Loading...
HomeMy WebLinkAboutPW13-255 - Original - JT Enviornmental, Inc. - Hamilton/Baxter & French/Donnelly Properties - Hazardous Materials Surveys - 12/30/2013 Records Management KENT Document' wASHIHo,aH i 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: JT Environmental, Inc. Vendor Number: JD Edwards Number Contract Number: I This is assigned by City Clerk's Office Project Name: Hamilton/Baxter & French/Donnelly Properties Description: ❑ Interlocal Agreement ❑ Change Order ❑ Amendment ® Contract ❑ Other: Contract Effective Date: 12/30/13 Termination Date: 1/31/14 Contract Renewal Notice (Days): Number of days required notice for termination or renewal or amendment Contract Manager: Nick Horn Department: Engineering Detail: (i.e. address, location, parcel number, tax id, etc.): Conduct hazardous materials surveys for the properties. S:Public\RecordsManagement\Forms\ContractCovcr\adcc7832 1 11/08 KENT WASHINOTON GOODS & SERVICES AGREEMENT between the City of Kent and JT Environmental, Inc. THIS AGREEMENT is made by and between the City of Kent, a Washington municipal corporation (hereinafter the "City"), and JT Environmental, Inc. organized under the laws of the State of Washington, located and doing business at 2400 NW 80th St., Suite 111, Seattle, WA 98117, Phone: (206) 734-7315/Fax: (206) 789-5093, Contact: Bruce Thoreen (hereinafter the "Vendor"). AGREEMENT I. DESCRIPTION OF WORK. Vendor shall provide the following goods and materials and/or perform the following services for the City: The Vendor shall conduct hazardous materials surveys for the Hamilton/Baxter and French/Donnelly properties. For a description, see the Vendor's October 25, 2013 Scope of Work which is attached as Exhibit A and incorporated by this reference. Vendor acknowledges and understands that it is not the City's exclusive provider of these goods, materials, or services and that the City maintains its unqualified right to obtain these goods, materials, and services through other sources. II. TIME OF COMPLETION. Upon the effective date of this Agreement, Vendor shall complete the work and provide all goods, materials, and services by January 31, 2014. III. COMPENSATION. The City shall pay the Vendor an amount not to exceed Four Thousand, Six Hundred Seventy Dollars ($4,670.00), including applicable Washington State Sales Tax, for the goods, materials, and services contemplated in this Agreement. The City shall pay the Vendor the following amounts according to the following schedule: if GOODS & SERVICES AGREEMENT - 1 (Under$10,000,00, including WSST) The Vendor shall be paid after execution of agreement and completion of the hazardous materials surveys. If the City objects to all or any portion of an invoice, it shall notify Vendor 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. A. Defective or Unauthorized Work. The City reserves its right to withhold payment from Vendor for any defective or unauthorized goods, materials or services. If Vendor is unable, for any reason, to complete any part of this Agreement, the City may obtain the goods, materials or services from other sources, and Vendor shall be liable to the City for any additional costs incurred by the City. "Additional costs" shall mean all reasonable costs, including legal costs and attorney fees, incurred by the City beyond the maximum Agreement price specified above. The City further reserves its right to deduct these additional costs incurred to complete this Agreement with other sources, from any and all amounts due or to become due the Vendor. B. Final Payment: Waiver of Claims. VENDOR'S ACCEPTANCE OF FINAL PAYMENT SHALL CONSTITUTE A WAIVER OF CLAIMS, EXCEPT THOSE PREVIOUSLY AND PROPERLY MADE AND IDENTIFIED BY VENDOR AS UNSETTLED AT THE TIME REQUEST FOR FINAL PAYMENT IS MADE. 