Loading...
HomeMy WebLinkAboutPW07-154 - Original - Transportation Consulting Northwest - 116th Avenue SE Improvements - 03/02/2007 Records Mana- gern6fit% KENT Document WASKING70N CONTRACT COVER SHEET This is to be completed by the Contract Manager prior to submission to City Clerks Office. All portions are to be completed, if you have questions, please contact Mary Simmons, City Clerks Office. Vendor Name: Transportation Consulting Northwest Contract Number: PL ) 07' ' S This is assigned by Mary Simmons Vendor Number: Project Name: 116th Avenue SE Improvements Contract Effective Date: March 1, 2007 Contract Termination Date: March 31, 2007 Contract Renewal Notice (Days): Number of days required notice for termination or renewal or amendment Contract Manager: Mark Madfai Department: Engineering Abstract: The Consultant shall provide technical analysis and design direction for the development of signal revision plans at the intersection of Kent Kangley and 116th Ave. SE. ADCL7832 07102 KENT WA5.1I .10- CONSULTANT SERVICES AGREEMENT between the City of Kent and Transportation Consulting Northwest THIS AGREEMENT is made between the City of Kent, a Washington municipal corporation (hereinafter the "City"), and Transportation Consulting Northwest organized under the laws of the State of Washington, located and doing business at 1607 E Main Street, Auburn, WA 98002, Phone. (253) 931- 0506/Fax (253) 333-2340, Contact Timothy Miller (hereinafter the "Consultant"). L DESCRIPTION OF WORK. Consultant shall perform the following services for the City in accordance with the following described plans and/or specifications- The Consultant shall provide technical analysis and design direction to the City for the development of signal revision plans at the intersection of Kent Kangley and 116th Avenue SE. For a description and schedule, see the Scope of Work which is attached as Exhibits A and C and incorporated by this reference. Consultant further represents that the services furnished under this Agreement will be performed in accordance with generally accepted professional practices in effect at the time those services are performed. II. TIME OF COMPLETION. The parties agree that work will begin on the tasks described in Section I above immediately upon the effective date of this Agreement Upon the effective date of this Agreement, Consultant shall complete the work described in Section I by March 31, 2007. III. COMPENSATION. A. The City shall pay the Consultant, based on time and materials, an amount not to exceed Nine Thousand, Six Hundred Thirty Five Dollars ($9,635 00) for the services described in this Agreement This is the maximum amount to be paid under this Agreement for the work described in Section I above, and shall not be exceeded without the prior written authorization of the City in the form of a negotiated and executed supplemental agreement The Consultant agrees that the hourly or flat rate charged by it for its services contracted for herein shall remain locked at the negotiated rate(s) for a period of one (1) year from the effective date of this Agreement. The Consultant's billing rates shall be as delineated in Exhibit B B The Consultant shall submit monthly payment invoices to the City for work performed, and a final bill upon completion of all services described in this Agreement The City shall provide CONSULTANT SERVICES AGREEMENT- 1 (Under$10,000) , payment within forty-five (45) days of receipt of an invoice. If the City objects to all or any portion of an invoice, it shall notify the Consultant and reserves the option to only pay that portion of the invoice not in dispute. In that event, the parties will immediately make every effort to settle the disputed portion. IV. INDEPENDENT CONTRACTOR. The parties intend that an Independent Contractor- Employer Relationship will be created by this Agreement and that the Consultant 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 V. TERMINATION. Either party may terminate this Agreement, with or without cause, upon providing the other party thirty (30) days written notice at its address set forth on the signature block of this Agreement After termination, the City may take possession of all records and data within the Consultant's possession pertaining to this project, which may be used by the City without restriction. If the City's use of Consultant's records or data is not related to this project, it shall