Loading...
HomeMy WebLinkAboutPK09-191 - Original - Architects Rasmussen Triebelhorn - Peer Review of Court Project - 10/27/09 Records Man Agernent= KENT Document W.S H I NGTON 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: Architects Rasmussen Triebelhorn Vendor Number: 100865 ]D Edwards Number Contract Number: Pj<ca- This is assigned by City Clerk's Office Project Name: Peer Review Construction Documents David Clark Architect Court Project Description: ❑ Interlocal Agreement ❑ Change Order ❑ Amendment ® Contract ❑ Other: Contract Effective Date: 10/2009 Termination Date: 10/2009 Contract Renewal Notice (Days): 30 Number of days required notice for termination or renewal or amendment Contract Manager: Charlie Lindsey Department: Parks/Facilities Detail: (i.e. address, location, parcel number, tax id, etc.): Aukeen Court 1210 S Central Kent , Washington S Public\RecordsManagement\Forms\ContractCover\adcc7832 1 11/08 TO'd ldi0i KEN T WA4141NOTON PROFESSIONAL SERVICES AGREEMENT between the City of Kent and Architects Rasmussen Triebelhorn THIS AGREEMENT Is made between the City of Kent, a Washington municipal corporation (hereinafter the "City"), and Architects Rasmussen Trlebelhorn organized under the laws of the State of Washington, located and doing business at Number 9 Saint Helens, Ste D, The Henry Drum House, Tacoma, Wa. 98402, 253-572-5511 (hereinafter the "Contractor"), I. DESCRIPTION OF WORK, Contractor shall perform the fallowing services for the City: 2 AqL . Peer Review of Construction documents by David Clark Architects for Court Renovation Project in accordance with the attached and incorporated Exhibit A. Contractor further represents that the services furnished under this Agreement will be performed In accordance with generally accepted professional practices within the Puget Sound region 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, and Contractor shall complete the work by October 28, 2009. III. COMPENSATION. The City shall pay Contractor a total amount not to exceed Tweleve thousand dollars for the services described In this Agreement, The Contractor shall Invoice the City monthly based on time and materials Incurred during the preceding month. The hourly rates charged for Contractor's services shall be as delineated In the attached and Incorporated Exhibit A. All hourly rates charged shall remain locked at the negotiated rates throughout the term of this Agreement. IV. INDEPENDENT CONTRACTOR, The parties Intend that an Independent Contraclor- Employer Relationship will be created by this Agreement, By their execution of this Agreement, and in accordance with Ch. 51.08 RCW, the parties make the following representations: A. 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. B. The Contractor maintains and pays for Its own place of business from which Contractor's services under this Agreement will be performed. C. The Contractor has an established and Independent business that is eligible for a business deduction for federal Income tax purposes that existed before the City retained Contractor's services, or the Contractor Is engaged In an independently established trade, occupation, profession, or business of the same nature as that Involved under this Agreement, D. The Contractor Is responsible for filing as they become due all necessary tax documents with appropriate federal and state agencies, including the Internal Revenue Service and the state Department of Revenue. E. The Contractor has registered Its business and established an account with the state Department of Revenue and other state agencies as may be required by Contractor's f PROFESSIONAL SERVICES AGREEMENT- 1 ■�■ (Overslo,000) T9/To'd ZT:60 600Z-LZ-iD0 ■ ■ business, and has obtained a Unified Business Identifier (UBI) number from the State of Washington. F. The Contractor maintains a set of books dedicated to