Loading...
HomeMy WebLinkAboutPW10-097 - Original - Greenman Pedersen, Inc. - Kent Springs Concrete Basin Inspection & Coating Recommendations - 04/15/2010 KENT Records Mana=gemer WAS HIN GTON Document 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: Greenman-Pedersen, Inc. Vendor Number: 89998 JD Edwards Number Contract Number: PW/® - U L 7 This Is assigned by City Clerk's Office Project Name: Consulting Services for Inspection and Coating Recommendations at Kent Springs Concrete Basin Description: ❑ Interlocal Agreement ❑ Change Order ❑ Amendment ❑ Contract ❑ Other: Contract Effective Date: 4-15-10 Termination Date: 12-31-10 Contract Renewal Notice (Days): Number of days required notice for termination or renewal or amendment Contract Manager: Kevin Swinford Department: Public Works Operations Water Facilities Detail: (i.e. address, location, parcel number, tax id, etc.): S.Public\RecordsManagement\Forms\ContractCover\adcc7832 1 11/08 74 KENT WASHINGTON CONSULTANT SERVICES AGREEMENT between the City of Kent and Greenman - Pedersen, Inc, THIS AGREEMENT is made between the City of Kent, a Washington municipal corporation (hereinafter the "City"), and Greenman - Pedersen, Inc. organized under the laws of the State of Washington, located and doing business at 6218 Boardman Road NW, Olympia, WA 98502, phone: 360-866-2206 (hereinafter the "Consultant"). I. DESCRIPTION OF WORK. Consultant shall perform the following services for the City in accordance with the following described plans and/or specifications: - close visual inspection of vault interior and exterior - prepare a specification for crack sealing and interior coating - participate in site pre-bid meeting - respond to contractor questions - participate in pre-construction meeting with contractor - perform on-site inspection and testing during recoating work - prepare and submit final report including photo documentation Note Consultant's "proposal for coating consulting" and cover letter which further describes scope of work and which is incorporated into this agreement as Exhibit A by this reference.) Consultant 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. Upon the effective date of this Agreement, Consultant shall complete the work described in Section I by December 31, 2010. III. COMPENSATION. A. The City shall pay the Consultant, based on time and materials, an amount not to exceed seven thousand six hundred ten and no/100 ($7,610) 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 amendment to this agreement. The Consultant agrees that the hourly or flat rate charged by it for its services contracted for herein shall remain locked at CONSULTANT SERVICES AGREEMENT - 1 (Under$10,000) 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 A. I submit monthly invoices to the City for work B. The Consultant shall t payment y performed, and a final bill upon completion of all services described in this Agreement. The City shall provide 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. By their execution of this Agreement, and in accordance with Ch. 51.08 RCW, the parties make the following representations: A. 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. B. The Consultant maintains and pays for its own place of business from which Consultant's services under this Agreement will be performed. C. The Consultant has an established and independent business that is eligible for a business deduction for federal income tax purposes that existed before the City retained Consultant's services, or the Consultant is engaged in an independently established trade, occupation, profession, or business of the same nature as that involved under this Agreement. D. The Consultant 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 Consultant has registered its business and established an account with the state Department of Revenue and other state agencies as may be required by Consultant's business, and has obtained a Unified Business Identifier (UBI) number from the State of Washington. F. The Consultant 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 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, CONSULTANT SERVICES AGREEMENT - 2 (Under$10,000) 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 B attached and incorporated by this reference. 