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 Vendor 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 Vendor maintains and pays for its own place of business from which Vendor's services under this Agreement will be performed. C. The Vendor has an established and independent business that is eligible for a business deduction for federal income tax purposes that existed before the City retained Vendor's services, or the Vendor is engaged in an independently established trade, occupation, profession, or business of the same nature as that involved under this Agreement. D. The Vendor 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. j E. The Vendor has registered its business and established an account with the state Department of Revenue and other state agencies as may be required GOODS & SERVICES AGREEMENT - 2 (Under$10,000.00, including WSST) by Vendor's business, and has obtained a Unified Business Identifier (UBI) number from the State of Washington. F. The Vendor 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, VI. CHANGES. The City may issue a written amendment for any change in the goods, materials or services to be provided during the performance of this Agreement. If the Vendor determines, for any reason, that an amendment is necessary, Vendor must submit a written amendment request to the person listed in the notice provision section of this Agreement, section XIV(D), within fourteen (14) calendar days of the date Vendor knew or should have known of the facts and events giving rise to the requested change. If the City determines that 9 9 the change increases or decreases the Vendor's costs or time for performance, the City will make an equitable adjustment. The City will attempt, in good faith, to reach agreement with the Vendor on all equitable adjustments. However, if the parties are unable to agree, the City will determine the equitable adjustment as it deems appropriate. The Vendor shall proceed with the amended work upon receiving either a written amendment from the City or an oral order from the City before actually receiving the written amendment. If the Vendor fails to require an amendment within the time allowed, the Vendor waives its right to make any claim or submit subsequent amendment requests for that portion of the contract work. If the Vendor disagrees with the equitable adjustment, the Vendor must complete the amended work; however, the Vendor may elect to protest the adjustment as provided in subsections A through E of Section VII, Claims, below. The Vendor accepts all requirements of an amendment by: (1) endorsing it, (2) writing a separate acceptance, or (3) not protesting in the way this section provides. An amendment that is accepted by Vendor as provided in this section shall constitute full payment and final settlement of all claims for contract time and for direct, indirect and consequential costs, including costs of delays related to any work, either covered or affected by the change. VII. CLAIMS. If the Vendor disagrees with anything required by an amendment, another written order, or an oral order from the City, including any direction, instruction, interpretation, or determination by the City, the Vendor may file a claim as provided in this section. The Vendor shall give written notice to the City of all claims within fourteen (14) calendar days of the occurrence of the events giving rise to the claims, or within fourteen (14) calendar days of the date the Vendor knew or should have known of the facts or events giving rise to the claim, whichever occurs first . Any claim for damages, additional payment for any reason, or extension of time, whether under this Agreement or otherwise, shall be conclusively deemed to