Loading...
HomeMy WebLinkAboutPW09-062 - Original - Accu-Comm, Inc. - Relocate Backup SCADA System - 02/09/2009 Records M -anageme KENT Document , > WASHINGTOH 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 City Clerk's Office. Vendor Name: dew ` Lim' Vendor Number: ]D Edwards Number Contract Number: EKID9-0G7i This is assigned by City Clerk's Office Project Name: �� ���-L�/�D�_, Description: ❑ Interlocal Agreement ❑ Change Order ❑ Amendment ❑ Contract N�Other: f k) vu :: � Contract Effective Date: ak 9 ao� y Termination Date: "44"lr) 01 Od 9 Contract Renewal Notice (Days): Number of days required notice for termination or renewal or amendment Contract Manager: Department:Department: .,c.,�!��rJd � * J A)� Detail: (i.e. address, location, parcel number, tax id, etc.): S Public\RecordsManagement\Forms\ContractCover\adcc7832 1 11/08 s KENT WP5 HI..TON PUBLIC WORKS AGREEMENT between City of Kent and Accu-Comm, Inc. THIS AGREEMENT is made by and between the City of Kent, a Washington municipal corporation (hereinafter the "City"). and Accu-Comm, Inc organized under the laws of the State of Washington, located and doing business at 17428 State Route 9 PMB 4122, Snohomish, WA 98296, Phone- (800) 404-9334/Fax• (360) 668-6761, Contact: Dave Bmgaman (hereinafter the "Contractor"). AGREEMENT The parties agree as follows: I. DESCRIPTION OF WORK. Contractor shall perform the following services for the City in accordance with the following described plans and/or specifications- Contractor shall supply all the necessary labor and materials to relocate the backup SCADA C PP Y t`Y P System from the PWOps present location at 5821 South 2401' Street to the City Training Center/Fire Station #74 located at 24611 116'' Avenue SE in Kent. For a detailed description of the complete scope of work, refer to Exhibit A which is attached and incorporated into this agreement by this reference. Contractor further represents that the services furnished under this Agreement will be performed in accordance with generally accepted professional practices in effect at the time such services are performed. II. TIME OF COMPLETION. The parties agree that work will begin on the tasks described in Section I above immediately upon execution of this Agreement. Upon the effective date of this Agreement, Contractor shall complete the work described in Section I by February 28, 2009 III. COMPENSATION. The City shall pay the Contractor a total amount not to exceed five thousand six hundred five dollars and 501100 ($5,605.50), plus any applicable Washington State Sales Tax, for the work and services contemplated in this Agreement. The City shall pay the Contractor fifty percent (50%) of the Contract amount upon completion and acceptance of the work by the City, and the remainder upon fulfillment of the conditions listed below and throughout this Agreement. A. No Performance Bond. Because this contract, including applicable sales tax, is less than $25,000. and pursuant to Chapter 39 08 RCW, the Contractor, in lieu of providing the City a performance bond, has elected to have the owner retain the final fifty percent (50%) of the Contract amount for a period of sixty (60) days after the date of final acceptance, or until receipt of all necessary releases from the State Department of Revenue and the State Department of PUBLIC WORKS AGREEMENT- 1 (Under SIOK and Vo Performance Bond) Labor & Industries and until settlement of any liens filed under Chapter 60.28 RCW, whichever is later B Defective or Unauthorized Work. The City reserves its right to withhold payment from Contractor for any defective or unauthorized work. Defective or unauthorized work includes, without limitation. work and materials that do not conform to the requirements of this Agreement, and extra work and materials furnished without the City's written approval. If Contractor is unable, for any reason, to satisfactorily complete any portion of the work, the City may complete the work by contract or otherwise, and Contractor shall be liable to the City for any additional costs incurred by the City. "Additional costs" shall mean all reasonable