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. Even 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 work must meet the approval of the City and shall be subject to the City's general right of inspection to secure satisfactory completion. XII. WORK PERFORMED AT CONSULTANT'S RISK. Consultant shall take all necessary precautions and shall be responsible for the safety of its employees, agents, and CONSULTANT SERVICES AGREEMENT - 3 (Under$10,000) 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 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. 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 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. CONSULTANT SERVICES AGREEMENT - 4 (Under$10,000) 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. I. Counterparts. This Agreement may be executed in any number of counterparts, each of which shall constitute an original, and all of which will together constitute this one Agreement. IN WITNESS, the parties below execute this Agreement, which shall become effective on the last date entered below. CONSULTANT: CITY OF KENT: By: Ct om/- By: mU;� L � �- A (sign re) (signatur Print N me: U1��fJ V�ahc��P� Print Name: Donald C. Millett, Its: c"� � �S - Its: Public Works Operations Manager (title) DATE: �k N ?_a lu DATE: b NOTICES TO BE SENT TO: NOTICES TO BE SENT TO: CONSULTANT: CITY OF KENT: Web Chandler Kevin Swinford, Water Facilities Supervisor Greenman - Pedersen, Inc. City of Kent 6218 Boardman Road NW 220 Fourth Avenue South Olympia, WA 98502 Kent, WA 98032 (360) 866-2206 (telephone) (253) 856-5600 (telephone) 360 866 facsimile (253) 856-6600 (facsimile) P\Operaoons\PWOpsContractslWater\\Greenma nPedersenConsulbngAgreementKentSpn ngsCormreteVau ltCoatmg3-10 CONSULTANT SERVICES AGREEMENT - 5 (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. T - Dated this day of� , 2010 . By: For: CPP tn'^^a�v. 'S��` 2rSC�In_ ��•-c Title: ��, V CD �C�e C� . Date: �� 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. 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 120 By: For: Title: Date: EEO COMPLIANCE DOCUMENTS - 3 Exhibit A - Scope of Work -- Greenman - Pedersen, Ine. - -- - _--� Engineers,Architects,Planners,Construction Engineers&Inspectors Offices M Throughout the March 9, 2010 United States Mr Kevin Swinford, Water Facilities Supervisor City of Kent, Public Works Operations 5821 S 240`' St Kent, WA 98032-5838 Re- Kent Springs Concrete Vault Proposal for Coating Consulting Services Dear Kevin: Thank you for the opportunity to submit our proposal for coating the interior of the Kent Springs Concrete Basin As you know I was involved with the successful coating of the Kent Springs Concrete Surge Tank several years ago The scope of services I can provide to achieve a successful sealing and coating of the vault would include the following • Close visual inspection of the vault interior and exterior noting location and length of cracks and other structural deficiencies • Prepare a specification for crack sealing and interior coating. • Participate in a site pre-bid meeting • Respond to contractor questions • Participate in pre-construction meeting with selected Contractor • Perform on site inspection and testing services during the recoating work, to include: o Concrete surface preparation o Crack sealing o Application of coating system o Low or high voltage holiday/pinhole testing o