have been waived by the Vendor unless a timely written claim is made in strict accordance with the applicable provisions of this Agreement. At a minimum, a Vendor's written claim shall include the information set forth in subsections A, items 1 through 5 below. FAILURE TO PROVIDE A COMPLETE, WRITTEN NOTIFICATION OF CLAIM WITHIN THE TIME ALLOWED SHALL BE AN ABSOLUTE WAIVER OF ANY CLAIMS ARISING IN ANY WAY FROM THE FACTS OR EVENTS SURROUNDING THAT CLAIM OR CAUSED BY THAT DELAY. GOODS & SERVICES AGREEMENT - 3 (Under$10,000.00, including WSST) notice of claim that provides the following A. Notice of Claim. Provide a signed written p g information: 1. The date of the Vendor's claim; 2. The nature and circumstances that caused the claim; 3. The provisions in this Agreement that support the claim; 4. The estimated dollar cost, if any, of the claimed work and how that estimate was determined; and 5. An analysis of the progress schedule showing the schedule change or disruption if the Vendor is asserting a schedule change or disruption. i B. Records, The Vendor shall keep complete records of extra costs and time incurred as a result of the asserted events giving rise to the claim. The City shall have access to any of the Vendor's records needed for evaluating the protest. The City will evaluate all claims, provided the procedures in this section are followed. If the City determines that a claim is valid, the City will adjust payment for work or time by an equitable adjustment. No adjustment will be made for an invalid protest. C. Vendor's Duty to Complete Protested Work. In spite of any claim, the Vendor shall proceed promptly to provide the goods, materials and services required by the City under this Agreement. D. Failure to Protest Constitutes Waiver. By not protesting as this section provides, the Vendor also waives any additional entitlement and accepts from the City any written or oral order (including directions, instructions, interpretations, and determination). E. Failure to Follow Procedures Constitutes Waiver. By failing to follow the procedures of this section, the Vendor completely waives any claims for protested work and accepts from the City any written or oral order (including directions, instructions, interpretations, and determination). VIII. LIMITATION OF ACTIONS. VENDOR MUST, IN ANY EVENT, FILE ANY LAWSUIT ARISING FROM OR CONNECTED WITH THIS AGREEMENT WITHIN 120 CALENDAR DAYS FROM THE DATE THE CONTRACT WORK IS COMPLETE OR VENDOR'S ABILITY TO FILE THAT SUIT SHALL BE FOREVER BARRED. THIS SECTION FURTHER LIMITS ANY APPLICABLE STATUTORY LIMITATIONS PERIOD. IX. WARRANTY. This Agreement is subject to all warranty provisions established under the Uniform Commercial Code, Title 62A, Revised Code of Washington. Vendor warrants goods are merchantable, are fit for the particular purpose for which they were obtained, and will perform in accordance with their specifications and Vendor's representations to City. The Vendor shall correct all defects in workmanship and materials within one (1) year from the date of the City's acceptance of the Contract work. In the event any part of the goods are repaired, only original replacement parts shall be used—rebuilt or used parts will not be acceptable. When defects are corrected, the warranty for that portion of the work shall extend for one (1) year from the date such correction is completed and accepted by the City. The Vendor shall begin to correct any defects within seven (7) calendar days of its receipt of notice from the City of the defect. If the Vendor does not accomplish the corrections within a reasonable time as determined by the City, the City may complete the corrections and the Vendor shall pay all costs incurred by the City in order to accomplish the