costs, including legal costs and attorney fees, incurred by the City beyond the maximum Contract price specified above. The City further reserves its right to deduct the cost to complete the Contract work, including any Additional Costs, from any and all amounts due or to become due the Contractor. C. Final Payment: Waiver of Claims. THE CONTRACTOR'S ACCEPTANCE OF FINAL PAYMENT (EXCLUDING WITHHELD RETAINAGE) SHALL CONSTITUTE A WAIVER OF CONTRACTOR'S CLAIMS, EXCEPT THOSE PREVIOUSLY AND PROPERLY MADE AND IDENTIFIED BY CONTRACTOR AS UNSETTLED AT THE TIME FINAL PAYMENT IS MADE AND ACCEPTED. IV. INDEPENDENT CONTRACTOR. The parties intend that an Independent Contractor- Employer Relationship will be created by this Agreement and that the Contractor has the ability to control and direct the performance and details of its work, the City being interested only in the results obtained under this Agreement. V. TERMINATION. The City may terminate this Agreement for good cause. "Good cause" shall include, without limitation, any one or more of the following events: A. The Contractor's refusal or failure to supply a sufficient number of properly skilled workers or proper materials for completion of the Contract work. B. The Contractor's failure to complete the work within the time specified in this Agreement. C. The Contractor's failure to make full and prompt payment to subcontractors or for material or labor. D. The Contractor's persistent disregard of federal, state or local laws, rules or regulations. E. The Contractor's filing for bankruptcy or becoming adjudged bankrupt. F. The Contractor's breach of any portion of this Agreement. If the City terminates this Agreement for good cause, the Contractor shall not receive any further money due under this Agreement until the Contract work is completed. After termination, the City may take possession of all records and data within the Contractor's possession pertaining to this project which may be used by the City without restriction VI. PREVAILING WAGES. Contractor shall file a"Statement of Intent to Pay Prevailing Wages," with the State of Washington Department of Labor & Industries prior to commencing the Contract work. PUBLIC WORKS AGREEMENT-2 (Under$IOK and No Performance Bond) Contractor shall pay prevailing wages in effect on the date the bid is accepted or executed by Contractor, and comply with Chapter 39.12 of the Revised Code of Washington, as well as any other applicable prevailing wage rate provisions. The latest prevailing wage rate revision issued by the Department of Labor and Industries is attached. VII. CHANGES. The City may issue a written change order for any change in the Contract work during the performance of this Agreement. If the Contractor determines, for any reason, that a change order is necessary, Contractor must submit a written change order request to the person listed in the notice provision section of this Agreement, section XV(D), within fourteen (14) calendar days of the date Contractor knew or should have known of the facts and events giving rise to the requested change. If the City determines that the change increases or decreases the Contractor's costs or time for performance, the City will make an equitable adjustment The City will attempt, in good faith, to reach agreement with the Contractor on all equitable adjustments However, if the parties are unable to agree, the City will determine the equitable adjustment as it deems appropriate. The Contractor shall proceed with the change order work upon receiving either a written change order from the City or an oral order from the City before actually receiving the written change order If the Contractor fails to require a change order within the time specified in this paragraph, the Contractor waives its right to make any claim or submit subsequent change order requests for that portion of the contract work If the Contractor disagrees with the equitable adjustment, the Contractor must complete the change order work; however, the Contractor may elect to protest the adjustment as provided in subsections A through E of Section VIII, Claims. below