Coating thickness measurements o Adhesion testing of coating if possible without destroying actual vault lining. o Close visual assessment of application o Digital photographs of entire process observed • Prepare and submit a final report including individual inspection reports and photo documentation with captions The attached pricing sheet lists the scope of services and the associated cost for each. Please contact me should you or others in the City have any questions. Sincerely, Greenman-Pedersen, Inc. Web Chandler, A Vice Pres Enclosure 6218 Boardman Road N.W., Olympia,WA 98502 Tel (360)-866-2206 Fax (360)-866-2279 www gpinet.com L 0 0 gym Obi O 0) W LO 00 d O N O r-I a) ri e i ti n 0. p O 7 V IA VT V). V! V! +/? +/} V} W V1. VF U) Ln to Ln Ln V1 Ln Ln p ci }' o v t x in .n Vn v} Vw *4 .r> w w a E asw -zrv00 00 c o ta- u n O O t- z � c ai `a Q E m 3 to � w a, M m m w a — O Oc O d , Y L m o « o c w 3 no o O o a a, v cCL to ° �+ YO c m �c •C N awl a+ V O u m h.0 m it r E 7 a E a, ll c •U C G_ C O � O 0 O CY ° C _0 mu O O O = O x c Y u c a o c c m c " a m n Q c ai a o p m _ on v c ° m N o •o w v v > ° m O = > u Y = c ° m > m w V ° C a) a '° c m bo _ O N U `1 c o 3 c p c - m LP OU u u �. 00 u v 'o N o G "O a N i a v a L m 4 Y o c E O m O E T a) o c a '3 v CU Q a '� N Ycc nc a .c m �o o U a> c j A (D u° c = NO a a E `n w c a c c — uc c p y .6 a L v `/ c v d U a O O H C a ri aJ y v o CL $ ° m c E u > ca 0 m o v E x a c ' o c m u c t m YO � , a tYa 'O m O C N = L O O j a "+ G ° E m ° u a a c a � m o E p O - w a w a Q o m c > v a m u o 'u u t ar = `= m tin c c C y Y c Yn x a Q Q .a d 0 �O m '6 ° a y Y a) 4! ai ° .° m y o v m a u of x l7 > m u a a a m .d a mU. a` C7 .+ N m a in w n 00 o A CORD DATE(MM/DVNYYY) N CERTIFICATE OF LIABILITY INSURANCE 4 13 2010 PRODUCER Phone, 516-869-8666 Fax 516-465-1279 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION GENATT ASSOCIATES, INC. ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE 3333 NEW HYDE PARK RD HOLDER THIS CERTIFICATE DOES NOT AMEND, EXTEND OR SUITE 400. ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. NEW HYDE PARK NY 11042 INSURERS AFFORDING COVERAGE NAIC# INSURED INSURERA Commerce & IndAptry Insurance 1941 Greenman Pedersen, Inc. INSURERS Granite State Insurance Co. 23809 325 West Main Street (Albany) INsuRERcFiremans_Fund Insuranc Co d Babylon NY 11702 -- INSURER D 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 I ADD'LTR POLICYEFFECTIVE POLICY EXPIRATION POLICY NUMBER LIMITS A GENERALLIABIUTY GL7633945 12/31/2009 12/31/2010 EACHOCCURRENCE $1 $ COMMERCIAL GENERAL LIABILITY DAMAGE TO RENTED PREMISES(EaocarrenCal $300 00 CLAIMS MADE 0OCCUR MED EXP(Any one person) $25 OOO PERSONAL&AOV INJURY F20 t GENERALAGGREGATE GEN L AGGREGATE LIMIT APPLIES PER PRODUCTS-COMP/OPAGG POLICY X PRO X LOC B AUTOMOBILE LIABILITY CA7633947 12/31/2009 12/31/2010 COMBINED SINGLE LIMITANYAUTO (Eaamdenl) i ALL OWNED AUTOS BODILY INJURY $ SCHEOULEDAUTOS (Perperson) X HIREDAUTOS BODILYINJURY X NON-OWNEDAUTOS (Per aamden0 l E PROPERTY DAMAGE $ (Per awdent) GARAGELIABILITY AUTO ONLY.EAACCIDENT $ ANYAUTO OTHERTHAN EAACC $ AUTO ONLY AGO $ A EXCESSIUMBRELLALIABILITY UMB7633946 12/31/2009 12/31/2010 EACH OCCURRENCE $10 000 000 ' X OCCUR 1:1CLAIMS MADE AGGREGATE $10,000.000 _ E DEDUCTIBLE $ RETENTION $ $ A WORKERS COMPENSATION AND 005316700 12/31/2009 12/31/2010 X WIL, u OTH- ER EMPLOYERS'LIABILITY ANY PROPRIETORlPARTNER/EXECUTIVE EL EACHACCIDENT E 1,000,000 OFFICER/MEMBER EXCLUDED? EL DISEASE-EA EMPLOYEE E 1,0Q0, 0 0 ` Ifyes desc beunder 1 SPECIAL PROVISIONS below EL DISEASE-POLICY LIMIT 1$1,000,000 C OTHER X193012441 12/31/2009 12/31/2010 LIMIT $100,000 DED $1,000 VALUABLE PAPER A 13781982 12 31 200E 12/31/2010 PER CLAIM $5,000,000 PROFESSIONAL LIAE. / / GGREGATE $10,000,000 CLAIMS MADE FORM DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES/EXCLUSIONS