correction. GOODS & SERVICES AGREEMENT - 4 (Under$10,000.00, including WSST) X. DISCRIMINATION. In the hiring of employees for the performance of work under this Agreement or any sub-contract, the Vendor, its sub-contractors, or any person acting on behalf of the Vendor or sub-contractor shall not, by reason of race, religion, color, sex, age, sexual orientation, national origin, or the presence of any sensory, mental, or physical disability, discriminate against any person who is qualified and available to perform the work to which the employment relates. Vendor shall execute the attached City of Kent Equal Employment Opportunity Policy Declaration, Comply with City Administrative Policy 1.2, and upon completion of the contract work, file the attached Compliance Statement. XI. INDEMNIFICATION. Vendor 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 Vendor'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 Vendor's work when completed shall not be grounds to avoid any of these covenants of indemnification. IT IS FURTHER SPECIFICALLY AND EXPRESSLY UNDERSTOOD THAT THE INDEMNIFICATION PROVIDED HEREIN CONSTITUTES THE VENDOR'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 Vendor 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 Vendor's part, then Vendor 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 Vendor's part. The provisions of this section shall survive the expiration or termination of this Agreement. XII. INSURANCE. The Vendor shall procure and maintain for the duration of the Agreement, insurance of the types and in the amounts described in Exhibit B attached and incorporated by this reference. XIII. WORK PERFORMED AT VENDOR'S RISK. Vendor 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 Vendor's own risk, and Vendor shall be responsible for any loss of or damage to materials, tools, or other articles used or held for use in connection with the work. XIV. MISCELLANEOUS PROVISIONS. A. Recyclable Materials. Pursuant to Chapter 3.80 of the Kent City Code, the City requires its contractors and consultants to use recycled and recyclable products whenever practicable. A price preference may be available for any designated recycled product. GOODS & SERVICES AGREEMENT - 5 (Under $10,000,00, including WSST) 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 XI 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 Vendor. G. Entire Agreement. The written provisions and terms of this Agreement, together with any Exhibits attached hereto, shall supersede all prior verbal statements of any officer or other representative of the City, and such statements shall not be effective or be construed as entering into or forming a part of or altering in any manner this Agreement. All of the above documents are hereby made a part of this Agreement. However, should any language in any of the Exhibits to this Agreement conflict with any language contained in this Agreement, the terms of this Agreement shall prevail. H. Compliance with Laws. The Vendor agrees to comply with all federal, state, and municipal laws, rules, and regulations that are now effective or in the future become applicable to Vendor's business, equipment, and personnel engaged in operations covered by this Agreement or accruing out of the performance of those operations. GOODS & SERVICES AGREEMENT - 6 (Under $10,000,00, including WSST) 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. VENDOR: CITY OF KENT: By; By: (signature (signature) Print Name: YUC� y(-<�et7 Print Name: Mark Howlett Its: o(,1 n0— Its; Design Engineering Manager (title) I DATE:_ /.