the expenses and earnings of its business. V. TERMINATION. Either party may terminate this Agreement, with or without cause, upon providing the other party seven (7) calendar days written notice at its address set forth on the signature block of this Agreement. VI. DISCRIMINATION. In the hiring of employees for the performance of work under this Agreement or any subcontract, the Contractor, its subcontractors, or any person acting on behalf of the Contractor or subcontractor shall not discriminate against any person who is qualified and available to perform the work to which the employment relates as provided for by the City of Kent's Equal Employment Opportunity Policy. 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. VII. 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 The provisions of this section shall survive the expiration or termination of this Agreement. VIII. 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. XII. CONTRACTOR'S WORK AND RISK. 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 services. 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. 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 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, including all appeals, 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. PROFESSIONAL SERVICES AGREEMENT- 2 (Over$10,000) 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. 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. 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. IN WITNESS, the parties below execute this Agreement, which shall become effective on the last date entered below. CONTRACTOR: CITY OF KENT: By: 0 By: ��...�� (signatur (signature) Print Name:�`� TS.� 4 �55t Prin Nam uzette Cooke Its: (title) Its Mayor DATE: 2aQ g DATE: NOTICES TO BE SENT TO: NOTICES TO BE SENT TO: CONTRACTOR: CITY OF KENT: Peter Rasmussen Charlie Lindsey, Superintendent of Parks Facilities ART City of Kent Number 9 Saint Helens Suite D 220 Fourth Avenue South The Henry Drum House Kent, WA 98032 Tacoma,Wa 98402 (253)572-5577 (telephone) (253) 856-5081 (telephone) (253)572-5515 (facsimile) (253) 856-6080 (facsimile) ROVED �S TO FORM: Ken La Dep 3rtment PROFESSIONAL SERVICES AGREEMENT - 3 (Over$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 20 day of CC.To►S�'Srl� , 200 By: X%, k j i For: Title: Date: Io • L!3 . 20el EEO COMPLIANCE DOCUMENTS - 1 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. I I 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 ARCHITECTS Number 9 Saint Helens,Ste D Phone 253 572 5511 Peter T S Rasmussen FAIR,Principal r RASMUSSEN The Henr/Drum House Fax 253 5725515 Kenn D Tnecelhorr AIA Pnncipal TR�EBE4HCRN xN� Tacorra,WA 98402 www a-rt org Jason A Ramay,AIA LEEDT,AP Assoc Principal Li` L Rhonda A Gi logly AIA Assoc PrincipalOctober 5, 2009 Revised October 26, 2009 Charlie Lindsey Superintendent of Facilities City of Kent 2204 41h Avenue South Kent, Washington 98032 Regarding. Amendment to Kent Jail Upgrade Project for Aukeen District Court Facility Subject: Peer review of construction documents by David Clark Architects Dear Charlie, We have been requested by David Clark Architects to perform a peer review of their construction documents for the Aukeen District Court. We will provide "redline" comments and suggestions for all disciplines on full size drawings These will be photocopied and/or scanned for our records and originals will be returned to David Clark Architects ART will not provide coordination comments between the Aukeen District Court Project and the City of Kent Jail project at this time. ART is anticipating on receiving full size drawings from the architect on October 7, 2009. Review time is expected to take a full 3 weeks Return comments would be returned back to David Clark Architects on October 28, 2009 Comments will be on the drawings only We propose to perform these services