 E BOW AVE Servicing Agent: JACK PRAXEL
SPOKANE VLY,WA Eff date: 09-02-2021 to 03-02-2022
99016-9783 Description: 2010 FORD F250 SD PICKUP
Policy: 476 3385-0O2-47 VIN: 1 FTSW2BY5AEA88845
Status: PAID ON SFPP SFPP#: 1173441015
Premium/Billing Information
Amount Due: ON SFPP
Total premium: 534.57
Last amount paid: 0.00
Previous premium: 689.67
Premium refund: 0.00
Additional Policy Details
Policy form: 9847A
Coverage Details
The premium amounts shown reflect a six-month policy term.
Code Description Amount
A Liability Coverage 248.30
Bodily Injury Limits
Each Person, Each Accident
$50,000 $100,000
Property Damage Limit
Each Accident
$50,000
P1 Personal Injury Protection Coverage 29.18
(See Policy Schedule for Limits.)
D Comprehensive Coverage-$500 Deductible 54.31
G Collision Coverage-$500 Deductible 170.06
H Emergency Road Service Coverage 4.46
U Underinsured Motor Vehicle Coverage 26.55
Bodily Injury Limits
Each Person, Each Accident
$50,000 $100,000
U1 Underinsured Motor Vehicle Property Damage Coverage 1.71
Limit- Each Accident
$50,000
Total:534.57
Vehicle Details
Year: 2010
Make: FORD
Model: F250 SD
Body Style: PICKUP
VIN: 1 FTSW2BY5AEA88845
MSRP base: 0.00
MSRP additional equip: 0.00
Vehicle Usage
Annual miles: 12,000
Use of vehicle: BUSINESS
Odometer Information
Odometer reading: 123,000
Odometer date: 09-2020
The information on this document is presented for general informational
purposes only and is not intended to serve as a declaration page or policy.
State Farm Mutual Automobile Insurance Company,Bloomington,Illinois