be without liability or legal exposure to the Consultant VI. DISCRIMINATION. In the hiring of employees for the performance of work under this Agreement or any subcontract, the Consultant, its subcontractors, or any person acting on behalf of the Consultant or subcontractor shall not, by reason of race, religion, color, sex, age, sexual orientation, national origin, or the presence of any sensory, mental, or physical disability, discriminate against any person who is qualified and available to perform the work to which the employment relates Consultant shall execute the attached City of Kent Equal Employment Opportunity Policy Declaration, Comply with City Administrative Policy 1 2, and upon completion of the contract work, file the attached Compliance Statement. VII. INDEMNIFICATION. Consultant shall defend, indemnify and hold the City, its officers, officials, employees, agents and volunteers harmless from any and all claims, injuries, damages, losses or suits, including all legal costs and attorney fees, arising out of or in connection with the Consultant's performance of this Agreement, except for that portion of the injuries and damages caused by the City's negligence The City's inspection or acceptance of any of Consultant's work when completed shall not be grounds to avoid any of these covenants of indemnification 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 Consultant and the City, its officers, officials, employees, agents and volunteers, the Consultant's liability hereunder shall be only to the extent of the Consultant's negligence IT IS FURTHER SPECIFICALLY AND EXPRESSLY UNDERSTOOD THAT THE INDEMNIFICATION PROVIDED HEREIN CONSTITUTES THE CONSULTANT'S WAIVER OF IMMUNITY UNDER INDUSTRIAL INSURANCE, TITLE 51 RCW, SOLELY FOR THE PURPOSES OF THIS INDEMNIFICATION THE PARTIES FURTHER ACKNOWLEDGE THAT THEY HAVE MUTUALLY NEGOTIATED THIS WAIVER. The provisions of this section shall survive the expiration or termination of this Agreement. VIII. INSURANCE. The Consultant shall procure and maintain for the duration of the Agreement, insurance of the types and in the amounts described in Exhibit D attached and incorporated by this reference CONSULTANT SERVICES AGREEMENT-2 (Under$10,000) IX. EXCHANGE OF INFORMATION. The City will provide its best efforts to provide reasonable accuracy of any information supplied by it to Consultant for the purpose of completion of the work under this Agreement. X. OWNERSHIP AND USE OF RECORDS AND DOCUMENTS. Original documents, drawings, designs, reports, or any other records developed or created under this Agreement shall belong to and become the property of the City All records submitted by the City to the Consultant will be safeguarded by the Consultant Consultant shall make such data, documents, and files available to the City upon the City's request The city's use or reuse of any of the documents, data and files created by Consultant for this project by anyone other than Consultant on any other project shall be without liability or legal exposure to Consultant. XI. CITY'S RIGHT OF INSPECTION. E ven though Consultant is an independent contractor with the authority to control and direct the performance and details of the work authorized under this Agreement, the w ork in ust in eet t he approval o f the C ity and s hall b e subj ect t o the C ity's general r ight o f inspection to secure satisfactory completion. XH. WORK PERFORMED AT CONSULTANT'S RISK Consultant shall take all necessary precautions and shall be responsible for the safety of its employees, agents, and subcontractors in the performance of the contract work and shall utilize all protection necessary for that purpose. All work shall be done at Consultant's own risk, and Consultant 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. XIII. MISCELLANEOUS PROVISIONS. A. Recyclable Materials. Pursuant to Chapter 3 80 of the Kent City Code, the City requires its contractors and consultants to use recycled and recyclable products whenever practicable. A price preference may be available for any designated recycled product B. Non-Waiver of Breach The failure of the City to insist upon strict performance of any of the covenants and agreements contained in this Agreement, or to exercise any option conferred by this Agreement to one or more instances shall not be construed to be a waiver or relinquishment of those covenants, agreements or options, and the same shall