for a lump sum fee of$12,000. Reimbursable costs for scanning and recording the reviewed documents will be billed at cost plus IO%, to an amount not to exceed$500 Respectfully, Rhonda Gillogly, AIA Associate Principal f ARCHITECTS - RASMUSSEN �rc•3e�ry,�•. i.,. F.Y ,-� - �,• - �+�' � - .I s TRIEBELHORi E;7 AP Hourly Rate and Expense Schedule Effective May 1,2009 ARCHITECTS RASMUSSEN TRIEBELHORN AIA/PS DESCRIPTION RATES In-House Staff Positions- Principal $150.001 hour Associate Principal $125 00%hour Project Manager II $ 95 00%hour Project Manager I $ 85 00/hour Architect $ 90 00/hour Job Captain I $ 80 00/hour Intern IF Project Captain S 75 001%hour Intern I S 70 00,,hour Secretarial/Administrative $65 00/hour Consultant Services- Cost plus 10% Prmtmg of Bid Documents Cost plus 10% Delivery/Postage Cost plus 10% Long Distance Phone calls Cost plus 10% Plots(Bond&Vellum)24 x 36 $ 10 00/sheet Mileage $ 485 /mile Photocopies—Black&White (81/2 x 11) $ 10/page Photocopies—Color(81/2 x 11) $ 20/page Photocopies—Black&White(1 I x 17) $ 25/page Photocopies—Color(I I x 17) S 501,page Other(as authorized) Cost plus 10% I EXHIBIT B 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. 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: EXHIBIT B (Continued ) 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. 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 A.M. 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 EXHIBIT B (Continued ) 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. i White, Tammy Q Q . �rt�i�►( Y From: Hills, Chris F CiVI� R�'1,17�J Sent: Monday, October 26, 2009 3 08 PM To: Givens, Rosalie Cc: White, Tammy Subject: RE Insurance Requirements& Insurance Document Attachments: Consultant Svcs Agreement-CGL only doc, 20091026144002236 pdf Rosalie and Tammy, Go ahead and use the attached Insurance Requirements for this contract. The coverage provided is fine for the work proposed. Chris From: Givens, Rosalie Sent: Monday, October 26, 2009 2:50 PM To: Hills, Chris Subject: Insurance Requirements &Insurance Document Okay here you go.Thanks For your help Rosalie 1 F'.03/04 OCT-26-2009 12.30 A �'� CERTIFICATE OF LIABILITY INSURANCE J),; °ATEINMA°"""' �a� slzoo9 PRODUCER THIS CERTIFICATION IS ISSUED AS A FATTER OF INRORMATION MARSHA MOODY INC ONLY AND CONFERS NO RIGHTS ' ON THE CERTIFICATE 6706 24TH ST W HOLDER THIS CERTIFICATE ODES AMEND, OTEND OR ALTER THE COVERAGE AFFORDED B E POLICIESAELOW. UNIVERSITY PL WA 98466 N J IALI INSURERS AFFORDING COVERAGE ITT NAIL# INSURED INSURER Stale Farm Fire end CISUAIIy Company 25 A `25143 ARCHITECTS RASMUSSEN INSURER 0: l -x _ TRIBELHORN AIA/PS NSURFR C, L Y 9 SAINT HELENS AVE INSURER D iIt TACOMA WA 98402 INSURER E vtiv COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD I ATED NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OFANY CONTRACT OR OTHER DOCUMENT WITH RE5PECT7,0 WHICH THIS CERTiFI MAY BE ISSUED OR MAY PERTAIN,THE INSVRANCF_AFFOROED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TOALL THE TERMS,EXCLUSIONSi ND CONDITIONS CF SUCH POLICIES AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS, r INS ADD' POLICY NUMBER POLICY EFFECTIVE POLICY EXPIRATION l: LIMITS LTR INS TYPEOPINSURA r OATF MAIACIYYYVV DATC MM/DD/YYry ,I,T! X GENERAL LIABILITY 98-71-6172-8 F 0810112009 08101/2010 6ACHOCCURR Q S 500.000 X COMMERCIAL GENERAL LIABILITY PREMISES Es nw i „f� 500,000 CLAIMS MADE OX OCCUR MF.D EXP(Anye "rBerl) 11 -"" SOOO , )( EMPLOYER LIABILITY 98.71-6772•BF 08/01/2009 OBro1/2010 PERSONAL SA , guar s 500,000 GENF_RAI AO TE S ''��' 'i,p0O1000 CENLAGGREGATE LIMIT APPLIES PER, vRODUOTS-CO PAGO 4 '„` 1,000,000 X POLICY r%T LOC S r?' AUTOMOeTUEUABIUTY COMBINED 91N TMIT ,riR ANY AUTO lee aftldanl) ALL OWNED AUTO$ No Business Autos BODILY INJURY' SCHEDULED AUTOS (Per.peme ) S di 41RE0AUTO$ DOOp.Y INJURY ,I S J�I NON-OMFO AUTOS jpereoaldent) PROPERTY