® -b DATE: iZ'3O'13 NOTICES TO BE SENT TO: NOTICES TO BE SENT TO: VENDOR: CITY OF KENT: Bruce Thoreen Timothy J. LaPorte, P.E. JT Environmental, Inc. City of Kent 2400 NW 801h St., Suite 111 220 Fourth Avenue South Seattle, WA 98117 Kent, WA 98032 (206) 734-7315 (telephone) (253) 856-5500 (telephone) (206) 789-5093 (facsimile) (253) 856-6500 (facsimile) ]T Environmental-HBFD Demos/Morn I I GOODS & SERVICES AGREEMENT 7 (Under$10,000.00, including WSST) 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. By: For: YlYp�dYIE'a Title: �eeJJld���''y1�G Date: EEO COMPLIANCE DOCUMENTS - 1 of 3 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 of 3 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. By: For: Title: Date: EEO COMPLIANCE DOCUMENTS - 3 of 3 EXHIBIT A JT Envivoatrnental, Inc 2400 NW 80"' ST,#111, Seattle,WA 98117 `1't 206-734-7315 FAX;206-789.5p93 L ,jfemil'Unntental@7ioat:ail.cont October 25,2013 GranvilleN.Ifon1,Pi'ojeet.t*7Y7gGaeer T:253 856-5529 E: ghorn@kouiwa.guv RE: Fee Proposal-AslQstus acid T,ead-13ased Paint(LBP)Material Survey&1Lcport for Seven(7)straeturos located on fivq(Sj parcels.The addresses aritl tax parcels are as follows: 1. 22250 Russell:Road,Kent;tax parcel#102204-9024 dwelling&out bldgs —3,377 sq ft) 2. 23254 Russell Road,Ledt,tax parcel#IQ2264-9153 dwelling&out bldgssg3t) 3. M05 Trent Langley Road;taxparceb#252206.9078 dwollingt&out bldgs( 1,456 s,q ft) h. 26025I{eat Kangley Road;tax l?m'cel#1252?06-9067&#252206-9092 tlwelli, dg&oat bldgs (-3,230'sq it) Xf$nviromnental,Inc.proposed to perforrothe following work atrofet'enced parcels. " Provide oa-site asbestos&'Lead BasO.Nint(LBP)survey of interior&exterior accessible areas. Colteot bulk samples pf suspect asbestos materials estimate(64)samples h) nocordarte0 to AUL'RA sampling guidelines. Provide Polaiized Light Microscopy(PLM)laboratory analysis of asb bulksamples collected. Lolleet bull:samples of suspect LAP estunate(9,0,)samples in aceordanoetp gencral Lend in Construction guidelines, Provide Atomic Absorption(AAS)laboratory analysis ol'LBP paint clips samples collected. provide final report to_Granville Horn,City of Kent wilhin(20)working days of available access: to on-slto survey. * Final report to include: Regulatory mview,asbestos&LBP sample summary, asbestos quantity;AUTOCAU drawings shoaling asbestos R LBP sample location and asbestos quantity. JT Environmental, Inc. proposes to perform the work described for a total fee amount of{four-thousand, six-hundred, seventy dollars) $4670, JT Enviromnenfal,Inc, fee is based oil work as described on the attached spreadsheet datod 10/25/2013, Pees are subject to revisions as scope of work.changes or develops,or as bulk samples increase or decrease. Please sic and return'this form or provide for other form of Owner approval to proceed with workas identified herein. Sincerely, Proposal Accepted by. bru7 IT r ce Thoreen onmental, Inc .Date:._ Attachment Seven(7)sh`ucuays located on five(5)Parcels page 1 of2 Fee Proposal-dsbeslos&LBP Marerial Surveil&Report JT F.rtvitonr,ttetMal,.Me.. JTjli�nylrontriental, Inc. TeC206-734.7396 Granville Horn Sheet 2 of 2 T:,253.856-5529 E: horn ke hva. ov Haz Mat'1 (ACM' L ) Survey& Report Eee Est Date Prepared; 10125/2013 (7) 8tructures located on five (5) parbels. Status of Design: Pre-site City of Kent Estimate B : JBT Subject:Haz Mat'I(ACM,W)Survey.&Report Fee Est- (7)structures located-.on five(6),parcels. 1. Survey& Report(ACM,LBP) $3i260 2.Reimbursable $1,410 ESTIMATE TOTAL 45670 Item_Description Subtotal 80 50 1 Survey&Report ACM,LBP - samples PM. Insp A.Omstte Inspection -- Al,22250 Russell Road;dwelling&out bfdgs(-3,377:sq ft) 6 300 A2.22254.Russell Road;dwelling&out bldgs(-1,512 sq ff) 4 - 200 A3.26006 Kent KartgleyRd;dwelling&out bldgs.(-1,4rQ sq ft) 4 - 200 A4.26025.Kent Kangley Rd;dwelling&:Out bldgs(-3,230 sq it) 6 300 B. Log Smpls 6 300 C.Asbestos Samples& Drawings C1.22250 Russell Road,dwelling&out bldgs(-3,377 sq ft) 20 4. 