be and remain in full force and effect. C. Resolution of Disputes and Governing Law. This Agreement shall be governed by and construed in accordance with the laws of the State of Washington. If the parties are unable to settle any dispute, difference or claim arising from the parties' performance of this Agreement, the exclusive means of resolving that dispute, difference or claim, shall only be by filing suit exclusively under the venue, rules and jurisdiction of the King County Superior Court, King County, Washington, unless the parties agree in writing to an alternative dispute resolution process. In any claim or lawsuit for damages arising from the parties' performance of this Agreement, each party shall pay all its legal costs and attorney's fees incurred in defending or bringing such claim or lawsuit, in addition to any other recovery or award provided by law, provided, however, nothing in this paragraph shall be construed to limit the City's right to indemnification under Section VII of this Agreement D. Written Notice. All communications regarding this Agreement shall be sent to the parties at the addresses listed on the signature page of the Agreement, unless notified to the contrary Any written notice hereunder shall become effective three (3) business days after the date of mailing by registered or certified mail, and shall be deemed sufficiently given if sent to the addressee at the address stated in this Agreement or such other address as may be hereafter specified in writing CONSULTANT SERVICES AGREEMENT-3 (Under$10 000) E. Assignment. Any assignment of this Agreement by either party without the written consent of the non-assigning party shall be void If the non-assigning party gives its consent to any assignment, the terms of this Agreement shall continue in full force and effect and no further assignment shall be made without additional written consent. F Modification No waiver, alteration, or modification of any of the provisions of this Agreement shall be binding unless in writing and signed by a duty authorized representative of the City and Consultant. G. Entire Agreement. The written provisions and terms of this Agreement, together with any Exhibits attached hereto, shall supersede all prior verbal statements of any officer or other representative of the City, and such statements shall not be effective or be construed as entering into or forming a part of or altering in any manner this Agreement. All of the above documents are hereby made a part of this Agreement. However, should any language in any of the Exhibits to this Agreement conflict with any language contained in this Agreement, the terms of this Agreement shall prevail H. Compliance with Laws. The Consultant agrees to comply with all federal, state, and municipal laws, rules, and regulations that are now effective or in the future become applicable to Consultant's business, equipment, and personnel engaged in operations covered by this Agreement or accruing out of the performance of those operations. IN WITNESS, the parties below execute this Agreement, which shall become effective on the last date entered below. CONSULTANT: CITY OF KENT: 6e0* Y Y� ignature) (signature) Print Name: 7i190 Tue/�i1lGl.��X� Print Name. Larry R Blanchard Its f,QllVeJ Aac._ Its. Public Works Director (Title) (Title) C DATE- _3h y DATE: 5_01 -07 If NOTICES TO BE SENT TO: NOTICES TO BE SENT TO: CONSULTANT: CITY OF KENT: Timothy Miller Larry R. Blanchard Transportation Consulting Northwest City of Kent 1607 E Main Street 220 Fourth Avenue South Auburn, WA 98002 Kent, WA 98032 (253) 931-0506 (telephone) (253) 856-5500(telephone) (253) 333-2340 (facsimile) (253) 856-6500 (facsimile) TCN-116th Signal ModifiLation/Madfai CONSULTANT SERVICES AGREEMENT-4 (Under$10,000) DECLARATION CITY OF KENT EQUAL EMPLOYMENT OPPORTUNITY POLICY The City of Kent is committed to conform to Federal and State laws regarding equal opportunity. As such all contractors, subcontractors and suppliers who perform work with relation to this Agreement shall comply with the regulations of the City's equal employment opportunity policies. The following questions specifically identify the requirements the City deems necessary for any contractor, subcontractor or supplier on this specific Agreement to adhere to An affirmative response is required on all of the following questions for this Agreement to be valid and binding If any contractor, subcontractor or supplier willfully misrepresents themselves with regard to the directives outlines, it will be considered a breach of contract and it will be at the City's sole determination regarding suspension or termination for all or part of the Agreement, The questions are as follows: 1. I have read the attached City of Kent administrative policy number 1.2. 2. During the time of this Agreement I will not discriminate in employment on the basis of sex, race, color, national origin, age, or the presence of all sensory, mental or physical disability. 3 During the time of this Agreement the prime contractor will provide a written statement to all new employees and subcontractors indicating commitment as an equal opportunity employer 4. During the time of the Agreement I, the prime contractor, will actively consider hiring and promotion of women and minorities. 5 Before acceptance of this Agreement, an adherence statement will be signed by me, the Prime Contractor, that the Prime Contractor complied with the requirements as set forth above. By signing below, I agree to fulfill the five requirements referenced above. Dated this �JRO day of F 6yu� , 2oo-7 By: For Tiei�NSPo,2�p,-Eton! �it/JycT c(� Nd�2.?�W�T Title. FR-tN1r-11PA-c._ Date 5A107 EEO COMPLIANCE DOCUMENTS- i CITY OF KENT ADMINISTRATIVE POLICY NUMBER- 1.2 EFFECTIVE DATE: January 1, 1998 SUBJECT- MINORITY AND WOMEN SUPERSEDES: April 1, 1996 CONTRACTORS APPROVED BY Jim White, Mayor POLICY Equal employment opportunity requirements for the City of Kent will conform to federal and state laws. All contractors, subcontractors, consultants and suppliers of the City must guarantee equal employment opportunity within their organization and, if holding Agreements with the City amounting to $10,000 or more within any given year, must take the following affirmative steps: 1. Provide a written statement to all new employees and subcontractors indicating commitment as an equal opportunity employer. 2. Actively consider for promotion and advancement available minorities and women. Any contractor, subcontractor, consultant or supplier who willfully disregards the City's nondiscrimination and equal opportunity requirements shall be considered in breach of contract and subject to suspension or termination for all or part of the Agreement Contract Compliance Officers will be appointed by the Directors of Planning, Parks, and Public Works Departments to assume the following duties for their respective departments. 1. Ensuring that contractors, subcontractors, consultants, and suppliers subject to these regulations are familiar with the regulations and the City's equal employment opportunity policy. 2. Monitoring to assure adherence to federal, state and local laws,policies and guidelines. EEO COMPLIANCE DOCUMENTS-2 CITY OF KENT EQUAL EMPLOYMENT OPPORTUNITY COMPLIANCE STATEMENT This form shall be filled out AFTER COMPLETION of this project by the Contractor awarded the Agreement. I, the undersigned, a duly represented agent of Company, hereby acknowledge and declare that the before-mentioned company was the prime contractor for the Agreement known as that was entered into on the (date) , between the firm I represent and the City of Kent. I declare that I compiled fully with all of the requirements and obligations as outlined in the City of Kent Administrative Policy 1.2 and the Declaration City of Kent Equal Employment Opportunity Policy that was part of the before-mentioned Agreement. Dated this day of , 200 By For. Title: Date: EEO COMPLIANCE DOCUMENTS-3 January 17,2007 Exhibit "A" TCN Scope of Work SR 516 — Kent Kangley Road & 116th Ave SE Traffic Signal Modification Project (#05-3004) General Work Description This contract will include providing technical analysis and design direction needed to support City staff in the development of a full set of signal revision plans at the intersection of SR 516— Kent Kangley Rd & 116th Ave SE The project roadway work will involve adding a 5 lane section to the north leg, and a double left turn lane for the east leg During construction it is planned to close 116th north of Kent Kangley to all but local traffic It is anticipated this will cause most former NB traffic to turn right instead onto Kent Kangley To handle this increase in RT traffic it was initially anticipated that the existing NB RT bypass lane would be widened to two lanes and be converted to signal control It may be possible