ADDED BY ENDORSEMENT/SPECIAL PROVISIONS ' -WORKERS COMPENSATION NOT APPLICABLE IN MONOPOLISTIC STATES - OH, ND, WA, WV, WY* FOREGOING PER POLICY FORM j E ALB-2010024/KENT SPRINGS CONCRETE VAULT DDITIONAL INSURED STATUS ENCOMPASSES GENERAL LIABILITY, AUTOMOBILE & UMBRELLA COVERAGE CITY OF KENT, WA IS INCLUDED S ADDITIONAL INSURED CERTIFICATE HOLDER CANCELLATION A SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED CITY OF KEN?, WA BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL aNDEAVOR TO MAIL 30 DAYS WRITTEN NOTICE TO THE 220 FOURTH AVENUE - SOUTH CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO KENT WA 96032 SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR REPRESENTATIVES AUTHORIZED REPRESENTATI ` 1 ACORD 25(2001108) oACORD CORPORATION 1988 i i I POLICY NUMBER: GL 763-39-45 COMMERCIAL GENERAL LIABILITY CO 20 10 07 04 i THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - SCHEDULED PERSON OR ORGANIZATION I I, This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE I Name Of Additional Insured Person(s) Or Or anization(e): Locations Of Covered Operations City of Kent,WA AL13-2010024 I 220 Fourth Avenue-South Kent Springs Concrete Vauft Ken(,WA 98032 I I l t I information required to complete this Schedule, If not shown above, will be shown in the Declarations. A. Section 11 - Who le An Insured Is amended to 1. All work, Including materials, parts or equip- include as an additional Insured the person(s) or ment furnished in connection with such organizations) shown in the Schedule, but only work, on the project (other than service, with respect to liability for "bodily injury", maintenance or repairs) to be performed by "property damage" or "personal and advertising or on behalf of the additional insureds) at Injury" caused, in whole or in part, by: the location of the covered operations has 1. Your acts or omissions; or bean completed; or 2. The acts or omissions of those acting on 2. That portion of "your work" out of which your behalf; the injury or damage arises has been put to in the performance of our ongoing operations its intended use by any person or organ- in Y g g ization other than another contractor or sub. for the additional insureds) at the locations) contractor engaged in performing oper- designated above, ations for a principal as a part of the same S. With respect to the insurance afforded to these project. additional insureds, the following additional exclusions apply:- This insurance does not apply to "bodily injury" j or "property damage" occurring after: CG 20 10 07 04 01S0 Properties, Inc.,2004 Page 1 of 1 D PUBLIC WORKS OPERATIONS Donald C. Mdiett Operations Manager 2204th Avenue South Kent, WA 98032-5838 KENT Fax 253-856-6600 WASHINGTON _ PHONE: 253-856-5600 April 15, 2010 Mr. Web Chandler Greenman - Pedersen, Inc. 6218 Boardman Road NW Olympia, WA 98502 Dear Mr. Chandler: We have received the two signed originals of the Consultant Services Agreement contract between Greenman - Pedersen, Inc. and the City of Kent for inspection and coating recommendations at the Kent Springs Concrete Basin. We have also received your certificate of liability insurance and the additional insured endorsement. The two originals of the contract have been signed by our Public Works Operations manager, and we are ready to have you proceed with the work. Enclosed is one fully signed original for your records. In the meantime, if you have any questions, feel free to call me at 253-856-5600. Sincerely Kevin Swinford Water Facilities Field Supervisor KS:rcb Enclosure: Your Original of the Consultant Services Agreement between the City of Kent and Greenman - Pedersen, Inc.. N n) i C 14 1' U 3 3 3 0 MAYOR SUZETTE i 0K '*� Y Ups ontracticoverLet igne ons tm greement reenman- a ersen oatmg ecomm , t g�I 76F Vb- rtment Larry R. Blanchard, Public Works Director