32U C2:22264 Russell Road;dwelling'&out bldgs:(-1,512 sq ft) 12 •2 160 C3;26005 Kent1<angley Rd;dwelling&out bldgs(-1,456 sq ft' 12 2 160 04.26025 Kent KangleyRd;dwelling&out bldgs(--3,230 sgft 20 4 320 D.:LBP Samples&Drawings D1.22250 Russell Road;dwelling&cut bidgs(-3,377sq ft) 6 2 100 D2.22254 Russell Road;dwelling.&out bldgs-(-1,612 sq ft) 4 1 80 D3,26005 Kent Kangley Rd;dwelling&out bldgs(°-1,456 sq ft. 4 1 80 D4.26025 Kent.Kangley Rd;dwelling&out bldgs(—%=sq ft, - 6 - 2. 1.60 E.Report 4 -4 520 F.Estimates Sub-Total: 22 30 3260 Q.Reimbursable 1:PLM(bulk asbestos sample)(5-day TAT) 64 EA 15 960 2. LBP (lead paint chip sample)(5-day TAT) - -.2Q EA 20 400 3.TCLP(lead waste leechlno) EA 120 '0 4. PCB-(fluld sample) EA 25 0 5. PCM(air sample) EA 15 0 6 Misc(mileage copy) 1 EA 60 _ 50 Sub-Total: 1410 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. The City shall be named as an Additional 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. 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. EXHIBIT B (Continued) C. Other Insurance Provisions The insurance policies are to contain, or be endorsed to contain, the following provisions for Automobile Liability and Commercial General Liability insurance: 1. The 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 Consultant before commencement of the work. F. Subcontractors i 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. i CERTIFICATE OF LIABILITY INSURANCE 12112U13°°'"""' 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). coOrncT gob Florine PRODUCER ME. PNONE 206 707-9200 FAc No).(206)230-7799 All Pro Risk Management,Inc. + . E-M IL bob.florine@salmonbayi nsurance.com 3047 78th Avenue SE -ADRES9 Suite 202 . INSURERISI AFFOROINGCOVERAGE NAICN Mercer Island WA 98040 _ INSURER A:WeafC hestBr SUrplUs Lines Insurance INSURED INSURERS' JT Environmental LLC _INSURERc: 2400 NW 80th St#111 INSURERD: Seattle WA 98117 INSURER F INSURER F: COVERAGES CERTIFICATE NUMBER: 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. ILTR ADDLSUBR POLICY EFF POLICY E%P LIMITS TYPE OF INSURANCE 1=WVD POLICY NUMBER M YYY MMID YY GENERAL LIABILITY EACH OCCURRENCE 51000000 DAMAGE TO RENTED 550000 A X COMMERCIAL GENERAL LIABILITY P FMICEE_Eaoce CLAIMS-MADE EOCCUR X G-27154402-001 12/1612013 12M612014 _MEOEXP(Any one orsan 10000 PERSONAL&ADV INJURY $1000000 GENERALAGGNEGATE $2000000 GENT AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMPfOPAGG $2000000 PRO- L�j LOG Professional $1000000 PoucvF71 COMOINED SINGLE LIMIT AUTOMOBILE LIABILITY -lE%ecdde BODILY INJURY(Per person) $ ANY AUTO ALL OWNED SCHEDULED BODILYMJURY(Poraccidenl) S AUTOS AUTOS PROPERTY DAMAGE $ NON-OWNED er urn n�„I HIRED AUTOS AUTOS $ UMBRELLA LIAR OCCUR EACH OCCURRENCE $ EXCESS LIAR CLAIMS-MADE AGGREGATE $ DEO RETENTION WC Si ATU- WH- WORKERSCOMPENSATION - --AND EMPLOYERS'LIABILITY ANY PROPRIETORIPARTNER/EXECUTIVH� EL EACH ACCIDENT 5 OFFICEWMEMBER E%CLUOED'+ LJJ NIA (Mandatary In NH) E L DISEASE-EA EMPLOYE $ Ifyes,tlescdhe under EL.DISEASE-POLICY LIMIT $ DESCRIPTION OF OPERATIONS belay A Contractor's Pollution Liabllity X G-27154402-001 1211612013 12/1612014 $1,000,000 DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (Attach ACORD 101,Additional Remarks Schedule,If more space Is required) Certificate holder is also the additional insured. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE City of Kent THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN Public Works Department ACCORDANCE WITH THE POLICY PROVISIONS. 220 Fourth Ave South <BF> Kent,WA 98032 AUTHORIZED REPRESENTATIVE ©1988-2010 ACORD CORPORATION. All rights reserved. ACORD 25(2010105) The ACORD name and logo are registered marks of ACORD Named Insured Endorsement Number JT Environmental LLC Policy Symbol Policy Number Policy Period Effective Date of Endorsement ECP G27154402 001 12/16/2013 to 12/16/2014 12/16/2013 Issued Ey(Name or Insurance Company) Westchester Surplus Lines Insurance Company Insert the policy number. The remainder of the Information Is to be completed only when this endorsement Is Issued subsequent to the preparation of the policy. THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED ENDORSEMENT OWNERS, LESSEES OR CONTRACTORS—SCHEDULED PERSON OR ORGANIZATION II This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE CONTRACTOR'S POLLUTION LIABILITY COVERAGE SCHEDULE: Name of Person or Organization: Ili Any person or organization that is an owner of real property or personal property on which you are performing operations, or a contractor on whose behalf you are performing operations, and only at the specific written request of such person or organization to you,wherein such request is made prior to commencement of operations. (if no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement.) A. SECTION II -WHO IS AN INSURED is amended to include as an insured the person or organization shown in the Schedule, but only with respect to liability arising out of your ongoing operations performed for that insured. B. With respect to the insurance afforded to these additional insureds, the following exclusion is added: 2. Exclusions This insurance does not apply to bodily injury or property damage occurring after: (1) All work, including materials, parts or equipment furnished in connection with such work, on the project (other than service, maintenance or repairs) to be performed by or on behalf of the additional insured(s) at the site of the covered operations has been completed; or (2) That portion of your work out of which the injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcontractor engaged in performing operations for a principal as a part of the same project. ENV-3100(08-04) Includes copyrighted material of Insurance Services Office, Inc,with its permission Page 1 of 1 AARVIAuto Program wa j RARr ORS BRYCE THOREEN 2442 NW MARKET ST APT 403 SEATTLE WA 98107 Dear BRYCE THOREEN, This endorsement to your AARP Automobile Insurance Program policy provides the most recent information about your coverage . Thank you for your confidence in The Hartford as your insurance partner . Please review your endorsement for accuracy. If you have questions about it or the AARP Program, feel free to call our toll-free SERVICE number 1-800-423-6789 . Our customer service representatives are here to help you Monday through Friday, 7 : 00 AM to 11 : 00 PM your local time . Please keep your automobile endorsement in a safe place with your other important insurance documents . We know how important service is to our policyholders . That ' s why we have a separate service center exclusively for AARP Automobile Insurance policyholders . Our toll-free CLAIM REPORTING number 1-877-805-9918 puts you in touch with us, 24 hours a day, seven days a week . Remember to ensure your safety and buckle up each and every time you drive . Sincerely, Andre A. Napoli, President The Hartford P . S . For your convenience, our toll-free numbers are : 1-800-423-6789, SERVICE, Mona to Fri . , 7 : 00 AM to 11 : 00 PM, your local time, 1.877-805-9918, CLAIM REPORTING, 24 hours a day, seven days a week. Form DRA-665-2 (Ed. 12101) This ENDORSEMENT Page, With Policy Jacket Form 8546 And Forms And Endorsements Listed Below AMENDS your PERSONAL AUTO POLICY CH. # 01 EFF. 12-20-1 INSURER: HARTFORD CASUALTY INSURANCE COMPANY THEHARTFaRD HARTFORD PLAZA, HARTFORD, CONNECTICUT 06115 DECLARATIONS POLICY NO. 55 PHL454775 Named Insured and THOREEN,BRYCE Mailing Address G 2442 NW MARKET ST APT 403 SEATTLE,WA 98107 Policy Period 12:01 A.M. Standard Time at the Address of the Named Insured CFROM 12-01-13 TO 12-01-14 TERM: 1 YEAR BILLING ID NUMBER: 87276449 Producer Name: Code: 410773 OY4 CUSTOMER SERVICE: 1-800-423-6789 CLAIM SERVICE : 1-877-805-9918 TOTAL POLICY PREMIUM: $ 538 . 00 Auto No. Description of Autos or Trailers Vehicle ID Number Class Terr. 1 97 TOYOT AVALON XL/XLS 4T1BF12BXVU173516 800000 332 2 79 OLDS 3H35H9R433851???? 810000 332 i COVERAGE IS PROVIDED ONLY WHERE A PREMIUM IS SHOWN FOR THE AUTO AND COVERAGE, COVERAGES AND LIMITS OF LIABILITY PREMIUMS BY AUTO 1 2 A. LIABILITY BODILY INJURY EACH PERSON $ 500, 000 EACH ACCIDENT $1, 000 , 000 $ 170 . 00 155 . 00 PROPERTY DAMAGE EACH ACCIDENT $ 500, 000 $ 34 . 00 33 . 00 B . MEDICAL PAYMENTS EACH PERSON $ 10 , 000 $ 12 , 00 16 . 00 D. DAMAGE TO YOUR AUTO AUTO ACV = ACTUAL CASH VALUE OTHER THAN COLLISION 1 ACV LESS DEDUCTIBLE $ 500 $ 13 . 00 COLLISION ACV LESS DEDUCTIBLE $ 500 $ 105 . 00 ----------------------- ---------------------------------- TOTAL PREMIUM EACH AUTO $ 334 . 00 204 . 00 --------------------- ----------- - COUNTERSIGNED BY emu , Ca �� AUTHORIZED AGENT ----CONTINUED ON PAGE 2---- 000000 FORM A-4800.0 (Ed. 2101) AP DECLARATIONS (CONTINUED) POLICY NO. 55 PHL454775 NAMED INSURED : THOREEN, BRYCE --------------- ---- ACC- NO . 87276449 ADDITIONAL PREMIUM $ 77 . 00 --------------- -- -------------- FORMS AND ENDORSEMENTS NOW MADE PART OF THIS POLICY : A-4832-1 LIFETIME CONTINUATION AGREEMENT - AUTO A-5260-1 WAIVER OF COLLISION DEDUCTIBLE A-5894-0 REPLACEMENT COST COVERAGE FOR NEW CARS A-6077-0 DRP COLLISION DEDUCTIBLE REDUCTION PROVISION A-6073-1 EMERGENCY EXPENSE AND ACCIDENT FORGIVENESS COVERAGE A-5579-2 LIMITED MEXICO COVERAGE A-6155-0 DISAPPEARING COLLISION DEDUCTIBLE A-6188-0 PERSONAL AUTO - ONE DEDUCTIBLE LOSS PROVISION A-5719-0 COVERAGE FOR DAMAGE TO YOUR AUTO EXCLUSION ENDORSEMENT A-6075-0 ENHANCED COV PERM INSTALL AUDIO VISUAL DATA REC TRANS EQUIP A-6109-2 AMENDMENT OF POLICY PROVISIONS - WA A-6355-0 COMPREHENSIVE DRIVING EVALUATION ENDT. SUPPLEMENTARY PAYMENTS THE AUTOS DESCRIBED IN THIS POLICY ARE PRINCIPALLY GARAGED AT THE ADDRESS SHOWN ON PAGE 1 EXCEPT: AUTO 1 6416 14TH AV SEATTLE WA 98107 AUTO 2 6416 14TH AV SEATTLE WA 98107 RATING INFORMATION: AUTO 2 COST NEW $ 6, 500 i FORM A-4800-0 (Ed. 2/01) AP I DECLARATIONS (CONTINUED) POLICY NO. 55 PHL454775 NAMED INSURED : THOREEN,BRYCE * PLEASE NOTE COVERAGE A ON AUTO NO. 1 HAS BEEN CHANGED COVERAGE A ON AUTO NO. 2 HAS BEEN CHANGED THE FOLLOWING ITEMS ARE ENCLOSED FOR YOUR REVIEW: PLIMA-4146 PASSALONG RFQ We were able to apply an additional credit to your policy premium because you also insure your home with us . Because a vehicle is equipped with an air bag safety feature your policy premium has been reduced. Call us toll-free at 1-800-423-6789 if you have any questions or changes to your policy. Thank you for electing to pay your policy premium in full , We have applied a "paid in full" discount, which will continue to apply as long as you continue to pay your renewal policy premiums in full . A service fee of $5 . 00 is charged for each installment when your premium is paid in installments . The service fee is $0 . 00 per withdrawal when you select an electronic fund transfer payment plan. The service fee will be added to the premium amount shown on your premium billing statement . You have selected The Hartford Advantage Plus Coverage Package . If you' re ever in an accident . . . report it right away! Put the resources, reputation and resolve of The Hartford to work for you immediately! Call 1-877-805-9918 , DRIVER INFORMATION NO. NAME DOB MS SEX OCC LIC # DT LIC 1 THOREEN, BRYCE 072853 S M FISHERMAN THOREBE477M8 WA 072869 1 12-19-13 12-19-13 12-20-13 FORM A-4800.0 (Ed. 2101) AP