to avoid signalization of the NB RT, or perhaps keep it only one lane wide Therefore it is proposed that analysis of the PM peak hour LOS for various options of signal timing and volume projections will be accomplished at the outset to confirm or fine tune the interim signal modification design and also evaluate options at 2030 This scope will include this interim signal design Also, this scope includes some modifications that will need to be made to the existing traffic signal system for the new widening such as junction box relocations, traffic signal head relocations, and installation of a new signal head for the double left turn TCAI Tasks 1 TCN analyses will be based upon City-furnished traffic data and signal system files. 2 TCN designs will be based upon City-furnished base mapping and roadway design provided in AutoCAD and plotted format 3. TCN will provide design guidance and review for up to 3 traffic signal design plan sheets in AutoCAD format(Signal Layout, Wiring Schedule and Pole Detail), as well as to stamp and sign the traffic signal design plan sheets 4 TCN will develop project specific traffic signal and related special pro\'isions for inclusion into the project specifications 5. TCN will perform other tasks as directed by the City. All services will be performed on a time &materials basis using the billing rates shown in Exhibit'B" The budget for these services shall not exceed $9,635 00 Exclusions For clarity, listed below are some items which are not included in the scope of work. 1 WSDOT review fees &permitting fees 2. Utility Locates/Premarking 3 Base Topo Preparation 4 Lighting Design 5. Traffic Control Plan preparation 6. Geotechnical TRANSPORTATION CONSULTING NORTHWEST January 16,2007 Exhibit `B" TCN, Inc. Rate Sheet SR 516 — Kent Kangley Road & 1161h Ave SE Traffic Signal Modification Project (#05-3004) Billing Schedule Classifications Wage Rate Principal $45 61/hour Engineer II $21.70/hour Clerical $13.61/hour Overhead Rate 142.75% of DSC Profit: 12 00% of(DSC + OH) Expenses Loaded Rate Mileage: $0.485/mile Direct Expenses: Cost plus 20% Services are billed on an hourly basis once per month. Budget Computation Classification Rate Loaded Rate Hours Cost Principal $47 45 $129 00 60 $7,740 00 Engineer H $23 54 $64 00 25 $1,600 00 Clerical $14 35 $39 00 5 $195 00 $9,535 00 Mileage/Expenses/Printing $100 00 Total $9,635 00 TRANSPORTATION CONSULTING NORTHWEST January 12,2007 Exhibit "C" TCN Schedule of Work SR 516 — Kent Kangley Road & 116'h Ave SE Traffic Signal Modification Project (#05-3004) The following schedule is based on receiving notice to proceed no later than January 19,2007 Percent Complete Plan Submittal Date 65% 1/24/07 95% 2/7/07 100% 2/19/07 TRANSPORTATION CONSULTING NORTHWEST EXHIBIT D INSURANCE REQUIREMENTS FOR CONSULTANT SERVICES AGREEMENTS Insurance The Contractor shall procure and maintain for the duration of the Agreement, insurance against claims for injuries to persons or damage to property which may arise from or in connection with the performance of the work hereunder by the Contractor, their agents, representatives, employees or subcontractors. A. Minimum Scope of Insurance Contractor shall obtain insurance of the types described below: 1. Automobile Liability insurance covering all owned, non-owned, hired and leased vehicles Coverage shall be written on Insurance Services Office (ISO) form CA 00 01 or a substitute form providing equivalent liability coverage If necessary, the policy shall be endorsed to provide contractual liability coverage 2. Commercial General Liability insurance shall be written on ISO occurrence form CG 00 01 and shall cover liability arising from premises, operations, independent contractors, products-completed operations, personal injury and advertising injury, and liability assumed under an insured contract The Commercial General Liability insurance shall be endorsed to provide the Aggregate Per Project Endorsement ISO form CG 25 03 11 85. There shall be no endorsement or modification of the Commercial General Liability insurance for liability arising from explosion, collapse or underground property damage The City shall be named as an insured under the Contractor's Commercial General Liability insurance policy with respect to the work performed for the City using ISO additional insured endorsement CG 20 10 11 85 or a substitute endorsement providing equivalent coverage. 