Loading...
HomeMy WebLinkAboutPW13-101 - Original - The Eastman Company - Lake Meridian Outlet - Parcels 3 and 4 Appraisal Services O Records Management KEN W A9HiNGTON Document re �• 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: The Eastman Company Vendor Number: JD Edwards Number Contract Number: Iqw 13-1D i This is assigned by City Clerk's Office Project Name: Lake Meridian Outlet Description: ❑ Interlocal Agreement ❑ Change Order ❑ Amendment ® Contract ❑ Other: Contract Effective Date: 5/15/13 Termination Date: 12/31/13 Contract Renewal Notice (Days): Number of days required notice for termination or renewal or amendment Contract Manager: Beth Tan Department: Engineering Detail: (i.e. address, location, parcel number, tax id, etc.): Provide appraisal services for parcels 3 and 4 for the project. S•Publtc\RecordsManagement\Forms\ContractCover\adcc7832 1 11/08 KENT PROFESSIONAL SERVICES AGREEMENT between the City of Kent and The Eastman Company THIS AGREEMENT is made between the City of Kent, a Washington municipal corporation (hereinafter the "City"), and The Eastman Company organized under the laws of the State of Washington, located and doing business at 925 North 130th Street, Seattle, WA 98133, Phone: (206) 363-6611/Fax: (206) 363-5507, Contact: Donald Melton (hereinafter the "Contractor"). I. DESCRIPTION OF WORK. Contractor shall perform the following services for the City: The Contractor shall provide appraisal services for parcels 3 and 4 for the Lake Meridian Outlet Project. For a description, see the Contractor's May 3, 2013 Scope of Work which is attached as Exhibit A and incorporated by this reference. 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 December 31, 2013. III. COMPENSATION. The City shall pay Contractor a total amount not to exceed Eight Thousand, Nine Hundred Dollars ($8,900.00) 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 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 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. PROFESSIONAL SERVICES AGREEMENT - 1 (Under$10,000) 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 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. In the event Contractor refuses tender of defense in any suit or any claim, if that tender was made pursuant to this indemnification clause, and if that refusal is subsequently determined by a court having jurisdiction (or other agreed tribunal) to have been a wrongful refusal on the Contractor's part, then Contractor shall pay all the City's costs for defense, including all reasonable expert witness fees and reasonable attorneys' fees, plus the City's legal costs and fees incurred because there was a wrongful refusal on the Contractor's part. 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. PROFESSIONAL SERVICES AGREEMENT - 2 (Under$10,000) 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. 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 F KE t v� By: By: (sI$'natur ^^__ (s ature) Prin Name: ,g 'a k z �`C Print Name: Ti othy J. LaPorte, P.E. Its: r Its: P blic Works Director ._. G ) DATE: Z DATE: S G— NOTICES TO BE SENT TO: NOTICES TO BE SENT TO: CONTRACTOR: CITY OF KENT: Donald Melton Timothy J. LaPorte, P.E. The Eastman Company City of Kent 925 North 130th Street 220 Fourth Avenue South Seattle, WA 98133 Kent, WA 98032 (206) 363-6611 (telephone) (253) 856-5500 (telephone) (206) 363-5507 (facsimile) (253) 856-6500 (facsimile) PROFESSIONAL SERVICES AGREEMENT - 3 (Under$10,000) DECLARATION CITY OF KENT EQUAL EMPLOYMENT OPPORTUNITY POLICY The City of Kent is committed to conform to Federal and State laws regarding equal opportunity. As such all contractors, subcontractors and suppliers who perform work with relation to this Agreement shall comply with the regulations of the City's equal employment opportunity policies. The following questions specifically identify the requirements the City deems necessary for any contractor, subcontractor or supplier on this specific Agreement to adhere to. An affirmative response is required on all of the following questions for this Agreement to be valid and binding. If any contractor, subcontractor or supplier willfully misrepresents themselves with regard to the directives outlines, it will be considered a breach of contract and it will be at the City's sole determination regarding suspension or termination for all or part of the Agreement; The questions are as follows: 1. I have read the attached City of Kent administrative policy number 1.2. 2. During the time of this Agreement I will not discriminate in employment on the basis of sex, race, color, national origin, age, or the presence of all sensory, mental or physical disability. 3. During the time of this Agreement the prime contractor will provide a written statement to all new employees and subcontractors indicating commitment as an equal opportunity employer. 4. During the time of the Agreement I, the prime contractor, will actively consider hiring and promotion of women and minorities. 5. Before acceptance of this Agreement, an adherence statement will be signed by me, the Prime Contractor, that the Prime Contractor complied with the requirements as set forth above. By signing below, I agree to fulfill the five requirements referenced above. Dated this (D day of , 20J. By: (1 , , Pte�1� For: n o-r Title: / 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. Monitoringto 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 , 20_. By: For: Title: Date: EEO COMPLIANCE DOCUMENTS - 3 EXHIBIT A The Eastman Company Rick Mellen,MAI Real Estate Appraisers/Analysts/Consultants Donald K,Melton 925 North 130th Street Paul Zemtseff Seattle,WA 98133 Mitch Vander Brock Phone(206)363-6611 Cail Bolstad (888)251-2921 Kevin Congleton Fax(206)363-5507 don@wavalue.com I May 3,2013 i Ms, Ingrid Willms-Dixon City of Kent Public Work/Design Engineering Kent,WA I Re; Appraisal Bid for Parcel 3 (KC Parcel#262205-9189)and Parcel 4(KC Parcel#262205-9182) of the Lake Meridian Outlet Project, Kent,Washington 6 Dear Ingrid; Thank you for the opportunity to bid on the above-referenced assignment We are interested in providing appraisal services for the above referenced project.It is my understanding that the United States Army Corps of Engineers (USACE)requires a narrative summary"Before/After"format report for Parcels 3 and 4(m one report), as of August 24,2006(Date of Value) The King County Assessor's parcel numbers are 262205-9189(Parcel 3)and 262205-9182(Parcel 4). 1 received a"Statement of Work"from Douglas Nelson,MAI,SRA(Appraisal Branch i Chief foi USACE) about this project, The report will meet all of the requirements found in this"Statement of Work." During my discussions with Douglas Nelson, MAI, SRA it became apparent that a timber cruise was required for this assignment. I contacted the SA Newman Firm about providing a timber cruise report for the westerly portion of Parcel 3. Their proposed fee is$2,400,with a 21 day report completion date from notification to proceed. I My appraisal fee,including possible extra follow-up discussions with the reviewer,will not exceed Six Thousand Five Hundred Dollars($6,500), If less time is required to complete this project then anticipated the billing will be reduced to reflect the actual work performed. The total fee for this assignment including the timber cruise is estimated not to exceed Eight Thousand Nine Hundred Dollars($6,500+$2,400=$8,900). I The specific completion date depends on when the assignment is actually awarded, and when all necessary information is provided to the appraiser(title reports,plans and maps,etc,,.)including the timber cruise. If this information is provided on a timely basis and if the property inspections can be arranged without delay then a 45 day completion date is feasible, If you have any questions about this bid, please do not hesitate to call me at 206.363.6611. Sincerely, Donald K Melton,President The Eastman Company I EXHIBIT B INSURANCE REQUIREMENTS FOR CONSULTANT SERVICES AGREEMENTS Insurance The Consultant 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 Consultant, their agents, representatives, employees or subcontractors. A. Minimum Scope of Insurance Consultant shall obtain insurance of the types described below: 1. Automobile Liability insurance covering all owned, non-owned, Fired 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 City shall be named as an insured under the Consultant'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 Consultant shall maintain the following insurance limits: 1. Automobile Liability insurance with a minimum combined single limit for bodily injury and property damage of $1,000,000 per accident. 2. Commercial General Liability insurance shall be written with limits no less than $1,000,000 each occurrence, $2,000,000 general aggregate and a $1,000,000 products-completed operations aggregate limit. EXHIBIT B (Continued) 3. Professional Liability insurance shall be written with limits no less than $1,000,000 per claim and $1,000,000 policy aggregate limit. C. Other Insurance Provisions The insurance policies are to contain, or be endorsed to contain, the following provisions for Automobile Liability and Commercial General Liability insurance: 1. The Consultant'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 Consultant's insurance and shall not contribute with it. 2. The Consultant'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 Consultant 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 Consultant'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 Consultant 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 Consultant 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 Consultant. A�o CERTIFICATE OF LIABILITY INSURANCE ei9i2012 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT. If the certificate holder Is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER N EA'CT Shari LO£QU13t (' Don Filer Agency ONE (20()545_4800 FAX UUC'No (206)545-4849 4201 Roosevelt Way NE ��ff�� E'MaL slofqulst@£11er1nsurance.com ADD E cy 1 O 2012 INSURERS AFFORDING COVERAGE NAIC N Seattle WA 98105-6608 L l INSURERA American EconomyInsurance Co 19690 INSURED ,nURERBG2MZ, LLC IDEA THE EASTMAN COD K �tRERC 925 N 130TH ST a �N,X'�it. 0 INSURERD INSURER E SEATTLE WA 98133 INSURER COVERAGES CERTIFICATE NUMBER:Master GL 2012 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS ILT ADDLR TYPE OF INSURANCE .MD POLICY NUMBER MMIDOIYYYPOLICY F MMIDDY EXP LIMITS GENERAL LIABILITY EACH OCCURRENCE $ 2,000,000 X COMMERCIAL GENERAL LIABILITY DAMAGE TO RENTED PREMISES2,000,000 PREMISES Ea occurrence $ A CLAIMS-MADE OCCUR X D2BP84142040 9/14/2012 /14/2013 MED EXP lAny one person) $ 10,000 PERSONAL 8 ADV INJURY IS 2,000,000 GENERAL AGGREGATE $ 4,000,000 rEN'L AGGREGATE LIMIT APPLIES PER PRODUCTS-COMPIOP AGG $ 4,000,000 POLICY PRO- LOD $ AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT Ea accident 1,000,000 ANY AUTO BODILY INJURY(Per person) $ AJ ALL OWNED SCHEDULED 02BPB4142040 9/14/2012 9/14/2013 AUTOS AUTOS X BODILY INJURY(Per accdenQ $ HIRED AUTOS X NON-OWNED PROPERTY DAMAGE $ AUTOS Per accwdent $ UMBRELLA LIAB OCCUR EACH OCCURRENCE $ EXCESS LIAB CLAIMS-MADE AGGREGATE $ DED 1 1 RETENTION$ $ A XK*XbODS10q)QIX6t116)CA%X EMPLOYERS LIABIILTY WC STATU- X OTH- )eAXEMPLOYERS'LIABILITY YIN rR ANY PROPRIETORIPARTNERIEXECUTIVE E L EACH ACCIDENT $ 1,000,000 OFFICERIMEMBER EXCLUDED? N I A (Mandatory in NH) 2BP84142040 9/14/2012 9/14/2013 E L DISEASE-F.A EMPLOYE $ 1,000,000 H yes,describe under DESCRIPTION OF OPERATIONS below E L DISEASE-POLICY LIMIT 1$ 1,000,000 DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (Attach ACORD 101,Additional Remarks Schedule,If more space Is required) Certificate holder 1s additional insured as respects all operations of the Named Insured per BP7057 07 02 attached. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN City of Kent, Dept. of ACCORDANCE WITH THE POLICY PROVISIONS Engineering Attn: Nancy Yoshltake AUTHORIZED REPRESENTATIVE 220 4th Ave S Kent, WA 98032-3994 �Zi_ta�`� ohs Shari Lofqulst/SHARI ACORD 25(2010/05) ©1988-2010 ACORD CORPORATION. All rights reserved. INS025(201005)01 The ACORD name and logo are registered marks of ACORD Policy # 02BP84142040 BUSINESSOWNERS BP 70 51 07 02 rv.rw� THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - DESIGNATED PERSON OR ORGANIZATION This endorsement modifies Insurance provided under the following: BUSINESSOWNERS COVERAGE FORM —Section 11 —Liability SCHEDULE' Name of Person or Organization: WHO IS AN INSURED (Section C) is amended to Include as an insured the person or organization shown In the Schedule as an Insured but only with respect to liability arising out of your operations or premises owned by or rented to you. " Information required to complete the Schedule, if not shown on this endorsement, will be shown In the Declarations. WOW 0 ud 03 S910W 1*U0 4adcm 01 S7100 c4 p mom sP 70 57 07 02 EP AFP META2-MPFURT001.16974W B DATE `'�r'® CERTIFICATE OF LIABILITY INSURANCE 9/6/012�) THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,A02 IMPORTANT. If the certificate holder ollcy(les)must be endorsed If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy,c aln po ties may requ re an endorsement. A statement on this certificate does not confer rights to the certificate holder In lieu of such endorsement(s). PRODUCER , U 2012 NAME CT Shari Lofquist C Don Filer Agency �y e� �p+A� PHONE (206)545-4800 FAX (206)545-4849 4201 Roosevelt Way NE { „� ' r y�fir.}., -MAILS .slofquist@filerinsurance.com CITY wERiN�Gc�nDDEPADDR INSURER IS)AFFORDING COVERAGE NAIC fl Seattle WA 98 05-'6h'b {g INSURERA Continental Casualty Company INSURED INSURERS G2MZ LLC, DBA: The Eastman Company INSURERC 925 N 130th St INSURER0 INSURER E Seattle WA 98133 INSURER F COVERAGES CERTIFICATE NUMBER:Prof. Master 2012 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN,THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS INSR rypE OF INSURANCE ADD SUBR POLICY EFF POLICY EXP LTR POLICY NUMBER MM/DDNYYY MM/DDNYYY LIMITS GENERAL LIABILITY EACH OCCURRENCE $ COMMERCIAL GENERAL LIABILITY DAMAGE ( RENTED PREMISESS Ea occurrence) $ CLAIMS MADE OCCUR MED CXP(A.,Ora pars-") $ PERSONAL&ACV INJURY $ GENERAL AGGREGATE $ GEN'L AGGREGATE LIMIT APPLIES PER PRODUCTS-COMP/OP AGO $ 17 POLICY PRO LOG $ AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT Ea accident ANY AUTO BODILY INJURY(Per person) $ ALL OWNED SCHEDULED BODILY INJURY(Per accident) $ AUTOS AUTOS HIREDAUTOS NON-OWNED PROPERTY DAMAGE $ AUTOS Per accident UMBRELLA LIAR H OCCUR EACH OCCURRENCE $ EXCESS LIAR CLAIMS-MADE AGGREGATE $ DED I I RETENTION $ WORKERS COMPENSATION TWO STATU- OTH- AND EMPLOYERS'LIABILITY YIN ANY PROPRIETORPARTNEREXEOUTIVE E L EACH ACCIDENT $ OFFICERIMEMBER EXCLUDED? ❑ NIA (Mandatory In NH) E L DISEASE-EA EMPLOYE $ IS yes,describe under DESCRIPTION OF OPERATIONS below EL DISEASE-POLICY LIMIT $ A Professional Liability RNP13324108810 9/15/2012 9/15/2013 $1,000000l1,000,000 claims-made $5000 ded DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (Attach ACORD 101,Adddlonal Remarks Schedule,If more space Is required) CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN City of Kent, Dept, of ACCORDANCE WITH THE POLICY PROVISIONS Engineering Attn: Nancy Yoshitake AUTHORIZED REPRESENTATIVE 220 4th Ave S Kent, WA 98032-3994 Shari Lofquist/SHARI ACORD 25(2010105) 11988-2010 ACORD CORPORATION. All rights reserved. INS0251?ntnngvrl Th.arrlpn name and Inn^aria,rani.farad mark.^f Ar npn ,z