The Contractor accepts all requirements of a change order by: (1) endorsing it, (2) writing a separate acceptance, or (3) not protesting in the way this section provides. A change order that is accepted by Contractor as provided in this section shall constitute full payment and final settlement of all claims for contract time and for direct, indirect and consequential costs, including costs of delays related to any work, either covered or affected by the change. VIII. CLAIMS. If the Contractor disagrees with anything required by a change order, another written order, or an oral order from the City, including any direction, instruction, interpretation, or determination by the City, the Contractor may file a claim as provided in this section. The Contractor shall give written notice to the City of all claims within fourteen (14) calendar days of the occurrence of the events giving rise to the claims, or within fourteen (14) calendar days of the date the Contractor knew or should have known of the facts or events giving rise to the claim, whichever occurs first . Any claim for damages, additional payment for any reason, or extension of time, whether under this Agreement or otherwise, shall be conclusively deemed to have been waived by the Contractor unless a timely written claim is made in strict accordance with the applicable provisions of this Agreement. At a minimum, a Contractor's written claim shall include the information set forth in subsections A, items 1 through 5 below. FAILURE TO PROVIDE A COMPLETE, WRITTEN NOTIFICATION OF CLAIM WITHIN THE TIME ALLOWED SHALL BE AN ABSOLUTE WAIVER OF ANY CLAIMS ARISING IN ANY WAY FROM THE FACTS OR EVENTS SURROUNDING THAT CLAIM OR CAUSED BY THAT DELAY. A. Notice of Claim. Provide a signed written notice of claim that provides the following information: 1. The date of the Contractor's claim; 2. The nature and circumstances that caused the claim; 3. The provisions in this Agreement that support the claim; PUBLIC WORKS AGREEMENT-3 (Under$10K and No Performance Bond) 4. The estimated dollar cost, if any, of the claimed work and how that estimate was determined, and 5. An analysis of the progress schedule showing the schedule change or disruption if the Contractor is asserting a schedule change or disruption. B. Records. The Contractor shall keep complete records of extra costs and time incurred as a result of the asserted events giving rise to the claim. The City shall have access to any of the Contractor's records needed for evaluating the protest. The City will evaluate all claims, provided the procedures in this section are followed. If the City determines that a claim is valid, the City will adjust payment for work or time by an equitable adjustment. No adjustment will be made for an invalid protest C. Contractor's Duty to Complete Protested Work. In spite of any claim, the Contractor shall proceed promptly to provide the goods, materials and services required by the City under this Agreement D. Failure to Protest Constitutes Waiver. By not protesting as this section provides, the Contractor also waives any additional entitlement and accepts from the City any written or oral order (including directions, instructions, interpretations, and determination). E. Failure to Follow Procedures Constitutes Waiver. By failing to follow the procedures of this section, the Contractor completely waives any claims for protested work and accepts from the City any written or oral order (including directions, instructions, interpretations, and determination). IX. LIMITATION OF ACTIONS. CONTRACTOR MUST, IN ANY EVENT, FILE ANY LAWSUIT ARISING FROM OR CONNECTED WITH THIS AGREEMENT WITHIN 120 CALENDAR DAYS FROM THE DATE THE CONTRACT WORK IS COMPLETE OR CONTRACTOR'S ABILITY TO FILE THAT CLAIM OR SUIT SHALL BE FOREVER BARRED. THIS SECTION FURTHER LIMITS ANY APPLICABLE STATUTORY LIMITATIONS PERIOD. X. DISCRIMINATION. In the hiring of employees for the performance of work under this Agreement or any sub-contract, the Contractor, its sub-contractors, or any person acting on behalf of the Contractor or sub-contractor shall not, by reason of race, religion, color, sex, age, sexual orientation, national origin, or the presence of any sensory, mental, or physical disability, discriminate against any person who is qualified and available to perform the work to which the employment relates. Contractor 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. XI. INDEMNIFICATION. Contractor 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 Contractor'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 Contractor's work when completed shall not be grounds to avoid any of these covenants of indemnification. PUBLIC WORKS AGREEMENT-4 (Under$IOK and No Performance Bond) 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, agents 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 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. XII. INSURANCE. The Contractor shall procure and maintain for the duration of the Agreement, insurance of the types and in the amounts described in Exhibit B attached and incorporated by this reference XIII. WORK PERFORMED AT CONTRACTOR'S RISK. Contractor 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 Contractor's own risk, and Contractor shall be responsible for any loss of or damage to materials, tools, or other articles used or held for use in connection with the work. XIV. MISCELLANEOUS PROVISIONS. A. Recyclable Materials. Pursuant to Chapter 3.80 of the Kent City Code, the City requires its contractors and consultants to use recycled and recyclable products whenever practicable. A price preference may be available for any designated recycled product. B. Non-Waiver of Breach. The failure of the City to insist upon strict performance of any of the covenants and agreements contained in this Agreement, or to exercise any option conferred by this Agreement in one or more instances shall not be construed to be a waiver or relinquishment of those covenants, agreements or options, and the same shall be and remain in full force and effect. C. Resolution of Disputes and Governing Law. This Agreement shall be governed by and construed in accordance with the laws of the State of Washington If the parties are unable to settle any dispute, difference or claim arising from the parties' performance of this Agreement, the exclusive means of resolving that dispute, difference or claim, shall only be by filing suit exclusively under the venue, rules and jurisdiction of the King County Superior Court, King County, Washington, unless the parties agree in writing to an alternative dispute resolution process In any claim or lawsuit for damages arising from the parties' performance of this Agreement, each party shall pay all its legal costs and attorney's fees incurred in defending or bringing such claim or lawsuit, 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 XII of this Agreement. PUBLIC WORKS AGREEMENT-5 (Under$1OK and No Performance Bond) D. Written Notice. All communications regarding this Agreement shall be sent to the parties at the addresses listed on the signature page of the Agreement, unless notified to the contrary Any written notice hereunder shall become effective three (3) business days after the date of mailing by registered or certified mail, and shall be deemed sufficiently given if sent to the addressee at the address stated in this Agreement or such other address as may be hereafter specified in writing. E. Assignment. Any assignment of this Agreement by either party without the written consent of the non-assigning party shall be void. If the non-assigning party gives its consent to any assignment, the terms of this Agreement shall continue in full force and effect and no further assignment shall be made without additional written consent. F. Modification. No waiver, alteration, or modification of any of the provisions of this Agreement shall be binding unless in writing and signed by a duly authorized representative of the City and Contractor. 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 Contractor agrees to comply with all federal, state, and municipal laws, rules, and regulations that are now effective or in the future become applicable to Contractor'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. CONTRACTOR: CITY OF KENT: t (srgnat e) (+ature) Print Name: r;c Print Name: Donald Millett Its Its: Public Works Operations Manager (Tide) i ` �,r1e) DATE: Z -a -�o�s DATE: � // D NOTICES TO BE SENT TO: NOTICES TO BE SENT TO: CONTRACTOR: CITY OF KENT: Dave Bingaman, General Manager Mr Bob Tollefson, Accu-Comm, Inc Public Works Operations 17428 State Route 9 PMB #122 City of Kent Snohomish, WA 98296 220 Fourth Avenue South Kent, WA 98032 (800) 404-9334 (telephone) (360) 668-6761 (facsimile) (253) 856-5600 (telephone) (253) 856-6600 (facsimile) Accu-CommContracttoRelocateBackupSCADASystemP W OpstoTrammgCenter2/09 PUBLIC WORKS AGREEMENT-6 (Under$IOK and No Performance Bond) 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: I. 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 day of �uAir , 200 ' By: ell 1�+��i� ) For: -e.9e- N - G6ru97 Zi1r G. Title: T Date: Z•-A- — o 9 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 termmation 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 complied 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 PUBLIC WORKS Larry R Blanchard, Director ENGINEERING DIVISION Tim Laporte, City Engineer KENT Phone 253-856-5500 WASHINGTON Fax 253-856-6500 OPERATIONS DIVISION Don Mdlett, Manager Phone 253-856-5600 Fax 253-856-6600 Mailing Address 220 Fourth Avenue South Kent, WA 98032-5895 Location Address 5821 South 240th 2009 Backup S.C.A.D.A System Relocation Scope of Work Project Location Fire Station and Training Facility#74 Located at 24611 116t Ave Se, Kent, Washington Contractor: Accu.Comm, Inc. 9504 189th Street, SE, Snohomish, Washington 98296 Scope of Work The contractor shall install a metal mast on the drying tower with 2 YAGI directional antennae at a level to insure communications to the repeater sites at the Cambridge tank and the 3.5Mil tank. The contractor shall also install a cable from each antenna to enclosure locations in the computer room on the first floor of Fire Station 74. The contractor will install all of the necessary connectors to connect to the enclosures' lightning arrestors. They shall also supply the antenna cables and radios that will be mounted in the enclosure by city personnel. To Include The Following Contractor shall supply all necessary labor and materials to accomplish the Scope of Work to the satisfaction of the City of Kent Per Quote#01132009-4B (Attached as Exhibit A) r - Inc Exhibit A - Scope of Work W/RELE55 LY7MMUN/CA770N5 SPEC/AL/STS 9504 180th Street,S E,Snohomish,WA 98296 800-404-9334 360-668-6760 FAX 360-668-6761 aci@accu-COmm.COm Quote for: City of Kent, Public Works Date 1/13/2009 Contact: Bob Tollefson Quote# 01132009-413 Address- By Mike Bingaman PO# Phone: INTEGRA I-BASE MASTER EQUIPMENT AND HARDWARE Qty Per Item Total/Item 242-4048-51OF DATARADIO 1/2-DUPLEX INTEGRA-TR, UHF 12 5 2 $ 1,417 00 $ 2,83400 KHz, 2-5 WATTS 250-5800-408 DIN RAIL MOUNTING KIT 2 $ 1700 $ 3400 IS-B50LN-C2 LIGHTNING ARRESTOR, POLYPHASOR 2 $ 7500 $ 15000 697-5000-101 18" SMA RA TO N MALE RF PIGTAIL 2 $ 5500 $ 11000 LDF4-50A ANDREWS 1/2" HELIAX CABLE, 75-FEET 150 $ 250 $ 37500 L4TNM-PS MALE FITTING FOR 1/2" HELIAX 2 $ 2500 $ 5000 L4TNF-PS FEMALE FITTING FOR 1/2"HELIAX 2 $ 2500 $ 5000 ACI-STANDOFF 16-INCH STAND-OFF MOUNT TO CLEAR BUILD- 1 $ 20000 $ 20000 MOUNT OUT AND GUTTER ACI-GNDG-KIT CONSISTS OF UGBKIT-0214, J-2 CLAMP, MT-576, 1 $ 9500 $ 9500 #6 WIRE,AND MISC Y4506 10 DB GAIN YAGI ANTENNA 2 $ 17000 $ 34000 CSGL4-06B2 ANDREW SURE GROUND KIT, 112" HELIAX 2 $ 2000 $ 4000 252134 CABLE ENTRY PORT 1 $ 1800 $ 1800 252146-2 CABLE ENTRY BOOT W/2 HOLES FOR 112" 1 $ 2200 $ 2200 CABLE MISC 1 $ 15000 $ 15000 MISCELLANEOUS HARDWARE, PLYWOOD, ETC Other Page 1 Labor- Installation 1 $ 81000 $ 81000 Travel 1 $ 9750 $ 9750 Programming 2 $ 1500 $ 3000 Shipping estimate( Billed as charged by 2 $ 10000 $ 20000 manufacturer) Subtotal 5,60550 8 80% $ 49328 Note: This total may or may not include some Total 6,098.78 totals for options. DOES NOT INCLUDE PERMIT COSTS OR FEES This quote is valid for 30 days All applicable taxes are included If for resale, a resale certificate must be on file at our office Page 2 i d i EXHIBIT B INSURANCE REQUIREMENTS FOR CONSTRUCTION AND SERVICE CONTRACTS Insurance The Contractor shall procure and maintain for the duration of the Agreement, insurance against claims for injuries to persons or damage to property which may arise from or in connection with the performance of the work hereunder by the Contractor, their agents, representatives, employees or subcontractors. A. Minimum Scope of Insurance Contractor shall obtain insurance of the types described below: 1. 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 Liabili insurance shall be written on ISO tv 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 1185 or a substitute endorsement providing equivalent 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 $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 $2,000,000 products-completed operations aggregate limit. P Operations\PWOpsContracts\WaterWccucommExBlnsRegAccu-RelocationBackupSCADASystemto116thTrammgCenter2-09 r EXHIBIT B (Continued ) C. Other Insurance Provisions The insurance policies are to contain, or be endorsed to contain,the following provisions for Automobile Liability and Commercial General Liability insurance: 1. The Contractor's insurance coverage shall be primary insurance as respect the City. Any Insurance, self-insurance, or insurance pool coverage maintained by the City shall be excess of the Contractor's insurance and shall not contribute with it 2. The Contractor's insurance shall be endorsed to state that coverage shall not be cancelled by either party, except after thirty (30) days prior written notice by certified mail, return receipt requested, has been given to the City. 3. The City of Kent shall be named as an additional insured on all policies (except Professional Liability) as respects work performed by or on behalf of the contractor and a copy of the endorsement naming the City as additional insured shall be attached to the Certificate of Insurance. The City reserves the right to receive a certified copy of all required insurance policies The Contractor's Commercial General Liability insurance shall also contain a clause stating that coverage shall apply separately to each insured against whom claim is made or suit is brought, except with respects to the limits of the insurer's liability. D. Acceptability of Insurers Insurance is to be placed with insurers with a current A.M. Best rating of not less than ANII. E. Verification of Coverage Contractor shall furnish the City with original certificates and a copy of the amendatory endorsements, including but not necessarily limited to the additional insured endorsement, evidencing the insurance requirements of the Contractor before commencement of the work. F. Subcontractors Contractor shall include all subcontractors as insureds under its policies or shall furnish separate certificates and endorsements for each subcontractor. All coverages for subcontractors shall be subject to all of the same insurance requirements as stated herein for the Contractor. P Operations\PWOpsContracts\WaterlAccuCommExBlnsRegAccu-RelocatwnBackupSCADASystemto116thTrammgCenter2-09 i ORD. ID CERTIFICATE OF LIABILITY INSURANCE ACCUC 2 DA10i31 08 PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION Whitfield's United Insurance ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE Commercial Lines Department HOLDER.THIS CERTIFICATE DOES NOT AMEND,EXTEND OR PO Box 1127/ 3425 Broadway ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW Everett WA 98206 1 Phone. 