3. Workers' Compensation coverage as required by the Industrial Insurance laws of the State of Washington 4. Professional Liability insurance appropriate to the Consultant's profession. 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$1,000,000 per accident. 2. Commercial General Liability insurance shall be written with limits no less than $1,000,000 each occurrence, $2,000,000 general aggregate and a $1,000,000 products-completed operations aggregate limit c EXHIBIT D (Continued) 3 Professional Liability insurance shall be written with limits no less than $1,000,000 per claim and $1,000,000 policy 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: 1. The Contractor's insurance coverage shall be primary insurance as respect the City Any Insurance, self-insurance, or insurance pool coverage maintained by the City shall be excess of the Contractor's insurance and shall not contribute with it 2. The Contractor's insurance shall be endorsed to state that coverage shall not be cancelled by either party, except after thirty(30) days prior written notice by certified mail, return receipt requested, has been given to the City. 3. The City of Kent shall be named as an additional insured on all policies (except Professional Liability) as respects work performed by or on behalf of the contractor and a copy of the endorsement naming the City as additional insured shall be attached to the Certificate of Insurance The City reserves the right to receive a certified copy of all required insurance policies The Contractor's Commercial General Liability insurance shall also contain a clause stating that coverage shall apply separately to each insured against whom claim is made or suit is brought, except with respects to the limits of the insurer's liability. D. Acceptability of Insurers Insurance is to be placed with insurers with a current AM Best rating of not less than A VII. E. Verification of Coverage Contractor shall furnish the City with original certificates and a copy of the amendatory endorsements, including but not necessarily limited to the additional insured endorsement, evidencing the insurance requirements of the Contractor before commencement of the work. F. Subcontractors Contractor shall include all subcontractors as insureds under its policies or shall furnish separate certificates and endorsements for each subcontractor. All coverages for subcontractors shall be subject to all of the same insurance requirements as stated herein for the Contractor. _ :Z0 - CERTIFICATE OF LIABILITY INSURANCE OP ID DATE(MMIDDM VV) TRANS-1 02/27/07 PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE Lovsted-Worth>_ngton LLC HOLDER THIS CERTIFICATE DOES NOT AMEND,EXTEND OR P 0 Box 625 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW Bothell WA 98041 Phone. 425-486-1291 Fax 425-486-6140 INSURERS AFFORDING COVERAGE NAIC# INSURED INSURERA Mutual of Enumclaw 14761 INSURER B Trans ortation Consulting NW INSURER p 1607 E Main St NsuRERO Auburn WA 98002 INSURER E COVERAGES THE POLICIES CF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED NOTWITHSTANDING ANY REOUIREMENT 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 15 SUBJECT TO ALL THE TERMS EXCLUSIONS AND CONDITIONS OF SUCH POLICIES AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS rNSIR DD POLICY NUMBER TIVE P M PIRA LIMITS LTR NSR TYPE OF INSURANCE DATE MM/DD/YY DATE MM�DDlYV GENERAL LIABILITY EACH OCCURRENCE $ 1 r 000 r 000 I-PAMAA X X COMMERCIAL GENERAL LIABILITY B042124 01/15/07 01/15/081 PREMISE occur ...) $5OrD0O CLAIMS MADE EK OCCUR MED EXP(Any one person) $10 r 000 X Stop Gap PERSONAL&AOV INJURY $ 1 r 000 r 000 GENERAL AGGREGATE s2,000,000 GEN L AGGREGATE LIMIT APPLIES PER PRODUCTS-COMP/OP AGG s2,000,000 X JECT POLICY PRO- LOD AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT $1D00DOD A X ANY AUTO CP80042654 01/15/07 01/15/08 (Ea accident) ALL OWNED AUTOS BODILY INJURY $ SCHEDULED AUTOS (Per person) HIRED AUTOS BODILY INJURY $ NON-OWNED AUTOS (Per accident) I PROPERTY DAMAGE $ (Per accident) GA RAGE LIABILITY AUTO CNLV-EA ACCIDENT $ ANYAUTO OTHER THAN EA ACC $ AUTO CNLY AGG $ EXCESSIUMBRELLA LIABILITY EACH OCCURRENCE $ OCCUR CLAIMS MADE AGGREGATE $ DEDUCTIBLE $ RETENTION $ $ WORKERS COMPENSATION AND TORY LIMITS I ER EMPLOYERS'LIABILITY ANY PROPRIETOR/PARTNERIEXECUTIVE E L EACH ACCIDENT $ OFFIC'e RJAEMBER EXCLUDED? EL DISEASE-EA EMPLOYEE $ If yes ALPRdescribe under SPECIAL PROVISIONS below I E L DISEASE-POLICY LIMIT 1$ OTHER DESCRIPTION OF OPERATIONS I LOCATIONS/VEHICLES I EXCLUSIONS ADDED BY ENDORSEMENT I SPECIAL PROVISIONS re: project #05-3004 SR516 Kent Kangley Rd & 116th Ave SE Traffic Signal modification. Certificate Holder is an Additional Insured per form BP04 50 01 97 attached REVISION OF CERTIFICATE ISSUED 2/9/07 CERTIFICATE HOLDER CANCELLATION CITYK02 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION CITY OF KENT DATE THEREOF,THE ISSUING INSURER WILL ENDEAVOR TO MAIL 30 DAYS WRITTEN Public Works Dept NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT,BUT FAILURE TO DO SO SHALL Attn: Nancy Yoshitake 400 W GOWe St IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER,ITS AGENTS OR Kent WA 98032 REPRESENTATIVES ALIT REP RESE TATIVE i ACORD 25(2001/08) v ©ACORD CORPORATION 1988 Client#• 21358 TCN ACORD,k CERTIFICATE OF LIABILITY INSURANCE 02/281o,°A""' PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION Kibble&Prentice,a USI Company ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE 601 Union Street,Suite 1000 HOLDER THIS CERTIFICATE DOES NOT AMEND,EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW Seattle,WA 98101 206 441-6300 INSURERS AFFORDING COVERAGE NAIC# INSURED INSURER St Paul Insurance Company of IL 24805 TCN,Inc.dba: INSURER B Transportation Consulting Northwest INSURER 1607 E. Main Street INSURER D Auburn,WA 98002 INSURER E COVERAGES 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 AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS INSR ADD' POLICYEFFECTIVE POLICY EXPIRATION LTR INSRN TYPE OF INSURANCE POLICY NUMBER DATE MMIDO DATE MMIDDlYY LIMITS GENERAL LIABILITY EACH OCCURRENCE $ COMMERCIAL GENERAL LIABILITY DAMAGE TO RENTEDPREMISES I occurrence) $ CLAIMS MADE OCCUR MED EXP(Any one person) $ PERSONAL&ADV INJURY $ GENERAL AGGREGATE $ GEN'L AGGREGATE LIMIT APPLIES PER PRODUCTS-COMPIOP AGG $ POLICY PRO- LOC JECT AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT ANY AUTO (Ea accident) $ ALLOWNEDAUTOS BODILY INJURY $ SCHEDULED AUTOS (Per person) HIRED AUTOS BODILY INJURY $ NON-OWNED AUTOS (Per accident) PROPERTY DAMAGE $ (Par accidenq GARAGE LIABILITY AUTO ONLY-EA ACCIDENT S ANY AUTO OTHER THAN EA ACC S AUTO ONLY AGG S EXCESSIUMBRELLA LIABILITY EACH OCCURRENCE $ OCCUR CLAIMS MADE AGGREGATE $ DEDUCTIBLE IS RETENTION $ $ WORKERS COMPENSATION AND WC STATU- OTH- ER EMPLOYERS LIABILITY E L EACH ACCIDENT $ ANY PROPRIETOR,'ARTNER/EXECUTIVE OFFICEPJMEMBER EXCLUDED? EL DISEASE-EA EMPLOYEE S If yes descnbe under SPECIAL PROVISIONS below BE DISEASE-POLICY LIMIT S A OTHER Professional QP03802214 10/15/06 10/15107 $1,000,000 per claim Liability $2,000,000 annl aggr DESCRIPTION OF OPERATIONS/LOCATIONS I VEHICLES I EXCLUSIONS ADDED BY ENDORSEMENT SPECIAL PROVISIONS RE Project No 053004; Project Name Kent Kangley Road&116th Ave SE Traffic Signal Modification-SR516 CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION City of Kent DATE THEREOF,THE ISSUING INSURER WILL ENDEAVOR TO MAIL 45 DAYS WRITTEN Public Works Department NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT,BUT FAILURE TO DO 50 SHALL Attn Nancy Yoshitake IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER,ITS AGENTS OR 400 W Gowe Street REPRESENTATIVES Kent,WA 98032 AUTHORIZED REPRESENTATIVE ACORD 25(2009/06)1 of 2 #S2101681M210145 6MOJU © ACORD CORPORATION 1988 6 IMPORTANT If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must be endorsed A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s) 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) DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s), authorized representative or producer,and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon ACORD 25•S(2001108) 2 of 2 #S210168/M210145 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - BP 04 so of 97 OWNERS, LESSEES OR BUSINESSOWNERS CONTRACTORS POLICY NUMBER: This endorsement modifies Insurance provided under the following: BUSINESSOWNERS POLICY SCHEDULE' Name Of Person Or Organization: 'Information required to complete this Schedule, if not shown on this endorsement, will be shown in the Declarations. The following Is added to Paragraph C Who Is An Insured in the Buslnessowners Liability Coverage Form, 4. Any person or organization shown in the Schedule is also an insured, but only with respect to liability arising out of your ongoing operations performed for that insured. Copyngh4 Insurance Services Oft, Inc., 1997