S (Per SWdell) -_ GARAGE LIABILITY ALTO ONLY.EA (DENT S '"` ANY AVTO CNE-117I•IAN ACC S_ �T AUTO ONLY, AGG S -It" A EXCESS I UMBRELLA LIABILITY 98-BL-2629-AF EACHDCCUr.REM ,S ,I 2,000,000 7 OCCUR U CLAIMS MADE I AGGREGATE W, S i:` 2,000,D00 0412012009 04120/2010 S'� ¢' S 'j- t�' OEDUC7IBU: RETENTION a S WDRKERSOOMPENSATIONANO I TORY LIMIT FR - EUPLOYERVVASIUfY -- ANYPROPRIETORMARTNER/FXECLTNE S' YIN OFMCERNEMBER EXCLUDEDI Handled b E.L EAGHACCID f L i1MeadeuHy In NH) State of Washingto F-L,DISEASE• PLOYE •LILL ++- lya+,dmcr ba unde Ir E,L.DISEASE- LIMIT 5 OTHER _ .w' KP4, DESCRIPTION OF OPERATIONS/LOCATIONS 1 VEMICLBS I EXCLUSIONS ADDED BY rNDORS-eMENT ISPEGAL PR0IASIONS :=s x' r- it k -- - p7t I `CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE OESCRIRCD POLICIES BE ELLED BEFORE Air EXPIRATION CITY OF KENT DATE THERWF,TNE ISSUING INSURER WILL ENOEAVO MAIL 4S DAvS Vu1i1TTEN RE: PER REVIEW OF CONSTRUCTION DOCUMENTS BY DAVID CLARK ARCHITECTS FOR COURT NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE BU7 FAILURE TOZOO 50 SHALL 220 47H AVE S IMPOSE NO OBLIGATION ORLIABILITV OFANY KIN°UP E INSURER,ITa RbENT3 OR KENT WA 99032 REPRESENTATIVES. • A Me REPRESENTATIVE 7 CORD 2S(2009101) C 198E-20 9 A ORD CORPOR _ N. All rlghtt reserved. The ACORD name and logo are registered marks of ACORD 1486 132849.4 Od pf 2p09 OeT-2E-2��9 12• © P.02/04 SGCTION II ADDITION INSURED INSURED ENDC7RSE 0h44 PDI;CyNe'-" 99-f1�6�72-8 3MR0ZV AXA✓p9 Addlklonat fniynd(I�u*adtepaa); C17y dp per, 220 •4TJx At►E,.B Witp 4N WSUR60 urger S�C?1ON tt DE6IQNA di 9caar'niEftr6a.r e,Y1 buf only!fl 8» MN DF INSURED,is�aad to inc*1►d�worts Per'{Q► W for that s>;r m tint 11CC➢!try to 1m;ko C on that Addillonal ltlanal tna�n3dshown above. vrad so(e'hy a'ry insurance P�n9 to be AOdS; ial tneun�stteJl onty eAPtY with�s la8es for which you WepWCad Coverage, Ps=1 to a claim rrca ie or a soil The prJtmry Instlr nx brov$ht far w►`erVo bbbw 4PPnae only►u!�p�.e,s� 'X.in the box, © rn��lnstl►toea, the lneurtutce prav{�e9 fo.the Ax71 asv �Y tnstaanoe carrbo yy Ne Ilaltal Irtetned Bhe e Pf►tw to you, Asdtt� Insutd shell be nonaormbuto ah&0 be C+f�ne Ail other pattly,Arp+�sidrta ap ry w� f6lftlD , k ' Pam9 Uirel 3 1 OCT-26-2009 12:31 P.04/04 x , IMPORTANT , If the certificate holder is an ADDITIONAL INSURED, the pollcy(ies) must be endorsed A state t ) on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s)T � If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy, certain polici ay require an endorsement,A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s), �t DISCLAIMER �a IF This CertHicate of Insurance does not constitute a contract between the issuing insurer(s), auth ad representative or producer,and the certificate holder,nor does it affirmatively or negatively am extend or alter the coverage afforded by the policies listed thereon, �r 2, YJ Ft+ , 1F �r i !F( k�k¢, tl 1 i0, 1 rp� CORD 25(200sia11 TOTAL P 04 REQUEST FOR MAYOR'S SIGNATURE KENT Please Fill in All Applicable Boxes H-,s �raH Routing Information (ALL REQUESTS MUST FIRST BE ROUTED THROUGH THE LAW DEPARTMENT) Originator: Charlie Lindsey Phone (Originator): 5081 Date Sent: 10/26/09 Date Required: 10/27/09 Return Signed Document to: Rosalie CONTRACT TERMINATION DATE: 30 days VENDOR NAME: Architects Rasmussen DATE OF COUNCIL APPROVAL: N/A Triebelhorn Brief Explanation of Document: This contract is for peer review of construction documents by David Clark Architect for Aukeen and Kent Court Project. All Contracts Must Be Routed Through The Law Department (This area to be completed by the Law Department) 16pw1 m - CAZ's Received: REC1'1Vf= 2�C t�� Approval of Law Dept.: OCT 2 6 2009 Law Dept. Comments: KENT� E { Date �orwprdCd to Mayor: Shaded Areas To Be Completed By Administration Staff Received: Recommendations and Comments: ! Disposition: � 11&� >�l�t(.7lIGQ��'Iv Date Returned: