Loading...
HomeMy WebLinkAboutPK13-188 - Original - Otak - Boeing Rock Park Design Charrette - 07/03/2013 Records M ., mtigemer t KENT Document WASHINGTON CI 1r n- 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: Otak Vendor Number: )D Edwards Number Contract Number: This is assigned by City Clerk's Office Project Name: Boeing Rock Park Design Charrette Description: ❑ Interlocal Agreement ❑ Change Order ❑ Amendment ® Contract ❑ Other: Contract Effective Date: 7/3/13 Termination Date: 7/8/13 Contract Renewal Notice (Days): Number of days required notice for termination or renewal or amendment Contract Manager: Hope Gibson Department: Parks Planning & Dev. Detail: (i.e. address, location, parcel number, tax id, etc.): PPD Contract # PPD13-11 S:Publlc\RecardsManagement\Forms\ContractCover\adcc7832 1 11/08 KENT WASH NGTON CONSULTANT SERVICES AGREEMENT between the City of Kent and Otak THIS AGREEMENT is made between the City of Kent, a Washington municipal corporation (hereinafter the "City"), and Otak organized under the laws of the State of Washington, located and doing business at 10230 NE Points Drive, Ste 400, Kirkland, WA 98033; 425-250-5250 (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: As described in Exhibit A, attached: Otak will provide support at the design team charrette with graphics and design facilitation, will help facilitate the discussion, and will provide graphics to help generate an effective result. Otak will produce a final Concept Plan Graphic resulting from the charrette, representing ideas generated during the charrette. 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. Consultant shall complete the work described in Section I by July 8, 2013. III. COMPENSATION. A. The City shall pay the Consultant, based on time and materials, an amount not to exceed Four Thousand Seven Hundred Fifty dollars and no cents ($4,750.00), for the services described in this Agreement. This is the maximum amount to be paid under this Agreement for the work described in Section I above, and shall not be exceeded without the prior written authorization of the City in the form of a negotiated and executed 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 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. CONSULTANT SERVICES AGREEMENT - 1 (Under$10,000) B. The Consultant shall submit monthly payment invoices to the City for work performed, and a final bill upon completion of all services described in this Agreement. The City shall provide 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, 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 CONSULTANT SERVICES AGREEMENT- 2 (Under$10,000) 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. In the event Consultant 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 Consultant's part, then Consultant 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 Consultant's part. 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 CONSULTANT SERVICES AGREEMENT - 3 (Under$10,000) 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 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 CONSULTANT SERVICES AGREEMENT - 4 (Under S10,000) I I I other representative of the City, and such statements shall not be effective or be construed as j 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 i the Exhibits to this Agreement conflict with any language contained in this Agreement, the terms of this Agreement shall prevail. H. Compliance with Laws. The Consultant agrees to comply with all federal, state, and municipal laws, rules, and regulations that are now effective or in the future become applicable to Consultant's business, equipment, and personnel engaged in operations covered by this Agreement or accruing out of the performance of those operations. 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. i IN WITNESS, the parties below execute this Agreement, which shall become effective on the last date entered below. CONSULTANT: CITY OF KENT: r _ 1 By: By sign r (signature) Print Name: [__ Print Name: Hope Gibson, Manager Its: i✓l.0 Its: Parks Planning & Development rt DATE: I DATE: 7- N3 NOTICES TO BE SENT TO: NOTICES TO BE SENT TO: CONSULTANT: CITY OF KENT: Chad Weiser Hope Gibson Otak City of Kent 10230 NE Points Dr, Ste 400 220 Fourth Avenue South Kirkland, WA 98033 Kent, WA 98032 (425) 250-5250 (telephone) (253) 856-5110 (telephone) chad.weiser@otak.com hgibson@kentwa.gov P-\Planning\Boeing Rock\CONTRAcr-OWk Park Design CBarrette d= CONSULTANT SERVICES AGREEMENT- 5 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 f 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. I 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 S+" day of : 20id. By: For: Title: or Vl(' J'Aa l Date: f • I EEO COMPLIANCE DOCUMENTS - 1 I CITY OF KENT ADMINISTRATIVE POLICY NUMBER: 1.2 EFFECTIVE DATE: January 1, 1998 SUBJECT: MINORITY AND WOMEN SUPERSEDES: April 1, 1996 CONTRACTORS APPROVED BY Jim White, Mayor POLICY: Equal employment opportunity requirements for the City of Kent will conform to federal and state laws. All contractors, subcontractors, consultants and suppliers of the City must guarantee equal employment opportunity within their organization and, if holding Agreements with the City amounting to $10,000 or more within any given year, must take the following affirmative steps: 1. Provide a written statement to all new employees and subcontractors indicating commitment as an equal opportunity employer. 2. Actively consider for promotion and advancement available minorities and women. Any contractor, subcontractor, consultant or supplier who willfully disregards the City's nondiscrimination and equal opportunity requirements shall be considered in breach of contract and subject to suspension or termination for all or part of the Agreement. Contract Compliance Officers will be appointed by the Directors of Planning, Parks, and Public Works Departments to assume the following duties for their respective departments. 1. Ensuring that contractors, subcontractors, consultants, and suppliers subject to these regulations are familiar with the regulations and the City's equal employment opportunity policy. 2. Monitoring to assure adherence to federal, state and local laws, policies and guidelines. EEO COMPLIANCE DOCUMENTS - 2 CITY OF KENT EQUAL EMPLOYMENT OPPORTUNITY COMPLIANCE STATEMENT This form shall be filled out AFTER COMPLETION of this project by the Contractor awarded the Agreement. I, the undersigned, a duly represented agent of Company, hereby acknowledge and declare that the before-mentioned company was the prime contractor for the Agreement known as that was entered into on the (date) between the firm I represent and the City of Kent. I declare that I 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 th day , 2a . L By: ✓I" 04-5.#� For: �/` '41 C' Title: �1-�✓1�1 Date: r- EEO COMPLIANCE DOCUMENTS - 3 Exhibit "A" Scope of Work June 21, 2013 Boeing Rock Park Design Charrette in association with the Boeing Levee Ecosystem Restoration Project Purpose The City of Kent in partnersbip with the U.S. Army Corps of Engineers (USACOE) is designing ecosystem restoration improvements to the Boeing Levee which sits within the Boeing Rock Park. This area stretches approximately 4,000 lineal feet along the east side of the Green River from 200`h Street to 212`b Street in the northwest portion of the City of Kent.This levee was identified as a levee along the Green River which provided opportunity for significant improvement of the shoreline ecosystem.The City of Kent has made a request of Otak to provide design services for the park and recreational components of this partnership project. The park features and considerations will include a secondary trail from the Green River Trail, overlook/viewpoint spaces,picnicking and seating locations and a ttailhead parking lot at 2126 Street. Scope of Work Task 1.0 Design Team Charrette Otak will provide support at the design team charrette with graphics and design facilitation. The goal of the charrette will be to share the goals and ideas of both agency team members to develop a design concept arhich achieves the goals of both the City and the USACOE. The charrette will be held over 7 hours at a location within the City of Kent Otak will help facilitate the discussion and will provide on the fly graphics to help generate an effective result. Otak will have one representative attend the entire charrette and one who will attend the second half of the charrette.Notes and summary information will be provided by others. Otak will produce a final concept graphic representing ideas generated during the charrette. Deliverables: Concept Plan Graphic resulting from the Chamtte Task 10 Design Team Charrette—Time and Materials Allowance (NTE) $4,750 Compensation As compensation for the performance of the services described above, Otak will be reimbursed by City of Kent on a time and materials basis to a not-to-exceed contract amount. In house reimbursable expenses for all tasks will be invoiced on a cost plus ten percent(10%) basis. Any out- of-house direct costs will be invoiced at cost plus ten percent(10%).An hourly rate schedule for each anticipated labor category has been attached as reference. Invoices will be sent monthly in a format acceptable to the Client. Otak agrees to inform the Client if the Scope of Work extends beyond that which is currently contracted prior to performing the work. Otak will require written City of Kent-Boeing Rock Park Design t otak C•\Users\LOsbomlAppDataToca]Wtcrosoft\Wlndows\Temporary Internet Files\COntent.Outlook\E 1 BIH9NA\BoeingLeveeERPScopeOfWork062013.docx s Scope of Work Continued approval before completing work in addition to the estimated time and materials allowance presented in this proposal. Schedule It is expected the charrette will be held on June 28,2013 from 9 a.m. to 4 p.m.with concept plan graphic to be completed by Monday,July 8,2013. Assumptions This proposal and OtaWs agreement to perform said services is based upon the following assumptions: 1. The Client shall furnish basic information,prepared or obtained by others,which is pertinent to the services contained in this proposal including design level topographic mapping of all areas within the project scope of work. This data will be provided in an AutoCad format version 2010 or more current. 2. The Client shall be primary liaison with USACOE with Otak providing support. 3. No public involvement meetings are requited for the design of this park project. 4. The Client shall provide access and make all provisions necessary to enter public and private property as required to perform services covered by this proposal. 5. No storm detention will be required for impervious surfaces,although water quality treatment will be provided for the trailhead parking. 6. No frontage improvements along 212`h Street are anticipated except for a commercial driveway cut for the trailhead parking area. 7. All existing utility relocation will be designed and coordinated by others. City of Kent—Boeing Rock Park Design 2 otak C 1Users\LOsbomlAppData\Local\Microsoft\windows\Temporary Internet Files\Content.Outlook\E1BIH9NA\BoeingLeveeERPSeopeOf Work062013.docx Otalr,Inc.Bill Rate Schedule Bill Rates Sr PIC/Sr.PM Civil $198 PIC/Sr.PM Civil $184 Civil Engineer X $169 Civil Engineer IX $159 Civil Engineer VIII $145 Civil Engineer VII $135 Civil Engineer VI $126 Civil Engineer V $119 Civil Engineer IV $108 Civil Engineer,III $102 Civil Engineer II $90 Civil Engineer I $83 Engineering Designer IV $95 Engineering Designer III $83 Engineering Designer II $78 Engineering Designer I $69 Engineering Tech VI $107 Engineering Tech V $94 Engineering Tech IV $82 Engineering Tech III $72 Engineering Tech II $64 Engineering Tech I $56 PIC/Sr PM LA/Master Plan $159 Landscape Architect V $115 Landscape Architect IV $105 Landscape Architect III $100 Landscape TcchnicianIII $74 Landscape Technician II $69 Landscape Technician I $62 Urban Designer V $159 Urban Designer IV $140 Urban Designer II $111 Sr Prol Mgr -Planner I $149 Planner III $123 Planner II $97 Planner I $79 Planner Associate III $70 Planner Associate II $63 Planner Associate 1 $61 Sr GIS Specialist Planner $89 Scientist IV $123 Scientist III $112 Scientist II $75 Scientist I $62 s r 1 K\project\32200\32282\Contract\kent-rate schedule-050813.xlsx 5/8/2013 Otak,Inc.Bill Rate Schedule Bill Rates PIC/PIS-Sr Manager $195 PIS Sr Manager $138 Sr PIS $103 Professional Land Surveyor $88 Survey Technician $86 Sry Tch II,St Fld Pr Chief $74 Sr Field Survey Tech II $67 Sr Field Survey Tech I $60 Field Survey'1'ech $54 Contract Admen $81 ProjectAdnun Asst $68 All other direct costs and subconsultants-,mll be charged at cost plus ten percent(10%) K•\project\32200\32282\Contract\kent-rate schedule-050813 xlsx 5/8/2013 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, 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 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, $2,000,000general i EXHIBIT B (Continued) 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 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. 3 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 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� CERTIFICATE OF LIABILITY INSURANCE 3/18/2013 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 CONTNAME Peggy Peggy MacMillan JD Fulwiler & Co. Insurance, Inc. PHONENo Fitt, (503)293-8325 aC No (503)293-5418 5727 SW Macadam Ave ADOResSpmacmillan@Odfulwiler com PO BOX 69508 INSURERS AFFORDING COVERAGE NAIC k Portland OR 97239 INSURERA Travelers 19046 INSURED INSURERS Saif Corporation Otak Inc. INSURER BeaZle Insurance CompanV Inc PO BOX 1379 INSURER INSURER E Lake Oswego OR 97035 INSURER COVERAGES CERTIFICATE NUMBERI2/13 Standard 13/14 WC 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 TYPE OF INSURANCE ADDL UBR POLICY EFF POLICY EXP LIMITS LTR POLICY NUMBER MM/DD/YYYV MM/DDIYYYY GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 X COMMERCIAL GENERAL LIABILITY DAMAGE TO RENTED ,000 PREMISES Eaoccurz occurrence) $ 300 A CLAIMS-MADE OCCUR 6801497P251 2/9/2012 12/9/2013 ME EXP(Any one person) $ 5,000 X Washington Stop Gap PERSONAL&ADV INJURY $ 1,000,000 GENERAL AGGREGATE $ 2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER PRODUCTS-COMPIOP AGG $ 2,000,000 POLICY X J'E'CT X LOC $ AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT Ea accident 1,000,000 A Ix ANYAUTO BODILY INJURY(Per person) $ ALL OWNED SCHEDULED 1502P892 2/9/2012 2/9/2013 BODILY INJURY(Per accident) $ AUTOS AUTOS HIRED AUTOS X NON-OWNED PROPERTY DAMAGE $ AUTOS Per acci an Towing $ X UMBRELLA LIAB X OCCUR EACH OCCURRENCE S 10,000,000 A EXCESS LIAB CLAIMS-MADE AGGREGATE $ 10,000,000 DED X I RETENTION$ 10,00 K06503827 12/9/2012 12/9/2013 $ B WORKERS COMPENSATION X WC STATU- OTH- AND EMPLOYERS'LIABILITY Y/N ANY PROPRIETOR/PARTNEWEXECU'rNE EL EACH ACCIDENT $ 1,000,000 OFFICER/MEMBER EXCLUDED? � NIA (Mandatory in NH) 487431 /1/2013 4/1/2014 EL DISEASE-EA EMPLOYE $ 1,000,000 If yes describe under DESCRIPTION OF OPERATIONS below E L DISEASE-POLICY LIMIT $ 1,000,000 C Professional Liability 10267120401 12/9/2012 12/9/2013 Limit per ClaimlAggregate $2M/$2 Claims-Made Form Deductible,per claim $200,000 DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES (Attach ACORD 101,Additional Remarks Schedule,if more space Is required) Re. Operations of the Named Insured sub]ect to policy terms and conditions; Certificated holder is included as additional insured, except Workers Comp, as their interests appear, per CGD3810907 (previously attached) ; Primary, non-contributory per CGD3810908 (previously attached)Separation of Insured per applicable section of CG0001 (previously 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 ACCORDANCE WITH THE POLICY PROVISIONS 220 Fourth Avenue South Kent, WA 98032 AUTHORIZED REPRESENTATIVE Peggy MacMillan/LATHY O� q[ (���j( ACORD 25(2010/05) ©1988-2010 ACORD CORPORATION All rights reserved INS(125 mmnini Th.Af nPn nmri anti Innn orn rcnicfcrarl mark.of Af e)Pn