425-258-2300 Fak:425-258-9363 INSURERS AFFORDING COVERAGE NAIC# INSURED I INSURER American Economy INSURER American states Ins. Co. 19704 ACcu—Comm Inc INSURER 9504 180th St SE INSURER Snohomish WA 98296 INSURER E i-- tii COVERAGES THE POLICIES OF INSURANCE LISTED BELOVIHAVE 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 B THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,EXCLUSIONS AND CONDITIONS OF SUCH POLICIES AGGREGATE LIMITS SHOWN MAY HOVE BEEN REDUCED BY PAID CLAIMS LTR NSR TYPE OF INSURANCE POLICY NUMBER DATE(MMIDDM') DATE iMM/ODM') LIMITS GENERAL LIABILITY EACH OCCURRENCE $1000000 B X X COMMERCIAL GENERAL LIABI ITY 01CH32363820 10/31/08 10/31/09 PR EMISES(ETI a occurence) s 200000 CLAIMS MADE CUR MED EXP(Any one person( $ 10000 PERSONAL B ACV INJURY $1000000 X stopgap GENERAL AGGREGATE $2000000 GENL AGGREGATE LIMIT APPLIES ER PRODUCTS-COMPIOP AGG $2000000 X POLICY PROT �LOC AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT B X ANY AUTO 02CE11486430 10/31/08 10/31/09 (Ea accident) E 1000000 ALL OWNED AUTOS BODILY INJURY $ SCHEDULED AUTOS (Per person) B X HIREDAUTOS 02CE11486430 10/31/08 10/31/09 BODILY INJURY X NON-OWNED AUTOS (Per accident) $ PROPERTY DAMAGE $ (Per accident) GARAGE LIABILITY AUTO ONLY-EA ACCIDENT $ ANY AUTO OTHER THAN FA ACC $ AUTO ONLY AGO $ EXCESS/UMBRELLA LIABILITY EACH OCCURRENCE $1000000 B X I OCCUR ❑ CLAIMs I,AIDE 01SU38715930 10/31/08 11 AGGREGATE $1000000 $ DEDUCTIBLE $ X RETENTION $1000 $ OIH- WORKERS COMPENSATION AND TORY LIMITS ER EMPLOYERS LIABILITY EL EACH ACCIDENT $ ANY PROPRIETORIPARTNERJEXECUTIVE OFFICER/MEMBER EXCLUDED? EL DISEASE-E+EMPLOYEE $ If yes desCnba under SPECIAL PROVISIONS below EL DISEASE-POLICY LIMIT $ OTHER B P':operty Section O1CH32363820 10/31/08 10/31/09 B JEquipment Floate OICH32363810 10/31/08 10/31/09 DESCRIPTION OF OPERATIONS I LOCATIONS I HICLES I EXCLUSIONS ADDED BY ENDORSEMENT!SPECIAL PROVISIONS The Certificate Holder is included as an Primary & Non-Contributory Additional Insured per CG7680 attached as their respective interest may appear in the ongoing Operations of the Named Insured includes Waiver of Subrogation per form CI2404 attached. CERTIFICATE HOLDER CANCELLATION CITYKEN SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF THE ISSUING INSURER WILL ENDEAVOR TO MAIL 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT,BUT FAILURE TO DO SO SHALL City of Kent IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER,ITS AGENTS OR 220 Fourth Ave S REPRESENTATIVES Kent WA 98032 AUTHOR EPR AjA9 ACORD 25(2001/08) ©ACORD CORPORATION 1988 RIMMEDFROU THE FWV3 LIBRARY THIS ENDORSEMENT CHANGES THE POLICY, PLEASE READ IT CAREFULLY, ADDITIONAL. INSURED PRIMARY CG76 80 10 00 COVERAGE CaIMERGIk GENERAL LIABILITY lids endorsement mod ges insurance provided under the following; COMMERCIAL G�KERAL LIA&UTY COVERAGEPART SCHEDULE Name of Person or Or�an¢ation: City of Kent (It no entry appears above, inlormallon required to complete A person is or organzabon 's status as an insured under this this endorsement Wii be shown in the Declarations as endorsement ends when your operations for that insured applicable to this endarsamenl). are completed. WHO IS AN INSURED,(Sechon III is amended to Include as No coverage will be provided ii, in the absence of Ibis an insured the per o or organza&en shown In the endorsement, no Irabil�y would be imposed by taw an you. Schedule subject to thn e hllow(ng ptovisrons, Coverage shall be tlmdied to the extent of your negGgenca or tault according to the applicable principles of oorttparative 1. Thrs insurance applies only to the cadent you are held fault ;,- flable for., Wilk respect to the insurance afforded the addrlwrial a. Your ortwing operations for that insured by or for insured, paragraph 4, of COMMERCIAL GENERAL LIABILITY you; or I CONDITIONS (Section IV) is deleted and replaced,by, the b. The gene rd supervision of your ongoing following operations 1by the person or organization shown d. Other Insurance in the Schedule, L Thfs insurance is primary and norw1ributory, 2. This insurance does not apply to and our abl#iions are not affectu:d by any Other a, 'Bodily inj ry" or ^property damage` arising out insurance carried by such addNanal insured of the sail negligence or wilTil misconduct of, or for Weds in design fumished by, fhe person whether primary, excess, contingent, or on any or organization shown in the Schedule; or other basis. b, 'Bodily inky' or 'property damage' included b. This additional provision applies only to the within the "producta-oompieted operations person or oganizatian shorn in the Schedule. hazard' I I • CO 76 So 10 00 page I of 1 i T00i� i din Ius 0451•ZTLSL6 :Y't'd Lgt4T COOZ/6T/SO I