Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
24-128.00FishWindowCleaningWindowCleaningAtCenterPlace
Contract No, 24-128 CONSTRUCTION AGREEMENT <Fish Window Cleaning Tuts CONSTRUCTION AGREEMENT (the"Agreement") is made by and between the City of Spokane Valley.a code City of the Stale of Washington("City")and Fish Window Cleaning("Contractor") jointly referred to as the"Parties". IN CONSIDERATION of the terms and conditions contained herein the Parties agree as follows: I.Work to Re 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 cleaning the windows at CenterPlace(the"Work") in accordance with the Scope of Work outlined in Exhibit A 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 fur Performance. Contractor shall commence the Work within I0 days of receipt of the executed copy of this Agreement and shall complete the Work within the times specified in the Contract Documents, as may he 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$300.00 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 ot herwise 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$2,550.00, plus Washington State Sales Tax of (if t`%m.Iru lion,t reonenl Page 1 of 9 applicable), based on the bid submitted by Contractor(Exhibit A), 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: Marti Patterson, City Clerk Name: Fish Window Cleaning Phone: (509) 720-5000 Phone: 509-919-3138 Address: 10210 East Sprague Avenue Address: 2721 N Van Marter Rd Spokane Valley. WA 99206 Spokane Valley, WA 99206 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 ReeardingDebarment, Suspension, and Other Responsibility Matters — Primary Covered Transactions. A. By executing this Agreement, the Contractor certifies to the best of its knowledge and belief, that it and its principals: I. Arc 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. Arc 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 (AX2)of this certification;and 4. i lave 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. I i Agreement Page 2 ot'9 9. Prevailing 1;'ae4.'s on Public Works. Contractor,any subcontractor,or other person doing work under this Agreement,shall comply with the requirements of chapter 39.12 ItCW,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 Departniern of Labor and Industries("i.&1"). If employing labor in a class not shown. Contractor shall request a determination of the correct wage rate fur 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 u hit 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 wcbsite address: https://Ini a.g vlliCsr>sine-p rmils/public-works-projects/prevailing-wage-rates£ 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 Deparunent 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 Partici. 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 arc performed is solely within the discretion of Contractor. Any and all employees who provide services to City tinder 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. MI 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 nil 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 dale 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 %,,,ork or materials.Contractor shall. within the warranty period, remedy the same at no cost or expense to l'rmlitwl on,lercanomt t'asti,3 of tits. This warranty provision shall not be construed to establish a period of liluiWtion with respect to Cotnt tcior's other obligations under this Agrccnrcrtt. 1.1.Contractor to Ile licensed rind Minded. Contractor shall be duly lick,registered,and bonded by the State of Wayhin ton at all times this Agrc anent is in effect. 15,Contractor to I'm%hie lierlorm:tncr and I':rti;,rent Minds. 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 ma) elect to have the City retain 10%of the Agreement amount in lieu of providing the City ith a pad mcm bond and a perlimutmce bond,pursuant to RCW 39_08.0I 0(3). 16. Insurance. Contractor shall procure and maintain insurance, as required in this Section, without interruption from commencement of the Contractor's work trough the term of the Contract and for 30 days alter the physical completion date, unless otherwise indicated herein. A. n p MIL ne of Insu1n c. 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 Insuninec Services°thce(ISO) form CA 00 01. 2.Commercial general liability insurance shall be at kust as broad as ISO occurrence Iona CCi (1) 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 a >.tegate limit. using ISO form CO 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 properly damage, the City shall be named as an additional insured under the Contractor's Commercial General Liability insurance policy with respect to the ►,ork 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. W►wkcr,' 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 acne less than S1,000,000 per accident. 2. Commercial general liabilitrr insurance shall be written with limits no less than $2.000.000 each occurrence.S2,000,000 general aggregate,and no less than a S2.000,0(10 produclti-completed operations aggregate limit. C. Other Insurance Provisiem. The insurance policies are to contain, or be endorsed to contain. the following provisions for automobile liability and commercial general liability irtsiiranee: u.II,.,I -ui.lflccrne r 1'owc4014 I. Ctmlraelor'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 fcmnat 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 shoats above. City shall be insured for the full available limits of commercial general and excess or umbrella liabilit} maintained by. Contractor, irrespective of whether such limits maintained by Contractor are greater than those required by this Agreement or whether any certificate or insurance furnished to the City,evidences limits of liability lower than those maintained by Contraetor. 4. Failure on Ole 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 live 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 mid 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. F. 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 gf C'ove 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 B. The cenificateslrall specify all of the parties who arc additional insureds, and shall include applicable policy endorsements, and the deduction or retention level, Insuring companies or entities arc 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 at 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 or the City,o l'sci against funds due Contractor from the City. H. 50husixr.petor 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 limits of coverage required to be obtained by subcontractors. Contractor shall ensure that the City is an additional insured en each subcontractor's Commercial General liability insurance policy t on,nnution AriMkirt Page 5 of 9 using an endorsement as least as broad as ISO CG 20 10 10 01 for ongoing operations and GG 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 ofthis 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 constnued to be a waiver of such provisions nor shall it affect the validity of this Agreement or any part thereof. 19. Assientnenl and Ucleeation. 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 cif 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 Slate of Washington liar Spokane County, unless otherwise required by applicable federal or state law. 22. Costs and Attornev's Fees. The prevailing party in any litigation or arbitration arising out of this Agreement shall be entitled to its attorney's fees and costs of such litigation or arbitration(including expert witness fees). 23. Subcontractor Respnnsibilitt. 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.R7 RCW. This verification requirement shall be included in every subcontract of every tier. l'n�i,aru�ricm Atrre nrrm Page b of 24.Jurisdiction and Venue.This Agreement is entered into in Spokane County,Washington. Venue shall be in Spokane County,State of Washington. 25. Entire Agreement. This Agreement constitutes the entire and complete agreement between the parties and supersedes any prior oral or written agreements. This Agreement may not be changed, modified, or altered except in writing signed by the Parties. 26. 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. 27, Business ReEistration. 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. 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, below ("Pertinent Non-Discrimination Authorities") relative to non-discrimination in federally-assisted programs as adopted or amended From time-to-time, which arc 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. F. 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 he appropriate,including, but not limited to: Con.truction Agreement Page 7 of 9 I. Withholding payments to Contractor under the Agreement until Contractor complies; and/or 2. Cancelling, terminating,or suspending the Agreement, in whole or in part. F. Incorporation_of Provisions. Contractor shall include the provisions of Section 28 of this Agreement 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 hut 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:and 49 Part 26: 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 l lighway Act of 1973,(23 U.S.C. §324 el seq.), (prohibits discrimination on the basis of sex); Section 504 of the Rehabilitation Act of 1973. (29 U.S.C. §794 el 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 U.S.C. §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 arc Federally funded or not); Titles 11 and Ill 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.G. §§I2131- t ohtrusnun Arnrmrnt Puec 8 of 9 12189)as implemented by i)epartrttent of Transportation regulations at 49 C.F.R. parts 37 and 38: The Federal Aviation Administrations Non-discrimination statute (49 ll.S.C. §47123) (prohibits discrimination on the basis of race,color, national origin,and sex); 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; E:xe:utive 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 oractivities(20 tJ.S.C.§168I et seq.). 29. 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 outer section.sentence.clause,or phrase of this Agreement. 10, Exhibits. Exhibits attached and incorporated into this Agreement are: A. Scope of Work/Cost Statement 13. Insurance Endorsements C. email stating requesting withhold retainagc per Ci tse I s 1`he Parties have executed this Agreement this day of L 2024. V CITY OF SPOKANE VALLEY: Contractor: 1 Jolt I Initman.City Ma gee By: c,744e6 htrV:ru Its: Authorized Representative Arrttt)V f.1) AS TO FORM: Offi i to tty tornev i•iiarueluorl.1}rev rrt4rrt ragc9„f9 rWINDOW JpoKane valley, VVH, CLEANING BRHTEN YOUR WORLD (509) 919-3138 fax: (509) 321-7623 COMMERCIAL/RESIDENTIAL*FULLY INSURED*FREE ESTIMATES ESTIMATE FOR SERVICE Date 6/27/24 Phone (0): (509)701-1954 (H): 0 Customer/Location Name Center Place (City of Spokane Valley) Phone(cont.) (C):0 (F):0 Contact Name Preston Walker Email (P):0 (W):pwalker@spokanevalley.org Address 2426 North Discovery Place A/P Contact Spokane,WA 99216 Store# 0 Referral Source 0 DESCRIPTION OF SERVICES PRICE INCLUDES WIPING ALL SILLS Clean all windows and glass in doors,inside and out.Wipe sills,remove and wipe any screens.Hard Water removal is additional and charged @$75 per man hr. Window Cleaning I/O-$2550.00 Recommended Frequency: ESTIMATE DOES NOT INCLUDE PAINT,FOREIGN SUBSTANCE,HARD WATER OR CHEMICAL STAIN REMOVAL UNLESS NOTED ABOVE ESTIMATED COST PER CLEANING Ground$ Off Ground$ Total $ 2,550.00 Plus Tax Payment Method: Cash X Billed Credit Card Net 10 (if applicable) EQUIPMENT: FF,LDRex32,LDRItIG,LDRstk 4 Pieces,RZ,WFPL,WPad Estimate Rain Route _Ledger other Received By: Estimated By: rarr-cnru I VISA I How are we doing? Please visit us online at www.fishwindowcleaning.com to provide feedback. Individually Owned and Operated L_Ai Mull U ACORO® CERTIFICATE OF LIABILITY INSURANCE DATE(MM/DD/YYYY) L..------ 06/27/2024 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT NAME: M Savage ASSOCIATED AGENTS GROUP PH /c°.No.Ext): (509)928-7528 (a/c,No): (509)924-4788 E-MPO Box 13008 ADDRESS: gwilliams(a)aagi.us Spokane Valley,WA 99213 INSURER(S)AFFORDING COVERAGE _ NAIC# INSURER A: General Insurance Company of America 24732 INSURED INSURER B: Ohio Security Insurance Company 24082 Osist INC. INSURER C: The Ohio Casualty Insurance Company 24074 DBA. Fish Window Cleaning INSURERD: 2721 N Van Marter,suite 5 INSURERE: Spokane,WA 99206 INSURER F: COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR ADDL SUBR POLICY EFF POLICY EXP POLICY NUMBER (MM TYPE OF INSURANCE LTR �CISD WVD /DD/YYYY) (MM DD/YYYY) LIMITS COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 DAMAGE TED CLAIMS-MADE X OCCUR PREMISESO(Ea occurrence) $ 1,000,000 MED EXP(Any one person) $ 15,000 A X X BWG65146295 09/02/2023 09/02/2024 PERSONAL&ADV INJURY $ 1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 2L000,000 POLICY X JECOT LOC PRODUCTS-COMP/OP AGG $ 2,000,000 OTHER: $ AUTOMOBILECOMBINED SINGLE LIMIT LIABILITY $ 1,000,000 (Ea accident) ANY AUTO BODILY INJURY(Per person) $ B AOWNED UTOS ONLY X AUTOSULED X X BAS65146295 09/02/2023 09/02/2024 BODILY INJURY(Per accident) $ XHIRED NON-OWNED PROPERTY DAMAGE $ AUTOS ONLY AUTOS ONLY (Per accident) $ X UMBRELLA LIAB X OCCUR EACH OCCURRENCE $ 1,000,000 C EXCESS LIAB CLAIMS-MADE X X US065146295 09/02/2023 09/02/2024 AGGREGATE $ 1,000,000 DED RETENTION$ $ WORKERS COMPENSATION PER OTH- AND EMPLOYERS'LIABILITY STATUTE ER Y/N ANY PROPRIETOR/PARTNER/EXECUTIVE E.L.EACH ACCIDENT $ 1,000,000 A OFFICER/MEMBER EXCLUDED? N/A BWG65146295-WA STOP GAP 09/02/2023 09/02/2024 (Mandatory in NH) E.L.DISEASE-EA EMPLOYEE $ 1,000,000 If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ 1,000,000 DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES (ACORD 101,Additional Remarks Schedule,may be attached if more space is required) Certificate Holder also listed as Additional Insured. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE City of Spokane Valley THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. 10210 E Sprague Ave Spokane Valley,WA 99206 AUTHORIZED REPRESENTATIVE 7 1a _ 1 ©1988- 015 ACORD CORPORATION. All rights reserved. ACORD 25(2016/03) The ACORD name and logo are registered marks of ACORD Exhibit C From: onixon4 fishwindowcleaning.com To: Deanna Horton Subject: Center Place Window Cleaning Contract Date: Thursday,June 27,2024 10:04:08 AM Attachments: imaoe001.ioq imaoe002.pnq imaoe003.pnq image004.pnq imaoe005.pnq imaoe006.pnq imaoe007.pnq Fish Window Cleaning Estimate-Center Place(City of Spokane Vallev).pdf Fish Window Cleaning COI City of Spokane Valley.odf Fish Window Cleaning Signed Contract.pdf [EXTERNAL] This email originated outside the City of Spokane Valley.Always use caution when opening attachments or clicking links. Hi Deanna, I hope you're off to a great Thursday. I really apologize for the delay. Attached is an updated estimate, COI, and signed contract for the city. We are okay with the retainage requirements. Please let me know if you have any questions or need anything adjusted. Thank you, have a great day. Greg Nixon Fish Window Cleaning a P 509.919.3138 I C 253.306.1273 I F 509.321.7623 2721 N Van Marter, suite 5 Spokane, WA 99206 Independently Owned and Operated Fish Window Cleaning® Franchise website I facebook I twitter I pay your bill I loin our team